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.
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
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.
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.
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.
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.
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
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_____________________________
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
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.
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
-
12 | P a g e
1370 RFP GE Cimplicity Software Upgrade
8.0 Attachment B – Virtual Logical Diagram
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.