Request for Proposal # 2019-045 SCADA HMI …...Request for Proposal # 2019-045 SCADA HMI Software...

37
Request for Proposal # 2019-045 SCADA HMI Software Due Date: February 14, 2019 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street, Suite #709 Monroe, NC 28112 Procurement Contact Person Name: Cheryl Wright, CPPO, CLGPO Title: Procurement Division Director E-mail: [email protected] Telephone: 704.283.3563

Transcript of Request for Proposal # 2019-045 SCADA HMI …...Request for Proposal # 2019-045 SCADA HMI Software...

Request for Proposal # 2019-045

SCADA HMI Software Due Date: February 14, 2019 Time: 2:00 pm EST Receipt Location: Government Center

Administrative Services Procurement Division 500 N. Main Street, Suite #709 Monroe, NC 28112

Procurement Contact Person Name: Cheryl Wright, CPPO, CLGPO Title: Procurement Division Director E-mail: [email protected] Telephone: 704.283.3563

1

1 Submittal Deadline and Addendum Information

1.1 PROPOSAL SUBMISSION DEADLINE

Submittals shall be sealed and labeled on the outside “RFP# 2019-045 SCADA

HMI Software”. RFP’s are to be received by the Union County, Procurement

Division by 2:00 p.m., February 14, 2019.

Mail or hand-deliver submission packets to:

Union County Government Building

Administrative Services, Procurement Division

500 North Main Street, Suite #709

Monroe, NC 28112

Attention: Cheryl Wright, Procurement Division Director

The proposal must be submitted electronically on non-returnable CD or flash

drive, and in printed form; one (1) original printed (mark “ORIGINAL COPY”)

plus five (5) printed hard copies of the proposal must be submitted. The original

proposal package must have original signatures and must be signed by a person

who is authorized to bind the proposing firm. All additional proposal sets may

contain photocopies of the original package.

Electronic (email) or facsimile submissions will not be accepted.

There is no expressed or implied obligation for Union County to reimburse firms

for any expenses incurred in preparing proposals in response to this request.

Union County reserves the right to reject any or all proposals or to select the

proposal, which in its opinion, is in the best interest of the County.

1.2 PROPOSAL QUESTIONS

Proposal questions will be due on February 01, 2019 at 12 pm EST. The primary

purpose of this is to provide participating firms with the opportunity to ask

questions, in writing, related to the RFP. The County may respond with an

addendum within five (5) business days.

Submit questions by e-mail to Cheryl Wright at

[email protected] by the deadlines shown above. The email

should identify the RFP number and project title. All questions and answers may

be posted as addenda on www.co.union.nc.us and www.ips.state.nc.us.

2

1.3 ADDENDUM

Union County may modify the RFP prior to the date fixed for submission of

proposals by the issuance of an addendum.

Should a vendor find discrepancies or omissions in this RFP or any other

documents provided by Union County, the vendor should immediately notify

the County of such potential discrepancy in writing via e-mail as noted above.

Any addendum to these documents shall be issued in writing. No oral statements,

explanations, or commitments by anyone shall be of effect unless incorporated in the

written addendum. Receipt of Addendum shall be acknowledged by the Proposer on

Appendix E, Addendum Receipt and Anti-Collusion form.

2 PURPOSE

2.1 INTRODUCTION

Union County (hereafter the “County”), through its Public Works Department

(UCPW), is soliciting proposals from qualified software manufacturers or their

certified sales representatives (hereafter the “Software Vendor”) to provide new

Human Machine Interface (HMI) software to upgrade the County’s Supervisory

Control and Data Acquisition (SCADA) system.

The purpose of this Contract is to procure new HMI software, training and support

services for the County’s SCADA system. The software package selected will be

used as the HMI platform to support UCPW’s SCADA system at all water,

wastewater, collections and distributions facilities. This RFP encompasses only

the selection and procurement of the HMI software.

The County wishes to undertake the software selection process in three phases:

o Stage 1 – The software vendors shall provide a technical proposal as

outlined in this document.

o Stage 2 – The submitted documents will be evaluated using quantitative

evaluation methods to determine the best value solution to the County

Following evaluation of submitted documents, selected software vendors

will be invited to advance to Stage 3.

o Stage 3 – The County may, at its discretion, require one or more proposers

to appear before an evaluation committee for an interview or to make a

presentation. The selected software vendors may be invited to demonstrate

their respective software package to the County. During the interviews, the

selected software vendors will be given the opportunity to discuss in detail

their proposed solution for the County, pricing, and qualifications.

3

UCPW anticipates that the conclusion of the RFP process will be a contract between

UCPW and the software vendor under which the software vendor shall provide the

services described below.

2.2 COUNTY

Union County, North Carolina (population 212,756) is located in the central,

southern piedmont. The County provides its citizens with a full array of services

that include public safety, water/wastewater utilities and sanitation, human

services, cultural and recreational activities, and general government

administration.

3 BACKGROUND

UCPW currently owns and operates 5 waste water treatment plants, 69 pump

stations, 9 water towers and 6 booster pump stations to service portions of Union

County. These facilities provide service to a population of approximately 129,000

over a service area of 404 square miles for water service, and 300 square miles

for sewer service.

UCPW is equipped with compartmentalized SCADA systems that control and

monitor the aforementioned equipment and facilities. Collections and distribution

utilize a combination of Data Flow Systems, Mission RTUs, auto-dialers and Allen-

Bradley PLCs with no connectivity between the varied platforms.

Leading up to 2006, the remote UCPW sites equipped with remote telemetry units

(RTUs) were mainly comprised of auto-dialers which did not offer the in-depth

diagnostics and control of today’s modern SCADA systems. Over the past ten

years UCPW has upgraded facilities by implementing Data Flow Systems SCADA

system equipment and RTUs. However, the current control system as a whole,

which encompasses treatment facilities, is still a blend of equipment comprised of

a DFS SCADA system, Mission RTUs, auto-dialers, Allen Bradley PLCs, and other

miscellaneous I/O based hardware. Due to some notable challenges with the

current SCADA system like system instability, equipment obsolescence, and a

recognition that portions of the overall system are segmented and not accessible

through a contiguous interface, UCPW has determined the best path forward

includes the procurement of a new HMI software package to upgrade the County’s

SCADA system.

4

4 SCOPE OF WORK

4.1 INTENT

The intent of a new HMI software package for UCPW is to assist in transitioning

the current SCADA system to a modernized platform with upgraded equipment.

The scope of services set forth in this Request for Proposal represents an outline

of the services which the County anticipates the successful software vendor to

perform. The County reserves the right to award the total proposal, to reject any

or all proposals in whole or in part, and to waive any informality or technical

defects if, in the County’s sole judgment, the best interests of the County will be

so served.

The qualified HMI software vendor shall meet the following requirements:

1. Supply the required software applications and licenses for the SCADA system

to provide the specified HMI functionality outlined in Appendix A of this document.

2. Provide comprehensive design, operation, configuration and maintenance

training programs for the County’s staff. The HMI software training shall be

conducted at the County’s facilities. All training materials shall be provided to the

County in electronic and hard copy format.

3. Provide annual maintenance and technical support for the HMI software

package. At a minimum, these services should provide telephone support and

software updates for security patches, bug fixes, and version upgrades. The

telephone support program shall include an option to provide 24/7 availability.

The Owner reserves the right to terminate the Contract at any time during the

Contract Period for any reason including, but not limited to, poor performance,

poor quality of work, and slow or non-compliance with the Contract requirements.

4.2 PROJECT APPROACH

UCPW has decided that the transition to the new HMI software package will be

achieved through a phased implementation. It is expected that all the sites will

have transitioned to the new SCADA platform in five (5) years’ time with a total

of approximately 40,000 tags at completion. Table 1 shown below portrays the

I/O tag count information for each of the facilities operated by UCPW.

5

Table 1 – I/O Tag Count

Sites I/O Tag Count

Year 1 Year 2 Year 3 Year 4 Year 5

Radio Sites 7167

Crooked Creek 639

YRWSP Pump Station 500

YRWSP Plant 5000

12-Mile Creek 6608

Training, Testing and

Validation Center

7167 639 5500 6608

TOTAL 14334 15612 26612 39828 39828

In addition to the previously mentioned facilities, UCPW shall maintain a dedicated

SCADA Training, Testing and Validation Center at UCPW’S Operation Center. This

center will serve to test SCADA applications and software patches in a simulated

environment before going live in an active process control environment. The space

will also be used to provide operations and maintenance training in a simulated

process control environment that mirrors the live system. So the SCADA software

selected to be used County-wide will also be used at this center. As new sites

undergo migration to the new software platform, all the tags in the particular sites

will be mirrored exactly at the Training, Testing and Validation Center to match

the overall system for true parallel stand-up, patch validation. Furthermore, UCPW

has determined the geographic location and number of servers and workstations

across the County. Table 2 shown below shows an approximate summary of

UCPW’s system.

Table 2 – Total Network Equipment

* It should be noted that in Table 2, Engineering Workstation refers to

workstations with full development license.

Sites Network Equipment

DA Servers

Work Stations

Historian Tablets Engineering Workstation*

Install Year

Radio Sites 2 2 1 13 2 1

Crooked Creek 1 1 1 1 1 1

YRWSP Pump Station

1 1 1 1 2

YRWSP Plant 1 2 1 1 3

12-Mile Creek 2 3 1 2 1 3

Training, Testing and Validation

Center

2 3 1 2 1 4

TOTAL 9 12 6 20 5

6

4.3 SYSTEM ARCHITECTURE

The preliminary network architecture for UCPW is shown in Figure 1 below. The

network architecture shows the physical location of servers and workstations

dispersed across the County, as well as the enterprise network. The software

vendor shall submit their recommended solution to meet the County’s network

architecture.

Figure 1 – UCPW Network Architecture

7

4.4 HMI RELATED REQUIREMENTS

The County has identified the following HMI related requirements along with the

associated priority. These are summarized in Table 3 below.

Table 3 – HMI Related Requirements

Requirement Priority

Improve HMI System Redundancy Automatic Failover for SCADA Servers

Automatic reconnection for Workstations

Critical

Replace existing proprietary HMI for Collections, Distribution,

and Packaged Plants System to be contiguous enabling access to all facilities

Non-proprietary hardware/software platform Readily available from multiple vendors enabling

competition amongst vendors to minimize cost

Enable end user to modify or update hardware and software independently without an equipment provider

Critical

Remote view-only, secured access to process graphics and data

High

Customized dashboards by individual login Medium

Implement High Performance HMI techniques as part of

SCADA upgrade

Medium

Provide capability for Advanced Operator Help Medium

Provide capability for integration with business systems Interface with WMMS

Medium

Provide notification of remote alarm resets (when alarm condition clears)

Low

Integration with business systems eO&Ms, SOPs, & SMPS

GIS Advanced Metering Infrastructure (AMI)

Interface for laboratory personnel or future laboratory information management system (LIMS)

Low

Provide capability to annotate trends and share with other operators

Low

8

4.5 HMI EVALUATION CRITERIA

In order to further evaluate the available HMI alternatives, UCPW incorporated

these system-specific requirements, along with other technical requirements,

into a set of technical evaluation criteria. These are summarized in Table 4 and

further discussed in Appendix A.

Table 4 – HMI Evaluation Criteria

Evaluation Criteria

General Considerations Licensing Model

License Administration Methods Annual Support Agreements

Local System Integrator Support Presence in Marketplace Industry Longevity

Data Acquisition Subsystem Redundancy Methods

Scan Frequency Management Data Quality Flagging Capability

Integrated Databases

Historical Data Subsystems

Database Type Replication Capabilities Long-Term Data Storage

Redundancy Methodology Data Collection Frequency Configuration

Methods to Access Historical Data Built-In Reporting Capabilities

HMI Considerations – Configuration Water/Wastewater Toolkit or Symbol Set Availability High Performance HMI Toolkit availability

HMI Security Capabilities Graphics Conversion to Web format

HMI Considerations – Architecture Thick Client Capabilities

Thin Client Methodology Support of Replication into DMZ Portable Device Interface Support

Trending Interface Web Links support

Alarm Management Alarm Priority Capability

Alarm Grouping / Sorting Capability Integral Remote Alarm Notification Alarm and Event Historical Data Collection

9

Evaluation Criteria

Data Management Dashboard Support

Data Reporting Other Integration Modules

Security Login / Tracking Capability Support for Areas of Responsibility / Areas of Control

Support for Security Badge Login Remote Access Security

5 COUNTY RESPONSIBILITIES AND DUTIES

The responsibilities and duties of Union County, as performed by UCPW, shall be

the following:

(a) Provision of a single point of contact for the software registration

(b) Configuration of HMI software

(c) Schedule and host Personnel On-Site Training

6 DETAILED SUBMITTAL REQUIREMENTS

6.1 PROPOSAL FORMAT

Proposers should prepare their proposals in accordance with the instructions outlined

in this section. Each proposer is required to submit the proposal in a sealed package.

Proposals should be prepared as simply as possible and provide a straightforward,

concise description of the proposer’s capabilities to satisfy the requirements of the

RFP. Utmost attention should be given to accuracy, completeness, and clarity of

content. All parts, pages, figures, or tables should be numbered and clearly labeled.

Response information should be limited to pertinent information only

The submitted proposal should be a maximum of 20 pages in length, 12 point

font (excluding cover, title sheets, dividers, etc.) The proposal shall provide the

following information and be in the following format:

Tab A for Cover Letter / Executive Summary

Tab B for Vendor Background, Experience and Services

Tab C for Product and Implementation

Tab D for Appendix B – Technical Specifications Response

Tab E for Proposed System/ Service Costs

Tab F for Required Signature Forms

Omissions and incomplete answers will be deemed unresponsive. Please initial

any corrections.

10

A. Cover Letter / Executive Summary

An executive Summary shall provide the name, address, telephone, and facsimile

numbers of the Offeror along with the name, title, address, telephone, e-mail

address and facsimile numbers of the executive that has the authority to contract

with the County. The summary must be signed by an individual authorized to

contractually bind the firm and include an expression of the firm’s ability and

desire to meet the requirements of the request for proposal. The Executive

Summary should not exceed two (2) pages.

Each software vendor shall make the following representation and warranty in the

cover letter/executive summary, the falsity of which might result in rejection of

its proposal: “The information contained in this proposal or any part thereof,

including any exhibits, schedules, and other documents and instruments delivered

or to be delivered to the County, is true, accurate, and complete. This proposal

includes all information necessary to ensure that the statements therein do not in

whole or in part mislead the County as to any material facts.

The undersigned has the authority to submit this Proposal on behalf of

___________________ in response to the Request for Proposal # 2019-045,

published by Union County, and any applicable addenda. This RFP is not an offer,

and the Proposer retains the right to refuse to enter into a contract with Union

County Public Works for this project.”

B. Vendor Background, Experience and Services

The Proposer shall provide the following information about the proposed SCADA

System HMI Software application, the vendor’s experience and services, and the

software application manufacturer. Respond to each item and provide supporting

documentation and/or exhibits as requested or desired.

1. Software Vendor Name

Address

Telephone Number

Fax Number

Email Address

Name of Single Point of Contact

Name of Person with binding authority to enter into contracts

2. Provide a history of the software manufacturer and the proposed software.

3. Explain how the proposed solution will support the County’s SCADA objectives.

4. Appendix F - Provide a list of five (5) sites similar to Union County where

software and services are currently utilized, with preference to those in

relatively close proximity to the County.

5. Describe the professional staff available for training, and support services.

Include their qualifications and experience.

11

6. Describe general characteristics that differentiate proposed software from

others in the industry. Include any special advantages the proposed services

and system provides.

C. Product & Implementation

The Proposer shall discuss in detail the proposed software solution in this section.

The software vendor shall be evaluated for their demonstrated understanding of

the County’s network architecture and their solution for the unique requirements

of UCPW.

1. Identify the software by commercial name.

2. Discuss product enhancement updates with regard to frequency and cost to

existing customers with maintenance.

3. Identify issues and challenges Union County should anticipate in this software

implementation and indicate how they are typically resolved using the proposed

software

4. Describe any available technical support services and each associated cost. If

there are different levels of support services, please describe each level and list

the services included.

D. Technical Specification Response

Responses to the functional/technical requirements listed in Appendix B –

Technical Specifications Response (available electronically-see Note below) should

be provided in this section of the proposal. The following response key code must

be used when responding to the requirements:

Valid

Response

Description Comments Column

C Compliant

N Not Compliant Provide additional information

E Exception Provide additional information

T Supported with third party or

partner product

Provide additional information

including complete descriptive information on the

third party or partner product being provided

The software specifications listed in Appendix A represent the capabilities,

features and requirements desired by UCPW in the to-be acquired HMI software.

Responses should be entered in the Appendix B - Technical Specifications

Response. Proposers must use one code only per requirement. Any requirement

that is answered in any other way will be treated as a negative, non-response.

12

Proposers may provide comments stating how the solution meets each

requirement, cross-referencing specific requirement numbers. Proposers should

place the response code in a separate column in bold type. The proposals

submitted, including requirement responses, will be attached to the software

license and implementation services contract.

All responses that indicate out-of-the-box, configurable or customizable

functionality should be included in the costs submitted in this proposal. In

addition, customization costs should be broken out by specific requirement.

Functionality available in future versions should not be considered during response

to the requirements in this proposal.

NOTE: Appendix B, Technical Specifications Response Excel spreadsheet may be

obtained free of charge by emailing Cheryl Wright at

[email protected]. The Excel file is in Microsoft Excel 2013 file

format and is 18kb in size. The file will be sent electronically, attached to an email

reply, to any request received.

E. Proposed System/ Service Costs

Provide costs associated with software acquisition and maintenance for each of

the first five (5) years. After this period, the Proposer shall be able to provide

support for the already deployed licenses for an additional five (5) years. From

the sixth year and beyond, UCPW desires to acquire annually recurring

maintenance and operational costs for licenses deployed in the first five (5) years.

These responses shall be entered in Appendix C- Pricing Form.

The Proposer may also choose to attach a cost proposal quote with more

information on software costs. The cost proposal should include an itemized list

including unit cost for all software products and supporting modules.

F. Required Signature Forms

Proposers should include signed copies of the following documents:

Proposal Submission Form, Appendix D

Addendum Receipt and Anti-Collusion Form, Appendix E

W-9 Form (Contractor supplied)

7 EVALUATION CRITERIA

7.1 EVALUATION OF PROPOSALS

The County reserves the right to determine the suitability of proposals on the

basis of a proposal's meeting administrative requirements, technical

requirements, the review team's assessment of the quality, performance of the

services proposed, and cost.

13

Evaluation Team will make a selection based on criteria listed below (no particular

order) and other relevant RFP information. Evaluation factors will include, but are

not limited to, the following:

Demonstrated ability to provide the services,

References

Price/Cost

Compliance with the information listed in the RFP

7.2 AWARD PROCEDURES

The award shall be made in the best interest of the County. The County reserves

the right to accept other than the most financially advantageous proposal. The

County reserves the right to accept or reject any and all proposals, to waive any

informality in proposals, and unless otherwise specified in writing by the Proposer,

to accept any items in any proposal. The County may, at its discretion, require

one or more proposers to appear before an evaluation team for an interview or

to make a presentation. During such interview, the contractor may be required

to orally and otherwise present its proposal and to respond in detail to any

questions posed. Additional meetings may be held to clarify issues or to address

comments, as deemed appropriate. Proposers will be notified in advance of the

time and format of such meetings. Since Union County may choose to award a

contract without engaging in discussions or negotiations, the proposal submitted

shall define each proposer’s best offer for performing the services described in

this RFP.

The commencement of such discussions, however, does not signify a commitment

by Union County to execute a contract or to continue discussions. The County

may terminate discussions at any time and for any reason.

A proposal may be rejected if it is incomplete. Union County may reject any or

all proposals and may waive any immaterial deviation in a proposal.

More than one proposal from an individual, firm, partnership, corporation or

association under the same or different names, will not be considered.

As the County may award a contract based on the initial offer, an offeror should

make its initial offer on the most favorable terms available. The County reserves

the right, however, to have discussions with those offerors falling within a

competitive range, and to request revised pricing offers from them and to make

an award or conduct negotiations thereafter.

County may select and enter into negotiations with the next most advantageous

Proposer if negotiations with the initially chosen Proposer are not successful.

14

The award document may be a Purchase Order incorporating, by reference, all the

requirements, terms and conditions of the solicitation and the Proposer’s proposal as

negotiated.

8 GENERAL CONDITIONS AND REQUIREMENTS

8.1 TERMS AND CONDITIONS

The term of this contract shall be for five (5) years, from the date of award with

the option to renew support and maintenance services annually after the end of

five years. The award is for a fixed, firm unit price during the initial five (5) year

term where product needs are based upon indefinite quantities, and where orders

will be based on actual needs that may exceed or be less than projections. All

expenditures under this contract are contingent upon appropriations having been

made by Union County Board of Commissioners. Price adjustments may be

negotiated at the time of renewal, based on the applicable Consumer Price Index

adjustment over the preceding twelve months.

The County reserves the right to award the contract in the aggregate, by individual

service, or any combination, whichever is in the best interest of Union County.

Union County shall review the terms and conditions, and confirm performance

under this contract has been satisfactory. However, the County reserves the right

to terminate the contract or to allow the contract period to elapse.

The parties agree that the contract for services may be terminated by Union

County upon providing 90 days written notice.

All proposals submitted in response to this request shall become the property of

Union County and as such, may be subject to public review.

Union County has the right to reject any or all proposals, to engage in further

negotiations with any firm submitting a proposal, and/or to request additional

information or clarification. The County is not obligated to accept the lowest cost

proposal. The County may accept that proposal that best serves its needs, as

determined by County officials in their sole discretion.

All payroll taxes, liability and worker’s compensation are the sole responsibility of

the Proposer. The Proposer understands that an employer/employee relationship

does not exist under this contract.

8.2 SUB-CONTRACTOR/PARTNER DISCLOSURE

A single firm may propose the entire solution. If the proposal by any firm requires

the use of sub-contractors, partners, and/or third-party products or services, this

must be clearly stated in the proposal. The firm submitting the proposal shall

15

remain solely responsible for the performance of all work, including work that is

done by sub-contractors.

8.3 MODIFICATION OR WITHDRAWAL OF PROPOSAL

Prior to the scheduled closing time for receiving proposals, any Contractor may

withdraw their proposal. After the scheduled closing time for receiving proposals, no

proposal may be withdrawn for 60 days. Only written requests for the modification

or correction of a previously submitted proposal that are addressed in the same

manner as proposals and are received by the County prior to the closing time for

receiving proposals will be accepted. The proposal will be corrected in accordance

with such written requests, provided that any such written request is in a sealed

envelope that is plainly marked “Modification of Proposal – “2019-045 SCADA HMI

Software”. Oral, telephone, or fax modifications or corrections will not be recognized

or considered.

8.4 INSURANCE

At Contractor’s sole expense, Contractor shall procure and maintain the following

minimum insurances with insurers authorized to do business in North Carolina and

rated A-VII or better by A.M. Best.

A. WORKERS’ COMPENSATION

Statutory limits covering all employees, including Employer’s Liability with

limits of:

$500,000 Each Accident

$500,000 Disease - Each Employee

$500,000 Disease - Policy Limit

B. COMMERCIAL GENERAL LIABILITY

Covering Ongoing and Completed Operations involved in this Agreement.

$2,000,000 General Aggregate

$2,000,000 Products/Completed Operations Aggregate

$1,000,000 Each Occurrence

$1,000,000 Personal and Advertising Injury Limit

$5,000 Medical Expense Limit

C. NETWORK SECURITY AND PRIVACY (Copyright Infringement)

$1,000,000 Claims Made

Contractor shall provide evidence of continuation or renewal of

Professional Liability Insurance for a period of two (2) years following

termination of the Agreement.

16

8.5 ADDITIONAL INSURANCE REQUIREMENTS

A. Contractor’s General Liability policy shall be endorsed, specifically or

generally, to include the following as Additional Insured:

UNION COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES ARE

INCLUDED AS ADDITIONAL INSURED WITH RESPECT TO THE

GENERAL LIABILITY INSURANCE POLICY.

B. Before commencement of any work or event, Contractor shall provide a

Certificate of Insurance in satisfactory form as evidence of the insurances

required above.

C. Contractor shall have no right of recovery or subrogation against Union

County (including its officers, agents and employees), it being the intention

of the parties that the insurance policies so affected shall protect both

parties and be primary coverage for any and all losses covered by the

above-described insurance.

D. Union County shall have no liability with respect to Contractor’s personal

property whether insured or not insured. Any deductible or self-insured

retention is the sole responsibility of Contractor.

E. Notwithstanding the notification requirements of the Insurer, Contractor

hereby agrees to notify Union County’s Risk Manager, at 500 N. Main Street

# 130, Monroe, NC 28112, within two (2) days of the cancellation or

substantive change of any insurance policy set out herein. Union County,

in its sole discretion, may deem failure to provide such notice as a breach

of this Agreement.

F. The Certificate of Insurance should note in the Description of Operations

the following:

Department: _____________________

Contract #: _____________________

G. Insurance procured by Contractor shall not reduce nor limit Contractor’s

contractual obligation to indemnify, save harmless and defend Union

County for claims made or suits brought which result from or are in

connection with the performance of this Agreement.

17

H. Certificate Holder shall be listed as follows:

Union County

Attention: Risk Manager

500 N. Main Street, Suite #130

Monroe, NC 28112

I. If Contractor is authorized to assign or subcontract any of its rights or duties

hereunder and in fact does so, Contractor shall ensure that the assignee or

subcontractor satisfies all requirements of this Agreement, including, but

not limited to, maintenance of the required insurances coverage and

provision of certificate(s) of insurance and additional insured

endorsement(s), in proper form prior to commencement of services.

8.6 INDEMNIFICATION

Contractor agrees to protect, defend, indemnify and hold Union County, its

officers, employees and agents free and harmless from and against any and all

losses, penalties, damages, settlements, costs, charges, professional fees or other

expenses or liabilities of every kind and character arising out of or relating to any

and all claims, liens, demands, obligations, actions, proceedings, or causes of

action of every kind in connection with or arising out of this agreement and/or the

performance hereof that are due, in whole or in part, to the negligence of the

Contractor, its officers, employees, subcontractors or agents. Contractor further

agrees to investigate, handle, respond to, provide defense for, and defend the

same at its sole expense and agrees to bear all other costs and expenses related

thereto.

8.7 EQUAL EMPLOYMENT OPPORTUNITY

All Firms will be required to follow Federal Equal Employment Opportunity (EEO)

policies. Union County will affirmatively assure that on any project constructed

pursuant to this advertisement, equal employment opportunity will be offered to

all persons without regard to race, color, creed, religion, national origin, sex, and

marital status, status with regard to public assistance, membership or activity in

a local commission, disability, sexual orientation, or age.

18

8.8 MINORITY BUSINESSES (MBE) OR DISADVANTAGED BUSINESSES (DBE)

It is the policy of Union County that Minority Businesses (MBEs), Disadvantaged

Business Enterprises (DBEs) and other small businesses shall have the

opportunity to compete fairly in contracts financed in whole or in part with public

funds. Consistent with this policy, Union County will not allow any person or

business to be excluded from participation in, denied the benefits of, or otherwise

be discriminated against in connection with the award and performance of any

contract because of sex, race, religion, or national origin.

8.9 LICENSES

The successful Contractor(s) shall have and maintain a valid and appropriate business

license (if applicable), meet all local, state, and federal codes, and have current all

required local, state, and federal licenses.

8.10 E-VERIFY

E-Verify is the federal program operated by the United States Department of

Homeland Security and other federal agencies, or any successor or equivalent

program, used to verify the work authorization of newly hired employees

pursuant to federal law. Contractor shall ensure that Contractor and any

Subcontractor performing work under this contract: (i) uses E-Verify if required

to do so; and (ii) otherwise complies with applicable law.

UNION COUNTY RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS.

Reminder of page blank

19

9 APPENDIX A – TECHNICAL SPECIFICATIONS

RFP # 2019-045

SCADA HMI Software

The software specifications listed in this Appendix represent the capabilities, features and requirements desired by UCPW in the to-be acquired HMI software. Please note,

the list represents the minimum requirements for each heading and it is expected the proposer will expand upon this list.

The software vendor shall indicate how their HMI software package meets the

following technology specifications by completing Tables 5 and 6 attached in Appendix B of this document. Some criteria are “Pass/Fail” criteria, indicating that any proposed

alternative must meet these criteria. These are included in Table 5. Others are used in the actual evaluation of the software packages and are included in Table 6. These criteria shall require a response from the proposer.

9.1 GENERAL CONSIDERATIONS

The criteria used to review the alternatives for general SCADA system

considerations are shown below.

9.1.1 PASS/ FAIL CRITERIA

None

9.1.2 CRITERIA SUBJECT TO EVALUATION

9.1.2.1 Licensing Model

The licensing model for the HMI system software shall include both

licensing for servers and clients as well as licensing based on the number

of I/O points in the SCADA system. The licensing model shall provide a

flexible licensing model based on I/O tag counts, with graduated

increments.

9.1.2.2 License Administrative Method

License administration refers to how servers and client licenses are

managed. Most modern SCADA systems still support hardware based

licensing, but the shift is to a more software-based system. UCPW desires

a software-based license management system.

9.1.2.3 Annual Support Agreements

Annual support agreements providing the County with the ability to keep

the system software up to date shall be provided by the software vendor.

The agreements shall, at a minimum, provide software updates for

security patches, bug fixes, and minor version upgrades. Additional

20

services provided as part of these agreements can include manufacturer

telephone support and free training.

9.1.2.4 Local System Integrator Support

This criterion addresses the level of access to qualified system integrators

(SI) that are near the UCPW facilities. This includes looking to see how

widely the local SI community supports the software package.

9.1.2.5 Presence in the Marketplace

A software vendor’s presence in the marketplace, specifically the water/

wastewater market can be a broad indirect measurement of the

company’s commitment to this industry and the support for the specific

needs of water/ wastewater customers. UCPW expects that this can

translate to the stability of the platform.

9.1.2.6 Industry Longevity

Another broad measure of the stability of a software platform is how long

the software has been in existence as a viable software system.

9.2 DATA ACQUISITION SYSTEM

The criteria used to review the alternatives for data acquisition system

considerations are shown below.

9.2.1 PASS/ FAIL CRITERIA

9.2.1.1 Capable of acquiring data from existing DFS RTUs

Each of the selected systems shall support migration of information from

existing DFS RTU system through a variety of drivers and protocols.

9.2.2 CRITERIA SUBJECT TO EVALUATION

9.2.2.1 Data Acquisition Redundancy

The data acquisition redundancy criterion evaluates how the software provides redundancy to the acquisition of data from field devices such as

PLCs and power monitors. Redundancy of data acquisition is a key requirement of a highly reliable SCADA system.

Typically redundancy is approached two ways, the first being a “hot

standby” approach, with a primary/backup server configuration with the primary server acquiring data from the field devices. The backup server

maintains a “hot standby” database by synchronization to the primary server via a redundancy back channel. This approach provides redundancy at the server level without an undue load on the PLC network.

21

The second approach to redundancy is “dual polling”, where the primary and secondary server both acquire data from the field devices. This

approach provides a level of redundancy, but it causes more network traffic on the PLC network, which can potentially negatively impact network

performance.

UCPW desires to utilize the “hot standby” approach to achieve data acquisition redundancy.

9.2.2.2 Scan Frequency Management

Scan frequency refers to how often the data acquisition server polls data

from a data point. One requirement developed by UCPW was the desire to control the scan frequency on a point by point basis.

9.2.2.3 Data Quality Flagging Capability

Data Quality flagging refers to the SCADA software’s capability to monitor signals from the PLCs for abnormal conditions, then to set internal flags

when these conditions occur. The systems shall also be able to annotate the displayed value in some way during these conditions. For example, data quality flags may include: Manual, Deactivated, Questionable Data, Bad,

Good, Out of Range, and Loss of Communications (Stale).

9.2.2.4 Integrated Databases

Integrated database capability refers to the capability of the HMI software to “discover” or access tags in PLC systems, so that a single database is

maintained, not one for the PLC and one for the HMI. This provides benefits in initial system configuration and for future maintenance of the system.

9.3 HISTORICAL DATA SUBSYSTEM

The criteria used to review the alternatives for historical data subsystem

considerations are shown below.

9.3.1 PASS/ FAIL CRITERIA

9.3.1.1 Integration with associated SCADA/ HMI software

Each of the selected systems shall support a historian that is integrated

with the associated SCADA/ HMI software.

9.3.1.2 Capable of acquiring data from existing DFS Historian

Each of the selected systems shall support migration of information from existing DFS Historian.

22

9.3.2 CRITERIA SUBJECT TO EVALUATION

9.3.2.1 Historical Database Type

This criterion examines the type of data store used. This typically falls into two broad categories, a proprietary database and an open SQL database. Each type of system has advantages, but the general preference is for an

open platform database.

9.3.2.2 Historical Data Replication Capability

Database replication is important when considering the overall SCADA architecture, which will maintain an operational historian within the SCADA network. Historical data for general use, including data exchange to other

applications will utilize replicated historical information on a second server in the DMZ or on the business network.

9.3.2.3 Long-Term Data Storage Capability

This criterion refers to the ability of the system to interface with off-line data storage for data storage longer than 24 months.

9.3.2.4 Historian Redundancy Methodology

This criterion refers to the ability of the historian to support a redundant

historical database on the SCADA network.

9.3.2.5 Historical Data Collection Frequency Configuration Capability

This criterion examines the ability to configure the historian for different

data collection frequencies on a point by point basis. For example, flow data may be configured to be collected in the historian with a frequency of once

per second, but pump run-time data does not need to be collected more frequently than once every 6 minutes. In addition, the system should be capable of utilizing change-driven logging techniques.

9.3.2.6 Data Access Methods

In order to leverage the historical data collected, the SCADA system must

provide tools to access the data. It is common for most systems to provide access to the data via trending, but this criterion is focused on access to

the data for external use, either reporting or off-line data analysis.

9.3.2.7 Reporting Capability

Though it is common to use a separate software package to develop custom

reports, this criterion examines what other capabilities are available in the SCADA system for report development without a separate software

package.

23

9.4 HMI CONSIDERATIONS – CONFIGURATION

The criteria used to review the alternatives for the configuration aspects of the

HMI system are shown below.

9.4.1 PASS/ FAIL CRITERIA

None

9.4.2 CRITERIA SUBJECT TO EVALUATION

9.4.2.1 Water/ Wastewater Toolkit or Symbol Set Availability

This criterion evaluates whether the software has a toolkit of predefined

symbols specific to the water/wastewater industry. These toolkits are not just graphic symbols, a true toolkit will include object properties such as

color definitions and animation techniques.

9.4.2.2 High Performance HMI (HPHMI) Toolkit Availability

The use of HPHMI techniques in the new UCPW SCADA system has been

identified as a requirement. The use of a HPHMI toolkit will enable the implementation of this approach without having to custom design graphics

templates.

9.4.2.3 HMI Security Capabilities

HMI security capabilities deal with the ability to apply user specific security

on specific control actions, pushbuttons, or other HMI graphics elements. UCPW requires that HMI objects can be configured with user specific

security down to a very fine level.

9.4.2.4 Graphics Conversion to Web Format

The ability of the systems to convert the HMI graphics to a web browser accessible format is important both for portable (tablet, smartphone) devices as well as porting selected SCADA screens to a web server.

9.5 HMI CONSIDERATIONS – ARCHITECTURE

The criteria used to review the alternatives for the architecture aspects of the

HMI system are shown below.

9.5.1 PASS/ FAIL CRITERIA

None

9.5.2 CRITERIA SUBJECT TO EVALUATION

24

9.5.2.1 Thick Client Capabilities

This criterion evaluates whether the software alternative supports a thick

client. Thick client workstations are often used in control room environments. These clients have a direct data connection to the data

acquisition server, rather than a connection to a terminal server or web server. This can serve as an independent SCADA workstation should the terminal server or web server fail.

9.5.2.2 Thin Client Capabilities

In this type of architecture, the client workstations do not require software

to be installed locally, the workstation access the SCADA system via a web browser or remote desktop interface.

9.5.2.3 Replication of HMI to DMZ

The ability to replicate the HMI into a DMZ is critical for allowing remote access to the SCADA system without having to allow remote users direct

access to the SCADA network.

9.5.2.4 Portable Device Interface Support

The support for portable devices, such as tablets and cell phones, to view

SCADA information is an important requirement. The ability to deliver user-friendly web-based HMI to portable devices is paramount to UCPW.

9.5.2.5 Trending Interface

The ability to support process trending, both with preconfigured trends and

ad-hoc trend development is an important requirement. The software shall be capable of providing adequate trending capabilities through built-in capabilities of the software and historian clients.

9.6 ALARM MANAGEMENT

The criteria used to review the alternatives for the alarm management aspects

of the HMI system are shown below.

9.6.1 PASS/ FAIL CRITERIA

None

9.6.2 CRITERIA SUBJECT TO EVALUATION

9.6.2.1 Alarm Priority Capability

This criterion evaluates how well the software alternative can manage the use of alarm priorities. The use of alarm priorities during configuration will

help enhance the alarm management process during normal and abnormal operations.

25

9.6.2.2 Alarm Grouping/ Sorting Capability

Alarm grouping and sorting refers to the ability to group alarms logically,

such as by process area. Sorting of alarms within the alarm display is a necessary troubleshooting tool when examining process upsets or other

alarm issues.

9.6.2.3 Integral Remote Alarm Notification

Remote alarm notification allows the operators to be notified of alarms on

a mobile device via text messaging, email, or voice calls. There are various third party software packages available to provide this alarm notification,

however this criterion evaluated the capability of each alternative to implement this feature within the software package or as a tightly coupled add-on module.

9.6.2.4 Alarm and Event Historical Data Collection

Alarms and events are important information events for troubleshooting

process issues. In some early versions of SCADA systems, the alarm/event information was difficult to access electronically, since it was stored in internal data tables in the SCADA system, and often was not stored over

the long term. This criterion reviews how the alarm/event information is stored.

9.7 DATA MANAGEMENT

The criteria used to review the alternatives for the data management aspects of

the HMI system are shown below.

9.7.1 PASS/ FAIL CRITERIA

None

9.7.2 CRITERIA SUBJECT TO EVALUATION

9.7.2.1 Dashboard Support

Data dashboards and Key Performance Indicator (KPI) graphics can be integrated into SCADA graphics or can be developed separately. This

criterion reviews the software alternatives approach to support for dashboards and KPIs.

9.7.2.2 Data Reporting

This criterion examines how each software approaches the development of custom reports. It is worth noting that most of the historical databases have

direct SQL query capability, so other third party reporting tools can also be used.

26

9.7.2.3 Other Integration Modules

This criterion addresses the software’s capabilities for add-on modules for

items such as workflow, energy management, alarm analytics and others.

9.8 SCADA SYSTEM SECURITY

The criteria used to review the security aspects of the SCADA system are shown

below.

9.8.1 PASS/ FAIL CRITERIA

None

9.8.2 CRITERIA SUBJECT TO EVALUATION

9.8.2.1 Login/ Tracking Capability

This criterion reviews the capability of the SCADA system to track individual

user login actions as well as tracking of control actions, alarm acknowledgements, etc. The software shall be, at a minimum, be capable of providing detailed login tracking as well as tracking of operator control actions.

9.8.2.2 Support for Areas of Responsibility/ Areas of Control

This criterion refers to the assignment of an area of responsibility or control

based on operator login. For example, a person who is assigned to the dewatering area can log onto the system from any location, but his or her ability to implement control commands could be limited just to the dewatering

process area.

9.8.2.3 Support for Security Badge Login

In order to enhance operator login capability, a desired feature of a SCADA system is the capability to use the “swipe” of a security badge to log into the

system.

9.8.2.4 Remote Access Security Login and Tracking Capability

This criterion examines the capabilities of the SCADA software to manage the

security associated with remote access to the SCADA system. One area of concern is to limit remote access to “read only” without requiring the user to

have a different set of log-in credentials for remote access.

27

10 APPENDIX B – TECHNICAL SPECIFICATIONS RESPONSE

RFP # 2019-045

SCADA HMI Software

TABLE 5 – Technical Specification Response

Please enter responses to the functional/ technical requirements using the following response codes: “Compliant” or “Not Compliant”. “Compliant” response shall be

made only if the proposed HMI software solution can provide the specified requirement. If a requirement cannot be met by the proposed solution, the proposer

shall give the “Not Compliant” response.

Requirement Number

Requirement Description Response

Data Acquisition System

DA-01 Capable of Acquiring data from existing DFS RTUs

Historical Data Subsystem

HD-01 Integration with associated SCADA/HMI software

HD-02 Capable of acquiring data from existing DFS Historian

TABLE 6 – Technical Specification Response

Please enter responses to the functional/ technical requirements using the following

response codes as shown below. Proposers may provide comments stating how the solution meets each requirement, cross-referencing specific requirement numbers.

Proposers should place the response code in a separate column in bold type.

Valid Response

Description Comments Column

C Compliant

N Not Compliant Provide additional information

E Exception Provide additional information

T Supported with third party or partner product

Provide additional information including

complete descriptive information on the third

party or partner product being provided

28

Requirement Number

Requirement Description Response Comments

General Considerations

GC-01 Licensing Model – I/O tag count based licensing

GC-02 License Administration Method –

Software based license management system

GC-03 Annual Support Agreements

GC-04 Local System Integrator Support – provide in the Comments section the

name of System Integrators with at least 10 years of experience within 100 miles radius of Union County that have

experience with your software

GC-06 Industry Longevity – has the software platform existed in the market for more

than 10 years

Data Acquisition System

DA-02 Redundancy Methods – “Hot Standby” approach

DA-03 Scan Frequency Management –

supports point by point basis

DA-04 Data Quality Flagging Capability – Ability to monitor abnormal signals from PLCs and set internal flags when

these conditions occur

DA-05 Integrated Database – single database for PLC and HMI.

Historical Data Subsystem

HD-03 Historical Database Type – provide

open platform database

HD-04 Historical Data Replication Capability – ability to replicate historical data within

SCADA network

HD-05 Long-Term Data Storage Methodology - ability of the system to interface with

29

off-line data storage for data storage

longer than 24 months.

HD-06 Historian Redundancy Methodology -

ability of the historian to support a redundant historical database on the SCADA network.

HD-07 Historical Data Collection Frequency

Configuration Capability - ability to configure the historian for different

data collection frequencies on a point by point basis.

HD-08 Data Access Methods – ability to access data for external use

HD-09 Reporting Capability

HMI Considerations – Configurations

HCC-01 Water/ Wastewater Toolkit or Symbol Set Availability

HCC-02 High Performance HMI (HPHMI) Toolkit Availability

HCC-03 HMI Security Capabilities - ability to

apply user specific security on specific control actions, pushbuttons, or other

HMI graphics elements.

HCC-04 Graphics Conversion to Web Format –

ability to convert the HMI graphics to a web browser accessible format.

HIM Considerations – Architecture

HCA-01 Thick Client Capabilities

HCA-02 Thin Client Capabilities

HCA-03 Replication of HMI to DMZ

HCA-04 Portable Device Interface Support

HCA-05 Trending Interface – provides adequate

trending capabilities through built-in capabilities of the software and

historian clients

30

Alarm Management

AM-01 Alarm Priority Capability – provide capabilities to use alarm priorities

during configuration

AM-02 Alarm Grouping/ Sorting Capability

AM-03 Integral Remote Alarm Notification

AM-04 Alarm and Event Historical Data Collection – ability to store alarm/

event information and retrieve them when required

Data Management

DM-01 Dashboard Support

DM-02 Data Reporting

DM-03 Other Integration Modules

SCADA System Security

SS-01 Login/ Tracking Capability

SS-02 Support for Area of Responsibility/

Areas of Control

SS-03 Support for Security Badge Login

SS-04 Remote Access Security Login and Tracking Capability

31

11 APPENDIX C – PRICING FORM

RFP # 2019-045

SCADA HMI Software

The software vendor shall take into consideration the software, annual maintenance

and training costs only for this Pricing Form. The software vendor shall attach any

supporting documents to the Pricing Form. Hardware shall not be included in this form.

The software vendor shall refer to Table 1 and Table 2 of this RFP for I/O tag count and

network equipment information for each year.

First Year Expenses

System/ Service Cost Comments/

Description of Cost

Itemized Software/Licenses by

module/product

Annual Maintenance/Upgrades by

module/product (add additional line items as needed, identify with requirement numbers from

Appendix B)

Initial Training – per head per course

Other (explain)

TOTAL FIRST YEAR COST

Second Year Expenses The expense for Year 2 shall include the cost of acquiring new licenses for the

facilities that are functional from Year 2, as well as maintaining the licenses obtained during Year 1, and the annual maintenance costs for the deployed licenses.

System/ Service Cost Comments/

Description of Cost

Itemized Software/Licenses by

module/product

Annual Maintenance/Upgrades by

module/product (add additional line items as needed, identify with requirement numbers from

Appendix B)

Initial Training – per head per course

Other (explain)

TOTAL SECOND YEAR COST

32

Third Year Expenses

The expense for Year 3 shall include the cost of acquiring new licenses for the facilities that are functional from Year 3, as well as maintaining the licenses obtained

during Years 1 and 2, and the annual maintenance costs for the deployed licenses.

System/ Service Cost Comments/

Description of Cost

Itemized Software/Licenses by module/product

Annual Maintenance/Upgrades by module/product (add additional line items as needed, identify with

requirement numbers from Appendix B)

Initial Training – per head per course

Other (explain)

TOTAL THIRD YEAR COST

Fourth Year Expenses The expense for Year 4 shall include the cost of acquiring new licenses for the

facilities that are functional from Year 4, as well as maintaining the licenses obtained during Years 1, 2 and 3, and the annual maintenance costs for the deployed licenses.

System/ Service Cost Comments/

Description of Cost

Itemized Software/Licenses by

module/product

Annual Maintenance/Upgrades by

module/product (add additional line items as needed, identify with requirement numbers from

Appendix B)

Initial Training – per head per course

Other (explain)

TOTAL FOURTH YEAR COST

33

Fifth Year Expenses

The expense for Year 5 shall include the cost of acquiring new licenses for the facilities that are functional from Year 5, as well as maintaining the licenses obtained

during Years 1, 2, 3 and 4, and the annual maintenance costs for the deployed licenses.

System/ Service Cost Comments/

Description of Cost

Itemized Software/Licenses by

module/product

Annual Maintenance/Upgrades by module/product (add additional line

items as needed, identify with requirement numbers from

Appendix B)

Initial Training – per head per course

Other (explain)

TOTAL FIFTH YEAR COST

Renewal Expense, Per Year (Year 6) UCPW expects that all the sites in the County will have transitioned to the new SCADA platform in five (5) years’ time with a total of approximately 40,000 tags at

completion. For this section, the proposer shall include only the operational and maintenance costs for the licenses deployed during the previous 4 years.

System/ Service Cost Comments/

Description of Cost

Annual Maintenance/Upgrades by

module/product (add additional line items as needed, identify with requirement numbers from

Appendix B)

Initial Training – per head per course

Other (explain)

ONE YEAR RENEWAL COST

This Proposal is submitted by:

_____________________________ ______________________

Proposer Date

________________________________ ______________________

Authorized Signature Please type or print name

34

12 APPENDIX D - PROPOSAL SUBMISSION FORM

RFP # 2019-045

SCADA HMI Software

This Proposal is submitted by:

Provider Name: _________________________________________________________

Representative (printed):__________________________________________________

Representative (signed):__________________________________________________

Address: __________________________________________________________

__________________________________________________________

City/State/Zip:__________________________________________________________

E-Mail Address:__________________________________________________________

Telephone:_____________________________________________________________

(Area Code) Telephone Number

Facsimile: __________________________________________________________

(Area Code) Fax Number

It is understood by the Proposer that Union County reserves the right

to reject any and all Proposals, to make awards according to the best

interest of the County, to waive formalities, technicalities, to recover

and rebid this RFP. Proposal is valid for one hundred and twenty

(120) calendar days from the Proposal due date.

The Certificate of Insurance and W-9 must be received before any work is performed.

_____________________________ ______________________

Proposer Date

________________________________ ______________________

Authorized Signature Please type or print name

35

13 APPENDIX E – ADDENDUM RECEIPT AND ANTI-COLLUSION

RFP # 2019-045

SCADA HMI Software

Please acknowledge receipt of all addenda by including this form with your Proposal. Any

questions or changes received will be posted as an addendum on www.co.union.nc.us

and/or www.ips.state.nc.us. It is your responsibility to check for this information.

ADDENDUM # DATE ADDENDUM DOWNLOADED

I certify that this proposal is made in good faith and without collusion with any other offeror or officer or employee of Union County.

(Please Print Name)

Authorized Signature

Title

E-Mail Address

Company Name

Date

36

14 APPENDIX F – REFERENCES

RFP # 2019-045

SCADA HMI Software

Reference #1:

Company Name:

Address:

Phone Number:

Contact Name:

Length Of Service:

Reference #2:

Company Name:

Address:

Phone Number:

Contact Name:

Length Of Service:

Reference #3:

Company Name:

Address:

Phone Number:

Contact Name:

Length Of Service:

Reference #4:

Company Name:

Address:

Phone Number:

Contact Name:

Length Of Service:

Reference #5:

Company Name:

Address:

Phone Number:

Contact Name:

Length Of Service: