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