Post on 13-May-2022
transcript
Page 1
The Commonwealth of Massachusetts
Executive Office for
Administration and Finance
Request for Quotes ANF RFQ 11052012
CONSULTING SERVICES FOR
Phase 3: Massachusetts Budget Application (MBA)
Program Budgeting Solution, Reports and Change Management
THIS RFQ AND ALL RESPONSES HERETO INCLUDING THE WINNING BID SHALL
BECOME PUBLIC RECORD AND CAN BE OBTAINED FROM THE EXECUTIVE OFFICE FOR
ADMINISTRATION AND FINANCE, LEGAL UNIT BY SENDING AN EMAIL TO JANET
FOGEL, JANET.FOGEL@STATE.MA.US
Executive Office for Administration and Finance Page 2 of 59 11/6/2012 @ 1:36:13 PM
Table of Contents 1. The Agency .......................................................................................................................................................... 6
1.1 Background ........................................................................................................................................................... 6
1.1.1 MassGOALS Initiative ......................................................................................................................................... 6
1.1.2 State Transparency Requirements (MGL, Ch. 7:14C) took effect January 1, 2011 ............................................. 6
1.1.3 Office of Commonwealth Performance, Accountability and Transparency (CPAT) ........................................... 6
1.1.4 State Transparency Web Site ................................................................................................................................ 7
1.1.5 Executive Order 540 ............................................................................................................................................. 7
1.2 Summary of This Procurement ............................................................................................................................. 7
2. Description and Purpose of This Procurement ................................................................................................... 10
3. Term ................................................................................................................................................................... 11
4. Specific Tasks and Deliverables: Fixed Price Portion of Engagement ............................................................... 11
4.1 Provide Technical Oversight and Management of the Development of the Program Budgeting Solution ......... 11
4.2 Develop and Implement MBA Program Budgeting Solution and Reports ......................................................... 13
4.3 Implement Quality Assurance for entire solution, including system, performance, accessibility and user
acceptance testing ............................................................................................................................................... 13
4.4 Provide change management support ................................................................................................................. 14
4.5 Provide SmartView Training and Develop Training Materials for Users of the Program Budget Solution ....... 16
4.6 Provide Weekly and Bi-Weekly Status Reports to Stakeholders ........................................................................ 16
5. Future Needs Functionality Time & Materials Portion of Bid ........................................................................... 17
6. Warranty Period .................................................................................................................................................. 18
7. Accessibility ....................................................................................................................................................... 19
7.1 Standards ............................................................................................................................................................ 19
7.2 Meeting to Review Accessibility Standards ....................................................................................................... 19
7.3 Accessible Design of Program Budgeting Solution and Reports and Configuration of Oracle Software .......... 20
7.4 Software Developed by the Winning Bidder ...................................................................................................... 20
7.5 Training and Documentation .............................................................................................................................. 21
7.6 Project Plan; Testing. .......................................................................................................................................... 21
8. General Technical and Legal Requirements ....................................................................................................... 21
8.1 General Requirements ........................................................................................................................................ 21
Executive Office for Administration and Finance Page 3 of 59 11/6/2012 @ 1:36:13 PM
8.2 Additional Architectural Requirements .............................................................................................................. 22
8.3 Access Control Requirements ............................................................................................................................. 22
8.4 Service Oriented Architecture ............................................................................................................................ 23
8.5 Enterprise Services ............................................................................................................................................. 23
9. Bidder Experience .............................................................................................................................................. 24
10. Event Calendar ................................................................................................................................................... 24
11. Submission Requirements .................................................................................................................................. 25
12. Vendor Responses .............................................................................................................................................. 25
12.1 A cover letter in which the bidder agrees to the terms of this RFQ. ................................................................... 25
12.2 Business Response .............................................................................................................................................. 25
12.3 Cost Response..................................................................................................................................................... 27
13. Evaluation Criteria .............................................................................................................................................. 27
13.1 Business and Technical Points will be assigned based on: ................................................................................. 27
13.2 Cost ..................................................................................................................................................................... 28
13.3 Vendor Interviews .............................................................................................................................................. 28
14. Response Evaluation ........................................................................................................................................... 28
15. Best and Final Offer ........................................................................................................................................... 28
16. Best Value Selection and Negotiation ................................................................................................................ 29
17. Bidder-Related RFQ and Selection Costs ........................................................................................................... 29
18. Rejection of Responses ....................................................................................................................................... 29
19. Other Remedies .................................................................................................................................................. 29
20. Order of Precedence ........................................................................................................................................... 29
21. Glossary .............................................................................................................................................................. 31
22. EXHIBIT A to RFQ: Statement of Work ........................................................................................................... 32
23. EXHIBIT B: Documentation for existing budgeting modules built with Oracle Hyerion products .................. 52
23.1 Exhibit B1 – Massachusetts Budget Application (MBA) ................................................................................... 53
23.1.1 Massachusetts Budget Application Design Document ....................................................................................... 53
23.1.2 Massachusetts Budget Application Phase 1 Project Plan ................................................................................... 53
23.1.3 Massachusetts Budget Application Phase 2 Project Plan ................................................................................... 53
23.1.4 Massachusetts Budget Application Requirements Traceability Matrix (RTM) .................................................. 53
23.1.5 Massachusetts Budget Application Overview and Navigation ........................................................................... 53
Executive Office for Administration and Finance Page 4 of 59 11/6/2012 @ 1:36:13 PM
23.1.6 Massachusetts Budget Application Personnel Budgeting ................................................................................... 53
23.1.7 Massachusetts Budget Application Agency Spend/Revenue .............................................................................. 54
23.1.8 Massachusetts Budget Application Accessibility Job Aid .................................................................................. 54
23.1.9 Massachusetts Budget Application Account Transfer Job Aid........................................................................... 54
23.1.10 Massachusetts Budget Application Attaching A Document Job Aid ................................................................. 54
23.1.11 Massachusetts Budget Application Backfill An Employee Job Aid ................................................................... 54
23.1.12 Massachusetts Budget Application Supplemental Detail Job Aid ...................................................................... 54
23.1.13 Massachusetts Budget Application FY2013 Workflow Job Aid ........................................................................ 54
23.1.14 Massachusetts Budget Application Getting Started Job Aid .............................................................................. 55
23.1.15 Massachusetts Budget Application LCM Job Aid .............................................................................................. 55
23.1.16 Massachusetts Budget Application User Preferences Job Aid ........................................................................... 55
23.1.17 Massachusetts Budget Application User Preferences Revenue Forms Job Aid ................................................. 55
23.1.18 Smart View Search Account-Employee Job Aid ................................................................................................ 55
23.1.19 Smart View Select An Appropriations Type ...................................................................................................... 55
23.1.20 AT – BLD Job Aid ............................................................................................................................................. 56
23.1.21 BLD Job Aid ....................................................................................................................................................... 56
23.2 Exhibit B2 – MassCap (Capital Budget Application) ......................................................................................... 56
23.2.1 MassCap RTM .................................................................................................................................................... 56
23.2.2 MassCap Technical Design Document ............................................................................................................... 56
23.2.3 MassCap Attaching Documents ......................................................................................................................... 56
23.2.4 MassCap Copying Data Between Versions ........................................................................................................ 56
23.2.5 MassCap Setting User Preferences ..................................................................................................................... 57
23.3 Exhibit B3 – MBA Executive Dashboards ......................................................................................................... 57
23.3.1 Executive Dashboard Design .............................................................................................................................. 57
23.3.2 Executive Dashboard RTM ................................................................................................................................ 57
23.4 Exhibit B4 - Governor‟s Budget Dashboards and BI Publisher Print Version (line item version) ..................... 57
23.4.1 Governor‟s Budget Data Dictionary ................................................................................................................... 57
23.4.2 Dashboard Functional Design and Technical Design ......................................................................................... 57
23.4.3 Dashboard RTM ................................................................................................................................................. 57
23.5 Exhibit B5 - Governor‟s Budget Dashboards and BI Publisher Print Version (program version) ..................... 58
23.5.1 Governor‟s Budget Data Dictionary ................................................................................................................... 58
23.5.2 Project Plan ......................................................................................................................................................... 58
23.5.3 Program Budgeting RTM ................................................................................................................................... 58
24. EXHIBIT C: Draft Requirements for Proposed Program Budget Solution ........................................................ 58
24.1 Exhibit C1 – Program Crosswalk Module: interim solution currently in use to crosswalk accounts to programs
............................................................................................................................................................................ 58
24.2 Exhibit C2 - Program Budgeting Solution .......................................................................................................... 59
24.2.1 Program Budget Solution: Draft requirements for new solution to be built under the fixed price portion of this
RFQ .................................................................................................................................................................... 59
24.2.2 MMARS Pilot draft project plan and overview of MMARS pilot to report actual spending on programs
included under the fixed price portion of this RFQ ............................................................................................ 59
Executive Office for Administration and Finance Page 5 of 59 11/6/2012 @ 1:36:13 PM
General Procurement Information
Purchasing Department: Executive Office for Administration and Finance
Address: State House, Room 272
Boston MA, 02133
Procurement Contact: Helen O‟Malley, Project Manager, ANF Budget Applications
Telephone: 617-727-2081 ext. 35-414
E-Mail Address: Helen.C. O„Malley@MassMail.State.MA.US
RFQ File Number and Title: RFQ 11052012: Consulting services for Phase 3 Massachusetts Budget
Application: Program Budgeting Solution, Reports and Change
Management
This RFQ does not commit the Executive Office for Administration and Finance (ANF) to approve a
Statement of Work, pay any costs incurred in the preparation of a Bidder‟s response to this RFQ or to
procure or contract for services. ANF reserves the right to accept or reject any and all proposals
received as a result of this RFQ, to negotiate with any or all qualified Bidders and to cancel in part or
in its entirety this RFQ if it is in the best interest of ANF or the Commonwealth to do so.
Eligible Bidders.
The RFQ is restricted to Bidders listed on statewide contract ITS43 (solutions providers); statewide
contract ITS43 (Technical Specialists); or ITS19 (Oracle).
Executive Office for Administration and Finance Page 6 of 59 11/6/2012 @ 1:36:13 PM
1. THE AGENCY
The Executive Office for Administration and Finance‟s (ANF) mission is to plan and execute fiscal
and administrative policies that serve to ensure the financial stability, efficiency and effectiveness of
state government and assist the Governor in developing and implementing cost-effective public policy
initiatives to benefit the residents of the Commonwealth.
ANF develops the Governor‟s budget recommendations for submission to the Legislature, analyzes the
projected fiscal impact of new and existing legislation to ensure that the Commonwealth‟s revenues
support spending and oversees spending authorized by the Legislature.
Working with departments, ANF develops and analyzes policy initiatives and alternatives, ensures
fiscal stability under changing circumstances and assesses the fiscal impacts of department activities.
ANF monitors and reports on the fiscal health of the Commonwealth and provides fiscal data to bond
rating agencies and others.
1.1 Background
Through the tenure of the Patrick-Murray Administration, there has been a call for greater transparency
of information to the public and ability to budget and manage resources wisely through improved data,
including analysis of performance outcomes. These objectives are driven by a mixture of internal
goals, legislation and federal mandates.
1.1.1 MassGOALS Initiative
In the first term of the Patrick-Murray Administration, a far reaching data-driven performance
management effort called MassGOALS (Government Outcomes to Achieve Long-term Success) was
started to achieve better results for individuals, families and communities in the Commonwealth of
Massachusetts.
1.1.2 State Transparency Requirements (MGL, Ch. 7:14C) took effect January 1, 2011
In the FY2011 budget, the Massachusetts Legislature included a section requiring enhanced fiscal
transparency by January 1, 2011, including: all state expenditures drillable to recipient (vendor) levels;
all funding and revenue sources including earnings, compensation, grants, receipts, deposits; and all
tax subsidies and tax expenditures drillable to recipient levels, including expected outcomes and actual
outcomes.
1.1.3 Office of Commonwealth Performance, Accountability and Transparency (CPAT)
The Office of Commonwealth Performance, Accountability and Transparency (CPAT) within the
Executive Office for Administration and Finance (ANF) was established through the FY13 General
Appropriations Act to build on the work done under MassGOALS and expand the use of performance
management in the Commonwealth. CPAT initiatives are directed at implementing enhanced
Executive Office for Administration and Finance Page 7 of 59 11/6/2012 @ 1:36:13 PM
transparency requirements, improving federal grants management and supporting performance-based
budgeting.
1.1.4 State Transparency Web Site
In accordance with the transparency legislation and goals of the Patrick Administration and Treasurer
Grossman, the Commonwealth built the Massachusetts Transparency website –
www.mass.gov/transparency. This website is the initial starting point for transparency with the goal of
aggregating existing information from around the Commonwealth in an easily understood format in
order to present a clear and consistent message to the public. The site provides links to further
information for both internal and external users.
1.1.5 Executive Order 540
In February, 2012, the Governor issued Executive Order 540 which formalized the creation of Offices
of Strategic Planning within each Secretariat and laid out a timeline for periodic reporting of
Secretariat Strategic Plans detailing the mission, goals and outcome measures by which the public
could assess performance of public sector entities. The first strategic plans will be published in
February, 2013. EO 540 also stipulates that the FY2014 Governor‟s Budget Recommendation, to be
published in January, 2013, be presented in a new program budget format in order that the public may
more fully understand how dollars are being spent. Future budgets would add reporting on outcome
measures for each program as detailed in Secretariat and department strategic plans and in so doing,
support the implementation of performance based program budgeting to achieve the goal of improving
the Commonwealth‟s capacity to manage by results. The publication of the Governor‟s budget in
program terms will also greatly increase the public‟s ability to understand how dollars are being spent
and enhance the Commonwealth‟s continued path to greater transparency for government. The
Administration is working with the Legislature to seek support for enactment of the General
Appropriations Act in future years in a program format.
The goal of the above initiatives, legislation and Administration objectives is to position Massachusetts
as a national leader in developing and integrating results-driven performance management, government
transparency and performance-based program budgeting.
1.2 Summary of This Procurement
In November 2009 ANF through and open and competitive procurement process purchased Oracle‟s
Hyperion Planning Plus Suite to serve as the platform for a budget application to replace existing
software that supports a web-enabled annual spending plan and next year budget development process
for 156 agencies. In a second open and competitive procurement process, ANF selected Accenture as
the vendor to configure the Oracle software through an SOW signed in April, 2010. This engagement
has produced the Massachusetts Budget Application (MBA), a budget development application for
operating, federal and trust accounts; and the MassCap application for capital accounts. Both
applications are built on the same Oracle platform and both are in use by Commonwealth agencies.
MBA is comprised currently of three (3) modules through which state agencies plan their budgets:
Personnel Budgeting (using Hyperion Workforce Planning), Spend/Revenue (using Hyperion
Executive Office for Administration and Finance Page 8 of 59 11/6/2012 @ 1:36:13 PM
Planning) and Appropriations Tracking (using Hyperion Interactive Reporting). MassCap uses
Hyperion Planning only. Reports for both applications have been built using Hyperion Financial
Reports and Smart View, an ad hoc reporting tool which is part of the Hyperion Suite.
In addition, the configuration vendor has built Executive Budget Dashboards using Oracle‟s Business
Intelligence Enterprise Edition Plus (OBIEE) which display planned vs. actual spending for all
agencies and funding sources other than capital plan items. These dashboards have been deployed to
the Chief Fiscal Officers of each Secretariat. OBIEE and BI Publisher software has been used by the
current configuration vendor to develop print and web-based versions of the annual Governor‟s Budget
Recommendation (also known as House 1) in account format; this technology is scheduled to be put
into use by ANF for the production of the Fiscal Year 2014 budget recommendation.
In the first six months of Fiscal Year (FY) 2013(July 1, 2012- current date), the current configuration
vendor and ANF have implemented a fourth module within MBA that supports agencies in mapping or
“crosswalking” operating, federal and trust spending accounts to programs. The current vendor and
ANF have worked with Secretariats and Independent and Constitutional Offices to develop a program
structure (or hierarchy) of 450+ programs representing the full range of services that Commonwealth
agencies provide. Data from the MBA crosswalk module will be combined with program data from
MassCap to produce a program version of the FY2014 Governor‟s Budget Recommendation to be
published in late January 2013. OBIEE and BI Publisher software has been used by the current
configuration vendor to develop print and web-based versions of the Governor‟s Budget
Recommendation in program format; this technology is scheduled to be put into use by ANF for the
production of the FY2014 budget recommendation.
These deliverables are a preliminary milestone towards the ultimate program budgeting solution
described in this RFQ and will be in use by the Commonwealth prior to the start of the engagement
described in this RFQ. Certain components of this interim solution are still under warranty with the
current vendor, in particular the interim program crosswalk module (under warranty through March of
2013) and the Governor‟s Budget Recommendation version in account and program format (under
warranty through June 30, 2013). During these warranty periods, the current configuration vendor is
responsible for all deliverables related to the implementation and documentation of this interim
solution and to correct any defects identified during its use. Nonetheless, the winning bidder under this
RFQ will assist ANF in developing solutions to components of the Hyperion budget applications that
are no longer under warranty and in researching apparent problems with data and software in these
applications.
Exhibit B to this RFQ contains all relevant functional and technical design documents, project plans,
training modules and job aids for the budget modules that have been built under the current
engagement with the current configuration vendor, including: MBA, MassCap, Executive Dashboards
and Governor‟s Budget Recommendation Print and Online versions for both account and program
budgets. Additional documentation for the environments supporting these applications may be made
available to bidders requesting such information from the ANF contact person for this RFQ.
The engagement described in this RFQ is to take the next step in the drive for transparency and
improving budget development processes within state agencies by implementing enhancements to the
Commonwealth‟s budget development application (MBA)and /or the interim MBA program crosswalk
Executive Office for Administration and Finance Page 9 of 59 11/6/2012 @ 1:36:13 PM
module. MBA will be enhanced to support program budget development and monitoring. The solution
will allow departments to build annual spending plans and proposed next year budgets by using
programs in addition to the current account format currently in use. The application will be able to
pivot between both account and program budget versions such that a budget built in one version can be
converted to the alternative version without additional data entry. Reports that support the new
program budget will be built to supplement existing account-based reports.
The program solution will be fully integrated with the MBA Spend/Revenue module. The MassCap
module will provide data on capital plan programs to the program solution either through an interface
or upload of exported files.
It is envisioned that the new program solution will display actual spending by program in a nightly
interface from the Commonwealth Information Warehouse (CIW) which houses data from the
Massachusetts Management and Reporting System (MMARS) and HR/CMS payroll system. Users
will be able to compare actual to planned spending by program just as they now do for accounts. The
interface will be built by Commonwealth staff using Oracle Data Integrator (ODI) and will be tested
with the program solution as part of this engagement. ODI has been used to build similar interfaces
from the CIW to MBA and MassCap.
The focus of this procurement is for implementation services to configure Hyperion Planning
according to a defined set of requirements and business objectives which will be provided to the
winning bidder by ANF. These requirements will include detailed business requirements and visual
mockups of the web forms for the new program module as well as draft technical specifications.
Included in this RFQ (Exhibit C) is a draft of the current known business requirements. This draft
represents the type of requirements and capabilities that are expected to be discussed and detailed
throughout the requirements gathering process which is currently underway. Exhibit C does not
represent a final or complete set of requirements.
The winning bidder will be provided with a final set of requirements expected to be completed in
December, 2013. The winning bidder will be expected to:
1. confirm requirements with ANF and develop detailed functional and technical design
documents based upon these specifications
2. configure Hyperion Planning, Financial Reports and Interactive Reporting to build, test and
implement the program budgeting solution
3. develop training materials for users and briefing materials to be used by ANF in stakeholder
engagement activities
4. engage in knowledge transfer to ANF staff in order that ANF staff will be able to maintain the
program module at the conclusion of the fixed price portion of this engagement
5. support change management activities to implement a pilot within one or more Secretariats to
assess the impact of new requirements for encumbrance and spending transactions coding to
permit MMARS reporting of actual spending by program. The pilot is envisioned to begin in
May, 2013, when FY14 accounting set up activities begin for the coming fiscal year beginning
July 1, 2013. The winning bidder will coordinate planning with the Office of the State
Comptroller who is undertaking enhancements to MMARS to support program reporting of
Executive Office for Administration and Finance Page 10 of 59 11/6/2012 @ 1:36:13 PM
actuals and will develop and implement a roll out plan in the selected Secretariat(s) to prepare
for pilot implementation.
2. DESCRIPTION AND PURPOSE OF THIS PROCUREMENT
This procurement is for Phase 3: Massachusetts Budget Application (MBA) Program Budgeting
Solution, Reports and Change Management Services. ANF is seeking quotes from qualified vendors
under statewide contracts ITS43 (Solutions Providers), ITS43 (Technical Specialists) or ITS19
(Oracle) to support ANF in this development. Specifically, ANF seeks a fixed price bid from qualified
vendors to produce the following deliverables and engage in the following tasks in connection with
MBA Phase 3:
1. Provide technical oversight and management of the development of the program budgeting
solution to ensure that the program budgeting solution integrates with existing Hyperion
modules such as MBA and MassCap. This activity will include among other things conducting
a review of the current infrastructure (architecture) for the existing MBA and MassCap
applications and making recommendations to address issues identified as an outcome of this
analysis and as agreed to by ANF.
2. Develop and implement MBA program budgeting solution and reports by, among other things,
configuring Hyperion Planning, Financial Reports and Interactive Reporting to build, test and
implement the program budgeting solution based on agreed upon requirements. This activity
will include confirming requirements with ANF and developing detailed functional and
technical design documents based upon these specifications.
3. Implement Quality Assurance for the entire solution including system, performance,
accessibility and user acceptance testing
4. Provide change management support to ANF to: (a) develop the deployment and rollout plan
for a pilot within one or more Secretariats to assess the impact of new requirements for
encumbrance and spending transactions coding to permit MMARS reporting of spending
actuals by program (with the pilot to begin in May of 2013 when FY2014 accounting set-up
activities begin for the coming Fiscal Year beginning July 1, 2013) in coordination with the
Office of the State Comptroller, which is undertaking enhancements to MMARS to support
program reporting of actuals; (b) develop and implement a rollout plan in the selected
Secretariat(s) to prepare for pilot implementation; and (c) working with Secretariats and
agencies, refine the program structure, definitions and crosswalk to the current account budget
structure to be used during the FY14 budget development life cycle
5. Develop training materials for users of the program budget solution and provide two, two hour
SmartView advanced training sessions per month to MBA and MassCap users (16-20 users per
session)
Executive Office for Administration and Finance Page 11 of 59 11/6/2012 @ 1:36:13 PM
6. Prepare weekly and bi-weekly status reports to business owners and Executive Steering
Committee and prepare briefing materials to be used by ANF in stakeholder engagement
activities.
ANF requests the Bidder to provide a single fixed price bid for all tasks.
In addition, ANF seeks hourly rate quotes for additional vendor resources that will, at ANF‟s option,
and on a time and materials basis, be made available to support future development and support of the
application, including development related to performance based program budgeting, enhancements to
the MBA application, development of other budgeting modules and development of OBIEE
dashboards for display of budget-related information to internal and external users (the public). ANF
reserves the right to negotiate later agreements with the winning Bidder based on these hourly rates to
perform projects related to budgeting, but not specified in this RFQ.
3. TERM
This fixed price portion of this engagement shall commence on the date that a statement of work
(SOW) is executed. The schedule and solution proposed by the Bidder shall deliver the program
budgeting module on or before June 30, 2012 for implementation by ANF. Other deliverable due dates
are specified in Section 4 (Specific Tasks and Deliverables) below.
The expected start date of work on this procurement is January 2, 2013. It is the intent of ANF to drive
the procurement process to a signed contract and start date, with the full team in place, on January 2,
2013.
The time and materials portion of this engagement shall commence, at ANF‟s option, at some time
during or after the implementation of the above defined RFQ work, and end no later than June 30,
2015. ANF reserves the right to extend the term of either engagement if the needs of the project so
require.
4. SPECIFIC TASKS AND DELIVERABLES: FIXED PRICE PORTION OF
ENGAGEMENT
The below description provides a summary of the tasks and deliverables for this engagement. The
work in the fixed price portion of the RFQ is broken into six main deliverables:
4.1 Provide Technical Oversight and Management of the Development of the Program
Budgeting Solution
While some elements of the program budgeting solution will be developed by Commonwealth team
members (specifically interfaces to the CIW) and others will be developed by the bidder‟s resources,
one of the services sought from the successful bidder is to provide technical oversight and technical
management during the development and implementation phases of the entire solution. This will
include working with Commonwealth project and business management staff to support the project
requirements, design, technical implementation and successful delivery of the solution.
Executive Office for Administration and Finance Page 12 of 59 11/6/2012 @ 1:36:13 PM
The winning bidder will also assist ANF technical and operations staff in trouble-shooting production
issues for the entire existing budget solution where expert knowledge of Oracle Hyperion products in
use by ANF is required. The current configuration vendor will be responsible for defect fixes related
to work performed by it prior to the date of the engagement described in this RFQ, under the terms of
its warranty with ANF.
The winning bidder will conduct a review of the current infrastructure (architecture) for the existing
MBA and MassCap applications which is assumed to be sufficiently robust to support a new program
solution. These applications are housed in three environment supported by the Commonwealth‟s
Information Technology Division: Development (virtual), QA and Production (both physical
environments). Oracle software currently in use and expected to support the program budgeting
module includes:
a. Hyperion Planning Plus 11.1.2
b. Essbase Plus
c. OBIEE Plus 11.1.1.5 and 11.1.1.6
d. User Productivity Kit
e. Oracle Database Standard Edition 1
f. Hyperion Workforce Planning
Following this review of current architecture, the winning bidder will validate, set up and install
software components and design and work with the ITD infrastructure team on server, port and
account configuration needed for solution software if modifications to the current architecture are
recommended by the winning bidder and accepted by ANF.
The current number of users of MBA and MassCap is 350 and this number is not anticipated to
increase as a result of adding the program budgeting module.
Expected Deliverables and Due Dates:
a. Conduct review of existing infrastructure (architecture) and assess its ability to support the new
module and its users (January 30, 2013)
Expected Outcomes:
a. Validation of technical architecture and direction
b. Validation of infrastructure design and specifications
c. Contributing to technical oversight of modifications to infrastructure recommended by the winning
bidder and accepted by ANF
d. Contribution to team technical management and delivery of all components (Commonwealth and
bidder)
e. Provision of advice and recommended actions to ANF operations and technical staff on issues
identified during the use of the Hyperion Planning Plus Suite requiring expert Hyperion knowledge
and experience.
Executive Office for Administration and Finance Page 13 of 59 11/6/2012 @ 1:36:13 PM
4.2 Develop and Implement MBA Program Budgeting Solution and Reports
Based on final requirements provided by ANF (draft requirements are included in Exhibit C to this
RFQ), the winning bidder will review and confirm its understanding of the requirements and may
suggest modifications in line with the overall objective of the solution. The winning bidder will then
develop detailed functional and technical designs for the program budgeting solution and reports; and
build, test and implement the solution and reports using Oracle‟s Hyperion Planning, Interactive
Reports and Financial Reports.
The solution will support current year, maintenance and next year budget development in program
format, closely following the design of the current MBA module which presents the annual budget in
account format. The proposed solution will permit users to enter data in either format (account or
program) with the application performing transformation (mapping) to produce both formats.
Application components will include web forms, calculations, business rules and reports.
The winning bidder will develop technical and operations manuals for and provide knowledge transfer
to ANF technical, business and operations staff, such that ANF staff will be able to maintain the
program solution at the conclusion of the fixed price portion of this engagement.
ANF will provide ODI staff to modify existing interfaces or develop new interfaces between the
Commonwealth Information Warehouse and the program module. Transfer of data, if required,
between the program solution and other Hyperion modules (MBA, MassCap) will be the responsibility
of the winning bidder.
Expected Deliverables and Due Dates:
a. Develop detailed functional and technical specifications and design documents based on
requirements provided by ANF (January 30, 2013)
b. Develop required application components (April 30, 2013)
c. Develop technical and operations manuals (June 30, 2013)
d. Provide knowledge transfer to ANF staff (June 30, 2013).
Expected outcomes:
a. Understanding of the developed business requirements
b. Understanding of the technical direction and architecture
c. Program budgeting solution (web forms, business rules and reports) final requirements
d. Program budgeting design documents
e. Program budgeting development and documentation
f. Knowledge transfer to ANF staff to maintain and manage the program budgeting solution.
4.3 Implement Quality Assurance for entire solution, including system, performance,
accessibility and user acceptance testing
While the overall solution for program budgeting will be comprised of Commonwealth developed
components (ODI) and bidder developed components (web forms, business rules and reports), the
winning bidder will provide the full quality assurance activities and testing team for both the new
solution and integration and regression testing with the current MBA solution as the two applications
Executive Office for Administration and Finance Page 14 of 59 11/6/2012 @ 1:36:13 PM
intersect. This will entail the development and implementation of a full QA plan and execution and
management of the following types of testing:
4.3.1 System testing
System testing involves the responsibility to ensure that the quality and functionality implemented
meet the requirements and capabilities identified in the design. This activity should include the full
system testing, integration testing and regression testing of all components developed and impacted by
the program budgeting solution, including existing and newly developed ODI.
4.3.2 User Acceptance Testing
User Acceptance testing is the activity of working with the business and end user community to
validate the requirements and implementation of the system against those requirements. This activity
must involve testing scenarios and sessions with business users exercising program budgeting
components and reports and include persons with disabilities.
4.3.3 Performance and Load Testing
Performance testing is designed to ensure that the program budgeting solution performs adequately
under the anticipated user load (current and future) and that the integration of this solution with the
MBA and MassCap applications does not impact current performance benchmarks. Current
performance benchmark data for these applications will be provided to the winning bidder.
4.3.4 Accessibility Testing
Accessibility testing is designed to identify any issues with accessibility with the solution which would
impact users of assistive technology. The winning bidder will test for accessibility all configured
deliverables delivered under this RFQ, correct issues due to configuration and work with a third party
accessibility tester that will retest the solution. Further requirements related to accessibility testing are
found in Section 7 of this RFQ
Expected Deliverables and Due Dates:
a. Develop system, performance, accessibility and user acceptance testing plans (February 28, 2013)
b. Develop system, performance, accessibility and user acceptance test scripts (March 30, 2013)
c. Execute the tests and identify, prioritize and resolve agreed upon defects (April 30, 2013)
Expected Outcomes:
a. Fully tested program budgeting solution that meets ANF business and technical requirements that
is fully integrated with the existing MBA module and interfaces with the CIW for accounting and
personnel data and with MassCap for capital plan program data
b. Test results and defect log following standard test tracking procedures
4.4 Provide change management support
4.4.1 MMARS reporting of actual program spending
ANF plans to enter into an Interagency Service Agreement with the Office of the Comptroller (OSC)
to modify the Commonwealth‟s accounting system, MMARS, to support reporting of spending by
Executive Office for Administration and Finance Page 15 of 59 11/6/2012 @ 1:36:13 PM
programs. In order to assess the impact of this solution, which will require coding of encumbrance and
spending transactions for some agency users, a pilot of the new business requirements and MMARS
coding changes will be conducted in FY2014. One or more Secretariats and its member agencies will
be selected for this pilot that will begin in May, 2013 as the new fiscal year (FY2014) opens. The
winning bidder will coordinate project activities and timelines with OSC in support of the MMARS
pilot, including providing final program names and hierarchy, development of an alpha-numeric
coding schema for transactions, and data required to build an inference table in MMARS that maps
accounts to programs when there is a one-to-one match.
This engagement includes conducting briefings with staff of the Commonwealth Information
Warehouse (CIW) to identify impacts of the new MMARS requirements and to develop an agreed
upon implementation plan for any enhancements that CIW staff will undertake in support of this
initiative.
4.4.2 Deployment and rollout plan for pilot
The winning bidder will develop a roll out and deployment plan for the pilot of the “program actuals
solution” including conducting a detailed user impact analysis and engagement plan for users.
Recommendations for the pilot Secretariat(s) and/or agencies will be proposed by the winning bidder
and outreach to prepare users for the pilot will be provided.
4.4.3 Refinement of program structure, hierarchy and definitions
The winning bidder will work with ANF, the Legislature and Secretariats to refine the program
structure, hierarchy and definitions during the Spring of 2013 in order to prepare for FY2014 spending
plans being produced in the new program format as well as the existing account format. This task will
include meetings with Secretariat staff, with legislative budget staff and with ANF business owners to
solicit input, summarize comments and present recommendations to ANF for modifications to the
program structure and definitions. The modified structure will be used to “seed” the new program
budgeting solution for FY2014 spending plan development.
Expected Deliverables and Due Dates:
a. Develop materials as needed by OSC to support MMARS enhancements to be made by OSC or
other staff contracted by OSC (January 30, 2013)
b. Develop roll out plan and deployment plan for a pilot of the program spending actuals solution
(February 28, 2013)
c. Conduct detailed user impact analysis for recommended pilot Secretariat(s) and /or agencies
January 30, 2013)
d. Develop engagement plan for impacted pilot users and provide outreach to users to prepare for
pilot implementation (April 30, 2013)
e. Conduct briefings for CIW staff and develop implementation plan for CIW enhancements in
conjunction with CIW staff (January 30, 2013)
f. Develop program structure, hierarchy and definitions for MMARS pilot (April 30, 2013) and final
enterprise-wide program structure, hierarchy and definitions (May 30, 2013)
Expected Outcomes:
Executive Office for Administration and Finance Page 16 of 59 11/6/2012 @ 1:36:13 PM
a. Implementation of a pilot within one or more Secretariats to code MMARS encumbrance and
spending transactions in order to report spending on programs
b. Coordination of CIW enhancements to support the pilot and to reflect enhancements to MMARS
for reporting of program spending actuals
c. Final program structure, hierarchy and definitions for use in FY14 spending plan and FY15 budget
development process
4.5 Provide SmartView Training and Develop Training Materials for Users of the Program
Budget Solution
The winning bidder will provide SmartView training for MBA and MassCap users during the fixed
price period of this engagement. Training sessions will hold no more than 20 users at a time and the
location(s) will be determined by ANF. Most sessions will be scheduled in a centrally located ITD
training room located in Boston. ANF may require that training sessions be held in other parts of the
Commonwealth and will arrange locations and set up as needed.
The purpose of these training sessions is to promote the use of the SmartView ad hoc reporting tool for
users of MBA and MassCap who wish to extend their understanding and skills. ANF will coordinate
sign up for the sessions.
The winning bidder will also develop training materials and job aids for users of the program budget
solution to be used by ANF to assist users of the program budget solution to become familiar with
solution functionality.
Expected Deliverables and Due Dates:
a. Conduct 2 advanced SmartView training sessions for users each month (January – June 30, 2013)
b. Develop training materials and job aids for user of the program budget solution
Expected Outcomes:
a. User population that is more aware of SmartView as an ad hoc reporting tool and better able to use
this tool for analysis and reporting
b. User population that is informed about how to use the program budget solution
4.6 Provide Weekly and Bi-Weekly Status Reports to Stakeholders
The winning bidder will prepare a project plan covering all aspects of the engagement, prepare weekly
status reports for the Commonwealth‟s Information Technology Division (ITD) and ANF and conduct
a weekly briefing for ITD and ANF stakeholders. A bi-weekly status and issues report will be
prepared and presented to the Executive Team Steering Committee for the program budgeting project.
Finally, briefing materials for stakeholders within and outside state government on the purpose and
vision of program budgeting, next steps and requested actions to support this initiative will also be
prepared as needed by the winning bidder.
Executive Office for Administration and Finance Page 17 of 59 11/6/2012 @ 1:36:13 PM
Expected Deliverables and Due Dates:
a. Project Plan (January 2, 2013)
b. Weekly and bi-weekly status reports (January-June 2013)
c. Prepare briefing materials for stakeholders as needed
Expected Outcomes:
a. Project oversight, issues and risk identification with recommendations to mitigate risk presented to
business owners
5. FUTURE NEEDS FUNCTIONALITY TIME & MATERIALS PORTION OF BID
Beyond the high level business requirements identified in Section 4 which are to be implemented
during the fixed price portion of the program budgeting engagement, ANF recognizes that “Future
Needs Functionality” may be incorporated in subsequent deployments of the ANF budget solution.
Inclusion of these functionalities may require additional configuration and implementation services.
The information in this Section 5 regarding potential future needs functionality is provided to bidders
to indicate other potential implementation services which ANF may procure at a later time from the
bidder selected under this RFQ or through a separate RFQ. In order to be eligible to perform work on
the Future Needs Functionality under this RFQ, bidders must agree to hold their hourly rate pricing for
the various roles described by them in their bid through June 30, 2015.
.
The Future Needs Functionalities may include but are not limited to:
a. Development of OBIEE based dashboards for internal and/or external (public) use for reporting
program spending during the year compared with planned expenditures
b. Other OBIEE reporting capabilities such as graphical maps and advanced analysis and trend
reporting related to programs, line items or capital plan items
c. Enhancements to MBA or MassCap, including but not limited to the development of a federal
grants spending plan and budget development module
d. Predictive modeling and drilldowns to support budget development including but not limited to
caseload projections, chargeback modeling for central administrative charges to agencies and
rolling forecasting of spending vs. cash flow by agency
e. Planning, management and implementation of software upgrades for Oracle products currently in
use for the MBA, MassCap and OBIEE platforms
f. Continued enhancements to the program budgeting solution.
As stated above ANF will, at its option, utilize additional resources of the winning bidder to assist
ANF with the continued development and support of new features and future needs of the program
budgeting solution, as well as additional follow up efforts related to the MBA, MassCap and OBIEE
Executive Office for Administration and Finance Page 18 of 59 11/6/2012 @ 1:36:13 PM
budget dashboards platforms and solutions. The successful bidder will provide multiple additional
resources, with skills and experience in multiple aspects of software development, including:
a. Project Management
b. Business Analysts – familiar with business intelligence, reporting and web based solutions
c. Technical leadership / architects – experience in designing business intelligence systems, data
warehouses / marts, ETL, reporting solutions, multi-tier web based software applications.
d. Database / BI Designers & Developers – experience in designing and developing business
intelligence systems, databases, data warehouses / marts, ETL, reporting solutions, and system /
data integration.
e. Web designers and developers – experienced in designing and developing intranet and internet
based web applications, and business intelligence solutions.
f. Quality Assurance leadership – experienced defining test strategies, plans, artifacts, and running
QA process for business intelligence and web based public facing, software applications. In
particular, the bidder must provide resources with skills related to identifying and mitigating
accessibility issues.
g. Quality Assurance Testers – experienced defining test cases, data, artifacts, and executing QA
process for business intelligence and web based public facing, software applications. Testers must
be experienced in identifying and mitigating accessibility issues.
h. Infrastructure / systems engineer – experienced in designing and implementing infrastructure
systems, including OS and environment setup, technology setup, build and release, and application
rollout processes
i. Accessibility testers.
6. WARRANTY PERIOD
Each Bidder must warrant that all of the tasks that it performs and the deliverables it delivers under the
fixed price portion of this RFQ will meet the technical and business requirements set forth herein and
result in a system that operates in substantial conformance with the specifications for the system set
forth herein. For the fixed price portion of this engagement the Warranty Period shall extend for at
least three (3) months after acceptance of all Fixed Price deliverables (the “Warranty Period”). For the
time and materials portion of this engagement the Warranty Period shall extend for at least three (3)
months after acceptance of all time and materials deliverables. During the Warranty Period, the
winning Bidder will correct all defects of a Level I, II or III severity arising out of the tasks that it
performs and the deliverables that it delivers for a fixed price. The Warranty Period will commence on
the date of ANF‟s final acceptance of the last task or deliverable referenced under the fixed price SOW
referenced herein. During the Warranty Period, the bidder must fix and remedy any defects (including
accessibility defects) arising out of the tasks that it performs and the deliverables that it delivers. The
bidder‟s response shall affirmatively agree to the Warranty Period and describe the approach it will
take to addressing this requirement. Bidders are encouraged to include a longer Warranty Period in
their responses to this RFQ.
Defect severity level definitions that will be used in this engagement are:
a. Severity Level I:
Executive Office for Administration and Finance Page 19 of 59 11/6/2012 @ 1:36:13 PM
This is either a safety issue or an issue that affects a central requirement for which there is no
workaround. It prevents either use or testing of the system.
b. Severity Level II:
This is an issue that affects a central requirement for which there is a workaround, where use or testing
of the system can proceed in a degraded mode, or an issue that affects a non-central requirement for
which there is no workaround, where the feature cannot be used.
c. Severity Level III:
This is an issue that affects a non-central requirement for which there is a workaround, or a cosmetic
issue, i.e. information is correctly shown but the appearance is wrong, such as misspelled words,
wrong font, wrong indentation, etc.
7. ACCESSIBILITY
7.1 Standards
ANF is subject to the Information Technology Division‟s Enterprise Information Technology
Accessibility Standards and Web Accessibility Standards (together, the “ITD Accessibility Standards”)
issued by the Commonwealth of Massachusetts‟ Information Technology Division (“ITD”) in
connection with the use of the applications, as well as the assistive technology. The AT/IT
Environment list sets forth an illustrative list of assistive technology (AT) (including class, brand, and
version) and desktop configurations that could be in use by the user base of the program budgeting
initiative and future budget application initiatives. The ITD Accessibility Standards and the AT/IT
Environment List are available on line at www.mass.gov/accessibility.
ANF has not yet engaged a third party accessibility tester but will do so during the term of the fixed
price SOW resulting from this RFQ to test all user interfaces currently known, or to be developed. The
third party accessibility tester will identify any accessibility problems with the Oracle software that
will provide the platform for the program budgeting module, and will also test all software
deliverables, whether they are comprised of Oracle COTS configured by the winning bidder or code
written by the winning bidder, delivered under this RFQ.
Unless the bidder is Oracle, the publisher of the commercial off the shelf software on which the
program budgeting module will be based, the bidder is not responsible for addressing accessibility
problems, if any, inherent in the Oracle software.
7.2 Meeting to Review Accessibility Standards
Prior to commencing any design work under this Agreement, the bidder‟s Project Manager and design
professionals shall meet with ANF‟s Project Manager to review and discuss: (1) the ITD Accessibility
Standards; (2) the AT/IT Environment List; and (3) the Oracle Vendor Product Accessibility
Templates or “VPATs”, to assess their impact on the tasks and deliverables to be performed by the
Executive Office for Administration and Finance Page 20 of 59 11/6/2012 @ 1:36:13 PM
Vendor under the agreement entered under this RFQ. Oracle VPATS may be accessed through the
following link: http://www.oracle.com/us/corporate/accessibility/vpats/index.html
7.3 Accessible Design of Program Budgeting Solution and Reports and Configuration of
Oracle Software
The winning bidder shall design and configure the program budgeting solution for maximum
accessibility in accordance with: (1) Oracle‟s accessibility configuration documentation, if any; and
(2) the findings of the third party accessibility tester.
The winning bidder shall test for accessibility all configured deliverables delivered by it under this
RFQ and share such results with ANF, Oracle, and any third party accessibility tester hired by ANF.
The winning bidder shall be responsible for curing, at no additional cost, each instance identified by
the Commonwealth in which its configuration deliverables fail to comply with the ITD Accessibility
Standards due to the bidder‟s design or configuration efforts.
Through review of the VPATs, the results of the winning bidder‟s testing of their own deliverables,
and the results of the third party accessibility testing with respect to the Oracle products, the parties
may determine that there are accessibility issues related to the Oracle products and/or to the program
budgeting solution resulting from configuration of the Oracle products. The winning bidder shall
cooperate with ANF, Oracle, and the third part accessibility tester in their efforts to mitigate
accessibility problems related to the winning bidder‟s deliverables. Alternatives may include, among
other things, reconfiguration, shutting off inaccessible features, and procurement of third party
software. The winning bidder shall collaborate with ANF and ITD on fixes and assist in analyzing
whether the source of failure is due to configuration or the underlying software.
7.4 Software Developed by the Winning Bidder
While the fixed price portion of this engagement involves only software configuration, the hourly rate
portion may involve the bidder‟s development of software. The winning bidder shall test every
software deliverable that it delivers under this RFQ, including the custom code created to customize
commercial off the shelf software (COTS) and any updates, new releases, versions, upgrades,
improvements, bug fixes, patches, enhancements, or other modifications to the software (collectively
“Software Deliverables”) developed by the winning bidder under this RFQ, against the ITD
Accessibility Standards, and for interoperability with the AT/IT Environment list. At the time each
such Software Deliverable is delivered to ANF, the winning bidder shall deliver to ANF the results of
such testing.
In addition, the winning bidder shall cooperate with ANF, and any third party accessibility testing
vendor engaged by ANF, in the performance of testing. The third party accessibility testing vendor
engaged by ANF shall test each Software Deliverable against the ITD Accessibility Standards and for
interoperability with the AT/IT environment described in the AT/IT Environment List. The winning
bidder shall be responsible for curing each instance in which its Software Deliverables fail to comply
Executive Office for Administration and Finance Page 21 of 59 11/6/2012 @ 1:36:13 PM
with the ITD Accessibility Standards. The winning bidder shall use best efforts to cooperate with ANF
and any pertinent AT vendor to correct any problems identified during such testing with the
interoperability of the Software Deliverables with the AT/IT Environment List.
The winning bidder shall provide a credit against amounts due by ANF under this agreement for all
testing, including repeat accessibility testing required with respect to Software Deliverables that fail
initial testing with respect to the ITD Accessibility Standards and are required by the ITD ATL to be
retested in that regard. Such credits shall not exceed 5% of the total not-to-exceed price of any SOW
entered on a time and materials basis under this RFQ.
7.5 Training and Documentation
All training deliverables offered by the winning bidder shall comply with the ITD Accessibility
Standards and any computer based training provided by the bidder shall interoperate with the assistive
technology identified on the AT/IT Environment List that ITD identifies as being relevant for the users
of the application while taking into consideration the results set forth in the VPATs. Should the
winning bidder offer any classroom based, in person user training in this project, the winning bidder
shall coordinate with ANF in the identification of all prospective attendees at the training who require
accommodation and shall cooperate with ANF in its provision of such accommodation. All technical
and user documentation and any additional training documentation or materials delivered by the
winning bidder under this Agreement that specify mouse commands shall also include alternative
keyboard commands wherever a mouse command is specified. Any documentation delivered under
this Agreement shall be in an agreed-upon editable format.
7.6 Project Plan; Testing.
The winning bidder will implement a plan to test its software deliverables at critical points in the
project plan. Such testing will be incorporated in the project plan and be part of the bidder‟s overall
quality assurance process. In this regard, the winning bidder shall test for accessibility of its
deliverables during any or all testing including without limitation system testing, integration testing,
final acceptance testing and user testing. The winning bidder will test against the ITD Accessibility
Standards and a specific list of AT. The winning bidder shall deliver to ANF the results of such
testing.
8. GENERAL TECHNICAL AND LEGAL REQUIREMENTS
8.1 General Requirements
All aspects of this RFQ including but not limited to, the proposed systems and associated components
(including but not limited to hardware, software, and associated networking and security equipment)
must meet all noted Policies, Standards, Regulatory and Legal requirements, specifically:
Executive Office for Administration and Finance Page 22 of 59 11/6/2012 @ 1:36:13 PM
a. Comply with all applicable Enterprise Policies, Standards and Procedures. These policies are
available for viewing at: http://www.mass.gov/anf/research-and-tech/policies-legal-and-technical-guidance/it-policies-standards-and-procedures/
b. Comply with all applicable provisions of M.G.L. c. 66A (Fair Information Practices Act) as exists
as of the date of Contract signing.
c. Comply with all applicable provisions of MA Executive Order 504 at: http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-504.html
d. Comply with all applicable security requirements of M.G.L. 93H (Security Breaches) and M.G.L.
93I (Disposition and Destruction of Records) as exists as of the date of contract signing, including
signature of the Executive Order 504 certification.
8.2 Additional Architectural Requirements
In addition to, and in support of, the above-mentioned Policies, Standards, Regulatory and Legal
requirements, Bidders shall:
a. Provide industry standard safeguards to prevent unauthorized system modifications;
b. Provide an industry standard mechanism for recording modifications to the baseline program
budgeting solution;
c. Handle any encryption processes for data at rest in a manner consistent with NIST Special
Publication 800-111, Guide to Storage Encryption Technologies for End User Devices;
d. Handle any encryption processes for data in motion in a manner consistent with the requirements
of Federal Information Processing Standards (FIPS) 140-2. These include, as appropriate,
standards described in NIST 800-53/ISO27001:2005 Standards A.12.3; Cryptographic Controls,
NIST Special Publications 800-52, Guidelines for the Selection and Use of Transport Layer
Security (TLS) Implementations; 800-77, Guide to IPsec VPNs; or 800-224, Guide to SSL VPNs,
and may include others which are FIPS 140-2 validated;
e. Develop all web applications using the secure coding guidelines contained in the Open Web
Application Security Project (OWASP) Development Guide that is current as of the date of
contract signing;
f. Test all web applications to ensure they are free from the coding defects as described in the
OWASP Development Guide prior to implementation and submit a report showing the results of
such testing to ANF and ITD; and
g. Ensure any administrative and/or service accounts created are done in accordance with a generally
recognized prescriptive security guide such as the Microsoft Administrator Account Planning
Guide and the Microsoft Service Account Planning Guide.
8.3 Access Control Requirements
Provide access controls to data and system software through the use of:
a. Unique and encrypted username/password log-on for authorized users;
b. Passwords that expire on a staggered schedule and can be changed at any time by designated users;
c. Minimum password strength settings;
d. Restriction of application and/or function within application to specific log-on i.e. role-based
accounts; and
Executive Office for Administration and Finance Page 23 of 59 11/6/2012 @ 1:36:13 PM
e. Hierarchical levels of access restricting access to data and function utilizing a “need to know”
security system based on an individual user profile (e.g., inquiry-only capabilities versus global
access to all functions).
Oracle is a COTS application. In the context of this effort, the winning bidder will be typically
required to customize aspects of the Oracle COTS. It is understood that the winning bidder is
constrained by the technical capabilities of the commercially available application. Nonetheless, the
Commonwealth‟s technical, architectural, security, and accessibility requirements must be met,
whenever applicable.
8.4 Service Oriented Architecture
The architecture will be consistent with the Enterprise Service Oriented Architecture standards,
specifications, and principles detailed in the Enterprise Technical Reference Model. The summary of
the technical specifications also referenced in the introduction of the Commonwealth Enterprise
Technical Reference Model - Service-Oriented Architecture (ETRMv5.1): http://www.mass.gov/anf/research-and-tech/policies-legal-and-technical-guidance/it-policies-standards-and-procedures/ent-pols-and-stnds/ent-architecture/etrm-v-5-1/
Service Oriented Architecture (SOA) is an architectural style that guides all aspects of creating and
using business processes, packaged as services, throughout their lifecycle, as well as defining and
provisioning the IT infrastructure that allows different applications to exchange data and participate in
business processes regardless of the operating systems or programming languages underlying those
applications. SOA represents a model in which functionality is decomposed into small, distinct units
(services), which can be distributed over a network and can be combined together and reused to create
business applications. These services communicate with each other by passing data from one service to
another, or by coordinating an activity between two or more services.
The technical goal for the program budgeting module is to obtain a solution that will implement a
service oriented architecture and run and perform well on systems using open standards technologies,
as defined by:
a. The Commonwealth's Enterprise Technical Reference materials; and
b. The Commonwealth‟s Methodology documentation.
8.5 Enterprise Services
The Commonwealth is transitioning from siloed, application-centric, and agency-centric IT
investments to an enterprise approach. The program budgeting solution of MBA will implement an
extensible, flexible, scalable, and secure architecture on a platform that uses industry standards and
standardized integration points. In order to promote the reuse and sharing of services across the
Commonwealth, the program budgeting effort will leverage existing and emerging components and
services such as:
a. Enterprise Shared Application Infrastructure (SAI) components such as the Enterprise Service Bus
and XML Gateways, Service Registry and Repository;
b. Enterprise services, such as managed file transfers (Interchange); and
Executive Office for Administration and Finance Page 24 of 59 11/6/2012 @ 1:36:13 PM
c. Secretariat-wide licenses such as the ANF Oracle Unlimited Licensing Agreement entered by
the Executive Office for Administration and Finance August of 2009 and available at: http://www.mass.gov/anf/research-and-tech/it-finance-and-procurement/
9. BIDDER EXPERIENCE
Bidders must be vendors on the statewide ITS43 Solution Providers contract, the statewide ITS43
Technical Specialists contract, or the statewide ITS19 Oracle contract.
The successful bidder must demonstrate the following experience and qualifications:
a. Have proven experience and development capability with the tools and technologies against
which the proposed program budgeting solution is built. This includes the following
technologies:
i. Oracle 10g/11g database
ii. Hyperion Planning Plus 11.1.1.2 and subsequent software versions
iii. Oracle EssBase
iv. Oracle Interactive Reporting
v. Oracle Data Integrator (ODI)
vi. Oracle OBIEE 10g / 11g
vii. Weblogic
viii. Java
ix. Javascript, HTML and web technologies
x. Linux servers and related technologies
b. Have demonstrated experience providing sophisticated consulting services to entities of a
similar size to the Commonwealth ($35B annual operating budget) faced with creating
enterprise budgeting and reporting solutions, including data gathering, analysis, and
reporting.
c. Familiarity and demonstrated experience with the detailed business and data requirements of
financial, accounting and spending in a state environment.
d. Familiarity with the Commonwealth’s legacy enterprise systems such as MMARS, HR/CMS
and the Commonwealth Information Warehouse (CIW) from which the program budgeting
solution will call data.
10. EVENT CALENDAR
Table 2: Event Calendar
CALENDAR EVENT DAY DATE TIME
RFQ Posting and Release Monday 11/05/2012 5:00pm
Executive Office for Administration and Finance Page 25 of 59 11/6/2012 @ 1:36:13 PM
Questions due Friday 11/09/2012 5:00pm
Answers Posted in CommPass Monday 11/12/2012 5:00pm
RFQ Responses Due Monday 11/19/2012 5:00pm
Questions must be emailed to Helen.C.O'Malley@MassMail.State.MA.US. It is the vendor‟s
responsibility to verify the receipt of their questions. The Subject line of the email must read RFQ
11052012.
11. SUBMISSION REQUIREMENTS
Interested vendors must submit one electronic copy of the original response in Microsoft Word
format. The electronic copy must be emailed to Helen.C.O'Malley@MassMail.State.MA.US.
Responses emailed but not received at the designated email address by the date and time indicated
below will not be evaluated. Responses must be received by ANF no later than 5:00 PM on Monday,
November 19, 2012. No exceptions will be made for email transmission delays due to technical
problems outside the Commonwealth‟s control.
12. VENDOR RESPONSES
Responses should be a straightforward description of the bidder‟s proposed services, and should follow
the outline defined in this section. Extraneous marketing or promotional materials are discouraged.
Responses will include the following:
12.1 A cover letter in which the bidder agrees to the terms of this RFQ.
12.2 Business Response
a. A response in the affirmative to each of the requirements of the description of requested services
set forth in Section 2, Description and Purpose of this Procurement; Section 4, Specific Tasks and
Deliverables: Fixed Price Portion of the Engagement; and Exhibit C: Draft Requirements for
Proposed Program Budgeting Solution.
b. A description of the bidder‟s experience responsive to the requirements of Section 9, “Bidder
Experience”, above;
c. The names and contact information for three references for organizations of similar size to the
Commonwealth for which the bidder has successfully provided services similar to those described
in this RFQ.
d. An all-inclusive proposal for the fixed-priced component of this RFQ engagement implementing
the goods and services described in Section 4 above, Specific Tasks and Deliverables: Fixed Price
Executive Office for Administration and Finance Page 26 of 59 11/6/2012 @ 1:36:13 PM
Portion of Engagement. This proposal should include a detailed description of the work, phases,
methodology, tasks and deliverables proposed to meet the requirements of the solution. This
proposal should NOT include any costs (Cost proposal must be provided separately).
e. The bidder must include with its response a sample framework for this project based on similar
projects completed by the Bidder. This framework should set forth the methodology and tasks by
which the bidder has delivered to other clients services substantially similar to those described in
this RFQ. The methodology /framework must be widely recognized and publicly available.
Materials produced by the Software Engineering Institute (SEI), Project Management Institute
(PMI), Institute of Electrical and Electronics Engineers (IEEE) and Software Program Managers
Network (SPMN) are examples of frameworks that could provide a basis for the Vendor‟s
methodology.
f. The bidder must include with its response a draft project plan, created using a project management
tool such as Microsoft Project, for the project timeline proposed as part of the solution. The project
plan must begin with the Contract execution and end upon completion of the Warranty Period. The
project plan must show phases necessary to implement the proposed solution of this RFQ with
related milestones, task numbers and descriptions, task duration and dependencies and responsible
parties.
g. A staffing chart with job titles and the proposed time spent by each person proposed by the vendor
for either the fixed price or the time and materials portion of the contract (bidders must indicate
which resources will be devoted to the fixed price or time and materials activities, or to both)
would be dedicated to the project during the engagement (see Table 3 below). In addition, resumes
of all staff members named in Table 3 must be included.
Table 3: Proposed Staffing
Staff Members Job Title / Role
Time Commitment expressed as
percentage of full time
h. Using the Statement of Work (SOW) form attached hereto as Exhibit A, the bidder must provide a
draft statement of work (in electronic editable form) with respect to the fixed price portion of this
engagement that incorporates the bidder‟s proposed changes to the template SOW in redline form.
The bidder‟s changes to the template should include the requirements of the RFQ and the bidder‟s
proposed plan as outlined in its response for meeting the requirements, including how the bidder
will install, configure and implement the new application and any related business process change.
The draft SOW must outline the bidder‟s proposed services and deliverables to effectively project
manage, develop, and deliver the services requested. The draft SOW must not include any
reference to cost. The apparent successful bidder will be given the opportunity to negotiate a
statement of work with the Commonwealth for the fixed price portion of this engagement in which
the parties will more clearly define the deliverables, milestones and reporting structure for this
project. If negotiations with the top scoring bidder fail, ANF reserves the right to award the
Executive Office for Administration and Finance Page 27 of 59 11/6/2012 @ 1:36:13 PM
contract to the next highest scoring bidder. Bidders should note that most of the SOW form is non-
negotiable.
12.3 Cost Response.
Bidders shall submit a fixed price, all inclusive cost proposal for the six tasks and related deliverables
necessary to meet the requirements of section 4 of this RFQ.
The fixed price bids must be broken down by payments per milestone (aligned with the milestones
identified in the Bidder‟s project plan). The fixed price for each identified milestone shall be an all-
inclusive cost proposal, including all fully loaded staffing, desktop, telecommunications and office
related costs, as well as travel and expenses.
Bidders MUST provide the Cost Response in a separate document from the Programmatic and
Business Responses to this RFQ. For hard copies of responses, bidders should package Cost
Responses in separate envelopes from the Programmatic and Business Responses and should clearly
label the contents of each envelope. For soft copies of responses, bidders should provide a separate
attachment clearly labeled “Cost Response”. Bidders MUST NOT include any costs or cost
information for this project in any portion of their response except in this Cost Response. Failure to
comply with these instructions may be grounds for rejection of the response.
In addition, bidders shall provide a cost proposal for the additional time and materials cost portion for
the staff resources described in section 5 above, Future Needs Functionality Time and Materials
Portion of Bid, including the names, backgrounds and hourly rates of proposed resources. Once the
fixed price portion of the engagement described in this RFQ is accomplished, the parties will, at ANF‟s
sole discretion, negotiate a second SOW or later SOWs pertaining to the hourly rate portion of the
engagement.
Bids will be considered valid for a minimum of ninety (90) calendar days, except that the Bidders‟
hourly rates will be considered valid through June of 2015.
13. EVALUATION CRITERIA
The responses to this Request for Response will be evaluated based on the criteria listed below. The
following criteria are divided into two sections: Business/Technical and Cost.
13.1 Business and Technical Points will be assigned based on:
a. The bidder‟s proposed approach to meeting the RFQ specifications including, without limitation,
clarity, comprehensiveness, relevance, accuracy and innovation.
b. The quality and comprehensiveness of the proposed Project Plan and Statement of Work
c. The bidder‟s previous experience providing services similar to those described in this RFQ.
Executive Office for Administration and Finance Page 28 of 59 11/6/2012 @ 1:36:13 PM
d. The quality of the Bidder‟s methodology or framework for this project
e. The bidder‟s proposed staff qualifications and capabilities
f. The bidder‟s availability of resources. Time is of the essence with respect to this engagement and
any vendor unable to provide the desired resources within the time frame described in this RFQ will be disqualified.
13.2 Cost
a. For the fixed price portion of the bid, each bidder will be assigned points based on the estimated
ratio of its total price to the lowest total price with the lowest total price receiving the maximum
points in this category.
b. For the hourly rate portion of the bid, each vendor will be assigned points based on the ratio of its average hourly rate to the average hourly rate of other bidders
13.3 Vendor Interviews
ANF reserves the right, at its discretion to conduct vendor interview of the top scoring vendors and to
award additional points based on the quality of such interviews.
14. RESPONSE EVALUATION
ANF will establish an Evaluation Committee for the purpose of evaluating all responses. One member
will be designated to serve as Chair of the Evaluation Committee.
15. BEST AND FINAL OFFER
Pursuant to 801 CMR 21.06(8), ANF could offer one or more bidders an opportunity to provide one or
more corrections or clarifications. If it so chooses, ANF will distribute specific information regarding
submission requirements, timelines and information about its corrections or clarifications evaluation
process to the bidder(s) selected for participation in the corrections or clarifications process. Bidders
may be asked to provide additional corrections or clarifications to specific sections of the RFQ
response. Bidders are not required to submit an answer in response to ANF‟s inquiry and may notify
ANF in writing that their response remains as originally submitted. Any such request for corrections
or clarifications shall be deemed an amendment to the RFQ for that bidder and any response by a
bidder to a request for a corrections or clarifications shall be deemed an amendment to that bidder‟s
response.
Pursuant to 801 CMR 21.06(11), ANF could offer one or more bidders an opportunity to provide one
or more Best and Final Offers (BAFOs). If it so chooses, ANF will distribute specific information
regarding submission requirements, timelines and information about its BAFO evaluation process to
the bidder(s) selected for participation in the BAFO. Bidders may be asked to reduce costs to the RFQ
response. Bidders are not required to submit a BAFO in response to ANF‟s request and may notify
ANF in writing that their response remains as originally submitted. Any such request for a BAFO
Executive Office for Administration and Finance Page 29 of 59 11/6/2012 @ 1:36:13 PM
shall be deemed an amendment to the RFQ and any response by a bidder to a request for a BAFO shall
be deemed an amendment to that bidder‟s response.
ANF may request corrections, clarifications and/or BAFOs at the same time or independently.
16. BEST VALUE SELECTION AND NEGOTIATION
After the Comparison, the RFQ Evaluation Committee will recommend the selection of the response(s)
which demonstrates the best value overall to ANF and the Commonwealth. ANF and the selected
bidder may negotiate a change in any element of contract performance or cost identified in the original
RFQ or the selected bidder‟s response which results in lower costs or a more cost-effective or better
value than was presented in the selected bidder‟s original response.
17. BIDDER-RELATED RFQ AND SELECTION COSTS
Bidders are solely responsible for any and all costs the bidder incurs in responding to this RFQ or
participating in the bidder selection process. ANF will not reimburse any expenses in this regard.
18. REJECTION OF RESPONSES
ANF reserves the right to reject a bidder‟s proposal at any time during the evaluation process if the
bidder:
a. Fails to demonstrate to ANF‟s satisfaction that it meets all RFQ requirements;
b. Fails to satisfy all response submission instructions;
c. Fails to submit all required information;
d. Has any interest that may, in ANF‟s sole determination, conflict with performance of services for
the Commonwealth or is anti-competitive;
e. Fails to make a product demonstration and/or oral presentation, if requested;
f. Rejects or qualifies its agreement to any of the mandatory provisions of the RFQ;
g. Fails to reach an agreement with ANF on all Contract terms, including, but not limited to, payment
provisions;
h. Conditions the bid on the modification or amendment of the terms and conditions contained within
the Commonwealth Terms and Conditions and the Commonwealth Standard Contract Form.
19. OTHER REMEDIES
ANF, in its sole discretion, may determine that non-compliance with any RFQ requirement is
insubstantial. In such cases, the Evaluation Committee may seek clarification, allow the bidder to
make minor corrections (both in accordance with Section 15), apply appropriate penalties in the
evaluation, or apply a combination of all three remedies.
20. ORDER OF PRECEDENCE
The entire agreement between the parties created under this RFQ will consist of the following
documents in the following order of precedence: (1) the Commonwealth‟s Standard Form Contract; (2)
Executive Office for Administration and Finance Page 30 of 59 11/6/2012 @ 1:36:13 PM
the Standard Terms and Conditions; (3) RFR ITS43 or ITST19; (4) the Bidder‟s response thereto; (5)
this RFQ; and (6) the bidder‟s response hereto as modified by any statement of work or other
agreement negotiated by the parties. Bidders who object to this order of precedence will be
disqualified.
Executive Office for Administration and Finance Page 31 of 59 11/6/2012 @ 1:36:13 PM
21. GLOSSARY
ANF – the Executive Office for Administration and Finance, the Governor‟s fiscal agency
ARRA – American Recovery and Reinvestment Act
AT – Assistive Technology
ATL – the Commonwealth‟s Information Technology Division‟s Assistive Technology Laboratory
CIW – Commonwealth Information Warehouse. Statewide record of financial and payroll
information from HR/CMS and MMARS, stored in SQL tables and maintained by ITD. Updated
nightly
CommPass – the Commonwealth‟s procurement system
Commonwealth – Commonwealth of Massachusetts, State of Massachusetts
CPAT – Commonwealth Performance, Accountability and Transparency
Fiscal year – for Massachusetts, the fiscal year begins July 1 and ends June 30th
, with an accounts
payable period through August 31st. FY2012 ended June 30, 2012
GAA – General Appropriation Act – annual budget bill authorized by the Legislature and signed
by the Governor
HRCMS – Human Resources Compensation and Management System – the state‟s payroll system
used by all but the University of Massachusetts. A PeopleSoft application
ITD – the Information Technology Division, headed by the Commonwealth‟s chief information
officer.
LCM – Labor Cost Management – a MMARS module to allow departments to charge payroll costs
to another account.
MassCap – Massachusetts Capital Budget Application
MBA – Massachusetts Budget Application
MMARS – Massachusetts Management Accounting and Reporting System – the accounting
system used by all of Massachusetts‟ agencies; a CGI/AMS product
Executive Office for Administration and Finance Page 32 of 59 11/6/2012 @ 1:36:13 PM
22. EXHIBIT A TO RFQ: STATEMENT OF WORK
STATEMENT OF WORK
BETWEEN
THE [NAME AGENCY]
AND
[NAME ITS43 VENDOR]
FOR THE
[NAME PROJECT]
1. INTRODUCTION
The following document will serve as a Statement of Work (“SOW”) between the [Agency Name]
(“[Agency Abbreviation]”) [of the [Name Parent Agency] and [Vendor Name] (“[Vendor
Abbreviation]”) to apply to work on the [Name of System or Project to be Completed] ([Abbreviated
Project Name]). The entire agreement (the “Agreement”) between the parties (the “Agreement”)
consists of the following documents in the following order of precedence: (1) the Commonwealth
Standard Terms and Conditions; (2) the Commonwealth‟s Standard Form Contract; (3) Request for
Response (“RFR”) ITS43; (4) [Vendor Abbreviation]‟s response thereto; (5) the Request for Quotes
(“RFQ”) [name and date of Agency‟s RFQ]; and (6) [Vendor Abbreviation]‟s response thereto as
amended by this SOW.
2. DEFINITIONS
The terms used in this SOW, unless defined in this SOW or in an amendment made hereto, shall have
the meaning ascribed to them in the other documents that constitute the Agreement between the
parties.
“Deliverable” means any work product that [Vendor Abbreviation] delivers for the purposes of
fulfilling its obligations to [Agency Abbreviation] under the terms of the Agreement, including work
product that [Vendor Abbreviation] must submit to [Agency Abbreviation] for [Agency
Abbreviation]‟s approval in accordance with the formal acceptance procedures set forth within the
SOW or the Task Order(s) entered into hereunder.
“Milestone Payment” means a defined payment amount associated with the completion of a particular Deliverable or set
of Deliverables.
“Task” means a material activity engaged in by [Vendor Abbreviation] for the purpose of fulfilling its obligations to
[Agency Abbreviation] under the terms of the Agreement, which may or may not result in the creation of a Deliverable.
“Task Order” means an amendment to this SOW that specifies Tasks, Deliverables, or hourly rate services to be
completed by [Vendor Abbreviation] under the terms of this Agreement.
Executive Office for Administration and Finance Page 33 of 59 11/6/2012 @ 1:36:13 PM
3. OVERVIEW, EFFECTIVE DATE AND TERM
[Provide a high level description of the project.]
This Agreement’s term (the “Term”) begins on the date on that it is executed by both parties (the
“Effective Date”) and shall terminate at 5:00 p.m. on [INSERT END DATE] (“Termination
Date”). Notwithstanding the foregoing, Sections 5.1 and 5.2 of System Security, Section 11.2
Warranty, and Section 11.3, Title and Intellectual Property Rights [Agency choose other sections
that will survive termination] shall survive the termination of the remainder of this SOW.
4. POINTS OF CONTACT
4.1 Single Point of Contact
[Vendor Abbreviation] and [Agency Abbreviation] will each assign a single point of contact with respect to this
SOW. It is anticipated that the contact person will not change during the Term of this Agreement. In the event
that a change is necessary, the party requesting the change will provide prompt written notice to the other. In the
event a change occurs because of a non-emergency, two-week written notice is required. For a change resulting
from an emergency, prompt notice is required. [Vendor Abbreviation]‟s contact person is [Vendor Contact Name
and Title], who can be reached at [Vendor Contact Address, phone number(s), email].
[Agency Abbreviation]‟s contact is [Agency Contract Name and Title] who can be reached at [Agency Contact
Address, phone number(s), email].
4.2. Subcontractors [Delete provision 4.2, the following provision, if the Vendor is not using subcontractors]
[Vendor Abbreviation] shall take full responsibility for project management. [Vendor Abbreviation] shall submit all subcontracts related to work to be performed hereunder for approval by [Agency Abbreviation] within two weeks of the Execution Date of this SOW and within two weeks for any Task Order issued hereunder which entails work by [Vendor Abbreviation] subcontractors. [Vendor Abbreviation] shall ensure that its subcontractor(s) that perform work efforts under this SOW shall comply with all terms of the Agreement. [Vendor Abbreviation] will act as prime contractor for the [Vendor Abbreviations]‟s subcontractor (s) and be
responsible for the performance of subcontractor. [Vendor Abbreviation] must submit for approval, be responsible
for, and pass on all covenants, and warranties, etc. to subcontractor.
5. SYSTEM SECURITY
As part of its work efforts under this SOW, [Vendor Abbreviation] will be required to use Commonwealth data
and IT resources. For purposes of this work effort, “Commonwealth Data” shall mean data provided by the
[Agency Abbreviation] to [Vendor Abbreviation], which may physically reside at a Commonwealth or [Agency
Abbreviation] or [Vendor Abbreviation] location.
5.1 Commonwealth Data
Executive Office for Administration and Finance Page 34 of 59 11/6/2012 @ 1:36:13 PM
In connection with Commonwealth Data, [Vendor Abbreviation] will implement
commercially reasonable safeguards necessary to:
5.1.1 Prevent unauthorized access to Commonwealth Data from any public or private network;
5.1.2 Prevent unauthorized physical access to any information technology resources involved in the
development effort; and
5.1.3 Prevent interception and manipulation of Commonwealth Data during transmission to and from any
servers.
5.2 Commonwealth Personal Data
In addition to the above requirements for Commonwealth Data, [Vendor Abbreviation] may be required to use the
following Commonwealth personal data under MGL ch. 66A and/or personal information under MGL ch. 93H, or
to work on or with information technology systems that contain such data as [here agency should list the
categories of such data that the vendor will be required to use] in order to fulfill part of its specified tasks. For
purposes of this work effort, electronic personal data and personal information includes data provided by the
[Agency Abbreviation] to [Vendor Abbreviation] which may physically reside at a location owned and/or
controlled by the Commonwealth or [Agency Abbreviation] or [Vendor Abbreviation]. In connection with
electronic personal data and personal information, [Vendor Abbreviation] shall implement the maximum feasible
safeguards reasonably needed to:
5.2.1 Ensure the security, confidentiality and integrity of electronic personal data and personal information;
5.2.2 Prevent unauthorized access to electronic personal data or personal information or any other
Commonwealth Data from any public or private network;
5.2.3 Notify [Agency Abbreviation] immediately if any breach of such system or of the security,
confidentiality, or integrity of electronic personal data or personal information occurs.
5.2.4 [Vendor Abbreviation] represents that it has executed the EO504 Contractor Certification Form, which is
attached hereto as Exhibit B.
5.3 Software Integrity Controls [Address the following controls if applicable, usually in the case wherein
the Vendor will be developing code and migrating that code to a production environment]
[Vendor Abbreviation] and [Agency Abbreviation] recognize the serious threat of fraud, misuse, and destruction
or theft of data or funding. These threats could be introduced when unauthorized or inappropriate modifications
are made to a production system. [Vendor Abbreviation] shall implement the following controls for the purpose of
maintaining software integrity and traceability throughout the software creation life cycle, including during
development, testing, and production:
5.3.1 [Vendor Abbreviation] shall configure at least two software environments including a
development/quality assurance (QA) environment and a production environment.
5.3.2 [Vendor Abbreviation] shall implement a change management procedure to ensure that activities in the
development/QA environment remain separate and distinct from the production environment. In
particular the change management procedure shall incorporate at least the following:
5.3.2.1 Segregates duties between development and testing of software changes and migration of
changes to the production environment;
5.3.2.2 Implements security controls to restrict individuals who have development or testing
responsibilities from migrating changes to the production environment.
5.3.2.3 Includes a process to log and review all source control activities.
Executive Office for Administration and Finance Page 35 of 59 11/6/2012 @ 1:36:13 PM
5.3.3 [Vendor Abbreviation] shall implement a source control tool to ensure that all changes made to the
production system are authorized, tested, and approved before migration to the production environment.
5.3.4 [Vendor Abbreviation] shall not make any development or code changes in a production environment.
5.3.5 [Vendor Abbreviation] shall implement additional internal controls as specified in [Agency and Vendor
incorporate attachment if relevant].
6. ACCEPTANCE OR REJECTION PROCESS
[Vendor Abbreviation] will submit the required Deliverables specified in this SOW, or any Task Order entered into
hereunder, to the [Agency Abbreviation] Project Manager for approval and acceptance. [Agency Abbreviation] will review
work product for each of the Deliverables and evaluate whether each Deliverable has clearly met in all material respects the
criteria established in this Agreement and the relevant Task Order specifications. Once reviewed and favorably evaluated,
the Deliverables will be deemed acceptable.
Within ten (10) working days of receipt of each Deliverable, the [Agency Abbreviation] Project Manager will notify
[Vendor Abbreviation], in writing, of the acceptance or rejection of said Deliverable using the acceptance criteria specified
in this Section and associated with the Task or Deliverable specifications in this Agreement. A form signed by [Agency
Abbreviation] shall indicate acceptance. [Vendor Abbreviation] shall acknowledge receipt of acceptance forms in writing.
Any rejection will include a written description of the defects of the Deliverable. If [Agency Abbreviation] does not
respond to the submission of the Deliverable, within five (5) working days of [Agency Abbreviation‟s] receipt of each
Deliverable, [Vendor Abbreviation] shall provide a reminder notice to the [Agency Abbreviation] Project Manager. If
[Agency Abbreviation] fails to reject a Deliverable within five (5) business days after [Agency Abbreviation]‟s receipt of
the reminder notice, the Task or Deliverable is deemed accepted.
If [Agency Abbreviation] rejects a Deliverable, [Vendor Abbreviation] will, upon receipt of such rejection, act diligently to
correct the specified defects and deliver an updated version of the Deliverable to the Commonwealth. [Agency
Abbreviation] will then have an additional 5 (five) business days from receipt of the updated Deliverable to notify [Vendor
Abbreviation], in writing, of the acceptance or rejection of the updated Deliverable. Any such rejections will include a
description of the way in which the updated Deliverable fails to correct the previously reported deficiency.
Following any acceptance of a Deliverable which requires additional work to be entirely compliant with the pertinent
specifications, and until the next delivery, [Vendor Abbreviation] will use reasonable efforts to provide a prompt correction
or workaround.
7. PROJECT MANAGEMENT - PROJECT MANAGERS
[Vendor Abbreviation] and [Agency Abbreviation] must notify the other party‟s Project Managers of
any change in the name, address, phone number, fax number, or email address of their respective
Project Manager.
7.1 [Agency Abbreviation] Project Manager
[INSERT NAME OF Agency Abbreviation Designed Project Manager, Agency Project
Manager Title] (“[Agency Abbreviation]‟s Project Manager”) shall perform project
management on behalf of [Agency Abbreviation] for this engagement. [Agency
Abbreviation]‟s Project Manager will:
7.1.1 Work closely with [Vendor Abbreviation] Project Manager to ensure successful completion of the
project.
7.1.2 Consult with [Vendor Abbreviation] Project Manager to develop the Project Management Plan.
7.1.3 Review weekly status reports and schedule weekly meetings with [Vendor Abbreviation], as necessary.
7.1.4 Coordinate participation from [name other agencies and/or vendors] as required during the engagement.
Executive Office for Administration and Finance Page 36 of 59 11/6/2012 @ 1:36:13 PM
7.1.5 Acquire [Agency Abbreviation] project team members as needed.
7.1.6 Coordinate [Agency Abbreviation]‟s review of the Deliverables and sign an acceptance form to signify
acceptance for each accepted Deliverable.
[Agency Abbreviation]‟s Project Manager reports to [name and title], who reports to [name and title][repeat this
phrase until last named individual is agency head]. [Name individual, with title] will sign this SOW and all
amendments hereto on behalf of [Agency Abbreviation].
7.2 Vendor Project Manager
[The parties may insert additional language in this Section to incorporate the vendor‟s
additional project management practices for project planning, tracking, reporting and management,
including the types, frequency and contents of reports that will be provided by the developer to the
agency.]
[INSERT NAME OF Vendor Abbreviation Designed Project Manager, Vendor Project
Manager Title] (“[Vendor Abbreviation]‟s Project Manager”) shall perform project management on
behalf of [Vendor Abbreviation] for this engagement. [Vendor Abbreviation]‟s Project Manager will:
7.2.1 Be responsible for administering this Agreement and the managing of the day-to-day operations under
this Agreement.
7.2.2 Serve as an interface between the [Agency Abbreviation] Project Manager and all [Vendor Abbreviation]
personnel participating in this engagement.
7.2.3 Develop and maintain the Project Management Plan, in consultation with the [Agency Abbreviation]
Project Manager.
7.2.4 Facilitate regular communication with the [Agency Abbreviation] Project Manager, including weekly
status reports/updates, and review the project performance against the project plan. Facilitate weekly
project status meetings for the duration of the engagement.
7.2.5 Update the project plan on a weekly basis and distribute at weekly meetings for the duration of the
engagement.
7.2.6 Sign acceptance forms to acknowledge their receipt from [Agency Abbreviation].
7.2.7 Be responsible for the management and deployment of [Vendor Abbreviation] personnel.
[Vendor Abbreviation]‟s Project Manager reports to _____, who reports to_____ [repeat until reaching
engagement partner or equivalent]. [Name and title], being an authorized signatory named in [Vendor
Abbreviation]‟s response to ITS43, will sign this SOW and all amendments thereto on behalf of [Vendor
Abbreviation].
7.3 Issue Resolution
The Project Managers from each organization bear the primary responsibility for ensuring issue resolution. If they
mutually agree that they are unable to resolve an issue, they are responsible for escalating the issue to [insert name
and title of respective persons at agency and vendor].
8. AMENDMENTS TO THE SCOPE OF WORK
Executive Office for Administration and Finance Page 37 of 59 11/6/2012 @ 1:36:13 PM
This Agreement may be amended prior to the end of the Term. The Project Manager who would like
to request a change in scope for this engagement or any other terms contained within the Agreement,
will provide the suggested amendment in writing to the other party‟s Project Manager. The Project
Managers will jointly determine whether the change impacts any terms contained within the
Agreement. The parties may mutually agree to the change through a written amendment to this SOW.
For any amendment entered into under this Agreement where [Vendor Abbreviation] will be providing
services on a Time and Materials basis, the parties shall apply the Time and Materials terms as
described in Section 12 of this SOW to the relevant Task Order.
9. PERSONNEL
9.1 Key Personnel
[Vendor Abbreviation] agrees to provide the following personnel for the following amounts of
time for the duration of this project:
TABLE 1
KEY PERSONNEL
Staff Members Role Time Commitment
expressed as percentage of
full time
[Vendor Abbreviation] shall assign all of the foregoing personnel to this engagement on the
time basis set forth in Table 1. In the event that a change is necessary, [Vendor Abbreviation]
Project Manager will provide prompt written notice to [Agency Abbreviation] Project Manager
of the proposed change. If the personnel change is a result of a non-emergency, the [Vendor
Abbreviation] Project Manager shall provide the [Agency Abbreviation] Project Manager two-
week written notice. For personnel changes that result from an emergency, [Vendor
Abbreviation] Project Manager shall provide prompt written notice to [Agency Abbreviation]
Project Manager. [Agency Abbreviation] Project Manager has the right to accept or reject all
personnel. [Vendor Abbreviation]‟s personnel must comply with the Information Technology
Division‟s relevant Policies, Standards and Guidance, which may be located at
www.mass.gov/itd and [Agency Abbreviation]‟s workplace policies, which may be located at
[Agency – put in URL for location of relevant workplace policies or attach policies to SOW].
Executive Office for Administration and Finance Page 38 of 59 11/6/2012 @ 1:36:13 PM
9.2 Equipment, Work Space, Office Supplies
[Agency Abbreviation] will provide [workspace, cubicles, standard office equipment, and
standard network connectivity provided to state employees] for [Vendor Abbreviation] team
members working on-site for activities defined by this SOW or in the relevant Task Order.
[Vendor Abbreviation] will submit a list of employees who will need access to the building and
to state systems before execution of this SOW. Any [Vendor Abbreviation] employees who
have access to IT resources must comply with the “Acceptable Use Policy” (see
www.mass.gov/itd) or any alternative Acceptable Use Policy adopted by the [Agency
Abbreviation].
9.3 Related Project Knowledge
In addition to the “Statewide Contract IT Specifications” and all other terms of ITS43, [Vendor
Abbreviation] shall, prior to commencing any other work under this SOW, become familiar
with the following documents: [here list any other material that the vendor must master in order
to perform under the contract, such as prior studies, agreements, reports, etc.].
9.4 Intellectual Property and Work Effort Agreement for [Vendor Abbreviation]’s Employees,
Contractors and Consultants and Agents
[Vendor Abbreviation] shall ensure that each of [Vendor Abbreviation] personnel providing
services under this SOW, regardless of whether the individual is an employee, contractor, or
agent of [Vendor Abbreviation], shall, prior to rendering any services under this SOW, sign the
“Intellectual Property and Work Effort Agreement for Vendor‟s Employees, Contractors,
Consultants, and Agents” (the “IPAWE Agreement”) which is attached hereto as Exhibit A. If
[Vendor Abbreviation]‟s personnel who will be rendering services under this SOW have
already executed an agreement that, in the opinion of [Agency Abbreviation]‟s counsel,
provides legal protection to the Commonwealth as strong as that provided by the IPAWE
Agreement, [Vendor Abbreviation] may substitute such agreement in place of the IPAWE
Agreement for such personnel. [Vendor Abbreviation] shall return the signed copies of the
IPAWE Agreement, or the [Agency Abbreviation] Project Manager‟s pre-approved substitute
agreement, to [Agency Abbreviation]‟s Project Manager prior to the rendering of any services
under this SOW.
10. MASSGIS WEB MAPPING SERVICES [PARTIES MAY DELETE THIS SECTION IF
NOT RELEVANT FOR WORK EFFORTS UNDER THIS SOW]
MassGIS is the Commonwealth‟s Office of Geographic and Environmental Information. Its legislative mandate includes
coordinating GIS activities in the Commonwealth‟s public agencies and distributing GIS data. MassGIS has also
developed and is the host for the Commonwealth‟s e-government geospatial web mapping initiative.
If [Vendor Abbreviation] will develop a capability for viewing maps and related information on an internet web site for
[Agency Abbreviation], and if that web site will display map information available through MassGIS web mapping services
(e.g., parcels, orthophotos, streets, wetlands), then [Vendor Abbreviation] shall use MassGIS geospatial web mapping
services. MassGIS may grant a waivers of this requirement if [Vendor Abbreviation] demonstrates to MassGIS‟
satisfaction that using the MassGIS web mapping services for the proposed application is not reasonably practical due to
one or more of the following concerns:
Executive Office for Administration and Finance Page 39 of 59 11/6/2012 @ 1:36:13 PM
10.1 Performance of the application would be degraded due to using the MassGIS services;
10.2 The proposed application requires reliability that exceeds those that MassGIS can reasonably be expected
to provide;
10.3 The security requirements of the application preclude using the MassGIS services;
10.4 Cost.
Waivers are not valid under this Agreement unless they are provided in writing by the Director or Assistant Director of
MassGIS and the MassGIS Director or Assistant Director has indicated approval in writing.
11. ADDITIONAL TERMS
11.1 Code Review
All Deliverables that include software code or applications shall follow current industry design and best practices,
including, but not limited to those published by The National Institute of Standards & Technology (NIST), the
SANS (SysAdmin, Audit, Network, Security (SANS) Institute), and other recognized bodies.
[Vendor Abbreviation] shall cooperate with [Agency‟s Abbreviation‟s] code review of the relevant software or
application Deliverables. Prior to implementation or acceptance of a Deliverable, [Vendor Abbreviation] shall
subject Deliverables that include software code or script to independent application review by [Agency
Abbreviation] or its delegated reviewer to validate that all applicable enterprise IT standards and security policies
have been met, as well as other specifications as identified in this Agreement or the relevant Task Order. The
review shall be performed by individuals other than [Vendor Abbreviation] or [Agency Abbreviation]‟s staff who
developed the Deliverables. For purposes of this requirement, "independent" may include other staff of the
[Agency Abbreviation] provided no direct reporting relationships exist between the development and review
organizations.
11.2 Warranty
Consistent with ITS43 RFR Section 3.12.5, [Vendor Abbreviation] represents and warrants to
[Agency Abbreviation] that:
11.2.1 [Vendor Abbreviation] and its subcontractors are sufficiently staffed and equipped to
fulfill [Vendor Abbreviation]‟s obligations under this Agreement;
11.2.2 [Vendor Abbreviation]‟s services will be performed:
11.2.2.1 By appropriately qualified and trained personnel;
11.2.2.2. With due care and diligence and to a high standard of quality as is
customary in the industry;
11.2.2.3 In compliance with the Milestone Schedule and the terms and conditions
of this Agreement; and
11.2.2.4 In accordance with all applicable professional standards for the field of
expertise;
11.2.3 Deliverables delivered under this Agreement will substantially conform with the Tasks
and Deliverable descriptions set forth in this Agreement;
11.2.4 All media on which [Vendor Abbreviation] provides any software under this Agreement
shall be free from defects;
11.2.5 All software delivered by [Vendor Abbreviation] under this Agreement shall be free of
Trojan horses, back doors, and other malicious code;
Executive Office for Administration and Finance Page 40 of 59 11/6/2012 @ 1:36:13 PM
11.2.6 [Vendor Abbreviation] has obtained all rights, grants, assignments, conveyances,
licenses, permissions and authorizations necessary or incidental to any materials owned
by third parties supplied or specified by [Vendor Abbreviation] for incorporation in the
Deliverables to be developed;
11.2.7 Documentation provided by [Vendor Abbreviation] under this Agreement shall be in
sufficient detail so as to allow suitably skilled, trained, and educated [Agency
Abbreviation] personnel to understand the operation of the Deliverables. [Vendor
Abbreviation] shall promptly, at no additional cost to [Agency Abbreviation] make
corrections to any documentation that does not conform to this warranty; and
11.2.7 Any systems created or modified by [Vendor Abbreviation] under this SOW shall
operate in substantial conformance with the specifications for the system or
modifications for a minimum of three months (the “Warranty Period”) after Agency
accepts such system or modifications pursuant to Section 6 of this SOW. During the
Warranty Period, [Vendor Abbreviation] shall correct any Severity Level I, II or III
defects, as defined in the RFR for ITS43, at no charge to [Agency Abbreviation].
11.3 Title and Intellectual Property Rights
[These terms will apply if [Vendor Abbreviation] will be developing or modifying software or will be developing
Deliverables that contain other intellectual property. They are subject to negotiation. However, the approval of the
General Counsel for ITD is required for any changes to these terms.]
11.3.1 Definition of Property
The term Property as used herein includes the following forms of property: (1) confidential, proprietary,
and trade secret information; (2) trademarks, trade names, discoveries, inventions processes, methods and
improvements, whether or not patentable or subject to copyright protection and whether or not reduced to
tangible form or reduced to practice; and (3) works of authorship, wherein such forms of property are
required by [Vendor Abbreviation] to develop, test, and install the [name product to be developed] that
may consist of computer programs (in object and source code form), scripts, data, documentation, the
audio, visual and audiovisual content related to the layout and graphic presentation of the [name product
to be developed], text, photographs, video, pictures, animation, sound recordings, training materials,
images, techniques, methods, algorithms, program images, text visible on the Internet, HTML code and
images, illustrations, graphics, pages, storyboards, writings, drawings, sketches, models, samples, data,
other technical or business information, reports, and other works of authorship fixed in any tangible
medium.
11.3.2 Source of Property
The development of the [name product to be developed] will involve intellectual property derived from
four different sources: (1) a third party such as …[this provision may not apply to all contracts, but it
could apply if [Vendor Abbreviation] is using third party intellectual property to perform tasks or deliver
Deliverables, e.g. configuring another entity‟s COTS]; (2) that developed by [Vendor Abbreviation] for
the open market (e.g. [Vendor Abbreviation]‟s commercial off the shelf software); (3) that developed by
[Vendor Abbreviation] for other individual clients, or for internal purposes prior to the Effective Date of
this Statement of Work and not delivered to any other client of [Vendor Abbreviation]‟s; and (4)
developed by [Vendor Abbreviation] specifically for the purposes of fulfilling its obligations to [Agency
Abbreviation] under the terms of this Agreement. Ownership of the first and second categories of
intellectual property is addressed in separate agreements between [Agency Abbreviation] and the
Executive Office for Administration and Finance Page 41 of 59 11/6/2012 @ 1:36:13 PM
contractors and resellers of work product. This Section of 11 the Statement of Work addresses
exclusively ownership rights in the third and fourth categories of intellectual property.
11.3.3 [Vendor Abbreviation] Property and License
[Vendor Abbreviation] will retain all right, title and interest in and to all Property developed by it, i) for clients other than the Commonwealth, and ii) for internal purposes and not yet delivered to any client, including all copyright, patent, trade secret, trademark and other intellectual property rights created by [Vendor Abbreviation] in connection with such work (hereinafter the "[Vendor Abbreviation] Property"). [Agency Abbreviation] acknowledges that its possession, installation or use of [Vendor Abbreviation] Property will not transfer to it any title to such property.
[Agency Abbreviation] acknowledges that [Vendor Abbreviation] Property contains or constitutes commercially valuable and proprietary trade secrets of [Vendor Abbreviation], the development of which involved the expenditure of substantial time and money and the use of skilled development experts. [Agency Abbreviation] acknowledges that [Vendor Abbreviation] Property is being disclosed to [Agency Abbreviation] to be used only as expressly permitted under the terms herein. [Agency Abbreviation] will take no affirmative steps to disclose such information to third parties, and, if required to do so under the Commonwealth’s Public Records Law, M.G.L. c. 66 § 10, or by legal process, will promptly notify [Vendor Abbreviation] of the imminent disclosure so that [Vendor Abbreviation] can take steps to defend itself against such disclosure.
Except as expressly authorized herein, [Agency Abbreviation] will not copy, modify, distribute or transfer by any means, display, sublicense, rent, reverse engineer, decompile or disassemble [Vendor Abbreviation] Property.
[Vendor Abbreviation] grants to [Agency Abbreviation], a fully-paid, royalty-free, non-exclusive, non-transferable, worldwide, irrevocable, perpetual, assignable license to make, have made, use, reproduce, distribute, modify, publicly display, publicly perform, digitally perform, transmit, copy, sublicense to any [Agency Abbreviation] subcontractor for purposes of creating, implementing, maintaining or enhancing a Deliverable, and create derivative works based upon [Vendor Abbreviation] Property, in any media now known or hereafter known, to the extent the same are embodied in the Deliverables, or otherwise required to exploit the Deliverables. During the Term of this Agreement and immediately upon any expiration or termination thereof for any reason, [Vendor Abbreviation] will provide to [Agency Abbreviation] the most current copies of any [Vendor Abbreviation] Property to which [Agency Abbreviation] has rights pursuant to the foregoing, including any related documentation.
Notwithstanding anything contained herein to the contrary, and notwithstanding [Agency Abbreviation]’s use of [Vendor Abbreviation] Property under the license created herein, [Vendor Abbreviation] shall have all the rights and incidents of ownership with respect to [Vendor Abbreviation] Property, including the right to use such property for any purpose whatsoever and to grant licenses in the same to third parties. Vender shall not encumber or otherwise transfer any rights that would preclude a free and clear license grant to the Commonwealth.
11.3.4 Commonwealth Property
In conformance with the Commonwealth’s Standard Terms and Conditions, all Deliverables created under this Agreement whether made by [Vendor Abbreviation], subcontractor or both are the property of [Agency Abbreviation], except for the [Vendor Abbreviation] Property embodied in the Deliverable. [Vendor Abbreviation] irrevocably and unconditionally sells, transfers and assigns to [Agency Abbreviation] or its designee(s), the entire right, title, and interest in and to all intellectual property rights that it may now or hereafter possess in said Deliverables, except for the [Vendor Abbreviation] Property embodied in the Deliverables, and all derivative works thereof. This sale, transfer and assignment shall be effective immediately
Executive Office for Administration and Finance Page 42 of 59 11/6/2012 @ 1:36:13 PM
upon creation of each Deliverable and shall include all copyright, patent, trade secret, trademark and other intellectual property rights created by [Vendor Abbreviation] or [Vendor Abbreviation]’s subcontractor in connection with such work (hereinafter the "Commonwealth Property").
All copyrightable material contained within a Deliverable and created under this
Agreement are works made for hire. [Vendor Abbreviation] bears the burden to prove
that a work within a Deliverable was not created under this Agreement. If work is
determined to not be made for hire or that designation is not sufficient to secure rights,
to the fullest extent allowable and for the full term of protection otherwise accorded to
[Vendor Abbreviation] under such law, [Vendor Abbreviation] shall and hereby
irrevocably does, assign and transfer to [Agency Abbreviation] free from all liens and
other encumbrances or restrictions, all right, title and interest [Vendor Abbreviation]
may have or come to have in and to such Deliverable. [Vendor Abbreviation] HEREBY
WAIVES IN FAVOR OF [AGENCY ABBREVIATION] (AND SHALL CAUSE ITS
PERSONNEL TO WAIVE IN FAVOR OF CLIENT IN WRITING SIGNED BY
SUCH PERSONNEL) ANY AND ALL ARTIST‟S OR MORAL RIGHTS
(INCLUDING, WITHOUT LIMITATION, ALL RIGHTS OF INTEGRITY AND
ATTRIBUTION) IT MAY HAVE PURSUANT TO ANY STATE OR FEDERAL
LAWS OF THE UNITED STATES IN RESPECT TO ANY DELIVERABLE AND
ALL SIMILAR RIGHTS UNDER THE LAWS OF ALL OTHER APPLICABLE
JURISDICTIONS.
[Vendor Abbreviation] agrees to execute all documents and take all actions that may be
reasonably requested by [Agency Abbreviation] to evidence the transfer of ownership
of or license to intellectual property rights described in this Section 11, including
providing any code used exclusively to develop such Deliverables for [Agency
Abbreviation] and the documentation for such code. [Vendor Abbreviation]
acknowledges that there are currently and that there may be future rights that the
Commonwealth may otherwise become entitled to with respect to Commonwealth
Property that does not yet exist, as well as new uses, media, means and forms of
exploitation, current or future technology yet to be developed, and that [Vendor
Abbreviation] specifically intends the foregoing ownership or rights by the
Commonwealth to include all such now known or unknown uses, media and forms of
exploitation.
The Commonwealth retains all right, title and interest in and to all derivative works of Commonwealth
Property.
[Agency Abbreviation] hereby grants to [Vendor Abbreviation] a nonexclusive, revocable license to use,
copy, modify and prepare derivative works of Commonwealth Property only during the Term and only
for the purpose of performing services and developing Deliverables for the [Agency Abbreviation] under
this Agreement.
Executive Office for Administration and Finance Page 43 of 59 11/6/2012 @ 1:36:13 PM
With respect to web site development contracts, [Agency Abbreviation] will bear sole
responsibility for registering the software or system domain name or URL, applying for
any trademark registration relating to the software or system domain name or URL and
applying for any copyright registration related to its copyright ownership with respect to
any Commonwealth Property.
11.3.5 Third-party Intellectual Property
If the Deliverables contain or will contain any third-party intellectual property to which [Vendor Abbreviation] intends to provide a sublicense, [Vendor Abbreviation] must provide copies of all such sublicense agreements as early in the process as possible. The sublicense agreements must be included in [Vendor Abbreviation]’s initial quotation to the [Agency Abbreviation], or, if the requirement to utilize sublicensed intellectual property is not known at the outset of the project, as soon as the requirement becomes known. Sublicenses to third-party intellectual property can ONLY be provided under ITS43 if they are provided at no charge to the Commonwealth.
11.4 [Agency Abbreviation]’s Responsibilities
In addition to the Tasks set forth in ”Equipment, Work Space, Office Supplies,” [Agency Abbreviation]
shall be responsible for the following [insert any additional obligations that agency must fulfill; use this
section sparingly; include responsibility for procuring hardware and commercial off the shelf software
licenses or providing travel reimbursement.].
11.5 Software Escrow
[Address software escrow if applicable, usually in the case wherein Agency is purchasing a system based
on code that will not be owned by the Commonwealth. If the Commonwealth will own the code,
software escrow is not needed unless the code will be shared by multiple agencies.]
12. [VENDOR ABBREVIATION] TASKS AND DELIVERABLES
This Section describes the Deliverables that [Vendor Abbreviation] will provide to [Agency Abbreviation] and the Tasks
that [Vendor Abbreviation] will complete by the end of the engagement described in this SOW. A Task or Deliverable will
be considered “complete” when all the acceptance criteria set forth in this SOW have been met or the prescribed review
period for each Deliverable or Task has expired without written response from [Agency Abbreviation]. The
Task/Deliverable numbers are referred to in subsequent sections throughout this SOW.
All written documents shall be delivered in machine-readable format, capable of being completely and accurately
reproduced by computer software on a laser printer. All itemized and/or annotated lists shall be delivered in computer
spreadsheets, capable of being imported to Microsoft Excel 2000 [or name alternative desktop software used by agency].
All meetings shall be held in [INSERT LOCATION FOR MEETINGS, SUCH AS ADDRESS OF RELEVANT AGENCY
OFFICE] unless agreed to otherwise by the Project Managers. Meetings must be scheduled at least three full business days
in advance, with reasonable accommodation of attendees‟ schedules. All meeting results will be described in a follow-up
report generated by [Vendor Abbreviation] Project Manager and approved by the [Agency Abbreviation] Project Manager.
12.1 Fixed Price Tasks and Deliverables:
Executive Office for Administration and Finance Page 44 of 59 11/6/2012 @ 1:36:13 PM
[AGENCY AND VENDOR INSERT: Draft the specific description for each fixed price Task or and Deliverable
that is material for completion of services and deliverables for work efforts under the RFQ.]
For the Fixed Price Tasks and Deliverables of this Agreement, [Vendor Abbreviation] shall perform Tasks or
deliver Deliverables in conformance with the Description and Metrics of Acceptance on or before Milestone
Schedule date set forth in Table 2.
TABLE 2
Deliverables and Tasks
Deliverable
or Task
Number
Deliverable or Task
Name Description and Metrics of Acceptance Milestone
Schedule (Due
Date)
1.1 [For each Deliverable or Task, describe
Deliverable and list metrics for acceptance]
1.2
12.2 Time and Materials Personnel
[VENDOR ABBREVIATION] agrees to provide the following Named Resources, whose
resume is attached hereto as Exhibit [INSERT NUMBER], on a Time and Materials basis and
as described in any relevant Task Order entered into hereunder:
TABLE 3
Time and Materials Resources
Named
Resource
Title Hourly Rate
Executive Office for Administration and Finance Page 45 of 59 11/6/2012 @ 1:36:13 PM
12.3 Payment Terms
All payments under this Agreement shall be made in accordance with the
Commonwealth's bill paying policy.
12.3.1 Fixed Price Payments for Tasks and Deliverables
A Deliverable or Task will be considered “completed” when [Agency Abbreviation] has
determined that the acceptance criteria for that specific Deliverable or Task has been met
as specified in Table 4 of this SOW or the relevant Task Order, and elsewhere in this
Agreement. [Vendor Abbreviation] agrees to invoice the Commonwealth for the
Deliverables or work completed per the requirements set forth in this SOW and the
relevant Task Order. [Agency Abbreviation] will make payments to [Vendor
Abbreviation] only after receiving an accurate invoice for Tasks and Deliverables
completed and accepted pursuant to Section 6 of this SOW. Payments for specific Tasks
and Deliverables shall be made in accordance with Table 4 below.
TABLE 4
Fixed Price Deliverables and Tasks
Deliverable
or Task
Number
Deliverable or Task Name Milestone Payment
1.1
1.2
12.3.2 Time and Materials Payments
For the Time and Materials Services provided in any Task Order entered hereunder, [VENDOR
ABBREVIATION] shall complete the work described in the relevant Task Order and as scheduled
through weekly planning meetings. [VENDOR ABBREVIATION] will submit weekly reports to the
[Agency Abbreviation] Project Manager detailing the hours actually worked by the Named Resource
performing Time and Materials work and described herein or in the relevant Task Order. The weekly
reporting must show actual resource hours worked against assigned tasks. [VENDOR
ABBREVIATION] will also report weekly to the [Agency Abbreviation] Project Manager its expected
work effort the forthcoming week, showing the Named Resource‟s expected level of effort. The Named
Resource will be authorized for work without the prior review and authorization by the [Agency
Abbreviation] Project Manager.
Executive Office for Administration and Finance Page 46 of 59 11/6/2012 @ 1:36:13 PM
[VENDOR ABBREVIATION] shall provide a bi-weekly invoice to [Agency
Abbreviation] Project Manager for the actual hours worked per week of the
Named Resource identified in Table 3. No invoice will exceed 37.5 hours per week
per resource, and the total payments under this SOW or the relevant Task Order
will not exceed the authorized hours or the total authorized amount as identified in
the relevant Task Order. The [Agency Abbreviation] Project Manager will review
and approve these invoices based on satisfactory work performance by the Named
Resource. The [Agency Abbreviation] Project Manager may terminate use of the
Named Resource by providing ten (10) days written notice to [VENDOR
ABBREVIATION] Project Manager. If termination is “For Cause”, or for a
violation of a term of this Agreement, [Agency Abbreviation] may terminate use of
the Named Resource effective immediately by providing written notice to
[VENDOR ABBREVIATION] Project Manager.
13. TRANSFER OF ENGAGEMENT PRODUCTS AT CONTRACT TERMINATION
[Address any special requirements for transfer of the application and/or other engagement products to the Commonwealth or to another vendor at Contract Termination.]
14. MAINTENANCE
[Agency and Vendor: Address maintenance to be provided by vendor, if any, and cost thereof]
The undersigned hereby represent that they are duly authorized to execute this SOW on behalf of their
respective organizations.
[Agency Name] [Vendor Name]
[Agency Signatory and Title] [Vendor Signatory and Title]
Date Date
Executive Office for Administration and Finance Page 47 of 59 11/6/2012 @ 1:36:13 PM
EXHIBIT A TO STATEMENT OF WORK
INTELLECTUAL PROPERTY AND WORK EFFORT AGREEMENT FOR VENDOR’S
EMPLOYEES, CONSULTANTS, AND AGENTS
CONFIDENTIALITY, ASSIGNMENT OF INVENTIONS AND REPRESENTATION OF
NON-INFRINGEMENT AGREEMENT; OTHER REPRESENTATIONS
The undersigned hereby acknowledges that he or she is an employee or consultant to of the following vendor of the
Commonwealth of Massachusetts:
Name of Vendor: ________________________ (“Vendor”)
and desires to be assigned by the Vendor to perform services for the Commonwealth, and that the Vendor desires to assign
you to perform services on one or more projects for the Commonwealth, but only under the condition that you sign this
Agreement and agree to be bound by all of its terms and conditions.
NOW THEREFORE, in consideration of your assignment to work for the Commonwealth, the access you have to the
confidential information of the Commonwealth, and for other good and valuable consideration, the parties agree as follows:
1. Confidentiality of the Commonwealth‟s Materials. You agree that both during your assignment at the
Commonwealth and thereafter you will not use for your own benefit, or divulge or disclose to anyone except to
persons within the Commonwealth whose positions require them to know it, any information not already lawfully
available to the public concerning the Commonwealth (“Confidential Information”), including but not limited to
information regarding any website of the Commonwealth, any e-commerce products or services, any web
development strategy, any financial information or any information regarding users of or vendors to the
Commonwealth‟s websites. Confidential Information also includes, without limitation, any technical data, design,
pattern, formula, computer program, source code, object code, algorithm, subroutine, manual, product
specification, or plan for a new, revised or existing product or web site; any business, marketing, financial or sales
information; and the present or future plans of the Commonwealth with respect to the development of its web sites
and web services.
2. All Developments the Property of the Commonwealth. All confidential, proprietary or other trade secret
information and all other works of authorship, trademarks, trade names, discoveries, inventions, processes,
methods and improvements, conceived, developed, or otherwise made by you, alone or with others, and in any
way relating to the Commonwealth or any of its web development projects, whether or not patentable or subject to
copyright protection and whether or not reduced to tangible form or reduced to practice during the period of your
assignment with the Commonwealth (“Developments”) shall be the sole property of the Vendor‟s customer, the
Commonwealth. All copyrightable material contained within a Development during the period of your assignment
with the Commonwealth are works made for hire. You bear the burden to prove that a work was not made during
the period of your assignment with the Commonwealth. If a work is determined to not be made for hire or that
designation is not sufficient to secure rights, to the fullest extent allowable and for the full term of protection
otherwise accorded to you under such law, you shall and hereby irrevocably do, assign and transfer to the
Commonwealth free from all liens and other encumbrances or restrictions, all right, title and interest you may have
or come to have in and to such Development. YOU HEREBY WAIVE IN FAVOR OF THE
COMMONWEALTH ANY AND ALL ARTIST‟S OR MORAL RIGHTS (INCLUDING, WITHOUT
LIMITATION, ALL RIGHTS OF INTEGRITY AND ATTRIBUTION) YOU MAY HAVE PURSUANT TO
ANY STATE OR FEDERAL LAWS OF THE UNITED STATES IN RESPECT TO ANY DELIVERABLE AND
ALL SIMILAR RIGHTS UNDER THE LAWS OF ALL OTHER APPLICABLE JURISDICTIONS. You agree
to disclose all Developments promptly, fully and in writing to the Commonwealth promptly after development of
the same, and at any time upon request. You agree to, and hereby do assign to the Commonwealth all your right,
Executive Office for Administration and Finance Page 48 of 59 11/6/2012 @ 1:36:13 PM
title and interest throughout the world in and to all Developments without any obligation on the part of the
Commonwealth to pay royalties or any other consideration to you in respect of such Developments. You agree to
assist the Vendor‟s customer the Commonwealth, (without charge, but at no cost to you) to obtain and maintain for
itself such rights.
3. Return of the Commonwealth‟s Materials. At the time of the termination of your assignment with the
Commonwealth, you agree to return to the Commonwealth all Commonwealth materials, documents and property,
in your possession or control, including without limitation, all materials relating to work done while assigned by
the Vendor to projects for Commonwealth or relating to the processes and materials of the Commonwealth. You
also agree to return to the Commonwealth all materials concerning past, present and future or potential products
and/or services of the Commonwealth. You also agree to return to the Commonwealth all materials provided by
persons doing business with the Commonwealth and all teaching materials provided by the Commonwealth.
4. Representation of Non-Infringement. You hereby represent and warrant that, to your best knowledge, no software,
no web content and no other intellectual property that you develop during your assignment to and deliver to the
Commonwealth, and no Developments made by you and assigned to the Commonwealth pursuant to Section 2
above, shall infringe a patent, copyright, trade secret or other proprietary or intellectual property right of any third
party.
5. No Conflicting Agreements. You represent and warrant that you are not a party to any agreement or arrangement
which would constitute a conflict of interest with the obligations undertaken hereunder or would prevent you from
carrying out your obligations hereunder.
6. Tax Payments. You hereby represent and warrant that you have paid all due state and federal taxes, or, if your tax
status is in dispute or in the process of settlement, that you have responded as directed and within the required
timeframes to all communications received from the state or federal government.
7. You acknowledge that you are not an employee of any Massachusetts state or municipal government agency, and
are not entitled to any benefits, guarantees or other rights granted to state or municipal government agencies,
including but not limited to group insurance, disability insurance, paid vacations, sick leave or other leave,
retirements plans, health plans, or premium overtime pay. Should you be deemed to be entitled to receive any
such benefits by operation of law or otherwise, you expressly waive any claim or entitlement to receiving such
benefits from Massachusetts state or municipal government agencies.
8. Miscellaneous:
a. The Commonwealth is a third party beneficiary of this Agreement with full rights to enforce its terms
directly
b. This Agreement contains the entire agreement between the parties with respect to the subject matter
hereof, superseding any previous oral or written agreements.
c. Your obligations under this Agreement shall survive the termination of your assignment with the
Commonwealth regardless of the manner of or reasons for such termination. Your obligations under this
Agreement shall be binding upon and shall inure to the benefits of the heirs, assigns, executors,
administrators and representatives of the parties.
d. You agree that the terms of this Agreement are reasonable and properly required for the adequate
protection of our customer the Commonwealth‟s legitimate business interests. You agree that in the
event that any of the provisions of this Agreement are determined by a court of competent jurisdiction to
be contrary to any applicable statute, law, rule, or policy or for any reason unenforceable as written, then
such court may modify any of such provisions so as to permit enforcement thereof to the maximum extent
permissible as thus modified. Further, you agree that any finding by a court of competent jurisdiction that
any provision of this Agreement is contrary to any applicable statute, law, or policy or for any reason
unenforceable as written shall have no effect upon any other provisions and all other provisions shall
remain in full force and effect.
e. You agree that any breach of this Agreement will cause immediate and irreparable harm to the Vendor‟s
customer the Commonwealth not compensable by monetary damages and that the Commonwealth will be
entitled to obtain injunctive relief, in addition to all other relief, in any court of competent jurisdiction, to
Executive Office for Administration and Finance Page 49 of 59 11/6/2012 @ 1:36:13 PM
enforce the terms of this Agreement, without having to prove or show any actual damage to the
Commonwealth.
f. No failure to insist upon strict compliance with any of the terms, covenants, or conditions hereof, and no
delay or omission in exercising any right under this Agreement, will operate as a waiver of such terms,
covenants, conditions or rights. A waiver or consent given on any one occasion is effective only in that
instance and will not be construed as a bar to or waiver of any right on any other occasion.
g. This Agreement shall be governed by and construed in accordance with the laws of the Commonwealth
of Massachusetts, without regard to the doctrine of conflicts of law. This Agreement is executed under
seal.
The undersigned believes that this Agreement imposes reasonable standards of conduct for all of the employees,
consultants, and agents of the vendor on assignment at the Commonwealth, and that this Agreement will serve to best
protect the interests of all involved parties. If you agree with the terms set forth herein, please sign and return this
Agreement.
Agreed and Accepted:
Name of Employee, Consultant, or
Agent
Signature
Date
Name of Vendor
Vendor Signature
Vendor Signatory Name
Vendor Signatory Title
Vendor Signature Date
Executive Office for Administration and Finance Page 50 of 59 11/6/2012 @ 1:36:13 PM
EXHIBIT B TO STATEMENT OF WORK
EXECUTIVE ORDER 504 CERTIFICATION
BIDDER/CONTRACTOR LEGAL NAME:
BIDDER/CONTRACTOR VENDOR/CUSTOMER CODE:
Executive Order 504: For all Contracts involving the Contractor‟s access to personal information, as defined in M.G.L. c. 93H, and personal data,
as defined in M.G.L. c. 66A, owned or controlled by Executive Department agencies, or access to agency systems containing such information or
data (herein collectively “personal information”), Contractor certifies under the pains and penalties of perjury that the Contractor (1) has read
Commonwealth of Massachusetts Executive Order 504 and agrees to protect any and all personal information; and (2) has reviewed all of the
Commonwealth of Massachusetts Information Technology Division‟s Security Policies available at www.mass.gov/ITD under Policies and
Standards.
Notwithstanding any contractual provision to the contrary, in connection with the Contractor‟s performance under this Contract, for all state agencies
in the Executive Department, including all executive offices, boards, commissions, agencies, departments, divisions, councils, bureaus, and offices,
now existing and hereafter established, the Contractor shall:
(1)obtain a copy, review, and comply with the contracting agency‟s Information Security Program (ISP) and any pertinent security guidelines,
standards and policies; (2) comply with all of the Commonwealth of Massachusetts Information Technology Division‟s Security Policies (“Security
Policies”) available at www.mass.gov/ITD under Policies and Standards;
(2) communicate and enforce the contracting agency‟s ISP and such Security Policies against all employees (whether such employees are direct or
contracted) and subcontractors;
(3) implement and maintain any other reasonable appropriate security procedures and practices necessary to protect personal information to which
the Contractor is given access by the contracting agency from the unauthorized access, destruction, use, modification, disclosure or loss;
(4) be responsible for the full or partial breach of any of these terms by its employees (whether such employees are direct or contracted) or
subcontractors during or after the term of this Contract, and any breach of these terms may be regarded as a material breach of this Contract;
Executive Office for Administration and Finance Page 51 of 59 11/6/2012 @ 1:36:13 PM
(5) in the event of any unauthorized access, destruction, use, modification, disclosure or loss of the personal information (collectively referred to as
the “unauthorized use”): (a) immediately notify the contracting agency if the Contractor becomes aware of the unauthorized use; (b) provide full
cooperation and access to information necessary for the contracting agency to determine the scope of the unauthorized use; and (c) provide full
cooperation and access to information necessary for the contracting agency and the Contractor to fulfill any notification requirements.
Breach of these terms may be regarded as a material breach of this Contract, such that the Commonwealth may exercise any and all contractual rights
and remedies, including without limitation indemnification under Section 11 of the Commonwealth‟s Terms and Conditions, withholding of
payments, contract suspension, or termination. In addition, the Contractor may be subject to applicable statutory or regulatory penalties, including
and without limitation, those imposed pursuant to M.G.L. c. 93H and under M.G.L. c. 214, § 3B for violations under M.G.L. c. 66A.
Bidder/Contractor Name: .
Bidder/Contractor Authorized Signature: .
Print Name and Title of Authorized Signatory: .
Date: .
This Certification may be signed once and photocopied to be attached to any Commonwealth Contract that does not already contain this Certification Language and shall be
interpreted to be incorporated by reference into any applicable contract subject to Executive Order 504 for this Contractor.
Executive Office for Administration and Finance Page 52 of 59 11/6/2012 @ 1:36:13 PM
23. EXHIBIT B: DOCUMENTATION FOR EXISTING BUDGETING MODULES BUILT WITH ORACLE HYERION PRODUCTS
Exhibit Documents
Exhibit B1- Massachusetts Budget Application (MBA) Massachusetts Budget Application Design Document
Massachusetts Budget Application Phase 1 Project Plan
Massachusetts Budget Application Phase 2 Project Plan
Massachusetts Budget Application RTM
Massachusetts Budget Application Overview and Navigation
Massachusetts Budget Application Personnel Budgeting
Massachusetts Budget Application Agency Spend/Revenue
Massachusetts Budget Application Accessibility Job Aid
Massachusetts Budget Application Account Transfer Job Aid
Massachusetts Budget Application Attaching A Document Job Aid
Massachusetts Budget Application Backfill An Employee Job Aid
Massachusetts Budget Application Supplemental Detail Job Aid
Massachusetts Budget Application FY2013 Workflow Job Aid
Massachusetts Budget Application Getting Started Job Aid
Massachusetts Budget Application LCM Job Aid
Massachusetts Budget Application User Preferences Job Aid
Massachusetts Budget Application User Preferences Revenue Forms Job Aid
Smart View Search Account-Employee Job Aid
Smart View Select An Appropriations Type
AT – BLD Job Aid
BLD Job Aid
Exhibit B2 – MassCap (Capital Budget Application) MassCap RTM
MassCap Technical Design Document
MassCap Attaching Documents
MassCap Copying Data Between Versions
MassCap Setting User Preferences
Exhibit B3 – MBA Executive Dashboards Executive Dashboard Design
Executive Dashboard RTM
Exhibit B4 - Governor‟s Budget Dashboards and BI
Publisher Print Version (line item version)
Governor‟s Budget Data Dictionary
Dashboard Functional Design and Technical Design
Dashboard RTM
Exhibit B5 - Governor‟s Budget Dashboards and BI Governor‟s Budget Data Dictionary
Executive Office for Administration and Finance Page 53 of 59 11/6/2012 @ 1:36:13 PM
Publisher Print Version (program version) Project Plan
Program Budgeting RTM
Note: All the documents listed in the sub-sections below are available under the ‘Specifications’ tab of the RFQ posting.
23.1 Exhibit B1 – Massachusetts Budget Application (MBA)
23.1.1 Massachusetts Budget Application Design Document
Exhibit B1.1 - MBA Design Document_9_2010_ v1
23.1.2 Massachusetts Budget Application Phase 1 Project Plan
Exhibit B1.2 - MBA Project_7_11_2011_ v1
23.1.3 Massachusetts Budget Application Phase 2 Project Plan
Exhibit B1.3 - MBA Phase 2 - Project Plan_Nov 30 2011_v1
23.1.4 Massachusetts Budget Application Requirements Traceability Matrix (RTM)
Exhibit B1.4 - MBA Commonwealth of Massachusetts_RTM_WordVersion_6 24_2010
23.1.5 Massachusetts Budget Application Overview and Navigation
Exhibit B1.5 - MBA Overview & Navigation
23.1.6 Massachusetts Budget Application Personnel Budgeting
Exhibit B1.6 - MBA Personnel Budgeting
Executive Office for Administration and Finance Page 54 of 59 11/6/2012 @ 1:36:13 PM
23.1.7 Massachusetts Budget Application Agency Spend/Revenue
.
Exhibit B1.7 - MBA Agency Spend-Revenue
23.1.8 Massachusetts Budget Application Accessibility Job Aid
Exhibit B1.8 - MBA Accessibility Job Aid
23.1.9 Massachusetts Budget Application Account Transfer Job Aid
Exhibit B1.9 - MBA Account Transfer Job Aid - Part 1
Exhibit B1.9 - MBA Account Transfer Job Aid - Part 2
23.1.10 Massachusetts Budget Application Attaching A Document Job Aid
Exhibit B1.10 - MBA Attaching A Document Job Aid - Part 1
Exhibit B1.10 - MBA Attaching A Document Job Aid - Part 2
23.1.11 Massachusetts Budget Application Backfill An Employee Job Aid
Exhibit B1.11 - MBA Backfill An Employee Job Aid
23.1.12 Massachusetts Budget Application Supplemental Detail Job Aid
Exhibit B1.12 - MBA Details Job Aid
23.1.13 Massachusetts Budget Application FY2013 Workflow Job Aid
Exhibit B1.13 - MBA Workflow Job Aid - Part 1
Executive Office for Administration and Finance Page 55 of 59 11/6/2012 @ 1:36:13 PM
Exhibit B1.13 - MBA Workflow Job Aid - Part 2
Exhibit B1.13 - MBA Workflow Job Aid - Part 3
23.1.14 Massachusetts Budget Application Getting Started Job Aid
Exhibit B1.14 - MBA Getting Started Job Aid
23.1.15 Massachusetts Budget Application LCM Job Aid
Exhibit B1.15 - MBA LCM Job Aid
23.1.16 Massachusetts Budget Application User Preferences Job Aid
Exhibit B1.16 - User Preferences Job Aid
23.1.17 Massachusetts Budget Application User Preferences Revenue Forms Job Aid
Exhibit B1.17 - Revenue Forms Job Aid
23.1.18 Smart View Search Account-Employee Job Aid
Exhibit B1.18 - Smart View Search Job Aid
23.1.19 Smart View Select An Appropriations Type
Exhibit B1.19 - Smart View Select Appropriations - Part 1
Exhibit B1.19 - Smart View Select Appropriations - Part 2
Executive Office for Administration and Finance Page 56 of 59 11/6/2012 @ 1:36:13 PM
23.1.20 AT – BLD Job Aid
Exhibit B1.20 - AT - BLD Job Aid
23.1.21 BLD Job Aid
Exhibit B1.21 - BLD Job Aid
23.2 Exhibit B2 – MassCap (Capital Budget Application)
23.2.1 MassCap RTM
Exhibit B2.1 - MassCap Capital Budgeting Requirement Matrix Working Version 10_22_12_v2
23.2.2 MassCap Technical Design Document
Exhibit B2.2 MassCap Capital Budgeting System Technical Design_9_22_2011_v2
23.2.3 MassCap Attaching Documents
Exhibit B2.3 - MassCap Attaching Documents - Part 1
Exhibit B2.3 - MassCap Attaching Documents - Part 2
Exhibit B2.3 - MassCap Attaching Documents - Part 3
23.2.4 MassCap Copying Data Between Versions
Exhibit B2.4 - MassCap Copying Data Between Versions
Executive Office for Administration and Finance Page 57 of 59 11/6/2012 @ 1:36:13 PM
23.2.5 MassCap Setting User Preferences
Exhibit B2.5 - MassCap Setting User Preferences
23.3 Exhibit B3 – MBA Executive Dashboards
23.3.1 Executive Dashboard Design
Exhibit B3.1 - ANF Executive Dashboard Design_10_24_2012_R1.0 - v1.3
23.3.2 Executive Dashboard RTM
Exhibit B3.2 - ANF Dashboards RTM_10_22_2012_v1.2
23.4 Exhibit B4 - Governor’s Budget Dashboards and BI Publisher Print Version (line item version)
23.4.1 Governor’s Budget Data Dictionary
Exhibit B4.1 - Budget Phase II Data Dictionary_06_28_2012_ v1.11_PART II
23.4.2 Dashboard Functional Design and Technical Design
Exhibit B4.2 - Dashboard FD & TD_06_28_2012_v1.1_PART I
23.4.3 Dashboard RTM
Exhibit B4.3 - Gov Budget RTM_10_22_2012_ v1.0
Executive Office for Administration and Finance Page 58 of 59 11/6/2012 @ 1:36:13 PM
23.5 Exhibit B5 - Governor’s Budget Dashboards and BI Publisher Print Version (program version)
23.5.1 Governor’s Budget Data Dictionary
Exhibit B5.1 - GovBudget_Data_Dictionary_10_22_2012_DRAFT_v3
23.5.2 Project Plan
Exhibit B5.2 - Phase 3 Project Plan_10_22_2012_v1
23.5.3 Program Budgeting RTM
Exhibit B5.3 - Program Budgeting RTM_10_22_2012_DRAFT_ v1
24. EXHIBIT C: DRAFT REQUIREMENTS FOR PROPOSED PROGRAM BUDGET SOLUTION
Exhibit Documents
Exhibit C1 – Program Crosswalk Module: interim solution
currently in use to crosswalk accounts to programs
Program Crosswalk Module
Exhibit C2 - Program Budget Module Draft Requirements
MMARS Pilot Slides
Draft Project Plan
Note: All the documents listed in the sub-sections below are available under the ‘Specifications’ tab of the RFQ posting.
24.1 Exhibit C1 – Program Crosswalk Module: interim solution currently in use to crosswalk accounts to programs
Exhibit C1.1 - Program Budgeting Technical Design_6_22_2012_v1
Executive Office for Administration and Finance Page 59 of 59 11/6/2012 @ 1:36:13 PM
24.2 Exhibit C2 - Program Budgeting Solution
24.2.1 Program Budget Solution: Draft requirements for new solution to be built under the fixed price portion of this RFQ
Exhibit C2.1 - Draft Program Budgeting Requirements Matrix 11_01_12
24.2.2 MMARS Pilot draft project plan and overview of MMARS pilot to report actual spending on programs included under the fixed
price portion of this RFQ
Exhibit C2.2A - MMARS Pilot Slide
Exhibit C2.2B - Phase 3 Project Plan_10_22_2012_v1