102
INFORMATION TECHNOLOGY SERVICES ITQ #4400004480 REQUEST FOR QUOTATIONS FOR BRIDGE AUTOMATED DESIGN AND DRAFTING SOFTWARE (BRADD) ISSUING OFFICE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION BUREAU OF PROJECT DELIVERY RFQ NUMBER #6100025943 DATE OF ISSUANCE August 19, 2013 Page 1

Web viewThe software supports tangent geometry, horizontal curves (chord beams) and vertical curves. The bridge skew (PennDOT definition) can range from 25 degrees to 90 degrees. Available

Embed Size (px)

Citation preview

INFORMATION TECHNOLOGY SERVICES ITQ#4400004480

REQUEST FOR QUOTATIONS FOR

BRIDGE AUTOMATED DESIGN AND DRAFTING SOFTWARE(BRADD)

ISSUING OFFICE

PENNSYLVANIA DEPARTMENT OF TRANSPORTATIONBUREAU OF PROJECT DELIVERY

RFQ NUMBER

#6100025943

DATE OF ISSUANCE

August 19, 2013

Page 1

The Department of Transportation, [Bureau of Project Delivery] has posted solicitation SRM Solicitation Number #6100025943. Please go to the eMarketplace Website to view and download all documentation pertaining to this solicitation.

This is a restricted solicitation, only those contractors qualified in one (1) or more of the following service categories) under the Commonwealth’s Information Technology (IT) Services Invitation to Qualify (ITQ) Contract, 4400004480, prior to the bid opening date may respond.

Consulting Services IT General Commercial Off-The-Shelf (COTS) Software Services Modifiable Off-The-Shelf (MOTS) Software Services Software Development Services Subscription Based Web Application or Software as a Service (SaaS) Procurements

Organizations interested in doing business with the Commonwealth through this contract must begin by registering with the Commonwealth as a Procurement Supplier. For more information about registration, please view the Registration Guide.

Once an organization is registered with the Commonwealth, they must develop and submit a bid through the PASupplierPortal Website in order to qualify for one, all, or any combination of the service categories associated with this contract. The Commonwealth will evaluate the bid along with all supporting documentation to determine whether the organization meets the minimum eligibility requirements.

For more information about the Commonwealth’s Invitation to Qualify contracts and their policies, please visit the ITQ Website.

Page 2

REQUEST FOR QUOTATIONS

FOR

BRIDGE AUTOMATED DESIGN AND DRAFTING SOFTWARE (BRADD)]

TABLE OF CONTENTS

CALENDAR OF EVENTS page 4

Part I - GENERAL INFORMATION page 5

Part II - PROPOSAL REQUIREMENTS page 13

Part III - CRITERIA FOR SELECTION page 21

Part IV - WORK STATEMENT page 26

APPENDIX A, PROPOSAL COVER SHEET

APPENDIX B, DOMESTIC WORKFORCE UTILIZATION CERTIFICATION

APPENDIX C, COST SUBMITTAL TEMPLATE

APPENDIX D, TRADE SECRET/CONFIDENTIAL PROPRIETARY INFORMATION NOTICE

APPENDIX E, WORK ORDER REQUIREMENTS

APPENDIX F, NON-DISCLOSURE AUTHORIZATION FORM

APPENDIX G, SAMPLE WORK ORDER AUTHORIZATION

APPENDIX H, OS-501 CONFIRMATION OF SERVICES

APPENDIX I, PERSONNEL QUALIFICATION FORM

Page 3

CALENDAR OF EVENTS

The Commonwealth will make every effort to adhere to the following schedule:

Activity Responsibility Date

Deadline to submit Questions via email to: Agency lead: [email protected] Contractors

2:00 PMAugust 29,

2013 Mandatory Pre-proposal Conference Location:Pennsylvania Department of Transportation 400 North Street, 5th Floor, Bid RoomHarrisburg, PA 17120 Pre-proposal Conference – [Location]

Issuing Office/Contractors

2:00 PMSeptember 3,

2013

Answers to Potential Contractor questions posted to the DGS website no later than this date. http://www.dgsweb.state.pa.us/RTA/Search.aspx

Issuing Office September 10, 2013

Please monitor the DGS website for all communications regarding the RFQ. Contractors ONGOING

Sealed proposal must be received by the Issuing Office at Pennsylvania Department of TransportationHighway Administration Business Leadership and Administrative Services OfficeATTN: Debra Long, Issuing Officer400 North Street, 7th FloorHarrisburg, PA 17120

Contractors2:00 PM

September 24, 2013

Page 4

PART IGENERAL INFORMATION

I-1. Purpose This Request for Quotes ("RFQ") provides to those interested in submitting proposals for the subject procurement ("Contractors") sufficient information to enable them to prepare and submit proposals for the Pennsylvania Department of Transportation's (PennDOT) consideration on behalf of the Commonwealth of Pennsylvania ("Commonwealth") to satisfy a need for Bridge Automated Design and Drafting Software (BRADD) ("Project").

I-2. Issuing OfficeThe Department of Transportation ("Issuing Office") has issued this RFQ on behalf of the Commonwealth. The sole point of contact in the Commonwealth for this RFQ is Debra Long, 400 North Street, 7th Floor Harrisburg, PA 17120 at [email protected], the Issuing Officer for this RFQ. Please refer all inquiries to the Issuing Officer.

I-3. ScopeThis RFQ contains instructions governing the requested proposals, including the requirements for the information and material to be included; a description of the service to be provided; requirements which Contractors must meet to be eligible for consideration; general evaluation criteria; and other requirements specific to this RFQ.

I-4. Problem Statement PennDOT seeks to procure engineering specific computer software development and support services that supplements and assists PennDOT personnel in the maintenance of the BRADD Software. The Selected Contractor will need to provide the mandatory and desired software maintenance and support, modifications, and enhancements to PennDOT’s BRADD Software due to constant changes in technical design criteria. The technical design criteria is the American Association of State Highway and Transportation Official (AASHTO) Load and Resistance Factor Design Specifications (LRFD) and PennDOT’s design manuals and specification, as well as PennDOT’s design and construction standards (e.g., Bridge Design, Bridge and Roadway Construction Standards). Additional detail is provided in Part IV of this RFQ.

I-5. Purchase Order This RFQ #6100025943 may result in one (1) or more fully executed Purchase Order(s) with reference to IT ITQ Contract #4400004480. PennDOT reserves the right to issue fully executed Purchase Orders on an as needed basis throughout the life of the service period identified below. This RFQ will refer to any fully executed Purchase Order as a “contract” (with a lowercase “c”) as a result of this RFQ. To distinguish between the IT ITQ Contract and any fully executed Purchase Order, Contractors shall note that the IT ITQ Contract will be referred to as “Contract” (with an uppercase “C”) within this RFQ document.

The service period for this RFQ will commence on the Validity Start Date identified in the header text of the first issued fully executed Purchase Order and will end 36 months after the Validity Start Date identified in the header text of the first issued fully executed Purchase Order. The Issuing Officer may renew this contract upon the same terms and conditions, incrementally or in one-step, for a period of up to 24 months, by written notification to the Selected Contractor by the Issuing Officer.

Page 5

The Selected Contractor shall not start the performance of any work prior to the Validity Start Date on any given fully executed Purchase Order for any service or work performed or expenses incurred before the Validity Start Date on any issued and fully executed Purchase Order. The Selected Contractor will be paid after submitting invoices, provided it is in accordance with the work plan and approved by the Commonwealth Project Manager. Final payment will not be made until all Project work has been successfully completed.

I-6. Pre-proposal ConferenceThe Issuing Office will hold a pre-proposal conference as specified in the Calendar of Events. The purpose of this conference is to provide opportunity for clarification of the RFQ. Contractors should forward all questions to the Issuing Office in accordance with Part I-7 to ensure adequate time for analysis before the Issuing Office provides an answer. Contractors may also ask questions at the conference. In view of the limited facilities available for the conference, Contractors should limit their representation to two (2) individuals per Contractor. The pre-proposal conference is for information only. Any answers furnished during the conference will not be official until they have been verified, in writing, by the Issuing Office. All questions and written answers will be posted on the Department of General Services’ (“DGS”) website (www.emarketplace.state.pa.us) as an addendum to, and shall become part of, this RFQ. Attendance at the Pre-proposal Conference is mandatory. Failure to attend the pre-proposal conference shall disqualify a Contractor from consideration for the contract to be awarded from this RFQ, and its proposal will be returned unopened.

I-7. Questions and Answers If a Contractor has any questions regarding this RFQ, the Contractor must submit the questions by email (with the subject line "RFQ #6100025943 Question") to the Issuing Officer. Questions must be submitted via email no later than the date and time specified in the Calendar of Events. The Contractor shall not attempt to contact the Issuing Officer by any other means. The Issuing Officer will post the answers to the DGS website. A Contractor who submits a question after the deadline date for receipt of questions indicated on the Calendar of Events assumes the risk that its proposal will not be responsive or competitive because the Commonwealth is not able to respond before the proposal receipt date or in sufficient time for the Contractor to prepare a responsive or competitive proposal. When submitted after the deadline date for receipt of questions indicated on the Calendar of Events, the Issuing Officer may respond to questions of an administrative nature by directing the questioning Contractor to specific provisions in the RFQ. To the extent that the Issuing Office decides to respond to a non-administrative question after the deadline date for receipt of questions indicated on the Calendar of Events, the answer will be provided to all Contractors through an addendum.

All questions and responses as posted on the DGS website are considered as an addendum to, and part of, this RFQ. Each Contractor shall be responsible to monitor the DGS website for new or revised RFQ information. The Issuing Office shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the RFQ or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation.

I-8. Addenda to RFQ If the Issuing Office deems it necessary to revise any part of this RFQ before the proposal response date, the Issuing Office will post an addendum to the DGS website. Answers to the questions asked during the questions and answer period will also be posted to the DGS website as an addendum to the RFQ.

Page 6

I-9. Electronic Version of RFQ This RFQ is being made available by electronic means. The Contractor acknowledges and accepts full responsibility to insure that no changes are made to the RFQ. In the event of a conflict between a version of the RFQ in the Contractor's possession and the Issuing Office's version of the RFQ, the Issuing Office's version shall govern.

I-10. Response Date To be considered, proposals must arrive at the Issuing Office on or before the time and date specified in the RFQ Calendar of Events. Contractors who mail proposals should allow sufficient mail delivery time to ensure timely receipt of their proposals. If, due to inclement weather, natural disaster, or any other cause, the Issuing Office location to which proposals are to be returned is closed on the proposal response date, the deadline for submission shall be automatically extended until the next Commonwealth business day on which the office is open, unless the Issuing Office otherwise notifies Contractors by posting an Addendum to the RFQ. The time for submission of proposals shall remain the same. Late proposals will not be considered.

I-11. Incurring CostsThe Issuing Office is not liable for any costs the Contractor incurs in preparation and submission of its proposal, in participating in the RFQ process or in anticipation of award of one (1) or more purchase orders.

I-12. Economy Of PreparationContractors should prepare proposals simply and economically, providing a straightforward, concise description of the Contractor’s ability to meet the requirements of the RFQ. The proposal should not be more than one hundred (100) pages. This excludes table of contents, dividers, appendices (both supportive and required which includes financial documents, resumes etc.). Resumes should be limited to two (2) pages for each individual resume. Duplex printing is acceptable and suggested.

I-13. Small Diverse Business InformationThe Issuing Office encourages participation by small diverse businesses as prime contractors, and encourages all prime contractors to make a significant commitment to use small diverse businesses as subcontractors and suppliers.

A Small Diverse Business is a DGS-certified minority-owned business, woman-owned business, veteran-owned business or service-disabled veteran-owned business.

A small business is a business in the United States which is independently owned, not dominant in its field of operation, employs no more than 100 full-time or full-time equivalent employees, and earns less than $7 million in gross annual revenues for building design, $20 million in gross annual revenues for sales and services and $25 million in gross annual revenues for those businesses in the information technology sales or service business.

Questions regarding this Program can be directed to:

Department of General ServicesBureau of Small Business OpportunitiesRoom 611, North Office BuildingHarrisburg, PA 17125

Page 7

Phone: (717) 783-3119Fax: (717) 787-7052Email: [email protected]: www.dgs.state.pa.us

The Department’s directory of BSBO-verified minority, women, veteran and service disabled veteran-owned businesses can be accessed from: Searching for Small Diverse Businesses.

I-14. ProposalsTo be considered, Contractors should submit a complete response to this RFQ to the Issuing Office, using the format provided in Part II, providing ten (10) paper copies of the Technical Submittal and one (1) paper copy of the Cost Submittal and two (2) paper copies of the Small Diverse Business (SDB) participation submittal. In addition to the paper copies of the proposal, Contractors shall submit two (2) complete and exact copies of the entire proposal (Technical, Cost and SDB submittals, 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 paper copy and any spreadsheets must be in Microsoft Excel. The Contractors may not lock or protect any cells or tabs. Contractors should ensure that there is no costing information in the technical submittal. Contractors should not reiterate technical information in the cost submittal. The CD or Flash drive should clearly identify the Contractor 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 Contractor shall make no other distribution of its proposal to any other Contractor or Commonwealth official or Commonwealth consultant. Each proposal page should be numbered for ease of reference. An official authorized to bind the Contractor to its provisions must sign the proposal. If the official signs the Proposal Cover Sheet (Appendix A to this RFQ) and the Proposal Cover Sheet is attached to the Contractor’s proposal, the requirement will be met. For this RFQ, the proposal must remain valid until a purchase order is issued. If the Issuing Office selects the Contractor’s proposal for award, the contents of the Selected Contractor’s proposal will become, except to the extent the contents are changed through Best and Final Offers or negotiations, contractual obligations.

Each Contractor submitting a proposal specifically waives any right to withdraw or modify it, except that the Contractor may withdraw its proposal by written notice received at the Issuing Office’s address for proposal delivery prior to the exact hour and date specified for proposal receipt. A Contractor or its authorized representative may withdraw its proposal in person prior to the exact hour and date set for proposal receipt, provided the withdrawing person provides appropriate identification and signs a receipt for the proposal. A Contractor may modify its submitted proposal prior to the exact hour and date set for proposal receipt only by submitting a new sealed proposal or sealed modification which complies with the RFQ requirements.

I-15. Alternate Proposals The Issuing Office will not accept alternate proposals.

I-16. Proposal ContentsA. Confidential Information . The Commonwealth is not requesting, and does not require,

confidential proprietary information or trade secrets to be included as part of Contractors’ submissions in order to evaluate proposals submitted in response to this RFQ. Accordingly, except as provided herein, Contractors should not label proposal submissions as confidential or proprietary or trade secret protected. Any Contractor who determines that it must divulge such

Page 8

information as part of its proposal must submit the signed written statement described in subsection c. below and must additionally provide a redacted version of its proposal, which removes only the confidential proprietary information and trade secrets, for required public disclosure purposes.

B. Commonwealth Use . All material submitted with the proposal shall be considered the property of the Commonwealth of Pennsylvania and may be returned only at the Issuing Office’s option. The Commonwealth has the right to use any or all ideas not protected by intellectual property rights that are presented in any proposal regardless of whether the proposal becomes part of a purchase order. Notwithstanding any Contractor copyright and/or trademark designations contained on proposals, the Commonwealth shall have the right to make copies and distribute proposals internally and to comply with public record or other disclosure requirements under the provisions of any Commonwealth or United States statute or regulation, or rule or order of any court of competent jurisdiction.

C. Public Disclosure . After the award of a contract pursuant to this RFQ, all proposal submissions are subject to disclosure in response to a request for public records made under the Pennsylvania Right-to-Know-Law, 65 P.S. § 67.101, et seq. If a proposal submission contains confidential proprietary information or trade secrets, a signed written statement to this effect must be provided with the submission in accordance with 65 P.S. § 67.707(b) for the information to be considered exempt under 65 P.S. § 67.708(b)(11) from public records requests (See Appendix D, Trade Secret/Confidential Proprietary Information Notice). Financial capability information submitted in response to Part II, Section II-8 of this RFQ is exempt from public records disclosure under 65 P.S. § 67.708(b)(26).

I-17. Contractor’s Representations and AuthorizationsBy submitting its proposal, each Contractor understands, represents, and acknowledges that:

A. All of the Contractor’s information and representations in the proposal are true, correct, material and important, and the Issuing Office may rely upon the contents of the proposal in making an award. The Commonwealth shall treat any misstatement, omission or misrepresentation as fraudulent concealment of the true facts relating to the proposal submission, punishable pursuant to 18 Pa. C.S. § 4904.

B. The Contractor has arrived at the price(s) and amounts in its proposal independently and without consultation, communication, or agreement with any other Contractor or potential Contractor.

C. The Contractor has not disclosed the price(s), the amount of the proposal, nor the approximate price(s) or amount(s) of its proposal to any other firm or person who is a Contractor or potential Contractor for this RFQ, and the Contractor shall not disclose any of these items on or before the proposal submission deadline specified in the Calendar of Events of this RFQ.

D. The Contractor has not attempted, nor will it attempt, to induce any firm or person to refrain from submitting a proposal on this purchase order, 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 9

E. The Contractor makes its proposal 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 Contractor, the Contractor, its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any Local, State, or Federal governmental agency and have not in the last four years been convicted or found liable for any act prohibited by Local, State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding or proposing on any public contract, except as the Contractor has disclosed in its proposal.

G. To the best of the knowledge of the person signing the proposal for the Contractor and except as the Contractor has otherwise disclosed in its proposal, the Contractor 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 Contractor that is owed to the Commonwealth.

H. The Contractor is not currently under suspension or debarment by the Commonwealth, any other state or the federal government, and if the Contractor cannot so certify, then it shall submit along with its proposal a written explanation of why it cannot make such certification.

I. The Contractor has not made, under separate contract with the Issuing Office, any recommendations to the Issuing Office concerning the need for the services described in its proposal or the specifications for the services described in the proposal. (See Pennsylvania State Adverse Interest Act)

J. The Contractor, by submitting its proposal, authorizes Commonwealth agencies to release to the Commonwealth information concerning the Contractor's Pennsylvania taxes, unemployment compensation and workers’ compensation liabilities.

K. The Selected Contractor shall not begin to perform until it receives purchase order from the Commonwealth.

I-18. Restriction Of Contact From the issue date of this RFQ until the Issuing Office selects a proposal for award, the Issuing Officer is the sole point of contact concerning this RFQ. Any violation of this condition may be cause for the Issuing Office to reject the offending Contractor's proposal. If the Issuing Office later discovers that the Contractor has engaged in any violations of this condition, the Issuing Office may reject the offending Contractor's proposal or rescind its purchase order award. Contractors must agree not to distribute any part of their proposals beyond the Issuing Office. A Contractor who shares information contained in its proposal with other Commonwealth personnel and/or competing Contractor personnel may be disqualified.

I-19. Prime Contractor Responsibilities The Selected Contractor will be required to assume responsibility for all services offered in its proposal whether it produces them itself or by subcontract. The Issuing Office and Project Manager will consider the Selected Contractor to be the sole point of contact with regard to contractual and purchase order matters.

Page 10

I-20. Resources Contractors shall provide all services, supplies, facilities, and other support necessary to complete the identified work, except as otherwise provided in this Part I-20. PennDOT assigned one (1) Project Manager for this project.

I-21. Rejection Of ProposalsThe Issuing Office reserves the right, in its sole and complete discretion, to reject any proposal received in response to this RFQ, or to negotiate separately with competing Contractors.

I-22. Discussions for ClarificationContractors may be required to make an oral or written clarification of their proposals to the Issuing Office to ensure thorough mutual understanding and contractor responsiveness to the solicitation requirements. The Issuing Office will initiate requests for clarification. Clarifications may occur at any stage of the evaluation and selection process prior to issuance of the fully executed purchase order.

I-23. Best and Final Offer (BAFO)

A. While not required, the Issuing Office reserves the right to conduct discussions with Contractors for the purpose of obtaining “Best and Final Offers.” To obtain Best and Final Offers from Contractors, the Issuing Office may do one or more of the following, in combination and in any order:

1. Schedule oral presentations;

2. Request revised proposals;

3. Conduct a reverse online auction; and

4. Enter into pre-selection negotiations.

B. The following Contractors will not be invited by the Issuing Office to submit a Best and Final Offer:

1. Those Contractors which the Issuing Office has determined to be not responsible or whose proposals the Issuing Office has determined to be not responsive.

2. Those Contractors, which the Issuing Office has determined in accordance with Part III, Section III-5, from the submitted and gathered financial and other information, do not possess the financial capability, experience or qualifications to assure good faith performance of the purchase order.

3. Those Contractors whose score for their technical submittal of the proposal is less than 70% of the total amount of technical points allotted to the technical criterion.

The Issuing Office may further limit participation in the Best and Final Offers process to those remaining responsible Contractors which the Issuing Office has, within its discretion, determined to be within the top competitive range of responsive proposals.

Page 11

C. Evaluation Criteria found in Part III, Section III-4, shall also be used to evaluate the Best and Final Offers.

D. Price reductions offered through any reverse online auction shall have no effect upon the Contractor’s Technical Submittal. Dollar commitments to Small Diverse Businesses can be reduced only in the same percentage as the percent reduction in the total price offered through any reverse online auction or negotiations.

I-24. Notification of Selection

A. Negotiations . The Issuing Office will notify all Contractors in writing of the Contractor selected for negotiations after the Issuing Office has determined, taking into consideration all of the evaluation factors, the proposal that is the most advantageous to the Issuing Office.

B. Award . Contractors whose proposals are not selected will be notified when negotiations have been successfully completed and the final negotiated purchase order has been issued to the Selected Contractor.

I-25. Debriefing Conferences Upon notification of award, Contractors whose proposals were not selected will be given the opportunity to be debriefed. The Issuing Office will schedule the debriefing at a mutually agreeable time. The debriefing will not compare the Selected Contractor with other Contractors, other than the position of the Contractor’s proposal in relation to all other Contractor proposals.

I-26. News Releases Contractors shall not issue news releases, internet postings, advertisements or any other public communications pertaining to this Project without prior written approval of the Issuing Office, and then only in coordination with the Issuing Office.

I-27. Terms and ConditionsThe requirements and terms and conditions of IT ITQ Contract #4400004480 shall govern the purchase order issued as a result of this RFQ.

I-28. Information Technology BulletinsThis RFQ is subject to the Information Technology Bulletins (ITB’s) issued by the Office of Administration, Office for Information Technology (OA-OIT). ITB’s may be found at http://www.portal.state.pa.us/portal/server.pt?open=512&objID=416&PageID=210791&mode=2

All proposals must be submitted on the basis that all ITB’s are applicable to this procurement. It is the responsibility of the Contractor to read and be familiar with the ITB’s. Notwithstanding the foregoing, if the Contractor believes that any ITB is not applicable to this procurement, it must list all such ITB’s in its technical response, and explain why it believes the ITB is not applicable. The Issuing Office may, in its sole discretion, accept or reject any request that an ITB not be considered to be applicable to the procurement. The Contractor’s failure to list an ITB will result in its waiving its right to do so later, unless the Issuing Office, in its sole discretion, determines that it would be in the best interest of the Commonwealth to waive the pertinent ITBs.

Page 12

PART IIPROPOSAL REQUIREMENTS

II-1. General Requirements Contractors must submit their proposals in the format, including heading descriptions, outlined below. To be considered, the proposal must respond to all requirements in this part of the RFQ. Contractors should provide any other information thought to be relevant, but not applicable to the enumerated categories, as an appendix to the Proposal. All cost data relating to this proposal and all Small Diverse Business cost data should be kept separate from and not included in the Technical Submittal. Each Proposal shall consist of the following three (3) separately sealed submittals:

A. Technical Submittal, which shall be a response to RFQ Part II, Sections II-1 through II-9 and ;

B. Small Diverse Business participation submittal, in response to RFQ Part II, Section II-10; and

C. Cost Submittal, in response to RFQ Part II, Section II-11.

The Issuing Office reserves the right to request additional information which, in the Issuing Office’s opinion, is necessary to assure that the Contractor’s competence, number of qualified employees, business organization, and financial resources are adequate to perform according to the RFQ.

The Issuing Office may make investigations as deemed necessary to determine the ability of the Contractor to perform the Project, and the Contractor shall furnish to the Issuing Office all requested information and data. The Issuing Office reserves the right to reject any proposal if the evidence submitted by, or investigation of, such Contractor fails to satisfy the Issuing Office that such Contractor is properly qualified to carry out the obligations of the RFQ and to complete the Project as specified.

II-2. Statement of the ProblemState in succinct terms your understanding of the problem presented or the service required by this RFQ.

II-3. Management SummaryInclude a narrative description of the proposed effort and a list of the items to be delivered or services to be provided.

II-4. Work PlanDescribe in narrative form your technical plan for accomplishing the work. Use the task descriptions in Part IV of this RFQ as your reference point. Modifications of the task descriptions are permitted; however, reasons for changes should be fully explained. Indicate the number of person hours allocated to each task. Include a Program Evaluation and Review Technique (PERT) or similar type display, time related, showing each event. If more than one approach is apparent, comment on why you chose this approach.

II-5. Prior ExperienceInclude personnel with a Pennsylvania Professional Engineer (PE) license and experience with supplying software and associated implementation services to automate the bridge design process from problem definition through contract drawing development. Experience shown should be work done by individuals who will be assigned to this project as well as that of your company. Studies or projects

Page 13

referred to must be identified and the name of the customer shown, including the name, address, and telephone number of the responsible official of the customer, company or agency who may be contacted.

II-6. Personnel Include the number of executive and professional personnel, analysts, auditors, researchers, programmers, consultants, etc., who will be engaged in the work. Show where these personnel will be physically located during the time they are engaged in the Project.

In addition, the Selected Contractor must provide in the proposal the anticipated hours each individual will spend on an assigned task. The Selected Contractor’s personnel may serve in multiple roles as long as they meet all the requirements specified for each role. The Selected Contractor’s must include a completed Personnel Qualification Form, Appendix I, for all personnel proposed to be used to perform service.

No personnel can be added to work on this contract without prior written approval of PennDOT’s Project Manager.

The Selected Contractor will staff the project with individuals who possess a significant depth of experience within their functional area of expertise and with projects of similar size and scope as PennDOT’s Bridge Automated Design and Drafting Software project. PennDOT identifies Key Personnel as follows:

Contract Manager The Contractor’s proposed Contract Manager will be responsible for the administration of all work performed by this contract; and will be the primary point of contact between the Selected Contractor and PennDOT’s Project Manager. The Contractor’s proposed Contract Manager may serve as the Technical Contract Manager as long as the Contract Manager meets all of the requirements of the Technical Contract Manager. The Contract Manager shall meet the following requirements:

Ten (10) years project management experience; Five (5) years managing bridge/structural engineering related software development and

maintenance projects experience

Technical Contract Manager The Contractor’s proposed Technical Contract Manager will be responsible for all of the Contractor’s engineering recommendations and decisions on this contract. The Contractor’s proposed Contract Manager may serve as the Technical Contract Manager as long as the Contract Manager meets all of the requirements of the Technical Contract Manager. The Technical Contract Manager will meet the following requirements:

Ten (10) years Bridge Design Engineering experience; Five (5) years PennDOT Bridge Design Experience, which includes design drawing

preparation, review, and approval; Registered Professional Engineer licensed by the Commonwealth of Pennsylvania.

Support Services Personnel Each individual to be used for the support services task (as described in Part IV-4 TASKS), shall also meet the following requirements:

Page 14

Ten (10) years Bridge Design Engineering Experience; Two (2) years PennDOT Bridge Design Experience, which includes design drawing

preparation and review; Registered Professional Engineer licensed by the Commonwealth of Pennsylvania or be

supervised by a registered Professional Engineer licensed by the Commonwealth of Pennsylvania.

Software Development and Maintenance Personnel The Contractor’s computer software development and maintenance team as a whole shall meet the following requirements:

Familiar with Fortran, Visual Basic, MDL application programming, XML, and HTML; Familiar with the following software: Intel® Fortran Composer; Microsoft Visual Studio Professional Microsoft Visual Basic.NET; MicroStation MDL Application Programming; Microsoft Office; RoboHelp for WORD/HTML Programming; Adobe Acrobat Professional; InstallShield Professional; and Microsoft Visual Sourcesafe.

Each individual to be used for the software development and maintenance shall meet the following requirements.

Five (5) years experience in Bridge/Structural Engineering related software development and maintenance projects.

Although it would be preferable that all computer software support and development personnel be experienced bridge design engineers, at a minimum, all computer software support and development personnel working on this contract shall be directed by and overseen by experienced bridge design engineers who are registered professional engineers licensed by the Commonwealth of Pennsylvania and who have bridge design experience on PennDOT bridge design projects.

ALPHA Testing Personnel Level 2 Each individual to be used as ALPHA Testing Personnel Level 2 under the Software Development Testing and Verification task (as described Part IV-4 TASKS), shall meet the following requirements:

Five (5) to Ten (10) years Bridge Design Engineering Experience on bridges similar to those designed and constructed by PennDOT, including design drawing generation and review, preferably on PennDOT bridge design projects;

Registered Professional Engineer licensed by the Commonwealth of Pennsylvania.

ALPHA Testing Personnel Level 1Each individual to be used for ALPHA Testing Personnel Level 1 under the software development and testing task (as described in Part IV-4 TASKS), shall also meet the following requirements:

Page 15

Two (2) to five (5) years Bridge Design Engineering Experience or Bridge Drafting Experience on bridges similar to those designed and constructed by PennDOT, including design drawing generation and review, preferably on PennDOT bridge design projects;

Registered Professional Engineer licensed by the Commonwealth of Pennsylvania or be supervised by a registered Professional Engineer licensed by the Commonwealth of Pennsylvania.

BETA Testing Personnel 2 Each individual to be used as BETA Testing Personnel Level 2 for the Software Development Testing and Verification task (as described Part IV-4 TASKS, shall meet the following requirements:

Five (5) to seven (7) years Bridge Design Engineering Experience or Bridge Drafting Experience on bridges similar to those designed and constructed by PennDOT, including design drawing generation and review, preferably on PennDOT bridge design projects;;

Be a Registered Professional Engineer licensed by the Commonwealth of Pennsylvania or be supervised by a registered Professional Engineer licensed by the Commonwealth of Pennsylvania.

Must not be involved in the development of any other task or sub-task for software development on this contract that is being tested as part of the BETA Testing.

BETA Testing Personnel 1 Each individual to be used as BETA Testing Personnel Level 1 for the Software Development Testing and Verification task (as described Part IV-4 TASKS), shall meet the following requirements:

Two (2) years Bridge Design Engineering Experience or Bridge Drafting Experience on bridges similar to those designed and constructed by PennDOT, including design drawing generation and review, preferably on PennDOT bridge design projects;;

Be a Registered Professional Engineer licensed by the Commonwealth of Pennsylvania or be supervised by a registered Professional Engineer licensed by the Commonwealth of Pennsylvania.

Must not be involved in the development of any other task or sub-task for software development on this contract that is being tested as part of the BETA Testing.

Administrative/Clerical Personnel: Each individual to be used as administrative/clerical personnel shall meet the following requirements:

Two (2) years experience in the support of engineering related software development and maintenance projects or in support of Bridge Design projects.

For key personnel include the employee’s name and, through a resume or similar document, the Project personnel’s education and experience. Indicate the responsibilities each individual will have in this Project and how long each has been with your company. Identify by name any subcontractors you intend to use and the services they will perform.Resumes are not to include personal information that will, or will be likely to, require redaction prior to release of the proposal under the Right to Know Law. This includes home addresses and phone

Page 16

numbers, Social Security Numbers, Drivers’ License numbers or numbers from state ID cards issued in lieu of a Drivers’ License, financial account numbers, etc. If the Commonwealth requires any of this information for security verification or other purposes, the information will be requested separately and as necessary.

II-7. TrainingIf appropriate, indicate recommended training of agency personnel. Include the agency personnel to be trained, the number to be trained, duration of the program, place of training, curricula, training materials to be used, number and frequency of sessions, and number and level of instructors.

II-8. Financial Capability Describe your company’s financial stability and economic capability to perform the Project requirements. Provide your company’s financial statements for the past two (2) fiscal years. If your company is a publicly traded company, please provide a link to your financial records on your company website; otherwise, provide two (2) years of your company’s financial documents such as audited financial statements. Financial statements must include the company’s Balance Sheet and Income Statement or Profit/Loss Statements. Also include a Dun & Bradstreet comprehensive report if available. The Commonwealth reserves the right to request additional information it deems necessary to evaluate a Contractor’s financial capability.

II-9. Emergency PreparednessTo support continuity of operations during an emergency, including a pandemic, the Commonwealth needs a strategy for maintaining operations for an extended period of time. One part of this strategy is to ensure that essential contracts that provide critical business services to the Commonwealth have planned for such an emergency and put contingencies in place to provide needed goods and services.

A. Describe how Contractor anticipates such a crisis will impact its operations.B. Describe Contractor’s emergency response continuity of operations plan. Attach a copy of the

plan, or at a minimum, summarize how the plan addresses the following aspects of pandemic preparedness:

1. Employee training (describe Contractor’s training plan, and how frequently it will be shared with employees)

2. Identified essential business functions and key employees (within Contractor’s organization) necessary to carry them out

3. Contingency plans for:

How Contractor will handle staffing issues when a portion of key employees are incapacitated due to illness.

How Contractor employees will carry out the essential functions if contagion control measures prevent them from coming to the primary workplace.

4. How Contractor will communicate with staff and suppliers when primary communications systems are overloaded or otherwise fail, including key contacts, chain of communications (including suppliers), etc.

Page 17

5. How and when Contractor’s emergency plan will be tested, and if the plan will be tested by a third-party.

II-10. Small Diverse Business Participation SubmittalA. To receive credit for being a Small Diverse Business or for subcontracting with a Small Diverse

Business (including purchasing supplies and/or services through a purchase agreement), a Contractor must include proof of Small Diverse Business qualification in the Small Diverse Business participation submittal of the proposal, as indicated below:

1. A Small Diverse Business verified by BSBO as a Small Diverse Business must provide a photocopy of their verification letter.

B. In addition to the above verification letter, the Contractor must include in the Small Diverse Business participation submittal of the proposal the following information:

1. All Contractors must include a numerical percentage which represents the total percentage of the work (as a percentage of the total cost in the Cost Submittal) to be performed by the Contractor and not by subcontractors and suppliers.

2. All Contractors must include a numerical percentage which represents the total percentage of the total cost in the Cost Submittal that the Contractor commits to paying to Small Diverse Businesses (SDBs) as subcontractors. To support its total percentage SDB subcontractor commitment, Contractor must also include:

i) The percentage and dollar amount of each subcontract commitment to a Small Diverse Business;

ii) The name of each Small Diverse Business. The Contractor will not receive credit for stating that after the purchase order is awarded it will find a Small Diverse Business.

iii) The services or supplies each Small Diverse Business will provide, including the timeframe for providing the services or supplies.

iv) The location where each Small Diverse Business will perform services.v) The timeframe for each Small Diverse Business to provide or deliver the goods or

services.vi) A signed subcontract or letter of intent for each Small Diverse Business. The

subcontract or letter of intent must identify the specific work, goods or services the Small Diverse Business will perform and how the work, goods or services relates to the project.

vii) The name, address and telephone number of the primary contact person for each Small Diverse Business.

3. The total percentages and each SDB subcontractor commitment will become contractual obligations once the purchase order is issued.

4. The name and telephone number of the Contractor’s project (contact) person for the Small Diverse Business information.

Page 18

C. The Contractor is required to submit two copies of its Small Diverse Business participation submittal. The submittal shall be clearly identified as Small Diverse Business information and sealed in its own envelope, separate from the remainder of the proposal.

D. A Small Diverse Business can be included as a subcontractor with as many prime contractors as it chooses in separate proposals.

E. A Contractor that qualifies as a Small Diverse Business and submits a proposal as a prime Contractor is not prohibited from being included as a subcontractor in separate proposals submitted by other Contractors.

II-11. Cost SubmittalThe information requested in this Part II, Section II-11 shall constitute the Cost Submittal. The Cost Submittal shall be placed in a separate sealed envelope within the sealed proposal, separated from the technical submittal. The total proposed cost must be broken down into the components listed on Appendix C, Cost Submittal.

Contractors should not include any assumptions in their Cost Submittals. If a Contractor includes assumptions in its Cost Submittal, the Issuing Office may reject the proposal. Contractors should direct in writing to the Issuing Office pursuant to Part I, Section I-7, of this RFP any questions about whether a cost or other component is included or applies. All Contractors will then have the benefit of the Issuing Office’s written answer so that all proposals are submitted on the same basis.

Costs quoted in Appendix C, Cost Submittal shall be an individual unit price based on estimated quantities. Estimated quantities listed in Appendix C, Cost Submittal are based on historical data and are not guaranteed. Estimated quantities may be changed based on the need of the program. PennDOT reserves the right to request a change in quantities for any of the deliverables as identified in Appendix C, Cost Submittal. The change in quantities may take place by way of the mutual exchange of letters signed by PennDOT’s Issuing Officer and the Contractor.

Contractors should note that Part IV-4, Tasks A and F will require a fixed price per unit.

A. Fixed Price. A fixed price is required for Tasks A and F. Contractors shall include all costs to perform service for each task. The fixed price shall be all inclusive of but not be limited labor, any required materials/supplies, and travel and subsistence.

B. Task A. Fixed pricing provided for Task A is for Year 1 of the Contract term only. Subtask A.3 – Transition Activities. Contractors will provide an hourly rate and number of

hours for each specified position required for the successful completion of Transition Activities on Appendix C, Cost Submittal. The sum of the total number of hours times the hourly rate for each specified position will be used to identify the deliverable cost for this task.

C. Task F. Fixed pricing provided for Task F will be used when Task F is implemented. The implementation may occur prior to contract expiration, or termination, whichever occurs first. Subtask F.2 – Turnover Activities. Contractors will provide an hourly rate and number of

hours for each specified position required for the successful completion of Transition Activities on Appendix C, Cost Submittal. The sum of the total number of hours times the hourly rate for each specified position will be used to identify the deliverable cost for this task.

Page 19

Part IV-Tasks B, C, and D will require an Hourly Rate for each specified position, as identified on the “Itemized Costs” of Appendix C, Cost Submittal. Contractors should note that the Hourly Rate per specified position shall show the maximum Hourly Rate that will be used for the prime firm and all subcontractors. NOTE: Hourly Rates are not required for Task E due to Task E using Hourly Rates and estimated hours from Task D if needed. Contractors should refer to Part IV-4, Task E for additional information.

D. Total Hourly Cost. A Total Hourly Cost is required for Tasks B, C, and D. The Total Hourly Cost derived from the direct labor cost, profit, and overhead as described below will be the maximum rate the Selected Contractor agrees to provide key personnel, as described and provided in Part II-6, of this RFQ, for each year of the contract. The total hourly rate should include the following:1. Direct Labor Rate per hour.2. Profit percentage (%) – the profit percentage may not exceed 10%.3. Other Direct Costs – includes costs that are not 100% attributable to the service being

completed, but are generally associated with the recurring management or support of the service.

4. General Overhead Costs – includes salaries, equipment and other costs related to headquarters management external to the service, but in support of the activity being completed.

E. Travel and Subsistence. PennDOT has established, based on historical data, an allowance for travel and subsistence for Part IV-4, Tasks B, C, D, and E. Travel and subsistence costs for Part IV-4, Tasks B, C, D and E will draw down from the amount provided by PennDOT on Appendix C, Cost Submittal. The amount provided is not a guaranteed amount.

When travel and subsistence is required for Part IV-4, Tasks B, C, D, and E, the Selected Contractor will provide for each Work Order itemized transportation, lodging and meals per diem costs separately for each specified position, except for the Administrative/Clerical Support position, and a total amount. Travel and subsistence costs may be negotiated for each Work Order. Payment to the Selected Contractor for travel and subsistence will be based on actual amounts negotiated in each Work Order and acceptance (in writing) of Work Order deliverables.

Travel and subsistence costs must conform with the requirements of the most current version of Commonwealth Management Directive 230.10, Travel and Subsistence Allowances. The Issuing Office may accept higher rates normally paid by a Contractor, if those rates were approved by the Contractor’s officials and published prior to submitting this proposal to the Issuing Office.

The Commonwealth will reimburse the Selected Contractor for work satisfactorily performed after issuance of a purchase order and the start of the purchase order term, in accordance with Purchase order requirements.

II-12. Domestic Workforce UtilizationContractors must complete and sign the Domestic Workforce Utilization Certification attached to this RFQ as Appendix B. Contractors who seek consideration for the Domestic Workforce Utilization Certification criterion must complete, sign, and submit the Domestic Workforce Utilization Certification Form in the same sealed envelope with the Technical Submittal.

Page 20

PART III CRITERIA FOR SELECTION

III-1. Mandatory Responsiveness RequirementsTo be eligible for evaluation, a proposal must:

A. Be timely received from a Contractor; and

B. Properly signed by the Contractor

III-2. Technical Nonconforming Proposals The Mandatory Responsiveness Requirements set forth in Part III-1 above (A-B) are the only RFQ requirements that the Commonwealth 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 a Contractor's proposal, (2) allow the Contractor to cure the nonconformity, or (3) consider the nonconformity in the scoring of the Contractor’s proposal.

III-3. EvaluationThe Issuing Office has selected a committee of qualified personnel to review and evaluate timely submitted proposals. Independent of the committee, BSBO will evaluate the Small Diverse Business participation submittal and provide the Issuing Office with a rating for this component of each proposal. The Issuing Office will notify in writing of its selection for negotiation the responsible Contractor whose proposal is determined to be the most advantageous to the Commonwealth as determined by the Issuing Office after taking into consideration all of the evaluation factors.

III-4. Evaluation Criteria The following criteria will be used in evaluating each proposal:

A. Technical: The Issuing Office has established the weight for the Technical criterion for this RFQ as 50% of the total points. Evaluation will be based upon the following in order of importance:

1. Personnel Qualifications. This refers to the competence of professional personnel who would be assigned to the project by the Contractor. Qualifications of professional personnel will be measured by experience and education, with particular reference to experience on studies/services similar to that described in the RFQ. Particular emphasis is placed on the qualifications of the Contractor’s Contract Manager and technical staff.

2. Understanding the Problem. This refers to the Contractor’s understanding of PennDOT’s needs that generated the RFQ, of PennDOT’s objectives in asking for the services or undertaking the study, and the nature and scope of the work involved.

3. Contractor Qualifications. This refers to the ability of the Contractor to meet the terms of the RFQ, especially the time constraints and quality, relevancy, and recency of studies and projects completed by the Contractor. This also includes the Contractor’s financial ability to undertake a project of this size.

Page 21

4. Soundness of Approach. Emphasis here is on the techniques for collecting and analyzing data, sequence and relationship of major steps, and methods for managing the study/service.

The final Technical scores are determined by giving the maximum number of technical points available to the proposal with the highest raw technical score. The remaining proposals are rated by applying the Technical Scoring Formula set forth at the following webpage:http://www.portal.state.pa.us/portal/server.pt/community/RFQ_scoring_formulas_overview/20124.

B. Cost: The Issuing Office has established the weight for the Cost criterion for this RFQ as 30% of the total points. The cost criterion is rated by giving the proposal with the lowest total cost the maximum number of Cost points available. The remaining proposals are rated by applying the Cost Formula set forth at the following webpage:http://www.portal.state.pa.us/portal/server.pt/community/RFQ_scoring_formulas_overview/20124

C. Small Diverse Business Participation: BSBO has established the weight for the Small Diverse Business (SDB) participation criterion for this RFQ as 20 % of the total points. Each SDB participation submittal will be rated for its approach to enhancing the utilization of SDBs in accordance with the below-listed priority ranking and subject to the following requirements:

1. A business submitting a proposal as a prime Contractor must perform 60% of the total purchase order value to receive points for this criterion under any priority ranking.

2. To receive credit for an SDB subcontracting commitment, the SDB subcontractor must perform at least fifty percent (50%) of the work subcontracted to it.

3. A significant subcontracting commitment is a minimum of five percent 5% of the total purchase order value.

4. A subcontracting commitment less than five percent 5% of the total purchase order value is considered nominal and will receive reduced or no additional SDB points depending on the priority ranking.

Priority Rank 1: Proposals submitted by SDBs as prime contractors will receive 150 points. In addition, SDB prime contractors that have significant subcontracting commitments to additional SDBs may receive up to an additional 50 points (200 points total available).

Subcontracting commitments to additional SDBs are evaluated based on the proposal offering the highest total percentage SDB subcontracting commitment. All other Contractors will be scored in proportion to the highest total percentage SDB subcontracting commitment within this ranking. See formula below.

Priority Rank 2: Proposals submitted by SDBs as prime Contractors, with no or nominal subcontracting commitments to additional SDBs, will receive 150 points.

Page 22

Priority Rank 3: Proposals submitted by non-small diverse businesses as prime Contractors, with significant subcontracting commitments to SDBs, will receive up to 100 points. Proposals submitted with nominal subcontracting commitments to SDBs will receive points equal to the percentage level of their total SDB subcontracting commitment.

SDB subcontracting commitments are evaluated based on the proposal offering the highest total percentage SDB subcontracting commitment. All other Contractors will be scored in proportion to the highest total percentage SDB subcontracting commitment within this ranking. See formula below.

Priority Rank 4: Proposals by non-small diverse businesses as prime Contractors with no SDB subcontracting commitments shall receive no points under this criterion.

To the extent that there are multiple SDB Participation submittals in Priority Rank 1 and/or Priority Rank 3 that offer significant subcontracting commitments to SDBs, the proposal offering the highest total percentage SDB subcontracting commitment shall receive the highest score (or additional points) available in that Priority Rank category and the other proposal(s) in that category shall be scored in proportion to the highest total percentage SDB subcontracting commitment. Proportional scoring is determined by applying the following formula:

SDB % Being Scored x Points/Additional = Awarded/AdditionalHighest % SDB Commitment Points Available* SDB Points

Priority Rank 1 = 50 Additional Points AvailablePriority Rank 3 = 100 Total Points Available

Please refer to the following webpage for an illustrative chart which shows SDB scoring based on a hypothetical situation in which the Commonwealth receives proposals for each Priority Rank:http://www.portal.state.pa.us/portal/server.pt/community/RFQ_scoring_formulas_overview/20124

D. Domestic Workforce Utilization: Any points received for the Domestic Workforce Utilization criterion are bonus points in addition to the total points for this RFQ. The maximum amount of bonus points available for this criterion is 3% of the total points for this RFQ.

To the extent permitted by the laws and treaties of the United States, each proposal will be scored for its commitment to use domestic workforce in the fulfillment of the purchase order. Maximum consideration will be given to those Contractors who will perform the contracted direct labor exclusively within the geographical boundaries of the United States or within the geographical boundaries of a country that is a party to the World Trade Organization Government Procurement Agreement. Those who propose to perform a portion of the direct labor outside of the United States and not within the geographical boundaries of a party to the World Trade Organization Government Procurement Agreement will receive a correspondingly

Page 23

smaller score for this criterion. See the following webpage for the Domestic Workforce Utilization Formula:http://www.portal.state.pa.us/portal/server.pt/community/RFQ_scoring_formulas_overview/20124.

Contractors who seek consideration for this criterion must submit in hardcopy the signed Domestic Workforce Utilization Certification Form in the same sealed envelope with the Technical Submittal. The certification will be included as a contractual obligation when the purchase order is issued.

III-5. Contractor Responsibility To be responsible, a Contractor must submit a responsive proposal and possess the capability to fully perform the purchase order requirements in all respects and the integrity and reliability to assure good faith performance of the purchase order.

In order for a Contractor to be considered responsible for this RFQ and therefore eligible for selection for best and final offers or selection for purchase order negotiations:

A. The total score for the technical submittal of the Contractor’s proposal must be greater than or equal to 70% of the available technical points; and

B. The Contractor’s financial information must demonstrate that the Contractor possesses the financial capability to assure good faith performance of the contract. The Issuing Office will review the Contractor’s previous two audited annual financial statements, any additional information received from the Contractor, and any other publicly-available financial information concerning the Contractor, and assess each Contractor’s financial capacity based on calculating and analyzing various financial ratios, and comparison with industry standards and trends.

A Contractor which fails to demonstrate sufficient financial capability to assure good faith performance of the purchase order as specified herein may be considered by the Issuing Office, in its sole discretion, for Best and Final Offers or purchase order negotiations contingent upon such Contractor providing purchase order performance security, in a form acceptable to the Issuing Office, for twenty percent (20%) of the proposed value of the base term of the purchase order. Based on the financial condition of the Contractor, the Issuing Office may require a certified or bank (cashier’s) check, letter of credit, or a performance bond conditioned upon the faithful performance of the purchase order by the Contractor. The required performance security must be issued or executed by a bank or surety company authorized to do business in the Commonwealth. The cost of the required performance security will be the sole responsibility of the Contractor and cannot increase the Contractor’s cost proposal or the purchase order cost to the Commonwealth.

Further, the Issuing Office will award a purchase order only to a Contractor determined to be responsible in accordance with the most current version of Commonwealth Management Directive 215.9, Contractor Responsibility Program.

III-6. Final Ranking and AwardA. After any best and final offer process conducted, the Issuing Office will combine the evaluation

committee’s final technical scores, BSBO’s final small diverse business participation scores, the

Page 24

final cost scores, and (when applicable) the domestic workforce utilization scores, in accordance with the relative weights assigned to these areas as set forth in this Part.

B. The Issuing Office will rank responsible Contractors according to the total overall score assigned to each, in descending order.

C. The Issuing Office must select for purchase order negotiations the Contractor with the highest overall score; PROVIDED, HOWEVER, THAT AN AWARD WILL NOT BE MADE TO A CONTRACTOR WHOSE PROPOSAL RECEIVED THE LOWEST TECHNICAL SCORE AND HAD THE LOWEST COST SCORE OF THE RESPONSIVE PROPOSALS RECEIVED FROM RESPONSIBLE CONTRACTORS. IN THE EVENT SUCH A PROPOSAL ACHIEVES THE HIGHEST OVERALL SCORE, IT SHALL BE ELIMINATED FROM CONSIDERATION AND AWARD SHALL BE MADE TO THE CONTRACTOR WITH THE NEXT HIGHEST OVERALL SCORE.

D. The Issuing Office has the discretion to reject all proposals or cancel the request for quotations, at any time prior to the time a purchase order is issued, when it is in the best interests of the Commonwealth. The reasons for the rejection or cancellation shall be made part of the purchase order file.

Page 25

PART IVWORK STATEMENT

IV-1. Objectives

A. General. The objective of this project is to provide a continuation of engineering, computer software support and development services for PennDOT's BRADD Software. These services must supplement and assist PennDOT personnel in supporting BRADD computer software services and maintenance. In addition, the Selected Contractor may be required to work with the contractor who currently maintains the BRADD software.

B. Specific. The Contractor must provide personnel with a Pennsylvania Professional Engineer (PE) license familiar with bridge design and plan preparation and personnel capable of revising, modifying, and developing program source code, user documentation, software documentation, and other requirements specified in the tasks below. The anticipated services and project deliverables to be provided by the Contractor are included in Part IV-4, Tasks.

IV-2. Nature and Scope of the ProjectThis project will address the needed support, maintenance, modifications, and changes to PennDOT’s BRADD Software due to the ever-changing technical design criteria (American Association of State Highway and Transportation Officials (AASHTO) Load and Resistance Factor Design (LRFD) Specifications and PennDOT’s design manuals and specifications), PennDOT’s design standards (Bureau of Project Delivery Standards for Bridge Design - BD Standards) and PennDOT’s construction standards (Bureau of Project Delivery Standards for Bridge Construction - BC Standards and Bureau of Project Delivery Standards for Roadway Construction - RC Standards). All PennDOT design manuals, specifications, design standards and construction standards are available through the PennDOT website (http:www.dot.state.pa.us) under the Design & Construction link on the home page.

IV-3. Requirements

A. SOFTWARE BACKGROUND

PennDOT’s BRADD Software is computer software developed for PennDOT to automate the bridge design process from problem definition through contract drawing development. BRADD combines and automates the design, analysis and drafting process for specific types of simple span bridges. The software provides a user friendly menu driven input, numerous application design programs, and drawing generation built around Bentley’s MicroStation CADD (Computer Aided Drafting and Design) technology to enable an engineer to design and produce scaled contract drawings automatically for simple span bridges.

The BRADD Software was written as a tool for the Load and Resistance Factor Design, in both SI (metric) and US (customary) units, of simple span concrete, steel, and pre-stressed concrete bridges with span lengths ranging from 18 ft. to 200 ft. Beginning in January 2010, the support, maintenance and use of SI (metric) units for all releases of BRADD after that date have been discontinued. The software supports tangent geometry, horizontal curves (chord beams) and vertical curves. The bridge skew (PennDOT definition) can range from 25 degrees to 90 degrees. Available cross-section types are normal, symmetrical, super elevation, and super elevation transition. The bridge width is limited by the following: a maximum of 20 beams in the cross section for all structure types, with or without

Page 26

sidewalks; a maximum of eight (8) design (12 ft.) lanes (curb-to-curb) in the cross section for all structure types, with or without sidewalks; and an absolute maximum (out-to-out) of 125.54 ft. Available superstructure types are P/S Adjacent Box Beams, P/S Spread Box Beams, P/S I-Beams, and steel beams and girders. The abutment types can be either typical abutments (High, Stub, or Wall) supported by either spread footings or footings on piles, or integral abutments supported on piles. BRADD can also be run to design and draft the superstructure only using a "Superstructure Only" option. For the "Superstructure Only" option, the abutment type can be specified either as "Superstructure Only (High/Stub/Wall)" or as “Superstructure Only (Integral)". For the "Superstructure Only (High/Stub/Wall)", the user needs only to input if there is a back wall and the type of wing wall at each abutment. For the “Superstructure Only (Integral)", which is only available for spread superstructures, the user needs only to input a minimum number of values for the abutment and wing walls.

The BRADD Software was developed on the Windows 2000, Windows XP and Windows 7 based operating systems. The BRADD Software was written in the FORTRAN programming language and consists of approximately: 4700 FORTRAN routines (750,000 lines of code); 600 dimensions/parameter/data files (100,000 lines of data); and 260 graphics details containing 1,000 overlays. The software is compiled using Intel® FORTRAN Compiler with Microsoft Visual Studio. The Graphical User Interface for BRADD is compiled using Microsoft Visual Basic. It consists of approximately 75 files with 47,000 lines of code.

The BRADD Software automates the bridge design process by incorporating the following PennDOT Engineering Programs into the sub-system that designs and analyzes the specific types of simple span bridges:

BRGEO (Bridge Geometry); STLRFD (LRFD Steel Girder Design and Rating); PSLRFD (LRFD Pre-stressed Concrete Girder Design and Rating); BPLRFD (LRFD Bearing Pad Design and Analysis); and ABLRFD (LRFD Abutment and Retaining Wall Design and Analysis).

BRADD’s design drawing generation is accomplished using three FORTRAN programs that are linked by a fourth FORTRAN program. The first program, a sheet generation program, evaluates key parametric values such as superstructure type, substructure type, span length, etc. to determine the appropriate design drawings that need to be produced. A subroutine is then called for each bridge layout drawing, which evaluates other parametric values and decides which details need to be placed. Each detail is divided into a series of layers, which can be overlaid on top of each other to construct the final bridge detail. All engineering details are created using generic drawing generation software that utilizes two other FORTRAN programs. This software brings together information from design and dimensioning programs with specific detail information, which has been defined using a parametric drafting language (PDL). This allows details to be defined by coordinates that are located by design and dimensioning variables and constants. After definition of the coordinates, the detail is built by connecting control points together to form elements, which are placed to scale in a MicroStation design file (.DGN) by calling command line MicroStation Development Language (MDL) applications to generate the MicroStation design file elements.

The presence of Bentley’s MicroStation or PowerDraft software is required during DGN design drawing generation to place the elements. However, BRADD is also able to create generic drawing exchange

Page 27

format (.DXF) design drawings, which can then be interpreted by most CADD software. BRADD’s plotting of the design files on PennDOT’s CADD Domain is accomplished through a command button in the GUI linked to Bentley’s IPLOT Organizer software.

The BRADD Software was developed, tested, and verified based on an example set of 21 US unit verification problems. A summary of these example problems and a description of each example problem are included in Chapter 8 of the BRADD User’s Manual.

The input values for each example problem are included in the Verification Input Echo for the BRADD Manual. Eleven of these US unit example problems were verified by hand computations.

IMPORTANT NOTE TO CONTRACTORS: Contractors wishing to access PennDOT’s User and System Manuals and PennDOT’s Engineering Programs User Manuals for the sole purpose of submitting a proposal in response to RFQ 6100025943, must execute page 3 of the Appendix F, Non-Disclosure Authorization. The original, signed Non-Disclosure Authorization must be submitted to the Issuing Officer indicated in Part I-2 of this RFQ, no later than two business days before the Proposal Due Date identified in the Calendar of Events. Upon receipt and approval, the Issuing Officer will provide the address of a secure FTP site to the requesting Contractor where the above listed User and System Manuals, BRADD Manual, and PennDOT’s Engineering Programs User Manuals may be obtained.

B. CHANGES TO PERSONNEL

Personnel requirements are defined in Part II-6 of this RFQ. Any changes to personnel after award will require the Selected Contractor to provide information to PennDOT’s Project Manager about the new personnel in accordance with Part II-6. The Selected Contractor must include a completed Personnel Qualification Form, Appendix I for all proposed personnel changes.

No personnel can be added to perform work on any aspect of this project without the prior written approval of PennDOT’s Project Manager.

C. CONTRACTOR REQUIREMENTS

The Selected Contractor shall provide facilities, computers, software, software licenses, telephones, and any other office equipment necessary to perform the required tasks.

The Selected Contractor must use software versions that are compatible with the following software versions that the current BRADD Maintenance Incumbent is using for the maintenance and support of BRADD.

Windows XP, Windows Vista, and Windows 7 Intel® Fortran Composer XE 2011 (Version 12.1) Microsoft Visual Studio 2010 Professional; Microsoft Visual Basic.NET Version 2010; MicroStation V8i / MicroStation MDL Application Programming (Version 8.11); MicroStation J / MicroStation MDL Application Programming (Version 7.01); Microsoft Office 2010; RoboHelp for Word / HTML (Version X7);

Page 28

Adobe Acrobat Professional Version 10.0 InstallShield Professional 2012 Spring and Microsoft Visual SourceSafe Version 8.0.2005.

All work must be saved in a format that is easily accessible, without conversion. PennDOT will notify the Selected Contractor at least 90 days in advance of new versions of any software, which is indicated above. Contractors may also refer to Task C.1 – User Support, “Compatibility Issues” for additional information.

D. WORK ORDER REQUIREMENTS

1. The Selected Contractor will be required to perform work through the use of Work Orders negotiated with the Selected Contractor throughout the term of the Contract.

2. PennDOT’s Project Manager will initiate a Work Order by following the steps outlined in the Work Order Requirements (see Appendix E).

3. Each Work Order will identify specific individuals and their position required to complete the scope of work outlined on the Work Order. The Hourly Rate for each specified individual per position may be negotiated for each Work Order. Hourly Rates will not exceed the maximum Hourly Rate as provided on the Selected Contractor’s Cost Submittal, Appendix C, which has been incorporated and made part of this contract.

4. The work to be completed through a Work Order shall be deliverable based and will establish payment benchmarks. All Work Orders will be negotiated and once established and accepted by PennDOT, a Work Order will be executed, and reimbursement under the contract will be based on the agreed upon fixed price of each deliverable. Work Orders will clearly define the deliverable and a lump sum payment will be made upon completion and acceptance by PennDOT of the defined deliverable. Benchmarks will be identified during negotiation when a single Work Order provides for more than one (1) clearly defined benchmark. Each identified benchmark within a Work Order will be considered a separate deliverable with a lump sum payment made upon completion and acceptance by PennDOT of the identified benchmark.

5. A Work Order Authorization Page (see Appendix G for sample) must be signed by the Selected Contractor and PennDOT’s Project Manager. Upon acceptance by the Selected Contractor and PennDOT’s Project Manager, a fully executed Purchase Order will be issued as the Notice to Proceed. i) NO WORK CAN BE AUTHORIZED BEFORE A FULLY EXECUTED

PURCHASE ORDER IS ISSUED BY PENNDOT AND RECEIVED BY THE SELECTED CONTRACTOR.

6. Each Work Order is required to contain a clearly defined scope of work for each deliverable and must fall into one of the tasks as listed in Part IV-4, Tasks of this RFQ.

7. The cost of each Work Order will draw down from the maximum contract amount. 8. Work Orders shall be consecutively numbered. 9. Work Orders may be done concurrently.

E. CONFIRMATION OF SERVICES

1. The Selected Contractor must submit a Confirmation of Service, OS-501 (Appendix H) to PennDOT’s Project Manager to confirm services have been rendered. All supporting invoice documentation should be submitted with the OS-501.

Page 29

2. Once the Project Manager confirms acceptance of services, the Selected Contractor shall invoice PennDOT for authorized work performed. All charges on a submitted invoice must be directly related to work performed on all identified tasks. All invoices must be mailed to the “Bill To” address on the Purchase Order.

3. Invoices from Selected Contractor shall be prepared to show separate costs for each deliverable that has been completed. The invoice shall reflect line items as shown on the fully executed Purchase Order. Invoices shall be capable of being photocopied legibly.

IV-4. Tasks

The Selected Contractor shall accomplish the project objectives through a number of tasks further defined below in Tasks A – F.

During the support and maintenance of BRADD, the flow and distribution of work will be improved by PennDOT’s internal decision making process established for the maintenance and support of BRADD. Specifically, there will be an advisory support structure of PennDOT personnel in place to assist and direct PennDOT’s Project Manager. On a day-to-day basis, a BRADD Advisory Panel consisting of four (4) District Bridge personnel from across the state will answer questions and provide guidance to PennDOT’s Project Manager on technical items regarding design, detailing, and the user interface. The BRADD Advisory Panel is also a recommending body for the prioritization of the technical items for maintenance and will provide recommendations for the resolution to design, detailing, and user interface issues. PennDOT’s Project Manager will submit and discuss these recommendations with PennDOT’s Chief Bridge Engineer. PennDOT’s Chief Bridge Engineer is responsible for making all final decisions regarding the inclusion of any changes to the LRFD Programs, Standards, and DM-4 in BRADD. For all BRADD programmatic items for maintenance, PennDOT’s Project Manager, in consultation with the Selected Contractor, will set the priority for each item.

There are two deliverable cost based tasks, Tasks A and F, described below, related to knowledge transfer at the beginning and at the end of the contract – implementation (at the start of the contract) and turnover (at the end of the contract). In addition, there are four Work Order driven major tasks, Tasks B, C, D and E, identified for this contract: project management; support services; and software development, maintenance, and release services. For each major task, work will be prioritized, scheduled and assigned by PennDOT’s Project Manager in coordination with PennDOT’s Bridge Design and Technology Division (Bridge Division). The Selected Contractor should not anticipate a uniform distribution of work throughout the contract period.

For the four Work Order driven tasks, Tasks B, C, D, and E, identified for this contract, numerous meetings, such as the Major Release Planning Meetings and the Review and Status Meetings, are required to be scheduled and held. Most meetings will be held in the Harrisburg, PA area, however, the Major Release Planning Meetings may be held at the District Office of one of the BRADD Advisory Panel members. The Selected Contractor’s travel costs to attend these required meetings are to be as part of the Contractor’s proposal. All travel costs must conform to the applicable Commonwealth Management Directive.

The Selected Contractor shall accomplish the contract’s objectives through the following five tasks.

Page 30

TASK A – TRANSITION / IMPLEMENTATION

All requirements for Task A, including the Kick-Off Meeting, will only be necessary if, through the RFQ Process, the incumbent is not the Selected Contractor.

The transition / implementation task is intended as a transition period to maintain the efficiency and proficiency of the maintenance and support of BRADD during the start-up period of the contract.

The transition / implementation task requires the completion of the following sub-tasks:

Subtask A.1 Kick-Off Meeting

Upon receipt of a Notice to Proceed, under this contract, the Selected Contractor shall attend a full one day contract kick-off meeting to be held in the Harrisburg, PA area. Members of the Selected Contractor’s team and PennDOT representatives will discuss in detail the requirements of the contract, and the Selected Contractor shall provide a proposed plan of action for the transition and bring up any issues or items that require clarification or guidance.

At the kick-off meeting, a copy of the current version of the BRADD Software and all documentation will be available to be given to the Selected Contractor for use during this contract. Within five working days after the meeting, the Selected Contractor must prepare minutes of this meeting, including a follow-up items list for both the Selected Contractor and PennDOT, and distribute them to all attendees.

The items to be provided to the Selected Contractor at the kick-off meeting are as follows:

1. One CD with the full BRADD Software installation, which includes the PDF format copies of the BRADD User Manual and the Verification Input Echo Manual;

2. One CD with the full BRADD Software Source Code, which includes the Microsoft Word format copies of the BRADD User Manual and the Verification Input Echo Manual;

3. One CD with the BRADD System Manual and Details;4. One CD with the BRADD Example Documentation;5. One or more CD’s with all (past and present) Visual Intercept Reports on BRADD;6. One CD with all files and subdirectories from the website directory including documentation

describing the directory structure and the purpose of the files;7. One CD with the mailing list server subscription contents consisting an of Microsoft Excel

file containing the subscribers e-mail addresses; and8. One or more CD’s with the following:

a) Contents of BRADD Source Safe database.b) Documentation for putting together a consultant delivery.c) Contents of InstallShield working directories.d) Support files for generating/copying InstallShield input.e) Updates to various development and support software.

Subtask A.1 Deliverable: One time attendance at the contract kick-off meeting in Harrisburg, PA. Refer to Part II-10 and Appendix C, Cost Submittal, for cost structure.

Page 31

Subtask A.2 Knowledge Transition Work Plan

Within 30 days of the Notice to Proceed, the Selected Contractor shall develop and submit to PennDOT’s Project Manager for review and approval, a 60-day knowledge transition work plan to assume service and maintenance activities from the current contractor.

The knowledge transition work plan will take into consideration the following key objectives, including but not limited to:

1. Successful coordination with PennDOT and the current contractor to obtain knowledge transfer and smooth transition of responsibilities.

2. Transition of work material such as software, system documentation, and development support tools.

3. Transition and transfer of the data and services of the website and list server.4. Transition of knowledge related to managing application lifecycles.5. Accomplish a timely transition within the allotted 60-day time frame.6. Manage an orderly transition without a lapse in service or disruption of service to users or

clients.7. Update the detailed transition work plan to reflect adjustments made during the transition

task.

The knowledge transition work plan shall take into account the following transition services that the current contractor is required to provide upon request:

1. Assistance with the migration of the BRADD files to the Selected Contractor's file server, Microsoft Visual SourceSafe server, mailing list server, web server, and bug tracking server.

a) Estimated number of hours for completion: 40 hours

2. Updated BRADD System Training course material and BRADD System Training for approximately 12 of the Selected Contractor's personnel. The BRADD System Training course will be conducted at current contractor’s office located at Airside Business Park, 100 Airside Drive, Moon Township, PA 15108.

a) Estimated number of days of training: three – five business days

3. The incumbent will provide two software development and maintenance personnel to work side-by-side with the Selected Contractor's software development and maintenance personnel at the Selected Contractor’s office to teach them how to revise the various BRADD components.

a) Estimated number of hours for two software development and maintenance personnel: 80 hours

Page 32

Subtask A.2 Deliverable: One time knowledge transition work plan must be submitted to PennDOT’s Project Manager for review and approval prior to the Selected Contractor moving forward with Subtask A.3 – Transition Activities. The Selected Contractor must receive written approval from PennDOT as a Notice to Proceed before beginning Subtask A.3 – Transition Activities.

Subtask A.3 Transition Activities

Upon receipt of the written approval from PennDOT’s Project Manager for Subtask A. 2 – Knowledge Transition Work Plan, the Selected Contractor shall have 60 days to implement and complete the transition activities agreed upon by both PennDOT and the Selected Contractor as a result of Subtask A.2 to assume service and maintenance activities currently being handled by the existing incumbent.

Subtask A.3 Deliverable: Successful completion of Transition Activities. Payment will not be made until PennDOT has reviewed, approved and fully accepted the work completed for the transition. Contractors will provide an hourly rate and number of hours for each specified position required for the successful completion of Transition Activities on Appendix C, Cost Submittal. The sum of the total number of hours times the hourly rate for each specified position will be used to identify the deliverable cost for this task. Contractors may also refer to Part II-11 of this RFQ for more information on the cost.

Subtask A.4 Transition Report

Within 30 days of the completion of Subtask A.3 – Transition Activities, the Selected Contractor must prepare a report that documents the completion of the transition activities and provides the status of each objective and activity that took place during the transition period. The report must be submitted to PennDOT’s Project Manager for review and approval. PennDOT’s Project Manager will provide a written notification to the Selected Contractor acknowledging acceptance of this task.

Subtask A.4 Deliverable: One time transition report, which is shall be submitted to PennDOT’s Project Manager for review and approval.

Task A Deliverables Summary

Tasks Deliverables

A.1 Kick Off Meeting

A.2 Knowledge Transition Work Plan

A.3 Transition Activities

A.4 Transition Report

TASK B – PROJECT MANAGEMENT Page 33

The Selected Contractor must provide Project Management to ensure a quality product in a timely manner. Close coordination and an understanding of PennDOT's needs are essential throughout the contract. Project Management is further defined in Subtasks B.1 and B.2 below.

Subtask B.1 Project Management Services

The Selected Contractor must develop and maintain a detailed contract plan to chart the progress of each task of this contract. The contract plan must be updated monthly and submitted to PennDOT’s Project Manager for review and comments. Monthly status reports, which cover all activities, problems, recommendations, and a summary of progress on each task of this contract, must be prepared and submitted to PennDOT’s Project Manager within ten calendar days after the calendar month ends. The Monthly status report must also contain the list of all individuals that worked on each task during that period and the number of hours that each individual spent on each category/step of each task. In the proposal, describe the method of Contract Management to be used, including procedures for making and recording decisions between meetings.

The Contract Manager shall supervise and oversee the progress of this contract to meet PennDOT’s objective and to maintain the project budget and schedule. The Contract Manager is responsible for the specific items listed below:

1. Perform scoping assessments using a measurement system to determine the scale of maintenance needs for an application and that will be used throughout this contract for planning, estimating, executing and monitoring maintenance related activities.

2. Coordination of the resources assigned to work on this project.3. Coordination of the production and submission of final deliverables.4. Attending Major Release Planning Meetings.5. Scheduling and attending various review meetings with PennDOT.6. General coordination with PennDOT and the Project Manager.7. Successful completion of all quality control and assurance procedures required by this work

statement (such as but not limited to ALPHA Testing and Fixes, BETA Testing and Fixes, and Software Installation Verification and Testing) and any other quality control and assurance procedures stated in the Contractor’s proposal.

Subtask B.2 Major Release Planning Meetings

During the planning preparation for each major maintenance release of BRADD, the Selected Contractor’s Contract Manager and Technical Contract Manager shall be required to attend two planning meetings with PennDOT’s Project Manager and other PennDOT personnel. Each planning meeting is anticipated to require two days. There will be one major maintenance release per year of the contract. The initial work schedule for each major release will be developed by PennDOT’s Project Manager, and will be reviewed, discussed, and agreed upon, and finalized during these meetings.

The first meeting that the Selected Contractor’s Contract Manager and Technical Contract Manager must attend is the annual BRADD Advisory Panel meeting, held either in the Harrisburg, PA area or at the District Office of one of the BRADD Advisory Panel members. This meeting is used by PennDOT’s Project Manager to discuss, prioritize, and recommend the technical problem reports to

Page 34

be included in the next major maintenance release of BRADD. PennDOT’s Project Manager will advise the Selected Contractor of the schedule and location for this meeting. Most of the preparation required for this meeting will be accomplished as part of the other support services categories under this task. The Contractor must prepare meeting minutes, including follow-up items, from this meeting within five working days of each meeting, and must distribute the meeting minutes to all attendees.

The second meeting that the Selected Contractor’s Contract Manager and Technical Contract Manager must attend is the annual meeting between PennDOT’s Project Manager and PennDOT’sChief Bridge Engineer. PennDOT’s Chief Bridge Engineer is responsible for making all final decisions regarding the inclusion of any changes to the LRFD Programs, Standards, and DM-4 in BRADD, i.e. all the technical problem reports. Thus, PennDOT’s Project Manager will submit and discuss the recommendations from the BRADD Advisory Panel meeting with PennDOT’s Chief Bridge Engineer. PennDOT’s Chief Bridge Engineer will determine at this meeting the final decisions and priority for all technical problem reports to be included in the next major maintenance release of BRADD. The preparation required for this meeting will be accomplished by completion of the meeting minutes of the first meeting discussed above and as part of the other support services categories under this task. The Selected Contractor must prepare meeting minutes and follow-up items from this meeting within five working days of each meeting, and must distribute the meeting minutes to all attendees.

Note: For all BRADD programmatic problem reports, PennDOT’s Project Manager, in consultation with the Contractor, will set the priority for each programmatic problem report to be included in the next major maintenance release of BRADD.

Task B Summary

Tasks Work Order Initiated Deliverables

B.1 Project Management Services

B.2 Major Release Planning Meetings

The total estimated yearly hours for Task B are: 322 hours. The hours were assigned to specific positions based on historic usage, are not guaranteed, will be used for evaluation purposes, and used to develop the resulting Contract, Work Orders, and Purchase Orders. The hours were broken down on Appendix C, Cost Submittal, as follows:

1. Estimated at 250 hours for the Contract Manager.2. Estimated at 32 hours for the Technical Contract Manager.3. Estimated at 40 hours for Administrative/Clerical.

Work associated with Task B will be initiated through the use of a Work Order negotiated with the Selected Contractor throughout the time period of the contract. Each Work Order is a deliverable. The Hourly Rate for each specified individual per position may be negotiated for each Work Order. Hourly Rates will not exceed the maximum Hourly Rate as provided on the Selected Contractor’s Cost Submittal, Appendix C, which has been incorporated and made part of this Contract. PennDOT reserves the right to modify any or all, or any part thereof, of the categories set forth above for the PROJECT MANAGEMENT Task of this Contract.

Page 35

TASK C SUPPORT SERVICES

Support services will be performed at the initiation of the PennDOT’s Project Manager. Contractor’s proposals must identify the anticipated primary contact person for the reporting of support services requests, if someone other than the Technical Contract Manager, and describe the procedures to be used to keep track of and properly resolve each request. Also Contractor’s proposals must identify the current personnel anticipated to be used for this task and describe the specific experience related to this task. Support Services is further defined in Subtasks C.1 through C.6 below:

C.1. User Support.C.2. Documentation and Investigation of Reported Issues.C.3. Licensing Support.C.4. BRADD Website Maintenance.C.5. BRADD List Server Maintenance.C.6. BRADD Training Workshop Support Services and Maintenance.

Subtask C.1 User Support

This category of support services consists of providing direct support to the users, completing compatibility studies, making minor corrections to the verification problems, attending review and status meetings, and providing any other similar services requested by PennDOT’s Project Manager.

Direct Support to Users

The complexity of BRADD may lead to the user having a question or problem that is not covered in the user documentation. When requested by PennDOT’s Project Manager, the Selected Contractor shall make available support to the user to help with running BRADD, interpreting results, or answering other questions with regard to the BRADD software. All support and results must be documented by the Selected Contractor and provided to PennDOT’s Project Manager. In the proposal, the Selected Contractor must describe the procedures, method and tools to be used to document this support.

Compatibility Issues

BRADD is dependent upon third party software and operating systems, including MicroStation, Microsoft Windows, Microsoft Visual SourceSafe, Microsoft Word, Visio Professional, Microsoft Visual Studio .NET, Intel® Fortran, and Microsoft Visual Basic. When new versions of any third party software become available, the possibility exists that BRADD may need to be modified to accommodate updates in the software.

When a product has a new release, a compatibility study will be conducted to determine the impact on BRADD. The new software will be installed on a test PC along with the current version of BRADD. BRADD will be tested using the verification examples and a comparison of results will be made between the test system and the current BRADD software. A determination will be made in consultation with PennDOT’s Project Manager of whether a "Major” or “Patch” maintenance release and subsequent verification of the software is required.

Page 36

Other tests will be performed as appropriate for the component being tested. A list of differences and/or errors will be compiled into a report for PennDOT’s review. It will include a man-hour estimate for required modifications to the BRADD software for installation of the updated component.

Microsoft Visual SourceSafe is used for version control of all BRADD related files such as, but not limited to, source code files, documentation files, example problem files, etc. Any descriptions and/or references to Visual Source Safe and/or version control software in this Statement of Work are used solely to describe the required work function, which must be performed as a part of any given task. In the proposal, the Selected Contractor must describe the procedures, methods, and tools that will be used during this contract to perform the work functions described.

Minor Corrections to the Verification Problems

The verification problems are provided to verify the results that are obtained from BRADD. When a change is made to BRADD, it may require that changes also be made to the verification problems. When this occurs, all of the US verification problems will be reviewed to determine if the proposed change will affect the problem, and changes will be made as necessary. All proposed changes to the verification problems will be marked up to show the appropriate changes and will be reviewed, discussed and agreed upon by PennDOT’s Project Manager before the proposed change is implemented. In the proposal, the Selected Contractor must describe the procedures, method, and tools to be used to document these changes.

Review and Status Meetings

During the duration of TASK C, there will be at least semi-annual meetings with key PennDOT representatives to discuss and review the user support category of support services. Each meeting is anticipated to require three days. PennDOT’s Project Manager, in consultation with the Selected Contractor, will schedule all meetings and will select the location.

It is anticipated that most meetings will take place at the Commonwealth Keystone Building, 400 North Street, Harrisburg, PA. Within five working days after each meeting, the Selected Contractor must prepare minutes of these meetings, including a follow-up items list for both the Selected Contractor and PennDOT, and distribute them to all attendees.

Unless otherwise stated above, all reports and deliverables required under this sub-task must be submitted to PennDOT’s Project Manager within 10 working days of completion of each individual user support request.

The yearly effort for Subtask C.1 is estimated at 446 hours, broken down as follows:

1. Estimated at 83 hours for the Technical Contract Manager.2. Estimated at 363 hours for Support Services Personnel.

Subtask C.1 Deliverable: Provide direct support to users, identify compatibility issues, make minor corrections to the verifications problems and attend semi-annual status meetings.

Page 37

Subtask C.2 Documentation and Investigation of Reported Issues

When a BRADD user identifies an issue in BRADD, the user typically completes either the Technical Question form or the Revision Request form that is given in Chapter 9 of the BRADD User’s Manual, and sends it to PennDOT’s Project Manager. The issue may be due to a change in PennDOT’s policy that has not been updated in BRADD, a change in one of PennDOT’s bridge design programs incorporated into BRADD, a problem in the BRADD software, or a question about the operation or functionality of BRADD.The Technical Question or Revision Request should include the completed form, the BRADD Export file that includes the BRADD input menus and all BRADD output files, the drawings when appropriate, and hand computations where necessary. PennDOT’s Project Manager will review the reported issue and either investigate the issue to determine the appropriate response to the user, or send the issue to the Selected Contractor for investigation.

If the issue is sent to the Selected Contractor for investigation, the Selected Contractor must log the issue as a problem report. A complete list of all problem reports must be kept by the Contractor, and must be made available to PennDOT’s Project Manager. The problem reports must include:

1. Date the problem was logged.2. A description of the problem. 3. Type of problem (technical or programmatic). 4. Copy of all documentation submitted with the reported issue. 5. Proposed resolution of the problem. 6. Estimated effort required to resolve the problem. 7. Steps taken to resolve the problem.8. Date the issue was resolved.

The existing Visual Intercept website: http://www.engrprograms.com/RelayBRADD/ and software are used for reporting and recording issues and problems with BRADD. In the remainder of this Work Statement, all references to Visual Intercept are used solely to describe the required work function, which must be performed as a part of a given task. In the proposal, the Selected Contractor must describe the procedures, methods and tools that will be used to record, store, and track all the problem reports.

When a problem report is sent to the Selected Contractor for investigation, BRADD source code and documentation, PennDOT Design Manuals and Standards, PennDOT LRFD Programs, and previous BRADD correspondence should all be used to determine the cause of the issue and the appropriate response to the user. The results of this investigation will be documented and sent to PennDOT’s Project Manager for distribution back to the user.

When the investigation reveals that there is either an error in BRADD or a lack of sufficient documentation of BRADD, the Selected Contractor must make recommendations to PennDOT’s Project Manager as to the type of problem report (technical or programmatic) and as to the engineering, documentation, and programmatic changes necessary to resolve the problem report. An estimate of the effort required to modify BRADD to address the report must also be provided.

Page 38

An investigation can also reveal that the user reported problem is not an issue at all, but a misunderstanding on the part of the user. In these cases, the Selected Contractor will provide backup documentation to show that BRADD is performing correctly and cite the appropriate design or drafting standards, or BRADD documentation, and provide this information to PennDOT’s Project Manager for feedback to the user.

Technical problem reports are those problem reports that involve issues regarding the inclusion or interpretation of the PennDOT Design Manuals and Standards and the PennDOT LRFD Programs. Programmatic problem reports are those problem reports that involve errors and omissions in the BRADD Software and documentation.Upon completion of the investigation of each problem report, the Selected Contractor must make a recommendation to PennDOT’s Project Manager as to whether or not the problem report represents a critical issue to be resolved. If the problem report does represent a critical issue, then the Selected Contractor must make a recommendation as to whether this issue requires a Patch Maintenance Release or if a BRADD e-Notification of this issue will suffice until this issue can be addressed in the next Major Maintenance Release.

BRADD e-Notifications are meant to provide program update information and the how and why of the various issues that come up when using BRADD. If the Selected Contractor recommends and PennDOT’s Project Manager agrees that a BRADD e-Notification should be issued, then the Selected Contractor will draft the BRADD e-Notification and send it to PennDOT’s Project Manager for review. The BRADD e-Notification must include the problem statement, the problem workaround if applicable and available, and the problem resolution. The BRADD e-Notification will not be issued until approved by PennDOT’s Project Manager. See the BRADD List Server Maintenance sub-task for more information on the release / distribution of BRADD e-Notifications.

Unless otherwise stated above, all Reports and Deliverables required under this sub-task must be submitted to PennDOT’s Project Manager within five working days of completion of each individual report issued.

The yearly effort for Subtask C.2 is estimated at 476 hours, broken down as follows:

1. Estimated at 48 hours for the Technical Contract Manager.2. Estimated at 428 hours for Support Services Personnel.

Subtask C.2 Deliverable: Provide documentation and investigation of reported issues, and make recommendations as required.

Subtask C.3 Licensing Support

It is assumed that PennDOT’s Project Manager will handle all the up-front administrative paper work for the licensing of BRADD to a licensee. The information will then be sent to the Selected Contractor including the license number. As part of this support service, the Selected Contractor will produce a CD, put a label on it containing the company (licensee) name and license information, and will ship it to the licensee. Confirmation (tracking) of the shipment to and arrival of the CD at the licensee will then be sent back to PennDOT’s Project Manager. The shipping and tracking of the CD to the licensee by the Selected Contractor is to be accomplished at the least possible cost available to the Selected Contractor.

Page 39

The descriptions given below are used solely to describe the required work functions, which must be performed as a part of this support service. In the proposal, the Selected Contractor must describe the procedures, methods, and tools that will be used during this contact to perform the work functions described below.

The following information will be received from PennDOT:1. Company Name of Licensee.2. BRADD - PennDOT assigned License number.3. Contact name and address.

LicenseKeys.exe is a Visual Basic program that was developed to create a unique serial number that is recognized by BRADD during installation. When a new license is needed, the program ”Consultant Delivery\LicenseKeys.exe” included on the BRADD System Extras Disk is run and the appropriate information for License Number and Company Name is keyed in.

The Selected Contractor will provide an available supply of CD's that contain the latest delivery release of BRADD. The completed CD, together with a form letter, is sent to the licensee.

The CD, shipping, and tracking costs are to be reimbursed under the Task C – Support Services, Release CD and Mailing line item cost as established in the Selected Contractor’s Appendix C, Cost Submittal. As of January 2013, PennDOT has issued 142 licenses for the use of the BRADD Software.

Major Maintenance Releases are distributed via CD with a complete re-installation of the software. The re-installation procedures are similar to the procedures used for initial licensee installations.

Patch Maintenance Releases will be made available on the web site and distributed as necessary via CD. The installation on the web site will be able to upgrade an existing installation from one specific version (usually the last Major Maintenance Release) to another. The CD distribution of Patch Maintenance Releases will be a complete re-installation as per the Major Maintenance Release CDs.

Complete documentation of the process and procedures are provided in Sections 3.8 and 3.30 of the BRADD System Manual.

Each license/release CD must be distributed (shipped) within five working days from notice of the request sent from PennDOT’s Project Manager. All reports under this sub-task must be submitted to PennDOT’s Project Manager within five working days of completion of each CD distribution.

The yearly effort of Subtask C.3 is estimated at 80 hours, broken down as follows:

1. Estimated at 60 hours for the Support Services Personnel.2. Estimated at 20 hours for Administrative/Clerical.

Subtask C.3 Deliverable: Provide licensing support to users through the production and distribution of licenses to the licensee.

Page 40

Subtask C.4 BRADD Website Maintenance

A public web site (http://bradd.engrprograms.com) currently exists for the dissemination of information related to the PennDOT BRADD software. This public web site is currently located on a domain (engrprograms.com) registered by the current BRADD Maintenance Contractor. The public website was created using Microsoft Expression Web software.

This existing public web site also includes a link to a mailing list server available to those that access the site. Access to this web site is through the BRADD Software link on the PennDOT website http://www.dot.state.pa.us/ home page under “Services & Software.”

This site and its contents, including the link to the mailing list server, must be transferred by the Selected Contractor from the current BRADD Maintenance Contractor’s host and location to the Selected Contractor’s host and location. The Selected Contractor’s host will be on a domain, registered and maintained by the Selected Contractor, which utilizes Microsoft Internet Information Services (IIS).

Once the transfer of the this existing website and its contents to a new public website is completed, as referenced in Task A, the Selected Contractor must continue maintenance of this new public website including updates due to software releases and software E-notifications.

This new public website will be linked through the BRADD Software link from the PennDOT website http://www.dot.state.pa.us/ under “Services & Software.”

All files and subdirectories from the website directory will be backed up to a CD and made available to the Contractor. Documentation describing the directory structure and the purpose of the files will also be made available. Approximately 325 files occupying 100 MB of disk space are in the current website.

All changes to the new public website must be mocked up using a test website that can be accessed by PennDOT’s Project Manager for review. Upon approval from PennDOT’s Project Manager, the changes to the website will be made public within one working day.

The yearly effort of Subtask C.4 is estimated at 40 hours, broken down as follows:

1. Estimated at 40 hours for the Support Services Personnel.

Subtask C.4 Deliverable: Provide BRADD website registration and maintenance of a new public website, after transfer of the existing public website and its contents to the Selected Contractor’s host.

Subtask C.5 BRADD List Server

The BRADD subscriber list server is available to those that subscribe through the BRADD Website. The Selected Contractor must continue maintenance of the list server including support to PennDOT’s Project Manager for the creation and distribution of new BRADD e-Notifications.

BRADD e-Notifications provide program update information and the how and why of the various

Page 41

issues that come up when using BRADD. BRADD e-Notifications are either recommended by the Selected Contractor as part of the Support Services Documentation and Investigation of Reported Issues category, or as required by PennDOT’s Project Manager. The BRADD e-Notification must include the problem statement, the problem workaround if applicable and available, and the problem resolution.

The BRADD e-Notification will not be issued until approved by PennDOT’s Project Manager.

The mailing list server subscription contents must be transferred by the Selected Contractor from its current host and location to another host and location on a domain registered by the Selected Contractor.

The mailing list server uses Lyris List Manager Software. Transfer of the mailing list will consist of exporting the subscribers e-mail addresses to a Microsoft Excel file, backing it up to a CD, and delivering it to PennDOT’s Project Manager. The Selected Contractor will install mailing list server software on a new server, create a new BRADD mailing list and import the existing e-mail addresses.

The yearly effort of Subtask C.5 is estimated at 40 hours, broken down as follows:

1. Estimated at 40 hours for the Support Services.

Subtask C.5 Deliverable: Provide continued maintenance of the BRADD list server including support for the creation and distribution of new BRADD e-Notifications.

Subtask C.6 BRADD Training Workshop Support Services and Maintenance

PennDOT’s Project Manager, assisted by one or two of the Selected Contractor’s personnel will present the 2-day BRADD User Training workshop. PennDOT’s Project Manager will determine the number of Selected Contractor personnel required for each training workshop. PennDOT’s Project Manager must approve the Selected Contractor personnel proposed to assist with the presentation of the training.

This support service includes the update to and presentation of the 2-day BRADD User Training workshop developed under previous BRADD Maintenance and Support Services Contracts. As this training is hands-on, containing numerous exercises using BRADD, it is version specific. This training will be updated as necessary only when directed by PennDOT’s Project Manager.

This training is presented statewide at any of PennDOT’s Engineering District Offices only upon request from a District. This training may also be presented statewide to any of PennDOT’s Engineering Consultant’s Offices only upon request from the Consultant and at the sole discretion of PennDOT’s Project Manager. PennDOT’s Project Manager, in consultation with the Requestor, will determine and set the dates, times, and location of each BRADD Training workshop.

The Selected Contractor is responsible for the providing all the necessary copies of the User Training Manual and handouts for each participant of each training workshop. PennDOT’s Project Manager will provide the instructor’s laptop and 12 laptops for the participants to use during training, plus the projector. The District or Consultant receiving the training will be responsible for

Page 42

providing a projection screen, a table for the projector, and a flip chart. The maximum number of participants per training session is 24.

The costs of the User Training Manual and handouts for each participant will be considered one training package. The cost of each training package produced will be reimbursed under the Task C – Support Services, Participant Training Package line item cost as established in the Selected Contractor’s Appendix C, Cost Submittal.

The anticipated number of training sessions per year is two.

The yearly effort for Subtask C.6 is estimated at 120 hours, broken down as follows:

1. Estimated at 16 hours for the Technical Contract Manager.2. Estimated at 88 hours for Support Services Personnel.3. Estimated at 16 hours for Administrative/Clerical.

Subtask C.6 Deliverable: Provide the user training manuals, handouts and personnel to assist PennDOT’s Project Manager with the presentation of BRADD training workshops.

Task C Deliverables Summary

Tasks Deliverables

C.1 User Support

C.2 Documentation and Investigation of Reported Issues

C.3 Licensing Support

C.4 BRADD Website Maintenance

C.5 BRADD List Server Maintenance

C.6 BRADD Training Workshop Support Services and Maintenance

The total yearly effort for all services described in Task C is estimated at 1202 hours, broken down as follows:

1. Estimated at 147 hours for the Technical Contract Manager.2. Estimated at 1019 hours for Support Services.3. Estimated at 36 hours for Administrative/Clerical.

The estimated yearly hours based on historical data for Task C are 1202 hours. The hours were assigned to specific positions based on historic usage, are not guaranteed, will be used for evaluation purposes, and used to develop the resulting Contract, Work Orders, and Purchase Orders. Work associated with Task C will be initiated through the use of a Work Order negotiated with the Selected Contractor throughout the time period of the contract. Each Work Order is a deliverable. The Hourly Rate for each specified individual per position may be negotiated for each Work Order. Hourly Rates will not exceed the maximum Hourly Rate as provided on the Selected Contractor’s Cost Submittal, Appendix C, which has been incorporated and made part of this contract.

Page 43

PennDOT reserves the right to modify any or all, or any part thereof, of the categories given above for the SUPPORT SERVICES Task of this contract.

TASK D MAJOR RELEASE MAINTENANCE

Subtask D.1 through D.5 describes the software development, maintenance, and release tasks for the yearly update and correction to the BRADD software in order to keep the BRADD software as up-to-date and user useful as practical. The updates and corrections to the BRADD software address the technical and programmatic problem reports selected to be addressed. Typically, the updates and corrections to BRADD are handled by a major maintenance release of BRADD.

A major maintenance release of BRADD involves changes that typically improve most if not all of the programs and details within BRADD. A major maintenance release requires the completion of subtasks as further defined in Subtasks D.1 through D.5 below:

D.1. Release Development.D.2. ALPHA Testing and Fixes.D.3. BETA Testing and Fixes.D.4. Software Installation and Verification Testing.D.5. Software Release.

Subtask D.1 Release Development

After completion of the Major Maintenance Release Planning Meetings in Subtask B.2 for the next major maintenance release, final development may begin for this major maintenance release. This step is where actual software code is written.

The categories and descriptions of the work that may be required to resolve the problem reports to be addressed in this release, such as new menus, subroutines, programs, quantities, details, sheets, users and software manuals, etc., are summarized below. All work, including code changes, under this sub-task should be reviewed and checked prior to the start of Subtask D.2, ALPHA Testing and Fixes.

LRFD Program Installation

BRADD currently contains the following PennDOT Engineering programs:

BRGEO (Bridge Geometry). STLRFD (LRFD Steel Girder Design and Rating). PSLRFD (LRFD Prestressed Concrete Girder Design and Rating). BPLRFD (LRFD Bearing Pad Design and Analysis). ABLRFD (LRFD Abutment and Retaining Wall Design and Analysis).

When any of these programs has a new release, it may be included in the next major maintenance release of BRADD. Work includes installing the programs to be called from the BRADD GUI, implementing any required new menu input items, implementing any new output transfer from the design programs and updating of all documentation.

Page 44

Graphic Detail Revisions

Revisions to graphics details include changes to the connectivity files, vector files, sheet layout, cell details, DXF implementation and graphics programming. Revisions could occur as the result of changes to the standards, clarification of a detail, input from a user or problems with a detail placement.

Documentation Revisions

Anytime a change is made to BRADD, revisions to the documentation must be considered. In some cases, review and modification of the Documentation helps determine how the BRADD calculations should be done. Documentation changes to the User's Manual will be marked-up to show the appropriate changes and sent to PennDOT’s Project Manager for review. Upon approval, the changes will be made to the Microsoft Word document. Changes to the System Manual and BRADD on-line help will be made as appropriate and sent to PennDOT’s Project Manager for review. Before a delivery of the BRADD software is made, updated Adobe PDF files will be generated so the changes are contained in the current delivery to the user.

BRADD Calculation Revisions

Revisions to the BRADD calculations include any required changes to the superstructure, seismic or abutment controllers and the superstructure and abutment cost / quantity programs.

BRADD calculations represent design criteria from AASHTO, DM-4 and the Bridge Design (BD) and Bridge Construction (BC) standards. BRADD calculations also compute costs and quantities for detailing the final plans. Modifications to the BD and BC standards that result in a change to the detail drawings must be coordinated with changes to the quantity calculations.

BRADD GUI Revisions

Any revisions to the BRADD GUI include the menu system, database system, and the help system. These changes may be a result of a user request, modified input requirements, or a problem with existing GUI functionality.

Version Control of Software and Documentation

Microsoft Visual SourceSafe is used for version control of all BRADD related files such as, but not limited to, source code files, documentation files, example problem files, etc. Any descriptions and/or references to Visual Source Safe and/or version control software in this Work Statement are used solely to describe the required work function, which must be performed as a part of any given task. In the proposal, the Selected Contractor must describe the procedures, methods, and tools that will be used during this contract to perform the work functions described.

Review and Status Meetings

During development of each major maintenance release, there will be at least two meetings with key PennDOT representatives. Each meeting is anticipated to require three days. PennDOT’s

Page 45

Project Manager, in consultation with the Selected Contractor, will schedule all meetings and will select the location. It is anticipated that most meetings will take place at the Commonwealth Keystone Building, 400 North Street, Harrisburg, PA.

Within five working days after each meeting, the Selected Contractor must prepare minutes of these meetings, including a follow-up items list for both the Selected Contractor and PennDOT, and distribute them to all attendees.

The yearly effort for Subtask D.1 is estimated at 5854 hours, broken down as follows:

1. Estimated at 518 hours for the Technical Contract Manager.2. Estimated at 5336 hours for Software Development and Maintenance.

Subtask D.1. Deliverable: Provide software release development, program installation, revisions to documentation, version control of software and documentation, and attend and participate in review and status meetings.

Subtask D.2 ALPHA Testing and Fixes

Development of a major maintenance release results in significant changes to the BRADD software.

Before a release is made, ALPHA Testing and Fixes are required to be completed as follows:

ALPHA Testing

ALPHA Testing consists of the following:

Verification MatrixThe current 21 verification examples in US units are to be reviewed to determine if and how best to make changes and/or adjustments to the existing verification set. A submission of the revised verification examples is made to PennDOT’s Project Manager for review.

Hand VerificationFor a major maintenance release, each of the typically specified 11 verification examples (Ex. 1, 2, 4, 7, 10, 12, 15, 17, 19, 20 and 21) will be checked by hand calculations. The hand verification will be done in US units and will only involve hand calculations for the items affected by the change(s). The hand verification will consist of the verification of all output generated by BRADD except for the output produced directly from the design programs (BRGEO, STLRFD, PSLRFD, BPLRFD, ABLRFD). The output from the design programs need only be verified against the results of the stand-alone version of the given design program.

Design Drawing Verification

Page 46

Verification will involve visually reviewing and checking all the drawings, for completeness, clarity, and accuracy of information, just as any bridge design drawing would be reviewed and checked. For a major maintenance release, each of the typically specified 11 US unit examples will be visually reviewed and checked to ensure that all change(s) have been made and that non-changed details have not been affected.

Verify BRADD InterfaceThe overall BRADD software will be verified to ensure all functionality is working, including testing the following:

1. Verify Operations of user interface and delivery setup.2. Run through BRADD Menus.3. Test new job creation.4. Test deletion of a job.5. Test user input menus and help menus.6. Test reviewing design output files.7. Test printing.

It is anticipated that ALPHA Testing Personnel Level 2 will be assigned the testing and verification of such items as design calculations, complex design drawing details, etc. It is anticipated that ALPHA Testing Personnel Level 1 will be assigned the testing and verification of such items as quantities, reinforcement bar schedules, overall design drawings, etc.

The yearly effort for ALPHA Testing is estimated at 590 hours, broken down as follows:

1. Estimated at 295 hours for APLHA Testing Personnel Level 2.2. Estimated at 295 hours for ALPHA Testing Personnel Level 1.

ALPHA Fixes

The Selected Contractor’s personnel will test an ALPHA Version of the BRADD program as a part of the software development process and the verification processes described above.

Any issues found by the Selected Contractor’s Technical Manager or other ALPHA testers will be submitted and tracked using the procedures, methods and tools that the Selected Contractor is proposing to use for issue tracking.

After the Selected Contractor’s Technical Manager reviews issues, the Selected Contractor will address and modify BRADD as required. The resolution of each report will be documented for both the Selected Contractor’s Technical Manager and PennDOT’s Project Manager information. Once the ALPHA Testing and resolutions have been completed, a BETA Version will be prepared for delivery to PennDOT for BETA Testing of the software.

The yearly effort for ALPHA Fixes is estimated at 480 hours, broken down as follows:

1. Estimated at 48 hours for the Technical Contract Manager.2. Estimated at 432 hours for Software Development and Maintenance.

Page 47

Review and Status Meetings

During ALPHA Testing and Fixes of each major maintenance release, there will be at least one meeting with key PennDOT representatives. This meeting is anticipated to require three days and will typically take place towards the end of the ALPHA Fixes steps. PennDOT’s Project Manager, in consultation with the Selected Contractor, will schedule all meetings and will select the location. It is anticipated that most meetings will take place at the Commonwealth Keystone Building, 400 North Street, Harrisburg, PA. Within five working days after each meeting, the Selected Contractor must prepare minutes of these meetings, including a follow-up items list for both the Selected Contractor and PennDOT, and distribute them to all attendees.

The yearly effort for Review and Status Meetings is estimated at 48 hours, broken down as follows:

1. Estimated at 24 hours for the Technical Contract Manager.2. Estimated at 24 hours for Software Development and Maintenance.

The yearly effort for Subtask D.2 is estimated at 1118 hours, broken downs as follows:

1. Estimated at 72 hours for the Technical Contract Manager.2. Estimated at 456 hours for Software Development and Maintenance.3. Estimated at 295 hours for ALPHA Testing Personnel 2.4. Estimated at 295 hours for ALPHA Testing Personnel 1.

Subtask D.2 Deliverable: Provide ALPHA testing to ensure all functionality is working, fix and resolve any issues as a result of the APLHA testing, and participate in review and status meetings.

Subtask D.3 BETA Testing and Fixes

Development of a major maintenance release results in significant changes to the BRADD software. Before a release is made, BETA Testing and Fixes is completed as indicated below.

BETA Testing

BETA Testing consists of two cycles, initial testing and final (acceptance) testing. Either PennDOT personnel only, Selected Contractor personnel only, or a combination of both will perform initial testing.

BETA Testing will typically be targeted testing, where each BETA Tester will be assigned to test one or more of the changes made to the software as a part of the release development. The testing will involve the use of jobs, which are similar to the typically 11 verification jobs. The Contractor, in consultation with and approval by PennDOT’s Project Manager, will determined the changes and jobs types to be tested by each BETA Tester.

Although the initial testing to be performed by either PennDOT personnel, Selected Contractor personnel, or a combination of both will be in accordance with the procedures outlined below, the primary focus of the testing will be to check and verify the specific changes made to the version of

Page 48

BRADD as given in the Summary of Revisions section of the BRADD Users Manual:

1. Testing of a given structure type should include the following:a. Testing the entire Users’ Manual and other documentation provided.b. Testing the input software restrictions, limitations, and defaults.c. Testing the input software print capabilities.d. Testing the output software review capabilities.e. Testing the output software print capabilities.f. Testing the design drawing generation options.

2. For the structure type specified for testing, at least one specific example bridge problem must be thoroughly checked and verified. This includes but is not limited to checking the values in all log and calculation output files, the values in all quantity output files, and the details and all information on all design drawings produced.

Only the input reflection (i.e. input summary) in the output files from the design programs (STLRFD, PSLRFD, BPLRFD, and ABLRFD) needs to be checked and verified. The remainder of the output file need not be checked, since these design programs were verified and approved prior to their release, and are incorporated into BRADD unchanged.

For BRGEO, the input reflection (i.e. input summary) and the additional output added by BRADD in the output files needs to be checked and verified. The remainder of the output file need not be checked, since this output represents the design program that was verified and approved prior to release and is incorporated into BRADD unchanged.

3. Checking the details on all design drawings produced for each specific example bridge problem should consist of the following:a. Appropriateness of the detail as it applies to the given structure type.b. Correctness of the detail as it applies to the given structure type.c. Completeness and correctness of the information and data presented on the given detail.d. Constructability of the given detail.e. Appropriateness and correctness of all notes included on or with the detail.f. Placement of the detail on the sheet at an appropriate scale.

The details on the design drawings are based, both on examples and on information in DM-4, or on the BC and BD Standards. BRADD follows these examples as closely as possible. Any comments and/or problem reports, which in essence request changes to either DM-4, or the BC and BD Standards, will be referred to PennDOT’s Chief Bridge Engineer for future consideration. No action will be taken regarding the BRADD details, until such time as DM-4 and/or the BC and BD standards are revised.

Besides the work described above, the following work, typically performed by the Technical Contract Manager and software development and maintenance personnel, is performed at this time.

Electronic Verification

Page 49

Before the verification jobs are updated for any changes necessary as per the Verification Matrix activity above, electronic comparisons (with a tolerance) will be performed on all of the 21 current US unit verification examples. The comparison will be of the design and quantities results (output files, quantity files, and dimension files) between this release and the previous release of BRADD. When differences occur, the Selected Contractor will check to see if the variables are related to a known change in BRADD. The Selected Contractor will perform this check to make sure that the change(s) in no way affect the non-changed results for the existing examples.

Visual VerificationThe Selected Contractor will perform a visual review of the design drawings for all of the 21 current US unit verification examples to ensure that the change(s) implemented in this major maintenance release have not changed the existing detailing. The generated drawings will all be reviewed by PennDOT personnel and/or Selected Contractor personnel to make sure there are not any unexpected results or misplaced graphic elements.

4. Standard problem reporting procedures are to be used to report all problems/errors with either the software or the documentation. The problem report should be compiled and sent to PennDOT’s Project Manager.

All reports submitted will be reviewed by PennDOT’s Project Manager. This review will determine if the problem report is a BRADD technical problem/error, a BRADD functionality problem/error, a Bridge Design (DM-4) or Drafting (BC, BD, etc.) technical problem/error, or a misunderstanding or error by the BETA Tester.

BRADD technical problems / errors will be referred to the Selected Contractor by PennDOT’s Project Manager for review and correction. Users are NOT to send problem reports directly to the Contractor. BRADD functional problems / errors will be resolved by PennDOT’s Project Manager and PennDOT’s BRADD Advisory Panel members. Bridge Design (DM-4) or Detailing (BC, BD, etc.) technical problems/errors will be referred to PennDOT’s Chief Bridge Engineer for future consideration.

During the BRADD BETA testing, all problems, errors, etc., either with the results or with the use of the software, should be reported to PennDOT’s Project Manager.

After completion of initial testing, the Selected Contractor makes final corrections and adjustments to the software. A final acceptance-testing version is created and delivered to PennDOT for verifying that all comments have been addressed. All BETA testers, PennDOT and Selected Contractor, will perform acceptance testing.

Any issues found by PennDOT’s Project Manager or any other acceptance testers will be submitted and tracked using the procedures, methods and tools that the Selected Contractor is proposing to use for issue tracking.

Page 50

The yearly effort for BETA Testing is estimated at 1616 hours, broken down as follows:

1. Estimated at 675 hours for BETA Testing Personnel Level 22. Estimated at 675 hours for BETA Testing Personnel Level 13. Estimated at 266 hours for Software Development and Maintenance

BETA Testing Personnel Level 2 will be assigned the testing and verification of such items as design calculations, complex design drawing details, etc. BETA Testing Personnel Level 1 will be assigned the testing and verification of such items as quantities, reinforcement bar schedules, overall design drawings, etc.

BETA Fixes

BETA Fixes consists of two cycles, initial fixes from the initial testing and final fixes from the final (acceptance) testing.

After the issues from the initial BETA testing are reviewed by PennDOT’s Project Manager, the Selected Contractor shall address and modify BRADD as required. The Selected Contractor will document the resolution of each report for PennDOT’s Project Manager for acceptance. Beta testers will also provide comments on the revised User Manual and BRADD Help documentation. These comments will be incorporated into the final documentation. Once the BETA Testing and resolutions have been completed, a new delivery will be sent to PennDOT for final Acceptance Testing of the software.

The yearly effort for the initial fixes is estimated at 240 hours, broken down as follows:

1. Estimated at 24 hours for the Technical Project Manager.2. Estimated at 216 hours for Software Development and Maintenance.

After the issues from the final (acceptance) BETA testing are reviewed by PennDOT’s Project Manager, the Selected Contractor will address and modify BRADD as required. The resolution of each report will be documented for PennDOT’s Project Manager for acceptance. Once the final (acceptance) BETA testing and resolutions have been completed a final production delivery will be sent to PennDOT for final installation testing of the software.

The yearly effort for the final (acceptance) fixes is estimated at 120 hours, broken down as follows:

1. Estimated at 12 hours for the Technical Project Manager.2. Estimated at 108 hours for Software Development and Maintenance.

Review and Status Meetings

During BETA Testing and Fixes of each major maintenance release, there will be at least one meeting with key PennDOT representatives. This meeting is anticipated to require three days and will typically take place towards the end of the BETA Testing step. PennDOT’s Project Manager, in consultation with the Selected Contractor, will schedule all meetings and will select the location. It is anticipated that most meetings will take place at the Commonwealth Keystone Building, 400 North Street, Harrisburg, PA. Within five working days after each meeting, the Selected Contractor

Page 51

must prepare minutes of these meetings, including a follow-up items list for both the Selected Contractor and PennDOT, and distribute them to all attendees.The yearly effort for BETA Testing and Fixes Review Meetings is 48 hours, broken down as follows:

1. Estimated at 24 hours for the Technical Project Manager.2. Estimated at 24 hours for Software Development and Maintenance.

The yearly effort for Subtask D.3 is estimated at 2024 hours, broken down as follows:

1. Estimated at 60 hours for the Technical Contract Manager.2. Estimated at 614 hours for Software Development and Maintenance.3. Estimated at 675 hours for BETA Testing Personnel Level 2.4. Estimated at 675 hours for BETA Testing Personnel Level 1.

Subtask D.3 Deliverable: Provide BETA testing to ensure all functionality is working, fix and resolve any issues as a result of the BETA testing, and participate in review and status meetings.

Subtask D.4 Software Installation Verification and Testing

Once the final (acceptance) BETA testing and resolutions have been completed, a final production delivery will be sent to PennDOT for final installation of the software. Final Delivery Verification and Testing Procedures for BRADD have been documented in Section 3.31.1 of the BRADD System Manual. These procedures were developed to help ensure a final delivery that has been fully checked and verified, and are to be followed when testing and verifying BRADD software prior to a major maintenance delivery.

The yearly effort for Subtask D.4 is estimated at 340 hours, broken down as follows:

1. Estimated at 34 hours for the Technical Project Manager.2. Estimated at 306 hours for Software Development and Maintenance.

Subtask D.4 Deliverable: Complete and verify software installation and testing to ensure all functionality is working.

Subtask D.5 Software Release

A major maintenance release (version) of the BRADD Software will be considered successfully completed upon acceptance of the software by PennDOT, which will occur only after the BRADD Software is installed, tested, and properly functioning on both the PennDOT’s Windows 7 based CADD Domain and Windows 7 based Personal Computers, and the PennDOT’s receipt of the required deliverables listed below.

Deliverables for any new BRADD Software version include the following:1. Electronic copy of new version BRADD Software;2. Electronic copy of new version of BRADD Software Source Code;3. Electronic copy of all documentation, including the User Manual, Verification Input Echo

Manual, GUI Help, and System Manual;

Page 52

4. Electronic copy of all problem reports (Visual Intercept Reports) and resolutions addressed in this release of BRADD;

5. Electronic copy of all ALPHA Testing and BETA Testing problem reports and resolutions;6. Electronic copy of all hand verification examples; and 7. Incorporated in or attached to the transmittal letter signed by the Selected Contractor’s Contract

Manager, the Selected Contractor’s Contract Manager must state that all quality control and assurance procedures, required by the Statement of Work (such as but not limited to ALPHA Testing and Fixes, BETA Testing and Fixes, and Software Installation Verification and Testing) and any other quality control and assurance procedures stated in the Selected Contractor’s proposal, have been successfully completed.

Upon acceptance of the software, a new BRADD Version will be released to all Districts and to all licensees for production. Release of the software to licensees will follow the procedures specified above under the Subtask C.3 – Licensing Support, including the reimbursement of the CD, shipping, and tracking costs.

The yearly effort for Subtask D.5 is estimated at 40 hours, broken down as follows:

1. Estimated at 20 hours for the Technical Project Manager.2. Estimated at 20 hours for Administrative/Clerical.

Subtask D.5 Deliverable: Provide the major software release which should include, but may not be limited to, all deliverables detailed within this sub-task.

Task D Deliverables Summary

Tasks Deliverables

D.1 Release Development

D.2 ALPHA Testing and Fixes

D.3 BETA Testing and Fixes

D.4 Software Installation and Verification Testing

D.5 Software Release

The total yearly effort for all services described in Task D is estimated at 9376 hours, broken down as follows:

1. Estimated at 704 hours for Technical Contract Manager.2. Estimated at 6712 hours for Software Development and Maintenance.3. Estimated at 295 hours for ALPHA Testing Personnel 2.4. Estimated at 295 hours for ALPHA Testing Personnel 1.5. Estimated at 675 hours for BETA Testing Personnel 2.6. Estimated at 675 hours for BETA Testing Personnel 1.7. Estimated at 20 hours for Administrative/Clerical.

The estimated yearly hours based on historical data for Task D are 9376 hours. The hours were

Page 53

assigned to specific positions based on historic usage and will be used for evaluation purposes. Work associated with Task D will be initiated through Work Orders negotiated with the Selected Contractor throughout the time period of the contract. Each Work Order is a deliverable. The Hourly Rate for each specified individual per position may be negotiated for each Work Order. Hourly Rates will not exceed the maximum Hourly Rate as provided on the Selected Contractor’s Cost Submittal, Appendix C, which has been incorporated and made part of this contract.

In the proposal for the SOFTWARE DEVELOPMENT, MAINTENANCE, AND RELEASE Task of this contract, the Selected Contractor must identify all current staff anticipated to be used for this task, and must describe their experience related to this task.

The Selected Contractor should not anticipate a uniform distribution of work throughout the contract period. An example of the anticipated typical work schedule for this task is given in Figure 3 below.

The initial work schedule for each Major Release developed during the Major Release Planning Meetings may be adjusted as needed during the Software Development, Maintenance, and Release task by mutual consent and agreement of PennDOT’s Project Manager and the Selected Contractor’s Contract Manager.

The dates given in the example typical work schedule are for illustrative purposes only.

PennDOT reserves the right to modify any or all, or any part thereof, of the categories given above for the SOFTWARE DEVELOPMENT, MAINTENANCE, AND RELEASE Task of this Contract.

Page 54

Figure 3 – Example of Typical Work Schedule forTASK D – MAJOR RELEASE MAINTENANCE

Task IV-3.3 Software Development, Maintenance, and Release

(Major Maintenance Release) Start Date End Date

Development 12 weeks January 6, 2013 March 28, 2014Contractor resolves all agreed upon problem reports

ALPHA Testing 8 weeks March 31, 2014 May 23, 2014Contractor performs necessary and required testingContractor provides updated List of Depenencies (DLL's and OCX's) to CADD SuppportContractor provides sample installation to CADD SupportCADD Support installs sample installation on BRADD Manager W orkstationBRADD Manager tests sample

ALPHA Fixes 4 weeks May 26, 2014 June 20, 2014Contractor fixes Alpha Testing problem reports

BETA delivery 2 weeks June 23, 2014 July 4, 2014Contractor prepares and delivers BETA Version to CADD Support

BETA Installation 2 weeks July 7, 2014 July 18, 2014CADD Support installs Statewide

BETA Testing 8 weeks July 21, 2014 September 12, 2014Dis tricts perform assigned testingContractor performs assigned testing

BETA Fixes 4 weeks September 15, 2014 October 10, 2014Contractor fixes BETA Testing problem reports

Final Delivery 2 weeks October 13, 2014 October 24, 2014Contractor prepares and delivers Release to CADD Support

Acceptance Testing 2 weeks October 27, 2014 November 7, 2014CADD Support installs on BRADD Manager W orkstationBRADD Manager performs final testing

Release 1 day November 10, 2014CADD Support installs StatewideCADD Support removes access to BETA VersionContractor mails to all Licensees

44 weeks

EXAMPLE Estimated Work Schedule for November 10, 2014 Release

Duration

Page 55

TASK E PATCH MAINTENANCE RELEASE

An emergency release of BRADD, referred to as a “patch maintenance release,” may be made at PennDOT’s discretion to quickly get a required and necessary change that addresses a critical issue out to the users. A patch maintenance release of BRADD involves changes that typically effect a small number of the programs and details within BRADD. As an emergency release is not a planned event, the costs of such releases are not specifically accounted for in the proposal under this task. Therefore, the effort and cost of any emergency release will reduce the available effort and cost of the ongoing Task D, Major Release Maintenance. Close coordination and communication between the Selected Contractor and PennDOT’s Project Manager is required.

The initial work schedule for each Patch Release will be developed by PennDOT’s Project Manager, and will be reviewed, discussed, agreed upon, and finalized with the Selected Contractor prior to the start of any Patch Release work under this Task E.

A patch maintenance release requires the completion of the following five sub-tasks:

E.1. Release Development.E.2. ALPHA Testing and Fixes.E.3. BETA Testing and Fixes.E.4. Software Installation and Verification Testing.E.5. Software Release.

Subtask E.1 Release Development

After a critical issue that requires a patch maintenance release has been identified by the Documentation and Investigation of Reported Issues, Subtask C.2, final design may begin. This step is where actual software code is written. The categories and descriptions of the work that may be required to resolve the problem reports to be address in this release, such as new menus, subroutines, programs, quantities, details, sheets, users and software manuals, etc., are summarized below. All work, including coding changes, under this sub-task should be reviewed and checked prior to the start of Subtask E.2 – ALPHA Testing and Fixes.

LRFD Program Installation

BRADD currently contains the following PennDOT Engineering programs: BRGEO (Bridge Geometry). STLRFD (LRFD Steel Girder Design and Rating). PSLRFD (LRFD Prestressed Concrete Girder Design and Rating). BPLRFD (LRFD Bearing Pad Design and Analysis). ABLRFD (LRFD Abutment and Retaining Wall Design and Analysis).

When any of these programs has a new release, it may be included in the next patch maintenance release of BRADD. Work includes installing the programs to be called from the BRADD GUI, implementing any required new menu input items, implementing any new output transfer from the design programs, and updating of all documentation.

Page 56

Graphic Detail RevisionsRevisions to graphics details include changes to the connectivity files, vector files, sheet layout, cell details, DXF implementation and graphics programming. Revisions could occur as the result of changes to the standards, clarification of a detail, input from a user or problems with a detail placement.

Documentation RevisionsAnytime a change is made to BRADD, revisions to the documentation must be considered. In some cases, review and modification of the Documentation helps determine how the BRADD calculations should be done. Documentation changes to the User's Manual will be marked-up to show the appropriate changes and sent to PennDOT’s Project Manager for review. Upon approval, the changes will be made to the Microsoft Word document. Changes to the System Manual and BRADD on-line help will be made as appropriate and sent to PennDOT’s Project Manager for review. Before a delivery of the BRADD software is made, updated Adobe PDF files will be generated so the changes are contained in the current delivery to the user.

BRADD Calculation RevisionsRevisions to the BRADD calculations include any required changes to the superstructure, seismic or abutment controllers and the superstructure and abutment cost / quantity programs. BRADD calculations represent design criteria from AASHTO, DM-4 and the Bridge Design (BD) and Bridge Construction (BC) standards. BRADD calculations also compute costs and quantities for detailing the final plans. Modifications to the BD and BC standards, which result in a change to the detail drawings, must be coordinated with changes to the quantity calculations.

BRADD GUI RevisionsAny revisions to the BRADD GUI include the menu system, database system, and the help system. These changes may be a result of a user request, modified input requirements or a problem with existing GUI functionality.

Version Control of Software and DocumentationMicrosoft Visual SourceSafe is used for version control of all BRADD related files such as, but not limited to, source code files, documentation files, example problem files, etc. Any descriptions and/or references to Visual Source Safe and/or version control software in this Work Statement are used solely to describe the required work function, which must be performed as a part of any given task. In the proposal, the Selected Contractor must describe the procedures, methods, and tools that will be used during this contract to perform the work functions described.

Review and Status Meetings

During development of each patch maintenance release, there will be at least one meeting with key PennDOT representatives. This meeting is anticipated to require two days.

PennDOT’s Project Manager, in consultation with the Selected Contractor, will schedule all meetings and will select the location. It is anticipated that most meetings will take place at the Commonwealth Keystone Building, 400 North Street, Harrisburg, PA. Within five working days after each meeting, the Selected Contractor must prepare minutes of these meetings, including a follow-up items list for both the Selected Contractor and PennDOT, and distribute them to all attendees.

Page 57

Subtask E.1 Deliverable: Provide patch maintenance software releases, LFRD program installation, graphic detail revisions, documentation revisions, BRADD calculations and GUI revisions, version control, and participate in status meetings; all as required and approved by PennDOT’s Project Manager.

Subtask E.2 ALPHA Testing and Fixes

Development of a patch maintenance release results in localized change to the BRADD software in specific areas of the BRADD software. Before a release is issued, ALPHA Testing and Fixes is completed as indicated below.

ALPHA Testing

ALPHA Testing consists of the following:

Hand VerificationHand verification will be done in US units and will only involve hand calculations for one verification example that addresses the critical issue affected by the patch maintenance release. The hand verification will consist of the verification of all output generated by BRADD except for the output produced directly from the design programs (BRGEO, STLRFD, PSLRFD, BPLRFD, ABLRFD). The output from the design programs need only be verified against the results of the stand-alone version of the given design program.

Design Drawing VerificationVerification will involve visually reviewing and checking all the drawings for completeness, clarity, and accuracy of information, just as any bridge design drawing would be reviewed and checked. Each of two US unit examples specified and agreed to by the Selected Contractor and PennDOT’s Project Manager, will be visually reviewed and checked to ensure that all change(s) have been made and that non-changed details have not been affected.

Verify BRADD InterfaceThe overall BRADD software will be verified to ensure all functionality is working, including testing the following:

1. Verify Operations of user interface and delivery setup.2. Run through BRADD Menus.3. Test new job creation.4. Test deletion of a job.5. Test user input menus and help menus.6. Test reviewing design output files.7. Test printing.

ALPHA Fixes

The Selected Contractor’s personnel will test an ALPHA Version of the BRADD program as a part of the software development process and the verification processes described above.

Page 58

Any issues found by the Selected Contractor’s Technical Manager or other ALPHA testers will be submitted and tracked using the procedures, methods and tools that the Selected Contractor is proposing to use for issue tracking.

After issues are reviewed by the Selected Contractor’s Technical Manager, the Selected Contractor will address and modify BRADD as required. The resolution of each report will be documented for both the Selected Contractor’s Technical Manager’s and PennDOT’s Project Manager’s information. Once the ALPHA Testing and resolutions have been completed, a BETA Version will be prepared for delivery to PennDOT for BETA Testing of the software.

Review and Status Meetings

During ALPHA Testing and Fixes of each patch maintenance release, there will be at least one meeting with key PennDOT representatives. This meeting is anticipated to require two days and will typically take place towards the end of the ALPHA Fixes steps. PennDOT’s Project Manager, in consultation with the Selected Contractor, will schedule all meetings and will select the location. It is anticipated that most meetings will take place at the Commonwealth Keystone Building, 400 North Street, Harrisburg, PA. Within five working days after each meeting, the Selected Contractor must prepare minutes of these meetings, including a follow-up items list for both the Selected Contractor and PennDOT, and distribute them to all attendees.

Subtask E.2 Deliverable: Provide ALPHA testing and fixes using the appropriate hand and/or design drawing verifications, ensure all BRADD interface functionality is working, and participate in status meetings; all as required and approved by PennDOT’s Project Manager.

Subtask E.3 BETA Testing and Fixes

Development of a patch maintenance release results in localized changes to the BRADD software in specific areas of the BRADD software. Before a release is issued, BETA Testing and Fixes are completed as indicated below.

BETA Testing

BETA Testing consists of two cycles, initial testing and final (acceptance) testing. Either PennDOT personnel only, Selected Contractor personnel only, or a combination of both will perform initial testing.

BETA Testing will typically be targeted testing, where each BETA Tester will be assigned to test one or more of the changes made to the software as a part of the release development.

The testing will involve the use of jobs, which are similar to the typically 11 verification jobs. The Selected Contractor, in consultation with and approval by PennDOT’s Project Manager, will determined the changes and jobs types to be tested by each BETA Tester.

Although the initial testing to be performed by either PennDOT personnel, Selected Contractor

Page 59

personnel, or a combination of both will be in accordance with the procedures outlined below, the primary focus of the testing will be to check and verify the specific program changes made to the patch maintenance release version of BRADD:

1. Testing of a given structure type should include the following:a. testing the entire User’s Manual and other documentation provided.b. testing the input software restrictions, limitations, and defaults.c. testing the input software print capabilities.d. testing the output software review capabilities.e. testing the output software print capabilities.f. testing the design drawing generation options.

2. For the structure type specified for testing, at least one specific example bridge problem must be thoroughly checked and verified. This includes but is not limited to checking the values in all log and calculation output files, the values in all quantity output files, and the details and all information on all design drawings produced.

Only the input reflection (i.e. input summary) in the output files from the design programs (STLRFD, PSLRFD, BPLRFD, and ABLRFD) needs to be checked and verified. The remainder of the output file need not be checked, since these design programs were verified and approved prior to their release, and are incorporated into BRADD unchanged.

For BRGEO, the input reflection (i.e. input summary) and the additional output added by BRADD in the output files needs to be checked and verified. The remainder of the output file need not be checked, since this output represents the design program that was verified and approved prior to release and is incorporated into BRADD unchanged.

3. Checking the details on all design drawings produced for each specific example bridge problem should consist of the following:a. appropriateness of the detail as it applies to the given structure type.b. correctness of the detail as it applies to the given structure type.c. completeness and correctness of the information and data presented on the given

detail.d. constructability of the given detail.e. appropriateness and correctness of all notes included on or with the detail.f. placement of the detail on the sheet at an appropriate scale.

The details on the design drawings are based on both examples and information in DM-4 or on the BC and BD Standards. BRADD follows these examples as closely as possible. Any comments and/or problem reports, which in essence request changes to either DM-4 or the BC and BD Standards, will be referred to PennDOT’s Chief Bridge Engineer for future consideration. No action will be taken regarding the BRADD details until such time as DM-4 and/or the BC and BD standards are revised.

Besides the work described above, the following work, typically performed by the Selected Contractor’s Technical Contract Manager and software development and maintenance personnel, is performed at this time.

Electronic VerificationPage 60

Before the verification jobs are updated for any changes necessary as per the Verification Matrix activity above, electronic comparisons (with a tolerance) will be performed on all of the 21 current US unit verification examples. The comparison will be of the design and quantities results (output files, quantity files, and dimension files) between this release and the previous release of BRADD. When differences occur, they will be checked to see if the variables are related to a known change in BRADD. This check will be performed to make sure that the change(s) in no way affect the non-changed results for the existing examples.

Visual VerificationThe Selected Contractor will conduct a visual review of the design drawings for all of the 21 current US unit verification examples to ensure that the change(s) implemented in this patch maintenance release have not changed the existing detailing. All generated drawings will be reviewed to make sure there are not any unexpected results or misplaced graphic elements.

4. Standard problem reporting procedures are to be used to report all problems/errors with either the software or the documentation. The problem report should be compiled and sent to PennDOT’s Project Manager.

All reports submitted will be reviewed by PennDOT’s Project Manager. This review will determine if the problem report is a BRADD technical problem/error, a BRADD functionality problem/error, a Bridge Design (DM-4) or Drafting (BC, BD, etc.) technical problem/error, or a misunderstanding or error by the BETA Tester.

BRADD technical problems / errors will be referred to the Selected Contractor by PennDOT’s Project Manager for review and correction. Users are NOT to send problem reports directly to the Selected Contractor. BRADD functional problems / errors will be resolved by PennDOT’s Project Manager and PennDOT’s BRADD Advisory Panel members. Bridge Design (DM-4) or Detailing (BC, BD, etc.) technical problems/errors will be referred to PennDOT’s Chief Bridge Engineer for future consideration.

During the BRADD “BETA” testing, all problems, errors, etc., either with the results or with the use of the software, should be reported to PennDOT’s Project Manager.

After completion of initial testing, final corrections and adjustments are then made to the software. A final (acceptance) testing version is created and delivered to PennDOT for verifying that all comments have been addressed. All BETA testers, PennDOT and the Selected Contractor, will perform the final (acceptance) testing.

Any issues found by PennDOT’s Project Manager or any other final (acceptance) testers will be submitted and tracked using the procedures, methods and tools that the Selected Contractor is proposing to use for issue tracking.

BETA Fixes Page 61

BETA Fixes consists of two cycles, initial fixes from the initial testing and final fixes from the final (acceptance) testing.

After the issues from the initial BETA testing are reviewed by PennDOT’s Project Manager, the Selected Contractor will address and modify BRADD as required. The resolution of each report will be documented for PennDOT’s Project Manager for acceptance. Beta testers will also provide comments on the revised User Manual and BRADD Help documentation. These comments will be incorporated into the final documentation as necessary and appropriate. Once the BETA Testing and resolutions have been completed, a new delivery will be sent to PennDOT for final (acceptance) testing of the software.

After the issues from the final (acceptance) BETA testing are reviewed by PennDOT’s Project Manager, the Selected Contractor will address and modify BRADD as required. The resolution of each report will be documented for PennDOT’s Project Manager for acceptance. Once final (acceptance) BETA testing and resolutions have been completed, a final production delivery will be sent to PennDOT for final installation testing of the software.

Review and Status Meetings

During BETA Testing and Fixes of each patch maintenance release, there will be at least one meeting with key PennDOT representatives. This meeting is anticipated to require two days and will typically take place towards the end of the BETA Testing step.

PennDOT’s Project Manager, in consultation with the Selected Contractor, will schedule all meetings and will select the location. It is anticipated that most meetings will take place at the Commonwealth Keystone Building, 400 North Street, Harrisburg, PA. Within five working days after each meeting, the Selected Contractor must prepare minutes of these meetings, including a follow-up items list for both the Selected Contractor and PennDOT, and distribute them to all attendees.

Subtask E.3 Deliverable: Provide BETA testing using the appropriate electronic and visual verifications, reporting of all problems and errors with either the software or the documentation, BETA fixes from the final (acceptance) testing, and participate in status meetings; all as required and approved by PennDOT’s Project Manager.

Subtask E.4 Software Installation Verification and Testing

Once the final (acceptance) BETA Testing and resolutions have been completed, a final production delivery will be sent to PennDOT for final installation of the software. Final Delivery Verification and Testing Procedures for BRADD have been documented in Section 3.31.3 of the BRADD System Manual. These procedures were developed to help ensure a final delivery that has been fully checked and verified, and are to be followed when testing and verifying BRADD software prior to a patch maintenance delivery.

Subtask E.4 Deliverable: Provide final production delivery to PennDOT and ensure compliance with procedures for BRADD documented in the BRADD System Manual.

Page 62

Subtask E.5 Software Release

A patch maintenance release (version) of the BRADD Software will be considered successfully completed upon acceptance of the software by PennDOT, which will occur only after the BRADD Software is installed, tested, and properly functioning on both PennDOT’s Windows 7 based CADD Domain and Windows 7 based Personal Computers, and PennDOT’s receipt of the required deliverables listed below.Deliverables for any new BRADD Software version include the following:1. Electronic copy of new version BRADD Software;2. Electronic copy of new version of BRADD Software Source Code;3. Electronic copy of all documentation, including the User Manual, Verification Input Echo

Manual, GUI Help, and System Manual;4. Electronic copy of all problem reports (Visual Intercept Reports) and resolutions addressed in

this release of BRADD;5. Electronic copy of all ALPHA Testing and BETA Testing problem reports and resolutions; 6. Electronic copy of all hand verification examples; and7. Incorporated in or attached to the transmittal letter signed by the Selected Contractor’s Contract

Manager, the Contract Manager must state that all quality control and assurance procedures, required by this Statement of Work (such as but not limited to ALPHA Testing and Fixes, BETA Testing and Fixes, and Software Installation Verification and Testing) and any other quality control and assurance procedures stated in the Selected Contractor’s proposals, have been successfully completed.

Upon acceptance of the software, a new BRADD Version will be released to all Districts and to all licensees for production. Release of the software to licensees will follow the procedures specified above under the Subtask C.3 – Licensing Support, including the reimbursement of the CD, shipping, and tracking costs if necessary.

Subtask E.5 Deliverable: Ensure any patch maintenance release (version) is successfully completed post BRADD software installation and acceptance by PennDOT for release to all Districts and all licenses for production.

Task E Deliverables Summary

Tasks Deliverables

E.1 Release Development

E.2 ALPHA Testing and Fixes

E.3 BETA Testing and Fixes

E.4 Software Installation and Verification Testing

E.5 Software Release

A PATCH (emergency) release is not a planned event, thus the costs of such releases are not specifically accounted for in the proposal under this task.

Page 63

The effort and cost of any PATCH (emergency) release will reduce the available effort and cost of the ongoing major maintenance release. Close coordination and communication between the Selected Contractor and PennDOT’s Project Manager is required.

TASK F TRANSITION / TURNOVER

The transition / turnover task is intended as a transition period to maintain the efficiency and proficiency of the maintenance and support of BRADD during the start-up period of the next BRADD Maintenance and Support Services contract that will follow this contract, assuming the new contract is awarded to a new Contractor.

The Selected Contractor shall begin the transition / turnover services when PennDOT initiates the steps of the RFQ process for the solicitation and selection of the next BRADD Maintenance and Support Services Contractor for all or parts of the tasks included in this contract. The Selected Contractor shall first develop a turnover plan and follow the steps described in the plan at the predefined triggers during the turnover process. The transition / turnover task requires the completion of the following three sub-tasks:

Subtask F.1 Turnover Plan

The turnover plan must identify the critical tasks that need to occur to provide a smooth and orderly turnover of functions between PennDOT and the Selected Contractor as required and the new incoming Selected Contractor and/or PennDOT staff with minimal disruption to business operations. This turnover plan must be submitted no later than 12 months from the planned Notice-to-Proceed for the Selected Contractor. The work activities associated with this task include, but are not limited to, the following:

1. Activities necessary to turn over the application functions in an orderly manner.2. Specialized technical transition of applications.3. Resources required, including those from PennDOT, the current contractor, and the new

incoming Selected Contractor.4. Turnover objectives and work plan activities on a Gantt chart, including activity time frames

and responsibilities.

Subtask F.1 Deliverable: One time turnover plan is required to be submitted to PennDOT’s Project Manager for review and approval. The Selected Contractor may not move forward with Turnover Activities Subtask F.2, until written approval from PennDOT has been received.

Subtask F.2 Turnover Activities

Upon receipt of the written approval from PennDOT’s Project Manager for Subtask F.1 – Turnover Plan, and within 60 days prior to expiration of this contract, the Selected Contractor is responsible for the delivery of the following:1. Services to ensure a smooth and orderly transition of functions, programs, responsibilities and

services to PennDOT or to another entity specified by the Commonwealth.2. Turning over the following documents/information:

a) One CD with the full BRADD Software installation, which includes the PDF format copies of the BRADD User Manual and the Verification Input Echo Manual;

b) One CD with the full BRADD Software Source Code, which includes the Microsoft Word

Page 64

format copies of the BRADD User Manual and the Verification Input Echo Manual;c) One CD with the BRADD System Manual and Details;d) One CD with the BRADD Example Documentation;e) One or more CD’s with all (past and present) Visual Intercept Reports on BRADD;f) One CD with all files and subdirectories from the website directory including

documentation describing the directory structure and the purpose of the files;g) One CD with the mailing list server subscription contents consisting of a Microsoft Excel

file containing the subscribers e-mail addresses.h) One or more CD’s with the following:

o Documentation for putting together a consultant delivery;o Updates to various development and support software;o Contents of InstallShield working directories; ando Support files for generating/copying InstallShield input.

i) All assets and artifact in neatly organized, easily navigable and normalized taxonomy; andj) Any information that is currently in use to support application processing.

The turnover shall take into account the following turnover services that the Selected Contractor is obligated to provide upon request:1. Assistance with the migration of the BRADD files to the incoming Selected Contractor’s file

server, Microsoft Visual SourceSafe server, mailing list server, web server, and bug tracking server

2. Updated BRADD System Training course material and BRADD System Training for approximately 12 of the incoming Selected Contractor’s personnel. The BRADD System Training course, estimated as 3 – 5 days of training, will be conducted at the Selected Contractor’s office within Pennsylvania

3. The Selected Contractor will provide two software development and maintenance personnel to work side-by-side with the incoming Selected Contractor’s software development and maintenance personnel at the incoming Selected Contractor’s office to teach them how to make revisions to the various BRADD components. This task is estimated as a total of 80 hours for the two software development and maintenance personnel.

Subtask F.2 Deliverable: Successful completion of Turnover Activities. Payment will not be made until PennDOT has reviewed, approved and fully accepted the work completed for the transition. Contractors will provide an hourly rate and number of hours for each specified position required for the successful completion of Turnover Activities on Appendix C, Cost Submittal. The sum of the total number of hours times the hourly rate for each specified position will be used to identify the deliverable cost for this task. Contractors may also refer to Part II-11 of this RFQ for more information on the cost.

Subtask F.3 Turnover Report

Within 30 days of the completion of the Subtask F.2 – Turnover Activities, the Selected Contractor must prepare a report that documents the completion of the turnover activities and provides the status of each objective and activity that took place during the turnover period. The report must be submitted to PennDOT’s Project Manager for review and approval. PennDOT’s Project Manager will provide written notification to the Selected Contractor acknowledging acceptance of this Subtask F.3 – Turnover Report.

Page 65

This task will only be necessary if, through the RFQ Process, the existing contractor is not the new Selected Contractor for the next BRADD Maintenance and Support Services Contract.

Subtask F.3 Deliverable: One time turnover report is required to be submitted to PennDOT’s Project Manager for review and approval.

Task F Deliverables Summary

Tasks Deliverables

F.1 Turnover Plan

F.2 Turnover Activities

F.3 Turnover Report

IV-5. Reports and Project Control Due to the systemic nature of the project, reporting requirements are indicated in IV-4 Tasks. The Selected Contractor should provide a draft copy of all reports; including the final report.

A. Final Report. Within sixty days of the end of the contract, the Selected Contractor must prepare and submit the final report that documents the completion of the contract. The contents of the final report must address the following:

1. Describe any difficulties with or during the Transition/Implementation task, if applicable. Describe the learning curve required. Describe any lessons learned.

2. For each year of the contract, summarize the following:a. Number of maintenance problem report investigations performed;b. Number of user support requests handled and investigated;c. Number of Major Releases;d. Number of Patch Releases;e. Number of maintenance problem reports received;f. Number of maintenance problem reports resolved; andg. Number of new user licenses processed.

3. Describe any difficulties with or during the Software Development, Maintenance and Release task. Describe the learning curve required. Describe any lessons learned.

4. Summarize the significant functional changes made to BRADD. Describe the learning curve required. Describe any lessons learned.

5. Summarize the following:a. Number of remaining maintenance problem reports.b. Number of remaining maintenance problem reports to be investigated.

Page 66

6. Describe any difficulties with or during the Transition/Turnover task, if applicable. Describe any lessons learned.

7. Any recommendations for additions and/or changes to any of the tasks of the work statement of this contract.

IV-6. Purchase Order Requirements — Small Diverse Business Participation

All purchase orders containing Small Diverse Business (SDB) participation must also include a provision requiring the Selected Contractor to meet and maintain those commitments made to SDBs at the time of proposal submittal or purchase order negotiation, unless a change in the commitment is approved by the BSBO. All purchase orders containing SDB participation must include a provision requiring SDB subcontractors to perform at least 50% of the subcontracted work.

The Selected Contractor’s commitments to SDB made at the time of proposal submittal or purchase order negotiation shall, to the extent so provided in the commitment, be maintained throughout the term of the purchase order and through any renewal or extension of the purchase order. Any proposed change must be submitted to BSBO, which will make a recommendation to the Issuing Officer regarding a course of action.

If a purchase order is assigned to another Contractor, the new Contractor must maintain the SDB participation of the original purchase order.

The Selected Contractor shall complete the Prime Contractor’s Quarterly Utilization Report (or similar type document containing the same information) and submit it to the Contracting Officer of the Issuing Office and BSBO within 10 workdays at the end of each quarter the purchase order is in force. This information will be used to determine the actual dollar amount paid to Small Diverse Business subcontractors and suppliers. Also, this information will serve as a record of fulfillment of the commitment the Selected Contractor made and for which it received SDB participation points. If there was no activity during the quarter then the form must be completed by stating “No activity in this quarter.”

NOTE: EQUAL EMPLOYMENT OPPORTUNITY AND CONTRACT COMPLIANCE STATEMENTS REFERRING TO COMPANY EQUAL EMPLOYMENT OPPORTUNITY POLICIES OR PAST CONTRACT COMPLIANCE PRACTICES DO NOT CONSTITUTE PROOF OF SMALL DIVERSE BUSINESS STATUS OR ENTITLE A CONTRACTOR TO RECEIVE CREDIT FOR SMALL DIVERSE BUSINESS UTILIZATION.

Page 67