HomeMy WebLinkAboutZSI, Incorporated 2007-12-0719--CHAS, eAl'UC Jt P-0 70 7 AGREEMENT FOR PROFESSIONAL SERVICES SCADA/PLC PROGRAMMING (DESIGN /BUILD) & MAINTENANCE SERVICES AT THE CITY OF UKIAH WATER TREATMENT PLANT This Agreement, made and entered into this 7th day of December , 2007 ( "Effective Date "), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and ZSI, Incorporated, a corporation, organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant ". RECITALS This Agreement is predicated on the following facts: a. City requires professional services related to the programming (design /build) and maintenance of the SCADA /PLC systems at the City's Water Treatment Plant. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c. City and Consultant agree upon the Scope -of -Work and Work Schedule attached hereto as Attachment "A ", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope -of -Work (Attachment "A "). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A," p. 2 and Attachment "B," pp. 2 -4. 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope -of -Work upon receipt of a Notice to Proceed from City. Phase I - Consultant shall complete the programming (design /build) portion of the scope of work within 60 days from receipt of the Notice to Proceed. Page 1 Phase II - Upon completion of the initial programming and for a period of one year thereafter, Consultant shall provide an after -hours emergency phone contact and provide such services as are required during that time period. The City may extend the Phase II portion of the Scope of Work beyond the initial one year period by giving written notice of its request for such extension prior to the expiration of the initial one year period. It may request additional one year extensions in the same manner. The Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the Phase I professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $5,750. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Phase I Scope of Work for the not -to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. Consultant shall perform the Phase II Scope of Work based on the hourly billing rates and direct expenses as set forth in Attachment B. 4.2 Changes. Should changes in compensation be required because of changes to the Scope -of -Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope -of- Work" means different activities than those described in Attachments "A" and "B" and not additional time or expenses to complete those activities than the parties anticipate on the date they entered this Agreement. 4.3 Sub - contractor Payment. The use of sub - consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub - consultants shall be included within guaranteed not -to- exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of invoice less any amount already paid to consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not City's agent, employee, or representative for any purpose. Page 2 It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of Ukiah for any purpose whatsoever. Ukiah shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in Ukiah have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and Ukiah. Consultant shall pay all estimated and actual federal and state income and self - employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ( "ISO) Commercial General Liability Coverage Form No. CG 00 01 11 85. Page 3 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no Tess than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and Page 4 completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope -of- protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims -made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from December 7, 2007 to December 6, 2009. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long -term credit rating and AMB -1 for short -term credit rating. F. Verification of Coverage Consultant shall furnish the City with certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person Page 5 authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors If Consultant uses subcontractors or sub - consultants, it shall cover them under its policies or require them to separately comply with the insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to the negligence, recklessness, or willful misconduct of the Consultant and its agents in the performance of services under this contract, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope -of -Work, Attachment "A ". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be Page 6 filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severabilitv. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub - contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the non - breaching fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off -set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.10 Duplicate Originals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH DEPT. OF PUBLIC UTILITIES 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482 -5400 Page 7 ZSI, INC. ATTN: GREG STEIGER P.O. BOX 253 SONOMA, CALIFORNIA 95476 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: 7 PRINT NAME: Gregory Steige 68- 0400124 IRS IDN Number CITY OF UKIAH BY: 12/10/2007 Date CANDACE HORSLEY Date CITY MANAGER CITY CLERK Page 8 Attachment # CITY OF UKIAH REQUEST FOR PROPOSAL SCADA/PLC PROGRAMMING (DESIGN/BUILD) & MAINTENANCE SERVICES PROPOSAL DUE OCTOBER 26, 2007 GENERAL INFORMATION The City of Ukiah with a population of 15,496 people is located approximately 115 miles north of San Francisco, CA on the US Highway 101 corridor. Ukiah is also the retail service hub to an area reaching a 50 mile perimeter and experiences a daytime service population exceeding 35,000 people. The City of Ukiah's Water Treatment Plant is seeking proposals from qualified technical firms for the maintenance and programming of the SCADA/PLC systems that control aspects of the treatment and delivery of potable water to the citizens of Ukiah. The Water Treatment Plant currently utilizes Wonderware SCADA software and GE FANUC 90 -30 PLC's. SCOPE OF SERVICES, The scope of services for the programming (design /build) and maintenance of the SCADNPLC systems shall include tasks described below, as well as other elements or modifications, which may be suggested by consultants presenting proposals to better meet the needs of the City. All services shall be provided in accordance with the City's draft professional services agreement, a sample of which is attached as Attachment "A ". We anticipate a minimum of 50 hours of work involved in the fine tuning and correction of current operational programming along with training of staff. The programming (design /build) work will consist of, but not limited to: • Develop a screen for changing PID parameters in. the PLC (assume 4 -8 PID loops) • Modify pH control scheme from effluent flow pacing to a closed -loop based upon pH • Modify the HSPS 'pump rate from the remote reservoir level to the FWR level • Place all existing operator selected parameters on one page if possible • Graphics • Control parameters such as tirne, flow, and sequence: • Scaling • Voice programming • Evaluate and improve reporting • Change various graphics on existing individual screens • Tie rernote sites into SCADA system • Evaluate and install a voice chip /module that is intelligible Part of this contract will consist of on -site engineering, and part will consist of remote operational changes. The proposal shall also include the agreement of maintaining an after - hours emergency contact phone number. PROPOSAL Proposals shall be labeled "SCADNPLC Programming (Design/Build) & Maintenance Services ". Proposals shall be submitted to: October 11, 2007 SCADA/PLC Programming (Design/Build) & Maintenance Services Page 2 of 16 Mary Horger, Purchasing Supervisor City of Ukiah 411 West Clay Street Ukiah, CA 95482 -5400 Three (3) copies of the PROPOSAL are required. Proposals must be received prior to 5 :00 PM, October 26, 2007. Proposals shall include as a minimum the following: Project approach and schedule Describe the proposed approach and procedures to be used in completing the tasks described in the Scope of Services. :Include a proposed schedule showing completion of the various tasks. Cover letter The cover letter should include a brief overview of the specific approach and procedures the firm proposes to complete the tasks described in the Scope of Services;. An explanation of why the specific plan detailed in the proposal is the best plan for the City should be included. The cover letter must be signed by an official authorized to bind the successful firm contractually and shall contain a statement to the effect that the proposal is a firm offer for a minimum period of thirty (30) days after the submittal date. The letter accompanying the proposal shall also provide the following: name, title, address, and telephone number of individuals with the authority to negotiate a contract and bind the consultant to the terms of the contract. Project team Describe the qualifications and experience of the firm as related to the project, and the proposed staff to be assigned to this project. Describe the qualifications and experience of any proposed sub- consultants and identify the work they will accomplish. Firms, sub - consultants and proposed staff must demonstrate experience with similar projects. Describe the proposed team organization, current and previous work assignments, and man -hours budgeted for each team member. Provide the name and brief resume of the individual who will be in responsible charge of the project along with the names and brief resumes of the firm's staff who will be assigned to the project. Fee proposal Provide a fee proposal based on an hourly rate schedule with a not to exceed" maximum cost for all work identified in the Scope of Services. Indicate if travel time, mileage, and per diem will be charged. 'Include any sub- consultant cost, Additionally, please identify miscellaneous costs associated with this proposal. Submit a copy of your firm's current itemized hourly rate fee schedule. October 11, 2007 SCADAIPLC Programming (Design/Solid) & Maintenance Services Page 3o116 Emergency Response The proposal shall include a minimum response/contact time for emergencies. This shall be for both remote and on-site repairs. References Provide a list of similar projects for which the firm has completed similar projects with a list of at least three client references associated with these projects. Include client references for any proposed sub-consultants. Provide names of contact person, addresses and telephone numbers for all client references. Exceptions identify any exceptions you are proposing with respect to the Scope of Services. Additionally, if there are any exceptions to the City's insurance requirements and/oethe City's draft professional services agreernerit as shown in the attachments, the Consultant should list the exceptions in the proposal. INSURANCE REQUIREMENTS The insurance requirements are set forth in Attachment "B". EVALUATION OF PROPOSAL The following evaluation criteria will be used in evaluating and selecting candidates: 1. Cost. 2. Qualifications and References. 3. Thoroughness of work plan for providing services to the City of Ukiah as described in this RFP. 4. Demonstration of understanding system requirements, and the ability to meet those needs. 5. Commitment to timeliness in the conduct of the work. 6. Adherence to the instructions in this request for proposal on preparing and submitting the proposal. If deemed necessary, the City will ask one of more selected vendors questions about their proposals, either in writing or by oral presentation. RIGHT OF REFUSAL The City reserves the right to reject any and all proposals without qualifications. Proposals will be considered only in their entirety. The City reserves the right to negotiate the specific requirements and costs using the selected proposal as a basis. October 11, 2007 SCADA/PLC Programming (Design/Buitd) & Maintenance Services Page 4 of 16 QUESTIONS Questions shall be directed to Mr. Alan Jamison, Water Treatment Plant Supervisor, City of Ukiah, phone: (707) 467 -2842 or e -mail at ajamison@cityofuldah.com. October 1'1, 2007 SCADA/'LC Programming (Design/Build) & Maintenance Services Page 5 of 16. ATTACHMENT "A" AGREEMENT FOR PROFESSIONAL SERVICES This Agreement, made and entered into this day of , 2007 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and , a [sole proprietorship, corporation, partnership, limited partnership, limited liability company, etc] organized and in good standing under the laws of the state of , hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires professional services related to Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. e. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION! OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within from receipt of the Notice to Proceed. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes October 11, 2007 SCADA/PLC Programming (Design/Bullti) & Maintenance Services Page 6 of 16 arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Exhibit 8, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Exhibit B. Consultant shall complete the Scope of Work for the not-to-exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writin to any changes in compensation. "Changes to the Scope-of-Workn means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipate on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of invoice less any amount already paid to consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor •and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of Ukiah for any purpose whatsoever. Ukiah shall have no right to, and shall not control the manner or prescribe •the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in Ukiah have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and October 11, 2007 SCADA/PLC Programming (Design/Build) & Maintenance Services Page 7 0116 interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and Ukiah. Consultant • shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in perforrhing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the duration of this Agreernerit insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance October 11,2007 Coverage shall be at least as broad as 1. Insurance Services Office ('ISO) Commercial General Liability Coverage Form No. CG 00 01 1185. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance, 21, Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. SCADNPLC Programming (Design/Build) & Maintenance Services Page 8 of 16 B. Minimum Limits of Insurance Consultant •shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage, 3. Workers Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional Insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. October 11, 2007 SCAONPLC Programming (Design/Build) & Maintenance Services Page 9 of 16 c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. cl. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this • Agreement. The policy period shall extend from to 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. October 11,2007 SCADNPLC Programming (DestgniBulld) & Maintenance Services Page 10 of 16 G. Subcontractors If Consultant uses subcontractors or sub-consultants, it shall cover them under its policies or require them to separately comply with the insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to the negligence, recklessness, or willful misconduct of the Consultant and its agents in the performance of services under this contract, but this indernnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claiM. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. Flefererices in this paragraph to City or Consultarit, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7,3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. October 11,2007 SCADA/PLC Programming (Design/Build) & Allaintenance Services Page 11 of 16 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement rriay only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the non-breaching fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice Of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant'• breach of contract. 7.10 Duplicate Originals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH DEPT. OF 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-5400 October 11, 2007 SCADNPLO Programming (Design/Build) & MainlenanceServtdet Page 12 of 16 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY PRINT NAME: IRS IDN Number CITY OF UKIAH BY Date CANDACE HORSLEY Date CITY MANAGER ATTEST CITY CLERK October 11, 2007 Date SCADAIPLC Programming ( esigniButid) & Maintenance Services Page 13 ot 16 ATTACHMENT "IV INSURANCE REQUIREMENTS Without limiting Consultant's obligations arising under Paragraph 12 of the Professional Service Contract ("Agreement") to which this Exhibit is attached, Consultant shall riot begin work under the Agreement until it procures and maintains for the duration of the Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under the Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 00 01 11 85. 2. ISO Form No. CA 0001 (Ed. 1/78) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Professional Liability Insurance covering damages which may result from errors, omissions, or acts of professional negligence by Consultant. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. October 11, 2007 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation knits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. SOADA/FkLC Programming (DesigniBukl) & !Maintenance Services Page 14 of 16 C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City, At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions October 11, 2007 The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written SCADA/PLC Programming (Deslgn/Buiid) & Maintenance Services Page 15 of 16 notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coveracie Consultant shall furnish the City with certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors If Consultant uses subcontractors or sub-consultants, it shall cover them under its polices or require them to separately comply with the insurance requirements set forth in this Paragraph 6.1. October 11, 2007 SCADNPLC Programming (Design/Buitd) & Maintenance Senfices Page 16 of 16 zI Mary Horger, Purchasing Supervisor City of Ukiah 411 West Clay Street Ukiah, CA 95482 — 5400 M<hrnenf# Dear Ms. Horger: Thank you for considering ZSI, Incorporated for the performance of the scope of work described in your Request for Proposal dated October 11, 2007. ZSI, a professional corporation established in 1993 for the purpose of engaging in system integration and related projects, provides consulting and contracting services for the installation and maintenance of SCADA systems, PLCs, VPDs, and various related instrumentation systems. ZSI is a licensed electrical contracting company with experience in all facets of electrical (control, instrumentation, telecommunications, radio, networks, medium •and high voltage systems). ZSI typically provides turn-key services rarely requiring subcontractors other than mechanical welding contractors, heavy equipment operators, etc. ZSI is a local business within 1.5 hours away with local employees accustomed to responding to emergency calls at all hours of the day. ZSI does not utilize international labor for its services. ZSI will deploy responsible experienced staff who are professional and thorough in their practices. The plan presented herein is the best possible plan for the City of Ukiah because it incorporates one (1) entity with appropriate experience and responsiveness with the intent to expeditiously and professionally accomplish the scope of work minimizing the time and resources required of the City of Ukiah, and thereby minimizing the cost to the City and maximizing the benefits received by the City from this proposal. This proposal is a firm offer which will not expire before 30 days from the submittal date. ZSI proposes to fulfill this scope of work for an amount estimated at $2,990, not to exceed $5,750 (see Fee Proposal herein). Again thank you for the opportunity to present the City of Ukiah with this proposal, We look forward to assisting you, Mr. Jamison, and the City of Ukiah. Very truly yours, Greg Stei , PE VP of ZS , VeinstelolssilileslBusinesA_Consulting Services \ LlkiabSCity of-Ukiah SCADA & PLC Proposal. ititloc Monday, November O. 2007 2,10 PM Page 1 of 6 P.O. Box 263 E Sonoma U California N 95476 * (707) 996 5432 $ i Fax (707) 996 5416 • www.zsii.com Licenses: PE: E014852; UL: E177918; C10: 743537 Z D I SCADA / PLC Programming (Design / Build) & Maintenance Services Project Approach and Schedule ZSI proposes to meet with Mr. Alan Jamison, Water Treatment Plant • Supervisor and listen to the respective operational needs and procedures for working at the water treatment plant and other remote facilities, and to review, analyze, understand and effectively implement the tasks enumerated in the City of Ukiah Request for Proposal in a :timely and professional manner. The various tasks would systematically be accomplished in a manner consistent with the following project schedule.' ZSI, City °III-Wait Proposed Schedule WW IV S ii.corn ID Name Scheduled ShtiScheduled Fir D uration 1 D ecember 29j 2 1 5 1 S]11 114 117 120 123 26 1 0v P10 Param Scrn (4-8 Loops) M od p11 CS to Clad-Loop pli Mod HSPS gate to FV1,14 Level C on solitiate all 0 per Set Pero in l i 12/3/07 1 1214/07 id i 12/4/07 , 12/5/07 11d , I 1215/07 i 1215/07 12h I 1 12151.071 42/8/87 11d 1 1 E ! 1 ID . 1 E5 2 3 4 Footnote:1 Not shown is approximately 3 days float time. Project Team The person responsible for managing this project is Greg Steiger, PE. Mr. Steiger has been intimately involved with SCADA systems for over 20 years, including all aspects from circuit board development for Remote Terminal Units (RTUs) to specifying components / equipment for integration to programming / configuring software and hardware to training and start-up and documentation. Mr. Steiger has a Bachelor of Science in Electrical and Electronic Engineering, and his been issued a Professional Engineering license by the State of California. Relevant projects Mr. Steiger has been engaged with include, but are not limited to SCADA systems for Sonoma County Water Agency, Sonoma County Valley Sanitation District, PG&E, City of Vacaville, City of Sacramento, City of Brentwood, Yuba City, El Dorado Irrigation District, Beale Air Force Base, Richardson Springs, City of West Sacramento, McClellan Air Force Base, etc. It is anticipated that other ZSI personnel may be deployed to work on this or future projects for the City of Ukiah depending upon the scope and their availability. For this initial scope of work; however, Mr. Steiger is anticipated to provide these services. Fee Proposal While it is understood that a minimum of 50 hours of work involved in the fine tuning and correction of current operational programming along with training of staff, it is reasonable to assume this may take less time. Page 2 of 6 P.O. I3ox 253 IN Sonoma II California 1 96476 III (707) 996 5432 1 Fax (707) 996.541 1 wwvv.Zsii.cOrn Licenses: PE: E014852; UL: E177918; C10: 743537 1 Z S I Therefore, I have organized this proposal cost break-clown into four (4) primary groups, using ZSI's hourly rate of $115 per hour. This rate at an anticipated 50 hours equates to $5,750. Description of Services Estimated Hours Estimated Cost Develop a screen for changing. PID parameters in the PLC (assuming 4-8 PID loops). 8 - 24 $920 - $2,760 Modify pH control scheme from effluent flow pacing to a closed-loop based upon pH. 8 - 16 $920 - $1,840 Modify the FISPS pump rate from the remote reservoir level to the FWR level. - 2 -6 $230 - $690 Place all existing operator selected parameters on one page if possible, maybe two. 8 - 16 $920 - $1,840 ZSI typically charges for travel time, mileage and per diem. No subcontracted costs are anticipated for this scope of work. ZS1' s current rate fee schedule is: Service Fee Basis: 1.3 Daily Professional Engineering & Project !Management $135 System Integration & Programming $127.50 Instrumentation/Technician $115 Electrician Prevailing Wage CAD Detailer $95 Discount Example for Systems Integration & Programing: Discount 0 0.06 0.1 0.15 0.2 0.25 0.3 Agreement Amount less than $5k $5k - $10k $10k - $15k $15k - $25k $25k - $50k $50k - $75k $75k + Rate $127.50 $121.13 $114.75 $108.38 102.00 $95.63 $89.25 flours Afforded 1-39 41 - 83 87 - 131 138 - 231 245 - 490 523 - 784 840 + General Expenses Ali materials billed at purchase price plus taxes, shipping, & 15% mark-up. Mileage is billed at $0.485 per mile. 2 Daily per diem is $55. Lodging as required. Footnotes Fee Basis is defined as follows: 2 Daily,..Eight hour days with a minimum charge of 4 hours. Weekly...Services rendered on a weekly basis accruing less than 40 hours are billed according to the daily basis. Monthly...Services rendered on a monthly basis accruing less than 160 hours are billed according to the weekly basis. 2 Note hourly rates are billed at 50% rate for travel time, 3 Holiday, weekend, and unscheduled over-time rates are at 1.5 times the agreed upon rate. Page 3 of 6 P.O. Box 263 • Sonoma X California ell 95476 X (707) 996 5432 Fax (107) 996 5418 111 WWW.ZSii.COM Licenses' PE. E014852; UL: E1779113; C10: 743537 Emergency Response The proposed minimum response / contact time for emergencies is as follows: For calls and off-site remote access, ZSI personnel are available 24/7/365 within I - 8 hours. For on-site work, ZS1 personnel are available 24/7/365 as well, and depending upon the nature of the problem, ZSI anticipates having personnel available within 4 to 48 hours. Please note ZSI is located approximately 1.5 hours from the City of Ukiah. References SCADA / PLC Consulting Maintenance Agreement Sonoma County Valley Sanitation District Jim Zarnbenini, Water Operations Superintendent 22675 8 th Street East Sonoma, 95476 ...= 707.396.0429 SCADA / PLC Consulting Maintenance Agreement Sonoma County - Water Agency SCWA Bruce Kunkle, Electrical & Instrumentation Coordinator 2150 W. College Ave. Santa Rosa, CA 95406 707.521.1829 Tertiary System PLC / SCADA Improvements Sonoma County Dale Roberts , Project Engineer 2150 W. College Ave. Santa Rosa, CA 95406 707.547.1979 McMurtry Reservoir & SCADA Modifications City of Vacaville James Loomis 650 Merchant Street , 95688 707.449.5170 Other Projects Sonom County Water a Agency Owner & ZSI, Inc. Modified existing SCADA influent and effluent systems . . . . . and integrating trito the existing SCADA system a Tertiary WTP project to be completed Summer 2007. Sonoma Valley County Sanitation District Owner & ZSI, Inc. Reprogrammed Effluent System PLC's outdated ladder logic program with IEC format and reconfigured Oftls text-based software with user-friendly graphical interface representing the process and ancillary equipment. Page 4 of 6 P.O. Box 253 • Sonoma • California • 95476 I (707) 996 5432 1M Fax (707) 996 5416 • www.zsii.corn Licenses. PE: E014852, UL: E177918: C10: 743537 zI Sonoma Valley County Sanitation District Owner & ZS1, Inc.- Reprogrammed Influent System PLC's outdated' ladder logic program with IEC format and reconfigured OIU's text -based software with user- friendly graphical interface representing the process and ancillary equipment. City of Vacaville Tetra Engineering 5 MG Reservoir consisting of inlet / outlet valve automation pressure monitoring, security, and integration with existing repeater site and SCADA software. Sonoma Valley County Sanitation .District Owner & ZSI, Inc. Automation of Return , and Waste Activated Sludge Systems using cascade PID control, and Plant Drainback System. Revamped Reservoir R4 Pump Station Control System. City of Rohnert Park Winzler & Kelly Replace 200HP Variable Frequency Drive at Pump Station with new VFD. Sonoma Valley Coun Sanitation District HDR Engineering Automation of Aeration Basin dissolved oxygen using cascaded PID loops ' (5) 250HP solid -state starters; modulating valves, flowmeters, and pressure transmitter integrated with Modicon PLCs and Panelmate Operator Interface Units. Sonoma Valley County Sanitation District Owner & ZSI, Inc. Automation of Aeration Basin Levels and Flow using a cascade loop and timed - averaging of flow samples to stabilize flow of plant through the diurnal and nocturnal' periods. City of Stockton Parsons Engineering Automation of Influent and Effluent Systems at the Regional Water Treatment Plant using Allen Bradley 540 PLC, remote racks, and Operator Interfaces connected via fiberoptics, 7 Cutler-Hammer VRDs, (IOOHP- 400HP), cable trays, and substation equipment. City of Yuba City HDR Engineering Automation of Sand Filters, Backwash System, Instrumentation, and other ancillary equipment at existing Water Treatment Plant using redundant Modicon PLCs. City of Brentwood Carollo Engineers Booster Pump Station - SCADA and 900 MHz Telemetry project for inter -tie booster pump station, reservoir, and treatment plant.. McClellan, USAFB c/o CH2M Hill CH2M 1-1il Mc Cleilan AFB - Leased-line Telemetry monitoring and control system for a Ground Water Remedial Construction of various well pump site controllers, process instrumentation equipment, and, programmable: logic controllers (PLCs). City of West Sacramento City of West Sacramento Bryte Bend WTP - Instrumentation, monitoring, and control of a new Clearwell using a bubbler system, and modifications to existing Clearwell and Main Control Panel. Page 5 of 6 P.O. Box 253 ■ Sonoma * California .i! 95476 `_ (707) 996 5432 1 Fax (707) 996 6416 ■ www.zsii.com Licenses: PE: E014852, tlL: E177918; C10: 743537 zI El Dorado Irrigation District ATEEM Engineering Telemetry System-Weber Dam Flood Alert. New construction to fabricate, furnish, and install control panels with central programmable logic, controller (PLC) polling via radio link remote sites having PLCs used to monitor flows and water levels. Citizens Utilities of California Citizens utilities of California Parkway District - Radio Telemetry control system consisting of RTUs and Instrumentation for a SCADA system rrianaigng wells for customer consumption and power shedding and management. California Department of Corrections - Vacaville ATEEM Engineering Emergency Bed Process Instrumentation and Control System - SCADA and Leased-line Telemetry project for pump station, inter-tie station, filter plant, and ancillary equipment. Citizens Utilities of California Norberg/Interface Engineering Falcon View Well - Well pump station consisting of ' hgear having 100 HP RVAT and 100 HP VFD awItc vi a ng VFD, instrumentation, control, treatment, and Leased-line telemetry. ---- Citizens Utilities of California ATEEM Engineering _ Parksite WTP Methane Stripping Facilities - Installed new control system to interface with and be controlled by an existing PLC system. Richardson Springs Community Services District Norberg Engineering Wastewater Treatment Plant Improvements. All new construction to furnish and install new MCC, pedestal, process instrumentation equipment, autodialer, and operations building electrical. City of Sacramento City of Sacramento Riverside Water Treatment Plant Electrical Improvemerits. New construction to furnish and install medium voltage 5kV vacuum switch, 5kV cable, and 1000 kVA transformer. City of Sacramento City of Sacramento Pioneer Reservoir "Flood Water Emergency Storage Basins" Facility and Washdown Automation. Retrofit existing facility adding a programmable logic controller and graphical operator interface unit to automate system Thus reducing manpower requirements. Winton Water District ZS1 Inc. , Motor Damage Analysis. Field evaluate equipment and installation by other contractors and power quality of local utility for possible causes of multiple pump motor failures. Louisiana-Pacific Corp. —7S1, Inc. Window Packaging Equipment. Re-wired controller from manual operation to automatic operation and provided ACAD As-Wilts within 24 hours from the initial request for urgent service. Exceptions None Taken Page 6 of 6 P.O. Box 253 Sonoma ul California 1111 95476 • (707) 996 5432 • Fax (707) 996 5416 u www.zsii.corn Licenses: PE: E014852; UL: E177918; 010: 743537