277
STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909 CONTRACT CHANGE NOTICE Change Notice Number 24 to 071B7700072 Contract Number Various Mecca Martin [email protected] Hari Murthy Grand Rapids, MI 49504 DELOITTE CONSULTING LLP CV0001354 212-313-2986 333 Bridge St., N.W. , Suite 700 (517) 230-5694 STATE Program Manager Contract Administrator CONTRACTOR DTMB [email protected] $287,982,421.47 February 11, 2017 February 10, 2025 MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI February 10, 2022 INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE 3 - 1 Year PAYMENT TERMS DELIVERY TIMEFRAME ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING P-Card PRC Other Yes No MINIMUM DELIVERY REQUIREMENTS DESCRIPTION OF CHANGE NOTICE OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE February 10, 2025 CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE $11,402,611.57 $299,385,033.04 2/15/2022, this Contract is hereby increased by $11,402,611.57 for additional Contractor resources in various roles necessary to support MDHHS IT Executive Governance direction for enhancements on the Bridges application. Drawing down from this increased value must be memorialized within a subsequent Statement of Work(s) issued as Contract Change Notice(s) that will detail the exact resource increase count, those roles and the associated (fixed) cost for a specific term. The State is under no obligation to fully utilize this increased value. All other terms, conditions, specifications, and pricing remain the same. Per (DTMB) contractor (request/proposal) and agency (request) agreement, DTMB Procurement approval, and State Administrative Board approval on 2/15/2022. INITIAL EXPIRATION DATE INITIAL EFFECTIVE DATE DESCRIPTION CONTRACT SUMMARY MDHHS

contract change notice - STATE OF MICHIGAN CENTRAL

Embed Size (px)

Citation preview

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 24

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

(517) 230-5694S

TA

TE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

DTMB

[email protected]

$287,982,421.47

February 11, 2017 February 10, 2025

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2025

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$11,402,611.57 $299,385,033.04

2/15/2022, this Contract is hereby increased by $11,402,611.57 for additional Contractor resources in various roles necessary to support MDHHS IT Executive Governance direction for enhancements on the Bridges application. Drawing down from this increased value must be memorialized within a subsequent Statement of Work(s) issued as Contract Change Notice(s) that will detail the exact resource increase count, those roles and the associated (fixed) cost for a specific term.

The State is under no obligation to fully utilize this increased value. All other terms, conditions, specifications, and pricing remain the same. Per (DTMB) contractor (request/proposal) and agency (request) agreement, DTMB Procurement approval, and State Administrative Board approval on 2/15/2022.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

MDHHS

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 24 TO CONTRACT NO. 071B7700072

Sanjay Srivastava 517-241-1417 [email protected]

Amy Hundley 517-241-7797 [email protected]

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 23

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

(517) 230-5694S

TA

TE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

DTMB

[email protected]

$286,352,516.47

February 11, 2017 February 10, 2025

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2025

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$1,629,905.00 $287,982,421.47

Effective 11/18/2021, this contract is hereby increased by $1,629,905.00 for MDHHS use and includes the following amendment per the attached SOW for services in support for migration of the Bridges Scanning Index (BSI) Migration to the Google Cloud Platform (GCP). All other terms, conditions, specifications, and pricing remain the same. Per Contractor and Agency agreement, and Central Procurement approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

MDHHS

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 23 TO CONTRACT NO. 071B7700072

Sanjay Srivastava 517-241-1417 [email protected]

Amy Hundley 517-241-7797 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS BRIDGES MAINTENANCE, SUPPORT AND ENHANCEMENTS AMENDMENT

PROJECT TITLE: Bridges Scanning Index (BSI) Migration to DocuEdge Solution

TERM OF SOW: November 1, 2021 – March 31, 2022

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: October 28, 2021

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

This Amendment is entered into between The State of Michigan, Department of Technology, Management, and Budget (the “State” or “DTMB”) and Deloitte Consulting LLP, (“Contractor”) relating to a certain Contract # 071B7700072, and Statement of Work for Maintenance, Support, And Enhancements to MDHHS Bridges (“SOW”). This Amendment is effective November 1, 2021. Capitalized terms, if not otherwise defined in this Amendment, shall have the same meaning as set forth in Contract # 071B7700072, dated February 11, 2017, and subsequent Contract Change Notices (“CCN”). WHEREAS the parties desire Contractor’s services in support for migration of the Bridges Scanning Index (BSI) Migration to the Google Cloud Platform (GCP) and make certain changes as further set forth in this Amendment. The Bridges Scanning Index (BSI) is used by Bridges supporting statewide MDHHS Offices and currently lacks the level of automation necessary to meet DHHS business needs. NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties hereby agree as follows: 1. Project Identification

PROJECT REQUEST Contractor must integrate and implement a DocuEdge solution that will address the following:

• Improve usable data via current use of the Optical Character Recognition (OCR) to recognize type font for automation of registration and eligibility processing would provide for more robust and useful metadata.

• Increase capability for Intelligent Character Recognition (ICR) to recognize handwritten font would recover case worker processing time

• Add an Optical Mark Solution that recognizes check boxes or selections to reduce manual document review

The Contractor must support Business Readiness activities and Training.

The DocuEdge solution, powered by Google Cloud Platform (GCP), ImageTrust and UiPath, will capture documents in a fast and efficient manner from a variety of sources such as mobile devices, faxes, scanners, etc. From there the documents will be processed in a cloud image processing software where they will be classified and reviewed automatically by the system. The cloud-based system will have the ability to extract specific data using OCR and other technologies and validate that data as required where it can be exported to a necessary system. Due to the cloud nature of the solution the system will have the ability to be rapidly configured and scaled to meet the business needs of the State or adjusted to technical demand changes that occur. The solution will be highly scalable and configured to do so automatically based on need. The solution will allow the State to scan over 80,000 documents a day. Solution software versions are listed below.

2

2. Solution Software Versions

Software Product Version Functions DocuEdge (Image Trust) Document Scanning

UiPath Bot Automation with RPA

Google Natural Language API Document Classification Google Vision API Document Extraction Google Compute Engine OS – RHEL 7.x Hosting server instance for ImageTrust

& UiPath Google Cloud SQL SQL Server 2017

Standard Relational Database to store …

Google Cloud Function Event handler for document processing events

Google Cloud Storage Service Scanned file, classification & extraction data storage

Google Stackdriver, Monitoring & Logging Service

Cloud based application, platform, and infrastructure monitoring solution.

3. Scope of Work and Deliverables

IN SCOPE

The Contractor will provide the State with implementation and integration of the DocuEdge (ImageTrust) and Google Cloud Platform (GCP) to replace the current Bridges Scanning and Indexing solution, migrating to the “DocuEdge Solution”, that encompasses components described herein.

The Contractor must lead the State in a pilot of the DocuEdge Solution that will encompass up to 2 MDHHS county offices. The measurement of success is that these offices will have access to the cloud hosted DocuEdge Solution and requirements as identified and agreed to within the attached Requirements Traceability Matrix. The DocuEdge Solution will be demonstrated to and accepted by the State Project Contacts as identified in below section 1.202.

The Contractor will follow an Agile methodology to leverage an iterative configuration window, reduce configuration duration and support parallel threads of work. The following table identifies the items that are in scope for the Contractor to provide full implementation of this project.

Scope Category In Scope Items

DocuEdge (ImageTrust)

Enable broad replacement of existing Bridges and Scanning Indexing Datacap solution across MDHHS offices and counties by implementing a production ready solution Setup users, roles, permissions, authentication, and jobs. Configure the integration with Scanners. Setup and configure automate classification and extraction of data from the most common sixty structured forms and five unstructured forms. Less common forms to be progressively classified after the implementation by the M&O team. Integration with GCP cognitive services in AutoML NLP, Vision API/Document AI. Export documents to FileNet Implement the ability to switch between offices Configure and implement an electronic process for group separators. An operational dashboard to monitor progress

Infrastructure (GCP)

Assist State in the setup of network connectivity from State to GCP with support from State network and infrastructure team Setup ImageTrust architecture on GCP Setup Robotic Process Automation (RPA) architecture on GCP

3

Scope Category In Scope Items Setup connectivity to Hub with support from State network and infrastructure team Configure operational services including cloud resource monitoring, application and audit logging, reports, backup & restore, DR Infrastructure Security Compliance assessment, System Security Plan & Authority to Operate (ATO)

RPA Implementation (UiPath) Develop and implement up to 2 bots of medium complexity. For example, a digital worker to automatically process semi annuals and Mid certs if no changes were reported is considered a medium complexity bot.

Training Develop functional training materials. Develop technical training materials. Provide training and training materials to the DTMB technical team.

4. Integration

Contractor will minimally integrate the DocuEdge solution to the following technologies: • MiLogin • SOM HUB – MI Integrate • Bridges • FileNet

Any work needed by each of the systems such as MiLogin, SOM HUB, Bridges etc. is outside the scope of this SOW. Additional integrations as determined by the State Security Team during development and rollout process will be addressed under the existing contract support. 5. Training Services

Contractor will train the technical team and production end users identified for pilot using a train the trainer approach for DocuEdge and GCP.

While extensive documentation already exists on DocuEdge, including set-up documentation such as integration with FileNet, and functional trainings such as indexing features, the Contractor will facilitate and provide training to master DocuEdge and GCP.

As indicated in below table:

• Contractor will provide an in-depth training session for the DTMB DocuEdge technical team members. The training will also include the knowledge transfer material required to support the solution following implementation.

• Contractor will support the development of training material and will conduct training sessions in the form of train the trainer.

Training Group Training Topics Length Location Timeframe

DTMB DocuEdge technical team

Communicate with DocuEdge APIs DocuEdge Capture Module: How to create new document types and index fields/properties, user management, configure scanning workflow, and administration and monitoring activities Logging features, backup, and recovery methodology, monitoring and reporting features,

One 4-hour session Virtual During weeks 22-24

4

Training Group Training Topics Length Location Timeframe

troubleshooting and error interpretation. Database maintenance training, including backup methodology, recovery methodology, vendor supplied tool(s), disaster recovery, troubleshooting, re-indexing, archiving, purging

End-User Training Train-the-Trainer Training

Image capturing, image cleanup, data correction, workflow management, security practices, retrieval processes for documents and images, and troubleshooting

One 4-hour session Virtual During weeks 22-24

Google Cloud Platform (GCP)

Training necessary to effectively use GCP for the purpose set forth in this contract

One 4-hour session Virtual During weeks 22-24

6. Documentation

Contractor will provide available user manuals, operating manuals, technical manuals and other instructions, specifications, documents, or materials, in any form or media, that describe the functionality, installation, testing, operation, use, maintenance, support, technical or other components, features or requirements of the Software.

Contractor will develop and submit for State approval complete, accurate, and timely Solution documentation to support all users, and will update any discrepancies, or errors through the life of the contract. The Contractor’s user documentation must provide detailed information about all software features and functionality, enabling the State to resolve common questions and issues prior to initiating formal support requests.

7. Manuals

User Manuals ImageTrust, the scanning, capture and indexing component of the DocuEdge solution already has extensive documentation in existing User Manuals. These User Manuals provide detailed instructions and troubleshooting guidelines on the features that ImageTrust offers such as: Starting a New Batch, Scanning and Indexing, among others. These User Manuals will also be made available as a part of the Training Plan.

. Technical Manuals ImageTrust, the scanning, capture and indexing component of the DocuEdge solution has existing broad technical manuals that inform technical staff on how to effectively use and maintain the product. Contractor is committed to collaboratively working with DTMB to train the DTMB technical team and arm them with the capability to easily access the knowledge and information they require to operate and maintain the solution throughout the full-scale implementation and ongoing maintenance and operational support. 8. Transition Support Services

Contractor will provide a detailed transition plan, including any roles or responsibilities expected of the State that adequately demonstrates the steps to migrate between Contractor’s support of the solution to internal DTMB support.

Contractor will collaborate and work side by side daily with existing DTMB BSI team throughout the implementation starting with discovery sprint all the way till the closure of the project. During the execution of the project, the State anticipates strong participation of the DTMB BSI team effectively reducing the need for a separate transition plan. However, during the last week of the implementation, Contractor will schedule transition sessions to review the documentation, training material and provide hands on experience to the DTMB BSI team to enable them to independently operate on the solution.

5

High level steps for transition are listed below:

• All project deliverables are completed and signed-off. • Final performance measures and metrics are analyzed and reported. Metrics are provided back to MDHHS

and DTMB where appropriate for future planning and to support ongoing information needs. • Project acceptance has been communicated and project sponsor has signed a formal acceptance of the

project. • Project information and records been transferred into state accepted file repositories. • Confirm that the knowledge transfer plan has been documented, including critical items for transfer and

individuals identified. Project Closure Report is completed.

9. Approval Process

The approval process for both documents and software are explained below.

9.1 Document Deliverables • Documents are dated and in electronic format, compatible with the State of Michigan software. • Any changes to requirements once they are approved will be captured in the user stories. • Draft documents are not accepted as final deliverables. • DTMB and MDHHS will review artifacts identified as Deliverables and Reports. Approvals/acceptance

will be either written and signed or approved/accepted by e-mail (based on approved Suite Deliverables Checklist for project), by the designated project ownership team (as designated in the Project Charter).

• Deliverables issues will be documented and submitted to the Contractor and resolved within a mutually agreed timeline.

9.2 Software Deliverables General software includes, but is not limited to, software product, development tools, support tools, data migration software, integration software, and installation software.

• The software will be reviewed and accepted in accordance with the requirements of the contract, • DHHS and DTMB will review software during the sprint review process for acceptance of functionality,

usability, installation, performance, security, standards compliance, backup/recovery, and operation. o Approvals will follow the agile governance process o Any issues to the deliverables will be documented and submitted to the Contractor to be

addressed. • Software is installed and configured, with assistance from DTMB, in an appropriate environment (e.g.,

development, conversion, SIT/QA testing, UAT testing, production, and training). • Contingency plans, de-installation procedures, and software are provided by the Contractor and

approved by both the DTMB Program Manager and Agency Program Manager. • Final acceptance of the software will depend on the successful completion of User Acceptance Testing

(UAT). • Testing will demonstrate the system’s compliance with the requirements of the Contract. At minimum,

the testing will confirm the following: o Functional – capabilities of the system concerning the Release Themes (Functions and

Features) described in the Contract. o Performance – the ability of the system to perform the workload throughput requirements. All

problems should be completed satisfactorily within the allotted time frame based on the available capacity.

• Software source code, where applicable, is reviewed by DTMB within a mutually agreed-upon timeframe for readability, structure, and configuration management.

o Approvals will be by both the DTMB Project Manager and Agency Product Owner and may be either written or electronic via email.

o Any issues identified during this review will be documented and submitted to the Contractor for remediation.

o After issues are resolved or waived, the Contractor will resubmit the source code for approval. • The deliverable approval process outlined in the contract terms has been followed and met. • The Contractor will work with DTMB Project Manager and DHHS Product Owner to prioritize the highest

value features for development first and deliver functionality incrementally for testing and review. DHHS

6

will execute core testing of each release of new functionality in no less than 14 days of availability in a test environment.

10. Implementation Approach

Agile Methodology SOM Agile Methodology

10.1 Discovery • Story mapping will be leveraged to elicit user stories that will provide a visual representation to track the

journey of the user experiences. • Human Centered Design will be incorporated as part of discovery. • Personas, Journey Maps, wireframes, and mid-fidelity mockups that promote ease of use and optimize

various stakeholder interactions with the system. • Document and log User Stories into the product backlog into Jira. • The Scrum Development Team must support the PO in prioritizing User Stories in the product backlog

and allocate User Stories among the Sprint for each major Release. • Design out stories for the development sprint to meet the Definition of Ready (DoR)

10.2 Sprint Cycles

• The Scrum Development Team must take User Stories from the product backlog that meet the DoR to build the Sprint backlog.

• Determine and finalize the scope of the Sprint (Sprint Backlog) during Sprint planning. • The duration of the sprint will be 3 weeks. • SOM Standard Sprint Activities (explained in section 3.3) will be followed for each sprint. • The scrum master should consider reporting issues, risks, or impediments for successful completion of

the Sprint to the PO and collaborate on a resolution. • User Story design and documentation should be completed before the start of the sprint for a user story

to be eligible for inclusion in that sprint. The User Stories that are in-scope at the start of that Sprint, based on the artifacts provided with the DoR for each User Story in consultation with State.

• Continue to develop User Stories during each Sprint cycle for inclusion in future sprints. • The development and User Story testing must be done during each development period.

7

10.3 Testing Approach • Testing of User Stories will be done in each Sprint so the Product Owner and SMEs will be

demonstrated working software early in the process. • The approach incorporates various areas of testing within each phase to validate all components,

underlying systems, and external interfaces. This calls for a broad suite of automated unit and integration test scripts to efficiently identify issues.

• The scrum development team will collaborate with the State to meet the testing objectives through automated unit and integration testing, end-to-end system testing including usability testing and performance testing. This approach provides the opportunity for hands-on validation of the application as part of User Acceptance Testing (UAT).

10.4 Deployment • The scrum development team will support User Acceptance Testing (UAT) • After each sprint, support UAT team with bug clarifications during testing • Address outstanding bugs as prioritized by Product Owner. • Deployment Checklists will be updated as needed. • Conduct activities to get the software ready for deployment.

10.5 Sprint Activities 10.5.1 Sprint Planning Sprint planning activities reflect the work associated with the formalization of what user stories will be realized per Sprint in a release.

• Product Owner and Scrum Development Team agree on what will be built in the Sprint. • Effort hours are added for each user story selected. • Sprint backlog agreed upon based on the effort to capacity alignment.

10.5.2 Sprint Execution

Contractor must utilize the basics of the Scrum process during execution of DocuEdge. Each Sprint starts with a Sprint planning meeting on the first day of the Sprint. Multiple Sprints may be grouped to form a Release. Sprint execution activities reflect the work associated with the programming, scripting, activating, configuring, customizing, debugging, and daily progress information of user stories and other application artifacts, as agreed to in Sprint planning. To execute properly, all parties must embrace the approach and meet their commitments.

• Every single execution Sprint should deliver a completed (coded, unit tested, integration tested, and acceptance tested) piece of functionality.

• Sprint execution will also include unit, system, regression tested sprints, and end-user testing of each user story’s deliverables to verify that all deliverables meet acceptance criteria set out in each user story.

• Additionally, during each Sprint, user stories are further detailed in the Product Backlog by elaboration (refined, split, sized, complete acceptance criteria) to provide enough user stories that meet the Definition of Ready for upcoming Sprints.

10.5.2.1 Scrum Stand-Up Meeting Scrum Development Team will meet daily (<15 minutes) for team-level collaboration:

• What has been accomplished since the last Scrum (stand-up) • What will be accomplished before the next daily scrum. • What is impeding progress.

10.5.2.2 Scrum-of-Scrums Stand-Up Meeting There will be a Scrum of Scrum daily meeting (<15 minutes) for project level collaboration: • Team scrum masters report completions, next steps, and impediments

on behalf of the teams they represent. • Resolution of impediments is expected to focus on the challenges of

coordination between the teams; solutions may entail agreeing to interfaces between teams, negotiating responsibility boundaries, etc.

8

• The Scrum of Scrum will track these items via a backlog of its own, where each item contributes to improving between-team coordination.

• Updates or creation of application features to highlight and manage the interface dependencies.

10.5.2.3 Sprint Review Before the end of the Sprint, the Scrum Development Team meets the Product Owner and any invested stakeholders to:

• Review/Demonstrate work completed (to Definition of Done) • Product Owner signals acceptance of the user story • Obtain feedback on possible product improvements from the

MDHHS Product Owner and other stakeholders.

10.5.2.4 Sprint Retrospective At the end of a Sprint, and before the next Sprint planning meeting, (5-day window) the Scrum Development Team meets to review their processes, delivery, and challenges during the previous Sprint to determine:

• What was done well and should continue to be practiced. • What didn’t go well and should be improved. • What actions will be taken in the next Sprint to improve outcomes.

10.5.2.5 Sprint Acceptance Testing (during Sprint cycle) Multiple times during a Sprint, the functionality (code, etc.) developed as part of the Sprint added to satisfy a user story will be released into an environment where the Product Owner, or designee, will review Sprint acceptance testing (unit and system testing) results, testing of the user story is based on the documented acceptance criteria of each user story and the user story test scenarios detailed by the State BA, Contractor BA, or Product Owner (or a combination of any of those roles). All defects identified during Sprint acceptance testing must be triaged before the end of the Sprint unless a circumstance prevents this and is agreed upon by all parties. If remediation, and retest, is not possible before the end of the Sprint, the user story will not be presented at the Sprint review/demo or marked accepted (does not contribute to that Sprint's velocity). It will be moved to the release or the product backlog for defect remediation. Only when the user story can be accepted by the Product Owner can credit for completion (velocity) be accrued.

10.5.2.6 User Acceptance Testing During the Sprint Review, user stories that are marked “Ready for Level 2” by the Product Owner will be considered available for the next UAT Build All Critical and High Defects must be remediated before authorization of payment for that Release by the Executive Sponsors. Medium and low severity defects found during Release UAT will be added to the Product Backlog, marked as a defect, and prioritized by the Product Owner for remediation in upcoming Sprints.

10.6 Change Control Process (Handling Scope Change) An Agile approach to product development and delivery is, by its nature, fluid, evolving, and undergoing constant elaboration and refinement. The methodology embraces change based on value and feedback from users and subject matter experts. To provide a mechanism for managing the evolution of the details of what is being built and to accommodate input on usability from subject matter experts, story elaborations and additions are handled in one of several methods. Epics, Features, and User Stories of equal relative size can be “exchanged” (one deleted and the other added) without formal change documentation. A note should be made in the backlog item as to what was substituted. The state should be set to “Removed” by the Product Owner, so the history is available for audit purposes. User Stories found through the standard elaboration of an epic/feature, which was part of the original scope or when the scope is deemed to be larger than originally anticipated, the first course of action should be an exchange. Optional items can be added to the Product Backlog that was not included in the original Release Theme list. The “Created Date” can be used for audit purposes to show they were not in the original

9

scope. A formal change management processes (defined and agreed to in the Project Management Plan) will be utilized when epics, features, and user stories affect the overall budget, the number of releases needed to deliver the required scope, or final delivery date specifically:

• Clearly outside the scope of the project and must be included in the product delivery. • The addition results in the need for more time or budget or both. • Zero-dollar change notice to the contract will be used to exchange themes no longer needed

from the SOW, with items identified after the project initiation phase. • Formal changes (more budget and time) will require a Contract Change Notice.

Project Timeline

Requirements will be delivered through the individual sprints, the allocation of each requirement to the sprint will be done during the Program Increment planning, and respective Sprint Planning. The above timeline will be revisited and confirmed at the end of the Planning & Discovery phase.

11. OUT OF SCOPE

• Purchase of DocuEdge Solution related software or other commodities is not within the scope of this SOW. DTMB will purchase and provide Contractor access to software.

• Mobile Device Capture allowing case workers the ability to scan documents by cell phone is outside the scope of this SOW.

• Full statewide rollout and business readiness activities for the full roll out will be part of the existing contract and outside the scope of this SOW.

• M&O activities are outside the scope of this SOW.

12. End-User Operating Environment

The SOM IT environment includes X86 VMware, IBM Power VM, MS Azure/Hyper-V and Oracle VM, with supporting platforms, enterprise storage, monitoring, and management. Contractor must accommodate the latest browser versions as well as some pre-existing browsers. To ensure that users with older browsers are still able to access online services, applications must, at a minimum, display and function correctly in standards-compliant browsers and the state standard browser without the use of special plugins or extensions. The rules used to base the minimum browser requirements include:

• Over 2% of site traffic, measured using Sessions or Visitors (or) • The current browser identified and approved as the State of Michigan standard

This information can be found at https://www.michigan.gov/browserstats. The most recent calendar quarter will be used to determine browser statistics. For those browsers with over 2% of site traffic, except Internet Explorer which requires support for at minimum version 11, the current browser version as well as the previous two major versions must be supported. Contractor will support the current and future State standard environment at no additional cost to the State during the 6-month implementation phase.

10

Contractor will collaborate with the State to determine and prioritize upgrades, maintenance, and change control. Changes to software and architecture will be reflected in technical documentation during the 6-month implementation phase. The below list are the necessary system access requirements:

• Access to User workstations and Scanners for scanning and indexing documents. • State network access to the DocuEdge and RPA applications hosted on the GCP platform. • Grant FileNet access for importing the documents from the DocuEdge export.

Contractor will comply with the State’s current environment and align with any future changes to the user environment and maintain the original environment throughout the contract term. Contractor must participate in periodic oversight meetings and reviews with required internal and external stakeholders as necessary to communicate the software and architecture changes. DocuEdge Solution requirements for the Scanning & Indexing Machines

Component • Details and sizing

Operating System • Windows Server 2012 / 2016 / 2019. • Red Hat 7 / 8.

Memory • Minimum memory size is 4 GB. • Recommended memory size for high volume systems is 8 GB.

Disk • Single server installation. The recommended configuration is a dedicated disk array (RAID 5 or 10) either physically installed on the server or exported over a dedicated high-speed Storage Area Network (SAN). The minimum configuration is a single disk, again either physically installed in the server, or exported over a SAN.

• Cluster installation. The recommended configuration is a dedicated Network Attached Storage (NAS) unit, using a file system native to the OS of the application servers, connected to the server over a dedicated high-speed network. The minimum configuration is a NAS that can be used by all nodes in the server cluster.

CPU • Minimum requirement is 2 cores at 2GHz. • For high volume systems, the recommended configuration is 4 cores @2.5+

GHz, or 8 cores of older /slower CPUs. • When the DocuEdge HTML Client is used by end-users, additional CPU is

required for the HTML supporting service/process. The hardware specs depend on the use case and estimate load.

• When the DocuEdge Classification and Extraction server-side engines are used in the Job Workflow(s), additional CPU is required for the DocuEdge Core service/process. The hardware specs depend on the use case and estimate load.

• For virtual environments, features like Intel VT-x / VT-d and AMD V / Vi must be supported by the processors, activated on the machine, enabled in the Virtualization product, and activated for the virtual machine.

Web Browser • Supports all contemporary web browsers: Google Chrome v40+, MS Edge, MS Internet Explorer v11, Mozilla Firefox 40+, Mozilla Firefox ESR 40+, Apple Safari (on Mac OS). The DocuEdge Client application is also offered through web browsers that support java plug in, including MS Internet Explorer (v8 up to v11), Mozilla Firefox (v3.6 up to v51), Mozilla Firefox ESR (up to v52).

App Plugin • OpenJDK

13. User Type and Capacity

DocuEdge solution will be hosted on a highly available server instance and will use autoscaling group feature on Google cloud. The DocuEdge solution will be configurable to automatically scale itself up or down to a pre-defined # minimum and maximum instances to match load. This scaling would happen without any manual intervention and without an impact to performance. However auto-scaling feature need to adhere with software licensing considerations. Additionally, auto scaling feature will enable the desired number of instances to always run. In case of any server instance failures autoscaling feature will spawn new instances to match the desired number of instances.

11

The DocuEdge solution will leverage Google Cloud Application Performance Monitoring tools like Google Stackdriver and Google Monitoring services that may be used to generate standardized and ad-hoc reporting for application performance metrics including latency. 14. DocuEdge Solution Security

DocuEdge solution’s infrastructure is provided by GCP and leverages the platforms data protection and security features that meets State of Michigan data security requirements. The hosted GCP platform is FedRAMP compliant, and each component of the solution communicates on a secure protocol with data encrypted at rest.

This core cloud capability will comprise several components, including cloud service provider, network connections, operating systems, cloud management platform, authentication for elevated users, and core IT services like logging, auditing, messaging, and directory services. Contractor will assemble these components into a cloud platform for the DocuEdge and RPA solutions to reside on. Contractor Responsibilities:

Requirement

(a) protect against the disclosure of the State Data in Contractor’s possession or control

Contractor must comply with State’s security policies, standards, and security architecture. This experience helps accelerate the backup and archival solution that aligns with SOM and federal security requirements.

(b) protect against any anticipated threats or hazards to the security or integrity of the State Data in Contractor’s possession or control

Contractor must secure sensitive data within the DocuEdge and RPA solutions and will discuss with the state and follow the agreed upon policies and established procedures by the State.

(c) protect against unauthorized disclosure, access to, or use of the State Data in Contractor’s possession or control;

Contractor must follow DTMB policies for users’ access to the database based on their assigned fine-grained roles using VPN based secure and encrypted channel to prevent unauthorized access to data and protect data from corruption.

(d) ensure the proper disposal of State Data

Contractor must meet the data retention schedule of 60 Days.

(e) ensure that all Contractor and subcontractor(s) personnel comply with all the foregoing

Contractor and subcontractor(s) personnel must sign the security forms provided by the state.

The following tasks are performed as part of this Implementation:

# Task Contractor Responsibilities State Responsibilities

1 Establish the Process for various access controls

Contractor will review and understand the various access control

Provide different roles to access the remote servers and applications.

2 Agreement to the State’s policy requirements

Contractor team members will agree to comply to policy requirements before accessing to Michigan’s remote servers and applications.

State to update Contractor if there are any updates to State policy

3 Request Authorization Contractor will obtain formal authorization and request individual credentials for its staff who are accessing the State system.

Provide approval for the requested credentials for Contractor’s staff.

Security Accreditation Process Contractor will comply with the State Security Accreditation process as part of multiple application implementations, maintenance & operations including MiBridges, MDHHS Enterprise Hub etc. Security accreditation processing and maintenance using the State’s automated governance, risk, and compliance (GRC) platform. Unauthorized Access Contractor will follow DTMB policies for users’ access to the database based on their assigned fine-grained roles using VPN based secure and encrypted channel to prevent unauthorized access to data and protect data.

Security Audits

12

GCP collects audit logs from GCP services, it will record more context around user and service account activity for security analysis and identify possible vulnerabilities. GCP can emit three different types of audit logs within the resource hierarchy: Admin Activity: entries for API calls or user administrative activity that changes resource configurations. System Event: entries for Google system administrative activity that modifies resource configurations. Data Access: entries for API calls that read resource configurations or metadata, or user-level API calls that read or write resource data. Application and Infrastructure Scanning: Please see below software component matrix for each of the components listed in the requirements.

Component Matrix Component Core cloud capability components Software Publisher name

Facilities us-east4-a Zone, us-east4-b Zone Google

Infrastructure Google Cloud Infrastructure (IaaS) Google

Platform GCP, RHEL, Windows Server Google

Application DocuEdge, ImageTrust, UiPath, Google Document AI

ImageAccess, Google

Storage Persistent Disk, Cloud Filestore, Cloud Storage Google

Backup On-demand backups Google

Development Node.js, Python, J2EE

15. Access Control and Authentication

The Contractor will support the DocuEdge solution to integrate with the State’s IT Identity and Access Management (IAM) environment as described in the State of Michigan Digital Strategy which consist of:

• MILogin/Michigan Identity, Credential, and Access Management (MICAM). An enterprise single sign-on and identity management solution based on IBM’s Identity and Access Management products including, IBM Security Identity Manager (ISIM), IBM Security Access Manager for Web (ISAM), IBM Tivoli Federated Identity Manager (TFIM), IBM Security Access Manager for Mobile (ISAMM), and IBM DataPower, which enables the State to establish, manage, and authenticate user identities for the State’s Information Technology (IT) systems.

• MILogin Identity Federation. Allows federated single sign-on (SSO) for business partners, as well as citizen-based applications.

• MILogin Multi Factor Authentication (MFA, based on system data classification requirements). Required for those applications where data classification is Confidential and Restricted as defined by the 1340.00 Michigan Information Technology Information Security Policy (i.e., the proposed solution must comply with PHI, PCI, CJIS, IRS, and other standards).

• MILogin Identity Proofing Services (based on system data classification requirements). A system that verifies individual’s identities before the State allows access to its IT system. This service is based on “life history” or transaction information aggregated from public and proprietary data sources. A leading credit bureau provides this service.

The Contractor’s will support SAML, or OAuth or OpenID interfaces for the SSO purposes.

The DocuEdge solution must integrate with the SOM on-premises Identity and Access Management (IAM) platform for workflows and actual provisioning, enabling Single Sign-On (SSO) to the DocuEdge UI Portal. Whenever an approved SOM user needs to access Application portals user can login to MiLogin and navigate to DocuEdge portal with single-sign-on, using OAuth/SAML and Identity Provider Initiated authentication flow. The Contractor must configure DocuEdge to interact with MiLogin for token exchange and validation as part of the application-level authentication.

DocuEdge solution provides detailed logging features that maintain user, timestamp, and action performed on every single document captured and stored. RPA actions are tracked and logged to a local SQL database for a full audit trail. Web services are available to query and view the audit logs. Additionally, Google Cloud provides audit log entries for Infrastructure Admin Activity, Data Access, and System Event logs to help support and troubleshoot issues. The Contractor must configure DocuEdge to run these reports and train DTMB staff how to access and maintain.

13

16. Data Retention

Contractor will support the data retention schedule of 60 Days.

The DocuEdge solution is architected to only store the below information: • Transient data for the scanned images till the documents are classified, indexed, and stored in FileNet. • Unprocessed Data that is extracted from the documents that is leveraged by RPA for task processing. Once

the task is processed, the data will be stored on the Bridges database. • Metadata for the templates, job, and user profile information. • Event logging for transactions.

Considering that the volume of data that is stored on the GCP platform is limited to operational data, the State does not anticipate large volume of data to be stored on the GCP platform. The contractor must add a retention policy to a bucket that specifies a 60-day retention period. Objects in the bucket can only be deleted or replaced once their age is greater than the retention period

17. ADA Compliance Contractor will provide a description of conformance with WCAG 2.0 Level AA specifications by providing a completed PAT for the Solution. Since the Solution is comprised of multiple products, a PAT must be provided for each product. In addition to PATs, Contractors may include a verification of conformance certified by an industry-recognized third-party. If the Contractor is including any third-party products in the Solution, Contractor must obtain and provide the third-party PATs as well. Each PAT must state exactly how the product meets the specifications. All “Not Applicable” (N/A) responses must be fully explained. Contractor must address each standard individually and with specificity; and clarify whether conformance is achieved throughout the entire product (for example – user functionality, administrator functionality, and reporting), or only in limited areas. A description of the evaluation methods used to support WCAG 2.0 Level AA conformance claims, including, if applicable, any third-party testing, must be provided. For each product that does not fully conform to WCAG 2.0 Level AA, Contractor must provide detailed information regarding the plan to achieve conformance, including timelines. Contractor will comply with Americans with Disabilities Act, and meet the requirements as stated above. Accordingly, DocuEdge has been certified as Level AA in a VPAT Version 2.4. Below is a list of ADA compliance measures that are currently supported by DocuEdge.

Meaningful Sequence Timing Adjustment

Use of Color Pause, Stop, Hide No Keyboard Trap Three Flashes or Below Threshold Error Identification Bypass Block Name, Role, Value Page Titled Audio Description Focus Order Heading and Labels Link Purpose (In Context) Consistent Identification Language of Page Error Prevention Parsing Without Perception of Color Captions Without Hearing Images of Texts With Limited Hearing Consistent Navigation Without Speech Error Suggestion With Limited Manipulation With Limited Language, Cognitive, and

Learning Abilities With Limited Reach and Strength Accommodation of Communication

Needs Accessibility and Compatibility Features

Alternate Formats for Non-Electronic Support Documentation

Information on Accessibility and Compatibility Features

Electronic Support Documentation

18. Contractor Key Personnel

Contractor must meet all Contractor resources and responsibilities required for the successful implementation and ongoing support of this Contract.

14

Contractor Project Manager. Contractor Project Manager must serve as the primary contact with regard to services who will have the authority to act on behalf of the Contractor in matters pertaining to the implementation services.

Contractor Name: Anoop Anand Phone (470) 434-5908 Email [email protected]

Contractor Security Officer. Contractor Security Officer must respond to State inquiries regarding the security of the Contractor’s systems. This person must have sufficient knowledge of the security of the Contractor Systems and the authority to act on behalf of Contractor in matters pertaining thereto.

Contractor Name: Delvin Huffman Phone (404) 631-2396 Email [email protected]

Contractor Personnel Up to four resources may be leveraged from the Contractors Global Delivery Center (GDC) that will access the development environment only for their development work and development support. All other resource support shall be within the Contractors United States locations with environment access approved by the DTMB Program Manager.

19. STATE STAFF, ROLES, AND RESPONSIBILITIES

The State will provide the following resources as part of the implementation and ongoing support of the DocuEdge Solution.

DTMB Program Manager. The DTMB Program Manager will serve as the primary contact with regard to implementation Services who will have the authority to act on behalf of the State in approving Deliverables, and over-all activities. MDHHS Program Manager. The Agency Business Owner will serve as the primary contact for the business area with regard to business advisement who will have the authority to act on behalf of the State in matters pertaining to the business Specifications. Agency Business Owner will be responsible for approving deliverables. DTMB Technical Lead. The State Technical Lead will serve as the primary contact with regard to technical advisement and day to day activities.

MDHHS Product Owner provides the business knowledge to support discovery, development, prioritization, and release planning. The MDHHS Product Owner identifies the release schedule and themes to identify the priority and scope of the Product and Sprint backlogs and is responsible for providing the subject matter expertise to support User Story development, acceptance criteria, and prioritization. Specifically, the PO:

• Ensures the items at the top of the product backlog meet the Definition of Ready before the start of each Sprint.

• Is available to the team to answer any questions/discuss open items. • Identifies and prioritizes what needs to be built. • Prioritizes and continuously refines the product backlog and makes sure that the highest-priority work

gets done first. • Facilitates the Sprint Review meeting and accepts/rejects User Stories completed by the Scrum

Development team based on the Definition of Done. • Removes any MDHHS-specific impediments that prevent the team from making progress. • Communicates directly as a part of the Scrum Development Team by discussing vision/goals. • Required to attend Story mapping, review sessions, Sprint planning, Product Backlog refinement, Sprint

review meetings, and other workshops identified. • Leads Product Backlog refinement • Works as a part of the Scrum Development Team and coordinates with the business stakeholders • Channels communications from all stakeholders and determines how to prioritize backlog based on the

information that was provided.

15

State Project Contacts: Role Name Title DTMB Project Manager TBD DTMB EPMO Project Manager MDHHS Program Manager Amy Hundley MDHHS Business Owner DTMB Program Manager Sanjay Srivastava DTMB AS DHHS

Business Relationship Manager DTMB Technical Lead John Hart DTMB AS DHHS

BSI Technical Lead MDHHS Product Owner Danielle Wager MDHHS Program Manager

• The State will assist in identifying and facilitating meetings with appropriate stakeholders as needed. • The State will work with the application software vendors (like MILogin, HUB, Bridges, FileNet, etc.,) to

prioritize any activities for them to meet the project requirements and schedule. • The staff supporting integrating systems are expected to participate in designing integrations during the

discovery Sprint. • It is important that both Contractor and the State make a timely decision and resolve any action items in

a timely manner. • The State will perform the UAT activities and Contractor must provide the necessary support to the State

on UAT. • The State project team will provide appropriate resources to the project to perform the tasks and

activities described in this SOW. The State project team will consist of Executive Subject Matter Experts (SMEs), project support, DTMB and Agency Project Manager and MDHHS product owner.

20. Meetings

At start of the engagement, the Contractor Project Manager must facilitate a project kick off meeting with the support from the State’s Project Manager and the identified State resources to review the approach to accomplishing the project, schedule tasks and identify related timing, identify any risks or issues related to the planned approach, and plan for how to mitigate and address risks. From project kick-off until final acceptance and go-live, Contractor Project Manager must facilitate weekly meetings (or more if determined necessary by the parties) to provide updates on implementation progress. Following go-live, Contractor must facilitate monthly meetings (or more or less if determined necessary by the parties) to ensure ongoing support success.

The Contractor must attend the following meetings:

Planned Meetings

Meeting Purpose Attendees Location Frequency Project Kick Off

Discovery/project planning

DTMB Technical Owner\SME DTMB Project Manager Deloitte Project Manager DTMB\DHHS Security Officer MDHHS Product Owner

Virtual Once

Establish Product Backlog

Create a list of items the State wants to see as part of the POC, based off of the CPC.

DTMB Project Manager Deloitte Project Manager MDHHS Product Owner

Virtual Once

PM Review meeting

Weekly sync meeting starting in PI1 to discuss progress

DTMB Project Manager Deloitte Project Manager MDHHS Product Owner

Virtual Weekly

Discovery Create features and user stories to determine how to demo the different areas of the POC.

DTMB Project Manager Deloitte Project Manager MDHHS Product Owner

Virtual Weekly

PI Planning

Determine which items will be demoed in the first sprint versus the second.

DTMB Project Manager Deloitte Project Manager MDHHS Product Owner

Virtual Once per PI

Sprint Review

The pieces agreed upon will be demoed during the sprint review to stakeholders.

DTMB Technical Owner\SME DTMB Project Manager Deloitte Project Manager DTMB\MDHHS Security Officer

Virtual Once every sprint

16

Meeting Purpose Attendees Location Frequency MDHHS Product Owner

Monthly Status Meetings

Monthly sync meeting to discuss progress for implementation or as needed

Key Stakeholders State Project Manager Deloitte Project Manager Product Owner

Virtual Monthly

Daily Stand Up

Daily call to bring everyone up to date on vital information and discuss tasks for that day

State Project Manager Deloitte Project Manager Product Owner Security Officer State Team Deloitte Team

Virtual Daily

21. PROJECT REPORTS

Once the Project Kick-Off meeting has occurred, the Contractor Project Manager will monitor project implementation progress and report on a weekly basis to the State’s Project Manager the following:

• Progress to complete milestones, comparing forecasted completion dates to planned and actual completion dates

• Accomplishments during the reporting period, what was worked on and what was completed during the current reporting period

• Indicate the number of hours expended during the past week, and the cumulative total to date for the project. Also, state whether the remaining hours are sufficient to complete the project

• Tasks planned for the next reporting period • Identify any existing issues which are impacting the project and the steps being taken to address those

issues • Identify any new risks and describe progress in mitigating high impact/high probability risks previously

identified • Indicate the amount of funds expended during the current reporting period, and the cumulative total to

date for the project.

All Contractors will submit and enter weekly timesheets into the State of Michigan’s Project Portfolio Management tool, Clarity PPM, for approval and reporting. The weekly Clarity PPM timesheet will contain hours worked for assigned project tasks.

Contractor will leverage the State’s Jira to collect, measure and document these metrics.

Reports during the SOW Execution Once the Project Kick-Off meeting has occurred, the Contractor management team will monitor project implementation progress and report on a weekly basis to the State’s Project Manager the following:

• Progress to complete milestones, comparing forecasted completion dates to planned and actual completion dates

• Accomplishments during the reporting period • Tasks planned for the next reporting period • Discuss existing risks and issues which are impacting the project and the steps being taken to address

those issues or recommend escalation strategy. • Identify any new risks or issues and describe progress in mitigating high impact/high probability risks

previously identified or recommend escalation strategy as appropriate.

Agile specific reports delivered in alignment with proposed Sprints include: • Complete project backlog, defined after Discovery Sprint and/or PI • Product Roadmap assigning backlogged user stories to planned release(s). • Sprint Review meeting notes complete with:

o User Stories Attempted/Delivered o User Stories Accepted o Defect List by Defect Severity

• Sprint Retrospective notes with retrospective

17

• Test cases will be documented in JIRA for each of the features identified.

The format of each report type will be reviewed at the kickoff meeting to gain State approval and will be used throughout the duration of the project. The Contractor PM will work with the stakeholders to capture reporting requirements in the Project Management Plan deliverable.

Project Reports Description and what is in the report Frequency Project Closure Report

The report summarizes project closure activities, documents lessons learned, and addresses any outstanding items or decisions.

At the end of implementation.

22. Deliverables

The following table provides Contractor activities and the deliverables based on the proposed project timeline. Any changes to the below timelines and schedules will be managed by the established Project Change Control process.

# Phase Deliverables 1 Discovery (Sprint 0)

1. Prioritized product backlog 2. Product roadmap 3. Sprint demo/acceptance completion

documentation

2 Sprint cycles (Sprints 1 through 6) 1. Sprint backlog 2. Management of user stories, product backlog,

defects, and test scripts 3. Sprint demo/acceptance completion

documentation

3 Hardening, Training, and Go-live (Post Sprint 6) 1. Deployment checklist 2. Train-the-trainer sessions 3. End user training materials 4. Sprint demo/acceptance completion

documentation

18

SCHEDULE C - PRICING Price includes all cost for the integration, implementation, and training for the DocuEdge Solution. Payments are firm fixed and payable upon the deliverables meeting the acceptance criteria of each Phase. The total services fee for the implementation of the project is $1,629,905.00 based on the implementation schedule of 5 months and the scope provided in the SOW.

Payment # Phase Service costs for each phase 1 Discovery & Sprint 0 $162,990.00

2 Sprint 1 $162,990.00

3 Sprint 2 $162,990.00

4 Sprint 3 $162,990.00

5 Sprint 4 $162,990.00

6 Sprint 5 $162,990.00

7 Sprint 6 $162,990.00

8 Acceptance for Pilot Completion $488,975.00

Total $1,629,905.00

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 22

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

(517) 230-5694

ST

AT

E

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

DTMB

[email protected]

$286,352,516.47

February 11, 2017 February 10, 2025

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2025

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $286,352,516.47

Effective 10/1/2021, the following amendment is hereby incorporated into the contract per the attached SOW, this change includes incorporating an updated pricing table for Year 5; Month 9 - Year 8; Month 12. All other terms, conditions, specifications, and pricing remain the same. Per Contractor and Agency agreement, and Central Procurement approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

MDHHS

AGENCY NAME PHONE EMAIL

Multi-Agency and Statewide Contracts

Program Managers

for

CHANGE NOTICE NO. 22 TO CONTRACT NO. 071B7700072

Sanjay Srivastava 517-241-1417 [email protected]

Amy Hundley 517-241-7797 [email protected]

1

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

STATEMENT OF WORK PROJECT TITLE: Amend the MAINTENANCE, SUPPORT, AND ENHANCEMENTS TO MDHHS BRIDGES existing Contract

TERM OF SOW: October 1, 2021 – September 30, 2022

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: August 31, 2021

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

This Amendment is entered into between The State of Michigan, Department of Technology, Management, and Budget (the “State” or “DTMB”) and Deloitte Consulting, LLP, (“Contractor”) relating to a certain Contract # 071B7700072, and Statement of Work for Maintenance, Support, And Enhancements to MDHHS Bridges (“SOW”). This Amendment is effective October 1, 2021. Capitalized terms, if not otherwise defined in this Amendment, shall have the same meaning as set forth in Contract # 071B7700072, dated February 11, 2017 and subsequent Contract Change Notices (“CCN”). WHEREAS the parties desire to reinstate Contractor’s resource count and make certain other changes as further set forth in this Amendment. NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties hereby agree as follows:

1.000 Project Changes The parties agree that the Contract and Schedule A shall be changed as follows:

• The Contract monthly cost as set forth in Schedule C, Contract Year 5 Months 8 through Year 5 Months 12 shall be reinstated to that as described within CCN17.

• Contractor’s 120 staff as set forth in Section 1.201 of Schedule A shall be reinstated and allocated as follows: o 80 resources will operate out of the Contractor’s Lansing location, from Deloitte offices, or remotely

within United States. o 40 resources will operate from Contractors’ Global Delivery Centers (GDC).

• Contractor resources will support the State objectives based on the priorities established by the Eligibility governance and as directed by the DTMB Project Manager.

• To achieve the 1% prompt pay discount on the following month’s invoice amount, the following schedule will apply:

2

1.300 Compensation and Payment

The following table replaces in its entirety Schedule C. This reflects payments made to date as gray/faded text and reverts to CCN17 for Contract Year 5 Months 8 through 12, and Years 6, 7 and 8.

SCHEDULE C - PRICING

Contract Payment

Invoice Date:

Payment Date:

CY5 M8 10/01/21 10/10/21 10/30/21 11/21/2021CY5 M9 10/11/21 11/10/21 11/30/21 12/21/2021 10/11/21 11/10/21CY5 M10 11/11/21 12/10/21 12/30/21 1/21/2022 11/11/21 12/10/21CY5 M11 12/11/21 01/10/22 01/30/22 2/21/2022 12/11/21 01/10/22CY5 M12 01/11/22 02/10/22 02/28/22 3/21/2022 01/11/22 02/10/22CY6 M1 02/11/22 03/10/22 03/30/22 4/21/2022 02/11/22 03/10/22CY6 M2 03/11/22 04/10/22 04/30/22 5/21/2022 03/11/22 04/10/22CY6 M3 04/11/22 05/10/22 05/30/22 6/21/2022 04/11/22 05/10/22CY6 M4 05/11/22 06/10/22 06/30/22 7/21/2022 05/11/22 06/10/22CY6 M5 06/11/22 07/10/22 07/30/22 8/21/2022 06/11/22 07/10/22CY6 M6 07/11/22 08/10/22 08/30/22 9/21/2022 07/11/22 08/10/22CY6 M7 08/11/22 09/10/22 09/30/22 10/21/2022 08/11/22 09/10/22CY6 M8 09/11/22 09/30/22 10/30/22 11/21/2022 09/11/22 09/30/22

Service Date: MM/11/YR - MM/10/YR

IF prior Payment Date is met, then 1% prompt payment discount

applies on the following Service Dates Invoices:

Start End Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Year 8

Month 1 2/11 3/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 2 3/11 4/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,455,658.10 $2,769,436.00 $2,810,978.00

$1,574,139.60

$670,403.13

Month 3 4/11 5/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 4 5/11 6/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 5 6/11 7/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 6 7/11 8/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 7 8/11 9/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 8 9/11 9/30 $1,647,921.00 $1,672,640.00 $1,697,730.00 $1,550,876.40 $1,340,806.27 $1,637,105.40 $1,846,291.00 $1,873,985.00

10/1 10/10 $823,961.00 $836,320.00 $848,865.00 $775,438.20 $787,069.80 $818,552.70 $923,145.00 $936,993.00

Month 9 10/11 11/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 10 11/11 12/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 11 12/11 1/10 $2,471,882.00 $2,508,960.00 $1,725,112.74 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

$739,334.03

Month 12 1/11 2/10 $2,471,882.00 $2,508,960.00 $2,291,935.50 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Total $29,662,584.00 $30,107,520.00 $30,222,332.27 $27,915,775.20 $26,234,512.80 $29,467,897.20 $33,233,232.00 $33,731,736.00

Contract MonthMonth/Day Contract Year

Year 3 01/01/20-01/10/20

Yr 5 Month 2 (3/11-3/31)

Yr 5 Month 2 (4/01-4/10)

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 21

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

517-230-5694STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

DTMB

[email protected]

$288,452,516.47

February 11, 2017 February 10, 2025

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

0 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2025

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

($2,100,000.00) $286,352,516.47

Effective 4/1/2021, this contract is hereby amended to reflect cost savings of $2,100,000.00 per the attached SOW by reducing resource contractual obligations for fiscal year 2021 from $28,183,302.00 to $26,083,302.00 for service dates 04/01/2021 - 09/30/2021. All other terms, conditions, specifications, and pricing remain the same. Per Contractor and Agency agreement, and Central Procurement approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

MDHHS

AGENCY NAME PHONE EMAIL

Multi-Agency and Statewide Contracts

Program Managers

for

CHANGE NOTICE NO. 21 TO CONTRACT NO. 071B7700072

Sanjay Srivastava 517-241-1417 [email protected]

Amy Hundley 517-241-7797 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS BRIDGES MAINTENANCE, SUPPORT AND ENHANCEMENTS AMENDMENT

PROJECT TITLE: Amend the MAINTENANCE, SUPPORT, AND ENHANCEMENTS TO MDHHS BRIDGES existing Contract

TERM OF SOW: April 1, 2021 – September 30, 2021

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: March 31, 2021

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

This Amendment is entered into between The State of Michigan, Department of Technology, Management, and Budget (the “State” or “DTMB”) and Deloitte Consulting, LLP, (“Contractor”) relating to a certain Contract # 071B7700072, and Statement of Work for Maintenance, Support, And Enhancements to MDHHS Bridges (“SOW”). This Amendment is effective April 1, 2021. Capitalized terms, if not otherwise defined in this Amendment, shall have the same meaning as set forth in Contract # 071B7700072, dated February 11, 2017 and subsequent Contract Change Notices (“CCN”). WHEREAS the parties desire to reduce Contractor’s resource count and make certain other changes as further set forth in this Amendment. NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties hereby agree as follows:

1.000 Project Changes The parties agree that the Contract and Schedule A shall be changed as follows:

• The Contract monthly cost as set forth in Schedule C, Contract Year 5 Months 2 through 8 shall be reduced effective April 1, 2021 through September 30, 2021.

• Contractor’s 120 staff as set forth in Section 1.201 of Schedule A shall reflect a total of 102 staff allocated as follows:

69 resources will operate out of the Contractor’s Lansing location, from Deloitte offices, or remotely within United States.

33 resources will operate from Contractors’ Global Delivery Centers (GDC). • A subsequent CCN will be issued prior to September 30, 2021 to address necessary changes for the remaining

term and cost for Contract Year 5 (Months 8 through 12) and Year 6, 7 and 8. o Changes have not yet been negotiated for support post October 1, 2021; Year 6, 7 and 8 remain at

current CCN17 levels until a following change notice is issued. • Contractor will not provide the additional 20,000 hours of its staff time at no cost; these were in addition to the

original 120 staff resources as described within CCN17. • Contractor resources will support the State objectives based on the priorities established by the Eligibility

governance and as directed by the DTMB Project Manager, including migration to Azure DevOps and development of regression testing scripts.

1.300 Compensation and Payment

The following table replaces in its entirety Schedule C. This reflects payments made to date as gray/faded text and has in bold text the reductions reflected in this SOW for Contract Year 5 Months 2 through 8. There are no changes for Contract Year 5 Months 9 through 12, and no changes in Years 6, 7 and 8.

2 Version (12/2016)

SCHEDULE C - PRICING

Start End Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Year 8

Month 1 2/11 3/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Month 2 3/11 4/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,728,509.00 $2,769,436.00 $2,810,978.00

$1,574,139.60

$670,403.13

Month 3 4/11 5/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Month 4 5/11 6/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Month 5 6/11 7/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Month 6 7/11 8/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Month 7 8/11 9/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,011,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Month 8 9/11 9/30 $1,647,921.00 $1,672,640.00 $1,697,730.00 $1,550,876.40 $1,340,806.27 $1,819,006.00 $1,846,291.00 $1,873,985.00

10/1 10/10 $823,961.00 $836,320.00 $848,865.00 $775,438.20 $787,069.80 $909,503.00 $923,145.00 $936,993.00

Month 9 10/11 11/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Month 10 11/11 12/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Month 11 12/11 1/10 $2,471,882.00 $2,508,960.00 $1,725,112.74 $2,326,314.60 $2,361,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

$739,334.03

Month 12 1/11 2/10 $2,471,882.00 $2,508,960.00 $2,291,935.50 $2,326,314.60 $2,361,209.40 $2,728,509.00 $2,769,436.00 $2,810,978.00

Total $29,662,584.00 $30,107,520.00 $30,222,332.27 $27,915,775.20 $26,234,512.80 $32,742,108.00 $33,233,232.00 $33,731,736.00

Contract Month

Month/Day Contract Year

Year 3 01/01/20-01/10/20

Yr 5 M onth 2 (4/01-4/10)

Yr 5 Month 2 (3/11-3/31)

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 20

to

071B7700072Contract Number

[email protected]

Amy Hundley

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

517--230-5694STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

517-241-7797

DTMB

[email protected]

$289,168,232.47

February 11, 2017 February 10, 2025

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2025

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

($715,716.00) $288,452,516.47

Effective 8/14/2020 the following amendment is hereby incorporated into the contract per the attached SOW. This change includes the following amendment to reduce specific resources from CN 19 that supported UCL Maintenance and Operations and provide support under the base Bridges contract. Total value of CN19 is reduced from $1,226,016.00 to $510,300.00 the cost reduction of $715,716.00 and end of term is changed from 09/30/2020 to 6/14/2020. All other terms, conditions, specifications, and pricing remain the same. Per Contractor, and Agency agreement, and Central Procurement approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

The value of change notice and estimated aggregated contract value fields have been updated to reflect the correct dollar amount for master agreement 071B7700072:

CN # Corrected Value of CN Corrected Aggregated

Value CN 0 $152,829,564.00 $152,829,564.00 CN 1 $1,777,600.00 $154,607,164.00 CN 2 $8,980,640.00 $163,587,804.00 CN 3 $4,138,500.00 $167,726,304.00 CN 4 $435,520.00 $168,161,824.00 CN 5 $0.00 $168,161,824.00 CN 6 $16,500,000.00 $184,661,824.00 CN 7 $0.00 $184,661,824.00 CN 8 $0.00 $184,661,824.00 CN 9 $1,425,600.00 $186,087,424.00 CN 10 $4,510,455.00 $190,597,879.00 CN 11 $130,110.00 $190,727,989.00 CN 12 $2,393,005.00 $193,120,994.00 CN 13* $271,040.00 $193,392,034.00 CN 14 $1,747,240.00 $195,139,274.00 CN 15 $762,375.00 $195,901,649.00 CN 16 $847,440.00 $196,749,089.00 CN 17 $89,846,025.47 $286,595,114.47 CN 18 $1,347,102.00 $287,942,216.47 CN 19 $1,226,016.00 $289,168,232.47 CN 20 ($715,716.00) $288,452,516.47

CN13*: SIGMA effort did end earlier [10/31] than what was in Statement of Work [11/29] leaving one month’s payment of $49,280.00 and no CN was done to recognize the reduction. The remaining value $49,280.00 from CN13 is considered existing funds on the contract and will be deducted from Statement of Work on next CN 21.

AGENCY NAME PHONE EMAIL

Multi-Agency and Statewide Contracts

Program Managers

for

CHANGE NOTICE NO. 20 TO CONTRACT NO. 071B7700072

DTMB Sanjay Srivastava 517-241-1417 [email protected]

MDHHS Amy Hundley 517-241-7797 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

STATEMENT OF WORK PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Universal Caseload (UCL) M&O – Contract 071B7700072

TERM OF SOW: June 15, 2020 – February 10, 2025

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: July 16, 2020

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

1.000 Project Identification

1.001 PROJECT REQUEST Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte Consulting”) will provide services (“Services”) to the State of Michigan (hereinafter referred to as “State” or “SOM”) in support of the Universal Case Load (“UCL”). All terms, conditions, and specifications contained in Maintenance and Support Services Contract 071B7700072 effective February 11, 2017 (“Contract”) and subsequent Contract Change Notices (“CCN”) must remain in full force and effect. The purpose of this Statement of Work (“SOW”) is to amend the Contract Change Notice (“CCN”) #19 for a reduction of $715,716. Effective June 15, 2020 UCL M&O support and business readiness support will be provided by the Bridges M&O team as we move 7 UCL resources to Bridges M&O team and reduce the Bridges M&O team to maintain the onsite resource count of 80. As described in CCN #17, Contractor must maintain an onsite resource count of 80 and total contract resource count of 120 for Bridges and will now include UCL M&O support. 1.002 Compensation And Payment

Method of Payment

The amended total proposed fees for UCL M&O support April 1, 2020 - June 14, 2020 is $510,300.00 USD.

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 19

to

071B7700072Contract Number

[email protected]

Amy Hundley

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

517-230-5694STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

517-241-7797

DTMB

[email protected]

$287,941,916.47

February 11, 2017 February 10, 2025

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2025

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$1,226,016.00 $289,167,932.47

Effective 5/22/2020 this contract is hereby increased by $1,226,016.00. The following amendment is hereby incorporated into the contract per the attached statement of work. This change includes a 10% discount for maintenance and operational support for the existing UCL functionality beginning April 1, 2020 through September 30, 2020. The year three UCL project development as described in CCN 14 is on hold pending further review of the current counties use and satisfaction. All other terms, conditions, specifications, and pricing remain the same. Per contractor, and agency agreement, and Central Procurement approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

The value of change notice and estimated aggregated contract value fields have been updated to reflect the correct dollar amount for master agreement 071B7700072:

CN # Corrected Value of CN Corrected Aggregated Value

CN 0 $152,829,564.00 $152,829,564.00 CN 1 $1,777,600.00 $154,607,164.00 CN 2 $8,980,640.00 $163,587,804.00 CN 3 $4,138,500.00 $167,726,304.00 CN 4 $435,520.00 $168,161,824.00 CN 5 $0.00 $168,161,824.00 CN 6 $16,500,000.00 $184,661,824.00 CN 7 $0.00 $184,661,824.00 CN 8 $0.00 $184,661,824.00 CN 9 $1,425,600.00 $186,087,424.00 CN 10 $4,510,455.00 $190,597,879.00 CN 11 $130,110.00 $190,727,989.00 CN 12 $2,393,005.00 $193,120,994.00 CN 13* $271,040.00 $193,392,034.00 CN 14 $1,747,240.00 $195,139,274.00 CN 15 $762,375.00 $195,901,649.00 CN 16 $847,440.00 $196,749,089.00 CN 17 $89,846,025.47 $286,595,114.47 CN 18 $1,347,102.00 $287,942,216.47 CN 19 $1,226,016.00 $289,168,232.47

CN13*: SIGMA effort did end earlier [10/31] than what was in Statement of Work [11/29] leaving one month’s payment of $49,280.00 and no CN was done to recognize the reduction. The remaining value $49,280.00 from CN13 is considered existing funds on the contract and will be deducted from Statement of Work on next CN 20.

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 19 TO CONTRACT NO. 071B7700072

DTMB Sanjay Srivastava 517-241-1417 [email protected]

MDHHS Amy Hundley 517-241-7797 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

STATEMENT OF WORK PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Universal Caseload (UCL) M&O – Contract 071B7700072

TERM OF SOW: April 1, 2020 – September 30, 2020

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: April 2, 2020

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

1.000 Project Identification

1.001 PROJECT REQUEST Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte Consulting”) will provide services (“Services”) to the State of Michigan (hereinafter referred to as “State” or “SOM”) in support of the Universal Case Load (“UCL”). All terms, conditions, and specifications contained in Maintenance and Support Services Contract 071B7700072 effective February 11, 2017 (“Contract”) and subsequent Contract Change Notices (“CCN”) must remain in full force and effect. The purpose of this Statement of Work (“SOW”) is to provide for Maintenance and Operational support for the existing UCL functionality beginning April 1, 2020 through September 30, 2020. The year three UCL project development as described in CCN 14 is on hold pending further review of the current counties use and satisfaction. 1.100 Scope of Work and Deliverables

1.101 IN SCOPE Production support and emergent releases: Sustain all environment functionality of the UCL.

• Maintain the existing UCL solution, following DTMB BRIDGES standard Maintenance and Operations processes, including defect resolution and emergency fixes as prioritized by the MDHHS Eligibility project governance.

o Collaborate with the Bridges Resource Center as issues are reported via Help Desk. o Research analyze and resolve (where applicable) in collaboration with the DTMB BRIDGES Triage

team. o Develop and implement defect fixes as prioritized through the Eligibility governance process. o Monitor, analyze and prioritize fixes for system issues that were identified through monitoring tools

such as AppDynamics. o Working with DTMB, deliver and deploy emergent releases in the event of a critical production

concern.

Field support: Support Business activities:

• Support existing UCL functionality as implemented at designated locations either remotely or on-site as needed (field support):

o Provide MDHHS product owner support in explaining new/changed business processes to counties through monthly statewide calls via skype sessions.

2 Version (12/2016)

o Provide support to the MDHHS business team for field communications through activities such as a newsletter with each release.

o Provide support for office configurations such as forming or splitting of geo-groups (group of geo-groups) by preparing geo group guides as requested by MDHHS through the Eligibility governance.

o Support the UCL Product Owner with overseeing “back-log/clean-up” activities –This includes creating daily progress reports for SPO and Geo Group Leadership and weekly status reports for Executive Leadership to communicate progress for the Geo Group that SPO is assisting.

o Provide support for the UCL Proof-of-Concept including creating related business processes, developing training materials and delivering in-person walk-through of new business processes, providing on-site support as needed to support POC activities

o Assumption: Business Readiness activities are based on the expectation that new functionality releases are limited for the duration of this SOW.

1.103 WORK AND DELIVERABLES Activities and Deliverables Activities performed, and deliverables produced are listed below.

Task Activities Deliverable Production support &

• Research analyze and resolve (where applicable) in collaboration with the DTMB BRIDGES Triage team and Bridges Resource Center (BRC) for issues reported via Bridges Information Network (BIN)/Remedy.

• Develop and implement defect fixes as prioritized by the product owner through the UCL governance process.

• Monitor, analyze and prioritize fixes for system issues that were identified through monitoring tools such as AppDynamics.

• Working with DTMB, deliver and deploy emergent releases in the event of a critical production concern.

• Develop Quality Assurance Test (QAT) test cases for defect fixes.

• Execute QAT scenarios for defect fixes.

• Support UAT activities for the release by providing test data, implementing data modification scripts as necessary and triaging defects.

Monthly UCL report -Production support.

Emergent release work request list.

Updated requirements in JAMA.

Development Artifacts: Angular code, Java code, JavaScript code, database artifacts, images, stylesheets.

Release notes.

Deliverables Submission Period Sign Off Period

Monthly UCL Report

First Wednesday of every month staring May 2020

Second Monday of every month starting May 2020

3 Version (12/2016)

1.002 Compensation And Payment

Method of Payment Contract Role, Project Role along with rate and anticipated hours is as listed below:

Resource role count does not include the Personnel Project Manager, Kishan Kanneganti, as he is covered under the base Bridges M&O contract and cost.

The total proposed fees for this phase of the project is $1,226,016.00 USD, based on the engagement starting on April 1, 2020 and ending on September 30, 2020. Payments to the Contractor will be made on a fixed fee payable monthly. Final cost is from the Contract IT Rate Table reflecting the 10% discount.

Invoices that are paid as required in Section 1.600 of Schedule A of the Contract and Section 8 of the Contract, within 15 business days from the invoice date will include a 1% prompt pay discount on the following month’s invoice amount.

Contract Role Project Role RateEstimated

HoursCost

Production Support Manager Production Support Manager $165.00 1,056 $174,240.00

Java Programmer Analyst Production Support - Developer 1 $110.00 1,056 $116,160.00

Java Programmer Analyst Production Support - Developer 2 $110.00 1,056 $116,160.00

Java Programmer Analyst Ticket Support - Developer 1 $110.00 1,056 $116,160.00

Java Programmer Analyst Ticket Support - Developer 2 $110.00 1,056 $116,160.00

Test Manager Produciton Suppport Tester 1/BA $140.00 1,056 $147,840.00

Application Development Manage Business Readiness Manager $265.00 1,056 $279,840.00

Senior Systems/Business Analyst Business Readiness Consultant 1 $140.00 1,056 $147,840.00

Senior Systems/Business Analyst Business Readiness Consultant 2 $140.00 1,056 $147,840.00

$1,362,240.00

$136,224.00

$1,226,016.00

$204,336.00

Sub Total:

10% Discount:

Total Revised Amount:

Monthly Invoice Amount for April 1, 2020 - September 30, 2020:

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 18

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

517-230-5694STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

DTMB

[email protected]

$287,851,925.27

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2025

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $287,851,925.27

Effective 3/24/2020, this change notice will leverage $1,347,102.00 of existing funds per the attached SOW. The following amendment is hereby incorporated into the contract per attached SOW based on engagement starting 2/1/2020 ending on 3/31/2020. This change includes a 10% discount for adapting a Human Centric Design (HCD) approach for continued enhancements to Universal Caseload and implementation of Universal Caseload to additional Michigan counties. All other terms, conditions, specifications, and pricing remain the same. Per DTMB contractor and agency agreement, and Central Procurement Services approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 18 TO CONTRACT NO. 071B7700072

DTMB Sanjay Srivastava 517-241-1417 [email protected]

MDHHS Amy Hundley 517-241-7797 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

STATEMENT OF WORK PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Year 3 Universal Caseload (UCL) – Contract 071B7700072

TERM OF SOW: Feb1, 2020-March 31, 2020

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: February 3, 2020

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

1.000 Project Identification

1.001 PROJECT REQUEST Extend the UCL Year 3 services through March 31, 2020 as described within Contract Change Notice (CCN) 14 and extended through January 31, 2020 with CCN 16. 1.002 Compensation And Payment

Method of Payment Contract Role, Project Role along with rate and anticipated hours is as listed below:

2 Version (12/2016)

The total proposed fees for this phase of the project is $1,347,102 USD, based on the engagement starting on February 1, 2020 and ending on March 31, 2020. Payments to the Contractor will be made on a fixed fee payable monthly. Final cost is from the Contract IT Rate Table reflecting the 10% discount:

*Staffing will be reduced starting in the 1st week of March. The estimated resource count and average monthly hours will fluctuate through the month of March. Blended rate is not applicable due to staff ramp down.

Resource role count does not include the Personnel Project Manager, Kishan Kanneganti, as he is covered under the base Bridges M&O contract and cost.

Contract Role Project Role Rate AnticipatedFebruary Hours

February Cost

Aniticipated Mar Hours

March Cost

Quality Assurance Test Analyst Application Development - Tester1 95.00$ 176 16,720.00$ 88 8,360.00$ Java Programmer Analyst Application Development - Developer 1 110.00$ 176 19,360.00$ 176 19,360.00$ Technical Support Manager Application Development - Application Architect 170.00$ 176 29,920.00$ 88 14,960.00$ Production Support Manager Business Readiness Deputy Lead 165.00$ 176 29,040.00$ 88 14,520.00$ Technical Support Manager Application Development - Tech Lead 170.00$ 176 29,920.00$ 122 20,740.00$ Senior Systems/Business AnalysBusiness Readiness Consultant 1 140.00$ 176 24,640.00$ 176 24,640.00$ Quality Assurance Test Analyst Application Development - Tester2 95.00$ 176 16,720.00$ 88 8,360.00$ Test Manager Application Development - Performance Test Lead 140.00$ 176 24,640.00$ 44 6,160.00$ Senior Systems/Business AnalysApplication Development - Business Analyst 1 140.00$ 176 24,640.00$ 88 12,320.00$ Senior Systems/Business AnalysApplication Development - Business Analyst 140.00$ 176 24,640.00$ 88 12,320.00$ Application Development Mana Application Development - Func. Lead 265.00$ 176 46,640.00$ 88 23,320.00$ Senior Systems/Business AnalysBusiness Readiness Consultant 2 140.00$ 176 24,640.00$ 176 24,640.00$ Oracle Database Analyst Application Development(Sr API developer) - Sr. Develo 140.00$ 176 24,640.00$ 122 17,080.00$ Senior Systems/Business AnalysApplication Development - UI/UX Developer 3 140.00$ 176 24,640.00$ 122 17,080.00$ Senior Systems/Business AnalysApplication Development - Sr. Developer 1 140.00$ 176 24,640.00$ 44 6,160.00$ Java Programmer Analyst Application Development - Developer 2 110.00$ 176 19,360.00$ 176 19,360.00$ Senior Systems/Business AnalysApplication Development - Business Analyst 2 140.00$ 176 24,640.00$ 44 6,160.00$ Production Support Manager Production Support Manager 165.00$ 176 29,040.00$ 176 29,040.00$ Test Manager Quality Assuarance Test Lead 140.00$ 176 24,640.00$ 176 24,640.00$ Senior Systems/Business AnalysApplication Development - Business Analyst 3 140.00$ 176 24,640.00$ 44 6,160.00$ Java Programmer Analyst Application Development - Developer 3 110.00$ 176 19,360.00$ 176 19,360.00$ Oracle Database Analyst Production Support - Sr. Developer 1 140.00$ 176 24,640.00$ 44 6,160.00$ Senior Systems/Business AnalysApplication Development - Sr.Developer 3 140.00$ 176 24,640.00$ 88 12,320.00$ Test Manager Quality Assurance Tester Deputy Lead 140.00$ 176 24,640.00$ 88 12,320.00$ Senior Systems/Business AnalysProduction Support - Sr. Developer 2 140.00$ 176 24,640.00$ 88 12,320.00$ Java Programmer Analyst Production Support - Developer 1 110.00$ 176 19,360.00$ 176 19,360.00$ Quality Assurance Test Analyst Production Support - Tester1 95.00$ 176 16,720.00$ 88 8,360.00$ Senior Systems/Business AnalysApplication Development - Business Analyst 4 140.00$ 176 24,640.00$ 44 6,160.00$ Application Development Mana Application Development - UX Lead 265.00$ 176 46,640.00$ 88 23,320.00$ Senior Systems/Business AnalysApplicaton Development - Sr.Developer 4 140.00$ 176 24,640.00$ 88 12,320.00$ Java Programmer Analyst Application Development - Developer 4 110.00$ 176 19,360.00$ 88 9,680.00$ Oracle Database Analyst Application Development - UI/UX Developer 2 140.00$ 176 24,640.00$ 88 12,320.00$ Quality Assurance Test Analyst Application Development - Tester3 95.00$ 176 16,720.00$ 88 8,360.00$ Application Development Mana Business Readiness Lead 265.00$ 176 46,640.00$ 176 46,640.00$ Application Development Mana HCD Manager 265.00$ 176 46,640.00$ 88 23,320.00$ Technical Support Manager Archival - Data Architect 170.00$ 176 29,920.00$ 44 7,480.00$ SOW Value: 941,600.00$ 555,180.00$ Final cost , after vendor - supplied one time discount (10%) 847,440.00$ 499,662.00$

Payment # Service Month: Estimated Resource Count:

Average Monthly Hours:

Blended Rate per Hour: Monthly Cost:

1 February-20 36 176 $ 133.75 847,440.00$ *2 March-20 36 176 N/A 499,662.00$

Total SOW Value: 1,347,102.00$

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 17

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

517-230-5694STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

DTMB

[email protected]

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☒ 3 years ☐ February 10, 2025

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$119,690,101.27 $287,851,925.27

Effective 3/24/2020 This contract is exercising 3 option years and is increased by $119,690,101.27 for maintenance, support, and enhancements. The following amendment is hereby incorporated into the contract per the attached SOW. This change includes updated SLA's and 10% cost savings that applies to years 4,5 & 6 only. All other terms, conditions, specificationsand pricing remain the same. Per DTMB contractor and agency agreement. DTMB Central Procurement approval, and State Administrative Board approval on 3/24/2020.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS BRIDGES MAINTENANCE, SUPPORT AND ENHANCEMENTS AMENDMENT

PROJECT TITLE: Amend the MAINTENANCE, SUPPORT, AND ENHANCEMENTS TO MDHHS BRIDGES existing Contract

TERM OF SOW: January 1, 2020 – February 10, 2025

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: March 2, 2020

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

This Amendment is entered into between The State of Michigan, Department of Technology, Management, and Budget (the “State” or “DTMB”) and Deloitte Consulting, LLP, (“Contractor”) relating to a certain Contract # 071B7700072, and Statement of Work for Maintenance, Support, And Enhancements to MDHHS Bridges (“SOW”). This Amendment is effective as of the execution date below (the “Effective Date”). Capitalized terms, if not otherwise defined in this Amendment, effective date March 24, 2020. WHEREAS, on or about February 11, 2017 the State and Contractor entered into a Contract #071B7700072 (the “Contract”). WHEREAS, the parties desire to extend Contractor’s work on these tasks and to extend the termination date, and make certain other changes as further set forth in this Amendment. NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties hereby agree as follows:

1.000 Project Changes The parties agree that the Contract and Schedule A shall be changed as follows:

• The Contract monthly cost as set forth in Schedule C of the Contract shall be reduced by 10% for the period January 1, 2020 – February 10, 2023, as further described in Section 1.300 below.

• The State agrees to exercise the 3 option years as set forth in Schedule C and extend the Contract Term Expiration Date as set forth on page 1 of the Contract, from February 10, 2022 to February 10, 2025.

• Effective January 1, 2020 invoices that are paid as required in Section 1.600 of Schedule A of the Contract and Section 8 of the Contract, within 15 business days from the invoice date will include a 1% prompt pay discount on the following month’s invoice amount.

• Contractor’s 120 staff as set forth in Section 1.201 of Schedule A, shall be relocated as follows: o 80 resources will operate out of the Contractor’s Lansing location; o Up to 40 resources will operate from Contractors’ Global Delivery Center resources;

DTMB will provide the necessary access to required systems and applications for both the Lansing and Global Delivery Center resources/location.

2 Version (12/2016)

• Contractor will provide a total of 20,000 hours of its staff time, that are in addition to the existing 120staff resources, for mutually agreed upon project items (e.g., system enhancements) approved inwriting by MDHHS and DTMB at no additional cost to the State. These hours will be performedonsite and/or using Contractor’s Global Delivery Center resources. These hours must be utilized byFebruary 10, 2022.

• The Service Level Agreements (SLA) is attached hereto and incorporated herein, as Attachment 1.

Contractor resources will support the State objectives based on the priorities established by the Eligibility governance.

1.002 ASSUMPTIONS

• Invoices will be submitted to DTMB AP and to the Contract DTMB Project Manager and designee(s)on the same date as referenced on the invoice.

• The additional 20,000 hours described in Section 1.000 will be collaboratively managed by the partiesand tracked between DTMB and Contractor. Contractor’s monthly status report will include a sectiondetailing use of the hours and the remaining balance. The Contract DTMB Project Manager mustapprove all usage of these hours.

1.200 Roles and Responsibilities

1.201 CONTRACTOR STAFF, ROLES, AND RESPONSIBILITIES • Up to 40 Contractor resources (included within the 120 resources set forth in Section 1.000 above)

may perform work at their Global Delivery Center following the approval of the DTMB ProjectManager or designee.

1.300 Compensation and Payment The following table replaces in its entirety the table in Schedule C in the Contract and reflects payments already made as gray/faded text.

SCHEDULE C - PRICING

The Maintenance and Operations cost for the 120 resources identified in Schedule C of the Contract, is amended to reflect the 10% discount for the remaining Contract Year 3, the full Contract Years 4, 5, and Year 6. There is no change to the Years 7-8 costs. Total cost for years 1-8 is capped at $242,675,589.47.

To align with the State Fiscal Year, Month 8 (09/11/YY-10/10/YY in each Contract Term year) is represented here as a split payment:

3 Version (12/2016)

Except as expressly set forth herein, the terms and conditions of the Contract, as originally executed, are unmodified and remain in full force and effect.

Start End Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Year 8

Month 1 2/11 3/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 2 3/11 4/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 3 4/11 5/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 4 5/11 6/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 5 6/11 7/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 6 7/11 8/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 7 8/11 9/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 8 9/11 9/30 $1,647,921.00 $1,672,640.00 $1,697,730.00 $1,550,876.40 $1,574,139.60 $1,637,105.40 $1,846,291.00 $1,873,985.00

10/1 10/10 $823,961.00 $836,320.00 $848,865.00 $775,438.20 $787,069.80 $818,552.70 $923,145.00 $936,993.00

Month 9 10/11 11/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 10 11/11 12/10 $2,471,882.00 $2,508,960.00 $2,546,595.00 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Month 11 12/11 1/10 $2,471,882.00 $2,508,960.00 $1,725,112.74 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

$739,334.03

Month 12 1/11 2/10 $2,471,882.00 $2,508,960.00 $2,291,935.50 $2,326,314.60 $2,361,209.40 $2,455,658.10 $2,769,436.00 $2,810,978.00

Total $29,662,584.00 $30,107,520.00 $30,222,332.27 $27,915,775.20 $28,334,512.80 $29,467,897.20 $33,233,232.00 $33,731,736.00

Contract Month

Month/Day Contract Year

Year 3 01/01/20-01/10/20

ATTACHMENT 1

Deloitte Bridges - Service Level Agreement

1

SLA No Bridges M&O SLA Description/Service Level Credits 1 Production Software Availability DTMB will make the software available in the production

environment, as measured over the course of each contract month during business hours (7:30am-6:00pm) on Monday - Friday, at least 99.99% of the time. When the production environment is down DTMB will perform a detailed analysis and provide a detailed report in writing to the Contractor that the SLA failure is due to code developed by the Contractor. This SLA will only be applicable if production goes down due to errors in the code developed by the Contractor which are caused by the Contractor.

Exceptions: No period of service degradation or inoperability will be included in calculating availability to the extent that such downtime or degradation is due to any of the following:

• Failures of the State’s network or internetconnectivity, external third party or DTMB EnterpriseServices;

• Scheduled downtime as agreed to with the StateProgram Manager;

• Planned outages, such as release deployments andinfrastructure upgrades.

Service Level Credits: For system availability of less than 99.9% during business hours (7:30am-6:00pm) on Monday - Friday, in a given contract month demonstrated to be caused by the Contractor application code, not including downtime for Exceptions noted above, the following service level credit will be assessed by the State::

• $1,000 per hour for up to 24 hours• $2,000 per hour from 24-48 hours• $3,000 per hour for more than 48 hours

2 Non-Production Software Availability & All Lower Environments

DTMB will make the software available in the non-production environments, as measured over the course of each contract month as needed for development efforts collaboratively agreed to between the parties –, at least 99.50% of the time. When the non-production environments are down, DTMB will perform a detailed analysis and provide a detailed report in writing to the Contractor that the SLA failure is due to code developed by the Contractor. This SLA will only be applicable if non-production environments go down due to errors in the code developed by the Contractor which are caused by the Contractor.

ATTACHMENT 1

Deloitte Bridges - Service Level Agreement

2

Exceptions: No period of service degradation or inoperability will be included in calculating availability to the extent that such downtime or degradation is due to any of the following:

• Failures of the State’s network or internet connectivity, external third parties or DTMB Enterprise Services;

• Scheduled downtime as agreed to with the State Program Manager;

• Planned outages, such as release deployments and infrastructure upgrades.

• Only applicable to the following non-production environments: UAT, Time Travel and PRDI.

Service Level Credits: For system availability less than 99.5% during business hours (7:30am-6:00pm) on Monday - Friday, in a given contract month demonstrated to be caused by Contractor application code, not including downtime for Exceptions noted above, the following service level credit will be assessed by the State:

• $500 per hour for up to 24 hours • $1,000 per hour from 24-48 hours • $1,500 per hour for more than 48 hours.

3 Completion Times for Critical

Batch Jobs The Contractor must provide code that is intended to run in the batch environment that can be run on a regular schedule without failure, meet State standards, audit requirements and produce intended results. The code must be restorable and run to completion within each planned / scheduled execution of each critical batch job according to the defined operational calendar (i.e., "Batch Process calendar 2019.xlsx"). A missed completion is defined as a designated execution of a particular job completed beyond the specified planned completion time due to bad SQL or inefficient code. Credits will be applied once there are greater than two missed completions in a contract month for the same batch job which Contractor is solely responsible. Exception: Job delays that are agreed to be attributed to 3rd parties or other teams' involvement, will not be subject to this SLA. If the State decided to stop a batch job or restart for any reason, that batch job will not be included in the missed completion count. Service Level Credits:

• 0-2 missed completions in the same contract month for the same batch job – no service level credit.

• 3 missed completions in the same contract month for the same batch job– a service level credit of $10,000 will be assessed by the State.

ATTACHMENT 1

Deloitte Bridges - Service Level Agreement

3

• 4 or more missed completions in the same contract month for the same batch job – a service level credit of $25,000 will be assessed by the State.

4 Delivery for Work Requests /

Enhancements Work requests should be delivered to the production environment on-time and in accordance with the release schedule. Credits will be applied once there are greater than two missed completions within a release. Work requests considered in this SLA are work requests compiled in the agreed upon scope of a release. Exceptions:

• Delays due to changes in the release scope or schedule will not be subject to this SLA.

• Delays to any other SDLC phases by other partners will not be subject to this SLA.

• Delays determined to be caused by other parties will not be subject to this SLA.

Service Level Credits:

• 0-2 missed on-time completions of work requests in the same release– no service level credit.

• 3-4 missed on-time completions of work requests in the same release– a service level credit of $10,000 will be assessed by the State.

• 5 or more missed on-time completions of work requests in the same release– a service level credit of $25,000 will be assessed by the State.

5 Production Incident / Issue

Resolution Contractor will respond and resolve production incidents and tickets within the required time limits:

• Remedy 911 tickets must be resolved in 2 business days;

• Remedy 912 tickets must be resolved in 5 business days.

Resolution Time: Measurement of resolution time (i) begins upon the earlier of the time at which the State assigns a Remedy Ticket to Contractor or Contractor identifies the Incident/Issue and (ii) concludes upon delivery, as applicable, of a software code correction or corrective services ready for deployment. The resolution times apply to data fixes only. If any software code change is required, a work request (WR) will be created, and the resolution time will be based on the applicable release date that the WR gets prioritized by the business. If for any reason the Contractor is not able to resolve the 911 or 912 ticket due to incomplete information, the resolution time will start when the Contractor receives the missing

ATTACHMENT 1

Deloitte Bridges - Service Level Agreement

4

information from the Bridges Resource Center (BRC) and/or the case worker who reported the ticket. Exceptions: Tickets delivered outside of the required resolution timeline will not be included in calculating Production Incident / Issue Resolution compliance due to any of the following:

• Environment issues that is causing delay (eg: DEV/PRDI down, PRDI not refreshed).

• Not categorized as 911 or 912 in Remedy per BRC and production support process.

• Regular ticket escalated to 911 or 912, in this case we need to consider the escalated date to calculate the SLA.

• If the 911 or 912 tickets can only be resolved by a code fix.

• Data unavailable in lower environments to recreate the issue.

Service Level Credits:

• 1-5 missed 911 tickets resolution in a month or 1–10 missed 912 tickets resolution in a month – no service level credit.

• 6-10 missed 911 tickets resolution in a month or 11–20 missed 912 tickets resolution in a month – a service level credit of $10,000 will be assessed by the State.

• 11 or more missed 911 tickets resolution in a month or 21 or more missed 912 tickets resolution in a month– a service level credit of $25,000 will be assessed by the State.

6 Error Management End-user errors, as mutually agreed upon to be attributed to

bugs or code breaks in the Bridges system, should not occur more often than 0.10% of all page views as measured during a service month. Splunk will be used to derive the percentage of User Errors to user page views. Exception: Errors resulting from or caused by sources outside of Bridges will be excluded in these calculations. Service Level Credits:

• 0-.10% errors as a percentage in a month – no service level credit.

• .11-.20% errors as a percentage in a month - a service level credit of $10,000 will be assessed by the State.

ATTACHMENT 1

Deloitte Bridges - Service Level Agreement

5

• >.20% errors as a percentage of all transactions in a month – a service level credit of $25,000 will be assessed by the State.

7 User Experience Contractor should perform a user experience survey after a

major release and obtain and publish feedback within the 2nd week after the release. Service Level Credits: N/A

8 Web Services For Simple Web Services hosted in Bridges that are used to provide simple information should have a response time of less than two seconds for at least ninety-five percent (95%) of the time for a given calendar month (examples include services that retrieve head of household, verify household status etc.). For Complex Web services hosted in Bridges that require fetching of multiple records should have a response time of less than eight seconds for at least ninety-five percent (95%) of the time for a given calendar month (for example, View Benefits for household size of 4 and above). Exceptions: Web services that involve interaction with third party applications, COTS applications, services hosted by external systems but consumed by Bridges, and delays due to State network or infrastructure issues will be excluded from this SLA; Web services that are used to insert records into Bridges, such as processing of account transfers, creating new individuals, etc., are excluded from this SLA Service Level Credits: The parties will establish an agreed- upon process and possibly set up of tools to perform this measurement. Once this approach is established, measurement should occur to establish a baseline and refine the SLA definition, categories, and measures accordingly. No Service Level Credits should apply until these steps are taken and any necessary refinements are made, then Service Level Credits are agreed upon in writing. The parties agree to meet and establish an approach, and SLA credits will be defined and agreed to through a Change Notice to the Contract.

9 Load time of each page moving thru application

For Simple pages, load time moving from page to page through the Bridges Application code should be less than two seconds for at least ninety-five percent (95%) of the time on a given calendar month (pages involving the user interface, business tier, or database tier fall under Simple pages category)

ATTACHMENT 1

Deloitte Bridges - Service Level Agreement

6

For Complex pages, load time moving from page to page through Bridges Application code should be less than eight seconds for at least ninety-five percent (95%) of the time on a given calendar month (pages involving integration with other Contractor provided applications/ databases, Eligibility determinations, Dashboards , Prioritization, Search functions etc. fall under Complex pages category)

Exceptions: Pages involving integration with non-Contractor applications, databases, or services, and delays due to network or infrastructure issues will be excluded from this SLA Note: Refer to the ""Page Load Example"" tab for example of pages and few additional exclusions

Service Level Credits: The parties will establish an agreed- upon process and possibly set up of tools to perform this measurement. Once this approach is established, measurement should occur to establish a baseline and refine the SLA definition, categories, and measures accordingly. No Service Level Credits should apply until these steps are taken and any necessary refinements are made, then Service Level Credits are agreed upon in writing. The parties agree to meet and establish an approach, and SLA credits will be defined and agreed to through a Change Notice to the Contract.

10 UAT Code Quality Code delivered to User Acceptance Testing (UAT) should not result in a defect rate of more than 10%. This will be measured by dividing the number of identified UAT defects in a release by the total number of Quality Assurance Testing (QAT) & UAT defects executed for that release.

Exceptions: UAT Defects will not be included in calculating UAT Code Quality compliance due to any of the following:

• Defects resulting from or caused by sources outsideof Bridges code.

• Duplicate and invalid defects.• Defects caused by additional requirements added

after the original requirements were approved.• Defect resulting in QAT due to lack of test data

required for test cases.• Defects related to interface with external systems

due to lack of interface connection in QAT.• Existing defects in the Production Environment.• Defects caused by modifications promoted to QAT

during QAT testing that were unrelated to defectsidentified by QAT testing.

This SLA will only apply to releases with over 50 test cases, 10+ total defects from QAT & UAT and the QAT and UAT are

ATTACHMENT 1

Deloitte Bridges - Service Level Agreement

7

not executed in parallel and the planned QAT schedule is not crashed/reduced due to addition of new requirement(s) or changes to requirement(s) or delay in requirement gathering which causes delay in development but deployment date is not changed and we reduce the QAT and UAT planned duration. Service Level Credits:

• 0-10% UAT defects in a release – no service levelcredit.

• 11-20% UAT defects in a release - a service levelcredit of $10,000 will be assessed by the State.

• >20% UAT defects in a release – a service level creditof $25,000 will be assessed by the State.

Applicability of Service Levels and Service Level Credits:

• In aggregate, assessed Service Level Credits will not exceed $125,000 in a given month nor$1,500,000 in a Bridges M&O contract year. At the direction of the Contract DTMB ProjectManager and by written request, the Contractor will convert the Service Level Credits outlinedin this document into the form of Service Credit Hours accessible to the State forproject/development activities.

• Once formally adopted in contract, 90 days will be required to establish the specific processesfor measurement, tracking, and reporting of SLA’s and associated Service Level Credits, includinggaining required access to necessary systems and data which will then be analyzed and agreedupon for accuracy. No Service Level Credits will apply during the first 150 days after theaddition of this SLA.

• Two consecutive months meeting an SLA category will entitle the Contractor to recover onemonth of any Service Level Credit previously assessed in such category in the same contractyear.

• SLAs and Credits will be reviewed prior to the start of each contract year and are subject torevision / re-negotiation upon agreement by both parties. Changes to these SLAs and Creditswill require a Change Notice to the Contract.

• Material changes in the scope, staffing or value of the Bridges M&O contract will requiremodification to these SLA’s.

• Should a singular failure by the Contractor result in multiple SLAs not being met in a givenmonth, only the Credit associated with the root cause SLA shall be subject to assessment.

• Once finalized, the Contractor and the State will meet to define the specific process / approachfor tracking and applying Credits from an invoicing and payments perspective.

• The Service Level Credits set forth above shall be the State’s sole and exclusive remedy forfailures by the Contractor to achieve the service level requirements as set forth in the chartabove.

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 16

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

517-230-5694STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

DTMB

[email protected]

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 1/31/2020, this change notice will leverage $847,440.00 of existing funds per the attached SOW. The following amendment is hereby incorporated into the contract per attached SOW based on engagement starting 1/1/2020 ending on 1/31/2020. This change includes adapting a Human Centric Design (HCD) approach for continued enhancements to Universal Caseload and implementation of Universal Caseload to additional Michigan counties. All other terms, conditions, specifications, and pricing remain the same. Per DTMB contractor and agency agreement, and Central Procurement Services approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 16 TO CONTRACT NO. 071B7700072

MDHHS Teresa Spalding 517-284-4902 [email protected]

DTMB Susan Nordyke 517-241-6487 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS UNIVERSAL CASELOAD (UCL) STATEMENT OF WORK

PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Year 3 Universal Caseload (UCL)

TERM OF SOW: Jan1, 2020-Jan 31, 2020

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: Jan 2, 2020

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

1.000 Project Identification

1.001 PROJECT REQUEST Extend the UCL Year 3 services through January 31, 2020 as described within Contract Change Notice (CCN) 14 and extended through December 31, 2019 with CCN 16. 1.002 Compensation And Payment

Method of Payment Contract Role, Project Role along with rate and anticipated hours is as listed below:

2 Version (12/2016)

The total proposed fees for this phase of the project is $847,440.00 USD, based on the engagement starting on January 1, 2020 and ending on January 31, 2020. Payments to the Contractor will be made on a fixed fee payable monthly. Final cost is a blended rate from the Contract IT Rate Table reflecting the 10% discount:

*Resource role count does not include the Personnel Project Manager, Kishan Kanneganti, as he is covered under the base Bridges M&O contract and cost.

Contract Role Project Role Rate Total Anticipated Hours Total CostQuality Assurance Test Analyst Application Development - Tester1 95.00$ 176 16,720.00$ Java Programmer Analyst Application Development - Developer 1 110.00$ 176 19,360.00$ Technical Support Manager Application Development - Application Architect 170.00$ 176 29,920.00$ Production Support Manager Business Readiness Deputy Lead 165.00$ 176 29,040.00$ Technical Support Manager Application Development - Tech Lead 170.00$ 176 29,920.00$ Senior Systems/Business Analyst Business Readiness Consultant 1 140.00$ 176 24,640.00$ Quality Assurance Test Analyst Application Development - Tester2 95.00$ 176 16,720.00$ Test Manager Application Development - Performance Test Lead 140.00$ 176 24,640.00$ Senior Systems/Business Analyst Application Development - Business Analyst 1 140.00$ 176 24,640.00$ Senior Systems/Business Analyst Application Development - Business Analyst 140.00$ 176 24,640.00$ Application Development Manager Application Development - Func. Lead 265.00$ 176 46,640.00$ Senior Systems/Business Analyst Business Readiness Consultant 2 140.00$ 176 24,640.00$ Oracle Database Analyst Application Development(Sr API developer) - Sr. Developer 2 140.00$ 176 24,640.00$ Senior Systems/Business Analyst Application Development - UI/UX Developer 3 140.00$ 176 24,640.00$ Senior Systems/Business Analyst Application Development - Sr. Developer 1 140.00$ 176 24,640.00$ Java Programmer Analyst Application Development - Developer 2 110.00$ 176 19,360.00$ Senior Systems/Business Analyst Application Development - Business Analyst 2 140.00$ 176 24,640.00$ Production Support Manager Production Support Manager 165.00$ 176 29,040.00$ Test Manager Quality Assuarance Test Lead 140.00$ 176 24,640.00$ Senior Systems/Business Analyst Application Development - Business Analyst 3 140.00$ 176 24,640.00$ Java Programmer Analyst Application Development - Developer 3 110.00$ 176 19,360.00$ Oracle Database Analyst Production Support - Sr. Developer 1 140.00$ 176 24,640.00$ Senior Systems/Business Analyst Application Development - Sr.Developer 3 140.00$ 176 24,640.00$ Test Manager Quality Assurance Tester Deputy Lead 140.00$ 176 24,640.00$ Senior Systems/Business Analyst Production Support - Sr. Developer 2 140.00$ 176 24,640.00$ Java Programmer Analyst Production Support - Developer 1 110.00$ 176 19,360.00$ Quality Assurance Test Analyst Production Support - Tester1 95.00$ 176 16,720.00$ Senior Systems/Business Analyst Application Development - Business Analyst 4 140.00$ 176 24,640.00$ Application Development Manager Application Development - UX Lead 265.00$ 176 46,640.00$ Senior Systems/Business Analyst Applicaton Development - Sr.Developer 4 140.00$ 176 24,640.00$ Java Programmer Analyst Application Development - Developer 4 110.00$ 176 19,360.00$ Oracle Database Analyst Application Development - UI/UX Developer 2 140.00$ 176 24,640.00$ Quality Assurance Test Analyst Application Development - Tester3 95.00$ 176 16,720.00$ Application Development Manager Business Readiness Lead 265.00$ 176 46,640.00$ Application Development Manager HCD Manager 265.00$ 176 46,640.00$ Technical Support Manager Archival - Data Architect 170.00$ 176 29,920.00$ SOW Value: 941,600.00$ Final cost , after vendor - supplied one time discount (10%) 847,440.00$

Payment # Service Month: Estimated Resource Count: Average Monthly Hours: Blended Rate per Hour: Monthly Cost:1 January-20 36 176 $ 133.75 847,440.00$

Total SOW Value: 847,440.00$

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 15

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

517-230-5694STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

DTMB

[email protected]

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 1/9/2019 pricing on this contract used existing funds of $762,375.00 per revised attached SOW. The following amendment is hereby incorporated into the contract per attached SOW based on engagement starting 12/1/2019 ending on 12/31/2019. This change includes adapting a Human Centric Design (HCD) approach for continued enhancements to Universal Caseload and implementation of Universal Caseload to additional Michigan counties. All other terms, conditions, specifications, and pricing remain the same. Per DTMB contractor and agency agreement, and Central Procurement Services approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 15 TO CONTRACT NO. 071B7700072

MDHHS Teresa Spalding 517-284-4902 [email protected]

DTMB Susan Nordyke 517-241-6487 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS UNIVERSAL CASELOAD (UCL) STATEMENT OF WORK

PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Year 3 Universal Caseload (UCL)

TERM OF SOW: December 1, 2019-Dec 31, 2019

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: Dec 9, 2019

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

1.000 Project Identification

1.001 PROJECT REQUEST Extend services as described within Contract Change Notice 14 from December 1, 2019-December 31, 2019 1.002 Compensation And Payment

Method of Payment Contract Role, Project Role along with rate and anticipated hours is as listed below:

2 Version (12/2016)

The total proposed fees for this phase of the project is $762,375.00 USD, based on the engagement starting on December 1, 2019 and ending on December 31, 2019. Payments to the Contractor will be made on a fixed fee payable monthly as calculated from the Contract IT Rate Table:

*Resource role count does not include the Personnel Project Manager, Kishan Kanneganti, as he is covered under the base Bridges M&O contract and cost. *Resource count may vary monthly as the roll out readiness activities and roll out support activities are occurring during this period. # Average Monthly Hours for December is less than usual due to holidays.

Contract Role Project Role Rate Total Anticipated Hours Annual CostQuality Assurance Test Analyst Application Development - Tester1 95.00$ 150 14,250.00$ Java Programmer Analyst Application Development - Developer 1 110.00$ 150 16,500.00$ Technical Support Manager Application Development - Application Architect 170.00$ 150 25,500.00$ Production Support Manager Business Readiness Deputy Lead 165.00$ 150 24,750.00$ Technical Support Manager Application Development - Tech Lead 170.00$ 150 25,500.00$ Senior Systems/Business Analyst Business Readiness Consultant 1 140.00$ 150 21,000.00$ Quality Assurance Test Analyst Application Development - Tester2 95.00$ 150 14,250.00$ Test Manager Application Development - Performance Test Lead 140.00$ 150 21,000.00$ Senior Systems/Business Analyst Application Development - Business Analyst 1 140.00$ 150 21,000.00$ Senior Systems/Business Analyst Application Development - Business Analyst 140.00$ 150 21,000.00$ Application Development Manager Application Development - Func. Lead 265.00$ 150 39,750.00$ Senior Systems/Business Analyst Business Readiness Consultant 2 140.00$ 150 21,000.00$ Oracle Database Analyst Application Development(Sr API developer) - Sr. Developer 2 140.00$ 150 21,000.00$ Senior Systems/Business Analyst Application Development - UI/UX Developer 3 140.00$ 150 21,000.00$ Senior Systems/Business Analyst Application Development - Sr. Developer 1 140.00$ 150 21,000.00$ Java Programmer Analyst Application Development - Developer 2 110.00$ 150 16,500.00$ Senior Systems/Business Analyst Application Development - Business Analyst 2 140.00$ 150 21,000.00$ Production Support Manager Production Support Manager 165.00$ 150 24,750.00$ Test Manager Quality Assuarance Test Lead 140.00$ 150 21,000.00$ Senior Systems/Business Analyst Application Development - Business Analyst 3 140.00$ 150 21,000.00$ Java Programmer Analyst Application Development - Developer 3 110.00$ 150 16,500.00$ Oracle Database Analyst Production Support - Sr. Developer 1 140.00$ 150 21,000.00$ Senior Systems/Business Analyst Application Development - Sr.Developer 3 140.00$ 150 21,000.00$ Test Manager Quality Assurance Tester Deputy Lead 140.00$ 150 21,000.00$ Senior Systems/Business Analyst Production Support - Sr. Developer 2 140.00$ 150 21,000.00$ Java Programmer Analyst Production Support - Developer 1 110.00$ 150 16,500.00$ Quality Assurance Test Analyst Production Support - Tester1 95.00$ 150 14,250.00$ Senior Systems/Business Analyst Application Development - Business Analyst 4 140.00$ 150 21,000.00$ Application Development Manager Application Development - UX Lead 265.00$ 150 39,750.00$ Senior Systems/Business Analyst Applicaton Development - Sr.Developer 4 140.00$ 150 21,000.00$ Java Programmer Analyst Application Development - Developer 4 110.00$ 150 16,500.00$ Oracle Database Analyst Application Development - UI/UX Developer 2 140.00$ 150 21,000.00$ Quality Assurance Test Analyst Application Development - Tester3 95.00$ 150 14,250.00$ Application Development Manager Business Readiness Lead 265.00$ 150 39,750.00$ Application Development Manager HCD Manager 265.00$ 150 39,750.00$ Technical Support Manager Archival - Data Architect 170.00$ 150 25,500.00$ SOW Value: 802,500.00$ Final cost , after vendor - supplied one time discount (5%) 762,375.00$

Payment # Service Month: Estimated Resource Count: Average Monthly Hours: Blended Rate per Hour: Monthly Cost:#1 December-19 36 150 $ 141.18 762,375.00$

Total SOW Value: 762,375.00$

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 14

to

071B7700072Contract Number

Various

Mecca Martin

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

517-230-5694STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

DTMB

[email protected]

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 11/21/2019 pricing on this contract used existing funds of $1,747,240.00, per revised attached SOW. The following amendment is hereby incorporated into the contract per attached SOW. This change includes adapting a Human Centric Design (HCD) approach for continued enhancements to Universal Caseload and implementation of Universal Caseload to additional Michigan counties. All other terms, conditions, specifications, and pricing remain the same. Per DTMB contractor and agency agreement, and Central Procurement Services approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 14 TO CONTRACT NO. 071B7700072

DTMB Susan Nordyke 517-241-6487 [email protected]

MDHHS Teresa Spalding 517-284-4902 [email protected]

2 Version (12/2016)

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS UNIVERSAL CASELOAD (UCL) STATEMENT OF WORK

PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Year 3 Universal Caseload (UCL)

TERM OF SOW: Oct 1, 2019 – Nov 30, 2019

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: Oct 30, 2019

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Nathan Buckwalter

PHONE: (517) 335-1226

1.00 Project Identification

1.01 PROJECT REQUEST The year three UCL project has three primary objectives:

1. Maintain and support the existing UCL functionality in the Operating Environment. 2. Adapt a Human Centric Design (HCD) approach for continued enhancements to UCL.

a. HCD is a design and management framework that develops solutions by involving the end user (or human) perspective in all steps so that results are tailor made to suit user needs.

3. Implement UCL to additional Michigan Counties.

This Statement of Work (SOW) is created for Deloitte Consulting LLP (“Contractor”) to provide staffing resources for the fixed duration of the year three UCL project. Contractor resources will support the objectives based on the priorities established by the Eligibility Integrated Service Area (ISA) UCL project governance. All duties and obligations described herein will become part of existing Contract 071B7700072. All terms, conditions, and specifications contained in the existing Contract must remain in full force and effect.

1.100 Scope of Work and Deliverables

1.101 IN SCOPE Listed below is the high-level scope of work that the Contractor resources shall be engaged in for the term of this SOW:

• Provide MDHHS with support in User Acceptance Testing (UAT) for Universal Case Load (UCL) enhancements by providing test data, implementing data modification scripts as necessary and triaging defects.

• Provide field support to MDHHS offices that use and are implementing UCL. • Plan and design enhancements for the Healthy Michigan Plan (HMP) Work Requirements component

as part of UCL enhancement releases track • Develop and implement changes based on feedback from the release and HCD methodology. • Implement UCL features per the release schedule approved by the Eligibility ISA to enhance the

system:

3 Version (12/2016)

o Generate UCL system improvements for greater efficiencies in the task prioritization process. o Develop and implement system automation features as identified in the discovery phase of

HCD to deliver benefits to clients more efficiently. o Plan modularized enhancements to the application processing, intake, redeterminations,

change, and manager queues. o Contribute to process/workflow enhancements (i.e., Intake, Redetermination, Interview, and

Standard of Promptness workflows). o Perform Business Readiness, and Organizational Change Management components for the

scope defined through the UCL governance process. o Recommend improvements for training as applicable when discovered through the HCD

process.

The details of the scope will be iteratively elaborated through discovery sessions and will be planned across releases based on effort estimates and available capacity across the areas listed below:

1. Field support: Promote Business readiness activities;

o Support UCL implementation activities at designated locations either remotely or on-site as needed (field support): Provide MDHHS product owner support in explaining new/changed business

processes to counties through monthly statewide calls via skype sessions. Provide virtual or on-site field support as needed by serving as a coach to specific

MDHHS offices. Provide guidance to local office security coordinators who will conduct security /

Manage Office Resource (MOR) set up (i.e., Roles, Queue Assignments, Specialization, Confidential)

Perform task to validate that queue configuration and staffing security/MOR set-up is complete (Lobby – Navigation Station / Phones – Client Connection / Out stationed Staff – Specialization)

Provide support to the MDHHS business readiness team for field communications through activities such as release notes, bi-weekly newsletter.

Provide support for office configurations such as forming or splitting of geo-groups (group of geo-groups) by providing detailed implementation plan, preparing geo group guides as requested by MDHHS through the UCL project governance.

2. Production support and emergent releases: Sustain all environment functionality of the UCL;

o Maintain the UCL solution, following DTMB BRIDGES standard Maintenance and Operations processes, including defect resolution and emergency fixes as prioritized by the MDHHS UCL project governance. Collaborate with the Bridges Resource Center as issues are reported via Help Desk. Research analyze and resolve (where applicable) in collaboration with the DTMB

BRIDGES Triage team. Develop and implement features and/or defect fixes as prioritized by the product owner

through the UCL governance process. Monitor, analyze and prioritize fixes for system issues that were identified through

monitoring tools such as AppDynamics. Working with DTMB, deliver and deploy emergent releases in the event of a

critical production concern.

3. UCL enhancement releases: Assist in promoting functional UCL improvements;

o Recommend and perform activities that support the Design, Discover, Define, Develop and Deploy phases of the HCD approach.

4 Version (12/2016)

o Collaborating with DTMB, use estimated Contractor resource capacity to implement MDHHS UCL project governance prioritized enhancements to the UCL framework, task management, workflow engine, dashboard & reporting software developed for UCL.

o Contractor resources will perform activities and tasks in the following HCD areas: Conduct field research (Discover and Define) Develop and prototype solutions (Develop) Construct the software of the system in accordance with prototype. (Develop) Execute unit and systems integration testing. (Develop) Support DHHS with user acceptance testing (UAT) by providing test data,

implementing data modification scripts and triaging defects as necessary (Develop). Implement UCL enhancements to lower environments (i.e, Development) (Deploy) Support DTMB with deployment of the UCL enhancements to Integration and the

higher environments (i.e., Production, UAT and Training) by providing detailed implementation plan where applicable and prior to deployment to production (Deploy).

1.102 ASSUMPTIONS The following is in addition to those described in Contract Change Notice (CCN) 12:

• There will be dedicated performance testing schedule built in during the release planning process. Any performance requirements will be discussed and mutually agreed upon.

1.103 WORK AND DELIVERABLES Activities and Deliverables

Activities performed, and deliverables produced are listed below. As the scope for this project is defined, these activities and deliverables will be provided as per the agreed upon project schedule between State and the Contractor.

# Track Activities Deliverable 1 Field Support • Recommend MDHHS product

owner with new and/or modified business process for statewide calls.

• Validate queue configurations and MOR Setup.

• Report issues and risks from field support.

• Provide support to the MDHHS business readiness team for field communications through activities such as release notes, bi-weekly newsletter

• Provide virtual or on-site field support as needed by serving as a coach to specific MDHHS offices.

• Provide support for office configurations such as forming or splitting of geo-groups (group of geo-groups) by providing detailed implementation plan, preparing geo group guides as requested by

Monthly UCL report –Field support and rollout.

Release Notes .

5 Version (12/2016)

MDHHS through the UCL project governance.

2. Production support &

Emergent releases

• Research analyze and resolve (where applicable) in collaboration with the DTMB BRIDGES Triage team and Bridges Resource Center (BRC) for issues reported via Bridges Information Network (BIN)/Remedy.

• Develop and implement features and/or defect fixes as prioritized by the product owner through the UCL governance process.

• Monitor, analyze and prioritize fixes for system issues that were identified through monitoring tools such as AppDynamics.

• Working with DTMB, deliver and deploy emergent releases in the event of a critical production concern.

• Develop Quality Assurance Test (QAT) test cases for prioritized features / defect fixes.

• Execute QAT scenarios for prioritized features /defect fixes.

• Support UAT activities for the release by providing test data, implementing data modification scripts as necessary and triaging defects.

Monthly UCL report - Production support.

Emergent release work request list.

Updated requirements in JAMA.

DL 200 (or equivalent) and SEM 604 addendum or equivalent artifacts for the enhancement releases – must be submitted and approved prior to implementation in Production.

Development Artifacts: Angular code, Java code, JavaScript code, database artifacts, images, stylesheets.

Release notes.

3. UCL enhancement releases

• Participate in field visits to drive insights in collaboration with MDHHS product owner.

• Follow the HCD process, to drive “How might we “statements, Ideas by following the UCL project governance model

• Develop prototypes (where applicable) and validate with the field through the UCL project governance model.

• Develop Quality Assurance Test (QAT) test cases for prioritized features / defect fixes.

• Execute QAT scenarios for prioritized features /defect fixes.

• Support UAT activities for the release by providing test data, implementing data modification

Updated requirements, QAT test cases in JAMA.

DL 200 (or equivalent) and SEM 604 addendum or equivalent artifacts for the enhancement releases – must be submitted and approved prior to implementation in Production.

Development Artifacts: Angular code, Java code, JavaScript code, database artifacts, images, stylesheets.

Release Notes

6 Version (12/2016)

scripts as necessary and triaging defects.

Deliverables for the UCL project adhere to the current BRIDGES Project Management Methodology (PMM). Deliverable preparation, review and approval responsibilities are outlined in CCN12 with the below changes:

Deliverable Deliverables responsibilities

Planned activities SUITE deliverable identifier

Deliverable creation and revisions

Deliverable review and acceptance

PMM and SEM adherence

Release Notes* Not

Applicable

MDHHS Not

Applicable

Artifact detailing the features that are being implemented in each enhancement release.

User feedback results *

Not Applicable

MDHHS

Not Applicable

User experience measurement survey results after the implementation of enhancement release.

* Deliverables listed are work products and have no formal acceptance mechanism

Production, and Field support deliverables Deliverables related to this track and their due dates are specified in the table below.

No Deliverables Submission Period Sign Off Period

1 Monthly UCL Report First Wednesday of every month staring Nov 2019

Second Monday of every month starting Nov 2019

Deliverables due dates related to the enhancement releases will be established by the UCL governance

1.104 TIMELINE AND MILESTONES.

The scope of work depicted in this SOW is delivered between October 1, 2019 and November 30, 2019. Release and conversion dates will be mutually agreed to in the Project Charter Schedule as approved by the MDHHS UCL Project Governance.

Roles and Responsibilities

CONTRACTOR STAFF, ROLES, AND RESPONSIBILITIES A. Contractor Staff

Subject to the Contract terms, Section 4.4, the Key Personnel identified for this project are identified in CCN12.

The following roles are not Key Personnel; this list is in addition to those identified in CCN12 and is not inclusive of all the Contractor Staff that may perform work effort on this project:

7 Version (12/2016)

Non-Key Personnel Role Duties/Responsibilities

Development Lead • Manage the technical design and development for UCL. • Manage the design and development of the conversion software.

Design Lead • Manage the UI/UX design team.

STATE STAFF, ROLES, AND RESPONSIBILITIES The DTMB General Manager/Project Manager is updated below, all other roles and responsibilities remain as described in CCN 12.

Name Agency/Division Title

Nathan Buckwalter DTMB General Manager / Project Manager

State Project Manager

The SIA Project Manager is updated below, all other roles and responsibilities remain as described in CCN 12.

Name Agency/Division Title Supporting Role

Derek Lamport SIA UCL Program Manager UCL Program Manager

1.300 Compensation And Payment Method of Payment

Contract Role, Project Role along with rate and anticipated hours is as listed below:

Contractor Role Project Role Rate Total

Anticipated Hours

Annual Cost

Quality Assurance Test Analyst Application Development - Tester1 $95.00 352 $33,440.00 Java Programmer Analyst Application Development - Developer 1 $110.00 352 $38,720.00 Technical Support Manager Application Development - Application

Architect $170.00 352 $59,840.00

Production Support Manager Business Readiness Deputy Lead $165.00 352 $58,080.00 Technical Support Manager Application Development - Tech Lead $170.00 352 $59,840.00 Senior Systems/Business Analyst Business Readiness Consultant 1 $140.00 352 $49,280.00 Quality Assurance Test Analyst Application Development - Tester2 $95.00 352 $33,440.00 Test Manager Application Development - Performance Test

Lead $140.00 352 $49,280.00

Senior Systems/Business Analyst Application Development - Business Analyst 1 $140.00 352 $49,280.00 Senior Systems/Business Analyst Application Development - Business Analyst $140.00 352 $49,280.00 Application Development Manager

Application Development - Func. Lead $265.00 352 $93,280.00

Senior Systems/Business Analyst Business Readiness Consultant 2 $140.00 352 $49,280.00 Oracle Database Analyst Application Development (Sr API developer) -

Sr. Developer 2 $140.00 352 $49,280.00

Senior Systems/Business Analyst Application Development - UI/UX Developer 3 $140.00 352 $49,280.00 Senior Systems/Business Analyst Application Development - Sr. Developer 1 $140.00 352 $49,280.00 Java Programmer Analyst Application Development - Developer 2 $110.00 352 $38,720.00

8 Version (12/2016)

Senior Systems/Business Analyst Application Development - Business Analyst 2 $140.00 352 $49,280.00 Production Support Manager Production Support Manager $165.00 352 $58,080.00 Test Manager Quality Assurance Test Lead $140.00 352 $49,280.00 Senior Systems/Business Analyst Application Development - Business Analyst 3 $140.00 352 $49,280.00 Java Programmer Analyst Application Development - Developer 3 $110.00 352 $38,720.00 Oracle Database Analyst Production Support - Sr. Developer 1 $140.00 352 $49,280.00 Senior Systems/Business Analyst Application Development - Sr. Developer 3 $140.00 352 $49,280.00 Test Manager Quality Assurance Tester Deputy Lead $140.00 352 $49,280.00 Senior Systems/Business Analyst Quality Assurance Tester Deputy Lead $140.00 352 $49,280.00 Java Programmer Analyst Production Support - Developer 1 $110.00 352 $38,720.00 Quality Assurance Test Analyst Production Support - Tester1 $95.00 352 $33,440.00 Senior Systems/Business Analyst Application Development - Business Analyst 4 $140.00 352 $49,280.00 Application Development Manager

Application Development - UX Lead $265.00 352 $93,280.00

Senior Systems/Business Analyst Application Development - Sr. Developer 4 $140.00 352 $49,280.00 Java Programmer Analyst Application Development - Developer 4 $110.00 176 $19,360.00 Oracle Database Analyst Application Development - UI/UX Developer 2 $140.00 176 $24,640.00 Quality Assurance Test Analyst Application Development - Tester3 $95.00 352 $33,440.00 Application Development Manager

Business Readiness Lead $265.00 352 $93,280.00

Application Development Manager

HCD Manager $265.00 352 $93,280.00

Technical Support Manager Archival - Data Architect $170.00 352 $59,840.00 SOW Value $1,839,200.00 One time discount (5%) $91,960.00 Final Cost, after Contractor – supplied one time discount (5%) $1,747,240.00

The total proposed fees for this phase of the project is $1,747,240.00 USD, based on the engagement starting on October 1, 2019 and ending on Nov 30, 2019.

Payments to the Contractor will be made on a fixed fee payable monthly as calculated from the Contract IT Rate Table:

Payment # Service Month: Estimated Resource Count:

Average Monthly Hours:

Blended Rate per Hour Monthly Cost

1 October-19 34 176 $141.82 $848,659.43 2 November-19 36 176 $141.82 $898,580.57

Total SOW Value: $1,747,240.00

*Resource role count does not include the Personnel Project Manager, Kishan Kanneganti, as he is covered under the base Bridges M&O contract and cost. *Resource count may vary monthly as the roll out readiness activities and roll out support activities are occurring during this period.

Contractor resources are required to enter time on a weekly basis into the States Enterprise Project Portfolio Management (PPM) system, called Clarity. An increase of staffing resources must be approved via the established Eligibility ISA change request process that the DTMB Project Manager must then process for an amendment to this SOW.

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 13

to

071B7700072Contract Number

Various

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

(517) 249-0406STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

DTMB

[email protected]

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 9/11/2019, the parties add the attached SIGMA Post-Implementation Stabilization and Optimization Statement of Work to the contract utilizing existing contract funds. All other terms, conditions, specifications, and pricing remain the same. Per contractor, agency and DTMB procurement approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 13 TO CONTRACT NO. 071B7700072

DTMB Ward Beauchamp 517-335-1226 [email protected]

[email protected]

MDHHS Teresa Spalding 517-284-4902 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY,

MANAGEMENT AND BUDGET IT SERVICES STATEMENT OF WORK (SOW)

Project Title: Michigan Bridges – SIGMA Post-Implementation Stabilization and Optimization

Period of Coverage: 06/01/19-11/31/19

Requesting Department: Michigan Department of Health and Human Services (MDHHS)

Date: May 22, 2019

DTMB Contract Owner: Ward Beauchamp

Phone: (517) 241-5498

Contract Information: Contractor: Deloitte Consulting LLP Contract # 071B7700072

Change Requests: N/A

Brief Description of Changes to Contract Change Notice (CCN): Amend CCN11 for continued Contractor support of the SIGMA effort. Resource staff are reduced and extended through November 31, 2019. PROJECT OBJECTIVE: Modify and stabilize the Bridges systems with SIGMA. SCOPE OF WORK: Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte”) will provide support services to the Statewide Integrated Governmental Management Applications (herein referred to as “SIGMA”) project for the State of Michigan (hereinafter referred to as “State” or “SOM”). Contractor must provide staff augmentation to support stabilizing Bridges integration with SIGMA. TASKS: Tasks will be assigned by Department of Technology, Management and Budget (DTMB) Project Manager on a monthly basis. WORK AND DELIVERABLES: To be established by DTMB Project Manager. ASSUMPTIONS: Cost estimate provided in this SOW is based on a 45 hour work week. ACCEPTANCE CRITERIA: Timesheet sign-off by DTMB Project Manager. PROJECT CONTROL AND REPORTS: N/A

SPECIFIC DEPARTMENT STANDARDS: Agency standards, if any, in addition to DTMB standards. PAYMENT SCHEDULE: Effective April 24, 2019, at the States’ direction, the Contractor reduced from three (3) project staff members to two (2) for services to support changes to ML/MF in support of the Sigma project. Two (2) project staff members will continue to provide services for the term of this SOW. Prices are Firm Fixed, and any changes will require a Contract Amendment approved by all parties including DTMB Procurement. The following table represents two (2) Contractor staff support for May 1, 2019 to November 29, 2019:

Title Hourly Rate Hours/month Monthly Total

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Total Monthly Cost $ 49,280.00

Effective immediately, the CCN9 Payment Schedule table is revised and replaced in its entirety with below:

Payment Month Payment Amount

1 April 2, 2018 – May 1, 2018 $158,400.00 2 May 2, 2018 – June 1, 2018 $158,400.00 3 June 2, 2018 – July 1, 2018 $158,400.00 4 July 2, 2018 – August 1, 2018 $158,400.00 5 August 2, 2018 – September 1, 2018 $158,400.00 6 September 2, 2018 – October 1, 2018 $158,400.00 7 October 2, 2018 – November 1, 2018 $87,870.00 8 November 2, 2018 – December 1, 2018 $73,920.00 9 December 2, 2018 - January 1, 2019 $73,920.00 10 January 2, 2019 – February 1, 2019 $73,920.00 11 February 2, 2019 – March 1, 2019 $73,920.00 12 March 2, 2019 – April 1, 2019 $73,920.00 13 April 2, 2019 – May 1, 2019 $73,920.00 14 May 2, 2019 – May 31, 2019 $49,280.00 15 June 1, 2019 – June 30, 2019 $49,280.00

16 July 1, 2019 – July 31, 2019 $49,280.00

17 August 1, 2019 – August 31, 2019 $49,280.00

18 September 1, 2019 – September 30, 2019 $49,280.00

19 October 1, 2019 – October 31, 2019 $49,280.00

20 November 1, 2019 – November 29, 2019 $49,280.00

TOTAL $1,826,750.00

Shaded and Italicized Payments 1 through 13 are represented under CCN11 and have no changes. Italicized Payment 14 cost is reduced from CCN11. Payments 15 through 20 are an addition to CCN11 for the term of this SOW; June 1, 2019-November 29,2019.

Summary of SOW value change:

Total CCN11 Amended Value $1,555,710.00

Total Extended Amended Value $1,826,750.00

INCREASE: $271,040.00

DTMB will pay Contractor upon receipt of properly completed invoice(s), which shall be submitted to the billing address on the State-issued Purchase Order not more often than monthly. DTMB Accounts Payable area will coordinate obtaining Agency and DTMB Project Manager Approvals. All invoices should reflect actual work completed by payment date, and must be approved by the Agency and DTMB Project Manager prior to payment. The invoices shall describe and document to the State’s satisfaction a description of the work performed, the progress of the project and fees. When expenses are invoiced, receipts will need to be provided along with a detailed breakdown of each type of expense. Payment shall be considered timely if made by the DTMB within forty-five (45) days after receipt of properly completed invoices. EXPENSES: The State will NOT pay for any travel expenses, including hotel, mileage, meals, parking, etc. PROJECT CONTACTS: The designated DTMB Project Manager is:

Ward Beauchamp Michigan Department of Technology, Management and Budget (517) 241-5498 [email protected]

AGENCY RESPONSIBILITIES: Participate in knowledge transfer activities and respond promptly to follow up questions. LOCATION OF WHERE THE WORK IS TO BE PERFORMED: Consultants will work at 235 South Grand Avenue in Lansing, Michigan and from Deloitte offices in the US. EXPECTED CONTRACTOR WORK HOURS AND CONDITIONS: Normal working hours of 8:00 am to 5:00 pm are to be observed unless otherwise agreed to in writing. Overtime may be permitted only with the DTMB Project Manager approval.

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 12

to

071B7700072Contract Number

Various

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

(517) 249-0406STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

DTMB

[email protected]

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRI

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 5/17/2019, the parties add the attached Universal Case Load Services statement of work, utilizing $2,393,005.00 existing funds. All other terms, conditions, specifications, and pricing remain the same. Per contractor, agency and DTMB procurement approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

1

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 12 TO CONTRACT NO. 071B7700072

DTMB Ward Beauchamp 517-335-1226 [email protected]

[email protected]

MDHHS Teresa Spalding 517-284-4902 [email protected]

2

MICHIGAN DEPARTMENT OF TECHNOLOGY MANAGEMENT AND BUDGET

IT SERVICES MDHHS UNIVERSAL CASELOAD (UCL)

STATEMENT OF WORK

PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Universal Caseload (UCL)

TERM OF SOW: June 1, 2019 – Sep 30, 2019

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: May 9, 2019

AGENCY PROJECT MANAGER: Amy Hundley

PHONE: (517)-241-9879

DTMB PROJECT MANAGER: Ward Beauchamp

PHONE: (517) 335-1226

1.000 Project Identification

1.001 PROJECT REQUEST

Universal Case Load (UCL) transforms the State’s approach in serving citizens (specifically human service assistance recipients) from a local model to statewide management of customer service operations. Deloitte was engaged to design, construct, implement and pilot UCL enhancements to the Michigan Department of Health and Human Services (MDHHS) integrated eligibility system (referred to as BRIDGES). This project addresses the activities necessary for the Contractor to maintain and support the existing UCL functionality. This project also supports the adaptation of Human Centric Design (HCD) approach for implementing up to 2 minor (Hotfix/Immediate) and 1 additional major release in UCL as needed. All duties and obligations described herein will become part of existing Contract 071B7700072. All terms, conditions, and specifications contained in the existing Contract must remain in full force and effect.

This Statement of Work (SOW) is created for Deloitte Consulting LLP (“Contractor”) to provide staffing resources for the fixed duration of the project. Resources will work on discovery, define, develop and deploy phases during the duration of the project based on the priorities established by MDHHS UCL project. Resources will support MDHHS in Human centric design approach, user acceptance testing, and field support for the MDHHS UCL project.

.

1.100 Scope of Work and Deliverables

1.101 IN SCOPE

The scope of the services that the Contractor must support comprises of the following:

1. Field support: Business readiness activities, support geo-group split (if any)

o Support implementation activities at designated locations (field support):

Support business owner in explaining new/changed business processes to counties

through monthly statewide calls

Work with office core teams to coordinate key implementation activities

Provide guidance to local office security coordinators who will conduct security /

MOR set up (Roles, Queue Assignments, Specialization, Confidential)

4

Validate that queue configuration and staffing security/MOR set-up is complete

(Lobby – Navigation Station / Phones – Client Connection / Out stationed Staff –

Specialization)

2. Production support emergent releases: Activities to maintain the UCL solution in production,

following DTMB BRIDGES standard Maintenance and Operations processes, including defect

resolution and any emergency fixes. Issues are reported via several channels, prioritized and

addressed through emergent releases in the event of a critical production concern. Scope of effort will

include:

o Work with Bridges Resource Center as issues are reported via Help Desk,

o Work with DTMB BRIDGES Triage to address and resolve prioritized UCL related issues.

3. UCL enhancement releases through Human Centric Design approach:

• Support the implementation of the UCL enhancement release that is currently scheduled for

6/21/2019.

• Support the Design, Discover, Define, Develop and Deploy phases of the Human Centric

Design approach.

• Use estimated resource capacity to implement prioritized enhancements to the UCL

framework, task management, workflow engine, dashboard & reporting software developed for

UCL including:

o Conducting field research (Discover and Define)

o Solution development and prototyping (Develop)

o Construct the software of the system in accordance with prototype. (Develop)

o Execute unit and systems integration testing. (Develop)

o Support DHHS with user acceptance testing (UAT) (Develop).

o Support DTMB with deployment of the UCL system to production, UAT and training

environments (Deploy).

1.102 ASSUMPTIONS

• Procurement and infrastructure management for hardware, software necessary for the project ismanaged by DTMB.

• The State will provide SMEs to lead field support, and contractor personnel will augment this team.

• Training material development and delivery of training to case workers is not included in scope;

• Requirements that are changes to BRIDGES which were not due to UCL are not in scope of this SOW.These requirements will be identified and forwarded to BRIDGES business owner.

• UCL reports will be built on existing BRIDGES report infrastructure. Upgrades to the BRIDGES reportsinfrastructure and the existing BRIDGES reports are outside the scope of this SOW

• DTMB will manage software builds and deployments for integration and higher environments.

• DTMB will provide necessary support with code configuration management, software builds anddatabase builds.

• DTMB will provide Bridges environments for the Conversion and Field Support efforts.

5

• UCL will follow Bridges standard processes for Triage and Production Support. The Triage and Front Office teams will address production findings and assign issues to UCL for analysis, resolution and deployment.

• There will be up to 3 cycles of performance testing through 1 iteration of performance test execution during this SOW timeframe and will happen prior to the deployment of the release on 6/21/2019.

• State needs to provide necessary infrastructure access and document approvals per the agreed upon timeline.

• UCL Governance will support the employee experience measurement

1.103 ENVIRONMENT

The contractor will work with DTMB to identify software and hardware needs.

Contractor’s US development center in Orlando, Florida will be leveraged to develop and test the software. To support this offsite development, Contractor will connect to the State of Michigan network using the Virtual Private Network (VPN).

1.104 WORK AND DELIVERABLES

B) Activities and Deliverables

Activities performed, and deliverables produced are listed below. As the scope for this project gets

elaborated, these activities and deliverables will be as per the agreed upon project schedule between

State and the contractor.

# Track Activities Deliverable 1 Field Support • Coordinate production issue

resolution.

• Support business owner with

new/modified business process for

statewide calls.

• Validate queue configurations and

MOR Setup.

• Report issues and risks from field

support.

Monthly UCL report –Field support and rollout.

Post implementation report (PMM-0016 EXP when applicable). .

2. Production

support &

Emergent

releases

• Provide ongoing production support

through clarifications and technical

fixes as needed.

• Plan production support and defect

fixes for emergent release that

enable the current functionality of

the system.

• Develop and system test fixes and

emergent enhancements chartered

for the release.

• Support user testing activities for

the release.

Monthly UCL report -Production support.

Emergent release work request list.

Emergent release system test report.

Release notes.

3. UCL enhancement releases

Production deployment support.

• Execute activities identified in

deployment plan.

• Support deployment of UCL code

into production with UCL mode

switched off.

Updated requirements in JAMA.

Create DL 200 (or equivalent) and SEM 604 addendum or equivalent artifacts for the enhancement releases

6

• Analyze and fix identified defects. Development Artifacts:Java code, JSP,JavaScript code, databaseartifacts, images,stylesheets.

Release notes for therelease.

Post implementation report(PMM-0016 EXP).

Deliverables for the UCL project adhere to the current BRIDGES Project Management Methodology (PMM).

Deliverable preparation, review and approval responsibilities are outlined below.

Deliverable Deliverables responsibilities

Planned activities SUITE deliverable identifier

Deliverable creation and revisions

Deliverable review and acceptance

PMM and SEM adherence

Monthly UCL Report.

Word/Excel Deloitte MDHHS, DTMB

Not applicable

Report to include status for:

1. Production support.

2. Field support

3. Conversion report (ifapplicable)

4. Prioritization for futurereleases (if needed)

5. Critical items list.

6. Risks.

7. Issues.

Emergent release work request list

JAMA Deloitte MDHHS Not applicable

Defect fixes and minor enhancements for every emergent release.

Functional Design Addendum

DL-200 orequivalent

Deloitte MDHHS SIA Addendum created for WRs chartered for the for the UCL releases

System Design Addendum

SEM-0604 or equivalent

Deloitte MDHHS,

DTMB SIA

Completed after systems design for UCL releases

System Testing report

JAMA Deloitte MDHHS SIA Uploaded with results of

UCL release system testing.

Development artifact:

JAVA Code

Application Source Code

Deloitte DTMB Not Applicable

Completed at UCL release development.

Development artifact:

Database Stored Procedures

Database Source Code

Deloitte DTMB Not Applicable

Completed at UCL release development.

Development artifact:

Graphics/Images

User Interface Elements

Deloitte DTMB Not Applicable

Completed at UCL release development.

Post Implementation

PMM-0016 EXP

DTMB, Deloitte

DTMB,

MDHHS SIA

Initiated and completed after Implementation stage exit

7

Deliverable

Deliverables responsibilities Planned activities

SUITE deliverable identifier

Deliverable creation and revisions

Deliverable review and acceptance

PMM and SEM adherence

Evaluation Report

Stage Exit Approval

SEM-0189 DTMB, SIA

MDHHS, Deloitte

SIA

Completed after each Stage Exit; must include reference to and acceptance of each Stage Deliverable

1.105 TIMELINE AND MILESTONES.

The scope of work depicted in this SOW is delivered between June 1, 2019 and September 30, 2019.

8

Production, and Field support deliverables Deliverables related to this track and their due dates are specified in the table below.

S.No Deliverables Submission Period Sign Off Period

1 Monthly UCL Report First Wednesday of every month staring June 2019

Second Monday of every month starting June 2019

Deliverables due dates related to the enhancement releases will be established by the UCL governance

1.200 Roles and Responsibilities

1.201 CONTRACTOR STAFF, ROLES, AND RESPONSIBILITIES

A. Contractor StaffSubject to the Contract terms, Section 4.4, the Key Personnel identified for this project are :

Key Personnel Role Duties/Responsibilities

Primary Contact

(SPOC)

(Hari Murthy)

• Support the management of the Contract

• Facilitate dispute resolution

• Participate in executive steering committee meetings

Project Manager

(Kishan Kanneganti

100% allocated)

The Contractor Project Manager shall interact with designated personnel from

the State to effectuate a smooth transition to the new system. The Project

Manager will coordinate all the activities of the Contractor personnel assigned to

the project and create all reports required by State. The Contractor's Project

Manager’s responsibilities include at a minimum:

• Manage all defined Contractor responsibilities in this SOW

• Manage the project plan and schedule

• Manage all project issues, risk and other concerns

• Assess and report project feedback and status

• Manage the delivery of project deliverables

• Execute all defined Contractor responsibilities in this SOW

• Manage Contractor’s subcontractors, if any

• Execute the project plan and schedule, and update as needed

• Serve as the point person for all project issues

• Coordinate and oversee the day-to-day project activities of the project team

• Escalate project issues, project risks, and other concerns

• Review all project deliverables and provide feedback

• Proactively propose/suggest options and alternatives for consideration

• Utilize change control procedures

• Prepare project documents and materials

• Manage and report on the project’s budget

Functional Manager

(Kunal Jain,

100% allocated)

The Contractor functional manager is responsible for managing business

requirements and functional design for UCL minor releases and Release 1.5. In

addition, the functional manager will oversee war room operations to deliver

appropriate resolution to reported concerns and provide the appropriate

functional guidance to field support teams. 9

Business Readiness

Manager

(Natalie Denemy

100% allocated)

The Contractor Business readiness manager shall interact with business owner

and SME’s from the State to support business readiness activities for UCL

Statewide Rollout

The Business readiness manager will coordinate field support activities.

Production Support

Manager (Ryan

Glueck, 100%

allocated)

The Contractor Production Support Manager will plan, execute and report on

immediate releases and provide support to the tickets from BRC.

The following roles are not Key Personnel; this list is not inclusive of all the Contractor Staff that may perform work effort on this project:

Non-Key Personnel Role

Duties/Responsibilities

Business Team • Define process changes and analyze the impacts of the current system.

• Validate Business requirement to technology solution transformation.

• Identify policy changes and escalate for clarification.

• Identify office setup changes and manage office setup changes.

• Support business readiness.

Development/Test

Team • Design, develop, and debug software to achieve business objectives.

Test Lead • Manage system and integration testing for UCL.

• Support user acceptance testing for UCL

The following are count of contractor resources by type.

Resource Type Track FTE

Business Readiness/ Field Support

Field support 3

Production Support Production support & emergent

releases 8

UCL Enhancements UCL enhancement releases

22

TOTAL 33*

*Resource count does not include Kishan Kanneganti as he is covered under the Bridges M&O contract.

B. On Site Work Requirements

1. Location of Work Tasks associated with this project will be spread across the project location in Lansing, Michigan and Contractor United States Development Center (USDC) in Orlando, Florida and other contractor location(s); or other locations, as mutually agreed and approved by the DTMB Project Manager.

2. Hours of Operation:

a. Normal State working hours are 8:00 a.m. to 5:00 p.m. EST, Monday through Friday, with work performed as necessary after those hours to meet project deadlines. No overtime will be authorized or paid.

b. The State is not obligated to provide State management of assigned work outside of normal State working hours. The State reserves the right to modify the work hours in the best interest of the project. 10

c. Contractor shall observe the same standard holidays as State employees. The State does not compensate for holiday pay.

3. Additional Security and Background Check Requirements:

Contractor must present certifications evidencing satisfactory Michigan State Police Background checks ICHAT and drug tests for all staff identified for assignment to this project. In addition, proposed Contractor personnel will be required to complete and submit an RI-8 Fingerprint Card for the National Crime Information Center (NCIC) Finger Prints, if required by project. Contractor will pay for all costs associated with ensuring their staff meets these security and background check requirements.

1.202 STATE STAFF, ROLES, AND RESPONSIBILITIES

The State is able to provide the following limited physical resources for the Contractor’s use on this project:

• State ID for admittance into a State facility

• Work space supplemental to the Contractors local facility; at discretion and approval of the DTMB Project Manager

• Minimum Clerical support

• Access to State servers and enterprise resources (e.g. email)

• Access to Printers

• Access to copiers and fax machine

• Access to conference rooms

• VPN tokens for remote accessibility of State Network.

The State reserves the right to suspend or revoke Contractor’s access to State resources at any time. However, revoking access may impact the schedule.

The State project team will consist of Executive Subject Matter Experts (SMEs), project support, and a MDTMB and Agency project manager:

Executive Subject Matter Experts The Executive Subject Matter Experts representing the business units involved will provide the vision for the business design and how the application shall provide for that vision. They shall be available on an as needed basis. The Executive SME’s will be empowered to:

• Resolve project issues in a timely manner

• Review project plan, status, and issues

• Resolve deviations from project plan

• Provide sign-off of Final State Acceptance

• Utilize change control procedures

• Ensure timely availability of State resources

• Make key implementation decisions, as identified by the Contractor’s project manager, within 48-hours of their expected decision date.

Name Agency/Division Title Ward Beauchamp DTMB General Manager / Project Manager

Amy Hundley MDHHS Deputy Director Field Operations Administration

11

State Project Manager The State will provide Project Managers who will be responsible for the State’s infrastructure and coordinate with the Contractor in determining the system configuration.

The State’s Project Managers will provide the following services:

• Provide State facilities, as needed

• Coordinate the State resources necessary for the project

• Schedule the requirement sessions and meetings

• Facilitate coordination between various external contractors

• Facilitate communication between different State departments/divisions

• Provide timely acceptance and sign-off of deliverable/milestone per the project schedule

• Review and sign-off invoices

• Resolve project issues

• Escalate outstanding/high priority issues

• Utilize change control procedures

• Conduct regular and ongoing review of the project to confirm that it meets original objectives andrequirements

• Document and archive all important project decisions

• Arrange, schedule and facilitate State staff attendance at all project meetings.

The list below includes State leads for the MDHHS UCL project, not inclusive of all State staff performing work effort on this project.

Name Agency/Division Title Supporting Role

Amy Hundley MDHHS UCL Business Owner UCL program owner

Sanjay Srivastava

DTMB Eligibility UCL Technical Owner UCL Technical Owner

Kevin Adler SIA UCL Program Manager UCL Program Manager

Danny Wager MDHHS Business Delivery Liaison HCD Product delivery owner

Field SME’s MDHHS Subject Matter Experts Subject Matter Experts

Policy SME’s MDHHS Policy Subject Matter Experts

Policy Subject Matter Experts

Stacy Gibson MDHHS Training Owner Training Owner

1.300 Project Plan and Management

The Contractor must adhere to the processes as defined within the Contract under Schedule A, Statement of Work, sections 1.300 Project Plan and 1.400 Project Management

1.301 REPORTS

A weekly progress report must be submitted in a format mutually agreed upon to the DTMB Project Manager throughout the life of this project. Each weekly progress report must contain the following:

1. Status: Indicate performance on the scope, schedule, milestones and deliverables.

2. Current Activities: Indicate the projected tasks and activities that will be worked on over the nextreporting period in relation to the scope, schedule, milestones and deliverables.

3. Key Accomplishments: Indicate activities and tasks worked on and what was completed during thecurrent reporting period.

4. Issues and Risks: Indicate any concerns or topics that may jeopardize the scope, schedule,milestones and deliverables.

12

1.500 Acceptance

1.501 DELIVERABLE ACCEPTANCE CRITERA

1. Documents are to be dated and in electronic format, compatible with State of Michigan software

2. Draft documents are not accepted as final Deliverables.

3. Documents will be reviewed and accepted in accordance with the requirements of this SOW.

4. DTMB and MDHHS will review documents within 5 business days.

a. Approvals will be written and signed by UCL Program Manager and UCL Technical Owner.

b. Issues will be documented and submitted to the Contractor and resolved per Contract Section 21.

1.502 ACCEPTANCE

Acceptance for written Deliverables will governed as per acceptance procedures in effect for the Contract

1.503 FINAL ACCEPTANCE

Payments to the contractor will be made on a fixed fee payable monthly.

1.600 Compensation and Payment

1.601 COMPENSATION AND PAYMENT

Method of Payment Payments to the Contractor will be made on a fixed fee payable monthly.

# MONTH AMOUNT

1 June 2019

$0.00

2 July 2019 $797,668.33

3 August 2019 $797,668.33

4 September 2019 $797,668.34

TOTAL SOW VALUE $2,393,005.00

The Contractor will bill flat monthly as described herein and documented within the monthly report and invoice. An increase of staffing resources must be approved via the established ISD PMO change request process that the DTMB Project Manager must then process for an amendment to this SOW. The total proposed fees for this phase of the project is $2,393,005.00 USD, based on the engagement starting on June 1, 2019 and ending on September 30, 2019. DTMB will pay the Contractor upon receipt of properly completed invoices and supporting signed acceptance documents by DTMB and MDHHS. Invoices must be submitted to the billing address on the State issued purchase order not more often than monthly. All invoices must be approved by the DTMB Project Manager prior to payment. DTMB Accounts Payable area will coordinate obtaining approval from the DTMB Project Manager, which will be provided only upon the completion of each release and the deliverables outlined for the release. The invoices shall describe and document to the State’s satisfaction and a description of the work performed and the progress of the project. All invoices must include the State of Michigan issued purchase order number. Payment shall be considered timely if made by the DTMB within forty-five (45) days after receipt of properly completed invoices.

13

Travel The State will not pay for any travel expenses, including hotel, mileage, meals, parking, etc. Travel time will not be reimbursed.

Out-of-Pocket Expenses Contractor out-of-pocket expenses are not reimbursable by the State.

14

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 11

to

071B7700072Contract Number

Multiple - See Below

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

DELOITTE CONSULTING LLP

CV0001354

212-313-2986

333 Bridge St., N.W. , Suite 700

(517) 249-0406STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

DTMB

[email protected]

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 1/10/2019, the parties modify the Contract Change Notice 9 statement of work per the attached statement of work, reducing and extending SIGMA support staff. The parties will utilize existing contract funds for the net $130,110.00 cost increase. The parties also add the attached Federal Provisions Addendum, which is required by the federal government for all State contracts that utilize federal funding. All other terms, conditions, specifications, and pricing remain the same. Per contractor, agency and DTMB procurement approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DESCRIPTION

CONTRACT SUMMARY

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 11 TO CONTRACT NO. 071B7700072

DTMB Ward Beauchamp 517-335-1226 [email protected]

[email protected]

MDHHS Teresa Spalding 517-284-4902 [email protected]

MICHIGAN DEPARTMENT OF TECHNOLOGY,

MANAGEMENT AND BUDGET IT SERVICES STATEMENT OF WORK (SOW)

Project Title: Michigan Bridges - SIGMA

Period of Coverage: 01/01/2019 – 05/31/2019

Requesting Department: Michigan Department of Health and Human Services (MDHHS)

Date: December 6, 2018

DTMB Contract Owner: Ward Beauchamp

Phone: (517) 241-5498

Contract Information: Contractor: Deloitte Consulting LLP Contract # 071B7700072

Change Requests: N/A

Brief Description of Changes to Contract Change Notice (CCN): Amend CCN9 for continued Contractor support of the SIGMA effort. Resource staff has been reduced and are extended through May 31, 2019. PROJECT OBJECTIVE: Modify and stabilize the Bridges systems with SIGMA. SCOPE OF WORK: Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte”) will provide support services to the Statewide Integrated Governmental Management Applications (herein referred to as “SIGMA”) project for the State of Michigan (hereinafter referred to as “State” or “SOM”). Contractor must provide staff augmentation to support stabilizing Bridges integration with SIGMA. TASKS: Tasks will be assigned by Department of Technology, Management and Budget (DTMB) Project Manager on a monthly basis. WORK AND DELIVERABLES: To be established by DTMB Project Manager. ASSUMPTIONS: Cost estimate provided in this SOW is based on a 45 hour work week. ACCEPTANCE CRITERIA: Timesheet sign-off by DTMB Project Manager. PROJECT CONTROL AND REPORTS: N/A

SPECIFIC DEPARTMENT STANDARDS: Agency standards, if any, in addition to DTMB standards. PAYMENT SCHEDULE: Effective October 5, 2018, the Contractor reduced six (6) project staff members to three (3) for services to maintain and support changes to ML/MF in support of the Sigma project. Prices are Firm Fixed and any changes will require a Contract Amendment approved by all parties including DTMB Procurement. The following table represents Contractor staff support for October 2018 at a prorated cost:

Title Hourly Rate Hours/month Monthly Total

Senior Systems/Business Analyst $140.00 176 $24,640.00

Senior Systems/Business Analyst $140.00 176 $24,640.00

Senior Systems/Business Analyst $140.00 176 $24,640.00

Senior Systems/Business Analyst $140.00 45 $6,300.00

Technical Support Manager $170.00 45 $7,650.00

Total Prorated October 2018 Cost $87,870.00

The following table represents Contractor staff support for November 2018 to May 2019:

Title Hourly Rate Hours/month Monthly Total

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Total Monthly Cost $ 73,920.00

Effective immediately, the CCN9 Payment Schedule table is revised and replaced in its entirety with below:

Payment Month Payment Amount

1 April 2, 2018 – May 1, 2018 $158,400.00

2 May 2, 2018 – June 1, 2018 $158,400.00

3 June 2, 2018 – July 1, 2018 $158,400.00

4 July 2, 2018 – August 1, 2018 $158,400.00

5 August 2, 2018 – September 1, 2018 $158,400.00

6 September 2, 2018 – October 1, 2018 $158,400.00

7 October 2, 2018 – November 1, 2018 $87,870.00

8 November 2, 2018 – December 1, 2018 $73,920.00

9 December 2, 2018 - January 1, 2019 $73,920.00

10 January 2, 2019 – February 1, 2019 $73,920.00

11 February 2, 2019 – March 1, 2019 $73,920.00

12 March 2, 2019 – April 1, 2019 $73,920.00

13 April 2, 2019 – May 1, 2019 $73,920.00

14 May 2, 2019 – May 31, 2019 $73,920.00

TOTAL $1,555,710.00

Summary of CCN9 value change:

Total CCN9 Value $1,425,600.00

Total CCN9 Amended Value $1,555,710.00

INCREASE: $130,110.00

DTMB will pay Contractor upon receipt of properly completed invoice(s), which shall be submitted to the billing address on the State-issued Purchase Order not more often than monthly. DTMB Accounts Payable area will coordinate obtaining Agency and DTMB Project Manager Approvals. All invoices should reflect actual work completed by payment date, and must be approved by the Agency and DTMB Project Manager prior to payment. The invoices shall describe and document to the State’s satisfaction a description of the work performed, the progress of the project and fees. When expenses are invoiced, receipts will need to be provided along with a detailed breakdown of each type of expense. Payment shall be considered timely if made by the DTMB within forty-five (45) days after receipt of properly completed invoices. EXPENSES: The State will NOT pay for any travel expenses, including hotel, mileage, meals, parking, etc. PROJECT CONTACTS: The designated DTMB Project Manager is:

Ward Beauchamp Michigan Department of Technology, Management and Budget (517) 241-5498 [email protected]

AGENCY RESPONSIBILITIES: Participate in knowledge transfer activities and respond promptly to follow up questions. LOCATION OF WHERE THE WORK IS TO BE PERFORMED: Consultants will work at 235 South Grand Avenue in Lansing, Michigan and from Deloitte offices in the US. EXPECTED CONTRACTOR WORK HOURS AND CONDITIONS: Normal working hours of 8:00 am to 5:00 pm are to be observed unless otherwise agreed to in writing. Overtime may be permitted only with the DTMB Project Manager approval.

1 Version 3 Revised Date: 6/2018

Federal Provisions Addendum The provisions in this addendum may apply if the purchase will be paid for in whole or in part with funds obtained from the federal government. If any provision below is not required by federal law for this Contract, then it does not apply and must be disregarded. If any provision below is required to be included in this Contract by federal law, then the applicable provision applies and the language is not negotiable. If any provision below conflicts with the State’s terms and conditions, including any attachments, schedules, or exhibits to the State’s Contract, the provisions below take priority to the extent a provision is required by federal law; otherwise, the order of precedence set forth in the Contract applies. Hyperlinks are provided for convenience only; broken hyperlinks will not relieve Contractor from compliance with the law.

1. Federally Assisted Construction Contracts

If this contract is a “federally assisted construction contract” as defined in 41 CRF Part 60-1.3, and except as

otherwise may be provided under 41 CRF Part 60, then during performance of this Contract, the Contractor agrees as

follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action 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. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

(5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules,

regulations, and relevant orders of the Secretary of Labor.

(6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965,

and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction

contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other

sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by

rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

2 Version 3 Revised Date: 6/2018

(8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of

the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such

provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.

2. Davis-Bacon Act (Prevailing Wage)

a. If applicable, the Contractor (and its Subcontractors) for prime construction contracts in excess of $2,000 must comply with the Davis-Bacon Act (40 USC 3141-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”).

b. The Contractor (and its Subcontractors) shall pay all mechanics and laborers employed directly on the site of the work, unconditionally and at least once a week, and without subsequent deduction or rebate on any account, the full amounts accrued at time of payment, computed at wage rates not less than those stated in the advertised specifications, regardless of any contractual relationship which may be alleged to exist between the Contractor or subcontractor and the laborers and mechanics;

c. The Contractor will post the scale of wages to be paid in a prominent and easily accessible place at the site of the work;

d. There may be withheld from the Contractor so much of accrued payments as the contracting officer considers necessary to pay to laborers and mechanics employed by the Contractor or any Subcontractor on the work the difference between the rates of wages required by the Contract to be paid laborers and mechanics on the work and the rates of wages received by the laborers and mechanics and not refunded to the Contractor or Subcontractors or their agents.

3. Copeland “Anti-Kickback” Act

If applicable, the Contractor must comply with the Copeland “Anti-Kickback” Act (40 USC 3145), as supplemented by

Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work

Financed in Whole or in Part by Loans or Grants from the United States”), which prohibits the Contractor and subrecipients from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled.

4. Contract Work Hours and Safety Standards Act If the Contract is in excess of $100,000 and involves the employment of mechanics or laborers, the Contractor

must comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5), as

applicable.

5. Rights to Inventions Made Under a Contract or Agreement

If the Contract is funded by a federal “funding agreement” as defined under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency.

6. Clean Air Act

3 Version 3 Revised Date: 6/2018

If this Contract is in excess of $150,000, the Contractor must comply with all applicable standards, orders, and regulations issued under the Clean Air Act (42 USC 7401-7671q) and the Federal Water Pollution Control Act (33 USC 1251-1387). Violations must be reported to the federal awarding agency and the regional office of the Environmental Protection Agency.

7. Debarment and Suspension

A “contract award” (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the

System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive

Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.

8. Byrd Anti-Lobbying Amendment

If this Contract exceeds $100,000, bidders and the Contractor must file the certification required under 31 USC 1352.

9. Procurement of Recovered Materials Under 2 CFR 200.322, a non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of

recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.

STATE OF MICHIGANENTERPRISE PROCUREMENTDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 10

to

071B7700072Contract Number

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICE

OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 6/25/2018, the parties add the attached Bridges Modernization - Revitalization Phase 1 statement of work. All other terms, conditions, specifications, and pricing remain the same.

[email protected]

Ward Beauchamp

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

Deloitte Consulting LLP

CV0001354

212-313-2986

333 Bridge St., N.W.

(517) 249-0406

STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

517-335-1226

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DTMB

DESCRIPTION

[email protected]

CONTRACT SUMMARY

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

Modernization, Initial Revitalize Foundation

STATEMENT OF WORK

PROJECT TITLE: MDHHS Bridges Modernization - Revitalize Foundation

PERIOD OF COVERAGE: 4/6/2018–10/31/2018

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: May 30, 2018

AGENCY PROJECT MANAGER: Karen Parker

PHONE: 517-335-5223

DTMB PROGRAM MANAGER: Ward Beauchamp

PHONE: 517-335-1226

DTMB PROJECT MANAGER: Sanjay Srivastava

PHONE: 517-898-0503

1.000 Project Identification

1.001 Project Request

Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte Consulting”) will provide services (“Services”) to the State of Michigan (hereinafter referred to as “State” or “SOM”) in support of the Bridges Modernization project (“Project”). All terms, conditions, and specifications contained in Maintenance and Support Services Contract 071B7700072 effective February 11, 2017 (“Contract”) and subsequent Contract Change Notices (“CCN”) must remain in full force and effect.

The Michigan Department of Health and Human Services’ (hereinafter referred to as “MDHHS”) has taken on the massive effort to modernize Bridges, the integrated eligibility system that issues benefits for ~2 million Michigan citizens. Modernization of Bridges is a multi-year, multi-phased initiative with the first phase focused on implementing changes to the components of Bridges that are foundational to deliver future system enhancements and support with agility, speed and quality. This Statement of Work (“SOW”) covers the first phase, referred to as the Revitalize Foundation phase 1, (“Phase 1”) to modernize the Bridges software development process, implement modernized system tools, and plan for future phases of the Bridges Modernization project. The SOW is created for the Contractor to provide resources to assist with the Revitalize Foundation phase 1 of the MDHHS Bridges Modernization project. The benefits that this Phase 1 of the Bridges Modernization project will realize are as follows:

1) Decrease the total cost for Application Lifecycle Management related software.

2) Provide baseline measurements and definition for the number of Production defects.

3) Provide baseline measurement and definition for the number of Production outages.

The Contractor will collaborate with the State to achieve results for necessary baseline measurements and definitions. Capitalized terms in this SOW that are not defined herein will have the same meaning as in the Contract.

1.100 Scope of Work

1.101 In Scope

The Contractor Services will be based on providing assistance with the following activities for Revitalize

Foundation phase 1:

1) Modernize the Bridges Software Development Process:

a) Improve the way Bridges functionality is created and maintained.

i) Implement automated performance testing to capture baseline performance metrics of Bridges.

2) Implement Modernized System Tools:

a) Implement an Application Lifecycle Management (“ALM”) tool stack.

b) Implement automated system health monitoring to reduce unplanned system downtime.

3) Plan for Bridges Modernization Future Phases:

a) Recommend System Architecture.

i) Define Bridges Modernization architecture standards.

b) Complete Initiation and Planning, Requirements and Design for Revitalize Foundation Phase 1.

i) Implement additional Business environments (sandboxes) for predictive modeling and decision-making.

ii) Implement an operational data store to improve performance of Bridges.

iii) Framework redesign to support improved user workflow and Bridges user experience and interface enhancements.

iv) Utilize the MCP Enterprise Service Bus.

v) Modularize the Eligibility Determination rules engine.

vi) Eliminate batch file transfers where possible.

vii) Modularize the Correspondence engine.

viii) Integrate internal Helpdesk functionality.

ix) Establish data retention and archival policies.

1.102 Assumptions

• Cost estimate provided in this SOW is based on Contractor personnel providing a 45-hour work week.

• The Contractor is not responsible for Project delays or additional scope that results from other initiatives that the State may have in progress.

• The Contractor will have no responsibility for the performance of other contractors or vendors engaged by State, or delays caused by them, in connection with the Project even if the Contractor has been involved in recommending or selecting such contractors or vendors, or in the monitoring of their work.

• Contractor will have no responsibility for the performance of any third-party software or hardware.

• The Contractor will collaborate with the Eligibility PMO PM to create and escalate project issue(s) if any delay to the project schedule, additional Scope, or an increase in costs is recognized.

• The Contractor personnel will have appropriate access to State’s executives, SMEs, specialists, super users, and project staff.

1.104 Work and Deliverables

Direction of tasks and work effort of Deloitte Consulting resources will be established and

communicated by the State PMO Project Manager monthly. The final Revitalize Foundation phase 1

schedule and subsequent changes will be managed and approved by the established State PMO

governance. Deliverables will be provided based on the agreed project schedule and comprise the

following over the term of this SOW:

Modernize the Bridges Software Development Process

Table 1.a: Improve the way Bridges functionality is created and maintained

Scope Item Deliverable Description Contractor Deliverable

1.a Implement Automated Performance Testing:

• Create and

establish

automated

performance

testing tools

and scripts for

Eligibility to

reduce

performance

issues before

deployment to

production.

In the Revitalize Foundation

phase 1, the Bridges

Modernization team will

create processes and test

cases required to perform

Automated Performance

Testing on the existing

Bridges system. Some

testing of Bridges services

was performed with the ISD

Performance Testing, but

the Performance Test in

Revitalize Foundation

phase 1 will baseline the full

Bridges system. The scripts

and processes will be

followed to generate a

Baseline for load and stress

testing of the existing

application. Enhancement

of the scripts for the

updated system and further

runs of Performance testing

will be planned in future

phases of the project, when

the Baseline Performance

results will assist the team

in analyzing the future

results. Additional test

automation will be created

and established in future

phases. (smoke,

regression, unit, etc...)

1. Automated Performance Test Plan (SEM-0602) & Prepare Test Data – the Contractor will

create a document identifying

the tools, methodology and

frequency of testing through

automated scripts. Creation of

a set of test data to be used for

performance testing will be

done collaboratively by the

Contractor and the DTMB

Performance Testing Team.

2. Automated Test Strategy (SEM-0600) – see table of

contents in the Functional

Testing Section) document –

iteration #2 must be updated

with the details for Performance

Testing.

3. Performance Test Results (SEM-0603) Baseline

Performance Test of Bridges

System – Test execution and

analysis will be done and

documented by the Contractor.

Implement Modernized System Tools

Table 2:

Scope Item Deliverable Description Contractor Deliverable

2.a Implement an Application Lifecycle Management (ALM) Tool Stack

• Deliver Bridges

functionality

faster with

fewer defects.

• Improve code

quality through

automated

The Application Lifecycle

Management (ALM) Tool Stack

will replace Rational Team

Concert (RTC), ClearCase

(CC), ClearQuest (CQ) and

other development tools. The

tool suite will be used to build,

compile and deploy all the

development effort expected in

the later phases of Bridges

Modernization, as well as all

future changes to Bridges.

1. Software Configuration Management Plan (SEM-0302)

2. Functional Design document (DL-200)

3. Test Plan

(SEM-0602)

4. Test Results (SEM-0603)

delivery

processes.

• Reduce the

Business and

Technical

resources

required to

maintain

Bridges.

Installation of the ALM tool

suite will be performed by the

DTMB TCO team.

Configure ALM Tool Stack

software to build, compile, and

deploy code will be performed

by the Contractor in

collaboration with the DTMB

Technical Control Office (TCO)

team.

Develop Workflow - The

Contractor will work with the

MDHHS and DTMB staff to

develop a workflow with

MDHHS Business participation

to take work intake requests

through the required steps to

implementation. The workflow

will mature throughout the

course of the Bridges

Modernization phases as the

application delivery model

matures.

Develop and execute a Training Plan – The

Contractor will develop a

training plan for DTMB

technical users and MDHHS

Business users to ensure that

all the relevant teams can

perform their required functions

in the new ALM tool set.

Migration from CC/CQ to ALM Tool Stack – The

Contractor will develop a

transition plan to migrate

existing in-progress data as

defined in the SEM-0402 from

CC/CQ into the new ALM Tool

suite and maintain any required

CC/CQ information.

5. Training Plan (SEM-0703)

2.b Implement Automated System Health Monitoring Reduce unplanned system downtime

• Reduce

manual system

The Automated System Health

Monitoring software will allow

the technical teams to

proactively monitor the

infrastructure components

(servers, storage, virtual

machines) of the Bridges

application in all environments.

Automated alerts will be sent

Configure Splunk

1. System Design Document (SEM-0604)

2. Test Plan

(SEM-0602)

monitoring

processes

• Create

automated

alerts for

unplanned

system events

for unplanned system events

such as storage capacity

issues, hardware failures and

application issues, allowing the

technical teams to respond

immediately. In this phase,

dashboards will be created for

technical system monitoring.

The Contractor will configure

the State procured and

installed software, Splunk, to

create automated alerts and

dashboards.

The monitoring of Business

functions and Business-facing

dashboards will be discussed in

later project phases.

3. Test Results

(SEM-0603)

Plan for Bridge Modernization Future Phases

Table 3.a: Recommend System Architecture

Scope Item Deliverable Description Contractor Deliverable

3.a Define Bridges Modernization architecture standards to implement an integrated modular design to align in MDHHS and State of Michigan IT Strategies

Identifying areas of the

centralized core system that

can be split into independent,

reusable modules will allow

those areas to be reused by

other MDHHS/SOM

administrative areas, reduce

the risk of impacting other user

groups with system changes,

and improve delivery speed of

fixes and enhancements.

When evaluating the potential

areas for modularization, the

Contractor and project teams

must assess impact on

response time of increased

infrastructure traffic to call the

new module from the core

system, determine whether the

cost of creating the new

module (e.g. new software,

new hardware, construction of

the necessary web services,

etc.) will generate savings for

MDHHS, and evaluate the

likelihood of the module being

reused by other MDHHS/SOM

administrative areas.

1. System Architecture

Document (SEM-0604),

that minimally includes:

• Services Framework

Architecture

• Integration Framework

Architecture

• Persistence Framework

Architecture

• Data Architecture

• Batch Framework

Architecture

• Logging Framework

Architecture

• Presentation

Framework Architecture

• Reporting Architecture

In collaboration with DTMB and

MDHHS, the Contractor will:

1. Review the Bridges system

for areas of code that could

be split for reuse, including

(but not limited to) the

following possibilities:

• Rules Engine

• Universal Case Load

• Application

Registration

• Electronic Case File

• Financial

• Provider Management

• Operational Data Store

• Reporting

2. Evaluate existing modular

components for

enhancement/reuse –

Evaluate external services

such as FileNet, MILogin,

and the Master Person

Index (MPI) for use in the

larger Bridges architecture.

3. Create Modular System Architecture Design – the

Contractor and DTMB will

complete analysis of the

potential Bridges modules

for system efficiency/cost

benefit/likelihood of reuse

and propose a final

architecture. The

Contractor will document

and provide the system

architecture design.

Table 3.b: Complete the Initiation and Planning, Requirements, and Design Project Phase

Scope Item Deliverable Description Contractor Deliverable

3.b.1 Implement additional Business environments (sandboxes) for predictive modeling and decision-making

There is a wide variety of

additional business

functionality, modules and

environments that would assist

both Policy and Field Office

staff with successful task

completion. The possibilities

currently under evaluation

include:

1. Training: For training, a full

environment would be

needed with connections to

the required training-level

interfaces. Users would be

able to access data specific

1. Requirements Specifications Document (SEM-0402)

2. System Design Document (SEM-0604).

to the training environment

only.

2. Policy Modelling: Specific

Policy staff would have

access to a discreet

module/User Interface in

an existing environment.

The module/User Interface

would allow the user to

modify rules and observe

the system impacts of the

change.

3. Troubleshooting: Helpdesk

and Field staff would have

the ability to troubleshoot

problems reported in

existing Production cases.

4. Simulation: Field staff

would have the ability to

access a Production

simulation environment

with full production data

and interfaces that will

allow the field user to

simulate various scenarios

and produce the desired

outcome.

As the Simulation sandbox has

the greatest potential benefit to

MDHHS, the project team will

concentrate on Requirements

and Design for that area for the

Revitalize Foundation phase 1,

with the goal of implementation

in Phase 2.

The other potential sandbox

areas (Training, Policy

Modelling, Troubleshooting) will

be addressed in future project

Phases.

3.b.2 Implement an operational data store (ODS) to improve performance

The Contractor will design an

operational data store that can

be leveraged for generating

specific EDM reports and UCL

dash boards. This will help

improve the Bridges system

performance and reduce the

batch window as the load will

be shifted from the

transactional database to ODS.

1. Review the existing reports

that can be run of an

operational data store to

optimize the batch window

1. System Design Document (SEM-0604)

2. Review the functionality of

the existing UCL dash

boards.

3. Analyze the data feed to

the reports and design a

data model for ODS

4. Design the approach for

feeding the data to the

ODS.

This will be an ongoing activity

in project phases 2 and 3 to

continue to evolve to meet

some of the requirements that

will be captured during the

Sunset Legacy Components

task (BRIMM).

Implementation of the design

will be project phase 2.

3.b.3 Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

The User Interface will be

reviewed and designed in two

sections – Application

Registration and Data

Collection – and will involve

feedback from all the relevant

stakeholder teams.

Due to the length of time

required to complete the design

and the high degree of

involvement expected from

MDHHS and DTMB teams, the

design completion is expected

to span multiple project phases.

The design for Application

Registration will be complete at

the end of Phase 1, while the

design for Data Collection will

begin in Phase 1 and complete

during Phase 2. The delivery

of both components for

updated User Interface is

expected at the completion of

Phase 3

1. Functional Design document (DL-200) of

User Interface wireframes

for Application Registration.

3.b.5 Modularize the Eligibility Determination rules engine

The project team is planning to

modularize the Rules Engine in

3 phases:

Revitalize Foundation phase 1

will focus on the design and

restructuring of the existing

data model and segregation of

authorized results. Existing

state assets will be considered

1. System Design Document (SEM-0604) that captures

the technical design related

to data model, splitting into

functional modules and

changes to existing

supporting code.

2. System Architecture document for any

architecture changes

for use along with other COTS

products. The Contractor

analysis will lead to the

recommendation of the Rules

Engine product.

• Restructure the Eligibility

data model

• Segregate authorized

results for external system

(such as ISD)

consumption.

• Modularize the Eligibility

module to multiple minor

functional areas such as

eligibility groups, client

verifications, financial

rules, non-financial rules,

eligibility determination,

and certification.

• Provide a recommendation

for the COTS product for

the rules engine

• If the recommended COTS

product is not an existing

state asset, Initiate

procurement

Phase 2 will focus on the

configuration and set up of the

new Rules Engine, the

migration of the as-is current

rules to the new Rules Engine.

During this process, any known

technical only issues will be

addressed. Additionally, the

design proposed in Phase 1 will

be implemented in this phase.

This phase will also include the

requirements capturing and

design for addressing

outstanding production issues

that need input from MDHHS

stakeholders:

Phase 3 will focus

implementation of the fixes for

the existing production issues

pertaining to the rules

execution

required for the Rules

Engine.

3. Recommendation document for the COTS

product for the Rules

Engine.

3.b.6 Eliminate batch file transfers where possible

Evaluate the current batch file

transfer processes and identify

the source and target for the

transfers. Recommend, plan

Recommendation document

outlining a proposed list of

batch transfers that can be part

of the SOA ecosystem

and approach to converting list

of file transfers that can be

converted to web-services.

Since the design involves input

and collaboration with other

trading partners, this will be a

recommendation document as

opposed to SEM -604

3.b.7 Modularize the Correspondence engine

The project team is planning to

modularize the

Correspondence Engine in 3

phases:

Revitalize Foundation phase 1

will focus on the design for

restructuring the data model

and the recommendation of the

new Customer

Correspondence Management

(CCM) tool:

• Restructure the

Correspondence data

model.

• Provide a recommendation

for the CCM tool

• If the recommended CCM

tool is not an existing state

asset, Initiate

procurement.

• Develop CCM approval

and work flow process.

• Design for the Bridges

integration with the CCM

tool and enterprise content

management

software(FileNet)

• Identify FileNet

requirements and initiate a

change control process to

FileNet

Phase 2 will include

configuration and set up of the

new CCM tool, the migration of

the as-is templates to the new

tool and moving the existing

data from Bridges to FileNet.

Additionally, the design

proposed in Phase 1 will be

implemented in this phase. This

phase will also include the

requirements capturing and

design for addressing

1. System Design Document (SEM-0604) that captures

the technical design related

to data model, workflows

and changes to existing

supporting code.

2. System Architecture document for any

architecture changes

required for the

Correspondence Engine.

3. Recommendation document for the CCM tool

for the Correspondence

Engine

outstanding production issues

that need input from MDHHS

stakeholders.

Phase 3 will include the

implementation of the fixes for

the existing production issues

pertaining to rules execution.

3.b.8 Integrate internal Help Desk functionality

There are two different possible approaches to this scope item:

• Enhance the Bridges

application to allow easier

communication between

Field Staff and the

Helpdesk.

• Modernize the Business

Resource Center

application

1. Recommendation Document for Customer

relationship management

(CRM) 2. Solution Design (SEM-

0402) with assistance from

the MDHHS BIC Supporting

Services Team.

3.b.10 Establish data retention and archival policies

The Contractor will work with

the MDHHS Compliance Office

to identify the MDHHS and

Federal policies that apply to

Eligibility Data (Medicaid vs.

non-Medicaid), and produce a

System Design document to lay

out the necessary hardware,

tools, storage and other

services that would be required

to meet the requirements of the

identified policies.

1. System Design Document (SEM-0604). Deloitte will

work with the MDHHS BIC

Information Management

team to document the data

retention policies

1.105 Timeline and Milestones.

The estimated timeline depicted in this SOW is starting April 6, 2018 through October 31, 2018.

During the term of this SOW, it is expected that the State with assistance of Contractor will perform

activities listed in 1.101.

1.200 Roles and Responsibilities

1.201 Contractor Staff, Roles, And Responsibilities

The Contractor will provide a workforce as stated in this SOW to assist with the Revitalize Foundation

phase 1 of the MDHHS Bridges Modernization Project.

For clarity, parties acknowledge that (within the in-scope focus areas and activities set forth herein)

Contractor will perform the activities and create the Deliverables set forth in this SOW based on

prioritization and direction provided by the State as to resource allocation by the parties.

1. Contractor Staff Key Personnel for this phase are listed below.

Name Title

Sheldon Rogers Dev Ops and Monitoring Lead

Attachment A lists the expected number and classifications of resources to be provided under this SOW and is subject to the Contract terms. Costs provided align with the Contract Schedule C - IT Rate Table.

2. On Site Work Requirements

1. Location of Work Tasks associated with this project will be spread across the project location in Lansing, Michigan and Contractor offices in the United States. The State is not obligated to provide physical work space for Contractors in Lansing, Michigan.

2. Hours of Operation:

a. Normal State working hours are 8:00 a.m. to 5:00 p.m. EST, Monday through Friday, with work performed as necessary after those hours to meet project deadlines. No overtime will be authorized or paid.

b. The State is not obligated to provide State management of assigned work outside of normal State working hours. The State reserves the right to modify the work hours in the best interest of the project.

c. Contractor shall observe the same standard holidays as State employees. The State does not compensate for holiday pay.

1.202 State Staff, Roles, And Responsibilities

The State is able to provide the following limited resources for the Contractor’s use on this Project:

• State ID for admittance into a State facility

• Access to State servers and enterprise resources (e.g. email)

• Access to Printers

• Access to copiers and fax machine

• Access to conference rooms

• VPN tokens for remote accessibility to State Network

• Site to site VPN between Deloitte Consulting office in Lake Mary, FL to the State network

• State will provide access to all requisite systems in a timely manner.

The State will limit sensitive information, such as Personally identifiable information (PII), trade secrets and other information that it considers sensitive or highly confidential, it provides to Contractor (or otherwise makes available to the Contractor) to only that which is reasonably necessary to allow the Contractor to provide the Services. The Contractor will provide State with a list of Contractor personnel who are authorized to receive or have access to State sensitive information. Such list may be updated as needed. Any disclosure of sensitive information by State to Contractor will utilize levels of information security and data encryption appropriate to maintain security of State sensitive information being accessed by or transferred to the Contractor, and as required by applicable information protection laws. The State reserves the right to suspend or revoke Contractor’s access to State resources at any time. However, revoking access may impact the schedule.

State will procure and install all the software necessary for system health monitoring, ALM and DevOps in adherence to an agreed upon schedule. DevOps (compound of "development" and "operations") is a software engineering culture and practice that aims at unifying software development (Dev) and software operation (Ops). The State project team will consist of Executive Subject Matter Experts (SMEs), project support, and a MDTMB and Agency project manager: The State will make available SMEs, specialists, super users and project staff to:

• support the requirements gathering and design activities based on the agreed upon schedule.

• attend meetings, workshops and other activities.

• facilitate the arrangement of necessary meetings with identified stakeholders and resources.

Executive Subject Matter Experts The Executive Subject Matter Experts representing the business units involved will provide the vision for the business design and how the application shall provide for that vision. They shall be available on an as needed basis. The Executive SME’s will be empowered to:

• Resolve project issues in a timely manner

• Review project plan, status, and issues

• Resolve deviations from project plan

• Provide sign-off of Final State Acceptance

• Utilize change control procedures

• Ensure timely availability of State resources

• Make key implementation decisions, as identified by the project managers, within 48-hours of their expected decision date

Name Agency/Division Title

Ward Beauchamp DTMB General Manager / Program Manager

Karen Parker MDHHS Director / Program Manager State Project Executive SME’s have overall responsibility and authority for driving all Project decisions, facilitating discussion and communication among the Parties as needed, and securing any required State or third-party resources. State Project Executive SME’s provide ultimate sponsorship and support for the Project, including approval of budget, resources, and timing. State Project Manager The State will provide Project Managers who will be responsible for the State’s infrastructure and coordinate with the Contractor in determining the system configuration. The State’s Project Managers will provide the following services:

• Coordinate the State resources necessary for the project

• Facilitate coordination between various external contractors

• Facilitate communication between different State departments/divisions

• Provide acceptance and sign-off of deliverables

• Review and sign-off invoices

• Resolve project issues

• Escalate outstanding/high priority issues

• Utilize change control procedures

• Conduct regular and ongoing review of the project to confirm that it meets original objectives and requirements

• Document and archive all important project decisions

• Arrange, schedule and facilitate State staff attendance at all project meetings

The list below includes State leads for the MDHHS Bridges Modernization project, not inclusive of all State staff performing work effort on this Project.

Name Agency/Division Title Supporting Role

Sanjay Srivastava DTMB Agency Services – MDHHS

Manager, Eligibility Division

Technical Owner, DTMB Project Manager

Gail Jacqmain MDHHS BIC Eligibility PMO Modernization Project Manager

PMO Project Manager

1.300 Project Plan and Management

The Contractor must adhere to the processes as defined within the Contract under Schedule A, Statement of Work, sections 1.300 Project Plan and 1.400 Project Management

1.301 Reports

A weekly progress report must be submitted in a format mutually agreed upon to the DTMB Project Manager throughout the term of the Services. Each weekly progress report must contain the following:

• Status: Indicate performance on the scope, schedule, milestones and deliverables.

• Current Activities: Indicate the projected tasks and activities that will be worked on over the next reporting period in relation to the scope, schedule, milestones and deliverables.

• Key Accomplishments: Indicate activities and tasks worked on and what was completed during the current reporting period.

• Issues and Risks: Indicate any concerns or topics that may jeopardize the scope, schedule, milestones and deliverables.

1.500 Acceptance

Acceptance for written Deliverables will governed as per acceptance procedures in effect for the Contract.

1.600 Compensation and Payment

1.601 Compensation And Payment

Method of Payment Deloitte Consulting will perform the Services on a fixed fee basis. Based on the scope, timing, State responsibilities, and assumptions set forth herein, Deloitte Consulting’s fees for the Services are $4,510,455.00 Deloitte Consulting will invoice State the fee amounts listed in the table below.

Payment Invoice Month Payment Amount

1 April 2018 $ 625,680.00

2 May 2018 $ 873,305.00

3 June 2018 $ 933,900.00

4 July 2018 $ 788,700.00

5 August 2018 $ 644,710.00

6 September 2018 $ 590,920.00

7 October 2018 $ 53,240.00

TOTAL SOW VALUE $ 4,510,455.00

DTMB will pay the Contractor upon receipt of properly completed invoices and supporting signed acceptance documents by DTMB Project Manager. Invoices must be submitted to the billing address on the State issued purchase order not more often than monthly. All invoices should reflect actual work completed by payment date and must be approved by the DTMB Project Manager prior to payment. The invoices shall describe and document to the State’s satisfaction and a description of the work performed

and the progress of the project. All invoices must include the State of Michigan issued purchase order number. Payment shall be considered timely if made by the DTMB within forty-five (45) days after receipt of properly completed invoices.

Travel The State will not pay for any travel expenses, including hotel, mileage, meals, parking, etc. Travel time will not be reimbursed. Out-of-Pocket Expenses Contractor out-of-pocket expenses are not reimbursable by the State. ATTACHMENT A:

April May June July August September October

Implement an Application Lifecycle Management (ALM) Tool Stack Application Development Manager ALM SME 265.00$ 87,450.00$ 88 110 88 44

Implement an Application Lifecycle Management (ALM) Tool Stack Technical Support Manager ALM Lead 170.00$ 209,440.00$ 176 176 176 176 176 176 176

Implement Automated Performance Testing Application Development Manager Sr. Performance Test Engineer 265.00$ 151,580.00$ 176 176 176 44

Implement an Application Lifecycle Management (ALM) Tool Stack Application Development Manager Dev Ops and Monitoring Lead 265.00$ 307,135.00$ 176 191 176 176 176 176 88

Implement Automated Performance Testing Application Development Manager Sr. Performance Test Engineer 265.00$ 151,580.00$ 176 176 176 44

Implement an Application Lifecycle Management (ALM) Tool Stack Senior Systems/Business Analyst ALM Analyst 140.00$ 123,200.00$ 176 176 176 176 176

Implement Automated System Health Monitoring Reduce unplanned system downtime

Technical Support Manager Monitoring Dashboard Developer 170.00$ 76,670.00$ 176 176 99

Implement Automated System Health Monitoring Reduce unplanned system downtime

Technical Support Manager Monitoring Dashboard Developer 170.00$ 76,670.00$ 176 176 99

Define Bridges Modernization architecture standards to implement an integrated modular design to align in MDHHS and State of Michigan IT Strategies

Technical Support Manager Persistence Layer Developer 170.00$ 119,680.00$ 176 176 176 176

Define Bridges Modernization architecture standards to implement an integrated modular design to align in MDHHS and State of Michigan IT Strategies

Senior Systems/Business Analyst POC Developer 140.00$ 147,840.00$ 176 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Application Development Manager UI/UX Lead 265.00$ 139,920.00$ 88 88 88 88 88 88

Implement an operational data store to improve performance Technical Support Manager ODS Analyst 170.00$ 179,520.00$ 176 176 176 176 176 176

Implement an operational data store to improve performance Application Development Manager Data Analyst 265.00$ 198,220.00$ 176 176 176 176 44

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Technical Support Manager Data Collection Analyst 170.00$ 179,520.00$ 176 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Senior Systems/Business Analyst App Reg Analyst 140.00$ 147,840.00$ 176 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Senior Systems/Business Analyst Data Collection Analyst 140.00$ 147,840.00$ 176 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Technical Support Manager Visual Designer 170.00$ 179,520.00$ 176 176 176 176 176 176

Define Bridges Modernization architecture standards to implement an integrated modular design to align in MDHHS and State of Michigan IT Strategies

Senior Systems/Business Analyst POC Developer 140.00$ 147,840.00$ 176 176 176 176 176 176

Modularize the Correspondence engine Technical Support Manager CCM SME 170.00$ 74,800.00$ 176 176 88

Implement an operational data store to improve performance Technical Support Manager Data Architect 170.00$ 104,720.00$ 176 176 176 88

Modularize the Eligibil ity Determination rules engine Application Development Manager OPA rules designer 265.00$ 233,200.00$ 176 176 176 176 176

Modularize the Eligibil ity Determination rules engine Application Development Manager OPA rules integration specialist 265.00$ 186,560.00$ 176 176 176 176

Application Development Manager Help Desk Transformation SME 265.00$ 122,430.00$ 44 176 176 66

Implement an Application Lifecycle Management (ALM) Tool Stack Technical Support Manager ALM Tools Trainer 170.00$ 119,680.00$ 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Technical Support Manager Visual Designer 170.00$ 149,600.00$ 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Technical Support Manager Visual Designer 170.00$ 149,600.00$ 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Technical Support Manager Visual Designer 170.00$ 149,600.00$ 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Technical Support Manager Front End Developer 170.00$ 149,600.00$ 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Technical Support Manager Front End Developer 170.00$ 149,600.00$ 176 176 176 176 176

Framework redesign to support improved user workflow and Bridges user experience and interface enhancements

Technical Support Manager Front End Developer 170.00$ 149,600.00$ 176 176 176 176 176

4,510,455.00$ 625,680.00$ 873,305.00$ 933,900.00$ 788,700.00$ 644,710.00$ 590,920.00$ 53,240.00$

TotalEstimated effort in Hours

Scope/Workstream Contract Role Project Role Contract Rate

STATE OF MICHIGANENTERPRISE PROCUREMENTDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 9

to

071B7700072Contract Number

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 5/2/2018, Deloitte Consulting LLP will provide support services to the Statewide Integrated Governmental Management Applications(SIGMA). Contractor will also provide staff augmentation to support stabilizing Bridges integration with SIGMA using existing funds in the amount of $1,425,600.00, per the attached Statement of Work. Please note the Program Manager has been updated to Ward Beauchamp. All other terms, conditions, specifications, and pricing remain the same. Per contractor, agency and DTMB procurement.

[email protected]

Ward Beauchamp

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

Deloitte Consulting LLP

CV0001354

212-313-2986

333 Bridge St., N.W.

(517) 249-0406

STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

DTMB

517-335-1226

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DTMB

DESCRIPTION

[email protected]

CONTRACT SUMMARY

MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

IT SERVICES STATEMENT OF WORK (SOW)

Project Title: Michigan Bridges

Period of Coverage: 03/31/18-12/29/18

Requesting Department: Michigan Department of Health and Human Services (MDHHS)

Date: March 13, 2018

DTMB Contract Owner: Ward Beauchamp

Phone: (517) 335-1226

Contract Information: Contractor: Deloitte Consulting LLP Contract # 071B7700072

Change Requests: N/A

Brief Description of Changes to Contract Change Notice (CCN): Contractor support of the SIGMA effort.

PROJECT OBJECTIVE: Modify and stabilize the Bridges systems with SIGMA.

SCOPE OF WORK: Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte”) will provide support services to the Statewide Integrated Governmental Management Applications (herein referred to as “SIGMA”) project for the State of Michigan (hereinafter referred to as “State” or “SOM”).

Contractor must provide staff augmentation to support stabilizing Bridges integration with SIGMA.

TASKS: Tasks will be assigned by Department of Technology, Management and Budget (DTMB) Project Manager on a monthly basis.

WORK AND DELIVERABLES: To be established by DTMB Project Manager.

ASSUMPTIONS: Cost estimate provided in this SOW is based on a 45 hour work week.

ACCEPTANCE CRITERIA: Timesheet sign-off by DTMB Project Manager.

PROJECT CONTROL AND REPORTS: N/A

SPECIFIC DEPARTMENT STANDARDS: Agency standards, if any, in addition to DTMB standards.

PAYMENT SCHEDULE: The Contractor will provide six (6) project staff members to maintain and support changes to ML/MF in support of the Sigma project. Prices are Firm Fixed and any changes will require a Contract Amendment approved by all parties including DTMB Procurement.

Title Hourly Rate Hours/month Monthly Total

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Technical Support Manager $ 170.00 176 $ 29,920.00

Technical Support Manager $ 170.00 176 $ 29,920.00

Total $ 158,400.00

Effective immediately, the Payment Schedule table is revised:

Payment Month Payment Amount

1 April 2, 2018 – May 1, 2018 $158,400.00

2 May 2, 2018 – June 1, 2018 $158,400.00

3 June 2, 2018 – July 1, 2018 $158,400.00

4 July 2, 2018 – August 1, 2018 $158,400.00

5 August 2, 2018 – September 1, 2018 $158,400.00

6 September 2, 2018 – October 1, 2018 $158,400.00

7 October 2, 2018 – November 1, 2018 $158,400.00

8 November 2, 2018 – December 1, 2018 $158,400.00

9 December 2, 2017 – December 29, 2018 $158,400.00

TOTAL SOW VALUE $1,425,600.00

DTMB will pay Contractor upon receipt of properly completed invoice(s), which shall be submitted to the billing address on the State-issued Purchase Order not more often than monthly. DTMB Accounts Payable area will coordinate obtaining Agency and DTMB Project Manager Approvals. All invoices should reflect actual work completed by payment date, and must be approved by the Agency and DTMB Project Manager prior to payment. The invoices shall describe and document to the State’s satisfaction a description of the work performed, the progress of the project and

fees. When expenses are invoiced, receipts will need to be provided along with a detailed breakdown of each type of expense. Payment shall be considered timely if made by the DTMB within forty-five (45) days after receipt of properly completed invoices.

EXPENSES: The State will NOT pay for any travel expenses, including hotel, mileage, meals, parking, etc.

PROJECT CONTACTS: The designated DTMB Project Manager is:

Ward BeauchampMichigan Department of Technology, Management and Budget (517) [email protected]

AGENCY RESPONSIBILITIES: Participate in knowledge transfer activities and respond promptly to follow up questions.

LOCATION OF WHERE THE WORK IS TO BE PERFORMED: Consultants will work at 235 South Grand Avenue in Lansing, Michigan and from Deloitte offices in the US.

EXPECTED CONTRACTOR WORK HOURS AND CONDITIONS: Normal working hours of 8:00 am to 5:00 pm are to be observed unless otherwise agreed to in writing.

Overtime may be permitted only with the DTMB Project Manager approval.

STATE OF MICHIGANENTERPRISE PROCUREMENTDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 8

to

071B7700072Contract Number

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICE

OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 3/20/2018, the parties reivse the Contract Change Notice 5 statement of work dates to the period 11/1/2017 - 4/30/2018. All other terms, conditions, specifications, and pricing remain the same.

[email protected]

Linda Pung

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

Deloitte Consulting LLP

CV0001354

212-313-2986

333 Bridge St., N.W.

(517) 249-0406

STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

517-284-7125

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DTMB

DESCRIPTION

[email protected]

CONTRACT SUMMARY

STATE OF MICHIGANENTERPRISE PROCUREMENTDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 7

to

071B7700072Contract Number

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$0.00 $168,161,824.00

Effective 3/14/2018, the following amendments are incorporated into the Contract per the attachment. All other terms, conditions, specifications, and pricing remain the same. Per contractor and agency agreement, and DTMB Procurement approval.

[email protected]

Linda Pung

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

Deloitte Consulting LLP

CV0001354

212-313-2986

333 Bridge St., N.W.

(517) 249-0406STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

517-284-7125

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DTMB

DESCRIPTION

[email protected]

CONTRACT SUMMARY

The State and Contractor agree to add the following language to the end of Section 1.403 (Change Management) of the Contract: Change Management Responsibilities and Obligations The State requires a l l services, products, software, work, and hosted services that are completed in conjunction with this Statement of Work, and as required per the Contract, and the attached Service Level Agreement (if any), to be in compliance with State of Michigan policies, standards and procedures. Change Management Process and State policies, standards and procedures Change management is an ongoing iterative process which may involve many individuals at different levels within the organization. This section describes the Change Management Process (CMP). The purpose of the CMP is to ensure standardized methods and procedures are used for efficient and prompt handling of all changes. A formal, repeatable process minimizes risk when introducing change to the State’s IT environment and helps improve quality. The CMP defines the activities, roles, and responsibilities necessary to effectively and efficiently manage and coordinate all changes. The links below provide information on the applicable State policies, standards and procedures related to Change Management.

• 1340.00 Information Technology Information Security • 1340.00.060.01 Configuration Management Standard • 1340.00.060.04 Enterprise Change Control Process Standard • 1340.00.060.04.01 Request for Change (RFC) Procedure • 1340.00.060.11 Enterprise Application & Database, Change & Release Transition

Management Process Standard • 1340.00.060.11.01 Enterprise Application & Database, Change & Release Transition

Management Process Procedure • 1340.00.060.11.02 Enterprise Application & Database, Change & Release Transition

Management Emergency Process Procedure • 1340.00.060.11.03 Enterprise Application & Database, Change & Release Transition

Management Process Exception Procedure • 1355.00 Project Management Methodology • 1360.00 Systems Engineering Methodology

Note:

❖ DTMB is responsible for all policies, standards, and procedures. Contractor will provide support to DTMB for adherence to such policies, standards, and procedures, when requested.

The following language will be added to the end of Section 1.201 Contractor Staff, Roles and Responsibilities: Contractor Roles/Responsibilities

The following roles/responsibilities are agreed upon and adhered to by all parties:

IT Classification/Role Responsibilities

Applications Development Manager • Team management • Project planning and scheduling • Status reporting • Schedule management • Issues and risk management

Technical Support Manager • Technical Team management • Project planning and scheduling • Schedule management • Technical Issues and risk management • Provide technical oversight

Production Support Manager • Production Support Team management • Immediate Release Management • Status reporting • Schedule management • Issues and risk management • Triage support issues

Testing Manager • Team management • Project planning and scheduling • Test management • Defect management

Senior Systems/Business Analyst • Business analysis • Conduct requirements and design sessions • Document requirements and functional/technical

design • Manage development

Java Programmer Analyst • Implement technical changes • Participate in requirements and design sessions • Conduct impact analysis

Oracle Database Analyst • Implement technical changes • Participate in requirements and design sessions • Conduct impact analysis

Supportive Software Analyst • Implement technical changes • Participate in requirements and design sessions • Conduct impact analysis

Quality Assurance Testing Analyst • Create test cases and scripts • Execute test scripts • Log defects

The following language will be added to the end of Section 1.202 State Staff, Roles/Responsibilities:

The following roles/responsibilities are agreed upon and adhered to by all parties:

IT Classification/Role Responsibilities

Agency Project Manager Monitor and coordinate the day-to-day activities of the Contract.

DTMB Agency Services Project Manager

Responsible for the State’s infrastructure and coordinate with the Contractor in determining the system configuration.

Bridges Business Owner Act’s as agency’s representative in all matters relating to the Contract

Contract Administrator Supports the management of the Contract.

STATE OF MICHIGANENTERPRISE PROCUREMENTDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 6

to

071B7700072Contract Number

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICE

OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

N/A

$0.00 $168,161,824.00

Effective 2/7/2018, the parties add the Universal Caseload (UCL) Statewide Rollout services detailed in the attached Statement of Work. All other terms, conditions, specifications, and pricing remain the same.

[email protected]

Linda Pung

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

Deloitte Consulting LLP

*******4513

212-313-2986

333 Bridge St., N.W.

(517) 284-7045

STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

DTMB

517-284-7125

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DTMB

N/A

DESCRIPTION

[email protected]

CONTRACT SUMMARY

1

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS UNIVERSAL CASELOAD (UCL) STATEWIDE ROLLOUT STATEMENT OF WORK

PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Universal Caseload (UCL)Statewide Rollout

TERM OF SOW: February 5, 2018 – May 31, 2019

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: February 1, 2018

AGENCY PROJECT MANAGER: Karen Parker

PHONE: 517-335-5223

DTMB PROJECT MANAGER: Linda Pung

PHONE: 517-241-9547

This Statement of Work (SOW) authorizes Deloitte Consulting LLP (“Contractor”) to provide staffing resources for the fixed duration of the project described below. All duties and obligations described herein will become part of existing Contract 071B7700072 between the parties (“Contract”). All terms and conditions contained in the existing Contract remain in full force and effect.

1.0 .Project Identification

1.1 PROJECT BACKGROUND AND OVERVIEW

Universal Case Load (UCL) transforms the State’s approach in serving citizens (specifically human service assistance recipients) from a local model to statewide management of customer service operations. Deloitte was engaged to design, construct, implement and pilot UCL enhancements to the Michigan Department of Health and Human Services (MDHHS) integrated eligibility system (referred to as BRIDGES). A gradual state-wide rollout is envisioned following the pilot. This project addresses the activities necessary for the Contractor to support the Statewide Rollout of UCL and one software release with enhancements to the UCL software

UCL Statewide rollout includes: 1) Conversion: Data conversion of EDM notifications, tasks and reminders, and appointments for 81 rollout

counties in four rollout waves.

2) War room and field support: Business readiness activities, support geo group, queue and team

configuration via a central War room and support at designated locations within each rollout wave.

3) UCL production support and emergent releases: Activities to maintain the UCL solution in production,

following BRIDGES standard Maintenance and Operations processes.

4) UCL releases: Design, development, testing and implementation of prioritized enhancements

implemented with four releases namely UCL 1.1, UCL 1.2, UCL 1.3, and UCL 1.4.

1.100 Scope of Work and Deliverables

1.101 IN SCOPE

Contractor resources will assist the State by providing system design, systems development and system testing services for Releases described in this SOW. In addition, Contractor resources will support MDHHS in user

2

acceptance testing, conversion, war room and field support for the MDHHS UCL project for four Statewide rollout waves including 81 Michigan counties (excluding Shiawassee and Gratiot pilot counties).

MDHHS plans a gradual rollout of UCL across the State. Early rollout waves include geographically dispersed centers

with low population density. Each Wave includes all Business Service Center (BSC) regions such that each region

builds staff competencies in centralized task management, and these competencies will inform BSC preparedness

to rollout to counties with high population density. Each Wave features a balanced mix of cases, gradually building

up to full Statewide volumes by Wave 4.

The chart below depicts the rollout plan and timeframes. Calendaring of milestones associated with each wave will

be completed collaboratively between the Contractor and the Business Integration Center (BIC) Integrated Service

Delivery (ISD) Project Management Office (PMO). The four rollout waves will follow the below projected schedule:

• Wave 1 is targeted to complete April 30, 2018

• Wave 2 is targeted to complete by July 31, 2018

• Wave 3 is targeted to complete by September 30, 2018

• Wave 4 is targeted to complete by April 30, 2019.

Figure 1 Statewide Rollout Plan as Of October 2017

The above plan is tentative. The final UCL Rollout plan and subsequent changes will be managed and approved by the

established ISD PMO governance.

The scope of the UCL Statewide rollout that the Contractor must support comprises of the following:

1. Conversion: Data conversion of EDM notifications, tasks and reminders, and appointments for 81 rollout

counties in four rollout waves.

o Provide reports to indicate data cleanup for records beyond 90 days of planned conversion date. Counties will perform data clean up.

o Provide reports to indicate anticipated volume of new tasks following conversion of Electronic Data

Management (EDM) notifications, alerts and reminders and appointments within 90 days of planned

conversion.

3

o Modify conversion software prepared during UCL 1.0 and Pilot Conversion for Waves 1-4.

o Execute conversion during designated windows.

o Prepare result reports and work with the State on error resolution.

2. War room and field support: Business readiness activities, support geo-group, queue and team

configuration via a central War room and support at designated locations within each rollout wave.

o Establish a central War Room to:

Support the business owner in establishing rollout logistics, milestones, and staffing plan

for each rollout wave, using the implementation plan for the pilot as a baseline.

Coordinate and resolve issue resolution and emergency support.

Work with DTMB to schedule patches, batch runs, data fixes and other necessary

production support

Coordinate with Bridges Resource Center and production support to resolve post

implementation issues raised by the field team.

o Support implementation activities at designated locations (field support):

Support pre-rollout tests of security set-up with core team users for each Geo Group in a

rollout wave

Establish a liaison to work with each BSC Director/Analyst in coordination with local

office teams in BSC areas for each rollout wave

Conduct rollout activities working with State Subject Matter Experts (SMEs) and

designated field personnel:

• Support business owner in explaining new/changed business processes to

counties through monthly statewide calls

• Support counties in using the implementation toolkits for UCL planning, data

cleanup, team and Geo Group formation, and end user security/Manage Office

Resources (MOR) setup

• Report status to central war room for activity completion in each office/geo

group over 6-month planning phase

• Work with office Core teams to coordinate key implementation activities

• Provide guidance to local office security coordinators who will conduct

security / MOR set up (Roles, Queue Assignments, Specialization,

Confidential)

• Validate that queue configuration and staffing security/MOR set-up is

complete (Lobby – Navigation Station / Phones – Client Connection / Out

stationed Staff – Specialization)

o Hold monthly planning calls with each Geo Group to answer questions and help coordinate UCL

planning activities.

o Report back issues, risks to the central war room.

o Augment the State’s SMEs in providing field support at primary and secondary locations for two

weeks following each go-live. During early stage planning phases, support will be delivered

centrally with travel to designated office locations at the discretion of the UCL Technical Owner

and Deloitte teams. During the rollout, as new counties are on boarded, support will be available

at designated locations (two locations in each BSC), subject to UCL Business Owner approval:

4

Business Service Center Area

Primary Location (BSC Office)

Secondary Location (County office -centrally located)

BSC1 Marquette Gaylord (Otsego Office) 931 S. Otsego Ave Gaylord, MI 49735

Courthouse Annex 234 W. Baraga Ave. Marquette, MI 49855

BSC2 Traverse City 701 S. Elmwood Ste. 19 Traverse City, MI 49684

Flint (Genesee / Clio Office) 125 E. Union St. Flint, MI 48501

BSC3 Benton Harbor 401 Eighth Street Benton Harbor, MI 49023

Grand Rapids (Kent office) 121 Franklin Street, S.E. Suite 200 Grand Rapids, MI 49507

BSC4 Pontiac Central Admin Suite 4A 51111 Woodward Avenue Pontiac, MI 48342

Detroit Cadillac Place 3040 W Grand Blvd - Suite 5-600 Detroit, MI 48202

Central Office

Lansing 235 S. Grand Ave Lansing MI

3. Production support emergent releases: Activities to maintain the UCL solution in production,

following DTMB BRIDGES standard Maintenance and Operations processes, including defect

resolution and any emergency fixes. Issues are reported via several channels, prioritized and

addressed through emergent releases in the event of a critical production concern. Scope of effort will

include:

o Work with the Field Support team to address prioritized issues reported by the counties,

o Work with Bridges Resource Center as issues are reported via Help Desk,

o Work with DTMB BRIDGES Triage to address and resolve prioritized UCL related issues.

4. Four UCL enhancement releases:

• Develop detailed system design for prioritized enhancements to UCL. Enhancements listed

below help maximize process efficiencies from a Statewide perspective.

• Proposed release dates are indicative and will need to align with DTMB’s Bridges Release

schedule for 2018 and 2019. Production deployment weekends will be finalized collaboratively

with DTMB and MDHHS (the business area).

5

#

Title

Tentative release month – to be confirmed

R 1.1 Create Triage Appointments 14-Apr-18 R 1.1 Begin date and end date for geo group and team 14-Apr-18 R 1.1 Hearing team calendar 14-Apr-18

R 1.2 Automatic case association for certain special handling cases to specialized worker. 22-Jun-18

R 1.2 Development of a front end for Front End Eligibility (FEE) 22-Jun-18 R 1.2 Support for interfacing with up to six systems-UCL 22-Jun-18

The final release schedule and any subsequent changes will be managed and approved by the established ISD

PMO governance. The UCL enhancement releases will coordinate with Bridges releases and will follow Eligibility

quarterly process and deliverables.

• Use estimated resource capacity to implement prioritized enhancements to the UCL framework,

task management, work flow engine, dashboard & reporting software developed for UCL

Release 1.0.

o Construct the software of the system in accordance with system design.

o Execute unit and systems integration testing.

o Support DHHS with user acceptance testing (UAT).

o Support DTMB with deployment of the UCL system to production, UAT and training environments.

1.102 ASSUMPTIONS

• Procurement and infrastructure management for hardware, software necessary for the project is managed by DTMB. Contractor will identify technical requirements to DTMB, as outlined in Section 1.103 of this SOW.

• Support the configuration of offices and staff for 81 counties, excluding the two UCL pilot counties Shiawassee and Gratiot county offices.

• The State will provide SMEs to lead field support, and Contractor personnel will augment this team.

• Training material development and delivery of training to pilot county case workers is not included in scope;

• Requirements that are changes to BRIDGES which were not due to UCL are not in scope of this SOW. These requirements will be identified and forwarded to BRIDGES business owner.

• UCL reports will be built on existing BRIDGES report infrastructure. Upgrades to the BRIDGES reports infrastructure and the existing BRIDGES reports are outside the scope of this SOW

R 1.3 Queue restrictions Nov-18 R 1.3 Unit hierarchy drill down for all roles. Nov-18 R 1.3 Consolidated call center web service report Nov-18 R 1.3 Special accommodation correspondence task case report Nov-18 R 1.4 Enhancements to support a county being associated to multiple Geo-Groups Feb-19

6

• DTMB will manage software builds and deployments for integration and higher environments.

• DTMB will provide necessary support with code configuration management, software builds and database builds.

• DTMB will provide Bridges environments for the Conversion and Field Support efforts.

• UCL will follow Bridges standard processes for Triage and Production Support. The Triage and Front Office teams will address production findings and assign issues to UCL for analysis, resolution and deployment.

• Existing BRIDGES M&O personnel will provide technical design support to review BRIDGES changes required for UCL 1.5, not to exceed 500 hours.

1.103 ENVIRONMENT

The current UCL software components and environments implemented for UCL Release 1.0 will be carried forward to support the UCL Statewide rollout, with no changes to the current software or hardware platforms. Apart from the standard BRIDGES environments, the dedicated UCL development (DEV) and Quality Analyst Testing (QAT) environments will remain available for Conversion and testing of fixes or new features.

In addition, a new environment with access to identified production data will be provisioned for Field Support purposes. This environment will be known as UCL FIELD and will operate through the duration of the Statewide Rollout. Contractor will work with DTMB to identify software and hardware needs. Incremental needs are identified below:

Category Incremental Needs

Rational Application Developer 9.6 with WAS 9.0 test environment

10 additional licenses needed for new developers and system designers

Oracle 12g Additional licenses for 1 new UCL environments

SQL Plus and PL SQL

10 additional licenses needed for analysts, developers and system designers

WebSphere App Server 9.0 Additional licenses for 1 new UCL environment

Rational Clear Quest

20 additional licenses needed for analysts, developers and system designers

Rational Clear Case

20 additional licenses needed for newly planned project team members.

VPN/Software 20 licenses for VPN software. Bridges Images

Contractor’s US development center in Orlando, Florida will be leveraged to develop and test the software. To support this offsite development, Contractor will connect to the State of Michigan network using the Virtual Private Network (VPN).

1.104 WORK AND DELIVERABLES

7

Phases: The Contractor must support the UCL Statewide rollout project that includes the following tracks of work:

• War room and field support for State wide rollout of universal case load model for all the MDHHS

case offices. The statewide rollout will be completed in four waves, with each wave comprising of

a group of offices. The timelines and offices planned for each wave are explained in the timeline

and requirements sections in this SOW.

• Conversion of cases, appointments, alerts and reminders and EDM inbox items as defined in the

conversion rules (Systems Engineering Methodology [SEM 604] document) of UCL. This track of

work is termed as Conversion.

• Production support and Deployment of fixes in the UCL modules of BRIDGES that are required for

the rollout. These releases are termed Production support and UCL emergent releases.

• Requirement, design, development and testing of UCL enhancements releases – Release 1.1,

Release 1.2, Release 1.3, Release 1.4.

B) Activities and Deliverables Activities performed, and deliverables produced are listed below.

# Track Activities Deliverable 1 War room and

field support • Support establishing rollout

logistics, milestone and

implementation for wave 1 to wave

4 rollouts.

• Coordinate production issue

resolution.

• Support pre-rollout activities for

security setup for each geo group in

the rollout wave.

• Support business owner with

new/modified business process for

statewide calls.

• Support implementation toolkit

modification tailoring to rollout geo

groups.

• Validate queue configurations and

MOR Setup.

• Report issues and risks from field

support.

Implementation plan updated pre-rollout (SEM 0702).

Monthly UCL report –Field support and rollout.

Post implementation report (PMM-0016 EXP). .

2 Conversion • Plan and execute conversion runs

• Update conversion plan with rollout

specific data.

• Support conversion activities.

• Validate conversion outputs.

• Provide production support for

conversion exceptions.

• Update conversion plan with

lessons learned.

Updated conversion plan (SEM 601).

Monthly UCL report – Conversion reports.

8

3. Production

support &

emergent

releases

• Provide ongoing production support

through clarifications and technical

fixes as needed.

• Plan production support and defect

fixes for emergent release that

enable the current functionality of

the system.

• Develop and system test fixes and

emergent enhancements chartered

for the release.

• Support user testing activities for

the release.

Monthly UCL report - Production support.

Emergent release work request list.

Emergent release system test report.

Release notes.

4. UCL enhancement releases

Production deployment support.

• Execute activities identified in

deployment plan.

• Support deployment of UCL code

into production with UCL mode

switched off.

• Analyze and fix identified defects.

Updated requirements in CQ.

Create DL 200 and SEM 604 addendum for the enhancement releases

Development Artifacts: Java code, JSP, JavaScript code, database artifacts, images, stylesheets.

SEM 606 updated with link to CQ system testing report.

Release notes for the release.

SEM 0702 Implementation plan updated pre-rollout.

Post implementation report (PMM-0016 EXP).

Deliverables for the UCL project adhere to the current BRIDGES Project Management Methodology (PMM).

Deliverable preparation, review and approval responsibilities are outlined below.

9

Deliverable Deliverables responsibilities

Planned activities SUITE deliverable identifier

Deliverable creation and revisions

Deliverable review and acceptance

PMM and SEM adherence

Monthly UCL Report.

Word/Excel

Deloitte

MDHHS, DTMB

Not applicable

Report to include status for:

1. Production support.

2. War room and field support.

3. Conversion report (if applicable)

4. Conversion readiness for oncoming wave.

5. Prioritization for future releases (if needed)

6. Critical items list.

7. Risks.

8. Issues.

Conversion Plan (revision)

SEM-0601

Deloitte

MDHHS, DTMB

BIC

Updated with schedule and related information for wave 1 to wave 4.

Emergent release work request list

Clear Quest

Deloitte

MDHHS

Not applicable

Defect fixes and minor enhancements for every emergent release.

Emergent release system test report

Word/Excel

Deloitte

MDHHS

Not applicable

Report on fixed defect generated from CQ for emergent releases

Requirements Traceability

WR creation/

Deloitte MDHHS BIC Addendum created for WRs chartered for the UCL releases

Updates using CQ

updating in Clear Quest

Functional Design Addendum

DL-200

Deloitte

MDHHS

BIC

Addendum created for WRs chartered for the UCL releases

System Design Addendum

SEM-0604 Deloitte MDHHS,

DTMB BIC

Completed after systems design for UCL releases

System Testing report

Rational Clear quest test case updated

Deloitte

MDHHS

BIC

Uploaded with results of

UCL release system testing.

Development

artifact:

JAVA Code

Application Source Code

Deloitte

DTMB

Not Applicable

Completed at UCL release development.

Development

artifact:

Database Stored Procedures

Database Source Code

Deloitte

DTMB

Not Applicable

Completed at UCL release development.

Development

artifact:

Graphics/Images

User Interface Elements

Deloitte

DTMB

Not Applicable

Completed at UCL release development.

10

Implementation Plan (revision)

SEM-0702

Deloitte

MDHHS, DTMB

BIC

Updated for rollouts wave 1 to wave 4 and completed after Implementation stage exit for UCL releases.

Post Implementation Evaluation Report

PMM-0016 EXP

DTMB, Deloitte

DTMB,

MDHHS

BIC

Initiated and completed after Implementation stage exit

Release Notes

Word/Excel

Deloitte

MDHHS

Not applicable

Initiated and completed after every wave rollout and every release.

Stage Exit Approval

SEM-0189

DTMB, BIC

MDHHS, Deloitte

BIC

Completed after each Stage Exit; must include reference to and acceptance of each Stage Deliverable

1.105 TIMELINE AND MILESTONES.

The scope of work depicted in this SOW is delivered between February 5, 2018 and May 30 2019 (“SOW Term”).

Changes to the below schedule will be managed by the established BRIDGES change control process. Dates are tentative and must to be finalized with DTMB to align to the overall Bridges release schedule.

The timeline of the project is shown in the timeline graph below.

11

Production, Conversion, Rollout and Field support deliverables Deliverables related to this track and their due dates are specified in the table below.

S.No Deliverables Submission Period Sign Off Period

1 Monthly UCL Report First Wednesday of every month staring March 2018

Second Monday of every month starting March 2018

2 SEM 601 Conversion plan update Two weeks before wave rollout date

One week before wave rollout date

3 SEM 702 Implementation plan updated Two weeks before wave rollout date

One week before wave rollout date

4 Rollout release notes One week after wave rollout

Two weeks after wave rollout

5 PMM-0016 EXP Post implementation report One week after wave rollout

Two weeks after wave rollout

UCL Enhancement Release deliverables. Deliverables due dates related to the enhancement releases will be established by the BRIDGES governance

S.No

Release Deliverable

Submission Date

Approval Date

1

1.1 WR creation for the release in CQ, DL 200, and SEM 604 addendum.

TBD

TBD

2

1.1 System testing test case and results upload complete

TBD

TBD

3 1.1

Release notes and PMM-0016 TBD TBD

4 1.2 WR creation for the release in CQ, DL 200,

and SEM 604 addendum.

TBD

TBD

5

1.2 System testing test case and results upload complete

TBD

TBD

6 1.2

Release notes and PMM-0016 TBD TBD

7

1.3 WR creation for the release in CQ , DL 200,SEM 604 addendum.

8 1.3 System testing test case and results upload

complete

TBD

TBD

9 1.3

Release notes and PMM-0016 TBD TBD

10

1.4 WR creation for the release in CQ , DL 200,SEM 604 addendum.

11

1.4 System testing test case and results upload complete

TBD

TBD

12 1.4

Release notes and PMM-0016

1.200 Roles and Responsibilities

1.201 CONTRACTOR STAFF, ROLES, AND RESPONSIBILITIES

The Contractor will maintain a workforce adequate to accomplish Project Work in a timely manner.

A. Contractor Staff Subject to the Contract terms, Section 4.4, the Key Personnel identified by the Contractor to complete

the UCL Statewide rollout project are:

12

Key Personnel Role Duties/Responsibilities

Primary Contact

(SPOC)

(Hari Murthy)

• Support the management of the Contract

• Facilitate dispute resolution

• Advise the State of performance under the terms and conditions of the

contract

Engagement Project

Director

(Renu Pandit)

• Support the execution of the Contract

• Facilitate dispute resolution

• Manage all defined Contractor responsibilities in this SOW

• Manage the project plan and schedule

• Manage all project issues, risk and other concerns

• Assess and report project feedback and status

• Manage the delivery of project deliverables

Project Manager

(GP Sankaranarayana

100% allocated)

The Contractor Project Manager shall interact with designated personnel from the

State to effectuate a smooth transition to the new system. The Project Manager

will coordinate all the activities of the Contractor personnel assigned to the project

and create all reports required by State. The Contractor's Project Manager’s

responsibilities include at a minimum:

• Execute all defined Contractor responsibilities in this SOW

• Manage Contractor’s subcontractors, if any

• Execute the project plan and schedule, and update as needed

• Serve as the point person for all project issues

• Coordinate and oversee the day-to-day project activities of the project team

• Escalate project issues, project risks, and other concerns

• Review all project deliverables and provide feedback

• Proactively propose/suggest options and alternatives for consideration

• Utilize change control procedures

• Prepare project documents and materials

• Manage and report on the project’s budget

Functional Manager

(Kunal Jain,

100% allocated)

The Contractor functional manager is responsible for managing business

requirements and functional design for UCL minor releases and Release 1.5. In

addition, the functional manager will oversee war room operations to deliver

appropriate resolution to reported concerns, and provide the appropriate

functional guidance to field support teams.

Business Readiness

Manager

(Natalie Denemy

100% allocated)

The Contractor Business readiness manager shall interact with business owner

and SME’s from the State to support business readiness activities for UCL

Statewide Rollout

The Business readiness manager will coordinate field support activities.

Conversion Manager

(Ryan Glueck, 100%

allocated)

The Contractor Conversion Manager will plan, execute and report on conversions

needed to support Waves 1-4.

13

The following roles are not Key Personnel; this list is not inclusive of all the Contractor Staff that may perform work effort on this project:

Non-Key Personnel Role

Duties/Responsibilities

Business Team • Define process changes and analyze the impacts of the current system.

• Validate Business requirement to technology solution transformation.

• Identify policy changes and escalate for clarification.

• Identify office setup changes and manage office setup changes.

• Support business readiness.

Development/Test

Team • Design, develop, and debug software to achieve business objectives.

Test Lead • Manage system and integration testing for UCL.

• Support user acceptance testing for UCL

B. On Site Work Requirements

1. Location of Work Tasks associated with this project will be spread across the project locations in Lansing, Michigan and Contractor United States Development Center (USDC) in Orlando, Florida and other contractor location(s); or other locations, as mutually agreed and approved by the DTMB Project Manager.

2. Hours of Operation:

a. Normal State working hours are 8:00 a.m. to 5:00 p.m. EST, Monday through Friday, with work performed as necessary after those hours to meet project deadlines. No overtime will be authorized or paid.

b. The State is not obligated to provide State management of assigned work outside of normal State working hours. The State reserves the right to modify the work hours in the best interest of the project.

c. Contractor shall observe the same standard holidays as State employees. The State does not compensate for holiday pay.

3. Additional Security and Background Check Requirements:

Contractor must present certifications evidencing satisfactory Michigan State Police Background checks ICHAT and drug tests for all staff identified for assignment to this project.

In addition, proposed Contractor personnel will be required to complete and submit an RI-8 Fingerprint Card for the National Crime Information Center (NCIC) Finger Prints, if required by project.

Contractor will pay for all costs associated with ensuring their staff meets these security and background check requirements.

1.202 STATE STAFF, ROLES, AND RESPONSIBILITIES

The State is able to provide the following limited physical resources for the Contractor’s use on this project:

• State ID for admittance into a State facility

• Work space supplemental to the Contractors local facility; at discretion and approval of the DTMB Project Manager

• Minimum Clerical support

• Access to State servers and enterprise resources (e.g. email)

• Access to Printers

• Access to copiers and fax machine

• Access to conference rooms

14

• VPN tokens for remote accessibility of State Network.

The State reserves the right to suspend or revoke Contractor’s access to State resources at any time. However, revoking access may impact the schedule.

The State project team will consist of Executive Subject Matter Experts (SMEs), project support, and a MDTMB and Agency project manager:

Executive Subject Matter Experts The Executive Subject Matter Experts representing the business units involved will provide the vision for the business design and how the application shall provide for that vision. They shall be available on an as needed basis. The Executive SME’s will be empowered to:

• Resolve project issues in a timely manner

• Review project plan, status, and issues

• Resolve deviations from project plan

• Provide sign-off of Final State Acceptance

• Utilize change control procedures

• Ensure timely availability of State resources

• Make key implementation decisions, as identified by the Contractor’s project manager, within 48-hours of their expected decision date.

Name Agency/Division Title Linda Pung DTMB General Manager / Project Manager

Karen Parker MDHHS General Manager / Project Manager

State Project Manager The State will provide Project Managers who will be responsible for the State’s infrastructure and coordinate with the Contractor in determining the system configuration.

The State’s Project Managers will provide the following services:

• Provide State facilities, as needed

• Coordinate the State resources necessary for the project

• Schedule the requirement sessions and meetings

• Facilitate coordination between various external contractors

• Facilitate communication between different State departments/divisions

• Provide acceptance and sign-off of deliverable/milestone

• Review and sign-off invoices

• Resolve project issues

• Escalate outstanding/high priority issues

• Utilize change control procedures

• Conduct regular and ongoing review of the project to confirm that it meets original objectives and requirements

• Document and archive all important project decisions

• Arrange, schedule and facilitate State staff attendance at all project meetings.

15

The list below includes State leads for the MDHHS UCL project, not inclusive of all State staff performing work effort on this project.

Name Agency/Division Title Supporting Role

Amy Hundley MDHHS UCL Business Owner ISD program owner

Kemal Tekinel DTMB Eligibility UCL Technical Owner UCL Technical Owner

Kevin Adler MDHHS Business Integration Center

ISD Program Manager ISD Program Manager

Todd Miller BIC UCL Project Manager UCL Project Manager

Phillip Bergquist

MDHHS

ISD Portal Business Owner

ISD Program owner

Jamy Hengesbach

MDHHS Contact Center Business Owner ISD Program owner

Brant Cole MDHHS Business Delivery Liaison ISD Business Delivery Liaison

Field SME’s MDHHS Subject Matter Experts Subject Matter Experts

Policy SME’s MDHHS Policy Subject Matter Experts

Policy Subject Matter Experts

Stacy Gibson MDHHS Training Owner Training Owner

1.300 Project Plan and Management The Contractor must adhere to the processes as defined within the Contract under Schedule A, Statement of Work, sections 1.300 Project Plan and 1.400 Project Management

1.301 REPORTS

A weekly progress report must be submitted in a format mutually agreed upon to the DTMB Project Manager throughout the life of this project. Each weekly progress report must contain the following:

1. Status: Indicate performance on the scope, schedule, milestones and deliverables.

2. Current Activities: Indicate the projected tasks and activities that will be worked on over the next reporting period in relation to the scope, schedule, milestones and deliverables.

3. Key Accomplishments: Indicate activities and tasks worked on and what was completed during the current reporting period.

4. Issues and Risks: Indicate any concerns or topics that may jeopardize the scope, schedule, milestones and deliverables.

1.500 Acceptance

1.501 DELIVERABLE ACCEPTANCE CRITERA

1. Documents are to be dated and in electronic format, compatible with State of Michigan software

2. Draft documents are not accepted as final Deliverables.

3. Documents will be reviewed and accepted in accordance with the requirements of this SOW.

4. DTMB and MDHHS will review documents within 5 business days.

a. Approvals will be written and signed by UCL Program Manager and UCL Technical Owner.

b. Issues will be documented and submitted to the Contractor and resolved per Contract Section 21.

16

1.502 ACCEPTANCE

Acceptance for written Deliverables will governed as per acceptance procedures in effect for the Contract

1.503 FINAL ACCEPTANCE

Payment will be made upon the Contractor providing all Deliverables identified in Section 1.104 Work and

Deliverables and acceptance has been granted by the State as per Section 1.500 Acceptance.

1.600 Compensation and Payment

1.601 COMPENSATION AND PAYMENT

Method of Payment Payments to the Contractor will be made on a fixed fee payable monthly.

# MONTH AMOUNT

1 February 2018 $1,031,250.00

2 March 2018 $1,031,250.00

3 April 2018 $1,031,250.00

4 May 2018 $1,031,250.00

5 June 2018 $1,031,250.00

6 July 2018 $1,031,250.00

7 August 2018 $1,031,250.00

8 September 2018 $1,031,250.00

9 October 2018 $1,031,250.00

10 November 2018 $1,031,250.00

11 December 2019 $1,031,250.00

12 January 2019 $1,031,250.00

13 February 2019 $1,031,250.00

14 March 2019 $1,031,250.00

15 April 2019 $1,031,250.00

16 May 2019 $1,031,250.00

TOTAL SOW VALUE $16,500,000.00

17

Summary of cost for the four waves of the UCL Statewide rollout are calculated based on the following FTE:

FTE COST

Conversion 7 $2,600,000.00

War Room and Field Support 15 $7,500,000.00

Production Support 7 $2,900,000.00

UCL Enhancements 10 $3,500,000.00

TOTAL 39 $16,500,000.00

The Contractor will bill flat monthly to the UCL Statewide rollout activities as described herein and documented within the monthly report and invoice. An increase of staffing resources must be approved via the established ISD PMO change request process that the DTMB Project Manager must then process for an amendment to this SOW.

Services will be provided on a fixed fee basis. The total fees for this phase of the project is $16,500,000.00 USD, based on the engagement starting on February 5, 2018 and ending on May 30, 2019.

DTMB will pay the Contractor upon receipt of properly completed invoices and supporting signed acceptance documents by DTMB and MDHHS. Invoices must be submitted to the billing address on the State issued purchase order not more often than monthly. All invoices must be approved by the DTMB Project Manager prior to payment. DTMB Accounts Payable area will coordinate obtaining approval from the DTMB Project Manager, which will be provided only upon the completion of each release and the deliverables outlined for the release. The invoices shall describe and document to the State’s satisfaction and a description of the work performed and the progress of the project. All invoices must include the State of Michigan issued purchase order number.

Payment shall be considered timely if made by the DTMB pursuant to the Contract. Travel The State will not pay for any travel expenses, including hotel, mileage, meals, parking, etc. Travel time will not be reimbursed.

Out-of-Pocket Expenses Contractor out-of-pocket expenses are not reimbursable by the State.

STATE OF MICHIGANENTERPRISE PROCUREMENTDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 5

to

071B7700072Contract Number

$168,161,824.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICE

OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

N/A

$0.00 $168,161,824.00

Effective 1/26/2018, the parties amend the schedule and dates that were established in Contract Change Notice #3 for MDHHS Bridges Modernization Revitalize Foundation phase. See attached for further details. All other terms, conditions, specifications, and pricing remain the same.

[email protected]

Linda Pung

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

Deloitte Consulting LLP

*******4513

212-313-2986

333 Bridge St., N.W.

(517) 284-7045

STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

517-284-7125

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DTMB

N/A

DESCRIPTION

[email protected]

CONTRACT SUMMARY

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

Modernization, Initial Revitalize Foundation

STATEMENT OF WORK

PROJECT TITLE: MDHHS Bridges Modernization, Initial Revitalize Foundation

PERIOD OF COVERAGE: 10/2/2017–1/31/2018

REVISED Period of Coverage: 10/02/2017 – 2/28/2018

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: September 27, 2017

AGENCY PROJECT MANAGER: Karen Parker

PHONE: 517-335-5223

DTMB PROGRAM MANAGER: Linda Pung

PHONE: 517-241-9547

DTMB PROJECT MANAGER: Kemal Tekinel

PHONE: 517-241-5779

1.000 Project Identification 1.001 Project Request This SOW amends only the schedule and dates as described within Contract Change Notice (CCN) #3 for Modernization Revitalize Foundation phase issued under the Contract 071B7700072 for Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte”). All terms, conditions, pricing and specifications contained in the Contract and subsequent Contract Change Notices remain in full force and effect unless specifically set out in this SOW. Due to a delay on the project start, all dates referenced in the SOW issued under CCN3 for Modernization Revitalize Foundation phase are pushed back by one month, changing Section 1.105 Timeline and Milestones, and Section 1.601 Compensation and Payment sections. There are no additional revisions to any other section and the total value remains the same.

1.105 Timeline and Milestones. The scope of work depicted in this SOW is revised to November 1, 2017 through February 28, 2018.

1.600 Compensation and Payment 1.601 Compensation and Payment Method of Payment The following table replaces in its entirety the table included on the SOW issued under CCN3 for Modernization Revitalize Foundation phase

Payment Month Payment Amount

1 November 1, 2017 – November 30, 2017

$546,300.00

2 December 1, 2017 – December 31, 2017

$766,700.00

3 January 1, 2018 – January 31, 2018 $1,364,700.00

4 February 1, 2018 – February 28, 2018 $1,394,400.00

TOTAL SOW VALUE $4,072,100.00

STATE OF MICHIGANENTERPRISE PROCUREMENTDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 4

to

071B7700072Contract Number

$167,726,304.00

February 11, 2017 February 10, 2022

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

February 10, 2022

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

3 - 1 Year

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

N/A

$435,520.00 $168,161,824.00

Effective 1/19/2018, the parties add $435,520.00 for the services described in the attached revised Statement of Work extending the term of services to March 31, 2018 and reducing the number of Contractor staff supporting changes to the MAIN load (ML) / MAIN filter (MF) functionality for SIGMA integration. State contract administrator has changed to Jarrod Barron. All other terms, conditions, specifications, and pricing remain the same.

[email protected]

Linda Pung

Jarrod Barron

[email protected]

Hari Murthy

Grand Rapids, MI 49504

Deloitte Consulting LLP

*******4513

212-313-2986

333 Bridge St., N.W.

(517) 284-7045

STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

MDHHS

517-284-7125

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

DTMB

N/A

DESCRIPTION

[email protected]

CONTRACT SUMMARY

MICHIGAN DEPARTMENT OF TECHNOLOGY,

MANAGEMENT AND BUDGET IT SERVICES STATEMENT OF WORK (SOW)

Project Title: Michigan Bridges

Period of Coverage: 2/11/17-10/10/17

REVISED Period of Coverage: 12/11/17-3/31/18

Requesting Department: Michigan Department of Health and Human Services (MDHHS)

Date: November 13, 2017

DTMB Contract Owner: Linda Pung

Phone: (517) 284-7125

Contract Information: Contractor: Deloitte Consulting LLP Contract # 071B7700072

Change Requests: N/A

Brief Description of Changes to Contract Change Notice (CCN): Extend the term of services under this CCN to March 31, 2018. Reduce the number of Contractor staff to six (6). PROJECT OBJECTIVE: The purpose of this SOW is to support the State in implementing changes to MAIN load (ML) / MAIN filter (MF) functionality for integration with SIGMA. SCOPE OF WORK: Staff augmentation to support changes to MAIN load (ML) / MAIN filter (MF) functionality for integration with SIGMA. Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte”) will provide support services to the Statewide Integrated Governmental Management Applications (herein referred to as “SIGMA”) project for the State of Michigan (hereinafter referred to as “State” or “SOM”). The purpose of this SOW is to support the State in implementing changes to MAIN load (ML) / MAIN filter (MF) functionality for integration with SIGMA. TASKS: Tasks will be assigned by Department of Technology, Management and Budget (DTMB) Project Manager on a monthly basis. WORK AND DELIVERABLES: To be established by DTMB Project Manager. ASSUMPTIONS: Cost estimate provided in this SOW is based on a 45 hour work week. ACCEPTANCE CRITERIA:

Timesheet sign-off by DTMB Project Manager. PROJECT CONTROL AND REPORTS: N/A SPECIFIC DEPARTMENT STANDARDS: Agency standards, if any, in addition to DTMB standards. PAYMENT SCHEDULE: The Contractor will provide seven (7) project staff members to maintain and support changes to ML/MF in support of the Sigma project. Prices are Firm Fixed and any changes will require a Contract Amendment approved by all parties including DTMB Procurement. Original Staff Augmentation table:

Title Hourly Rate Hours/month Monthly Total

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Technical Support Manager $ 170.00 176 $ 29,920.00

Technical Support Manager $ 170.00 176 $ 29,920.00

Supportive Software Analyst $ 110.00 176 $ 19,360.00

Total $ 177,760.00

Effective on August 11, 2017, the State requested that the Contractor reduce staff to six (6) for the remainder of the term of services. The above Original Staff Augmentation table is hereby replaced with below:

Title Hourly Rate Hours/month Monthly Total

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst

$ 140.00 176 $ 24,640.00

Technical Support Manager $ 170.00 176 $ 29,920.00

Technical Support Manager $ 170.00 176 $ 29,920.00

Total $ 158,400.00

Effective immediately, the Payment Schedule table is revised:

Payment Month Payment Amount

1 February 11, 2017 – March 10, 2017 $177,760.00

2 March 11, 2017 – April 10, 2017 $153,120.00

3 April 11, 2017 – May 10, 2017 $160,960.00

4 May 11, 2017 – June 10, 2017 $177,760.00

5 June 11, 2017 – July 10, 2017 $177,760.00

6 July 11, 2017 – August 10, 2017 $177,760.00

7 August 11, 2017 – September 10, 2017 $158,400.00

8 September 11, 2017 – October 10, 2017 $158,400.00

9 October 11, 2017 – November 10, 2017 $158,400.00

10 November 11, 2017 – December 10, 2017 $158,400.00

11 December 11, 2017 – January 10, 2018 $158,400.00

12 January 11, 2018 – February 10, 2018 $158,400.00

13 February 11, 2018 – March 10, 2018 $158,400.00

14 March 11, 2018 – March 31, 2018 $79,200.00

TOTAL SOW VALUE $2,213,120.00

DTMB will pay Contractor upon receipt of properly completed invoice(s), which shall be submitted to the billing address on the State-issued Purchase Order not more often than monthly. DTMB Accounts Payable area will coordinate obtaining Agency and DTMB Project Manager Approvals. All invoices should reflect actual work completed by payment date, and must be approved by the Agency and DTMB Project Manager prior to payment. The invoices shall describe and document to the State’s satisfaction a description of the work performed, the progress of the project and fees. When expenses are invoiced, receipts will need to be provided along with a detailed breakdown of each type of expense. Payment shall be considered timely if made by the DTMB within forty-five (45) days after receipt of properly completed invoices. EXPENSES: The State will NOT pay for any travel expenses, including hotel, mileage, meals, parking, etc. PROJECT CONTACTS: The designated DTMB Project Manager is:

Linda Pung Michigan Department of Technology, Management and Budget (517) 284-7125 [email protected]

AGENCY RESPONSIBILITIES: Participate in knowledge transfer activities and respond promptly to follow up questions.

LOCATION OF WHERE THE WORK IS TO BE PERFORMED: Consultants will work at 235 South Grand Avenue in Lansing, Michigan and from Deloitte offices in the US. EXPECTED CONTRACTOR WORK HOURS AND CONDITIONS: Normal working hours of 8:00 am to 5:00 pm are to be observed unless otherwise agreed to in writing. No overtime will be permitted.

STATE OF MICHIGAN ENTERPRISE PROCUREMENT Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 3

to

Contract Number 071B7700072

CONTRACT SUMMARY

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

February 11, 2017 February 10, 2022 3 - 1 Year February 10, 2022

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

□ P-Card ☐ Direct Voucher (DV) ☐ Other □ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICE OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$163,587,804.00 $4,138,500.00 $167,726,304.00

DESCRIPTION

Effective 9/25/2017, this Contract is increased by $4,138,200.00. Per the attached Statement of Work documents. All other terms, conditions, specifications, and pricing remain the same. Per contractor and agency agreement, DTMB Procurement approval and State Administrative Board approval on 9/25/2017.

Deloitte Consulting LLP

333 Bridge St., N.W.

Grand Rapids, MI 49504

Hari Murthy

212-313-2986

[email protected]

*******4513

Pro

gram

M

anag

er

Linda Pung MDHHS

517-284-7125

[email protected] C

on

tract A

dm

inistrato

r

Simon Baldwin DTMB

(517) 284-6997

[email protected]

ST

AT

E

CO

NT

RA

CT

OR

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

Modernization, Initial Revitalize Foundation

STATEMENT OF WORK

PROJECT TITLE: MDHHS Bridges Modernization, Initial Revitalize Foundation

PERIOD OF COVERAGE: 10/2/2017–1/31/2018

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: September 27, 2017

AGENCY PROJECT MANAGER: Karen Parker

PHONE: 517-335-5223

DTMB PROGRAM MANAGER: Linda Pung

PHONE: 517-241-9547

DTMB PROJECT MANAGER: Kemal Tekinel

PHONE: 517-241-5779

1.000 Project Identification 1.001 Project Request Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte”) will provide services to the State of Michigan (hereinafter referred to as “State” or “SOM”) in support of the Bridges Modernization project. All terms, conditions, and specifications contained in Contract 071B7700072 and subsequent Contract Change Notices (CCN) must remain in full force and effect.

The Michigan Department of Health and Human Services’ (hereinafter referred to as “MDHHS”) goal in modernizing the Bridges Eligibility Solution is to provide caseworker relief, reduce system maintenance costs and improve data sharing which as a key enabler for Integrated Service Delivery. This will be accomplished by delivering the modernized Bridges functionality in overlapping phased releases: Revitalize Foundation, Optimize Business and Empower Workforce. This Statement of Work (“SOW”) is created for the Contractor to provide resources as part of the Revitalize Foundation phase.

1.100 Scope of Work and Deliverables 1.101 In Scope The Contractor is responsible to provide project staff members who will work on the necessary initial setup and configuration of

the process, tools, and team structure to modernize the Bridges system. The Contractor work will be categorized in the following

areas:

• Improve existing software development process

• Implement ALM tool stack

• DevOps implementation

• Monitor system health

• Optimize operational data (design)

• Help Desk Transformation (design)

• Creation of additional business environments (design)

• Framework and Architecture Improvements (design)

• Analysis of Bridges legacy components (design)

• Baseline Performance Testing

1.102 AssumptionS

• Cost estimate provided in this SOW is based on a 45 hour work week.

• The Revitalize Foundation phase expected duration is 5 - 8 months, this SOW covers the first four months and a separate

SOW will be completed for Contractor effort necessary after January 31, 2018.

• State will procure and install all of the software necessary for system health monitoring, ALM and DevOps in adherence to

an agreed upon schedule.

• State will make available Subject Matter Experts (SMEs) to support the requirements gathering and design of certain

components based on an agreed upon schedule.

1.103 Environment Subject to the Contract terms

1.104 WORK And Deliverables The Contractor must collaborate with the State to determine the high level requirements for the MDHHS Bridges Modernization

Project.

Direction of tasks and work effort will be established by the DTMB Project Manager on a monthly basis.

1.105 timeline and Milestones. The scope of work depicted in this SOW is October 2, 2017 through January 31, 2018. During this phase, it is expected that the

State and the Contractor will develop and agree to a schedule for the Bridges Modernization project.

1.200 Roles and Responsibilities 1.201 Contractor Staff, Roles, And Responsibilities The Contractor will build up a workforce adequate to accomplish the Revitalize Foundation phase of the MDHHS Bridges

Modernization Project in a timely manner. Project staff members will be incrementally added to the project beginning October 2,

2017. By January 1, 2018, the Contractor will provide 41 project staff members to work on the initial setup and configuration for

the Revitalize Foundation phase and transition to the next phase.

The State anticipates that a total of 41 Contractor project staff members are necessary to complete the Revitalize Foundation

phase. Changes to this total will be managed via the established project change request process and will necessitate an

amendment to this SOW and a CCN to be issued.

A. Contractor Staff The table below lists the minimum number and classifications of IT resources to be provided under this SOW and is subject to

the Contract terms:

B. On Site Work Requirements 1. Location of Work Tasks associated with this project will be spread across the project location in Lansing, Michigan and Contractor offices in the United States. The State is not obligated to provide physical work space for Contractors in Lansing, Michigan.

2. Hours of Operation: a. Normal State working hours are 8:00 a.m. to 5:00 p.m. EST, Monday through Friday, with work performed as necessary after those hours to meet project deadlines. No overtime will be authorized or paid. b. The State is not obligated to provide State management of assigned work outside of normal State working hours. The State reserves the right to modify the work hours in the best interest of the project. c. Contractor shall observe the same standard holidays as State employees. The State does not compensate for holiday pay.

1.202 State Staff, Roles, And Responsibilities The State is able to provide the following limited resources for the Contractor’s use on this project:

• State ID for admittance into a State facility

• Access to State servers and enterprise resources (e.g. email)

• Access to Printers

• Access to copiers and fax machine

• Access to conference rooms

• VPN tokens for remote accessibility of State Network

The State reserves the right to suspend or revoke Contractor’s access to State resources at any time. However, revoking access may impact the schedule. The State project team will consist of Executive Subject Matter Experts (SMEs), project support, and a MDTMB and Agency project manager: Executive Subject Matter Experts

No. Workstream Project Role Contract Role Contract Rate October Hours October Total November Hours November Total December Hours December Total January Hours January Total Total1 Improve software delivery proces Coach #1 Application Development Manager 265.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 190,800.00$

2 Improve software delivery proces Coach #2 Application Development Manager 265.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 190,800.00$

3 Implement ALM tool stack, DevOpConfig Mgmt Lead Application Development Manager 265.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 190,800.00$

4 Optimize operational data Data Architect Application Development Manager 265.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 190,800.00$

5 Optimize operational data Database Admin Technical Support Manager 170.00$ 180 30,600.00$ 180 30,600.00$ 180 30,600.00$ 180 30,600.00$ 122,400.00$

6 Optimize operational data Database Admin Technical Support Manager 170.00$ 180 30,600.00$ 180 30,600.00$ 180 30,600.00$ 180 30,600.00$ 122,400.00$

7 Framework and Architecture Imp Analyst Production Support Manager 165.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 118,800.00$

8 Creation of additional business en Infrastructure Lead Application Development Manager 265.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 190,800.00$

9 Framework and Architecture Imp Integration Architect Application Development Manager 265.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 190,800.00$

10 Monitor system health Monitoring Analyst Production Support Manager 165.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 118,800.00$

11 Framework and Architecture Imp Integration Developer Technical Support Manager 170.00$ -$ -$ 180 30,600.00$ 180 30,600.00$ 61,200.00$

12 Framework and Architecture Imp Integration Developer 2 Technical Support Manager 170.00$ -$ -$ 180 30,600.00$ 180 30,600.00$ 61,200.00$

13 Analysis of Bridges legacy compo UI Architect Application Development Manager 265.00$ -$ -$ 180 47,700.00$ 180 47,700.00$ 95,400.00$

14 Analysis of Bridges legacy compo UI Lead Application Development Manager 265.00$ -$ -$ 80 21,200.00$ 80 21,200.00$ 42,400.00$

15 Help Desk Transformation Business Analyst Technical Support Manager 170.00$ -$ 180 30,600.00$ 180 30,600.00$ 180 30,600.00$ 91,800.00$

16 Help Desk Transformation Business Analyst Production Support Manager 165.00$ -$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 89,100.00$

17 Implement ALM tool stack, DevOpConfiguration Management Anal Application Development Manager 265.00$ -$ -$ 180 47,700.00$ 180 47,700.00$ 95,400.00$

18 Implement ALM tool stack, DevOpConfiguration Management Anal Technical Support Manager 170.00$ -$ -$ 180 30,600.00$ 180 30,600.00$ 61,200.00$

19 Framework and Architecture Imp Decision table analyst Senior Systems/Business Analyst 140.00$ -$ -$ 180 25,200.00$ 180 25,200.00$ 50,400.00$

20 Framework and Architecture Imp Decision table analyst Senior Systems/Business Analyst 140.00$ -$ -$ 180 25,200.00$ 180 25,200.00$ 50,400.00$

21 Framework and Architecture Imp EDBC Specialist Senior Systems/Business Analyst 140.00$ -$ -$ 180 25,200.00$ 180 25,200.00$ 50,400.00$

22 Framework and Architecture Imp EDBC Specialist Senior Systems/Business Analyst 140.00$ -$ -$ 180 25,200.00$ 180 25,200.00$ 50,400.00$

23 Framework and Architecture Imp EDBC Specialist Senior Systems/Business Analyst 140.00$ -$ -$ 180 25,200.00$ 180 25,200.00$ 50,400.00$

24 Framework and Architecture Imp Post Determination Specialist Senior Systems/Business Analyst 140.00$ -$ -$ 180 25,200.00$ 180 25,200.00$ 50,400.00$

25 Framework and Architecture Imp Post Determination Specialist Senior Systems/Business Analyst 140.00$ -$ -$ 180 25,200.00$ 180 25,200.00$ 50,400.00$

26 Framework and Architecture Imp Proof of concept developer Production Support Manager 165.00$ -$ -$ 180 29,700.00$ 180 29,700.00$ 59,400.00$

27 Framework and Architecture Imp Proof of concept developer Production Support Manager 165.00$ -$ -$ 180 29,700.00$ 180 29,700.00$ 59,400.00$

28 Framework and Architecture Imp Proof of concept developer Production Support Manager 165.00$ -$ -$ 180 29,700.00$ 180 29,700.00$ 59,400.00$

29 Framework and Architecture Imp Proof of concept developer Production Support Manager 165.00$ -$ -$ 180 29,700.00$ 180 29,700.00$ 59,400.00$

30 Framework and Architecture Imp Framework architect Application Development Manager 265.00$ -$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 143,100.00$

31 Monitor system health Monitoring lead Application Development Manager 265.00$ -$ 180 47,700.00$ 180 47,700.00$ 180 47,700.00$ 143,100.00$

32 Monitor system health Monitoring Analyst Production Support Manager 165.00$ -$ -$ -$ 180 29,700.00$ 29,700.00$

33 Optimize operational data Data Analyst Production Support Manager 165.00$ -$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 89,100.00$

34 Optimize operational data Data Analyst Production Support Manager 165.00$ -$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 89,100.00$

35 Optimize operational data Data Analyst Production Support Manager 165.00$ -$ -$ 180 29,700.00$ 180 29,700.00$ 59,400.00$

36 Optimize operational data Data Analyst Production Support Manager 165.00$ -$ -$ 180 29,700.00$ 180 29,700.00$ 59,400.00$

37 Optimize operational data Data Analyst Production Support Manager 165.00$ -$ -$ 180 29,700.00$ 180 29,700.00$ 59,400.00$

38 Technical Lead Delivery Lead Application Development Manager 265.00$ -$ 20 5,300.00$ 40 10,600.00$ 40 10,600.00$ 26,500.00$

39 Creation of additional business en Operations DBA Production Support Manager 165.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 118,800.00$

40 Creation of additional business en Operations DBA Production Support Manager 165.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 118,800.00$

41 Creation of additional business en Server Engineer Senior Systems/Business Analyst 140.00$ 180 25,200.00$ 180 25,200.00$ 180 25,200.00$ 180 25,200.00$ 100,800.00$

42 Baseline performance testing Performance test lead Production Support Manager 165.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 180 29,700.00$ 118,800.00$

43 Baseline performance testing Performance test engineer Senior Systems/Business Analyst 140.00$ 180 25,200.00$ 180 25,200.00$ 180 25,200.00$ 180 25,200.00$ 100,800.00$

546,300.00$ 766,700.00$ 1,364,700.00$ 1,394,400.00$ 4,072,100.00$

The Executive Subject Matter Experts representing the business units involved will provide the vision for the business design and how the application shall provide for that vision. They shall be available on an as needed basis. The Executive SME’s will be empowered to:

• Resolve project issues in a timely manner

• Review project plan, status, and issues

• Resolve deviations from project plan

• Provide sign-off of Final State Acceptance

• Utilize change control procedures

• Ensure timely availability of State resources

• Make key implementation decisions, as identified by the Contractor’s project manager, within 48-hours of their expected decision date

Name Agency/Division Title

Linda Pung DTMB Agency Services – MDHHS General Manager / Program Manager

Karen Parker MDHHS Senior Deputy Director, BIC State Project Manager The State will provide Project Managers who will be responsible for the State’s infrastructure and coordinate with the Contractor in determining the system configuration. The State’s Project Managers will provide the following services:

• Coordinate the State resources necessary for the project

• Facilitate coordination between various external contractors

• Facilitate communication between different State departments/divisions

• Provide acceptance and sign-off of deliverables

• Review and sign-off invoices

• Resolve project issues

• Escalate outstanding/high priority issues

• Utilize change control procedures

• Conduct regular and ongoing review of the project to confirm that it meets original objectives and requirements

• Document and archive all important project decisions

• Arrange, schedule and facilitate State staff attendance at all project meetings

The list below includes State leads for the MDHHS Bridges Modernization project, not inclusive of all State staff performing work effort on this project.

Name Agency/Division Title Supporting Role

Kemal Tekinel DTMB Agency Services – MDHHS

Director, Eligibility Division

Technical Owner, DTMB Project Manager

John Mozurkewich

MDHHS BIC Eligibility PMO

Eligibility Project Manager

Project Manager

1.300 Project Plan and Management The Contractor must adhere to the processes as defined within the Contract under Schedule A, Statement of Work, sections 1.300 Project Plan and 1.400 Project Management

1.301 Reports A weekly progress report must be submitted in a format mutually agreed upon to the DTMB Project Manager throughout the life of this project. Each weekly progress report must contain the following:

1. Status: Indicate performance on the scope, schedule, milestones and deliverables.

2. Current Activities: Indicate the projected tasks and activities that will be worked on over the next reporting period in relation to the scope, schedule, milestones and deliverables.

3. Key Accomplishments: Indicate activities and tasks worked on and what was completed during the current reporting period.

4. Issues and Risks: Indicate any concerns or topics that may jeopardize the scope, schedule, milestones and deliverables.

1.500 Acceptance 1.501 Deliverable Acceptance critera 1. Documents are to be dated and in electronic format, compatible with State of Michigan software

2. Draft documents are not accepted as final Deliverables.

3. Documents will be reviewed and accepted in accordance with the requirements of this SOW.

4. DTMB and MDHHS will review documents within 5 business days.

a. Approvals will be written and signed by the DTMB Eligibility PMO Manager and the Director, Eligibility Division.

b. Issues will be documented and submitted to the Contractor and resolved per Contract Section 21.

1.502 Acceptance Acceptance for written Deliverables will governed as per acceptance procedures in effect for the Contract.

1.503 FINAL Acceptance Payment will be made upon the Contractor providing all Deliverables identified in Section 1.104 Work and Deliverables and

acceptance has been granted by the State as per Section 1.500 Acceptance.

1.600 Compensation and Payment 1.601 Compensation And Payment Method of Payment Prices are Firm Fixed and any changes require an Amendment issued via a Contract Change Notice approved by all parties including DTMB Procurement. Payments to the Contractor will be made monthly:

Payment Month Payment Amount

1 October 2, 2017 – October 31, 2017 $546,300.00

2 November 1, 2017 – November 30, 2017 $766,700.00

3 December 1, 2017 – December 31, 2017 $1,364,700.00

4 January 1, 2018 – January 31, 2018 $1,394,400.00

TOTAL SOW VALUE $4,072,100.00

The total proposed fees for this phase of the project is $4,072,100.00 USD, based on the engagement starting on October 2, 2017 and ending on January 31, 2018. DTMB will pay the Contractor upon receipt of properly completed invoices and supporting signed acceptance documents by DTMB Project Manager. Invoices must be submitted to the billing address on the State issued purchase order not more often than monthly. All invoices should reflect actual work completed by payment date, and must be approved by the DTMB Project Manager prior to payment. DTMB Accounts Payable area will coordinate obtaining approval from the DTMB Project Manager, which will be provided only upon the completion of each release and the deliverables outlined for the release. The invoices shall describe and document to the State’s satisfaction and a description of the work performed and the progress of the project. All invoices must include the State of Michigan issued purchase order number. Payment shall be considered timely if made by the DTMB within forty-five (45) days after receipt of properly completed invoices. Travel The State will not pay for any travel expenses, including hotel, mileage, meals, parking, etc. Travel time will not be reimbursed. Out-of-Pocket Expenses Contractor out-of-pocket expenses are not reimbursable by the State.

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS UNIVERSAL CASELOAD (UCL) CONSTRUCTION AND IMPLEMENTATION STATEMENT OF WORK

PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Universal Caseload (UCL) CONSTRUCTION, TESTING,IMPLEMENTATION, AND PILOT SUPPORT

PERIOD OF COVERAGE: May 8, 2017 – Feb 10, 2018

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: September 27, 2017

AGENCY PROJECT MANAGER: Karen Parker

PHONE: 517-335-5223

DTMB PROJECT MANAGER: Linda Pung

PHONE: 517-241-9547

1.000 Project Identification 1.001 Project Request This SOW amends the MDHHS Bridges Maintenance, Support and Enhancements Contract 071B7700072, Change Notice #2, for Deloitte Consulting LLP (“Contractor”). This amendment includes additional effort and cost as a result of Business Integration Center (BIC) Integrated Service Delivery (ISD) Program Management approved Project Change Requests (CR). The current functional design, system design, the configuration setup in development of UCL will be impacted. However no code or schedule baseline is impacted as UCL is a new project and the development is in progress. All terms, conditions, and specifications contained in the existing Contract and subsequent Contract Change Notices (CCN) must remain in full force and effect. Sections that are affected by the approved CRs are referenced directly within this SOW and are in addition to the work and deliverables documented within CCN2.

1.100 Scope of Work and Deliverables 1.101 In Scope 1. ISD UCL CR 187 BRG WR BRGUS00267813 PARIS Match Phase I

a. New alert for the PARIS Match Phase I project must to be converted to a task for offices implementing UCL.

b. As part of the PARIS Match Phase 1 project, the BRIDGES system will create a new Alert & Reminder when the ingestion

of the PARIS match file occurs, a new alert is generated for the worker on the case where a match needs review.

c. The alerts created in BRIDGES must be intercepted and converted to relate UCL Tasks for all UCL enabled cases.

d. UCL impact includes:

i.Analysis ,design for creating a new UCL Task that replaces the PARIS match review alert for UCL cases.

ii.Configuring the new UCL task to the event and queue for the new UCL task generation.

iii.Test the new UCL Task generation for UCL cases and test the new alert for BRIDGES non UCL cases.

2. ISD UCL CR 189 - BRG WR BRGUS00496058 - Asset Verification

a. New alert proposed for Asset verification needs to be converted to a task for offices implementing UCL.

b. Asset Verification provides that if the case is requesting for Medicaid Assistance (MA), the BRIDGES system will interface

with the financial institution verification system that verifies the user provided financial account details. BRIDGES will create

alerts when a match is found or when a match is not found or when no response is received.

c. The alerts created in BRIDGES must be intercepted and converted to relate UCL Tasks for all UCL enabled cases.

d. UCL impact includes:

i.Analysis ,design for creating a new UCL Task that replaces the PARIS match review alert for UCL cases.

ii.Configuring the new UCL task to the event and queue for the new UCL task generation.

iii.Test the new UCL Task generation for UCL cases and test the new alert for BRIDGES non UCL cases.

3. ISD UCL CR 95 FAP Complaints Resolution

a. With the UCL implementation, tracking of Food Assistance Program (FAP) complaints must be developed.

i.UCL must provide sections that the MDHHS worker can enter a statement of the issue, record the action taken to resolve

the issue, and any additional remarks.

ii.UCL must provide a reporting capability that includes the statistical information as approved within the CR.

1.104 WORK And Deliverables Phases, Activities and Deliverables within the existing CCN2 must include details and efforts of above approved CRs.

1.600 Compensation and Payment 1.601 Compensation And Payment Method of Payment The table below replaces in its entirety the table in CCN2. Increased costs are incurred on #4 and #5 only:

# Milestone Milestone Start

Date Sign Off Date

REPLACED CCN2

Payable on Milestone

REVISED Payable on Milestone

1 System Design May 8, 2017 July 1, 2017 $757,200.00 $757,200.00

2 Construction Checkpoint 1 May 22, 2017 August 11, 2017 $757,200.00 $757,200.00

3 Construction Checkpoint Complete May 22, 2017

September 30, 2017 $757,200.00 $757,200.00

4 System Testing August 14, 2017 October 27, 2017 $757,200.00 $808,400.00

5 User Acceptance Testing October 1, 2017 December 17, 2017 $1,514,400.00 $1,529,600.00

6

Pilot Production Implementation (Pilot Go Live)

December 18, 2017 December 22, 2017 $3,028,800.00 $3,028,800.00

Total Design, Development and Implementation Costs $7,572,000.00 $7,638,400.00

7 Pilot Support - Support October 1, 2017 December 22, 2017 $377,146.67 $377,146.67

8

Pilot support – Manage and security setup and Conversion implementation

December 18, 2017 January 19 2018 $377,146.67 $377,146.67

9 Pilot support – Field support January 19, 2018 February 10, 2018 $377,146.66 $377,146.66

Total Pilot Production Support Costs $1,131,440.00 $1,131,440.00

10 Business Readiness (Construction Complete) May 8, 2017

September 30, 2017 $112,200.00 $112,200.00

11 Business Readiness (Implementation) October 1, 2017 December 22, 2017 $112,200.00 $112,200.00

12 Business Readiness (Pilot Support)

December 18, 2017 February 10, 2018 $52,800.00 $52,800.00

Total Business Readiness Costs $277,200.00 $277,200.00 The total proposed fees for this phase of the project is increased by $66,400 from $8,980,640.00 to $9,047,040.00 USD, based on the engagement starting on May 8, 2017 and ending on February 10, 2018.

STATE OF MICHIGAN ENTERPRISE PROCUREMENT Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE

NOTICE

Change Notice Number 2

to Contract Number 071B7700072

CONTRACT SUMMARY

MAINTENANCE, SUPPORT AND ENHANCEMENTS TO MDHHS BRIDGES

INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

February 11, 2017 February 10, 2022 3 - 1 Year February 10, 2022

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

□ P-Card ☐ Direct Voucher (DV) ☐ Other □ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICE

OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$154,607,164.00 $8,980,640.00 $163,587,804.00

DESCRIPTION

Effective 5/8/2017, this Contract is increased by $8,980,640.00 for Design, Construction, Testing, and Implementation of the Universal Case Load (UCL) portion of the Integrated Service Delivery (ISD) Project. All other terms, conditions, specifications, and pricing remain the same. Per Contractor and Agency agreement, DTMB Procurement approval, and State Administrative Board approval on 1/24/2017.

Deloitte Consulting LLP

333 Bridge St., N.W.

Grand Rapids, MI 49504

Hari Murthy

212-313-2986

[email protected]

*******4513

Pro

gram

M

anag

er

Linda Pung MDHHS

517-284-7125

[email protected]

Co

ntract

Ad

min

istrator

Simon Baldwin DTMB

(517) 284-6997

[email protected]

STA

TE

CO

NT

RA

CT

OR

MICHIGAN DEPARTMENT OF TECHNOLOGY

MANAGEMENT AND BUDGET IT SERVICES

MDHHS UNIVERSAL CASELOAD (UCL) CONSTRUCTION AND IMPLEMENTATION STATEMENT OF WORK

PROJECT TITLE: Maintenance, Support and Enhancements to MDHHS Bridges: Universal Caseload (UCL) CONSTRUCTION, TESTING,IMPLEMENTATION, AND PILOT SUPPORT

PERIOD OF COVERAGE: May 8, 2017 – Feb 10, 2018

REQUESTING DEPARTMENT: Michigan Department of Technology, Management and Budget (DTMB) in support of MDHHS

DATE: May 5, 2017

AGENCY PROJECT MANAGER: Karen Parker

PHONE: 517-335-5223

DTMB PROJECT MANAGER: Linda Pung

PHONE: 517-241-9547

1.000 Project Identification

1.001 PROJECT REQUEST

Universal Case Load (UCL) transforms the State’s approach in serving citizens (human service assistance recipients) from a local model to statewide management of customer service operations. A gradual statewide rollout is envisioned, and Deloitte Consulting LLP (“Contractor”) is engaged to design, construct, implement and pilot UCL enhancements to the Michigan Department of Health and Human Services (MDHHS) integrated eligibility system (BRIDGES). All duties and obligations described herein will become part of existing Contract 071B7700072. All terms, conditions, and specifications contained in the existing Contract must remain in full force and effect. The Universal Caseload project includes six components:

1) Statewide access to process cases, which is also called universal case access

2) Task-based case management model

3) Enhanced workflow dashboards and reports

4) Changes to BRIDGES application to support task based case processing model

5) Conversion of current case processing model to task based case management model and vice-versa

to support both pilot and non-pilot offices

6) Security and manage office setup to support task based case processing.

This Statement of Work (SOW) is created for the Contractor to provide resources for the fixed duration of the project. Resources will complete system design, systems development and system testing as described in this SOW. In addition, resources will support MDHHS in user acceptance testing, business readiness, pilot implementation and pilot support for the MDHHS Universal Caseload (UCL) project in Shiawassee and Gratiot counties.

.

4 Version (12/2016)

1.100 Scope of Work and Deliverables

1.101 IN SCOPE

The scope of this phase comprises:

Develop detailed system design for the UCL framework, task management, work flow engine,

dashboard & reporting, relevant changes to BRIDGES system

Construct the software of the system in accordance with system design

Execute unit and systems integration testing

Support MDHHS with user acceptance testing (UAT)

Support DTMB with deployment of the UCL system to production, UAT and training environments

Support change management (business readiness) activities:

o Provide support to the business owner and SME team in creating a communication strategy,

responsibility matrix, reporting model and build communication materials such as FAQs,

posters, decks

o Provide support to the business owner in creating a training plan

o Provide support to the business owner in establishing rollout logistics and staffing plan for the

pilot implementation

o Support pre-production tests at pilot locations, to be executed during the UAT phase

Support the pilot implementation, which is the first step that precedes a phased statewide rollout, and

provide pilot support through February 10th, 2018. Support comprises:

o Develop a conversion approach and software to convert alerts and reminders from the

current BRIDGES model to UCL task-based model for cases in the pilot counties selected

o For case with client leaving the pilot counties, design and develop a process to address the

existing tasks before transfer

o Assist UCL and security administrators in configuring office setup, queue setup, security

setup in the pilot counties

o Establish a war room to coordinate and resolve issue resolution and emergency support

o Augment the State’s SMEs in providing field support at pilot office locations through February

10th as follows:

Location State SMEs Contractor-provided field

support

Shiawassee county office 2 FTEs 2 FTEs

Gratiot county office 2 FTEs 2 FTEs

In addition, change management (business readiness) activities during this phase include supporting the Business owner with following strategic planning activities for the future statewide roll out of UCL:

Analyze, prepare and enable supporting discussions between the executive sponsor and County

directors in finalizing regional operating models

Prepare workshop content and support the State business team as they conduct working sessions

with County directors

Establishing a rollout toolkit that counties would use to prepare for and adopt the UCL model

1.102 ASSUMPTIONS

Procurement and infrastructure management for hardware, software necessary for the project is managed by DTMB. Contractor will identify technical requirements to DTMB, as outlined in Section 1.103 that follows.

5 Version (12/2016)

Configure offices and staff only for the two UCL pilot counties Shiawassee and Gratiot county offices.

Training material development and delivery of training to pilot county case workers is not included in scope. MDHHS has a dedicated team for training however, Contractor will provide support in the form of appropriate UCL direction and use within the training plan.

Changes to the BRIDGES system referred in appendix A will be reviewed and approved by the BRIDGES business and technical owners.

Requirements that are changes to BRIDGES which were not due to UCL are not in scope of this SOW. These requirements will be identified and forwarded to BRIDGES business owner.

UCL reports will be built on existing BRIDGES report infrastructure. Upgrades to the BRIDGES reports infrastructure and the existing BRIDGES reports are outside the scope of this SOW.

 DTMB will manage software builds and deployments for integration and higher environments.

DTMB will provide necessary support with code configuration management, software builds and

database builds.

DTMB will provide Bridges environments for the Conversion efforts.

Existing Contractor M&O personnel will provide technical design support to review BRIDGES

changes required for UCL; not to exceed 800 hours.

1.103 ENVIRONMENT

As determined during UCL Initiation and Planning, software, technology and standards for the UCL implementation mirrors BRIDGES. Requirements traceability and related artifacts are managed using Rational Clear Quest (CQ). Similar to BRIDGES, UCL software components will be developed with J2SE 1.8 and J2ee 2.0 and the software deployed on WebSphere Application Server 9.0. Developers will use Rational Application Developer IDE Version 9.6 (RAD). The database remains consistent (Oracle 12g), however a separate schema within the BRIDGES database will contain UCL tables and related objects. Software configuration management is maintained in Rational Clear Case (CC) and changes to the code will be tracked using Rational Clear Quest (CQ).

Code merging with BRIDGES and related regression testing is executed as follows:

1. A new development code stream that has been created out of BRIDGES release 17.3 upgraded to JDK 1.8 is used to develop UCL. This new UCL code stream will support integration and system testing to BRIDGES Eligibility.

2. Changes made to BRIDGES code via release 17.6 will be merged into the UCL stream by the Contractor.

3. UCL code will be merged by the Contractor with the BRIDGES code stream and following release 17.9., UAT will be performed in BRIDGES the UAT environment.

6 Version (12/2016)

The Contractor will work with DTMB to identify software and hardware needs. Incremental needs are identified below:

Category Incremental Needs (obtained by DTMB)

Rational Application Developer 9.6 with WAS 9.0 test environment

40 additional licenses needed for developers and system designers

Oracle 12g Additional licenses for 3 new UCL environments

SQL Plus and PL SQL 45 additional licenses needed for analysts, developers and system designers

WebSphere App Server 9.0 Additional licenses for 3 new UCL environments

Rational Clear Quest 45 additional licenses needed for analysts, developers and system designers

Rational Clear Case 40 additional licenses needed for newly planned project team members

VPN/Software 40 licenses for VPN software. Bridges Images

7 Version (12/2016)

Contractor will leverage their US development center in Orlando, Florida to develop and test the software. To support this offsite development, Contractor will connect to the State of Michigan network using VPN.

1.104 WORK AND DELIVERABLES

A) Phases: The project consists of the following phases of work:

System design – to identify modifications to the existing BRIDGES system and design

components to implement UCL requirements

Construction – to code system components

System Testing – functionality is tested to determine the solution meets predetermined

functionality, performance, quality, and security requirements. System testing is conducted to

validate the solution will operate in its intended environment, satisfies all the user requirements,

and is supported with complete and accurate documentation. Assess if any regression impact to

BRIDGES

User Acceptance Testing (UAT) – follows system testing to enable designated end users and

key stakeholders to review and validate the system functionalities prior to implementation into

production

Implementation – to execute a conversion dry run and deploying the changes to pilot production

Pilot – to implement system configuration for the pilot counties, and conversion of alerts and

reminders, resulting in the start of the Pilot period. While the Pilot period concludes on March 31,

2018 with a pilot evaluation, Contractor’s support for pilot activities is provided via this SOW until

February 10, 2018

B) Activities and Deliverables

Activities performed and deliverables produced by the Contractor are listed below.

# Activities Deliverable 1 Detailed system design

Design new process flows and identify

integration points in the system

Identify and design necessary data changes

and data table changes

Identify necessary day 0 (setup) changes.

Identify necessary new dashboards data

requirements

Identify changes to BRIDGES screens and

their impact to the current functionality

Identify data conversion requirements

between pilot and non-pilot counties and

design suitable conversion approach and

conversion programs

Identify test plan and test cases for the

approved requirements

Updated and completed DL200 Functional design; revised as necessary, to align with system design

Update and complete system design SEM-0604

Initiate conversion plan SEM-0601 Initiate test plan SEM-0602 Initiate test type approach and

report SEM-0603 Initiate test case SEM-0606

2 Construction Checkpoint1

Develop and unit test task and workflows

Develop and unit test dashboards

Develop and unit test security and manage

office changes

Initial demonstration of UCL solution. Demonstration scope to include basic workflows and dashboards of workers and managers

8 Version (12/2016)

3 Construction Checkpoint 2

Develop and unit test conversion

Develop and unit test reports

Develop and unit test bridges changes

Develop and unit test task workflow

integration to BRIDGES

Develop and unit test call center integration

Second demonstration of the UCL solution. Demonstration scope to include all workflows and all dashboards. The scope will also include BRIDGES changes and reports

4 System Testing

Complete integration testing of all modules

using the initial test plan and test cases

Update test case and test plan document

using the results of testing

Update conversion plan, for any new

changes identified

Analyze and fix identified defects

Update conversion plan SEM-0601 Update and complete test plan

SEM-0602 Update and complete test type

approach and report SEM-0603 Update and complete test case

SEM-0606 Update conversion plan SEM-0601 Check in graphics and images Check in java source code Check in database code

5 User Acceptance testing

Support as defined within the Testing Plan

(SEM-0602)

Support setup of user acceptance testing

activities

Support user acceptance testing

Analyze and fix identified defects

Complete UCL conversion dry run

Update and complete conversion plan SEM-0601

Initiate and create implementation plan

Initiate and create deployment plan. Check in code fixes UCL conversion dry run report

6 Pilot production Implementation support

Support as defined within the

Implementation Plan (SEM-0702)

Execute activities identified in deployment

plan

Support deployment of UCL code into

production with UCL mode switched off

Analyze and fix identified defects

Update implementation plan Code fix check in

7 Pilot support - Manage office , Security setup and Conversion Implementation

Support as defined within the Conversion

Plan (SEM-0601)

Support setup of Manage office and security

in pilot offices

Support implementation of conversion plan

Update Implementation plan Pre conversion check list Validation results of conversion

8 Pilot support - Pilot

Support as defined within the Conversion

Plan (SEM-0601)

Support implementation of UCL in pilot

counties using implementation plan

Release notes Post go live evaluation report -

PMM-0016 EXP

9 Version (12/2016)

9 Pilot support – Field support

Support as defined within the Conversion

Plan (SEM-0601)

Support post go-live activities

Support issue resolution and escalation

Pilot interim report Plan for additional pilot rollouts

Deliverables for the UCL project adhere to the Project Management Methodology (PMM) and System

Engineering Methodology (SEM). Deliverable preparation, review and approval responsibilities are outlined

below.

Deliverable 

 

Deliverables responsibilities 

Planned activities 

 SUITE deliverable identifier

Deliverable creation and revisions

Deliverable review and acceptance

PMM and SEM adherence

Requirements Traceability Matrix

SEM-0401 Deloitte MDHHS BIC Updates to the document at all stages.

Functional Design

DL-200 Deloitte MDHHS BIC Updated after systems design

Conversion Plan SEM-0601 Deloitte MDHHS, DTMB

BIC

Initiated after system design.

Updated and completed after implementation stage exit

Test Plan SEM-0602 Deloitte MDHHS BIC

Initiated after system design.

Updated and completed after testing stage exit

Test Type Approach and Report

SEM-0603 Deloitte MDHHS BIC

Initiated after system design.

Updated and completed after testing stage exit

Functional Design

DL-200 Deloitte MDHHS,

DTMB BIC

Completed after systems design; revised as necessary to align with systems design

System Design SEM-0604 Deloitte MDHHS,

DTMB BIC

Completed after systems design

Construction Schedule

Excel Deloitte MDHHS BIC

To be prepared following system design completion; will indicate work items and due dates.

Implementation Plan

SEM-0702 Deloitte MDHHS, DTMB

BIC

Initiated after system design.

Updated and completed after Implementation stage exit.

Test Case SEM-0606 Deloitte MDHHS BIC

Initiated after system design.

Updated and completed after testing stage exit

JAVA Code Application Source Code

Deloitte DTMB Not Applicable

Initiated and completed after construction & testing stage exit

10 Version (12/2016)

Deliverable 

 

Deliverables responsibilities 

Planned activities 

 SUITE deliverable identifier

Deliverable creation and revisions

Deliverable review and acceptance

PMM and SEM adherence

Database Stored Procedures

Database Source Code

Deloitte DTMB Not Applicable

Initiated and completed after construction & testing stage exit

Graphics/Images User Interface Elements

Deloitte DTMB Not Applicable

Initiated and completed after construction & testing stage exit

Conversion dry run report

Word/Excel Deloitte MDHHS Not applicable

Initiated and completed after construction & testing stage exit

Post Implementation Evaluation Report

PMM-0016 EXP

DTMB, Deloitte

DTMB,

MDHHS BIC

Initiated and completed after Implementation stage exit

Release Notes Word/Excel Deloitte

MDHHS

Not applicable

Initiated and completed after Implementation Stage Exit

Pilot interim report

Word/Excel Deloitte MDHHS Not applicable

An interim report summarizing pilot support findings until February 10, 2018. The report will be revised and updated upon pilot completion, via subsequent statements of work.

Stage Exit Approval

SEM-0189 DTMB, BIC

MDHHS, Deloitte

BIC

Completed after each Stage Exit; must include reference to and acceptance of each Stage Deliverable

C) Requirements

Below are high level requirements for the MDHHS UCL Project components that are currently being

worked on by the Contractor and the State during requirements and functional design phase to identify

the detailed requirements.

Universal Caseload (UCL) solution is composition of the following five sub modules   a. Universal Case Load Framework

UCL framework will provide statewide and specialized case access supported by task based business

processes and intelligent workflow management. MDHHS currently utilizes case workers who own

their caseloads from beginning to closure of cases. The caseworker is the beneficiary’s single point of

contact, this increases the workload of case workers and the workload is not equally distributed across

the State. UCL framework modifies the process of case management and allows the processing of

case actions to be handled by workers across the State, enabling improved workload balancing.

The scope is:

11 Version (12/2016)

• Statewide case access to support task management

• Specialized case access for specialty by program, zip code, type of assistance, county

• Assignment of tasks related to a specific case to the same special worker

• Provide configurable options for rollout by office, regions, and county

• Provide queue profile to users, so that they can be assigned to primary, secondary queues

• Enable task assignment based on priority and hierarchy of queues

• Leverage and maintain current manage office framework

• Provide virtual office creation capabilities

• Support effective reuse of existing manage office and security setup framework components,

where possible

• Identify conversion plan of existing task and reminders

• Identify conversion plan of existing case activities in pilot region

• Identify conversion plan on incoming case transfer to pilot region

• Identify conversion plan on outgoing case transfer from pilot region

b. Task Based Work Management

In the future, cases will be managed Statewide using a simplified business process that categorizes

the lifecycle of case management via tasks. The tasks are assigned to a case worker based on a work

profile, also known as a queue. The case management tasks can be performed by a multitude of

individuals with relevant skills required to process case actions. Tasks can be distributed among offices

and geographic areas based on demographic needs and configuration rules are provided to distribute

tasks among offices and geographies. Without the constraint of a single case owner, available work

force capacity can be redeployed as needed to address specific tasks, increasing efficiencies and

offering control and customization at the local level.

The scope is:

• Implement automatic task creation through multiple interfaces and services

• Support manual creation and assignment of tasks

• Manage MDHHS case worker and client task history and tracking

• Provide configurable office and task based security

• Prioritize tasks by to primary, secondary, tertiary queues

• Move tasks individually or by group from one queue to other

c. Intelligent Work Flow Management

The UCL workflow management engine assigns tasks to individuals or groups using a configurable rule

set. The engine references the rules to manage workload and assigns tasks to workers using a UCL

profile and task load parameters assigned. The engine also maintains and monitors the task timeline

and provides reminders to help the worker complete the task. The engine escalates tasks to the

supervisor, using escalation rules established.

12 Version (12/2016)

The scope is:

• Assign tasks using the worker profile, security roles and availability rules

• Enable manual assignment of tasks controlled by rules based on worker profile and security

roles

• Determine task completion date and track completion

• Escalate tasks based on non-completion and/or change in case status

• Collect and maintain user schedules, time off and breaks

• Manage task assignments using user schedules

• Maintain work queue loads and provide alerts to managers and supervisors

• Manage group task assignment by identifying the priority of the task and assigning them to the

appropriate queue

d. User Dashboards, Reporting and Analytics 

UCL will provide user centric dashboards and reporting. The UCL will also provide data to support

analytics to help increase efficiencies and improve customer service. Management reporting will be

created to measure workload tracking and improve the beneficiary experience.

The scope is:

• Dashboard to show details of task to users by their profile. Dashboards will provide search

and filter capabilities

• Dashboards for manager/supervisor users to view and manage tasks of their teams

• Daily worker report on pending, open tasks

• Generation of processing trend reports

e. System Integration

UCL will leverage the existing system integrations in BRIDGES. UCL will also integrate with new

systems as listed below.

The scope is:

UCL will integrate with Contact Center to provide case information screen pop-ups for

incoming calls

Make changes listed in Appendix A to BRIDGES system to adapt to UCL process

1.105 TIMELINE AND MILESTONES.

The scope of work depicted in this SOW will commence upon execution of a Contract Change Notice and extend to February 10, 2018. Changes to the below schedule will be managed by the parties under the BIC Eligibility PMO governance project change control process.

13 Version (12/2016)

The estimated timeline of the project is shown within the timeline graph below. Please note, this SOW will include only the finalization of Technical Design, Construction, Testing, and Implementation of the pilot.

14 Version (12/2016)

Contractor deliverables related to each phase and their due dates are specified in the table below.

Phase Deliverables Client Submission date

Final Acceptance date

System Design

DL200 Functional design; revised as necessary, to align with system design

SEM-0604 system design SEM-0601 Initiate conversion plan SEM-0602 Initiate test plan SEM-0603 Initiate test type approach

and report SEM-0606 Initiate test case

June 26, 2017 July 1, 2017

Construction Checkpoint 1

UCL Demonstration #1 August 11, 2017 August 11, 2017

Construction Complete

UCL Demonstration #2 September 30, 2017 September 30, 2017

System Testing

SEM-0601 Conversion plan updated SEM-0602 Testing plan completed SEM-0603 Test type approach

completed SEM-0606 Test case completed SEM-0601 Conversion plan updated Check in graphics and images Check in java source code Check in database code

October 23, 2017 October 27, 2017

User Acceptance testing

SEM-0601 Conversion plan updated and completed

Implementation plan initiated UCL conversion dry run report Pre conversion check list

December 15 2017 December 17 2017

Implementation

Manage and security setup and Conversion Implementation plan updated Conversion validation report PMM-0016

January 13 2018 January 19 2018

Pilot Support

Pilot interim report February 7 2018 February 10 2018

1.200 Roles and Responsibilities

1.201 CONTRACTOR STAFF, ROLES, AND RESPONSIBILITIES

The Contractor will maintain a workforce adequate to accomplish Project Work in a timely manner.

A. Contractor Staff

Subject to the Contract terms, Section 4.4, the Key Personnel identified by the Contractor to complete

Initiation and Planning efforts for Phase I are:

15 Version (12/2016)

Key Personnel Role Primary Duties/Responsibilities

Primary Contact

(SPOC)

(Hari Murthy)

Support the management of the Contract

Facilitate dispute resolution

Advise the State of performance under the terms and conditions of the

contract

Engagement Project

Director

(Renu Pandit)

Support the execution of the Contract

Facilitate dispute resolution

Manage all defined Contractor responsibilities in this SOW

Manage the project plan and schedule

Manage all project issues, risk and other concerns

Assess and report project feedback and status

Manage the delivery of project deliverables

Project Manager

(GP Sankaranarayana

100% allocated)

The Contractor Project Manager shall interact with designated personnel from

the State to effectuate a smooth transition to the new system. The Project

Manager will coordinate all of the activities of the Contractor personnel assigned

to the project and create all reports required by State. The Contractor's Project

Manager’s responsibilities include at a minimum:

Execute all defined Contractor responsibilities in this SOW

Manage Contractor’s subcontractors, if any

Execute the project plan and schedule, and update as needed

Serve as the point person for all project issues

Coordinate and oversee the day-to-day project activities of the project team

Escalate project issues, project risks, and other concerns

Review all project deliverables and provide feedback

Proactively propose/suggest options and alternatives for consideration

Utilize change control procedures

Prepare project documents and materials

Manage and report on the project’s budget

Functional Managers

(Kunal Jain,

Natalie Denemy,

Ryan Glueck

100% allocated)

The Contractor functional managers are responsible for managing business

requirements and functional design for the ISD Portal. The Contractor Business

Analyst responsibilities include, but are not limited to:

Lead and facilitate design session.

Document and Distribute to the UCL Project Team, design meeting minutes,

action items, and other relevant documentation required for construction of

the project

Collaborate with project development team in USDC and validate the

deliverables for quality and functionality

Collaborate with State’s business SME to validate the UCL functionality to

addressing the business needs

Act as point of contact for their respective functional team and manage risks

and issues

16 Version (12/2016)

Business Readiness

Manager

(Haenick, Martin

100% allocated)

The Contractor Business readiness manager shall interact with business owner

and SME’s from the State to analyze, design and support business readiness

activities for UCL.

The Business readiness manager will coordinate the following activities of

business readiness

Analyze current business model and create a transition design to UCL

model

Support creation of communication strategy, responsibility matrix and

reporting model

Support business owner in creating training plan and transition readiness

check plan

Support to the business owner in establishing rollout logistics and staffing

plan for the pilot implementation

Coordinate war room activities during the pilot implementation

The following roles are not Key Personnel; however this list is not inclusive of all the Contractor Staff that may perform work effort on this project:

Non-Key Personnel Role

Duties/Responsibilities

Technical architect Manage a tech roadmap for UCL

Contribute to the concept of operations

Manage technical assets such as the database and software builds as well as

coordinate with the State technical owner

Business Team Define process changes and analyze the impacts of the current system.

Validate Business requirement to technology solution transformation

Identify policy changes and escalate for clarification

Identify office setup changes and manage office setup changes

Support business readiness

Development/Test

Team Design, develop, and debug software to achieve business objectives

Testing team Lead Manage system and integration testing for UCL

Support user acceptance testing for UCL

B. On Site Work Requirements 1. Location of Work

Tasks associated with this project will be spread across the project location in Lansing, Michigan and Contractor United States Development Center (USDC) in Orlando, Florida or as defined within the existing Contract. The State is not obligated to provide physical work space for all Contractors in Lansing, Michigan.

2. Hours of Operation:

17 Version (12/2016)

a. Normal State working hours are 8:00 a.m. to 5:00 p.m. EST, Monday through Friday, with work performed as necessary after those hours to meet project deadlines. No overtime will be authorized or paid.

b. The State is not obligated to provide State management of assigned work outside of normal State working hours. The State reserves the right to modify the work hours in the best interest of the project.

c. Contractor shall observe the same standard holidays as State employees. The State does not compensate for holiday pay.

1.202 STATE STAFF, ROLES, AND RESPONSIBILITIES

The State is able to provide the following limited resources for the Contractor’s use on this project:

State ID for admittance into a State facility

Work space

Minimum Clerical support

Telephone

PC workstation

Access to State servers and enterprise resources (e.g. email)

Access to Printers

Access to copiers and fax machine

Access to conference rooms

VPN tokens for remote accessibility of State Network

The State reserves the right to suspend or revoke Contractor’s access to State resources at any time. However, revoking access may impact the schedule.

The State project team will consist of Executive Subject Matter Experts (SMEs), project support, and a MDTMB and Agency project manager:

Executive Subject Matter Experts The Executive Subject Matter Experts representing the business units involved will provide the vision for the business design and how the application shall provide for that vision. They shall be available on an as needed basis. The Executive SME’s will be empowered to:

Resolve project issues in a timely manner

Review project plan, status, and issues

Resolve deviations from project plan

Provide sign-off of Final State Acceptance

Utilize change control procedures

Ensure timely availability of State resources

Make key implementation decisions, as identified by the Contractor’s project manager, within 48-hours of their expected decision date

Name Agency/Division Title Linda Pung DTMB General Manager / Program Manager

Karen Parker MDHHS General Manager / Program Manager State Project Manager The State will provide Project Managers who will be responsible for the State’s infrastructure and coordinate with the Contractor in determining the system configuration. The State’s Project Managers will provide the following services:

Provide State facilities, as needed

18 Version (12/2016)

Coordinate the State resources necessary for the project

Schedule the requirement sessions and meetings

Facilitate coordination between various external contractors

Facilitate communication between different State departments/divisions

Provide acceptance and sign-off of deliverable/milestone

Review and sign-off invoices

Resolve project issues

Escalate outstanding/high priority issues

Utilize change control procedures

Conduct regular and ongoing review of the project to confirm that it meets original objectives and requirements

Document and archive all important project decisions

Arrange, schedule and facilitate State staff attendance at all project meetings

The list below includes State leads for the MDHHS UCL project, not inclusive of all State staff performing work effort on this project.

Name Agency/Division Title Supporting Role

Amy Hundley MDHHS UCL Business Owner ISD Program Owner

Kemal Tekinel DTMB Eligibility UCL Technical Owner UCL Technical Owner

Kevin Adler MDHHS Business Integration Center

ISD Program Manager ISD Program Manager

Todd Miller BIC UCL Project Manager UCL Project Manager

Phillip Bergquist

MDHHS ISD Portal Business Owner ISD Program Owner

Jamy Hengesbach

MDHHS Contact Center Business Owner ISD Program Owner

Brant Cole MDHHS Business Delivery Liaison ISD Business Delivery Liaison

Field SME’s MDHHS Subject Matter Experts Subject Matter Experts

Policy SME’s

MDHHS Policy Subject Matter Experts Policy Subject Matter Experts

Stacy Gibson MDHHS Training Owner Training Owner

1.300 Project Plan and Management

The Contractor must adhere to the processes as defined within the Contract under Schedule A, Statement of Work, sections 1.300 Project Plan and 1.400 Project Management

1.301 REPORTS

A weekly progress report must be submitted in a format mutually agreed upon to the DTMB Project Manager throughout the life of this project. Each weekly progress report must contain the following:

1. Status: Indicate performance on the scope, schedule, milestones and deliverables.

2. Current Activities: Indicate the projected tasks and activities that will be worked on over the next reporting period in relation to the scope, schedule, milestones and deliverables.

19 Version (12/2016)

3. Key Accomplishments: Indicate activities and tasks worked on and what was completed during the current reporting period.

4. Issues and Risks: Indicate any concerns or topics that may jeopardize the scope, schedule, milestones and deliverables.

1.500 Acceptance

1.501 DELIVERABLE ACCEPTANCE CRITERA

1. Documents are to be dated and in electronic format, compatible with State of Michigan software

2. Draft documents are not accepted as final Deliverables.

3. Documents will be reviewed and accepted in accordance with the requirements of this SOW.

4. DTMB and MDHHS will review documents within 5 business days.

a. Approvals will be written and signed by UCL Program Manager and the DTMB Business Relationship Managers.

b. Issues will be documented and submitted to the Contractor and resolved per Contract Section 21.

1.502 ACCEPTANCE

Acceptance for written Deliverables will governed as per acceptance procedures in effect for the Contract.

1.503 FINAL ACCEPTANCE

Payment will be made upon the Contractor providing all Deliverables identified in Section 1.104 Work and

Deliverables and acceptance has been granted by the State as per Section 1.500 Acceptance.

# Milestone Milestone Start

Date Sign Off date Payable on Milestone.

1 System Design May 8, 2017 July 1, 2017 $757,200.00

2 Construction Checkpoint 1 May 22, 2017 August 11, 2017 $757,200.00

3 Construction Checkpoint Complete May 22, 2017 September 30, 2017 $757,200.00

4 System Testing August 14, 2017 October 27, 2017 $757,200.00

5 User Acceptance Testing October 1, 2017 December 17, 2017 $1,514,400.00

6 Pilot Production Implementation (Pilot Go Live)

December 18, 2017 December 22, 2017 $3,028,800.00

Total Design, Development and Implementation Costs $7,572,000.00

7 Pilot Support - Support October 1, 2017 December 22, 2017 $377,146.67

8 Pilot support – Manage and security setup and Conversion implementation

December 18, 2017 January 19 2018 $377,146.67

9 Pilot support – Field support January 19, 2018 February 10, 2018 $377,146.66

Total Pilot Production Support Costs $1,131,440.00

10 Business Readiness (Construction Complete)

May 8, 2017 September 30, 2017 $112,200.00

11 Business Readiness (Implementation)

October 1, 2017 December 22, 2017 $112,200.00

20 Version (12/2016)

1.600 Compensation and Payment

1.601 COMPENSATION AND PAYMENT

Method of Payment Payments to the Contractor will be made on a fixed fee based on completion of identified milestones listed in the table below. Completion of milestones are dependent on the Stage Exit Approval form (SEM-0189). The total proposed fees for this phase of the project is $8,980,640.00 USD, based on the engagement starting on May 8, 2017 and ending on February 10, 2018. DTMB will pay the Contractor upon receipt of properly completed invoices and supporting signed acceptance documents by DTMB and MDHHS. Invoices must be submitted to the billing address on the State issued purchase order not more often than monthly. All invoices should reflect actual work completed by payment date, and must be approved by the DTMB Project Manager prior to payment. DTMB Accounts Payable area will coordinate obtaining approval from the DTMB Project Manager, which will be provided only upon the completion of each release and the deliverables outlined for the release. The invoices shall describe and document to the State’s satisfaction and a description of the work performed and the progress of the project. All invoices must include the State of Michigan issued purchase order number. Payment shall be considered timely if made by the DTMB within forty-five (45) days after receipt of properly completed invoices.

Travel The State will not pay for any travel expenses, including hotel, mileage, meals, parking, etc. Travel time will not be reimbursed. Out-of-Pocket Expenses Contractor out-of-pocket expenses are not reimbursable by the State.

12 Business Readiness (Pilot Support) December 18, 2017 February 10, 2018 $52,800.00

Total Business Readiness Costs $277,200.00

21 Version (12/2016)

1.700 Appendix A. This following is a preliminary list of changes that will be made to BRIDGES system to enable UCL functionalities. The following list is a preliminary set of identified changes to the BRIDGES, the final list of changes will be addressed in the requirements documents (SEM-402) of BRIDGES.

The BRIDGES system will provide a link from the pending screen in data collection to UCL dashboard to enter comments and complete a task.

The current BRIDGES change pending page will display UCL tasks for UCL county cases.

The BRIDGES system will provide ability to scheduling appointments for UCL team. The appointment will be scheduled automatically at the team level using the available time slots of the team.

The BRIDGES system will allow creation of new UCL security business functions and security roles to allow security setting for UCL.

The BRIDGES system will allow MOR changes to support UCL MOR configurations such as, queues setup, task mapping, team assignments, etc... This may require creation of new screens or modifications to existing screens.

The BRIDGES system will allow navigation from task to the appropriate BRIDGES screen. This function will be limited to the driver ability of the current BRIDGES setup.

The BRIDGES system will allow re-tagging and re-indexing of tasks from the UCL dashboard.

All new incoming notifications will create a UCL task for pilot county cases and application. The current EDM inbox task will continue for non UCL counties.

The BRIDGES system will have the ability to transfer all case related information during case assignment/reassignment.

The BRIDGES system will have the ability to create tasks to assigned queue while transferring a case from non-UCL County to UCL County.

The BRIDGES system will provide ability to view all page level comments at one common place.

The BRIDGES system will provide special accommodation types for visually challenged and language barrier in BRIDGES. The special accommodation types will drive tasks to identified special queues.

The BRIDGES system will drive task from cases and application having cash program to the special queue that handles cash program.

The BRIDGES system will accept the flag from BSI service (that is received from MI BRIDGES Kiosk system) that the client wants to be seen now indicator and drive the task to navigation station queue

Name / Role Project Title Contract Title # Total Hours Rate Cost DDI Hours DDI Cost Pilot Hours Pilot CostRenu Pandit Project Director Application Development Manager 1 480 265$ 127,200$ 420 111,300$ 60 15,900$

GP Sankaranarayana Project Manager Application Development Manager 1 1,600 265$ 424,000$ 1,360 360,400$ 240 63,600$

Ryan Glueck MOR & Conversion Lead Senior Systems/Business Analyst 1 1,680 140$ 235,200$ 1,360 190,400$ 320 44,800$

Kunal Jain Track Lead - Task Management Application Development Manager 1 1,680 265$ 445,200$ 1,360 360,400$ 320 84,800$

George Zeinieh Business Analyst Senior Systems/Business Analyst 1 1,680 140$ 235,200$ 1,360 190,400$ 320 44,800$

Camilo Schrader Business Analyst Senior Systems/Business Analyst 1 1,680 140$ 235,200$ 1,360 190,400$ 320 44,800$

Avi Gupta Business Analyst Senior Systems/Business Analyst 1 1,600 140$ 224,000$ 1,360 190,400$ 240 33,600$

Tarun Dhar Track Lead - Dashboard Senior Systems/Business Analyst 1 1,600 140$ 224,000$ 1,360 190,400$ 240 33,600$

Corey O'Brien User Experience Lead Senior Systems/Business Analyst 1 400 140$ 56,000$ 400 56,000$ -$

Nasif Hassan Business Analyst Senior Systems/Business Analyst 1 1,680 140$ 235,200$ 1,360 190,400$ 320 44,800$

Natalie Denemy Business Lead Senior Systems/Business Analyst 1 1,865 140$ 261,100$ 1,505 210,700$ 360 50,400$

Nag Palanimuthu (Offsite) Application Dev Manager Application Development Manager 1 1,600 265$ 424,000$ 1,360 360,400$ 240 63,600$

TBD (Offsite) Development Lead Application Development Manager 1 1,600 265$ 424,000$ 1,360 360,400$ 240 63,600$

DBA-TBD (Offsite) Database Administrator Oracle Database Analyst 1 1,600 140$ 224,000$ 1,360 190,400$ 240 33,600$

Build Engineer-TBD (Offsite) Build Enginner Supportive Software Analyst 1 1,600 110$ 176,000$ 1,360 149,600$ 240 26,400$

Technical Architect-TBD (Offsite) Technical Architect Senior Systems/Business Analyst 1 900 140$ 126,000$ 900 126,000$ 0 -$

Framework lead-TBD (Offsite) Framework lead Senior Systems/Business Analyst 1 750 140$ 105,000$ 750 105,000$ -$

Developers (13 Offsite - 4 Onsite) Java Developers Java Programmer Analyst 17 27,785 110$ 3,056,350$ 25,025 2,752,750$ 2,760 303,600$

Test Manager-TBD (Offsite) Test Manager Test Manager 1 1,620 140$ 226,800$ 1,350 189,000$ 270 37,800$

QA/Testers (6 offsite - 2 Onsite) Testers Quality Assurance Test Analyst 8 13,042 95$ 1,238,990$ 11,550 1,097,250$ 1,492 141,740$

Total 66,442 8,703,440$ 58,220 7,572,000$ 8,222 1,131,440$

Martin Haenick Business Readiness Production Support Manager 1 1,680 165$ 277,200$ 1,360 224,400$ 320 52,800$

8,980,640$

Payment Dates

757,200$ 10% System Design

757,200$ 10% Development Checkpoint 1 $ -

Pilot Support -

Support 12/22/2017

757,200$ 10% Development final checkpoint $377,146.67

Conversion

implementation 1/19/2018

757,200$ 10% System Testing $377,146.66 Field support 2/10/2018

1,514,400$ 20% User Acceptance Testing $754,293.33 3,028,800$ 40% Pilot Go Live Payment Dates

7,572,000$

$112,200.00

Construction

Complete 9/30/2017

$112,200.00 Implementation 12/22/2017

6 DDI Milestone Payments based on % Payment Dates

7/1/2017

8/11/2017

9/30/2017

10/27/2017

12/17/2017

12/22/2017

3 Pilot Support Payments based on Activities and Deliverable (B)(7,8,9) & tied to milestones

3 Payments based on DDI and Pilot Support and tied to milestones

Revised 5/4/2016

CONTRACT CHANGE NOTICE

Change Notice Number 1 to

Contract Number 071B7700072

CO

NT

RA

CT

OR

Deloitte Consulting LLP

ST

AT

E

Pro

gra

m

Ma

na

ge

r

Linda Pung DTMB-IT

333 Bridge St., N.W., Suite 700 (517) 284-7125

Grand Rapids, MI 49504 [email protected]

Hari Murthy

Co

ntr

act

Ad

min

istr

ato

r Simon Baldwin DTMB

(212) 313-2986 (517) 284-6997

[email protected] [email protected]

4513

CONTRACT SUMMARY

DESCRIPTION: Maintenance, Support and Enhancements to MDHHS Bridges

INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE

OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

February 11, 2017 February 10, 2022 (3) 1-Year February 10, 2022

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

□ P-card ☐ Direct Voucher (DV) ☐ Other □ Yes ☒ No

MINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICE

OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION

REVISED EXP. DATE

☐ N/A ☐ N/A February 10, 2022

CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$152,829,564.00 $1,777,600.00 $154,607,164.00

DESCRIPTION: Effective February 11, 2017, This Contract is hereby increased by $1,777,600.00 for the addition of 7 resources detailed in the attached Statement of Work. This change will also add language to section 1.104.4 STAFF of the original Contract. This change has been defined below. All other terms, conditions, specifications and pricing remain the same. Per Contractor and Agency agreement, DTMB Procurement approval, and State Administrative Board approval on January 24, 2017.

STATE OF MICHIGAN ENTERPRISE PROCUREMENT Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

Revised 5/4/2016

Section 1.104.4 - Original Language:

Anticipated Staff

The table below lists the minimum number and classifications of IT resources to be provided under this

Contract at the time of Contract execution. For each classification the table indicates the number of

personnel needed to complete necessary Bridges related maintenance and operations tasks. Staff are

based on the current workload. Additional work for this Contract may result in the request of the State

through a Contract Amendment to reduce or increase resources to satisfy demand. Any Contract

Amendment reducing or increasing staff must be accompanied by a Statement of Work

Section 1.104.4 - Revised Language:

Anticipated Staff

The table below lists the minimum number and classifications of IT resources to be provided under this

Contract at the time of Contract execution. For each classification the table indicates the number of

personnel needed to complete necessary Bridges related maintenance and operations tasks. Staff are

based on the current workload. Additional work for this Contract may result in the request of the State

through a Contract Amendment to reduce or increase resources to satisfy demand. Any Contract

Amendment reducing or increasing staff must be accompanied by a Statement of Work sent to

Procurement and added to the Contract via a Contract Change Notice.

MICHIGAN DEPARTMENT OF TECHNOLOGY,

MANAGEMENT AND BUDGET IT SERVICES STATEMENT OF WORK

Project Title:

Michigan Bridges Period of Coverage: 2/11/17-10/10/17

Requesting Department: Department of Human Services

Date: February 7, 2017

DTMB Contract Owner: Linda Pung

Phone: (517) 284-7125

Contract Information: Contractor: Deloitte Consulting LLP Contract # 071B7700072

Change Requests: N/A

Brief Description of Services to be provided: Deloitte Consulting LLP (hereinafter “Contractor” or “Deloitte Consulting”) will provide support services to the Statewide Integrated Governmental Management Applications (herein referred to as “Sigma”) project for the State of Michigan (hereinafter referred to as “State” or “SOM”). The purpose of this SOW is to provide resources to support the State in implementing changes to MAIN load (ML) / MAIN filter (MF) functionality for integration with Sigma. PROJECT OBJECTIVE: The purpose of this SOW is to provide resources to support the State in implementing changes to MAIN load (ML) / MAIN filter (MF) functionality for integration with Sigma. SCOPE OF WORK: Staff augmentation to support changes to MAIN load (ML) / MAIN filter (MF) functionality for integration with Sigma (“Services”). TASKS: Tasks will be assigned by DTMB project manager on a monthly basis WORK AND DELIVERABLES: Contractor resources shall perform the Services under the direction of the DTMB project manager ASSUMPTIONS: Fees estimate provided in this SOW is based on a 45 hour work week. ACCEPTANCE CRITERIA: Timesheet signoff by DTMB project manager PROJECT CONTROL AND REPORTS: N/A SPECIFIC DEPARTMENT STANDARDS: Agency standards, if any, in addition to DTMB standards. PAYMENT SCHEDULE: The Contractor will provide seven (7) project staff members to support changes to ML/MF in support of the Sigma project. Fees are Firm Fixed blended staff augmentation rate and any

Rev 7/2015

changes will require a Contract Change Notice approved by all parties including DTMB Procurement.

Title Hourly Rate Hours/month Monthly Total

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Senior Systems/Business Analyst $ 140.00 176 $ 24,640.00

Technical Support Manager $ 170.00 176 $ 29,920.00

Technical Support Manager $ 170.00 176 $ 29,920.00

Supportive Software Analyst $ 110.00 176 $ 19,360.00

Total

$ 177,760.00

Payment Month Payment Amount

1 February 11, 2017 – March 10, 2017 $177,760.00

2 March 11, 2017 – April 10, 2017 $177,760.00

3 April 11, 2017 – May 10, 2017 $177,760.00

4 May 11, 2017 – June 10, 2017 $177,760.00

5 June 11, 2017 – July 10, 2017 $177,760.00

6 July 11, 2017 – August 10, 2017 $177,760.00

7 August 11, 2017 – September 10, 2017 $177,760.00

8 September 11, 2017 – October 10, 2017 $177,760.00

9 October 11, 2017 – November 10, 2017 $177,760.00

10 November 11, 2017 – December 10, 2017 $177,760.00

TOTAL SOW VALUE $1,777,600.00

EXPENSES: The State will NOT pay for any travel expenses, including hotel, mileage, meals, parking, etc. PROJECT CONTACTS: The designated DTMB Project Manager is:

Linda Pung Michigan Department of Technology, Management and Budget (517) 284-7125 [email protected]

AGENCY RESPONSIBILITIES: Participate in knowledge transfer activities and respond promptly to follow up questions. LOCATION OF WHERE THE WORK IS TO BE PERFORMED: Deloitte Consulting Staff Members will work at 235 South Grand Avenue in Lansing, Michigan and from Deloitte offices in the US.

1

NOTICE OF CONTRACT

NOTICE OF CONTRACT NO. 071B7700072 . between

THE STATE OF MICHIGAN and

CO

NT

RA

CT

OR

Deloitte Consulting LLP

ST

AT

E

Pro

gram

M

anag

er Linda Pung DTMB-IT

333 Bridge St., N.W., Suite 700 (517) 284-7125

Grand Rapids, MI 49504 [email protected]

Hari Murthy

Co

ntra

ct

Adm

inis

trat

or Simon Baldwin DTMB

(212) 313-2986 (517) 284-6997

[email protected] [email protected]

4513

CONTRACT SUMMARY

DESCRIPTION: MAINTENANCE, SUPPORT, AND ENHANCEMENTS TO MDDHS BRIDGES

INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE

INITIAL AVAILABLE OPTIONS

EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

February 11, 2017 February 10, 2022 (3) 1-Year February 10, 2022

PAYMENT TERMS DELIVERY TIMEFRAME

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No MINIMUM DELIVERY REQUIREMENTS

MISCELLANEOUS INFORMATION

ESTIMATED CONTRACT VALUE AT TIME OF EXECUTION $152,829,564.00

CONTRACT NO. 071B7700072

STATE OF MICHIGAN ENTERPRISE PROCUREMENT Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

2

FOR THE CONTRACTOR: Deloitte Consulting LLP Company Name

Authorized Agent Signature

Authorized Agent (Print or Type)

Date

FOR THE STATE: Signature

Bill Pemble Name & Title

DTMB Procurement Agency

Date

3

Table of Contents

Contract Terms 59 1.  Definitions 59 2.  Statements of Work Requirements 913 4.  Performance of Services 1216 5.  State Obligations. 1620 6.  Testing. 1620 7.  Fees. 1620 8.  Invoices and Payment. 1620 9.  Intellectual Property Rights. 1822 10.  Termination, Expiration, Transition. 1923 11.  Stop Work Order. 2226 12.  Contractor Representations and Warranties. 2226 13.  Indemnification. 2327 14.  Damages Disclaimers and Limitations. 2529 15.  State Data 2529 16.  Confidential Information. 2731 17.  Data Privacy and Information Security. 2832 18.  HIPAA Compliance. 2933 19.  Records Maintenance, Inspection, Examination, and Audit. 2933 20.  Insurance Requirements. 3034 21.  Dispute Resolution. 3236 22.  Federal and State Contract Requirements. 3337 23.  Miscellaneous. 3842 

Schedule A - Statement of Work (SOW) 4347 1.000  Project Identification 4347 1.100  Scope of Work and Deliverables 4448 1.200  Roles and Responsibilities 7983 1.300  Project Plan 8286 1.400  Project Management 8387 1.500  Monthly Reporting 8589 1.600  Compensation and Payment 8589 

SCHEDULE C - PRICING 8791 

Appendix A - Federal Certifications 8993 

8993 

9094 

9195 

Appendix B - Project Organizational Structure 9296 

Technology Management Organization 9397 

4

DTMB – GM

Eligibility Division BRM

Technology Management1 Contractor Technology Support

Manager 1 DTMB Application Development

Lead

Oracle Database Analysts

9397 

5

STATE OF MICHIGAN

Maintenance and Support of DHHS’ Eligibility System: Bridges

Contract Terms This MAINTENANCE AND SUPPORT SERVICES CONTRACT (this “Contract”) is agreed to between the State of Michigan (the “State”) and Deloitte Consulting LLP (“Contractor”), a New York Company. This Contract is effective on February 11, 2017 “Effective Date”), and unless earlier terminated, will expire on February 10, 2022 (the “Term”).

The parties agree as follows:

1. Definitions. For purposes of this Contract, the following terms have the following meanings:

“Affiliate” means any entity which directly or indirectly controls, is controlled by or is under common

control of Contractor. The term “control” means the possession of the power to direct or cause the direction of

the management and the policies of an entity, whether through the ownership of a majority of the outstanding

voting rights or by contract or otherwise.

“Allegedly Infringing Materials” has the meaning set forth in Section 13.3(b)(ii).

“Background Technology” means all software, data, know-how, ideas, methodologies, specifications,

and other technology in which Contractor owns such Intellectual Property Rights as are necessary for

Contractor to grant the rights and licenses set forth in Section 9.1, and for the State (including its licensees,

successors and assigns) to exercise such rights and licenses, without violating any right of any Third Party or

any Law or incurring any payment obligation to any Third Party. Background Technology must: (a) be identified

as Background Technology in the Statement of Work; and (b) have been developed or otherwise acquired by

Contractor prior to the date of the Statement of Work, or have been developed by Contractor outside of its

performance under the Statement of Work. Background Technology will also include any general consulting

tool or methodology created by Contractor, which will not be required to be identified in the Statement of Work.

“Business Day” means a day other than a Saturday, Sunday or State holiday.

“Business Owner” is the individual appointed by the end-user agency to act as such agency’s

representative in all matters relating to the Contract. The Business Owner will be identified in the Statement of

Work.

“CDC” Acronym referencing the Child Development and Care program which provides payment for child

care services for qualifying families when the parent, legal guardian or substitute parent is unavailable to

provide the child care.

“Change” has the meaning set forth in Section 2.2.

6

“Change Notice” has the meaning set forth in Section 2.2(b).

“Change Proposal” has the meaning set forth in Section 2.2(a).

“Change Request” has the meaning set forth in Section 2.2.

“Charter” means an approved work plan (via the Governance Process) for both parties to maintain and

service the Software. The Charter may change over time through the Governance Process.

“Confidential Information” has the meaning set forth in Section 16.1.

“Contract” has the meaning set forth in the preamble.

“Contract Administrator” is the individual appointed by each party to (a) administer the terms of this

Contract, and (b) approve and execute any Change Notices under this Contract. Each party’s Contract

Administrator will be identified in the Statement of Work.

“Contractor” has the meaning set forth in the preamble.

“Contractor’s Bid Response” means the Contractor’s proposal submitted in response to the RFP.

“Contractor Personnel” means all employees of Contractor or any Permitted Subcontractors involved in

the performance of Services or providing Work Product under this Contract.

“Deliverables” means all documents, Work Product, and other materials that Contractor is required to or

otherwise does provide to the State under this Contract and otherwise in connection with any Services,

including all items specifically identified as Deliverables in the Statement of Work.

“Derivative Work” means any modification, addition, upgrade, update, or improvement of the Software

and any other work constituting a derivative work under the United States Copyright Act, 17 U.S.C. Section

101, et seq.

“Dispute Resolution Procedure” means the procedure for resolving disputes under this Contract as set

forth in Section 21.

“Documentation” means all user manuals, operating manuals, technical manuals and any other

instructions, specifications, documents and materials, in any form or media, that describe the functionality,

installation, testing, operation, use, maintenance, support and technical and other components, features and

requirements of any Software.

“DTMB” means the Michigan Department of Technology, Management and Budget.

“Effective Date” has the meaning set forth in the preamble.

“FAP” Acronym referencing the Food Assistance Program (Federal Supplemental Nutrition Assistance

Program) which supplements the food purchasing power of low-income families.

7

“Fees” has the meaning set forth in Section 7.1

“Financial Audit Period” has the meaning set forth in Section 19.1.

“FIP” Acronym referencing the Family Independence Program which provides cash assistance to families

with children and pregnant women.

“Force Majeure” has the meaning set forth in Section 23.8.

“Governance Process” ” means the Program Governance used to serve as a mechanism for ensuring

that all audiences and stakeholders are aware of their responsibilities for managing BIC Eligibility PMO Project

information in order to effectively manage the following: Program & Project Management (Including all Business and Technical projects) Vendor management and monitoring Project Control and monitoring Project status and risk reporting to executive management System integration for all participating vendors Technical requirements and system level design development that advance MDHSS towards

future systems goals and objectives Technical testing of Michigan systems and interactions with outside systems

“HIPAA” as set forth in Section 15.1.

“Intellectual Property Rights” means all or any of the following: (a) patents, patent disclosures, and

inventions (whether patentable or not); (b) trademarks, service marks, trade dress, trade names, logos,

corporate names, and domain names, together with all of the associated goodwill; (c) copyrights and

copyrightable works (including computer programs), mask works and rights in data and databases; (d) trade

secrets, know-how and other confidential information; and (e) all other intellectual property rights, in each case

whether registered or unregistered and including all applications for, and renewals or extensions of, such

rights, and all similar or equivalent rights or forms of protection provided by applicable Law in any jurisdiction

throughout the world.

“Intended Users” means the users that are intended to use Software or particular features or functions of

the Software, as described in the Specifications for such Software.

“Key Personnel” means any Contractor Personnel identified as key personnel in the Statement of Work.

“Law” means any statute, law, ordinance, regulation, rule, code, order, constitution, treaty, common law,

judgment, decree, other requirement or rule of law of any federal, state, local or foreign government or political

subdivision thereof, or any arbitrator, court, or tribunal of competent jurisdiction.

“MA” Acronym referring to Medicaid which provides health care to children, families, and adults who meet

certain eligibility requirements.

8

“Maintenance and Support Schedule” means the schedule attached as Schedule C, setting forth the

Maintenance and Support Services, the Support Fees, and the parties’ additional rights and obligations with

respect to such services.

“Maintenance and Support Services” means the Software maintenance and support services the

Contractor is required to or otherwise does provide under this Contract as set forth in the Maintenance and

Support Schedule.

“Operating Environment” means, collectively, the State platform and environment on, in, or under which

Software is intended to be installed and operate, as set forth in the Statement of Work, including such

structural, functional and other features, conditions and components as hardware, operating software and

system architecture and configuration.

“Permitted Subcontractor” has the meaning set forth in Section 4.5.

“Person” means an individual, corporation, partnership, joint venture, limited liability entity, governmental

authority, unincorporated organization, trust, association, or other entity.

“Project Manager” is the individual appointed by each party to monitor and coordinate the day-to-day

activities of this Contract. Each party’s Project Manager will be identified in the Statement of Work.

“Representatives” means a party’s employees, officers, directors, consultants, legal advisors, and

Permitted Subcontractors.

“RFP” means the State’s request for proposal designed to solicit responses for Services under this

Contract.

“SDA” Acronym referencing the Refugee Assistance Program which provides temporary cash and

medical assistance for eligible non-citizens.

“Services” means any of the services Contractor is required to or otherwise does provide under this

Contract or the Statement of Work, as more fully described in this Contract or the Statement of Work.

“Site” means the physical location designated by the State in, or in accordance with, this Contract or the

Statement of Work for delivery and installation of any Software or Deliverables.

“Software” means the BRIDGES system and any applications associated with it.

“Specifications” means, for any Deliverable, the specifications collectively set forth in a Charter.

“State” means the State of Michigan.

“State Data” has the meeting set forth in Section 15.1.

“State Materials” means all materials and information, including documents, data, know-how, ideas,

methodologies, specifications, software, content and technology, in any form or media, directly or indirectly

9

provided or made available to Contractor by or on behalf of the State in connection with this Contract, whether

or not the same: (a) are owned by the State, a Third Party or in the public domain; or (b) qualify for or are

protected by any Intellectual Property Rights.

“State Resources” has the meaning set forth in Section 5.1.

"Statement of Work" means the Statement of Work attached as Schedule A to this Contract.

“Stop Work Order” has the meaning set forth in Section 11.

“Term” has the meaning set forth in the preamble.

“Third Party” means any Person other than the State or Contractor.

“Third-Party Materials” means any materials and information, including documents, data, know-how,

ideas, methodologies, specifications, software, content, and technology, in any form or media, in which any

Person other than the State or Contractor owns any Intellectual Property Right, but excluding Open-Source

Components.

“Transition Period” has the meaning set forth in Section 10.3.

“Transition Responsibilities” has the meaning set forth in Section 10.3.

“Unauthorized Removal” has the meaning set forth in Section 4.4(b).

“Unauthorized Removal Credit” has the meaning set forth in Section 4.4(b).

“Work Product” means all Documentation and other documents, work product and related materials, that

Contractor is required to, or otherwise does, provide to the State under this Contract.

2. Statements of Work Requirements. Contractor shall provide Services and Deliverables pursuant

to Statements of Work entered into under this Contract. No Statement of Work shall be effective unless signed

by each party’s Contract Administrator. The term of each Statement of Work shall commence on the parties'

full execution of the Statement of Work and terminate when the parties have fully performed their obligations,

unless terminated earlier pursuant to Section 10. The terms and conditions of this Contract will apply at all

times to any Statements of Work entered into by the parties and attached as a schedule to this Contract. The

State shall have the right to terminate such Statement of Work as set forth in Section 10. Contractor agrees

that prompt and timely performance of all such obligations in accordance with this Contract and the

Statements of Work is required.

2.1 Statement of Work Requirements. Each Statement of Work will include the following:

(a) names and contact information for Contractor’s Contract Administrator, Project Manager and Key

Personnel;

10

(b) names and contact information for the State’s Contract Administrator, Project Manager and

Business Owner;

(c) a detailed description of the Services to be provided under this Contract, including any training

obligations of Contractor;

(d) a description of the Documentation to be provided;

(e) Fees payable under this Contract, the manner in which such Fees will be calculated, the due dates

for payment and any invoicing requirements, and such other information as the parties deem

necessary; and

(f) a detailed description of all State Resources required to complete the work defined in the Charter.

2.2 Change Control Process. The State may at any time request in writing (each, a “Change Request”) changes to the Statement of Work, including changes to the Services, Work Product, and Deliverables

(each, a “Change”). Upon the State’s submission of a Change Request, the parties will evaluate and

implement all Changes in accordance with this Section 2.2.

(a) As soon as reasonably practicable, and in any case within twenty (20) Business Days following

receipt of a Change Request, Contractor will provide the State with a written proposal for implementing

the requested Change (“Change Proposal”), setting forth:

(i) a written description of the proposed Changes to any Services, Work Product, or

Deliverables;

(ii) an amended Statement of Work reflecting: (A) the schedule for commencing and

completing any additional or modified Services, Work Product, or Deliverables; and (B) the

effect of such Changes, if any, on completing any other Services or Work Product under

the Statement of Work;

(iii) any additional State Resources Contractor deems necessary to carry out such Changes;

and

(iv) any increase or decrease in Fees resulting from the proposed Changes, which increase or

decrease will reflect only the increase or decrease in time and expenses Contractor

requires to carry out the Change.

(b) Within thirty (30) Business Days unless the parties agree to a longer period following the State’s

receipt of a Change Proposal, the State will by written notice to Contractor, approve, reject, or propose

modifications to such Change Proposal. If the State proposes modifications, Contractor must modify

and re-deliver the Change Proposal reflecting such modifications, or notify the State of any

disagreement, in which event the parties will negotiate in good faith to resolve their disagreement.

Upon the State’s approval of the Change Proposal or the parties’ agreement on all proposed

modifications, as the case may be, the parties will execute a written agreement to the Change

11

Proposal (“Change Notice”), which Change Notice will be signed by each party’s Contract

Administrator and will constitute an amendment to the Statement of Work to which it relates; and

(c) If the parties fail to enter into a Change Notice within fifteen (15) Business Days following the

State’s response to a Change Proposal, either party may initiate a Dispute Resolution Procedure. If

the parties fail to enter into a change notice even after completion of the Dispute Resolution

Procedure, the State may, in its discretion:

(i) require Contractor to perform the Services under the Statement of Work without the

Change;

(ii) require Contractor to continue to negotiate a Change Notice; or

(iii) notwithstanding any provision to the contrary in the Statement of Work, terminate this

Contract for cause under Section 10.1.

(d) No Change will be effective until the parties have executed a Change Notice. Except as the State

may request in its Change Request or otherwise in writing, Contractor must continue to perform its

obligations in accordance with the Statement of Work pending negotiation and execution of a Change

Notice. Contractor will use its reasonable efforts to limit any delays or Fee increases from any Change

to those necessary to perform the Change in accordance with the applicable Change Notice. Each

party is responsible for its own costs and expenses of preparing, evaluating, negotiating, and

otherwise processing any Change Request, Change Proposal, and Change Notice.

(e) The performance of any functions, activities, tasks, obligations, roles and responsibilities

comprising the Services as described in this Contract are considered part of the Services and, thus,

will not be considered a Change. This includes the delivery of all Deliverables in accordance with their

respective Specifications.

(f) Contractor may, on its own initiative and at its own expense, prepare and submit its own Change

Request to the State. Within a reasonable time period, the State will respond in writing to such

request and either: (i) accept the Change Request; (ii) reject the Change Request; or (iii) propose its

own Change Request pursuant to the process described above. If the parties agree on carrying out a

change requested by Contractor, a written Change Notice must be executed by both parties prior to

Contractor’s commencement of any changes.

3. Documentation. Contractor will provide the State with complete and accurate Documentation for the

Software.

3.1 Adequacy of Documentation. All Documentation must include all such information as may be

reasonably necessary for the effective installation, testing, use, support, and maintenance of the applicable

Software by the Intended User, including the effective configuration, integration, and systems

administration of the Software and performance of all other functions set forth in the Specifications.

12

3.2 Documentation Specifications. Contractor will provide all Documentation in both hard copy and

electronic form, in such formats and media as are set forth in the Statement of Work, or as the State may

otherwise reasonably request in writing.

4. Performance of Services. Contractor will provide all Services and Work Product in a timely,

professional and workmanlike manner and in accordance with the terms, conditions, and Specifications set

forth in this Contract and the Statement of Work.

4.1 State Standards.

(a) The Contractor must, in performing the Services, adhere to all existing standards as described

within the comprehensive listing of the State’s existing technology standards at

http://www.michigan.gov/dmb/0,4568,7-150-56355-108233--,00.html

(b) To the extent that Contractor has access to the State’s computer system, Contractor must comply

with the State’s Acceptable Use Policy, see http://michigan.gov/cybersecurity/0,1607,7-217-

34395_34476---,00.html. All Contractor Personnel will be required, in writing, to agree to the State’s

Acceptable Use Policy before accessing the State’s system. The State reserves the right to terminate

Contractor’s access to the State’s system if a violation occurs.

(c) Contractor is not authorized to make changes to any State systems without prior written

authorization from the State’s Project Manager. Any changes Contractor makes to any State systems

with the State’s approval must be done according to applicable State procedures, including security,

access, and configuration standards.

4.2 Contractor Personnel.

(a) Contractor is solely responsible for all Contractor Personnel and for the payment of their

compensation, including, if applicable, withholding of income taxes, and the payment and withholding

of social security and other payroll taxes, unemployment insurance, workers’ compensation insurance

payments and disability benefits.

(b) Prior to any Contractor Personnel performing any Services, Contractor will:

(i) ensure that such Contractor Personnel have the legal right to work in the United States;

(ii) require such Contractor Personnel to execute written agreements that bind such

Contractor Personnel to confidentiality provisions that are at least as protective of the

State’s information (including all Confidential Information) as those contained in this

Contract and Intellectual Property Rights provisions that grant the State rights in the Work

Product consistent with the provisions of Section 9.1 and, upon the State's request,

provide the State with a copy of each such executed Contract; and

(iii) if requested by the State, and at Contractor’s sole cost and expense, conduct background

checks on such Contractor Personnel, which background checks must comprise, at a

13

minimum, a review of credit history, references and criminal record, in accordance with

applicable Law.

(c) Contractor and all Contractor Personnel will comply with all rules, regulations, and policies of the

State that are communicated to Contractor in writing to Contractor with sufficient time to make any

necessary adjustments, including security procedures concerning systems and data and remote

access, building security procedures, including the restriction of access by the State to certain areas of

its premises or systems, and general health and safety practices and procedures.

(d) The State reserves the right to request the removal of any Contractor Personnel for performance

related reasons. The State’s request must be written with reasonable detail outlining the reasons for

the removal request. Upon receipt of such written request from the State, Contactor will cure such

performance-related issue or promptly remove such personnel from the performance of Services.

Replacement personnel for the removed person must be fully qualified for the position. If the State

exercises this right, and Contractor cannot immediately replace the removed personnel, the State

agrees to negotiate an equitable adjustment in schedule or other terms that may be affected by the

State’s required removal.

4.3 Contractor’s Project Manager. Throughout the Term of this Contract, Contractor must maintain a

Contractor employee acceptable to the State to serve as Contractor’s Project Manager. Contractor’s

Project Manager will be identified in the Statement of Work.

(a) Contractor’s Project Manager must:

(i) have the requisite authority, and necessary skill, experience, and qualifications, to perform

in such capacity;

(ii) be responsible for overall management and supervision of Contractor’s performance

under this Contract; and

(iii) be the State’s primary point of contact for communications with respect to this Contract,

including with respect to giving and receiving all day-to-day approvals and consents.

(b) Contractor’s Project Manager must attend all regularly scheduled meetings as set forth in the

Implementation Plan, and will otherwise be available as set forth in the Statement of Work.

(c) Contractor will maintain the same Project Manager throughout the Term of this Statement of Work,

unless:

(i) the State requests in writing the removal of Contractor’s Project Manager;

(ii) the State consents in writing to any removal requested by Contractor in writing;

14

(iii) Contractor’s Project Manager leaves the project for reasons beyond the reasonable

control of Contractor, including illness, disability, leave of absence, personal emergency

circumstances, resignation; or

(iv) Contractor’s Project Manager leaves the project due to a termination of employment, or

the promotion or transfer of the Project Manager, provided that such transfer or promotion

occurs after twelve (12) months from the effective date of the final Statement of Work, and

Contractor identifies a replacement approved by the State in advance and assigns the

replacement to shadow the Project Manager for a period of at least thirty (30) calendar

days.

(d) Contractor will promptly replace its Project Manager on the occurrence of any event set forth in

Section 4.3(c). Such replacement will be subject to the State's prior written approval.

4.4 Contractor’s Key Personnel.

(a) The State has the right to recommend and approve in writing the initial assignment, as well as any

proposed reassignment or replacement, of any Key Personnel. Before assigning an individual to any

Key Personnel position, Contractor will notify the State of the proposed assignment, introduce the

individual to the State’s Project Manager, and provide the State with a resume and any other

information about the individual reasonably requested by the State. The State reserves the right to

interview the individual before granting written approval. In the event the State finds a proposed

individual unacceptable, the State will provide a written explanation including reasonable detail

outlining the reasons for the rejection.

(b) Contractor will not remove any Key Personnel from their assigned roles on the Statement of Work

without the prior written consent of the State. The Contractor’s removal of Key Personnel without the

prior written consent of the State is an unauthorized removal (“Unauthorized Removal”). An

Unauthorized Removal does not include replacing Key Personnel for reasons beyond the reasonable

control of Contractor, including illness, disability, leave of absence, personal emergency

circumstances, resignation, or for cause termination of the Key Personnel’s employment, or the

promotion or transfer of the Key Personnel, provided that such transfer or promotion occurs twelve

(12) months from the effective date of the final Statement of Work and Contractor identifies a

replacement approved by the State and assigns the replacement to shadow the Key Personnel who

has been promoted or transferred for a period of at least thirty (30) calendar days, unless otherwise

specified in the Statement of Work. Any Unauthorized Removal may be considered by the State to be

a material breach of this Contract, in respect of which the State may elect to terminate this Contract for

cause under Section 10.1.

(c) It is further acknowledged that an Unauthorized Removal will interfere with the timely and proper

completion of this Contract, to the loss and damage of the State, and that it would be impracticable

and extremely difficult to fix the actual damage sustained by the State as a result of any Unauthorized

Removal. Therefore, Contractor and the State agree that in the case of any Unauthorized Removal in

respect of which the State does not elect to exercise its rights under Section 10.1, Contractor will issue

15

to the State the corresponding credits, as the State’s sole and exclusive remedy for such Unauthorized

Removal, set forth below (each, an “Unauthorized Removal Credit”):

(i) For the Unauthorized Removal of any Key Personnel designated in the applicable

Statement of Work, the credit amount will be $25,000.00 per individual if Contractor

identifies a replacement and assigns the replacement to shadow the Key Personnel who is

leaving for a period of at least 30 calendar days before the Key Personnel’s removal.

(ii) If Contractor fails to assign a replacement to shadow the removed Key Personnel for at

least 30 calendar days, in addition to the $25,000.00 credit specified above, Contractor will

credit the State $833.33 per calendar day for each day of the 30 calendar-day shadow

period that the replacement Key Personnel does not identify a replacement and/or assign

them to shadow the removed Key Personnel, up to $25,000.00 maximum per individual.

The total Unauthorized Removal Credits that may be assessed per Unauthorized Removal

and failure to identify a replacement and assign them to shadow will not exceed

$50,000.00 per individual

(iii) Contractor’s aggregate liability for all Unauthorized Removal Credits assessed under the

Statement of Work shall not exceed $250,000.00, which will be the State’s exclusive

monetary remedy for Unauthorized Removals.

(d) Contractor acknowledges and agrees that each of the Unauthorized Removal Credits assessed

under Subsection (b) above: (i) is a reasonable estimate of and compensation for the anticipated or

actual harm to the State that may arise from the Unauthorized Removal, which would be impossible or

very difficult to accurately estimate; and (ii) may, at the State’s option, be credited or set off against

any Fees or other charges payable to Contractor under this Contract.

4.5 Subcontractors. With the exception of Contractor’s Affiliate, Contractor will not, without the prior

written approval of the State, which consent may be given or withheld in the State’s sole discretion,

engage any Third Party to perform Services (including to create any Work Product). The State’s approval

of any such Third Party (each Affiliate or approved Third Party, a “Permitted Subcontractor”) does not

relieve Contractor of its representations, warranties or obligations under this Contract. Without limiting the

foregoing, Contractor will:

(a) be responsible and liable for the acts and omissions of each such Permitted Subcontractor

(including such Permitted Subcontractor's employees who, to the extent providing Services or creating

Work Product, shall be deemed Contractor Personnel) to the same extent as if such acts or omissions

were by Contractor or its employees;

(b) name the State a third party beneficiary under Contractor’s Contract with each Permitted

Subcontractor with respect to the Services and Work Product;

(c) be responsible for all fees and expenses payable to, by or on behalf of each Permitted

Subcontractor in connection with this Contract, including, if applicable, withholding of income taxes,

16

and the payment and withholding of social security and other payroll taxes, unemployment insurance,

workers' compensation insurance payments and disability benefits; and

(d) prior to the provision of Services or creation of Work Product by any Permitted Subcontractor:

(i) obtain from such Permitted Subcontractor confidentiality, work-for-hire and intellectual

property rights assignment agreements, in form and substance acceptable by the State,

not to be unreasonably withheld, giving the State rights consistent with those set forth in

Section 9.1 and Section 16, and, upon request, provide the State with a fully-executed

copy of each such contract; and

(ii) with respect to all Permitted Subcontractor employees providing Services or Work

Product, comply with its obligations under Section 4.2(b).

5. State Obligations.

5.1 State Resources and Access. The State is responsible for:

(a) providing the State Materials, including State personnel, and such other resources as may be

specified in the Statement of Work (collectively, “State Resources”); and

(b) providing Contractor Personnel with such access to the Site(s) and Operating Environment as is

necessary for Contractor to perform its obligations on a timely basis as set forth in the Statement of

Work.

5.2 State Project Manager. Throughout the Term of this Contract, the State will maintain a State

employee to serve as the State’s Project Manager under this Contract. The State’s Project Manager will

be identified in the Statement of Work. The State’s Project Manager or designee will attend regularly

scheduled meetings as set forth in the Implementation Plan and will otherwise be available as set forth in

the Statement of Work.

6. Testing.

Testing and acceptance of Services and Deliverables shall be set forth in the applicable Charter,

consistent with the Governance Model.

7. Fees.

7.1 Fees. Subject to all terms and conditions set forth in this Section 7, the State will pay the fees set forth

in the Statement of Work (“Fees”). All such Fees will be determined in accordance with the fees, billing

rates, and discounts (“Pricing”) set forth in Schedule B (the “Pricing Schedule”).

7.2 Firm Pricing. The Pricing set forth in the Pricing Schedule is firm and may not be modified during the

Term.

8. Invoices and Payment.

17

8.1 Invoices. Contractor will invoice the State for Fees in accordance with the requirements set forth in

the Statement of Work. Contractor must submit each invoice in both hard copy and electronic format, via

such delivery means and to such address as are specified by the State in the Statement of Work. Each

separate invoice must:

(a) clearly identify the Contract to which it relates, in such manner as is required by the State;

(b) list each Fee item separately;

(c) include sufficient detail as reasonably requested by the State for each line item to enable the State

to satisfy its accounting and charge-back requirements;

(d) for Fees determined on a time and materials basis, report details regarding the number of hours

performed during the billing period, the skill or labor category for such Contractor Personnel and the

applicable hourly billing rates; and

(e) include such other information as may be required by the State as set forth in the Statement of

Work.

8.2 Payment. Invoices are due and payable by the State, in accordance with the State’s standard

payment procedures as specified in 1984 Public Act no. 279, MCL 17.51, et seq., within forty-five (45)

calendar days after receipt, provided the invoice was properly rendered. The State will only disburse

payments under this Contract through Electronic Funds Transfer (EFT). Contractor must register with the

State at http://www.michigan.gov/cpexpress to receive electronic fund transfer payments. If Contractor

does not register, the State is not liable for failure to provide payment.

8.3 Taxes. The State is exempt from State sales tax for direct purchases and may be exempt from federal

excise tax, if Services or Deliverables purchased under this Contract are for the State’s exclusive use.

Notwithstanding the foregoing, all Fees are inclusive of taxes, and Contractor is responsible for all sales,

use and excise taxes, and any other similar taxes, duties and charges of any kind imposed by any federal,

state, or local governmental entity on any amounts payable by the State under this Contract.

8.4 Withhold Remedy.

(a) The State may withhold from payment any amount disputed by the State in good faith, pending

resolution of the dispute, provided that the State:

(i) timely pays all amounts not subject to dispute;

(ii) notifies Contractor of the dispute prior to the due date of the properly issued invoice,

specifying in such notice (i) the amount in dispute, and (ii) the reason for the dispute set

out in sufficient detail to facilitate investigation by Contractor and resolution by the parties;

(iii) works with Contractor to resolve the dispute promptly through the Dispute Resolution

Procedure; and

18

(iv) promptly pays any amount determined to be due by resolution of the dispute.

(b) Contractor shall continue performing its obligations in accordance with the Statement of Work

notwithstanding any such dispute or actual or alleged nonpayment that is the subject of the dispute, pending

its resolution in accordance with the Dispute Resolution Procedure.

8.5 Right of Set Off. Without prejudice to any other right or remedy it may have, the State reserves the

right to set off at any time any amount owing to it by Contractor against any amount payable by the State

to Contractor under this Contract.

8.6 Payment Does Not Imply Acceptance. The making of any payment by the State, or Contractor’s

receipt of payment, will in no way affect the responsibility of Contractor to perform the Services in

accordance with this Contract, and will not imply the State’s acceptance of any Services or Deliverables or

the waiver of any warranties or requirements of this Contract.

9. Intellectual Property Rights.

9.1 State Ownership of Work Product. Upon full and final payment thereof, with the exception of

Background Technology, the State is and will be the sole and exclusive owner of all right, title, and interest

in and to all Work Product, including all Intellectual Property Rights. In furtherance of the foregoing:

(a) With the exception of Background Technology, Contractor will create all Work Product as work

made for hire as defined in Section 101 of the Copyright Act of 1976; and

(b) to the extent any Work Product or Intellectual Property Rights do not qualify as, or otherwise fails

to be, work made for hire, upon full and final payment thereof, with the exception of Background

Technology, Contractor hereby:

(i) assigns, transfers, and otherwise conveys to the State, irrevocably and in perpetuity,

throughout the universe, all right, title, and interest in and to such Work Product, including

all Intellectual Property Rights; and

(ii) irrevocably waives any and all claims Contractor may now or hereafter have in any

jurisdiction to so-called “moral rights” or rights of droit moral with respect to the Work

Product.

9.2 Background Technology. Contractor is and will remain the sole and exclusive owner of all

right, title, and interest in and to the Background Technology, or any enhancements or modifications made to

such Background Technology, including all Intellectual Property Rights therein, subject to the license granted

in Section 9.3.

9.3 Background Technology License. Contractor hereby grants to the State a license with respect

to the Background Technology contained in or necessary for use of the Work Product that will allow the State

19

to use and otherwise exploit perpetually throughout the universe for all or any purposes whatsoever the Work

Product, without incurring any fees or costs to Contractor (other than the Fees set forth under this Contract) or

any other Person in respect of the Background Technology. In furtherance of the foregoing, such rights and

licenses will:

(a) be non-exclusive, non-transferrable, non-sublicensable (however, the State may

sublicense Background Technology to other State and Federal governmental agencies solely in conjunction

with their use of the Work Product), irrevocable, perpetual, fully paid-up and royalty-free;

(b) include the rights to use, reproduce, perform (publicly or otherwise), display (publicly

or otherwise), modify, improve, create Derivative Works of, distribute, import, make, have made, the

Background Technology, including all such modifications, improvements and Derivative Works thereof, solely

as part of, or as necessary to use and exploit, the Work Product; and

9.4 Further Actions. Contractor will, and will cause the Contractor Personnel to, take all appropriate action

and execute and deliver all documents, necessary or reasonably requested by the State to effectuate any

of the provisions or purposes of Section 9.1, or otherwise as may be necessary or useful for the State to

prosecute, register, perfect, record, or enforce its rights in or to any Work Product or any Intellectual

Property Right therein.

9.5 State Materials. The State will remain the sole and exclusive owners of all right, title, and interest in

and to State Materials, including all Intellectual Property Rights therein. Contractor will have no right or

license to, and will not, use any State Materials except solely during the Term of this Contract for which

they are provided to the extent necessary to perform the Services and provide the Work Product to the

State. All other rights in and to the State Materials are expressly reserved by the State.

10. Termination, Expiration, Transition. The State may terminate this Contract, the Maintenance

and Support Services for all or any Software, or any Statement of Work, in accordance with the following:

10.1 State Termination for Cause.

(a) The State may terminate this Contract or a Statement of Work for cause, if Contractor materially

breaches this Contract, and such breach:

(i) is incapable of cure;

(ii) is a repeated breach; or

(iii) being capable of cure, remains uncured for thirty (30) calendar days after the

Contractor receives written notice thereof.

20

Any reference to specific breaches being material breaches within this Contract will not be construed

to mean that other breaches are not material.

(b) The State may terminate this Contract for cause, in whole or in part, effective upon written notice

to the Contractor if Contractor becomes insolvent, petitions for bankruptcy court proceedings, or has

an involuntary bankruptcy proceeding filed against it by any creditor.

(c) If the State terminates this Contract under this Section 10.1, the State will issue a termination

notice specifying whether Contractor must: (i) cease performance immediately, if the State terminates

under subsections (a)(i), (a)(ii), or (b) above, (ii) cease performance if the breach is not cured within

thirty (30) calendar days, if the State is terminating under subsection (a)(iii), or (iii) continue to perform

for a specified period not to exceed sixty (60) calendar days. If it is later determined that Contractor

was not in breach of this Contract, the termination will be deemed to have been a termination for

convenience, effective as of the same date, and the rights and obligations of the parties will be limited

to those provided in Section 10.2.

(d) The State will only pay for (i) amounts due to Contractor for Services and Deliverables delivered to

the State on or before the date Contractor is instructed to cease performance under subsection (c)

above, (ii) any holdbacks retained by the State that are associated with already accepted Services and

Deliverables, and (iii) work in process on a pro rata basis, provided that such work in process is not

the reason for the State’s termination. All costs owed to Contractor are subject to the State’s right to

set off any amounts owed by the Contractor for the State’s reasonable costs in terminating this

Contract. The Contractor must pay all reasonable costs incurred by the State in terminating this

Contract for cause, including administrative costs, attorneys’ fees, court costs, transition costs, and

any costs the State incurs to procure the Services from other sources that would not have been

incurred if Contractor had completed the Contract.

10.2 State Termination for Convenience. The State may terminate this Contract in whole or in part on thirty

(30) calendar days’ notice, without penalty and for any reason, including but not limited to, appropriation or

budget shortfalls. The termination notice will specify whether Contractor must: (a) cease performance at

the end of the thirty (30) day notice, or (b) continue to perform in accordance with Section 10.4. If the

State terminates this Contract for convenience, the State will pay for all (a) Services and Deliverables

delivered, (b) work in process on a pro rata basis, (c) any holdbacks retained by the State that are

associated with already accepted Services and Deliverables, and (d) all reasonable costs for State

approved Transition Responsibilities. Notwithstanding the foregoing, if the State terminates this Contract for

non-appropriation, the State will pay the Contractor for the above costs only to the extent funds allocated to

the Statement of Work are available.

10.3 Termination by Contractor. If the State breaches a material provision of this Contract, then the

Contractor will provide the State with written notice of the breach and a time period (not less than thirty

(30) calendar days) to cure the breach. The Contractor may terminate this Contract if the State (i) materially

breaches its obligation to pay the Contractor undisputed amounts due and owing under this Contract, (ii)

21

breaches its other obligations under this Contract to an extent that makes it impossible or commercially

impractical for the Contractor to perform the Services, or (iii) does not cure the material breach within the

time period specified in a written notice of breach.

10.4 Transition Responsibilities. Upon termination or expiration of this Contract for any reason, Contractor

must, for a period of time specified by the State (not to exceed 90 calendar days, unless otherwise agreed

to by the parties)(the “Transition Period”), provide all reasonable transition assistance requested by the

State, to allow for the expired or terminated portion of the Contract to continue without interruption or

adverse effect, and to facilitate the orderly transfer of the Services to the State or its designees. Such

transition assistance may include but is not limited to: (a) continuing to perform the Services at the

established Contract rates (on a fixed price or time and material basis, depending on the Services

provided); (b) taking all reasonable and necessary measures to transition performance of the work,

including all applicable Services and Deliverables to the State or the State’s designee; (c) taking all

necessary and appropriate steps, or such other action as the State may direct, to preserve, maintain,

protect, or return to the State all State Materials and State Data; (d) transferring title in and delivering to

the State, at the State’s discretion, all completed or partially completed Deliverables prepared under this

Contract as of the Contract termination or expiration date provided Contractor has received full payment

for such Deliverable; and (e) preparing an accurate accounting from which the State and Contractor may

reconcile all outstanding accounts (collectively, the “Transition Responsibilities”). This Contract is

automatically extended through the end of the Transition Period.

10.5 Effect of Expiration or Termination.

(a) Upon termination or expiration of this Contract for any reason:

(i) Contractor will be obligated to perform all Transition Responsibilities specified in Section

10.4.

(ii) All licenses granted to Contractor in the State Materials and State Data will immediately

and automatically also terminate. Contractor must promptly return to the State all State

Materials and State Data not required by Contractor for its Transition Responsibilities, if

any.

(iii) Contractor will (A) subject to Section 16.5, return to the State all documents and tangible

materials (and any copies) containing, reflecting, incorporating, or based on the State’s

Confidential Information, (B) permanently erase the State’s Confidential Information, from

its computer systems and (C) certify in writing to the State that it has complied with the

requirements of this section 10.5(a)(iii), in each case to the extent such materials are not

required by Contractor for Transition Responsibilities, if any.

(b) No expiration or termination of this Contract will affect the State’s rights in any of the Deliverables

that have already been paid for by the State.

10.6 Survival. This Section 10 survives termination or expiration of this Contract.

22

11. Stop Work Order. The State may, at any time, order the Services of Contractor fully or partially

stopped for its own convenience for up to ninety (90) calendar days at no additional cost to the State. The

State will provide Contractor a written notice detailing such suspension (a “Stop Work Order”). Contractor

must comply with the Stop Work Order upon receipt. Within 90 days, or any longer period agreed to by

Contractor, the State will either: (a) issue a notice authorizing Contractor to resume work, or (b) terminate

the Statement of Work. The parties will agree upon an equitable adjustment through the Change Control

Process under Section 2.2 to (i) adjust Contractor Personnel staffing requirements, and (ii) adjust fees. The

State will not pay for any Services, Contractor’s lost profits, or any additional compensation during a stop

work period.

12. Contractor Representations and Warranties.

12.1 Authority. Contractor represents and warrants to the State that:

(a) It is duly organized, validly existing, and in good standing as a corporation or other entity as

represented under this Contract under the laws and regulations of its jurisdiction of incorporation,

organization, or chartering;

(b) It has the full right, power, and authority to enter into this Contract, to grant the rights and licenses

granted under this Contract, and to perform its contractual obligations;

(c) The execution of this Contract by its Representative has been duly authorized by all necessary

organizational action; and

(d) When executed and delivered by Contractor, this Contract will constitute the legal, valid, and

binding obligation of Contractor, enforceable against Contractor in accordance with its terms.

12.2 Bid Response. Contractor represents and warrants to the State that:

(a) The prices proposed by Contractor were arrived at independently, without consultation,

communication, or agreement with any other bidder for the purpose of restricting competition; the

prices quoted were not knowingly disclosed by Contractor to any other bidder to the RFP; and no

attempt was made by Contractor to induce any other Person to submit or not submit a proposal for the

purpose of restricting competition;

(b) All written information furnished to the State by or for Contractor in connection with this Contract,

including Contractor’s Bid Response, is true, accurate, and complete, and contains no untrue

statement of material fact or omits any material fact necessary to make the information not misleading;

(c) Contractor is not in material default or breach of any other contract or agreement that it may have

with the State or any of its departments, commissions, boards, or agencies. Contractor further

represents and warrants that it has not been a party to any contract with the State or any of its

departments that was terminated by the State within the previous five (5) years for the reason that

Contractor failed to perform or otherwise breached an obligation of the contract; and

23

(d) If any of the certifications, representations, or disclosures made in Contractor’s Bid Response

change after contract award, the Contractor is required to report those changes promptly to the

Contract Administrator.

12.3 Services. Contractor represents and warrants to the State that:

(a) It will perform all Services in a professional and workmanlike manner in accordance with

commercial industry standards and practices for similar services, using personnel with the requisite

skill, experience and qualifications, and will devote adequate resources to meet its obligations under

this Contract;

(b) It is in compliance with, and will perform all Services in compliance with, all Law applicable to its

performance of Services hereunder; and

(c) As used by the State or any Third Party authorized by the State, the Documentation: (i) will not

infringe, misappropriate, or otherwise violate any Intellectual Property Right or other right of any third

party; and (ii) will comply with all applicable Laws.

12.4 EXCEPT AS EXPRESSLY PROVIDED IN THIS AGREEMENT, CONTRACTOR DOES NOT MAKE

OR GIVE ANY REPRESENTATION OR WARRANTY OR CONDITION OF ANY KIND, WHETHER SUCH

REPRESENTATION, WARRANTY, OR CONDITION BE EXPRESS OR IMPLIED, INCLUDING ANY

WARRANTY OF MERCHANTABILITY, QUALITY, OR FITNESS FOR A PARTICULAR PURPOSE OR

ANY REPRESENTATION, WARRANTY OR CONDITION FROM COURSE OF DEALING OR USAGE OF

TRADE.

12.5 State hereby represents and warrants that it has all necessary right and title to all State Material to

allow Contractor to perform its Services hereunder.

13. Indemnification.

13.1 General Indemnification. Contractor must defend, indemnify and hold the State, its departments,

divisions, agencies, offices, commissions, officers, and employees harmless, without limitation, from and

against any and all actions, claims, losses, liabilities, damages, reasonable costs, reasonable attorney

fees, and expenses (including those required to establish the right to indemnification), to the extent arising

out of third party claims or actions of: (a) any infringement, misappropriation, or other violation of any

Intellectual Property Right or other right of any Third Party in connection with any Service or Deliverable

provided under the Statement of Work; and (b) any bodily injury, death, or damage to real or tangible

personal property occurring wholly or in part due to negligent or more culpable action or inaction by

Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts

any of them may be liable).

13.2 Indemnification Procedure. The State will notify Contractor in writing if indemnification is sought;

however, failure to do so will not relieve Contractor, except to the extent that Contractor is materially

prejudiced. Contractor must, to the satisfaction of the State, demonstrate its financial ability to carry out

these obligations. The State is entitled to: (i) regular updates on proceeding status; (ii) participate in the

24

defense of the proceeding; (iii) employ its own counsel; and to (iv) retain control of the defense, at its own

cost and expense, if the State deems necessary. Contractor will not, without the State’s prior written

consent (not to be unreasonably withheld), settle, compromise, or consent to the entry of any judgment in

or otherwise seek to terminate any claim, action, or proceeding. Any litigation activity on behalf of the

State or any of its subdivisions, under this Section 13, must be coordinated with the Department of

Attorney General. An attorney designated to represent the State may not do so until approved by the

Michigan Attorney General and appointed as a Special Assistant Attorney General.

13.3 Infringement Remedies.

(a) The remedies set forth in this Section 13.3 are in addition to, and not in lieu of, all other remedies

that may be available to the State under this Contract or otherwise, including the State’s right to be

indemnified for such actions.

(b) If any Deliverable or any component thereof, other than State Materials, is found to be infringing or

if any use of any Deliverable or any component thereof is enjoined, threatened to be enjoined or

otherwise the subject of an infringement claim, Contractor must, at Contractor’s sole cost and

expense:

(i) procure for the State the right to continue to use such Deliverable or component thereof to

the full extent contemplated by this Contract; or

(ii) modify or replace the materials that infringe or are alleged to infringe (“Allegedly

Infringing Materials”) to make the Deliverable and all of its components non-infringing

while providing fully equivalent features and functionality.

(c) If neither of the foregoing is possible notwithstanding Contractor’s commercially reasonable

efforts, then Contractor may direct the State to cease any use of any materials that have been

enjoined or finally adjudicated as infringing, provided that Contractor will:

(i) refund to the State all amounts paid by the State in respect of such Allegedly Infringing

Materials and any other aspects of the Deliverable provided under the Statement of Work

for the Allegedly Infringing Materials that the State cannot reasonably use as intended

under this Contract; and

(ii) in any case, at its sole cost and expense, secure the right for the State to continue using

the Allegedly Infringing Materials for a transition period of up to six (6) months to allow the

State to replace the affected features of the Deliverable without disruption.

(d) If Contractor directs the State to cease using any Deliverables under Section 13.3(c), the State

may terminate this Contract for cause under Section 10.1.

(e) Contractor will have no liability for any claim of infringement arising solely from:

(i) Contractor’s compliance with any designs, specifications, or instructions of the State; or

25

(ii) Modification of the Deliverables by the State without the prior knowledge and approval of

Contractor;

(i) Failure to use modifications or enhancements made available at no cost to the State by

Contractor, provided Contractor has given the State written notice of such modification or

enhancement, and such modification or enhancement will not degrade the Software

performance,

(ii) Use of the Software for other than its intended use, as reflected in the Statement of Work

or Documentation;

unless the claim arose against the Deliverable independently of any of the above specified

actions.

14. Damages Disclaimers and Limitations.

(a) Disclaimer of Damages. NEITHER PARTY WILL BE LIABLE, REGARDLESS OF THE FORM OF

ACTION, WHETHER IN CONTRACT, TORT, NEGLIGENCE, STRICT LIABILITY OR BY STATUTE

OR OTHERWISE, FOR ANY CLAIM RELATED TO OR ARISING UNDER THIS CONTRACT FOR

CONSEQUENTIAL, INCIDENTAL, INDIRECT, PUNITIVE, OR SPECIAL DAMAGES, INCLUDING

WITHOUT LIMITATION LOST PROFITS AND LOST BUSINESS OPPORTUNITIES.

(b) Limitation of Liability. IN NO EVENT WILL EITHER PARTY’S AGGREGATE LIABILITY TO THE

OTHER PARTY UNDER THIS CONTRACT OR A STATEMENT OF WORK, REGARDLESS OF THE

FORM OF ACTION, WHETHER IN CONTRACT, TORT, NEGLIGENCE, STRICT LIABILITY OR BY

STATUTE OR OTHERWISE, FOR ANY CLAIM RELATED TO OR ARISING UNDER THIS

CONTRACT, EXCEED THE MAXIMUM AMOUNT OF FEES SPECIFIED IN THE APPLICABLE

STATEMENT OF WORK PAID OVER THE PRECEDING TWELVE (12) MONTHS.

(c) Exceptions. Subsections (a) (Disclaimer of Damages) and (b) (Limitation of Liability) above, shall

not apply to:

(i) Contractor’s obligation to indemnify under Section 13.1 of this Contract;

(ii) Contractor’s obligations under Section 15.4 of this Contract (Compromise of State Data),

subject to the Security Breach Indemnity Cap; and

(iii) damages arising from either party’s recklessness, bad faith, or intentional misconduct.

15. State Data.

15.1 Ownership. The State’s data (“State Data,” which will be treated by Contractor as Confidential

Information) includes the State’s data collected, used, processed, stored, or generated as the result of the

Services, including but not limited to (a) personally identifiable information (“PII”) collected, used,

processed, stored, or generated as the result of the Services, including, without limitation, any information

26

that identifies an individual, such as an individual’s social security number or other government-issued

identification number, date of birth, address, telephone number, biometric data, mother’s maiden name,

email address, credit card information, or an individual’s name in combination with any other of the

elements here listed; and, (b) personal health information (“PHI”) collected, used, processed, stored, or

generated as the result of the Services, which is defined under the Health Insurance Portability and

Accountability Act of 1996, as amended, and including 45 C.F.R. Part 160 and Part 164 and any other

regulations promulgated thereunder, all as of the effective date of this Contract (“HIPAA”); (c) add Federal

Tax Return Information (“FTI”). State Data is and will remain the sole and exclusive property of the State

and all right, title, and interest in the same is reserved by the State. This Section 15.1 survives termination

or expiration of this Contract.

15.2 Contractor Use of State Data. Contractor is provided a limited license to State Data for the sole and

exclusive purpose of providing the Services, including a license to collect, process, store, generate, and

display State Data only to the extent necessary in the provision of the Services. Contractor must: (a) keep

and maintain State Data in confidence, using such degree of care as is appropriate and consistent with its

obligations as further described in this Contract and applicable law to avoid unauthorized access, use,

disclosure, or loss; (b) use and disclose State Data solely and exclusively for the purpose of providing the

Services, such use and disclosure being in accordance with this Contract, any applicable Statement of

Work, and applicable law; and (c) not use, sell, rent, transfer, distribute, or otherwise disclose or make

available State Data for Contractor’s own purposes or for the benefit of anyone other than the State

without the State’s prior written consent. This Section 15.2 survives termination or expiration of this

Contract.

15.3 Extraction of State Data. Contractor must, within three (3) Business Days of the State’s request,

provide the State, without charge and without any conditions or contingencies whatsoever (including but

not limited to the payment of any fees due to Contractor), an extract of State Data in the format specified

by the State.

15.4 Compromise of State Data. In the event of any Contractor act, error or omission, negligence,

misconduct, or breach by Contractor that compromises the security and confidentiality of State Data or the

physical, technical, administrative, or organizational safeguards put in place by Contractor that relate to the

protection of the security and confidentiality of State Data, Contractor must, as applicable: (a) notify the

State as soon as practicable but no later than within one (1) business day of becoming aware of such

occurrence; (b) cooperate with the` State in investigating the occurrence, including making available all

relevant records, logs, files, data reporting, and other materials required to comply with applicable law or

as otherwise required by the State; (c) in the case of PII or PHI, reimburse the State for any costs in

notifying the affected individuals; (d) in the case of PII, offer third-party credit and identity monitoring

services to each of the affected individuals who comprise the PII for the period required to comply with

applicable law, or, in the absence of any legally required monitoring services, for no less than twelve (12)

months following the date of notification to such individuals; (e) perform or take any other actions required

to comply with applicable law as a result of the occurrence; (f) reimburse the State for all reasonable costs

incurred by the State in the investigation and remediation of such occurrence, including but not limited to

all legal fees, audit costs, fines, and other fees imposed by regulatory agencies or contracting partners as

a result of the occurrence; (g) without limiting Contractor’s obligations of indemnification as further

27

described in this Contract, indemnify, defend, and hold harmless the State for any and all third party

claims, including reasonable attorneys’ fees, costs, and incidental expenses, which may be suffered by,

accrued against, charged to, or recoverable from the State in connection with the Contractor’s breach of

this section; (h) be responsible for assisting the State in its recreating of lost State Data caused by

Contractor’s breach in the manner and on the schedule set by the State without charge to the State to the

State’s last backup; and (i) provide to the State a detailed plan within ten (10) calendar days of the

occurrence describing the measures Contractor will undertake to reduce the risk of a future occurrence.

Notwithstanding anything to the contrary set forth in this Section or any other provision of this Contract, the

aggregate liability of Contractor for damages under this Section shall not exceed the greater of One Million

Dollars ($1,000,000,00) or the fees specified in the applicable Statement of Work paid over the preceding

twelve (12) months (the “Security Breach Indemnity Cap”). This Section 15.4 survives termination or

expiration of this Contract for so long as Contractor has possession, custody or control of State data.

16. Confidential Information. Each party acknowledges that it may be exposed to or acquire

communication or data of the other party that is confidential in nature and is not intended to be disclosed to

third parties. This Section 16 survives termination or expiration of this Contract.

16.1 Meaning of Confidential Information. The term “Confidential Information” means all information and

documentation of a party that: (a) has been marked “confidential” or with words of similar meaning, at the

time of disclosure by such party; (b) if disclosed orally or not marked “confidential” or with words of similar

meaning, was subsequently summarized in writing by the disclosing party and marked “confidential” or

with words of similar meaning; and, (c) should reasonably be recognized as confidential information of the

disclosing party. The term “Confidential Information” does not include any information or documentation

that was or is: (a)subject to disclosure under the Michigan Freedom of Information Act (FOIA); (b) already

in the possession of the receiving party without an obligation of confidentiality; (c) developed

independently by the receiving party, as demonstrated by the receiving party, without violating the

disclosing party’s proprietary rights; (d) obtained from a source other than the disclosing party without an

obligation of confidentiality; or, (e) publicly available when received, or thereafter became publicly available

(other than through any unauthorized disclosure by, through, or on behalf of, the receiving party).

Notwithstanding the above, in all cases and for all matters, State Data is deemed to be Confidential

Information.

16.2 Obligation of Confidentiality. The parties agree to hold all Confidential Information in confidence and

not to copy, reproduce, sell, transfer, or otherwise dispose of, give or disclose such Confidential

Information to third parties other than employees, agents, or subcontractors of a party who have a need to

know in connection with this Contract or to use such Confidential Information for any purposes whatsoever

other than the performance of this Contract. The parties agree to advise and require their respective

employees, agents, and subcontractors of their obligations to keep all Confidential Information confidential.

Disclosure to the Contractor’s subcontractor is permissible where: (a) the subcontractor is a Permitted

Subcontractor; (b) the disclosure is necessary or otherwise naturally occurs in connection with work that is

within the Permitted Subcontractor's responsibilities; and (c) Contractor obligates the Permitted

Subcontractor in a written contract to maintain the State's Confidential Information in confidence; (d) as

permitted under the Statement of Work; and (e) as required by law, regulation or court order, provided that

to the extent a receiving party is required to disclose confidential information pursuant to this subsection,

28

the receiving party shall provide the furnishing party with notice of the legal request within one (1)

Business Day of receipt, and assist the furnishing party in resisting or limiting the scope of the disclosure

as reasonably requested by the furnishing party. At the State’s request, any of the Contractor’s

Representatives may be required to execute a separate agreement to be bound by the provisions of this

Section 16.2.

16.3 Cooperation to Prevent Disclosure of Confidential Information. Each party must use its reasonable

efforts to assist the other party in identifying and preventing any unauthorized use or disclosure of any

Confidential Information. Without limiting the foregoing, each party must advise the other party promptly in

the event either party learns or has reason to believe that any person who has had access to Confidential

Information has violated or intends to violate this Section 16. Each party will cooperate with the other party

in seeking injunctive or other equitable relief against any such person.

16.4 Remedies for Breach of Obligation of Confidentiality. Each party acknowledges that breach of its

obligation of confidentiality may give rise to irreparable injury to the other party, which damage may be

inadequately compensable in the form of monetary damages. Accordingly, a party may seek and obtain

injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any

other legal remedies which may be available, to include, in the case of the State, at the sole election of the

State, the immediate termination, without liability to the State, of this Contract or any Statement of Work

corresponding to the breach or threatened breach.

16.5 Surrender of Confidential Information upon Termination. Upon termination or expiration of this

Contract or a Statement of Work, in whole or in part, each party must, within five (5) calendar days from

the date of termination, return to the other party any and all Confidential Information received from the

other party, or created or received by a party on behalf of the other party, which are in such party’s

possession, custody, or control, provided, however, that Contractor must return State Data to the State

following the timeframe and procedure described further in this Contract. If Contractor or the State

determine that the return of any non-State Data Confidential Information is not feasible, such party must

destroy the non-State Data Confidential Information and certify the same in writing within five (5) calendar

days from the date of termination to the other party. Notwithstanding anything herein to the contrary,

Contractor shall have the right to retain copies of non-State Data Confidential Information, and any

summaries, analyses, notes, or extracts prepared by Contractor which are based on or contain portions of

such Confidential Information to the extent necessary to evidence performance of the Services, provided

that Contractor retains such copies in accordance with its confidentiality obligations hereunder.

17. Data Privacy and Information Security.

17.1 Undertaking by Contractor. Without limiting Contractor’s obligation of confidentiality as further

described, Contractor is responsible for establishing and maintaining a data privacy and information

security program, including appropriate physical, technical, administrative, and organizational safeguards,

that is reasonably designed to: (a) ensure the security and confidentiality of the State Data; (b) protect

against any anticipated threats or hazards to the security or confidentiality of the State Data; (c) protect

against unauthorized disclosure, access to, or use of the State Data; (d) ensure the proper disposal of

State Data; and (e) ensure that all Contractor Representatives comply with all of the foregoing. In no case

29

will the safeguards of Contractor’s data privacy and information security program be less stringent than the

safeguards used by the State, and Contractor must at all times comply with all applicable State IT policies

and standards, which are available at http://www.michigan.gov/dtmb/0,4568,7-150-56355_56579_56755---

,00.html.

17.2 Right of Audit by the State. Without limiting any other audit rights of the State, the State has the right

to review Contractor’s data privacy and information security program prior to the commencement of

Services and from time to time during the term of this Contract. During the providing of Services, on an

ongoing basis from time to time and without notice, the State, at its own expense, is entitled to perform, or

to have performed, an on-site audit of Contractor’s data privacy and information security program. In lieu

of an on-site audit, upon request by the State, Contractor agrees to complete, within forty-five (45)

calendar days of receipt, an audit questionnaire provided by the State regarding Contractor’s data privacy

and information security program.

17.3 Audit Findings. With respect to State Data, Contractor must implement any required safeguards as

identified by the State or by any audit of Contractor’s data privacy and information security program.

17.4 State’s Right to Termination for Deficiencies. The State reserves the right, at its sole election, to

immediately terminate this Contract or the Statement of Work without limitation and without liability if the

State determines that Contractor fails or has failed to meet its obligations under this Section 17.

18. HIPAA Compliance. The State and Contractor must comply with all obligations under HIPAA and its

accompanying regulations, including but not limited to entering into a business associate agreement, if

reasonably necessary to keep the State and Contractor in compliance with HIPAA.

19. Records Maintenance, Inspection, Examination, and Audit.

19.1 Right of Audit. Upon written notice to Contractor, the State or its designee may audit Contractor to

verify compliance with this Contract. Contractor must retain, and provide to the State or its designee and

the auditor general upon request, all financial and accounting records related to this Contract (other than

Contractor’s internal costs to provide services) through the Term of this Contract and for four (4) years

after the latter of termination, expiration, or final payment under this Contract or any extension (“Financial

Audit Period”). If an audit, litigation, or other action involving the records is initiated before the end of the

Financial Audit Period, Contractor must retain the records until all issues are resolved.

19.2 Right of Inspection. Within ten (10) calendar days of providing notice, the State and its authorized

representatives or designees have the right to enter and inspect Contractor’s premises or any other places

where Services are being performed, and examine, copy, and audit all records related to this Contract.

Contractor must cooperate and provide reasonable assistance. If financial errors are revealed, the amount

in error must be reflected as a credit or debit on subsequent invoices until the amount is paid or refunded.

Any remaining balance at the end of this Contract must be paid or refunded within forty-five (45) calendar

days.

19.3 Application. This Section 19 applies to Contractor, any Affiliate, and any Permitted Subcontractor that

performs Services in connection with this Contract.

30

20. Insurance Requirements.

20.1 Contractor must maintain the insurances identified below and is responsible for all

deductibles. All required insurance must: (a) protect the State from claims that may arise out of, are

alleged to arise out of, or result from Contractor’s or a Permitted Subcontractor’s performance; (b)

be primary and non-contributing to any comparable liability insurance (including self-insurance)

carried by the State; and (c) be provided by a company with an A.M. Best rating of “A” or better, or

the equivalent ratings form another nationally recognized rating firm, and a financial size of VII or

better. Required Limits Additional Requirements

Commercial General Liability Insurance

Minimal Limits: $1,000,000 Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $2,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations

Contractor must have their policy endorsed to add “the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as additional insureds using endorsement CG 20 10 11 85, or both CG 2010 07 04 and CG 2037 07 0 or equivalent endorsement providing coverage for ongoing operations.

31

Umbrella or Excess Liability Insurance

Minimal Limits: $10,000,000 General Aggregate

Contractor must have their policy endorsed to add “the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as additional insureds.

Automobile Liability Insurance

Minimal Limits: $1,000,000 Per Accident

Contractor must have their policy: (1) endorsed to add “the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as additional insureds; and (2) include Hired and Non-Owned Automobile coverage.

Workers' Compensation Insurance

Minimal Limits: Coverage according to applicable laws governing work activities.

Waiver of subrogation, except where waiver is prohibited by law.

Employers Liability Insurance

Minimal Limits: $500,000 Each Accident $500,000 Each Employee by Disease $500,000 Aggregate Disease.

Privacy and Security Liability (Cyber Liability) Insurance

Minimal Limits: $1,000,000 Each Claim $1,000,000 Annual Aggregate

Contractor must have their policy: (1) endorsed to add “the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as additional insureds; and (2) cover information security and privacy liability, privacy notification costs, regulatory defense and penalties, and website media content liability. This coverage may be included in the Errors and Omissions insurance.

Crime (Fidelity) Insurance

Minimal Limits: $1,000,000 Employee Theft Per Loss

Contractor must have their policy: (1) cover forgery and alteration, theft of money and securities, robbery and safe burglary, computer fraud, funds transfer fraud, money order and counterfeit currency, and (2) endorsed to add “the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as Loss Payees.

32

Professional Liability (Errors and Omissions) Insurance

Minimal Limits: $3,000,000 Each Occurrence $3,000,000 Annual Aggregate

20.2 If Contractor’s policy contains limits higher than the minimum limits, the State is entitled to

coverage to the extent of the higher limits, subject to Section 14. The minimum limits are not

intended, and may not be construed to limit any liability or indemnity of Contractor to any indemnified

party or other persons.

20.3 If any of the required policies provide claims-made coverage, the Contractor must: (a)

provide coverage with a Retroactive Date before the effective date of the contract or the beginning

of contract work; (b) maintain coverage and provide evidence of coverage for at least three (3)

years after completion of the contract of work, subject to the continued availability of commercially

reasonable terms and conditions of such coverage; and (c) if coverage is canceled or non-

renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to

the contract effective date, the Contractor must purchase extended reporting coverage for a

minimum of three (3) years after completion of work subject to the continued availability of

commercially reasonable terms and conditions of such coverage.

20.4 Contractor must: (a) provide insurance certificates to the State’s Contract Administrator,

containing the Contract number, at Contract formation and within thirty (30) calendar days of the

expiration date of the applicable policies; (b) require that Permitted Subcontractors maintain the

required insurances contained in this Section; (c) notify the State’s Contract Administrator within

thirty (30) days if any insurance is cancelled, unless replacement coverage substantially meeting

the requirements herein is obtained; and (d) waive all rights against the State for damages

covered by insurance, unless prohibited by law. Failure to maintain the required insurance does

not limit this waiver.

21. Dispute Resolution.

21.1 Unless otherwise specified in the Statement of Work, the parties will endeavor to resolve any Contract

dispute in accordance with Section 21. The initiating party will reduce its description of the dispute to

writing (including all supporting documentation) and deliver it to the responding party’s Project Manager.

The responding party’s Project Manager must respond in writing within five (5) Business Days. The

initiating party has five (5) Business Days to review the response. If after such review resolution cannot be

reached, both parties will have an additional five (5) Business Days to negotiate in good faith to resolve the

dispute. If the dispute cannot be resolved within a total of fifteen (15) Business Days, the parties must

submit the dispute to the parties’ Contract Administrators. The parties will continue performing while a

dispute is being resolved, unless the dispute precludes performance. A dispute involving payment does

not preclude performance.

33

21.2 Litigation to resolve the dispute will not be instituted until after the dispute has been elevated to the

parties’ Contract Administrators, and either Contract Administrator concludes that resolution is unlikely, or

fails to respond within fifteen (15) Business Days. The parties are not prohibited from instituting formal

proceedings: (a) to avoid the expiration of statute of limitations period; (b) to preserve a superior position

with respect to creditors; or (c) where a party makes a determination that a temporary restraining order or

other injunctive relief is the only adequate remedy. This Section 21 does not limit either party’s right to

terminate this Contract.

22. Federal and State Contract Requirements.

22.1 Workplace Safety and Discriminatory Harassment.

In performing Services for the State, the Contractor must comply with the Department of Civil Services

Rule 2-20 regarding Workplace Safety and Rule 1-8.3 regarding Discriminatory Harassment. In addition,

the Contractor must comply with Civil Service regulations and any applicable agency rules provided to the

Contractor. For Civil Service Rules, see http://www.mi.gov/mdcs/0,1607,7-147-6877---,00.html.

22.2 Prevailing Wage

The rates of wages and fringe benefits to be paid each class of individuals employed by the Contractor, its

subcontractors, their subcontractors, and all persons involved with the performance of this Contract in

privity of contract with the Contractor shall not be less than the wage rates and fringe benefits established

by the Michigan Department of Labor and Economic Development, Wage and Hour Bureau, schedule of

occupational classification and wage rates and fringe benefits for the local where the work is to be

performed. The term Contractor shall include all general contractors, prime contractors, project managers,

trade contractors, and all of their contractors or subcontractors and persons in privity of contract with them.

The Contractor, its subcontractors, their subcontractors and all persons involved with the performance of

this contract in privity of contract with the Contractor shall keep posted on the work site, in a conspicuous

place, a copy of all wage rates and fringe benefits as prescribed in the contract. You must also post, in a

conspicuous place, the address and telephone number of the Michigan Department of Labor and

Economic Development, the office responsible for enforcement of the wage rates and fringe benefits. You

shall keep an accurate record showing the name and occupation of the actual wage and benefits paid to

each individual employed in connection with this contract. This record shall be available to the State upon

request for reasonable inspection.

If any trade is omitted from the list of wage rates and fringe benefits to be paid to each class of individuals

by the Contractor, it is understood that the trades omitted shall also be paid not less than the wage rate

and fringe benefits prevailing in the local where the work is to be performed

22.3 Equal Employment Opportunity

The Contractor, its subcontractors, their subcontractors and all persons involved with the performance of

this contract agree to abide by Executive Order 11246, entitled “Equal Employment Opportunity”, as

34

amended by Executive Order 11375, and as supplemented by the Department of Labor Regulations (41

CFR Part 60): The Executive Order prohibits federal contractors and federally-assisted construction

contractors and subcontractors who do over $10,000 in Government business in one year from

discriminating in employment decisions on the basis of race, color, religion, sex, or national origin. The

Executive Order also requires Government contractors to take affirmative action to ensure that equal

opportunity is provided in all aspects of their employment.

22.4 Clean Air Act

The Contractor, its subcontractors, their subcontractors and all persons involved with the performance of

this contract agree to abide by the terms outlined in the Federal Clean Air Act, Section 306 stipulates:

(a) No Federal agency may enter into any contract with any person who is convicted of any offense

under section 113(c) for the procurement of goods, materials, and services to perform such contract at

any facility at which the violation which gave rise to such conviction occurred if such facility is owned,

leased, or supervised by such person. The prohibition in the preceding sentence shall continue until

the Administrator certifies that the condition giving rise to such a conviction has been corrected. For

convictions arising under section 113(c)(2), the condition giving rise to the conviction also shall be

considered to include any substantive violation of this Act associated with the violation of 113(c)(2).

The Administrator may extend this prohibition to other facilities owned or operated by the convicted

person.

(b) The Administrator shall establish procedures to provide all Federal agencies with the notification

necessary for the purposes of subsection (a).

(c) In order to implement the purposes and policy of this Act to protect and enhance the quality of the

Nation's air, the President shall, not more than 180 days after enactment of the Clean Air Amendments

of 1970 cause to be issued an order (1) requiring each Federal agency authorized to enter into

contracts and each Federal agency which is empowered to extend Federal assistance by way of grant,

loan, or contract to effectuate the purpose and policy of this Act in such contracting or assistance

activities, and (2) setting forth procedures, sanctions, penalties, and such other provisions, as the

President determines necessary to carry out such requirement.

(d) The President may exempt any contract, loan, or grant from all or part of the provisions of this

section where he determines such exemption is necessary in the paramount interest of the United

States and he shall notify the Congress of such exemption. The President shall annually report to the

Congress on measures taken toward implementing the purpose and intent of this section, including but

not limited to the progress and problems associated with implementation of this section. [42 U.S.C.

7606]

(e) The President shall annually report to the Congress on measures taken toward implementing the

purpose and intent of this section, including but not limited to the progress and problems associated

with implementation of this section. [42 U.S.C. 7606]

35

22.5 Clean Water Act

The Contractor, its subcontractors, their subcontractors and all persons involved with the performance of

this contract agree to abide by the terms outlined in the Federal Clean Water Act, Section 309 stipulates:

(a) No Federal agency may enter into any contract with any person who has been convicted of any

offense under Section 309(c) of this Act for the procurement of goods, materials, and services if such

contract is to be performed at any facility at which the violation which gave rise to such conviction

occurred, and if such facility is owned, leased, or supervised by such person. The prohibition in

preceding sentence shall continue until the Administrator certifies that the condition giving rise to such

conviction has been corrected.

(b) The Administrator shall establish procedures to provide all Federal agencies with the notification

necessary for the purposes of subsection (a) of this section.

(c) In order to implement the purposes and policy of this Act to protect and enhance the quality of the

Nation’s water, the President shall, not more than 180 days after the enactment of this Act, cause to

be issued an order:

(i) requiring each Federal agency authorized to enter into contracts and each Federal agency

which is empowered to extend Federal assistance by way of grant, loan, or contract to

effectuate the purpose and policy of this Act in such contracting or assistance activities,

and

(ii) setting forth procedures, sanctions, penalties, and such other provisions, as the President

determines necessary to carry out such requirement.

(d) The President may exempt any contract, loan, or grant from all or part of the provisions of this

section where he determines such exemption is necessary in the paramount interest of the United

States and he shall notify the Congress of such exemption.

(e) The President shall annually report to the Congress on measures taken in compliance with the

purpose and intent of this section, including, but not limited to, the progress and problems associated

with such compliance.

(f) (1) No certification by a contractor, and no contract clause, may be required in the case of a

contract for the acquisition of commercial items in order to implement a prohibition or requirement of

this section or a prohibition or requirement issued in the implementation of this section.

(2) In paragraph (1), the term “commercial item” has the meaning given such term in section 4(12) of

the Office of Federal Procurement Policy Act (41 U.S.C. 403(12)).

22.6 Anti-lobbying Act

36

The Contractor, its subcontractors, their subcontractors and all persons involved with the performance of

this contract agree to abide by the terms outlined in the Anti-Lobbying Act. The Anti-Lobbying Act prohibits

the recipients of Federal contracts, grants, and loans from using appropriated funds for lobbying the

Executive or Legislative branches of the Federal government in connection with a specific contract, grant,

or loan. As required by Section 1352, Title 31 of the U.S. Code and implemented at 34 CFR Part 82 for

persons entering into a grant or cooperative agreement over $100,000, as defined at 34 CFR Part 82,

Section 82.105 and 82.110, the applicant certifies that:

(a) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,

to any person for influencing or attempting to influence an officer or employee of any agency, a

member of Congress, an officer or employee of Congress, or an employee of a member of Congress

in connection with the making of any federal grant, the entering into of any cooperative agreement,

and the extension, continuation, renewal, amendment, or modification of any federal grant or

cooperative agreement;

(b) If any funds other than federal appropriated funds have been paid or will be paid to any person for

influencing or attempting to influence an officer or employee of any agency, a member of Congress, an

officer or employee of Congress, or an employee of a member of Confess in connection with this

federal grantor o cooperative agreement, the undersigned shall complete and submit Standard Form –

LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions;

(c) The undersigned shall require that the language of this certification be include in the award

documents for all sub-awards at all tiers (including sub-grants, contracts under grants and cooperative

agreements, and subcontracts) and that all sub-recipients shall certify and disclose accordingly.

22.7 Drug Free Workplace

The Federal government implemented the Drug Free Workplace Act of 1988 in an attempt to address the

problems of drug abuse on the job. It is a fact that employees who use drugs have less productivity, a

lower quality of work, and a higher absenteeism, and are more likely to misappropriate funds or services.

From this perspective, the drug abuser may endanger other employees, the public at large, or themselves.

Damage to property, whether owned by this entity or not, could result from drug abuse on the job. All these

actions might undermine public confidence in the services this entity provides. Therefore, in order to

remain a responsible source for government contracts, the following guidelines have been adopted:

(a) The unlawful manufacture, distribution, dispensation, possession or use of a controlled substance

is prohibited in the work place.

(b) Violators may be terminated or requested to seek counseling from an approved rehabilitation

service

(c) Employees must notify their employer of any conviction of a criminal drug statue no later than five

days after such conviction.

37

(d) Although alcohol is not a controlled substance, it is nonetheless a drug. It is the policy of the

Arkansas Department of Health WIC Program that abuse of this drug will also not be tolerated in the

workplace.

(e) Contractors of federal agencies are required to certify that they will provide drug-free workplaces

for their employees.

Transactions subject to the suspension/debarment rules (covered transactions) include grants, subgrants,

cooperative agreements, and prime contracts under such awards. Subcontracts are not included. Also, the

dollar threshold for covered procurement contracts is $25,000. Contracts for Federally required audit

services are covered regardless of dollar amount.

22.8 Debarment and Suspension

As required by Executive Order 12549, Debarment and Suspension, and implemented at 34 CFR Part 85,

for prospective participants in primary covered transactions, as defined at 34 CFR Part 85, Sections

85.105 and 85.110.

(a) The applicant certifies that it and its principals:

(i) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from covered transactions by any federal department or agency;

(ii) Have not within a three-year period preceding this application been convicted of or had a

civil judgment rendered against them for commission of fraud or a criminal offense in

connection with obtaining, attempting to obtain, or performing a public (federal, state, or

local) transaction or contract under a public transaction; violation of federal or state

antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or

destruction of records, making false statements, or receiving stolen property;

(iii) Are not presently indicted for or otherwise criminally or civilly charged by a governmental

entity (federal, state, or local) with commission of any of the offenses enumerated in

paragraph (1)(b) of this certification; and

(iv) Have not within a three-year period preceding this application had one or more public

transactions (federal, state, or local) terminated for cause or default.

(b) Where the applicant is unable to certify to any of the statements in this certification, he or she shall

attach an explanation to this application.

22.9 Food and Nutrition Services Ownership Rights

38

The State and Food and Nutrition Services (FNS) reserve royalty-free, nonexclusive and irrevocable

license to reproduce, publish , or otherwise use and authorize others to use for Federal Government

purposes, the copyright in any software and associated documentation developed under the resulting

contract. In addition, FNS must have access to Bridges during the duration of the contract and will need

access to pertinent cost records of contractors and subcontractors as FNS considers necessary

22.10 Food and Nutrition Services System Testing and Pilot (the Farm Bill)

On 1/2/2014, a Final Rule https://federalregister.gov/a/2013-31347 was published in the Federal

Register entitled “Automated Data Processing and Information Retrieval System Requirements: System

Testing” 79 Federal Register 5 (03 Mar 2014), pp. 5-16. This rule amends the Supplemental Nutrition

Assistance Program (SNAP) regulations to implement provisions of the Food, Conservation, and Energy Act of 2008 (the Farm Bill). The primary purpose of the rule was to strengthen the

requirements for adequate testing and pilot before rolling out a new management information system or

major system changes. Therefore, major system changes may require FNS approval to move forward

from UAT to implementation. Note: There are two sets of approvals that are required due to the rule, (1)

based on the results of UAT, FNS will grant approval to proceed from UAT to the Pilot phase and (2) from

the Pilot phase to Statewide rollout. However, a pilot phase may not be necessary for major changes.

Here is a link to testing.

23. Miscellaneous.

23.1 Effect of Contractor Bankruptcy. All rights and licenses granted by Contractor under this Contract are

and will be deemed to be rights and licenses to “intellectual property,” and all Work Product is and will be

deemed to be “embodiments” of “intellectual property,” for purposes of, and as such terms are used in and

interpreted under, Section 365(n) of the United States Bankruptcy Code (the “Code”). If Contractor or its

estate becomes subject to any bankruptcy or similar proceeding, the State retains and has the right to fully

exercise all rights, licenses, elections, and protections under this Contract, the Code and all other

applicable bankruptcy, insolvency, and similar Laws with respect to all Deliverables and other Work

Product. Without limiting the generality of the foregoing, Contractor acknowledges and agrees that, if

Contractor or its estate shall become subject to any bankruptcy or similar proceeding:

(a) all rights and licenses granted to the State under this Contract will continue subject to the terms

and conditions of this Contract, and will not be affected, even by Contractor’s rejection of this Contract;

and

(b) the State will be entitled to a complete duplicate of (or complete access to, as appropriate) all such

intellectual property and embodiments of intellectual property comprising or relating to any

Deliverables or other Work Product, and the same, if not already in the State’s possession, will be

promptly delivered to the State, unless Contractor elects to and does in fact continue to perform all of

its obligations under this Contract.

23.2 Conflicts and Ethics. Contractor will uphold high ethical standards and is prohibited from: (a) holding

or acquiring an interest that would conflict with this Contract; (b) doing anything that creates an

39

appearance of impropriety with respect to the award or performance of the Contract; (c) attempting to

influence or appearing to influence any State employee by the direct or indirect offer of anything of value;

or (d) paying or agreeing to pay any person, other than employees and consultants working for Contractor,

any consideration contingent upon the award of the Contract. Contractor must immediately notify the

State of any violation or potential violation of these standards. This Section 23.2 applies to Contractor, any

Affiliate, and any Permitted Subcontractor that Performs Services in connection with this Contract.

23.3 Compliance with Laws. Contractor and its Representatives must comply with all Laws in its

performance of its obligations under this Contract.

23.4 Nondiscrimination. Under the Elliott-Larsen Civil Rights Act, 1976 PA 453, MCL 37.2101, et seq., and

the Persons with Disabilities Civil Rights Act, 1976 PA 220, MCL 37.1101, et seq., Contractor and its

Permitted Subcontractors agree not to discriminate against an employee or applicant for employment with

respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly

related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital

status, or mental or physical disability. Breach of this covenant is a material breach of this Contract.

23.5 Unfair Labor Practice. Under MCL 423.324, the State may void any Contract with a Contractor or

Permitted Subcontractor who appears on the Unfair Labor Practice register compiled under MCL 423.322.

23.6 Governing Law. This Contract is governed, construed, and enforced in accordance with Michigan law,

excluding choice-of-law principles, and all claims relating to or arising out of this Contract are governed by

Michigan law, excluding choice-of-law principles. Any dispute arising from this Contract must be resolved

in the Michigan Court of Claims. Complaints against the State must be initiated in Ingham County,

Michigan. Contractor waives any objections, such as lack of personal jurisdiction or forum non

conveniens. Contractor must appoint agents in Michigan to receive service of process.

23.7 Non-Exclusivity. Nothing contained in this Contract is intended nor is to be construed as creating any

requirements contract with Contractor. This Contract does not restrict the State or its agencies from

acquiring similar, equal, or like Services from other sources.

23.8 Force Majeure. Neither party will be liable or responsible to the other party, nor will be deemed to

have defaulted under or breached this Contract, for any failure or delay in fulfilling or performing any term

of this Contract, when and to the extent such failure or delay is caused by:

(a) acts of God;

(b) flood, fire or explosion;

(c) war, terrorism, invasion, riot, or other civil unrest;

(d) embargoes or blockades in effect on or after the date of this Contract;

(e) national or regional emergency;

40

(f) any passage of law or governmental order, rule, regulation or direction, or any action taken by a

governmental or public authority, including imposing an embargo, export or import restriction, quota or

other restriction or prohibition; or

(g) any other circumstances beyond the reasonable control of the party claiming the Force Majeure.

(each of the foregoing, a “Force Majeure”), in each case, provided that: (i) such event is outside the

reasonable control of the affected party; (ii) the affected party provides prompt notice to the other

party, stating the period of time the occurrence is expected to continue; and (iii) the affected party uses

diligent efforts to end the failure or delay and minimize the effects of such Force Majeure event.

23.9 Relationship of the Parties. The relationship between the parties is that of independent contractors.

Nothing contained in this Contract is to be construed as creating any agency, partnership, joint venture or

other form of joint enterprise, employment or fiduciary relationship between the parties, and neither party

shall have authority to contract for or bind the other party in any manner whatsoever.

23.10 Media Releases. News releases (including promotional literature and commercial

advertisements) pertaining to this Contract or project to which it relates must not be made without the prior

written approval of the State, and then only in accordance with the explicit written instructions of the State.

23.11 Website Incorporation. The State is not bound by any content on Contractor’s website unless

expressly incorporated directly into this Contract.

23.12 Notices. All notices, requests, consents, claims, demands, waivers and other communications

under this Contract must be in writing and addressed to the parties as follows (or as otherwise specified by

a party in a notice given in accordance with this Section 23.12): If to Contractor: Deloitte Consulting LLP

Tower 200 Renaissance Center, Suite 3900

Detroit, MI 48243-1313

Email: [email protected]

Attention: Hariharan Murthy, Managing Director

If to State: Simon Baldwin

525 W. Allegan, 1st Floor, Lansing MI 48933

Email: [email protected]

Attention: Simon Baldwin, Buyer

Notices sent in accordance with this Section 23.12 will be deemed effectively given: (a) when

received, if delivered by hand (with written confirmation of receipt); (b) when received, if sent by a

nationally recognized overnight courier (receipt requested); (c) on the date sent by email (with

41

confirmation of transmission), if sent during normal business hours of the recipient, and on the next

Business Day, if sent after normal business hours of the recipient; or (d) on the fifth (5th) calendar day

after the date mailed, by certified or registered mail, return receipt requested, postage prepaid.

23.13 Headings. The headings in this Contract are for reference only and will not affect the

interpretation of this Contract.

23.14 Entire Contract. This Contract, together with all Schedules, Exhibits, and the Statement of

Work constitutes the sole and entire agreement of the parties to this Contract with respect to the subject

matter of this Contract and supersedes all prior and contemporaneous understandings, agreements,

representations and warranties, both written and oral, with respect to such subject matter. In the event of

any inconsistency between the statements made in the body of this Contract, the Schedules, Exhibits, and

the Statement of Work, the following order of precedence governs: (a) first, this Contract, excluding its

Exhibits, Schedules, and the Statement of Work; (b) second, the Statement of Work as of the Effective

Date; and (c) third, the Exhibits and Schedules to this Contract as of the Effective Date.

23.15 Assignment. Contractor may not assign or otherwise transfer any of its rights, or delegate or

otherwise transfer any of its obligations or performance, under this Contract, in each case whether

voluntarily, involuntarily, by operation of law or otherwise, without the State’s prior written consent. For

purposes of the preceding sentence, and without limiting its generality, any merger, consolidation or

reorganization involving Contractor (regardless of whether Contractor is a surviving or disappearing entity)

will be deemed to be a transfer of rights, obligations, or performance under this Contract for which the

State’s prior written consent is required. However, Contractor may assign the Contract to an Affiliate so

long as (a) Contractor provides the State thirty (30) days prior written notice of such assignment, (b) the

Affiliate is adequately capitalized and can provide adequate assurances that the Affiliate can perform the

Contract and applicable Statement of Work, and (c) a Change Notice will be executed by the parties if

necessary. No delegation or other transfer will relieve Contractor of any of its obligations or performance

under this Contract. Any purported assignment, delegation, or transfer in violation of this Section 23.15 is

void.

23.16 No Third-Party Beneficiaries. This Contract is for the sole benefit of the parties and their

respective successors and permitted assigns. Nothing in this Contract, express or implied, is intended to

or will confer on any other person or entity any legal or equitable right, benefit or remedy of any nature

whatsoever under or by reason of this Contract.

23.17 Amendment and Modification; Waiver. No amendment to or modification of this Contract is

effective unless it is in writing, identified as an amendment to this Contract and signed by an authorized

Representative of both parties. Further, certain amendments to this Contract may require State

Administrative Board Approval. No waiver by any party of any of the provisions of this Contract will be

effective unless explicitly set forth in writing and signed by the party so waiving. Except as otherwise set

forth in this Contract, no failure to exercise, or delay in exercising, any right, remedy, power, or privilege

arising from this Contract will operate or be construed as a waiver. Nor will any single or partial exercise of

any right, remedy, power or privilege under this Contract preclude the exercise of any other right, remedy,

power or privilege.

42

23.18 Severability. If any term or provision of this Contract is invalid, illegal, or unenforceable in any

jurisdiction, such invalidity, illegality or unenforceability will not affect any other term or provision of this

Contract or invalidate or render unenforceable such term or provision in any other jurisdiction. Upon such

determination that any term or other provision is invalid, illegal, or unenforceable, the parties must

negotiate in good faith to modify this Contract so as to effect the original intent of the parties as closely as

possible in a mutually acceptable manner in order that the transactions be consummated as originally

contemplated to the greatest extent possible.

23.19 Equitable Relief. Each party acknowledges that a breach by a party of Section 9 (Intellectual

Property Rights; Ownership), Section 15 (State Data), or Section 16 (Confidential Information) may cause

the non-breaching party immediate and irreparable harm, for which an award of damages would not be

adequate compensation. Each party agrees that, in the event of such breach or threatened breach, the

non-breaching party will be entitled to seek equitable relief, including in the form of orders for preliminary

or permanent injunction, specific performance, and any other relief that may be available from any court.

Such remedies will not be deemed to be exclusive but may be in addition to all other remedies available

under this Contract, at law or in equity, subject to any express exclusions or limitations in this Contract to

the contrary.

23.20 Counterparts. This Contract may be executed in counterparts, each of which will be deemed

an original, but all of which together will be deemed to be one and the same Contract. A signed copy of

this Contract delivered by email or other means of electronic transmission (to which a signed PDF copy is

attached) will be deemed to have the same legal effect as delivery of an original signed copy of this

Contract.

43

STATE OF MICHIGAN

Maintenance and Support of DHHS’ Eligibility System: Bridges

Schedule A - Statement of Work (SOW)

1.000 Project Identification

1.001 PROJECT REQUEST

The State of Michigan (State), through the Michigan Department of Health and Human Services (MDHHS), with assistance of the Department of Technology Management and Budget (DTMB), has issued this Contract to provide IT professional services to support and maintain the MDHHS’ Eligibility system: Bridges and the citizen online portal, Mi-Bridges. The services to be provided include business requirements definition, documentation, validation and verification; applications support and maintenance to include design, development, quality assurance testing, user acceptance testing support, application and interface support, in addition to modifications of the existing Bridges application and Mi-Bridges application.

1.002 BACKGROUND

Bridges is Michigan’s single eligibility determination system for multiple benefit programs administered by the Michigan Department of Health and Human Services. These programs include food assistance, cash assistance, day care assistance, energy assistance and medical (Medicaid) assistance. Bridges is used by approximately 10,000 end users. Approximately one half of these users determine eligibility for public assistance benefits for Michigan residents. There are also a number of users who provide supervision or administrative support to the eligibility staff. Another population of users has “inquiry only” access and utilizes Bridges to retrieve case information or reports from Bridges. The majority of DHHS staff is housed in approximately 105 field offices located throughout Michigan as well as the Central Administration building located in Lansing. There are also a small number of staff stationed at community resource centers, hospitals or schools that have the same objective in determining eligibility and issuing assistance benefits to those in need. The primary goals of Bridges continue to include the following:

Improve caseworker ability to serve the client

Streamline and simplify policy and procedure Data sharing across programs, services, and

systems Increase ability to focus on prevention

services Improve client access to benefits

and services

Increase options for client access Provide eligible clients the assistance/service

for which they qualify Improve program accuracy and

efficiency

Decrease error rates in all programs Serve clients in a more timely manner at

lower cost to State Use technology to improve

business operations

Provide efficient and effective adaptation to changing business needs

Easier and less costly to maintain Fully automate eligibility and

benefits determination

Eliminate manual workarounds Integrate policy and system Increase client access to automated

processes Automate support for standardization of

processes and codes

44

Increase automation of eligibility and benefit determination calculations and decisions

Eliminate redundant data entry Reduce error rates

Provide rapid IT response to changing business needs

Use rules-based design Enable easy addition or modification of

functionality Reduce service requests by using

configurable rules and parameters that can be easily modified

Ensure Bridges can meet business growth

Ensure system architecture and design can readily handle growth in transaction load

Ensure design components are compatible and easily modified for other DHHS programs that may be added in future releases

Align Bridges with DTMB statutory responsibilities and strategic goals

Use standard technology and reduce the number of technologies

Use standard project and development methodologies

Use an open architecture Ensure design is flexible and easy to maintain Enable easy addition or modification of

interfaces Move to an updated security infrastructure to

support reduced sign-on and improved security standards

Move to a single database Eliminate outdated and high-maintenance

hardware, software and programming languages

Currently DHHS provides at least one public assistance benefit to more than 2.2 million people in the state. In addition, field staff complete eligibility determinations on new applications of which a significant portion will not be eligible for benefits. Active Case and Recipient Counts by Program as of November 2015:

FIP FAP SDA CDC MA Active Cases 21,909 752,773 4,325 19,967 2,300,000 Active Clients 51,167 1,419,665 4,325 34,968 2,300,000

Additional key program statistics for DHHS can be located at: http://www.michigan.gov/dhs/0,4562,7-124-5459_61179---,00.html

1.100 Scope of Work and Deliverables

1.101 IN SCOPE

The contractor will report to the DTMB General Manager (GM) or designee. In addition, the contractor will work closely with DHHS personnel on a daily basis to identify and improve Bridges functionality as it relates to business users throughout the state. A Project Control Office (PCO) exists which provides the State with detailed project control and oversight independent of the Maintenance and Operations contractor. The development, support, maintenance and enhancement of the Bridges application is an ongoing activity which is triggered by changes in federal and state regulations, evolving business needs, opportunities for improving business processes, continued software and hardware upgrades, and break fixes.

45

Contractor staff are required to function as part of a DTMB Application Support team that resides within DTMB/Agency Services and supports DHHS. The contractor staff are required to work alongside DTMB and DHHS employees to develop and maintain DHHS’s Bridges application, including benefits processing, state and federal reporting, associated interfaces, and batch processes. These resources must be familiar with DTMB and DHHS personnel, DHHS’s business processes, and DTMB’s State Unified Information Technology Environment (SUITE), and function under the direction of the DTMB PMO. Bridges is an integrated eligibility system utilizing rules engine logic to apply various data inputs across multiple public assistance program rules to determine eligibility for assistance benefits. Some characteristics of Bridges are as follows: As of 1/14/15

Item Number

User Base 11,504

Trading Partners 42

Financial and Management Reports 381

Reference Tables 1,617

Eligibility Decision Tables 2,035

Data Base Tables 2,171

End User Screens 2,035

Total Number of Batch Jobs 1,883

Daily Batch 1,000

Weekly Batch 137

Monthly Batch 590

Quarterly Batch 84

Yearly Batch 72

The following IT classifications have been defined to accommodate the needs of DHHS and DTMB each requring prescribed minimum experience and skill levels.

Application Development Manager Technical Support Manager Production Support Manager Testing Manager Senior Systems/Business Analyst Java Programmer Analyst Oracle Database Analyst Supportive Software Analyst Quality Assurance Testing Analyst

At a high level, this project consists of the following scope:

Transition/Knowledge Transfer o Project Initiation o Transition of staff to new facility.

Application Maintenance

o Analysis o Business Requirements Definition

46

o Functional and Technical Design o Construction (Development) o Testing (see below for scope of Testing services) o Support to DTMB for Implementation of application changes and documentation

Testing

o Unit/Integration Testing o System Testing (i.e. Quality Assurance Testing) o Regression Testing o Performance and Load Testing o Provide User Acceptance Testing Assistance to DTMB/DHHS

Batch and Interface Support to DTMB teams Technical Communications including system documentation The graphics below illustrates the Contractor’s scope of work for this Contract and how the contractor will assist and support the State with the BRIDGES Maintenance and Operation activities:

47

48

1.102 OUT OF SCOPE

Purchase of hardware, software or other commodities is not within the scope of this Contract. Infrastructure hardware and operation and MAGI vendor scope is not within the scope of this contract

1.103 ENVIRONMENT

The links below provide information on the State’s Enterprise information technology (IT) policies, standards and procedures which includes security policy and procedures, eMichigan web development, and the State Unified Information Technology Environment (SUITE). Contractors are advised that the State has methods, policies, standards and procedures that have been developed over the years. Contractors are expected to provide proposals that conform to State IT policies and standards. All services and products provided through this Contract must comply with all applicable State IT policies and standards. Contractor is required to review and comply with all applicable links provided below. Enterprise IT Policies, Standards and Procedures: http://michigan.gov/dtmb/0,4568,7-150-56355_56579_56755---,00.html All software and hardware items provided by the Contractor must run on and be compatible with the MDTMB Standard Information Technology Environment. Additionally, the State must be able to maintain software and other items produced as the result of the Contract. Therefore, non-standard development tools may not be used unless approved by MDTMB. The Contractor must request, in writing, approval to use non-standard software development tools, providing justification for the requested change and all costs associated with any change. The MDTMB Project Manager must approve any tools, in writing, before use on any information technology project. It is recognized that technology changes rapidly. The Contractor may request, in writing, a change in the standard environment, providing justification for the requested change and all costs associated with any change. The State’s Project Manager must approve any changes, in writing, and MDTMB, before work may proceed based on the changed environment. Enterprise IT Security Policy and Procedures: http://www.michigan.gov/documents/dmb/1210.32.pdf http://www.michigan.gov/documents/dmb/1325_193160_7.pdf http://www.michigan.gov/documents/dmb/1335_193161_7.pdf http://www.michigan.gov/documents/dmb/1340_193162_7.pdf The State’s security environment includes:

MDTMB Single Login. MDTMB provided SQL security database. Secured Socket Layers. SecureID (State Security Standard for external network access and high risk Web systems)

MDTMB requires that its single - login security environment be used for all new client-server software development. Where software is being converted from an existing package, or a client-server application is being purchased, the security mechanism must be approved in writing by the State’s Project Manager and MDTMB Office of Enterprise Security. Look and Feel Standard All software items provided by the Contractor must be ADA compliant and adhere to the Look and Feel Standards www.michigan.gov/somlookandfeelstandards. ADA Compliance: ADA Compliance. The State is required to comply with the Americans with Disabilities Act of 1990 (ADA), and has adopted a formal policy regarding accessibility requirements for websites and software applications. The

49

State is requiring that Contractor’s solution conform, where relevant, to level AA of the World Wide Web Consortium (W3C) Web Content Accessibility Guidelines (WCAG) 2.0. Contractor may provide a description of conformance with the above mentioned specifications by means of a completed Voluntary Product Accessibility Template for WCAG 2.0 (WCAG 2.0 VPAT) or other comparable document. Contractor may consider, where relevant, the W3C’s Guidance on Applying WCAG 2.0 to Non-Web Information and Communications Technologies (WCAG2ICT) for non-web software and content. Any additional compliance requirements shall be specified in the Statement of Work. This Act (28 CFR Part 35, Title II, Subtitle A) prohibits discrimination on the basis of disability in all services, programs, and activities provided to the public and State and local governments, except public transportation services.” The State Unified Information Technology Environment (SUITE): Includes standards for project management, systems engineering, and associated forms and templates – must be followed: http://www.michigan.gov/suite Agency Specific Technical Environment Bridges Technical Overview as of 1/5/15:

Logical Architecture View The architecture of the BRIDGES system is an n-tier design that separates the application into tiers or layers that are architecturally independent of the other. The BRIDGES system consists of a presentation tier, business logic tier and a persistence tier which communicate using messaging and integration services.

50

PRESENTATION (WEB) TIER Also known as the Web tier, or presentation layer, this governs what the users see at their workstation. A HTTP server hosts the display interface. The developed Graphical User Interface (GUI) must be compliant with the Americans with Disabilities Act (ADA) and is geared to those of varying backgrounds, languages and skill levels. The Web tier for BRIDGES is specifically developed to capture information, not process it. It allows information to pass through it to the Business Tier, or application layer, where multiple processor stacks route the data and link to data.

BUSINESS TIER The Business Tier is the layer where business logic is run. The complex processing for case management, eligibility and the consequential data exchange among the components of the service and external systems is performed within the Business Tier.

MI_Bridges_2016-0052_3

Users

Business LogicTier

Access Channels & Security

Services Tier

Presentation (Web) Tier

Messaging & Integration Tier

Persistence (Database) Tier

Shared TechnicalServices Tier

Lo

gic

al A

rch

itec

ture

DHS Case Worker Citizens

Deloitte Deloitte

Worker Portal Self-Service Portal MiLogin (Future State)

Fast4J PresentationApp Framework

Session StateManagement

JSP & TagLibraries

Interaction andBrowser Control

Fast4J Business LogicApp Framework

EligibilityFront Office Interfaces

Client Correspondence& Case Maintenance

InformationManagement

BenefitManagement

Self-Service

Fast4J PresentationApp Framework

Web ServicesMessageQueuing

BatchManagement

Business Rules CorrespondenceGeneration

DocumentManagement

Reporting

Address ValidationServices

VerificationInterfaces

IdentityResolution

SecurityAuthorization

Data SharingInterfaces

Fast4J App Persistence Framework

Application & Framework Database

Document Repository

LDAP StoreData

Warehouse

External Data Sources

Sec

uri

ty

Mo

nit

ori

ng

Au

dit

ing

Man

agem

ent

51

This layer is the most critical to the solution and is broken apart from the Web tier to allow the State to grow the application component of the solution as needed without interfering with, or having to rebuild, the front end—the Web tier.

Developer tools, such as IBM Rational Software Architect/Modeler in combination with J2EE executing on IBM WebSphere Application Server provide ready-to-use application components that would otherwise have to be custom built for integration. Isolation and integration are key elements of the overall solution.

PERSISTENCE (DATABASE) TIER The first two layers of the solution act like separate components of the overall solution that enable specific activities to occur before allowing the User to access the database where sensitive data resides. The Database Tier is designed to provide the State added security. It will use port 1521 for Oracle or as defined by the technical requirements. Roles providing access to the application are built into the BRIDGES system. The database environment, where data is read, updated and processed according to the business rules configured for operations, is accessed after a series of approvals and processing functions occur within the previous two layers of the system. Stored procedures and triggers within the Database Tier enable mass updates, deletes and other operations to occur quickly within this layer. These are defined as a component of the application logic. The Oracle database component is necessary to provide the premium processing capabilities required by the State.

MESSAGING AND INTEGRATION SERVICES TIER The Messaging and Integration services Tier supports the interactions between the clients and the servers and includes messaging, transaction, security, synchronization, queuing, event, inter/intra application communications, and resource management services. It allows for increased flexibility and adaptability and also provides for easier integration between the application and other agency legacy systems.

Bridges Software Architecture:

The BRIDGES application includes software that resides on standard desktops and servers. Examples of the desktop components include:

Microsoft Windows 7.0 or later,

Microsoft Internet Explorer v11.0 or later (Secure Socket Layer (SSL) enabled with 128-bit encryption), and

Adobe Acrobat Reader 8.1

Server-side software components include:

Sun Solaris 11.1 Operating System

SUSE Linux SLES 11.3 Operating System

Windows Server 2008 R2 Operating System

Windows Server 2012 R2 Operating System

BRIDGES application

Oracle Database 11.2.0.4g Enterprise RAC Edition

IBM WebSphere Application Server, v 8.5.0.2 64 bit

IBM HTTP Server, v 8.5.0.2 64 bit

IBM Websphere Transformation Extender, v 8.4.0.4 64 bit

Crystal Reports API (batch reporting)

52

IBM WebSphere MQ Messaging Software, v 7.1.0.2 64 bit

Novell eDirectory, v 8.8 SP8 v20803.05 - 64 bit

Opus, v 7.0 (correspondence generation)

Informatica Power Center v 9.5

SAP Data Services 2, v 4.0 (for address verification, runs on a shared service server)

Informatica Search Software America (SSA) v2.7.04 (for file clearance and name matching)

HP Quality Center ALM 11

Opcon x5 (for batch scheduling)

SERVERS DTMB and DHHS utilize the Oracle and Dell family of physical servers for Bridges and also the DTMB Virtual Server Farm for several components (VM CPUs are 2GHz processors). For each server, different configurations of processors and memory are required depending on the environment in which it resides. It should be noted that the DR/QA environment contains all of the necessary architectural infrastructure to run Bridges without the production environment being accessible. The hardware infrastructure for the DR/QA environments has the same size servers as production, but in most cases not the full complement. All servers are updated to the most recent patch level required by the hardware contractor and contain the necessary anti-virus software as defined by the State. The operating systems that are utilized are: Solaris, SUSE Linux, and Windows Server. The specific configurations are identified in each of the environment sections. The type of servers and standard operational parameters are as follows: Database/Batch Servers The database and batch servers run on clustered Oracle T5-4 physical domains (PDOM). These physical servers are configured into logical domains (LDOM) that are clustered at the operating system level and also at the database level. Each of the 4 T5 servers contains 4 16-core 3.6 GHz processors and 1024GB of RAM. Each database server (2 logical servers) is configured with 48 cores of CPU and 928 GB of RAM and each batch server (2 logical servers) is configured with 16 cores of CPU and 96 GB of RAM. The physical layout of the T5-4 servers are as follows: 4 - T5-4 PDOMs (2 for the Production cluster and 2 for the DR cluster). Each T5-4 PDOM is configured with:

64 cores (4-T5 16-core 3.6 GHz processors) 1024 GB RAM (64-16GB DIMMs) 8 600GB HDDs (4 per LDOM) 2 Infiniband Host Channel Adapters (for cluster interconnect) (for the RAC LDOM only) 4 Quad Port Ethernet cards (for network connectivity) (2 per LDOM) 4 8Gb Fiber Channel Host Bus Adaptors (for SAN storage) (2 per LDOM) Solaris 11.1 operating system and Oracle 11.2.0.4 real application cluster (RAC) database OPCON x5 for batch scheduling

In addition to the production and DR/QA database servers that directly support the Bridges application, Bridges also uses MS SQLServer 2008 R2 Enterprise on Windows Server 2008 R2 based physical servers to support the ancillary products such as OPCON and OPUS. The physical layout of these physical servers (2 for production and 2 for DR/QA) is as follows: Dell PowerEdge R710 with 2- quad core Intel Xeon processor and 65GB of RAM. The integration environment for Bridges uses dual Oracle M5000 clustered servers clustered at the Solaris 11.1 OS and database (Oracle 11.2.0.4 RAC) level. Each of these servers contain 4-quad core 2.4 GHz Sparc 64 processors and 65GB of RAM. The development environment is supported by a single Oracle M5000 configured as 4-quad core 2.4 GHz Sparc 64 processors and 48GB of RAM.

53

Application Servers The Bridges application runs on Dell’s PowerEdge R810 family of physical servers. Each of the 4 production servers and 2 disaster recovery servers is configured with 4 - E7540 2.0GHz 6 Core CPUs and 64 GB Ram, SUSE Linux 11.3 OS, and IBM Websphere 8.5.0.2 64 bit. Each of the 4 production application servers host 10 instances of the Bridges application. The Bridges Web servers send application instances through a round-robin approach to the 4 production application servers. Web Servers The Bridges Web servers are part of the DTMB Virtual Server Farm. The 3 production Web servers have 2 CPUs, 16GB of Ram, SUSE Linux 11.3 OS, and IBM’s HTTP Server 8.5.0.2 64 bit. The Web servers are serviced by a switch that services the requests in a round-robin format. There are also 2 DR/QA Web servers that are setup with the same architecture are production. Messaging Servers The Bridges Messaging servers are part of the DTMB Virtual Server Farm. The 2 production Web servers have 2 CPUs, 4GB of Ram, SUSE Linux 11.3 OS, IBM Message Queue (MQ) 7.1.0.2 64 bit, IBM WebSphere Transformation Extender (WTX) 8.3.0.4 64 bit, and OPCON x5 for batch scheduling. Only one Messaging server is utilized at a time for handling the queues, transformations, and several batch jobs that require Web services. Since the Messaging servers are not clustered and unable to share SAN (where the queues reside), the secondary Messaging server is an online backup. There are also 2 DR/QA Messaging servers that are setup with the same architecture as production. OPUS Servers (correspondence) The Bridges OPUS servers are part of the DTMB Virtual Server Farm. There are 2 OPUS servers for batch and 2 OPUS servers for online. The 4 production OPUS servers have 4 CPUs, 6GB of Ram, Windows Server 2012 R2, and OPUS 7. The servers are services by a switch that utilizes a round-robin method to balance the load (switch for batch, and a switch for online). OPCON Servers (batch scheduling) The Bridges OPCON servers are part of the DTMB Virtual Server Farm. There is a single OPCON server for the production environment and a corresponding OPCON server with the same architecture for DR/QA. The production OPCON server has 2 CPUs, 4GB of Ram, Windows Server 2008 R2, and OPCON x5. Soundex Server Bridges uses Informatica SSA 2.7.0.4 for soundex name matching. The hardware that is used for this server is a SUN V490 with the following specs: The Sun Fire V490 server is a quad-processor-capable, rack-optimized server designed for decision support, ecommerce infrastructure and application-centric workloads.

Up to 4 x UltraSPARC IV 1.05/1.35-GHz processors 1 or 2 dual processor/memory modules Up to 32 GB memory 2 FC-AL disk drives (multipathing-ready) N+1 hot-swap power supplies/hot-pluggable disks 2 x 10/100/1000 Mbps Integrated Ethernet ports Six PCI slots 2 @ 66 MHz, 64 bits wide, 3.3 volts and @ 33 MHz, 64 bits wide, 5 volts Up to 2 x 73/146 GB 10K-RPM FC-AL disks

Bridges uses Informatica Identity Resolution v9.5.0 Base 64 bit on a virtual server configured with 8 CPUs and 8GB of RAM.

54

TOOL SUPPORT SERVERS There are 4 Tool Support Servers that are Windows Server 2008 R2 based virtual machines with 2 CPUs and 4 GB RAM. These 4 servers are used by the DTMB/Deloitte/TCO development teams and support teams and DHHS to track configuration item changes and for configuration management if Bridges artifacts.

Rational Tool Server for Development (Clearcase and ClearQuest both at version 8.0.0.8) or RTC

BRIDGES NETWORK INFRASTRUCTURE:

The Bridges application is accessed via a wide-area TCP/IP compliant network infrastructure that is provided and maintained by the State. The infrastructure includes firewalls, fiber connections, SAN connections, workstation LANs, project file systems, etc.

Bridges physical environments will be housed within State facilities and use the existing State network infrastructure. Thus the architecture depends on this infrastructure to be the primary channel to deliver the Bridges application to users throughout the State.

Network monitoring services for the Bridges solution will be provided by the State and include trouble shooting assistance and reporting as needed by the project.

TECHNOLOGY ENVIRONMENTS The technical environments necessary to develop, test, train and support a scalable, n-tier Web based architecture consist of twelve individual physical environments.

Experimental: An environment managed solely by the Contractor for testing processes, software upgrades, and any other purposes deemed necessary by the Contractor or State.

Development: The environment used by the developers to implement, customize and extend the solution required.

Integration: The environment where all of the release modules are compiled and tested as a single configuration by the Contractor.

QA Testing: The environment for Quality Assurance Testing and Performance Testing of the release by the Contractor prior to release to promotion to UAT.

QA Time Travel Testing: The environment for Quality Assurance Testing and Performance Testing of the release by the Contractor prior to release to promotion to UAT. This environment supports the ability to simulate the advancing of time during multi-event, end-to-end test scenario execution

UA Testing: The environment for User Acceptance Testing the release prior to implementing the system in production. This environment allows full online application testing as well as full batch functionality including data exchange with trading partners.

UA Time Travel Testing: The environment for User Acceptance Testing the release prior to implementing the system in production. This environment supports the ability to simulate the advancing of time during multi-event, end-to-end test scenario execution

UAT Patch: The environment used to test and promote interim urgent fixes into UAT contingent upon UAT Team's approval. This environment is available only upon request

Training: A test/demo area for training users that needs to be updated and rebuilt on demand with a standardized base set of data.

Production Staging: A test build area used by the Project Control Office (PCO) to prepare and validate the build that is deployed to production.

Production Patch: The environment used to test and promote interim emergency fixes into Production contingent upon approval. This environment is available only upon request.

Production: The end user or final environment that is available throughout the defined business

55

hours, with minimal windows of downtime for system maintenance and upgrades. Additionally, some minimal data is required to be available 24/7/365 for query only.

Online Process

Bridges users access the application through the presentation layer which has the responsibility for delivering the user request to the application layer in a format that can be processed. In the application layer the user request is processed by the appropriate application and the results are returned to the user, additionally, data is retrieved from or stored in the data base. In Bridges the data layer is controlled by an Oracle Data Base Management System which provides for main data base storage and a data base backup.

Bridges Online Process

Web Servers

Application Servers

Data Base Oracle 11g Database

Management System

(DBMS).

DR DataBase backup 5 minute delay

Informatica SSA used for name

cleareance

SAP Data Services 2 used to clean up

the addresses

Swss/ASCAPBridges Calls SWSS with a Data Link

Swss Calls Bridges with Web Services

Business calls are made to:Electronic Death Registration System (eDRS)Systematic Alien Verification for Entitlements (SAVE)State Online Query SSN Verification (SOLQ)

Informatica (ETL)

Transformation and LOADBridges

User

Business Tier

Presentation (Web) Tier

Persistence (Database) Tier

Report Server for Crystal Reports

OPUSPDF conversion

FL-001 Bridges ArchitectureVersion 2 04/06/2010

Batch Process The Bridges batch process consists of two primary activities; interface management, updates and reporting. These activities are managed by the OPCON automated scheduling software. Interfaces consist of files sent and received via the Michigan File Transfer Services (MFTS) to internal and external trading partners. Batch jobs run nightly to perform Bridges database updates, such as eligibility determination, benefit calculation, benefit issuance, worker alerts, and redetermination. Reporting consists of the scheduling and execution of batch jobs to create worker reports and client correspondence. The following illustration provides an overview of the some of the system interdependencies:

56

Technologies Used: Bridges uses a variety of tools in its everyday processing and also for development and testing purposes.

Configuration and Test Management The State employs the following products for Configuration and Test Management.

IBM Rational ClearQuest: IBM Rational Clear Quest tracks defects and change requests, and is the primary communication tool between DHHS end user support staff and the DTMB/Contractor staff with regard to the content and delivery of each software release.

IBM Rational ClearCase: IBM Rational Clear Case tracks Bridges documentation changes (Version Manager Tool)

HP TestDirector: TestDirector is an application used for managing the testing process.

HP QuickTest Professional: Used to automate functional and regression testing.

ANT: A tool for automating software build processes.

Software Design and Development

57

Software design and development software products are used during various phases of the software development life cycle to manage the application artifacts that are produced in each phase. These include software tools for J2EE development and database management.

Eclipse: The Eclipse Platform is designed for building software applications in integrated development environments (IDEs). It can be used to create diverse end-to-end computing solutions for multiple execution environments.

WTX (WebSphere Transformation Extender) Toolkit: Handles data transformation and validation.

TOAD/SQL Developer: Software for interacting with relational data bases using SQL.

AllFusion ERwin Data Modeler: Used to access and create .ERD files. These are Entity Relationship Diagrams (ERD) and show the relationships between tables in the Bridges database. These ERD files are being provided as part of the database documentation and are stored in ClearCase.

Performance and Monitoring The tools outlined below help the Contractor monitor, identify and analyze performance-related issues and risks for the State.

HP Diagnostics for J2EE: Diagnostic tool for identifying a wide range of problems related to JAVA development.

HP LoadRunner: Used to perform and monitor load testing throughout the testing life cycle.

Help and Training The State employs the following products to create, maintain training and deliver materials for Bridges users.

AuthorIT: AuthorIT is a tool to create professional Help systems and documentation for desktop and web-based applications.

Macromedia’s Studio 8TM;: Studio 8 software suite is used to develop interactive web-based training courses. Studio 8 supports the inclusion of software simulations into the training curriculum using a broad range of tools designed for deployment via the Internet

Macromedia CaptivateTM v 1.01: Captivate is used to incorporate software simulations and demonstrations into the Web based training. Captivate can be used by trainers who may not have programming backgrounds.

Key Server Software Components The State employs a number of server-side software products and utilities to meet its business needs and requirements. Many come with toolsets for implementing changes directly within each software product.

Crystal Reports API: A Crystal Reports API is used to create reports that are viewed in Bridges by end users (e.g. PDF and Excel). End users are able to view, print and export reports with less effort.

58

Elixir Opus: Rapid application development and production tool for high-volume, personalized document publishing.

Informatica SSA: Informatica Search Software America (SSA) is the software to search and match the identity data stored in the database. SSA is primarily used to identify the potential match of new individuals entered into the system.

Informatica PowerCenter: Software used to load “extract” tables and seed during the data conversion process.

UNIX Script: A series of UNIX commands that are used for program execution, file manipulation, etc.

PERL Script: Programming language used for processing text.

DML/DDL SQL Script: Used to define and maintain data definitions and schemas.

PL/SQL: Used to write Oracle stored procedures and connect to Bridges database for understanding Oracle tables and their relationships.

Contractor will work with the State to maintain and implement technology components in compliance with the

State’s policies, standards and procedures. When business or technology needs require an exception,

Contractor will comply with the State’s process to request a change.

1.104 SCOPE OF WORK

The following figure provides a comprehensive and collective view of the IT services provided by the Contractor under this Contract.

59

Ongoing Bridges Application Maintenance Activities

Ongoing System Enhancements and Scheduled System Releases containing mutually agreed upon work requests and related service level objectives. System releases will be governed by the PCO.

Ongoing Bridges Technical Operations Activities

1.104.1 MAINTENANCE ACTIVITIES

Application Maintenance Support Tasks

Application maintenance includes a wide range of tasks, from identifying production environment anomalies to

resolving those issues by bundling defect fixes into maintenance releases.

Task Contractor’s approach to meet Bridges’ requirements

Identify Production Environment Anomalies

Proactively monitor the production Bridges application environment, including application logs, system exceptions, and batch logs

Review system anomalies and system upgrade requirements identified through system health checks explained in the Technical Operations section

Manage System Defects Address system anomalies and issues determined to be system defects through the application maintenance process

Perform Impact Analysis Support the impact analysis of Bridges system defects identified through proactive monitoring and help desk support

60

Task Contractor’s approach to meet Bridges’ requirements

Evaluate Level of Effort Use the estimation methodology to gauge the effort required to resolve the defect

Prioritize Defects  Work closely with DHHS, DTMB, and the BIC governance structure to prioritize system defects

Plan Releases Bundle defect fixes into a scheduled release, as further explained in the Scheduled System Releases section

Support the planning and execution of scheduled system releases in collaboration with DTMB; this includes confirming the availability of environments and planning for the environment setup further explained in the Technical Operations section

Develop and Test Support the development and testing of the scheduled releases in alignment with the SUITE methodology, as explained in the Scheduled System Releases section

Identify and Allocate Resources Identify needs and allocate resources accordingly to support ongoing maintenance requirements

61

Task Contractor’s approach to meet Bridges’ requirements

Status Reporting Monitor and report on the Bridges system’s environment risks and issues

Publish weekly and monthly status reports, as described in the Status Reporting section

Service Level Monitoring and Reporting

Monitor and report on service levels defined for Bridges application on behalf of DTMB.

Application Maintenance Support Deliverables

Deliverable Contents

Work Requests All system defects that are identified during system monitoring are documented as work requests for resolution

Level of Effort Each work request is documented with system impacts and the effort required for the request; business priority is also defined to support the prioritization process

Scheduled System Release Document

Work requests scoped as a part of the release are bundled together as a system release

Release notes detailing the implementation of the fixes associated with the release

System Documentation Existing system documentation updates are provided in alignment with the release scope; this includes business process documentation, system design documentation, and training documentation

Remedy Ticket Resolution and Help Desk Process and Tasks

Contractor will use the State’s recommended Remedy tool, which enables the assignment of incidents to defined parties and facilitates the monitoring of current ticket assignments.

Task Contractor’s approach to meet Bridges’ requirements

Gather Additional Information Gather information that may be required to resolve the ticket by contacting the initiator and the functional and business leads

Analyze the Problem Conduct analysis to understand what is keeping the initiator from achieving the expected results

Assign the Ticket to the Appropriate Team

Assign the ticket to the appropriate team, which includes the DHHS policy and development teams, or retain it with the ticket resolution team

Assign Severity Revisit severity to dial up or dial down the severity based on input and the mutual decision of reviewers of the ticket from the Contractor and State teams

62

Task Contractor’s approach to meet Bridges’ requirements

Assign Category Assign a category to the ticket based on a defined set of standard categories that help establish trends for management review

Resolve or Develop Corrective Plan

Initiate a corrective action plan for resolution and track the ticket until it is resolved; evaluate if a long-term solution is required and route the ticket to the development team after resolution

Address Emergent Tickets To obtain the expected results, an interim resolution may be provided, such as a worker action, a script to update inconsistent data, or an override action by central office staff; emergent tickets are addressed promptly in one to five calendar days to maintain a high level of user satisfaction with Bridges

Address Non-Emergent Tickets

A non-emergent resolution team resolves tickets of lower severity and prioritizes resolution based on their assigned severity level

For non-emergent response and ticket resolution, our team focuses on mitigating impact on the turnaround time for resolving tickets

Root-Cause Analysis and Break-Fixes

Contractor will utilize the Bridges break-fix process to address modifications and updates to the system. Most

break-fixes will be applied during nightly batch operations prior to the execution of batch programs. Contractor

will regularly monitor batch operations for batch exceptions and application error log statistics to identify and

communicate trends that may result in system-wide issues or impact the project.

Process Steps Contractor’s approach meets Bridges’ requirements

Step 1 The Contractor and DTMB teams add items to the break-fix master list as data inconsistencies are identified during the Bridges triage and emergent-ticket processes

The Contractor and DTMB teams research and develop short-term and long-term solutions (i.e., data modifications and associated code fixes)

The Contractor and DTMB teams deliver data modifications to break-fix and infrastructure teams for testing in lower environments

The Break-fix team coordinates builds and testing of break-fix build items

Step 2 The Contractor and Infrastructure teams test data modifications

The environment requests (ERs) for each break-fix are delivered to the infrastructure team

Each ER is associated with a ClearQuest work request

Each ER includes test logs from the testing in lower environments

The Infrastructure team tests the data modifications in the Production Patch environment

The Contractor and Infrastructure teams complete the testing by 3:00 p.m.

The Contractor and DTMB team makes final modifications to the break-fix master list by 3:00 p.m.

Step 3 The daily break-fix production master list is finalized and shared with stakeholders in DHHS and DTMB

Contractor conducts a review of critical items from DHHS for immediate processing (i.e., show-stoppers and emergent items)

Contractor conducts a review business impacts of new break-fix items and secures DHHS approval

Contractor works with DTMB to get approval and scheduling plan for successfully tested items

Contractor evaluates the impact of the schedule on trading partners and batch schedules

Step 4 The data modifications and break-fixes are applied to Bridges production by the Infrastructure team

The Infrastructure team notifies Bridges batch team once data modifications have been successfully applied

The Infrastructure team sends notice to break-fix production distribution list regarding status of completed break fixes

Bridges night batch processing executes

Day 2: Step 1 The maintenance and operations team reviews the results from the previous day’s break-fix process

Batch Management and Support/Monitoring Contractor and DTMB will work side-by-side to manage and complete daily, monthly, and annual batch schedules. Contractor will work with the State to diagnose and address any batch incidents that may occur during the nightly batch schedule and perform necessary production support activities.

63

Task Contractor’s approach meets Bridges’ requirements

Scheduling Batch Jobs Work with the State to coordinate scheduling batch jobs and application software changes to facilitate the smooth implementation of modified functionality

Batch cycle scheduling specifications, including job turnaround time, monitoring, and quality management

Operate and Maintain Batch Software

Active approach to monitoring, operating and maintaining online and batch software through tools, software, processes and procedures, with an emphasis on batch cycle scheduling specifications, including job turnaround time, monitoring, and quality management

Monitor Batch Cycles On-call support for scheduling and assisting in monitoring batch runs in production and lower environments; to avoid business disruption, Contractor will plan and monitor nightly batch cycles and remediate issues in a timely manner

Identify and Resolve Batch Problems

Proactively monitor batch logs and batch exceptions to identify batch problems, and then prioritize and resolve issues using break-fixes or system defect management processes

Review and Recommend Improvements

Review batch schedules and reports to make recommendations for improving efficiency and streamlining performance

Batch Report Develop a batch report to provide a snapshot of batch completions, transactions, and exceptions

Annual Application Support

Contractor will work with the State to plan in advance for completion of activities to meet State and Federal

annual compliance requirements. Contractor will identify the population affected by the activities to help the

State understand the scale of the associated data processing. Contractor will modify and fine-tune processes

to confirm each activity is completed in a time-sensitive manner.

Annual/Fiscal Year Activity Contractor’s approach meets Bridges’ requirements

Annual Clothing Allowance Issue annual school subsidy allowance to Bridges cash assistance recipients with children in the household

October Payment Standards Update

Yearly revision to payment standards, income limits and deductions that results in a change of FAP grant amount

RSDI COLA Update Yearly revision from SSA for RSDI income and Medicare premiums processed via the Bendex interface

Time-Sensitive Reference Tables Critical set of reference tables that store financial standards, program cutoff dates, income, and asset limits, which often change annually

Fiscal Year-End Payrolls Plan to run special payrolls, update appropriation years and take specific actions for the warrant payrolls at fiscal year-end

CDC 1099 Annual Notice 1099 notice sent to CDC providers informing them of the total amount DHHS has paid to the provider for the previous calendar year; this information is used by providers when they file tax returns and is also sent to the IRS in a flat file format

CDC Payroll during Friday Holidays

Special payroll requirements for weeks where the regular payroll date falls on a holiday

Calendar Year-End Monthly Issuance

December FAP and cash monthly issuances

Annual Home Heating Credit File sent to Treasury for FAP and cash recipients for the year who meet certain eligibility criteria

DHHS-1241 Client Annual Statement

Notice sent to the client informing of the total cash issuances paid to the client in the previous calendar year; the client uses this information while filing tax returns

DHHS-0553 Annual State SSI Payment Notice

This is an annual notice informing the client of the projected date when he or she will receive a quarterly SSP payment for the calendar year

1.104.2 SYSTEM ENHANCEMENTS AND SCHEDULED SYSTEM RELEASES System Enhancement and Policy Change Tasks

System enhancements and policy changes are delivered using scheduled releases.

64

Task Contractor’s approach meets Bridges’ requirements

Plan and Prioritize The first step is identifying and prioritizing system modifications and enhancements that reflect the DHHS vision and meet business needs, ultimately improving the delivery of services to the citizens of Michigan

Contractor will support this process by providing timely and accurate impact analysis and estimations

Identify and Allocate Resources

The delivery of successful modifications and enhancements depends on qualified resources with an understanding of the Bridges business and technical environment

Perform Project Management and Track Status

In an environment where concurrent IT projects may be under way, project management and system enhancement tracking are essential to keep the stakeholders aware of issues, risks and overall project status

Communicating project plans, milestones and task expectations; sharing progress metrics; and establishing processes for corrective action will result in more efficient and on-time project delivery

Develop System Design and Development Documentation in Alignment with SUITE

The creation and maintenance of systems documentation is essential in the systems modification and enhancement delivery process

This not only provides documentation of the technical solution and architecture, but accurate estimations and successful transitions between projects phases outlined by SUITE

Support Training and System Implementation

DHHS is responsible for training delivery and implementation support. Contractor will support DHHS to provide requested training and implementation support

Support Software Quality Assurance and Defect Management

It is critical to create a plan to test the predefined business and system requirements so that the solution meets the established standards and defects are identified, tracked and resolved properly

Furthermore, steps must be taken to prevent the recurrence of such defects; Contractor will work with DHHS and DTMB to deliver high-quality solutions in alignment with the business requirements and DHHS business vision

Enhancement and Policy Change Deliverables Deliverable Contractor’s approach meets Bridges’ requirements

Source Code Helps demonstrate the effective use of a custom framework and common components, which reduces redundant code while promoting scalability and reusability

Database Configuration Demonstrates database optimization and normalization to provide high-performing table access, resulting in better system performance

System Design, Development and Test Documentation in Alignment with SUITE Methodology

System requirements

System design documents

Architecture models and system blueprints

Development documents

Test objectives and test cases

Test scenario execution report

Implementation playbook

System Documentation Tasks Task Contractor’s approach meets Bridges’ requirements

Plan and Conduct JAD Sessions

Contractor and DHHS and DTMB representatives will conduct a series of JAD sessions involving the appropriate subject matter specialists and functional and technical staff

Develop the Functional Design Using input from the JAD sessions and expanding on requirements, Contractor senior system and business analysts will construct a functional design that summarizes the proposed changes and includes sufficient detail for development

Create or Update Use Cases Use case documents depicting the business processes affected by the initiative are created or updated to provide alternatives to the basic path

65

Task Contractor’s approach meets Bridges’ requirements

Develop and Review Logical Data Model

Contractor will work with DTMB technical staff to develop the logical data model for in-scope functionality

This model and the business requirements are first reviewed and approved by the Contractor database administrator and then presented to the DTMB and PCO database administrators for review and approval

Develop Storyboards Using a screen change as an example, Contractor will develop screen mockups for new screens or updates existing screens

The storyboards identify the data elements on each screen and define data type and length, map the screen fields to database elements and reference tables, and document cross-validation rules

Storyboards also are created for interfaces, reports, and correspondence

Develop Activity Diagrams and/or Business Process Flow Diagrams

The Contractor team will develop activity diagrams, which are graphical representations of workflows, stepwise activities, and actions pertaining to the modified functionality

The process flow diagrams are used to describe the business and operational workflows of the system

66

Task Contractor’s approach meets Bridges’ requirements

Document Key Considerations Contractor will highlight key decision areas of the initiative’s functional design that were discussed and agreed to with DHHS and DTMB stakeholders during design meetings

Update Decision Tables Contractor will update system decision tables based on changes or enhancements that result in logic changes

Update Traceability Matrix Contractor will update the requirements traceability matrix to map the requirements to the newly created or updated use cases, activity diagrams, and storyboards

Facilitate Design Walkthroughs

Contractor will facilitate design walk-throughs to confirm DHHS and DTMB buy-in for the proposed functional design

System Test Complete Documentation

Contractor will provide documentation of testing procedures executed as a part of initiative and release delivery

System Documentation Deliverables

Deliverable Contractor’s approach meets Bridges’ requirements

Traceability Matrix Mapping of requirements, use cases, activity diagrams, and storyboards

Use Cases Documentation of user-system business processes affected by the initiative

Logical Data Model Logical representation of database impacts from the initiative

Capacity Plan Impact assessment of processing and storage capacity

Decision Tables Logical representation of business rules functionality

Activity Diagrams Sequential activities and functions pertaining to modifications of the system

Key Considerations Decisions captured by stakeholder groups throughout JAD sessions

Storyboards Screenshot documents that highlight the key features of system usability

Test Completion Documentations Documentation of testing procedures executed as a part of the initiative and release delivery

Continued Service Improvement Tasks Task Contractor’s approach meets Bridges’ requirements

Plan Measurement Intervals Plan measurement frequency and identify metrics of interest

Measure Results Review operational reports and gather metrics

Review and Optimize Perform impact analysis and estimate the effort needed to optimize

Prepare recommendations for including changes in upcoming releases

Functional Support Tasks

Functional Support Tasks Contractor’s approach meets Bridges’ requirements

Review policy and suggest changes to the business rules Identify areas for process improvement and proactively recommend the policy changes required to support those process changes

Facilitate open discussions to review current functionality and identify enhancements or changes

Execute based upon leading practices from our national knowledgebase and implement successful processes adopted for achieving end-user satisfaction in Michigan

Draw from lessons learned from other states to understand what has worked well; for example, analyze leading practices in Colorado, which informed our decision to use a partial solution for implementing the disaster plan

67

Functional Support Tasks Contractor’s approach meets Bridges’ requirements

Provide firsthand support to DHHS testers Operate alongside DHHS testers during every production release to provide data samples, leveraging our familiarity with the Bridges data model

Coordinate ad hoc batch requests with DTMB to facilitate the completion of testing that requires batch jobs to be executed

Collaborate with DHHS to define testing scenarios prior to UAT

Assist testers on site with and help achieve UAT testing targets on schedule through functional support team available in person

Offer access to support during hours of operation Available for impromptu, face-to-face meetings should the need arise with DHHS and DTMB staff

Assist the DHHS help desk staff when required

Provide better services to the client through our triage and production support teams working in tandem with the help desk team

Give timely, correct information or take steps to resolve the issue reported

Work with the central office and field staff to identify problem areas through field visits and weekly calls

Understand and resolve issues based on experience with and in-depth knowledge of DHHS and Bridges processes and business policies

Send teams into the field to understand the needs of field staff and priority items

Work with the help desk team to understand high call volume

Clear and concise notification when an issue is identified, including steps the end user should take to complete the task

Support the help desk by working with them to address critical issues promptly

Work with DHHS and DTMB on issues identified during production and communicate them to the field staff

Create an integrated communication process as a part of the communication management plan to channel the necessary information to end users via functionality update notification calls and command center calls

Work with DTMB on development and batch operations Support our DTMB team members in development tasks through various training efforts and sessions organized on specific topics

Manage batch maintenance and operations collaboratively between Contractor and DTMB batch support teams

Serve as a functional liaison for DHHS management and third-party agencies

Facilitate discussions between DHHS and external agencies such as DELEG to promote the interactive resolution of issues, open discussion, and design sessions for enhancements

Scheduled System Releases

Release Planning Step Contractor’s approach meets Bridges’ requirements

Identification In close collaboration with DHHS and DTMB, under BIC governance, all business priorities are assessed for implementation in production

Production Support Findings. Help desk tickets, batch findings, work requests and minor enhancements are reviewed

Policy Changes. Health care reform, state or federal legislation, policy mandates and new administrative requirements are reviewed

Technology Upgrades. Database or application upgrade, infrastructure upgrade

Transformative Business Model. Business process changes, client and worker experience changes

Evaluation Impact analysis and effort estimation for the work requests are reviewed by BIC

Work requests are bundled into a planned release

Release Finalization Release timelines and production implementation dates are finalized

Lower environments and resources are allocated for release management

68

Release Categorization Release Category Contractor’s approach meets Bridges’ requirements

Scheduled Quarterly Maintenance Release

A release that has been discussed and verified with DHHS and DTMB and approved by BIC as part of the quarterly maintenance release planning process

Major Release A release that cannot conform to the quarterly maintenance timelines due to the size of the release; major releases usually have a timeline of greater than three months

Emergency Release A system release that has to be implemented into production as an urgent business priority

If emergency fixes are identified that cannot wait for production implementation with a quarterly release, they are implemented into the production environment as an emergency release

Emergency releases include a limited number of fixes or system modifications, and the timelines are usually less than a few weeks

1.104.3 TECHNICAL OPERATIONS Supported System Health Check and Monitoring Tasks

Task Contractor’s approach meets Bridges’ requirements

System Monitoring Support and collaborate with DTMB and other technology vendors to provide ongoing system monitoring support in production and lower environments

Automated and on-demand manual execution of health scripts, especially after system releases or maintenance system upgrades

Health Check Updates Support ongoing modifications to health checks based on new business functionality rolled out into production that requires checks

Continuously Improving System Monitoring

Continuous improvement of system monitoring processes and health check scripts based on feedback from DTMB, lessons learned from system releases, production issues and troubleshooting findings

Supported Capacity Planning Tasks

Task Contractor’s approach meets Bridges’ requirements

Capacity Plan Development Support and collaborate with the DTMB and other technology vendors to provide infrastructure capacity projections

Support production and lower environments

Quarterly and initiative-based capacity planning

Monitor Infrastructure Growth Patterns Continuous monitoring of the Bridges infrastructure for capacity due to online and batch activity

Identify Infrastructure Capacity Improvements Proactive identification of infrastructure capacity improvements such as database archival and server log file storage reviews

Supported Emergency Preparedness and Disaster Planning Tasks

Task Contractor’s approach meets Bridges’ requirements

Disaster Recovery Plan Updates Support the periodic review of DR plans for currency and accuracy

Support updates to the DR plans based on changes to the Bridges functional and technical footprint, including inclusion of new test plans and procedures for testing new Bridges functionality

Disaster Recovery Mock Runs Support DTMB with the DR mock runs upon request to confirm that our teams are ready to execute the DR plan

Supported Security Tasks

Task Contractor’s approach meets Bridges’ requirements

Security Support Support application and infrastructure security implementation and monitoring

Support user access management

Support security in production and lower environments

Data Protection Services Support database security and encryption measures

69

Task Contractor’s approach meets Bridges’ requirements

Vulnerability Testing Support Support security vulnerability assessments and resolution

Application Architecture Tasks

Task Contractor’s approach meets Bridges’ requirements

Develop and Maintain Application Architecture

Support and develop application architecture models and blueprints for new Bridges modifications, in alignment with the State’s enterprise architecture vision and standards

Support existing architecture models and blueprints with ongoing maintenance and technology upgrades

Work with DTMB during the SEM design phase to determine any required changes to application interfaces, external data sources, servers or network topology, and include them in the design documentation; any operational upgrade or maintenance release will be thoroughly reviewed to determine any impact on the architecture models and blueprints

Changes to the architecture models or blueprints could include additions or alterations in the following areas:

− Intersystem connectivity or access

− Service and interface calls, including messaging, Web services, and significant file transfers

− Physical hardware topology

− COTS products and associated infrastructure

− Network topology changes, including new switches, routers, and load-balancing devices

Provide Ongoing Application Architecture Guidance

Provide architecture development support and guidance to align with enterprise architecture standards and support the adoption of emerging technologies

Database Operations Tasks

Task Contractor’s approach meets Bridges’ requirements

Database Design Support Conduct data modeling and normalization

Develop logical data model

Develop physical database design

Support database creation and updates

Database Design Reviews Comprehensively represent relationships between business entities and attributes with adherence to the State’s standards and leading practices

70

Task Contractor’s approach meets Bridges’ requirements

Database Operations Support Provide input into database standards identification and perform compliance monitoring

Develop database maintenance and reorganization scripts

Develop application-related data fixes

Develop scripts and/or utilities and accompanying documentation for refreshing lower environments

Database Performance Monitoring Constantly examine the operation and execution of individual applications and the overall environment to identify and implement performance-tuning initiatives

Performance Optimization Support and Improvement

Proactively identify performance-tuning opportunities crucial to maintaining the needs of the business and to extend the hardware investment

Provide database administration and performance tuning

Review database query performance and make recommendations for improvement

A key requirement of high-performance, high-availability database environments is partitioning splits tables and indexes into smaller, more manageable components; using Oracle, the Contractor will offer the widest choice of partitioning methods available, including interval, reference, list and range

Batch Process Optimization Identify performance trends and tuning opportunities for existing batch queries

Database Release Support Test and migrate database code and structure changes to the development, integration, systems acceptance test, training, and load test environments

Provide database-centric deployment scripts and playbooks for production migrations

Database Backup and Recovery Configure backup solutions and recovery to support business continuity, data loss, and audit regulations

Information Life Cycle Support Facilitate solutions to support business systems data and information life cycle management requirements

File Management Tasks

Task Contractor’s approach meets Bridges’ requirements

Monitoring of Files Support periodic monitoring of files across production and lower environments in collaboration with DTMB

Monitoring Disk Space Growth Support periodic monitoring of disk space growth across production and lower environments in collaboration with DTMB

Archiving and Purging Support periodic archiving and purging of files based on DTMB’s process guidelines

Managing Environment-Specific Online and Batch Configuration Properties

Bridges has environment-specific online and batch configuration property files to support business and technical system processes; Contractor will maintain and perform version control activities on these items in ClearCase

Managing Batch Data Files Bridges maintains multiple data exchanges with external state and federal agencies; these files have retention policies set by state and external agencies

Our approach supports maintaining and managing these batch data files in collaboration with DTMB

Support file system storage management

Support the transmission of files to and from trading partners

Managing Batch Framework Table Configuration

The Bridges batch framework functions on a set of environment-specific parameters that are stored in the batch framework tables; new batch jobs or changes to existing ones likely involve changes to these tables, and the SQL files for entries into the batch framework tables are maintained and version-controlled in ClearCase

Support modifications to these SQL files in collaboration with DHHS and DTMB

System Performance Improvements Tasks

Task Contractor’s approach meets Bridges’ requirements

Monitor Response Times Support automated and manual steps to monitor and manage end-user response time

Transactions identified as exceeding allowable thresholds are quickly investigated, and a mitigation plan is formulated

Contractor will work with DHHS, DTMB, and the PCO (Eligibility PMO) to define a mutually agreeable action plan to address the root cause

71

Task Contractor’s approach meets Bridges’ requirements

Perform Load and Performance Testing

Contractor understands that a small group of individuals testing and using a system in a nonproduction environment is not a true depiction of real-life functionality

While testing helps validate that functional and business requirements are satisfied, Contractor will also validate that the system can perform optimally in a production environment with the anticipated load of users

Contractor will work to gather data, including how many users are expected to use the system and how many transactions will occur in a given time period

Contractor will implement performance testing scenarios to verify that the system is truly ready once it goes live

Conduct Performance Tuning Support DHHS and DTMB in fixing performance issues identified during production monitoring or load testing

System Patch and Upgrade Management Tasks

Task Contractor’s approach meets Bridges’ requirements

Identify the Need for Upgrades Support the identification of the business drivers to introduce a patch or upgrades to a system

Proactively monitor vendor vulnerability updates for the release of patches and hot fixes

Keep product versions current

Understand new business initiatives and requirements that require additional features not supported by the current software

Note dependency on other components supporting the software infrastructure

Perform Impact Analysis Support DHHS and DTMB in identifying business and technical impacts and any associated risks associated with the system patch or upgrade

Perform a detailed functional impact analysis

Support Testing Identify the appropriate test scenarios for validating the system patch or upgrade

Provide support in validating Bridges functionality in the test environment

Develop Release Plan Support DTMB in the creation of a detailed playbook or release plan for applying the system patch or upgrades in the production system

Support Implementation Support production implementation and validation

Monitor the production environment following the implementation of system patches or upgrades

Environment Support and Setup Tasks

Task Contractor’s approach meets Bridges’ requirements

Provide Technical Operations Support for Production and Lower Environments

Work with DTMB to provide technical operations support across all Bridges environments

Set Up New Temporary Environments

Contractor will conform to the following approach for setting up new environments:

Analysis. Before creating a new environment, Contractor will evaluate the need and purpose of the requested environment by gathering this information from the State and the Contractor application leads. This activity is driven by a checklist and forms the foundation of our decision-making concerning the setup of the environment. The first topic discussed is the length of time for which the environment is needed. This is critical in determining which servers should host the applications. Next, Contractor will work with the users of the environment to determine where the initial data needs to be sourced. This could be as simple as creating a new empty database or as complex as copying the full production data and masking it for PII. Contractor will then analyze which code base the environment needs to be built from. Contractor may be able to deploy existing code to the new environment, or Contractor may have to set up an entirely new code base stream in ClearCase. Finally, Contractor will discuss any special considerations that need to be addressed.

Environment Creation. Once the analysis has been completed and the related decisions have been made, Contractor will use a standard checklist to set up all environments. This checklist helps to determine that each environment is arranged in a reliable and repeatable manner. The arrangement is divided into multiple areas that need to be configured for a new environment, including a set of tasks that need to be accomplished. Many of the steps in the checklist refer to additional documentation, which can be referenced as needed.

Environment Validation. After a new environment is set up, Contractor will perform technical and functional validations to determine that the process was completed correctly before handing it to the application or testing team. Similar to the environment setup stage, Contractor will have a predefined

72

Task Contractor’s approach meets Bridges’ requirements

checklist of what to validate for any new environment. Contractor will first validate the environment itself, checking application instances, database instances, message queues, and other items to determine whether they are functioning and readily available. Next, Contractor will validate the build and deployment process to confirm that it has been arranged correctly and that the appropriate code is being deployed to the correct environment. Finally, Contractor will validate that the external services and third-party applications (LDAP, SSA, etc.) are working and that the application configuration properties are correct.

Configuration Management Tasks

Task Contractor’s approach meets Bridges’ requirements

Maintain and Continuously Improve the Configuration Management Processes

Support development and modifications of the configuration management processes and scripts based on identified issues, lessons learned, and changes recommended by DTMB and technical review teams

Migration Support Support software and technical platform migrations

Release Support Coordinate software release management and emergency implementation

Maintain application environments and version control

Environment Coordination Support Coordinate operating systems as well as patches and upgrades for other COTS products and technologies

Maintain business systems blueprint documentation

1.104.4 STAFF The required experience and skill requirements will change over the course of the contract. The Contractor will be notified in writing of these changes and will be required to provide personnel satisfying the experience and skill requirements, as modified, which includes skills sets which identifies knowledge of any future versions of software. Assigned tasks will vary according to the specific project needs that exist at any time during the term of this contract. The number of development and maintenance projects will vary throughout the contract period, as will the required tasks. Resources must comply with:

Regular reporting requirements Ensure that all work conforms to State Uniform Information Technology Environment (SUITE), project

management, systems engineering methodology, and other IT standards in effect for DTMB personnel supporting DHHS.

Anticipated Staff The table below lists the minimum number and classifications of IT resources to be provided under this Contract at the time of Contract execution. For each classification the table indicates the number of personnel needed to complete necessary Bridges related maintenance and operations tasks. Staff are based on the current workload. Additional work for this Contract may result in the request of the State through a Contract Amendment to reduce or increase resources to satisfy demand. Any Contract Amendment reducing or increasing staff must be accompanied by a Statement of Work.

IT Classification Proposed Staff Count *Application Development Manager 2 

*Technical Support Manager 9 

73

*Production Support Manager 3 

*Testing Manager 2 

*Senior Systems/Business Analyst 34 

Java Programmer Analyst 49 

Oracle Database Analyst 4 

Supportive Software Analyst 2 

Quality Assurance Testing Analyst 15 

Total 120 *Denote staff considered Key Personnel. Named Key Personnel at Contract execution:

Name IT Classification Title

Rony Thomas  Project Manager 

Anil Dayanand  Application Development Manager 

Sanjay Ojha  Application Development Manager 

Kishan Kanneganti  Technical Support Manager 

Manav Kumar  Technical Support Manager 

Srinivasa Marpina  Technical Support Manager 

Udit Parikh  Technical Support Manager 

Venkat Gagganapally  Technical Support Manager 

Sai Meela Anudeep  Technical Support Manager 

Amit Jaiswal  Technical Support Manager 

Khansheriff Mahaboobali  Technical Support Manager 

Subhash Atluri  Technical Support Manager 

Anuradha Atmakuri  Production Support Manager 

Pete Eckman  Production Support Manager 

Venkat Pasula  Production Support Manager 

Ravi Shah  Test Manager 

Sue Hartman  Test Manager 

Sunil Wahi  Senior Systems/Business Analyst 

Sudheer Naredla  Senior Systems/Business Analyst 

Ryan Glueck  Senior Systems/Business Analyst 

Natalie Denemy  Senior Systems/Business Analyst 

74

Name IT Classification Title

Venu Dalayi  Senior Systems/Business Analyst 

Viswa Balasubramanian  Senior Systems/Business Analyst 

Casaundra Birchall  Senior Systems/Business Analyst 

Rachel Showalter  Senior Systems/Business Analyst 

Nikhil Chitmini  Senior Systems/Business Analyst 

Navvya Inukonda  Senior Systems/Business Analyst 

Rajender Reddy Rajangari  Senior Systems/Business Analyst 

Vamsi Krishna Koganti  Senior Systems/Business Analyst 

Praneetha Raj Thirunagari  Senior Systems/Business Analyst 

Ramiro Lopez  Senior Systems/Business Analyst 

Charan Thej Tula  Senior Systems/Business Analyst 

Dinesh Agarwal  Senior Systems/Business Analyst 

Goutam Sardar  Senior Systems/Business Analyst 

Hari Kurada (Sri Sesha Sai Kurada)  Senior Systems/Business Analyst 

Jayavarum Surapani  Senior Systems/Business Analyst 

Mahesh Parasnis  Senior Systems/Business Analyst 

Munand Reddy Kotha  Senior Systems/Business Analyst 

Prem Anand Arulraj  Senior Systems/Business Analyst 

Saurabh Sangeet  Senior Systems/Business Analyst 

Thirupathi Gurunatham  Senior Systems/Business Analyst 

Venkata Daggupati  Senior Systems/Business Analyst 

Vinod Jayakumar  Senior Systems/Business Analyst 

Vishal Prajapati  Senior Systems/Business Analyst 

Carrie Norris  Senior Systems/Business Analyst 

Ajith Satish  Senior Systems/Business Analyst 

Chanda Sachanandani  Senior Systems/Business Analyst 

Meetu Kwatra  Senior Systems/Business Analyst 

Sirimalla Gayathri  Senior Systems/Business Analyst 

Vidyadhar Vadathya  Senior Systems/Business Analyst 

Yoshitha Vakati  Senior Systems/Business Analyst  It is expected that Senior Systems/Business Analysts and Java Programmer Analyst be configured by the following Bridges functional tracks. Senior Systems/Business Analysts are the primary liaisons between the DHHS end user support staff and the contractor’s technical teams with regard to requirements definition and translation of business requirements into functional and technical designs. The expectation is that they would serve as the track leads for one or more of the following identified functional tracks: Bridges Functional Tracks:

Benefit Issuance: Benefit Issuance provides mechanisms to deliver benefits to eligible recipients through multiple payment methods while maintaining a detailed benefit history. Bridges supports the rapid delivery (i.e. near real time) of benefits depending on the Electronic Benefit Transfer (EBT) contractor. Workers can research issuances by drilling-down to the individual level for each benefit month.

75

Benefit Recovery: Bridges functionality determines when benefits have been over issued based on date and data dependent logic built in to the rules engine. When appropriate benefit recovery claims are generated for certification by field staff or sent as an alert to specialized staff, Bridges will establish automated recoupment processing or repayment plans for the case.

Case Maintenance: Bridges provides functionality to support the many tasks that Workers have to perform throughout the lifecycle of a case. Bridges tracks due dates, receipt of verifications, and historical records, and, based upon the data in the system, it will recalculate benefits. Bridges also schedules appointments and provides calendaring with distinct options that can be modified at the worker level, in addition there are other options that are controlled at the supervisor level. Some of the key Case Maintenance features within Bridges includes: redetermination, provider management, mass change, and inquiry

Client correspondence: Notices, Forms, and Referrals are dynamically generated within Bridges from a library of templates. Fields on the correspondences are populated with data entered or calculated in the system.

Caseload Management: Bridges functionality keeps staff informed of their workload and facilitates management with automated caseload realignment and reminder capabilities. Three major functions comprise the caseload management feature: task and reminder alerts, case transfers, and caseload reassignment.

Eligibility Determination/Benefit Calculation: This functionality is the focal point of the Bridges system and supports the base business rules that determine the Client’s eligibility across all requested programs. EDBC is based on a Rules Engine that reads a series of Decision Tables based on program policies and procedures.

Historic User and Data Maintenance: Brides allows for audit trails which creates records of data changes and specific user actions. This information allows case data updates to be viewed for auditing and management purposes.

Intake/Registration functions: Intake and registration functionality includes recording the Client application, assigning cases, and collecting Client data. The process guides the Worker through a complete series of steps and questions. The Worker enters data collected via the application for public assistance, gathers basic household and demographic information, identifies individuals’ known/unknown to the system, identifies expedited cases, and tracks requests for assistance. The underlying philosophy within this track is that raw data is captured once and used across all assistance programs for as many months of eligibility determination as is applicable.

Interfaces: Interfaces within Bridges automate processes that exchange data with other organizations. Bridges has the capability to interface online, real-time, or in batch. A broad array of information is exchanged between systems internal to DHHS and external systems, with minimal manual intervention. An example is income changes from a trusted source such as SSA that will auto-populate and trigger mass update of affected program eligibility determinations and benefit calculations. Bridges exchanges over 300 interface files with a variety of other systems including the State’s financial system.

Management and Financial Reporting: Report Extracts are generated from which management reports are created. Crystal Decisions products (Crystal Reports and Crystal Enterprises) are used to generate reports automatically according to specified timeframes, or manually by the Worker, as needed. Most management reports are canned reports and are hence pre-defined in terms of structure, layout, sorts and frequency. For identified reports that can be scheduled by the user to be created during batch, Bridges has the ability to define sorting rules through parameters on the report. Reports can also be rendered in Microsoft Excel format for additional sorting capabilities. Financial Management involves two main tasks: the ability to issue, modify, and stop payments to and from another financial entity; and, the ability to accurately and logically report on all such transactions. The focus of the Financial Management Reports from Bridges is the cash and food assistance benefits issued to Clients and providers/contractors through EBT, EFT, and the warrant processing system. These reports are used to track, monitor, reconcile benefits, and report to required entities at the Federal and State level. In addition the above recurring reports, there is a requirement that ad-hoc reporting be carried out upon request. Ad-hoc reports needed to pull instances or outcomes of specific situations. These reports assist the state in making operational, policy or technical decisions that may affect department clients.

Mass Change: Mass changes are required to affect client eligibility and benefit amounts at various times during the year. Some mass changes are expected at a specific time in the year based upon known inputs while others may occur with shorter notice due to changes in state or federal legislation.

76

Master Client and Provider Index: Bridges functionality includes the use of a Master Client Index (MCI) and Master Provider Index (MPI). Each of these indexes are used to identify known clients or providers. Through Bridges, creation of new clients and providers is possible, in addition to updating, changing or end-dating these records.

Provider/Resource Management: Bridges functionality provides for the enrollment and maintenance of DHHS providers who receive payment from the state or on behalf of clients receiving benefits from the state.

Quality Control Universe: A number of monthly quality control samples are created from Bridges data utilizing set requirements for specified programs.

Self-Service: Bridges provides a public facing application to assist applicants and recipients of public assistance programs. The Self-Service application integrates directly with Bridges to provide a seamless transition between the externally entered client requests for assistance and the ability for DHHS workers to immediately process these applications within Bridges proper. The client self-service application allows individuals to the following options:

o “Am I Eligible”- Clients can screen themselves to determine if they may be eligible for programs administered by the Department of Health and Human Services.

o “Apply for Benefits”- Clients can currently apply on-line for the food assistance and State Emergency Relief programs.

o “Check My Benefits”-Clients can inquire on the status of the application or active case using the internet or through an automated Interactive Voice Response toll-free telephone number.

o “Report My Changes”-Clients can report changes in the case circumstances over the internet to their caseworker.

1.105 RELEASE PLANNING AND MANAGEMENT

Bridges is primarily in a maintenance phase of the systems engineering life cycle, providing ongoing enhancements and maintenance support to the overall Bridges application. Modified application components, whether modified for enhancement or maintenance, are bundled into periodic releases for delivery into production. A release is a collection of work requests (e.g. enhancements, fixes, infrastructure modifications, or upgrades) that are packaged for testing and deployment purposes. Bridges utilizes the SEM Stages (Initiation and Planning, Requirements Definition, Functional Design, System Design, Construction, Testing, Implementation) as defined in the SUITE Stage Exit Process Guide, for each “unit of work” to be contained in a release. Each minor or major enhancement goes through the Release Planning Management (RPM) process where work requests are evaluated based on department and client impact in addition to development and technical resource requirements by a select group of DHHS, DTMB, DCH and contractor staff. From this evaluation work requests are slotted into a system release schedule. From RPM a Release Planning Document (RPD) is generated including all work requests scheduled for a specific release. This document is then updated to track progress of each work request through the development process until successful implementation is realized or the item is de-scheduled from a particular release. Not all units of work for the release are defined in the initial RPD. Additional units of work are added to the release, as the development life cycle progresses from Requirements Definition through a release “cut-off” point, which is toward the end of construction. Prior to Quality Assurance Testing the units of work are “packaged” for the release. Additional units of work can be added to the release at this point based on urgent need only. Releases to Production are inclusive of the entire package, not on selective delivery of individual program modules. At any given point in time, Bridges may have multiple sub-projects underway, which may include, but are not limited to: application modifications in various stages of the system development lifecycle, hardware/software upgrades, interface modifications, emergency maintenance, and integration with ancillary applications, ongoing forms and reports modifications, or related activities in support of Department of Technology, Management and Budget enterprise projects. Additional unplanned or emergency releases may be added to the schedule to address break/fix issues, system abends, unanticipated external interface modifications, Urgent or High priority help desk tickets. Release dates may

77

be determined based on the size and complexity of the units of work involved, or the dates may be driven by date sensitive State and Federal legislation, mandates and policy changes. When performing new development tasks, the Contractor shall include requirements definition/revision, design, code development, testing, regression testing, integration testing, quality acceptance testing, user acceptance testing support, user documentation updates and configuration management. If any previously generated deliverable is affected by new development, the Contractor shall update the affected deliverable as part of the new development task. Development tasks assigned to the contractor require comprehensive design documentation which is reviewed by subject matter experts prior to the granting of state approval. It is imperative that designs thoroughly evaluate interdependences of Bridges to avoid unnecessary negative consequences brought forth by the integrated nature of Bridges. During development activities the contractor is responsible for completing thorough unit and integration testing. The Contractor is required to develop a Quality Assurance Test Plan for each scheduled production release of the system for the duration of the contract. The Quality Assurance Test Plan must clearly set forth how the quality assurance test is designed to fully test the BRIDGES System functions and features included in the release. The plan must identify the inputs to the test, the steps in the testing process, and the expected results. The State may request that certain types of cases and transactions be included in the Quality Assurance Test Plan. The Quality Assurance Test shall be conducted in the Quality Assurance Testing Environment. User Acceptance Testing (UAT) is completed in the UAT environment by dedicated DHHS staff. During UAT the contractor must be available to answer questions, assist with test case selection, assist with interim results review, and review functionality concerns associated with testing. Implementation of work requests into Bridges must be coordinated with DTMB, DHHS and the PCO. Prior to implementation, DHHS will evaluate system changes to determine impact on end-users. If determined necessary, training modules will be created by DHHS staff to assist. Contractors must be available to answer technical and business impact questions needed to produce these end-user training products. Maintenance Activities Second level remedy ticket support: DHHS staff’s a Bridges Application Support unit (Help Desk) which receives calls from Bridges users across the state. Application Support staff review and resolve the issue or problem with the end-user. If the issue cannot be resolved it is assigned to a specific work unit either within DHHS or to the contractor. Typically help desk tickets are assigned to the contractor when the perceived remedy requires either a change to the data contained in the Bridges database or when a functional change is required to be made in Bridges to allow resolution of the help desk ticket. In some situations emergent help desk tickets are created which require immediate attention. An emergent ticket is created when a Bridges related problem exists that is preventing a client from receiving public assistance benefits for which they are eligible to receive. These tickets require a response and resolution within 1 to 5 calendar days. The Following Table describes the Contractor’s method of release planning and management

78

Project Initiation and Transition 1.105.1 PROJECT INITIATION AND TRANSITION

During this phase of the SDLC, Contractor

will work in collaboration with the Business

Integration Center (BIC) Eligibility Project

Management Office (PMO) to finalize the

scope and receive the project charter for

the release.

The three main steps in obtaining an approved project charter that includes all the work requests scheduled

for a specific release are illustrated in the figure to the right. A major component to the success of this

process is having reliable and accurate estimates that drive the scope for each release.

1.105.2 REQUIREMENTS GATHERING AND VALIDATION Contractor will capture, elaborate and validate requirements so that each requirement is specific, measurable,

achievable, realistic, and timely. Clearly establishing the business requirements will reduce risk during later phases

of design, development, testing and implementation.

1.105.3 FUNCTIONAL DESIGN Contractor will define the functional design during joint application design (JAD) sessions with business

subject-matter specialists (SMS) and representatives from the technical, training and field operations teams.

System designs are defined during internal design meetings with the technical architect, functional track

leads, DBAs and SMEs from each functional area.

1.105.4 DEVELOPMENT Contractor’s development team will follow industry standards for code development, and includes skilled

technical practitioners to develop high-quality software. Contractor will construct the system based on

approved design specifications.

MI_Bridges_2016-0072_2

State and Federal Mandates

MaintenanceActivities

Technical Upgrades and Improvements

Analyze Plan Design & Build Test Deliver

Aligns with current Bridges Release Management Process

Bridges Release Management

ProjectInitiation

and Planning

RequirementsGathering

Functionaland System

Design

Development Testing Implementation

Figure 1.104.1-115. Steps to Obtaining an Approved Charter.

MI_Bridges_2016-0074_3

The technical and ownership team collaborate to captureestimates, capacity, scope and schedule

1The leadership teamreviews and approvesproject scope byaligning to businessneeds and the State’svision

2PMO creates theProject Charter and submits it forapproval and sign-off

3

79

1.105.5 TESTING Contractors approach to quality assurance testing (QAT) will incorporate industry leading practices, and continuously expand a library of testing artifacts to leverage for the repeatable execution of regression tests or to validate similar defect fixes and enhancements in the future. Contractor’s QAT team will execute test scenarios, document the results and validate the outcomes against the expected results.

1.105.6 IMPLEMENTATION Contractor will work with the State, Technology Control Office (TCO), and Project Control Office (PCO) to

create a broad implementation plan that outlines the steps needed for deployment, including any Day 0 data

conversions, security access report implementations, field validations and post-implementation steps.

Before the deployment of the release to production, a dry‐run deployment of Bridges will be performed 

following the steps outlined in the deployment checklist. After deployment, Contractor and the DTMB staff 

will monitor the batch processes, online logs and help desk personnel to identify new patterns emerging as 

a result of the deployment.

1.200 Roles and Responsibilities

1.201 ContractorStaff,Roles,andResponsibilities

Contractor must provide services during normal working hours (Monday through Friday, 7:00 a.m. to 6:00 p.m.) and possible night and weekend hours depending on position and project requirements. No overtime will be authorized or paid. The State is not obligated to provide State management of assigned work outside of normal State working hours. The State reserves the right to modify the work hours in the best interest of the project. Contractor shall observe the same standard holidays as State employees. The State does not compensate for holiday pay. Contractor will not be reimbursed for travel expenses or travel time.

Contractor office space is to be provided by the Contractor within four (4) months of the Effective Date;

the State is not obligated to provide contractor office space after such date, unless otherwise agreed by the parties..Contractor work is to be performed, completed, and managed near the following location, with site access and conditions the same as those provided to state staff:

Grand Tower Office Building 235 South Grand Ave Lansing, Michigan 48933

Contractor is also allowed to perform work at their US Delivery Centers only following the approval of

the DTMB Project Manager or designee.

Contractor must present certifications evidencing satisfactory Michigan State Police Background checks (ICHAT) and drug tests for all staff identified for assignment to this project. In addition, proposed Contractor personnel will be required to complete and submit an RI-8 Fingerprint Card for the National Crime Information Center (NCIC) Finger Prints, if required by project.

Contractor is required to provide a minimum of three resumes for 95% of requests within the required

time frame of five (5) days from time of issuance within a given month. The State has the right to impose a monetary penalty of up to 1% of previous month’s invoice total if this requirement is not met. By mutual agreement between the State and the Contractor, complex requests may allow for a longer response time.

80

Contractor may request clarification regarding DTMB’s request during the response period. If the contractor is unable to provide the personnel requested, the contractor must record this fact in a written response to the State.

Contractor will provide a mechanism for expedited procurement of staff to meet a need for immediate

replacement or for mission critical services. Contractor will ensure that the staff proposed for this assignment are fully trained and meet the skill set

requirements of the job position being filled. The State makes changes to its technical architectures from time to time. If a contract individual is assigned to a State project or support area and the technology associated with their assignment changes, the contractor are responsible for training in the new or changed technology (e.g., contractor personnel needs training in a particular tool in order to perform their State assignment.) or providing new resources who are trained in the new tool, at the State’s discretion. Contractor or the assigned contract staff may elect to pay for the training necessary to continue working on the assignment. The cost of the course, including any travel expenses, and the training hours will not be billable to the State.

Contractor may not remove or reassign staff to other contracts unless mutually agreed upon by the

State and the contractor. If staff is removed without compliance the State has the right to impose a monetary penalty of up to 1% of the previous month’s invoice total.

Contractor is responsible for providing a 30 day written notice to the State in addition to a plan for transitioning to a new resource including knowledge transfer in the event an individual is terminated or voluntarily withdrawn from an assignment. The State will not reimburse the contractor for both the departing resource and the incoming resource during the transition period. The State can request the contractor replace the individual with an individual of equal or greater qualifications.

Contractor staff will be subject to the rules, regulations, and policies of DTMB and the Michigan

Department of Civil Service.

Contractor staff will be subject to DTMB and DHHS rules for computer and Internet usage and will be required to sign an acceptable use agreement, as required of DTMB’s and DHHS’s own employees.

Contractor staff must attend DHHS orientation, security awareness training and any other relevant

security and/or confidentiality training. contractor staff must sign any appropriate agreements or training certifications.

Contractor staff assigned to work with restricted (a.k.a. sensitive) data have an obligation to safeguard

and protect the confidentiality of such data. Further, if the staff member accidentally or purposefully releases restricted or sensitive data, the contractor assumes full responsibility for any resulting penalties, such as those described in the Identity Theft Protection Act (Act 452 P.A. 2004, amended July 2007).

Contractor assumes full responsibility for the acts of all subcontractors.

Contractor may use subcontractors to fulfill requirements of the contract. If subcontractors are

employed, contractor will pay subcontractors within 30 days of the State’s payment to the Contractor of the monthly invoice.

Contractor must provide a list of all subcontractors, including firm name, address, contact person, and a

complete description of the work to be contracted. Include descriptive information concerning subcontractor’s organization and abilities.

The Contractor will provide, and update when changed, an organizational chart indicating lines of authority for personnel involved in performance of this Contract and relationships of this staff to other programs or functions of the firm. This chart must also show lines of authority to the next senior level of

81

management and indicate who within the firm will have prime responsibility and final authority for the work.

Contractor will ensure that staff exhibits professional conduct and act in the best interest of the State.

The Contractor’s contract administrator will report to the DMTB-PCO. The duties of the Contract Administrator shall include, but not be limited to:

Supporting the management of the Contract Facilitating dispute resolution Advising the State of performance under the terms and conditions of the Contract Managing contractor’s subcontractors Serving as the single point of contact for all contract issues Assessing and reporting contract feedback and status Escalating contract issues, risks, and other concerns Managing and reporting on the contract budget

The State reserves the right to require a change in the assigned Contract Administrator if the assigned Contract Administrator is not, in the opinion of the State, adequately serving the needs of the State. The Contractor must update when changed, an organizational chart indicating lines of authority for personnel involved in performance of this Contract and relationships of this staff to other programs or functions of the firm. This chart must also show lines of authority to the next senior level of management and indicate who within the firm will have prime responsibility and final authority for the work. These updates must be provided with 30 days notice to the state prior to the contractor making desired changes.

1.202 StateStaff,Roles,andResponsibilities The State will provide the following resources for the Contractor’s use: access as appropriate to printers,

copiers and fax machine.

The State will follow an annual purchase order process (APOP) for all service request performed under this contract. A purchase order (PO) for one year at a time will be issued for all resources working under this contract.

The State reserves the right to refuse any or all individuals presented by the Contractor.

The State will notify Contractor in writing if a senior resource is not performing at senior level. The

Contractor will be responsible for finding a senior level replacement, or will reduce the hourly rate for the person to that of a non-senior resource, at the discretion of the State.

The State may discontinue the services of any contractor supplied staff with two weeks’ notice without

cause at any time.

State Project Manager - (DTMB and Agency) The designated Agency Project Manager is: Kristi Broessel, DHHS Director of Business Management Services The designated DTMB Agency Service’s Project Manager is: Kemal Tekinel, DTMB Eligibility Division Business Relationship Manager/Director

82

The State’s Project Manager(s) duties shall include, but not be limited to:

Provide State facilities, as needed Facilitate coordination between various external contractors Facilitate communication between different State departments/divisions Provide acceptance and sign-off of deliverable/milestone using SUITE Review and sign-off of timesheets and invoices Resolve issues Escalate outstanding/high priority issues Utilize change control procedures based on SUITE Document and archive all important decisions Arrange, schedule and facilitate State staff attendance at all meetings.

DTMB shall provide a Contract Administrator whose duties shall include, but not be limited to supporting the management of the Contract. Simon Baldwin Michigan Department of Technology, Management and Budget Constitution Hall, 1st Floor 525 W. Allegan Street Lansing, Michigan 48913 517-284-6997 Fax (517) 241-8852 [email protected]

1.300 Project Plan

1.301 ProjectPlanManagement Performance Review Meetings

1. The State will require the Contractor to attend monthly meetings, at a minimum, to review the Contractor’s performance under the contract. During the transition period these meeting will be conducted weekly.

2. The meetings will be held in Lansing Michigan, as mutually agreed by the State and the Contractor. 3. The State shall bear no cost for the time and travel of the Contractor for attendance at the meeting.

Location Transition Tasks and Timelines: Contractor will move all staff office space to a Contractor provided location within four (4) months after the Effective Date; the State is not obligated to provide Contractor office space after such date, unless otherwise agreed by the parties. Contractor will provide an detailed location transition schedule to the State for approval within (10) business days of Contract execution.

1.304 ReportsProgress reporting for this contract is performed both by the individual resource and by the Contractor, in compliance with the annual purchase order process (APOP). Reporting includes the monthly maintenance and operations status reports.

83

1.400 Project Management

1.401 IssueManagement Contractor will conform to the following Issue Management process:

Steps Description

Issue Identification An issue that may affect Bridges enhancement or support is identified by the team.

Issue Documentation and Tracking

The issue is logged in the tracking tool to track its resolution by the Eligibility PMO. The issue is given a description, date it was identified, and supporting details.

Issue Analysis Contractor will perform an evaluation of the issue’s root cause and business impact before forming recommendations for the issue’s resolution. An initial priority of the issue is determined to enable appropriate escalation and prioritization. Contractor analysis will be documented in SharePoint.

Issue Escalation Depending on various factors, which may include impacts on scope, budget, quality, schedule, and to business users, the issue may be escalated to the eligibility ownership group.

Issue Categorization and Prioritization

In collaboration with the State, Contractor will identify the business area in which the issue belongs, its priority and a plan for resolution that includes the target date and assigned resources.

Issue Resolution Contractor will work with the State’s team to resolve the issue. When an issue is resolved, it is marked as closed by the Eligibility PMO in SharePoint and accompanied by detailed notes.

RISK MANAGEMENT

 

Contractor will conform to the following Risk Management process:

MI_Bridges_2016-0032

IssueIdentification

IssueDocumentationand Tracking

IssueAnalysis

IssueEscalation

Issue Category and Prioritization

IssueResolution

MI_Bridges_2016-0032_4

Identify Risk Analyze RiskPlan RiskResponse

ImplementMigration Strategy

Track/Control Risk

84

Contractor will utilize the following the risk management process as detailed in the following table.

Steps Description

Identify Risk Contractor will take a systematic approach to identifying risks. All team members and stakeholders can identify and initiate a risk at any point in the project life cycle. This allows for early risk identification and prevents risks from going unaccounted.

Analyze Risk Risk analysis is the process of examining each risk in detail to determine probability and impact. Stakeholders need to identify mitigation strategies for high-impact risks. Medium and low risks will be monitored and reviewed, knowing that some will be more or less likely to occur over time and require consistent reassessment.

Plan Risk Response

The plan risk response is the process of proactively developing options and contingency plans for decision making and is communicated to the Eligibility PMO.

Implement Mitigation Strategy

Risk mitigation is the process to implement the right plan before the risk becomes an issue. Contractor will use the knowledge gained through Contractor’s implementation of HHS eligibility systems in 23 states, including the current Bridges solution, and Contractor’s familiarity with the business processes in the State to develop efficient risk mitigation strategies.

Track/Control Risk

Risk monitoring and control is an ongoing activity that requires input from affected project stakeholders. Once risks have been identified, assessed and reviewed, Contractor will regularly monitor them in collaboration with State and other relevant stakeholders so they can be addressed. It is critical to track risks consistently and provide access, visibility and status to the stakeholders in a timely manner.

1.403 ChangeManagementChange management is defined as the process to communicate, assess, monitor, and control all changes to system resources and processes. The State also employs change management in its administration of the Contract. If a proposed contract change is approved by the Agency, the Contract Administrator will submit a request for change to the Department of Technology, Management and Budget, Purchasing Operations Buyer, who will make recommendations to the Director of Purchasing Operations regarding ultimate approval/disapproval of change request. If the DTMB Purchasing Operations Director agrees with the proposed modification, and all required approvals are obtained (including State Administrative Board), the Purchasing Operations Buyer will issue an addendum to the Contract, via a Contract Change Notice. Contractors who provide products or services prior to the issuance of a Contract Change Notice by the DTMB Purchasing Operations, risk non-payment for the out-of-scope/pricing products and/or services. The Contractor must employ change management procedures to handle such things as “out-of-scope” requests or changing business needs of the State while the migration is underway. The Contractor will employ change control methodologies consistent with the following diagram to justify changes in the processing environment, and to ensure those changes will not adversely affect performance or availability.

85

1.500 Monthly Reporting Acceptance will be governed by the eligibility PMO.

1.600 Compensation and Payment

1.601 CompensationandPayment Method of Payment Payments will be made upon completion of each delivered and accepted monthly status report for fixed pricing Ongoing Maintenance and Operational Support. Standard payment terms for the State are net 45 days from invoice receipt. The contractor may only invoice the State once a month for all resources. Travel The State will not pay for any travel expenses, including hotel, mileage, meals, parking, etc. Travel time will not be reimbursed. Invoicing Contractor will submit properly itemized invoices to:

MI_Bridges_2016-0010_3

ScopeImpact

Assessed

Change Approved

Recommend

RequestSubmitted

Approval /Disapproval

Schedule DTMB Purchasing Operations Buyer

Eligibility Leadership /Ownership Group

DTMB PurchasingOperations Buyer

ContractAdministrator

DTMB PurchasingOperations Director

ReleasePrioritization

ChangeIdentified

86

DTMB – Financial Services

Accounts Payable

P.O. Box 30026

Lansing, MI 48909

or [email protected]

Invoices shall provide and itemize, as applicable:

Contractor name, address, and phone number Dates covered Contract number Purchase order number For each service request number against which work is being billed:

o Work authorization number o Total dollars being billed by the contractor for the month

Incorrect or incomplete invoices will be returned to contractor for correction and reissue.

87

STATE OF MICHIGAN

Maintenance and Support of DHHS’ Eligibility System: Bridges

SCHEDULE C - PRICING Price includes all costs, including but not limited to, any one-time or set-up charges, fees, and potential costs that Contractor may charge the State (e.g., shipping and handling, per piece pricing, and palletizing). The Maintenance and Operations cost for the 120 resources identified within the base Contract, years 1-5 is capped at $152,829,564.00

Ongoing Maintenance and Operations

Summary Costs Total

Years 1-5 $152,829,564

Option Years 6-8 $99,707,076

Time frame

Year 1

Year 2

Year 3

Year 4

Year 5

Option

Year 6 Option Year 7

Option Year 8

Month 1 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 2 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 3 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 4 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 5 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 6 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 7 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 8 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 9 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 10 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 11 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Month 12 $2,471,882 $2,508,960 $2,546,595 $2,584,794 $2,623,566 $2,728,509 $2,769,436 $2,810,978

Total

$29,662,584

$30,107,520

$30,559,140

$31,017,528

$31,482,792

$32,742,108

$33,233,232

$33,731,736

The State will not pay for any travel expenses, including hotel, mileage, meals, parking, etc. Travel time will not be reimbursed.

Payments will be made upon completion of each delivered and accepted monthly status report.

IT Rate Table

In the event that substantial enhancements are required which due to size cannot be completed within the body of the maintenance and operations activities; the State may issue Statements of Work (SOW) which may be either fixed price for a specific unit of work, or time and materials for a set period of staff augmentation. The additional SOW activities should not exceed ten (10) percent of the base contract. Contractor shall be required to respond to the SOW within ten (10) business days. Prior approval of the contractor’s response is required before additional work may begin. Full time employees/resources are based on a 40 hour work week (2080 hours per year). The rate card below is valid for the five year contract term and for all 3 Contract option years. If there is any deviation from the IT classifications below, the new classifications are subject to negotiation.

IT Classification Not To Exceed Hourly Rate Application Development Manager $265.00 Technical Support Manager $170.00 Production Support Manager $165.00 Test Manager $140.00 Senior Systems/Business Analyst $140.00 Java Programmer Analyst $110.00 Oracle Database Analyst $140.00 Supportive Software Analyst $110.00 Quality Assurance Test Analyst $95.00

89 Revision 8-19-2014

Appendix A - Federal Certifications

90 Revision 8-19-2014

91 Revision 8-19-2014

92 Revision 8-19-2014

Appendix B - Project Organizational Structure

The DTMB GM/Eligibility Division BRM or designee shall govern and track work assignments to the application management team. The Application Management Team includes; the Application Development Team, the Technology Management Team, and the Production Support Team. The Application Development team performs all major enhancements to the Bridges system. Whereas the Technology Management and Production Support Teams, work together to perform day-to-day operations and minor enhancements to the system. Organizational structure

Technology Management1 Contractor Technical Support

Manager 1 DTMB Technical Support Lead

Production Support Manager

1 Contractor Production Support Manager

1 DTMB Production Support Lead

Application Development1 Contractor Application Development

Manager 1 DTMB Application Development

Lead

DTMB - GM

Eligibility Division BRM

Application Development Organization

DTMB – GM

Eligibility Division BRM

Application Development1 Contractor Application Development Manager

1 DTMB Application Development Lead

Functional AreasSenior Systems/Business Analysts

Java Programmer AnalystsSupportive Software Analysts

Quality Assurance and Testing

Testing ManagerQuality Assurance Testing

Analysts

93 Revision 8-19-2014

Technology Management Organization

DTMB – GM

Eligibility Division BRM

Technology Management1 Contractor Technology Support

Manager 1 DTMB Application Development

Lead

Oracle Database Analysts

Production Support Organization

DTMB – GM

Eligibility Division BRM

Production Support1 Contractor Technology Support

Manager

Oracle Database Analysts

94 Revision 8-19-2014