request for proposals ge cimplicity software upgrade...

13
1 | Page 1370 RFP GE Cimplicity Software Upgrade 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336 fax 218.727.7471 www.wlssd.com 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, 2017 2PM. 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 55806 Copies of this RFP may be obtained by either calling (218) 740-4794, or at the District’s website at, www.wlssd.com. 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) 740-4777, or email [email protected]. 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.

Upload: hadung

Post on 26-Apr-2018

230 views

Category:

Documents


4 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

1 | P a g e

1370 RFP GE Cimplicity Software Upgrade

2626 Courtland Street

Duluth, MN 55806-1894

phone 218.722.3336

fax 218.727.7471

www.wlssd.com

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, 2017

2PM. 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 55806

Copies of this RFP may be obtained by either calling (218) 740-4794, or at the

District’s website at, www.wlssd.com.

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) 740-4777, or email [email protected].

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.

Page 2: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

2 | P a g e

1370 RFP GE Cimplicity Software Upgrade

Table of Contents 1.0 Important Project Dates ....................................................................................................................... 3

2.0 Background Information ....................................................................................................................... 3

3.0 Scope of Services .................................................................................................................................. 3

3.1 Project Goals ................................................................................................................................... 3

3.2 Scope of Services - Background and Information .......................................................................... 3

3.3 Key points to consider and include in proposal .............................................................................. 4

3.4 Statement of Work .......................................................................................................................... 5

3.5 Scope of Services – Final Product .................................................................................................. 5

3.6 Completion...................................................................................................................................... 5

4.0 Proposal Form ...................................................................................................................................... 6

4.1 Minimal Down Time ...................................................................................................................... 6

4.2 Change Orders ................................................................................................................................ 6

4.3 Questions ....................................................................................................................................... 6

4.4 Proposals Due ................................................................................................................................. 6

4.5 Proposal Form Part “A” .................................................................................................................. 7

4.6 Proposal Form Part “B” ................................................................................................................. 7

4.7 Proposal Form Part “C” ................................................................................................................. 8

5.0 Evaluation of Proposals ......................................................................................................................... 9

6.0 General Terms and Conditions............................................................................................................... 9

6.1 Performance and Payment Bonds ................................................................................................... 9

6.2 Certificate of Insurance ................................................................................................................... 9

6.3 Safe Work Practices ....................................................................................................................... 9

6.4 Billing ............................................................................................................................................. 9

6.5 Indemnification ............................................................................................................................... 9

6.6 Non-assignability ......................................................................................................................... 10

6.7 Non-waiver .................................................................................................................................. 10

7.0 Attachment A – Current SCADA Specs .................................................................................................. 11

8.0 Attachment B – Virtual Logical Diagram ............................................................................................... 12

9.0 Checklist ............................................................................................................................................. 13

Page 3: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

3 | P a g e

1370 RFP GE Cimplicity Software Upgrade

1.0 Important Project Dates

Important project dates are as follows:

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 4 2017

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, 2018. 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.

Page 4: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

4 | P a g e

1370 RFP GE Cimplicity Software Upgrade

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, 19000 points, 14000 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.

Page 5: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

5 | P a g e

1370 RFP GE Cimplicity Software Upgrade

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: - 99.999% 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 30th, 2018. 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.

Page 6: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

6 | P a g e

1370 RFP GE Cimplicity Software Upgrade

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.

Acknowledging Section 4.1 Minimal Down Time

Name:

______________________

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.

Acknowledging Section 4.2 Change Orders

Name:

______________________

Title:

______________________

Signature:

______________________

4.3 Questions WLSSD will accept questions until Monday, November 13, 2017 by 2PM. Questions should be emailed to

Grant Brown at [email protected]. Questions will be posted at www.wlssd.com on Thursday,

November 16, 2017.

4.4 Proposals Due Proposals for GE Cimplicity Software Upgrade will be received until closing time of 2 PM, December 1,

2017. 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 55806

In addition to the above mentioned sealed copy we will require a pdf. digital copy emailed to

[email protected] by the closing time of 2PM, December 1, 2017.

Page 7: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

7 | P a g e

1370 RFP GE Cimplicity Software Upgrade

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 218-

740-4794 or [email protected] 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

Professional Service Price

Time and material not to exceed

It is WLSSD’s

expectation that this

project be completed

on or before March

30, 2018. However,

dependent on plant

conditions this

project may be push

out up to, but not

later than, one year.

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

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

Page 8: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

8 | P a g e

1370 RFP GE Cimplicity Software Upgrade

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_______________________

Email Address___________________________________________________________________

Phone____________________________________Fax____________________________________

Authorized Representative_____________________________Title________________________

Signature_______________________________________Date_____________________________

Page 9: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

9 | P a g e

1370 RFP GE Cimplicity Software Upgrade

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 emailed to [email protected] 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

Page 10: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

10 | P a g e

1370 RFP GE Cimplicity Software Upgrade

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.

Page 11: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

11 | P a g e

1370 RFP GE Cimplicity Software Upgrade

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

WLSSDSCADAHMI1 (Primary

Cimplicity Server)

2008 R2 40 25 12 2x2 8.20 (Build

20693) CIM 48

7.58 7.20.58.1

WLSSDSCADAHMI2

(Secondary Cimplicity

Server)

2008 R2 40 25 12 2x2 8.2 (Build

20693) CIM 48

7.58 7.20.58.1

WLSSDSCADAHIST1 (Primary

SQL Logging)

2008 R2 40 1 25 10 14 2x2 2008 R2

WLSSDSCADAHIST2

(Secondary SQL

Logging)

2008 R2 40 1 25 10 14 2x2 2008 R2

WLSSDSCADAWEB1

2008 R2 40 4 4 2x2 8.2 (Build

20693) CIM 48

GlobalView

-

Page 12: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

12 | P a g e

1370 RFP GE Cimplicity Software Upgrade

8.0 Attachment B – Virtual Logical Diagram

Page 13: REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE …wlssd.com/wp-content/uploads/2014/12/1370-RFP-2017... · 1370 RFP GE Cimplicity Software Upgrade 1.0 Important Project Dates

13 | P a g e

1370 RFP GE Cimplicity Software Upgrade

9.0 Checklist

Questions submitted on or before 11/13/17 at 2PM

Review Questions posted on www.wlssd.com 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.