Each proposal must be sealed and clearly marked GE Cimplicity Software Upgrade - WLSSD RFP #1370 and addressed to: Betsy Woller, Buyer

Size: px
Start display at page:

Download "Each proposal must be sealed and clearly marked GE Cimplicity Software Upgrade - WLSSD RFP #1370 and addressed to: Betsy Woller, Buyer"

Transcription

1 2626 Courtland Street Duluth, MN phone fax Western Lake Superior Sanitary District REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE WLSSD RFP #1370 Proposals for GE Cimplicity Software Upgrade will be received by the Western Lake Superior Sanitary District (WLSSD) until the CLOSING time of December 1, PM. Proposals received after the closing time will be returned unopened. There will be no formal opening. WLSSD is looking for proposals on the following three areas: GE Cimplicity software upgrade, review and recommendations for existing alarm set up and structure, and Change Management installation, implementation and configuration at its 2626 Courtland St. Duluth, MN facility. Each proposal must be sealed and clearly marked GE Cimplicity Software Upgrade - WLSSD RFP #1370 and addressed to: Betsy Woller, Buyer Western Lake Superior Sanitary District 2626 Courtland Street Duluth, MN Copies of this RFP may be obtained by either calling (218) , or at the District s website at, Questions regarding the technical nature of this proposal will be accepted until 2PM on Monday, November 13, 2017 and should be directed to Grant Brown, Director of Information Services (218) , or grant.brown@wlssd.com. Western Lake Superior Sanitary District reserves the right to reject any and all proposals, to waive irregularities and to accept the proposal deemed to be in the best interest of the organization. No proposer may withdraw his proposal within 60 days after the RFP closing date. 1 P a g e

2 Table of Contents 1.0 Important Project Dates Background Information Scope of Services Project Goals Scope of Services - Background and Information Key points to consider and include in proposal Statement of Work Scope of Services Final Product Completion Proposal Form Minimal Down Time Change Orders Questions Proposals Due Proposal Form Part A Proposal Form Part B Proposal Form Part C Evaluation of Proposals General Terms and Conditions Performance and Payment Bonds Certificate of Insurance Safe Work Practices Billing Indemnification Non-assignability Non-waiver Attachment A Current SCADA Specs Attachment B Virtual Logical Diagram Checklist P a g e

3 Important project dates are as follows: 1.0 Important Project Dates Request for Proposals Issued: Wednesday, November 8, 2017 Questions Received by: Wednesday, November 15, 2017 by 2PM Questions Answered on: Monday, November 20, 2017 Proposals Due: Friday, December 1, 2017 by 2PM Phone Interviews: Week of December Board Approval: Monday, December 18, 2017 Start Date: Within 45 Days of Signed Agreement Completion Date: It is WLSSD s expectation that this project be completed on or before March 30, However, dependent on plant conditions this project may be push out up to, but not later than, one year. 2.0 WLSSD Background Information The Western Lake Superior Sanitary District provides solid waste management and wastewater treatment services for approximately 530 square mile region within St. Louis and Carlton Counties. It is governed by a nine-member citizen Board of Directors. 3.0 Scope of Services 3.1 Project Goals 1. WLSSD is looking to upgrade the existing Cimplicity architecture from its existing 8.2 version to the current 9.5 version, migrate it to a new 2 node VMWare datacenter running ESXi 6.5, and install and configure the virtualized licensing server for Cimplicity. 2. WLSSD is looking for a review of its existing alarm set up and structure, once reviewed proposer will need to provide detailed recommendations for alarm improvement in order to ensure optimal visibility and compliance with alarm standards. WLSSD may elect to proceed with a change order to implement recommendations and/or use recommendations on future projects. 3. WLSSD currently owns Cimplicity s Change Management features and software, but has never implemented it. WLSSD will need a list of benefits of implementing this, include screens, alarms, and points, along with all the steps and cost of installation, implementation and configuration. WLSSD may or may not elect to move forward with the installation, implementation or configuration, based on the value add to the Districts current processes. 3.2 Scope of Services Background Information In 2014, WLSSD installed its Cimplicity system using Mid-Tenn SCADA Services, Spring Lake Engineering, PowerMation, and WLSSD Staff. The current Cimplicity architecture is completely virtualized and is hosted on a three node VMWare cluster running ESXi 5.1. Cimplicity servers are all Highly Available (HA) by design and are allowed to fail to any host. The hosts are connected to the network with a 4GB backbone and are located in separate data centers to ensure redundancy. Each data center is connected via a 10GB backbone. 3 P a g e

4 The WLSSD Cimplicity architecture uses a Primary and Secondary Cimplicity Failover structure along with a Primary and Secondary SQL Data Store for alarms and point data trends. General users access Cimplicity data through the Web Viewer software on their PCs running Windows 7 or higher. Process Operators access the Cimplicity data through the Cimplicity Viewer on their Workstations and are running Windows 7 machines with Cimplicity 8.2 installed. (See 7.0 Attachment A & 8.0 Attachment B for a more detail on each Cimplicity virtual server). The current Cimplicity project is running Version 8.20 (Build 20693) CIM 48. There are currently 605 screens, 275 linked documents, points, alarms, 6 scripts, and 110 devices included in the project. The current project size is under 1GB. WLSSD uses a mix of Active Directory and Cimplicity local user authentication for access. Currently there are 68 active users in the system. Users are granted access to features through the standard Roles and Resources features in Cimplicity. Cimplicity Alarms and Data are stored in a SQL 2008 R2 database for approximately 30 days. WLSSD does not use Cimplicity Historian for data logging. WLSSD uses the standard Alarm and Data loggers along with a custom data logger called CIMP2EOPS. CIMP2EOPS is used to store points that are continuously sent via a third party program to WLSSD s data historian called eops. eops is located in a separate VLAN and separate SQL server than used by Cimplicity. The Industrial Gateway OPC Server and DNP3 is used by WLSSD to connect to the various PLC devices at the District. The standard PLCs used are Allen Bradley s, MicroLogix and CompactLogix, along with a small selection of SLC units. The IGS device grouping is broken up by remote station and by general plant location. WLSSD currently uses a mac address key for licensing along with service dongles. WLSSD currently owns Cimplicity s Change Management features and software. This has never been implemented. 3.3 Key points to consider and include in proposals: The Cimplicity system at WLSSD is used 24x7 to monitor all our Waste Water Processes at the main plant and the 22 remote facilities. The project design must account for: - Minimal downtime for the Process Control Data Center Operators - Fluctuating weather which may delay project tasks - Parallel system testing - Ensuring that for all cutovers, the Approved Project Lead Worker is onsite - Weekly meetings during the installation and cutover portions of the project and regular status meetings during the testing phase - Rescheduled tasks due to unforeseen events that would prevent system downtime. For any unforeseen event the Approved Project Lead Worker will be performing the delayed task within 2 weeks of original scheduled date. 4 P a g e

5 3.4 Statement of Work Proposals should include a detailed Statement of Work (SOW) that shows all the tasks, steps, cost and hours for the following: - Cimplicity Migration and Upgrade - Alarm Review - Change Management Implementation All tasks that could result in system downtime should be indicated in the proposal along with estimated length of downtime. Due to changing plant conditions it may be necessary for certain tasks to be rescheduled. Proposals should indicate which tasks would be difficult to reschedule including the number of days project could be delayed. For any rescheduled tasks the Approved Project Lead Worker must be performing the delayed task within 2 weeks of the original scheduled date. 3.5 Scope of Services Final Product The final product should ensure: % access to SCADA information using Cimplicity for Process Control Operators and Users - The finished design follows standard best practices for running Cimplicity on a 2 node virtualized platform - The finished design follows standard best practices for Cimplicity failover - There is a Primary and Secondary HMI server running Cimplicity 9.5 on the highest supported Windows Operating System - There is a Primary and Secondary SQL database repository that can accept data from either HMI server - The Web Server is setup and running WebSpace 4.7 and is running on the highest supported Windows Operating System - All components that can be are licenses using the virtual licensing server - Change Management Server is installed and configured and running on the highest supported Windows Operating System - All virtual machines are considered Highly Available (HA) - All external users can access Cimplicity from their desktop using the WebSpace software - All users are able to access Cimplicity from an ios device in read only mode - WLSSD Staff feel confident to operate the licensing components, native Cimplicity failover, change management, data loggers, IGS and DNP3 management, and user security - A complete list of alarm recommendations along with an estimate for the number of hours it would take to implement the alarm recommendations - Complete documentation of system and server architecture, passwords, and installation that was performed during the project 3.6 Completion WLSSD s object would be to complete this project by March 30 th, This would be based on typical flow, but in the event that plant conditions change, WLSSD have to delay the final cutover until conditions stabilize. 5 P a g e

6 4.0 Proposal Form WLSSD is seeking proposals for this project and may be subject to further negotiation once all proposals are submitted and reviewed. WLSSD reserves the right to negotiate the proposals, and to accept the proposal deemed to be in the best interest of the organization. 4.1 Minimal Down Time Due to changing plant conditions it may be necessary for certain tasks to be rescheduled. Proposals should include which task would be difficult to reschedule; include number of days project could be delayed. Approved Project Lead Worker must be performing delayed task within 2 weeks of original schedule date. Proposals will need to include contingency plans for tasks that could have large system impacts for a long period of time; include plans to elevate any extended system impacts. If task could take system down Approved Project Lead Worker must be onsite during work. Name: Acknowledging Section 4.1 Minimal Down Time Title: Signature: 4.2 Change Orders It is the goal of WLSSD to keep change orders to a minimum. It is the responsibility of the proposer to evaluate all scope of work and consider any circumstance that could impact the price, and take that into consideration when submitting the time and material not to exceed price. WLSSD does understand that some circumstances are unavoidable and will address them as they arise. It is imperative that no work commences outside of the scope of work without signed approval. Name: Acknowledging Section 4.2 Change Orders Title: Signature: 4.3 Questions WLSSD will accept questions until Monday, November 13, 2017 by 2PM. Questions should be ed to Grant Brown at Grant.Brown@wlssd.com. Questions will be posted at on Thursday, November 16, Proposals Due Proposals for GE Cimplicity Software Upgrade will be received until closing time of 2 PM, December 1, Proposals received after this time will be returned unopened. Each proposal must be in a sealed envelope and clearly marked, GE Cimplicity Software Upgrade - WLSSD RFP #1370 and addressed to: Betsy Woller, Buyer Western Lake Superior Sanitary District 2626 Courtland Street Duluth, MN In addition to the above mentioned sealed copy we will require a pdf. digital copy ed to betsy.woller@wlssd.com by the closing time of 2PM, December 1, P a g e

7 There will not be a formal opening of the proposals. The award will consist of execution of an agreement between the successful contractor and WLSSD. Feel free to contact Betsy Woller at or betsy.woller@wlssd.com if you have questions or comments. 4.5 Proposal Form Part A The submitted proposals must be time and material not to exceed. Along with filling out the below, WLSSD will require a separate document with the steps involved in each task, hours per task and cost per hour. WLSSD will use this information to evaluate system and network impacts. Proposers must assume no WLSSD staff involvement in any task. As project continues, change orders may be negotiated if staff is available and able to perform certain tasks. Estimated Completion Dates It is WLSSD s expectation that this project be completed on or before March 30, However, dependent on plant conditions this project may be push out up to, but not later than, one year. Professional Service Upgrade the existing Cimplicity architecture from existing 8.2 version to the current 9.5 version. Review and recommendations for existing alarm setup and structure. Change Management Price Time and material not to exceed 4.6 Proposal Form Part B The following will need to be provided to evaluate the Contractors ability to perform Scopes of Service listed above. A summary of all prior work completed by the proposer that is similar to the following, including contact/reference info for each of the below. o Cimplicity Software Upgrade o Alarm Management o Change Management implementation and configuration 7 P a g e

8 4.7 Proposal Form Part C The undersigned has read and understands the nature of the services requested and accepts the Specifications and Terms and Conditions stated herein. Name of Company Street Address City State Zip Code Address Phone Fax Authorized Representative Title Signature Date 8 P a g e

9 5.0 Evaluation of Proposals The WLSSD information services staff will read, evaluate, interview and recommend which Contractor be approved to the WLSSD Finance Committee. The WLSSD Finance Committee will then recommend the Contractor to be approved by the WLSSD Board of Directors. In evaluating the proposals, the following criteria will be used: 1. Provided Scope of Work including: steps, hours and cost for each task. 2. Phone Interview 3. Prior similar work history and provided references. 6.0 General Terms and Conditions 6.1 Performance and Payment Bonds Performance and payment bonds are required if the time and material not to exceed price for the entire project is over $50,000. Upon award, the chosen Contractor will furnish a performance and payment bond in an amount at least equal to the agreed upon estimated Contract Price for the duration of the Agreement Terms as security for the faithful performance and payment of all of the Contractors obligations under the contracted agreement. 6.2 Certificate of Insurance The selected Contractor shall not commence any work until a Certificate of Insurance is provided to the WLSSD showing evidence of coverage and payment of current premium. The WLSSD must be notified sixty (60) days prior to any change in coverage or cancellation of policy. 6.3 Safe Work Practices Safety is of paramount importance. The Contractor shall be responsible for the safety of its employees and safe conduct of all work performed and shall take all necessary precautions for that purpose. The contractor shall be solely responsible for any violation of safety or health standards committed by its employees and shall immediately remedy any condition giving rise to such violations and shall defend and hold the Western Lake Superior Sanitary District harmless from any penalty, fine or liability in connection thereof. The Contractor and its employees shall comply with the WLSSD personal protective equipment (PPE) policy while operating on District facilities. Basic PPE consists of hardhat, steel toed shoes, safety glasses and reflective, Class 2 ANSI vest. 6.4 Billing All billing statements should be ed to apinvoices@wlssd.com in pdf format and should reference purchase order number provided upon award. 6.5 Indemnification Contractor shall indemnify and hold harmless the Board and its agents and employees from and against any and all claims, damages, losses, and expense, including attorneys fees, resulting from Contractor s performance of the work described herein, including, without limitation, all claims for damage, loss, or expense which are attributable to bodily injury, sickness, disease or death, or injury or destruction of personal or real property, including the loss of use resulting therefrom, and failure of 9 P a g e

10 Contractor to comply with any governmental rules and regulations or permits issued by the Minnesota Pollution Control Agency and/or other appropriate governmental regulatory authorities. 6.6 Non-assignability Contractor shall not assign its rights nor delegate performance of its duties under signed Agreement without the prior written consent of the Board. 6.7 Non-waiver No waiver of a breach of any provision under signed Agreement shall be construed to be a waiver of any succeeding breach of the same provision or any other provision of signed Agreement. No delay or failure by either party to exercise any right under signed Agreement, and no partial or single exercise of that right, shall constitute a waiver of that or any other right, unless otherwise expressly provided herein. 10 P a g e

11 7.0 Attachment A Current SCADA Specs Name Windows Version C drive (GB) E drive (GB) F drive (SQL data) (GB) G drive (SQL log) (GB) Ram (GB) CPU count x core Cimplicity Version Web Viewer IGS Server DNP3 Server SQL Version WLSSDSCA DAHMI1 (Primary Cimplicity Server) 2008 R x (Build 20693) CIM WLSSDSCA DAHMI2 (Secondary Cimplicity Server) 2008 R x2 8.2 (Build 20693) CIM WLSSDSCA DAHIST1 (Primary SQL Logging) WLSSDSCA DAHIST2 (Secondary SQL Logging) 2008 R x R x R R2 WLSSDSCA DAWEB R x2 8.2 (Build 20693) CIM 48 GlobalV iew - 11 P a g e

12 8.0 Attachment B Virtual Logical Diagram 12 P a g e

13 9.0 Checklist Questions submitted on or before 11/13/17 at 2PM Review Questions posted on on 11/16/17 Proposals submitted on or before 12/1/17 at 2PM including the following: o 4.0 Proposal Form Pages 6-8 o Separate document listing out each task, hours for each task, and cost per hour for the following scopes of services: Cimplicity Migration and Upgrade Change Management Implementation, including possible benefits Alarm Review o Include which tasks may be difficult to reschedule and estimated time for work to commence. (Approved Project Lead Worker must be performing delayed task within 2 weeks of original scheduled date.) o Include contingency plans to elevate extended system impacts. o Summary of prior work completed; including references. 13 P a g e