Loading...
HomeMy WebLinkAboutC-9462-1 - PSA for 2023 Risk Management Plan - Five year Update, and Additional On-Call Services for Risk ManagementI PROFESSIONAL SERVICES AGREEMENT Cam' WITH ALISTO ENGINEERING GROUP, INC. FOR 2023 RISK MANAGEMENT PLAN — FIVE YEAR UPDATE, AND ADDITIONAL ON- CALL SERVICES FOR RISK MANAGEMENT THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 31 st day of October, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALISTO ENGINEERING GROUP, INC., a California corporation ("Consultant"), whose address is 2737 North Main Street, Suite 200, Walnut Creek, California 94597, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Consultant for a 2023 Risk Management Plan — Five Year Update, and provide additional on -call professional services relevant or related to risk management evaluation and assessment ("Project"). C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the professional services described in this Agreement. D. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: The term of this Agreement shall commence on the Effective Date, and shall terminate on October 31, 2028, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 SCOPE 1 - Consultant shall diligently perform all the services described as the 2023 Risk Management Plan — Five Year Update as set forth in the Scope of Services attached hereto as Exhibit A, and incorporated herein by reference. City may elect to delete certain Services within the Scope of Services at its sole discretion. 2.2 SCOPE 2 - Consultant shall perform on -call services related to risk management evaluation and assessment relevant or related to the 2023 Risk management Plan. Upon written request from the Project Administrator as defined herein, Consultant shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal"). The Letter Proposal shall include the following: 2.2.1 A detailed description of the Services to be provided; 2.2.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; and 2.2.3 The estimated number of hours and cost to complete the Services; 2.2.4 The time needed to finish the specific project. 2.3 Scope 1 and Scope 2 shall collectively be referred to herein as the "Services" or "Work." In regards to Scope 2, no on -call Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Consultant shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant shall perform the Services in accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Consultant to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.4 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by hand -delivery or mail. 4. COMPENSATION TO CONSULTANT 4.1 City shall pay Consultant for the Scope 1 Services in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B Alisto Engineering Group, Inc. Page 2 and incorporated herein by reference. Consultant's compensation for all Scope 1 Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Twenty Five Thousand Three Hundred Fifty Dollars and 00/100 Cents ($25,350.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 City shall pay Consultant for the Scope 2 Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Scope 2 Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Twenty Four Thousand Six Hundred Fifty Dollars and 00/100 Cents ($24,650.00) without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.3 Consultant's compensation for all Work performed in accordance with this Agreement, including Scope 1 and Scope 2, all reimbursable items and subconsultant fees, shall not exceed Fifty Thousand Dollars and 00/100 ($50,000.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.4 Consultant shall submit monthly invoices to City describing the Work performed the preceding month. Consultant's bills shall include the name of the person who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.5 City shall reimburse Consultant only for those costs or expenses specifically identified in Exhibit B to this Agreement or specifically approved in writing in advance by City. 4.6 Consultant shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER 5.1 Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Al Sevilla to be its Project Alisto Engineering Group, Inc. Page 3 Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 5.3 If Consultant is performing inspection services for City, the Project Manager and any other assigned staff shall be equipped with a cellular phone to communicate with City staff. The Project Manager's cellular phone number shall be provided to City. 6. ADMINISTRATION This Agreement will be administered by the Utilities Department. City's Al Sevilla or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Consultant in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's Work schedule. 8. STANDARD OF CARE 8.1 All of the Services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Consultant certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws, and legally recognized professional standards. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. Alisto Engineering Group, Inc. Page 4 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS 9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Consultant's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable, or any or all of them). 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the Work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Consultant or its employees. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the Work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance of the Work or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. Alisto Engineering Group, Inc. Page 5 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be Alisto Engineering Group, Inc. Page 6 provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS 17.1 Each and every report, draft, map, record, plan, document and other writing produced, including but not limited to, websites, blogs, social media accounts and applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Additionally, all material posted in cyberspace by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents, including all logins and password information to City upon prior written request. 17.2 Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant, and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 17.3 All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. 18. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 19. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 20. RECORDS Consultant shall keep records and invoices in connection with the Services to be performed under this Agreement. Consultant shall maintain complete and accurate Alisto Engineering Group, Inc. Page 7 records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 21. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 24. CONFLICTS OF INTEREST 24.1 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 24.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. Alisto Engineering Group, Inc. Page 8 25. NOTICES 25.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 25.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Utilities Manager Utilities Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 25.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Al Sevilla Alisto Engineering Group, Inc. 2737 North Main Street, Suite 200, Walnut Creek, CA 94597 26. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Consultant in writing as unsettled at the time of its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 27. TERMINATION 27.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and Alisto Engineering Group, Inc. Page 9 thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 27.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for Services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 28. STANDARD PROVISIONS 28.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 28.2 Compliance with all Laws. Consultant shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 28.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 28.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 28.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 28.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 28.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. Alisto Engineering Group, Inc. Page 10 28.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 28.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 28.10 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 28.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Alisto Engineering Group, Inc. Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 1010-91Z-3 By: on C. Harp 10 z3 23 We City Attorney ATTEST: I Date: 11. q, 1� 414.u� •.l«� Brown City C1Qrk—_ iZ—I-IF0 CITY OF NEWPORT BEACH, a California municipal corporation Date: Zl- ( - 21 By: (/ Mark Vuk evic Utilities Director CONSULTANT: Alisto Engineering Group, Inc.pp' a C lifornia corporation Date: C/I ��iO`f',� / By: Alberto S. Sevilla Chief Executive Officer / Chief Financial Officer Date: I' % By:`� st-° Evelyn J. evilla,. Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Alisto Engineering Group, Inc. Page 12 EXHIBIT SCOPE OF SERVICES Alisto Engineering Group, Inc. Page A-1 SCOPE OF SERVICES Minimum Qualifications: The required qualifications include at least five (5) years of experience developing and updating Risk Management Plans, pursuant to California Accidental Release Prevention program (CaIARP) requirements. SCOPE 1: Description: Consultant shall conduct the five (5) year update for the City's Risk Management Plan pursuant to the requirements under CaIARP. The requirements of CaIARP are identified under Title 19, Division 2, Chapter 4.5 of the California Code of Regulations ("CCR"). The water production plant ("WPP") facilities currently operate under a Risk Management Plan last updated in 2019 for the anhydrous ammonia systems. Currently, the systems fall under the requirements of CaIARP as a Program 2 RMP, based on the provisions of the appropriate sections of the CCR. These include the development of an Executive Summary, an Offsite Consequence Analysis ("OCA") review of the five-year accident history, Prevention Program, and development of an Emergency Response Plan. Consultant shall review and update the CaIARP Risk Management Programs and assist with the submission of Risk Management Plans for the aqueous ammonia systems at the 161" Street WPP and Big Canyon Reservoir WPP. Consultant shall provide the following services while updating the City's Risk Management Plan and conducting, including but not limited to, the following tasks pursuant to requirements under CaIARP: TASK 1 — Conduct Site Visit & Hazards Operability Study (HAZOPS) Consultant will schedule a site visit to the City's two WPP facilities. The City will provide Consultant with any requested information prior to the site visit. During the site visits to the two WPP facilities, Consultant shall at a minimum perform the following: • Review RMP-qualified operations; • Review current RMP documentation; • Conduct a Hazards Operability Study of the actual ammonia process; • Interview key facility and staff personnel on the transportation, handling, storage, and processing of the ammonia; • Review the instrumentation, condition, and controls; • From the site visits, assess areas where possible mitigation of potential release could occur; • Review and discuss the existing safeguards in place and (recommend) any potential future changes; • Prepare an initial draft, final draft, and final Process Hazard Analyses using the Hazard and Operability (HAZOPS) technique, for both updated reviews performed; and • Coordinate all Process Hazard Analyses and Hazard Review activities with the City's Project Manager, as requested by the City. TASK 2 — Offsite Consequence Analyses SCOPE OF SERVICES During the site visits, Consultant shall conduct a hazards assessment of the ammonia process for use in developing the worst -case scenario for the offsite consequence analysis. Consultant shall develop the specific release characteristics for the accident release modeling. Consultant shall: Initially assess offsite consequences for a worst -case aqueous ammonia release worst case scenario for each facility to determine whether a Program Level 2 CalARP Risk Management Plan program development will continue to be required; Utilize the appropriate U.S. Environmental Protection Agency (USEPA) Risk Management Plan*Comp or (RMP*Comp) screening model to assess the potential for offsite impacts, including, o If the RMP*Comp screening model identifies significant offsite impacts, then Consultant shall conduct an assessment using the EPA -approved SLAB model or other similar technique that can be utilized to estimate the maximum impacts from accidental releases and illustrate realistic dispersion conditions, and o Consultant shall document the methodology used and results of the OCA for use in the overall Risk Management Plan development; As required by/for the Program Level determination (currently Program Level 2), Consultant shall complete OCA scenarios, assumptions, and calculations for both aqueous ammonia WPP facilities; and Consultant shall have knowledge of and experience in using the USEPA Offsite Consequence Guidance and advanced dispersion modeling techniques (such as DEGADIS) to perform this task. TASK 3 — Program (Currently Level 2) Prevention Program The Risk Management's Prevention Program will include multiple elements as required under the CalARP program requirements. Consultant shall review information relating to the existing Prevention Program for each WPP facility, and develop a specific plan for the proposed operation. The Prevention Program will include the following components with details described below: • Safety Information; • Hazards Assessment; • Operating Procedures; • Training Maintenance; • Maintenance Program; • Compliance Audits; and • Incident Investigative Program. As part of the Risk Management Program, Consultant shall include the HAZOPS and verify the current seismic review. At a minimum, Consultant shall incorporate the details of each component as follows: Safety Information — The purpose of compiling written Safety Information is to enable the employees involved in operating the water treatment system at each City of Newport SCOPE OF SERVICES Beach WPP facility to identify and understand the hazards posed by the aqueous ammonia system. a. The Safety Information must be complied, up-to-date, and made available to all employees and is to be included in employee training programs. The required document information includes at a minimum, the following: i. Chemical Hazard Information; ii. Process Technology Information; and iii. Process Equipment. Hazards Assessment or Review — A hazard assessment or review is a thorough, orderly, systematic approach for identifying, evaluating, and controlling potential hazards within a process involving hazardous chemicals such as aqueous ammonia. a. The minimum requirements for a Hazards Assessment include: 1. Choose an Appropriate Methodology; 2. Establish the Purpose, Objectives, and Scope; 3. Select the Study Team; 4. Collect Reference Information; 5. Conduct the Hazard Review; 6. Hazard Review Report; 7. Address the Findings from the PHA (Process Hazards Analyses) Study; and 8. Hazard Review Revalidations; III. Operating Procedures — The purpose of the standard operating procedure is to develop, implement, and maintain clearly written, detailed procedures for the safe operation of the aqueous ammonia system during all operating phases at the City's two WPP facilities. a. Operating procedures include the following items: i. Overview of the System; ii. Standard Operating Procedures (SOP); iii. Equipment Inspections; and iv. Periodic Review. IV. Training — The purpose of training the water production operators involved with the aqueous ammonia system at the City's WPPs is to enable them to safely operate the process, increase their awareness of potential hazards, and provide an understanding of the causes of process problems. a. Water production operators are required to be licensed per state regulations for water production operators. b. The CalARP regulations require training for all employees who actually operate and maintain the aqueous ammonia system. The training aspects include, but are not limited to the following items: i. Contents of the Training Program, including, 1. Classroom training, and 2. On-the-job training; ii. Refresher Training. SCOPE OF SERVICES V. Maintenance Program — The purpose of a maintenance program is to ensure that the aqueous ammonia equipment is maintained properly to prevent or minimize the consequences of catastrophic releases of aqueous ammonia. a. The maintenance program includes information pertaining to each of the following program elements: i. Identification and Categorization of Process Equipment; ii. Testing, inspection, and Preventative Maintenance (T/I/PM) of Process Equipment; and, iii. Training Procedures. VI. Compliance Audits — the CaIARP program requires compliance audits be conducted to ensure understanding of the legal requirements of the CaIARP regulations. a. The steps involved in conducting a compliance audit are, at a minimum, the following: i. Define the Audit Requirements; ii. Prepare for the Audit; iii. Conduct the Audit; iv. Report the Audit Findings; and v. Follow-up on the Audit findings. VII. Incident Investigation — the purpose of investigating serious incidents or near -misses is to understand what happened (or could have occurred) and then to prevent any reoccurrence of similar incidents, thereby improving the safety of the processes. TASK 4 — Five -Year Accident History As part of the Risk Management Plan development, Consultant will review all available records associated with any releases of ammonia, if any, to determine if releases caused any injury or death. Consultant will document their findings as part of the overall Risk Management Plan. TASK 5 — Emergency Response Program Development Consultant shall review the information obtained in Tasks 1 through Task 4 to assess compliance with public and local emergency responders, emergency planning, first -aid and emergency medical treatment documentation, and to procedures/measures for emergency response after an accidental release. Consultant shall ensure that the program includes the procedures for use, inspection, testing and maintenance of emergency response equipment, and training of employees on incident command system. The City's current Emergency Response Plan is comprised of the following key elements. Consultant shallevaluate and make recommendations on improving or modifying these elements for the overall improvement of the Plan: 1) Section 1 — Introduction; 2) Section 2 — Concept of Operations; 3) Section 3 — Core Response Procedures; 4) Section 4 — Organization, Roles, and Responsibilities; SCOPE OF SERVICES 5) Section 5 — Command and Coordination; and, 6) Section 6 — Plan Implementation. TASK 6 — Development of Executive Summary Based upon the results of Tasks 1 through 5, Consultant shall develop the Risk Management Plan (RMP) Executive Summary. At a minimum, the Executive Summary shall include information of the following: A. Stationary Source and the Regulated Substance Handled; B. The general accidental release prevention program and ammonia -specific prevention steps; C. The five-year accident history; D. The Offsite Consequence Analyses results; and, E. The Emergency Response program. Following execution of Agreement and upon written request by Consultant, City will provide pertinent City facility information or map materials to carry out the scope of services. SCOPE 2: Objective: Consultant shall provide on -call services to the City, under the direction of the Utilities Department, which shall identify specific tasks, deliverables and deadlines on an as -needed basis. AU Submitted To: 77,-7 W T T s Cq<rr=oRN�P� . CITY OF NEWPORT BEACH Shaun Tormey Senior Buyer Purchasing and Contracts Department Submitted By: ALISTO ENGINEERING GROUP •515 SOUTH FLOWER ST., 18TH FLOOR, LOS ANGELES, CA, 90071 1.800.334.7275 C/S ALISTO ENGINEERING GROUP September 6, 2023 City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Subject: RFP No. 24-15 - RISK MANAGEMENT PLAN FIVE (5) YEAR UPDATE Dear Sir/Madam, Alisto Engineering Group is pleased to submit our proposal as the Prime Contractor in response to the City of Newport Beach Request for Proposal (RFP) No. 24-15 — RISK MANAGEMENT PLAN FIVE (5) YEAR UPDATE. Based on our review of the Scope of Work, we believe that our proposed team of qualified and experienced personnel, combined with nearly 30 years of extensive experience in providing similar services clearly demonstrates our technical competence and qualifications to provide the engineering services under this contract. Company Overview Alisto Engineering Group, a minority -owned California corporation established in 1992, has a current staff of more than 100 professional engineers, scientists, technical and administrative personnel. Our proposed key personnel and support staff have been involved in thousands of projects including multi -disciplinary engineering design services for water, wastewater, gas, and electric infrastructures and environmental consulting and compliance services throughout California and other western states. To date, Alisto has successfully managed thousands of projects under multi -year contracts for public and private sector clients such as United States Postal Service, Pacific Gas and Electric Company, Bureau of Reclamation, County of Sacramento Water Agency, Southern California Gas Company, East Bay Municipal Utility District, Santa Clara Valley Water District, Los Angeles Unified School District, and major corporations. In the past 10 years, Alisto has prepared several Risk Management Plans and Process Hazard Analysis for regulated chemicals for various public agencies and private sector clients throughout California, Nevada and other states in accordance with Federal, State and local regulations and guidelines. As such we have the experience, qualified personnel, and working knowledge to provide the required scope of services of the City of Newport Beach to comply with applicable regulations. Assigned Contact The individual who will be the primary contact for this proposal and authorized to represent Alisto Engineering Group, Inc. for the duration of this contract and serve as the Contract Manager is: Al Sevilla, PE, Principal 2737 N. Main St., Suite 200 Walnut Creek, CA 94597 Office No.: (925)279-5000; Fax: (925)279-5001 Mobile No.: (925)250-1146 Email: asevilla@alisto.com 2737 N. MAIN STREET, SUITE 200 • WALNUT CREEK, CA 90013 • 925.279.5000 • FAX: 925.279.5001 CONTRACTOR LICENSES: NO. A-652544 (HAZ) CA • ROC 301324 AZ • A-0080810 NV City of Newport Beach September 6, 2023 Page 2 We appreciate the opportunity to submit this proposal and look forward to be of service to the City of Newport Beach. Please contact me if you have questions on our proposal or need additional information. Sincerely, ALISTO ENGINEERING GROUP r-. Al Sevilla, PE Principal Enclosures: R/*\ ALISTO ENGINEERING GROUP Alisto Engineering Group is a minority -owned business enterprise providing a broad range of engineering and consulting services to meet the needs of both public and private sector clientele. When we opened our doors in 1992, our primary service focused on environmental consulting and engineering, which continues to be our cornerstone. In the past 25 years, however, we have grown significantly to a multidisciplinary staff of more than 100 professional engineers, scientists, technicians, and administrative personnel, all of whom, through their extensive experience with a wide variety of projects and diverse clients, have contributed to the diversification and expansion of our services. We continuously work successfully across multiple sectors, including: Public and governmental agencies • Publicly- and investor -owned utilities • Oil, gas, and energy companies • Major corporations and industrial companies • Real estate developers • Educational institutions • Transportation agencies Core Services Alisto has established a reputation for providing cost-effective, high quality and results -oriented engineering, environmental and construction services that meet or exceed our client's standards and expectations. The core services we offer includes: • Program & Project Management • Engineering, Planning & Design • Environmental Engineering and Resource Management • Corrosion Protection and Engineering • Construction & Field Services • Specialty Engineering & Technical Services Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 CITY OF NEWPORT BEACH R/w ALISTO ENGINEERING GROUP Highlight of Alisto's Proposal Client service is a top priority of Alisto. We customize our service and technical capabilities to undertake every project safely, efficiently, on schedule, within budget and to our clients' satisfaction. With our results -oriented approach, we provide innovative, smart, sustainable, and common-sense solutions to exceed our client's expectations and standards of quality. ■ Proven Record of Performance: Alisto has earned a reputation for completing projects that exceed the expectations and standards of quality of our clients while meeting even the most demanding schedule. The project team of experienced personnel we propose for this project is committed to completing the scope of work in accordance with the requirements and expectations of the City and agreed -upon schedule and cost. Experience in Similar Scope of Work and Facilities: Alisto has more than 10 years of experience in preparing Risk Management Plans and conducting Process Hazard and Offsite Consequence Analysis to comply with Federal regulations as well as State and local requirements in California, Nevada and other states for toxic substances such as aqueous ammonia, chlorine, and isopentane for both public agencies and private sector clients. Personnel Qualifications and Experience: The project team we propose consists of personnel with the training and relevant experience in performing similar tasks and services and have a thorough knowledge of applicable regulations and standard industry practices to meet or exceed the expectations of the City for the 5-year RMP update. Commitment to Safety: Alisto is committed to complying with applicable laws and regulations and implementing the most stringent standards and protocol for the protection of the public and worker health and safety. As such, our personnel have a thorough understanding of the importance of safety in developing emergency response programs and standard operating procedures. Best Overall Value and Pricing: We believe that we will provide the best combination of value, price, technical quality and service for this project. Our staff is committed to providing value-added service in all aspects of their work and takes pride in what they do and deliver. Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 Expertise and Experience in Risk Management Plan and Process Hazard Analysis Alisto has an established reputation for providing cost-effective, high quality and results -oriented environmental engineering and construction services for more than 30 years and for completing more than 3,500 projects in more than 35 states including Alaska and Hawaii. Since the promulgation of applicable laws and regulations by the USEPA and California Air Resources Control Board, Alisto has gained extensive experience in preparing and updating risk management plans and process hazard analysis for wastewater treatment facilities, gas compressor stations, and power generating facilities in various states such as California, Nevada, and South Dakota. Following are representative examples of similar projects we have completed to date, including compliance with California Accidental Release Prevention Program (CalARP): • Preparation of initial RMP and 5-year update for the ammonia system of the Selective Catalytic Reduction Unit for NOx Reduction at PG&E's Kettleman Compressor Station • Preparation of RMP and Offsite Consequence Analysis for the aqueous ammonia system of the Recycled Wastewater Treatment Facility of East Bay Municipal Utility District. ■ Chemical Process Hazard Analysis and Offsite Consequence Analysis of isopentane recovery system for fourRecovered Energy Generation facilities in California, Nevada, South Dakota, and North Dakota. Preparation of Risk and Resiliency Assessment and Emergency Response Plan for the City of Vernon water supply system. CITY OF PALO ALTO RFP NUMBER 183394 R/*\ ALISTO ENGINEERING GROUP SECTION 2 — ORGANIZATIONAL INFORMATION The key personnel we have selected to provide the required risk assessment and safety management services have the extensive experience and required qualifications as well as the training and proven record in providing similar services at numerous facilities throughout California and other states Each key personnel proposed herein has provided or been directly involved in providing the required scope of work for projects and facilities similar to those described in the RFP and is therefore thoroughly familiar with the technical and regulatory requirements of this type of project. The project team members were selected based on the following criteria: • Relevant, hands-on experience in providing similar services under same type of contract. • Proven ability to complete tasks and projects on time and within budget Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 Ability and experience working with various regulatory agencies and up to date knowledge of applicable regulations ■ Possession of necessary or applicable certification/ licensing Project Team Organization As illustrated in the following project team organizational chart, Alisto proposes an organizational structure that will provide a clear direct line of communication and responsibilities between the City and Alisto's project team. Mr. Al Sevilla will serve as the Contract Manager and will be responsible for the performance of the entire team and administration of the contract. Mr. James Ramos will serve as the Project Manager and the primary point of contact with the primary responsibility for managing the completion of all task orders to meet or exceed the expectations and standards of the City. His responsibilities include: Al Sevilla, PE James Ramos, EIT CERTIFIED INDUSTRIAL HYGIENIST ENVIRONMENTAL ENGINEER Randy McDermott, PE, CIH Peter Beaver Environmental Engineers & Scientists- Field Technicians • CAD Operator • GIS Technical Editor/Data Management • Administrative Clerk CITY OF NEWPORT BEACH R/*\ ALISTO ENGINEERING GROUP 1. Coordinating and attending meetings with City on project status; 2. Preparing and submitting periodic project status reports to the City until successful completion of the all required tasks 3. coordinating and assigning the work and tasks; 4. managing schedule, budget, and timely completion of deliverables; 5. conducting quality control reviews; and 6. assigning the appropriate personnel and resources to meet the requirements of the contract. He will also oversee and supervise assigned personnel in the fulfillment of all technical and contractual requirements and for the monitoring, reporting, and control of schedules and budget. Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 Project Team Personnel The proposed project team are based either in Los Angeles or in Walnut Creek and are immediately available to be on -site as necessary for the duration of the contract in case of emergency or as requested by the City on short notice. All technical and administrative support personnel are based at our Walnut Creek offices, which allows close coordination and assistance to the project team in the execution of the work and delivery of work products on time and within budget. The responsibilities and qualifications of the assigned personnel are summarized below and in detail in the enclosed resumes included in this proposal. Proposed Key Personnel Qualifications and Assignment Key Personnel Education/Professional Name & Title Assignment Registration Relevant Experience & Certifications Al Sevilla Contract B.S. Chemical Engineering P.E. (Civil), 45+ years of relevant Principal Management - M.S. Environmental experience in environmental, civil, water, Principal Engineering wastewater and gas utilities, solid waste Engineer management, corrosion protection Registered Civil Engineer engineering. James Ramos Project B.S. Civil Engineering 10+ years of experience in gas utility Project Civil & Engineer design, environmental consulting and Environmental QSP, CESSWI, EIT regulatory compliance, and multi -media Engineer sampling Musaratt Satti, P.E. QA/QC- B.S. Civil Engineering P.E. (Civil), 25+ years of relevant Managing Engineer Reviewer Registered Civil Engineer experience in assessment and design of water & wastewater systems engineering Peter Beaver Environmental General Contractor 45+ years of experience in remedial Senior Remediation Engineer engineering design, and installation Engineer and operation and maintenance of remediation systems and wastewater processes Randy McDermott, Certified B.S. Civil Engineering Managed numerous environmental health P.E., CIH Industrial M.S. Environmental and safety and industrial hygiene projects Senior Project Hygienist Engineering for governmental and industrial clients. Engineer/Technical Consultant Registered Civil Engineer Certified Industrial Hygienist CITY OF PALO ALTO RFP NUMBER 183394 RA*ALISTO ENGINEERING GROUP Alisto Engineering Group proposes to provide the required scope of services for the City of Newport Beach (City) to comply with the requirements of the California Accidental Release Prevention Program (CaIARP) as a Program 2 Risk Management Plan (RMP) per 19 California Code of Regulations (CCR) §2755.6 for its anhydrous ammonia systems at the two water treatment plants (WTPs): 16th Street and Big Canyon Reservoir. Since the concentration of aqueous ammonia is 19%, it is not subject to the Federal Risk Management Plan Regulations (RMP) and Process Safety Management (PSM) Standard. Our proposed project approach in providing the required scope of services is to meet or exceed the objectives and expectations of the City to comply with all applicable California and Federal regulations as well as Orange County program guidelines for risk management plan for regulated substances used at facilities exceeds the threshold quantity of CaIARP program. We propose to assign the most qualified professional engineers and scientist with proven experience not only in performing the required scope of services but also in the operation of water treatment plants and compliance with applicable regulatory and industry standards for water supply and treatment systems. Alisto has prepared and updated risk management plans under CaIARP and performed Process Safety and Risk Analysis for regulated chemicals stored and used at various facilities in California and other states in accordance with Federal, State and local regulations and guidelines. Presented below is our project approach and understanding of the required scope of services to meet the objectives of the City to comply with all applicable regulations and guidelines for the safe storage and use of regulated chemical at each of City's facilities. Project Management Managing and tracking a project to successful completion on time and within budget requires experienced project managers with a thorough understanding of the technical, managerial, and administrative requirements and the vision to foresee and resolve issues expeditiously. It is paramount that project managers are equipped with practical tools Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 to systematically track and monitor projects and provided with the required personnel and resources to meet the requirements of the contract and project. We believe that proactive project management and close communication among team members are keys to the success of the project. Our Project Manager will be the main point of contact to facilitate and ensure ongoing communication between the Alisto team, subcontractors (if necessary), and various divisions of the City throughout the duration of the project and the contract. Project Kick -Off Meeting and Planning At the onset of a project assignment, the Alisto Project Manager and team will meet with the City representatives to establish and agree on the scope, schedule, budget, and deliverables. Accordingly, the PM will then establish a work breakdown structure (WBS) and milestone schedule to drive the completion and acceptance of deliverables. Alisto will assist the City in identifying all applicable jurisdiction requirements and, as authorized, provide liaison with regulatory agencies. The PM will schedule, organize, and facilitate the kick-off meeting among the affected divisions of the City, and other interested parties or stakeholders. Alisto project team will be responsible for preparing and distributing all meeting agendas and minutes. The agenda will include the roles and responsibilities for each project participant, project highlights, key issues, action items, submittal and RFl processing, progress payments, change order procedures, emergency contacts, safety responsibilities, and other procedural and documentation requirements. The PM will also conduct weekly meetings with City and affected project team members to discuss project status and progress, look ahead schedule and address issues and concerns that may affect the project schedule, budget, deliverables, and regulatory compliance. The meeting minutes will be completed and distributed to all attendees within two business days. CITY OF NEWPORT BEACH 5 R/W ALISTO ENGINEERING GROUP Project Cost Control and Invoicing Alisto places a high priority on the importance of effective project cost control from the onset of the project until completion. Project cost control is applied on two fronts —control of the cost to be within the agreed budget of our services, and equally important, cost of the overall project. As part of our cost control procedures, we will prepare a cost or budget estimated following receipt of notification to proceed. Elements of cost that will be tracked include labor, materials, and equipment; travel and expenses; and subcontracts, if any, in order to prepare accurate invoice. All project -related costs will be uploaded into Alisto's project accounting system to support earned value reporting and monitor spent compared to budget. This will also provide supporting documentation to the City at the time invoice is submitted at the completion of the work and acceptance of deliverables by the City. Quality Assurance and Quality Control An integral part of Alisto's service is a rigorous quality assurance and quality control (QA/QC) plan and data validation. All analytical data are subjected to a CA/QC process and validated by our in-house scientist before acceptance or rejection. This includes reviewing laboratory QA/ QC reports and results of duplicate, split or trip blank samples. Field notes and monitoring data are equally subjected to a rigorous QA/QC process before detailed evaluation and interpretation. All data validation procedures follow recommended practices and guidelines of regulatory agencies. Proper collection and analysis of samples and conduct of field procedures are essential for ensuring that the data obtained is representative of the conditions at the site and can stand all levels of scrutiny. All sampling and analytical procedures will follow strict chain -of -custody procedures from time of collection to its ultimate disposal. Alisto QA/QC program is applied to all aspects of a project, from sample collection to report preparation as well as engineering design to construction management. All testing results, engineering calculations, data interpretation and analysis and design drawings are checked by at least two principals or senior professionals. This includes reviewing design assumptions and basis, and compliance with applicable codes, client Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 standards and technical specifications at 30, 60 and 90 percent design completion. Reports undergo a series of technical review and editing by professionals before publication and submittal to clients. Alisto's dedication to technical quality control is applied to all aspects of our projects, from scope development to preparation of bid specifications, cost estimates and schedules, and as -built and close-out documentation. Our Quality Control (QC) program and procedures outlined below describe the protocol and procedures for implementation and maintenance of Alisto engineering documents before they are issued to the client. The procedures define document retention requirements, establish CAD operator procedures for technical and QC reviews, and describe the application of corrective measures to ensure engineering documents are right the first time with minimum re -engineering. Following is the Table of Contents of Alisto's CAD procedures, standards and guidelines, including QA/QC procedures for preparation of construction drawings. Additionally, the QC program includes: ■ Definition of roles and responsibilities ■ Quality control activities for engineering documents, reviews, and document retention ■ Procedures for project communication and meetings ■ Document preparation and submittal procedures ■ Project control and reporting procedures and methods ■ Procedure for modification of plans and implementation of corrective action measures ■ Maintenance and upkeep of centralized filing server Required Scope of Services Alisto Engineering Group proposes to perform the tasks of the required scope of services as outlined in the RFP for the 5-year review and update of the RMP as follows: TASK 1— Conduct Site Visit and Hazards Operability Study (HAZOPS) This task will involve conducting a site visit of the City's two (2) water production plant (WPP) facilities and performance of HAZOP in coordination with City's Project Manager to include: CITY OF PALO ALTO RFP NUMBER 183394 (1) ALISTO ENGINEERING GROUP • Review RMP-qualified operations and current RMP documentation. ■ Conduct a Hazards Operability Study of the ammonia process including interviewing key facility and staff personnel on the transportation, handling, storage, and processing of the ammonia. ■ Review the instrumentation, condition, and controls and assess areas where possible mitigation of potential release could occur. ■ Review existing safeguards in place and recommend any potential future changes. ■ Prepare an initial draft, final draft, and final Process Hazard Analyses (PHA) using the Hazard and Operability (HAZOPS) technique. TASK 2 — Offsite Consequence Analyses Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 operation. As required by the CalARP program, the Risk Management's Prevention Program includes the following elements. A. Safety Information —The Safety Information is to enable the employees involved in operating the water treatment system at each City of Newport Beach water production plant (WPP) facility to identify and understand the hazards posed by the aqueous ammonia system and be part of the employee training programs to include then following at the minimum: i. Chemical Hazard Information ii. Process Technology Information iii. Process Equipment The offsite consequence analysis will involve a hazards B. assessment of the ammonia process to develop the worst -case scenario and specific release characteristics for the accident release modeling. This task will include the following: ■ Assess offsite consequences for a worst -case aqueous ammonia release scenario for each facility to determine the appropriate program level and if the facilities will continue to be considered as Program Level 2 CalARP Risk Management Plan. ■ Use the appropriate U.S. Environmental Protection Agency (USEPA) Risk Management Plan*Comp or (RMP*Comp) screening model to assess the potential for offsite impacts. ■ If the RMP*Comp screening model identifies significant offsite impacts, conduct an assessment using the EPA -approved SLAB model or other similar technique to estimate the maximum impacts from accidental releases and illustrate realistic dispersion conditions. ■ Document the methodology used and results of the OCA for use in the overall Risk Management Plan development. ■ Based on the Program Level determined (currently Program Level 2), complete OCA scenarios, assumptions, and calculations for both WPP facilities. Hazards Assessment or Review — The hazard assessment or review will involve a thorough, orderly, systematic approach for identifying, evaluating, and controlling potential hazards within a process involving hazardous chemicals such as aqueous ammonia to include the following, at the minimum: i. Select an appropriate methodology for hazard assessment ii. Establish the purpose, objectives, and scope iii. Select/organize the study team iv. Collect reference information v. Conduct the hazard review vi. Report the results of the hazard review vii. Address the findings of the PHA (Process Hazards Analyses) Study viii. Revalidate the hazard review C. Operating Procedures — In close coordination with City personnel, the standard operating procedure will be developed, implemented, and maintained to provide clearly written, detailed procedures for the safe operation of the aqueous ammonia system during all operating phases at the City's two (2) WPP facilities and include the following: TASK 3 — Develop/Revise Program (currently Level 2) i. Overview of the system Prevention Program ii. Standard operating procedures (SOP) Alisto will review pertinent information on the iii. Equipment inspections existing Prevention Program for each WPP facility iv. Periodic review of the SOP and develop/revised as necessary for the proposed CITY OF PALO ALTO RFP NUMBER 183394 7 NISALISTO ENGINEERING GROUP Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 D. Training — Training of the water production TASK 4 — Review Five (5) Year Accident History operators in the safe operation and maintenance of the aqueous ammonia system at the City's WPPs will be provided to increase awareness of potential hazards associated with aqueous ammonia and provide an understanding of the causes and consequences of process problems as required by CalARP regulations. The training program will include, but are not limited to: i. Contents of the Training Program ii. Classroom Training iii. On-the-job Training iv. Refresher Training E. Maintenance Program —The maintenance program will be developed to provide operators the appropriate procedures for the proper maintenance of the aqueous ammonia equipment to prevent or minimize the consequences of catastrophic releases of aqueous ammonia and shall include the following information: i. Identification and Categorization of Process Equipment ii. Testing, Inspection, and Preventative Maintenance (T/I/PM) of Process iii. Equipment iv. Training Procedures F. Compliance Audits — CalARP regulations require conducting compliance audits to ensure understanding and compliance with applicable requirements. The compliance audit will involve the following, at the minimum: i. Define the Audit Requirements ii. Prepare for the Audit iii. Conduct the Audit iv. Report the Audit Findings G. Incident Investigation —the purpose of investigating serious incidents or near -misses is to understand what happened (or could have occurred) and then to prevent any re -occurrence of similar incidents, thereby improving the safety of the processes. As part of the Risk Management Plan development, Alisto will review all available records provided by the City on historical releases of ammonia, if any, to determine if releases caused any injury or death. The results of the historical review will be included as part of the overall Risk Management Plan. TASK 5 — Review and Update current Emergency Response Program Based on information obtained in Tasks 1 to 4, Alisto will assess the City's Emergency Response Plan for compliance with public and local emergency responders, emergency planning, first -aid, and emergency medical treatment documentation, and to procedures/measures for emergency response after an accidental release, which currently includes the following elements. Section 1— Introduction Section 2 — Concept of Operations Section 3 — Core Response Procedures Section 4—Organization, Roles, and Responsibilities Section 5—Command and Coordination Section 6—Plan Implementation We will also evaluate the completeness of the program to ensure that it includes procedures for use, inspection, testing and maintenance of emergency response equipment, and training of employees on incident command system and recommend modifications or revisions thereto, as necessary TASK 6 — Develop Executive Summary After completion of Tasks 1 to 5, a Risk Management Plan (RMP) Executive Summary will be prepared to include the following at the minimum: a. Stationary Source and The Regulated Substance Handled b. The General Accidental Release Prevention Program and Ammonia -Specific Prevention Steps c. The Five -Year Accident History d. The Offsite Consequence Analyses Results e. The Emergency Response Program CITY OF PALO ALTO RFP NUMBER 183394 8 R/W ALISTO ENGINEERING GROUP Technical Approach for the 5-Year RMP Review and Update Following is our proposed technical approach to performing the required tasks for the 5-Year review and update of the RMP for the 16th Street and Big Canyon Reservoir WTPs. Review Existing RMP and Conduct Site Visit and Data Collection Alisto will review existing documents, plant processes, and applicable Federal and State regulations to the plant operations to determine the specific updates required for the preparation of the RMP Update. This review will provide a comprehensive list of required modifications to each section of the Update Plan. Documents to be collected will include, but not be limited to: • Risk Management Plan Certification and Executive Summary • EPA General Guidance for Risk Management Programs • Code of Federal Regulations, Title 29, Section 1910.111 • Combined OSHA Process Safety Management and EPA Risk Management Program • American Institute of Chemical Engineers, Guidelines for Hazard Evaluation Procedures; Center for Chemical Process Safety • California Code of Regulations, Title 19, Public Safety, Division 2, Chapter 4.5 — California Accidental Release Program • California Accidental Release Prevention Program regulations and guidance documents • CCR Title 8, Division 1, Chapter 4 • Information and documents related to the 16th Street and Big Canyon Reservoir WTPs, such as prior audits, 5-year updates, and prior CalARP 5- year submittals for the facility. After receipt of all available documents, Alisto will review each element of the RMP and associated records for compliance with EPA RMP, Cal/OSHA PSM, and CaIARP requirements. This includes detailed review of Operating Procedures, Mechanical Integrity, and Process Safety Information sections of the RMP to verify accurate reflection of current practices and procedures, design, equipment, and safety of the process. Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 After completion of review for compliance with regulatory requirements and verification of current conditions, Alisto will assist the City in editing and updating the RMP with the recommended changes into the document with tracking option for review and acceptance by City staff. On -site activities will include but not limited to: (1) project kick-off meeting; (2) facility walkthrough inspection and observation; (3) interview of facility personnel and operation staff; (4) review of anhydrous ammonia system processes and related equipment, including emergency procedures; and (5) exit meeting after submittal of updated RMP to discuss changes before submittal to regulatory agency. Update Process Hazard Analysis (PHA) Alisto will perform a PHA to verify that the process equipment and operation complies with applicable provisions of the CaIARP Program Regulations; identify potential hazards and operability concerns; and suggest methods or design improvements that might be implemented to reduce the risk of potential hazards and accidental release of potentially hazardous material to atmosphere. The report of findings will include recommendations, a summary table, and an action tracking log. The team will identify and recommend appropriate responses or actions to mitigate the hazard and/or a separate evaluation. For each identified hazard in a node, a relative level of risk is assigned based on the category (severity of the hazard) and its predicted frequency of occurrence (determined from the experience at the plant or a similar plant). The analysis will be performed using the system's P&IDs with supporting documents and information such as: • Process flow diagrams and system descriptions • Equipment description and sizing • Vendor manuals • Operations and maintenance manuals • Safety Data Sheets (SDSs) • Plant plans and elevations CITY OF PALO ALTO RFP NUMBER 183394 NO\ ALISTO ENGINEERING GROUP Perform a Hazard Analysis /Offsite Consequence Analysis In accordance with regulatory requirements, Alisto will perform an offsite consequence analysis (OCA) of the covered process and hazardous materials stored and used at the facility in accordance with 40 CFR Part 68, Chemical Accident Prevention Provisions and California Code of Regulations (CCR) Title 19 Sections 2750.1 to 2750.8 under the CalARP Program. The OCA will be performed on two scenarios: worst -case release and alternative release, with a toxic end point concentration and maximum toxic end point distance, quantifying population at risk and environmental receptors using EPA -approved models RMP*Comp, Version 1.07, and Aerial Locations of Hazardous Atmospheres (ALOHA) Version 5.4.1 in accordance with the April 1999 EPA Risk Management Program Guidance for Offsite Consequence Analysis and subsequent updates thereto or equivalent. The results of the OCA and Hazard Analysis will be presented in a technical report to include tables, population data, and summary of dispersion modeling methodology and results. Review and Update MID Drawings As part of facility inspection and RMP update, Alisto will review existing equipment and floor plan and compare with existing or as - built P&ID drawings provided by the City. If any discrepancies or differences between observed conditions and MID drawings, Alisto will update the drawings to reflect actual conditions observed during facility inspection and to ensure all required equipment and features are depicted in the drawings. We assume that the City will provide the editable version of the existing MID drawings and that Alisto will not create new drawings. CalARP 5-Year Submittal After completion of the above tasks and City's acceptance of the recommendations and changes to the RMP, Alisto will prepare summary of information needed for the CaIARP 5-year submittal for the appropriate Program Level determined for the facilities and provide guidance to staff on the submittal Proposal for RISK MANAGEMENT PLAN RFP NO. 24-15 process, including preparing the updated RMP and all supporting documents. Based on the accepted findings, recommendations, and changes by the City, Alisto will then review the current Emergency Response Plan (ERP) and revise, if necessary, to align with the updated RMP. Alisto will submit any recommendations or changes to the ERP to the City for evaluation and acceptance. Once the Emergency Response Plan has been reviewed and accepted for any recommendations or changes that Alisto proposed, an executive summary will be developed that will synopsize the 5-year RMP update. Prepare Updated RMP, Executive Summary and All Required Documents After completion of the above tasks, Alisto will prepare a report of results and findings, including recommendations, a summary table of results, and an action tracking log related to the RMP program review, Process Hazard Analysis, and Hazard Analysis/Offsite Consequence Analysis, as well as updated Emergency Response Program. A draft version of all reports will first be submitted to the City for review and comments; after which the final report will be prepared incorporating comments of the City. The final report and all related files will be submitted in both digital format at the discretion of the City as well as in hard paper copies. Updated MID drawings will be submitted in electronic format based on City's preferred CAD software. RMP Training Alisto will arrange for a group web training to be conducted with City staff covering all elements of the RMP and any updates to the plan based on the 5-year RMP review along with a test or quiz to demonstrate the trainees' understanding of the material. Alisto will submit the training materials and presentation, quiz, and test results to the City in PDF format. CITY OF PALO ALTO RFP NUMBER 183394 10 Al Sevilla, PE, ENVSP PRINCIPAL/CONTRACT MANAGER ALISTiO ENGINEERING GROUP EDUCATION EXPERIENCE M.S., Environmental Engineering, Asian Principal or Regional Office Manager Responsible for overall management of more than 35 task order Institute of Technology, Bangkok contracts and master service agreements and for technical quality B.S, Chemical Engineering, De La Salle review of projects for public and private sector clients related to gas College, Manila and electric utility, water and wastewater management, solid waste, Civil Engineering Course Work, California environmental investigation and restoration, compliance monitoring State University of Los Angeles and regulatory compliance. Clients include: Pacific Gas & Electric Company, U.S. Army Corps of Engineers, United States Postal Service, CERTIFICATIONS &TRAINING Southern California Gas Company, ExxonMobil Oil Corporation, ■ Registered Civil Engineer, California California Department of Transportation, East Bay Municipal Utility ■ Professional Engineer, New Mexico District, and various major corporations and federal, state and local ■ Registered Civil Engineer, Oregon agencies. ■ Registered Civil Engineer, Washington Program Manager or Director. Relevant experience serving as ■ Registered Professional Engineer, Program Manager or Director for large task order contracts involving Colorado multiple concurrent projects at multiple locations include the ■ Professional Chemical Engineer, following: • Multi -year master service agreement for engineering, Philippines procurement, and construction services for a major electric PROFESSIONAL SUMMARY and gas utility company, totaling more than $30 million in Mr. Sevilla has more than 45 years of contract amount in 3 years. professional experience in managing civil, ' Three 5-year indefinite quantity/indefinite delivery contract environmental, and chemical engineering with the United States Postal Service to provide broad range projects. He has managed various of environmental services in 50 states, including preparation environmental programs and types of of environmental assessments, wetland delineation and engineering projects for governmental and cultural survey for more than 15 construction projects. . Program Manager for the asbestos management and abatement industrial clients throughout the United program of former Pacific Bell (now SBC Communications) States. He has successfully directed involving more than 300 buildings and facilities throughout hundreds of small to large scale gas utility, California. water, wastewater, solid waste, hazardous ■ Three, 2-year, master services contracts with California waste, air quality, occupational health and Department of Transportation for hazardous waste investigation safety, and regulatory compliance projects. and remediation services at various maintenance facilities Mr. Sevilla has a thorough knowledge of throughout California. • Indefinite continuing services contract with BP Oil Company the technical, managerial, financial, and since 1992 for the investigation and remediation of petroleum business aspects of the engineering and releases at more than 140 UST sites in California, Washington construction industry. He is well versed and and Oregon. stays up to date with Federal and State ■ Task order ID/IQ contract with Pacific Gas and Electric Company for environmental regulations including investigation and remediation services at various natural gas C ERCLA, RCRA, SARA, CWA, SDWA, CAA, facilities throughout California since 1994 to 2002. NEPA, TSCA, OSHA, NEPA and CEQA. He has ■ Project Manager for the environmental assessment of a closed managed departments and regional offices landfill in Phoenix, Arizona and relocation of WNET-Hub for more than 30 years for various operation of United States Postal Service. engineering and contracting firms and Project Manager/Technical Advisor served as principal for numerous Served as project manager or technical advisor for numerous engineering and construction projects. environmental compliance programs and groundwater quality investigations at landfills and waste management units for public agencies and private companies which includes water supply master planning and treatment plant design, wastewater facilities planning, landfill monitoring, storm water pollution planning and CAA Title V permit preparation. James Ramos, CEsswl, EIT PROJECT MANAGER ENVIRONMENTAL ENGINEER EDUCATION B.S., Civil Engineering, California State University, Sacramento CERTIFICATIONS &TRAINING ■ Licensed EIT, January 2008 ■ OSHA 40-Hr HAZWOPER Training • OSHA 8-HR HAZWOPER Refresher ■ Certificate of Proficiency —Green Buildings ■ Certificate of Completion of Operation of Wastewater Treatment Plants Volume I issued by Office of Water Programs ■ Licensed Certified Erosion, Sediment, and Storm Water inspector, #4876, EXP 2/28/20 ■ Licensed Qualified SWPPP Practitioner, #2611, EXP 1/2020 ■ D1 Distribution Operator, #51436, EXP 5/1/2022 ■ API Worksafe PROFESSIONAL SUMMARY Mr. Ramos has over eight years of environmental investigation and remediation engineering experience. He has conducted Phase I and Phase II ESAs, routine groundwater sampling and evaluations, soil vapor sampling, waste water facility site inspections and compliance sampling, and storm water inspections and compliance sampling. He has provided engineering support for O&M of remediation systems and wastewater facilities and conducted pilot studies of remediation systems as well as assisted in the design of the systems. He has also provided subcontractor oversight for environmental investigation projects that include environmental drilling, remedial excavations, and remediation system commissioning and decommissioning. AA*AUSTO ENGINEERING GROUP EXPERIENCE Project Engineer/Project Manager Served as Project Manager in the preparation of Risk and Resilience Assessment of the drinking water supply system of the City of Vernon under AWIA of 2018, including review and update of the Emergency Response Plan. Also served as the Lead Project Engineer in updating the Spill Prevention Control and Countermeasure Plan for Vallejo Flood Control and Sanitation District wastewater treatment facility. Project Engineer Assisting Project Managers with project management with environmental projects for Los Angeles Unified School District. Tasks included : ■ Assisting with Phase I and Phase II environmental site assessments ■ Assisting with the preparation of work plans and health and safety plans for phase II environmental site assessments ■ Corresponding, scheduling and organizing environmental work with subcontractors and technical staff. ■ Assisting with subcontractor oversight and conducting soil and groundwater sampling ■ Assisting with the evaluation of the laboratory data and preparation of technical reports of the completed environmental investigations Project Engineer/Project Manager Serving as a Project Managers with the management and oversight of a transient, non -community water system. Tasks included : ■ Preparing monthly water quality reports for submittal to the Sacramento County Management Department, Environmental Compliance Division ■ Preparing and submitting annual consumer confidence report to the State Water Board via ■ Scheduling and organizing operations and maintenance visits with technical staff. ■ Reviewing work budgets and approving time and materials for emergencies. Project Engineer Assisted Project Managers with project management on multiple environmental investigation and remediation projects that include Leaking Underground Storage Tanks (LUSTs) and emergency responses. Tasks included : Preparing quarterly monitoring reports, closure reports, conceptual site model reports, and work plans for environmental investigation or drilling Analyzing hydrogeological data and soil lithology in support of fate/transport and engineering feasibility studies Scheduling and organizing environmental work with subcontractors and technical staff. NA*ALISTO ENGINEERING GROUP EXPERIENCE ■ Developing RFPs and work budgets for environmental and water resource projects. ■ Assisting in the design and development of a piping and instrumentation diagram (P&ID) and hazard identification for remediation systems Senior Staff Engineer / Project Engineer In -field engineer responsible for scheduling, directing, and organizing flow of work, conducting environmental investigation activities, and supervising numerous subcontractors to ensure adherence to client Safety Standards. Responsibilities included: ■ In -field classification of soil using Unified Soil Classification System ■ Soil and water sampling of contaminated soil during environmental investigations ■ Providing oversight for well installation and well destruction which includes over -drilling, pressure grouting, and surface restoration and completion ■ Responsible for overseeing environmental best management practices were being followed during environmental investigation projects Senior Staff Engineer Senior Staff Engineer responsible for assisting Project Managers with environmental investigation and remediation projects. Tasks included: ■ Conducting PHASE I and Phase II ESAs ■ Developing geological cross sections and groundwater maps through the use of CAD and Surfer ■ Conducting routine groundwater sampling and soil vapor sampling at various LUST and contaminated sites ■ Conducting weekly operations and maintenance of a wastewater treatment pond system and monthly/quarterly sampling of the wastewater system per agency permit requirements ■ Conducting stormwater inspections during qualifying and non -qualifying storm events ■ Conducting and overseeing pilot testing of remediation systems that included determination of radius of influence and hydraulic conductivity of the soil Musarrat Satti, PE, PMP, QSD TECHNICAL REVIEW EDUCATION B.S. Civil Engineering, Kansas State University CERTIFICATIONS & TRAINING ■ Registered Professional Engineer (California) ■ Project Management Professional (PMP) ■ 40-Hour EM385-1-1 Training Certificate ■ Certified Construction Quality Manager ■ OSHA 30-Hour Safety and Health Training Certificate ■ 40-Hour HAZWOPER Training Certificate (Expired) ■ Qualified SWPPP Developer (QSD) • Environmental Sustainability Professional Certificate • FHWA-NHI Design and Construction of Highway Safety PROFESSIONAL SUMMARY Mr. Satti is a Managing Engineer and Construction Manager with an extensive record of success in managing engineering and construction operations. His vast experience demonstrates a proven ability to monitor and track scope, schedule, cost and quality. Mr. Satti has managed human resources, procurements, and communications. In addition to planning, Mr. Satti also has demonstrated experience in design and construction management of utilities, including water and wastewater system improvements. His water experience includes design and maintenance of transmission and distribution mains, wells, pumps, tanks and water treatment plants. Through his wastewater experience he has worked on gravity and forcemains, lift stations and wastewater treatment plants. Mr. Satti has managed numerous projects, large and small, from planning through permit approvals utilizing excellent problem -solving, communication and decision -making skills. NA*ALISTO ENGINEERING GROUP EXPERIENCE Managing Engineer. (2015 - present) Responsible for the management and implementation of many engineering and construction projects, including $3.5 million Cathodic Protection and Traffic Control Projects for EBMUD, as well as $5.5 million energy conservation program under California Proposition 39 at Lake Elsinore Unified School District involving lighting retrofit, HVAC replacement, and other energy efficiency measures. Provided engineering consultation for the expansion and upgrade of the existing CNG facility for meet current and future demands. Also served as Project Manager and Senior Civil Engineer to provide masterplanning and engineering services for new CNG fill station projects. Scope consisted of analysis and preliminary screening of alternative sites to assess the technical and economic feasibility of the projects. The environmental impacts as well as the impacts on the existing infrastructure, proximity to utilities and potential for expansion were also key factors. Project Manager and Senior Civil Engineer. (2012 - 2014) Construction Management Support for the Sunol Valley Water Treatment Plant Improvements Project, including civil, structural design and site inspection services for the additional expansion of the 160 MGD Water Treatment Plant and related structures and improvements. Also provided constructability reviews, submittal clarifications, and timely guidance to resolve conflicts arising from varying site conditions related to grading, drainage and utilities. Project Manager and Senior Civil Engineer. (2012 to 2014) Managed the waterfront and ocean facilities inspections for MILCON projects at various locations including Point Loma, San Diego, Hawaii and Coronado sites. Prepared and updated work schedules and cost forecasting. Led a team of engineers in performing analyses and ratings of facilities inspected. Prepared reports, plans and estimates. Inspected, assessed and documented the structural, mechanical and electrical components of 32 waterfront facilities located at Naval Base Coronado, California. Prepared and updated work schedules and performed underwater, underdeck and topside inspections of critical waterfront structures at Naval Base and Point Loma, San Diego. Inspected 30 facilities consisting of piers, quay walls, floating docks and seawalls. Performed Engineering Assessments and Ratings for all facilities inspected. President/Principal Engineer/Project Manager. (1997-2012) Established and managed successful engineering and construction firms specializing in Project Management, Engineering Design and Contracts Management. Oversaw all business operations. Conducted timely performance reviews for schedule and project costs. Performed earned value management Mr. Satti also has extensive experience in and variance analyses. Compressed schedules and fast -tracked inspection, assessment and analysis of projects as needed. Administered contracts with clients and infrastructure projects for many clients subcontractors. Managed procurement, communication and and has provided development human resources. Administered budgets and managed quality consultation and infrastructure planning and safety programs. services supported by engineering calculations and plans as necessary to Managed construction of new revetment/CRM structures, support the construction of the repair of revetments and installation of new guardrails. infrastructure of many well -planned Prepared SWPPP, EPP and obtained NPDES and building communities and neighborhoods. permits. Developed Water Quality Monitoring Plans and performed daily inspections. Also trained employees in identification and correction of problems. SELECTED ACCOMPLISHMENTS Led the project management, design and construction management for (design -build) repair of earth cover and ■ Earned two awards of excellence drainage system at 70 high explosive magazines at U.S. Naval from U.S. Army Corps of Engineers Magazine. The engineering design utilized an array of for exceptional performance techniques to minimize erosion and improve stormwater ■ Significant experience in successful management. Also managed the Quality Control Plan and completion of NAVFAC, USACE, implemented Maintenance and Inspection procedures to FHWA, USCG and SFPUC projects mitigate any adverse impacts to the environment. ■ Performed the civil and structural engineering design services for construction of a duplex 30 hp, 480 gpm sewer lift station and 2800 If of 6-inch diameter forcemain and 8- inch gravity sewer to re-route the sewer flows generated from Southern High School to an existing wastewater system capable of handling additional flows. ■ Oversaw the engineering design of 24-inch diameter ductile iron water pipeline, valves and other appurtenances including connections to existing lines and water reservoir. Chief Engineer/Senior Engineer. (1991-1997) Supervised seven engineers and two engineering technicians. Oversaw complete project life cycles, including quality assurance, constructability reviews and client relations. Planned and directed engineering design and project management for civil engineering projects. Prepared and reviewed CADD drawings, specifications, technical reports, calculations, estimating, and site investigations. ■ Managed the design of off -site stormwater runoff collection and disposal systems, as well as channeling on -site oil -laden runoff through oil -water separator system. Included state- of-the-art technologies for testing provisions to prevent the contamination of reef -line ecosystems and interference with an on -going oil recovery well system. ■ Assisted in the preparation of design and construction documents for Phase 1 improvements of the Agat/Santa Rita Wastewater System that consisted of two (2) 16-inch diameter transmission lines, valves and two large capacity lift stations, to accommodate peak flow of 17 MGD. ■ Directed the project management, design and coordination of a multi -discipline team effort for design completion of a 17 MGD wastewater treatment plant. ■ Prepared the plans and specifications for monitoring and production wells and piping in accordance with EPA's Water Resource Development and Operating Regulations. ALISTO ENGINEERING GROUP R/S Randy S. McDermott, PE,CIH CERTIFIED INDUSTRIAL HYGIENIST EDUCATION EXPERIENCE B.S., Geophysics, Norwich University, Civil Engineering. Extensive experience in civil Northfield, VT engineering design and management including utility M.S. Environmental Engineering, Troy, relocation, sheet piling, cofferdams, structural designs NY and forensic investigations.Designing remediation systems with capacities ranging from 1 to 50 gallons per CERTIFICATIONS & TRAINING minute (gpm) for groundwater and from 250 to 600 cubic ■ FEMA Emergency Response Training feet per minute (cfm) for soil remediation. ■ OSHA Hazardous Waste Operator ■ Cofferdam construction in support of construction in ■ 40 HR OSHA Management Training wet areas including structures, water inlets and water ■ Confined Space Entry Training outfalls ■ Radon Measurement Operator/ ■ Utility, Road and Railroad track relocation Mitigator ■ Slope stabilization projects and Sheet Piling ■ Asbestos Inspector and Management ■ Structural design of slabs and other supports Planner Trainer ■ Cantilever systems and highway improvements ■ Mold Assessment Consultant Training ■ Forensic analysis of structural and other failures ■ NFPA Life Safety Systems — 99; 101; ■ ADA compliance at commercial buildings & 101A ■ Preparation of Plans, Specification and Bid documents ■ Fire Safety Evaluation Survey Environmental Engineering. Mr. McDermott is highly PROFESSIONAL SUMMARY experienced in performance and management of waste Mr. McDermott has extensive experience management programs including Quality Assurance in Civil Engineering, Environmental Reviews (QAR), corrective action plans, pollution Engineering, Regulatory Compliance and prevention plans, recycling, training, audit protection Industrial Hygiene. SWP3, SPCC, site, assessments, remediation, and permitting activities. Tasks included: ■ Remediations involving leaking USTs at Vehicle Maintenance Facilities (VMFs), building utility centers, and manufacturing sites ■ Replacement of underground vehicle lifts with aboveground lifts at VMFs ■ Tank management program to upgrade USTs and where appropriate install ASTs ■ Developing Pretreatment programs for manufacturing facilities in compliance with federal, state and local regulations in Texas. ■ Fly Ash Pilot Project to utilize properties for road construction and as cover material ■ SWP3 and SPCC Plan development for educational, manufacturing and construction related facilities ■ Waste profiling, manifesting, minimization, pollution prevention at multiple facilities. Randy S. McDermott con't. Environmental Engineering. Performance and program management of air emissions and permitting. Tasks included: ■ Air emission inventories and permitting for paint spray booths and processing tanks in accordance with TCEQ requirements ■ Air monitoring and sampling ■ Alternative Fuels Vehicle program including design and specification of fueling sites and energy conservation projects Mr. McDermott has worked on, but not limited to, water and wastewater, primarily relating to treatment plant and conveyance system designs, as well as, hydraulics and hydrological analysis, detention basins, and watershed management Peter Beaver REMEDIATION ENGINEER EDUCATION B.S, Earth Sciences, Pennsylvania State University, Pennsylvania CERTIFICATIONS &TRAINING ■ California General Engineering Contractor, License No. 652544 ■ OSHA 8-HAZWOPER Refresher Course ■ 40-Hour HAZWOPER Training Certificate PROFESSIONAL SUMMARY Mr. Beaver has over 40 years of experience in project management and has held supervisory positions in the fields of water and waste treatment, hazardous waste management, engineering design and construction management. He specializes in system design for groundwater, soil, and wastewater treatment. He also has extensive experience in hazardous waste management, regulatory and operational compliance of remediation systems, remedial system construction, and operation and maintenance of remedial systems. At Alisto, he has been responsible for engineering design, installation, and operation of more than 150 groundwater treatment systems for cleanup of hydrocarbon and hazardous waste contaminated sites. He has in depth experience in various physical, chemical, biological and thermal oxidation processes, as well as innovative technologies for use in water treatment for inorganic and organic constituents. NA*ALISTO ENGINEERING GROUP EXPERIENCE Engineering Manager Served as Engineering Manager for the site investigation & remediation of petroleum releases from leaking USTs at multiple service stations and privately held fuel systems in the states of Arizona, California, Oregon and Washington for several major oil companies. Responsibilities included: ■ Designing remediation systems with capacities ranging from 1 to 50 gallons per minute (gpm) for groundwater and from 250 to 600 cubic feet per minute (cfm) for soil remediation. ■ Supervising comprehensive services for the remediation of petroleum releases in soil and groundwater. ■ Preparing work plans, discharge reports, and O&M manuals for remediation systems. ■ Conducting pilot testing, remedial feasibility studies, 0&M, system optimization, and corrective action implementation. ■ Providing design build, permitting, and engineering services during the design and construction of remediation systems. Project Engineer Provided on -call environmental engineering services and support for EBMUD projects. Tasks included but not limited to: ■ Conducting audits of waste management practices at more than 12 water and wastewater treatment facilities for compliance with applicable regulations. ■ Emergency response for sampling within 2 hours ■ Permitting and regulatory agency liaison ■ Preparation of environmental management plans. ■ Developing and implementing remedial action plans. ■ Water quality analysis and evaluation of restoration activities of EBMUD water supply sources, Project Engineer Lead engineer for remediation and cleanup of contaminated sites from a wide variety of hazardous substances. Managed the design, installation and operation of more than 30 remediation systems in 19 states. ■ Remediation technologies included air stripping, vapor extraction, thermal oxidation, and biological and chemical degradation of petroleum hydrocarbons, metals, and poly nuclear aromatic hydrocarbons. ■ Supervised cleanup of various hazardous waste sites, including, but not limited to abandoned mine sites, waste storage/disposal facilities, and chemical storage/manufacturing facilities. ■ Provided engineering feasibility study of remediation system for chromium which included pilot testing and sampling of groundwater monitoring wells and residential homes. ■ Provided performance evaluations of remediation systems. ■ Provided engineering design and evaluation of treatment systems to meet the discharge requirements for dewatering and hydrotest water which included the monitoring and sampling of the discharge from the treatment system. EXHIBIT B SCHEDULE OF BILLING RATES Alisto Engineering Group, Inc. Page B-1 EXHIBIT B — SCHEDULE OF BILLING RATES SCOPE 1: 2023 RISK MANAGEMENT PLAN - 5-YEAR UPDATE ALISTO ENGINEERING, INC TASK DESCRIPTION TASK COST 1 Conduct Site Visit & Hazards Operability Study (HAZOPS) $ 8,370.00 2 Offsite Consequences Analyses $ 2,860.00 3 Program (Currently Level 2) Prevention Program $ 8,850.00 4 Five -Year Accident History $ 760.00 5 Emergency Response Program Development $ 3,750.00 6 Development of Executive Summary $ 760.00 TOTAL COSTS FOR TASKS 1 THROUGH 6 $ 25,350.00 SCOPE 2: ON -CALL SERVICES (time and expense) Labor Billing Rates Labor Category Hourly Billing Labor Category Hourly Billing Rate Rate Principal $235.00 Cathodic Protection Technician (CP2) $110.00 .associate Principal $200.00 Cathodic Protection Tester (CPI) $85.00 Chief Engineer $190.00 Corrosion Field Technician $75.00 Senior Managing Engineer $180.00 Contract Administrator $105.00 Managing Engineer/Scientist $170.00 Sr. Construction Manager $165.00 Supervising Engineer/Scientist $160.00 Construction Manager $150.00 Senior Project EngineeriScientist $150.00 Construction Supervisor $130.00 Project EngineerlScientist II $140.00 Construction Superintendent $125.00 Project Eng ineerf Scientist 1 $130-110 Field Services Coordinator $120.00 Sr- Staff Engineer?Scientist $115-00 Sr. Field Supervisor $110.00 Staff EngineeriScientist 11 $105.00 Field Supervisor $105.00 Staff Engineer'Sc _._.: * $95-00 Senior Field Technician $95.00 .associate Engines .�ntist $80-00 Field Technician $W00 Senior Program 1';1 .ger $180A0 Helperl,assistant Technician $65.00 Senior Project Mt;.- : _ er $170.00 Sr. CADD OperatorlGIS Specialist $115.00 Project Manager I+ $155.00 CADD DrafterIGIS Specialist II $10U0 Project Manager 1 $140.00 CADD DrafterlGlS Sperialistil $90.00 Senior Project Analyst $110.00 Accounting Supervisor $110.00 Project Analyst $95.00 Project Accountant $95.00 Sr. EstirmatofiScheduler $110.00 Senior Technical Editor $85.00 Est matorlScheduler $90-00 Technical WriterlEdKor $70.00 Corrosion Specialist $175.00 Graphic Illustrator $75_00 Cathodic Protection Specialist (CP4) $155.00 .Administrative Clerk It $75.00 Cathodic Protection Technologist (CP3) $140.00 Administrative Clerk I S60-00 Hourly labor rates for expert witness testimony are billed at 150% of the standard Filling rates plus expenses. Travel and Subsistence Automobile: $0.70 per mile portal to portal plus employee rate per hour or prevailing IRS rate, whichever is higher. Truck: $0.75 per mile plus $10.00/hour portal to portal with 4-hour minimum. Airtine Fares: Actual cost based on economy class - Vehicle rental: actual cost plus fuel and insurance premium at time of rental based on compact size. Per Diem: $ I50.00 per day yr meals at $50.00 per day flat rate plus lodging at cost to a maximum of 5100.00 per day, OR, applicable GSA rate for the area, whichever is higher Field Equipment: Rental rates will be provided at time of request and depends whether company -owned or outside rental. Subcontractors: Actual cost plus 10% markup. Other Reimbursable or Direct Expenses: Actual cost plus 10% mark-up Environmental Equipment Rental Price List (1-Day Minimum) Item Unit Price Item Unit Price ($? ($) QVM 120.00 Volt Meter 5.00 GasTech Meter (Comb. Gas Indicator) 90.00 Sample Tube & Caps 6.00 Photoiatization Detector 120.00 Disposable Bailer 9.00 Eh Meter (Oxidation Potential Meter) 35.00 Teflon Bailers 20.00 Interface Probe 60.00 Sample Filter 6.00 Dissolved Crxygen Meter 25.00 Tedlar Bag 28.00 'Water Parameter Meter (pH, EC, Temp) 30.00 Tyvek Coveralls 9.00 Atater Level Meter 25.00 Locks 16.00 Hand Auger 60.00 Traffic -Rated Box 120.00 Core Sawn 110.00 Locking 'Neils Caps: Jack Hammer 50.00 2-inch Diameter 28.00 Air Compressor'/ HP 40.00 4-inch Diameter 35.00 1201240 Generator 120.00 6-inch Diameter 70.00 Diaphragm Pump (Air Driven) 35.00 55-Gallon Drum 60.00 Submersible Pump 75.00 Electric Pump 60.00 Tank Truck {not incl. nv"e & 200.00 12V Purge Pump 25.00 di sad fee) Air Monitoringil-eak Survey Equipment Rental Price List Equipment Daily Rate Weekly Rate Monthly Rate Notes or Equipment Clarifications Detecto-Pak Infrared (DPIR) $150 $700 $3,000 Remote Methane Leak Detector (RMLD) $275 $1,200 $4,000 Toxic Vapor Analyzer (TVA1000B or TVA2020) $275 $1,200 $4,000 Optical Gass Imaging (FUR GF-320 or equivalent) $600 $2,700 -- Minimum 3-day rental Hi -Flow Sampler $600 $2,700 -- Minimum 3-day rental NOTE: All other equipment rented from third party will be billed at cost + -10% Corrosion Equipment Rental Price List Corrosion Services Equipment Daily Weekly Monthly Notes or Equipment Rate Rate Rate Clarifications GPS Current Interrupter $50 $200 $800 Pathfinder $10 $40 $160 Allegro / Data logger / HM CIS Unit / Trimble OR $75 $300 $1,200 Data Recording Equipment with GPS. Sub - centimeter GPS Unit $60 $240 U60 Soil Resistance Kit (includes Meter and pins in Kit) $50 $200 $800 Similar to AMEC or MC Miller Soil Deep resistivity meter with pin harness for 200 It, $60 $240 $960 (,AMEC) Soil resistivity meter 300 ft (AMEC) $60 $240 1 $960 Soil resistivity meter 400 ft (AMEC) $60 $240 $960 Soil resistivity meter 600 ft (AMEC) $60 $240 $960 Portable Current Source / Test Rectifier $75 $300 $1,200 Universal or equivalent Pipe Current Mapper / Radio Detection $40 $160 $640 Stationary Data logger $20 $80 1 $320 Cortalk or similar Cathodic Protection Kit PLUS Arc Faun Kit S125 $500 $2,000 pipeline locator, soil resistance meter, harness, measuring wheel Fluke 87-V multimeter. Trimble GPS, T&R voltage Cathodic Protection Kit S115 $460 $1,840 verifier, Reference electrodes, tool box, wire reel. pipe locator Fluke 87-V multimeter, Trimble GPS, T&R voltage verifier, Reference CTS Install Kit S150 $600 $2,400 electrodes, tool box, wire reel. pipe locator,. pin brazer, UT gauge, die grinder, gas detector Allegro Field computer I data logger, PLUS cathodic protection kit, Thorpe pit ECDA Kit $210 $840 $3,360 depth gauge, Mitutoyo pit depth gauge and bridging bar, UT gauge, pipe coating re it Allegro Field computer / data CIS Kit $190 $760 $3,040 logger, PLUS cathodic protection kit EXHIBIT C INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES 1. Provision of Insurance. Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. Alisto Engineering Group, Inc. Page C-1 D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation (except for nonpayment for which ten (10) calendar days' notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least Alisto Engineering Group, Inc. Page C-2 fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Consultant shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Consultant sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Right to Review Subcontracts. Consultant agrees that upon request, all agreements with subcontractors or others with whom Consultant enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for 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 City. F. Self -insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self- Alisto Engineering Group, Inc. Page C-3 insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. H. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Alisto Engineering Group, Inc. Page C-4 Welcome jrosenbaum Q 233 �+ 64 ® U qSearch Insured Name Alisto Engineering Group, Inc. Alisto Engineering Group, Inc. Active Records Only Advance Search Home j Insured Tasks 111 Insured Name: Account Number: Address: Status: Insured Tasks Admin Tools View - — — Insured U View s,Lt Insured Alisto Engineering Group, Inc. FV00001075 2737 North Main Street, Suite 200, Walnut Creek, CA, 94597 Currently in Compliance. & Insured Business Unit(s) ; Print Insured Info Notes Account Information History Deficiencies Account Number: Risk Type: Coverages Requirements Do Not Call: Add Address Information Edit Mailing Address Help Insured: Video Tutorials Address 1: Address 2: City: FV00001075 Professional Services Agreement Alisto Engineering Group, Inc. 2737 North Main Street, Suite 200 Walnut Address Updated: Physical Address State: CA Zip: 94597 Country: Contract Information Contract Number: Contract Start Date: Contract Effective Date: Description of Services: Contact Information Contact Name: Risk Management Plan 10/05/2023 Contract End Date: Contract Expiration Date: Risk Safety Form II: Management Plan - 5-Year Update 10/31 No Al Sevilla Misc.. Risk Mana Plan Phone Number: 9252795000 Alt Phone Number: Fax Number: E-Mail Address: asevilla@alisto.com; nmilano@myCALteam.com Approval Date: Rush: No Contract on File: No Certificate Received: No Indemnification Agreement: No Tax Id: This Account created by LGA on 10/11/2023.