Loading...
HomeMy WebLinkAbout4.06 Agreement with Lanlogic, Inc. for the Purchase of Information Technology Services and Related Equipmentr DUBLIN CALIFORNIA STAFF REPORT CITY COUNCIL DATE: .Line 6, 2023 TO: Honorable Mayor and City Councilmembers FROM: Linda Smith, City Manager Agenda Item 4.6 SU B.ECT : Agreement with Lanlogic, Inc. for the Purchase of Information Technology Services and Related Equipment Prepared by: Steve Windsor, Chief Information Security Officer EXECUTIVE SUMMARY: The City Council will consider approving a three-year agreement with Lanlogic, Inc. for the purchase of information technology services and related equipment. STAFF RECOMMENDATION: Adopt the Resolution Approving the Agreement with Lanlogic, Inc. for Information Technology Services and Related Equipment. FINANCIAL IMPACT: The proposed agreement with LanLogic is not to exceed $450,000 over the three-year term. Funding for computer -related services and supplies is included in the Information Technology Internal Service Fund Budget approved by the City Council as part of the annual budget process. DESCRIPTION: The City uses consultants for information technology services and related equipment purchase and support. Over the last several years, the City has engaged Lanlogic, Inc. for these services and is pleased with their performance. Over the last three years, the City has spent $395,947.41 for technology equipment monitoring, software support renewals, and Information Technology professional and contract services. The City's current contract expires June 30, 2023. The Municipal Code requires a competitive bid process to be conducted to award a contract for these types of services. However, Section 2.36.100.B.9 of the City's Purchasing Policy provides an exemption to a competitive bidding process when another public agency has administered a Page 1 of 2 196 competitive bidding process and has a current valid agreement for the same or substantially similar consultant or professional services, general services, supplies or equipment. Zone 7 Water Agency recently conducted an RFP process and selected Lanlogic, Inc. for similar services. Per the Municipal Code, the City will utilize Zone 7's competitive bid process and select Lanlogic, Inc. for the City's Information Technology Services and Related Equipment needs. The attached three-year agreement provides for a not -to -exceed amount of $450,000 for a period of three years from July 1, 2023, to June 30, 2026. While this is more than what the City typically spends, Staff recommends leaving room for special projects and future work on new City facilities like the Cultural Arts Center and new cybersecurity software and hardware deployment. STRATEGIC PLAN INITIATIVE: Strategy 3: Infrastructure Maintenance and Reinvestment Objective B: Provide on -going condition assessments of aging city facilities and assets. NOTICING REQUIREMENTS/PUBLIC OUTREACH: The City Council Agenda was posted. ATTACHMENTS: 1) Resolution Approving the Agreement with Lanlogic, Inc. for Information Technology Services and Related Equipment 2) Exhibit A to the Resolution - Consulting Services Agreement Between the City of Dublin and Lanlogic, Inc. 3) Zone 7 Award Contract 4) Zone 7 Request for Proposal (RFP) Page 2 of 2 197 Attachment I RESOLUTION NO. XX — 23 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING THE AGREEMENT WITH LANLOGIC, INC. FOR INFORMATION TECHNOLOGY SERVICES AND RELATED EQUIPMENT WHEREAS, the City engaged Lanlogic, Inc. (Consultant) in prior years to perform information technology infrastructure planning, architecture, design, and deployment services, support, as well as related equipment; and WHEREAS, the City's most recent engagement with the Consultant for the purchase of information technology services and related equipment is set to expire on June 30, 2023; and WHEREAS, the City desires to enter into a new three-year Agreement for the purchase of information technology services and related equipment beginning July 1, 2023 and ending June 30, 2026; and WHEREAS, Section 2.36.100(B)(9) of the Dublin Municipal Code allows for exceptions to the typical public bidding process when the City can procure items from a competitive bid process administered by another public agency; and WHEREAS, Zone 7 Water Agency has recently completed a Request for Proposal (RFP) competitive bid process whereby it selected and entered into an agreement with Lanlogic, Inc. for substantially similar consultant or professional services, general services, supplies or equipment; and WHEREAS, the Agreement contains a not to exceed amount of $450,000 for that three- year period; and WHEREAS, Section 2.36.090 of the Dublin Municipal Code requires City Council approval of equipment and services with a cost greater than or equal to forty-five thousand dollars ($45,000). NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the consulting services agreement with Lanlogic, Inc, as attached hereto as Exhibit A to the Resolution. BE IT FURTHER RESOLVED that the City Council of the City of Dublin hereby authorizes and delegates authority to the City Manager to approve the consulting services agreement with Lanlogic, Inc. as provided for by Section 2.36.100(B)(9) of the Dublin Municipal Code. {Signatures on the following page} Reso. No. XX-23, Item X.X, Adopted 06/06/2023 Page 1 of 2 198 PASSED, APPROVED AND ADOPTED this 6th day of June 2023, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk Reso. No. XX-23, Item X.X, Adopted 06/06/2023 Page 2 of 2 199 Attachment 2 Exhibit A to the Resolution CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND LANLOGIC, INC. FOR THE PURCHASE OF INFORMATION TECHNOLOGY SERVICES AND RELATED EQUIPMENT THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Lanlogic, Inc. ("Consultant") (together sometimes referred to as the "Parties") as of July 15t, 2023 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30th, 2026, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month -to -month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. Standard of Performance. Consultant shall perform all services required pursuant to this 1.2 Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. Assignment of Personnel. Consultant shall assign only competent personnel to perform 1.3 services pursuant to this Agreement. In the event that the City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. Time. Consultant shall devote such time to the performance of services pursuant to this 1.4 Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 [Intentionally Delated]. 1.6 [Intentionally Delated]. Section 2. COMPENSATION. City hereby agrees to pay Consultant a not to exceed sum of $450,000. Notwithstanding any contrary indications that may be contained in Consultant's proposal, for Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 1 of 14 200 Attachment 2 Exhibit A to the Resolution services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit B, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; ■ A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ■ A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense ■ The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; ■ The Consultant's signature; ■ Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 2of14 201 Attachment 2 Exhibit A to the Resolution Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the normal billing and compensation provided under this Agreement. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 3 of 14 202 Attachment 2 Exhibit A to the Resolution Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 4 of 14 203 Attachment 2 Exhibit A to the Resolution a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 5 of 14 204 Attachment 2 Exhibit A to the Resolution d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects 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. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 6of14 205 Attachment 2 Exhibit A to the Resolution 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self -insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 7of14 206 Attachment 2 Exhibit A to the Resolution ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant's failure to comply with any law(s) or Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 8 of 14 207 Attachment 2 Exhibit A to the Resolution regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 9 of 14 208 Attachment 2 Exhibit A to the Resolution 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 10 of 14 209 Attachment 2 Exhibit A to the Resolution records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severabilitv. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 11 of 14 210 Attachment 2 Exhibit A to the Resolution 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 12 of 14 211 Attachment 2 Exhibit A to the Resolution 10.10 Notices. Any written notice to Consultant shall be sent to: Lanlogic, Inc. Att: Dan Ferguson 248 Rickenbacker Circle Livermore, CA 94551 Any written notice to City shall be sent to: City of Dublin Att: Steve Windsor 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, and C represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 13 of 14 212 Attachment 2 Exhibit A to the Resolution The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN LANLOGIC, INC. p- DocuSigned by: NaI& Ft,TWA, 1 PRA9MS7RRP47Q Linda Smith, City Manager Daniel L. Ferguson, President & CEO Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 Consulting Services Agreement between the City of Dublin and Lanlogic, Inc. for Purchase of Information Technology Services and Related Equipment July 1, 2023 Page 14 of 14 213 Attachment 2 Exhibit A to the Resolution EXHIBIT A SCOPE OF SERVICES Project) Task Objectives and Requirements • IT support of the City of Dublin network on task order basis as directed by the City Scope of Work and Deliverables The Consultant shall provide services and staff, and otherwise do all things reasonably necessary for or incidental to the performance of work, as set forth below: • Network engineering and support services performed onsite and remotely • Microsoft server and VMware engineering and support services • IT project management • Interface with City vendors including network carriers, the County of Alameda, contractors and other services as needed • Staff augmentation during vacations and extended leaves • Network infrastructure hardware and related equipment (examples - CISCO network Switches and Meraki Wifi Access Points) The Consultant shall procure and deliver to City of Dublin the following: • Documentation of any project • Detailed time logs of all work performed • Monthly billing of any services The following are not included within this scope of service: • Projects that have been authorized under a separate PO Consulting Services Agreement between City of Dublin and Lanlogic, Inc. July 1, 2023 for Purchase of Information Technology Services and Related Equipment Exhibit A — Page 1 of 1 214 EXHIBIT B COMPENSATION SCHEDULE Lanlogic, Inc. will guarantee the following hourly rates for the term of this agreement as follows: Fiscal Years 2023-2024 2024-2025 2025-2026 T&M Hourly Network Engineer $195.00 $201.00 $207.00 After Hours/Weekends Note: Annual rate increases will not exceed CPI up to a maximum of 3%. $292.00 $301.00 310.00 The City shall pay the Consultant the amount noted above for the performance of all activities necessary for or incidental to the performance of work as set forth in this agreement. Consultant will provide invoices to the City on a monthly basis as requested by the City on an as needed basis. Consultant Services Agreement between City of July 1, 2023 Dublin and Lanlogic, Inc. Exhibit B: Compensation Schedule 215 EXHIBIT C INDEMNIFICATION Consultant shall indemnify, defend with counsel acceptable to City, and hold harmless City and its officers, elected officials, employees, agents and volunteers from and against any and all liability, loss, damage, claims, expenses, and costs (including without limitation, attorney's fees and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with Consultant's performance of the services called for or its failure to comply with any of its obligations contained in this Agreement, except such Liability caused by the sole negligence or willful misconduct of City. Notwithstanding the forgoing, to the extent this Agreement is a "construction contract" as defined by California Civil Code Section 2782, as may be amended from time to time, such duties of Consultant to indemnify shall not apply when to do so would be prohibited by California Civil Code Section 2782. The Consultant's obligation to defend and indemnify shall not be excused because of the Consultant's inability to evaluate Liability or because the Consultant evaluates Liability and determines that the Consultant is not liable to the claimant. The Consultant must respond within 30 days to the tender of any claim for defense and indemnity by the City. If the Consultant fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, so much of the money due the Consultant under and by virtue of this Agreement as shall reasonably be considered necessary by the City, may be retained by the City until disposition has been made of the claim or suit for damages, or until the Consultant accepts or rejects the tender of defense, whichever occurs first. Consulting Services Agreement between City of Dublin and Lanlogic, Inc. July 1, 2023 for Purchase of Information Technology Services and Related Equipment Exhibit C — Page 1 of 1 216 WATER AGENCY Delivering Quality, Reliability and Safety ORIGINATING SECTION: Administration CONTACT: Osborn Solitei AGENDA DATE: October 19, 2022 Attachment 3 ITEM NO. 7b 100 North Canyons Parkway Livermore, CA 94551 (925) 454-5000 SUBJECT: Award a Contract for Information Technology and Supervisory Control and Data Acquisition (SCADA) Support Services SUMMARY: • Zone 7 currently contracts with Lanlogic, Inc., to provide Information Technology and SCADA support services and the current six -year contract value is $1,553,190. The contract expires on December 31, 2022. • In accordance with the Agency's Purchasing Policy which allows procurement of professional services based on qualifications and experience (without a bidding process based on pricing), the selection of the consulting firm for the services was done through a competitive procurement process. A Request for Proposals (RFP) was issued on July 15, 2022, for Information Technology and SCADA Support Services. The RFP was advertised on the Agency's website. Two proposals were received. • Upon review of the proposals, Lanlogic, Inc., was found to be best qualified vendor to provide IT and SCADA support services by the selection committee based on the evaluation criteria which includes the proposer's knowledge and relevant experience, understanding of the Agency's IT needs, approach, references, and costs. • Staff, therefore, recommends awarding the contract to Lanlogic, Inc. • The proposed action is in support of Strategic Plan Goal E: Effective Operations — provide the Agency with effective leadership, administration, and governance. • Staff recommends that the Board authorize the General Manager to: • negotiate and execute a professional services agreement with Lanlogic, Inc., to provide IT services and SCADA support services for a three-year period (January 1, 2023, through December 31, 2025, for a contract amount not -to -exceed $848,689. • negotiate, execute, and amend as needed two optional one-year contract extensions based on satisfactory performance and increasing the total five-year contract value not -to -exceed amount of $1,457,764 as shown on the table below: zone7water.com Period Annual Amount January 1, 2023 — December 31, 2023 $274,577 January 1, 2024 — December 31, 2024 $282,814 January 1, 2025 — December 31, 2025 $291,298 3-Year Contract Total $848,689 January 1, 2026 — December 31, 2026 January 1, 2027 — December 31, 2027 5-Year Contract Total $300,037 $309,038 $1,457,764 FUNDING: For FY 2022-23 and FY 2023-24, funding for IT services is budgeted and available in Fund 100 — Water Enterprise Operations and Fund 200 — Flood Protection Operations, and for the remaining years, funding will be requested in the subsequent fiscal year budget. RECOMMENDED ACTION: Adopt the attached Resolution. ATTACHMENT: Resolution Page 2 218 ZONE 7 ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT BOARD OF DIRECTORS RESOLUTION NO. INTRODUCED BY SECONDED BY Award a Contract for Information Technology and Supervisory Control and Data Acquisition (SCADA) Support Services WHEREAS, the current Information Technology and SCADA support services provider is Lanlogic, Inc., and the current contract expires on December 31, 2022; and WHEREAS, staff followed the Agency's Purchasing Policy allowing for procurement of professional services based on qualifications and experience, and advertised Request for Proposals for consulting services; and WHEREAS, through a consultant selection process, Lanlogic, Inc., was determined to be the best qualified firm to provide these services and perform the required work; and WHEREAS, Lanlogic, Inc., has satisfactorily provided these services in the past; and WHEREAS, the proposed action is in support of Strategic Plan Goal E - provide the Agency with effective leadership, administration, and governance. NOW, THEREFORE, BE IT RESOLVED, that the Zone 7 Board of Directors of the Alameda County Flood Control and Water Conservation District, does hereby authorize the General Manager to negotiate, execute, and amend as needed a professional services contract with Lanlogic, Inc., to provide professional Informational Technology and Supervisory Control and Data Acquisition (SCADA) support services for a three-year term (January 1, 2023 through December 31, 2025) for a contract amount not -to -exceed $848,689. BE IT FURTHER RESOLVED that the General Manager is authorized to negotiate, execute, and amend as needed two optional additional one-year periods based on satisfactory performance, increasing the total five-year contract value not -to -exceed $1,457,764. ADOPTED BY THE FOLLOWING VOTE: AYES: NOES: ABSENT: ABSTAIN: I certify that the foregoing is a correct copy of a Resolution adopted by the Board of Directors of Zone 7 of the Alameda County Flood Control and Water Conservation District on October 19. 2022. By: President, Board of Directors 219 Attachment 4 Request for Proposal (RFP) Information Technology (IT) and SCADA Support Services Zone 7 Water Agency 100 North Canyons Parkway Livermore, CA 94551 Proposals Due: August 26, 2022 Contact: Karen Bartels, Buyer II Phone: 925.454.5039 Email: kbartels@zone7water.com 1798919v1 Page 1 of 37 220 ZONE 7 WATER AGENCY RFP IT and SCADA Support Services Contents Introduction 3 Background 3 Minimum Vendor Qualifications 4 Pre -Proposal Communications 4 Submission Requirements 4 Current Environment 6 Proposed Scope of Services 7 Fee Schedule 9 Transition/Onboarding: 9 Service Level Agreements (SLA's) 9 RFP Schedule 11 Interpretation or Correction of RFP Documents 11 Notice of Award 11 EXHIBITS Exhibit A — Scope of Services Required Exhibit B — Sample Services Agreement Exhibit C — Exceptions or Deviations form 1798919v1 Page 2 of 37 221 Introduction Zone 7 Water Agency (Agency) is seeking proposals from qualified firms to provide Information Technology (IT) and Supervisory Control and Data Acquisition System (SCADA) Support Services. This Request for Proposal (RFP) describes the project, the required scope of services and the information that must be included in the proposal. Failure to submit information in accordance with the RFP's requirements and procedure may be cause for disqualification. A Proposal Review Team will review and evaluate the submittals and the Agency will enter into negotiations with the successful vendor to result in an Agreement for Services for the project. The term of any contract awarded for these services will be for three (3) years beginning January 1, 2023, through December 31, 2025. The Agency reserves the right to extend the term of this contract for two (2) additional one-year terms subject to the review and recommendation of the General Manager. The Proposal Evaluation Criteria is described in RFP Section — Responsiveness and Selection Process. Each proposal will be evaluated based on completeness and thoroughness of the responses with respect to the requested information. Background The Zone 7 Water Agency (Zone 7 or the Agency) is part of the Alameda County Flood Control and Water Conservation District, which is a dependent special district of Alameda County. Its mission is to deliver safe, reliable, efficient and sustainable water and flood protection services. It is governed by an elected seven -member Board of Directors. Zone 7 derives its revenues from property taxes, water sales, development fees, drainage fees, and interest. It has broad authority power to finance, construct and operate a system for the transportation, storage, treatment, and distribution of water. Zone 7 supplies wholesale water to four municipal customers, which are the City of Livermore, City of Pleasanton, Dublin -San Ramon Services District (DSRSD) and the California Water Service Company. These customers distribute the water to municipal and industrial customers. Zone 7 employs approximately 100 full time staff at four separate sites. Those sites are connected through a Wide Area Network. Zone 7 is connected to the County of Alameda's central network for accounting, payroll, human resources and purchasing applications. Zone 7 has an administrative/business network and a completely separate Operational Technology (OT) Supervisory Control and Data Acquisition System (SCADA) network. Zone 7 has few dedicated information technology positions: an Associate Controls System Engineer, a Geographic Information Systems Analyst (currently vacant), and Instrument Technicians who focus on the Computerized Maintenance Management System (CMMS) - one position) and SCADA. 1798919v1 Page 3 of 37 222 Zone 7 outsources full IT services to support its desktop, business and SCADA OT networks, application recommendations and information technology consulting. This role is currently supported by Lanlogic, Incorporated. The purpose of this RFP is solicit proposals and gain adequate information by which the Agency may evaluate the services offered by respondents in order to secure a new contract for those services. Minimum Vendor Qualifications The vendor shall have been in business performing IT and SCADA Support and supplemental IT Project related work for a minimum of five (5) years and shall have completed similar projects for other government agencies during the last three years. Vendor must provide all services from facilities within the continental U.S. and maintain a local office in the Tri-Valley area (comprising the cities of Pleasanton, Dublin and Livermore, CA). Pre -Proposal Communications If, upon review of this RFP, your firm intends to submit a proposal, please email the Agency's point of contact for this RFP, Karen Bartels, Buyer II at kbartels(azone7water.com by 5 p.m. on August 19, 2022, to confirm your intent to submit. Communications related to this RFP, including vendor -submitted questions, answers, addendums, and other vendor communications will be transmitted to the contact information provided in your initial notice. Questions or comments regarding this RFP should be submitted in writing, via email to Karen Bartels, Buyer II at kbartelsCa�zone7water.corn no later than 5:00 p.m. on August 5, 2022 All responses to questions will be posted on the Agency's website under Constructioi. & Business Opportunities on August 12, 2022. Submission Requirements ALL PROPOSALS ARE DUE VIA EMAIL BY 5:00 PM ON August 26, 2022. Submittals should be directed to: Karen Bartels, Buyer II Email: kbartels(&zone7water.com Proposals must be submitted as a single document in PDF or MS Word format, via email with the subject line "IT and SCADA Support Services." Late proposals will not be considered. 1798919v1 Page 4 of 37 223 For proposals to be considered complete, they must include the following: • Title Page: including the subject of the proposal, the proposing company's name and postal address, the name, email address, and telephone numbers of a contact person, the date of the proposals, and signature of a duly authorized official representing the vendor. • Table of Contents • Executive Summary: should provide a summary of the firm's overall proposal, including the vendor's understanding of the project. • Company Background: including the number of years actively providing professional services for IT and SCADA OT network services, location of office from which service will be provided, company's normal business hours [PST] for office -providing services and total number of employees. • Qualifications: A description of the firm's qualifications and experience performing similar services. Vendor should have at least 2 Microsoft Certified Systems Engineer (MCSE) on staff. Additional preferred qualifications include Microsoft Mid -Market Solutions Provider Silver or better; VMware Solution Provider; and/or Veeam Partner. • Staffing: A list of the proposed staff members who will be assigned to this project as well as their qualifications. Include bios for each proposed individual and indicate where each will be located and the percent of time each will be dedicated to support the Agency. The bios must identify any special skills each would bring to this engagement, including any relevant certifications. • Insurance Requirements: A statement indicating whether the firm, in the event of award, would be able to provide insurance meeting or exceeding the requirements and acceptance of the Agency's standard Vendor agreement (Refer to Exhibit B, Appendix C) • Exceptions or Deviations (Exhibit C): Use to indicate any exceptions and/or deviations to the terms and conditions or insurance requirements in Exhibit B. • Description of any claims: lawsuits, or legal settlements your firm has had in the past and/or those that are currently pending • References: A minimum of three (3) references, including at least one public agency for whom the vendor has provided similar services. • Fee Schedule: showing any and all charges for performing the services in the proposed scope of work, expressed in both a hourly and annual basis • Scope of Work: including a detailed description of services to be provided, the nature and level of support available, and transition plan, as applicable. The vendor may recommend other tasks that it deems appropriate to achieve the objectives set forth in this RFP. 1798919v1 Page 5 of 37 224 Proposals shall be signed and dated by an authorized officer with a guarantee that the proposal will be valid for a minimum of 120 days. Responses that do not include the content required in this section will be considered incomplete and will receive no further consideration. The preparation of the RFP will be at the total expense of the vendor. There is no expressed or implied obligation for the Agency to reimburse responding vendors for any expense incurred in the preparation of proposals in response to this RFP. All proposals submitted to the Agency shall become properties of Agency and will not be returned. Current Environment — the current IT and OT environments are described below: Technology • There are approximately 23 Servers 56 desktops, 75 laptops. The Agency wishes to deploy field -based tablets in the future. • Existing desktops and laptops are a mixture of Windows 7 and Windows 10 Professional. • Server environment contains a mixture of operating systems 2003, 2008 R2, 2012R2, 2016, and 2019. The majority of servers are Windows 2012R2. The environment is built on Dell Server Hardware. • Electronic mail is currently Office 365. • The Agency's website is hosted externally. • The Agency maintains 5 locations with Internet access and staff. AT&T OPT-E- Man circuits are used for all site connectivity. • The Agency has two Domain Controllers at Headquarters, Del Valle, and Patterson Pass. The Domain Controllers are 2008 R2 and 2012 R2. • The Agency's current virtual infrastructure is configured with VMware. • Phone system — Mavericks • Employees are provided VPN access using SonicWall Global VPN Client Network • Network switches and routers (primarily Cisco). • Firewalls are primarily SonicWall. • Agency has approximately 75 mobile devices (phones and tablets). • Meraki Wireless SCADA OT Network Equipment List • (10) Dell Severs running Windows 2000 • (2) Dell NAS servers • (36) Dell workstations running XP • (4) Cisco 2600 routers • (3) Cisco Pix 515e firewalls 1798919v1 Page 6 of 37 225 Facility locations - services shall be provided at the following locations: iv Table 1 — Facility Locations North Canyons Headquarters Del Valle Water Treatment Plant Patterson Pass Water Treatment Plant Distribution & Wellfield Parkside Mocho Groundwater Demineralization Plant Livermore, CA Livermore, CA Livermore, CA Pleasanton, CA Pleasanton, CA Proposed Scope of Services Qualifying submittals will address the vendor's plan for providing the services listed below. For additional detail on the anticipated scope of services, refer to Exhibit A of this RFP. Table 2 - Scope of Services Day -to -Day Implementation Services Include: Project -Related Services May Include: End user support, including support of Virtual Private Network (VPN) and remote users Help desk - 24/7 availability for SCADA OT network and normal business hours for the administrative/business network Network support, including LAN/SAN/WLAN/WAN Business network and server monitoring and management/Alameda County network support Mobile Device Management system implementation for management of Phones and Tablets Multi -Factor Authentication implementation to better secure logins VPN Upgrade Office Upgrade/Rollout 1798919v1 Page 7 of 37 226 Table 2 - Scope of Services Day -to -Day Implementation Services Include: Project -Related Services May Include: SCADA OT network and server monitoring and management, remote access management Radio and phone system support Firewall and WAN management IT Security Services - Implement advanced threat management tools to increase security monitoring. Alternatives potentially include Cylance, Artic Wolf, or other products. IT Consulting and Strategy IT/Telecom Liaison IT Project Design, Execution and Management Technical Program Management IT Training — Applications, Technology and Security Automate email phishing testing to reduce time spent administering program 24x7 network and server monitoring with onsite response Creation and maintenance of accurate and updated technology documentation Respond to annual financial audit questions Server Upgrades/assist with developing annual IT budget for server upgrades and other IT needs Network Upgrades - Upgrade network switching environment to current generation. Application Upgrades Computer lifecycle, asset inventory and software licenses management Mobile Device Implementations/Rollouts SCADA network support and system projects Expanding the network to new facilities Coordinating with ATT for network upgrades Video conferencing setup and support Network support of the physical security system Upgrade Active Directory network to Windows server 2019 Cloud based backup solution to include cloud -based recovery of Administrative Systems Cloud based backup solution to include email archiving and 0365 backup systems 1798919v1 Page 8 of 37 227 Table 2 - Scope of Services Day -to -Day Implementation Services Include: Project -Related Services May Include: Maintenance of the custom cost system application and support ERP system upgrades and maintenance Expand utilization of 0365 suite — implement MS Teams and SharePoint for internal and external file sharing and collaboration Fee Schedule Each proposal will include a Fee Schedule that outlines all monthly service delivery costs as well as any proposed one-time software, start-up costs, change fees, or other penalties. The Fee Schedule should include a breakdown of pricing structure (per user, per hour, etc.) and any additional billing rates, hourly costs, and additional expenses for each individual or service. Costs must be expressed on an hourly and annual basis. Total annual costs for years 1-3 must be provided, with estimated cost for optional years 4-5. Transition/Onboarding: Vendors are expected to ensure that the award of this service contract will not result in disruption to the Agency's administrative and operational business processes. Proposals should include a transition plan to ensure that this objective is met at both the beginning of services, as well as at the conclusion of the contract, including any costs related to the transition. The description shall include the vendor's approach to developing and executing the transition plan (including collaboration with third -party software and service providers), the estimated duration of the transition, the quality assurance activities related to ensuring that the transition proceeds as planned, a plan for providing periodic status reports to the Agency regarding the status of transition activities, and a description of anticipated costs specific to the transition. The vendor shall clearly identify those activities in its transition plan that shall be the responsibility of the Agency and the Agency's incumbent service provider, and those activities that shall be performed by the vendor. Service Level Agreements (SLA's) The following table provides definition as to the required functions to be performed by the Vendor. Each SLA provides a description of the service, service requirement, and measurement. When service falls below the identified threshold, the Vendor will work to resolve service problems and report progress. In the event service does not improve, a joint meeting between the Vendor and the Agency will take place to discuss and resolve the issues that have resulted in diminished service. The Vendor will publish and distribute a report from the meeting that documents the results and issue resolution. The Agency reserves the right to add, change or delete any SLA during contract negotiation with the selected 1798919v1 Page 9 of 37 228 Vendor. Regardless, the Vendor is required to specifically define its approach to meeting and exceeding each specific SLA. If a contract is awarded, the Vendor shall provide the Agency access to the data used to calculate its performance against the Service Levels and the measurement and monitoring tools and procedures utilized by the Vendor to generate such data for purposes of audit and verification. Table 3 — SLA's Title/Description dMi Minimum Service Level All Network Connectivity All Business and SCADA Servers Emergency service requests - server(s) down, WAN link issue Emergency service requests that materially affect a single site. Non -emergency service requests Server backups Password resets Restoration of SCADA servers from network backup Restoration of business servers from network backup Restoration of desktops Restoration of individual file from network backup to user's desktop 99.999% availability 99.999% availability Resolved within 2 hours at least 90% of the time Resolved within 4 hours 90% of the time Resolved within 48 hours 90% of the Nightly (incremental/ differential) and weekly (full) offsite; expectation is that backup process will include backup to disk and backup disk to Internet Resolved within 30 minutes 90% of the time Restored within 24 hours 99.999% of the time Restored within 48 hours 99.999% of the time Restored within 48 hours 99.999% of the time Restored within four hours 95% of the time 1798919v1 Page 10 of 37 229 RFP Schedule Table 4 — RFP Schedule Schedule Date Release RFP Deadline for Questions Response to Questions Bidder Confirms Intent to Submit Proposal Proposals Due via Email Proposal Review and Evaluation Bidder interviews and final selection (at discretion of Agency) Board Approval/vendor award Contract Start Date July 15, 2022 August 5, 2022 August 12, 2022 August 19, 2022 August 26, 2022 August 26 — September 14, 2022 Week of September 19, 2022 October 19, 2022 January 1, 2023 Interpretation or Correction of RFP Documents The vendor shall review the RFP documents to determine if there are any particular requirements for this project that may impact the preparation of the proposal including insurance, and any other requirements. In the event the vendor has any questions regarding the meaning of any part of the documents, or finds any error, omission, inconsistency, or ambiguity in the documents, the vendor shall make a written Request for Clarification prior to submitting its proposal. It shall be the vendor's responsibility to ensure any such request is submitted to Zone 7 in a timely manner in order to allow Zone 7 issuance of a written addendum. If necessary, the Agency shall make clarifications, interpretations, corrections, and changes to the documents by addendum issued as provided in these instructions. Purported clarifications, interpretations, corrections, and changes to the documents made in any other manner shall not be binding on the Agency, and vendors shall not rely upon them. Submission of a proposal indicates the vendor's acceptance of the conditions contained in this Request for Proposals document, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the Agency and the Vendor selected. Responsiveness and Selection Process The decision for selection will be made on a combination of criteria, including: comprehensiveness of proposal, responsiveness and adherence to format, quality and 1798919v1 Page 11 of 37 230 completeness of proposal, qualifications and experience of the firm or partnership with same or similar equipment/services, vendor's ability to perform in a timely fashion, technical merits of specifications, system capabilities, reliability, and flexibility, system design and implementation, total cost (including ongoing operating costs), local project team and subcontractor/Vendor qualifications, reputation of vendor, and references. The following table represents the principal selection criteria, which will be considered during the evaluation process: Criteria A. Executive Summary and the Proposer's interest of the project B. Vendor Team Organization, Qualifications and Experience Relevant project experience and examples, Proven experience C. in meeting service level minimums and outlined in Table 3 Description of proposal services, transition plan, approach and D. understanding of the project E. References F. Cost Proposal (Fee Schedule) Weight 10 Points 15 Points 20 Points 40 Points 5 Points 10 Points RFP responses will be reviewed by Agency staff, with feedback from existing agency consultants as necessary. Reference checks may consist of phone and/or email inquiries to any current or past customer of the vendor, either provided by vendor or contacted independently by the Agency. The Agency reserves the right to request vendors at any phase of the evaluation process to clarify information provided in RFP responses. Clarifications must be submitted in writing by the requested deadline; otherwise, the RFP response will be deemed non- responsive or evaluated without the benefit of the clarification requested. If the Agency determines that all vendors failed to submit requested information or adequately responded to the same RFP question or request for data, the Agency may, at its discretion, issue an RFP Addendum and provide all vendors with an opportunity to provide a response to the RFP question. Responses to RFP Addendum questions must be submitted in writing by the stated deadline; otherwise, the RFP response will be deemed non -responsive or evaluated without the benefit of the clarification requested. The Agency reserves the right to reject any or all proposals, in whole or part, to waive any informality in any proposal, and to accept the proposal which, in its discretion, is in the best interest of the Agency. Cost is not the only factor to be considered. The lowest cost vendor may not be selected. 1798919v1 Page 12 of 37 231 All vendors will be notified by email of the Agency's decision at the conclusion of the selection process. Notice of Award Upon conclusion of the RFP response evaluation process, all bidder's will be notified in writing of the contract award recommendation, if any, of Zone 7 Water Agency. 1798919v1 Page 13 of 37 232 Exhibit A — Scope of Services Reauired Zone 7 is highly reliant on the external IT services provider supporting its networks (including routers, hubs, and switches), servers, desktops, and SCADA to effectively coordinate with Agency staff, the County of Alameda, and other external service providers to ensure that its business and engineering applications are available as needed. Proposals submitted in response to this RFP should specifically address the provision of the following services related to the Agency's IT needs: Account Manager: Vendor is expected to provide an Account Manager for the Agency. The Account Manager will interface with the Agency's technology liaison and management and become the main contact for the Agency for the duration of the project. The Agency reserves the right to request a change in Account Manager based on performance. The Account Manager will be responsible for reporting on services provided, including the delivery of: • A detailed monthly activity report and invoice showing work performed and time spent. Vendor must separate and identify in detail, particular services (SCADA, Help Desk, etc.) in billing/accounting. • A Service Level Agreement Report on a monthly basis for tracking service level problems and resolutions Help Desk Services: The activities required to coordinate and respond to incidents and service requests made by Agency end -users and technical staff. The Agency expects that the Help Desk will serve as the single -point -of -contact for resolution and escalation of all incidents and service requests related to all Agency technical requests. Vendor is expected to provide 24/7 on -call help desk services for the SCADA network and normal business hours for the administrative/business network. Vendor proposals must include how end -users will be serviced for off -hour requests (i.e., evenings, weekends, and holidays). On -call resources for urgent priorities may need immediate response on -site and/or remotely. Technology Documentation: Vendor shall assist with the creation and maintenance of accurate and updated technology documentation, including, but not limited to: • Device configuration version control • Updated equipment, application, warranty, and license lists • Project -related network diagrams • Account Administration, Management, and Reporting • Summary report of all tickets opened, closed, or worked during the month, with a status for each • Written updates on the status of service requests or projects (as needed) • Inventory of all IT assets, computer life cycle and software licensing management 1798919v1 Page 14 of 37 233 Project Manaaement: Vendor's must perform Project Management Services as directed by the Agency in order to improve its ability to deliver projects; promote a closer collaboration between all departments, and advance Agency -wide and departmental objectives in a cohesive and transparent manner, which promotes a more integrated approach to the Agency's technology investments. Project implementation will be coordinated with the Agency schedules in order to minimize any disruptions to normal operations. Project Management Services include, for each project: • Develop and provide a project charter, scope of work, and work plan to be reviewed and approved by the Agency. • Provide weekly project status reports, including issues -tracking and reporting Professional Consultinci Services: The Agency expects the Vendor to actively analyze and manage their service delivery performance, utilization, governance, and relationships with Agency departments, to drive to higher accountability and continuous improvement of IT service delivery over the life of the contract. Professional Consulting Services include: • Management of Agency software licensing and compliance. • Provide recommendations pertaining to hardware and software upgrades, new hardware or software applications, or expansions of applications. • Support other specialized technology -related projects as identified • Part time Chief Information Officer services including consulting and strategic planning for both current and future needs, including attendance at IT committee meetings. Maintenance Services and Monitorinci: These services encompass activities required to provide and support the Agency's current infrastructure, including: • Desktop Hardware and Software Maintenance Support: Services provided in this area supports desktop hardware, laptops, desktop software, and the peripheral devices attached to them. A wide variety of applications are in use across departments. These services should include application support for the full Microsoft Suite. • Desktop Client Services: Includes help desk support and user interface, ability to remotely take control of all workstations upon request to speed service response; onsite desktop support as requested; data recovery; hardware, software, and peripheral equipment fixes; technology refresh and lifecycle management; installations, moves, additions, and changes; and troubleshooting of desktop and network issues. • Desktop Application Services: Basic troubleshooting and connectivity support to Agency applications; image management; patch management (all applications and operating systems); implementation of antivirus automated scheduled scans and automatic definition updates (no manual updates or scan); electronic software distribution, integration, and testing; and mobile Device Management for all laptops, tablets, and smart phones. 1798919v1 Page 15 of 37 234 • Server and Network Services: Server maintenance, and development and implementation of security protocols; evaluation and daily monitoring of server diskspace, backup systems, anti -virus systems, and server event logs; maintenance of a Wide Area Network (WAN) and Local Area Network (LAN) at each site; maintenance of the AT&T Internet TI for Internet access; support of Virtual Private Network (VPN) and remote users; remote monitoring of network including connectivity and event logs on a 24x7 basis; network security and capacity planning; and equipment procurement and installation. • IT Asset and Software Tracking: Includes computer, server, software licensing lifecycle management and asset disposal. SCADA OT network: Provide tier 2 support of the SCADA OT network in conjunction with the internal SCADA support staff including: • Help desk - 24/7 availability for SCADA OT network. • Domain, server, and workstation maintenance, including security policies. • Evaluation and daily monitoring of backup systems. • Evaluation and daily monitoring of anti -virus systems. • Evaluation and daily monitoring of server event logs. • Manage remote access to the SCADA OT network • Maintenance of WAN and LAN at each site. • Network routing support between the hard wired and wireless LANs. • Maintain SCADA OT network servers and workstations, and coordinate with SCADA software vendor if necessary. • Primary responsibility to prevent accidental Internet access to the SCADA OT network. • Provide networking and Windows support to SCADA vendor as needed. • Recovery of all workstations and servers as needed from the network backup. 1798919v1 Page 16 of 37 235 Exhibit B — Sample Services Agreement SERVICE AGREEMENT between ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, ZONE 7 and Consultant Name for Project/Program Name Contract No. Dated 1798919v1 Page 17 of 37 236 IT and SCADA Support Services RFP This Professional Services Agreement ("Agreement") is made effective as of , by and between the Alameda County Flood Control and Water Conservation District, Zone 7 commonly known as ZONE 7 WATER AGENCY, hereinafter referred to as ("Agency"), a public body, corporate and politic, duly organized and existing under and by virtue of the laws of the State of California and , a DESCRIBE BUSINESS ENTITY, E.G., PROFESSIONAL CORPORATION ("Consultant") (collectively, the "Parties"), at Livermore, California, with reference to the following facts and intentions: WHEREAS, The Agency is engaging in ("Project"); and WHEREAS, The Agency requires a highly qualified consultant with the requisite knowledge, skill, ability and expertise to provide the necessary services for the Project ("Services"); and WHEREAS, Consultant represents to the Agency that it is fully qualified and available to perform the Services for and as requested by the Agency. NOW, THEREFORE, in consideration of the mutual promises, covenants, and terms and conditions herein, the Parties agree as follows: 1. SCOPE OF WORK 1.1. Consultant shall provide all services set out in Appendix A, Scope of Work, attached and incorporated here to the satisfaction of the Agency. 1.2. Independent Contractor; Agency - The Consultant is acting hereunder as an independent contractor and not as an agent or employee of the Agency. The Consultant is thus not eligible to receive workers' compensation, medical, indemnity or retirement benefits, including but not limited to enrollment in the Alameda County Employees' Retirement Association (ACERA). Except as expressly provided herein, the Consultant is not eligible to receive overtime, vacation or sick pay. The Consultant shall not represent or otherwise hold out itself or any of its directors, officers, partners, employees, or agents to be an agent or employee of the Agency. 1.3. Extra Services - Before performing any services outside the scope of this Agreement ("Extra Services"), Consultant shall submit a written request for approval of such Extra Services and receive written approval from the Agency. The Agency shall have no responsibility to compensate Consultant for any Extra Services provided by Consultant without such prior written approval. 1.4. Methods - Consultant shall have the sole and absolute discretion in determining the methods, details and means of performing the Services 1798919v1 Page 18 of 37 237 IT and SCADA Support Services RFP required by the Agency. The Agency shall not have any right to direct the methods, details and means of the Services; however, Consultant must receive prior written approval from the Agency before assigning or changing any assignment of Consultant's project manager or key personnel and before using any Sub -consultants ("Sub -consultants") or Sub -consultant agreements for services or materials under this Agreement and any work authorizations. 1.5. Review - Consultant shall furnish the Agency with reasonable opportunities from time to time to ascertain whether the Services of Consultant are being performed in accordance with this Agreement. All work done and materials furnished shall be subject to final review and approval by the Agency. The Agency's review and approval of the Services shall not; however, relieve Consultant of any of its obligations under this Agreement. 2. COMPENSATION 2.1. Amount — As consideration for the Services described above, THE AGENCY will pay the Consultant an amount not to exceed $ ("Maximum Amount"). Payments will be made at the rates set forth in the Fee Schedule which is attached hereto within and incorporated herein as though fully set forth ("Fee Schedule" — Appendix B). Consultant shall submit an invoice within ten (10) days after the end of each month during the term of this Agreement describing the Services performed for which payment is requested. 2.2. Invoicing — The invoice shall identify and describe the activities performed by Consultant and state the total cost of the Services for the period of the invoice; the hours worked; the name and title of the person(s) performing the work; the hourly rate for the person(s) performing the work; the accrued reimbursable expenses; and the budget amount and percentage remaining (after invoice payment), without reduction for retentions. The invoice shall also identify expenses for which reimbursement is requested and attach supporting documentation, including original receipts and/or bills. Any expenses exceeding $500 shall require written approval from the Agency. Reimbursable costs shall not include any administrative or overhead expenses and shall be reimbursable as described in the Fee Schedule. Costs or expenses not designated or identified in the Fee Schedule shall not be reimbursable unless otherwise provided in this Agreement. Only actual time in providing the Services will be charged. The Agency will not make any payments for Consultant's travel time incurred in providing the Services, and Consultant agrees not to invoice the Agency for any travel time incurred in providing the Services. The Agency shall review and approve all invoices prior to payment. Consultant agrees to submit additional supporting documentation to support 1798919v1 Page 19 of 37 238 IT and SCADA Support Services RFP the invoice if requested by the Agency. If the Agency does not approve an invoice, the Agency shall send a notice to the Consultant setting forth the reason(s) the invoice was not approved. Consultant may re -invoice the Agency to cure the defects identified in the Agency notice. The revised invoice will be treated as a new submittal. If the Agency contests all or any portion of an invoice, the Agency and the Consultant shall use their best efforts to resolve the contested portion of the invoice. The Agency shall pay approved invoice amounts within thirty (30) days of receipt. The Agency's determinations regarding verification of Consultant's performance, accrued reimbursable expenses, and percentage of completion shall be binding and conclusive. Consultant's time records, invoices, receipts and other documentation supporting the invoices shall be available for review by the Agency upon reasonable notice and shall be retained by Consultant for three (3) years after completion of the Project. All invoices submitted for payment must indicate the Agreement number and either are to be emailed to accountspavable(azone7water.com or a hard copy mailed to Zone 7 Water Agency, 100 North Canyons Parkway, Livermore, CA 94551, Attention: Accounts Payable. 2.3. Withholding Payment — In the event the Agency has reasonable grounds for believing Consultant will be unable to materially perform the Services under this Agreement or unable to complete the Services within the Maximum Amount described in this Agreement, or if the Agency becomes aware of a potential claim against Consultant or the Agency arising out of Consultant's negligence, intentional act or breach of any provision of this Agreement, including a potential claim against Consultant by the Agency, then the Agency may withhold payment of any amount payable to Consultant that the Agency determines is related to such inability to complete the Services, negligence, intentional act, or breach. 3. TAXES; INSURANCE; PERMITS; LICENSES 3.1. Taxes - Consultant shall be solely responsible for the payment of all federal, state and local income tax, social security tax, worker's compensation insurance, state disability insurance, and any other taxes or insurance Consultant, as an independent contractor, is responsible for paying under federal, state or local law. Consultant is aware of the provisions of Section 3700 of the California Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and Consultant shall comply with such provisions before commencing the performance of the Services under the Agreement. Consultant and its Sub -consultants shall maintain applicable workers' compensation insurance for their employees in effect during all work covered by the Agreement. 1798919v1 Page 20 of 37 239 IT and SCADA Support Services RFP 3.2. Permits and Licenses - Consultant shall procure and maintain all permits, and licenses and other government -required certification necessary for the performance of the Services, all at the sole cost of Consultant. None of the items referenced in this section shall be reimbursable to Consultant under the Agreement. Consultant shall comply with any and all applicable local, state, and federal regulations and statutes including Cal/OSHA requirements. 4. RISK TRANSFER PROVISIONS 4.1. Workers' Compensation Insurance - By his/her signature hereunder, Consultant certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing the performance of the work of this Agreement. 4.2. Indemnification - To the fullest extent permitted by law, Consultant will immediately defend, indemnify and hold harmless the Agency, its directors, officers, employees, or authorized volunteers, and each of them (collectively "the Agency") from and against: 4.2.1. All claims, demands, liabilities and losses arising out of the performance (or actual or alleged non-performance) of the services by Consultant, including its agents and employees, under this Agreement, for damages to persons or property arising, pertaining to or relating to the Consultant's negligent acts or omissions or willful misconduct or the failure of Consultant to comply with any professional standard of care applicable to Consultant's services. 4.2.2. Any and all actions, proceedings, damages, costs, expenses, penalties or liabilities, in law or equity, of every kind or nature whatsoever, arising out of, resulting from, or on account of the intentional or negligent violation of any governmental law or regulation, compliance with which is the responsibility of Consultant. 4.2.3. Any and all losses, expenses, damages (including damages to the work itself), attorneys' fees, and other costs, including all costs of defense, including but not only costs of counsel acceptable to the Agency, which the Agency may incur with respect to the failure, neglect, or refusal of Consultant to perform the Services or its obligations under the Agreement. Such costs, expenses, and damages shall include all costs, including attorneys' fees, incurred by the Agency in any lawsuit to which it is a party. Upon the Agency's tender, Consultant shall immediately defend, at its own cost, expense and risk, any and all such suits, actions or other legal proceedings, with counsel acceptable to the Agency. 1798919v1 Page 21 of 37 240 IT and SCADA Support Services RFP Consultant shall further defend itself against any and all liabilities, claims, losses, damages, and costs arising out of or alleged to arise out of performance or non- performance of the work hereunder and shall not tender such claims to the Agency nor to its directors, officers, employees, or authorized volunteers, for defense or indemnity. 4.2.4. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against the Agency or its directors, officers, employees, or authorized volunteers, in any and all such aforesaid suits, actions, or other legal proceedings if arising as provided in the previous subsections of this Section. 4.2.5. Consultant shall reimburse the Agency or its directors, officers, employees, or authorized volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith. Consultant's indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Consultant, its agents, employees under any applicable Worker Compensation Act, Disability Benefits Act, or other employee benefit act. Consultant's obligation to defend and indemnify shall not be restricted by the insurance requirements of this Agreement or to insurance proceeds, if any received by the Agency, or its directors, officers, employees, or authorized volunteers. Notwithstanding the foregoing obligations, Consultant shall not at any time be responsible for any claims, liabilities or demands to the extent that they arise from the negligence or willful misconduct of the Agency, provided, however, that contributory negligence will not relieve Consultant of its obligation to defend unless the claims, liabilities or demand are the result of the sole negligence or willful misconduct of Agency. The indemnity provided under this indemnification provision is intended to and will survive the expiration or termination of the Agreement and remain in full force and effect until barred by the applicable statute of limitations. 5. GENERAL CONDITIONS 5.1. Laws, Regulations and Permits -The Consultant shall give all notices required by law and comply with all laws, ordinances, rules, and regulations pertaining to the conduct of the work. The Consultant shall be liable for all violations of the law in connection with work furnished by the Consultant. If the Consultant performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, the Consultant shall bear all costs arising therefrom. 5.2. Safety - The Consultant shall execute and maintain his/her work so as to avoid injury or damage to any person or property. 1798919v1 Page 22 of 37 241 IT and SCADA Support Services RFP In carrying out his/her work, the Consultant shall at all times exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed, and be in compliance with all applicable federal, state and local statutory and regulatory requirements including State of California, Department of Industrial Relations (Cal/OSHA) regulations, and the U.S. Department of Transportation Omnibus Transportation Employee Testing Act. Safety precautions, as applicable, shall include but shall not be limited to: adequate life protection and life-saving equipment; adequate illumination; instructions in accident prevention for all employees, such as the use of machinery guards, safe walkways, scaffolds, ladders, bridges, gang planks, confined space procedures, trenching and shoring, fall protection, and other safety devices; equipment and wearing apparel as are necessary or lawfully required to prevent accidents, injuries, or illnesses; and adequate facilities for the proper inspection and maintenance of all safety measures. 5.3. Labor Compliance Requirements - Labor Compliance requirements (Prevailing Wage, SB 854): Contractor/Vendor must comply with all labor compliance requirements including but not limited to prevailing wage requirements, SB 854, Labor Code sections 1771.1(a) & 1725.5, Public Works Contractor Registration Program, and Electronic Certified Payroll Records to Labor Commissioner. Additional information about these requirements and the new public works program regarding compliance monitoring, administration and enforcement are available at the Department of Industrial Relations. [For Public Works Contracts] Copies of the rate of per diem prevailing wage shall be on file at the principal office of the Agency and shall be made available to any interested party upon request. 6. REQUIRED INSURANCE Liability Insurance - The Consultant shall provide and maintain at all times during the performance of the work under this Agreement, the following commercial general liability, professional liability and automobile liability insurance. All of the insurance shall be provided on policy forms and through companies satisfactory to the Agency. 6.1. Coverage - Coverage shall be at least as broad as the following or as provided in Appendix C: 6.1.1. Coverage for Professional Liability appropriate to the Consultant's profession covering Consultant's wrongful acts, negligent actions, errors or omissions. If Claims Made Polices: the Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work; insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work; and if coverage is canceled or non -renewed, and not 1798919v1 Page 23 of 37 242 IT and SCADA Support Services RFP replaced with another claims -made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after completion of contract work. 6.1.2. Insurance Services Office (ISO) Commercial General Liability Coverage (Occurrence Form CG 0001). 6.1.3. Insurance Services Office (ISO) Business Auto Coverage (Form CA 0001), covering Symbol 1 (non -owned and hired automobiles). 6.2. Limits - The Consultant shall maintain limits no less than the following: 6.2.1. Professional Liability — Two million dollars ($2,000,000) per claim and annual aggregate. 6.2.2. Commercial General Liability — Two million dollars ($2,000,000) per occurrence or the full per occurrence limits of the policies available, whichever is greater for bodily injury, personal injury and property damage and products & completed operations liability. If Commercial General Liability Insurance or other form with a general aggregate limit or products -completed operations aggregate limit is used, either the general aggregate limit shall apply separately to the project/location (with the ISO CG 25 03, or ISO CG 25 04, or insurer's equivalent endorsement provided to the Agency), or the general aggregate limit and products -completed operations aggregate limit shall be twice the required occurrence limit. 6.2.3. Automobile Liability — One million dollars ($1,000,000) for bodily injury and property damage each accident limit. 6.2.4. Excess Liability — The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the Agency (if agreed to in a written contract or agreement) before the Agency's own primary or self - Insurance shall be called upon to protect it as a named insured. 6.3. Required Provisions - The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 6.3.1. The Agency, its directors, officers, employees, and authorized volunteers are to be given insured status at least as broad as ISO endorsement CG 20 10 10 01 specifically naming all of the Agency parties required in this Agreement or using language that states"as required by contract"). All Sub -consultants hired by Consultant must also have the same forms or coverage at least as broad; as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed 1798919v1 Page 24 of 37 243 IT and SCADA Support Services RFP operations of the Consultant; premises owned, occupied or used by the Consultant; and automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the Agency, its directors, officers, employees, or authorized volunteers. 6.3.2. Each insurance policy required above shall provide that coverage shall not be canceled, except with notice to the Agency. Additionally, Consultant shall give Agency thirty (30) days written notice prior to any material change or cancellation of said coverage. 6.3.3. For any claims related to this project, the Consultant's insurance shall be primary insurance as respects the Agency, its directors, officers, employees, or authorized volunteers, using the ISO CG 20 01 04 13 or coverage at least as broad. Any insurance, self-insurance, or other coverage maintained by the Agency, its directors, officers, employees, or authorized volunteers shall be in excess of the insurance required under this Agreement and shall not contribute to it. 6.3.4. Any failure to comply with the reporting or other provisions of the policies including breaches and warranties shall not affect coverage provided to the Agency, its directors, officers, employees, or authorized volunteers. 6.3.5. Such liability insurance shall indemnify the Consultant and his/her Sub - consultants against loss from liability imposed by law upon, or assumed under contract by, the Consultant or his/her Sub -consultants for damages on account of such bodily injury (including death), property damage, personal injury, completed operations, and products liability. 6.3.6. The general liability policy shall cover bodily injury and property damage liability, owned and non -owned equipment, blanket contractual liability, completed operations liability. 6.3.7. The automobile liability policy shall cover all owned, non -owned, and hired automobiles. 1798919v1 Page 25 of 37 244 IT and SCADA Support Services RFP 6.4. Workers' Compensation and Employer's Liability Insurance - The Consultant and all Sub -consultants shall cover or insure under the applicable laws relating to workers' compensation insurance, all of their employees employed directly by them or through Sub- consultants in carrying out the work contemplated under this Agreement, all in accordance with the "Workers' Compensation and Insurance Act", Division IV of the Labor Code of the State of California and any Acts amendatory thereof, with statutory limits. The Consultant shall provide employer's liability insurance with limits of no less than $1,000,000 each accident, $1,000,000 disease policy limit, and $1,000,000 disease each employee. Waiver of Subrogation: The insurer(s) named above agree to waive all rights of subrogation against the Agency, its elected or appointed officers, officials, agents, authorized volunteers and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the Agency; but this provision applies regardless of whether or not the Agency has received a waiver of subrogation from the insurer. 6.5. Deductibles and Self -Insured Retentions - Any deductible or self - insured retention must be declared to and approved by the Agency. At the option of the Agency, the insurer shall either reduce or eliminate such deductibles or self -insured retentions. Policies containing any self -insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named or additional insureds, co-insurers, and/or insureds other than the First Named Insured. 6.6. Acceptability of Insurers - Insurance is to be placed with insurers having a current A.M. Best rating of no less than A: VII or equivalent or as otherwise approved by the Agency. 6.7. Evidence of Insurance - Prior to execution of the Agreement, the Consultant shall file with the Agency a certificate of insurance (Acord Form 25 or equivalent) signed by the insurer's representative evidencing the coverage required by this Agreement. Such evidence shall include (1) attached additional insured endorsements with primary & non-contributory wording, (2) Workers' Compensation waiver of subrogation. The Agency reserves the right to obtain complete, certified copies of all required insurance policies, at any time. Consultant shall maintain the Insurance required by this Agreement throughout the term of the Agreement and for a period of not less than 5 years following the termination of completion of this Agreement. Consultant further waives all rights of subrogation under this Agreement. Failure to continually satisfy the Insurance requirements is a material breach of contract. The Consultant shall, upon demand of the Agency, deliver to the Agency such policy or policies of insurance and the receipts for payment of premiums thereon. 1798919v1 Page 26 of 37 245 IT and SCADA Support Services RFP 6.8. Continuation of Coverage - If any of the required coverages expire during the term of this Agreement, the Consultant shall deliver the renewal certificate(s) including the general liability additional insured endorsement to the Agency at least ten (10) days prior to the expiration date. Failure to comply with any of the Insurance requirements shall constitute material breach of contract. The insurance requirements in this Agreement do not in any way represent of imply that such coverage is sufficient to adequately cover the Consultant's obligations under this Agreement. All Insurance or self-insurance coverage and limits applicable to a given loss or available to the named insured shall be available and applicable to the additional insured. The insurance obligations under this Agreement are independent of and in addition to the defense and indemnity obligations contained elsewhere in this Agreement and shall not in any way act to limit or restrict the defense or indemnity or additional insure obligations of the Consultant or the Consultant's insurance carrier, and shall be for (1) the full extent of the insurance or self-insurance overages and limits carried by or available to the Consultant, or (2) the minimum insurance coverage and amounts shown in this Agreement; whichever is greater. Agency reserves the right to add such other parties as may be required in the future to the indemnity and additional insured requirements of this Agreement. 6.9. Sub -Consultants - In the event that the Consultant employs other consultants ("Sub -consultants") as part of the services covered by this Agreement, it shall be the Consultant's responsibility to require and confirm that each Sub -consultant meets the minimum insurance requirements specified above. 7. LABOR AND MATERIALS Consultant shall furnish, at its own expense, all labor, materials, equipment, tools, transportation and services necessary for the successful completion of the Services to be performed under this Agreement. Consultant shall give its full attention and supervision to the fulfillment of the provisions of this Agreement by its employees and Sub -consultants and shall be responsible for the timely performance of the Services required by this Agreement. Consultant's standard schedule of fees and charges is attached, which is incorporated herein as though fully set forth in the Fee Schedule attached hereto (Appendix B). All compensation for Consultant's Services under this Agreement shall be pursuant to the Fee Schedule. 8. TERM OF THE AGREEMENT 8.1. Period of Services — This Agreement between the Agency and Consultant is for a term of NUMBER OF MONTHS, beginning DATE and ending DATE, subject to the termination provisions herein. 1798919v1 Page 27 of 37 246 IT and SCADA Support Services RFP 8.2. Termination — The Agency may terminate this Agreement for any reason by giving Consultant at least thirty (30) days or earlier (depending on nature of services) prior written notice of such termination. Such termination shall not relieve the Agency from responsibility for payment for Services rendered by Consultant prior to the date of termination but shall relieve the Agency of its obligations for the full payment of compensation due under the Agreement for the Services of Consultant after the notice of termination. 8.3. Termination for Cause — The Agency may terminate the Agreement for cause, effective immediately upon written notice of such termination to Consultant, based upon the occurrence of any of the following events: 8.3.1. Material breach of the Agreement by Consultant 8.3.2. Cessation of Consultant to be licensed, as required by law 8.3.3. Failure of Consultant to substantially comply with any applicable federal, state or local laws or regulations 8.3.4. The voluntary or involuntary filing of any petition under any law for the relief of debtors with respect to Consultant 8.3.5. Conviction of Consultant of any crime other than minor traffic offenses 8.4. Compensation Upon Termination - If the Services of Consultant are terminated, in whole or in part, Consultant shall be compensated as provided herein for all Services and approved Extra Services performed prior to the date of such termination. 9. CALIFORNIA LABOR CODE REQUIREMENTS 9.1. Consultant is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects. If the services are being performed as part of an applicable"public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws, if applicable. Consultant shall defend, indemnify and hold the Agency, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and all sub -consultants to comply with all California Labor Code provisions, which include but are not limited to prevailing wages, employment of apprentices, hours of labor and debarment of contractors and subcontractors. 1798919v1 Page 28 of 37 247 IT and SCADA Support Services RFP 9.2. Effective March 1, 2015, if the services are being performed as part of an applicable "public works" or "maintenance" project, in addition to the foregoing, then pursuant to Labor Code sections 1725.5 and 1771.1, the Consultant and all sub -consultants must be registered with the Department of Industrial Relations ("DIR"). Consultant shall maintain registration for the duration of the project and require the same of any sub -consultants. This project may also be subject to compliance monitoring and enforcement by the DIR. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements, including the submission of payroll records directly to the DIR. 10. INTERESTS OF CONSULTANT 10.1. Consultant represents and warrants that it presently has no interests, and covenants that it will not acquire any interests, direct or indirect, financial or otherwise, that would conflict with the performance of the Services to be provided by Consultant under the Agreement. Consultant further covenants that, in the performance of the Agreement, it will not employ any Sub - consultant or employee with any such interest. Consultant certifies that no one who has or will have any financial interest under this Agreement or within Consultant is a director, officer or employee of the Agency. 10.2. Although Consultant is retained as an independent contractor, Consultant's employees or agents may still be required under the California Political Reform Act and the Agency Conflict of Interest Code to file annual financial disclosure statements. Consultant agrees that its employees and/or agents will file with the Agency in a timely manner those financial disclosure statements that the Agency determines Consultant is required to file pursuant to the Political Reform Act. Failure to file such financial disclosure statements by Consultant and any of its employees or agents is grounds for termination of this Agreement. 11. COMPLETED WORK AND WORK PRODUCT In the event of termination or completion of the Services under the Agreement, Consultant shall, at the Agency's request, promptly surrender to the Agency all completed work and work in progress and all materials, records and notes developed, procured, or produced pursuant to the Agreement. Consultant may retain copies of such work product as a part of its record of professional activity. 12. CONFIDENTIALITY AND RESTRICTIONS ON DISCLOSURE 12.1. Confidential Nature of Materials - The Consultant understands that all documents, records, reports, data, or other materials (collectively "Materials") provided by the Agency to the Consultant pursuant to the 1798919v1 Page 29 of 37 248 IT and SCADA Support Services RFP Agreement, including but not limited to draft reports, final report(s) and all data, information, documents, graphic displays and other items that are not proprietary to the Consultant and that are utilized or produced by the Consultant pursuant to the Agreement are to be considered confidential for all purposes. 12.2. No Disclosure of Confidential Materials - The Consultant shall be responsible for protecting the confidentiality and maintaining the security of the Agency documents and records in its possession. All Materials shall be deemed confidential and shall remain the property of the Agency. The Consultant understands the sensitive nature of the above and agrees that neither its officers, partners, employees, agents or Sub -consultants will release, disseminate, or otherwise publish said reports or other such data, information, documents, graphic displays, nor other materials except as provided herein or as authorized, in writing, by the Agency. The Consultant agrees not to make use of such Materials for any purpose not related to the performance of the Services under the Agreement. The Consultant shall not make written or oral disclosures thereof, other than as necessary for its performance of the Services hereunder, without the prior written approval of the Agency. Disclosure of confidential Materials shall not be made to any individual, agency, or organization except as provided for in the Agreement or as may be required by law, or by a court of competent jurisdiction. 12.3. Protections to Ensure Control over Materials - All confidential Materials saved or stored by the Consultant in an electronic form shall be protected by adequate security measures to ensure that such confidential Materials are safe from theft, loss, destruction, erasure, alteration, and any unauthorized viewing, duplication, or use. Such security measures shall include, but not be limited to, the use of current virus protection software, firewalls, data backup, passwords, and Internet controls. The provisions of this Section survive the termination or completion of the Agreement. 13. OWNERSHIP OF DOCUMENTS AND DISPLAYS All original written or recorded data, documents, graphic displays, reports or other materials which contain information relating to the Consultant's performance hereunder and which are originated and prepared for the Agency pursuant to the Agreement shall be "work for hire" and shall be the property of the Agency. The Consultant hereby assigns all of its right, title and interest therein to the Agency, including but not limited to any copyright interest. In addition, the Agency reserves the right to use, duplicate and disclose in whole, or in part, in any manner and for any purpose whatsoever all such data, documents, graphic displays, reports or other materials delivered to the Agency pursuant to this Agreement and to authorize others to do so. 1798919v1 Page 30 of 37 249 IT and SCADA Support Services RFP To the extent that the Consultant utilizes any of its property (including, without limitation, any hardware or software of Consultant or any proprietary or confidential information of Consultant or any trade secrets of Consultant) in performing services hereunder, such property shall remain the property of Consultant, and the Agency shall acquire no right or interest in such property. 14. ASSIGNMENT PROHIBITED The Consultant shall not assign, transfer, convey, or otherwise dispose of its rights, title or interest in or to this Agreement or any part thereof without the previous written consent of the Agency. 15. REPRESENTATIVES OF THE PARTIES AND SERVICE OF NOTICES 15.1. Designated Representatives — The Agency representative designated below shall be the principal representative of the Agency for purposes of the Services that are the subject of this Agreement. Consultant shall designate, in writing, Consultant's project engineer and/or project manager for the performance of the Services under this Agreement, which designation shall be subject to the Agency's reasonable approval. The representatives of the Parties who are authorized to administer this Agreement and to whom formal notices, demands and communications shall be given are as follows: ZONE 7 WATER AGENCY Representative: Name Title Zone 7 Water Agency 100 N. Canyons Parkway Livermore, CA 94551 Consultant: Name Title Firm Name Address Firm Tax ID Notices - Formal notices, demands and communications to be given hereunder by either Party shall be made in writing and may be affected by personal delivery or fax or by registered or certified mail, postage prepaid, return receipt requested to the address set out below and shall be deemed communicated as of the date of mailing. 1798919v1 Page 31 of 37 250 IT and SCADA Support Services RFP If the name or address of the person to whom notices, demands or communications shall be given changes, written notice of such change shall be given, in accordance with this section within five (5) working days. 16. MISCELLANEOUS PROVISIONS 16.1. Integration — This Agreement represents the complete Agreement of the parties and supersedes any other Agreements between the parties, whether written or oral. 16.2. No Waiver — No waiver by either parties of any term or condition of this Agreement shall be a continuing waiver thereof. 16.3. Modification — This Agreement only may be amended in writing, signed by all parties. 16.4. Attorneys' Fees — In any proceeding to enforce this Agreement, the prevailing party shall be entitled to attorneys' fees and costs in any amount determined by the court. 16.5. Choice of Laws/Venue — This Agreement shall in all respects be governed by the laws of the State of California applicable to Agreement executed and to be wholly performed with the State. Any action regarding this Agreement shall be brought in Alameda County Superior Court. 16.6. Counterparts — This Agreement may be executed in separate counterparts that, together, shall constitute and be one and the same instrument. 16.7. No Third -Party Beneficiaries — This Agreement is for the sole benefit of the parties hereto and their permitted assigns (if any), and nothing herein expressed or implied shall give or be construed to give to any person, other than the parties hereto and such assigns any legal or equitable rights hereunder. 16.8. No Presumption Regarding Drafter — The parties to this Agreement acknowledge that its terms and provisions have been negotiated and discussed among them and that it reflects their mutual agreement regarding its subject matter. Therefore, neither party shall be deemed to be the drafter of this Agreement, nor shall there be no presumption for or against the drafter in its interpretation or enforcement. 1798919v1 Page 32 of 37 251 IT and SCADA Support Services RFP IN WITNESS WHEREOF, the Parties have executed this Agreement at the place and as of the date first written above. ALAMEDA COUNTY FLOOD CONTROL and WATER CONSERVATION DISTRICT, Zone 7, commonly known as ZONE 7 WATER AGENCY ("Agency") Consultant Valerie L. Pryor General Manager Date Signature Date Print Name & Title Address Telephone TIN or SS Number 1798919v1 Page 33 of 37 252 IT and SCADA Support Services RFP Vendor Services Aareement — Appendix C INSURANCE This is an appendix attached to, and made a part of, the Services Agreement dated ("Agreement") between THE ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, ZONE 7 commonly known as ZONE 7 WATER AGENCY ("Agency") and ("Vendor"), for the provision of services agreement ("Services"). Minimum Insurance Requirements: Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries or death to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Consultant, his agents, representatives, employees or sub -contractors. Coverage - Coverage shall be at least as broad as the following: 1. Commercial General Liability (CGL) - Insurance Services Office (ISO) Commercial General Liability Coverage (Occurrence Form CG 00 01) including products and completed operations, property damage, bodily injury, personal and advertising injury with limit of at least two million dollars ($2,000,000) per occurrence or the full per occurrence limits of the policies available, whichever is greater. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (coverage as broad as the ISO CG 25 03, or ISO CG 25 04 endorsement provided to the Agency), or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability - Insurance Services Office (ISO) Business Auto Coverage (Form CA 00 01), covering Symbol 1 (any auto) or if Consultant has no owned autos, Symbol 8 (hired) and 9 (non -owned) with limit of one million dollars ($1,000,000) for bodily injury and property damage each accident. 3. Workers' Compensation Insurance - as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. Waiver of Subrogation: The insurer(s) named above agree to waive all rights of subrogation against the Agency, its elected or appointed officers, officials, agents, authorized volunteers and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the Agency; but this provision applies regardless of whether or not the Agency has received a waiver of subrogation from the insurer. 4. Cyber Liability Insurance (Technology Professional Liability — Errors and Omissions), with limits not less than $2,000,000 per occurrence or claim, and 1798919v1 Page 34 of 37 253 IT and SCADA Support Services RFP $2,000,000 aggregate or the full per occurrence limits of the policies available, whichever is greater. Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by Vendor in this Agreement and shall include, but not be limited to, claims involving infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, alteration of electronic information, extortion and network security. The policy shall provide coverage for breach response costs as well as regulatory fines and penalties as well as credit monitoring expenses with limits sufficient to respond to these obligations. If Claims Made Policies: 1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work. 2. Insurance must be maintained, and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 3. If coverage is canceled or non -renewed, and not replaced with another claims - made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after completion of contract work. If the Consultant maintains broader coverage and/or higher limits than the minimums shown above, the Agency requires and shall be entitled to the broader coverage and/or higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. Other Required Provisions - The general liability policy must contain, or be endorsed to contain, the following provisions: 1. Additional Insured Status: Zone 7 Water Agency, its directors, officers, employees, and authorized volunteers are to be given insured status (at least as broad as ISO Form CG 20 10 10 01), with respect to liability arising out of work or operations performed by or on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations. 2. Primary Coverage: For any claims related to this project, the Consultant's insurance coverage shall be primary at least as broad as ISO CG 20 01 04 13 as respects to the Zone 7 Water Agency, its directors, officers, employees and authorized volunteers. Any insurance or self-insurance maintained by the Member Water Agency its directors, officers, employees and authorized 1798919v1 Page 35 of 37 254 IT and SCADA Support Services RFP volunteers shall be excess of the Consultant's insurance and shall not contribute with it. Notice of Cancellation: Each insurance policy required above shall provide that coverage shall not be canceled, except with notice to the Agency. Self -Insured Retentions - Self -insured retentions must be declared to and approved by the Agency. The Agency may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self - insured retention may be satisfied by either the named insured or the Agency. Acceptability of Insurers - Insurance is to be placed with insurers having a current A.M. Best rating of no less than A: VII or as otherwise approved by the Agency. Verification of Coverage — Consultant shall furnish the Agency with certificates and amendatory endorsements, or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the Agency before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The Agency reserves the right to require complete, certified copies of all required insurance policies, including policy Declaration pages and Endorsement pages. Sub -contractors - Consultant shall require and verify that all sub -contractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that Zone 7 Water Agency, its directors, officers, employees, and authorized volunteers are an additional insured are an additional insured on Commercial General Liability Coverage. 1798919v1 Page 36 of 37 255 IT and SCADA Support Services RFP Exhibit C — Exceptions / Deviations List below exceptions and/or deviations, if any, to the RFP and its exhibits and submit with your proposal. The District is under no obligation to accept any exceptions and/or deviations and may be used in the evaluation of proposals. Item No. Reference To: Page No. Paragraph No. Description Bidder Name Bidder Sign Date 1798919v1 Page 37 of 37 256