Description
This request for proposals (RFP) provides interested Proposers with sufficient information to enable them to prepare and submit proposals for consideration by the Pennsylvania Turnpike Commission (Commission) to satisfy a need for the Business Intelligence and Data Analytics (BI&DA) Project.
REQUEST FOR PROPOSALS FOR
Business Intelligence and Data Analytics Project
ISSUING OFFICE
Pennsylvania Turnpike Commission
Information Technology Department
RFP NUMBER 14-10360-4558
DATE OF ISSUANCE
January 2, 2014
REQUEST FOR PROPOSALS FOR
Business Intelligence and Data Analytics Project
RFP 14-10360-4558
TABLE OF CONTENTS
Part I - GENERAL INFORMATION FOR PROPOSERS page 1
Part II - INFORMATION REQUIRED FROM PROPOSERS page 7
Part III - CRITERIA FOR SELECTION page 11
Part IV - WORK STATEMENT page 13
EXHIBIT A – PROPOSAL COVER SHEET
EXHIBIT B – COST BREAKDOWN
EXHIBIT C – INSURANCE REQUIREMENTS
Page 1 of 17
PART I
GENERAL INFORMATION FOR PROPOSERS
I-1. Purpose. This request for proposals (RFP) provides interested Proposers with sufficient
information to enable them to prepare and submit proposals for consideration by the Pennsylvania
Turnpike Commission (Commission) to satisfy a need for theBusiness Intelligence and Data Analytics
(BI&DA) Project.
I-2. Issuing Office. This RFP is issued for the Commission by the Information Technology
Department.
I-3. Scope. This RFP contains instructions governing the proposals to be submitted and the material
to be included therein; a description of the service to be provided; requirements which must be met to be
eligible for consideration; general evaluation criteria; and other requirements to be met by each
proposal.
I-4. Problem Statement. The Commission is interested in putting in place methodologies,
processes, architectures, and technologies that will support the transformation of its raw data into
meaningful and useful information to support business decisions. The Commission envisions a
combination of resources to reflect past, depict current and project future business performance. This
will include a three part BI&DA architecture including well-conceived executive dashboards, user-
friendly ad hoc capabilities, and forward-looking predictive analytics. (The selection of BI&DA tools is
not within the scope of this project.)
Part IV provides a detailed description of the work to be performed within the six month period
following the execution of the Agreement.. Responses to this RFP must address the full scope of work
described in Part IV.
I-5. Type of Contract. It is proposed that if a contract is entered into as a result of this RFP, it will
be a fixed-price based contract. The Commission may in its sole discretion undertake negotiations with
Proposers whose proposals as to price and other factors show them to be qualified, responsible, and
capable of performing the work.
I-6. Rejection of Proposals. The Commission reserves the right to reject any and all proposals
received as a result of this request, or to negotiate separately with competing Proposers.
I-7. Subcontracting. Any use of subcontractors by a Proposer must be identified in the proposal.
During the contract period use of any subcontractors by the selected Proposer, which were not
previously identified in the proposal, must be approved in advance in writing by the Commission.
I-8. Incurring Costs. The Commission is not liable for any costs the Proposer incurs in preparation
and submission of its proposal, in participating in the RFP process or in anticipation of award of
contract.
I.9. Questions and Answers. Written questions may be submitted to clarify any points in the RFP
which may not have been clearly understood. Written questions should be submitted by email to
Page 2 of 17
[email protected] with RFP 14-10360-4558 in the Subject Line to be received no later than
12:00 PM local time on Thursday, January 16, 2014. All questions and written answers will be posted
to the website as an addendum to and become part of this RFP.
I-10. Addenda to the RFP. If it becomes necessary to revise any part of this RFP before the proposal
response date, addenda will beposted to the Commission’s website under the original RFP document. It
is the responsibility of the Proposer to periodically check the website for any new information or
addenda to the RFP.
The Commission may revise a published advertisement. If the Commission revises a published
advertisement less than ten days before the RFP due date, the due date will be extended to maintain the
minimum ten-day advertisement duration if the revision alters the project scope or selection criteria.
Firms are responsible to monitor advertisements/addenda to ensure the submitted proposal complies
with any changes in the published advertisement.
I-11. Response. To be considered, proposals must be delivered to the Pennsylvania Turnpike
Commission’s Contracts Administration Department, Attention: Wanda Metzger, on or before 2:00 PM
local time on Thursday, February 13, 2014. The Pennsylvania Turnpike Commission is located at 700
South Eisenhower Boulevard, Middletown, PA 17057 (Street address). Our mailing Address is P. O.
Box 67676, Harrisburg, PA 17106.
Please note that use of U.S. Mail, FedEx, UPS, or other delivery method, does not guarantee
delivery to the Contracts Administration Department by the above listed time for submission.
Proposers mailing proposals should allow sufficient delivery time to ensure timely receipt of their
proposals. If the Commission office location to which proposals are to be delivered is closed on the
proposal response date, due to inclement weather, natural disaster, or any other cause, the deadline for
submission shall be automatically extended until the next Commission business day on which the office
is open. Unless the Proposers are otherwise notified by the Commission, the time for submission of
proposals shall remain the same.
I-12. Proposals. To be considered, Proposers should submit a complete response to this RFP, using
the format provided in PART II. Each proposal should be submitted in four (4) hard copies of the
Technical Submittal and four (4) hard copies of the Cost Submittal. In addition to the hard copies of the
proposal, one complete and exact copy of the entire proposal (Technical and Cost, along with all
requested documents) on CD-ROM or Flash Drive in Microsoft Office or Microsoft Office-
compatible format. The electronic copy must be a mirror image of the hard copy. Proposer should
ensure that there is no costing information in the technical submittal. The CD or Flash drive should
clearly identify the Proposer and include the name and version number of the virus scanning software
that was used to scan the CD or Flash drive before it was submitted. The Proposer shall present the
proposal to the Contracts Administration Department only. No other distribution of proposals will be
made by the Proposer. Each proposal page should be numbered for ease of reference.
An official authorized to bind the Proposer to its provisions must sign the proposal. If the official signs
the Proposal Cover Sheet (Exhibit A to this RFP) and the Proposal Cover Sheet is attached to the
proposal, the requirement will be met. For this RFP, the proposal must remain valid for at least 120
days. Moreover, the contents of the proposal of the selected Proposer will become contractual
obligations if a contract is entered into.
Page 3 of 17
Each and every Proposer submitting a proposal specifically waives any right to withdraw or modify it,
except as hereinafter provided. Proposals may be withdrawn by written or fax notice (fax number (717)
986-8714) received at the Commission’s address for proposal delivery prior to the exact hour and date
specified for proposal receipt.
Overnight Delivery Address: US Mail Delivery Address:
Contracts Administration Department Contracts Administration Department
Attn: Wanda Metzger Attn: Wanda Metzger
PA Turnpike Commission PA Turnpike Commission
700 South Eisenhower Blvd. P.O. Box 67676
Middletown, PA 17057 Harrisburg, PA 17106
However, if the Proposer chooses to attempt to provide such written notice by fax transmission, the
Commission shall not be responsible or liable for errors in fax transmission. A proposal may also be
withdrawn in person by a Proposer or its authorized representative, provided his/her identity is made
known and he/she signs a receipt for the proposal, but only if the withdrawal is made prior to the exact
hour and date set for proposal receipt. A proposal may only be modified by the submission of a new
sealed proposal or submission of a sealed modification which complies with the requirements of this
solicitation.
I-13. Economy of Preparation. Proposals should be prepared simply and economically, providing a
straightforward, concise description of the Proposer’s ability to meet the requirements of the RFP.
I-14. Discussions for Clarification. Proposers who submit proposals may be required to make an
oral or written clarification of their proposals to the Issuing Office through the Contract Administration
Department to ensure thorough mutual understanding and Proposer responsiveness to the solicitation
requirements. The Issuing Office through the Contract Administration Department will initiate requests
for clarification.
I-15. Best and Final Offers. The Issuing Office reserves the right to conduct discussions with
Proposers for the purpose of obtaining “best and final offers.” To obtain best and final offers from
Proposers, the Issuing Office may do one or more of the following: a) enter into pre-selection
negotiations; b) schedule oral presentations; and c) request revised proposals. The Issuing Office will
limit any discussions to responsible Proposers whose proposals the Issuing Office has determined to be
reasonably susceptible of being selected for award.
I-16. Prime Proposer Responsibilities. The selected Proposer will be required to assume
responsibility for all services offered in its proposal whether or not it produces them. Further, the
Commission will consider the selected Proposer to be the sole point of contact with regard to contractual
matters.
I-17. Proposal Contents. Proposals will be held in confidence and will not be revealed or discussed
with competitors, unless disclosure is required to be made (i) under the provisions of any
Commonwealth or United States statute or regulation; or (ii) by rule or order of any court of competent
jurisdiction. All material submitted with the proposal becomes the property of the Pennsylvania
Turnpike Commission and may be returned only at the Commission’s option. Proposals submitted to the
Commission may be reviewed and evaluated by any person other than competing Proposers at the
Page 4 of 17
discretion of the Commission. The Commission has the right to use any or all ideas presented in any
proposal. Selection or rejection of the proposal does not affect this right.
In accordance with the Pennsylvania Right-to-Know Law (RTKL), 65 P.S. § 67.707 (Production of
Certain Records), Proposers shall identify any and all portions of their Proposal that contains
confidential proprietary information or is protected by a trade secret. Proposals shall include a written
statement signed by a representative of the company/firm identifying the specific portion(s) of the
Proposal that contains the trade secret or confidential proprietary information.
Proposers should note that “trade secrets” and “confidential proprietary information” are exempt from
access under Section 708(b)(11) of the RTKL. Section 102 defines both “trade secrets” and
“confidential proprietary information” as follows:
Confidential proprietary information: Commercial or financial information received by an agency:
(1) which is privileged or confidential; and (2) the disclosure of which would cause substantial harm
to the competitive position of the person that submitted the information.
Trade secret: Information, including a formula, drawing, pattern, compilation, including a customer
list, program, device, method, technique or process that: (1) derives independent economic value,
actual or potential, from not being generally known to and not being readily ascertainable by proper
means by other persons who can obtain economic value from its disclosure or use; and (2) is the
subject of efforts that are reasonable under the circumstances to maintain its secrecy. The term
includes data processing software by an agency under a licensing agreement prohibiting disclosure.
65 P.S. §67.102 (emphasis added).
The Office of Open Records has determined that a third party must establish a trade secret based
upon factors established by the appellate courts, which include the following:
the extent to which the information is known outside of his business;
the extent to which the information is known by employees and others in the business;
the extent of measures taken to guard the secrecy of the information;
the value of the information to his business and to competitors;
the amount of effort or money expended in developing the information; and
the ease of difficulty with which the information could be properly acquired or duplicated by
others.
See Crum v. Bridgestone/Firestone North Amer. Tire., 907 A.2d 578, 585 (Pa. Super. 2006).
The Office of Open Records also notes that with regard to “confidential proprietary information the
standard is equally high and may only be established when the party asserting protection shows that
the information at issue is either ‘commercial’ or ‘financial’ and is privileged or confidential, and the
disclosure would cause substantial competitive harm.” (emphasis in original).
For more information regarding the RTKL, visit the Office of Open Records’ website
at www.openrecords.state.pa.us.
I-18. Debriefing Conferences. Proposers whose proposals are not selected will be notified of the
name of the selected Proposer and given the opportunity to be debriefed, at the Proposer’s request. The
Page 5 of 17
Issuing Office will schedule the time and location of the debriefing. The Proposer will not be compared
with other Proposers.
I-19. News Releases. News releases pertaining to this project will not be made without prior
Commission approval, and then only in coordination with the Issuing Office.
I-20. Commission Participation. Unless specifically noted in this section, Proposers must provide all
services to complete the identified work. The Commission’s Chief Information Officer (CIO) will serve
as project executive for this effort and will have final approval authority for the deliverables produced as
a result of this project. A Commission project manager, designated by the CIO, will address routine
project issues and provide documentation as necessary. Other Commission participation will be limited
to participation in interviews, walkthroughs, and review of deliverables.
The Commission will make limited work and meeting space available; however, Proposers should plan
to locate the project team off site and to make use of its own reproduction facilities and logistical
support.
I-21. Cost Submittal. The cost submittal shall be placed in a separately sealed envelope within the
sealed proposal and kept separate from the technical submittal.
I-22. Term of Contract. The term of the contract will commence on the Effective Date (as defined
below) and will end within twelve (12) months. The Commission shall fix the Effective Date after the
contract has been fully executed by the Contractor and by the Commission and all approvals required by
Commission contracting procedures have been obtained. If additional related services are deemed by
the Commission to be required upon the successful and timely completion of the original scope of work,
the Commission may extend scope and end date of the contract to cover the related services.
I-23. Proposer’s Representations and Authorizations. Each Proposer by submitting its proposal
understands, represents, and acknowledges that:
a. All information provided by, and representations made by, the Proposer in the proposal are
material and important and will be relied upon by the Issuing Office in awarding the contract(s).
Any misstatement, omission or misrepresentation shall be treated as fraudulent concealment
from the Issuing Office of the true facts relating to the submission of this proposal. A
misrepresentation shall be punishable under 18 Pa. C.S. 4904.
b. The price(s) and amount of this proposal have been arrived at independently and without
consultation, communication or agreement with any other Proposer or potential Proposer.
c. Neither the price(s) nor the amount of the proposal, and neither the approximate price(s) nor the
approximate amount of this proposal, have been disclosed to any other firm or person who is a
Proposer or potential Proposer, and they will not be disclosed on or before the proposal
submission deadline specified in the response section of this RFP.
d. No attempt has been made or will be made to induce any firm or person to refrain from
submitting a proposal on this contract, or to submit a proposal higher than this proposal, or to
submit any intentionally high or noncompetitive proposal or other form of complementary
proposal.
Page 6 of 17
e. The proposal is made in good faith and not pursuant to any agreement or discussion with, or
inducement from, any firm or person to submit a complementary or other noncompetitive
proposal.
f. To the best knowledge of the person signing the proposal for the Proposer, the Proposer, its
affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by
any governmental agency and have not in the last four (4) years been convicted or found liable
for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or
collusion with respect to bidding or proposing on any public contract, except as disclosed by the
Proposer in its proposal.
g. To the best of the knowledge of the person signing the proposal for the Proposer and except as
otherwise disclosed by the Proposer in its proposal, the Proposer has no outstanding, delinquent
obligations to the Commonwealth including, but not limited to, any state tax liability not being
contested on appeal or other obligation of the Proposer that is owed to the Commonwealth.
h. The Proposer is not currently under suspension or debarment by the Commonwealth, or any
other state, or the federal government, and if the Proposer cannot certify, then it shall submit
along with the proposal a written explanation of why such certification cannot be made.
i. The Proposer has not, under separate contract with the Issuing Office, made any
recommendations to the Issuing Office concerning the need for the services described in the
proposal or the specifications for the services described in the proposal.
j. Each Proposer, by submitting its proposal, authorizes all Commonwealth agencies to release to
the Commission information related to liabilities to the Commonwealth including, but not
limited to, taxes, unemployment compensation, and workers’ compensation liabilities.
I-24. Insurance. Proposer will comply with the Insurance requirements as described in Exhibit C -
Insurance Requirements.
Page 7 of 17
PART II
INFORMATION REQUIRED FROM PROPOSERS
Proposals must be submitted in the format, including heading descriptions, outlined below. To be
considered, the proposal must respond to all requirements in this part of the RFP. Any other information
thought to be relevant, but not applicable to the enumerated categories, should be provided as an
appendix to the proposal. All cost data relating to this proposal should be kept separate from and not
included in the Technical Submittal. Each proposal shall consist of the completed proposal cover sheet
(use Exhibit A) and two (2) separately sealed submittals. The submittals are as follows: (i) Technical
Submittal, in response to Part II-1 hereof; (ii) Cost Submittal, in response to Part II-2 hereof.
The Commission reserves the right to request additional information which, in the Commission’s
opinion, is necessary to assure that the Proposer’s competence, number of qualified employees, business
organization, and financial resources are adequate to perform according to the RFP.
The Commission may make such investigations as deemed necessary to determine the ability of the
Proposer to perform the work, and the Proposer shall furnish to the Issuing Office all such information
and data for this purpose as requested by the Commission. The Commission reserves the right to reject
any proposal if the evidence submitted by, or investigation of, such Proposer fails to satisfy the
Commission that such Proposer is properly qualified to carry out the obligations of the agreement and to
complete the work specified.
II-1 Technical Submittal.
A. Proposal Cover Sheet
Use the attached Exhibit A. Show the name of your firm, Federal I.D. number, address, name of
contact person, contact person’s email and telephone number date and the subject: Business
Intelligence and Data Analytics, RFP 14-10360-4558. In addition it is required that all
information requested in Exhibit A be provided including information pertaining to location of
office performing the work, contact information, listing of all Pennsylvania offices and total
number of Pennsylvania employees, and location of company headquarters.
B. Table of Contents
Include a clear identification of the material by section and by page number.
C. Cover Letter and Executive Summary
This letter must be signed by an individual who is authorized to negotiate terms, render binding
decisions and commit your firm’s resources.
Summarize your understanding of our organization and the operations for which it is responsible;
describe your understanding of the work to be done; and make a positive commitment to perform
the work necessary. This section should summarize the key points of your submittal. (Limit to
four pages.)
D. Firm Overview (Limited to 4 pages, single-sided)
Provide a brief history and description of your firm’s business organization and its consulting
service expertise and experience as it relates to the requirements discussed in Part IV of this
RFP. Include the location of offices and the number and types of consultants or other relevant
professional staff in each office. Discuss your firm’s presence in and commitment to the
Page 8 of 17
Commonwealth of Pennsylvania. Include a discussion of the specific expertise and services that
distinguish your firm.
If you propose to subcontract any of the tasks in your response, the subcontracted firm or firms
must be identified in this section. The role of the firm or firms should be explained along with a
discussion of the specific expertise and services that the firm or firms contribute to the overall
value of your proposal.
E. Personnel (Limited to 2 pages, single-sided)
Identify the primary person(s) who will be responsible for managing the relationship with the
Commission during the project.
Provide the names, proposed roles, background and experience, current professional licenses,
office location and availability of the consulting personnel that would perform the services as
described in Part IV of this RFP.
Proposer must submit a current resume for all proposed staff listing relevant experience and
applicable professional affiliations. Resumes should be provided as Appendix A of the
Proposer’s response.
F. Relevant Experience and Expertise (Limited to 6 pages, single-sided)
Provide a narrative statement regarding your consulting service capabilities and experience as
related to Part IV of this RFP. Include the following:
• A statement regarding your understanding of the requirements of the project and your
ability to provide consulting services in accordance with the same.
• A description of your firm’s experience in providing similar consulting services to other
clients, especially other governmental entities and/or similar public/private sector
transportation organizations. Include the same information for any subcontractor firms
included in your proposal. Describe the business practices that enable you to complete
these tasks in an efficient, timely and, at times, expeditious manner.
• List all clients for which your firm has performed work similar to that described in Part IV
within the past three years. Although it is not required at this time, the Commission may
request Proposers to provide specific reference data at a later date.
If applicable, include a statement regarding any other related specialized consulting services
your firm may offer.
G. Approach
In the body of the Technical Proposal, include the following regarding your technical approach
to the project:
• A description of your firm’s approach / methodology for establishing BI&DA capabilities
for the Commission.
• A description of your strategy for discovering, validating and prioritizing high-level
strategic and tactical business needs.
Page 9 of 17
• A description of your approach to assessing the Commission’s current business and
technical capabilities to support an on-going BI&DA program.
• A description of your proposed processes and critical success factors for identifying a
combination of use cases and data sets to support a subsequent evaluation of enabling
technologies.
• A work plan, including tasks, dependencies, durations and deliverables covering the
entire scope of the project. The project duration should not exceed 6 months. Include a
Gantt chart.
• A description of quality assurance criteria and processes your team will use to confirm
the completeness and correctness deliverables.
Following your description of your technical approach, in the body of Technical Proposal,
include a description of your management approach, including the following:
• Your view of the critical success factors related to the management of this project.
• Explain how you will verify that the critical success factors are being achieved.
• Your proposed approach to keeping Commission management informed of project events
and progress.
Attach as Appendix B:
• Examples of data collection templates you propose to use.
• A description and representative samples of any deliverables proposed above.
• Representative sections of a BI&DA strategy and/or roadmap developed by your firm, for
another similar-size client. (The Commission’s identifying information may be removed
or redacted.)
Attach as Appendix C:
• a sample project status report.
H. Commitment to Diversity and Inclusion
The Turnpike Commission is committed to the inclusion of disadvantaged, monitory and woman
firms in contracting opportunities. Responding firms shall clearly identify DBE/MBE/WBE
firms expected to participate in the Contract, in their Proposal. Proposed DBE/MBE/WBE firms
must be certified by the Pennsylvania Unified Certification Program (www.paucp.com ) at the
time of the submission of the proposal. The utilization of disadvantaged, minority and women-
owned businesses are encouraged and will be considered a factor in the evaluation determination.
II-2 Cost Submittal.
The information requested in this section shall constitute your cost submittal. THE COST
SUBMITTAL SHALL BE PLACED IN A SEPARATE SEALED ENVELOPE WITHIN
THE SEALED PROPOSAL AND ON A CD-ROM, SEPARATE FROM THE
TECHNICAL SUBMITTAL.
Proposers should not include any assumptions in their cost submittals. If the proposer includes
assumptions in its cost submittal, the Issuing Office may reject the proposal. Proposers should
direct in writing to the Issuing Office pursuant to Part I-9, Questions and Answers of this RFP
Page 10 of 17
any questions about whether a cost or other component is included or applies. All Proposers will
then have the benefit of the Issuing Office’s written answer so that all proposals are submitted on
the same basis.
The Proposer must complete Exhibit B - Cost Breakdown. Proposer must provide information
that identifies the Resources (by position) that will be devoted to the effort, the average loaded
rate for those resources and the number of hours each will devote to the effort. The table must
also identify any other direct costs that went into calculating the Proposer’s cost. The sum of the
loaded rates times the number of hours for each position, plus the other direct costs must equal
the total fixed price cost of the project.
Any costs not provided in the cost proposal will be assumed as no charge to the Commission.
Financial commitments to DBE/MBE/WBEs should be identified in the Cost Submittal and
should be expressed in terms of the percentage of the total cost of the proposal.
Invoices should be submitted monthly. Proposers should expect to invoice the total fixed price
cost for each task on the invoice representing the month in which formal acceptance of the final
deliverable for the task is achieved. Project management and administration costs associated
with Task 4 should occur monthly with costs distributed equally over the six month term of the
contract.
The Contractor shall only perform work on the Contract after the Effective Date is affixed and
the fully-executed contract sent to the selected Proposer. The Commission shall issue a written
Notice to Proceed to the selected Proposer authorizing the work to begin on a date which is on or
after the Effective Date. The Contractor shall not start the performance of any work prior to the
date set forth in the Notice of Proceed and the Commission shall not be liable to pay the
Contractor for any service or work performed or expenses incurred before the date set forth in
the Notice to Proceed. No Commission employee has the authority to verbally direct the
commencement of any work under the Contract.
Page 11 of 17
PART III
CRITERIA FOR SELECTION
III-1. Mandatory Responsiveness Requirements. To be eligible for selection, a proposal shall be
(a) timely received from a Proposer; and (b) properly signed by the Proposer.
III-2. Technical Nonconforming Proposals. The two (2) Mandatory Responsiveness Requirements
set forth in Section III-1 above (a&b) are the only RFP requirements that the Commission will consider
to be non-waivable. The Issuing Office reserves the right, in its sole discretion, to (1) waive any other
technical or immaterial nonconformities in the proposal, (2) allow the Proposer to cure the
nonconformity, or (3) consider the nonconformity in the evaluation of the proposal.
III-3. Proposal Evaluation. Proposals will be reviewed, evaluated, and rated by a Technical
Evaluation Team (TET) of qualified personnel based on the evaluation criteria listed below. The TET
will present the evaluations to the Professional Services Procurement Committee (PSPC). The PSPC
will review the TET’s evaluation and provide the Commission with the firm(s) determined to be highly
recommended for this assignment.
The Commission will select the most highly qualified firm for the assignment or the firm whose
proposal is determined to be most advantageous to the Commission by considering the TET’s evaluation
and the PSPC’s determination as to each firm’s rating. In making the PSPC’s determination and the
Commission’s decision, additional selection factors may be considered taking into account the estimated
value, scope, complexity and professional nature of the services to be rendered and any other relevant
circumstances. Additional selection factors may include, when applicable, the following: geographic
location and proximity of the firm, firm’s Pennsylvania presence or utilization of Pennsylvania
employees for the assignment; equitable distribution of work; diversity inclusion; and any other relevant
factors as determined as appropriate by the Commission.
Award will only be made to a Proposer determined to be responsive and responsible in accordance with
Commonwealth Management Directive 215.9, Contractor Responsibility Program.
III-4. Evaluation Criteria. The following criteria will be used, in order of relative importance from
the highest to the lowest, in evaluating each proposal:
1. Proposer and Personnel Qualifications and Experience
a. Proposer’s relevant experience and expertise in performing consulting services as they
relate to the requirements discussed in Part IV of this RFP. The Proposer’s experience
in BI&DA will be considered in the evaluation of this factor.
b. Qualifications, experience and competency of professional personnel who will be
assigned to the contract by the Proposer including tenure with firm, length of time in the
industry and type of experience.
c. Demonstrated ability of the Proposer to undertake a project of this size.
d. Response of references if the Commission elects to solicit them.
2. Approach
a. Understanding of the Commission’s needs and scope of work.
Page 12 of 17
b. Soundness of proposed approach, methodology, and deliverables for conducting
consulting services as related to the requirements discussed in Part IV of this RFP.
c. Quality, completeness and applicability of sample deliverables provided.
d. Responsiveness, organization, and clarity of Proposal.
3. Cost.
While this area may be weighted heavily, it will not normally be the deciding factor in the
selection process. The Commission reserves the right to select a proposal based upon all the
factors listed above, and will not necessarily choose the firm offering the best price. The
Commission will select the firm with the proposal that best meets its needs, at the sole
discretion of the Commission.
4. Disadvantaged, Minority and Women Business Enterprise (D/M/WBE).
This refers to the inclusion of D/M/WBE firms, as described in Part II-1, H, and the extent to
which they are expected to participate in the Contract. Participation will be measured in terms
of total dollars committed or percentage of total contract amount to certified D/M/WBE
firms.
Page 13 of 17
PART IV
WORK STATEMENT
IV-1. Objectives.
General.
The Commission is interested in expanding and formalizing its use of data to support decision
making through the development of a robust BI&DA framework.
Specific.
The objectives in issuing this RFP include:
• Discovering and prioritizing the Commission’s needs and opportunities for BI&DA;
• Identifying common analysis activities across the Commission and revealing overlapping
data needs ;
• Identifying the Commission’s current capacity, capabilities, and gaps to implementing the
BI&DA;
• Creating a continuous process for expanding and improving upon the Commission’s BI&DA
capabilities; and
• Development of use cases for the selection of an appropriate and adequate set of tools to
support the Commission’s framework.
IV-2. Nature and Scope of the Project.
This is an enterprise level project which calls for experienced consulting services.
In order to cut costs, streamline operations, and fuel continual process improvements, the Commission
needs to have access to critical data in a manner that supports individual analyses. This includes
presenting current and historical data in executive dashboards that are available on an ad-hoc basis and
accessible to support predictive analysis. Commission managers must be able to understand the past,
monitor the present and predict future outcomes. This requires the creation and implementation of a
BI&DA framework that discovers and addresses the Commission’s evolving needs across the
organization.
This framework shall cover the full span of Commission operations. This includes the offices under the
jurisdiction of the Chief Executive Officer (CEO) as reflected in the abbreviated organization chart
provided in Figure 1 which follows. SAP is the primary system of record; however, there are many
other potential centralized and decentralized data sources.
NOTE: The selection of tools is not within the scope of this engagement. Instead, tool selection will be
undertaken independently by the Commission. The work described in this section must be performed
such that it is not dependent on the selection of a specific tool or toolset. Failure to meet this
requirement will result in the Supplier being precluded from future procurements for hardware, software
or services related to the BI&DA effort. A decision on future preclusion will be made following
acceptance of Task 2 project deliverables (Refer to Part IV-4).
Page 14 of 17
Figure 1
IV-3. Requirements.
The Supplier must perform project activities and deliverables in accordance with relevant accepted
industry practices. This section describes the standards and timeframes that should drive the delivery of
services.
• The solution must provide managers throughout the Commission with self-service access to the
data and insight they need, no matter where the information resides. This includes the
Commission’s SAP and other data sources.
• The solution must provide the foundation for well-conceived executive dashboards, user-friendly
ad hoc capabilities, and forward-looking predictive analytics.
Page 15 of 17
• Rather than being tied to the capabilities of a specific commercial tool offering, the foundation
and roadmap activities must be valid regardless of the toolset eventually selected by the
Commission.
• The scope of work outlined must be completed within six months of the notice to proceed.
The following section describes the specific tasks for this project.
IV-4. Tasks.
This section describes what the Supplier is expected to do and what it is expected to produce. The task
descriptions in this section are intended to provide an overview of the work to be performed. The
Commission expects the Supplier to apply its experience in performing similar projects for previous
clients to identify and perform the tasks required to allow the Commission to meet its stated objectives
and goals.
The description of each task identifies the minimum deliverables that must be provided to the
Commission. For each deliverable, the Supplier is expected to conduct at least two structured
walkthroughs with Commission-designated personnel. A design walkthrough should present the
Supplier’s plan for the scope, organization and content of the deliverable. This walkthrough should be
conducted early in the task plan as a means of validating the alignment of expectations. A second
walkthrough should be conducted when the deliverable is considered functionally complete and prior to
final formatting and production.
Task 1: Define a BI&DA Strategy
The Supplier will be expected to define a strategy, for sustained BI&DA development, around a set of
business capabilities and the data that enables them. The analysis for this strategy should be performed
at the enterprise level, engaging business managers in all functional areas of the Commission. The
strategy should support the management of BI&DA opportunities as a coherent program of projects.
Components of the strategy should address the following:
• BI&DA opportunities for measuring and improving the Commission’s key functions and
processes;
• Prioritization of opportunities based on factors such as Return On Investment (ROI), feasibility
and risk;
• Guidance, coordination and integration of BI&DA initiatives facilitating cross-program analysis
and reuse of data and functionality;
• Metrics for measuring the success of BI&DA applications in improving the business
performance of the Commission;
• Identification of data elements desired but not currently available;
• Required actions to establish BI&DA as an ongoing program as opposed to an one-time activity;
and
• Approaches for identifying and managing risk.
Deliverable: The required deliverable for this task is the BI&DA strategy document.
Page 16 of 17
Task 2: Define a Supporting Business and Technical Architecture
The Supplier will be expected to define a business and technical architecture to support the BI&DA
strategy. The architecture should provide a framework for organizing the data, information management
and technology components that will be used to build the BI&DA system.
• The data components of the architecture should include the internal and external sources of
structured and unstructured data that users will need to access and analyze to meet their business
requirements, including requirements for data currency, data quality and the level of detail.
• The information management components of the architecture should include data integration,
data cleansing, data dimensions and business rules that conform to the architectural guidelines.
• The architecture should describe the conceptual and logical technology components to be used to
present information to business users and enable them to analyze the data. This includes the tools
to be used within an organization
1
as well as the supporting IT infrastructure – i.e., hardware,
database software and networking devices.
To support the Commission’s subsequent selection of BI&DA tools, the Supplier will be expected to
define a minimum of five use cases and related datasets that the Commission can use to evaluate a
variety of commercially available tool sets. Use cases should be representative of the needs of various
business users. The Commission will provide an SAP and SQL Server environment to support the use
case data sets. The materials provided must be adequate to assess the capability of the toolset to support
dashboard, ad hoc and predictive analysis.
Deliverable:
The required deliverables for this task include:
• A BI&DA architecture document which addresses:
o Required data, information management and brand-neutral technology components;
o Gaps and options for improvements to the existing environment; and
o Technical risks and issues.
• A defined set of use cases and related data sets (including identification of existing data
sources as well as requisite new data sources) for the Commission’s use in evaluating
alternative BI&DA analysis, reporting and query tools address:
o Dashboards of past/current data;
o Ad-hoc query of past/current data;
o Predictive analysis of future trends based on past/current data.
Task 3: Describe Options and Roadmap
The Supplier will be expected to provide a comprehensive set of options for implementation of the
BI&DA strategy and architecture.
Deliverable:
The deliverable for this task is a roadmap and set of alternatives including:
1
The selection and implementation of tools will be undertaken independently by the Commission.
Consequently, specification of BI&DA tools must be brand neutral and should be described in terms of
required functional characteristics and features only. All specifications must be justifiable by
documented and approved Commission requirements.
Page 17 of 17
• A deployment plan with a roadmap and implementation timeline;
• Options for addressing key issues and gaps; and
• Identification of likely organizational roadblocks and risks or other concerns that might
affect future BI&DA program activities
Task 4: Perform Project Management and Administration
The Supplier will be expected to assign a project manager who has experience in successfully delivering
projects of a similar size, scope and complexity. The initial project plan submitted as part of the RFP
response should be maintained and updated to reflect project progress. The Supplier should arrange for
structured walkthroughs throughout the project as described at the beginning of this section.
Deliverable: The required deliverables for this task include the reports described in Section IV-5
of this RFP.
IV-5. Reports and Project Control.
The Supplier will be expected to provide the following project control reports and documentation.
A. Task Plan. A work plan which identifies the work elements of the task, the resources assigned
and the time allotted to each task, and the deliverable items to be produced. The initial task plan
provided in response to the RFP should be updated on a regular basis. It should form the basis of
progress reporting. Any changes to the work plan that impact scheduling or costs should be
brought to the attention of the Commission’s CIO immediately upon becoming known.
B. Status Report. A bi-weekly progress report covering activities, problems, and recommendations;
the report should be keyed to the work plan.
C. Problem Identification Report. An “as required” report, identifying problem areas. The report
should describe the problem and its impact on the overall project and on each affected task. It
should list possible courses of action with advantages and disadvantages of each, and include
recommendations with supporting rationale.
D. Project Close-Out Report. This report should include the identification of any outstanding
issues or incomplete tasks as well as any lessons learned.
Exhibit A – PROPOSAL COVER SHEET
Pennsylvania Turnpike Commission
Business Intelligence and Data Analytics Project
RFP# 14-10360-4558
Enclosed in two separately sealed submittals is the technical and cost proposal for the Proposer
identified below for the above referenced RFP:
Proposer Information:
Proposer Name
Proposer Mailing Address
Proposer Website
Proposer Contact Person
Contact Person’s Phone Number
Contact Person’s Fax Number
Contact Person’s Email Address
Proposer Federal ID Number
Signature
Signature of an official authorized
to bind the Proposer to the provisions
contained in the Proposer’s proposal: _____________________________________
Print Name
Title
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM WITH THE PROPOSAL MAY RESULT IN
THE REJECTION OF THE PROPOSAL.
Submittals Enclosed and Separately Sealed:
Technical Submittal
Cost Submittal
Exhibit B - COST BREAKDOWN
Business Intelligence and Data Analytics Project
1 All yellow cells in sheets must be filled out completely
2 Formulas are imbedded in Worksheets. Proposers must verify that all calculations, subtotal
costs and grand total costs are accurate.
3 Task Costs: For each task, identify separately for each resource the role description, hourly rate,
#of hours, and total resource cost. The total task cost will be calculated based upon these
entries. Additional Resources lines may be added to tasks as needed.
4 Other Direct Costs: Enter the total of all other direct billable costs associated with the Task.
This will be added to the task resource total to determine the total task cost.
5
DBE/MBE/WBE: Enter the commitment for each task area for the supplier. Percentages are
calculated based on the commitment entered relevant to the total proposed price for the task
area. The total percentage commitment is calculated based on the total commitment to the
supplier entered relevant to the total proposed price for the RFP. If necessary, the table may be
copied and repeated for each additional DBE/MBE/WBE.
6 As Stated in Section I-9 of the RFP, please contact the Contracts Administration Department at
[email protected] with [RFP 14-10360-4558] in the subject line with any questions or
concerns.
7
Payment for services under this contract are fixed-price. The hours listed are for any task or
deliverable are for informational purposes only and will not be binding on the Commission
INSTRUCTIONS
RFP NUMBER [RFP 14-10360-4558]
Exhibit B - COST BREAKDOWN
Business Intelligence and Data Analytics Project
Role/Position
Fully-loaded
Hourly Rate Hours
Cost
(Rate x Hours)
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $
- $
- $
Role/Position
Fully-loaded
Hourly Rate Hours
Cost
(Rate x Hours)
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $
- $
- $
Role/Position
Fully-loaded
Hourly Rate Hours
Cost
(Rate x Hours)
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $
- $
- $
Task Area 3: Describe Options and Roadmap
Task Area 1 Resource Subtotal
Other Direct Costs
Task Area 3 Total
Task Area 4: Perform Project Management and Administration
RFP NUMBER [RFP 14-10360-4558]
Task Area 2: Define a Supporting Business and Technical Architecture
Task Area 1 Resource Subtotal
Other Direct Costs
Task Area 2 Total
Other Direct Costs
Task Area 1: Define a BI&DA Strategy
Task Area 1 Total
Task Area 1 Resource Subtotal
Role/Position
Fully-loaded
Hourly Rate Hours
Cost
(Rate x Hours)
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $
- $
- $
- $ Grand Total all Tasks
Task Area 1 Resource Subtotal
Other Direct Costs
Task Area 4 Total
Exhibit B - COST BREAKDOWN
Business Intelligence and Data Analytics Project
Proposed Costs (from Tab 1)
Task Area Proposed
Task Area 1 - $
Task Area 2 - $
Task Area 3 - $
Task Area 4 - $
Total Commitment - $
DBE/MBE/WBE Commitment
(Repeat this table for each DBE/MBE/WBE in the proposal)
DBE/WBE/WBE Firm:
Task Area Commitment in Dollars Percentage*
Task Area 1 - $ #DIV/0!
Task Area 2 - $ #DIV/0!
Task Area 3 - $ #DIV/0!
Task Area 4 - $ #DIV/0!
Total Commitment - $ #DIV/0!
* Percentage is calculated relative to the indiivdual line item of the commitment to the
DBE/MBE/WBE as relates to the total cost of the associated Task/Total on Tab 1.
RFP NUMBER [RFP 14-10360-4558]
Page 1 of 7
EXHIBIT C – INSURANCE REQUIREMENTS
Business Intelligence and Data Analytics Project
RFP# 14-10360-4558
A. General Insurance Requirements
1. The Professional Services shall not commence until the Professional Service Contractor
has obtained, at their own expense, all of the insurance as required hereunder and such
insurance has been approved by the Commission; nor shall the Professional Service
Contractor allow any Subcontractor or any Sub-Subcontractor or any tier (hereinafter
referred to collectively as “Subcontractor”) to commence work on any Commission
projects until all insurance required of the Subcontractor has been so obtained and
approved by the Professional Service Contractor. Approval of insurance required of the
Professional Service Contractor will be granted only after submission to the
Commission, original certificates of insurance signed by the representatives of the
insurers or, at the Commissions request, certified copies of the required insurance
policies. Certificates of insurance shall be provided to the Commission, evidencing the
coverage listed below, ten days prior to the start of work of this Project and thereafter
upon renewal or replacement of each coverage. The required coverage shall not include
any exclusions or endorsements, which are not acceptable to the Commission. Failure
of the Commission to demand such certificate or other evidence of full compliance with
these insurance requirements or failure of the Commission to identify a deficiency from
evidence that is provided shall not be construed as a waiver of the Professional Service
Contractor's obligation to maintain such insurance. With respect to insurance
maintained after final payment in compliance with a requirement below, an additional
certificate(s) evidencing such coverage shall be provided to the Commission with final
application for payment and thereafter upon renewal or replacement of such insurance
until the expiration of the time period for which such insurance must be maintained.
2. The Professional Service Contractor shall require all Subcontractors to maintain during
the term of the Contract Insurance of the type and in the minimum amounts as
described below and required of the Professional Service Contractor. Any obligations
imposed upon the Professional Service Contractor as part of this contract shall be so
imposed upon any and all Subcontractors as well.
3. All insurance required herein, with the exception of the Professional / Errors and
Omissions Liability Insurance shall be written on an “occurrence” basis and not a
“claims-made” basis. For Professional Liability “claims-made” coverage:
Page 2 of 7
a. The retroactive date must be on or prior to the start of work under this contract;
and
b. The Professional Service Contractor must purchase “tail coverage/an extended
reporting period” or maintain coverage for a period of three years subsequent to
the completion of their work / final payment.
4. The Commission, its commissioners, agents, servants, employees and representatives
shall be named as additional insured on the Professional Service Contractor’s liability
insurance program (except Workers Compensation and Professional Liability policies)
for ongoing operations and completed operations on a primary noncontributory basis.
Coverage to include ongoing and completed operations using ISO Endorsements CG
2010 and CG 2037, or their equivalents. Each of the Additional Insured’s respective
members, employees, agents and representatives shall also be afforded coverage as an
Additional Insured. Coverage should be provided for a period of three years subsequent
to the completion of work/final payment. The Commission reserves the right to require
the Professional Service Contractor to name other parties as additional insureds as
required by the Commission. There shall be no “Insured versus Insured Exclusion” on
any policies; all policies will provide for “cross liability coverage”.
5. All insurance policies required hereunder shall be endorsed to provide that the policy is
not subject to cancellation, non-renewal, or material reduction in coverage until thirty
(30) days prior written notice has been given to the Commission. In the event of
cancellation or non-renewal of coverage(s), it is the Professional Service Contractor’s
responsibility to replace coverage to comply with the Contract requirements so there is
no lapse of coverage for any time period. In the event the insurance carriers will not
issue or endorse their policy(s) to comply with the above it is the responsibility of the
Professional Service Contractor to report any notice of cancellation or non-renewal at
least thirty (30) days prior to the effective date of this notice.
6. No acceptance and/or approval of any insurance by the Commission shall be construed
as relieving or excusing the Professional Service Contractor or the Professional Service
Contractor’s Surety (if applicable) from any liability or obligation imposed upon either or
both of them by provisions of this Contract.
7. Any deductibles or self insured retention’s (SIR) of ($10,000) or greater shall be
disclosed by the Professional Service Contractor, and are subject to Commissions
written approval. Any deductible or retention amounts elected by the Professional
Service Contractor or imposed by the Professional Service Contractor’s insurer(s) shall
be the sole responsibility of the Professional Service Contractor. In the event any policy
includes an SIR, the Professional Service Contractor is responsible for payment within
Page 3 of 7
the SIR of their policy(ies) and the Additional Insured requirements specified herein shall
be offered within the SIR amount(s).
8. All insurance companies shall have an AM Best’s rating of at least “A-, Class VIII” or
better and be permitted to do business in the State of Pennsylvania.
9. There shall be no liability upon the Commission, public officials, their employees, their
authorized representatives, or agents either personally or as officials of the Commission
in carrying out any of the provisions of the Contract nor in exercising any power or
authority granted to them by or within the scope of the Contract, it being understood
that in all such matters they act solely as agents and representatives of the Commission.
10. Waiver of Rights of Recovery and Waiver of Rights of Subrogation:
a. The Professional Service Contractor waives all rights of recovery against the
Commission and all the additional insureds for loss or damage covered by any of
the insurance maintained by the Professional Service Contractor .
b. If any of the policies of insurance required under this contract require an
endorsement to provide for the waiver of subrogation, then the named insured
of such policies will cause them to be so endorsed.
11. Any type of insurance or any increase in limits of liability not described above which the
Professional Service Contractor requires for its own protection or on account of statute
shall be its own responsibility and at its own expense.
12. The amount of insurance provided in the aforementioned insurance coverages, shall not
be construed to be a limitation of the liability on the part of the Professional Service
Contractor.
13. Professional Service Contractor shall promptly notify the Commission and the
appropriate insurance company(ies) in writing of any accident(s) as well as any claim,
suit or process received by the insured Professional Service Contractor arising in the
course of operations under the contract. The Professional Service Contractor shall
forward such documents received to his insurance company(ies), as soon as practicable,
or as required by its insurance policy(ies).
Page 4 of 7
B. Professional Service Contractor Liability Insurance Requirements
• The Professional Service Contractor shall purchase the following insurance coverage’s
for the minimum limits specified below or required by law.
• Commercial General Liability insurance for bodily injury, personal injury, and
property damage including loss of use, etc. with minimum limits of:
$1,000,000 each occurrence;
$1,000,000 personal and advertising injury;
$2,000,000 general aggregate; and
$2,000,000 products/completed operation aggregate.
This insurance shall include coverage for all of the following
• Coverage is to be provided on ISO CG 00 01 12 07 or an equivalent form
(“Occurrence Form”) including Premises - Operations, Independent Contractors,
Products/Completed Operations, Broad Form Property Damage, Contractual
Liability, and Personal Injury and Advertising Injury;
• General aggregate limit applying on a per project basis;
• Products/Completed Operations Coverage must be maintained for a period of at
least three (3) years after final payment / completion of work (including
coverage for the Additional Insureds as set forth in these Insurance
Requirements);
• No Exclusions for development, construction, building conversion, etc with
respect to the project’s location and / or where the work is to be completed by
the Professional Service Contractor;
• Coverage for “Resulting Damage”;
• No sexual abuse or molestation exclusion;
• No amendment to the definition of an “Insured Contract”; and
• The definition of an “Insured Contract” must be amended to provide coverage
for all work on or within 50 feet of a railroad. A stand alone Railroad Protective
Liability policy may be required based on the scope of this project.
• Business Auto Liability insurance with a minimum combined single limit of
$1,000,000 per accident and including, but not limited to, coverage for all of the
following:
• Liability arising out of the ownership, maintenance or use of any auto;
• Auto non-ownership and hired car coverage
• Contractual Liability Coverage (including Liability for Employee Injury
assumed under a Contract as provided in the standard ISO policy
form)
• For Professional Service Contractors involved in the transportation of
hazardous material, include the following endorsements: MCS-90 and
ISO-9948
Page 5 of 7
• Workers’ Compensation insurance with statutory benefits as required by any state
or federal law, including standard “other states” coverage; employer’s liability
insurance with minimum limits of:
$1,000,000 each accident for bodily injury by accident;
$1,000,000 each employee for bodily injury by disease; and
$1,000,000 policy limit for bodily injury by disease.
1. United States Longshore & Harbor Workers Act Coverage, where
applicable;
2. Maritime Coverage under the Jones Act, where applicable;
3. Federal Employers Liability Act (FELA) coverage, where applicable;
4. Includes Sole Proprietorships and Officers of a Corporation who will
be performing the work; and
5. Where applicable, if the Professional Service Contractor is lending or
leasing its employees to the Commission for the work under this
contract (e.g. crane rental with operator), it is the Professional Service
Contractor’s responsibility to provide the Workers Compensation and
Employer’s Liability coverage and to have their policy endorsed with
the proper Alternate Employer Endorsement.
• Professional Liability: Professional Service Contractors (such as, but not limited to
Architects, Engineers, Attorneys, Financial Advisors, Marketing Professionals, Physicians
and Risk Management Consultants) shall provide professional liability and/or
malpractice insurance with minimum limits of $5,000,000. The definition of “covered
services” shall include the services required in the scope of this contract.
• Umbrella Liability or Excess Liability insurance with minimum limits of:
$5,000,000 per occurrence;
$5,000,000 aggregate for other than products/completed operations
and auto liability; and
$5,000,000 products/completed operations aggregate.
Policy to apply on a Following Form basis of the Commercial General Liability,
Commercial Automobile Liability and Employers Liability Coverage.
• Pollution Liability (If Applicable) Insurance
• Covering losses caused by pollution incidents that arise from the
operations of the Professional Service Contractor described under the
scope of services of this contract. This is to include all work completed by
the Professional Service Contractor, including testing and / or removal of
any and all pollutants.
• Occurrence/Claims Made Limit: $1,000,000 per project
Page 6 of 7
• Insurance to be maintained for the duration of the work for a period of
three years thereafter
• No Exclusions for Silica, Asbestos, Lead, or Lead Based Paint Testing.
• Include Mold Coverage for full policy limit of liability.
• Shall include coverage for all pollutants as defined under the Resource
Conservation and Recovery Act, as amended, 42 U.S.C. Section 6901 et.
Seq. (“RCRA”) or any related state or city environmental statute or the
removal of any petroleum contaminated material at the project.
• All owned and / or 3
rd
Party disposal facilities must be licensed and
maintain pollution liability insurance of not less than $2,000,000, if
applicable.
• Watercraft and Aircraft Liability
• Provide coverage for bodily injury, property damage, personal and
advertising injury arising out of any owned, leased, hired, or borrowed
watercraft or aircraft; and
• Minimum Limits of Liability: $10,000,000 Per Occurrence / $10,000,000
Aggregate
• Crime
• Include the Employee Theft and Theft, Disappearance and Destruction
coverage parts.
• The Employee Theft Coverage part shall include the Clients’ Property
Endorsement (ISO Form CR 04 01, or its equivalent).
• Minimum Limits of Liability: $1,000,000 Per Occurrence
• Privacy Liability
• Professional Service Contractor shall maintain coverage for third party
liability arising out of breach of privacy, inclusive of confidential and
proprietary business information, HIPAA violations and other breaches of
personally identifiable information and/or protected health information
that may arise from their work with this contract.
• Minimum Limits of Liability: $1,000,000 Per Claim / $1,000,000 Aggregate
• Privacy Breach Notification and Credit Monitoring: $250,000 Per
Occurrence
C. Indemnification
To the extent that state and/or federal laws limit the terms and conditions of this clause, it shall
be deemed so limited to comply with such state and/or federal law. This clause shall survive
termination of this contract. The Professional Service Contractor shall protect, defend,
indemnify and hold harmless the Commission, its commissioners, and their agents, servants,
Page 7 of 7
employees, and representatives (the “Indemnified Parties”) from and against all liability
(including liability for violation of any law or any common law duty), claims, damages, losses,
and expenses including attorneys' fees arising in connection with, out of, or resulting from the
performance of the work, provided that any such liability, claim, damage, loss or expense (i) is
attributable to bodily injury, sickness, disease, or death, or to any statutory or regulatory rule
designed to protect against such conditions, or to injury to or destruction of tangible property
(other than the work itself), and including the loss of the use resulting there from, and (ii) is
caused by or results from, in whole or in part, any act or omission of the Professional Service
Contractor or any Subcontractor or anyone direct or indirectly employed by any of them or
anyone for whose acts any of them may be liable, regardless of whether or not it is also caused
by or results from any act or omission of any party indemnified hereunder. Such obligation
shall not be construed to negate, abridge, or reduce other rights, obligations or indemnity
which would otherwise exist as to a party or person described in this Indemnification.
In any and all claims against the Indemnified Parties by an employee of the Professional Service
Contractor or any Subcontractor or anyone directly or indirectly employed by any of them, or
anyone for whose acts any of them may be liable, the indemnification obligation shall not be
limited in any way by any limitation on the amount or type of damages, compensation or
benefits payable by or for any Professional Service Contractor or any Subcontractor under
Workmen’s Compensation Acts, Disability Benefits Acts, or other employee benefit act.
These Indemnification provisions shall survive the termination of this contract.
Addendum No. 1
RFP # 14-10360-4558
Business Intelligence and Data Analytics Project
Prospective Respondents: You are hereby notified of the following information in regard
to the referenced RFP:
REVISION
1. The response date referenced in Part I-11 of the RFP has been extended and revised
as follows:
I-11. Response. To be considered, proposals must be delivered to the Pennsylvania
Turnpike Commission’s Contracts Administration Department, Attention: Wanda
Metzger, on or before Thursday, February 13, 2014 Thursday, February 27, 2014 at
2:00 p.m. local time.
All questions submitted in response to the above referenced RFP as of January 16, 2014,
will be answered on a separate Addendum that will be posted at a later date.
All other terms, conditions and requirements of the original RFP dated January 2, 2014
remain unchanged unless modified by this Addendum.
Page 1 of 23
Addendum No. 2
RFP # 14-10360-4558
Business Intelligence and Data Analytics Project
Prospective Respondents: You are hereby notified of the following information in regard
to the referenced RFP:
REVISIONS
1. The response date referenced in Part I-11 of the RFP and Addendum 1 - Revision 1 has
been extended and revised as follows:
I-11. Response. To be considered, proposals must be delivered to the Pennsylvania
Turnpike Commission’s Contracts Administration Department, Attention: Wanda
Metzger, on or before Thursday, February 13, 2014 Thursday, February 27, 2014
Thursday, March 6, 2014 at 2:00 p.m. local time.
2. Exhibit B – Cost Breakdown (Revised 2-10-14)
ADDITIONS
1. Exhibit D - SAP BW/BI System Summary
QUESTIONS & ANSWERS
Following are the answers to questions submitted in response to the above referenced RFP
as of January 16, 2014. All of the questions have been listed verbatim, as received by the
Pennsylvania Turnpike Commission.
1. Will the successful awardee of RFP NUMBER 14-10360-4558 be precluded from
bidding on the subsequent BI&DA tool selection RFP?
The solicitation method for the BI&DA tool has not yet been defined. While it is
not our intent to preclude the awardee of RFP NUMBER 14-10360-4558 from
bidding on the subsequent BI&DA tool selection RFP, vendors may be precluded
if they do not provide tool-agnostic deliverables as part of this procurement.
2. Is the selected supplier eligible for or precluded from any subsequent
procurements related to the project?
The solicitation method for the BI&DA tool has not yet been defined. While it is
not our intent to preclude the awardee RFP NUMBER 14-10360-4558 from
bidding on the subsequent BI&DA tool selection RFP, vendors may be precluded
if they do not provide a tool-agnostic deliverables as part of this procurement.
Page 2 of 23
3. Will bidding on this RFP exclude anybody from bidding on future
implementation of a proposed solution?
The solicitation method for the BI&DA tool has not yet been defined. While it is
not our intent to preclude the awardee RFP NUMBER 14-10360-4558 from
bidding on the subsequent BI&DA tool selection RFP, vendors may be precluded
if they do not provide a tool-agnostic deliverables as part of this procurement.
4. What systems and or data systems does the Commission use apart from SAP.
A complete application inventory is not available.
5. Are there any data cleansing tools in place currently?
No, there are no tools in place.
6. Is there a data warehouse or business warehouse in place? If yes, which tool is
it and what version?
The Commission utilizes SAP Business Warehouse. Please reference the above
addition 1 - Exhibit D - SAP BW/BI System Summary.
7. Can you provide a list of the tools you are considering selecting. The solution
you choose will largely affect timelines and implementation strategy.
The selection of tools is not within the scope of this RFP. Instead, tool selection
will be undertaken independently by the Commission.
8. Does PTC currently have a Business Intelligence or Data Warehousing Centre of
Excellence. Is there a key sponsor appointed for this ongoing strategic
initiative?
There currently is no BI/DW Center of Excellence. The key sponsors for the BI-
DA initiative are the CIO and COO.
9. Does the Commission have a current Analytical environment and can the
existing architecture of said environment be shared?
There is no current analytical environment.
10. What BI/DA best practices, procedures, policies projects or tools exist currently
for the Commission or is this the first project to to work with the subject
matter.
Nothing is standardized. This is the first project to work with the subject
matter.
11. Is the “fully loaded hourly rate” assumed to include time and expenses? (page
17 paragraph 2)
Per section II-2 of the RFP, "any costs not provided in the cost proposal will be
assumed as no charge to the Commission". Any direct expenses not included
within the hourly rate must be included in the Cost Breakdown, per Exhibit B,
Instruction 4.
Page 3 of 23
12. In the calculation tables, in the subtotal sections, there is a repeating label for
Task 1 subtotal. Please clarify the presence of that label and correct if
necessary.
See the revised Exhibit B – Cost Breakdown (Revised 2-10-14) that is posted
with this addendum.
13. Can the Cost Breakdown worksheet be made available in MS Excel format, or
other editable format?
The Excel spreadsheet is provided as an embedded attachment to the PDF file.
This is accessible by downloading the PDF and then expanding the
"attachments" in the left navigation.
14. May we request an MSWord version of Exhibit C- Cost Breakdown?
The cost matrix is Exhibit B and must be submitted in MS Excel format. The
Excel spreadsheet is provided as an embedded attachment to the PDF file. This
is accessible by downloading the PDF and then expanding the "attachments" in
the left navigation.
15. The instructions refer to formulas embedded in Worksheets. Please provide
Exhibit B in MS-Excel Worksheet format.
The Excel spreadsheet is provided as an embedded attachment to the PDF file.
This is accessible by downloading the PDF and then expanding the
"attachments" in the left navigation.
16. In the instructions under Exhibit B- Cost Breakdown it says that all yellow cells
in the sheet must be filled out completely and the formulas are embedded in
the worksheets to calculate total costs accurately. There are no Spreadsheets
but only the PDF which does not work. Will you be providing the appropriate
Excel spreadsheets for us to fill out?
The Excel spreadsheet is provided as an embedded attachment to the PDF file.
This is accessible by downloading the PDF and then expanding the
"attachments" in the left navigation.
17. Project management and administration costs associated with Task 4 are pro-
rated monthly over six months. All other costs are billable in the month when
the deliverable was accepted by the Commission. Is this a correct
understanding?
This is correct.
18. What if any expectations are there regarding minority work, specifically
D/M/WBE and its it assumed they should be based out of Pennsylvania? Is
there an expected or required %?
The Commission will consider as part of its evaluation the D/M/WBE
commitment included within proposals. There is no required percentage.
Page 4 of 23
19. To what extent does the Commission expect DBE/MBE/WBE’s to participate in
the Contract?
The Commission will consider as part of its evaluation the D/M/WBE
commitment included within proposals. There is no required percentage.
20. The RFP notes that WBE/DBE/MBE participation is encouraged and will be a
factor in the proposal evaluation, but I see any suggested or required %
participation of the total dollars/project. Is there a suggested or required % of
participation?
The Commission will consider as part of its evaluation the D/M/WBE
commitment included within proposals. There is no required percentage.
21. What is the current perceived data quality?
This is unknown.
22. In the deliverable section under Task 2: Define a Supporting Business and
Technical Architecture, a reference is made to “requisite new data sources.”
Please explain, as this may introduce significant project risk. Also, Task 1:
Define a BI&DA Strategy states, “Identification of data elements desired but not
currently available.” Are these data elements in reference to the “requisite new
data sources,” mentioned above?
"Requisite new data sources" refers to preferred data elements identified by
the business areas but for which no data source has been identified.
23. Task 2: Define a Supporting Business and Technical Architecture, makes
reference to “unstructured data.” Please explain the types and quantities of
any existing or future unstructured data.
It is our expectation that the proposer will identify this information as part of
the interview process.
24. What are your data volumes, how much data will we be working with here?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
25. What are the other data sources besides SAP? Can you provide a diagram or list
and some more details?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment for
other data sources. It is anticipated that through the interview process with
business process owner’s additional data sources will be identified.
26. Can the Commission further quantify the statement on page 13, “there are
many other potential centralized and decentralized data sources,” for purposes
of data profiling estimation?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment for
other data sources. It is anticipated that through the interview process with
business process owners, additional data sources will be identified.
Page 5 of 23
27. Approximately how many data sources will be involved in this process?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
28. Does the Pennsylvania Turnpike Commission have an inventory of data sources
beyond SAP?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
29. Approximately how many data sources are anticipated to be part of this new
architecture? For internal source systems, what is their maturity (e.g., at one
end of the spectrum, completely manual; at the other end, a fully automated,
fully integrated, verified data warehouse)?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
30. How many centralized and decentralized Data Sources both internal and
external to Pennsylvania Turnpike Commission (SAP, and others) are to be
included in this engagement?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
31. How many data sources are expected to be part of this analysis beyond SAP?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
32. Do you own Business Warehouse? If yes, have you deployed it?
Yes. Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
33. Do you own SAP HANA? If yes, have you deployed it?
No. Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
Page 6 of 23
34. In each business unit, what analytics are being used today, and what are the
perceived gaps in the current state solution?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment. It is
anticipated that through the interview process with business process owner’s
gaps in the current state will be identified.
35. What Business Intelligence tools if any do you use currently?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
36. What type of BI capabilities are in place at PA Turnpike today?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
37. What Business Intelligence (i.e. data integration, data warehousing, information
delivery, governance) capabilities currently exist at Pennsylvania Turnpike
Commission today?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
Reporting is primarily through SAP Business Warehouse or manually.
38. What reporting and analysis does Pennsylvania Turnpike Commission currently
perform (i.e. standard batch reporting, ad hoc query, predictive analysis,
dashboards)?
Reporting is primarily through SAP Business Warehouse or manually.
39. How do you do reporting and analysis at present?
Reporting is primarily through SAP Business Warehouse or manually.
40. How are reports and dashboards currently being generated?
Reports are primarily generated from SAP BW. For data not currently in BW,
the reporting methods are unknown. It is our expectation that the proposer
will identify this information as part of the interview process.
41. Are there today any existing predictive analytics teams / applications being
supported by the Commission (e.g. route optimization, peak traffic seasonality /
factor analysis, etc.) or is the current state of information delivery all Business
Intelligence type workflows (alerts, reports, cubes, datamarts, etc)?
You should not assume that there are any existing predictive analytics.
42. How do you currently forecast your most important KPI's/metrics?
There currently are no standard Key Performance Indicators/metrics.
43. Have KPIs been defined for measuring/monitoring the effectiveness of the
Commission's key business processes?
No, KPIs have not yet been established.
Page 7 of 23
44. Are there any limitations the Commission puts on citizenship or state residency
for supplier project team members?
No limitations.
45. While this RFP covers most functional areas of the Commission, are their certain
departments that may require more attention than others during the Roadmap
review sessions?
No.
46. When will the answers to the questions be posted/answered by the
Commission?
Answers are provided in this Addendum number 2.
47. Also, let us know whether if any Certification is mandatory to participate in this
Solicitation.
Certification is not stated in the RFP as a requirement but it can be taken into
consideration by the Commission.
48. Who will be the key users for this solution?
The RFP deliverables will be used by Executive Leadership and the IT staff to
guide implementation BI&DA solutions for the PTC.
49. Is there an estimated start date for the project?
For proposal purposes, an estimated start date of May 1, 2014, should be used.
The actual start date will be determined based upon the negotiation and award
timeframe.
50. What is the planned project start date?
For proposal purposes, an estimated start date of May 1, 2014, should be used.
The actual start date will be determined based upon the negotiation and award
timeframe.
51. Please describe the expected user population (number of individuals, split
across departments, and the nature of users, e.g., casual user, power user,
administrator) for the dashboards, ad-hoc capabilities, and predictive analytics
capabilities.
It is expected that this will be identified through the work effort of this RFP.
PTC has about 700 knowledge workers.
52. Can we assume that, whenever required, data will be retrieved and provided in
simple format (such .xls) to the consultant by the customer?
It is unclear to which data this refers. The Commission will provide all data that
is required and agreed to in Microsoft Office or flat file formats. The
Commission will provide a sandbox SAP environment replicating the production
environment; data extraction/transformation of SAP is not required. Any data
sources designed for the use cases not residing in the SAP environment must be
Page 8 of 23
constructed, modeled, and populated in the SQL environment to support the
use cases delivered in Task 2.
53. Do you currently employ a strategic quality practice, such as Six Sigma, ISO
9000, or Deming's "Plan-Do-Check-Act"?
No.
54. Does the Commission have a BICC, or plans to establish a BICC in the near
future?
No, the Commission does not have a Business Intelligence Competency Center.
55. Task 1, 2 and 3 seem to be sequentially phases; while task 4 seems to be in-
parallel across the project duration. Is this correct? Or does task 4 include some
additional tasks to be performed after tasks 1, 2 and 3?
Task 4 includes project management and administration efforts that will be
employed for the duration of the effort and in conjunction with tasks 1, 2, and
3.
56. A justification for the effort was stated as a need to "cut costs". Are these
primarily labor/productivity costs, redundancies in technologies, or process
overlap? This again helps to focus the strategic assessments on people, process,
or technology, or at least impact their weightings.
The Commission needs to have access to critical current and historical data in a
manner that supports individual analysis through dashboards as well as ad-hoc
review and monitoring and predictive analysis. The ultimate goal is better
operational decision making.
57. What prompted the RFP? In other words, what cumulative actions took place
to recognize a gap and need for this practice to be developed and enhanced at
the Pennsylvania Turnpike Commission? This will help zero in on the immediate
pain points for consideration during assessment and scoping activities.
The Commission hired a new CIO who identified a lack of BI&AD capabilities as a
significant gap.
58. What are the expected benefits/new capabilities sought with a new
architecture?
The Commission needs to have access to critical current and historical data in a
manner that supports individual analysis through dashboards as well as ad-hoc
review and monitoring and predictive analysis. Commission managers must be
able to understand the past, monitor the present and predict future outcomes.
This requires the creation and implementation of a BI&DA framework that
discovers and addresses the Commission’s evolving needs across the
organization.
Page 9 of 23
59. Have the business pain points in the Commission’s functioning already been
identified?
No.
60. Is there an expectation or preference that all work by all resources be
performed at the location of the Turnpike Commission?
This is answered on Page 5, section I-20, “Commission Participation” in the RFP.
The Commission will make limited work and meeting space available; however,
Proposers should plan to locate the project team off site and to make use of its
own reproduction facilities and logistical support.
61. Is there a preferred project management tool for the required detailed work
breakdown/work plan and Gantt chart?
The preferred tool is Microsoft Project.
62. What is the duration of the project? Section I-22/Page 5, states - The term of
the contract will commence on the Effective Date (as defined below) and will
end within twelve (12) months However, on page 9, the statement is made - A
work plan, including tasks, dependencies, durations and deliverables covering
the entire scope of the project. The project duration should not exceed 6
months. Include a Gantt chart. While it is true that 6 months is within 12
months, we would like you to please verify the duration of Project. Is there a
potential for extensions beyond the initial 6-month delivery period?
The project should be proposed as a 6-month effort.
63. Section I-22 states, “The term of the contract will commence on the Effective
Date (as defined below) and will end within twelve (12) months. Elsewhere in
the RFP, the project duration is defined as no greater than 6 months. Please
clarify.
The project should be proposed as a 6-month effort.
64. The project duration states 6 months on page 9, II-G but in I-22 the term of the
contract will end within 12 months. Does this mean additional work may be
added or asked for after the first 6 months?
The project should be proposed as a 6-month effort.
65. While this is clearly a strategy project, is the Commission willing to consider an
approach that leverages data discovery and profiling tasks – which would
require the Commission to provide temporary infrastructure upon which our
software would run – as part of the due diligence?
The proposer should propose an approach that best meets the objectives of the
RFP.
66. Was this RFP written internally or by a third party?
The RFP was developed internally.
Page 10 of 23
67. I was hoping to find out when there will be BI tool requirements to match this
services request for proposal? Section 1-4 states it is not included in the RFP.
Please advise
The selection of tools is not within the scope of this RFP. Instead, tool selection
will be undertaken independently by the Commission.
68. Has the Pennsylvania Turnpike Commission undertaken any efforts to establish
a BI&DA program to date and if so what have been the outcomes?
While the BW implementation provides significant reporting capabilities, the
full benefits of BI&DA has not been realized.
69. Is there Master Data Management process, governance and/or system in place?
There currently is no Master Data Management process in place.
70. As we are looking forward to participate in this solicitation, we would like to
know that is this opportunity open for all vendors or only pre qualified vendors?
This RFP open for all vendors who meet the RFP requirements.
71. If prior BI/DA projects were executed- were there gaps or issues resulting that
the Commission is seeking to overcome or address in this initiative? If so, what
are those issues or gaps?
This is the first BI/DA project for the Commission.
72. Has the Commission performed a formal needs or organizational assessment
surrounding BI and DA?
This RFP is intended to define the Commission needs as well as the strategy to
address those needs.
73. Please confirm that two CD’s with proposal files are required: One containing all
Technical Submittal files and a second containing only the Cost Submittal.
Two CDs must be submitted separately. One with the Technical Submittal and
one separate with the Cost Submittal.
74. How many Pennsylvania Turnpike Commission physical locations will the
consultant be expected to visit in this engagement and where are they located?
While some executives reside in the Western Regional Office and the Eastern
Regional Office, for the purposes of this procurement proposers may assume
the interviews will take place at the Central Administration Building in
Middletown.
75. Are all the stakeholders/SMRs local to Harrisburg? If not, where is the location
of each?
While some executives reside in the Western Regional Office and the Eastern
Regional Office, for the purposes of this procurement proposers may assume
the interviews will take place at the Central Administration Building in
Page 11 of 23
Middletown.
76. What are the constraints or shortcomings about the existing architecture that
are driving the need for this project?
While the PTC uses SAP Business Warehouse, a BI&DA framework and roadmap
does not exist.
77. Can the Commission please verify that the anticipated business manager
interviewees are located at the Commission’s facilities in Middletown? If not,
please explain any other geographies involved.
Yes, interviews will all occur in the Commission's Central Administration
Building in Middletown.
78. Is it satisfactory to list expected subcontractors by role or slot instead of by
name, in the case where the source of necessary resource might not be known
at the time of response?
Yes, subcontractors may be identified by role for proposal purposes. Prior to
start of the project, all resources must be identified by name.
79. Has any discovery been yet done on the business case achievable by
streamlining BI/data operations (e.g. opty to sunset reports / dashboards)
You should not expect any existing discovery on business cases.
80. Can you give us a “ballpark’ numbers for the following?: a) Number Dashboards
by Subject Area? b) Number of “canned” reports? c) Number and known
complexity of source “systems of record” in addition to SAP? d) What SAP
modules do they currently have installed? e) Does the Turnpike currently own
or use SAP BW in any form or fashion? f) What does the Turnpike mean by use
cases being built with SAP and SQR? Is the Turnpike expecting the consultant
to do any coding during this phase? g) How many Executive interviews are
anticipated and what levels of the organization should be included or will the
Turnpike want our recommendation as a part of this response based on your
Organization? h) How many locations do the Executives reside in and what
should our assumptions be for travel as a part of this project?
No we cannot. B) No we cannot. C) No we cannot D) Please see the SAP-related
attachment. E) Please see the SAP-related attachment. F) The goal and intent of
the Use Cases and the related Datasets is to provide the Commission with
exercisable examples of actual business processes that can eventually be used
to test various Business Intelligence/Data Analytics toolsets. Once the proposer
develops the Use Cases, the expectation is that the proposer will use existing
data in a provided sandbox SAP environment replicating the production
environment. A separate SQL Server environment also will be available. The
proposer may use any existing data that is required by the Use Cases. However,
if the Use Cases require data that does not currently exist, it is expected that
the proposer will develop test data required by the Use Cases so that, when the
Commission eventually evaluates toolsets for procurement, all of the data
Page 12 of 23
required by the Use Cases will be available to be used as part of that process. G)
The proposer should determine this. H) While some executives reside in the
Western Regional Office and the Eastern Regional Office, for the purposes of
this procurement proposers may assume the interviews will take place at the
Central Administration Building in Middletown.
81. What other types of specialized consulting services would be of to the
Commission in our submission of our capabilities?
Proposals should address the requirements defined within the RFP.
82. Could you add the words “With the exception of Professional Liability,” to the
beginning of the text for section 10a? To the extent that someone contributes
to a loss involving professional liability we would want to have the option to
come back to that person. This fosters more professional performance and
imposes the liability responsibility on the appropriate party.
Professional Liability is applicable to this work.
83. Exhibit C. Can the Commission confirm that the BI and DA project does not
require Railroad Protective Liability coverage?
There is no requirement for Railroad Protective for a contract of this nature.
84. Exhibit C. Can the Commission elaborate on the requirement for coverage
“General aggregate limit applying on a per project basis.”?
This is to ensure that your insurance limits are not eroded by claims that may
have occurred on other projects. The entire insurance coverage limit must be
available for this specific project.
85. Are Watercraft and Aircraft Liability and Privacy Liability insurance
requirements applicable to this work?
Watercraft or Aircraft Liability would not be applicable to this work.
86. Exhibit C. Can the Commission confirm that the Watercraft and Aircraft Liability
section does not apply for travel in commercial airline flights?
Watercraft or Aircraft Liability would not be applicable to this work.
87. Exhibit C. Can the Commission confirm that the Pollution Liability section does
not apply for the BI and DA project?
We would be amenable to waiving the requirement for pollution liability for
this work.
88. Regarding insurance requirements, are the watercraft and aircraft
liability/pollution liability requirements applicable for the type of services
rendered by this contract? If our firm does not carry these these types of
insurance, may we specify within the body of the proposal?
We would be amenable to waiving the requirement for watercraft and aircraft
Page 13 of 23
liability/pollution liability for this work.
89. Can you estimate the number of in person interviews you might expect?
The proposer should determine this.
90. By the Commission’s count, how many managers will need to be interviewed in
the performance of this task?
The proposer should determine this.
91. How many business functional areas and interview sessions (individual or
group) will be required during the information gathering activities to define
business requirements, desired capabilities and potential value to be derived
from the solution?
The proposer should determine this.
92. How many technical interviews/working sessions will be required during the
information gathering activities to define the current state environment and
desired state architecture requirements?
The proposer should determine this.
93. Task 1 states “engaging business managers in all functional areas of the
Commission”. How many managers need to be interviewed? Or rather, how
many interview sessions are needed?
The proposer should determine this.
94. Can the Commission please, at a high level: a. Describe any additional, existing
Business Intelligence applications. B. Describe the extent to which business
processes are documented. C. Describe the extent to which any future-state
requirements have been documented.
A) The commission utilizes SAP Business Warehouse. Please see Addition 1 -
Exhibit D - SAP BW/BI Summary attachment. B) Some business processes are
well documented. C) Do not expect future-state requirements to be well-
documented.
95. What mobile devices are currently in use or supported?
We have nothing standardized. This is the first project to work with the subject
matter.
96. [Vendor's Name] is planning to bid for this RFP along with a partner, since we
have options to partner with US based companies and some overseas, we
would like to know whether there are any restrictions on where the partner
company is located?
No.
Page 14 of 23
97. Can you provide a current system landscape? What versions of SAP are
currently in place?
Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
98. Is there an existing portal? If yes, which tool is it and what version?
The Commission uses SAP’s Enterprise Portal 6.0.
99. Section IV. Tasks: How many business managers by functional area are
expected to participate in the BI and DA project?
It is our expectation that the proposer will identify this information as part of
the interview process.
100. What resources will be made available during the project? Will someone from
the PTC work alongside us throughout the engagement to remove obstacles,
gather resources, and help follow through to close open items?
The Commission Project Manager will serve as the primary point of contact for
the awardee and will facilitate scheduling of staff and meeting locations in
collaboration with the schedule defined by the awardee.
101. What is the expected availability of resources from the Commission, to help
facilitate the project activities including but not limited to setting up workshops,
interviews, etc.?
The Commission Project Manager will serve as the primary point of contact for
the awardee and will facilitate scheduling of staff and meeting locations in
collaboration with the schedule defined by the awardee.
102. Will the Pennsylvania Turnpike Commission schedule all interviews/workshops
and confirm attendance? To what extent will PTC project lead participate in
individual or group gathering activities alongside Consultant staff?
The Commission Project Manager will serve as the primary point of contact for
the awardee and will facilitate scheduling of staff and meeting locations in
collaboration with the schedule defined by the awardee. The Commission
Project Manager will also assist in the gathering activities. However, the
Provider is ultimately responsible for all deliverables, independent of the
Project Manager's actions.
103. How much participation will the Pennsylvania Turnpike Commission provide on
the project for resources such as subject matter experts and process owners?
This is to be determined by the proposer. Refer to the organization chart
provided in section IV of the RFP.
104. Section IV-4. Tasks: How many Commission personnel will participate in each of
the Deliverable walkthroughs?
It is expected that 5-10 people will participate.
Page 15 of 23
105. Approximately how many stakeholders/Subject Matter Resources (SMRs) are
connected with the data sources and systems?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department.
106. Will resources from both functional areas be made available for analysis &
requirements gathering efforts?
You should expect that resources will be made available for analysis &
requirements gathering efforts.
107. Are there regulatory restrictions that we should be aware of that might
influence that architectural design, such as co-location of data elements or
turnaround time on answering inquiries?
Some commission data is HIPAA covered. We are unaware of other regulatory
restrictions and would expect proposer to determine this as part of assessment.
108. What current versions or modules of SAP does the Commission currently use?
Please see the SAP-related attachment. It is anticipated that through the
interview process with business process owners, those additional systems and
data sources will be identified.
109. What subject areas does the scope include e.g. Finance, Procurement, HR,
Supply Chain?
Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
110. What Modules of SAP have been implemented and are in use?
Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
111. In order to appreciate the scale of the architecture, please describe the current
state – current architecture, systems, reports, and vendor technologies used,
even if they are mostly manual.
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners’ additional
centralized and decentralized data sources will be identified.
112. Section IV-4. Tasks: Can the Commission provide the number of SAP modules in
use? Can the Commission estimate how many additional sources of data will be
considered for analysis as part of the BI and DA project?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
Page 16 of 23
113. Does the Commission have in mind a minimum number of dashboards/ reports
to be delivered, or does Task 2 entail simply delivering the capability plus
recommendations for dashboards/reports?
Deliverables for this RFP should identify the dashboards/queries/analysis
desired by the business areas. The use cases included as a Task 2 deliverable
will be built using representative dashboards/queries/analysis examples as
defined by the business areas. The goal and intent of the Use Cases and the
related Datasets is to provide the Commission with exercisable examples of
actual business processes that can eventually be used to test various Business
Intelligence/Data Analytics toolsets. Once the proposer develops the Use Cases,
the expectation is that the proposer will use existing data in a provided sandbox
SAP environment replicating the production environment. A separate SQL
Server environment also will be available. The proposer may use any existing
data that is required by the Use Cases. However, if the Use Cases require data
that does not currently exist, it is expected that the proposer will develop test
data required by the Use Cases so that, when the Commission eventually
evaluates toolsets for procurement, all of the data required by the Use Cases
will be available to be used as part of that process.
114. Is it fair to assume that while creation of ‘deployment plan’ is part of scope,
actual deployment or monitoring of deployment is not?
Deployment of the strategy is not within scope of this RFP.
115. Will the scope of this project include data-warehouse (schema) design as well?
Design of the data-warehouse schema is not in scope for this effort.
116. Do you want or expect our help in providing and list of leading vendors and
their Strengths and weaknesses based on Granter and our experience?
No.
117. IV-2. Nature and Scope of the Project states, “SAP is the primary system of
record; however, there are many other potential centralized and decentralized
data sources.” As a fixed-price contract is anticipated, can the Commission
please provide an overview of the existing systems / data sources, to include
type and purpose, measure of complexity, underlying technologies, # of users,
completeness/comprehensiveness of documentation, etc.
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
118. Is it expected to use statistical modeling for arriving at predictive model? If yes,
is use of statistical tools part of scope of this project and will those tools be
provided by the customer?
Selection and provisioning of the BI & DA tools is not within scope for this
effort. However, use cases and identified data sources must provide the
Page 17 of 23
capability for the Commission to adequately test all defined components,
including predictive analysis, of BI&DA tools. The goal and intent of the Use
Cases and the related Datasets is to provide the Commission with exercisable
examples of actual business processes that can eventually be used to test
various Business Intelligence/Data Analytics toolsets. Once the proposer
develops the Use Cases, the expectation is that the proposer will use existing
data in a provided sandbox SAP environment replicating the production
environment. A separate SQL Server environment also will be available. The
proposer may use any existing data that is required by the Use Cases. However,
if the Use Cases require data that does not currently exist, it is expected that
the proposer will develop test data required by the Use Cases so that, when the
Commission eventually evaluates toolsets for procurement, all of the data
required by the Use Cases will be available to be used as part of that process.
119. Will all of this be on premise or are you considering a cloud solution?
The Commission has not determined where the resulting solution will be
hosted.
120. What comprises of ‘deployment plan’? Does deployment include installation of
software, data preparation, installation of BI & DA tools, generation of queries
and creation of dashboards only?
The deployment plan should include and identify the steps required to
successfully implement the delivered strategy.
121. Identifying common analysis across the Commission- does this mean all
business processes are in scope and if so how many area areas, groups,
activities does that include?
The organizational groups identified within section IV of the RFP are within
scope for processes assessed and included within the BI&DA strategy.
122. Please confirm that Road Map review sessions will be held independently with
each department as shown on the organizational chart on Page 14?
The structure of review sessions is to be determined by the proposer.
123. Is there a current business capabilities document that can be provided to help
understand the scope and magnitude of the problem domain for BI/DA?
There is no existing business capabilities document.
124. Please clarify the importance of a firm’s “Pennsylvania presence” in the
evaluation process as described in Section III-3 of the RFP but omitted from
Section III-4.
A "Pennsylvania presence" is not stated in the RFP as a requirement but it can
be taken into consideration by the Commission.
Page 18 of 23
125. Could you please clarify this provided sentence, ‘The Commission will provide
an SAP and SQL Server environment to support the use case data sets.’ Is the
SAP & SQL Server environment there to validate input data, or is there an
expectation that some form of use case validation will be performed?
The Commission will provide a sandbox SAP environment replicating the
production environment; data extraction/transformation of SAP is not required.
Any data sources designed for use cases not residing in the SAP environment
must be constructed, modeled, and populated in the SQL environment to
support the use cases delivered in Task 2. The design and development of
dashboards, ad-hoc queries, and/or predictive analysis is not in scope. However,
the use cases and related data sets must be sufficient for future analysis of
those capabilities in specific toolsets. The goal and intent of the Use Cases and
the related Datasets is to provide the Commission with exercisable examples of
actual business processes that can eventually be used to test various Business
Intelligence/Data Analytics toolsets. Once the proposer develops the Use Cases,
the expectation is that the proposer will use existing data in a provided sandbox
SAP environment replicating the production environment. A separate SQL
Server environment also will be available. The proposer may use any existing
data that is required by the Use Cases. However, if the Use Cases require data
that does not currently exist, it is expected that the proposer will develop test
data required by the Use Cases so that, when the Commission eventually
evaluates toolsets for procurement, all of the data required by the Use Cases
will be available to be used as part of that process.
126. Task 2: Define a Supporting Business and Technical Architecture states, “the
Supplier will be expected to define a minimum of five use cases and related
datasets that the Commission can use to evaluate a variety of commercially
available tool sets… The Commission will provide an SAP and SQL Server
environment to support the use case data sets.” a) Please explain what is
expected from the Supplier with regard to the provided SAP and SQL Server
environments. Related, does the scope include any necessary modeling and
database creation of the SQL Server environment, as well as extraction,
transformation, and loading of the existing SAP data? b) Please verify that the
design and development of dashboards, ad-hoc queries, and/or predictive
analysis is not in scope.
a) The goal and intent of the Use Cases and the related Datasets is to provide
the Commission with exercisable examples of actual business processes that can
eventually be used to test various Business Intelligence/Data Analytics toolsets.
Once the proposer develops the Use Cases, the expectation is that the proposer
will use existing data in a provided sandbox SAP environment replicating the
production environment. A separate SQL Server environment also will be
available. The proposer may use any existing data that is required by the Use
Cases. However, if the Use Cases require data that does not currently exist, it is
expected that the proposer will develop test data required by the Use Cases so
that, when the Commission eventually evaluates toolsets for procurement, all
of the data required by the Use Cases will be available to be used as part of that
Page 19 of 23
process. b) No, the design and development of dashboards, ad-hoc queries,
and/or predictive analysis is not in scope. However, the use cases and related
data sets must be sufficient for future analysis of those capabilities in specific
toolsets.
127. Can we get further clarification on “SAP use Cases” and their expectations for
the 5 required?
The goal and intent of the Use Cases and the related Datasets is to provide the
Commission with exercisable examples of actual business processes that can
eventually be used to test various Business Intelligence/Data Analytics toolsets.
Once the proposer develops the Use Cases, the expectation is that the proposer
will use existing data in a provided sandbox SAP environment replicating the
production environment. A separate SQL Server environment also will be
available. The proposer may use any existing data that is required by the Use
Cases. However, if the Use Cases require data that does not currently exist, it is
expected that the proposer will develop test data required by the Use Cases so
that, when the Commission eventually evaluates toolsets for procurement, all
of the data required by the Use Cases will be available to be used as part of that
process.
128. Among the requirements of Task 2 on RFP page 16, the contractor will be
required to define at least 5 use cases and “related datasets” for subsequent
evaluation of commercial software products by the Commission. At what level
of development is the contractor required to deliver these data sets – a
conceptual description of data architecture; a logical data model; or a physical
database implementation in the SAP/SQL Server environment provided?
It is our expectation that the data set development would include conceptual,
logical and physical implementations, including test data population that would
enable the evaluation of toolsets as part of a subsequent RFP. The goal and
intent of the Use Cases and the related Datasets is to provide the Commission
with exercisable examples of actual business processes that can eventually be
used to test various Business Intelligence/Data Analytics toolsets. Once the
proposer develops the Use Cases, the expectation is that the proposer will use
existing data in a provided sandbox SAP environment replicating the production
environment. A separate SQL Server environment also will be available. The
proposer may use any existing data that is required by the Use Cases. However,
if the Use Cases require data that does not currently exist, it is expected that
the proposer will develop test data required by the Use Cases so that, when the
Commission eventually evaluates toolsets for procurement, all of the data
required by the Use Cases will be available to be used as part of that process.
129. Can we assume that deliverable for task 2 will be theoretically presented on
how the use-cases will be addressed and not actual creation of dashboards or
report?
The goal and intent of the Use Cases and the related Datasets is to provide the
Commission with exercisable examples of actual business processes that can
Page 20 of 23
eventually be used to test various Business Intelligence/Data Analytics toolsets.
Once the proposer develops the Use Cases, the expectation is that the proposer
will use existing data in a provided sandbox SAP environment replicating the
production environment. A separate SQL Server environment also will be
available. The proposer may use any existing data that is required by the Use
Cases. However, if the Use Cases require data that does not currently exist, it is
expected that the proposer will develop test data required by the Use Cases so
that, when the Commission eventually evaluates toolsets for procurement, all
of the data required by the Use Cases will be available to be used as part of that
process. The design and development of dashboards, ad-hoc queries, and/or
predictive analysis is not in scope. However, the use cases and related data sets
must be sufficient for future analysis of those capabilities in specific toolsets.
130. Does the Commission have previously defined use cases that can provided to
responders to help better understand the goals and objectives for BI/DA?
There are no existing use case documents.
131. In addition to SAP, what types of data sources are envisaged e.g., custom
applications with transactional data in relational databases, structured data in
Excel workbooks, unstructured data in email?
It is our expectation that the proposer will identify this information as part of
the interview process.
132. The RFP mentions PA UCP as a qualifier for Minority/Woman/Disadvantaged
business inclusion. Will the Commission consider a PA State Certified
Minority/Woman/Disadvantaged business to meet this criterion without UCP
certification?
The Commission currently recognizes firms for counting toward the minimum
participation level goal that are certified as a DBE with the PA Unified
Certification Program for RFPs.
133. How many Internal/external stakeholders do you foresee being a part of this
project from the Commission?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department. It is not anticipated that
the proposer would be involved with external stakeholders.
134. Is there a framework, architecture or other document that can be Given to
responders to help define the current Commission IT Environment?
Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
Page 21 of 23
135. SAP is referenced in the RFP. What other source systems or database software
is currently being used?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
Summary attachment. It is anticipated that through the interview process with
business process owners, additional centralized and decentralized data sources
will be identified.
136. Does the Commission use SAP’s HANA or any other Bi/DA tool currently?
No. Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
137. What is the volume of the user community including external stakeholders that
fall under this scope?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department. It is not anticipated that
the proposer would be involved with external stakeholders.
138. Are there regulatory requirements and stakeholders for the BI/DA that must be
addressed by this strategy and if so what and who are they?
Some commission data is HIPAA covered. We are unaware of other regulatory
restrictions and would expect proposer to determine this as part of assessment.
139. Is this project intended to include stakeholders input from the entire
organization chart shown of managers and their respective areas?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department.
140. What type of dashboard tools does the Commission currently use?
The proposer should not assume that any dashboard tools are currently in use.
141. Cross-program analysis – what other programs would be involved in this
strategy? How will the stakeholders be guaranteed to be available for this
effort if competing programs need their participation concurrently?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department. You should expect that
resources will be made available for analysis & requirements gathering efforts.
142. What metrics or KPI’s (Key Performance Indicators) are already in place today to
measure the success of other IT initiatives?
There currently are no standard Key Performance Indicators/metrics.
Page 22 of 23
143. Exhibit C/Insurance 1, Page 1 of 7, Certified Copies - The insurance requirements
contain some items that are outside of the core risk management concerns and
are not practical for large IT vendors to comply with. Is it possible for you to
remove the words“…or, at the Commission’s request, certified copies of the
required insurance policies.” From the first paragraph in section 1? We do not
provide certified copies of policies and would not want to be precluded from
bidding because of this requirement.
We would be amenable to provision of a certificate of insurance evidencing the
required coverage.
144. Exhibit C/Insurance 1, Page 1 of 7, Approval of unspecified endorsements -
Could you remove the following sentence from the first paragraph of section 1
“The required coverage shall not include any exclusions or endorsements, which
are not acceptable to the Commission.”? One has no way of knowing what
might not be acceptable to the Commission. We, like most companies, use
standard ISO forms that include customary exclusions and endorsements.
The Turnpike Commission should be advised of any exclusions not standard to
the ISO form and any endorsements not required by law.
145. Exhibit C/Insurance 4, Page 2 of 7, Named Insured vs. blanket - Can you
substitute the word “included” for the word “named” at the end of the first
sentence. We use a blanket additional insurance form which includes all of the
entities we provide insurance for without naming each of them individually. You
have the same coverage you would have if you were named. This is a common
insurance industry practice. It actually enhances coverage because it removes
any problems from potential administrative errors in adding, endorsing or
removing names from the certificates.
We have no issue with this request.
146. Exhibit C/insurance 7, Page 2 of 7, Commission approval of Deductibles - Could
the first 3 words “Any deductible or” be removed from the first paragraph of
section 7. We are a large company with numerous customers and contracts. We
use deductibles that are appropriate for our size and collateralized with our
insurer. It would be impractical for us to submit our deductible practice for
approval in every RFP we participate.
Our concern is that a bidding firm may maintain deductibles that are beyond its
financial ability to satisfy.
Page 23 of 23
147. Exhibit C/Insurance, Page 3 of 7, AM Best Ratings - Can you add at the beginning
of section 8 “With the exception of any wholly owned captive,”? Not all captives
are rated by AM Best. It seems appropriate that companies using properly
funded and managed captives not rated by AM Best not be excluded from
responding to this RFP
Should the Turnpike Commission agree to add the requested wording, we will
request the following wording be added to the end of item 8: “With regard to
any wholly owned Captive, the Professional Service Contractor shall submit the
most recent Audited Financial Statements (and any Annual Audited Financial
Statements issued subsequent to execution of this contract) to the Commission
for their review and approval. The Professional Service Contractor must also
provide the Commission with the full Company name of each Fronting Carrier
involved in the Wholly Owned Captive, and must certify that the Wholly Owned
Captive is in good standing with the appropriate regulatory body in which it is
domiciled.”
All other terms, conditions and requirements of the original RFP dated January 2, 2014
remain unchanged unless modified by this Addendum.
doc_777112083.pdf
This request for proposals (RFP) provides interested Proposers with sufficient information to enable them to prepare and submit proposals for consideration by the Pennsylvania Turnpike Commission (Commission) to satisfy a need for the Business Intelligence and Data Analytics (BI&DA) Project.
REQUEST FOR PROPOSALS FOR
Business Intelligence and Data Analytics Project
ISSUING OFFICE
Pennsylvania Turnpike Commission
Information Technology Department
RFP NUMBER 14-10360-4558
DATE OF ISSUANCE
January 2, 2014
REQUEST FOR PROPOSALS FOR
Business Intelligence and Data Analytics Project
RFP 14-10360-4558
TABLE OF CONTENTS
Part I - GENERAL INFORMATION FOR PROPOSERS page 1
Part II - INFORMATION REQUIRED FROM PROPOSERS page 7
Part III - CRITERIA FOR SELECTION page 11
Part IV - WORK STATEMENT page 13
EXHIBIT A – PROPOSAL COVER SHEET
EXHIBIT B – COST BREAKDOWN
EXHIBIT C – INSURANCE REQUIREMENTS
Page 1 of 17
PART I
GENERAL INFORMATION FOR PROPOSERS
I-1. Purpose. This request for proposals (RFP) provides interested Proposers with sufficient
information to enable them to prepare and submit proposals for consideration by the Pennsylvania
Turnpike Commission (Commission) to satisfy a need for theBusiness Intelligence and Data Analytics
(BI&DA) Project.
I-2. Issuing Office. This RFP is issued for the Commission by the Information Technology
Department.
I-3. Scope. This RFP contains instructions governing the proposals to be submitted and the material
to be included therein; a description of the service to be provided; requirements which must be met to be
eligible for consideration; general evaluation criteria; and other requirements to be met by each
proposal.
I-4. Problem Statement. The Commission is interested in putting in place methodologies,
processes, architectures, and technologies that will support the transformation of its raw data into
meaningful and useful information to support business decisions. The Commission envisions a
combination of resources to reflect past, depict current and project future business performance. This
will include a three part BI&DA architecture including well-conceived executive dashboards, user-
friendly ad hoc capabilities, and forward-looking predictive analytics. (The selection of BI&DA tools is
not within the scope of this project.)
Part IV provides a detailed description of the work to be performed within the six month period
following the execution of the Agreement.. Responses to this RFP must address the full scope of work
described in Part IV.
I-5. Type of Contract. It is proposed that if a contract is entered into as a result of this RFP, it will
be a fixed-price based contract. The Commission may in its sole discretion undertake negotiations with
Proposers whose proposals as to price and other factors show them to be qualified, responsible, and
capable of performing the work.
I-6. Rejection of Proposals. The Commission reserves the right to reject any and all proposals
received as a result of this request, or to negotiate separately with competing Proposers.
I-7. Subcontracting. Any use of subcontractors by a Proposer must be identified in the proposal.
During the contract period use of any subcontractors by the selected Proposer, which were not
previously identified in the proposal, must be approved in advance in writing by the Commission.
I-8. Incurring Costs. The Commission is not liable for any costs the Proposer incurs in preparation
and submission of its proposal, in participating in the RFP process or in anticipation of award of
contract.
I.9. Questions and Answers. Written questions may be submitted to clarify any points in the RFP
which may not have been clearly understood. Written questions should be submitted by email to
Page 2 of 17
[email protected] with RFP 14-10360-4558 in the Subject Line to be received no later than
12:00 PM local time on Thursday, January 16, 2014. All questions and written answers will be posted
to the website as an addendum to and become part of this RFP.
I-10. Addenda to the RFP. If it becomes necessary to revise any part of this RFP before the proposal
response date, addenda will beposted to the Commission’s website under the original RFP document. It
is the responsibility of the Proposer to periodically check the website for any new information or
addenda to the RFP.
The Commission may revise a published advertisement. If the Commission revises a published
advertisement less than ten days before the RFP due date, the due date will be extended to maintain the
minimum ten-day advertisement duration if the revision alters the project scope or selection criteria.
Firms are responsible to monitor advertisements/addenda to ensure the submitted proposal complies
with any changes in the published advertisement.
I-11. Response. To be considered, proposals must be delivered to the Pennsylvania Turnpike
Commission’s Contracts Administration Department, Attention: Wanda Metzger, on or before 2:00 PM
local time on Thursday, February 13, 2014. The Pennsylvania Turnpike Commission is located at 700
South Eisenhower Boulevard, Middletown, PA 17057 (Street address). Our mailing Address is P. O.
Box 67676, Harrisburg, PA 17106.
Please note that use of U.S. Mail, FedEx, UPS, or other delivery method, does not guarantee
delivery to the Contracts Administration Department by the above listed time for submission.
Proposers mailing proposals should allow sufficient delivery time to ensure timely receipt of their
proposals. If the Commission office location to which proposals are to be delivered is closed on the
proposal response date, due to inclement weather, natural disaster, or any other cause, the deadline for
submission shall be automatically extended until the next Commission business day on which the office
is open. Unless the Proposers are otherwise notified by the Commission, the time for submission of
proposals shall remain the same.
I-12. Proposals. To be considered, Proposers should submit a complete response to this RFP, using
the format provided in PART II. Each proposal should be submitted in four (4) hard copies of the
Technical Submittal and four (4) hard copies of the Cost Submittal. In addition to the hard copies of the
proposal, one complete and exact copy of the entire proposal (Technical and Cost, along with all
requested documents) on CD-ROM or Flash Drive in Microsoft Office or Microsoft Office-
compatible format. The electronic copy must be a mirror image of the hard copy. Proposer should
ensure that there is no costing information in the technical submittal. The CD or Flash drive should
clearly identify the Proposer and include the name and version number of the virus scanning software
that was used to scan the CD or Flash drive before it was submitted. The Proposer shall present the
proposal to the Contracts Administration Department only. No other distribution of proposals will be
made by the Proposer. Each proposal page should be numbered for ease of reference.
An official authorized to bind the Proposer to its provisions must sign the proposal. If the official signs
the Proposal Cover Sheet (Exhibit A to this RFP) and the Proposal Cover Sheet is attached to the
proposal, the requirement will be met. For this RFP, the proposal must remain valid for at least 120
days. Moreover, the contents of the proposal of the selected Proposer will become contractual
obligations if a contract is entered into.
Page 3 of 17
Each and every Proposer submitting a proposal specifically waives any right to withdraw or modify it,
except as hereinafter provided. Proposals may be withdrawn by written or fax notice (fax number (717)
986-8714) received at the Commission’s address for proposal delivery prior to the exact hour and date
specified for proposal receipt.
Overnight Delivery Address: US Mail Delivery Address:
Contracts Administration Department Contracts Administration Department
Attn: Wanda Metzger Attn: Wanda Metzger
PA Turnpike Commission PA Turnpike Commission
700 South Eisenhower Blvd. P.O. Box 67676
Middletown, PA 17057 Harrisburg, PA 17106
However, if the Proposer chooses to attempt to provide such written notice by fax transmission, the
Commission shall not be responsible or liable for errors in fax transmission. A proposal may also be
withdrawn in person by a Proposer or its authorized representative, provided his/her identity is made
known and he/she signs a receipt for the proposal, but only if the withdrawal is made prior to the exact
hour and date set for proposal receipt. A proposal may only be modified by the submission of a new
sealed proposal or submission of a sealed modification which complies with the requirements of this
solicitation.
I-13. Economy of Preparation. Proposals should be prepared simply and economically, providing a
straightforward, concise description of the Proposer’s ability to meet the requirements of the RFP.
I-14. Discussions for Clarification. Proposers who submit proposals may be required to make an
oral or written clarification of their proposals to the Issuing Office through the Contract Administration
Department to ensure thorough mutual understanding and Proposer responsiveness to the solicitation
requirements. The Issuing Office through the Contract Administration Department will initiate requests
for clarification.
I-15. Best and Final Offers. The Issuing Office reserves the right to conduct discussions with
Proposers for the purpose of obtaining “best and final offers.” To obtain best and final offers from
Proposers, the Issuing Office may do one or more of the following: a) enter into pre-selection
negotiations; b) schedule oral presentations; and c) request revised proposals. The Issuing Office will
limit any discussions to responsible Proposers whose proposals the Issuing Office has determined to be
reasonably susceptible of being selected for award.
I-16. Prime Proposer Responsibilities. The selected Proposer will be required to assume
responsibility for all services offered in its proposal whether or not it produces them. Further, the
Commission will consider the selected Proposer to be the sole point of contact with regard to contractual
matters.
I-17. Proposal Contents. Proposals will be held in confidence and will not be revealed or discussed
with competitors, unless disclosure is required to be made (i) under the provisions of any
Commonwealth or United States statute or regulation; or (ii) by rule or order of any court of competent
jurisdiction. All material submitted with the proposal becomes the property of the Pennsylvania
Turnpike Commission and may be returned only at the Commission’s option. Proposals submitted to the
Commission may be reviewed and evaluated by any person other than competing Proposers at the
Page 4 of 17
discretion of the Commission. The Commission has the right to use any or all ideas presented in any
proposal. Selection or rejection of the proposal does not affect this right.
In accordance with the Pennsylvania Right-to-Know Law (RTKL), 65 P.S. § 67.707 (Production of
Certain Records), Proposers shall identify any and all portions of their Proposal that contains
confidential proprietary information or is protected by a trade secret. Proposals shall include a written
statement signed by a representative of the company/firm identifying the specific portion(s) of the
Proposal that contains the trade secret or confidential proprietary information.
Proposers should note that “trade secrets” and “confidential proprietary information” are exempt from
access under Section 708(b)(11) of the RTKL. Section 102 defines both “trade secrets” and
“confidential proprietary information” as follows:
Confidential proprietary information: Commercial or financial information received by an agency:
(1) which is privileged or confidential; and (2) the disclosure of which would cause substantial harm
to the competitive position of the person that submitted the information.
Trade secret: Information, including a formula, drawing, pattern, compilation, including a customer
list, program, device, method, technique or process that: (1) derives independent economic value,
actual or potential, from not being generally known to and not being readily ascertainable by proper
means by other persons who can obtain economic value from its disclosure or use; and (2) is the
subject of efforts that are reasonable under the circumstances to maintain its secrecy. The term
includes data processing software by an agency under a licensing agreement prohibiting disclosure.
65 P.S. §67.102 (emphasis added).
The Office of Open Records has determined that a third party must establish a trade secret based
upon factors established by the appellate courts, which include the following:
the extent to which the information is known outside of his business;
the extent to which the information is known by employees and others in the business;
the extent of measures taken to guard the secrecy of the information;
the value of the information to his business and to competitors;
the amount of effort or money expended in developing the information; and
the ease of difficulty with which the information could be properly acquired or duplicated by
others.
See Crum v. Bridgestone/Firestone North Amer. Tire., 907 A.2d 578, 585 (Pa. Super. 2006).
The Office of Open Records also notes that with regard to “confidential proprietary information the
standard is equally high and may only be established when the party asserting protection shows that
the information at issue is either ‘commercial’ or ‘financial’ and is privileged or confidential, and the
disclosure would cause substantial competitive harm.” (emphasis in original).
For more information regarding the RTKL, visit the Office of Open Records’ website
at www.openrecords.state.pa.us.
I-18. Debriefing Conferences. Proposers whose proposals are not selected will be notified of the
name of the selected Proposer and given the opportunity to be debriefed, at the Proposer’s request. The
Page 5 of 17
Issuing Office will schedule the time and location of the debriefing. The Proposer will not be compared
with other Proposers.
I-19. News Releases. News releases pertaining to this project will not be made without prior
Commission approval, and then only in coordination with the Issuing Office.
I-20. Commission Participation. Unless specifically noted in this section, Proposers must provide all
services to complete the identified work. The Commission’s Chief Information Officer (CIO) will serve
as project executive for this effort and will have final approval authority for the deliverables produced as
a result of this project. A Commission project manager, designated by the CIO, will address routine
project issues and provide documentation as necessary. Other Commission participation will be limited
to participation in interviews, walkthroughs, and review of deliverables.
The Commission will make limited work and meeting space available; however, Proposers should plan
to locate the project team off site and to make use of its own reproduction facilities and logistical
support.
I-21. Cost Submittal. The cost submittal shall be placed in a separately sealed envelope within the
sealed proposal and kept separate from the technical submittal.
I-22. Term of Contract. The term of the contract will commence on the Effective Date (as defined
below) and will end within twelve (12) months. The Commission shall fix the Effective Date after the
contract has been fully executed by the Contractor and by the Commission and all approvals required by
Commission contracting procedures have been obtained. If additional related services are deemed by
the Commission to be required upon the successful and timely completion of the original scope of work,
the Commission may extend scope and end date of the contract to cover the related services.
I-23. Proposer’s Representations and Authorizations. Each Proposer by submitting its proposal
understands, represents, and acknowledges that:
a. All information provided by, and representations made by, the Proposer in the proposal are
material and important and will be relied upon by the Issuing Office in awarding the contract(s).
Any misstatement, omission or misrepresentation shall be treated as fraudulent concealment
from the Issuing Office of the true facts relating to the submission of this proposal. A
misrepresentation shall be punishable under 18 Pa. C.S. 4904.
b. The price(s) and amount of this proposal have been arrived at independently and without
consultation, communication or agreement with any other Proposer or potential Proposer.
c. Neither the price(s) nor the amount of the proposal, and neither the approximate price(s) nor the
approximate amount of this proposal, have been disclosed to any other firm or person who is a
Proposer or potential Proposer, and they will not be disclosed on or before the proposal
submission deadline specified in the response section of this RFP.
d. No attempt has been made or will be made to induce any firm or person to refrain from
submitting a proposal on this contract, or to submit a proposal higher than this proposal, or to
submit any intentionally high or noncompetitive proposal or other form of complementary
proposal.
Page 6 of 17
e. The proposal is made in good faith and not pursuant to any agreement or discussion with, or
inducement from, any firm or person to submit a complementary or other noncompetitive
proposal.
f. To the best knowledge of the person signing the proposal for the Proposer, the Proposer, its
affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by
any governmental agency and have not in the last four (4) years been convicted or found liable
for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or
collusion with respect to bidding or proposing on any public contract, except as disclosed by the
Proposer in its proposal.
g. To the best of the knowledge of the person signing the proposal for the Proposer and except as
otherwise disclosed by the Proposer in its proposal, the Proposer has no outstanding, delinquent
obligations to the Commonwealth including, but not limited to, any state tax liability not being
contested on appeal or other obligation of the Proposer that is owed to the Commonwealth.
h. The Proposer is not currently under suspension or debarment by the Commonwealth, or any
other state, or the federal government, and if the Proposer cannot certify, then it shall submit
along with the proposal a written explanation of why such certification cannot be made.
i. The Proposer has not, under separate contract with the Issuing Office, made any
recommendations to the Issuing Office concerning the need for the services described in the
proposal or the specifications for the services described in the proposal.
j. Each Proposer, by submitting its proposal, authorizes all Commonwealth agencies to release to
the Commission information related to liabilities to the Commonwealth including, but not
limited to, taxes, unemployment compensation, and workers’ compensation liabilities.
I-24. Insurance. Proposer will comply with the Insurance requirements as described in Exhibit C -
Insurance Requirements.
Page 7 of 17
PART II
INFORMATION REQUIRED FROM PROPOSERS
Proposals must be submitted in the format, including heading descriptions, outlined below. To be
considered, the proposal must respond to all requirements in this part of the RFP. Any other information
thought to be relevant, but not applicable to the enumerated categories, should be provided as an
appendix to the proposal. All cost data relating to this proposal should be kept separate from and not
included in the Technical Submittal. Each proposal shall consist of the completed proposal cover sheet
(use Exhibit A) and two (2) separately sealed submittals. The submittals are as follows: (i) Technical
Submittal, in response to Part II-1 hereof; (ii) Cost Submittal, in response to Part II-2 hereof.
The Commission reserves the right to request additional information which, in the Commission’s
opinion, is necessary to assure that the Proposer’s competence, number of qualified employees, business
organization, and financial resources are adequate to perform according to the RFP.
The Commission may make such investigations as deemed necessary to determine the ability of the
Proposer to perform the work, and the Proposer shall furnish to the Issuing Office all such information
and data for this purpose as requested by the Commission. The Commission reserves the right to reject
any proposal if the evidence submitted by, or investigation of, such Proposer fails to satisfy the
Commission that such Proposer is properly qualified to carry out the obligations of the agreement and to
complete the work specified.
II-1 Technical Submittal.
A. Proposal Cover Sheet
Use the attached Exhibit A. Show the name of your firm, Federal I.D. number, address, name of
contact person, contact person’s email and telephone number date and the subject: Business
Intelligence and Data Analytics, RFP 14-10360-4558. In addition it is required that all
information requested in Exhibit A be provided including information pertaining to location of
office performing the work, contact information, listing of all Pennsylvania offices and total
number of Pennsylvania employees, and location of company headquarters.
B. Table of Contents
Include a clear identification of the material by section and by page number.
C. Cover Letter and Executive Summary
This letter must be signed by an individual who is authorized to negotiate terms, render binding
decisions and commit your firm’s resources.
Summarize your understanding of our organization and the operations for which it is responsible;
describe your understanding of the work to be done; and make a positive commitment to perform
the work necessary. This section should summarize the key points of your submittal. (Limit to
four pages.)
D. Firm Overview (Limited to 4 pages, single-sided)
Provide a brief history and description of your firm’s business organization and its consulting
service expertise and experience as it relates to the requirements discussed in Part IV of this
RFP. Include the location of offices and the number and types of consultants or other relevant
professional staff in each office. Discuss your firm’s presence in and commitment to the
Page 8 of 17
Commonwealth of Pennsylvania. Include a discussion of the specific expertise and services that
distinguish your firm.
If you propose to subcontract any of the tasks in your response, the subcontracted firm or firms
must be identified in this section. The role of the firm or firms should be explained along with a
discussion of the specific expertise and services that the firm or firms contribute to the overall
value of your proposal.
E. Personnel (Limited to 2 pages, single-sided)
Identify the primary person(s) who will be responsible for managing the relationship with the
Commission during the project.
Provide the names, proposed roles, background and experience, current professional licenses,
office location and availability of the consulting personnel that would perform the services as
described in Part IV of this RFP.
Proposer must submit a current resume for all proposed staff listing relevant experience and
applicable professional affiliations. Resumes should be provided as Appendix A of the
Proposer’s response.
F. Relevant Experience and Expertise (Limited to 6 pages, single-sided)
Provide a narrative statement regarding your consulting service capabilities and experience as
related to Part IV of this RFP. Include the following:
• A statement regarding your understanding of the requirements of the project and your
ability to provide consulting services in accordance with the same.
• A description of your firm’s experience in providing similar consulting services to other
clients, especially other governmental entities and/or similar public/private sector
transportation organizations. Include the same information for any subcontractor firms
included in your proposal. Describe the business practices that enable you to complete
these tasks in an efficient, timely and, at times, expeditious manner.
• List all clients for which your firm has performed work similar to that described in Part IV
within the past three years. Although it is not required at this time, the Commission may
request Proposers to provide specific reference data at a later date.
If applicable, include a statement regarding any other related specialized consulting services
your firm may offer.
G. Approach
In the body of the Technical Proposal, include the following regarding your technical approach
to the project:
• A description of your firm’s approach / methodology for establishing BI&DA capabilities
for the Commission.
• A description of your strategy for discovering, validating and prioritizing high-level
strategic and tactical business needs.
Page 9 of 17
• A description of your approach to assessing the Commission’s current business and
technical capabilities to support an on-going BI&DA program.
• A description of your proposed processes and critical success factors for identifying a
combination of use cases and data sets to support a subsequent evaluation of enabling
technologies.
• A work plan, including tasks, dependencies, durations and deliverables covering the
entire scope of the project. The project duration should not exceed 6 months. Include a
Gantt chart.
• A description of quality assurance criteria and processes your team will use to confirm
the completeness and correctness deliverables.
Following your description of your technical approach, in the body of Technical Proposal,
include a description of your management approach, including the following:
• Your view of the critical success factors related to the management of this project.
• Explain how you will verify that the critical success factors are being achieved.
• Your proposed approach to keeping Commission management informed of project events
and progress.
Attach as Appendix B:
• Examples of data collection templates you propose to use.
• A description and representative samples of any deliverables proposed above.
• Representative sections of a BI&DA strategy and/or roadmap developed by your firm, for
another similar-size client. (The Commission’s identifying information may be removed
or redacted.)
Attach as Appendix C:
• a sample project status report.
H. Commitment to Diversity and Inclusion
The Turnpike Commission is committed to the inclusion of disadvantaged, monitory and woman
firms in contracting opportunities. Responding firms shall clearly identify DBE/MBE/WBE
firms expected to participate in the Contract, in their Proposal. Proposed DBE/MBE/WBE firms
must be certified by the Pennsylvania Unified Certification Program (www.paucp.com ) at the
time of the submission of the proposal. The utilization of disadvantaged, minority and women-
owned businesses are encouraged and will be considered a factor in the evaluation determination.
II-2 Cost Submittal.
The information requested in this section shall constitute your cost submittal. THE COST
SUBMITTAL SHALL BE PLACED IN A SEPARATE SEALED ENVELOPE WITHIN
THE SEALED PROPOSAL AND ON A CD-ROM, SEPARATE FROM THE
TECHNICAL SUBMITTAL.
Proposers should not include any assumptions in their cost submittals. If the proposer includes
assumptions in its cost submittal, the Issuing Office may reject the proposal. Proposers should
direct in writing to the Issuing Office pursuant to Part I-9, Questions and Answers of this RFP
Page 10 of 17
any questions about whether a cost or other component is included or applies. All Proposers will
then have the benefit of the Issuing Office’s written answer so that all proposals are submitted on
the same basis.
The Proposer must complete Exhibit B - Cost Breakdown. Proposer must provide information
that identifies the Resources (by position) that will be devoted to the effort, the average loaded
rate for those resources and the number of hours each will devote to the effort. The table must
also identify any other direct costs that went into calculating the Proposer’s cost. The sum of the
loaded rates times the number of hours for each position, plus the other direct costs must equal
the total fixed price cost of the project.
Any costs not provided in the cost proposal will be assumed as no charge to the Commission.
Financial commitments to DBE/MBE/WBEs should be identified in the Cost Submittal and
should be expressed in terms of the percentage of the total cost of the proposal.
Invoices should be submitted monthly. Proposers should expect to invoice the total fixed price
cost for each task on the invoice representing the month in which formal acceptance of the final
deliverable for the task is achieved. Project management and administration costs associated
with Task 4 should occur monthly with costs distributed equally over the six month term of the
contract.
The Contractor shall only perform work on the Contract after the Effective Date is affixed and
the fully-executed contract sent to the selected Proposer. The Commission shall issue a written
Notice to Proceed to the selected Proposer authorizing the work to begin on a date which is on or
after the Effective Date. The Contractor shall not start the performance of any work prior to the
date set forth in the Notice of Proceed and the Commission shall not be liable to pay the
Contractor for any service or work performed or expenses incurred before the date set forth in
the Notice to Proceed. No Commission employee has the authority to verbally direct the
commencement of any work under the Contract.
Page 11 of 17
PART III
CRITERIA FOR SELECTION
III-1. Mandatory Responsiveness Requirements. To be eligible for selection, a proposal shall be
(a) timely received from a Proposer; and (b) properly signed by the Proposer.
III-2. Technical Nonconforming Proposals. The two (2) Mandatory Responsiveness Requirements
set forth in Section III-1 above (a&b) are the only RFP requirements that the Commission will consider
to be non-waivable. The Issuing Office reserves the right, in its sole discretion, to (1) waive any other
technical or immaterial nonconformities in the proposal, (2) allow the Proposer to cure the
nonconformity, or (3) consider the nonconformity in the evaluation of the proposal.
III-3. Proposal Evaluation. Proposals will be reviewed, evaluated, and rated by a Technical
Evaluation Team (TET) of qualified personnel based on the evaluation criteria listed below. The TET
will present the evaluations to the Professional Services Procurement Committee (PSPC). The PSPC
will review the TET’s evaluation and provide the Commission with the firm(s) determined to be highly
recommended for this assignment.
The Commission will select the most highly qualified firm for the assignment or the firm whose
proposal is determined to be most advantageous to the Commission by considering the TET’s evaluation
and the PSPC’s determination as to each firm’s rating. In making the PSPC’s determination and the
Commission’s decision, additional selection factors may be considered taking into account the estimated
value, scope, complexity and professional nature of the services to be rendered and any other relevant
circumstances. Additional selection factors may include, when applicable, the following: geographic
location and proximity of the firm, firm’s Pennsylvania presence or utilization of Pennsylvania
employees for the assignment; equitable distribution of work; diversity inclusion; and any other relevant
factors as determined as appropriate by the Commission.
Award will only be made to a Proposer determined to be responsive and responsible in accordance with
Commonwealth Management Directive 215.9, Contractor Responsibility Program.
III-4. Evaluation Criteria. The following criteria will be used, in order of relative importance from
the highest to the lowest, in evaluating each proposal:
1. Proposer and Personnel Qualifications and Experience
a. Proposer’s relevant experience and expertise in performing consulting services as they
relate to the requirements discussed in Part IV of this RFP. The Proposer’s experience
in BI&DA will be considered in the evaluation of this factor.
b. Qualifications, experience and competency of professional personnel who will be
assigned to the contract by the Proposer including tenure with firm, length of time in the
industry and type of experience.
c. Demonstrated ability of the Proposer to undertake a project of this size.
d. Response of references if the Commission elects to solicit them.
2. Approach
a. Understanding of the Commission’s needs and scope of work.
Page 12 of 17
b. Soundness of proposed approach, methodology, and deliverables for conducting
consulting services as related to the requirements discussed in Part IV of this RFP.
c. Quality, completeness and applicability of sample deliverables provided.
d. Responsiveness, organization, and clarity of Proposal.
3. Cost.
While this area may be weighted heavily, it will not normally be the deciding factor in the
selection process. The Commission reserves the right to select a proposal based upon all the
factors listed above, and will not necessarily choose the firm offering the best price. The
Commission will select the firm with the proposal that best meets its needs, at the sole
discretion of the Commission.
4. Disadvantaged, Minority and Women Business Enterprise (D/M/WBE).
This refers to the inclusion of D/M/WBE firms, as described in Part II-1, H, and the extent to
which they are expected to participate in the Contract. Participation will be measured in terms
of total dollars committed or percentage of total contract amount to certified D/M/WBE
firms.
Page 13 of 17
PART IV
WORK STATEMENT
IV-1. Objectives.
General.
The Commission is interested in expanding and formalizing its use of data to support decision
making through the development of a robust BI&DA framework.
Specific.
The objectives in issuing this RFP include:
• Discovering and prioritizing the Commission’s needs and opportunities for BI&DA;
• Identifying common analysis activities across the Commission and revealing overlapping
data needs ;
• Identifying the Commission’s current capacity, capabilities, and gaps to implementing the
BI&DA;
• Creating a continuous process for expanding and improving upon the Commission’s BI&DA
capabilities; and
• Development of use cases for the selection of an appropriate and adequate set of tools to
support the Commission’s framework.
IV-2. Nature and Scope of the Project.
This is an enterprise level project which calls for experienced consulting services.
In order to cut costs, streamline operations, and fuel continual process improvements, the Commission
needs to have access to critical data in a manner that supports individual analyses. This includes
presenting current and historical data in executive dashboards that are available on an ad-hoc basis and
accessible to support predictive analysis. Commission managers must be able to understand the past,
monitor the present and predict future outcomes. This requires the creation and implementation of a
BI&DA framework that discovers and addresses the Commission’s evolving needs across the
organization.
This framework shall cover the full span of Commission operations. This includes the offices under the
jurisdiction of the Chief Executive Officer (CEO) as reflected in the abbreviated organization chart
provided in Figure 1 which follows. SAP is the primary system of record; however, there are many
other potential centralized and decentralized data sources.
NOTE: The selection of tools is not within the scope of this engagement. Instead, tool selection will be
undertaken independently by the Commission. The work described in this section must be performed
such that it is not dependent on the selection of a specific tool or toolset. Failure to meet this
requirement will result in the Supplier being precluded from future procurements for hardware, software
or services related to the BI&DA effort. A decision on future preclusion will be made following
acceptance of Task 2 project deliverables (Refer to Part IV-4).
Page 14 of 17
Figure 1
IV-3. Requirements.
The Supplier must perform project activities and deliverables in accordance with relevant accepted
industry practices. This section describes the standards and timeframes that should drive the delivery of
services.
• The solution must provide managers throughout the Commission with self-service access to the
data and insight they need, no matter where the information resides. This includes the
Commission’s SAP and other data sources.
• The solution must provide the foundation for well-conceived executive dashboards, user-friendly
ad hoc capabilities, and forward-looking predictive analytics.
Page 15 of 17
• Rather than being tied to the capabilities of a specific commercial tool offering, the foundation
and roadmap activities must be valid regardless of the toolset eventually selected by the
Commission.
• The scope of work outlined must be completed within six months of the notice to proceed.
The following section describes the specific tasks for this project.
IV-4. Tasks.
This section describes what the Supplier is expected to do and what it is expected to produce. The task
descriptions in this section are intended to provide an overview of the work to be performed. The
Commission expects the Supplier to apply its experience in performing similar projects for previous
clients to identify and perform the tasks required to allow the Commission to meet its stated objectives
and goals.
The description of each task identifies the minimum deliverables that must be provided to the
Commission. For each deliverable, the Supplier is expected to conduct at least two structured
walkthroughs with Commission-designated personnel. A design walkthrough should present the
Supplier’s plan for the scope, organization and content of the deliverable. This walkthrough should be
conducted early in the task plan as a means of validating the alignment of expectations. A second
walkthrough should be conducted when the deliverable is considered functionally complete and prior to
final formatting and production.
Task 1: Define a BI&DA Strategy
The Supplier will be expected to define a strategy, for sustained BI&DA development, around a set of
business capabilities and the data that enables them. The analysis for this strategy should be performed
at the enterprise level, engaging business managers in all functional areas of the Commission. The
strategy should support the management of BI&DA opportunities as a coherent program of projects.
Components of the strategy should address the following:
• BI&DA opportunities for measuring and improving the Commission’s key functions and
processes;
• Prioritization of opportunities based on factors such as Return On Investment (ROI), feasibility
and risk;
• Guidance, coordination and integration of BI&DA initiatives facilitating cross-program analysis
and reuse of data and functionality;
• Metrics for measuring the success of BI&DA applications in improving the business
performance of the Commission;
• Identification of data elements desired but not currently available;
• Required actions to establish BI&DA as an ongoing program as opposed to an one-time activity;
and
• Approaches for identifying and managing risk.
Deliverable: The required deliverable for this task is the BI&DA strategy document.
Page 16 of 17
Task 2: Define a Supporting Business and Technical Architecture
The Supplier will be expected to define a business and technical architecture to support the BI&DA
strategy. The architecture should provide a framework for organizing the data, information management
and technology components that will be used to build the BI&DA system.
• The data components of the architecture should include the internal and external sources of
structured and unstructured data that users will need to access and analyze to meet their business
requirements, including requirements for data currency, data quality and the level of detail.
• The information management components of the architecture should include data integration,
data cleansing, data dimensions and business rules that conform to the architectural guidelines.
• The architecture should describe the conceptual and logical technology components to be used to
present information to business users and enable them to analyze the data. This includes the tools
to be used within an organization
1
as well as the supporting IT infrastructure – i.e., hardware,
database software and networking devices.
To support the Commission’s subsequent selection of BI&DA tools, the Supplier will be expected to
define a minimum of five use cases and related datasets that the Commission can use to evaluate a
variety of commercially available tool sets. Use cases should be representative of the needs of various
business users. The Commission will provide an SAP and SQL Server environment to support the use
case data sets. The materials provided must be adequate to assess the capability of the toolset to support
dashboard, ad hoc and predictive analysis.
Deliverable:
The required deliverables for this task include:
• A BI&DA architecture document which addresses:
o Required data, information management and brand-neutral technology components;
o Gaps and options for improvements to the existing environment; and
o Technical risks and issues.
• A defined set of use cases and related data sets (including identification of existing data
sources as well as requisite new data sources) for the Commission’s use in evaluating
alternative BI&DA analysis, reporting and query tools address:
o Dashboards of past/current data;
o Ad-hoc query of past/current data;
o Predictive analysis of future trends based on past/current data.
Task 3: Describe Options and Roadmap
The Supplier will be expected to provide a comprehensive set of options for implementation of the
BI&DA strategy and architecture.
Deliverable:
The deliverable for this task is a roadmap and set of alternatives including:
1
The selection and implementation of tools will be undertaken independently by the Commission.
Consequently, specification of BI&DA tools must be brand neutral and should be described in terms of
required functional characteristics and features only. All specifications must be justifiable by
documented and approved Commission requirements.
Page 17 of 17
• A deployment plan with a roadmap and implementation timeline;
• Options for addressing key issues and gaps; and
• Identification of likely organizational roadblocks and risks or other concerns that might
affect future BI&DA program activities
Task 4: Perform Project Management and Administration
The Supplier will be expected to assign a project manager who has experience in successfully delivering
projects of a similar size, scope and complexity. The initial project plan submitted as part of the RFP
response should be maintained and updated to reflect project progress. The Supplier should arrange for
structured walkthroughs throughout the project as described at the beginning of this section.
Deliverable: The required deliverables for this task include the reports described in Section IV-5
of this RFP.
IV-5. Reports and Project Control.
The Supplier will be expected to provide the following project control reports and documentation.
A. Task Plan. A work plan which identifies the work elements of the task, the resources assigned
and the time allotted to each task, and the deliverable items to be produced. The initial task plan
provided in response to the RFP should be updated on a regular basis. It should form the basis of
progress reporting. Any changes to the work plan that impact scheduling or costs should be
brought to the attention of the Commission’s CIO immediately upon becoming known.
B. Status Report. A bi-weekly progress report covering activities, problems, and recommendations;
the report should be keyed to the work plan.
C. Problem Identification Report. An “as required” report, identifying problem areas. The report
should describe the problem and its impact on the overall project and on each affected task. It
should list possible courses of action with advantages and disadvantages of each, and include
recommendations with supporting rationale.
D. Project Close-Out Report. This report should include the identification of any outstanding
issues or incomplete tasks as well as any lessons learned.
Exhibit A – PROPOSAL COVER SHEET
Pennsylvania Turnpike Commission
Business Intelligence and Data Analytics Project
RFP# 14-10360-4558
Enclosed in two separately sealed submittals is the technical and cost proposal for the Proposer
identified below for the above referenced RFP:
Proposer Information:
Proposer Name
Proposer Mailing Address
Proposer Website
Proposer Contact Person
Contact Person’s Phone Number
Contact Person’s Fax Number
Contact Person’s Email Address
Proposer Federal ID Number
Signature
Signature of an official authorized
to bind the Proposer to the provisions
contained in the Proposer’s proposal: _____________________________________
Print Name
Title
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM WITH THE PROPOSAL MAY RESULT IN
THE REJECTION OF THE PROPOSAL.
Submittals Enclosed and Separately Sealed:
Technical Submittal
Cost Submittal
Exhibit B - COST BREAKDOWN
Business Intelligence and Data Analytics Project
1 All yellow cells in sheets must be filled out completely
2 Formulas are imbedded in Worksheets. Proposers must verify that all calculations, subtotal
costs and grand total costs are accurate.
3 Task Costs: For each task, identify separately for each resource the role description, hourly rate,
#of hours, and total resource cost. The total task cost will be calculated based upon these
entries. Additional Resources lines may be added to tasks as needed.
4 Other Direct Costs: Enter the total of all other direct billable costs associated with the Task.
This will be added to the task resource total to determine the total task cost.
5
DBE/MBE/WBE: Enter the commitment for each task area for the supplier. Percentages are
calculated based on the commitment entered relevant to the total proposed price for the task
area. The total percentage commitment is calculated based on the total commitment to the
supplier entered relevant to the total proposed price for the RFP. If necessary, the table may be
copied and repeated for each additional DBE/MBE/WBE.
6 As Stated in Section I-9 of the RFP, please contact the Contracts Administration Department at
[email protected] with [RFP 14-10360-4558] in the subject line with any questions or
concerns.
7
Payment for services under this contract are fixed-price. The hours listed are for any task or
deliverable are for informational purposes only and will not be binding on the Commission
INSTRUCTIONS
RFP NUMBER [RFP 14-10360-4558]
Exhibit B - COST BREAKDOWN
Business Intelligence and Data Analytics Project
Role/Position
Fully-loaded
Hourly Rate Hours
Cost
(Rate x Hours)
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $
- $
- $
Role/Position
Fully-loaded
Hourly Rate Hours
Cost
(Rate x Hours)
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $
- $
- $
Role/Position
Fully-loaded
Hourly Rate Hours
Cost
(Rate x Hours)
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $
- $
- $
Task Area 3: Describe Options and Roadmap
Task Area 1 Resource Subtotal
Other Direct Costs
Task Area 3 Total
Task Area 4: Perform Project Management and Administration
RFP NUMBER [RFP 14-10360-4558]
Task Area 2: Define a Supporting Business and Technical Architecture
Task Area 1 Resource Subtotal
Other Direct Costs
Task Area 2 Total
Other Direct Costs
Task Area 1: Define a BI&DA Strategy
Task Area 1 Total
Task Area 1 Resource Subtotal
Role/Position
Fully-loaded
Hourly Rate Hours
Cost
(Rate x Hours)
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $ 0 - $
- $
- $
- $
- $ Grand Total all Tasks
Task Area 1 Resource Subtotal
Other Direct Costs
Task Area 4 Total
Exhibit B - COST BREAKDOWN
Business Intelligence and Data Analytics Project
Proposed Costs (from Tab 1)
Task Area Proposed
Task Area 1 - $
Task Area 2 - $
Task Area 3 - $
Task Area 4 - $
Total Commitment - $
DBE/MBE/WBE Commitment
(Repeat this table for each DBE/MBE/WBE in the proposal)
DBE/WBE/WBE Firm:
Task Area Commitment in Dollars Percentage*
Task Area 1 - $ #DIV/0!
Task Area 2 - $ #DIV/0!
Task Area 3 - $ #DIV/0!
Task Area 4 - $ #DIV/0!
Total Commitment - $ #DIV/0!
* Percentage is calculated relative to the indiivdual line item of the commitment to the
DBE/MBE/WBE as relates to the total cost of the associated Task/Total on Tab 1.
RFP NUMBER [RFP 14-10360-4558]
Page 1 of 7
EXHIBIT C – INSURANCE REQUIREMENTS
Business Intelligence and Data Analytics Project
RFP# 14-10360-4558
A. General Insurance Requirements
1. The Professional Services shall not commence until the Professional Service Contractor
has obtained, at their own expense, all of the insurance as required hereunder and such
insurance has been approved by the Commission; nor shall the Professional Service
Contractor allow any Subcontractor or any Sub-Subcontractor or any tier (hereinafter
referred to collectively as “Subcontractor”) to commence work on any Commission
projects until all insurance required of the Subcontractor has been so obtained and
approved by the Professional Service Contractor. Approval of insurance required of the
Professional Service Contractor will be granted only after submission to the
Commission, original certificates of insurance signed by the representatives of the
insurers or, at the Commissions request, certified copies of the required insurance
policies. Certificates of insurance shall be provided to the Commission, evidencing the
coverage listed below, ten days prior to the start of work of this Project and thereafter
upon renewal or replacement of each coverage. The required coverage shall not include
any exclusions or endorsements, which are not acceptable to the Commission. Failure
of the Commission to demand such certificate or other evidence of full compliance with
these insurance requirements or failure of the Commission to identify a deficiency from
evidence that is provided shall not be construed as a waiver of the Professional Service
Contractor's obligation to maintain such insurance. With respect to insurance
maintained after final payment in compliance with a requirement below, an additional
certificate(s) evidencing such coverage shall be provided to the Commission with final
application for payment and thereafter upon renewal or replacement of such insurance
until the expiration of the time period for which such insurance must be maintained.
2. The Professional Service Contractor shall require all Subcontractors to maintain during
the term of the Contract Insurance of the type and in the minimum amounts as
described below and required of the Professional Service Contractor. Any obligations
imposed upon the Professional Service Contractor as part of this contract shall be so
imposed upon any and all Subcontractors as well.
3. All insurance required herein, with the exception of the Professional / Errors and
Omissions Liability Insurance shall be written on an “occurrence” basis and not a
“claims-made” basis. For Professional Liability “claims-made” coverage:
Page 2 of 7
a. The retroactive date must be on or prior to the start of work under this contract;
and
b. The Professional Service Contractor must purchase “tail coverage/an extended
reporting period” or maintain coverage for a period of three years subsequent to
the completion of their work / final payment.
4. The Commission, its commissioners, agents, servants, employees and representatives
shall be named as additional insured on the Professional Service Contractor’s liability
insurance program (except Workers Compensation and Professional Liability policies)
for ongoing operations and completed operations on a primary noncontributory basis.
Coverage to include ongoing and completed operations using ISO Endorsements CG
2010 and CG 2037, or their equivalents. Each of the Additional Insured’s respective
members, employees, agents and representatives shall also be afforded coverage as an
Additional Insured. Coverage should be provided for a period of three years subsequent
to the completion of work/final payment. The Commission reserves the right to require
the Professional Service Contractor to name other parties as additional insureds as
required by the Commission. There shall be no “Insured versus Insured Exclusion” on
any policies; all policies will provide for “cross liability coverage”.
5. All insurance policies required hereunder shall be endorsed to provide that the policy is
not subject to cancellation, non-renewal, or material reduction in coverage until thirty
(30) days prior written notice has been given to the Commission. In the event of
cancellation or non-renewal of coverage(s), it is the Professional Service Contractor’s
responsibility to replace coverage to comply with the Contract requirements so there is
no lapse of coverage for any time period. In the event the insurance carriers will not
issue or endorse their policy(s) to comply with the above it is the responsibility of the
Professional Service Contractor to report any notice of cancellation or non-renewal at
least thirty (30) days prior to the effective date of this notice.
6. No acceptance and/or approval of any insurance by the Commission shall be construed
as relieving or excusing the Professional Service Contractor or the Professional Service
Contractor’s Surety (if applicable) from any liability or obligation imposed upon either or
both of them by provisions of this Contract.
7. Any deductibles or self insured retention’s (SIR) of ($10,000) or greater shall be
disclosed by the Professional Service Contractor, and are subject to Commissions
written approval. Any deductible or retention amounts elected by the Professional
Service Contractor or imposed by the Professional Service Contractor’s insurer(s) shall
be the sole responsibility of the Professional Service Contractor. In the event any policy
includes an SIR, the Professional Service Contractor is responsible for payment within
Page 3 of 7
the SIR of their policy(ies) and the Additional Insured requirements specified herein shall
be offered within the SIR amount(s).
8. All insurance companies shall have an AM Best’s rating of at least “A-, Class VIII” or
better and be permitted to do business in the State of Pennsylvania.
9. There shall be no liability upon the Commission, public officials, their employees, their
authorized representatives, or agents either personally or as officials of the Commission
in carrying out any of the provisions of the Contract nor in exercising any power or
authority granted to them by or within the scope of the Contract, it being understood
that in all such matters they act solely as agents and representatives of the Commission.
10. Waiver of Rights of Recovery and Waiver of Rights of Subrogation:
a. The Professional Service Contractor waives all rights of recovery against the
Commission and all the additional insureds for loss or damage covered by any of
the insurance maintained by the Professional Service Contractor .
b. If any of the policies of insurance required under this contract require an
endorsement to provide for the waiver of subrogation, then the named insured
of such policies will cause them to be so endorsed.
11. Any type of insurance or any increase in limits of liability not described above which the
Professional Service Contractor requires for its own protection or on account of statute
shall be its own responsibility and at its own expense.
12. The amount of insurance provided in the aforementioned insurance coverages, shall not
be construed to be a limitation of the liability on the part of the Professional Service
Contractor.
13. Professional Service Contractor shall promptly notify the Commission and the
appropriate insurance company(ies) in writing of any accident(s) as well as any claim,
suit or process received by the insured Professional Service Contractor arising in the
course of operations under the contract. The Professional Service Contractor shall
forward such documents received to his insurance company(ies), as soon as practicable,
or as required by its insurance policy(ies).
Page 4 of 7
B. Professional Service Contractor Liability Insurance Requirements
• The Professional Service Contractor shall purchase the following insurance coverage’s
for the minimum limits specified below or required by law.
• Commercial General Liability insurance for bodily injury, personal injury, and
property damage including loss of use, etc. with minimum limits of:
$1,000,000 each occurrence;
$1,000,000 personal and advertising injury;
$2,000,000 general aggregate; and
$2,000,000 products/completed operation aggregate.
This insurance shall include coverage for all of the following
• Coverage is to be provided on ISO CG 00 01 12 07 or an equivalent form
(“Occurrence Form”) including Premises - Operations, Independent Contractors,
Products/Completed Operations, Broad Form Property Damage, Contractual
Liability, and Personal Injury and Advertising Injury;
• General aggregate limit applying on a per project basis;
• Products/Completed Operations Coverage must be maintained for a period of at
least three (3) years after final payment / completion of work (including
coverage for the Additional Insureds as set forth in these Insurance
Requirements);
• No Exclusions for development, construction, building conversion, etc with
respect to the project’s location and / or where the work is to be completed by
the Professional Service Contractor;
• Coverage for “Resulting Damage”;
• No sexual abuse or molestation exclusion;
• No amendment to the definition of an “Insured Contract”; and
• The definition of an “Insured Contract” must be amended to provide coverage
for all work on or within 50 feet of a railroad. A stand alone Railroad Protective
Liability policy may be required based on the scope of this project.
• Business Auto Liability insurance with a minimum combined single limit of
$1,000,000 per accident and including, but not limited to, coverage for all of the
following:
• Liability arising out of the ownership, maintenance or use of any auto;
• Auto non-ownership and hired car coverage
• Contractual Liability Coverage (including Liability for Employee Injury
assumed under a Contract as provided in the standard ISO policy
form)
• For Professional Service Contractors involved in the transportation of
hazardous material, include the following endorsements: MCS-90 and
ISO-9948
Page 5 of 7
• Workers’ Compensation insurance with statutory benefits as required by any state
or federal law, including standard “other states” coverage; employer’s liability
insurance with minimum limits of:
$1,000,000 each accident for bodily injury by accident;
$1,000,000 each employee for bodily injury by disease; and
$1,000,000 policy limit for bodily injury by disease.
1. United States Longshore & Harbor Workers Act Coverage, where
applicable;
2. Maritime Coverage under the Jones Act, where applicable;
3. Federal Employers Liability Act (FELA) coverage, where applicable;
4. Includes Sole Proprietorships and Officers of a Corporation who will
be performing the work; and
5. Where applicable, if the Professional Service Contractor is lending or
leasing its employees to the Commission for the work under this
contract (e.g. crane rental with operator), it is the Professional Service
Contractor’s responsibility to provide the Workers Compensation and
Employer’s Liability coverage and to have their policy endorsed with
the proper Alternate Employer Endorsement.
• Professional Liability: Professional Service Contractors (such as, but not limited to
Architects, Engineers, Attorneys, Financial Advisors, Marketing Professionals, Physicians
and Risk Management Consultants) shall provide professional liability and/or
malpractice insurance with minimum limits of $5,000,000. The definition of “covered
services” shall include the services required in the scope of this contract.
• Umbrella Liability or Excess Liability insurance with minimum limits of:
$5,000,000 per occurrence;
$5,000,000 aggregate for other than products/completed operations
and auto liability; and
$5,000,000 products/completed operations aggregate.
Policy to apply on a Following Form basis of the Commercial General Liability,
Commercial Automobile Liability and Employers Liability Coverage.
• Pollution Liability (If Applicable) Insurance
• Covering losses caused by pollution incidents that arise from the
operations of the Professional Service Contractor described under the
scope of services of this contract. This is to include all work completed by
the Professional Service Contractor, including testing and / or removal of
any and all pollutants.
• Occurrence/Claims Made Limit: $1,000,000 per project
Page 6 of 7
• Insurance to be maintained for the duration of the work for a period of
three years thereafter
• No Exclusions for Silica, Asbestos, Lead, or Lead Based Paint Testing.
• Include Mold Coverage for full policy limit of liability.
• Shall include coverage for all pollutants as defined under the Resource
Conservation and Recovery Act, as amended, 42 U.S.C. Section 6901 et.
Seq. (“RCRA”) or any related state or city environmental statute or the
removal of any petroleum contaminated material at the project.
• All owned and / or 3
rd
Party disposal facilities must be licensed and
maintain pollution liability insurance of not less than $2,000,000, if
applicable.
• Watercraft and Aircraft Liability
• Provide coverage for bodily injury, property damage, personal and
advertising injury arising out of any owned, leased, hired, or borrowed
watercraft or aircraft; and
• Minimum Limits of Liability: $10,000,000 Per Occurrence / $10,000,000
Aggregate
• Crime
• Include the Employee Theft and Theft, Disappearance and Destruction
coverage parts.
• The Employee Theft Coverage part shall include the Clients’ Property
Endorsement (ISO Form CR 04 01, or its equivalent).
• Minimum Limits of Liability: $1,000,000 Per Occurrence
• Privacy Liability
• Professional Service Contractor shall maintain coverage for third party
liability arising out of breach of privacy, inclusive of confidential and
proprietary business information, HIPAA violations and other breaches of
personally identifiable information and/or protected health information
that may arise from their work with this contract.
• Minimum Limits of Liability: $1,000,000 Per Claim / $1,000,000 Aggregate
• Privacy Breach Notification and Credit Monitoring: $250,000 Per
Occurrence
C. Indemnification
To the extent that state and/or federal laws limit the terms and conditions of this clause, it shall
be deemed so limited to comply with such state and/or federal law. This clause shall survive
termination of this contract. The Professional Service Contractor shall protect, defend,
indemnify and hold harmless the Commission, its commissioners, and their agents, servants,
Page 7 of 7
employees, and representatives (the “Indemnified Parties”) from and against all liability
(including liability for violation of any law or any common law duty), claims, damages, losses,
and expenses including attorneys' fees arising in connection with, out of, or resulting from the
performance of the work, provided that any such liability, claim, damage, loss or expense (i) is
attributable to bodily injury, sickness, disease, or death, or to any statutory or regulatory rule
designed to protect against such conditions, or to injury to or destruction of tangible property
(other than the work itself), and including the loss of the use resulting there from, and (ii) is
caused by or results from, in whole or in part, any act or omission of the Professional Service
Contractor or any Subcontractor or anyone direct or indirectly employed by any of them or
anyone for whose acts any of them may be liable, regardless of whether or not it is also caused
by or results from any act or omission of any party indemnified hereunder. Such obligation
shall not be construed to negate, abridge, or reduce other rights, obligations or indemnity
which would otherwise exist as to a party or person described in this Indemnification.
In any and all claims against the Indemnified Parties by an employee of the Professional Service
Contractor or any Subcontractor or anyone directly or indirectly employed by any of them, or
anyone for whose acts any of them may be liable, the indemnification obligation shall not be
limited in any way by any limitation on the amount or type of damages, compensation or
benefits payable by or for any Professional Service Contractor or any Subcontractor under
Workmen’s Compensation Acts, Disability Benefits Acts, or other employee benefit act.
These Indemnification provisions shall survive the termination of this contract.
Addendum No. 1
RFP # 14-10360-4558
Business Intelligence and Data Analytics Project
Prospective Respondents: You are hereby notified of the following information in regard
to the referenced RFP:
REVISION
1. The response date referenced in Part I-11 of the RFP has been extended and revised
as follows:
I-11. Response. To be considered, proposals must be delivered to the Pennsylvania
Turnpike Commission’s Contracts Administration Department, Attention: Wanda
Metzger, on or before Thursday, February 13, 2014 Thursday, February 27, 2014 at
2:00 p.m. local time.
All questions submitted in response to the above referenced RFP as of January 16, 2014,
will be answered on a separate Addendum that will be posted at a later date.
All other terms, conditions and requirements of the original RFP dated January 2, 2014
remain unchanged unless modified by this Addendum.
Page 1 of 23
Addendum No. 2
RFP # 14-10360-4558
Business Intelligence and Data Analytics Project
Prospective Respondents: You are hereby notified of the following information in regard
to the referenced RFP:
REVISIONS
1. The response date referenced in Part I-11 of the RFP and Addendum 1 - Revision 1 has
been extended and revised as follows:
I-11. Response. To be considered, proposals must be delivered to the Pennsylvania
Turnpike Commission’s Contracts Administration Department, Attention: Wanda
Metzger, on or before Thursday, February 13, 2014 Thursday, February 27, 2014
Thursday, March 6, 2014 at 2:00 p.m. local time.
2. Exhibit B – Cost Breakdown (Revised 2-10-14)
ADDITIONS
1. Exhibit D - SAP BW/BI System Summary
QUESTIONS & ANSWERS
Following are the answers to questions submitted in response to the above referenced RFP
as of January 16, 2014. All of the questions have been listed verbatim, as received by the
Pennsylvania Turnpike Commission.
1. Will the successful awardee of RFP NUMBER 14-10360-4558 be precluded from
bidding on the subsequent BI&DA tool selection RFP?
The solicitation method for the BI&DA tool has not yet been defined. While it is
not our intent to preclude the awardee of RFP NUMBER 14-10360-4558 from
bidding on the subsequent BI&DA tool selection RFP, vendors may be precluded
if they do not provide tool-agnostic deliverables as part of this procurement.
2. Is the selected supplier eligible for or precluded from any subsequent
procurements related to the project?
The solicitation method for the BI&DA tool has not yet been defined. While it is
not our intent to preclude the awardee RFP NUMBER 14-10360-4558 from
bidding on the subsequent BI&DA tool selection RFP, vendors may be precluded
if they do not provide a tool-agnostic deliverables as part of this procurement.
Page 2 of 23
3. Will bidding on this RFP exclude anybody from bidding on future
implementation of a proposed solution?
The solicitation method for the BI&DA tool has not yet been defined. While it is
not our intent to preclude the awardee RFP NUMBER 14-10360-4558 from
bidding on the subsequent BI&DA tool selection RFP, vendors may be precluded
if they do not provide a tool-agnostic deliverables as part of this procurement.
4. What systems and or data systems does the Commission use apart from SAP.
A complete application inventory is not available.
5. Are there any data cleansing tools in place currently?
No, there are no tools in place.
6. Is there a data warehouse or business warehouse in place? If yes, which tool is
it and what version?
The Commission utilizes SAP Business Warehouse. Please reference the above
addition 1 - Exhibit D - SAP BW/BI System Summary.
7. Can you provide a list of the tools you are considering selecting. The solution
you choose will largely affect timelines and implementation strategy.
The selection of tools is not within the scope of this RFP. Instead, tool selection
will be undertaken independently by the Commission.
8. Does PTC currently have a Business Intelligence or Data Warehousing Centre of
Excellence. Is there a key sponsor appointed for this ongoing strategic
initiative?
There currently is no BI/DW Center of Excellence. The key sponsors for the BI-
DA initiative are the CIO and COO.
9. Does the Commission have a current Analytical environment and can the
existing architecture of said environment be shared?
There is no current analytical environment.
10. What BI/DA best practices, procedures, policies projects or tools exist currently
for the Commission or is this the first project to to work with the subject
matter.
Nothing is standardized. This is the first project to work with the subject
matter.
11. Is the “fully loaded hourly rate” assumed to include time and expenses? (page
17 paragraph 2)
Per section II-2 of the RFP, "any costs not provided in the cost proposal will be
assumed as no charge to the Commission". Any direct expenses not included
within the hourly rate must be included in the Cost Breakdown, per Exhibit B,
Instruction 4.
Page 3 of 23
12. In the calculation tables, in the subtotal sections, there is a repeating label for
Task 1 subtotal. Please clarify the presence of that label and correct if
necessary.
See the revised Exhibit B – Cost Breakdown (Revised 2-10-14) that is posted
with this addendum.
13. Can the Cost Breakdown worksheet be made available in MS Excel format, or
other editable format?
The Excel spreadsheet is provided as an embedded attachment to the PDF file.
This is accessible by downloading the PDF and then expanding the
"attachments" in the left navigation.
14. May we request an MSWord version of Exhibit C- Cost Breakdown?
The cost matrix is Exhibit B and must be submitted in MS Excel format. The
Excel spreadsheet is provided as an embedded attachment to the PDF file. This
is accessible by downloading the PDF and then expanding the "attachments" in
the left navigation.
15. The instructions refer to formulas embedded in Worksheets. Please provide
Exhibit B in MS-Excel Worksheet format.
The Excel spreadsheet is provided as an embedded attachment to the PDF file.
This is accessible by downloading the PDF and then expanding the
"attachments" in the left navigation.
16. In the instructions under Exhibit B- Cost Breakdown it says that all yellow cells
in the sheet must be filled out completely and the formulas are embedded in
the worksheets to calculate total costs accurately. There are no Spreadsheets
but only the PDF which does not work. Will you be providing the appropriate
Excel spreadsheets for us to fill out?
The Excel spreadsheet is provided as an embedded attachment to the PDF file.
This is accessible by downloading the PDF and then expanding the
"attachments" in the left navigation.
17. Project management and administration costs associated with Task 4 are pro-
rated monthly over six months. All other costs are billable in the month when
the deliverable was accepted by the Commission. Is this a correct
understanding?
This is correct.
18. What if any expectations are there regarding minority work, specifically
D/M/WBE and its it assumed they should be based out of Pennsylvania? Is
there an expected or required %?
The Commission will consider as part of its evaluation the D/M/WBE
commitment included within proposals. There is no required percentage.
Page 4 of 23
19. To what extent does the Commission expect DBE/MBE/WBE’s to participate in
the Contract?
The Commission will consider as part of its evaluation the D/M/WBE
commitment included within proposals. There is no required percentage.
20. The RFP notes that WBE/DBE/MBE participation is encouraged and will be a
factor in the proposal evaluation, but I see any suggested or required %
participation of the total dollars/project. Is there a suggested or required % of
participation?
The Commission will consider as part of its evaluation the D/M/WBE
commitment included within proposals. There is no required percentage.
21. What is the current perceived data quality?
This is unknown.
22. In the deliverable section under Task 2: Define a Supporting Business and
Technical Architecture, a reference is made to “requisite new data sources.”
Please explain, as this may introduce significant project risk. Also, Task 1:
Define a BI&DA Strategy states, “Identification of data elements desired but not
currently available.” Are these data elements in reference to the “requisite new
data sources,” mentioned above?
"Requisite new data sources" refers to preferred data elements identified by
the business areas but for which no data source has been identified.
23. Task 2: Define a Supporting Business and Technical Architecture, makes
reference to “unstructured data.” Please explain the types and quantities of
any existing or future unstructured data.
It is our expectation that the proposer will identify this information as part of
the interview process.
24. What are your data volumes, how much data will we be working with here?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
25. What are the other data sources besides SAP? Can you provide a diagram or list
and some more details?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment for
other data sources. It is anticipated that through the interview process with
business process owner’s additional data sources will be identified.
26. Can the Commission further quantify the statement on page 13, “there are
many other potential centralized and decentralized data sources,” for purposes
of data profiling estimation?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment for
other data sources. It is anticipated that through the interview process with
business process owners, additional data sources will be identified.
Page 5 of 23
27. Approximately how many data sources will be involved in this process?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
28. Does the Pennsylvania Turnpike Commission have an inventory of data sources
beyond SAP?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
29. Approximately how many data sources are anticipated to be part of this new
architecture? For internal source systems, what is their maturity (e.g., at one
end of the spectrum, completely manual; at the other end, a fully automated,
fully integrated, verified data warehouse)?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
30. How many centralized and decentralized Data Sources both internal and
external to Pennsylvania Turnpike Commission (SAP, and others) are to be
included in this engagement?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
31. How many data sources are expected to be part of this analysis beyond SAP?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
32. Do you own Business Warehouse? If yes, have you deployed it?
Yes. Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
33. Do you own SAP HANA? If yes, have you deployed it?
No. Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
Page 6 of 23
34. In each business unit, what analytics are being used today, and what are the
perceived gaps in the current state solution?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment. It is
anticipated that through the interview process with business process owner’s
gaps in the current state will be identified.
35. What Business Intelligence tools if any do you use currently?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
36. What type of BI capabilities are in place at PA Turnpike today?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
37. What Business Intelligence (i.e. data integration, data warehousing, information
delivery, governance) capabilities currently exist at Pennsylvania Turnpike
Commission today?
Please see Addition 1 - Exhibit D - SAP BW/BI System Summary attachment.
Reporting is primarily through SAP Business Warehouse or manually.
38. What reporting and analysis does Pennsylvania Turnpike Commission currently
perform (i.e. standard batch reporting, ad hoc query, predictive analysis,
dashboards)?
Reporting is primarily through SAP Business Warehouse or manually.
39. How do you do reporting and analysis at present?
Reporting is primarily through SAP Business Warehouse or manually.
40. How are reports and dashboards currently being generated?
Reports are primarily generated from SAP BW. For data not currently in BW,
the reporting methods are unknown. It is our expectation that the proposer
will identify this information as part of the interview process.
41. Are there today any existing predictive analytics teams / applications being
supported by the Commission (e.g. route optimization, peak traffic seasonality /
factor analysis, etc.) or is the current state of information delivery all Business
Intelligence type workflows (alerts, reports, cubes, datamarts, etc)?
You should not assume that there are any existing predictive analytics.
42. How do you currently forecast your most important KPI's/metrics?
There currently are no standard Key Performance Indicators/metrics.
43. Have KPIs been defined for measuring/monitoring the effectiveness of the
Commission's key business processes?
No, KPIs have not yet been established.
Page 7 of 23
44. Are there any limitations the Commission puts on citizenship or state residency
for supplier project team members?
No limitations.
45. While this RFP covers most functional areas of the Commission, are their certain
departments that may require more attention than others during the Roadmap
review sessions?
No.
46. When will the answers to the questions be posted/answered by the
Commission?
Answers are provided in this Addendum number 2.
47. Also, let us know whether if any Certification is mandatory to participate in this
Solicitation.
Certification is not stated in the RFP as a requirement but it can be taken into
consideration by the Commission.
48. Who will be the key users for this solution?
The RFP deliverables will be used by Executive Leadership and the IT staff to
guide implementation BI&DA solutions for the PTC.
49. Is there an estimated start date for the project?
For proposal purposes, an estimated start date of May 1, 2014, should be used.
The actual start date will be determined based upon the negotiation and award
timeframe.
50. What is the planned project start date?
For proposal purposes, an estimated start date of May 1, 2014, should be used.
The actual start date will be determined based upon the negotiation and award
timeframe.
51. Please describe the expected user population (number of individuals, split
across departments, and the nature of users, e.g., casual user, power user,
administrator) for the dashboards, ad-hoc capabilities, and predictive analytics
capabilities.
It is expected that this will be identified through the work effort of this RFP.
PTC has about 700 knowledge workers.
52. Can we assume that, whenever required, data will be retrieved and provided in
simple format (such .xls) to the consultant by the customer?
It is unclear to which data this refers. The Commission will provide all data that
is required and agreed to in Microsoft Office or flat file formats. The
Commission will provide a sandbox SAP environment replicating the production
environment; data extraction/transformation of SAP is not required. Any data
sources designed for the use cases not residing in the SAP environment must be
Page 8 of 23
constructed, modeled, and populated in the SQL environment to support the
use cases delivered in Task 2.
53. Do you currently employ a strategic quality practice, such as Six Sigma, ISO
9000, or Deming's "Plan-Do-Check-Act"?
No.
54. Does the Commission have a BICC, or plans to establish a BICC in the near
future?
No, the Commission does not have a Business Intelligence Competency Center.
55. Task 1, 2 and 3 seem to be sequentially phases; while task 4 seems to be in-
parallel across the project duration. Is this correct? Or does task 4 include some
additional tasks to be performed after tasks 1, 2 and 3?
Task 4 includes project management and administration efforts that will be
employed for the duration of the effort and in conjunction with tasks 1, 2, and
3.
56. A justification for the effort was stated as a need to "cut costs". Are these
primarily labor/productivity costs, redundancies in technologies, or process
overlap? This again helps to focus the strategic assessments on people, process,
or technology, or at least impact their weightings.
The Commission needs to have access to critical current and historical data in a
manner that supports individual analysis through dashboards as well as ad-hoc
review and monitoring and predictive analysis. The ultimate goal is better
operational decision making.
57. What prompted the RFP? In other words, what cumulative actions took place
to recognize a gap and need for this practice to be developed and enhanced at
the Pennsylvania Turnpike Commission? This will help zero in on the immediate
pain points for consideration during assessment and scoping activities.
The Commission hired a new CIO who identified a lack of BI&AD capabilities as a
significant gap.
58. What are the expected benefits/new capabilities sought with a new
architecture?
The Commission needs to have access to critical current and historical data in a
manner that supports individual analysis through dashboards as well as ad-hoc
review and monitoring and predictive analysis. Commission managers must be
able to understand the past, monitor the present and predict future outcomes.
This requires the creation and implementation of a BI&DA framework that
discovers and addresses the Commission’s evolving needs across the
organization.
Page 9 of 23
59. Have the business pain points in the Commission’s functioning already been
identified?
No.
60. Is there an expectation or preference that all work by all resources be
performed at the location of the Turnpike Commission?
This is answered on Page 5, section I-20, “Commission Participation” in the RFP.
The Commission will make limited work and meeting space available; however,
Proposers should plan to locate the project team off site and to make use of its
own reproduction facilities and logistical support.
61. Is there a preferred project management tool for the required detailed work
breakdown/work plan and Gantt chart?
The preferred tool is Microsoft Project.
62. What is the duration of the project? Section I-22/Page 5, states - The term of
the contract will commence on the Effective Date (as defined below) and will
end within twelve (12) months However, on page 9, the statement is made - A
work plan, including tasks, dependencies, durations and deliverables covering
the entire scope of the project. The project duration should not exceed 6
months. Include a Gantt chart. While it is true that 6 months is within 12
months, we would like you to please verify the duration of Project. Is there a
potential for extensions beyond the initial 6-month delivery period?
The project should be proposed as a 6-month effort.
63. Section I-22 states, “The term of the contract will commence on the Effective
Date (as defined below) and will end within twelve (12) months. Elsewhere in
the RFP, the project duration is defined as no greater than 6 months. Please
clarify.
The project should be proposed as a 6-month effort.
64. The project duration states 6 months on page 9, II-G but in I-22 the term of the
contract will end within 12 months. Does this mean additional work may be
added or asked for after the first 6 months?
The project should be proposed as a 6-month effort.
65. While this is clearly a strategy project, is the Commission willing to consider an
approach that leverages data discovery and profiling tasks – which would
require the Commission to provide temporary infrastructure upon which our
software would run – as part of the due diligence?
The proposer should propose an approach that best meets the objectives of the
RFP.
66. Was this RFP written internally or by a third party?
The RFP was developed internally.
Page 10 of 23
67. I was hoping to find out when there will be BI tool requirements to match this
services request for proposal? Section 1-4 states it is not included in the RFP.
Please advise
The selection of tools is not within the scope of this RFP. Instead, tool selection
will be undertaken independently by the Commission.
68. Has the Pennsylvania Turnpike Commission undertaken any efforts to establish
a BI&DA program to date and if so what have been the outcomes?
While the BW implementation provides significant reporting capabilities, the
full benefits of BI&DA has not been realized.
69. Is there Master Data Management process, governance and/or system in place?
There currently is no Master Data Management process in place.
70. As we are looking forward to participate in this solicitation, we would like to
know that is this opportunity open for all vendors or only pre qualified vendors?
This RFP open for all vendors who meet the RFP requirements.
71. If prior BI/DA projects were executed- were there gaps or issues resulting that
the Commission is seeking to overcome or address in this initiative? If so, what
are those issues or gaps?
This is the first BI/DA project for the Commission.
72. Has the Commission performed a formal needs or organizational assessment
surrounding BI and DA?
This RFP is intended to define the Commission needs as well as the strategy to
address those needs.
73. Please confirm that two CD’s with proposal files are required: One containing all
Technical Submittal files and a second containing only the Cost Submittal.
Two CDs must be submitted separately. One with the Technical Submittal and
one separate with the Cost Submittal.
74. How many Pennsylvania Turnpike Commission physical locations will the
consultant be expected to visit in this engagement and where are they located?
While some executives reside in the Western Regional Office and the Eastern
Regional Office, for the purposes of this procurement proposers may assume
the interviews will take place at the Central Administration Building in
Middletown.
75. Are all the stakeholders/SMRs local to Harrisburg? If not, where is the location
of each?
While some executives reside in the Western Regional Office and the Eastern
Regional Office, for the purposes of this procurement proposers may assume
the interviews will take place at the Central Administration Building in
Page 11 of 23
Middletown.
76. What are the constraints or shortcomings about the existing architecture that
are driving the need for this project?
While the PTC uses SAP Business Warehouse, a BI&DA framework and roadmap
does not exist.
77. Can the Commission please verify that the anticipated business manager
interviewees are located at the Commission’s facilities in Middletown? If not,
please explain any other geographies involved.
Yes, interviews will all occur in the Commission's Central Administration
Building in Middletown.
78. Is it satisfactory to list expected subcontractors by role or slot instead of by
name, in the case where the source of necessary resource might not be known
at the time of response?
Yes, subcontractors may be identified by role for proposal purposes. Prior to
start of the project, all resources must be identified by name.
79. Has any discovery been yet done on the business case achievable by
streamlining BI/data operations (e.g. opty to sunset reports / dashboards)
You should not expect any existing discovery on business cases.
80. Can you give us a “ballpark’ numbers for the following?: a) Number Dashboards
by Subject Area? b) Number of “canned” reports? c) Number and known
complexity of source “systems of record” in addition to SAP? d) What SAP
modules do they currently have installed? e) Does the Turnpike currently own
or use SAP BW in any form or fashion? f) What does the Turnpike mean by use
cases being built with SAP and SQR? Is the Turnpike expecting the consultant
to do any coding during this phase? g) How many Executive interviews are
anticipated and what levels of the organization should be included or will the
Turnpike want our recommendation as a part of this response based on your
Organization? h) How many locations do the Executives reside in and what
should our assumptions be for travel as a part of this project?
No we cannot. B) No we cannot. C) No we cannot D) Please see the SAP-related
attachment. E) Please see the SAP-related attachment. F) The goal and intent of
the Use Cases and the related Datasets is to provide the Commission with
exercisable examples of actual business processes that can eventually be used
to test various Business Intelligence/Data Analytics toolsets. Once the proposer
develops the Use Cases, the expectation is that the proposer will use existing
data in a provided sandbox SAP environment replicating the production
environment. A separate SQL Server environment also will be available. The
proposer may use any existing data that is required by the Use Cases. However,
if the Use Cases require data that does not currently exist, it is expected that
the proposer will develop test data required by the Use Cases so that, when the
Commission eventually evaluates toolsets for procurement, all of the data
Page 12 of 23
required by the Use Cases will be available to be used as part of that process. G)
The proposer should determine this. H) While some executives reside in the
Western Regional Office and the Eastern Regional Office, for the purposes of
this procurement proposers may assume the interviews will take place at the
Central Administration Building in Middletown.
81. What other types of specialized consulting services would be of to the
Commission in our submission of our capabilities?
Proposals should address the requirements defined within the RFP.
82. Could you add the words “With the exception of Professional Liability,” to the
beginning of the text for section 10a? To the extent that someone contributes
to a loss involving professional liability we would want to have the option to
come back to that person. This fosters more professional performance and
imposes the liability responsibility on the appropriate party.
Professional Liability is applicable to this work.
83. Exhibit C. Can the Commission confirm that the BI and DA project does not
require Railroad Protective Liability coverage?
There is no requirement for Railroad Protective for a contract of this nature.
84. Exhibit C. Can the Commission elaborate on the requirement for coverage
“General aggregate limit applying on a per project basis.”?
This is to ensure that your insurance limits are not eroded by claims that may
have occurred on other projects. The entire insurance coverage limit must be
available for this specific project.
85. Are Watercraft and Aircraft Liability and Privacy Liability insurance
requirements applicable to this work?
Watercraft or Aircraft Liability would not be applicable to this work.
86. Exhibit C. Can the Commission confirm that the Watercraft and Aircraft Liability
section does not apply for travel in commercial airline flights?
Watercraft or Aircraft Liability would not be applicable to this work.
87. Exhibit C. Can the Commission confirm that the Pollution Liability section does
not apply for the BI and DA project?
We would be amenable to waiving the requirement for pollution liability for
this work.
88. Regarding insurance requirements, are the watercraft and aircraft
liability/pollution liability requirements applicable for the type of services
rendered by this contract? If our firm does not carry these these types of
insurance, may we specify within the body of the proposal?
We would be amenable to waiving the requirement for watercraft and aircraft
Page 13 of 23
liability/pollution liability for this work.
89. Can you estimate the number of in person interviews you might expect?
The proposer should determine this.
90. By the Commission’s count, how many managers will need to be interviewed in
the performance of this task?
The proposer should determine this.
91. How many business functional areas and interview sessions (individual or
group) will be required during the information gathering activities to define
business requirements, desired capabilities and potential value to be derived
from the solution?
The proposer should determine this.
92. How many technical interviews/working sessions will be required during the
information gathering activities to define the current state environment and
desired state architecture requirements?
The proposer should determine this.
93. Task 1 states “engaging business managers in all functional areas of the
Commission”. How many managers need to be interviewed? Or rather, how
many interview sessions are needed?
The proposer should determine this.
94. Can the Commission please, at a high level: a. Describe any additional, existing
Business Intelligence applications. B. Describe the extent to which business
processes are documented. C. Describe the extent to which any future-state
requirements have been documented.
A) The commission utilizes SAP Business Warehouse. Please see Addition 1 -
Exhibit D - SAP BW/BI Summary attachment. B) Some business processes are
well documented. C) Do not expect future-state requirements to be well-
documented.
95. What mobile devices are currently in use or supported?
We have nothing standardized. This is the first project to work with the subject
matter.
96. [Vendor's Name] is planning to bid for this RFP along with a partner, since we
have options to partner with US based companies and some overseas, we
would like to know whether there are any restrictions on where the partner
company is located?
No.
Page 14 of 23
97. Can you provide a current system landscape? What versions of SAP are
currently in place?
Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
98. Is there an existing portal? If yes, which tool is it and what version?
The Commission uses SAP’s Enterprise Portal 6.0.
99. Section IV. Tasks: How many business managers by functional area are
expected to participate in the BI and DA project?
It is our expectation that the proposer will identify this information as part of
the interview process.
100. What resources will be made available during the project? Will someone from
the PTC work alongside us throughout the engagement to remove obstacles,
gather resources, and help follow through to close open items?
The Commission Project Manager will serve as the primary point of contact for
the awardee and will facilitate scheduling of staff and meeting locations in
collaboration with the schedule defined by the awardee.
101. What is the expected availability of resources from the Commission, to help
facilitate the project activities including but not limited to setting up workshops,
interviews, etc.?
The Commission Project Manager will serve as the primary point of contact for
the awardee and will facilitate scheduling of staff and meeting locations in
collaboration with the schedule defined by the awardee.
102. Will the Pennsylvania Turnpike Commission schedule all interviews/workshops
and confirm attendance? To what extent will PTC project lead participate in
individual or group gathering activities alongside Consultant staff?
The Commission Project Manager will serve as the primary point of contact for
the awardee and will facilitate scheduling of staff and meeting locations in
collaboration with the schedule defined by the awardee. The Commission
Project Manager will also assist in the gathering activities. However, the
Provider is ultimately responsible for all deliverables, independent of the
Project Manager's actions.
103. How much participation will the Pennsylvania Turnpike Commission provide on
the project for resources such as subject matter experts and process owners?
This is to be determined by the proposer. Refer to the organization chart
provided in section IV of the RFP.
104. Section IV-4. Tasks: How many Commission personnel will participate in each of
the Deliverable walkthroughs?
It is expected that 5-10 people will participate.
Page 15 of 23
105. Approximately how many stakeholders/Subject Matter Resources (SMRs) are
connected with the data sources and systems?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department.
106. Will resources from both functional areas be made available for analysis &
requirements gathering efforts?
You should expect that resources will be made available for analysis &
requirements gathering efforts.
107. Are there regulatory restrictions that we should be aware of that might
influence that architectural design, such as co-location of data elements or
turnaround time on answering inquiries?
Some commission data is HIPAA covered. We are unaware of other regulatory
restrictions and would expect proposer to determine this as part of assessment.
108. What current versions or modules of SAP does the Commission currently use?
Please see the SAP-related attachment. It is anticipated that through the
interview process with business process owners, those additional systems and
data sources will be identified.
109. What subject areas does the scope include e.g. Finance, Procurement, HR,
Supply Chain?
Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
110. What Modules of SAP have been implemented and are in use?
Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
111. In order to appreciate the scale of the architecture, please describe the current
state – current architecture, systems, reports, and vendor technologies used,
even if they are mostly manual.
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners’ additional
centralized and decentralized data sources will be identified.
112. Section IV-4. Tasks: Can the Commission provide the number of SAP modules in
use? Can the Commission estimate how many additional sources of data will be
considered for analysis as part of the BI and DA project?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
Page 16 of 23
113. Does the Commission have in mind a minimum number of dashboards/ reports
to be delivered, or does Task 2 entail simply delivering the capability plus
recommendations for dashboards/reports?
Deliverables for this RFP should identify the dashboards/queries/analysis
desired by the business areas. The use cases included as a Task 2 deliverable
will be built using representative dashboards/queries/analysis examples as
defined by the business areas. The goal and intent of the Use Cases and the
related Datasets is to provide the Commission with exercisable examples of
actual business processes that can eventually be used to test various Business
Intelligence/Data Analytics toolsets. Once the proposer develops the Use Cases,
the expectation is that the proposer will use existing data in a provided sandbox
SAP environment replicating the production environment. A separate SQL
Server environment also will be available. The proposer may use any existing
data that is required by the Use Cases. However, if the Use Cases require data
that does not currently exist, it is expected that the proposer will develop test
data required by the Use Cases so that, when the Commission eventually
evaluates toolsets for procurement, all of the data required by the Use Cases
will be available to be used as part of that process.
114. Is it fair to assume that while creation of ‘deployment plan’ is part of scope,
actual deployment or monitoring of deployment is not?
Deployment of the strategy is not within scope of this RFP.
115. Will the scope of this project include data-warehouse (schema) design as well?
Design of the data-warehouse schema is not in scope for this effort.
116. Do you want or expect our help in providing and list of leading vendors and
their Strengths and weaknesses based on Granter and our experience?
No.
117. IV-2. Nature and Scope of the Project states, “SAP is the primary system of
record; however, there are many other potential centralized and decentralized
data sources.” As a fixed-price contract is anticipated, can the Commission
please provide an overview of the existing systems / data sources, to include
type and purpose, measure of complexity, underlying technologies, # of users,
completeness/comprehensiveness of documentation, etc.
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
System Summary attachment for other data sources. It is anticipated that
through the interview process with business process owners, additional
centralized and decentralized data sources will be identified.
118. Is it expected to use statistical modeling for arriving at predictive model? If yes,
is use of statistical tools part of scope of this project and will those tools be
provided by the customer?
Selection and provisioning of the BI & DA tools is not within scope for this
effort. However, use cases and identified data sources must provide the
Page 17 of 23
capability for the Commission to adequately test all defined components,
including predictive analysis, of BI&DA tools. The goal and intent of the Use
Cases and the related Datasets is to provide the Commission with exercisable
examples of actual business processes that can eventually be used to test
various Business Intelligence/Data Analytics toolsets. Once the proposer
develops the Use Cases, the expectation is that the proposer will use existing
data in a provided sandbox SAP environment replicating the production
environment. A separate SQL Server environment also will be available. The
proposer may use any existing data that is required by the Use Cases. However,
if the Use Cases require data that does not currently exist, it is expected that
the proposer will develop test data required by the Use Cases so that, when the
Commission eventually evaluates toolsets for procurement, all of the data
required by the Use Cases will be available to be used as part of that process.
119. Will all of this be on premise or are you considering a cloud solution?
The Commission has not determined where the resulting solution will be
hosted.
120. What comprises of ‘deployment plan’? Does deployment include installation of
software, data preparation, installation of BI & DA tools, generation of queries
and creation of dashboards only?
The deployment plan should include and identify the steps required to
successfully implement the delivered strategy.
121. Identifying common analysis across the Commission- does this mean all
business processes are in scope and if so how many area areas, groups,
activities does that include?
The organizational groups identified within section IV of the RFP are within
scope for processes assessed and included within the BI&DA strategy.
122. Please confirm that Road Map review sessions will be held independently with
each department as shown on the organizational chart on Page 14?
The structure of review sessions is to be determined by the proposer.
123. Is there a current business capabilities document that can be provided to help
understand the scope and magnitude of the problem domain for BI/DA?
There is no existing business capabilities document.
124. Please clarify the importance of a firm’s “Pennsylvania presence” in the
evaluation process as described in Section III-3 of the RFP but omitted from
Section III-4.
A "Pennsylvania presence" is not stated in the RFP as a requirement but it can
be taken into consideration by the Commission.
Page 18 of 23
125. Could you please clarify this provided sentence, ‘The Commission will provide
an SAP and SQL Server environment to support the use case data sets.’ Is the
SAP & SQL Server environment there to validate input data, or is there an
expectation that some form of use case validation will be performed?
The Commission will provide a sandbox SAP environment replicating the
production environment; data extraction/transformation of SAP is not required.
Any data sources designed for use cases not residing in the SAP environment
must be constructed, modeled, and populated in the SQL environment to
support the use cases delivered in Task 2. The design and development of
dashboards, ad-hoc queries, and/or predictive analysis is not in scope. However,
the use cases and related data sets must be sufficient for future analysis of
those capabilities in specific toolsets. The goal and intent of the Use Cases and
the related Datasets is to provide the Commission with exercisable examples of
actual business processes that can eventually be used to test various Business
Intelligence/Data Analytics toolsets. Once the proposer develops the Use Cases,
the expectation is that the proposer will use existing data in a provided sandbox
SAP environment replicating the production environment. A separate SQL
Server environment also will be available. The proposer may use any existing
data that is required by the Use Cases. However, if the Use Cases require data
that does not currently exist, it is expected that the proposer will develop test
data required by the Use Cases so that, when the Commission eventually
evaluates toolsets for procurement, all of the data required by the Use Cases
will be available to be used as part of that process.
126. Task 2: Define a Supporting Business and Technical Architecture states, “the
Supplier will be expected to define a minimum of five use cases and related
datasets that the Commission can use to evaluate a variety of commercially
available tool sets… The Commission will provide an SAP and SQL Server
environment to support the use case data sets.” a) Please explain what is
expected from the Supplier with regard to the provided SAP and SQL Server
environments. Related, does the scope include any necessary modeling and
database creation of the SQL Server environment, as well as extraction,
transformation, and loading of the existing SAP data? b) Please verify that the
design and development of dashboards, ad-hoc queries, and/or predictive
analysis is not in scope.
a) The goal and intent of the Use Cases and the related Datasets is to provide
the Commission with exercisable examples of actual business processes that can
eventually be used to test various Business Intelligence/Data Analytics toolsets.
Once the proposer develops the Use Cases, the expectation is that the proposer
will use existing data in a provided sandbox SAP environment replicating the
production environment. A separate SQL Server environment also will be
available. The proposer may use any existing data that is required by the Use
Cases. However, if the Use Cases require data that does not currently exist, it is
expected that the proposer will develop test data required by the Use Cases so
that, when the Commission eventually evaluates toolsets for procurement, all
of the data required by the Use Cases will be available to be used as part of that
Page 19 of 23
process. b) No, the design and development of dashboards, ad-hoc queries,
and/or predictive analysis is not in scope. However, the use cases and related
data sets must be sufficient for future analysis of those capabilities in specific
toolsets.
127. Can we get further clarification on “SAP use Cases” and their expectations for
the 5 required?
The goal and intent of the Use Cases and the related Datasets is to provide the
Commission with exercisable examples of actual business processes that can
eventually be used to test various Business Intelligence/Data Analytics toolsets.
Once the proposer develops the Use Cases, the expectation is that the proposer
will use existing data in a provided sandbox SAP environment replicating the
production environment. A separate SQL Server environment also will be
available. The proposer may use any existing data that is required by the Use
Cases. However, if the Use Cases require data that does not currently exist, it is
expected that the proposer will develop test data required by the Use Cases so
that, when the Commission eventually evaluates toolsets for procurement, all
of the data required by the Use Cases will be available to be used as part of that
process.
128. Among the requirements of Task 2 on RFP page 16, the contractor will be
required to define at least 5 use cases and “related datasets” for subsequent
evaluation of commercial software products by the Commission. At what level
of development is the contractor required to deliver these data sets – a
conceptual description of data architecture; a logical data model; or a physical
database implementation in the SAP/SQL Server environment provided?
It is our expectation that the data set development would include conceptual,
logical and physical implementations, including test data population that would
enable the evaluation of toolsets as part of a subsequent RFP. The goal and
intent of the Use Cases and the related Datasets is to provide the Commission
with exercisable examples of actual business processes that can eventually be
used to test various Business Intelligence/Data Analytics toolsets. Once the
proposer develops the Use Cases, the expectation is that the proposer will use
existing data in a provided sandbox SAP environment replicating the production
environment. A separate SQL Server environment also will be available. The
proposer may use any existing data that is required by the Use Cases. However,
if the Use Cases require data that does not currently exist, it is expected that
the proposer will develop test data required by the Use Cases so that, when the
Commission eventually evaluates toolsets for procurement, all of the data
required by the Use Cases will be available to be used as part of that process.
129. Can we assume that deliverable for task 2 will be theoretically presented on
how the use-cases will be addressed and not actual creation of dashboards or
report?
The goal and intent of the Use Cases and the related Datasets is to provide the
Commission with exercisable examples of actual business processes that can
Page 20 of 23
eventually be used to test various Business Intelligence/Data Analytics toolsets.
Once the proposer develops the Use Cases, the expectation is that the proposer
will use existing data in a provided sandbox SAP environment replicating the
production environment. A separate SQL Server environment also will be
available. The proposer may use any existing data that is required by the Use
Cases. However, if the Use Cases require data that does not currently exist, it is
expected that the proposer will develop test data required by the Use Cases so
that, when the Commission eventually evaluates toolsets for procurement, all
of the data required by the Use Cases will be available to be used as part of that
process. The design and development of dashboards, ad-hoc queries, and/or
predictive analysis is not in scope. However, the use cases and related data sets
must be sufficient for future analysis of those capabilities in specific toolsets.
130. Does the Commission have previously defined use cases that can provided to
responders to help better understand the goals and objectives for BI/DA?
There are no existing use case documents.
131. In addition to SAP, what types of data sources are envisaged e.g., custom
applications with transactional data in relational databases, structured data in
Excel workbooks, unstructured data in email?
It is our expectation that the proposer will identify this information as part of
the interview process.
132. The RFP mentions PA UCP as a qualifier for Minority/Woman/Disadvantaged
business inclusion. Will the Commission consider a PA State Certified
Minority/Woman/Disadvantaged business to meet this criterion without UCP
certification?
The Commission currently recognizes firms for counting toward the minimum
participation level goal that are certified as a DBE with the PA Unified
Certification Program for RFPs.
133. How many Internal/external stakeholders do you foresee being a part of this
project from the Commission?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department. It is not anticipated that
the proposer would be involved with external stakeholders.
134. Is there a framework, architecture or other document that can be Given to
responders to help define the current Commission IT Environment?
Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
Page 21 of 23
135. SAP is referenced in the RFP. What other source systems or database software
is currently being used?
SAP is the primary data source. Please see Addition 1 - Exhibit D - SAP BW/BI
Summary attachment. It is anticipated that through the interview process with
business process owners, additional centralized and decentralized data sources
will be identified.
136. Does the Commission use SAP’s HANA or any other Bi/DA tool currently?
No. Please see Addition 1 - Exhibit D - SAP BW/BI Summary attachment.
137. What is the volume of the user community including external stakeholders that
fall under this scope?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department. It is not anticipated that
the proposer would be involved with external stakeholders.
138. Are there regulatory requirements and stakeholders for the BI/DA that must be
addressed by this strategy and if so what and who are they?
Some commission data is HIPAA covered. We are unaware of other regulatory
restrictions and would expect proposer to determine this as part of assessment.
139. Is this project intended to include stakeholders input from the entire
organization chart shown of managers and their respective areas?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department.
140. What type of dashboard tools does the Commission currently use?
The proposer should not assume that any dashboard tools are currently in use.
141. Cross-program analysis – what other programs would be involved in this
strategy? How will the stakeholders be guaranteed to be available for this
effort if competing programs need their participation concurrently?
A high level organization chart is provided in the RFP. The proposer can assume
multiple Stakeholders/SMRs from each department. You should expect that
resources will be made available for analysis & requirements gathering efforts.
142. What metrics or KPI’s (Key Performance Indicators) are already in place today to
measure the success of other IT initiatives?
There currently are no standard Key Performance Indicators/metrics.
Page 22 of 23
143. Exhibit C/Insurance 1, Page 1 of 7, Certified Copies - The insurance requirements
contain some items that are outside of the core risk management concerns and
are not practical for large IT vendors to comply with. Is it possible for you to
remove the words“…or, at the Commission’s request, certified copies of the
required insurance policies.” From the first paragraph in section 1? We do not
provide certified copies of policies and would not want to be precluded from
bidding because of this requirement.
We would be amenable to provision of a certificate of insurance evidencing the
required coverage.
144. Exhibit C/Insurance 1, Page 1 of 7, Approval of unspecified endorsements -
Could you remove the following sentence from the first paragraph of section 1
“The required coverage shall not include any exclusions or endorsements, which
are not acceptable to the Commission.”? One has no way of knowing what
might not be acceptable to the Commission. We, like most companies, use
standard ISO forms that include customary exclusions and endorsements.
The Turnpike Commission should be advised of any exclusions not standard to
the ISO form and any endorsements not required by law.
145. Exhibit C/Insurance 4, Page 2 of 7, Named Insured vs. blanket - Can you
substitute the word “included” for the word “named” at the end of the first
sentence. We use a blanket additional insurance form which includes all of the
entities we provide insurance for without naming each of them individually. You
have the same coverage you would have if you were named. This is a common
insurance industry practice. It actually enhances coverage because it removes
any problems from potential administrative errors in adding, endorsing or
removing names from the certificates.
We have no issue with this request.
146. Exhibit C/insurance 7, Page 2 of 7, Commission approval of Deductibles - Could
the first 3 words “Any deductible or” be removed from the first paragraph of
section 7. We are a large company with numerous customers and contracts. We
use deductibles that are appropriate for our size and collateralized with our
insurer. It would be impractical for us to submit our deductible practice for
approval in every RFP we participate.
Our concern is that a bidding firm may maintain deductibles that are beyond its
financial ability to satisfy.
Page 23 of 23
147. Exhibit C/Insurance, Page 3 of 7, AM Best Ratings - Can you add at the beginning
of section 8 “With the exception of any wholly owned captive,”? Not all captives
are rated by AM Best. It seems appropriate that companies using properly
funded and managed captives not rated by AM Best not be excluded from
responding to this RFP
Should the Turnpike Commission agree to add the requested wording, we will
request the following wording be added to the end of item 8: “With regard to
any wholly owned Captive, the Professional Service Contractor shall submit the
most recent Audited Financial Statements (and any Annual Audited Financial
Statements issued subsequent to execution of this contract) to the Commission
for their review and approval. The Professional Service Contractor must also
provide the Commission with the full Company name of each Fronting Carrier
involved in the Wholly Owned Captive, and must certify that the Wholly Owned
Captive is in good standing with the appropriate regulatory body in which it is
domiciled.”
All other terms, conditions and requirements of the original RFP dated January 2, 2014
remain unchanged unless modified by this Addendum.
doc_777112083.pdf