WEDC REQUEST FOR PROPOSALS:

Similar documents
ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Clinical Dental Education Innovations Grants

Arizona Department of Education

353 Water Street Augusta, ME Request for Proposal (RFP) For Economic Impact Analysis and Technical Assistance

Request for Proposal. Parenting Education

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

REQUEST FOR PROPOSAL (RFP) FOR THE DESIGN, DEVELOPMENT, AND IMPLEMENTATION OF CITY ECONOMIC DEVELOPMENT WEBSITE

Request for Proposal. Independent Living

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

Request for Proposal. Interpretation/Translation Services

May 25, Request for Proposals No Offsite Virtual Net Metering

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS & QUALIFICATIONS TO PROVIDE Foreign Investment Compliance Analysis

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

LEGAL NOTICE Request for Proposal for Services

Caledonia Park Playground Equipment

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520)

INDEPENDENT AUDITING SERVICES

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

REQUEST FOR PROPOSAL

WATERFRONT COMMISSION OF NEW YORK HARBOR

Denton County MHMR Center. Notice For REQUEST FOR APPLICATION - DRAFT

City of Malibu Request for Proposal

CHAPTER Council Substitute for Council Substitute for House Bill No. 83

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Request for Proposals (RFP) for Professional Design and Engineering Services

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

REQUEST FOR PROPOSAL

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposal PROFESSIONAL AUDIT SERVICES

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

Disadvantaged Business Enterprise Supportive Services Program

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

Request for Proposals. For RFP # 2011-OOC-KDA-00

EXHIBIT A SPECIAL PROVISIONS

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL (RFP) PROFESSIONAL AUDITING SERVICES

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

Boulder Junction TOWN PLAZA REQUEST FOR QUALIFICATIONS RFQ # 2016-PR-001 I. Project Overview

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

REQUEST FOR SERVICE QUALIFICATIONS (RSQ) FOR AUDIT & TAX SERVICES

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION

SECTION I - BACKGROUND

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site

RE: Request for Proposal Number GCHP081517

REQUEST FOR PROPOSAL TO PROVIDE AUDIT SERVICES FOR OAKLAND TOWNSHIP OAKLAND COUNTY, MICHIGAN November 13, 2013

WHEREAS, the Transit Operator provides mass transportation services within the Madison Urbanized Area; and

Request for Qualifications

APPLICATION FOR NEWPORT NEWS URBAN DEVELOPMENT ACTION GRANT LOAN PROGRAM

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

ARIZONA JOB TRAINING PROGRAM PROGRAM RULES & GUIDELINES (RULES) 1

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

REQUEST FOR PROPOSALS RFP No IBM Software Subscription and Support Renewal

REQUEST FOR PROPOSALS RFP No IBM Software Subscription and Support Renewal

Request for Proposal Professional Auditing Services

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

Hospital Safety Net Grant Program

Request for Proposal (RFP)

Request for Proposal (RFP) # For Information Services Mobile Data Communications System. Posting Date: May 29, 2015

INFORMATION TECHNOLOGY ASSESSMENT & PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP)

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Proposal RFP # , Managed Network Services

Attachment A Contractor Reference Form

State Universities Retirement System

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

353 Water Street Augusta, ME PO Box 949, 5 Community Drive Augusta, ME

Transcription:

WEDC REQUEST FOR PROPOSALS: FINANCIAL ACCOUNTING SOFTWARE ISSUED: March 16, 2018 All questions regarding this RFP and vendors Intention to Submit a Proposal must be submitted in writing to natalya.krutova@wedc.org by Friday, March 30, 2018 at 4:00 p.m. CT. PROPOSALS MUST BE SUBMITTED BY: Friday, APRIL 27, 2018 AT 4:00 P.M. CT 1

I. SCOPE The purpose of this Request for Proposals (RFP) is to provide interested proposers with the information needed to prepare and submit a proposal for financial accounting software for the Wisconsin Economic Development Corporation (WEDC). WEDC currently use Intacct.com for general ledger, accounts payable, accounts receivable and miscellaneous billing, cash receipting, travel and expense reimbursements, budgeting and reporting. WEDC is looking for solutions that will handle all of the following mandatory functions: A. General Ledger and Reporting; B. Budgeting and Forecasting; C. Cash Receipt; D. Purchasing; E. Accounts Payable; F. Accounts Receivable/Loan Management; G. Miscellaneous Billing; H. Project/Grant Management I. Single Sign On. WEDC is also interested in the ability to integrate the proposed solution with WEDC s other software systems. These systems include Salesforce.com, an awards management system Enable, an awards tracking system, Certify for corporate credit card use and travel and expense reimbursement, and PDS for payroll processing. The proposed solution should allow for fundbased governmental accounting. Preference will be given to solution that is vendor hosted as a Software as a Service (SaaS) model. The selected vendor should be available to do an inperson demonstration of their software at WEDC s headquarters located in Madison, WI. WEDC requests that interested proposers submit their intent to propose, along with all questions regarding this RFP to natalya.krutova@wedc.org no later than Friday, March 30, 2018 at 4:00 p.m. CT. Proposals in response to this RFP must be received no later than Friday, April 27, 2018 at 4:00 p.m. CT. II. PROJECTED SCHEDULE OF EVENTS The following represents WEDC s projected project schedule, and is subject to change. WEDC desires to be live on the new system no later than July 1, 2018. 2

Date March 16, 2018 March 30, 2018, 4:00pm April 27, 2018, 4:00pm April 30 - May 11, 2018 May 14 - May 18, 2018 May 21 - May 25, 2018 May 29 - June 8, 2018 Event RFP Issued Questions and Intent to Propose Due Proposal Due Review of responses Selected vendors on-site demonstrations (1-2 hours) Second round selected vendors demonstrations (8 hours) WEDC potential site visits, reference checks, final selection III. WISCONSIN ECONOMIC DEVELOPMENT CORPORATION WEDC is a public body corporate and politic governed by Chapter 238 of the Wisconsin Statutes. WEDC was created under 2011 Wisconsin Act 7 and 2011 Wisconsin Act 32 to replace the economic and community development operations of the former Wisconsin Department of Commerce and to serve as the State of Wisconsin s lead economic development organization. WEDC is governed by a thirteen-member Board of Directors. WEDC s Chief Executive Officer is appointed by the Governor. WEDC provides financial and technical assistance and services to businesses and organizations in Wisconsin for the purpose of strengthening economic development and creating and retaining jobs. As of June 30, 2017, WEDC had approximately 111 employees and an operating budget of approximately $39,000,000. Revenues to finance its operating budget are derived primarily from state appropriation, loan repayments and other miscellaneous income. WEDC operates five economic and community development divisions and nine finances and administrative departments primarily in the Madison, Wisconsin location. WEDC provides grants, loans, loan guarantees, tax credits, collectively known as awards and technical assistance to its customers. WEDC operates on fiscal year which begins on July 1 and ends on June 30. WEDC utilizes Intacct.com as its accounting system, Salesforce.com for CRM, PDS for payroll, grant and loan management system Enable and Certify for travel and expense. WEDC has approximately 111 users that fall in one or more of the following categories for purposes of the proposed solution: a. Finance Team: will need comprehensive role-based access to the system with adequate internal controls. b. Executives and Division Vice Presidents: will need ability to review reports and budget relevant to their role and their department. Needs the ability to create a budget and budget amendments within the system. c. All other employees: will need read only access to reports pertinent to their projects. 3

IV. PROPOSAL REQUIREMENTS Proposers responding to this RFP must provide sufficient responses to all of the below requests for information. Failure to respond to any of the requests may result in disqualification of the proposal. Proposers must have a minimum of seven years of experience providing similar services. In order to facilitate the analysis of responses to this RFP, proposers are required to as simply as possible and provide a straightforward, concise description of the vendor's capabilities to satisfy the requirements of the RFP. A. Organizational and Staff Capabilities 1. Provide a brief description of the proposer s history and organization. 2. Describe the proposer s experience providing similar services. 3. Provide a list of at least three projects held by the proposer which indicates relevant experience. 4. Provide customer references representative of the requested solution. Such references must include multiple governmental/quasi-governmental entities. 5. Provide a list of all staff who will be involved in carrying out the tasks covered by this RFP and their resumes describing each in terms of their involvement in specific tasks and qualifications. 6. Provide a list of any subcontractors (individual or organizational) that the proposer intends to use when providing services under this RFP (Note: the proposer is not required to use subcontractor(s). However, no subcontractor may be used without WEDC s written approval.) 7. Provide a brief description of any controversies or lawsuits in which the proposer is currently involved or to which the proposer has been a party during the past five years. B. Software Specifications The proposed solution should allow for fund-based governmental accounting. It must allow attaching documentation electronically to POs, invoices, journal entries, etc. WEDC has identified the following system modules or features as mandatory: 1. General Ledger and Reporting; 2. Budgeting and Forecasting; 3. Cash Receipt; 4. Purchasing; 5. Accounts Payable; 6. Accounts Receivable/Loan Management; 7. Miscellaneous Billing; 8. Project/Grant Management; 9. Fixed Assets (optional); 10. Single Sign On. Provide a description of the proposed solution s ability to provide the above-listed system modules and the capabilities of those modules. 4

The ability of the proposed solution to fully integrate with Salesforce.com, Enable award management system, PDS, and Certify is highly preferred. WEDC is particularly interested in the following capabilities: 1. Salesforce.com: Ability to generate purchase orders once an Opportunity or Assistance in Salesforce is converted to closed/committed stage. 2. Enable: Ability to import payments received on loans into the accounts receivable module by the customer. Ability to export disbursement on awards from accounting software to the award management system. 3. PDS: Ability to import payroll information by employee and provide mapping of pertinent general ledger accounts. 4. Certify: Ability to upload reimbursable and non-reimbursable transactions into the accurately into the software Provide a description of the proposed solution s ability to provide the above-listed integrations. C. Hardware Specifications Provide a complete itemized list of the proposed solution s minimum system and computer hardware requirements, as well as a recommended hardware listing necessary for optimal performance. WEDC prefers a solution that is vendor hosted in a software as a service model. If the proposed solution is only available in an on-premise configuration, list the recommended equipment and required system software and hardware components. D. Technical Requirements/Approach to the Project 1. Describe, in detail, the proposer s technical approach to the project. Include a complete timeline from contract signing through the live use of the system, including test run timing and details. Be very specific in terms of time required to complete each individual task and the staff responsible. 2. Describe the back-up plan for completing the work according to the timeline should something happen to the staff assigned to this project. 3. Provide a description of any special expertise or experience the proposer has which will be available to WEDC as part of the regular software contract. 4. Provide a thorough description of help desk services including phone support, remote support, and ongoing maintenance. E. Training Describe the Proposer s approach to training. Reponses should detail the estimated number of hours of training included and method of training: on-site training, off-site training, train the trainer, etc. Also indicate whether on-going training is available after the initial training and conversion timeframe. In considering this topic, please consider potential training needs for a refresher course perhaps needed one year after implementation, training for new employees and training for upgrades. Proposal should specify if costs are required for these needs, and these costs should be noted in the response to Section V and in Proposer s response to Exhibit A. 5

F. Other Items Describe any items not included in the scope of work under this RFP that the Proposer recommends be completed. Include the price for any such extra items in the response to Section V and Exhibit A V. COST PROPOSAL Proposers should provide a not to exceed fixed cost proposal for the services to be provided under this RFP, including anticipated out of pocket costs. The cost proposal should include the estimated number of hours and the billing rate for each level of team member assigned to the project. The cost proposal shall be a not to exceed total cost for the services to be provided under this RFP. To facilitate the analysis of responses to this RFP, please use Exhibit A, and provide detailed, itemized pricing. Proposals submitted for this project should include all applicable costs for software and licensing fees, hardware, transfer of all stored data, training for all employees that utilize the software, and all other applicable costs to allow software to be fully functional for WEDC s employees. It is not expected that the proposals will include costs to upgrade or purchase of individual computers; however, servers needed are expected to be included in the cost of the proposals. Also include an estimated cost for the system hardware components and cite any additional costs for non-vender specific software necessary to facilitate implementation. VI. TERMS AND CONDITIONS The following terms and conditions affect responses to this RFP and any resulting contract. These terms shall be adhered to by any interested proposer and are non-negotiable. A. Contract Term The contract will cover a minimum of five (5) years. The contract may be renewed for one fiveyear period thereafter by mutual consent. WEDC s fiscal year starts on July 1 and ends on June 30. B. Confidentiality Proposer acknowledges that all information, data, records and documents disclosed by WEDC to proposer, or which come to proposer s attention during the course of its response to this RFP or performance under any resulting contract constitute valuable and proprietary assets of WEDC (Confidential Information). Proposer agrees not to disclose the Confidential Information, either directly or indirectly, to any person, entity or affiliate unless required to do so by legal process of law without prior authorization by WEDC. If required to disclose Confidential Information by legal process, Proposer shall provide WEDC with prompt notice so WEDC may 6

seek an appropriate protective order. Except as required to respond to this RFP or during the course of its performance under the terms of any resulting Agreement, proposer shall not use any Confidential Information for its own purposes. C. Conflict of Interests Proposers response to this RFP must include, in writing, disclosure of any potential conflict of interests that may arise from proposer s performing services for WEDC. Any resulting contract will require that if a vendor fails to disclose a potential conflict of interest, and if WEDC determines such failure to disclose involves a material conflict of interest, the vendor s contract may be declared to be void by WEDC and any amounts paid under the contract may be recovered by WEDC. Vendors shall advise WEDC of any changes in potential conflicts of interest. D. Nondiscrimination Pursuant to Wisconsin law, any contract resulting from this RFP will include the following language regarding nondiscrimination: In connection with the performance of work under this contract, Licensor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in 51.01(5), sexual orientation or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Except with respect to sexual orientation, Licensor further agrees to take affirmative action to ensure equal employment opportunities. Licensor agrees to post in conspicuous places, available for employees and applicants for employment, notices to be provided by the recipient officer setting forth the provisions of the nondiscrimination clause. E. Public Records Responses to this RFP, any communication with WEDC, and any resulting contract and work product are subject to the public records laws of the State of Wisconsin, 19.31 et seq. Proposers shall mark documents confidential where appropriate for financial and other sensitive materials that should be, to the extent possible, be kept in confidence. WEDC will notify the proposer if it receives a public records request for materials marked confidential. F. Insurance If awarded the contract, the proposer shall maintain Worker s Compensation, Comprehensive General Liability, including Contractual Liability, and Automobile Liability insurance for any claims that may arise from operations under the contract. 7

VII. RFP PROCESS A. Reasonable Accommodations WEDC will provide reasonable accommodations, including the provision of informational material in an alternative format, for individuals with disabilities upon request. B. Intention to submit a Proposal, Submitting Questions, and Communication with WEDC Interested Proposers should submit their intent to submit a proposal and all questions regarding this RFP in writing to natalya.krutova@wedc.org no later than Friday, March 30, 2018 at 4:00 p.m. CT. In submitting an intent to submit a proposal, include the vendor name, contact information, and a brief description of the proposed solution. All communication regarding this RFP shall be directed to natalya.krutova@wedc.org Information regarding this RFP obtained from other sources is unofficial and nonbinding. Communication with other sources may be cause for rejection of a proposal. C. Submitting the Proposal Proposers shall submit an electronic, PDF, version of their Proposal, along with five hard copies of their proposal no later than April 27, 2018 at 4:00 p.m. CT. Both the electronic and hard copies must be received for the proposal to be submitted on time. Proposal responses should follow the sequence and outline presented in this RFP. Proposals shall be delivered to: Nataly Krutova Wisconsin Economic Development Corporation 201 West Washington Avenue, 6 th Floor Madison, WI 53703 natalya.krutova@wedc.org D. Incurring Costs WEDC is not Liable for any cost incurred by a vendor for responding to this RFP. All costs for the preparation of the proposal shall be borne in full by the proposing vendor. E. News Releases News releases pertaining to the RFP or to the acceptance, rejection or evaluation of proposals shall not be made without the prior written approval of WEDC. 8

VIII. EVALUATION OF RFP A. Proposal Review, Verification and Acceptance WEDC shall review each proposal to verify that it meets all specified requirements in the RFP. Proposals that do not comply with instructions contained in the RFP may be rejected by WEDC. WEDC reserves the right to waive a particular specification if no proposer meets that specification. WEDC may request reports on the proposer's financial stability. WEDC may reject a proposal if the proposer is determined to have inadequate financial means to provide the required service. WEDC retains the right to accept or reject any or all proposals, or accept or reject any part of a proposal, determined to be in the best interest of WEDC. WEDC shall be the sole judge as to compliance with the instructions contained in this RFP. Proposals shall be firm for acceptance for sixty (60) days from date of proposal opening unless otherwise noted. A proposer may not modify its proposal after submission except to correct minor omissions or miscalculations as directed in writing by WEDC. B. Evaluation Criteria Proposals will be reviewed by an evaluation committee and/or WEDC s Contracts Committee. The committee(s) may review references, require oral interviews/presentations and use the results in its review. Mandatory requirements must be met in order for a proposal to be considered for award under this RFP. Evaluation of the proposals will be based on the proposer s relevant experience providing like services, the quality of the team dedicated to this project, the proposer s approach to the project and project timeline, and proposed fees. C. Right to Reject Proposals and Negotiate with Proposers WEDC reserves the right to reject any and all proposals. WEDC may enter into negotiations with multiple vendors regarding the terms of the contract and the cost proposal before determining the highest scoring proposer. WEDC shall not, under any circumstances, reveal a proposer s cost proposal to any other proposer prior to contracting for services. D. Award Decision WEDC will make the award to the proposer deemed to provide the services described in this RFP at the best value to WEDC, taking into consideration the capabilities of the proposed solutions, the experience and expertise of the proposers, and cost proposals. E. Notice of Intent to Award All proposers who respond to this RFP will be notified in writing of WEDC's intent to award the contract as a result of this RFP. 9

EXHIBIT A: UPFRONT PURCHASE COST PROPOSAL Modules Base software package Overall Project management Estimated Hardware Software Licensing fees Data Conversion & Implementation Training Costs Travel Costs Upfront Total Annual Maintenance/ Support Component Specific General Leger Budgeting Accounts payable Accounts receivable Purchasing Cash receipt Project/grant management Fixed Assets Total Note: Must include estimated travel costs and any other costs not mentioned above. If additional pages are necessary, please feel free to attach them to this Exhibit. 10

EXHIBIT B: ANNUAL SOFTWARE AS A SERVICE COST Modules Base software package Overall Project management Estimated Hardware Software Licensing fees Data Conversion & Implementation Training Costs Travel Costs Upfront Total Annual Maintenance/ Support Component Specific General Leger Budgeting Accounts payable Accounts receivable Purchasing Cash receipt Project/grant management Fixed Assets Total PROPOSAL Note: Must include estimated travel costs and any other costs not mentioned above. If additional pages are necessary, please feel free to attach them to this Exhibit. 11