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.