REQUEST FOR PROPOSAL (RFP) FOR



Similar documents
Information Technology Security Audit

Request for Proposals

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL (RFP)

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

MEMORANDUM OF UNDERSTANDING Between COMPANY And MISSOURI STATE UNIVERSITY

APPALCART REQUEST FOR PROPOSAL

City of Union, Missouri Request for Proposal Audit Services

INDEPENDENT VIRTUAL ASSISTANT AGREEMENT (Company)

Request for Proposal for. Identity Theft Protection Services. RFP No Sealed Proposals will be received until April 2, 2015 at 3pm

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR PROPOSAL

CITY OF HIGHLAND PARK

City of Kenmore, Washington

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

HACC, Central Pennsylvania s Community College Harrisburg, Pa.

Request for Proposal. Study: Site Plan Approval Process in Ontario. This Request for Proposal Closes at 16:00:00 EST on Monday, November 5, 2012

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

PROFESSIONAL AUDITING SERVICES REQUEST FOR PROPOSALS (RFP)

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

VIRTUAL OFFICE WEBSITE LICENSE AGREEMENT

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

TOWN OF STRATFORD PURCHASING DEPARTMENT STRATFORD, CONNECTICUT REQUEST FOR PROPOSAL. Subject: Payroll Processing Services for Stratford Library

REQUEST FOR PROPOSALS

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services

Services Agreement Instruction Sheet

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

ELECTRONIC FILER AGREEMENT [REVISED JANUARY 1, 2014]

REQUEST FOR PROPOSALS. 403(b) Retirement Plan Investment Analysis and Consulting. July 2012

CITY OF STARKE. Project #

City Website Design & Replacement RFP #

TABLE OF CONTENTS. I. Introduction 3. II. Background 3. III. Criteria 4. IV. Scope of Services 5. V. Selection Process 5. VI. Tentative Time Table 6

ELKHART COUNTY BOARD OF REALTORS AND MULTIPLE LISTING SERVICE OF ELKHART COUNTY INC. VIRTUAL OFFICE WEBSITE (VOW) LICENSE AGREEMENT

Request for Proposals For Financial Advisor Services

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

Request for Proposal:

Request for Proposal Environmental Management Software

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT


REQUEST FOR PROPOSAL (RFP)

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For Website Content Development HACC

CLS Investments, LLC Instructions for the Solicitor Application and Agreement

REQUEST FOR PROPOSALS (RFP) FOR RECORDKEEPING MODERNIZATION PROJECT MANAGEMENT OVERSIGHT

Washington County, NC REQUEST FOR PROPOSAL. Financial, Revenue Collection, and Personnel ERP System

REQUEST FOR PROPOSALS SPEC. # 4995

Request for Proposal (RFP) (P ) City of Sacramento Call Center Software

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For. Integrated Marketing Communications Services

CCH INCORPORATED, A WOLTERSKLUWER COMPANY ACCESS AGREEMENT FOR THE

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

Service Agreement Hosted Dynamics GP

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

M E M O R A N D U M. DATE: September 1, Prospective Vendors. Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division

City of Powell Request for Proposals for a Total Compensation Survey

INDEPENDENT CONTRACTOR AGREEMENT - INDIVIDUAL

BUYING AGENCY AGREEMENT

Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Enterprise Scheduler Rev. 0 Bid # Scope of Work

Health Plan Select, Inc. Business Associate Privacy Addendum To The Service Agreement

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

Request for Proposal Permitting Software

IOWA LOTTERY AUTHORITY BID Security Assessment Services

City of University City. Request for Proposal (RFP)

Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA

1 OPPORTUNITY SUMMARY

REQUEST FOR PROPOSALS (RFP) FOR BUSINESS CONTINUITY AND DISASTER RECOVERY PLANNING CONSULTANT

FROM: «Contract_Start_Date» VENDOR ID NUMBER: TO: «Contract_End_Date» «Federal_Tax_ID_» FUNDING AMOUNT FOR INITIAL PERIOD: «Contract_Amount»

MRMLS LISTING INFORMATION LICENSE AGREEMENT

COUNTY OF TANEY, MISSOURI

PLANTTOGETHER REFERRAL PARTNER AGREEMENT. Updated: January 1, 2015

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

BUSINESS ONLINE BANKING AGREEMENT

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

Issue Date: March 4, Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

f - INDEPENDENT CONTRACTOR SERVICES AGREEMENT The University Of North Carolina at Chapel Hill WITNESSETH

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

DATA USE AGREEMENT RECITALS

ASSEMBLY OF FIRST NATIONS

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

Infrastructure Technical Support Services. Request for Proposal

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES

Transcription:

REQUEST FOR PROPOSAL (RFP) FOR ENTERPRISE RESOURCE PLANNING (ERP) (FINANCIAL SYSTEM MANAGEMENT SOFTWARE) FOR MISSOURI STATE EMPLOYEES RETIREMENT SYSTEM (MOSERS) DUE DATE FOR RESPONSES TO RFP: October 30, 2015 3:00 p.m. CST John Watson Executive Director Michele Nix Chief Finance Officer Responses and inquiries should be directed to: Larry Nodine Quality Assurance Analyst/Project Manager Phone: 573-632-6170 Fax: 573-632-6170 Email: larryn@mosers.org

TABLE OF CONTENTS Page I. INTRODUCTION... 1 A. Purpose of Request... 1 B. General Information... 2 1. Background information... 2 2. Financial software systems... 3 3. Organizational responsibility... 5 II. SCOPE... 5 A. Phase 1 Software selection or upgrade services... 5 B. Phase 2 Implementation vendor and services... 5 III. SCHEDULE OF PROCUREMENT ACTIVITIES... 5 A. RFP calendar... 5 B. Schedule for Scope of Services... 5 IV. ASSISTANCE TO BE PROVIDED TO THE IMPLEMENTATION TEAM... 6 A. MOSERS staff... 6 B. Work area and equipment... 6 V. RFP REQUIREMENTS.. 6 A. General requirements... 6 1. Inquiries...... 7 2. Submission of responses to RFP... 7 B. Required response to the RFP... 8 1. Software. 8 2. Implementation vendor... 9 3. Implementation Services/Statement of work... 9 4. Other qualifications... 9 5. Pricing analysis... 10 VI. EVALUATION PROCESS... 10 A. Selection process... 10 B. Evaluation criteria... 11 C. Verbal presentations... 11 VII. FINAL SELECTION...... 11 A. Contractual agreement...... 11 B. Right to reject...... 12 C. Open records...... 13 D. Competitive negotiation of proposals... 13 E. Confidentiality 14 i

I. INTRODUCTION A. Purpose of request Pursuant to the provisions of Section 104.480, RSMo, the Missouri State Employees Retirement System (MOSERS) is requesting a response this Request for Proposal (RFP) for a commercial financial system software package, or proposal to upgrade the current financial software, to accommodate the system s financial management, procurement, general ledger, financial reporting, and other administrative business needs. The purpose of this RFP is to acquire responses to purchase and implement a new financial management software or upgrade current Oracle-owned PeopleSoft configuration and functionality to the most current version of PeopleSoft with options to implement new functionalities. MOSERS plans to purchase or upgrade the financial software system beginning in the current fiscal year. Based on the responses received from this RFP, MOSERS will decide whether to purchase and implement new software or upgrade the current financial system package. In response this this RFP, the vendor will provide information and/or estimated costs on the following: 1. An overview of the new commercial financial software OR 2. An Upgrade Assessment Report of current system to the current version at the time of this request 3. Project installation/implementation team 4. Statement of Services/Project plan 5. Implementation of new functionalities (optional) 6. Application Maintenance and Support Costs 7. Deployment Options (Cloud versus MOSERS owned hardware/software) To be considered, the proposal must be received no later than 3:00 PM CST on October 30, 2015. Inquiries concerning the request for proposal should be addressed to: Larry Nodine Quality Assurance Analyst/Project Manager MOSERS P.O. Box 209 Jefferson City, MO 65102 larryn@mosers.org (573) 632-6170 1

Any individual and/or firm notifying MOSERS of its intent to bid will be kept updated with any clarifications or additional information provided to other known respondents. All questions must be in writing and those questions and written answers will be shared with all other parties that have indicated an interest in submitting a proposal. The questions and answers will be placed on MOSERS website under bidding opportunities. The name of the party submitting a question will remain anonymous. The retirement system reserves the right, where it may serve the system s best interests, to request additional information or clarification to allow corrections of errors or omissions. The retirement system also reserves the right to reject any or all proposals submitted. Responding organizations may be invited to interview with certain MOSER S staff on the evaluation team. It is anticipated the selection process will be completed by December 31, 2015. B. General information 1. Background Information MOSERS is an instrumentality of the state of Missouri vested with the powers and duties specified in Sections 104.010 and 104.312 through 104.1215, RSMo. Due to the nature of MOSERS reliance on funding from the state of Missouri and the overall control of the plan document by the legislative and executive branches of state government, MOSERS is considered a component unit of the state of Missouri financial reporting entity and is responsible for the state of Missouri employee defined benefit plan and Missouri State Insured Defined Benefit Insurance Plan in accordance with the referenced statutes. MOSERS also has oversight for a third party administered defined contribution plan (CURP) for education employees in certain publicly funded state colleges and universities and a third-party administered (ICMA-RC) deferred compensation program operated as an internal service fund by MOSERS. To assist in the bid preparation process, the Comprehensive Annual Financial Report (CAFR) for fiscal year ended June 30, 2014 and additional information about MOSERS may be viewed online at http://www.mosers.org. The state of Missouri Revised Statutes pertaining to MOSERS will be available upon request. All State of Missouri Statues can be found at the following website: http://www.moga.mo.gov/statutesearch. 2

2. Financial Software Systems MOSERS currently uses Oracle-owned PeopleSoft financial software package for most all accounting functions, including general ledger, accounts payable and financial reporting. See APPENDIX A for financial system attributes. Investment related transactions are currently posted monthly to the general ledger using accounting entries received from the master custodian (BNY/Mellon Bank). Other financial entries related to benefits and life insurance products are posted monthly using information obtained from internally developed MOSERS Integrated Benefit System (MIBS). Technical Background Information: Oracle-owned PeopleSoft (PeopleTools v8.4) current system modules: PeopleSoft Enterprise Accounts Payable (v8.8) PeopleSoft Enterprise Ps/General Ledger (v8.8) nvision reporting interface (v8.8) Current Hardware Environment: Listed below is the hardware environment for Oracle s PeopleSoft system. All platforms are located and maintained in-house. Current Servers: Enterprise application server o Microsoft SQL Server 2000 Web Server o Virtual Machine (VM) o IIS 6.0 Deployment Server o VM o Windows Server 2003 Future Hardware Environment All server O/S platforms will utilize Microsoft Windows Server 2012 or above and virtualized utilizing VMWare v5 or above. The database environment will utilize Microsoft SQL Server 2012 or above. Implementation of New Functionalities (optional) To improve the efficiency of the MOSERS operations, MOSERS would like to consider implementing functionalities that are not currently being 3

used or that are not being used to their maximum potential. The selected vendor will be expected to determine requirements, design specifications, develop customizations, assist with user acceptance testing, provide training, and perform implementation for these functionalities. These new functionalities will include: o Accounts Receivable o Inventory o 1099-MISC reporting for Accounts payable 3. Organizational Responsibility for Financial and Facilities Oversight The Financial and Fiscal Oversight department falls under the general supervision of the Chief Finance Officer who reports to the Deputy Executive Director - Chief Operations Officer. The remaining Finance staff includes the Accountants, Payables Specialist, and Receivables Specialists. II. SCOPE A. Phase 1 Software Selection or Upgrade Services Selection This phase, the software selection phase of the financial management software project is intended to provide MOSERS with enough accurate information to select an ERP package that offers the best price performance point to meet the MOSER s needs for automation in: o General Ledger o Accounts Payable o Financial Reporting o Accounts Receivable (Optional) o Inventory (Optional) B. Phase 2 Implementation Vendor and Implementation Services This phase includes information necessary to choose Vendor services necessary to install and implement to production any financial management software package purchased or upgrade of the current financial system. The upgrade would affect only general ledger, accounts payable and financial reporting. III. SCHEDULE OF PROCUREMENT ACTIVITIES A. RFP Calendar The following is a list of key dates up to and including the date for notification of the selected vendor: 4

RFP issued October 1, 2015 Proposal due date for response to RFP October 30, 2015 3:00 p.m. CST Interviews with respondents (as necessary) November, 2015 RFP response evaluations by MOSERS staff November - December 31, 2015 Announcement of successful vendor on or before January 31, 2016 B. Schedule for Scope of Services The vendor may begin work at a time after the contract is awarded that is mutually agreed upon by both MOSERS and vendor. MOSERS expects as much advanced notice regarding scheduled times as possible. A schedule of required documents and information should be delivered to the Project Manager to be prepared by the plan staff prior to start of the project. Time should be built in to the project plan for testing and running parallel before the system or upgrade is turned over to production. IV. ASSISTANCE TO BE PROVIDED TO THE IMPLEMENTATION TEAM A. MOSERS Staff The internal on-site Quality Assurance Analyst/Project Manager and the Financial and Fiscal Oversight Section staff will be available during implementation to assist the vendor by providing information, documentation, requirements and explanations. Any requirements for computers and/or system documentation will be coordinated through the project manager. The Finance staff will be available for testing as necessary prior to and after migration to production. B. Work Area and Equipment MOSERS will provide the on-site space and facilities necessary for the vendor to provide onsite implementation services. In addition, all information, data, reports and records necessary for carrying out the work will be furnished to the vendor, and MOSERS will cooperate with the vendor in every reasonable way to ensure timely completion of the project. The vendor will also be provided data services and utilities as needed. V. RFP REQUIREMENTS A. General Requirements 1. Inquiries 5

Please refer to Section I, Paragraph C for contact name and address. Any questions regarding this RFP must be submitted in writing (email and faxes are acceptable), set forth on the respondent s letterhead, and must be received at MOSERS by October 26, 2015 at 3:00 p.m., Central Time. To ensure that all respondents have the same information and instructions concerning the preparation of the proposal, all questions received will be posted on the MOSERS website 2. Submission of Responses to RFP a. The proposals can be emailed, mailed, or hand-delivered but must be received by 3:00 p.m. Central Time, October 30, 2015. Please refer to Section I, A for delivery instructions. Respondents mailing proposals should allow sufficient mail delivery time to ensure timely receipt of their proposals. Hand-delivered responses to the RFP may be delivered between 7:30 a.m. and 3:00 p.m. Central Time through the due date. Proposals that contain a signature of an authorized representative may be transmitted via email in Adobe Portable Document Format (PDF) format. All proposals and accompanying documentation become the property of MOSERS and will not be returned. Each proposal must conform to the requirements of this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and may result in disqualification. Failure to provide the required information may also result in disqualification. MOSERS reserves the exclusive right to determine compliance with these requirements and to exclude from consideration proposals which, in the judgment of MOSERS personnel, do not so conform. A respondent s preparation and submission of a proposal or subsequent participation in presentations or contract negotiations creates no obligation for MOSERS to award a contract or to pay any associated costs. To simplify the review process and obtain the maximum degree of comparison, the response to the RFP should be organized in the following manner: i. Title Page 6

Show the RFP subject, the name of the firm, local address, telephone number, fax number, name of contact person, and the date. ii. Table of Contents Include a clear identification of the material by section and by page number. iii. Letter of Intent Include a signed letter of intent which briefly states the respondent's understanding of the work to be done and a positive commitment to perform the work within the required time period. It will also state that the response to the RFP is a firm and irrevocable offer through January 31, 2016. iv. Detailed Responses Follow the order set forth in Section V.B. of this RFP. B. Required Response to the RFP The purpose of the response to the RFP is to demonstrate the attributes of a new ERP (financial) software package or upgrade of current financial software package and the qualifications and competence of the vendor seeking to undertake the implementation of the new or upgraded software package in conformity with the requirements of this RFP. As such, the substance of responses will carry more weight than their form or manner of presentation. The response will provide a straightforward, concise description of the respondent capabilities. The response will include at least the following: 1. Software a. What modules are available with this software package? b. Are the modules integrated with each other? c. Does the financial software package interface with outside systems and if so, what are the requirements for integration? o Vendor must provide engineering support for MOSERS developers to access / update data from custom-written (Visual Studio) programs. d. What volume of revenues, assets and transactional data is supported? o What are character limitations in general ledger number, description, amount etc.? e. What are the server requirements to run this software? o What is the total cost for the purchase of software and implementation? o Are the modules priced separately? o Does the cost increase per user or group of users? o Does the cost include implementation and training? 7

f. Does the software include delivered, ad-hoc and customizable reporting that can be exported, printed, saved or viewed in multiple formats including Microsoft Excel? g. What drill down features included within the reporting? h. What is the average training required to use the system at an expert and casual user level? i. Is there a separate cost to upgrade or is it included in the maintenance fee? j. How often are minor upgrades/fixes and bug repairs delivered for the software? k. What are the average maintenance costs per year on average? o Does the maintenance cost auto-escalate each year and if so, how much? l. Is this software cloud-based? m. Who provides support, software vendor or external partners? n. Do other public pension industry clients use this software? If so, how many? o. What is the typical life cycle of the software? 2. Implementation Vendor a. Please provide a corporate summary including length of time in business. b. Please provide a description of similar services you have provided to others. c. Can your company provide onsite support if needed? d. How far is your closest office from Jefferson City, MO? e. Are there additional travel and expense costs not included in total cost? f. What other similar software products does your company support? g. How much of the total cost is included for implementation? h. Are there additional data conversion costs beyond stated cost to implement? i. Do you have any familiarity with the public pension industry? j. Do you provide ongoing support after implementation? k. If yes to 2.h. describe summary of support event procedures. l. What is your average time for a resolution to a helpdesk ticket? m. How long is your average hold time when waiting to speak with an agent? n. What is your escalation process for a helpdesk ticket? o. Are you, or have you been, an approved vendor for the state of Missouri? 3. Implementation Services/Statement of Work The vendor will submit a Statement of Services which should include: a. Scope and Objectives of the financial software project installation and implementation b. Deliverables 8

c. Prerequisites required for the successful implementation of the project such as database requirements, facility requirements, access needs etc. d. Representations that estimates are complete and materially accurate and communication plans if changes occur which could affect the project. e. Effort and Cost Estimates f. Effectivity Period g. Start date availability 4. Other Qualifications Respondents must also satisfy all of the following mandatory minimum qualifications as outlined below in order to be considered for the contract award: a. The respondent must agree to accept a written contract. b. The respondent must agree to provide the minimum services as detailed in Section II, as well as adhere to instructions and comply with all the requirements stated in the RFP. c. The respondent must provide assurance that the key professionals and/or that their organization does not have, nor could they potentially have, a material conflict of interest with MOSERS or any MOSERS service providers. d. The respondent must demonstrate proficiency and experience in providing products and services specified in Section II. e. The respondent must agree to comply with the Political Contribution Policy as noted in Exhibit D and the Federal Work Authorization Policy noted in Exhibit C. f. The vendor will provide an affirmative statement that it is independent as to relationships between MOSERS management and vendor owner(s) and implementation staff with regard to any other work performed for MOSERS. g. The vendor will provide an affirmative statement indicating that the vendor is properly licensed to practice in Missouri. h. The vendor will provide a statement describing the commitment to Equal Employment Opportunity. i. The vendor will provide a statement describing the commitment to develop, implement, and maintain an affirmative action program. 5. Pricing Analysis The vendor must provide price(s) for all requirements as set forth in this RFP. All prices must be shown on the Pricing Analysis, Exhibit A, of this RFP which must be completed, signed, and returned with the vendor s proposal. The original contract period shall be as stated in the Request for Proposal (RFP). The contract shall not bind, nor purport to bind, the Plan for any 9

contractual commitment in excess of the original contract period. The vendor shall agree that the prices stated in the original contract shall not be increased in excess of the maximum price stated in response to Appendix B. VI. EVALUATION PROCESS A. Selection Process Designated MOSERS staff will review proposals timely submitted by respondents and rank the proposals submitted for use in the final selection of the vendor, subject to successful contract negotiations. The respondents and MOSERS representatives may discuss the respondent s proposal as part of the evaluation process. B. Evaluation Criteria Proposals submitted in response to this RFP may be accepted as submitted, or may be used as a basis for further negotiation of specific project details with respondents. In evaluating proposals, MOSERS staff will consider: a. The features of the software product to fulfill MOSER s requirements. b. Demonstrated competence, knowledge, reputation, and qualifications of the contractor as a whole and of their professional staff; c. Vendor s technical expertise and experience; d. Warranty; e. Contractor s ability and willingness to meet the requirements and needs of MOSERS with respect to the solution outlined in Section II of this RFP; f. Adequacy of the proposed solution and staffing plan; and g. Reasonableness of costs for the services proposed. If all other considerations are equal, a contractor whose principal place of business is within the state of Missouri, or who will manage the solution wholly from one of its offices within the state of Missouri, may be given preference. C. Verbal Presentations At the discretion of the Plan, the respondent may be requested to make verbal presentations as part of the evaluation process. In all interviews held with the vendor, the proposed outside manager for the plan s project and the individual(s) who will have on-site responsibility for the implementation (if a person other than the partner or manager) must be present. 10

VII. FINAL SELECTION MISSOURI STATE EMPLOYEES RETIREMENT SYSTEM A. Contractual Agreement The respondent will include certification that the person signing the response to the RFP is authorized to represent the vendor, empowered to submit the bid, and authorized to sign a contract with MOSERS by including the following wording: I hereby certify that I have read the RFP in its entirety and fully understand the requirements listed herein. I further certify that I am an authorized agent of the respondent empowered to submit the response to the RFP and authorized to sign a contract with MOSERS. A copy of this RFP (and any amendments thereto) as well as the successful response to the RFP will be attached to a completed contract. The contract terms will be negotiated between MOSERS and the successful bidder. All respondents are cautioned that his/her proposal shall be subject to acceptance by MOSERS without further clarification. MOSERS legal counsel will review the contract prior to signature by the executive director. The contract shall be construed according to the laws of the state of Missouri. The vendor shall comply with all local, state, and federal laws and regulations related to the performance of the contract to the extent that the same may be applicable. The successful bidder will represent himself or herself to be an independent contractor offering such services to the general public and shall not represent himself/herself or his/her employees to be an employee of the state of Missouri or MOSERS. Therefore, the successful bidder shall assume all legal and financial responsibility for taxes, FICA, employee fringe benefits, workers compensation, employee insurance, minimum wage requirements, overtime, etc., and agrees to indemnify, save, and hold harmless MOSERS, its officers, agents, and employees, from and against, any and all loss; cost (including attorney fees); and damage of any kind related to such matters. The successful bidder may not assign its rights or obligations under the contract without the prior written consent of MOSERS. B. Right to Reject Submission of a response to the RFP indicates acceptance by the respondent of the conditions contained in this RFP unless clearly and specifically noted in the response submitted and confirmed in the contract between MOSERS and the respondent selected. 11

MOSERS reserves the right to reject any and all responses to the RFP submitted without any obligation or payment for costs incurred by proposing respondents. MOSERS reserves the right, where it may serve MOSERS' best interest, to request additional information or clarification from any respondent, to allow corrections of errors or omissions, or to discuss points in the response to the RFP before and after submission, all of which may be used in forming a recommendation. MOSERS reserves the right to waive any and all formalities contained within this RFP except for the deadline for filing. Responses to the RFP received late will not be considered. MOSERS reserves the right to retain each response submitted and to use any aspect of the response to the RFP regardless of whether that respondent is selected. C. Open Records Copyrighted proposals are unacceptable and will be disqualified as nonresponsive. Following the award of a contract, responses to this RFP are subject to release as public information unless the response or specific parts of the response can be clearly shown to be exempt from the Open Records law of the state of Missouri. Respondents are advised to consult with their legal counsel regarding disclosure issues and take the appropriate precautions to safeguard proprietary information. The Plan assumes no obligation or responsibility for asserting legal arguments on behalf of any respondent to this RFP. D. Competitive Negotiation of Proposals The respondent is advised that under the provisions of this RFP, MOSERS reserves the right to conduct negotiations of the proposals received or to award a contract without negotiations. If such negotiations are conducted, the following conditions shall apply: a. Negotiations may be conducted in person, in writing, or by telephone. b. Negotiations will only be conducted with potentially acceptable proposals. MOSERS reserves the right to limit negotiations to those proposals which received the highest rankings during the initial evaluation phase. c. Terms, conditions, prices, methodology, or other features of the respondent s proposal may be subject to negotiation and 12

subsequent revision. d. The required response elements of the RFP shall not be negotiable and shall remain unchanged unless MOSERS determines that a change in such requirements is in the best interest of MOSERS. In such case, the change(s) shall apply to all proposals. e. As part of the negotiations, the respondent may be required to submit supporting financial, pricing and other data in order to allow a detailed evaluation of the feasibility, reasonableness, and acceptability of the proposal. f. All respondents involved in the negotiation process will be invited to submit a best and final offer. E. Confidentiality The respondent that receives the bid shall maintain all files and any other information provided by MOSERS necessary to provide the services herein in a secure and limited access area, under the strictest confidence, and accordingly, will not alter or disclose such files or other information except as provided herein. Upon the completion of the services, all such information and materials provided by MOSERS (hereafter Confidential Information ) will be returned to MOSERS unless otherwise directed by MOSERS. The respondent that receives the bid will not disclose any of the Confidential Information in whole or in part without the prior written consent of MOSERS, unless required to do so by a court order or by law, in which case the contractor shall notify MOSERS in writing prior to making any such disclosure. The respondent that receives the bid shall further limit access to Confidential Information to those of its employees, officers, and directors who reasonably require such access in the performance of their duties for MOSERS and shall take all such necessary precautions and exercise the same duty of care that contractor would undertake to prevent the disclosure of its confidential and proprietary information. In the event the respondent that receives the bid breaches any provision of this confidentiality provision, MOSERS will be entitled to seek any relief and remedy available at law or in equity. In the event that respondent that receives the bid discloses any Confidential Information in breach of this provision or applicable law, the parties recognize and agree that MOSERS will suffer irreparable injury and that MOSERS will, therefore, be entitled to obtain injunctive relief. The remedies herein provided and those otherwise 13

available at law or in equity shall be cumulative, and no one remedy will be construed as exclusive of any other. 14

APPENDIX A MOSER s Financial System Attributes The following is a list of system attributes that a new or upgraded system will contain that will fulfill the business needs of MOSERS: High level attributes of financial system for MOSERS: Accounts payable (AP) General ledger (GL) o Subfields: Account, Department, Product, Business Unit, Amount, Description Reporting delivered and adhoc Accounts receivable (AR) Seamless A/P GL interface 3 business units handled separately (Insurance, Retirement & Deferred Comp) Ability to export files to budget program (real-time) Interface with Eclipse imaging system (workflow) User specific permissions Must handle billion dollar transactions Allocations to sub-ledgers Import Journal entries with Excel interface 1099-Misc reporting Auto scheduling of processes for all modules Module specific attributes: GL Must handle transactions >/= to billion dollars Journals to include business unit, account, product, department id and description >\= 30 character descriptions Error check for balancing Interface with A/P Interface with A/R Allocations to ledgers (Judge, Insurance) without primary ledger disruption Due to/due from between business units Unlimited number of journal entry lines Import from Excel program Export to Power Plan in real-time Interface(import) with PowerPlan/BNY Mellon/MIBS [ MIBS is internally developed benefit system) Drill down by Account, Department, date, Journal entry number, product Allows banking files to follow through to clearing Auto numbering and manual number naming of journals Ability to copy an existing journal to a new journal Multiple chart of accounts (at least 3) Add accounts on the fly 15

Multiple fiscal years and months open at once A/P Alpha character-based vendor ID s Auto numbering vouchers Interface with Eclipse Interface with G/L Ability to directly cut checks both in batch and single Creation of Automated Clearing House (ACH) & Electronic File Transfer (EFT) files for banking upload Ability to handle multiple bank accounts 1099-MISC reporting Multi-vendor addresses and history retention Separate checks to same vendor in same batch Accept and handle a credit during current and future processing Built-In audit for duplicate vendor, amount, invoice number Flexibility to print check register on demand for any period Must handle international addresses Ability to split G/L to charge multiple business units from same invoice Reporting by vendor Reporting that allows drilldown to invoice/source document Export to PowerPlan (GL account, amount, vendor, department, date) Multiple fiscal years and months open G/L Reporting Ability to generate CAFR schedules Query on demand for users including multiple ways to slice/dice Customize reports and self-build with effective dating Drill-down on reports Reports exported to Excel Printer friendly Multiple queries in same reporting format Reporting across multiple fiscal year-ends A/P & G/L Interface Automatically post A/P vouchers (payables) and cash out to general ledger Drill down to voucher detail from G/L entry Real-time posting of A/P (vs batch posting) Voids/Stopped checks removed from outstanding list Ability to export file to budget software (PowerPlan) including manual journals that affect vendors such as posting to prepaids A/R (Optional) Service purchase transactions Direct bill/invoice transactions Local payrolls Payroll adjustments vs member records interface Insurance refunds that reflect in member records 16

APPENDIX B PRICING ANALYSIS 1. Fixed price for purchase of the software per module and in total. 2. Maximum number of hours necessary to complete installation and implementation. 3. Cost to install and implement Software. 4. Estimated number of hours necessary to train expert users on software modules. 5. Cost per hour to train users. 6. Anticipated travel expenses associated with cost to install and implement software. This should be included in #3 above. 7. Ancillary costs to install and implement that are not included above. Please describe in line item detail. 8. Costs to maintain software on an annual basis. Describe if other than annual maintenance fees. 17

APPENDIX C FEDERAL WORK AUTHORIZATION PROGRAM POLICY The executive director shall advise all external service providers where the purchase of goods or services is in excess of five thousand dollars that as a condition for the award of contract, the external service provider shall be enrolled and participate in a federal work authorization program with respect to the employees working in connection with the contracted services and shall not knowingly employ any person who is an unauthorized alien in connection with the contracted services. 18

APPENDIX D POLITICAL CONTRIBUTION POLICY The Executive Director shall advise all external service providers in writing that the Board of Trustees has taken the position that it is inappropriate and unethical for any outside service provider to make any political contribution with the intent of influencing a purchasing, hiring or firing decision made at MOSERS and shall provide a copy of this policy to all current service providers. The Executive Director shall also notify all external service providers that a violation of this policy may lead to termination of employment or prohibition from hiring. If the Executive Director has reason to believe that this policy may or will be violated by an external service provider, the Executive Director shall require the external service provider (including owners and key employees) to disclose political contributions made to any incumbent or candidate for state office in the last two years and shall provide written notice to the Board in the event the disclosure reveals any such contributions were so made. ~~~~~~~~~~~~ End of Document ~~~~~~~~~~~ 19