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