Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Port Heiden RPSU Project 2018
Port Heiden RPSU Project Design &Construction Administration ARTICLE B1 PURPOSE B1.1 Project Description Port Heiden RPSU Project This project includes a new power house,a diesel generation heat recovery system to serve the nearby school and City shop and partial electrical distribution system upgrades in Port Heiden. Schedule Final Design NTP May 1,2018 95%Design November 2018 Final Design December 2018 Selection General Contractor March 2019 Power Plant and Heat Recovery Construction October 2019 Start-up/Commissioning December 2019 Electrical Distribution Upgrade September 2021 Project Close-out December 2021 This project was originally established under Term Contract 13-0256 NTP 9.Services marked "Previous Contract”were completed under the Term Contract NTP 9.All other services shall be completed under this Contract. ARTICLE B2 SCOPE OF SERVICES B2.1_General The Contractor shall provide engineering services in support of the: 1.pre-design and conceptual design -CDR (Previous Contract).See Section B.4.1 for SOS. 2.design . 3.bidding 4.construction administration for the project which shall include: 5.power house with heat recovery system 6.electrical distribution upgrades 7.power generation controls 8.SCADA This project will require coordination with concurrent energy projects which involve local,state and federal agencies. B2.2 Design Services The following design services will be provided:preliminary design,final design and other design- related services. B2.2.1 Preliminary Desian Preliminary design documents (35%design)will be developed for the power plant,heat recovery and electrical distribution work.Informal progress submittals will be made to AEA and the community for Port Heiden RPSU Project Design &Construction Administration Page 1 of 8 review at critical milestones such as major equipment selection and architectural/structural/foundation design of the power plant.An engineer's estimate of cost will be provided. B2.2.2 Final Design Upon completion of the preliminary design documents,the Contractor shall provide final design services which includes Plans,Specifications,and Estimate (PS&E)deliverables.The final PS&E shall be suitable for the project delivery strategy. The construction plans (as applicable)shall include: 1.Civil 2.Structural 3.Architectural 4.Mechanical and 5.Electrical drawings for the site development and construction of the project. An engineer's estimate of cost shall be provided. A pre-final PS&E (95%complete)submittal review shall be required.The following shall be submitted for this review: One printed set of drawings and an electronic copy,both suitable for reproduction. Specifications Engineer's Estimate Permits A list of all submittals which will be required from the Construction Contractor.APwNn>Technical review comments will be incorporated and final stamped construction drawings (final PS&E) will be issued.Construction specifications and work scopes will be developed as appropriate, depending upon the method of construction selected. B2.2.3_Other Design-Related Services Other design-related services shall be provided as follows: B2.2.3.1 Permitting The Contractor shall assist the (Authority)by providing services that are necessary to comply with Federal permitting requirements for the operation,improvement and construction of rural energy projects.Services include but are not limited to: 1.Obtain permits,licenses and rights-of-way a.design b.construction c.operation d.maintenance 2.Coordinate,on behalf of the Authority,with Federal Regulatory Agencies as necessary to maintain compliance with the Authority's project licenses and provide responses for the requirements. An Environmental Assessment (EA)will be prepared in accordance with Denali Commission requirements for the project.The Contractor shall prepare a Fire Marshal Plan Review Application. and submit the plans to the Fire Marshal for review.Contractor shall work with the Fire Marshal to address questions and comments raised during the review.The Fire Marshal review fee shall be included in Contractor's fee proposal for the Notice to Proceed. Port Heiden RPSU Project Design &Construction Administration Page 2 of 8 An application will be made for a Department of Environmental Conservation Air Quality Permit for the diesel power plant. B2.2.3.2_Site Control Site control documents including easements,leases,and rights of way shall be prepared as required for the power plant,heat recovery and electrical distribution systems. B2.2.3.3 Business Operating Plan Development A business operating plan will be developed for the diesel power plant project. B2.3_Bid Phase Services Bid phase services include the following:substitutions and pre-bid conference. B2.3.1 Substitutions During the bidding period,bidders will transmit substitution requests to the Authority.The Contractor shall review substitution requests and respond in writing through the Project Manager.Contractor's written response shall approve or reject the substitution request and if rejected,shall document reasons for rejection.All approved substitutions shall be issued to bidders by addendum. B2.3.2 Pre-Bid Conference 1.The Contractor shall participate in pre-bid conference(s).The Contractor and Authority shall agree in advance which design disciplines will be present in person or by teleconference to answer bidder questions. 2.Contractor shall give a presentation to provide bidders with information on general scope of work,schedule requirements,other contracts affecting the project,and unusual aspects of the project. B2.4 Construction Administration-Basic Services The Contractor shall provide assistance to the Authority in its administration of a designated construction contract commencing with the previously mentioned methods and terminating with final acceptance of the project and Authority approval of the Contractor's final invoice for all services throughout the construction phase. The Contractor shall: 1.Participate in a pre-construction conference(s)with the Authority and the construction contractor. 2.Respond to Authority or construction contractor initiated requests for clarifications of documents within five working days from the date the Contractor receives the request. 3.Receive,track,and review all construction contractor submittals and shop drawings prepared by the construction contractor and as required by the Contract Documents.These documents shall be reviewed for conformance with the design concept of the project and for compliance with the requirements of the Contract Documents,within 10 working days following the date of receipt of the submittal by the Contractor.A written response shall indicate one of the following: a.Reviewed,no comments b.Reviewed,see comments c.Revise as noted,and resubmit d.Rejected for reasons noted 4.Review the Construction Contractor's schedule submittals and make written comments to the Project Manager regarding the Construction Contractor's: a.Schedule of values b.Construction schedule c.Progress schedule(s) Port Heiden RPSU Project Design &Construction Administration Page 3 of 8 5.Upon request by the AEA,Contractor shall review,evaluate and forward change orders to be issued by the Authority.The Contractor shall prepare drawings,specifications,cost estimates, and other documentation as required for change orders at no additional cost to the Authority, when the change order is required as the result of a design error or omission. 6.Upon request by the AEA,Contractor shall prepare drawings,specifications,cost estimates,or other documents required for a change order resulting from a changed condition,client requested change,or change requested by the construction contractor (all of which are not the result of a design error or omission)shall be an additional service. 7.Upon request by the AEA,Contractor shall assist with material take offs and other tasks as required. 8.Upon request by the AEA,Contractor shall respond to questions and provide clarifications to AEA staff and project force account labor (if used). B2.4.1 Applications For Payment Upon request by the AEA,Contractor shall review all Applications for Payment from the construction contractor.Contractor shall recommend approval of a pay request as representing a true estimate of work completed and materials delivered and properly stored.Contractor shall recommend disapproval of payment for any legitimate reason as specified in the General Conditions of the construction contract. ARTICLE B3 ADDITIONAL SERVICES B3.1 General The Contractor shall provide services described within this Article as authorized by a Notice to Proceed. B3.2 Special Meetings /Presentations The Contractor shall provide design presentations or attend meetings as requested by the Project Manager. B3.3 Design Phase Inspector Participation,On-Site Observation and Quality Assurance The Contractor shall provide quality assurance services during the construction of the project including: 1.Inspector(s)provided by the Contractor shall have thorough knowledge of materials,applicable construction methods,and the requirements of the Contract Documents.Project Manager may require the Contractor to replace inspector(s)who do not meet the above requirements. 2.Contractor shall provide a representative on-site within 24 hours of a request from the Project Manager unless otherwise specified.Contractors will be given additional time to arrive on site for projects that are rural or when travel is delayed due to weather. 3.Contractor shall be paid for on-site observation time as directed by the Project Manager. Project Manager will make reasonable allowance for travel time to the site. 4.If it is subsequently determined that on-site observations were necessitated by a design error or omission,the Contractor shall provide such on-site representation at no cost to the Authority and the Contractor shall correct the error or omission as quickly as possible to minimize delay to the construction project. 5.Contractor shall provide inspection reports to the Project Manager documenting the following: a.Date and time of inspection (arrival and departure) b.Work observed Port Heiden RPSU Project Design &Construction Administration Page 4 of 8 Identification of problems or deficiencies in the work observed Work which is behind schedule Weather conditions affecting the work Attach photographs appropriate to the report A written report of each visit must be submitted to the Project Manager and will serve as documentation for payment.amgao6.Participate in Substantial Completion inspection(s)and Final Completion inspection(s)with all design disciplines represented.Contractor shall prepare a list of work items required by the Contract Documents,which are incomplete,defective,or otherwise unacceptable.Assist Authority in determination as to whether work is substantially complete or finally complete in accordance with the Contract Documents. 7.Attend construction coordination meetings with the Construction Contractor,AEA staff,project force account labor (if used),and the Authority. 8.Onsite Project Representative.Full time inspection is not planned for the proposed project. However,Contractor shall perform intermittent site visits /project inspections as described below. 9.Site Visits /Inspection.Up to 10 site visits will be performed by select members of the Contractor's team during the course of construction (5 for the Port Heiden power house and heat recovery system and 5 during the distribution upgrades).Site visits will include progress inspections as well as substantial completion and final completion inspections for each phase of work.Substantial completion will coincide with system startup and commissioning.At each inspection,completed work will be inspected and a punch list will be prepared for correction of deficiencies.For the purposes of this proposal,it is assumed that the duration of each site visit will be two days.Contractor shall inspect the completed project phase onsite in Port Heiden when the system is ready for startup and commissioning. B3.4 Substitution Evaluations During Construction The Contractor shall evaluate substitution requests submitted by the construction contractor and respond in writing through the Project Manager.Contractor's written response shall approve or reject substitution request and if rejected,shall document reasons for rejection. B3.5 Operation and Maintenance Manuals The Contractor shall prepare operation and maintenance manuals for Authority projects. B3.6 Record Documents The Contractor shall prepare an electronic set of drawings (Autocad and PDF)and specifications (PDF) showing significant changes in the project made during the construction process based on field verification during inspections and input from the Construction Contractor,AEA staff,and force account construction crew (if used)in conjunction with marked-up prints,drawings and other data prepared by the prime construction Contractor and subcontractors. B3.7_Final Report A final report shall be prepared detailing the entire project and outcomes. Port Heiden RPSU Project Design &Construction Administration Page 5 of 8 ARTICLE B4 PROGRAM SPECIFIC REQUIREMENTS B4.1 RURAL POWER SYSTEMS UPGRADES CONCEPTUAL DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION B4.1.1 RPSU Pre-Design Services (Previous Contract) The Contractor shall provide Feasibility studies Planning,permitting Site research Cost estimating Conceptual design Presentations Developing project delivery strategiesNOARWN>Site research shall include 8.Review of property information (US Surveys and recorded Plat information)for current and future ownership; 9.Easements and utilities information;and 10.Review of existing environmental or geotechnical reports. 11.The Contractor shall conduct a site visit that would include a.An investigation of existing facilities, b.Proposed facility locations,as well as c.Verification of researched data. d. The project delivery strategy shall include either one or a combination of the following methods: 12.After competitive bidding,a construction contractor who was awarded a contract by the Authority. 13.Force account construction workers 14.State of Alaska Rural Utility workersThe Contractor shall review the exiting geotechnical data gathered in the community and determine if additional work is required to develop foundation designs. B4.1.2 RPSU Conceptual Design Services (Previous Contract) The Contractor shall provide conceptual design services,which include preparing a Conceptual Design Report (CDR).A typical RPSU report includes the following: Executive Summary; RPSUs:Description of current power plant and power usage; Identification of amount of power generation required in the community; List of local stakeholder and contact names,phone numbers and e-mail addresses; Record of village meeting,contacts and agreements; Identification of applicable state and federal codes and regulations for the design of the new facility; 7.Identification of locally available fill materials,including ownership and anticipated cost; 8.Summary of alternatives available and benefits and costs for each; 9.Adescription of other local potential energy resources and concurrent energy related projects,and opportunities for coordinated design and construction. 10.Identification of the condition of existing tanks,pipe and anything else considered for reuse; 11.Land title information including title search results shall be included as an appendix;OnRWN>Port Heiden RPSU Project Design &Construction Administration Page 6 of 8 12. 13. 14. 15. 16. 17. 18. 19. Conceptual Design Drawings which include a village layout plan,site plans for each alternative site,and power plant footprint.All site survey information shall be incorporated into the plans; Identification of permits required for construction; Project Schedule including design,permitting and construction; Construction Cost estimate based on force account labor usage,historic costs for Authority construction projects,and an appropriate inflation factor; Identification of existing local labor pool data collected if available from local entities including Village Corporation,IRA Council,City Administrator,etc.; Identification of locally available construction equipment and cursory review of condition,ownership and rental rates if available; Proposed ownership and operating agreements for the new facilities. Perform a geotechnical investigation to include a site inspection and digging of test holes using local equipment.Analyze soil samples taken from test holes in lab to determine foundation design parameters for proposed power plant site. B4.1.3_RPSU Conceptual Design (Previous Contract) Contractor shall meet with project stakeholders and local community leaders to discuss proposed project.A summary of all meetings shall be incorporated into a report for the Authority.Contractor shall consult with the Authority to update project scope and confirm new power plant sites.Upon identification of potential sites,the Contractor shall prepare conceptual design drawings.The drawings shall include:ARON>6. A project layout plan which identifies the power plant site. Distribution tie-in Pipeline routes to bulk fuel storage A site plan showing the power plant site with a prototype building. Facility layouts and design details shall be in accordance with the State of Alaska fire and life safety regulations,including current international fire code and the memorandum of agreement between the Authority and the State Fire Marshall office. The existing fuel system shall be updated on the village layout plans and may be required to be provided to ADEC. The Contractor shall develop a CDR per Section 4.1.2. B4.1.4 Rural Power Distribution Upgrades Pre-Design (Previous Contract) The Contractor shall provide pre-design services for the electrical distribution system upgrade project. B4.2 RURAL POWER DISTRIBUTION CONCEPTUAL DESIGN,FINAL DESIGN AND CONSTRUCTION ADMINISTRATION The Contractor shall be required provide design,bid phase and construction administration services for Port Heiden RPSU project as described in B2.1. In addition to the deliverables stated in other sections,the Contractor shall be required to provide:NOARWON>Stamped distribution construction drawings Staking sheets Bid tab units Cost estimate from bid tab unit Distribution specific right-of-way and easement documents Record drawings Electronic copies of all deliverables Port Heiden RPSU Project Design &Construction Administration Page 7 of 8 In addition to the effort stated in other sections,Construction Administration shall include: 1.Equipment location staking 2.Construction progress inspection 3.Substantial completion inspections 4.Punch list design compliance inspection B4.3 POWER GENERATION CONTROL SYSTEMS UPGRADES AND MODIFICATIONS In addition to the deliverables and efforts stated in other sections the Contractor shall provide: 1.bid phase and 2.construction administration services for upgrading and modifying power plant control systems. The work will involve 3.designing upgrades to switchgear 4.programming 5 specifying SCADA hardware and software 6 designing metering systems 7 other work related to design of modifications to existing powerhouses on behalf of a community or owner of the system. Port Heiden RPSU Project Design &Construction Administration Page 8 of 8 Douglas Ott From: Sent: To: Cc: Subject: Attachments: Douglas Ott Monday,March 19,2018 2:14 PM Michele Hope Timothy J.Sandstrom (TSandstrom@aidea.org) Port Heiden RPSU -Engineering Contract for Phase 2 and 3 Services Port Heiden RPSU Proj.Summary.doc;Port Heiden RPSU PH2&3 Proposed SOS.doc; Port Heiden RPSU Pre-Solicit AE Fee Est.2-06-18.xls Attached are the support documents to establish a new stand alone contract for engineering services for the above project.The attachments include:1)project summary,2)statement of services and 3)independent cost estimate. Procurement Requests for the entire project and for the Engineering services needed have been submitted for routing within AEA. Please let me know if you have any questions or comments regarding this request. Doug March 1,2018 Port Heiden RPSU -Project Summary Power Plant Replacement and Heat Recovery: Due to the age and remote location of the existing Port Heiden power plant,and runtime hours on the existing gensets,it is recommended that the power plant be completely replaced with a new power plant.Keeping the existing plant in operation during installation of the new power plant will provide power to the community and eliminate the project cost of providing temporary community power during construction. To maximize use of available recovered heat,the preferred location for the new power plant is adjacent to the new City tank farm,near the school.This location supports connecting the new power plant to the new section of the existing underground distribution system,directly connecting the fuel supply to the new fuel tank farm,and providing recovered heat to the school and City shop (refer to attached site plan). The new power plant will be either a steel module or a wood framed building with a concrete slab,depending on cost and AEA preference.A modular power plant would be constructed and tested in Anchorage then and shipped to Port Heiden for final installation.A wood framed power plant would be constructed entirely on-site.The proposed engines will be EPA marine Tier 2 and Tier 3 compliant which are fuel efficient,provide maximum recoverable heat,and have low exhaust emissions.The power plant will have sound insulated construction and the engines will be equipped with critical grade disc silencers to reduce noise.The following features are proposed for the new power plant: ¢Sound insulated control room and separate generation room. e Three gensets with new or reconditioned John Deere engines.Preliminary engine selections include two 6090AFM Tier 2 marine at 210kW prime and one 4045AFM Tier 3 marine at 100kW prime. e Three phase 277/480V generation. e Programmable automatic paralleling switchgear with remote SCADA. e New pad-mount step up transformer and community feeder connection to the existing below grade distribution system. e Heat recovery system to serve the adjacent school and City shop. e Water mist fire suppression system. e Direct pipeline connection from the City tank farm to a new,160 gallon autofill power plant day tank. e A.used oil blending system to allow used engine lube oil to be filtered,blended,and burned in the engines. Electrical Distribution System Upgrade: The existing electrical distribution system is 12.47/7.2kVA 3-phase below grade construction.Based on observations of the existing underground distribution 1 system and comments from locals and the City,the following recommendations are provided. e The existing system is operating with a severely leading power factor,and power factor correcting reactors should be installed as soon as possible. e With the exception of some recently installed new primary distribution,the entire underground distribution system needs to be replaced.All new primary cable should be 15 kV,133%,EPR insulated.Cable should be CIC type (cable in conduit) in all areas. e The primary distribution from the school area to the intersection of Airport Road with the road that runs in front of the existing power house and down to the Old HUD area is new construction that will remain in place.The new power plant will connect into this section. e Existing transformers have severely rusted enclosures and are in danger of starting to leak oil.All transformers should be replaced with new amorphous core transformers with stainless steel construction,installed on fiberglass ground sleeves. e All secondary conductors to existing services should be replaced.Currently, there are many areas where there are long secondary services.According to City personnel,the location of these secondary conductors is unknown and there have been occurrences where the secondary cables were cut during excavations.Not only should the secondary services conductors be replaced,but additional, smaller transformers should be installed to shorten service lengths.Where services are grouped,larger underground conductors can be installed to secondary pedestals and then the secondary services fed from the pedestals. e Many of the meter bases on the homes are moderately to severely rusted. Meter bases should be replaced with new stainless steel meter bases.The electric utility uses some pre-pay residential meters.An Ampy pre-pay metering system,or similar,is recommended. e It is presumed all direct bury primary and secondary distribution will be abandoned in place.For all transformers to be replaced,the old transformers will be given to the City for proper disposal. Project Schedule: Final Design NTP:May 1,2018 95%Design:November 2018 Final Design:December 2018 Power Plant &Heat Recovery Construction:Summer/Fall 2019 Start-up/Commissioning:Fall/Winter 2019 Electrical Distribution Upgrade:Fall 2021 -Phased Construction subject to funding availability PORT HEIDEN RPSU -PHASE 2 &3 PROPOSED STATEMENT OF SERVICES Summary -The Port Heiden RPSU project consists of the following:(1)Diesel Power PlantReplacement,(2)Diesel Generation Heat Recovery,and (3)Electrical Distribution System Upgrade. The Phase 2 scope of services includes design,permitting,and business plan: 1)Architectural/Structural Design -The diesel power plant will be either a steel moduleorawoodframedbuildingonaconcreteslab.The structure will be configured to housealloftherequiredgenerationandheatrecoveryequipment.A foundation system will bedesignedbasedonthegeotechnicalrecommendationsmadeunderPhase1. 2)Major Equipment Selection -Diesel engine-generators,switchgear,and other equipment will be selected. 3)Preliminary Design -Preliminary design documents (35%design)will be developed forthepowerplant,heat recovery and electrical distribution work.Informal progress submittals will be made to AEA and the community for review at critical milestones suchasmajorequipmentselection.A formal 95%design will be prepared and submitted to AEA and Denali Commission for review. 4)Permitting -An Environmental Assessment (EA)CATEX checklist will be prepared in accordance with Denali Commission requirements for the project.Application will be made for a State of Alaska Fire Marshall permit and Department of Environmental Conservation Air Quality Permit for the diesel power plant. 5)Site Control -Site control documents including easements,leases,and rights of entry, will be prepared as required for the power plant,heat recovery and electrical distribution system. 6)Cost Estimate -Based on the preliminary design,a detailed construction cost estimate will be prepared. 7)Final Construction Documents -Relevant review comments will be incorporated and final stamped construction documents will be issued.Construction specifications will be developed as appropriate,depending on the method of construction selected by AEA. 8)Business Plan Development -A business operating plan will be developed for the diesel power plant project. Phase 3 scope of services includes construction administration services: 9)Procurement Support -Specifications,take-offs,and work scopes will be prepared for direct purchases or contracts as requested by AEA.Support shall include participation in pre-bid and pre-construction meetings. 10)Construction Support -Submittals and shop drawings will be reviewed.Support will be provided for mobilization and other services required to support construction, including review of contractor pay requests and review of contractor-provided projectcloseoutdocuments.Construction crew questions will be answered,design clarifications issued,and evaluation of change orders and "or equal”substitutions requested as required. 11)Inspections -Inspections will be performed at critical construction milestones and when the work is substantially complete.Substantial completion will coincide with system startup and commissioning.At each inspection,completed work will be inspected and a punch list will be prepared for correction of deficiencies. s 12)Record Drawings /O&M Manuals -Record drawings will be prepared based on fieldverificationduringfinalinspectionandinputfromtheconstructioncrew.An OperationandMaintenance(O&M)manual will be prepared for the project. 13)Final Report -Detailing entire project and outcomes. PRE-SOLICITATIO ICE ESTIMATE COST ESTIMATE PER TASK FIRM:Gray Stassel Engineering (G.S.E.)PROJECT TITLE:Port Heiden RPSU TASK NO:"2-3"TASK DESCRIPTION:Final Design and Construction Administration DATE:2/6/2018 GROUP:METHOD OF PAYMENT:rp LI soeppe_})-sotael¥)=cprrlJ PREPARED BY:_D Ott AEA Project Manager SUB-LABOR HOURS PER JOB CLASSIFICATION TASK NO.|SUB-TASK DESCRIPTION|Princ/Sr [Sr Eng (EE)[Eng IV (ME)|Eng Ill (ME)]Eng Tech It]Eng Tech Il]Admin Eng (ME) 1 CDR 2 Final Design 120 120 80 120 101 200 120 3 Construction Admin 100 80 80 120 120 60 40 TOTAL LABOR HOURS 220 200 160 240 221 260 160 *LABOR RATES ($/HR)$157.50 $157.50 $152.25 $138.60 $105.00 $94.50 $73.50 LABOR COSTS ($)$34,650.00 |$31,500.00 |$24,360.00 |$33,264.00 |$23,205.00 |$24,570.00 |$11,760.00 EXPENSES |COMMENTS: SUB-TOTAL TASK NO.ITEM(S)QUANTITY {UNIT PRICE PRICE 2a,3a_-'[Travel 10 $7,500.00 |$75,000.00 $0.00 $0.00 $0.00 $0.00 --- $0.00 [FIRM'S TOTAL COST OF LABOR (or Fixed Price):$183,309 $0.00 |/F CPFF,TOTAL INDIRECT COST @ 0.00%$0 :TOTAL EXPENSES:$75,000 JFIRM'S TOTAL EXPENSES $75,000 SUB-CONTRACTORS:Firm Initials and Price Per Task JFIRM'S TOTAL COST (no Subcontracts or Fee)$258,309 FIRM:]Distribtion Land P-H Geotech AMOUNT:}$50,000 $7,500 $120,000 $40,000 TOTAL SUBCONTRACTOR PRICES:|$217,500 |TOTAL ENGINEERING ESTIMATE $475,809 ]*Labor Rates shall be direct labor (base pay)only if Method of Payment is CPFF;otherwise,Labor Rates shall be total rates (i.e.base pay +benefits +overhead +profit.) C:\Users\dott\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\HLG2T4Z6\Port Heiden RPSU Pre-Solicit AE Fee Est.2-06-18.xIs 1 oft Kwigillingok RPSU Phases II and II Page 4 design engineers.For the purposes of this proposal,it is assumed that the duration of each site visit will be two days. 7.Record Drawings The project team will prepare record drawings to document the location and layout of completed upgrades.The drawings will be prepared based on the findings of the final inspection(s)and the red lines to be provided by the construction contractor. Upon completion of the record drawings,6 sets of half size bond paper plots,and an electronic copy of the drawings in .pdf format will be delivered to the AEA. FEE The proposed Scope of Work will be performed on a time and materials basis in accordance with the terms and conditions of our existing professional services agreement 2013-0257.The estimated cost of completing the proposed Scope of Work is $343,440.A breakdown of this cost is shown on the attached fee estimate. SCHEDULE We propose the following time frames for the completion of these services.Please note that theschedulefoi; Ol issues. Notice to Proceed Janueeyrants -4el/S,Initiate Site Control Research Upon Receipt of NTP6%Preliminary Design Submittal Tine 0 2o/% Initial Site Visit Aprit2016- 9 bs ] Plans in Hand Site Visit y 20 Final Design and Specs Late July 2016 Construction Support Services Bid Award thro Completion DateRecordDrawingsWithiaysofConCompletion Estimated NTP Completion Date Sept Thank you for asking CRW to provide this proposal.We appreciate the opportunity to serve the Alaska Energy Authority and ask that you contact us at 562-3252 if you have any questions or comments. Sincerely, CRW Engineering Group,LLC. Kal Hautes Karl Hulse,P.E. Project Manager Attachment:Cost Estimate Per Task Price Per Task Summary GSE Cost Proposal Rick Elliot Cost Proposal 2013 RPSU &BFU ENGINEERING TERM CONTRACTS TERM AGREEMENT PROCEDURES Project Mgr Prepares the Project Specific Statement of Services (SOS)for the project. The Term Agreement (TA)itself contains the general requirements,but your Statement of Services should contain the Project Specific information (i.e.deadlines,any other standards or requirements that must be adhered to,etc.). SOS should be written as a directive to the Contractors. General terms to use are "The Contractor shail provide”and "The Authority will provide'.Identify project requirements, deliverables,schedule,and any other requirements -be thorough.List and provide any available documents. Confirm with Procurement that the services fall within the original TA or NTP (if amendment)Statement of Services. Include all services that are anticipated to be performed; including those being awarded now and those that may be awarded later.(ie.Phase |CDR -awarding now,so prepare complete scope;Phase ||Design -awarding later,so prepare a brief scope;Phase III Construction Admin -awarding later, so prepare brief scope) Project Mgr Develop a Pre-Solicitation Price Estimate for the Services. (Do not contact contractors for assistance.)Estimate should be broken down for each phase and account for the overall cost of the project.This is generally referred to as an Engineer's Estimate. Project Mgr Submit a Purchase Request Verify funding availability (i.e.grant is in place for project). Prepare a PR and route SOS and schedule through the regular PR process to Procurement. Project Mgr Forward the documents to the Procurement Section for review and comment. Procurement will notify Contractors of work request when PR is committed. In your email to Procurement,be specific about price requirements including the anticipated method of payment to be used.Include the Pre-solicitation estimate and length of advertisement requested (how long to allow the contractor to propose). Procurement Submit Project information to the Contractor and request a proposal. Include Project Manager in email so PM and Contractor can negotiate. Page 1 of2 rev 3/17/15 Term Contractors will be asked to submit a price proposal as part of their response and will use the format supplied in the contract. Project Mgr Negotiate SOS,schedule and price with the Contractor. Reminder -we cannot dictate subcontractors or others to perform the work. Once SOS and schedule are negotiated,update the original SOS document to reflect any changes or pertinent information. This is the SOS that will be attached to the NTP.Contractor's narrative may be attached to the NTP if needed for clarification or more detail.If attaching Contractor's narrative,PM must assure that everything within the narrative is correct. Subcontractor's proposals cannot be attached. Project Mgr Once negotiations are complete,email revised SOS and schedule,along with the proposal from Contractor to Procurement. Procurement Procurement will create the NTP (NTP amendment)including c3 &c4 pay documents;and route for signature once documents are complete. Procurement Following all signatures on the NTP,Procurement will: Scan the fully executed NTP and send an electronic copy to the PM and the Contractor. Note:Contractor must keep a copy of the NTP/Invoice form to make further copies for billing(s). 10.Procurement Procurement will track Term Contracts to make sure authorized amounts are not exceeded and contract expiration dates are current. 11.Project Mgr Track NTP expiration dates and budget to make sure individual NTP's are not exceeded. Funding expiration dates will be listed on the NTP,PM is responsible to make sure funding is in place and the NTP reflects correct expiration dates. 12.Project Mgr Obtain,review and process invoices for payment with accounting staff. 13.Project Mgr Project Managers are responsible for maintaining the project records. (i.e.directives,correspondence,etc.)until the Agreement is ended;after which the files will be handled in accordance with the Agency's file retention policies. Page 2 of2 rev 3/17/15 Port Heiden RPSU,Grant Agreement 7110039,Amendment #2 Updated Scope of Work APPENDIX C_Grantee Proposal/Scope of Work,replace with the following: AEA will pursue a Rural Power System Upgrade (RPSU)project in three phases:Ph1 Conceptual Design, Ph2 Final Design,and Ph3 Construction.Ph1 Conceptual Design is underway and will soon be completed.This grant is now being amended to include Ph2 Final Design and Ph3 Construction. Ph2 Final Design phase will provide a design which meets Port Heiden Utilities'requirements. Consultant deliverables will include plans and specifications suitable for construction,a draft Environmental Assessment and all permitting.The new power plant will be located on City-owned land adjacent to the City tank farm,the Port Heiden School and the city shops,which will facilitate the distribution of excess heat to the school and city shops from the diesel generators via a heat recovery system.Design for upgrades to the existing electrical distribution system will also be a part of the scope of work for this grant,whose scale is dependent upon availability of funding. The scope of Ph3 Construction will include construction of:(1)a new power house,(2)a heat recovery system to supply excess heat to the Port Heiden School and City shops and (3)upgrades to the electrical distribution system as funds allow.Also included in this phase is contracting for bidding services, construction administration and quality control services. Milestones:Complete Ph2 Final Design by the end of 2018.Perform Ph3 Construction in 2019 -2021. Construction Administration in late 2018 -2021. Budget:The total new allocated grant budget is increased to $2,855,816. All other terms and conditions remain unchanged. ARTICLE B1 PURPOSE B1.1 Project Description CONTRACTOR shall provide a Conceptual Design Report (CDR)and Final Design for the Clark's Point RPSU project.The project has three phases, 1.CDR, 2.Final Design,and 3.Construction. The proposed scope shall be for phase 1 CDR and phase 2 Final Design.It is anticipated that Phase 3 Construction will be added by amendment. The CDR shall evaluate the existing power plant,electrical distribution system,power plant fuel storage,heat recovery and coordinate with any proposed alternative energy project.Specific Tasks include; Initial Data Collection Site Investigation Summary Letter Report Site Control Permitting Review Draft Conceptual Design Report Construction cost estimate Coordination with other energy projects (Wind,Bulk Fuel,etc.) Final Conceptual Design ReportCONMARWN>Final Design shall be provide contract documents of sufficient detail to facilitate an invitation to bid for the assembly and installation of a powerhouse module and other upgrades identified in the CDR. Schedule Complete CDR &Design by 12/31/16 AEA reserves the right to negotiate additional services and add by amendment. Page 1 of 11 ARTICLE B4 SCOPE OF SERVICES This article describes services for this NTP. B4.1 General &Included O Future C1 Not Included &Amended The Contractor shall provide engineering services in support of the 1.pre-design 2.design 1 teucti tain . for the project which shall include; 5.electrical distribution 5 clectricalinterti 7.power generation controls 8.SCADA Oo rinl ang micro RySroslestFis . 11.heat recovery 42-biemass 13.alternative energy technologies. This project may require coordination with concurrent energy projects which involve local,state and federal agencies. unc ATS marcnan nO Ala=a =m=,aro Stata otto on crt =EJ :'' All phases will require cost estimating. B4.2 Pre-Design Services &Included OC Future 0 Not Included Amended The Contractor shall provide feasibility studies planning,permitting site research cost estimating conceptual design presentations developing project delivery strategiesNOORWN>Site research shall include 9.review of property information (US Surveys and recorded Plat information)for current and future ownership; 10.easements and utilities information;and 11.review of existing environmental or geotechnical reports. 12.The Contractor shall conduct a site visit that would include a.an investigation of the existing facilities, b.proposed facility locations,as well as c.verification of researched data. 13.The Contractor shall complete or confirm preliminary land survey,geotechnical,or baseline environmental data. Page 2 of 11 The project delivery strategy shall include either one or a combination of the following methods: 14.After competitive bidding,a construction contractor who was awarded a contract by the authority. 17.Force account construction workers 18.State of Alaska Rural Utility workers B4.3 Conceptual Design WH Included CO Future 0D Not Included CO Amended The Contractor shall provide conceptual design services,which include preparing a Conceptual Design Report (CDR).A typical RPSU report includes the following: Executive Summary;RPSus:Description of current power plant and power usage; Identification of amount of power generation required in a community (RPSUs); List of local stakeholder and contact names,phone numbers and e-mail addresses,as available. Record of village meeting,contacts and agreements; Identification of applicable state and federal codes and regulations for the design of the new facility; 7.Identification of locally available fill materials,including ownership and anticipated cost; 8.Summary of alternatives available and benefits and costs for each; 9.Adescription of other local potential energy resources and concurrent energy related projects,and opportunities for coordinated design and construction. 10.Identification of the condition of existing tanks,pipe and anything else considered for reuse; 11.Land title information including title search results shall be included as an appendix; 12.Conceptual Design Drawings which include a village layout plan,site plans for each alternative site,and power plant footprint.All site survey information shall be incorporated into the plans; 13.Identification of permits required for construction; 14.Project Schedule including design,permitting and construction; 15.Construction Cost estimate based on force account labor usage,historic costs for Authority construction projects,and an appropriate inflation factor; 16.Identification of existing local labor pool data collected if available from local entities including Village Corporation,IRA Council,City Administrator,etc.; 17.Identification of locally available construction equipment and cursory review of condition, ownership and rental rates if available; 18.Proposed ownership and operating agreements for the new facilities.PONSonB4.4 Final Design &Included LC Future OD Not Included (1 Amended The Contractor shall provide final design services which includes a Plans,Specification,and Estimate (PS&E)deliverable.The PS&E shall be suitable for the project delivery strategy. An engineer's estimate of cost shall be provided,signed and dated by both preparer and checker. A Preliminary Design (75%complete)and a Pre-final PS&E (95%complete)review shall be required. The following shall be submitted for these reviews: 1.Arecommended number of calendar days for the construction contract or a recommended construction contract completion date. Page 3 of 11 2.At the pre-final,provide a response to all comments received from the preliminary drawing review.Also,provide a brief design summary report that lists the significant changes made to the PS&E assembly after the Plans-In-Hand Review meeting but which were not discussed at that meeting. 3.A brief description of the work required to construct this project,for use by the Authority is preparing the Invitation for Bids. 4.One printed set of drawings and an electronic copy,both suitable for reproduction. 5.Specifications 6.Engineer's Construction Estimate 7.Permits 8.A list of all submittals which will be required from the Construction Contractor. B4.5 Bid Phase Services Included &Future C)Not Included LC)Amended B4.5.1 Bidder Questions 1 Included Future Dj Not Included L]Amended B4.5.2 Substitutions 0 Included Future OO Not Included LC Amended B4.5.4 Pre-Bid Conference CO Included Future 1)Not Included C1)Amended B4.6 Construction Administration-Basic Services Olncluded W&Future CO Not Included Xx Amended Page 4 of 11 B4.8 Applications For Payment 0)Included &Future O Not Included C1 Amended ARTICLE B5 ADDITIONAL SERVICES B5.1 General The Contractor shall provide services described within this Article. Page 5 of 11 B52 Special Meetines LP ttl 0 Included Future X]Not Included CJ Amended B5.3 Desiqn Phase Inspector Participation,On-Site Observation and Quality Assurance Included 0 Future O1 Not Included 0 Amended The Contractor shall provide quality assurance services during the construction of the project including: 1.Pre-construction design review by construction inspector(s).Comments shall be reviewed by the design team and appropriate changes to the Construction Documents shall be made prior to final Plans,Specification,and Estimate Provide a construction observation plan,which identifies critical inspections,and tests,which are recommended to provide a reasonable level of quality assurance during construction. Up to 4 on-site construction observation by qualified inspector(s),as required to assure quality construction,which meets the requirements of the Contract Documents. Inspector(s)provided by the Contractor shall have thorough knowledge of materials,applicable construction methods,and the requirements of the Contract Documents.Project Manager may require the Contractor to replace inspector(s)who do not meet the above requirements. Contractor shall provide a representative on-site within 24 hours of a request from the Project Manager unless otherwise specified.Contractors will be given additional time to arrive on site for projects that are rural or when travel is delayed due to weather. Contractor shall be paid for on-site observation time on a basis in accordance with this agreement.Project Manager will make reasonable allowance for travel time to the site. If it is subsequently determined that on-site observations in addition to the planned visits were necessitated by a design error or omission,the Contractor shall provide such on-site representation at no cost to the Authority and the Contractor shall correct the error or omission as quickly as possible to minimize delay to the construction project. Contractor shall provide inspection reports to the Project Manager documenting the following: Date and time of inspection (arrival and departure) Work observed Identification of problems or deficiencies in the work observed Work which is behind schedule Weather conditions affecting the work Attach photographs appropriate to the report A written report of each visit must be submitted to the Project Manager and will serve as documentation for payment.ampaoopParticipate in a Substantial Completion inspection and Final Completion inspection..Contractor shall prepare a list of work items required by the Contract Documents,which are incomplete, defective,or otherwise unacceptable.Assist Authority in determination as to whether work is substantially complete or finally complete in accordance with the Contract Documents. Page 6 of 11 10.Attend construction coordination meetings in Anchorage with the Construction Contractor and the Authority. B5.4 Substitution Evaluations During Construction O Included &Future O1 Not Included O)Amended B5.5 As-Built Surveys Olncluded Future OO Not Included Amended B5.6 Cost Estimating 0 Included Future 0 Not Included CU Amended B5.7 Requlatory Plan Development LU Included Future O Not Included []Amended a-federal b-state 6-lecal B5.8 Federal Permitting LC]Included &Future D Not Included 1 Amended Page 7 of 11 B5.9 Third Party Review and Other Support O Included &Future O Not Included LJ Amended B5.10 Negotiating Agreements Olncluded Future OO Not Included [Amended B5.11 Operation and Maintenance Manuals Olncluded &Future O1 Not Included (1 Amended B5.12 Record Documents 0 Included Future CO Not Included [1 Amended Page 8 of 11 B5.13 Warranty Inspection Olncluded &Future OC Not Included ()Amended B5.14 Commissioning/Acceptance Testing 1 Included Future OC Not Included DD Amended B5.15 Business Operating Plan Preparation Ol Included &Future OC Not Included 1)Amended Page 9 of 11 ARTICLE B6 PROGRAM SPECIFIC REQUIREMENTS B6.1 General B623BEUC truction Administrati o-NotUsed B6.3 RURAL POWER SYSTEMS UPGRADES CONCEPTUAL DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION B6.3.1 RPSU Conceptual Design e Not Used see B4 and B5 B6.3.2 RPSU Final Design e Not Used see B4 and B5 B6.3.3.RPSU Construction Administration e Not Used future B6.4 RURAL POWER DISTRIBUTION CONCEPTUAL DESIGN,FINAL DESIGN AND CONSTRUCTION ADMINISTRATION Included OO Future CL]Not Included Amended The Contractor shall be required provide pre-design,design,bid phase and construction administration services for rural distribution or tie line projects. In addition to the deliverables stated in other sections,the Contractor shall may be required to provide: Assessments of existing distribution systems Review level distribution drawings and details Stamped distribution construction drawings Staking sheets Bid tab units Cost estimate from bid tab unit Distribution specific right-of-way and easement documents Page 10 of 11NOaARWN> 8.Distribution division CSI formatted construction specifications 9.Record drawings 10.Electronic copies of all deliverables In addition to the effort stated in other sections,Construction Administration may include: Bid response review Equipment location staking Submittal review On site pre-construction meeting Construction progress inspection Substantial completion inspections Final inspectionNOARWNSs B6.5 POWER GENERATION CONTROL SYSTEMS UPGRADES AND MODIFICATIONS Xl Included 0 Future OO Not Included L)Amended In addition to the deliverables and efforts stated in other sections and for an additional fee the Contractor may be required to provide: 1.Pre-design, 2.design, 3.bid phase and 4.construction administration services for upgrading and modifying power plant control systems. The work may involve 5.upgrading or modifying switchgear 6 programming 7 procuring and installing SCADA hardware and software 8.designing and installing metering systems 9 other work related to making modifications to existing powerhouses on behalf of a community or owner of the system. Page11 of 11 "ADEN 2A RPSU:Procedure XX Rural Power System Upgrades &Bulk Fuel Upgrade Project Initiation Purpose To start a new project in the Project Implementation/Operations, particularly the Rural Power System Upgrades (RPSU)and Bulk Fuel Upgrades (BFU)programs. Roles and EE SSponsibility Mam 7 Responsibilities Project Manager Initiate process and see through to procurement. Program Manager _Assign project;provide reviews and approvals. Finance Controller |Provide reviews and approvals.Assign project number. Chief Operating Assign project;provide reviews and Officer approvals. Prerequisites 1.The Chief Operating Officer or Program Manager assigns a project from the Project Management Portfolio to a Project Manager. 2.The Project Manager calls the community,introduces the program,asks if they are interested,and follows up with written confirmation and program background information. 3.The Project Manager uses Due Diligence to determine the financial standing and eligibility of a potential grantee (as of 5/27/2014 actual Due Diligence effort is conducted by the Project Development Specialist). Procedure Developing the Project Management Plan (Form A). 4.The Project Manager prepares a draft Project Management Plan,then as needed,meets with peer review team consisting of other Project Managers and' consulting departments (e.g.Policy &Outreach or Program Development /Evaluation). 5.The Project Manager completes the Project Management Plan (Form A). Approving the Plan 6.Project Manager submits the Project Management Plan to the Deputy Director for approval. 7.Chief Operating Officer approves or revises the Project Management Plan and returns it to the Project Manager. ADE ZARA RPSU:Procedure XX ne Developing the Project Abstract (Form B) 8.The Project Manager develops scope,schedule and budget,including funding sources and budget allocations,according to the Project Management Plan. 9.Project Manager completes Project Abstract (Form B). Approving the Project Budget Request 10.Project Manager gets Project Abstract approval or revision from: Program Manager; Finance Controller; Chief Operating Officer;and Executive Director (If funding amount exceeds Chief Operating Officer's signature authority or if a revision to the approved Project Portfolio is required).aonEntering/Posting the budget 11.Grants department files the budget in Navision. 12.Grants department prepares budget entries. 13.Finance Controller posts the budget and notifies the Project Manager Developing the Grant Request (Form C) 14.Project Manager completes the Grant Request form according to the Project Management Plan and Project Abstract. 15.Project Manager submits the Grant Request along with the scope,schedule and budget to the Grants Assistant. Developing and approving the Draft Grant 16.Grants Assistant completes a Draft Grant using the Grant Request and scope,schedule and budget. 17.Grants Assistant submits the Draft Grant for review by the Project Manager Approve Draft Grant 18.Grants Assistant then routes the draft grant for approval to the a.Grants Supervisor b.Finance Controller c.Project Manager d.Chief Operating Officer "ADES ZAK RPSU:Procedure XX Execute Grant 19.Grants Assistant then routes the approved grant to the community,then the Project Manager,then the Executive Director for signature. 20.Grants Assistant then routes the Executed Grant to Finance for Grant Budget entry and posting (as described in next step). Enter/Post Grant Budget 21.The Grants Assistant files a copy of the Executed Grant in Navision 22.The Grants Assistant the routes the Grant to finance, who prepares the Executed Grant Budget entries and notifies the Project Manager. 23.Finance then routes the grant to the Controller,who posts the Grant Budget and notifies the Project Manager. Definitions &BFU Bulk Fuel Upgrade Acronyms REG Rural Energy Group RFA Request for Application RPSU Rural Power System Upgrades Caution:Don't wait to hear back from someone to whom you gave a form.Follow up in a day or two so that the project keeps moving forward. Note:Create a spreadsheet to keep track of projects,forms,and signatures,including project status and when they are submitted for approval and when follow up is needed.Even a good memory is not enough. When filing documents or projects,you should follow the supervisor's recommended filing system.I.e.Where to store contracts, correspondence (H drive) Warning:Follow project management best practices. Be very careful to include the correct and healthy contingencies into your project budget.ened "AIDEN AREA RPSU:Procedure XX Related Navision documents Master Budget Form from kept by the Rural Power Project Manager shows all REG's projects,how much money they have,how much money is going to be asked for in the future (projected) Project Flow Chart (AEA Document) Administrative Document owner:Chief Operating Officer Rural Energy &Operations Project Manager,Rural Power Business unit(s):Alaska Energy Authority,Rural Energy Group Others responsible:Accounting Controller,Procurement Managers -Grants Department Legal reference:Procurement Statutes (State of Alaska)36.30 Effective date:May 26,2015 Version control:(link to redline changes -redline includes comment about why the changes were made.) Key Words to include with search:REG,Rural Energy Group,Energy,Rural,Group, Procurement,Procedure,Project,Initiation,Departmental Operating Procedures,DOPs, Project,Management,Grant Request,Grant. Douglas Ott From: Sent: To: Ce: Subject: Attachments: Amy Adler Tuesday,February 13,2018 5:46 PM Douglas Ott Shawn Calfa;Elizabeth M.Hodges-Petty;Timothy J.Sandstrom Port Heiden RPSU Book5.xlsx I'm looking at the Port Heiden grant agreement that is routing and the funding as it is reflected in the grant does not consider the match requirements of the federal dollars.I've attached a spreadsheet of how it works if you want $2,855,816 in the grant (this includes $120,000 in CDR).With $100,000 in non-grant (per the budget transfer),you will have $130,000 in unallocated.The match needs to be met as expenditures occur. Let's talk tomorrow so |know what is intended and then I'Il have Liz adjust the budget. Thanks, Amy Seolt Arderen fd Header LO OTE Cc : ee<-RVW ENGINEERING GROUR LLC November 3,2017 Ms.Rebecca Garrett Alaska Energy Authority/Rural Energy Group 813 West Northern Lights Blvd. Anchorage,AK 99503 Re:Proposal for Construction Support Services Twin Hills Rural Power System Upgrade Project Professional Services Agreement No.2013-0257 Dear Ms.Garrett: CRW Engineering Group (CRW)is pleased to present this proposal for performing construction support services for the proposed electrical distribution system upgrade and intertie projects at Twin Hills,Alaska. The proposed improvements include converting the existing Twin Hills distribution system from 120/240V single phase to 7.2/12.47 KV above grade service (new poles,cross arm assemblies,primary conductor,pole anchors,street lights,transformers,service drops,etc),constructing a new backup diesel power plant in Twin Hills,and a new 5-mile overhead electrical intertie between Twin Hills and Togiak. SCOPE OF WORK 1.Bidding Support and Submittal Review -The design team will assist the AEA with preparation of bid documents,participate in pre-bid and pre-construction meetings,prepare addenda,review contractor submittals,and assist with other tasks as required. 2.Contract Administration.As requested by the AEA,the project team will assist with contract administrative tasks such as the development of construction forms,DCVR tracking,review of pay estimate requests,evaluation of change orders,project closeout documents,etc. 3.Technical Assistance.The project team,consisting of CRW,Golder Associates (geotechnical), Gray Stassel Engineering (mechanical/electrical),and DGT Engineers (structural)will provide technical assistance on an as needed basis throughout construction of the project.General responsibilities will include intermittent onsite inspections,the evaluation of "or equal” substitutions,review of required submittals and shop drawings,and the processing of DCVRs. 4.Onsite Project Representative.This fee proposal does not include full time inspection services. However,design team members will perform site visits as described below.Further,it is assumed that a local resident will be hired by the project to provide inspection services and daily reports/photos.It is also assumed that AEA staff will perform intermittent site inspections to verify contractor progress and activities. 5.Site Visits /Inspection.Up to 10 site visits will be performed by select members of the project team during the course of construction (5 for the Twin Hills distribution upgrades and 5 during intertie construction).Site visits will include progress inspections as well as substantial completion and final completion inspections for each phase of work.For the purposes of this proposal,it is assumed that the duration of each site visit will be two days. Twin Hills RPSU Phase III Page 2 It is assumed that the standby power plant module will be constructed within 50 miles of Anchorage and that progress inspections for this scope item will not require airfare. 6.Record Drawings The project team will prepare record drawings to document the location and layout of completed upgrades.The drawings will be prepared based on the findings of the final inspection(s)and the red lines to be provided by the construction contractor. Upon completion of the record drawings,6 sets of half size bond paper plots,and an electronic copy of the drawings in .pdf format will be delivered to the AEA. 7.Module O&M Manual An operation and Maintenance Manual will be prepared for the standby generator module.. Upon completion of the manual,6 bound paper copies and an electronic copy of the manual in .pdf format will be delivered to the AEA. FEE The proposed Scope of Work will be performed on a time and materials basis in accordance with the terms and conditions of our existing professional services agreement 2013-0257.The estimated cost of completing the proposed Scope of Work is $287,840.A breakdown of this cost is shown on the attached fee estimate. SCHEDULE We propose the following time frames for the completion of these services.For the purposes of this fee proposal it is assumed that the project will bid in early 2018 and take two seasons to construct. Notice to Proceed November 15,2017 Bid Documents January 15,2018 Construction Support Services Bid Award through Completion Date Record Drawings /O&M Manual Within 60 Days of Construction Completion Estimated NTP Completion Date September 2019 Thank you for asking CRW to provide this proposal.We appreciate the opportunity to serve the Alaska Energy Authority and ask that you contact us at 562-3252 if you have any questions or comments. Sincerely, CRW Engineering Group,LLC.Wat HoboKar!Hulse,P.E. Project Manager Attachment:Cost Estimate Per Task Price Per Task Summary GSE Cost Proposal Golder Cost Proposal DGT Engineers Cost Proposal Alaska Industrial Development &Export Authority Property Transfer Authorization and Report Alaska Energy Authority 813 West Northern Lights Boulevard Anchorage,AK 99503-2495 Requestor Name:Date Requested:Community Receiving Entity Receiving Agency Releasing Location of Property Applicable Program Grant Number If Applicable Property Officer Releasing Name Property Officer Signature Date Signed Project Number if Applicable Item |Qty Description Serial and/or Tag #|Condition*|Project Code Origin |Replacement Cost 1 $ 2 $ 3 $ 4 $ *Condition Codes (N-New;E-Excellent;G-Good;P-Poor;S-Salvage;X-Scrap) Name and Title of Releaser:Signature of Releaser:Date Releaser Signed: Name and Title of Receiver:Signature of Receiver:Date Receiver Signed:* *(f Receiver not available due to location Shipper receipt must be attached. Additional Comments: The Alaska Energy Authority (AEA)does not guarantee the condition of this equipment in any fashion and that no warranty of any kind has been or is being made by AEA as regards to this equipment.AEA does not certify that it has not been modified or altered from its original design.AEA does not certify or warrant that this equipment is safe or fit for any particular use and the utility will rely wholly upon its own observations and inspections of the equipment in determining what use it might make of the equipment and as to its safe or unsafe condition.The utility recognizes and acknowledges that the equipment is being handed over by AEA to the utility in an "as is condition”,without warranty as to its fitness or safety and that any verbal representations to the contrary are repudiated hereby in this document. Furthermore,in consideration of AEA's agreement to handover this equipment the utility,waives and releases any and all rights and causes of action for damages or injury which they may have or which may accrue to them hereafter,whether now known or unknown,against AEA,its employees,officials,officers and agents for any and all loss,damage or injury or claim or legal action thereof on account of any injury or death to the utility or their property arising out of or in connection with the use and/or ownership of the handed over equipment.The utility further agrees to hold harmless,defend and indemnify AEA,its employees,officials,officers and agents from any and all claims of liability of injury or damage suffered by third parties or entities arising out of their use or ownership of the handed over equipment. AIDEA/AEA Property Transfer Page 1 of 1 PORT HEIDEN RPSU TOPIC AEA GRANT 7110039 TO CITY OF PORT HEIDEN DENALI COMMISSION FAA,SCOPE,QUARTERLY REPORTING GSE ENGINEERING CONTRACT,NTPs,SCOPE GSE DESIGN -REPORTS,MEETING NOTES, PROJECT FINANCES -REPORTS,BUDGET PORT HEIDEN -MISC.INFO,MAPS,ARTICLES, SAMPLE RPSU GRANT DOCS,EMAILS ge orene Sonn arsmmerera par prree s h e r a com cece (aesry Gshen oyeer en f eeeE| ry Port Heiden RPSU,Grant Agreement 7110039,Amendment #2 Updated Scope of Work APPENDIX C_Grantee Proposal/Scope of Work,replace with the following: AEA will pursue a Rural Power System Upgrade (RPSU)project in three phases:Ph1 Conceptual Design, Ph2 Final Design,and Ph3 Construction.Ph1 Conceptual Design is underway and will soon be completed.This grant is now being amended to include Ph2 Final Design and Ph3 Construction. Ph2 Final Design phase will provide a design which meets Port Heiden Utilities'requirements. Consultant deliverables will include plans and specifications suitable for construction,a draft Environmental Assessment and all permitting.The new power plant will be located on City-owned land adjacent to the City tank farm,the Port Heiden School and the city shops,which will facilitate the distribution of excess heat to the school and city shops from the diesel generators via a heat recovery system.Design for upgrades to the existing electrical distribution system will also be a part of the scope of work for this grant,whose scale is dependent upon availability of funding. The scope of Ph3 Construction will include construction of:(1)a new power house,(2)a heat recovery system to supply excess heat to the Port Heiden School and City shops and (3)upgrades to the electrical distribution system as funds allow.Also included in this phase is contracting for bidding services, construction administration and quality control services. Milestones:Complete Ph2 Final Design by the end of 2018.Perform Ph3 Construction in 2019 -2021. Construction Administration in late 2018 -2021. Budget:The total new allocated grant budget is increased to $2,855,816. All other terms and conditions remain unchanged. Alaska Energy Authority Grant Agreement =ALASKAAmendment==>ENERGY AUTHORITY Grant Agreement Number }CFDA#Amount of Funds AEA use only 7110039 N/A $120,000 Managed Pass-thru Project Code(s)Proposal No.Period of Performance: 350320 RP10139 From:February 15,2016 To:June 30,2018 Project Title Port Heiden RPSU GRANTEE GRANTOR Name Alaska Energy AuthorityCityofPortHeidenroy Street/PO Box Street/PO Box P.O.Box 49074 813 W.Northern Lights Bivd.City/State/Zip City/State/Zip Port Heiden,AK 99549 Anchorage,AK 99503 Contact Person Contact Person Toni Christensen Doug Ott,Project Manager Phone Fax Email:Phone Fax Email: 907-837-2209 |907-837-2248 |City.portheiden@gmail.com |907-771-3067 |907-771-3044 dott@aidea.org AMENDMENT 1 -*Revised* Extend Period of Performance to June 30,2018 Change AEA Project Manager to Doug Ott All other terms and conditions remain unchanged '.Executive DirectorGranteeAuthorityProjectManagerorDesignee Signature Date |Signature Date |Signature Date Gr oni Christensen, Mayor Project Manager Wiehy A "de-s4 ALL Wt}? Doug Stt,(Jo Springsteen,in xecutive Director Page1of1 Alaska Energy Authority |5 ALASKAGrantAgreement€==->ENERGY AUTHORITY Grant Agreement Number CFDA Number Amount of Funds:AEA use onl 7110039 N/A $120,000 Managed $83 __Pass-thru Project Code(s)Proposal Number:Period of Performance:a 350320 RP10139 From:February 15,2016 To:December 31,2016 Project Title: Port Heiden RPSU Grantee Grantor Name Alaska E AuthoriCityofPortHeidenaEnergyAuthority Street/PO Box Street/PO Box P.O.Box 49074 813 W.Northem Lights Blvd City/State/Zip City/State/Zip Port Heiden,AK 99549 Anchorage,AK_99503 Contact Person Contact Person Toni Christensen Tim Sandstrom,Project Manager Phone:Fax:E-mail:Phone:Fax:E-mail:907-837-2209 _}907-837-2248 |cityofportheiden@gmaicom |907-771-3082}907-771-3044 |tsandstrom@aidea.org AGREEMENT The Alaska Energy Authority (hereinafter 'Authority')and City of Port Heiden (hereinafter 'Grantee'),agree as set forth herein. Section I.The Authority shall grant funds to pay for expenses incurred by the Grantee under the terms andconditionsofthisAgreement,in an amount not to exceed $120.000,unless the grant amount is amended as provided herein. Section fl.The Grantee shall apply the grant funds to the Project and perform all of the work and other obligations required by this Agreement. Section Ili.Performance under this agreement begins February 15,2016 and shall be completed no later than December 31,2016. Section IV.The agreement consists of this page and the following: Appendices Appendix A:General Provisions Appendix B:Standard ProvisionsAppendixC:Grantee Proposal/Scope of Work Attachments/Forms (As required) Attachment 1:Notice of Project Completion Attachment 2:Grantee Certification Appendix D:Project Management AMENDMENTS:Any amendments to this Agreement must be signed by authorizedrepresentativesofGranteeandtheAuthority and should be listed here. Authority Executive Director orGrantee_Project Manager Designee Sigrgatyre Date Sau a Date ignatu 4 ateie)Y-2500 2-2 Sie Pp oni Christensen,Tim Sandstrom,VSara Fisher-Geédd,Mayor Project Manager AEA Executive Director Port Helden RPSU Grant Agreement #7110039 Table of Contents Grant No.7110039 AGREEMENT. APPENDIX A GENERAL PROVISIONS 1 DEFINITIONS. 2 AUTHORITY SAVED HARMLESS 3 WORKERS'COMPENSATION INSURANCE 4.INSURANCE ......: 5.EQUAL EMPLOYMENT OPPORTUNITY (EEO) 6 PUBLIC PURPOSES 7 OFFICIALS NOT To BENEFIT 8 GOVERNING LAW 9 COMPLIANCEWITHAPPLICABLE LAW AND FUNDING SOURCE REQUIREMENTS 10.SEVERABILITY Il.NON-WAIVER 12.INTEGRATION 13.GRANTEE NOT AGENT OF AUTHORITY 14.DISPUTES 15.TERMINATION 16.TERMINATION DUE TO LACK OF FUNDING17.No ASSIGNMENT OR DELEGATION 18.No THIRD PARTY BENEFICIARIES 19.No ADDITIONAL WORK OR MATERIAL 20.CHANGES 21.TAX COMPLIANCE RESPONSIBILITIES OF GRANTEE 22,LOBBYING ACTIVITIES 23.OWNERSHIP OF DOCUMENTS AND PRODUCTS24.INSPECTIONS AND RETENTION OF RECORDS 25.AUDITS 26.LEGAL AUTHORITY ©O6G06968DGIAIFVIAAAANDAUAUUUAWHALARABANw27.GRANT CLOSE OUT APPENDIX B STANDARD PROVISIONS 1.GRANT FUNDING SOURCES 2.GOVERNING LAWS 3.INSURANCE REQUIREMENTS 4.PROCUREMENT AND SUSPENSION AND DEBARMENT APPENDIX B1 STANDARD PROVISIONS FOR GENERAL DESIGN DECLARATION OF PUBLIC BENEFIT..... SITE CONTROL PERMITS EXCLUSION OF EXISTING ENVIRONMENTAL HAZARDS ENVIRONMENTAL STANDARDS TARIFFS &RATES FOR USE OF GRANT-FUNDED ASSETS NAYWheGRANT-FUNDED ASSETS NOT INCLUDED WITH PCE APPENDIX B2 STANDARD PROVISIONS FOR AEA MANAGED PROJECTS 1.AUTHORITY'S RESPONSIBILITIES 2.FORCE ACCOUNT PAYROLL AND PROJECT COORDINATION....... APPENDIX C GRANTEE PROPOSAL/SCOPE OF WORK Page2of19 10 Port Heiden RPSU Grant Agreement #7110039 APPENDIX D PROJECT MANAGEMENT 16 1.PROJECT MANAGEMENT...cecccsseossconnseceserenveseuseenscoraccossacsoseecoasacecesssecsereeesces suvteascensessosesencersacessuere 16 2.CONTACT PERSONS ....cccsesssecsureees vee 16 3.DOCUMENTATION AND RECORD KEEPING......0.scssccsssscsssesssceressessovssnnssconseearonccnnsesasueccrevscessessussucsossvsecorscsons 16 ATTACHMENT 1 NOTICE OF GRANT COMPLETION FOR MANAGED PROJECTSuuu..cccccscceccoscsereess 17 ATTACHMENT 2 GRANTEE CERTIFICATION 18 Page3of 19 Port Heiden RPSU Grant Agreement #7110039 |APPENDIX A GENERAL PROVISIONS | 1.Definitions In this Grant Agreement,attachments and amendments: a)"Authority”means the Alaska Energy Authority,a public corporation of the State of Alaska. b)"Authority Project Manager”means the employee of the Authority responsible for assisting the Grantee with technical aspects of the Project and is one of the Grantor's contacts for the Grantee during all phases of the Project. c)"Authorized Representatives”means those individuals or entities authorized by an entitytoactonitsbehalf,with delegated authority sufficient to accomplish the purposes for which action is needed. d)"Economic Life”means _40_years from the date of the final disbursement. e)"Executive Director”means the Executive Director of the Authority or the Executive Director's authorized representative. f)"Matching Contributions”means the cash,loan proceeds,in-kind labor,equipment, land,other goods,materials,or services a Grantee provides to satisfy any match requirements of a grant or to complete the Project. g)"Project”means Port Heiden RPSU as defined in Appendix C (Scope of Grant)for whichfundshavebeenmadeavailable. h)"State”means the State of Alaska. 2.Authority Saved Harmless As a condition of this Grant,the Grantee agrees to defend,indemnify,and hold harmless the Authority and the State of Alaska,and their agents,servants,contractors,and employees,from and against any and all claims,demands,causes of action,actions,and liabilities arising out of,or in any way connected with this grant or the project for which the grant is made,howsoever caused,except to the extent that such claims,demands,causes of action,actions or liabilities are the proximate result of the sole negligence or willful misconduct of the Authority or the State of Alaska. 3.Workers'Compensation Insurance The Grantee shall provide and maintain Workers'Compensation Insurance as required by AS 23.30 for all employees engaged in work under this Grant Agreement.The Grantee shail require any contractor to provide and maintain Workers'Compensation Insurance for its employees as required by AS 23.30. 4,Insurance The Grantee is responsible for obtaining and maintaining any necessary insurance and endorsements as defined in Appendix B Standard Provisions Page 4 of 19 Port Heiden RPSU Grant Agreement #7110039 §.Equal Employment Opportunity (EEO) The Grantee may not discriminate against any employee or applicant for employment because of race,religion,color,national origin,age,physical handicap,sex,marital status,changes in marital status,pregnancy,or parenthood.The Grantee shall post in a conspicuous place, available to employees and applicants for employment,a notice setting out the provisions of this paragraph. The Grantee shall state in all solicitations or advertisements for employees to work on Authority funded projects,that it is an Equal Opportunity Empioyer (EEO)and that all qualified applications will receive consideration for employment without regard to race,religion,color, national origin,age,physical handicap,sex,marital status,changes in marital status,pregnancy or parenthood. The Grantee shall include the provisions of this EEO article in every contract relating to this Grant Agreement and shall require the inclusion of these provisions in every agreement entered into by any of its contractors,so that those provisions will be binding upon each contractor and subcontractor. 6.Public Purposes The Grantee agrees that the Project to which this Grant Agreement relates shall be dedicated to public purposes and any project constructed or equipment or facilities acquired,shall be owned and operated for the benefit of the general public.The Grantee shall spend monies appropriated under this grant only for the purposes specified in the Grant Agreement.The benefits of the Project shall be made available without regard to race,religion,color,national origin,age,physical handicap,sex,marital status,changes in marital status,pregnancy or parenthood. 7.Officials Not To Benefit No member of or delegate to Congress or the Legislature,or officials or employees of the Authority or Federal government may share any part of this agreement or any benefit to arise from it. 8.Governing Law This Grant Agreement is governed by the laws of the State of Alaska.Any civil action arising from this Agreement shall be brought in the Superior Court for the Third Judicial District of the State of Alaska at Anchorage. 9.Compliance with Applicable Law and Funding Source Requirements The Grantee shall comply with all applicable local,state and federal statutes,regulations, ordinances and codes,whether or not specifically mentioned herein.Refer to Appendix B Standard Provisions for more specific requirements. 10.Severability If any section,paragraph,clause or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall be unaffected and enforced to the fullest extent possible, and the invalid or unenforceable provision shall be deemed replaced with a valid and enforceable provision that is as similar as possible to such invalid or unenforceable provision. Page 5 of 19 Port Heiden RPSU Grant Agreement #7110039 11.Non-waiver The failure of either party at any time to enforce a provision of this Agreement shall in no wayconstituteawaiveroftheprovision,nor in any way affect the validity of this Agreement,or anyparthereof,or the right of such party thereafter to enforce each and every provision hereof. 12.integration This instrument and all appendices,amendments,attachments,hereto embody the entire Agreement of the parties concerning the grant funds granted hereunder.There are no promises,terms,conditions,or obligations regarding said funds other than those contained in the documents described above;and such documents shall supersede all previous communications,representations or agreements,either oral or written,between the parties hereto.To the extent there is any conflict between the provisions of Appendix A and B theGrantee's application or proposal,the provisions of Appendix A and B prevail. 13.|Grantee Not Agent of Authority The Grantee and any agents and employees of the Grantee act in an independent capacity and are not officers or employees or agents of the Authority in the performance of this Grant Agreement. 14,Disputes Any dispute arising under this Grant Agreement which is not disposed of by mutual agreement must be dealt with in accordance with 3 AAC 108.915. 15.Termination a)The Grantee shall have no rights to compensation or damages for termination except .as provided in this Section. b)In addition to all other rights available under law,the Authority may terminate this Agreement or stop work on the Project for the convenience of the Authority or for cause upon ten (10)days written notice. c)"Cause"for termination shall exist when the Grantee has failed to perform under this Agreement,has been stagnant on progression of the project for 2 years,has provided incorrect or misleading information or has failed to provide information which would have influenced the Authority's actions.In order for termination to be for cause,the Grantee's failure to perform or the Grantee's provision of incorrect,misleading,or omitted information must be material. d)if this Agreement is terminated for cause,the Grantee shall be entitled to no compensation.The Grantee shall reimburse the Authority for all grant funds expended under this Agreement by the Grantee or on the Grantee's behalf including interest accrued from the date of disbursement.The Grantee shall also reimburse the Authority for any costs incurred to collect funds subject to reimbursement,and for any damages incurred by the Authority as a result of the Grantee's failure to perform or provision of incorrect or misleading information.The Authority may require the Grantee to return to the Authority some or all of the Project assets and the fair market value of the returned Project assets will be applied to reduce the amount of reimbursement the Grantee owes the Authority under this subsection d. Page 6 of 19 Port Heiden RPSU Grant Agreement #7110039 e)If this Agreement is terminated at the sole request of the Authority for the sole reason of its convenience,the Grantee is not required to reimburse the Authority for funds expended prior to the date of termination.If the Grantee has incurred costs under this agreement,the Grantee shall only be reimbursed by the Authority for eligible costs the Grantee incurred prior to the date of termination of the Agreement.However,prior to making any claim or demand for such reimbursement,the Grantee shall use its best effort to reduce the amount of such reimbursement through any means legally available to it.The Authority's reimbursement to the Grantee shall be limited to the encumbered, unexpended amount of funds available under this Agreement. f)If the basis for the termination of the Agreement or stop work under Section 15(b)is capable of being cured,the Authority shall provide the Grantee thirty (30)days from the date the termination or stop work becomes effective for the Grantee to cure the basis for the termination or stop work.If the Grantee cannot reasonably cure the basis for the termination or stop work within this thirty (30)day period,but the Grantee promptly undertakes and diligently pursues such cure,the cure period shall be extended to sixty (60)days.The Authority may further extend the cure period if the Grantee demonstrates that it is prohibited from curing the basis for termination or stop work by any process, stay or injunction issued by any governmental authority or pursuant to any bankruptcy or insolvency proceedings.If the Grantee cures the basis for the stop work,the stop work will be lifted.Until the Agreement is reinstated or stop work lifted,the Authority may not disburse any amount under this Agreement to the Grantee except as otherwise specifically provided in this section. 16.Termination Due to Lack of Funding In the event funding from the Authority,federal or other sources is withdrawn,reduced,or limited in any way after the effective date of this agreement and prior to normal completion,the Authority may terminate the agreement,reduce funding,or re-negotiate subject to those new funding conditions. 17.|No Assignment or Delegation The Grantee may not assign or delegate this Grant Agreement,or any part of it,or any right to any of the money to be paid under it,except with the written consent of the Executive Director or Designee. 18.No Third Party Beneficiaries Except as otherwise specified in this agreement,no person is a third party beneficiary of this Agreement and this Agreement creates no third party rights.Specifically,any person who is notapartytothisAgreementshallbeprecludedfrombringinganyactionassertingtheliabilityofa party or asserting any right against a party to this Agreement,through the terms of this Agreement.No person,other than a party to this Agreement,may bring any action based uponthisAgreementforpersonalinjuries,property damages,or otherwise. 19,No Additional Work or Material No claims will be allowed for additional work,matetials,or equipment,not specifically authorized in this Grant Agreement,which are performed or fumished by the Grantee. Page7of19 Port Heiden RPSU Grant Agreement #7110039 20.Changes Any changes which have been agreed to by both parties will be attached and made a part ofthisGrantAgreementbyuseofawrittenAmendment.Any such Amendment must be dated and signed by Authorized Representatives of the Authority and the Grantee. 21.Tax Compliance Responsibilities of Grantee The Grantee is responsible for determining applicable federal,state,and local tax requirements, for complying with all applicable tax requirements,and for paying all applicable taxes.The Authority may issue_an IRS Form 1099 for Grant payments made.The Grantee shall pay all federal,state and local taxes incurred by the Grantee and shall require the payment of all applicable taxes by any contractor or any other persons in the performance of this Grant Agreement. 22.+Lobbying Activities In accepting these funds,the Grantee agrees and assures that none of the funds will be used for the purpose of lobbying activities before the United States Congress or Alaska Legislature. No portion of these funds may be used for lobbying or propaganda purposes as prohibited in AS 37.05.321,18 U.S.C.1913,31 U.S.C.1352,or other laws as applicable. 23.Ownership of Documents and Products Except as otherwise specifically agreed,all designs,drawings,specifications,notes,artwork, computer programs,reports and other work developed with grant funds in the performance of this agreement are public domain and may be used by the Authority and/or public without notice or compensation to the Grantee.The Grantee agrees not to assert any rights and not to establish any claim under the design patent or copyright laws.Except as otherwise specificallyagreed,and without limiting any Intellectual Property requirements of a federal funding agency,the Authority shall have unlimited rights to use and to disseminate any data produced or delivered in the performance of the contract.For purposes of clarity,nothing in this section precludes Grantee from using any document or product with respect to the Project or other Grantee uses. 24.Inspections and Retention of Records The Grantee shall keep a file for financial,progress and other records relating to the performance of the grant agreement.The file must be retained for a period of four years from the fully executed close out of the grant agreement or until final resolution of any audit findings claim or litigation related to the grant.The Authority may inspect,in the manner and at reasonable times it considers appropriate,records and activities under this Grant Agreement. 25.Audits This Grant Agreement is subject to 2 AAC 45.010 single audit regulations for State Grants.The Grantee must comply with all provisions of 2 AAC 45.010 and any additional audit requirements outlined in Appendix D. Commercial (for-profit)entities shall obtain an audit by an independent auditing firm similar to a program audit prepared under OMB A-133.The auditee and auditor shall have basically the same responsibilities for the federal or state program as they would have for an audit of a major program in a single audit.The expenditure threshold is $500,000 in the commercial entity's fiscal year. Page8of19 Port Heiden RPSU Grant Agreement #7110039 26.Legal Authority The Grantee certifies that it possesses legal authority to accept grant funds under the State of Alaska and to execute the Project described in this Grant Agreement by signing the Grant Agreement document.The Grantee's relation to the Authority and the State of Alaska shall be at all tines as an independent Grantee. 27.Grant Close out Upon completion of all work and expenditure of all grant funds related to the Project the Authority will provide written notice to the Grantee that the Grant will be closed.The Grantee shall sign the Notice of Project Closeout within 30 days after it is delivered by the Authority.The Grant will be considered closed upon receipt of the signed Notice of Project Closeout. The Grant will be administratively closed if the Grantee fails to return the Notice of ProjectCloseoutwithin30daysafteritisdeliveredbytheAuthority.If the Grantee has a valid reason for the Grant to remain open,they must contact the Authority in writing within 30 days. No additional reimbursements will be made to the Grantee.after the grant is closed out. Page 9 of 19 Port Heiden RPSU Grant Agreement #7110039 |Appendix B Standard Provisions 1.Grant Funding Sources This Grant is subject to appropriation and availability of funds as listed below: State of Alaska $120,000 SLA 2013 Ch.16;Sec.1;Pg.4;Ln.18-19 Grantee acknowledges that if additional grant funds are made available they are subject to the terms and conditions of this Agreement and any amendment. 2.Governing Laws The Grantee shall perform all aspects of this Project in compliance with all applicable state, federal and loca!laws. 3.Insurance Requirements The following insurance requirements are in effect for this Project.Grant funds will be used to procure Project related insurance and the Authority will work with the Grantee to ensure that these requirements are met.Insurance will be obtained with an insurance carrier or carriers covering injury to persons and property suffered by the State of Alaska,Alaska Energy Authority or by a third party as a result of operations under this grant.The insurance shall provide protection against injuries to all employees of the Project engaged in work under this grant.All insurance policies shall be issued by insurers that (i)are authorized to transact the business of insurance in the State of Alaska under AS 21 and (ii)have a Bests Rating of at least A-VIl and be required to notify the Authority,in writing,at least 30 days before cancellation of any coverage or reduction in any limits of liability. Where specific limits and coverage are shown,it is understood that they shall be the minimum acceptable and shall not limit the Grantee's indemnity responsibility.However,costs for any coverage in excess of specific limits of this agreement are the responsibility of the Grantee and may not be charged to this grant agreement. The following policies of insurance shall be maintained with the specified minimum coverageandlimitsinforceatalltimesduringtheperformanceworkunderthisProject: 1.Workers'Compensation:as required by AS 23.30.045,for ail employees engaged in work under this Project.The coverage shall include: a.Waiver of subrogation against the State and the Alaska Energy Authority and Employer's Liability Protection at $500,000 each accident/each employee and $500,000 policy limit; 2.Commercial General Liability:on an occurrence policy form covering all operations under this Project with combined single limits not less than: a.$1,000,000 Each Occurrence; b.$1,000,000 Personal Injury: c.$1,000,000 General Aggregate;and d.$1,000,000 Products-completed Operations Aggregate. Page 10 of 19 Port Helden RPSU Grant Agreement #7110039 The State of Alaska and Alaska Energy Authority shall be named as an Additional insured. 3.Automobile Liability:covering all vehicles used in Project work,with combined singlelimitsnolessthan$1,000,000 each occurrence. All of the above insurance coverage shall be considered to be primary and non-contributory to any other Insurance carried by the State of Alaska and Alaska Energy Authority,whether self- insurance or otherwise. The Authority's acceptance of deficient evidence of insurance does not constitute a waiver of Grant requirements. 4.Procurement and Suspension and Debarment When the Grantee enters into a transaction with an entity for the purchase of goods or services that are expected to equal or exceed $25,000,or meet other special criteria as specified in 2 CFR section 180.220,the grantee is required to verify that the entity and its principals as defined in 2 CFR section 180.995,are not suspended or debarred or otherwise excluded from participating in the transaction.The Grantee must verify the eligibility of the entity and its principals by one of the following:(1)checking the Excluded Parties List System (EPLS)maintained by the General Services Administration (GSA)(Note:EPLS is no longer a separate system;however,the OMB guidance and agency implementing regulations still refer to it as EPLS)and available at https:/Awww.sam.gov/portal/public/SAM/),(2)collecting a certification from the entity,or (3)adding a clause or condition to the covered transaction with that entity stating it is not suspended or debarred from participating in the transaction (2 CFR section 180.300). Page 11 of 19 Port Helden RPSU Grant Agreement #7110039 |Appendix B1 Standard Provisions for General Design 1.Declaration of Public Benefit The parties acknowledge and agree that the Project shall be constructed,owned and operated for the benefit of the general public and will not deny any person use and/or benefit of Project facilities due to race,religion,color,national origin,age,physical handicap,sex,marital status, changes in marital status,pregnancy or parenthood. 2.Site Control If the grant Project involves the occupancy and use of real property,the Grantee assures that it has the legal right to occupy and use such real property for the purposes of the grant,and further that there is legal access to such property.The Grantee is responsible for securing the real property interests necessary for the construction and operation of the Project,through ownership,leasehold,easement,or otherwise,and for providing evidence satisfactory to the Authority that it has secured these real property interests. 3.Permits It is the responsibility of the Grantee to identify and ensure that all permits required for the construction and operation of this Project by the Federal,State,or Local governments have been obtained unless otherwise stated in Appendix C.These permits may include,but are not limited to,Corps of Engineers,Environmental Protection Agency,Alaska Department of Environmental Conservation,State Historic Preservation Office,State Fire Marshal,Alaska Department of Natural Resources,Alaska Department of Fish and Game and Boroughs. 4.Exclusion of Existing Environmental Hazards Grant funds for investigation,removal,decommissioning,or remediation of existing environmental contamination or hazards,are not allowed unless specifically specified and approved in Appendix C. 5.Environmental Standards The Grantee will comply with applicable environmental standards,including without limitation applicable laws for the prevention of pollution,management of hazardous waste,and evaluation of environmental impacts. 6.Tariffs &Rates for Use of Grant-Funded Assets Rates for power provided as a result of generation or transmission facilities built with grant funds may be subject to review and approval by the Regulatory Commission of Alaska (RCA),or if the rates are not subject to RCA review and approval,they may be subject to review and approval by the Authority to ensure reasonable and appropriate public benefit from the ownership and operation of the Project. As a condition of the grant,Independent Power Producers will agree to sell energy resources for electricity and heat at a cost-based rate for the economic life of the project.The Authority will hire an independent economist to provide guidance in developing a cost-based rate for electric sales with an appropriate rate of return on equity. Page 12 of 19 Port Heiden RPSU Grant Agreement #7110038 The allowable cost-based rate represents the highest rate that the Independent Power Producer will be allowed to charge.Because the cost-based rates are a grant condition,avoided costs rates or Public Utility Regulations Policies Act (PURPA)rates will not apply for projects which obtain grant funding. Application for a Certification of Public Convenience and Necessity (CPCN)is also a grant condition.RCA action related to the issuance of the CPCN must be completed prior to the issuance of any construction grant funding. 7.Grant-funded Assets Not Included with PCE The Grantee agrees that it will not include the value of facilities,equipment,services,or other benefits received under this grant as expenses under the Power Cost Equalization Program or as expenses on which wholesale or retail rates or any other energy tariffs are based. Page 13 of 19 Port Heiden RPSU Grant Agreement #7110039 |Appendix B2__Standard Provisions for AEA Managed Projects | 1.Authority's Responsibilities In consideration for this Grant,Grantee hereby appoints the Authority to act as its agent for thedesign,construction,management,and administration of the Project. As Agent of the Grantee the Authority will be responsible for all matters related to the ProjectdesignandconstructioninaccordancewiththisGrantAgreement,including but not limited to development and approval of plans and specifications;procurement of all materials and services,hiring force account labor,and accounting and reporting all expenditures as required by the State of Alaska,provided that the Authority will not be responsible for any matters notrequiredbythisGrantAgreement. If other funding sources for the Project require the Authority to assume additional duties as the agent of the Grantee,then those requirements will be identified and the duties will be assumed in a separate agreement which will be included as an Attachment to this Grant. The Grantee is responsible for monitoring the Project work to the extent necessary for the Grantee to determine that the work is proceeding satisfactorily and so that the Grantee can perform its responsibilities pertaining to the Project and operate and maintain the Project after Project completion. The Grantee will raise with the Authority promptly any concems or issues it may have regarding the Project,and if those concerns or issues are not satisfactorily resolved the Grantee will promptly give written notice with a detailed description of the concerns or issues to the Authority's Project Manager. The Authority may engage an accounting firm to provide payroll services for the Project.If so engaged,the accounting firm may process payroll and per diem checks,make the required payroll tax payments,perform all required payroll tax and other reporting,and compute worker's compensation amounts payable by project as defined in their contract,and perform any other payroll services that may be required for the Project.In addition,the Authority will provide theWorkers'Compensation insurance for the workers hired to complete this project. 2.Force Account Payroll and Project Coordination The Grantee will assist the Authority in obtaining qualified local labor for the Project and will provide necessary local administration assistance,including recommending qualified local personnel;assisting in obtaining necessary personnel information;assisting in obtaining housing for nonresident workers;facilitating communications between the Authority,thecommunityandlocalemployees;and serving as a liaison between the Authority and thecommunity. Page 14 of 19 Port Heiden RPSU Grant Agreement #7110039 |Appendix C Grantee Proposal/Scope of work || This Grant shall provide for an AEA term engineering contractor to produce a Conceptual Design Report (CDR)for the Port Heiden RPSU project.The project has three phases CDR, Final Design,and Construction.The proposed scope shall be for the first phase,the CDR.It isanticipatedthatphases2and3willbeaddedbyamendingtheGrant.The CDR shall evaluate the existing power plant,electrical distribution system,power plant fuel storage,heat recovery and coordinate with a proposed wind project.Specific Tasks include; 1.Initial Data Collection Site Investigation Summary Letter Report Site Control Permitting Review Draft Conceptual Design Report Construction cost estimate Coordination with other energy projects (Wind,Bulk Fuel,etc.) Final Conceptual Design ReportOMNOARWHN Schedule: Complete CDR NLT 12/31/16 Page 15 of 19 Port Heiden RPSU Grant Agreement #7110039 |Appendix D Project Management 1.Project Management The Grantee will notify the Authority immediately of any significant organizational changesduringthetermofthegrant,including changes in key personnel or tax status,any unforeseen problem or project delay that may cause a change to the work plan or budget or that mayotherwiseaffecttheGrantee's ability to perform its commitments under this Grant Agreement. Any unreported or unapproved changes to the work plan or budget evident in reports may result in an amendment being required,costs disallowed,suspension or termination of the grant as described in Appendix A. 2.Contact Persons For the Grantee For The Authority Grant Manager Grant Manager Toni Christensen P.O.Box 49074 Port Heiden,AK 99549 cityofportheiden@aqmail.com 907-837-2209 Shawn Calfa,Grants Administrator 813 W.Northern Lights Blvd. Anchorage,Alaska 99503 scalfa@aidea.org 907-771-3031 Project Manager Tim Sandstrom 813 West Northern Lights Blvd. Anchorage,AK 99503 tsandstrom@aidea.orq 907-771-3082 3.Documentation and Record Keeping The Grantee shall maintain the following in their files: Grant application; Grant agreement and any amendments; All written correspondence or copies of emails relating to the Grant; Reports,including any consultant work products; The Authority and any authorized federal representative may inspect,in the manner and at anyreasonabletimeeitherconsidersappropriate,the Grantee's facilities,records,and activities funded by this Grant Agreement. Page 16of19 Port Heiden RPSU Grant Agreement #7110039 |Attachment 1__Notice of Grant Completion for Managed Projects NOTICE OF GRANT COMPLETION ALASKA ENERGY AUTHORITY Project Name:Port Heiden RPSU Grantee:City of Port Heiden Grant Number:7110039 The Alaska Energy Authority (the Authority)certifies and acknowledges that the Projectreferencedabovehasbeencompleted,and that all tasks have been satisfactorily carried out in accordance with the terms and conditions of Agreement Number:7110039. Kris Noonan Date Alaska Energy Authority Page 17 of 19 Port Heiden RPSU Grant Agreement #7110039 [Attachment 2 Grantee Certification CERTIFICATION OF GRANTEE AND LOWER-TIER PARTICIPANTS REGARDING DEBARMENT,SUSPENSION,AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION Grantee City of Port Heiden P.O.Box 49074 Port Heiden,AK 99549 I,Ton ws;Lasen hepor hereby certify on behalf(Name and title'of official) of City of Port Heiden that: (1)The prospective Grantee and lower tier participant certifies,by submission of this letter,that neither it nor its "principals"[as defined at 49 C.F.R.§ 29.105(p)]is presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency.In the event,your company or any principals become ineligible from participating in federally funded transactions,you are required to notify us immediately. (2)When the prospective Grantee and lower tier participant is unable to certify to the statements in this certification,such prospective participant shall attach an explanation to this proposal. Executed this a:5 day ofLbLies ,20Léawtec(Signature of authorized official) Sht4 fit (Title of authorized official) Page 18 of 19 Port Heiden RPSU Grant Agreement #7110039 DEBARMENT,SUSPENSION,INELIGIBILITY &VOLUNTARY EXCLUSION -49 CFR Part 29;Executive Order 12549 [Applicable to all Federal-aid contracts which exceed $25,000} Instructions for Certification: 1.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into.If it is later determined that the prospective Grantee and lower tier participants knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government,THE AUTHORITY may pursue available remedies, including suspension and/or debarment. 2.The prospective Grantee and lower tier participants shall provide immediate written notice to THE AUTHORITY if at any timetheprospectiveGranteeandlowertierparticipantslearnsthatitscertificationwaserroneouswhensubmittedorhasbecomeerroneous by reason of changed circumstances, 3.The terms "covered transaction,”"debarred,""suspended,”"ineligible,”"lower tier covered transaction,”"participant,""persons,""lower tier covered transaction,”"principal,”"proposal,"and voluntarily excluded,”as used in this clause,have the meanings set out intheDefinitionsandCoveragesectionsofrulesimplementingExecutiveOrder12549[49 CFR Part 29].You may contact THEAUTHORITYforassistanceinobtainingacopyofthoseregulations. 4,The prospective Grantee and lower tier participants agrees by submitting this proposal that,should the proposed covered transaction be entered into,it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended,declared ineligible,or voluntarily excluded from participation in this covered transaction,unless authorized in writing byTHEAUTHORITY. 5.The prospective Grantee and lower tier participants further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction",without modification,in all lower tier covered transactions and in all solicitations for lower tier covered transactions, 6.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification ig erroneous,A participant may decide the method and frequency by which it determines the eligibility of its principals.Each participant may,but is not required to,check the Non-procurement List issued by U.S.General Service Administration. 7.Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in goodfaiththecertificationrequiredbythisclause.The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 8.Except for transactions authorized under Paregraph 5 of these instructions,if a participant in a covered transaction knowinglyentersintoalowertiercoveredtransactionwithapersonwhoissuspended,debarred,ineligible,or voluntarily excluded from participation in this transaction,in addition to all remedies available to the Federal Government,THE AUTHORITY may pursueavailableremediesincludingsuspensionand/or debarment. Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion Lower Tier Covered Transaction (J)The prospective Grantee and lower tier participants certifies,by submission of this bid or proposal,that neither it nor its "principals”[as defined at 49 CFR §29.105(p)]is presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. (2)When the prospective Grantee and lower tier participants is unable to certify to the statements in this certification,such prospective participant shal]attach an explanation to this proposal. The Grantee,City of Port Heiden certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any.In addition,the Grantee understands and agrees that the provisions of,49 CFR §29 apply to this certification and disclosure,if any. €Signature of Grantee's Authorized Official:Gt KX hte-.Name and Title of Grantee's Authorized Official:Litni thet sherri,[lief 2 Date: Page19 of 19 CITY OF PORT HEIDEN P.O.BOX 49074 PORT HEIDEN,ALASKA 99549 PH:907-837-2209 FAX:907-837-2248 cityofportheiden@gmail.com RESOLUTION 17 -03 A RESOLUTION OF THE PORT HEIDEN CITY COUNCIL APPROVING THE PROPOSED POWER PLANT SITE AND REQUESTING THE ALASKA ENERGY AUTHORITY PROCEED WITH THE GEOTECHNICAL INVESTIGATION AND COMPLETION OF THE CONCEPT DESIGN REPORT. WHEREAS,City of Port Heiden is authorized to provide electric service to Port Heiden under Certificate of Public Convenience and Necessity,CPC&N No.399,issued by the RegulatoryCommissionofAlaska,and WHEREAS,the Port Heiden City Council (Council)recognizes residents and infrastructure in Port Heiden depend on the electric utility to operate in a cost effective and reliable manner,and WHEREAS,the existing Port Heiden diesel power plant and electrical distribution system are antiquated and in need of upgrade and replacement,and WHEREAS,there is potential to utilize available recovered heat from the City diesel power planttosignificantlyreduceheatingfuelconsumptionofnearbycommunitybuildings,and WHEREAS,the Alaska Energy Authority is working with the Council to prepare a Rural Power System Upgrade (RPSU)Concept Design Report,and WHEREAS,the November 6,2016 Port Heiden RPSU Site Investigation Summary Report Letter (Letter Report)identifies the condition of the existing power plant and electricaldistributionsystem,and,among other things,recommends the new power plant be located neartheCitytankfarmandPortHeidenSchool,and WHEREAS,the Council ranks this project as one of the highest priorities in the comprehensivedevelopmentoftheCity;and the Council is in good standing with respect to its existing creditandFederalTaxObligations; NOW THEREFORE,BE IT RESOLVED,that it is the determination of this body to accept and approve locating the new power plant near the City tank farm and Port Heiden School,and torequesttheAlaskaEnergyAuthorityproceedwiththegeotechnicalsiteinvestigationandcompletetheConceptDesignReport. Passed on this __15 day of August,2017,by the action of the Port Heiden City Council. CERTIFICATE. The Undersigned,Toni Christensen Mayor of the PortHeidenCityCouncil,does hereby certify that at a meeting of the Port Heiden City Council dulycalledandheldonthe15dayofAugust,2017 at Port Heiden,which a quorum was at alltimespresentandvoting,the foregoing resolution was duly adopted. by:Bu ZeLf Gesits:J?[2vfbreewr Dated this _15 day of August,2017,at Port Heiden,Alaska. Stu Std (ot beter Go.Ingeiyi"iist""seepode Project Database System Page 1 of 1 Printed:01/16/2018 17:01 Denali Commission Project Database System Progress Report Submitted for Alaska Energy Authority Project #1524 Port Heiden:Port Heiden RPSU Award Number:1524 Performance Period:07/01/2017 -12/31/2019 Progress Report for 07/01/2017 -09/30/2017 Accepted by Tom Wolf on 11/03/2017 Submitted by Salina Bearden on 10/30/2017 '¥Funding 2 Sources Found Funding Source Amount Total Denali Commission Funding:$1,250,000.00 State of Alaska $1,879,500.00 Total Other Funding:$1,879,500.00 Total Project Funding:$3,129,500.00 '¥Expenditures Last Reported To Date Total Funding Expended Denali Commission Expenditures For Award 1524 $0.00 $0.00 $1,250,000.00 0% Other Project Funding Expenditures $0.00 $0.00 $1,879,500.00 0% Total Expenditures $0.00 $0.00 $3,129,500.00 0% _¥Milestones 4 Milestones Found Planned Actual Total Cost Start End Start End At Milestone Date Date Date Date Units Completion Final Design 07/01/2017 04/30/2018 0 $0.00 Selection of Contractor 05/01/2018 07/30/2018 0 $0.00 Construction 08/01/2018 08/30/2019 0 $0.00 Project Close-out 09/01/2019 12/31/2019 0 $0.00 ¥Narrative _;-oe The Port Heiden RPSU is in the Pre-Design phase.During this reporting period,a field trip was conducted to meet with village leaders,identify/confirm the proposed site of the new power plant and to gather geotechnical data at the site.These activities support the preparation of the Conceptual Design Report.This document provides the foundation for the Final Design and Construction of this project. WAttachments oe ___-. 0 Attachments Found https://cf.denali.gov/index.cfm?fuseAction=WizardReview.Show WizardProgressReview&...1/16/2018 Financial Assistance Award DENALI COMMISSION Award Number 01524-00 Port Heiden RPSU 510 L Street,Suite 410 Anchorage,Alaska 99501 (907)271-1414 (phone) (907)271-1415 (fax) www.denali.gov Award Title Performance Period July 1,2017 through December 31,2019 Authority CFDA Number ipient Organizati r 112 Stat 1854 .90.100 Alaska Energy Authority 813 W Northern Lights Bivd Alaska Energy Authority Denali Commission Finance Phone:907-771-3000 Officer Certification Recipient DUNS #054072608 TIN #926001185 Cost Share Distribution Table .New Funding Prior Period FundingAccountingCode TotalDenaliCommission[|Other Contributors |Denali Commission |Other Contributors 95670000 $1,250,000.00 $0.00 $1,250,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $6.00 State of Alaska u $1.879,500.00 ve $0.00 $1,879,500.00 ues $0.00 ae $0.00 $0.00 vob e $0.00 $0.00 $0.00 ee $0.00 pee $0.00 $0.00 oth $0.00 Ms $0.00 $0.00 Total $1,250,000.00 $1,879,500.00 $0.00 $0.00 $3,129,500.00 This Financial Assistance Award approved by the Federal Co-Chair of the Denali Commission constitutes an obligation of federal funding. Signature of Authorized Official -Denali Commission Electronically Signed Typed Name and Title Mr.Jay Farmwald Director of Programs Date 08/31/2017 Rev:05/2008 AWARD ATTACHMENTS 01524-00AlaskaEnergyAuthority 1.Terms and Conditions 2.Attachment A 3.Budget and Funding Summary Last Template Update 8 November 2016 Financial Assistance Award Terms and Conditions Between the Denali Commission and Alaska Energy Authority For Remote Power System Upgrades -Port Heiden,Alaska Award No.1524 1.Project Summary a.Scope of Work:Design and construction of a community power plant in Port Heiden,Alaska. b.Deliverables:Design documents,permits,complete functional power plant, heat recovery system,accommodation of future renewable energy projects, and upgrades to the community overhead electrical distribution system. c.Budget:The Commission is making $1,250,000 available for the project via this Financial Assistance Award (FAA).State of Alaska match funds in the amount of $1,879,500 are also being made available for the project.This amount includes all direct,indirect,and pre-award costs (if any)authorized pursuant to 2 CFR 200.458.All Commission funding is intended to be used for the scope of work identified in this FAA only.Any funds remaining after the full scope of work has been completed shall be returned to the Denali Commission consistent with 2 CFR 200.319. d.Delivery Method:AEA will provide project management services with in- house staff.AEA will amend the existing contract with the design consultant to include final design and construction administration services.AEA will competitively bid the construction of the power plant and distribution system improvements e.Performance Period:The Period of Performance for this FAA is July 2017 through December 2019.In accordance with 2 CFR 200.309 Recipients can only incur obligations or costs against this FAA during the Period of Performance,unless specifically authorized in the Special Provisions (Section 14 of this document).If a project cannot be completed within the approved Period of Performance,an extension request must be made in accordance with the Commission's Recipient Guidelines and Requirements (RGR) document dated July 2015,available at www.denali.gov. More detailed information on scope,deliverables,budget,funding,project delivery method and/or management plan,schedule and key milestones are included in Attachment A dated June 28,2017. 2.Project Reporting and Commission Site Visits Progress reports and a close-out report are required under this FAA.ProgressReportsshallbesubmittedatthefrequencystipulatedintheSpecialProvisions. Award Conditions,Award No.1524 Page 2 of 5 Alaska Energy Authority The Closeout Report shall be completed within 90-days of the end of the Period of Performance.All reports must be submitted using the Denali Commission's on-line Project Database System,available at www.denali.gov/dcpdb. Commission staff or agents of the Commission may make visits to the project site and/or home office to monitor progress during and/or after the Period of Performance.The Recipient shall coordinate and make information available as necessary to facilitate any such site visits. Refer to the Recipient Guidelines and Requirements document for further information related to reports and site visits. 3.Payments Payments under this FAA will be made in accordance with 2 CFR 200.305 by electronic transfer in response to a Standard Form 270 (SF-270)"Request for Advance or Reimbursement”,submitted by the Recipient.At a minimum,all 270's must include summary cost information on labor,materials,contracts/consultants, and indirect costs.Detailed documentation is required for any single expenditure greater than $50,000.If Pre-award Costs and/or Advance Payments are authorized under this FAA,the Special Provisions will indicate so.Requests for reimbursements may be made as needed.Refer to the Recipient Guidelines and Requirements document for further information about submitting SF-270's. 4.Modifications In accordance with 2 CFR 200.308,the Recipient shall report deviations in project scope,budget,delivery method,management plan,schedule,or changed site conditions,and request prior approvals from the Program Manager.The Recipient shall also submit written requests to the Program Manager for the replacement of Key Staff identified in the Special Provisions.Refer to the Recipient Guidelines and Requirements document for further information about modifying a Financial Assistance Award. 5.Financial Management,Record Keeping,Internal Controls,and Audits The Recipient must have financial management and record keeping systems that are consistent with 2 CFR 200.302.If the Recipient is a State organization it must expend and account for FAA funds in accordance with applicable State laws and procedures for expending and accounting for the State's own funds. The Recipient must establish and maintain effective internal controls with respect to this FAA that are consistent with 2 CFR 200.303. In accordance with 2 CFR 200.501,Recipients that expend $750,000 or more of federal funds in a year shall have a single or program-specific audit conducted for that year. Award Conditions,Award No.1524 Page 3 of 5 Alaska Energy Authority Refer to the Recipient Guidelines and Requirements document for further © information about financial management,record keeping,internal controls and audits. 6.Direct and Indirect Costs All direct costs must be allowable and reasonable.Indirect costs must be allocable based on accepted accounting policies and practices.Indirect costs must be specifically included as a line item or identified with appropriate notes in the approved FAA budget.Refer to 2 CFR 200 Subpart E (Cost Principles)and the Recipient Guidelines and Requirements document for further information on direct and indirect costs. 7.Sub-Awards and Contracts All sub-awards and contracts issued by the Recipient under this FAA must comply with 2 CFR 200.331 and Appendix II to 2 CFR 200.Refer to the Recipient Guidelines and Requirements document for further information on this subject. 8.Acknowledgement of Support The Recipient shall name the Denali Commission as a financial contributor and project/program partner in all media correspondence related to the work supported by this FAA.If Commission funds are used for construction,the Recipient shall also display a sign at the constructionsite that acknowledges the Commissien's-suppart.Refer to the Recipient Guidelines and Requirements document for further information on this subject. 9.Real and Personal Property In accordance with 2 CFR 200.311,313,and 316 the Denali Commission may require the Recipient to execute a security interest or other public notice of record to indicate that real or personal property acquired or improved,in whole or in part,with Federal funds is subject to a Federal interest.Any such requirements under this FAA,including post project reporting in accordance with 2 CFR 200.329,will be stipulated in the Special Provisions. 10.Conflict of Interest In accordance with 2 CFR 200.112,the Recipient must disclose in writing any potential conflicts of interest to the Commission.In addition,2 CFR 200.318 requires that Recipients maintain written standards of conduct covering conflicts of interest and governing the performance of their employees engaged in the selection,award,and administration of contracts.Refer to the Recipient Guidelines and Requirements document for further information on this subject. Award Conditions,Award No.1524 Page 4 of 5 Alaska Energy Authority 11.Denali Commission Policies Recipients may be required to comply with certain published Denali Commission policies which can be found in the Recipient Guidelines and Requirements document.Applicable policies are referenced in the Special Provisions of this FAA,and specific requirements/deliverables (if any)are stipulated in Appendix A. 12.Laws and Regulations Recipients are required to comply with all applicable Federal laws and regulations.General categories of potentially applicable laws and regulations are summarized below.Refer to the Recipient Guidelines and Requirements document for further information on specific laws and regulations that may apply."oTsTamoaoTDDebarment and Suspension Whistle-blower Protection Non-Discrimination Lobbying and Propaganda Environmental Drug-Free Workplace Travel Human Rights Animal Welfare Executive Compensation 13.Other Provisions a.The United States expressly disclaims any and all responsibility or liability to the Recipient or sub-recipients for the actions of the Recipient or sub- recipients resulting in death,bodily injury,property damages,or any other losses resulting in any way from the performance of this FAA,including sub- awards,contracts,or sub-contracts issued in connection with this FAA. To the maximum extent practicable,considering applicable laws,the Recipient shall accomplish the project contemplated by this FAA using local Alaska firms and labor. All terms and conditions contained in this FAA apply to any sub-recipient under this FAA. .Failure to comply with the provisions of this FAA or maintain satisfactory performance may result in additional FAA conditions pursuant to 2 CFR 207. This includes but is not limited to:temporarily withholding of payments pending the correction of the deficiency;disallowance of project costs;wholly or partially suspending or terminating the FAA.In addition,failure to comply with the provisions of this FAA may also have a negative impact on the Recipient's eligibility for future Federal awards. Award Conditions,Award No.1524 Page 5 of 5 Alaska Energy Authority 14.Special Provisions Progress Reports:Shall be submitted on a quarterly basis.The first reporting period is July 17,2017 to September 30,2017,and quarterly thereafter in accordance with the Commission's Recipient Guidelines and Requirements. Key Staff:Doug Ott,AEA Project Manager Salina Beardon,AEA Senior Accountant Federal Property Interests and Reporting Requirements:Apply per 2 CFR 200.329.Reporting will be biennially,to begin at the end of the performance period. Denali Commission Policies: e Sustainability e Cost Containment e Competitive Bid Bonds and Insurance:The contracts awarded by AEA for construction of the facilities and improvements will include payment and performance bonds.The Denali Commission shall be named as an Additional Insured on the Liability Insurance Policy of the General Contractor(s)retained by AEA to the construct the facilities and improvements. 15.Program Manager,Financial Manager &Other Contact Information Denali Commission Recipient Thomas S.Wolf,P.E.,PMP Doug Ott Program Manager Project Manager 510 L Street,Suite 410 813 W.Northern Lights Blvd. Anchorage,AK 99501 Anchorage,AK 99503 Phone:907-271-5232 Phone:907-771-3067 Fax:907-271-1415 Fax:907-771-3044 E-mail:twolf@denali.gov Email:dott@aidea.org Janet Davis Amy Adler Grants Management Officer Financial Manager 510 L Street,Suite 410 813 W.Northern Lights Blvd. Anchorage,AK 99501 Anchorage,AK 99503 Phone:907-271-3036 Phone:907-771-3013 Fax:907-271-1415 Fax:907-771-3044 E-mail:jdavis@denali.gov Email:aadler@aidea.org a. Financial Assistance Award 1424 Between the Denali Commission and Alaska Energy Authority For Remote Power System Upgrades -Port Heiden,Alaska Attachment A 21 August 2017 Scope of Work:Design and construct a new modular diesel power plant in Port Heiden,Alaska. The new facility will include a heat recovery system that provides heat to the school and the nearby city shop.The facility will also include equipment that facilitates the possible connection and integration of future renewable energy projects.The scope of the project also includes upgrades to the electrical distribution system as funding allows.The Denali Commission shall review and approve the schematic design documents before AEA proceeds with the final design.AEA will prepare a CATEX checklist and/or Environmental Assessment for the project during the design phase that is consistent with NEPA guidelines and the Commission's Recipient Guidelines and Requirements. Construction activities may begin after Commission Review and approval of the final design and environmental documents.The selected Contractor shall secure all required construction permits and construct the new facilities. Deliverables: e Design Documents e Draft Environmental Assessment e New community power plant facility e Distribution system upgrades e A final report detailing the entire project and outcomes Budget:See attached Budget and Funding Summary dated 21 August 2017. Delivery Method:Design by an engineering consultant via an existing IDIQ contract.AEA will competitively bid the project construction,consisting of the following elements: e Site Preparation e Construction of the modular power plant e Transport module to Port Heiden e Foundation construction and installation of module e Start up and commissioning e Distribution system upgrades e Warranty Construction Administration services will be provided by a licensed engineering firm under an amendment to their design contract for the project. The Denali Commission shall review and approve the final design documents and participate in general contractor selection process. e.Schedule:Key project milestones are summarized below. Complete Design:April 2018 Select General Contractor:July 2018 Construction Complete:August 2019 Award Closeout:December 2019 Award 1524 Remote Power System Upgrade Port Heiden,AK Budget and Funding Summary 21 August 2017 BUDGET tine item |Prowees |Amount |Basis/Notes 1 Planning and Design 2 Project N AEA $28,000 [252 hours @ 111.26/hr burdened labor rate 3 PM Travel AEA $2,000 [Assume one trip during design 4 Design,Permitting,and Construction Admin Consultant $350,000 jEngineering contract 5 Subtotal |$380,000 6 Construction 7 Project Management AEA $126,836 J1,140 hrs @ $111.26/hr burdened labor rate 8 PM Travel AEA $5,000 Assume 2 trips during construction 9 Module Fabrication Contractor |$1,320,000 |Assume 100%contract costs for the purposes of calculating Indirect Costs for this budget 10 Field Construction Contractor |$1,153,980 |Assume 100%contract costs for the purposes of caiculating Indirect Costs for this budget 1i Construction Administration Consultant $120,000 jEngineering contract 12 btotal |$2,725,816 13 _]Total ° 14 ]AEA Indirect Costs *$23,684 ]10%of lines 2,3,7,8;10%of first $25,000 of lines 4 +11;10%of first $25,000 of line 9,10 15 Total -Planning and Design and Construction |$3,129,500 Additional Notes a.AEA does not have a federally negotiated indirect rate;use the 10%de-minimus rate in 2 CFR 200.414 FUNDING Award Line Source or Amount Notes Reference 15 _|Denali Commission This Action _}$1,250,000 16 State of Alaska Match This Action {|$1,879,500 |exceeds 50%of line 12 17 Total Funding Available As Of This Action}$3,129,500 Douglas Ott To:Thomas Wolf Cc:Timothy J.Sandstrom;Rebecca Garrett Subject:RE:Port Heiden RPSU -Revised Budget Attachments:Port Heiden Budget and Funding Summary -8-21-17.xlsx;Attachment A -Port Heiden RPSU 2017Aug21.docx Tom, Per your conversation with Tim Sandstrom this morning,AEA has reconsidered its funding contribution to this project and restored it back to the original committed amount of $1,879,500. Attached are revised documents to reflect these changes. Doug From:Thomas Wolf [mailto:twolf@denali.gov] Sent:Friday,August 18,2017 12:00 PM To:Douglas Ott <DOtt@aidea.org> Subject:RE:Port Heiden RPSU -Revised Budget Doug -I've talked this over with Jay.Since we don't have a good idea of what the construction cost will be and AEA zan't commit to providing construction match in excess of the federal funding,we want to scale back the award at this time to fund just the level of design effort required to get a better construction cost estimate.We will fund design completion and construction later.The DC funds for the project ($1,250,000)have been obligated with a journal entry so we have a little bit of time to get a reliable construction cost estimate.We want to convert journal entries to awards as soon as possible but certainly no later than mid-November.To move forward with the abbreviated award,we need to know: Do you have a design engineer under contract? What is their scope? e What is the status of the design? e How much will it cost to complete the level of design required for AEA to comfortable with the construction cost estimate? How much will that design effort cost? e Can it be completed before mid-November? Call or email me with any questions. Thanks, Tom From:Douglas Ott [mailto:DOtt@aidea.org] sent:Wednesday,August 16,2017 2:40 PM lo:Thomas Wolf <twolf@denali.gov> Subject:Port Heiden RPSU -Revised Budget Tom, Here are the revised forms for the Port Heiden RPSU Upgrade Project. The revisions include: e Reduced overall project budget to $2.5 million (from $3,129,500)by prorating most line item budgets to 80%of original budgets e Reduced AEA match to $1.25 million e Changed document dates to 8-16-17 e Replaced "Gray Stassel Engineering”with "consulting engineer” We will plan to re-visit this budget and scope at the point of completion of the 65%design. Let me know if you have any comments on these changes. Doug 771-3067 Douglas Ott From:Timothy J.Sandstrom Sent:Thursday,August 3,2017 11:28 AM To:Amy Adler;Douglas Ott Ce:Rebecca Garrett Subject:RE:Finance Review comments for Port Heiden All, We will match the 1,250,000 DC grant award with FY18 RPSU money to satisfy their 50/50 requirement.The additional amount for the project will be held in reserve in <FY18 funds that are unallocated.Scope may need to be adjusted when the 65%cost estimate is complete.The vendor name will be generified to satisfy current agency sensitivities,although GSE is design engineer. Thanks, Tim Sandstrom,PMP Rural Programs Manager Alaska Energy Authority Rural Energy Group,Rural Power Systems Upgrades 813 West Northern Lights Blvd. Anchorage,AK 99503 907.771.3082 office $07.771.3044 fax 888.300.8534 toll free 907.232.9935 cell From:Amy Adler Sent:Wednesday,August 2,2017 12:14 PM To:Douglas Ott <DOtt@aidea.org>;TimothyJ.Sandstrom <TSandstrom @aidea.org> Cc:Rebecca Garrett <rgarrett@aidea.org> Subject:Finance Review comments for Port Heiden My review comments for the Port Heiden DC RPSU federal application: 1)The budget identifies a match amount of $1,879,500.!ran the appropriation budget control report and |don't see enough remaining state dollars to provide this match.If FY2018 dollars were anticipated to be used,Finance needs to know this.Can you provide more information on the funding sources? 2)The match amount identified exceeds the 50%required by the Denali Commission.If FY2018 capital dollars are anticipated to be used,this may not meet intent language in the capital bill.The bill has not been signed to my knowledge,but |will print out and review.Additionally,in light of state funding limitations,have we considered that the match be limited and scope reduced?|noticed language in the application that said "The facility will also include equipment that facilitates the possible connection and integration of future renewable energy projects.The scope of the project also includes upgrades to the electrical distribution system as funding allows”.There seems to be room for scope limitations,building only what needs to be built and tighten up the use of state dollars. |Qty ending Yoefea|e Dre Comwispin Cte,bat finpehotleiderZhFathiLM,4 fheSS:bg:S44 oO,7,474ws Wa ¢endless,SeGlEpaZ s1geZwin|pt aE eesWtesAarAfi tr enbny j2faft 7Tefotled,RfBU pemaine 1 Fhe Viark conte Am |VEZ hee on fuga afeer passe .yy Va.il gizLif a7 "LELZCareYatarfrflowerweplant:AceilaahafeLieitu "reps, 0 -ae " . -7 ,; *Sct - a ae me Tog °:x ..Mt . oe Sab Se 7 Toe a .* i ;...oe hed . . es afew -+:' :::st.. N a .- : .os ore .t : s E .Je e :-+=-4 = .4 "fo " t ..fshex: : :hk ae we : =a te . .. .*_:,:- 'nn :a om reas shy ay bis Dae ae 4 ee ne ' ° -we : = : 7 : . :-- q : :.:N s "*.*-f.4...-:ul.-an 4 me . ->¥7- ;oe .a -= } .:.* = ="x.Em -a 2s =.: oh . .-. - -- cane'ae ae "':we %oo.ia2---= ro/ro ot oe weet .scp nied Doar coe Sa *J =" .©. ° s Sy .. :. /:..aba aver'.3 if 4 _: ; . ---ss = .B fae ”'e .. . el a " wot qe ' ..|>i'=-a H 7 ; ;a <' .*he __=-- "-= >%.Loot Le.an ae .on ee . .: : _a }. :5 wee +Ewes nes '=.= ..oe - - _ - =os a \ia poo howeAP f *.a «. . -=i :a4 ne --=-- ae lllo¢ou/gon ok KlSUKolt Vs, Nuftavie Munem Zea fozjbef'NameAe, TheCounter,Yi xeIn-Sch2 CONS,Gen hpipepe|took Maxcd. 4 : : 3 rf * . " E 3 ne : * 7 ca = a ae f . I. Jy. « oat Y . ej 7 TY 7 . . : "| oar A cdo : ; oy ' d * :7 © - : + .4 © a : ' . ' i of on or - + ; " | + . 4 : , "], - " . 44 ' - A + * : 4 4 dor. 4 ° | oe . * 3 . ; eB = . ry : 7 - ' - ” . ' zs % ve . ' *, i ad ” " , F . ' : i. | . t.; . ra e 3 '| ofa ta 7 - - 7 $ ca : : . . . "[. * " . . & ; . ' * o : ; i ly - : 7 a. - : oo * + . : : "4 A . | a RS - . we a : a A | y . ; - cs]: oe . : Z fe - . : "| . i alia us : . ¥ ca * a q . ; ao : Pa ' . - . . x . i "t . + " * Zw i } < : | : . es é + ° - qi . a . t ode . ma . , , . F . : : 5 4 ' : : 5 Le : wie i Py og ” - om + = 7 De ° " * « . 7 © : , ee -. :5 vo ° a yous a ' 2 '. Py Lax) " * PZ & :* . . . ""itt ” - - . "' é - : * " ' |? , : : ' ; 3 > . ? * v 4 . 2 hoe '" . ' : 4 ' * ra ens : 5 Py 7 . . ts é " i . © . . : doa n : sn 4 nn Ra .. : a <i * * . $ : * . a . od. ; . F a bd A . an r . . ;4 : i [| ” ? 7 : . ' fe ; . we! .4 a” 2 : > on , Fad . % . YT? : an : . ' ° »' ; , 7 te > a : 7 a -_ _ 7 . , "Poo r " Py . a . . - . '"oe J tpora { EB ' a. a : ' 4 nan oan J ara 5 4 ie Coeds f ny I | 3 hd id A , 7 . : : : * % "| 4 . ° a ; . ' . F yo Ty si! os ? ' . : . ' : 5 7 oT ¢ : : ? * : : tos ” . fy 4 y: ” . 1 vow 4 ” ? re ; rs . . _ bon . ¥. f . ° . , : wey . . é od - £ : . ' . a 7 6 L Procurement Request (PR)for over $5,000 /Term Contracts STEP 1 -REQUESTOR Sa PurposeAgency Requisition Number Alaska Energy Authority (-)AIDEA &AEA Shared __]Alaska Industrial Development and Export Authority C]Purchase Request New Term Contract Project Name or Purpose: Port Heiden RPSU Project Number: 350320 Est.Not to Exceed Amount: $2,855,816 a Engineering/Professional Services {V]Construction Equipment CJ Supplies [[]Transportation (-]other Enter Detailed Description of Goods or Services on Page 2. IT Purchases or Services No []Yes IT Approver's Printed Name:NA Signature* If Yes,MUST be approved for IT Integration vl 2 |Date Project Manager:_Douglas Ott Existing Contract#NTP.Amd.# Grant #7110039 Grantee Name:_City of Port Heiden Grant Start Date:_3/1/2016 End Date:12/31/2021 FUNDING SOURCE(S)(FOR PURCHASE REQUESTS ONLY) Federal:DC 1524 TERM DATE OF FUNDING SOURCE - State:S-AEA Rural Power System Capital Operating Other: STEP 3-SECONDARY APPROVAL IF REQUI Approval Name &Title:Signature ** Requestor Name &Title:Signature**Date:; Douglas Ott,Project Manager Auth [bE St TF .4 =)x 'e e Amount Fund:|GLAccount{Appropriation {Contract |Stage|Award Dept.Finance Type 1. 2. 3. 4. Verified by Name &Title:Signature **Date RED BY DELEGATION OF AUTHORITY AND /OR OPERATING P|DEPARTMENT AUTHORIZATION Sanaa * Date STEP 4-FINANCE POSTS COMMITMENT IN Posted by Name &Title: SYSTEM == Signature ** 94 TE RS A Sa ©neBes Date PR Received:|Procurement Tracking Number: STEP 52 PROCUREMENT #72825 900200 7)2 tet Ee a 2eeees Date Completed:{Purchase Order Number:Amount Awarded: I CERTIFICATION:|certify that the IT services/commodities requested comply with applicable State of Alaska and AIDEA/AEA IT policies.Anychangestotherequestedprocurementrequirerecertification.**CERTIFICATION:|certify that the facts herein and on supporting documents are correct and that this request constitutes a legal charge against fundsandappropriationscited.|am aware that certifying false,inaccurate or misleading documents constitutes an unsworn falsification under AS 11.56.210.[iso reference AS 36.30.260 and AS 36.30.470. Procurement Request (PR)/Term Contract Form (8/2017)Page 1 of 3 Procurement Request (PR)for over $5,000 /Term Contracts Project Name or Purpose:|Requisition Number Port Heiden RPSU /STEP_1 -Detailed Description of Goods or Services [Ry Scope of Work (SOW):Explain in detail what the Contractor is to provide.Attach additional Info. The scope of this project is to provide a new power plant on City-owned land in Port Heiden,AK.A heat recovery system is also to be provided to collect excess thermal energy from the diesel generators of the new power plant and to heat the Port Heiden School and two City-owned maintenance shops.Upgrades to the Port Heiden electrical distribution system are also planned as funding allows. Schedule:Define in detail what the deliverables are;when &how they are to be provided. Deliverables include the following:a)one complete new power pliant,tested and connected to the electrical distribution system,with functional generators and controls;b)a heat recovery system to serve the Port Heiden school and twoCity-owned maintenance shops;and c)upgrades to the city-owned electrical distribution system.These deliverables are to be complete NLT 12/31/2021. Suggested Contractors:(Provide at least 3.Name,email,phone number,etc.) 1. Procurement Request (PR)/Term Contract Form (8/2017)Page 2 of 3 Procurement Request (PR)for over $5,000 /Term Contracts The purpose of this document is to pre-encumber funds enabling Procurement to process the proper solicitation and assist Finance in tracking financial commitments.The Requestor shall process this PR form prior to requesting procurement to solicit for goods or services.Complete a separate PR form for each anticipated contract or NTP.Note:PR will be returned if it contains insufficient information. Procedures: Step1 (1)Requestor fills out all non-shaded parts of this section as it pertains to the request. a)When doing work "On Behalf of a Community',the Requestor must complete the Grant portion of this section. b)Identify Funding Source(s),i.e.Denali Commission,State AEA-AR52082-16. (2)When requesting services,requestor will provide a detailed scope of work including a schedule listing key milestones and all deliverables.If requesting supplies,provide a detailed description of the item(s)needed;to include when and where the item(s)are to be delivered. Attach additional supporting documentation describing in detail the need to procurement. Notices to Proceed (NTP)processed against term contracts,submit a copy of the term Contractors NTP proposal with the PR. (3)Route document to Finance for financial approval and coding. Step2(4)Finance will verify the budget,review the scope of the proposed procurement to ensure consistency with the funding authorization,assign the Requisition Number and establish a commitment in the accounting system unless additional approvals are required. If there are insufficient funds available or questions about the funding,the Requestor will be notified by Finance.The PR will not proceed to the next step unless sufficient funds are available. (5)Based on the Requestor's Delegation of Authority,additional approval may/may not be necessary.Obtain appropriate approval &signature based on Delegation of Authority. Sten3 (6)Finance will route the document for approval signature when required. Sten4 (7)Finance will post commitment into Navision and deliver PR to Procurement Sten5 (8)Procurement will log the PR into their system and assign a solicitation number. (9)Procurement will work with the Requestor to solicit for requested goods/services and establish the Contract/Agreement. a)If,after solicitation,the award amount exceeds the PR amount,the Requestor will be required to obtain additional funding authorization through Finance prior to Procurement awarding the Contract/Agreement/NTP. (10)Once the Contract/Agreement/NTP is signed,Finance will release the commitment and encumber the obligation on the accounting system. (11)Procurement will file the original PR in the contract file with the Contract/Agreement documents. Notes: e Any PO,NTP,ITB,IFQ award,Grant,or other firm award,shall reference the RQ number on the order or contract. e Contact Finance or Procurement staff if you have any questions,comments,or suggestions about the use of this document or procedures. Procurement Request (PR)/Term Contract Form (8/2017)Page 3 of 3 Procurement Request (PR)for over $5,000 /Term Contracts STEP 1 -REQUESTOR Sa Agency Purpose Requisition Number ()Alaska Industrial Development and Export Authority Alaska Energy Authority [_]Purchase Request C1 AIDEA &AEA Shared New Term Contract Project Name or Purpose: . Project Number:Est.Not to Exceed Amount: Port Heiden RPSU 350320 .$475,809 Engineering/Professional Services {_]construction [[]Equipment C]Supplies CJ Transportation C)Other Enter Detailed Description of Goods or Services on Page 2. {T Purchases or Services No C)Yes If Yes,MUST be approved for IT Integration IT Approver's Printed Name:NA Signature*Date Project Manager:_Douglas Ott Existing Contract#NTP Amd.#____ Grant #_7110039 Grantee Name:_City of Port Heiden Grant Start Date:_3/1/2016 End Date:12/31/2021 FUNDING SOURCE(S)(FOR PURCHASE REQUESTS ONLY)TERM DATE OF FUNDING SOURCE Federal:DC 1524 State:S-AEA Rural Power System Capital Operating Other: Requestor Name &Title:Signature**Date: Douglas Ott,Civil Engineer Lo by 3f)La *f\sure 2 a @ ) Amount Fund }|GLAccount|]Appropriation {Contract{/Stage|Award Dept.Finance Type 1. 2. 3. 4. Verified by Name &Title:Signature **Date STEP 3 -SECONDARY APPRO DEPARTMENT AUTHORIZATION Posted by Name&Title:Signature ** STEP 5 PROCUREMENT 22420?00D °!<0 455,CCS Op eSPe Date PR Received:|Procurement Tracking Number:Date Completed:§Purchase Order Number:Amount Awarded: FCERTIFICATION:|certify that the IT services/commodities requested comply with applicable State of Alaska and AIDEA/AEA IT policies.Anychangestotherequestedprocurementrequirerecertification. , **CERTIFICATION:|certify that the facts herein and on supporting documents are correct and that this request constitutes a le i sn .oe ::.ga!charge against fundsandappropriationscited.|am aware that certifying false,inaccurate or misleading documents constitutes an unsworn falsificatiAlsoreferenceAS36,30,260 and AS_36,30.470. m falsification under AS 11.56.210. Procurement Request (PR)/Term Contract Form (8/2017)Page 1 of 3 Procurement Request (PR)for over $5,000 /Term Contracts |Requisition NumberProjectNameorPurpose: Port Heiden RPSU STEP.1 -Detailed Description of Goods or Services [ERAN Scope of Work (SOW):Explain in detail what the Contractor is to provide.Attach additional Info. The engineering contractor shall provide professional engineering services for Final Design and Construction Admini i : stration for the Port Heiden RPSU project.The contract documents shall be sufficient to competitively bid the construction of:a)thenewpowerplantandintegrationintotheexistingelectricaldistributionsystem;b)the heat recovery system;and c) upgrades to the electrical distribution system. Schedule:Define in detail what the deliverables are;when &how they are to be provided. Design shall be complete by 12/31/2018. Construction administration shall be for the duration of the project which is expected to be completed by 12/31/2021. Route to Michele Hope in Procurement. Suggested Contractors:(Provide at least 3.Name,email,phone number,etc.) 1.G.S.E.(Gray Stassel Engineering);steve@gse.engineering;(907)336-1502 Procurement Request (PR)/Term Contract Form (8/2017)Page 2 of 3 PRE-SOLICITATIO COST ESTIMATE PER TASK ICE ESTIMATE FIRM:Gray Stassel Engineering (G.S.E.)|PROJECT TITLE:Port Heiden RPSU TASK NO:"2-3"TASK DESCRIPTION:Final Design and Construction Administration DATE:2/6/2018 GROUP:METHOD OF PAYMENT:FP LJ FPPE_T&E ly]cprFL]PREPARED BY:D Ott AEA Project Manager SUB-LABOR HOURS PER JOB CLASSIFICATION TASK NO.|SUB-TASK DESCRIPTION]Princ/Sr |Sr Eng (EE)|Eng IV (ME)|Eng Ill (ME){Eng Tech Ill]Eng Tech Ii}9=Admin Eng (ME) 1 CDR 2 Final Design 120 120 80 120 101 200 120 3 Construction Admin 100 80 80 120 120 60 40 TOTAL LABOR HOURS 220 200 160 240 221 260 160 *LABOR RATES ($/HR)$157.50 $157.50 $152.25 $138.60 $105.00 $94.50 $73.50 LABOR COSTS ($)$34,650.00 |$31,500.00 |$24,360.00 |$33,264.00 |$23,205.00 |$24,570.00 |$11,760.00 -EXPENSES --_-]|COMMENTS: TASK NO.ITEM(S)QUANTITY [UNIT PRICE PRICE 2a,3a {Travel 10 $7,500.00 |$75,000.00 $0.00 $0.00 $0.00 CU [Coreeeeseeenes tee ee soosconall $0.00 [FIRM'S TOTAL COST OF LABOR (or Fixed Price):$183,309 $0.00 |/F CPFF,TOTAL INDIRECT COST @ 0.00%$0 TOTAL EXPENSES:$75,000 JFIRM'S TOTAL EXPENSES $75,000 SUB-CONTRACTORS:Firm Initials and Price Per Task |FIRM'S TOTAL COST (no Subcontracts or Fee)$258,309 FIRM:|Distribtion Land P-H Geotech AMOUNT:|$50,000 $7,500 $120,000 $40,000 TOTAL SUBCONTRACTOR PRICES:|$217,500 *Labor Rates shall be direct labor (base pay)only if Method of Payment is CPFF;otherwise,Labor Rates shall be total rates (i.e.base pay +benefits +overhead +profit.) C:Users\dott\Desktop\Port Heiden RPSU Pre-Solicit AE Fee Est.2-06-18.xIs |TOTAL ENGINEERING ESTIMATE $475,809 ] Procurement Request (PR)for over $5,000 /Term Contracts The purpose of this document is to pre-encumber funds enabling Procurement to process the propersolicitationandassistFinanceintrackingfinancialcommitments.The Requestor shall process this PR form prior to requesting procurement to solicit for goods or services.Complete a separate PR form for each anticipated contract or NTP.Note:PR will be returned if it contains insufficient information. Procedures: Step1 (1)Requestor fills out allnon-shaded parts of this section as it pertains to the request. a)When doing work "On Behalf of a Community”,the Requestor must_complete the Grant portion of this section. b)Identify Funding Source(s),i.e.Denali Commission,State AEA-AR52082-16. (2)When requesting services,requestor will provide a detailed scope of work including a schedule listing key milestones and all deliverables.If requesting supplies,provide a detailed description of the item(s)needed;to include when and where the item(s)are to be delivered. Attach additional supporting documentation describing in detail the need to procurement. Notices to Proceed (NTP)processed against term contracts,submit a copy of the term Contractors NTP proposal with the PR. (3)Route document to Finance for financial approval and coding. Step2 (4)Finance will verify the budget,review the scope of the proposed procurement to ensure consistency with the funding authorization,assign the Requisition Number and establish a commitment in the accounting system unless additional approvals are required. If there are insufficient funds available or questions about the funding,the Requestor will be notified by Finance.The PR will not proceed to the next step unless sufficient funds are available. (5)Based on the Requestor's Delegation of Authority,additional approval may/may not be necessary.Obtain appropriate approval &signature based on Delegation of Authority. Step3 (6)Finance will route the document for approval signature when required. Step4 (7)Finance will post commitment into Navision and deliver PR to Procurement Step5 (8)Procurement will log the PR into their system and assign a solicitation number. (9)Procurement will work with the Requestor to solicit for requested goods/services and establish the Contract/Agreement. a)If,after solicitation,the award amount exceeds the PR amount,the Requestor will be required to obtain additional funding authorization through Finance prior to Procurement awarding the Contract/Agreement/NTP. (10)Once the Contract/AgreementNTP is signed,Finance will release the commitment and encumber the obligation on the accounting system. (11)Procurement will file the original PR in the contract file with the Contract/Agreement documents. Notes: e Any PO,NTP,ITB,IFQ award,Grant,or other firm award,shall reference the RQ number on the order or contract. e Contact Finance or Procurement staff if you have any questions,comments,or suggestions about the use of this document or procedures. Procurement Request (PR)/Term Contract Form (8/2017)Page 3 of 3 SERVICES AGREEMENT -/\KEm\AMENDMENT TO Amendment No:.5/=ALASKA\PROFESSIONAL Agreement No:2013-0256 Project Title:Bulk Fuel Tank Farm &Rural Power Plant Engineering Term Agreement The Agreement between Alaska Energy Authority (AEA) hereafter the CONTRACTING AGENCY,and Gray Stassel Engineering,Inc. hereafter the CONTRACTOR,is hereby amended,effective the last date executed by its parties. CONTRACTOR soretee,4b L)Atanef 1/18/18 Signature:oo Signature:New fe Hy.Veh Signatur Ea teal Namé:Steven Stés¢el \Date Name:Date Title:President Title: CONTRACTING AGENCY Contract ManagerLer Executive Director Name:Michele Hope Date Nam an er "Date Title:Sr.Contracting Officer Titi xecutive Director CHANGES TO COMPENSATION Method Amount Through Amount for Item of Payment Original Amount Last Amendment This Amendment Current Amount 1 $2,000,000 $3,000,000 $0 $3,000,000 Original Amount Amt Through LastAmd This Amendment Current Amount Subtotals for above items:$2,000,000 $3,000,000 $0 $3,000,000 Subtotals for items not listed above:0 0 0 Totals for Agreement:$2,000,000 $3,000,000 $o $3,000,000 not exceed:Three Million and No/100 Dollars The MAXIMUM AMOUNT PAYABLE to the Contractor under this Agreement,revised to include this Amendment,shall amd (April 2012)DOT&PF Form 25A291 Amendment Page 1 of 2 AMENDMENT TO Amendment No:5 Totals for Agreement: {=ALASKA PROFESSIONAL Agreement No:2013-0256 oaene"SERVICES AGREEMENT Project Title:Bulk Fuel Tank Farm &Rural Power Plant Engineering Term Agreement The Agreement between Alaska Energy Authority (AEA) hereafter the CONTRACTING AGENCY,and Gray Stassel Engineering,Inc. hereafter the CONTRACTOR,is hereby amended,effective the last date executed by its parties. CONTRACTOR Signature:Signature: Name:Steven Stassel Date Name:Date Title:President Title: CONTRACTING AGENCY Contract Manager Executive Director Signature:Signature: Name:Michele Hope Date Name:Janet Reiser Date Title:Sr.Contracting Officer Title:AEA Executive Director CHANGES TO COMPENSATION Method Amount Through Amount for Item of Payment Original Amount Last Amendment This Amendment Current Amount 1 $2,000,000 $3,000,000 $0 $3,000,000 Originat Amount Amt Through LastAmd This Amendment Current Amount Subtotals for above items:$2,000,000 $3,000,000 -$0 $3,000,000 Subtotals for items not listed above:0 0 PO :0 $2,000,000 $3,000,000 $0 $3,000,000 The MAXIMUM AMOUNT PAYABLE to the Contractor under this Agreement,revised to include this Amendment,shall not exceed:Three Million and No/100 Dollars amd (April 2012)DOT&PF Form 25A291 Amendment Page 1 of 2 CHANGES TO CONDITIONS OR SERVICES 1.Athree-month extension is added to allow for completion of NTP 9 Port Heiden RPSU only.No additional work may be added beyond what was originally stated as "in-contract”or "future work”. PERIOD OF PERF The ending date of:1/31/2018 is changed to:4/30/2018 The following ATTACHMENTS to this Amendment ARE INCORPORATED HEREIN: Attachment No Title Date No Pages None ALL OTHER PROVISIONS OF THE AGREEMENT REMAIN IN FORCE amd (February 2007)DOT&PF Form 254291 Amendment Page 2 of 2 Category of Services:Professional Services NOTICE TO PROCEED NTP No:9a3 -Agreement No:4 LALADKAN &BILLING SUMMARY 2013-0256 Accounting Ref No.:PO009110) Contract Expiration Date:4/30/18 . On .Contract Authorization toFor:Alaska Energy Authority Behalf of;Port Heiden miract Authorize Date:$1,159,469.83 Contractor:Gray Stassel Engineering NTP Completion Date:4/30/18 Project Title:Port Heiden RPSU Amount of this NTP/Amend.:$0.00, Method of Payment:Time & Expenses NOTICE TO PROCEED Contractor shall provide CDR services for the Port Heiden RPSU project.Services shall Reimbursement Cost Estimate,and 3-page C-4 Reimbursement Billing Detail. extension. Amd.#3 NTP Date Extension Only. Provide services for the Tasks Group(s)and specific Tasks enumerated below in the Billing Summary.Any services beyond the written scope and/or any costs above the price estimate for each Task Group in our Agreement,require prior Agency approval and 2 contract Amendment. Actual cost underrun of Contract Amount for any Task Group shall not routinely accumulate for ether Groups.The Contracting Agency reserves the right to retain or reallocate any remaining funds resulting from such cost underruns, Amd.#1 NTP Date Extension Only.Work beyond the Contract Expiration Date is contingent upon successful negotiation of Contract Amd.#2 $0 change order.Funding reallocation from GSE to Golder.Contractor shall provide geotechnical field investigation,lab analysis, and geotechnical report with foundation recommendations.Services shall be performed per the 2-page C-3 Cost REimbursement Cost Estimate,and 3-page C-4 Reimbursement Billing Detail.Michele gave verbal authorization to proceed on August 23,2017. be performed per the 6-page scope,I-page C-3 Cost All other terms &conditions remain in force. Phone:907-771-3067 The Agency Project Manager for this NTP is:Doug Ott Fax:907-771-3044 Accepted for the Contractor by:Project Manager Approval:Issued for the Copgkos ghAgtacy:4 A.ithe(.U-MUL KL pe TelsSignature/Date Signature VA Date Signature Date 1/18/18Name:SteVen Stassel,P.E.Name:Doug Ott UeS,"P Name:Michele Hope,Sr.ae Officer AIDEA AEA,Notice to P d invoice S y Page 1 of 3 weNOTICE TO PROCEED NTP No:9a3 &BILLING SUMMARY Agreement No:3013-0256 Accounting Ref No.: 4=Gum ENERGY AUTHORITY PO009110 Contract Expiration Date:4/30/18 Contract Authorization toOnFor:Alaska Energy Authority Behalf of:Port Heiden Date:$1,159,469.83 NTP Completion Date:Contractor:Gray Stassel Engineering 4/30/18 Project Title:Port Heiden RPSU Amount of this NTP/Amend.:$0.00 Category of Services:Professional Services Method of Payment:ne NOTICE TO PROCEED Provide services for the Tasks Group(s)and specific Tasks enumerated below in the Billing Summary.Any services beyond the written scope and/or any costs above the price estimate for each Task Group in our Agreement,require prior Agency approval and a contract Amendment. Actual cost underrun of Contract Amount for any Task Group shall not routinely accumulate for other Groups.The Contracting Agency reserves the right to retain or reallocate any remaining funds resulting from such cost underruns. Contractor shall provide CDR services for the Port Heiden RPSU project.Services shall be performed per the 6-page scope,1-page C-3 Cost Reimbursement Cost Estimate,and 3-page C-4 Reimbursement Billing Detail. Amd.#1 NTP Date Extension Only.Work beyond the Contract Expiration Date is contingent upon successful negotiation of Contract extension. Amd,#2 $0 change order.Funding reallocation from GSE to Golder.Contractor shall provide geotechnical field investigation,lab analysis, and geotechnical report with foundation recommendations,Services shall be performed per the 2-page C-3 Cost REimbursement Cost Estimate,and 3-page C-4 Reimbursement Billing Detail.Michele gave verbal authorization to proceed on August 23,2017. Amd.#3 NTP Date Extension Only. All other terms &conditions remain in force. Phone:907-771-3067 ..:Doug OttTheAgencyProjectManagerforthisNTPis:Fax:907-771-3044 Accepted for the Contractor by:Project Manager Approval:Issued for the Contracting Agency: Signature Date Signature Date Signature Date Name:Steven Stassel,P.E.Name:Doug Ott Name:Michele Hope,Sr.Contracting Officer Page 1 of 3 AIDEA AEA,Notice to Proceed Invoice Summary NOTICE TO =ALASKAGumpENERGYAUTHORITY/&BILLING SUMMARY PROCEED NTP No:9a3 Agreement No:2013-0256 Accounting Ref No.:PO009110 Contract Expiration Date:4/30/18 . On Contract Authorization toFor:Alaska Energy Authority Behalf of:Port Heiden Date:$1,159,469.83 Contractor:Gray Stassel Engineering NTP Completion Date:4/30/18 Project Title:Port Heiden RPSU Amount of this NTP/Amend.:$0.00 Category of Services:Professional Services Method of Payment:Time & Expenses NOTICE TO PROCEED BILLING SUMMARY Contractor Invoice Number for billing period If Final Invoice check here [J GL Funding Authorized To-|Prior ApprovedAccountAuthorizedTaskGroups This Billing Total To -DateExp.Date Date PaymentsCode 77530 6/30/18 |CDR 91,000.00 Amd.#1 0.00| Amd.#2 0.00| Amd.#3 0.00 Total Amount Authorized for All Groups $91,000.00 Sum of Prior APPROVED Payments $0.00 Sum for THIS INVOICE $0.00 Sum of Prior Payments and this Invoice $0.00] Balance of Authorized Amount $0.00] Payment Request &Certification:(Contractor) Signature Date Department of Labor Close-Out Required?n/a Name:Steven Stassel,PE.(Construction) Approval for Payment PAYMENT RECOMMENDED (Agency Project Manager):I certify this invoice to be valid and accurate and that services were performed {substantially in conformance with the contract requirements and schedule. PAYMENT APPROVED (Authorized Agency Official):Based upon the Project Manager's recommendation and certification,I hereby approve payment. Signature Signature Date Name:Doug Ott Name: AIDEA AEA,Notice to Proceed Invoice Summary Page 2 of 3 wet Note INSTRUCTIONS TO CONTRACTOR for COST REIMBURSEMENT NOTICE TO PROCEED (NTP) &BILLING SUMMARY Retain an unmarked,as issued,copy of this form to be used for reproduction and billing. If this NTP is unacceptable,notify the Contracting Agency immediately.If acceptable,acknowledge by signature where indicated on a copy of this NTP and return it within ten days after your receipt. Submit monthly Invoices to the Agency Contract Manager named in this NTP.Provide a copy of page one of this form as the FACE PAGE of each invoice submitted and with the following entries accurately completed: a)Indicate if the Invoice is for Progress or Final Payment and show the Sequential Invoice Number for this NTP. Entries in the following columns:Prior Approved Payments,This Billing,and Total to Date for each Task Group; b)plus the SUM TOTALS for:Authorized To -Date,Prior APPROVED Payments,THIS INVOICE,Prior Payments plus this Invoice,and Balance of Authorized Amount. "Prior APPROVED Payments”amounts may NOT be the same as the total of all your prior invoices if some items were disallowed or adjustments were made.If a prior billing has not been acknowledged with any payment,or a different amount from your billing was paid without notification to you of the reason(s),attach a request for an explanation and remedial action. Sign,date and enter printed or typed name under "PAYMENT REQUEST (Contractor)"thereby attesting to the following: "By signature on this form,the Contractor certifies entries to be true and correct for the services performed to date under or by virtue of said Agreement and in accordance with AS 36.30.400.The Contractor further certifies that all applicable Federal, State and Local taxes incurred by the Contractor in the performance of the services have been paid and that all Subcontractors engaged by the Contractor for the services included in any invoice shall be fully compensated by the Contractor for such services.” When Applicable,ATTACH A CURRENT COPY OF EXHIBIT C-4,COST REIMBURSEMENT BILLING DETAIL FORM (from Appendix C of the Agreement)to each invoice.Internally check the form and correct mathematical extensions.The Contracting Agency may return erroneous invoices for correction before processing for payment. Substantiate all charges in each billing,other than for Fixed Prices or Fixed Fees,by attaching a summary of hours expended and hourly labor rate per employee;summary of units completed;subcontractor invoices;expense receipts,etc.;or other proof of expenditures. Prime Contractor's Labor and Indirect Cost shall be billed to the Contracting Agency within 45 days of performance. Subcontractors'Labor and Indirect Cost shall be billed to the Contracting Agency within 60 days of performance.All of the Contractor's and Subcontractors'Other Direct Costs (Expenses)shall be billed to the Contracting Agency within 90 days of being incurred.Charges submitted after the above stated times will,at the Contracting Agency's discretion,not be paid. When each NTP is approximately 75%complete,the Contractor shall determine if the Authorized Amount(s)might be exceeded;and,if so,shall provide an estimate of cost to complete.The Contracting Agency will determine after discussion with the Contractor if additional cost is reasonable and does not include costs that should be absorbed by the Contractor.If additional cost is validated,a negotiated Amendment will be executed which either (1)reduces the scope of services/work products required commensurate with the Authorized Amount(s),or (2)increases the Authorized Amount(s)to that required for completion of the original contract scope. Page 3 of 3 AIDEA AEA,Notice to Proceed Invoice Summary NOTICE TO PROCEED NTP No:9a2 s=ALASKAN &BILLING SUMMARY Agreement No:2013-0256ENERGYAUTHORITY Accounting Ref No.:wa Contract Expiration Date:31/18 Contract Authorization to $1,159,469.83Date: NTP Completion Date:12/31/17 .OnFor:Alaska Energy Authority Behaif of:Port Heiden Contractor:Gray Stassel Engineering Amount of this NTP/Amend.:Project Title:Port Heiden RPSU $0.00 Method of Payment:Time &Category of Services:Professional Services Expenses NOTICE TO PROCEED Provide services for the Tasks Growp(s)and specific Tasks enumerated below in the Billing Summary.Any services beyond the written scope and/or any costs above the price estimate for each Task Group in our Agreement,require prior Agency approval and a contract Amendment. Actual cost uaderrun of Contract Amount for any Task Group shall not routinely accumulate for other Groups.The Contracting Ageacy reserves the right to retain or reallocate any remaining funds resulting from sach cost uaderruns. Coatractor shall provide CDR services for the Port Heiden RPSU project.Services shall be performed per the 6-page scope,1-page C-3 Cost Reimbursement Cost Estimate,and 3-page C-4 Reimbursement Billing Detail. Amd.#1 NTP Date Extension Only.Work beyand the Contract Expiration Date is contingeat epen successful negotiation of Contract extension, Amd.#2 $0 change order.Funding reallocation from GSE to Golder.Contractor shalt provide geotechnical field investigation,lab analysis, and geotechnical report with foundation recommendations.Services shall be performed per the 2-page C-3 Cost REimbursement Cost Estimate,and 3-page C-4 Reimbursement Billing Detail.Michele gave verbal authorization to proceed on August 23,2017. All other terms &conditions remain ia force. Phone:907-771-3067 The Agency Project Manager for this NTP is:Doug Ort Fax:907-771-3044 Accepted for the Contractor by:Project Manager Approval:Issued for the Ofrrxating JAgéney:am 3 yd y VidMMor L)Aan]LYLE "pe MitdackeAbe:7h?Signature {/Date'|Signature/ Date Signature Name:Steven Stassel,P.E.4 0/31/17 Name//Doug On Name:Michele Hope,Sr.i Otiee Page lof 3AIDEAAEA,Notice to Proceed invoice Summary KOA NOTICE TO PROCEED NTP No Sat I=ALASKA\&BILLING SUMMARY Agreement No:913.0956 Gm ENERGY AUTHORITY Accounting Ref No.:n/al Contract Expiration Date:V31/18 . On .. For:Alaska Energy Authority Behalfof:Port Heiden Contract Authorization to $1,159,469.83 Contractor:Gray Stassel Engincering NTP Completion Date:12/31/17 Project Title:Port Heiden RPSU Amount of thisNTP/Amend.:$0.00 Category of Services:Professional Services Method of Payment:pane &;ses NOTICE TO PROCEED BILLING SUMMARY Contractor Invoice Number for billing period If Final Invoice check here [} GL Funding .: Account Exp.Authorized Task Groups Authowzed To Prier Approved This Billing Total To -Date Code Date y 77530 630/18 {CDR 91,000.00 Amd.#1 0.00 Amd.#2 0.00 Total Amount Authorized for All Groups $91,000.00 Sum of Prior APPROVED Payments $0.00 Sum for THIS INVOICE}$0.00 Sum of Prior Payments and this lnvoice}$0.00} Balance of Authorized Amount $0.00} Payment Request &Certification:(Contractor) Signature Date Department of Labor Close-Out Required?n/a Name:Steven Stassel,P.E.(Construction) Approval for Payment PAYMENT RECOMMENDED (Agency Project Manager):I certify this invoice to be valid and accurate and that services were performed substantially in conformance with the contract requirements and schedule. PAYMENT APPROVED (Authorized Agency Official):Based upon the Project Manager's recommendation and certification,|hereby approve payment. Signature Signature Date Name:Doug Ott Name:Kirk Warren,COO/Project Implementation Director AIDEA AEA,Notice to Proceed Invoice Summary Page 2 of 3 Note INSTRUCTIONS TO CONTRACTOR for COST REIMBURSEMENT NOTICE TO PROCEED (NTP) &BILLING SUMMARY Retain an unmarked,as issued,copy of this form to be used for reproduction and billing. If this NTP is unacceptable,notify the Contracting Agency immediately.If acceptable,acknowledge by signature where indicated on a copy of this NTP and return it within ten days after your receipt. Submit monthly Invoices to the Agency Contract Manager named in this NIP,Provide a copy of page one of this form as the FACE PAGE of each invoice submitted and with the following entries accurately completed: a)Indicate if the Invoice is for Progress or Fina]Payment and show the Sequential Invoice Number for this NTP. Entries in the following columns:Prior Approved Payments,This Billing,and Total to Date for each Task Group; b)plus the SUM TOTALS for:Authorized To -Date,Prior APPROVED Payments,THIS INVOICE,Prior Payments plus this Invoice,and Balance of Authorized Amount. "Prior APPROVED Payments"amounts may NOT be the same as the total of all your prior invoices if some items were disallowed or adjustments were made.Ifa prior billing has not been acknowledged with any payment,or a different amount from your billing was paid without notification to you of the reason(s),attach a request for an explanation and remedial action. Sign,date and enter printed or typed name under "PAYMENT REQUEST (Contractor)thereby attesting to the following: "By signature on this form,the Contractor certifies entries to be true and correct for the services performed to date under or by virtue of said Agreement and in accordance with AS 36.30.400.The Contractor further certifies that all applicable Federal, State and Local taxes incurred by the Contractor in the performance of the services have been paid and that all Subcontractors engaged by the Contractor for the services included in any invoice shall be fully compensated by the Contractor for such services." When Applicable,ATTACH A CURRENT COPY OF EXHIBIT C-4,COST REIMBURSEMENT BILLING DETAIL FORM (from Appendix C of the Agreement)to each invoice.Internally check the form and correct mathematical extensions.The Contracting Agency may return erroneous invoices for correction before processing for payment. Substantiate all charges in each billing,other than for Fixed Prices or Fixed Fees,by attaching a summary of hours expended and hourly labor rate per employee;summary of units completed;subcontractor invoices;expense receipts,etc.;or other proof of expenditures. Prime Contractor's Labor and Indirect Cost shall be billed to the Contracting Agency within 45 days of performance. Subcontractors'Labor and Indirect Cost shall be billed to the Contracting Agency within 60 days of performance.All of the Contractor's and Subcontractors'Other Direct Costs (Expenses)shail be billed to the Contracting Agency within 90 days of being incurred.Charges submitted after the above stated times will,at the Contracting Agency's discretion,not be paid. When each NTP is approximately 75%complete,the Contractor shall determine if the Authorized Amount(s)might be exceeded;and,if so,shall provide an estimate of cost to complete.The Contracting Agency will determine after discussion with the Contractor if additional cost is reasonable and does not include costs that should be absorbed by the Contractor.If additional cost is validated,a negotiated Amendment will be executed which either (1)reduces the scope of services/work products required commensurate with the Authorized Amount(s),or (2)increases the Authorized Amount(s)to that required for completion of the original contract scope. Page 3 of 3 AIDEA AEA,Notice to Proceed Invoice Summary ”REVISED COMPENSATION >PENDIX C EXHIBIT C-2,COST REIMBURSEMENT PRICE ESTIMATE »ROJECT NAME: Contract No: NTP No: Amendment No: 2013-0256 9a2 2013-0256 Rigceeeusccols Gray Stassel Engines INDIRECT FIXED FEE PERTKiraeLABORMeeseEXPENSES|TOTAL COST Hee eee ee eee|SuB-conTRAcTors re Prior Amt |...$80,178 |oss eeee ee St $2,950 |...$83.128 |.$372 J.$83,500}...37500 J.$91,000AJThisAmd}($8:253)]oseebeeeseceeee ($72),($8,325)$325 J...{$8,000))$8,000 J 80Revised$71,925 $0 $2,878 $74,803 $697 |$75,500 $15,500 ""$91,000 PriorAmt}$0}oe $0]wee1 $0}SO)Sh ns arenes B|ThisAmd||ccceseseeceeeee|seeeeeccceeeccecfcccecceenceedA esae Lh eh ene 2Revised$0 $0 $0 $0 $0 $0 $0 $0 PriorAmt|sof.$0}ee.$Of $080d no Se $0.C]thisAmd)deedeceecceccceeecebeceseercneeed1h esee 1 ne8 Aina annnee $0Revised$0 $0 $0 $0 $0 $0 $0 "$0 PriorAmt}SO]eeeeAes rn ss ee ane $0. D]ThisAmd|cece Lececccceeneenees |eceecerecees$0]ee teeecceeee |it eS anre $0Revised$0 $0 $0 $0 $0 $0 $0 $0 PriorAmt}|SO].1 $0}1ne aie ih ne.SennenE]ThisAmd)do cceeence |ccceceecceeeececbecceeccneeee20}oo cccceccccdccccecceeeee 2h ne8 $0 Revised $0 $0 $0 $0]$0 $0 so]$0 PriorAmt}=SOP er$0}!1kee oh ee $0. FithisAmd)|cece becccceccscceceeclccerecceeeeedSh es St ae $0Revised$0 $0 $0 $0 $0 $0 $0 "$0 |Prior Amt |$80,178]$0}...$21250 ann SEIZE.a $372 J $83,500 J...$7,500}ww.$91,000,ThisAmd |-___($8,253))ee (S72.($8,325)$325 J...($8,000)]$8,000.$0|T |Revisea $71,925 $0 $2,878 $74,803 $697 $75,500 $15,500 $91,000 TK GROUP@]"1agoR INDIRECT OO OUP |TOTAL PRICE METHOD OF PAYMENT Prior Amt |________$2,450]_.........30.ee)$2,500 FPL Al]thisamd]|eeeecbeceeeceeeee Sd 0 cee eeceeee $0.FPPEQ] Revised |$2,450 $0 $2,500 Tae PriorAmt)SO]80.pewcceseceeneedecseccoeees $0.cprFL] COR)i,a es |h es .a re $0.Revised $0 $0 $0 PriorAmt |880 becca |oncceecnseeeiO Jenecnncencees $0.C|Thisamd] ee L ceeccecececnsasdecsccccanconedl Revised $0 $0 $0 PriorAmt|=SOF80.|owecnecenenn0 dec ceennnennnSe.|i hs nn nh ns ei aiae $0Revised$0 $0 $0 PriorAmt|SOF$0,ee2s Sanne $0. E|ThisAmd|cc eeececeee ee eonsecnncecenesdecececnsccnnedeeRevised$0 $0 $0 Prior Amt |8 $078 eeeteee $0.F[ThisAMG)ceefeceecccnsecenccc/ecececccccceceechoccseecceceeDOLosecccsescecccdeccccccecccee $0Revised$0 $0 $0 PriorAmt |$2,450]80.es inne $2,500,ThisAmd}SO]$0.es Se $0.|T}Revisea |” $2,450 $0 $2,500 C2-CR.amd (April 2012)DOT/PF Revised Exhibit C-2,Cost Reimbursement Price Estimate Page 1 Gray Stassel Engineering:TK crower §|LABOR Neosr EXPENSES |ToTAL cost |"*EOFESPER)tora PRICE METHOD OF PAYMENT Prior Amt |_.....$5,000]oo.ee$0]...$5000]SOP.$5,000 FeO A}This Amd]i.$6,500 Jone eee beeen$1,500]2...$8,000}$8,000 FPPE Revised $11,500 $0 $1,500 $13,000 $0 $13,000 TEL) Prior Amt |eeeeeeSO |ec eeceeee BOL eee SL eee SOL SOP 80.cprFU Le Seine |eanececene es es [ear $0. Revised $0 $0 $0 $0 $0 $0 Prior Amt ooSOP a 2 $0}ww.os ne $0. FR)i a a jaar aae Sh ns inne2 Revised $0 $0 $0 $0 $0 $0 Prior Amt SOeee 2 2 erck1s hae $0. D]This Amd)oo cwceeedecenecececcccceefeceececeacecccecpeccenecesncesA ee ie $0.Revised $0 $0 $0 $0 $0 $0 Prior Amt |.80]eee $0fa er2 2 ee $0E}This Amd)wocceceecedececenes coccnccc)ccececcsssasceccbeccenecscecesek Se $0Revised$0 $0 $0 $0 $0 $0 Prior Amt |SO}2 2 ee1Ss $0. Fp TRS AMG]ee eeaceenccncenceceneceneenessceceecbeces wesceeees1 ne wevceceneenadl,Revised $0 $0 $0 $0 $0 $0 T [Prior Amt |_....$5,000Jo +2)$0122...55,000}SOd $5,000 O|This Amd}12..$6,500 Jo $0}$1,500}...38.0001 80d $8,000 T |Revised $11,500 $0 $1,500 $13,000 $0 $13,000 C2-CR.amd (April 2012)DOT/PF Revised Exhibit C-2,Cost Reimbursement Price Estimate Page 2 cd COMPENSATION 2013-0256 NTP No:9 APPENDIX C EXHIBIT C-4 Thru Amendment No:9a2 COST REIMBURSEMENT BILLING DETAIL Sequential Billing No.for this Agreement: PROJECT NAME:Contractor's Billing No.(if applicable): Port Heiden RPSU as A COMPLET COPYABT{ormnaion is AMAR,(This form $avalabie foms 1 afe arrang 0" TS FORM ATTACHED JOA Cantiacing Agency on a disc in EXCEL PRIME CONTRACTOR:Gray Stassel Engineering METHOD OF PAYMENT:FP O [FpPE oO TBE CPFF LJ TOTALS TO DATE INCLUDES ALL COSTS FOR THE PRIME CONTRACTOR THROUGH (ENTER DATE). TASK GROUP &FIXED FEE PER SUB COST ITEM LABOR INDIRECT COST|EXPENSES GROUP CONTRACTS TOTALS ContractAmount {$71,925.00 $0.00 $2,878.00 $697.00 $15,500.00 $91,000.00 A PriorPayments [ THISBILLING $=. TotaltoDate |$0.00. Balance =i]$71,925.00 Contract Amount |wwe cn weno d0-00, B PriorPayments |oo _ THISBILLING =f i.Total to Date ewwweene20-00 Balance a $0.00 ContractAmount [oo $0.00.C PriorPayments [|ooTHISBILLING=ti Total to Date eeccceecee $0.00 Balance $0.00 Contract Amount |nnecccncee $0.00. D Prior Payments lc eecece veceeceree THIS BILLING tee .. Total to Date ELOe oe EneheoS1.$0.00.Foe 9000, Balance ; $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount fsa..$0.00 fee 90:00 Je$0.00]we$0.00}nee $0.00 |...50:00.E PriorPayments fo |uececeececececedeccccecccececceee |on ceccececlececeeccece $0.00]$0.00 THIS BILLING eee cas coceseseassecssefeeceesassecesaeebeseeseseetescsedfcceneeecoes $0.00 [77 $0.00TotaltoDatedees$0.00 |on...9000]$0.00 |so seeeecee$0.00 |oe teeen ee $0.00 |...$0.00Balance$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount fs 80.001 8000$0.00 Fee.$0.00 J eee $0.00 Foo snee nn 30:00FPriorPaymentseacsealsecaceseesesseenedeccsseeseeeesieePrroeneeeee$0.00 0000...$0.00THISBILLINGnvsscsesececeease|coves wessceceocerdeeeeeee a woediaccocccenceeccencbecsececenes $0.00 Fo..n2 2 90:00TotaltoDatedee$0.00 FeeeeeOT eens$0.00 |eeeseee$0.00 J oo...90.00 fo $9.00Balance$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 T Contract Amount =[$71,925.00}...80-00]1.$2878.00)5697.00 |as$15,500.00 |..$91,000.00 O Prior Payments ES5 EEE Ae SR$0.00 J ne eeeeeee$0.00}en eeeeee $0.00 1...90,00TTHISBILLING[11 1....80:00)$000}i $0.00}eee $0.00}...$0.00 A TotaltoDate fa.ee ne Se$0.00 |a...$0.00}eee $0.00}eee $0.00 L Balance $71,925.00 $0.00 $2,878.00 $697.00 $15,500.00 $91,000.00 Note:"Contract Amounts”shall include any Amendments that are executed. If Method of Payment is: Fixed Price (FP):then amounts shall be entered only in columns headed:"Labor (or FP).” Fixed Price plus Expenses (FPPE):then amounts shall be entered only in columns headed:"Labor (or FO)”and "Expenses.” Time &Expenses (T&E):then amounts shall be entered in columns headed:"Labor or (FP),"and "Expenses.” Cost plus Fixed Fee (CPFF):then amounts shall be entered in columns headed:"Labor or (FP),”""Indirect Cost,” "Expenses,”and "Fixed Fee.” "Total Cost"and "Total Price”and "Subcontractors"will be summed and entered automatically. C4-CR.bil (April 2012)DOT/PF Exhibit C-4,Cost Reimbursement Billing Detail Page 1 SUBCONTRACTOR NO 1:Rick Elliott Land Consult Subordinate to:Gray Stassel Engineering TOTAL TO DATE INCLUDES ALL COSTS FOR THE SUBCONTRACTOR THROUGH (ENTER DATE): oN STEM &|LABOR (or FP)|INDIRECTCOST]EXPENSES CRO aE YMENT TOTALS Contract Amount =t.$2,450.00]2.30.00 J $50.00 J $0.00 JFP OQ fe...$2,500.00, A PriorPayments |eeeceeeeeeeee |ene FPpPE (J ve weesenee 80:00 THIS BILLING vecceccecececceces|ececcccescerceceedecececceccecececefracecsececeececene T&E wo cecenne 90:00 Total to Date ww nn ee 90:00 1 5000 Fd$0.00Jow.$0.00 |CPFF pe weeneenn90:00Balance"$2,450.00 $0.00 $50.00 $0.00 $2,500.00 Contract Amount fs,80.00}$000 Fe$0.00 Fe.$0.00 |wecensenene 3000. B Prior Payments |enceccececcencee wecceeecsccees ee en eee ane seeeeeee 90:00,THISBILLING $f voncececdecereececccececerdocece boone eee eee.80:00, Totalte Date woe oe 80200 Joo 80-00 Fw 80.00,an cene nena 30:00,Balance $0.00 $0.00 $0.00 $0.00 $0.00 Contract Amount we ww ene 0 90:00}80.00 Js$0.00}su..50.00 |weceeeeenne90:00,C PriorPayments [|oodeevecncecanceccecd.ccccccccccececee cececeeee.80-00 THIS BILLING voooncccaceccssccWecstcceccccecssse|oceeccecssseccecdsecceccececececee eee,80:00 TotaltoDate fl $0.00 {5000 Fs$0.00 J eee.$0.00 |wecewenn3,00,Balance |$0.00 $0.00 $0.00 $0.00 $0.00 Contract Amount da $0.00 2.2...8000 J$0.00 J eee.$0.00_weeneeeene 30:00,D Prior Payments vocnccccucccecacc|ccccececceecececedccececcecccorcceed-ccccecececcceceee woew ween.90-00THISBILLING=fccccceeececeecedecee beeen woe ee ee.80.00 TotaltoDate dl ns en $0.00 Joe$0.00 wecncecenee3000,Balance $0.00 $0.00 $0.00 $0.00 $0.00 Contract Amount weeceeeee90:00 fo 30-00 J$0.00 Joe.$0.00 wenn ecenee 3000, E PriopPayments foot cecceececeecece 5 nn ceweeceeeee30-00THISBILLING=f be vececedicccececececeoceee wee 90.00 TotaltoDate dl.$0.00Jw.Ps $0.00 J i...$0.00|wacwcecenen 30-00Balance$0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount =f $0.00]80007$0.00}$0.00|wecennennn90:00FPriorPayments|ccceccvcececcecc|cccececececceccceocccecceces seneee |eee |ee eeecece 80-00 THIS BILLING ceeccessensccsse|soeececsseeseecee|eoceneeacenes ee eee oeeeee 80-00 Total to Date |ceeenennnne90-00fo.es $0.00 J $0.00|weneesennee 90-00Balance$0.00 $0.00 $0.00 $0.00 $0.00 TT Contract Amount $2,450.00}2 $0.00 J $50.00 Fs$0.00|wow 82900-00OPriorPaymentsweeneen08|occa 90:00 J$0.00}ioe.$0.00 |Lee ce ee en en 80:00. T THISBILLING [ow $0.00}.90-00 J ws$0.00 Je$0.00 |wecceneneee30-00ATotaltoDate=f $0.00 fo 8000 Je$0.00 Fi$0.00,weenceceeee 30:00,L Balance ° $2,450.00 $0.00 $50.00 $0.00 $2,500.00 Note:"Contract Amounts"shall include any Amendments that are executed. if Method of Payment is: Fixed Price (FP): Fixed Price plus Expenses (FPPE): Time &Expenses (T&E): Cost plus Fixed Fee (CPFF): C4-CR.bil then amounts shall be entered only in columns headed:"Labor (or FP)." then amounts shall be entered only in columns headed:"Labor (or FO)"and "Expenses." then amounts shall be entered in columns headed:"Labor or (FP),”and "Expenses." then amounts shall be entered in columns headed:"Labor or (FP),”"Indirect Cost,” "Expenses,”and "Fixed Fee.” "Total Cost”and "Total Price"and "Subcontractors”will be summed and entered automatically. (April 2012)DOT/PF Exhibit C-4,Cost Reimbursement Billing Detail Page 2 SUBCONTRACTOR NO 2:Golder Associates Subordinate to:Gray Stassel Engineering TOTAL TO DATE INCLUDES ALL COSTS FOR THE SUBCONTRACTOR THROUGH (ENTER DATE). Leseateahicnalt &|LABOR (or FP)|INDIRECTCOST|EXPENSES en ROUP MPAYMENT.TOTALS Contract Amount =|$14,500.00]|____..$0.00]$1,500.00 |ow...so.oojFP =O weno eee 99:000.00 A PriorPayments [de cecedecccceenecececccedcccceneecceeccees FPPE [1 co cnueoee.=90:00THISBILLING=f ed cecccccccceceecdrececereccececeeee TRE vocceweee..$0:00 TotaltoDate fe $0.00 foo...90:00 Fe.90.00 |...-39.00 |CPFF [J aeeceeceneo90,00Balance$11,500.00 $0.00 $1,500.00 $0.00 $13,000.00 Contract Amount J $0.00 1 $0007 S000 $0.00|nanescencee90:00,B Prior Payments ences wecccccceeefeceeees ceneenee ee es ee ee es orn 22 80,00 THIS BILLING enceceee eenceece neccasccccenccee Sn ene aeccseeees wawenenenend0:00, Total to Date |encceceeee $0.00 J 2.2...$0007 $0.00]ww...$0.00 |waeeecenene90:00Balance$0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount =[a $0.00 J 3000 $0.00}wd$000 Jaa.woeeen90:00CProrPayments[||...|eee an ee $0.00THISBILLINGooNnoccLonebeeeeeeeesocc50:00 Total to Date wenn 89-00 f 8 80-00 Js$0.00}ow.$0.00 |weececeenee90:00,Balance " ™$0.00 $0.00 $0.00 $0.00 $0.00 Contract Amount J $0.00 J...80.00 Je$0.00 J ewe.$0.00|we eeennenee30:00,D Prior Payments accncees seccccecbececececccececees |ne Seen wonenccennn80:00,THIS BILLING [eeeceafeeeeweccneceneee |re ne wa nencnenon90:00, Total to Date |eeccaceeee $0.00 J...50-00)$0.00 J.$0.00 |wecececeeee3000,Balance $0.00 $0.00 $0.00 $0.00 $0.00 Contract Amount =f $0.00 J...80.00)we$0.00 J ei.$0.00 |weneecencen80:00EPriorPaymentsfoene|eee |ne 5)THISBILUNG «6 |Td ss $0.00 TotaltoDate =f $0.00}22.50.00)$0.00 J ee$0.00|wna eennenn$0:00Balance$0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount fw $0.00 [2.5000]os$0.00}ow.$0.00|wevensnneee30:00,F Prior Payments |cccnecccccceccec|accececesecnccece|sccecccececcccccedecesceceacecncees ceeweceneee 90:00 THIS BILLING cc csecese cetttrcecececeeedecsettececccccce $0.00 Total to Date ween 2290-00 fo 90-00 Fe$0.00].$0.00 |wnceceeneen30:00 Balance §|$0.00 $0.00 $0.00 $0.00 $0.00 T ContractAmount =|$11,500.00 J...90-00 Js$1,500.00 J sa.22.39.00 owen 89:000.00OPriorPaymentsa25.5 See ns Ue ...50.00 |wececeneeee 30-00,T THIS BILLING |...$0.00 |.$0007 eS$0.00]$0.00|wecnvenecnn.80:00,A Totalto Date nwnnnweno90:00.|.90:00 Js$0.00}ee.$0.00 ||cececreeee90:00,L Balance $11,500.00 $0.00 $1,500.00 $0.00 $13,000.00 Note:"Contract Amounts”shail include any Amendments that are executed. If Method of Payment is: Fixed Price (FP): Fixed Price plus Expenses (FPPE): Time &Expenses (T&E): Cost plus Fixed Fee (CPFF): C4-CR bil then amounts shall be entered only in columns headed:"Labor (or FP).” then amounts shall be entered only in columns headed:"Labor (or FO)"and "Expenses.” then amounts shall be entered in columns headed:"Labor or (FP),"and "Expenses." then amounts shall be entered in columns headed:"Labor or (FP),""Indirect Cost," "Expenses,”and "Fixed Fee.” "Total Cost"and "Total Price"and "Subcontractors"will be summed and entered automatically. (April 2012)DOT/PF Exhibit C-4,Cost Reimbursement Billing Detail Page 3 Douglas Ott From:Douglas Ott Sent:Wednesday,August 23,2017 10:51 AM To:Michele Hope Subject:FW:PTH RPSU NTP 9A1 -Geotech proposal -URGENT Michelle, Please review this request.|would like to discuss with you what steps |need to take to get AEA approval. |would like to talk with you today in that the request involves work to be accomplished under the NTP 9A1 that will begin on Tuesday of next week. Thanks, Doug From:steve stassel [mailto:steve @gse.engineering] Sent:Tuesday,August 22,2017 3:15 PM To:Douglas Ott <DOtt@aidea.org> Cc:Wynne Auld <Wynne @GSE.engineering> Subject:PTH RPSU NTP 9A1 -Geotech proposal Doug As you are aware,GSE is working with Golder to conduct the geotechnical site investigation for the PTH RPSU power plant site.This work is scheduled for 8/29/17 Our present NTP 9A1 authorizes $5,000 for geotech services from Golder.The SOS for this fee does not include a site visit nor lab work to classify the site conditions,so GSE has requested an updated proposal from Golder to provide the necessary services.Golders revised proposal is approximately $13,000. GSE requests authorization to increase our NTP to Golder from $5,000 to $13,000 to perform the needed geotech services.GSE has sufficient funds within our existing AEA NTP to absorb the increased cost without requiring a fee amendment from AEA This will be a $0 change to our existing AEA NTP 9A1,that will allocate an additional $8,000 to Golder Steve Steven J.Stassel,P.E. GreyNQOFSatvgne Direct (907)336-1502 steve @gse.engineering COST Ea umaTE PER TASK *Labor Rates shall be direct labor (base pay)only if Method of Payment is CPFF;otherwise,Labor Rates shail be total rates (i.e.base pay +benefits +overhead +profit.) estimate.tsk (April 2012)DOT/PF,Task Estimate Sheets FIRM:GRAY STASSEL ENGINEERING,INC.PROJECT TITLE:Port Heiden RPSU TASK NO:2 TASK DESCRIPTION:CONCEPT DESIGN REPORT DATE:8/23/2017 GROUP:A METHOD OF PAYMENT:FP LJ FPPE_]T&E [vy]CPFFL]PREPARED BY:BCG SUB-LABOR HOURS PER JOB CLASSIFICATION TASK NO.SUB-TASK DESCRIPTION Princ /Sr.Sr.Eng Eng IV Eng lll Eng Tech Ill]Eng Tech Ii]Eng Tech I Admin Eng (ME)(EE)(ME)(ME) 1 Initial Data Collection 2 Site Investigation 3 Summary Letter Report 4 Site Control 5 Permitting Review 6 Draft Concept Design Rpt -20 -10 -10 7 Construction Cost Est 8 Energy Project Coordination 9 Final Concept Design Rpt -20 10 11 12 13 14 15 16 V7 18 19 20 TOTAL LABOR HOURS 0 0 -20 -30 -10 0 0 0 0 0 0 *LABOR RATES ($/HR)$157.50 $157.50 $152.25 $138.60 $105.00 $94.50 $84.00 $73.50 LABOR COSTS ($)$0.00 $0.00 |($3,045.00)}($4,158.00)|($1,050.00)$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 EXPENSES COMMENTS: aes ITEM(S)QUANTITY |UNIT PRICE Pelee This is a $0 amendment which allocates additional funding forgeotechsitevisit,lab analysis and report with foundation1PermitFees0$1,500.00 $0.00 |!recomendations.2 Air Fare 0 $650.00 $0.00 3 Per Diem (in State)0 $60.00 $0.00 8/23/17 4 Per Diem (out of State)0 $0.00 $0.00 5 Plotting/Phone/Fax/Reproduction -1 $72.00 ($72.00) $0.00 |FIRM'S TOTAL COST OF LABOR (or Fixed Price):($8,253) $0.00 |/F CPFF,TOTAL INDIRECT COST @ 0.00%$0 eee ea iy :TOTAL EXPENSES:($72)[FIRM''S TOTAL EXPENSES ($72) SUB-CONTRACTORS:Firm Initials and Price Per Task FIRM'S TOTAL COST (no Subcontracts or Fee)($8,325) FIRM:LCG RELC Golder HDL LCG v3 MLS FIRM'S Fixed Fee (Sub Labor Markup)5.00%$325.00 Labor ($)6500 SUBCONTRACTOR LABOR:$6,500 Expenses ($)1500 SUBCONTRACTOR EXPENSE:$1,500 AMOUNT:$0 $0 $8,000 $0 $0 $0 $0 TOTAL SUBCONTRACTOR PRICES:$8,000 Total Fee This Task $0 Revised 3/10/16 PRICE PER TASK SUMMARY FIRM:GRAY STASSEL ENGINEERING,INC.PROJECT TITL Port Heiden RPSU DATE:8/23/17 TOTAL NEGOTIATED FIXED FEE:$698 cnour]ase |t2eon ]momect |expenses [ror cost]porteenon|See|conumers |meet A 0 $80,178 $0 $2,950 $83,128 $373 $83,500 $7,500 $91,000 A 1 $0 $0 $0 $0 $0 $0 $0 $0 A 2 ($8,253)$0 ($72)($8,325)$325 ($8,000)$8,000 $0 A 3 $0 $0 $0 $0 $0 $0 $0 $0 A 4 $0 $0 $0 $0 $0 $0 $0 $0 A 5 $0 $0 $0 $0 $0 $0 $0 $0 A 6 $0 $0 $0 $0 $0 $0 $0 $0 A_|7 $0 $0 $0 $0 $0 _$0 $0 $0 *Subcontractors for negotiated professional or technical services,products,etc.(Commodity items available to the general!public at market prices,equipment use,and unit priced items are generally included in estimate as expenses.) ESTIMATED LABOR |INDIRECT FIRM'S TOTAL|'suB-|PRICE PLUS TOTALS (or FP)COST EXPENSES |TOTAL COST FEE PRICE |CONTRACTS|sUBS FOR FIRM:$71,925 $0 $2,878 $74,803 $698 $75,500 $15,500 $91,000 estimate.tsk (April 2012)DOT/PF,Task Estimate Sheets Revised 3/10/16 ATTACHMENT #[ti'(aiézs”';Contract No:2013-0256 REVISED COMPENSATION NTP No:9 APPENDIX C EXHIBIT C-3,COST REIMBURSEMENT PRICE ESTIMATE Amendment No:2 PROJECT NAME: Port Heiden RPSU Date Prepared:8/23/17 PRIME CONTRACTOR:«=i :ood "METHOD OF PAYMENT:ep L ne : FIXED FE .ea.|LABOR INDIRECT |expenses |ToTaL cost [FES FTE PER|PRIMES TOTAL sus-contracrors |PRICE RIUS Prior Amt $80,178 $0 $2,950 $83,128 $372 $83,500 $7,500 $91,000 A]This Amd $0 $0 $0 $0 $0 Revised $80,178 $0 $2,950 $83,128 $372 $83,500 $7,500 $91,000 Prior Amt $0 $0 $0 $0 $0 $0 $0 $0 B]This Amd $0 $0 $0 Revised $0 $0 $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 $0 $0 C |This Amd ($8,253)($72)($8,325)$325 ($8,000)$8,000 $0 Revised ($8,253)$0 ($72)($8,325)$325 ($8,000)$8,000 $0 Prior Amt $0 $0 $0 $0 $0 $0 $0 $0 D}This Amd $0 $0 $0 $0 Revised $0 $0 $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $O $0 $0 $0 E{This Amd $0 $0 $0 $0 $0 $0 Revised $0 $0 $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 $0 $0 FI This Amd $0 $0 $0 $0 Revised $0 $0 $0 $0 $0 $0 $0 $0 T |Prior Amt $80,178 $0 $2,950 $83,128 $372 $83,500 $7,500 $91,000 2 |This Amd ($8,253)$0 ($72)($8,325)$325 ($8,000)$8,000 $0 T |Revised $71,925 $0 $2,878 $74,803 $697 $75,500 $15,500 $91,000 SUBCONTRACTOR NO.1: Subordinate to: -Rick Elliot Land Consultant Gray Stassel Engineering TK GROUP &INDIRECT FIXED FEE PER ITEM LABOR cost EXPENSES |TOTAL COST GROUP TOTAL PRICE METHOD OF PAYMENT Prior Amt $2,450 $0 $50 $2,500 $0 $2,500 i A]This Amd $0 $0 FPL Revised $2,450 $0 $50 $2,500 $0 $2,500 TH Prior Amt $0 $0 $0 $0 $0 $0 cph} B|This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 C]This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 D]|This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 E |This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 F |This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 T |Prior Amt $2,450 $0 $50 $2,500 $0 $2,500 9 |This Amd $0 $0 $0 $0 $0 $0 T |Revised $2,450 .$0 $50 $2,500 $0 $2,500 C2-CR.amd (April 2012)DOT/PF Revised Exhibit C-2,Cost Reimbursement Price Estimate Page 1 SUBCONTRACTOR NO,2 Subordinate tor Golder Associates _Gray Stassel Engineering INDIRECT FIXED FEE PERTKheal&LABOR COST EXPENSES TOTAL COST GROUP TOTAL PRICE METHOD OF PAYMENT Prior Amt $5,000 $0 $0 $5,000 $0 $5,000 A|This Amd $0 $0 FPL Revised $5,000 $0 $0 $5,000 $0 $5,000 Ta Prior Amt $0 $0 $0 $0 $0 $0 cph} B |This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 C]This Amd $6,500 $1,500 $8,000 $8,000 Revised $6,500 $0 $1,500 $8,000 $0 $8,000 Prior Amt $0 $0 $0 $0 $0 $0 D|This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 E |This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 Prior Amt $0 $0 $0 $0 $0 $0 F |This Amd $0 $0 Revised $0 $0 $0 $0 $0 $0 T }Prior Amt $5,000 $0 $0 $5,000 $0 $5,000 O {This Amd $6,500 $0 $1,500 $8,000 $0 $8,000 T |Revised $11,500 $0 $1,500 $13,000 $0 $13,000 C2-CR.amd (April 2012)DOT/PF Revised Exhibit C-2,Cost Reimbursement Price Estimate Page 2 "OR ALL WORK THIS AREA ROUTE TELEPHONE CABLE UP INTO FIT AT DISPENSERROTATED180')SHELTER /_se ea N METER INSTALLATIONBASEDETAL aGe)Gee {fr \|wi LY "st -_Les ame 4 -np ee eelep oe od i of (|eSSIwy,z X\ -_, BURIED 1-1/4"HOPE DUCT,3$4 YO EDGE OF GRAVEL PAD,TYP - |PROPOSED MODULE EXISTING SECONDARY\.SERVICE.PEDESTAL EXISTING DIRECT-BURY UTILITY SECONDARY"M>_---SERVICE CABLE XN \ \ ALASKA ENERGY AUTHORITY CERTIFICATE OF SUBSTANTIAL ANCOMPLETION[EASA Date of Inspection:Grant No.: Project or Specified Part Shall Include:Project Name and Location: Contractor: Address: The work performed under this grant has been inspected by authorized representatives of the AUTHORITY,the Grantee, CONTACTOR,and Architect/Engineer,and the project (or specified part described above)is hereby declared to be substantially complete on the date and time set forth below. DEFINITION OF SUBSTANTIAL COMPLETION The Work (or a specified part thereof)has progressed to the point where, in the opinion of the Grants Officer,as evidenced by the AUTHORITY'S written notice,it is sufficiently complete,in accordance with the Grant and Construction Documents,so that the Work (or specified part)can be utilized for the purposes for which it was intended. A list of items to be completed or corrected is appended hereto.This list may not be exhaustive,and the failure to include an item on it does not relieve the CONTRACTOR of its responsibility to complete all the Work in accordance with the Contract Documents. The contractor accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the attached list within the time limits indicated. Date: Authorized Contractor Signature The AUTHORITY accepts the project or specified area of the project as substantially complete on [If Grantee does not accept the project as substantially complete following AEA's Notice of Substantial Completion,insert here facts regarding Grantee assuming responsibility under Appendix B-2,§3 of the Grant Agreement.The recitals will usually include AEA delivering notice of completion to Grantee,any disagreement by Grantee,and the resolution of any disputes] Date: AEA Project Manager . The Grantee accepts the project or specified area of the project as substantially complete on ,at which time the Grantee assumes full possession of,and the responsibility for the operation,maintenance,risk of loss,heat,utilities,security and required insurance,regarding the project or specified area of the project. Date: Authorized Grantee Signature Revision 05/2017 NOTICE TO PROCEED NTP No:9al SAALASKA\N &BILLING SUMMARY AgreementNo:=9913.0256EeENERGYAUTHORITY Accounting Ref No.:Wa Contract Expiration Date:1B1A7 . On Contract Authorization toFor:Alaska Energy Authority Behalf of;Port Heiden ontract Authoriza Date,$22159,469.83 Contractor:Gray Stassel Engineering NTP Completion Date:121/17 Project Title:Port Heiden RPSU Amount of this NTP/Amend.;$0.00 Category of Services:Professional Services Method of Payment:nue & NOTICE TO PROCEED Provide services for the Tasks Group(s)and specific Tasks enwmerated below in the Billiag Summary.Any services beyond the written scope and/or any costs above the price estimate for each Task Group in our Agreement,require prior Agency approval and a contract Amendment. Actual cost uaderrun of Contract Amount for any Task Group shall not routinely accumulate for other Groups,The Coutracting Agency reserves the right to retain or reallocate any remaining funds resulting from such cost anderruns. jContractor shall provide CDR services for the Port Heiden RPSU project.Services shall be performed per the 6-page scope,1-page C-3 Cost Reimbursement Cost Estimate,and 3-page C-4 Reimbursement Billing Detail. Amd.#1 NTP Date Extension Only.Work beyond the Contract Expiration Date is contingent upon successful negotiation of Contract extension. S All other terms &conditions remain ia force. *Phone:907-771-3082 The Agency Project Manager for this NTP is:Tim Sandstrom Fax:907-771-3044 Accepted for the Contractor bye,Project Manager Approval:Nssued for the dntrhehng AdAgency:LS AP W)ALP Br]Aha Ate]fs AP jet 1G LL,th "27 /eSignature(/12/23/16 Date _{Signature Date _Signature Date jName:Steven Stassel,P.E.Name:-Tim Sandstrom 'ame:Michele Hope,Sr.Lown Officer Page tof 3AIDEAAEA,Notice to Proceed Involce Summary WON NOTICE TO PROCEED NTP No:sal I=ZALASKA\&BILLING SUMMARY Agreement No:9913.0956 Gum ENERGY AUTHORITY Accounting Ref No.:wa Contract Expiration Date:1/31/17 On erFor:Alaska Energy Authority Behalf of:Port Heiden Contract Authorizationfo $1,159,469.83 Contractor:Gray Stassel Engineering NTP Completion Date:12/31/17 Project Title:Port Heiden RPSU Amount of thisNTP/Amend.:$0.00 Category of Services:Professional Services Method of Payment:beves NOTICE TO PROCEED BILLING SUMMARY Contractor Invoice Number for billing period If Final Invoice check here [] GL Funding . . . Account Exp.Authorized Task Groups Authonized To iniPreved This Billing Total To -Date Code Date 77530 60/18 |CDR 91,000.00 Amd.#1 0.00 Total Amount Authorized for All Groups $91,000.00 '.oy - Sum of Prior APPROVED Payments}|oe $0.00 oe errr Sum for THIS INVOICE}$0.008.°= Sum of Prior Payments and this Invoice} .- 2 a]$0.00} Balance of Authorized Amount ].i $0.00} Payment Request &Certification:(Contractor) Signature Date Department of Labor Close-Out Required?wa Name:Steven Stassel,P.E.(Construction) Approval for Payment PAYMENT RECOMMENDED (Agency Project Manager):I certify this invoice to be valid and accurate and that services were performed substantially in conformance with the contract requirements and schedule. PAYMENT APPROVED (Authorized Agency Official):Based upon the Project Manager's recommendation and certification,I hereby approve payment. Signature Signature Date lame:Tim Sandstrom Name:Kirk Warren,COO/Project Implementation Director AIDEA AEA,Notice to Proceed Invoice Summary Page 2 of 3 Note - INSTRUCTIONS TO CONTRACTOR for COST REIMBURSEMENT NOTICE TO PROCEED (NTP) &BILLING SUMMARY Retain an unmarked,as issued,copy of this form to be used for reproduction and billing. If this NTP is unacceptable,notify the Contracting Agency immediately.If acceptable,acknowledge by signature where indicated on a copy of this NTP and return it within ten days after your receipt. Submit monthly Invoices to the Agency Contract Manager named in this NTP.Provide a copy of page one of this form as the FACE PAGE of each invoice submitted and with the following entries accurately completed: a)Indicate if the Invoice is for Progress or Final Payment and show the Sequential Invoice Number for this NTP. Entries in the following columns:Prior Approved Payments,This Billing,and Total to Date for each Task Group; b)plus the SUM TOTALS for:Authorized To -Date,Prior APPROVED Payments,THIS INVOICE,Prior Payments plus this Invoice,and Balance of Authorized Amount. "Prior APPROVED Payments"amounts may NOT be the same as the total of all your prior invoices if some items were disallowed or adjustments were made.Ifa prior billing has not been acknowledged with any payment,or a different amount from your billing was paid without notification to you of the reason(s),attach a request for an explanation and remedial action. Sign,date and enter printed or typed name under "PAYMENT REQUEST (Contractor)"thereby attesting to the following: "By signature on this form,the Contractor certifies entries to be true and correct for the services performed to date under or by virtue of said Agreement and in accordance with AS 36.30.400.The Contractor further certifies that all applicable Federal, State and Local taxes incurred by the Contractor in the performance of the services have been paid and that all Subcontractors engaged by the Contractor for the services included in any invoice shall be fully compensated by the Contractor for such services." When Applicable,ATTACH A CURRENT COPY OF EXHIBIT C-4,COST REIMBURSEMENT BILLING DETAIL FORM (from Appendix C of the Agreement)to each invoice.Internally check the form and correct mathematical extensions.The Contracting Agency may return erroneous invoices for correction before processing for payment. Substantiate all charges in each billing,other than for Fixed Prices or Fixed Fees,by attaching a summary of hours expended and hourly labor rate per employee;summary of units completed;subcontractor invoices;expense receipts,etc.;or other proof of expenditures. Prime Contractor's Labor and Indirect Cost shall be billed to the Contracting Agency within 45 days of performance. Subcontractors'Labor and Indirect Cost shall be billed to the Contracting Agency within 60 days of performance.All of the Contractor's and Subcontractors'Other Direct Costs (Expenses)shall be billed to the Contracting Agency within 90 days of being incurred.Charges submitted after the above stated times will,at the Contracting Agency's discretion,not be paid. When each NTP is approximately 75%complete,the Contractor shall determine if the Authorized Amount(s)might be exceeded;and,if so,shall provide an estimate of cost to complete.The Contracting Agency will determine after discussion with the Contractor if additional cost is reasonable and does not include costs that should be absorbed by the Contractor.If additional cost is validated,a negotiated Amendment will be executed which either (1)reduces the scope of services/work products required commensurate with the Authorized Amount(s),or (2)increases the Authorized Amount(s)to that required for completion of the original contract scope. Page 3 of 3AIDEAAEA,Notice to Proceed Invoice Summary NOTICE TO PROCEED NSCategory of Services:Professional Services NTP No:9 KA UMMAR AgreementNereeENERGYFASKA&BILLING S :Y 2013-0256 Accounting Ref No.:PRE155 A\\qContractExpirationDate:ve ane 4). For:Alaska Energy Authority Behalfof;Port Heiden Contract Authorization to $1,159,469.83 Contractor:Gray Stassel Engineering NTP Completion Date:LANG Project Title:Port Heider RPSU Amouat of this NIP/Amend.:$91,000.00 Method of Payment:Time & Expenses NOTICE TO PROCEED 'Reimbursement Coat Estimate,and 3-page C-4 Reimbursement Billing Detail. Provide services for the Tasks Group(s)and specific Tasks enumerated below in the Billing Summary.Any services beyond the written scopejandioranycostsabovethepriceestimateforeachTaskGroupinourAgreement,require prior Agency approval and a contract Amendment.Actual cost underrua of Contract Amount for any Task Group shall not routinely accamulate for other Groups.The Contracting Agency reserves the right to retain or reallocate asy remaining funds resulting from such cost uaderruns. Contractor shall provide CDR services for the Port Helden RPSU project.Services shall be performed per the 6-page scope,1-page C-3 Cost All other terms &conditions remain in force. Phone:907-771-3082 Brion l:Oran PE. The Agency Project Manager for thisNTPis:Tim Sandstrom Fax:907-771-3044 Accepted for the Contractor by:Project Manager Approval:Issued for thecnnKgency:fLAsledFoSFoieMir.'tyan_Zi/}Signature Date Signature (Signature Name:Steven-Stassety-PE>Name:Tim Sandstrom Name;Michele Hope,anaOiioe AIDEA AEA,Notice to Proceed invoice Summary Page{of 3 For: p=EATERA\amp ENERGY AUTHORITY Alaska Energy Authority NOTICE TO &BILLING SUMMARY PROCEED NTP No:9 Agreement No:2013-0256 Accounting Ref No.:PR6155 Contract Expiration Date:Po ane On Behalf of:Port Heiden Contract Authorization to 1,159,469.83Date:$ Contractor:Gray Stassel Engineering 12/31/16 Project Title:Port Heiden RPSU Amount ofthisNTP/Amend.:--¢919999 Category of Services:Professional Services Method of Payment:Expenced NTP Completion Date: NOTICE TO PROCEED BILLING SUMMARY Contractor Invoice Number for billing period If Final Invoice check here [J GL Funding .: .Authorized To-|Prior Approved -pn:Account Exp.Authorized Task Groups Date Payments This Billing Total To -Date Code Date 77530 6/30/18 |CDR 91,000.00 Total Amount Authorized for All Groups $91,000.00 Sum of Prior APPROVED Payments $0.00F Sum for THIS INVOICEF -...won.{$0.00 Bot ee Sum of Prior Payments and this Invoicef -'.-Iss re $0.00} Balance of Authorized Amountf ”a .oy $0.001 Payment Request &Certification:(Contractor) Signature Date Department of Labor Close-Out Required? (Construction)n/a Name:Steven Stassel,P.E. Approval for Payment PAYMENT RECOMMENDED (Agency Project Manager):I certify this invoice to be valid and accurate and that services were performed substantially in conformance with the contract requirements and PAYMENT APPROVED (Authorized Agency Official):Based upon the Project Manager's recommendation and certification,I hereby approve payment. schedule. Signature Signature Date ame:Tim Sandstrom Name:Kirk Warren,COO/Project Implementation Director LL AIDEA AEA,Notice to Proceed invoice Summary Page 2 of 3 Note "* (( INSTRUCTIONS TO CONTRACTOR for COST REIMBURSEMENT NOTICE TO PROCEED (NTP) &BILLING SUMMARY Retain an unmarked,as issued,copy of this form to be used for reproduction and billing. If this NTP is unacceptable,notify the Contracting Agency immediately.If acceptable,acknowledge by signature where indicated on a copy of this NTP and return it within ten days after your receipt. Submit monthly Invoices to the Agency Contract Manager named in this NTP.Provide a copy of page one of this form as the FACE PAGE of each invoice submitted and with the following entries accurately completed: a)Indicate if the Invoice is for Progress or Final Payment and show the Sequential Invoice Number for this NTP. Entries in the following columns:Prior Approved Payments,This Billing,and Total to Date for each Task Group; b)plus the SUM TOTALS for:Authorized To -Date,Prior APPROVED Payments,THIS INVOICE,Prior Payments plus this Invoice,and Balance of Authorized Amount. "Prior APPROVED Payments"amounts may NOT be the same as the total of all your prior invoices if some items were disallowed or adjustments were made.If a prior billing has not been acknowledged with any payment,or a different amount from your billing was paid without notification to you of the reason(s),attach a request for an explanation and remedial action. Sign,date and enter printed or typed name under "PAYMENT REQUEST (Contractor)"thereby attesting to the following: "By signature on this form,the Contractor certifies entries to be true and correct for the services performed to date under or by virtue of said Agreement and in accordance with AS 36.30.400.The Contractor further certifies that all applicable Federal, State and Local taxes incurred by the Contractor in the performance of the services have been paid and that all Subcontractors engaged by the Contractor for the services included in any invoice shall be fully compensated by the Contractor for such services." When Applicable,ATTACH A CURRENT COPY OF EXHIBIT C-4,COST REIMBURSEMENT BILLING DETAIL FORM (from Appendix C of the Agreement)to each invoice.Internally check the form and correct mathematical extensions.The Contracting Agency may return erroneous invoices for correction before processing for payment. Substantiate all charges in each billing,other than for Fixed Prices or Fixed Fees,by attaching a summary of hours expended and hourly labor rate per employee;summary of units completed;subcontractor invoices;expense receipts,etc.;or other proof of expenditures. Prime Contractor's Labor and Indirect Cost shall be billed to the Contracting Agency within 45 days of performance. Subcontractors'Labor and Indirect Cost shall be billed to the Contracting Agency within 60 days of performance.All of the Contractor's and Subcontractors'Other Direct Costs (Expenses)shall be billed to the Contracting Agency within 90 days of being incurred.Charges submitted after the above stated times will,at the Contracting Agency's discretion,not be paid. When each NTP is approximately 75%complete,the Contractor shall determine if the Authorized Amount(s)might be exceeded;and,if so,shall provide an estimate of cost to complete.The Contracting Agency will determine after discussion with the Contractor if additional cost is reasonable and does not include costs that should be absorbed by the Contractor.If additional cost is validated,a negotiated Amendment will be executed which either (1)reduces the scope of services/work products required commensurate with the Authorized Amount(s),or (2)increases the Authorized Amount(s)to that required for completion of the original contract scope. Page 3 of 3AIDEAAEA,Notice to Proceed Invoice Summary ARTICLE B1 PURPOSE B1.1 Project Description CONTRACTOR shall provide Conceptual Design Report (CDR)for the Port Heiden RPSU project.The project has three phases CDR,Final Design,and Construction.The proposed scope shall be for the first phase,the CDR.It is anticipated that phase 2 Final Design and phase 3 Construction will be added by amending the Grant and NTP. The CDR shail evaluate the existing power plant,electrical distribution system,power plant fuel storage,heat recovery and coordinate with a proposed wind project.Specific Tasks include; Initial Data Collection Site Investigation Summary Letter Report Site Control Permitting Review Draft Conceptual Design Report Construction cost estimate Coordination with other energy projects (Wind,Bulk Fuel,etc.) Final Conceptual Design ReportOMNAARLWN>Conceptual Design Report (CDR)for the Port Heiden RPSU project.The project has three phases CDR,Final Design,and Construction.The proposed scope shall be for the first phase,the CDR.It is anticipated that phase 2 Final Design and phase 3 Construction will be added by amending the Grant. The CDR shall evaluate the existing power plant,electrical distribution system,power plant fuel storage,heat recovery and coordinate with a proposed wind project. Schedule Complete CDR NLT 12/31/16 Specific Tasks include Initial Data Collection Site Investigation Summary Letter Report Site Control Permitting Review Draft Conceptual Design Report Construction cost estimate Coordination with other energy projects (Wind,Bulk Fuel,etc.) Final Conceptual Design ReportOCONAALWN>The Agency reserves the right to negotiate and add by amendment services listed below as "future”. Page 1 of 6 ARTICLE B4 SCOPE OF SERVICES This article describes services for this NTP. B4.1 General &Included O Future C1 Not Included Amended The Contractor shall provide engineering services in support of the 1.pre-design 2.design .bidding .taint . for the project which shall include; 5.electrical distribution 7.power generation controls 8.SCADA ?6,le and Bucro yoroclestni . +4-heat recovery 42-biemass 13.alternative energy technologies. This project may require coordination with concurrent energy projects which involve local,state and federal agencies. All phases will require cost estimating.Estimates mustinclude accurate quantity surveys_and_cost 7,orconH eStutrea CVUIUTe TeoHtodhtiocea noe'''? B4.2 Pre-Design Services [Included 1 Future CL)Not Included Amended The Contractor shall provide feasibility studies planning,permitting site research cost estimating conceptual design presentations developing project delivery strategiesNOARWN>Site research shall include 9.review of property information (US Surveys and recorded Plat information)for current and future ownership; 10.easements and utilities information;and 11.review of existing environmental or geotechnical reports. 42.The Contractor shall conduct a site visit that would include a.an investigation of the existing facilities, b.proposed facility locations,as well as c.verification of researched data. Page 2 of 6 (C The project delivery strategy shall include either one or a combination of the following methods: 14.After competitive bidding,a construction contractor who was awarded a contract by the 17.Force account construction workers 18.State of Alaska Rural Utility workers B4.3 Conceptual Design included OC Future &Not Included CO Amended The Contractor shall provide conceptual design services,which include preparing a Conceptual Design Report (CDR).A typical RPSU report includes the following: 1.Executive Summary; 2.RPSUs:Description of current power plant and power usage; 3.Identification of amount of power generation required in a community (RPSUs); 4.List of local stakeholder and contact names,phone numbers and e-mail addresses,as available. 5.Record of village meeting,contacts and agreements; 6.Identification of applicable state and federal codes and regulations for the design of the new facility; 7.Identification of locally available fill materials,including ownership and anticipated cost: 8.Summary of alternatives available and benefits and costs for each; 9.Adescription of other local potential energy resources and concurrent energy related projects,and opportunities for coordinated design and construction. 10.Identification of the condition of existing tanks,pipe and anything else considered for reuse; 11.Land title information including title search results shall be included as an appendix; 12.Conceptual Design Drawings which include a village layout plan,site plans for each alternative site,and power plant footprint.All site survey information shall be incorporated into the plans; 13.Identification of permits required for construction; 14.Project Schedule including design,permitting and construction; 15.Construction Cost estimate based on force account labor usage,historic costs for Authority construction projects,and an appropriate inflation factor; 16.Identification of existing local labor pool data collected if available from local entities including Village Corporation,IRA Council,City Administrator,etc.; 17.Identification of locally available construction equipment and cursory review of condition, ownership and rental rates if available; 18.Proposed ownership and operating agreements for the new facilities. B4.4 Final Design 0 Included Future CO Not Included C1)Amended B4.5 Bid Phase Services Included &Future 0)Not Included [C)Amended B4.5.1 Bidder Questions OlIncluded &Future O Not Included C]Amended B4.5.2 Substitutions Olincluded &Future OC Not Included C1)Amended B4.6.3Addenda-neotused B4.5.4 Pre-Bid Conference OIncluded &Future 0 Not Included C]Amended Page 3 of 6 c B4.6 Construction Administration-Basic Services 0 Included B4.8 Applications For Payment DO Included ARTICLE B5 ADDITIONAL SERVICES B5.1 General The Contractor shall provide services described within this Article. B5.2 Special Meetings /Presentations 0 Included Future Future Future OJ Not Included CO)Not Included &Not Included &Amended DO Amended CO Amended B5.3 Design Phase Inspector Participation,On-Site Observation and Quality Assurance BJ Future &Future Future X Future 0 Included B5.4 Substitution Evaluations During Construction QD Included B5.5 As-Built Surveys 0 Included B5.6 Cost Estimating OO Included B5.7 Requlatory Plan Development D0 Included B5.8 Federal Permitting CO Included B5.9 Third Party Review and Other Support QO Included B5.10 Negotiating Agreements OO Included B5.11 Operation and Maintenance Manuals C2 Included B5.12 Record Documents D Included B5.13 Warranty Inspection 0)Included B5.14 Commissioning/Acceptance Testing 0 Included B5.15 Business Operating Plan Preparation 0 Included Future &Future Future Future Future Future OD Future Future &Future Page 4 of 6 O1 Not Included O Not Included O Not Included 0 Not Included OO Not Included ©Not Included Oj Not Included 01 Not Included O Not Included CJ Not Included Not Included OO Not Included [Not Included O Amended O Amended Amended OO Amended C1 Amended C1 Amended LC)Amended CI Amended CO Amended CL]Amended CO Amended CO Amended OO Amended ARTICLE B6 PROGRAM SPECIFIC REQUIREMENTS B6.1 General B6.2 BULK FUEL TANK FARM CONCEPTUAL,FINAL DESIGN AND CONSTRUCTION ADMINISTRATION Cl included ©Future Not Included CL)Amended B6.3 RURAL POWER SYSTEMS UPGRADES CONCEPTUAL DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION B6.3.1 RPSU Conceptual Design Included CO Future Ci Not Included CL)Amended Contractor shall meet with project stakeholders and local community leaders to discuss proposed project.A summary of all meetings shall be incorporated into a report for the Authority.Contractor shall consult with the Authority to update project scope and confirm new power plant sites.Upon identification of potential sites,the Contractor shall prepare conceptual design drawings.The drawings shall include: A project layout plan which identifies the power plant site. Distribution tie-in Pipeline routes to bulk fuel storage. A site plan showing the power plant site with a prototype building. Facility layouts and design details shall be in accordance with the state of Alaska fire and life safety regulations,including the current international fire code and the memorandum of agreement between the authority and the state fire marshal office. 6.The existing fuel system shall be updated on the village layout plans and may be required to be provided to ADEC.ORWN>The Contractor shall develop a CDR per Section B4.3. B6.3.2 RPSU Final Design O Included &i Future C1 Not Included OO Amended B6.3.3.RPSU Construction Administration C1 Included Future 1D Not Included LCL)Amended B6.4 RURAL POWER DISTRIBUTION CONCEPTUAL DESIGN,FINAL DESIGN AND CONSTRUCTION ADMINISTRATION Included Future 0 Not Included 1 Amended The Contractor shall be required provide pre-design,designbid phase_and construction tmnini .ices f |distribouti 'et 'ects. Page 5 of 6 B6.5 POWER GENERATION CONTROL SYSTEMS UPGRADES ANDMODIFICATIONS OU Included W&Future 1 Not Included LJ Amended B6.6 MINI AND MICRO HYDROELECTRIC CONCEPTUAL DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION DO lncluded O Future &Not Included CO Amended B6.7_NON RAILBELT UTILITY SCALE WIND PRE-DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION O Included OC Future Not Included [C Amended B6.8 BIOMASS PRE-DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION CO Included (©Future Not Included CL Amended B6.9 HEAT RECOVERY CONCEPTUAL DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION QO Included OC Future &Not Included C]Amended Page 6 of 6 COMPENSATION Contract No:2013-0256 APPENDIX C EXHIBIT C-3,COST REIMBURSEMENT PRICE ESTIMATE NTP No:9 PROJECT NAME:Port Heiden RPSU Date Prepared:5/16/16 Task Group "A"concludes with:CDR Task Group "B"concludes with: Task Group "C"concludes with: Task Group "D"concludes with: Task Group "E"concludes with: Task Group "F"concludes with: & INDIRECT FIXED FEE ;*SUB-PRICE PLUS croup|_'ABOR COST EXPENSES |TOTAL COST |per GROUP TOTAL PRICE CONTRACTS SUBS A $80,178 $2,950 $83,128 $372 $83,500 $7,500 $91,000 B $0 $0 $0 $0 C $0 $0 $0 $0 D $0 $0 $0 $0 E $0 $0 $0 $0 F $0 $0 $0 $0 TOTAL $80,178 $0 $2,950 $83,128 $372 $83,500 $7,500 $91,000 Subordinat Stassel Engineering cnsup LABOR Neosr EXPENSES |TOTAL COST nee ORGUP TOTAL PRICE METHOD OF PAYMENT A $2,450 $50 $2,500 $2,500 FP B $0 $0 FPPE (J Cc $0 $0 T&E D $0 $0 CPFF CJ E $0 $0 F $0 $0 TOTAL $2,450 $0 $50 $2,500 $0 $2,500 ay Stassel Engine"TASK INDIRECTcesup|LABOR cost EXPENSES |TOTALCOST |Joau |TOTALPRICE |METHOD OF PAYMENT A $5,000 $5,000 $5,000 FPO B $0 $0 FPPE [1] c $0 $0 T&E D $0 $0 CPFF LC) E $0 $0 F $0 $0 TOTAL $5,000 $0 $0 $5,000 $0 $5,000 If Method of Payment is: Fixed Price (FP):then amounts shall be entered only in columns headed:"Labor (or FP).” Fixed Price plus Expenses (FPPE):then amounts shall be entered only in columns headed:"Labor (or FP)"and "Expenses." Time &Expenses (T&E):then amounts shall be entered in columns headed:"Labor or (FP),"and "Expenses." Cost plus Fixed Fee (CPFF):then amounts shall be entered in columns headed:"Labor or (FP),""Indirect Cost,""Expenses," and "Fixed Fee." 'Total Cost"and "Total Price"and "Subcontracts"will be summed and entered automatically. C2-CR.est (April 2012)DOT/PF Exhibit C-2,Cost Reimbursement Price Estimate Page 1 COMPENSATION APPENDIX C EXHIB IT C-4 'a COST REIMBURSEMENT BILLING DETAIL PROJECT NAME: Port Heiden RPSU -_f 2013-0256!NTP No: Thru Amendment No: Sequential Billing No.for this Agreement: Contractor's Billing No.(if applicable): HIS AGR PYO RMA , may ate ith ing information is pres as avenged andshown here yg Agency on a disc in EXCEL PRIME CONTRACTOR:Gray Stassel Engineering METHOD OF PAYMENT:FP [] |FPPE im]T&E CPFF (] TOTALS TO DATE INCLUDES ALL COSTS FOR THE PRIME CONTRACTOR THROUGH (ENTER DATE): TASK GROUP &FIXED FEE PER SUB COST ITEM LABOR INDIRECT COST]EXPENSES GROUP CONTRACTS TOTALS Contract Amount =}$80,178.00}.$0.00}os$2,950.00}1.$372.00}$7,500.00|.$91,000.00. A PriopPayments |cececeeecedeecceceeccececcsccheccccccccee $0.00]$0.00. THIS BILLING nce b cece ce ccen een ee donee eee eeeecececedennececececececeecbeceeseecece $0.00}___.....,$000.TotaltoDate fi.$0.00 fo.90,00 J:$0.00]we$0.00 |eee $0.00 |2.2...30:00Balance"$80,178.00 $0.00 $2,950.00 $372.00 $7,500.00 $91,000.00 ContractAmount =[$0.00 $0.00}as$0.00 J$0.00}i.$0.00 |........30,00BPriorPayments{ot $0.00/$0.00 Ue se ee ce ce ae $0.00 |..._$0:00TotaltoDatefi$0.00 |...90,00 J:$0.00]ie.$0.00 |ow.$0.00}i.$0.00Balance= $0.00 $0.00 $0.00 $0.00 $0.00 "$0.00 ContractAmount fe $0.00 |2.2 30:00 Js$0.00 Je.$0.00}i.$0.00 |2.2...$0.00CPriorPayments|occa ceccccccccch coccccececccceccdecececccceccececed-ccoccecceccecececbeccccceceee $0.00}$0.00 THIS BILLING eee eee fcc ce eee ce eee eee fee eee cece cece cece eee eee eee ee eeeespecsneeeeees $0.00}eee.$0.00TotaltoDate|cenneceneee $0.00}22.30,00 Fs$0.00]ie.$0.00|i.$0.00|.$0.00Balance$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount fo $0.00]2.80.00}ws$0.00 Jae.$0.00 |oie.$0.00}......_80:00DPriorPayments|ooececacceccccccl coceeceececececec|coceccecccccceccedocccecccceccecccccbeccecccccce $0.00]«$0.00 THIS BILLING nn (UnnInrnnCNRSNS OD [sooo;$0.00 Total to Date |ceceeneecee $0.00}80.00}$0.00 Ji.$0.00]ieee $0.00 |_._..._.,$0.00Balance$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount fe $0.00}2...$0.00 J $0.00 Jie.$0.00 {i ie.$0.00 |ewe.$0.00, E Prior Payments |cecenceccccccccec|cececececseccececdacccccenscecececcduccceccceecececcecdbcccececceee $0.00]$0.00 THIS BILLING ee $0.00;$0.00 Total to Date ns 2 $0.00 Jie.$0.00 |ee.$0.00 |__.......$0.00Balance| $0.00 $0.00 $0.00 $0.00 $0.00 "$0.00 ContractAmount fe $0.00 J 2.30-00 Je$0.00 Jee$0.00]wie.$0.00 |____......90,00FPriorPayments|eeediceeeccccccecceccbeccceceecee $0.00{$0.00 THIS BILLING dooce Licence cece cece ee oweece cece ee ec ree desceecececenererecbeccceseneee $0.00]oe.$0.00 Total to Date woe 90-00 fe 80:00 J!$0.00 J.$0.00 |ee $0.00 |_____._..._$0.00Balance§§§|$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 T ContractAmount =|$80,178.00}...90-00}$2,950.00]$372.00]$7,500.00|.$91,000.00OPriorPayments=|$0.00}...30-00 Fe$0.00 Jee.$0.00]ewe.$0.00}22...30,00 T THIS BILLING |...$0.00]2...50-00]!$0.00]i.$0.00]ie.$0.00 |ww.$0.00 A Total to Date woe ee eo 90:00 1 80.00]$0.00 fe$0.00}eae $0.00 |eee.$0.00 L Balance "$80,178.00 $0.00 $2,950.00 $372.00 $7,500.00 $91,000.00 Note:"Contract Amounts If Method of Payment is: Fixed Price (FP): Fixed Price plus Expenses (FPPE): Time &Expenses (T&E): Dost plus Fixed Fee (CPFF): C4-CR.bil shall include any Amendments that are executed. then amounts shall be entered only in columns headed:"Labor (or FP)." then amounts shall be entered only in columns headed:"Labor (or FO)"and "Expenses." then amounts shall be entered in columns headed:."Labor or (FP),"and "Expenses." then amounts shall be entered in columns headed:"Labor or (FP),""Indirect Cost," "Expenses,”and "Fixed Fee." "Total Cost"and "Total Price"and "Subcontractors"will be summed and entered automatically. (April 2012)DOT/PF Exhibit C-4,Cost Reimbursement Billing Detail Page 1 (( SUBCONTRACTOR NO 1:Rick Elliott Land Consult Subordinate to:Gray Stassel Engineering TOTAL TO DATE INCLUDES ALL COSTS FOR THE SUBCONTRACTOR THROUGH (ENTER DATE): eT eM &|LABOR (or FP)|INDIRECTCOST|EXPENSES OUP NO MYMENT TOTALS ContractAmount =|$2,450.00}2...80-00]$50.00 4 $o.00/FP |wane eo $2;500.00APriorPayments[oo FPPE 1 ___......$0.00 THISBILLING =[||ci cececcecececedeececcecesscecsees T&E voce eee e $0.00TotaltoDate__$0.00|$0.00]$0.00]sss$0.00 |CPFF 1 : $0.00 Balance §§[|$2,450.00 $0.00 $50.00 goool §|.-$2,500.00 ContractAmount =|$0.00 |2.2...50-00]$0.00}oe$0.00.weneeenene290-00,B Prior Payments nn nS (a vo ece cena.80:00 THIS BILLING Sn URIS UES UU $0.00 TotaltoDate fa $0.00 |2 ---9000 fF $0.00}we$0.00 we ecnceeee 290-00Balance$0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount fn $0.00}222.80.00 Fs$0.00 |we$0.00.weeeeeeneeo90,00,C Prior Payments nS Sn (n(n vo ewe ene 80-00,THSBILLING =f |}$0.00 TotaltoDate [J $0.00 |_.....,$000]os$0.00}eee$0.00)fae.$0.00Balance| $0.00 $0.00 $0.00 $0.00 "$0.00 ContractAmount |$0.00}1.2...$000}ws$0.00]$0.00 |we ee ee eee en 90:00, D Prior Payments ne voce ences.80-00 THIS BILLING Pe ee $0.00 TotaltoDate =f.$0.00 |___.....,$0.00]es$0.00}we$0.00 0 deeeeeee $0.00Balance$0.00 $0.00 $0.00 $0.00 $0.00 Contract Amount =f $0.00}2-90-00}as$0.00}ae$0.00 |e enen cee nn 90:00 E Prior Payments oceccccceccccccbcccaceccccececercdccccceccccecececedecnnscecccccceccesl vee e eee e 90-00, THIS BILLING Pe $0.00 TotaltoDate [J .$0.00 |...$000 Je$0.00]wwe$0.00)Jee $0.00Balance$0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount =|[__|..._$0-00]2 $000}ws$0.00 |ee$0.00.we weeeeeeee 90-00. F Prior Payments lo cocceccccccccccleccecccccececcecc|ccecececececceceedeccececcccecceceese woe ence e . 80-00,THIS BILLING re oor ieeeLe $0.00 Total to Date |eeeeneees $0.00{$0.00]$0.00}oo.$0.00.eeeene80,00,Balance $0.00 $0.00 $0.00 $0.00 $0.00 T ContractAmount =|$2,450.00 |2.2...$0.00}$50.00}$0.00)fa.$2,500.00 O Prior Payments =|$0.00 |...9000}$0.00 J $0.00|we weeeeee=90-00TTHISBILLING|.$0.00}2.$000!$0.00}$0.00 |eacanenene $0.00 A TotaltoDate =f,$0.00}22-3000}$0.00}wa.$0.00 weneeenene 90:00 L Balance | $2,450.00 $0.00 $50.00 $0.00 $2,500.00 Note:"Contract Amounts"shall include any Amendments that are executed. If Method of Payment is: Fixed Price (FP): Fixed Price plus Expenses (FPPE): Time &Expenses (T&E): Cost plus Fixed Fee (CPFF): C4-CR.bil then amounts shall be entered only in columns headed:"Labor (or FP)." then amounts shall be entered only in columns headed:"Labor (or FO)"and "Expenses." then amounts shall be entered in columns headed:"Labor or (FP),"and "Expenses." then amounts shall be entered in columns headed:"Labor or (FP),”"Indirect Cost," "Expenses,”and "Fixed Fee.” "Total Cost"and "Total Price"and "Subcontractors"will be summed and entered automatically. (April 2012)DOT/PF Exhibit C-4,Cost Reimbursement Billing Detail Page 2 (( SUBCONTRACTOR NO 2:Golder Associates Subordinate to:Gray Stassel Engineering TOTAL TO DATE INCLUDES ALL COSTS FOR THE SUBCONTRACTOR THROUGH (ENTER DATE). NS TEM &|LaBoR (or FP)|INDIRECTCOST|EXPENSES ee eouR Se AYE TOTALS Contract Amount =J $5,000.00}2...80:00]os$0.00 J wae.$o.00}FP OO fl.$5,000.00,A PrioPaymens {fo FPPE (1 vewece eee.,$0.00 THISBILLING =f T&E $0.00 TotaltoDate dl.$0.00}...$0.00}es$0.00 Je.$0.00 |CPFF CL)wenweneceee 90:00Balance"$5 000.00 $0.00 $0.00 $0.00 $5,000.00 Contract Amount =|.$0.00 |...30.00 Js$0.00]we$0.00.wawcen scene 90:00BPriorPayments cececacececccccec|ccccceccceccccereh cceccccececccceccdeccccccccececeeee weweneee-.,90-00THISBILLINGnen(Inn UIIINS USUI UU voce $0.00 TotaltoDate J.$0.00 |...80:00}$0.00]we$0.00 wa wcen ene ne 90:00Balance$0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount =f.$0.00 |...30-00]ws$0.00].$0.00 |we ween eee 90,00CPriorPayments|ecceecccccccccecheccccccccecccceced ceecccccceccceccedeocecccccccccccce woe ence.80.00 THIS BILLING nnn (HNUISNNININIIIININS NS [OE $0.00 Total to Date 2-90-00 fo 30-00 J!$0.00}a.$0.00 |weceeeeneee90:00Balance|$0.00 $0.00 $0.00 $0.00 $0.00 ContractAmount ={i,$0.00 |...80:00 J!$0.00 Jee$0.00.we wene nen on 90:00 D Prior Payments cocecececcecccecc|ccececccececccerc|cocccccecececcccedeccccccccccccccces voeweeeee.30:00 THIS BILLING nn (nn UIE (UE ee) TotaltoDate J.$0.00}.50-00}$0.00 J.$0.00.wancececene90:00Balance$0.00 $0.00 $0.00 $0.00 $0.00 Contract Amount J.$0.00}...90-00 J.$0.00 J.$0.00 |weweeeeennn90:00.E Prior Payments vec ccccecececcccc|cceccccccceecccced cecccccececcceccedocecccecccccccceee veeeeenee.30:00 THIS BILLING RISE (nS (UE ($0.00 TotaltoDate fl.$0.00 |5000}ws$0.00 |e...$0.00 we ceeceneeo90:00Balance| $0.00 $0.00 $0.00 $0.00 $0.00 Contract Amount =|$0.00 |50-00}$0.00 Jo.$0.00 woeeeneeeee90:00FPriorPayments coccrccccccccccccl ccoccccccecceceec|coccecccccccecccedeoccccccccccccccce voeeeecee 90-00 THIS BILLING (RN (UnUInCInNNINS IIE UE oe $0.00TotaltoDatefn.$0.00}22...9000 J!$0.00 Ji.$0.00 we eceneeeoe90:00Balance§|$0.00 $0.00 $0.00 $0.00 $0.00 T ContractAmount |$5,000.00 |...$0.00}as$0.00 J.$0.00 Je.$5,000.00OPriorPayments=f $0.00}2...$0.00}!$0.00 Jie.$0.00 we eeec eee on 90:00TTHISBILLING|.$0.00 |...$0.00 |ws$0.00 J.$0.00_wa eneceeee.90:00ATotaltoDatefn$0.00 |.50:00 J $0.00 J wi..$0.00.weeeecenene90:00LBalance$5,000.00 $0.00 $0.00 $0.00 $5,000.00 Note:"Contract Amounts"shall include any Amendments that are executed. If Method of Payment is: Fixed Price (FP): Fixed Price plus Expenses (FPPE): Time &Expenses (T&E): Cost plus Fixed Fee (CPFF): C4-CR bil then amounts shall be entered only in columns headed:"Labor (or FP).” then amounts shall be entered only in columns headed:"Labor (or FO)"and "Expenses." then amounts shall be entered in columns headed:"Labor or (FP),"and "Expenses." then amounts shall be entered in columns headed:"Labor or (FP),""Indirect Cost," "Expenses,"and "Fixed Fee." "Total Cost"and "Total Price"and "Subcontractors”will be summed and entered automatically. (April 2012)DOT/PF Exhibit C-4,Cost Reimbursement Billing Detail Page 3 Vlease (Cov ¥e Jo }_scurement Request (PR)for over 4 ,400 Mi che le he roACTEEEetREMEOSAemitsSTEP12REQUESTOR4202203)7 SARS EM,Ss bale Pts Oe-_Alaska industrial Development andd Export Authority Requisition Number Alaska Energy Authority [1]AIDEA &AEA Shared (NAA Project Name or Purpose:Project Number:|Est.Nott apapePortHeidenRPSU350320-|s 12 |oolEngineering/Professional Services|¢/|Construction Equipment esses Teel Son Other :Enter Detailed Description of Goods or Services on Page 2. IT Purchases or Services [v]No 1 |Yes If Yes,MUST be approved by AIDEA's IT Manager IT Manager's Printed Name:Signature *Date NA NA NA Project Manager,!im Sandstrom -Existing Contract#2013-0256 ntpy Amd.# Grant#_"71100 39 Grantee Name:City of Port Heiden -Grant Start Date:_>/cll &-_EndDate:12/31/16 -" FUNDING SOURCE(S)TERM DATE OF FUNDING SOURCE Federal: State:S-AEA Rural Power System Upgrades AR62307-48-Ww apital Operating &/38 //&Other:IK OFF (0040 1-18 Requestor Name &Title:Signature *_Date 3.7-\/Tim Sandstrom a aa)2-2546- we Mm ete ot Dad S STEP2-FINANCE BUD She Ps Be Se pe,'Amount Fund GL Account|Appropriation |Contract}|Stage|Award Dept.Finance Type '1120,000 €2220 117530 |I4120015 |O |2al7ieeg})-|-2. 3. 4 ai ed by Name &Title:DateamenNoble,By Za {iyMulleSSTEP3=SECONDARY APPROVAL IF R QUIRED BY DELEGATION OF AUTHORITY2:334420cn}, Approval Name &Title:Signature *Date nla '{ PAROLE SaAl'STEP 42 FINANCE POSTS COMMITMENT IN SYSTEM 88-35%it £249 SRA ATHPostedbyName&Title:;fe Date5 ||NOL Bui Goiner-fi.Shard (onder Pp lOWG ae-BPERee hs SARE STEP 5 otae BERSANE PP EN ELIASBees Date PR Received:|Procurement Tracking Number:Date Completéa,{Purchase Order Number:Date Completed:LAL Oy ()\-TVS *CERTIFICATION:|certify that the facts herein and on supporting documents are correct and that this request constitutes a legal charge against funds and appropriations cited.|am aware that certifying false,inaccurate or misleading documents constitutes an unsworn falsification under AS 11.56.210. Also reference AS 36.30.260 and AS 36.30.470. Procurement Request (PR)Form (6/2014)RECEIVED Page 1 of 3 FEB 25 2016 FINANCE Freceremad Rep t(®), |.scurement Request (PR)for over $.,J00 Project Name or Purpose:Requisition Number tices STEP.1 -Detailed Description of Goods or Services s7yie'gi 23th Nand te thigh oe ed Se en Scope of Work (SOW):Explain in detail what the Contractor is to provide.Attach additional Info. The term engineering contractor is to provide a CDR in accordance with contract 2013-0256 Schedule:Define in detail what the deliverables are;when &how they are to be provided. Complete CDR NTL 12/31/16_- Suggested Contractors:(Provide at least 3.Name,email,phone number,etc.) |1,GSE (next in rotation per M.H.)brian@gse.engineering (907)388-3035 2. Procurement Request (PR)Form (6/2014)Page 2 of 3 AEA requires a term engineering contractor to produce a Conceptual Design Report (CDR)for the Port Heiden RPSU project.The project has three phases CDR,Final Design,and Construction.The proposed scope shall be for the first phase,the CDR.It is anticipated that phase 2 Final Design and phase 3 Construction will be added by amending the Grant. The CDR shall evaluate the existing power plant,electrical distribution system,power plant fuel storage, heat recovery and coordinate with a proposed wind project.Specific Tasks include; initial Data Collection Site Investigation Summary Letter Report Site Control Permitting Review Draft Conceptual Design Report Construction cost estimate Coordination with other energy projects (Wind,Bulk Fuel,etc.) Final Conceptual Design ReportwponawPrwnrp Schedule: Complete CDR NLT 12/31/16 COST ESTIMATE PER TASK FIRM:GRAY STASSEL ENGINEERING,INC.|PROJECT TITLE:Port Heiden RPSU TASK NO:0 TASK DESCRIPTION:CONCEPT DESIGN REPORT |DATE:4/6/2016 GROUP:A METHOD OF PAYMENT:FP LJ FPPE_]TSE l-]cPFFL)PREPARED BY:BCG SUB-LABOR HOURS PER JOB CLASSIFICATION TASK NO.SUB-TASK DESCRIPTION Princ/Sr.Sr.Eng Eng IV Engili [Eng Tech Itl|Eng Tech |Eng Tech!Admin Eng (ME)(EE)(ME){ME) 1 Initial Data Collection 5 6 10 0 10 0 0 2 2 Site investigation 0 50 40 0 0 0 10 2 3 Summary Letter Report 20 20 30 0 0 0 0 0 4 Site Control §0 0 0 10 0 0 0 5 Permitting Review 10 Q 0 0 20 0 0 0 6 Oraft Concept Design Rpt 20 40 60 10 5 10 19 0 U Construction Cost Est 10 10 10 0 0 10 0 2 8 Energy Project Coordination 10 10 10 0 0 0 0 2 9 Final Concept Design Rpt 10 410 20 20 §20 0 2 15 16 17 18 19 20 TOTAL LABOR HOURS 90 146 180 30 50 40 20 10 0 0 0 *LABOR RATES ($/HR)$157 50 $157 50 $152 25 $136.60 $105 00 $94.50 $84 00 $73.50 LABOR COSTS ($)$14,175 00 |$22,995.00 |$27.405.00]$4158.00]$5,250.00]$3,780.00}$1,680 00 $735.00 $0.00 $0.00 $0.00 ERIE EXPENSES COMMENTS: SUB-TASK ITEM(S)QUANTITY JUNIT PRICE]POteeNO.in Accordance with attached Scope of Services signed by Brian Gray 1 Permit Fees a)$0.00 $0.00 Il and dated 4/6/16 2 Air Fare /Travel 2 $1,200.00 {|$2,400.00 3 Per Diem (in State)8 $60 00 $480.00 . 4 Per Diem (out of State)i)$0 00 $0 00 Yer .5 Plotting/Phone/F ax/Reproduction 1 $69.50 369.50 $0 00 [FIRM'S TOTAL COST OF LABOR {er Fixed Price):$80,178 $0.00 J/F CPFF,TOTAL INDIRECT COST @ 0.00%$0 TOTAL EXPENSES:$2,950 JFIRM'S TOTAL EXPENSES $2,950 SUB-CONTRACTORS:Firm Initials and Price Per Task FIRM'S TOTAL COST (no Subcontracts or Fee)$83,128 FIRM:LCG RELC Golder HDL LCG v3 MLS FIRM'S Fixed Fee (Sub Labor Markup)§.00%$372.50 Labor ($)2450 5000 SUBCONTRACTOR LABOR:$7,450 Expenses ($)50 SUBCONTRACTOR EXPENSE:$50 TOTAL:$0 $2,500 $5,000 $0 $0 $0 $0 TOTAL SUBCONTRACTOR PRICES:$7,500 Total Fee This Task $91,000 *Labor Rates shall be direct labor (base pay)only if Method of Payment ts CPFF;otherwise,Labor Rates shall be total rates (i.e base pay +benefits +overhead +profit ) estimate.tsk (April 2012)DOTA sk Estimate Sheets 6,2016 Reavy Staccal Fnaineerina inc Page 1 of 5 COST ESTIMATE PER TASK FIRM:RICK ELLIOTT LAND CONSULTANT |PROJECT TITLE:Port Heiden RPSU TASK NO:0 TASK DESCRIPTION:CONCEPT DESIGN REPORT DATE:4/6/2016 GROUP:A METHOD OF PAYMENT:FP LJ FPPE_]T&E[Y]CPFFL]PREPARED BY:BCG SUB-LABOR HOURS PER JOB CLASSIFICATION TASK NO.SUB-TASK DESCRIPTION RELC 1 Initial Data Collection 0 2 Site Investigation 0 3 Summary Letter Report 0 4 Site Control 22 5 Permitting Review 0 6 Draft Concept Design Rpt 0 7 Construction Cost Est 0 8 Energy Project Coordination 0 9 Final Concept Design Rpt 0 15 16 17 18 19 20 TOTAL LABOR HOURS 22.2727 0 0 0 0 0 0 0 0 0 0 *LABOR RATES ($/HR)$110.00 LABOR COSTS ($)$2,450.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 EXPENSES COMMENTS: TO ITEM(S)QUANTITY |UNIT PRICE]Dolan : In Accordance with attached Scope of Services signed by Brian Gray 1 Plotting/Phone/Fax/Reproduction 1 $50.00 $50.00 and dated 4/6/16 2 $0.00 3 $0.00 4 $0.00 5 $0.00 $0.00 JFIRM'S TOTAL COST OF LABOR (or Fixed Price):$2,450 $0.00 #/F CPFF,TOTAL INDIRECT COST @ 0.00%$0 :ws :TOTAL EXPENSES:$50 JFIRM'S TOTAL EXPENSES $50 SUB-CONTRACTORS:Firm Initials and Price Per Task FIRM'S TOTAL COST (no Subcontracts or Fee)$2,500 FIRM:FIRM'S Fixed Fee (Sub Labor Markup)5.00%$0.00 Labor ($)SUBCONTRACTOR LABOR:$0 Expenses ($)SUBCONTRACTOR EXPENSE:$0 TOTAL:$0 $0 $0 $0 $0 $0 $0 TOTAL SUBCONTRACTOR PRICES:$0 Total Fee This Task $2,500 *Labor Rates shall be direct labor (base pay)only if Method of Payment is CPFF;otherwise,Labor Rates shall be total rates (i.e.base pay +benefits +overhead +profit.) ask Estimate Sheets 6,2016estim Gray ' +1 Engineering,Inc. (April 2012)DOT/ Poof§ COST ESTIMATE PER TASK FIRM:GOLDER ASSOCIATES PROJECT TITLE:Port Heiden RPSU TASK NO:0 TASK DESCRIPTION:CONCEPT DESIGN REPORT |DATE:4/6/2016 GROUP:A METHOD OF PAYMENT:FP LJ FPPE_]T&E CPFFL)|PREPARED BY:BCG SUB-LABOR HOURS PER JOB CLASSIFICATION TASK NO.SUB-TASK DESCRIPTION Sr. Consultant 1 Initial Data Collection 0 2 Site Investigation 26 3 Summary Letter Report 0 4 Site Control 0 5 Permitting Review 0 6 Draft Concept Design Rpt 0 7 Construction Cost Est 0 8 Energy Project Coordination 0 9 Final Concept Design Rpt 0 15 16 17 18 19 20 TOTAL LABOR HOURS 26.3158 0 0 0 0 0 0 0 0 0 0 *LABOR RATES ($/HR)$190.00 LABOR COSTS ($)$5,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 EXPENSES COMMENTS: aaa ITEM(S)QUANTITY |UNIT PRICE Price: :tn Accordance with attached Scope of Services signed by Brian Gray1Plotting/Phone/Fax/Reproduction 0 $0.00 $0.00 and dated 4/6/16 2 $0.00 3 $0.00 4 $0.00 5 $0.00 $0.00 [FIRM'S TOTAL COST OF LABOR (or Fixed Price):$5,000 $0.00 J/F CPFF,TOTAL INDIRECT COST @ 0.00%$0 TOTAL EXPENSES:$0 [FIRM'S TOTAL EXPENSES $0 SUB-CONTRACTORS:Firm Initials and Price Per Task [FIRM'S TOTAL COST (no Subcontracts or Fee)$5,000 FIRM:FIRM'S Fixed Fee (Sub Labor Markup)5.00%$0.00 Labor ($)SUBCONTRACTOR LABOR:$0 Expenses ($)SUBCONTRACTOR EXPENSE:$0 TOTAL:$0 $0 $0 $0 $0 $0 $0 TOTAL SUBCONTRACTOR PRICES:$0 Total Fee This Task $5,000 *Labor Rates shall be direct labor (base pay)only if Method of Payment is CPFF;otherwise,Labor Rates shall be total rates (i.e.base pay +benefits +overhead +profit.) isk Estimate Sheets 6,2016estimi Gray : ' +t Engineering,Inc. (April 2012)DOT/ P;of 5 "23/2016 roject Budget Recap1-JET-REV110713.xlsx 350320 Project Code:350320 _-.teat Future Budget/Advances20010Jaq70005[FUTURE BUDGET .: Future Budget/Advances Totals 120,000.00 0.00 0.00 0.00 0.00 0.00 120,000.00 .&'S 2 ie ee ze a a Non-Grant 71001 NON GRANT -UNCATEGORIZED 30,000.00 0.00 0.00 0.00 0.00 0.00 71005 PERSONAL SERVICES 0.00 0.00 0.00 0.00 0.00 73150 AEA STAFF 1,357.20 0.00 0.00 1,357.20 0.00 72005 TRAVEL 91.00 0.00 0.00 91.00 0.00 .73120 DESIGN ENGINEERS 0.00 0.00 0.00 0.00 0.00PortHeidenRPSU73005CONTRACTUAL0.00 0,00 0,00 9.00 0.00 74005 MATERIALS 0.00 0.00 0.00 0.00 0.00 75005 EQUIPMENT 0.00 0.00 0.00 0.00 0.00 Non-Grant Totals 30,000.00 |1,448.20 0.00 0.00 1,448.20 0.00 28,551.80 Subrecipient Grant Posting Date:1/1/2001..6/30/2016 77005 GRANT -AEA MANAGED 0.00 0.00 0.00 0.00 0.00 77310 GRANT -PASS THROUGH 0.00 0.00 0.00 0.00 0.00 As of Entry No:2181379 77510 CM LABOR 0.00 0.00 0.00 0,00 77515 FA LABOR 0.00 0.00 0.00 0.00 Report Run Date:2/23/16 1:40 PM 77530-1NS |WORKER COMP/GEN LIABILITY INS 0.00 0.00 0.00 0.00 .77520 TRAVEL 0.00 0.00 0.00 0.00 77525 PJ SITE FOOD &LODGE 0.00 0.00 0.00 0.00 '77530-Other_|CONTRACTUAL 0.00 0.00 0.00 0.00 77535..77540 |FREIGHT 0.00 0.00 0.00 0.00 77550 MATERIALS 0.00 0.00 0.00 0.0077560EQUIPMENT0.00 0.00 0.00 0.00 77570 LAND 0.00 0.00 0.00 0.00 77890 DAMAGE CLAIMS 0.00 0.00 0.00 0.00 Grant Totals 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Community Contribution77900___|COMMUNITY CONTRIBUTION [0.00 |0.00 |0.00 |0.00 |0.00 |0.00 |0.00 {il I |i 30,000.00 1,448.20 0.00 0.00 1,448.20 0.00 28,551.80FundNoContractrBudgeronnctualserEncombraniceCommitmentmmernereatota}mer nposted Payroll "Remaining £2830 |00000 [NA ||14130015 _|S-AEA Rural Power Sy Upgrades AR52307-18 120,000.00 |0.00 0.00 0.00 "0.00 0.00|_120,000.00i||[120,000.00 0.00 0.00 0.00 0.00 0.00 120,000.00e-fund NO "Contract Contract Titte Award -ereAR Cou unding Sours Budget=Actuat:incumbrance 'ommitment™ Tortat inposted Payro Non-Grant £2830 |00000 INA [14130015 _|S-AEA Rurat Power Sy Upgrades AR52307-18 30,000.00 |1,448.20 |0.00 |0.00 |1,448.20 |0.00 |28,551.80L.30,000.00 [1,448.20 |0.00 |0.00 |1,448.20 |0.00 |28,551.80 Subreciplent Grant|||||{0.00]0.00]0.00 |0.00 |0.00 |0.00 |0.00 Community Contribution 70.00 0.00 0.00 0.00 0.00 0.00 0| TOTAL PROJECT FUNDING (INCLUDING Future Budget/Advances)150,000.00 1,448.20 0.00 0.00 1,448.20 0.00 148,551.80 Balance Check 150,000.00 1,448.20 0.00 0.00 1,448.20 6.00 148,551.80Difference0.00 0.00 0.00 0.00 0.00 0.00 0.00) HA AEA roject Rep Page 1 of1 f=/ALASKA@mmmeENERGYAUTHORITY March 22,2016 Gray Stassel Engineering Steve Stassel sstassel@ak.net RE:RPSU &BFU Engineering Term Agreement #201 3-0256 Request for Proposal Port Heiden RPSU Project The Authority on behalf of the Port Heiden requires Professional Engineering Services for the Port Heiden RPSU Project. 1.PROJECT REQUIREMENTS In accordance with Appendix B of the original contract and the attached six-page Scope of Services;provide a technical and price proposal for the referenced project. 2.PROPOSAL REQUIREMENTS a.Proposal shall address requirements of the Contract. b.Address any assumptions made in formation of the proposal and the support expected from the Authority. c.Discuss resources to be assigned to the project including labor,materials and/or equipment. d.Describe any perceived logistic issues. e.Include a Project Schedule f.Include a cost proposal on the C-5 estimate sheet.It is anticipated that the method of payment for this phase of the project will be Time and Expenses. g.Estimated amount of Proposed Contract (this phase)is $89,000 -$119,000 3.SUBMITTAL DEADLINE:Please submit your proposal to me and Tim Sandstrom,Project Manager,by 2 p.m.,March 31,2016.You may contact the Project Manager directly for clarifications;the Project Manager will schedule a meeting to discuss your proposal for negotiations once he has had time to review it. if you have any questions,please feel free to contact me. Sincerely, Michele Hope Contracting Officer Encl:6-page Scope of work cc:Tim Sandstrom,Project Manager,tsandstrom@aidea.org paarA 813 West Northern Lights Boulevard Anchorage,Alaska 99503 T 907.771.3000 Toll Free (Alaska Only)888.300.8534 F 907.771.3044 'a ( ARTICLE B1 PURPOSE B1.1 Project Description CONTRACTOR shall provide Conceptual Design Report (CDR)for the Port Heiden RPSU project.The project has three phases CDR,Final Design,and Construction.The proposed scope shall be for the first phase,the CDR.It is anticipated that phase 2 Final Design and phase 3 Construction will be added by amending the Grant and NTP. The CDR shall evaluate the existing power plant,electrical distribution system,power plant fuel storage,heat recovery and coordinate with a proposed wind project.Specific Tasks include; Initial Data Collection Site Investigation Summary Letter Report Site Control Permitting Review Draft Conceptual Design Report Construction cost estimate Coordination with other energy projects (Wind,Bulk Fuel,etc.) Final Conceptual Design ReportOMNAAARWN>Conceptual Design Report (CDR)for the Port Heiden RPSU project.The project has three phases CDR,Final Design,and Construction.The proposed scope shall be for the first phase,the CDR.It is anticipated that phase 2 Final Design and phase 3 Construction will be added by amending the Grant. The CDR shall evaluate the existing power plant,electrical distribution system,power plant fuel storage,heat recovery and coordinate with a proposed wind project. Schedule Complete CDR NLT 12/31/16 Specific Tasks include Initial Data Collection Site Investigation Summary Letter Report Site Control Permitting Review Draft Conceptual Design Report Construction cost estimate Coordination with other energy projects (Wind,Bulk Fuel,etc.) Final Conceptual Design ReportOMWNAARWN>The Agency reserves the right to negotiate and add by amendment services listed below as "future”. Page 1 of 6 ARTICLE B4 SCOPE OF SERVICES This article describes services for this NTP. B4.1 General &Included CO Future OC Not Included Amended The Contractor shall provide engineering services in support of the 1.pre-design 2.design .train . for the project which shall include; 5.electrical distribution 7.power generation controls 8.SCADA ?5 Print an micro dreelectric . 4+4+-heatresevery 42-biemass 13.alternative energy technologies. This project may require coordination with concurrent energy projects which involve local,state and federal agencies. All phases will require cost estimating. B4.2 Pre-Design Services [Included [Future XC Not Included Amended The Contractor shall provide feasibility studies planning,permitting site research cost estimating conceptual design presentations developing project delivery strategiesNOARWN>Site research shall include 9.review of property information (US Surveys and recorded Plat information)for current and future ownership; 10.easements and utilities information;and 11.review of existing environmental or geotechnical reports. 12.The Contractor shall conduct a site visit that would include a.an investigation of the existing facilities, b.proposed facility locations,as well as c.verification of researched data. Page 2 of 6 C C The project delivery strategy shall include either one or a combination of the following methods: 14. 18. After competitive bidding,a construction contractor who was awarded a contract by the Authority. State of Alaska Rural Utility workers B4.3 Conceptual Design WIncluded 1 Future &Not Included C1 Amended The Contractor shall provide conceptual design services,which include preparing a Conceptual Design Report (CDR).A typical RPSU report includes the following: 1.Executive Summary; 2.RPSUs:Description of current power plant and power usage; 3.Identification of amount of power generation required in a community (RPSUs); 4.List of local stakeholder and contact names,phone numbers and e-mail addresses,as available. 5.Record of village meeting,contacts and agreements; 6.Identification of applicable state and federal codes and regulations for the design of the new facility; 7.Identification of locally available fill materials,including ownership and anticipated cost; 8.Summary of alternatives available and benefits and costs for each; 9.Adescription of other local potential energy resources and concurrent energy related projects,and opportunities for coordinated design and construction. 10.Identification of the condition of existing tanks,pipe and anything else considered for reuse; 11.Land title information including title search results shall be included as an appendix; 12.Conceptual Design Drawings which include a village layout plan,site plans for each alternative site,and power plant footprint.All site survey information shall be incorporated into the plans; 13.Identification of permits required for construction; 14.Project Schedule including design,permitting and construction; 15.Construction Cost estimate based on force account labor usage,historic costs for Authorityconstructionprojects,and an appropriate inflation factor; 16.Identification of existing local labor pool data collected if available from local entities including Village Corporation,IRA Council,City Administrator,etc.; 17.Identification of locally available construction equipment and cursory review of condition, ownership and rental rates if available; 18.Proposed ownership and operating agreements for the new facilities. B4.4 Final Design Oilncluded &Future 0)Not Included CU Amended B4.5 Bid Phase Services UO Included Future 0 Not Included CO]Amended B4.5.1 Bidder Questions Included &Future 0 Not Included CL]Amended B4.5.2 Substitutions C1 Included Future OC)Not Included LC)Amended B4.6.3-Addenda -notused B4.5.4 Pre-Bid Conference OiIncluded &Future QO Not Included CO Amended Page 3 of 6 c B4.6 ConstructionAdministration-Basic Services 0 Included B4.8 Applications For Payment D Included ARTICLE B5 ADDITIONAL SERVICES B5.1 General The Contractor shall provide services described within this Article. B5.2 Special Meetings /Presentations O Included Future ®Future Future 0 Not Included 0 Not Included &)Not Included KX]Amended 1 Amended CO)Amended B5.3 Design Phase Inspector Participation,On-SiteObservation and Quality Assurance &Future &Future Future O Included B5.4 Substitution Evaluations During Construction 0 Included B5.5 As-Built Surveys O Included B5.6 Cost Estimating 0 Included B5.7 Regulatory Plan Development D1 Included B5.8 Federal Permitting O Included B5.9 Third Party Review and Other Support QO)Included B5.10 Negotiating Agreements CJ Included B5.11 Operation and Maintenance Manuals CO Included B5.12 Record Documents O Included B5.13 Warranty Inspection O Included B5.14 Commissioning/Acceptance Testing 0 Included B5.15 Business Operating Plan Preparation CO)Included &Future &Future &Future &Future Future &Future &Future CJ Future &Future &Future Page 4 of 6 O1 Not Included OJ Not Included 0 Not Included O Not Included 0 Not Included 0 Not Included D Not Included ©Not Included 0D Not Included O Not Included Not Included DO Not Included 0)Not Included OO Amended CO Amended &Amended C]Amended CL)Amended CO Amended CO Amended C1 Amended CO Amended OC]Amended CO Amended C Amended C1)Amended ARTICLE B6 PROGRAM SPECIFIC REQUIREMENTS B6.1 General B6.2 BULK FUEL TANK FARM CONCEPTUAL,FINAL DESIGN AND CONSTRUCTION ADMINISTRATION Olncluded Oj Future Not included CO Amended B6.3 RURAL POWER SYSTEMS UPGRADES CONCEPTUAL DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION B6.3.1 RPSU Conceptual Design Included OO Future 0 Not Included [1]Amended Contractor shall meet with project stakeholders and local community leaders to discuss proposed project.A summary of all meetings shall be incorporated into a report for the Authority.Contractor shall consult with the Authority to update project scope and confirm new power plant sites.Upon identification of potential sites,the Contractor shall prepare conceptual design drawings.The drawings shall include: A project layout plan which identifies the power plant site. Distribution tie-in Pipeline routes to bulk fuel storage. A site plan showing the power plant site with a prototype building. Facility layouts and design details shall be in accordance with the state of Alaska fire and life safety regulations,including the current international fire code and the memorandum of agreement between the authority and the state fire marshal office. 6.The existing fuel system shall be updated on the village layout plans and may be required to be provided to ADEC.aPRWN>The Contractor shall develop a CDR per Section B4.3. B6.3.2 RPSU Final Design CO Included Future 1 Not Included C1 Amended B6.3.3.RPSU Construction Administration O)Included &i Future C1 Not Included CO Amended B6.4 RURAL POWER DISTRIBUTION CONCEPTUAL DESIGN,FINAL DESIGN AND CONSTRUCTION ADMINISTRATION X Included &Future 1 Not Included O Amended The Contractor shall be required provide pre-design,designbid phase-and censtruction Page 5 of 6 B6.5 POWER GENERATION CONTROL SYSTEMS UPGRADES ANDMODIFICATIONS Ol Included &Future 0 Not Included CO Amended B6.6 MINI AND MICRO HYDROELECTRIC CONCEPTUAL DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION OO Included 1 Future Not Included CJ Amended B6.7_NON RAILBELT UTILITY SCALE WIND PRE-DESIGN,DESIGN AND CONSTRUCTIONADMINISTRATIONOCincluded0Future&Not Included LC)Amended B6.8 BIOMASS PRE-DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION Ol Included ()Future I Not Included C1 Amended B6.9 HEAT RECOVERY CONCEPTUAL DESIGN,DESIGN AND CONSTRUCTION ADMINISTRATION Ol Included (Future &Not included CL]Amended Page 6 of 6 PRE-SOLICITATION PRICE ESTIMATE COST ESTIMATE PER TASK FIRM:TBD |PROJECT TITLE:Port Heiden RPSU TASK NO:1 TASK DESCRIPTION:Conceptual Design Report DATE:3/10/2016GROUP:METHOD OF PAYMENT:rPLIsopppet tae!scree PREPARED BY:Alan F.AEA Project Manager SUB-LABOR HOURS PER JOB CLASSIFICATION TASK NO.|SUB-TASK DESCRIPTION]Principal Senior Project Project Planner /Staff Land Tech IV Tech Ilt Tech Il Tech I Engineer |Engineer Manager Engineer |Permitting |Engineer |Surveyor 1 CDR 70 100 40 250 150 40 TOTAL LABOR HOURS 70 0 100 0 40 250 0 150 0 0 40 *LABOR RATES ($/HR)$180.00 $165.00 $150.00 $135.00 $145.00 $115.00 $135.00 $115.00 $95.00 $85.00 $75.00 LABOR COSTS ($)$12,600.00 $0.00 |$15,000.00 $0.00 |$5,800.00 |$28,750.00 $0.00 |$17,250.00 $0.00 $0.00 |$3,000.00 SUB =--TOTAL ||COMMENTS: TASK NO.ITEM(S)QUANTITY |UNIT PRICE PRICE 1a Travel 1 $7,500.00 |$7,500.00 $0.00 $0.00 $0.00 $0.00 fl____________-::--- $0.00 {FIRM'S TOTAL COST OF LABOR (or Fixed Price):$82,400 $0.00 j/F CPFF,TOTAL INDIRECT COST @ 0.00%$0 TOTAL EXPENSES:$7,500 }FIRM'S TOTAL EXPENSES $7,500 SUB-CONTRACTORS:Firm Initials and Price Per Task |FIRM'S TOTAL COST (no Subcontracts or Fee)$89,900 FIRM:|Distribtion Land AMOUNT:/|$20,000 $10,000 TOTAL SUBCONTRACTOR PRICES:$30,000 *Labor Rates shall be direct labor (base pay)only if Method of Payment is CPFF;otherwise,Labor Rates shall be total rates (i.e.base pay +benefits +overhead +profit.)|T (9)T AL ENGINEERING ES Y IMA 'E $119,500 ] H.\Procur ernie Manager\1 Procurement Contract Files\FY 2013\2013-256 RPSU &BFU TA Gray Stasse\NTPs\Port Heiden\Port Heiden RPSU COR Pre-Solicit AE Fee Est.3-10-16.xis 1 off Purchase Document -Test Wednesday,June 01,2016 3:56 PM AIDEA and/or AEA 1 AEAMAIN\MHOPE Order PO009110 Your Reference Purchaser Code AEAMAIN\MHOPE Buy-from Vendor No.GRAYSE¥Vendor Posting Group GENERAL Document Date 06/01/16 Buy-from Payables Fund No E2701 Posting Date 06/01/16 GRAY STASSEL ENGINEERING INC.Contract Termination Date P.O.BOX 111405 Posting Description Port Heiden RPSU 2013-0256 NTP 9 ANCHORAGE,AK 99511 Due Date 06/01/16 Vendor Cr.Memo No. Payment Method Code EFT-AEA Vendor Invoice No.13-0256-NTP9 ft 'ning!There is nothing to post. QuantityStatusLineNoAccount-Fund-AR-Contract-Project-Stage-Dept-AWARD-FINANCETYP Description Quantity Invoiced Line Balance Qty.to invoice Allocation Approved 10000 77530-E2830-14130015-00000-350320-22-___-7110039-Port Heiden RPSU-CDR 91,000.00 0.00 91,000.00 Total 91,000.00 0.00 0.00 Qty to Invoice before Post 91,000.00 Qty to Invoice after Post 91,000.00 Report Total 0.00 *Notice of Extension (Box 1)Agreement No:2013-0256 or NTP No:9a1 .Agreement Expiration Date:01/31/2018NoticeofIntenttoClose(Box 2),P a Funding Source:350320 Funding Expiration Date:12/31/2019 Project Title:Port Heiden RPSU In regards to the Agreement between x ALASKA ENERGY AUTHORITY (AEA) ALASKA INDUSTRIAL DEVELOPMENT &EXPORT AUTHORITY (AIDEA) AEA &AIDEA hereafter the AUTHORITY,and Gray Stassel Engineering hereafter the CONTRACTOR. BOX1 |°.a é OSE it ge isneereeeeeeTheeAgreementandjorNoticetoProceedforthesubjectagreementiisexpiring.if youwish to extend the.OatAgreementand/or Notice to Proceed,please indicate |in the Space provided,sign and return to0 Procurement.an).x Please extend the Master Agreement period of perfomance ending dateto:13472019 a_"xX Please extend the Noticeto Proceed Period of Performance encing dateto:"1213112019'2 Please extend the ReimbursableServices 'Agreement (RSA)Period of Perfomance endingdate lo:oe»Signature::i Nene aoa-Title:-Civil Engineer |BOX2 JooIftheprojectiis;finished :and no0 additonal work iisis anticipated,please check thecorresponding bboxand 2acquiree the 2Contractor's cconcurrence..ee,Ben! Oo al Work is compleie,Please close the Agreementandlor ine Notice to>Proceed.(Conitacter shall fillinninforaton below.yInconsiderationofpaymentbyttheeContractingAgencyoftheremaining'balancedue,io wit the:sumof SEE NOTE,anhaewoesreiresTheContractorherebyremises,releases and forever discharges the Contracting Agency of and from:all manner of debts,dues and sums of money,accounts,claims and demands whatsoever,by law and in equity,for work and servicesperformedunderorbyvirtueoftheAgreement.Contractor further certifies that all applicable federal,state and localtaxes,have been paid and that ali Subcontractors,or persons engagedin performance of the Agreement shail be fullycompensatedbytheContractorfortheirwork.Failure to respond to this notification within 30 days will be consideredconcurrencebytheContractortoclosetheAgreementwithnoremainingbalancedue.Lo otNOTE:Contractor shall enter '"2er0"oramount dueinwords &fiigures &attach an Invoice for any amount due.AUTHORITY PROJECTMANAGER |©).CONTRACTOR-Signature:ae POR ee Signature:”cs po : Names SSSOS* S SS ate Name:at Title;0.on fo Ps Title:o pe ES THE PROJECT MANAGER SHALL PROVIDE A FULLY EXECUTED COPY TO THE PROCUREMENT SECTION WHICH MAINTAINS THE AGENCY'S OFFICIAL CONTRACT RECORDS. AIDEA &AEA Notice of Extension or Notice of Closure Port Heiden RPSU + -Proj @ 350320 4 Projec!pager DOUGLAS C.OTT i ' Date 1/1/01..06/30/18 ' FUND'CONTRACT |AWARD CONTRACT TITLE AR Code DESCRIPTION GL Account |Budget Actual |Encumbrance |Commitment |Remainidg| FEDERAL FUNDING Non-Grant ||| Total Federal Non-Grant Funding 0.00 0.00 0.00 |0.00 0.00 Future GrantExpenses/Advances | E2830 31381 DC 01524 Port Heiden RPSU (40F/60S)-12/31/19 11110015 |F-RPS Upgrades AR089126104-18 70005 1,226,316.00 0.00 0.00 0.00 |1,226,316.00 Total Federal Future Grants/Advances 1,226,316.00 0.00 0.00 0.00 |1,226,316.00 Subrecipient Grants Total Federal Subrecipient Grants 0.00 0.00 0.00 0.00 ;0.00 r TOTAL FEDERAL FUNDING t 1,226,316.00 0.00 0.00 0.00 |1,226,316.00 STATE FUNDING _Non-Grant - ..__4 E2830 00000 NA 14130015 |S-AEA Rural Power Systems Upgrades AR089100901-18 71000..76999 30,000.00 |17,591.49 0.00 0.00 12,408.51 | Total State Non-Grant Funding 30,000.00 |17,591.49 0.00 0.00 12,408.51 __Future GrantExpenses/Advances : a £2830[31381 DC 01524 Port Heiden RPSU (40F/60S)-12/31/19 |17140015 [S-AEA RPSU Approp frPCE Endowment AR088521169-21 70005 479,500.00 0.00 0.00 0.00[479,500.00 E2830 31381 OC 01524 Port Heiden RPSU (40F/60S)-12/31/19 18140015 |S-AEA Rural Power System Upgrades (REF reapprop)70005 1,250,000.00 0.00 0.00 0.00 |1,250,000.00 Total State Future Grants/Advances 1,729,500.00 0.00 0.00 0.00 |1,729,500.00 a -i Subrecipient Grant .__a _. E2830 00000 7110039 |NA 14130015 |S-AEA Rural Power Systems Upgrades AR089100901-18 77000..77899 120,000.00 |64,224.47 26,775.53 0.00 29,000.00 Total State Subrecipient Grant Funding 120,000.00 |64,224.47 26,775.53 0.00 29,000.00 TOTAL STATE FUNDING 1,879,500.00 |81,815.96 26,775.53 0.00 |4,770,908.51 1 |||| | COMMUNITY CONTRIBUTIONS &OTHER FUNDING SOURCES Future Grant Expenses/Advances || || Total Community Future Contributions/Advances 0.00 0.00 0.00 0.00 0.00 4 Community Contributions &Other Funding Sources .Total Community Contributions &Other Funding Sources 0.00 0.00 0.00 0.00 0.00 | TOTAL COMMUNITY CONTRIBUTIONS |0.00 0.00 0.00 0.00 0.00 TOTAL PROJECT FUNDING 3,105,816.00 |81,815.96 26,775.53 0.00 |2.907.324 81 |Bal Ck 3,105,816.00 |81,815.96 26,775.53 0.00 |2,997,224.51Difference0.00 0.00 0.00 0.00 0.00 Project Management 70000..76999 30,000.00 |17,591.49 0.00 0.00 12,408.51|AEA Subrecipient Grant 77000..77999 120,000.00 |64,224.47 26,775.53 0.00 29,000.00 Total AEA Funding 150,000.00 |81,815.96 26,775.53 0.00 41,408.51 | Community Contributions 0.00 0.00 0.00 0.00 0.00 Total Project 150,000.00 :81,815.96 26,775.53 |0.00 41,408.51 H:\WetReports\AEA Reports\Project Reports\PUBdgtToActual by Funding Source by PM-JET-REV020817.xIsx 350320 12/8/2017 Notice of Extension (Box 1) or Notice of Intent to Close (Box 2) Agreement No:2013-0256 NTP No: Agreement Expiration Date:1/31/2017 Funding Source:State Funding Expiration Date:6/30/18 Project Title:Port Heiden RPSU In regards to the Agreement between [ALASKA ENERGY AUTHORITY (AEA) 0 ALASKA INDUSTRIAL DEVELOPMENT &EXPORT AUTHORITY (AIDEA) 0 AEA &AIDEA hereafter the AUTHORITY,and ENTER CONTRACTOR /AGENCY (If RSA)hereafter the CONTRACTOR. BOX1 - The Agreement and/or Notice to Proceed for the subject agreement is expiring.If you wish to extend the Agreement and/or Notice to Proceed,please indicate in the space provided,sign and return to Procurement. (J Please extend the Master Agreement period of performance ending date to : {]Please extend the Notice to Proceed Period of Performance ending date to:12-31-17 DC Please extend the Reimbursable Services Agreement (RSA)Period of Performance ending date to :Signature:4S Y.Name:Tim Sandstrom Title:Project Manager Date:11-30-16 |BOX 2 If the project is finished and no additional work is anticipated,please check the corresponding box and acquire the Contractor's concurrence. 0 All Work is complete.Please close the Agreement and/or the Notice to Proceed.(Contractor shall fill in information below.) In consideration of payment by the Contracting Agency of the remaining balance due,to wit the sum of.SEE NOTE SEE NOTE $ The Contractor hereby remises,releases and forever discharges the Contracting Agency of and from all manner of debts, dues and sums of money,accounts,claims and demands whatsoever,by law and in equity,for work and services performed under or by virtue of the Agreement.Contractor further certifies that all applicable federal,state and local taxes,have been paid and that all Subcontractors,or persons engaged in performance of the Agreement shall be fully compensated by the Contractor for their work.Failure to respond to this notification within 30 days will be considered concurrence by the Contractor to close the Agreement with no remaining balance due. NOTE:Contractor shall enter "zero”or amount due in words &figures &attach an Invoice for any amount due. AUTHORITY PROJECT MANAGER CONTRACTOR Signature:Signature: Name:Date Name:Date Title:Title: AGENCY'S OFFICIAL CONTRACT RECORDS. THE PROJECT MANAGER SHALL PROVIDE A FULLY EXECUTED COPY TO THE PROCUREMENT SECTION WHICH MAINTAINS THE AIDEA &AEA Notice of Extension or Notice of Closure Michele Hope _ rom:Timothy J.Sandstrom Sent:Friday,December 16,2016 10:17 AM To:Michele Hope Subject:FW:Pt Heiden RPSU CDR Extension Michele, |asked Brian to answer your questions regarding the extension for Port Heiden.Answer is below. Thanks, Tim From:Brian Gray [mailto:brian@gse.engineering] Sent:Friday,December 16,2016 10:13 AM To:Timothy J.Sandstrom <TSandstrom @aidea.org> Cc:Wynne Auld <wynne@gse.engineering>;Steve Stassel <steve@gse.engineering> Subject:Pt Heiden RPSU CDR Extension Tim -This email is to clarify the purpose of the time extension for the Pt Heiden RPSU CDR.Members of the community have different ideas about the best site for the new power plant.To date we have not been able to get them to commit >a selection.This fall we sent them a draft letter that lists the benefits of the preferred site.To date they have not asponded.We are hoping you will be able to schedule a community meeting for early January so we can help them finalize the site selection.Once that is done we will be able to prepare the CDR.The delay has not had any impact on our budget and we do not anticipate needing any additional fee. Brian C.Gray,P.E. Direct (907)338-3035 Cell (907)244-8716 Fax (907)338-3034 brian @gse.engineering Michele Hope 'rom:Michele Hope Sent:Monday,December 05,2016 9:12 AM To:Timothy J.Sandstrom Subject:Port Heiden RPSU Tim !received a date extension for Port Heiden RPSU.(NTP 9,13-0256) Why are we extending it for a full year?Is there an adjustment to the scope or funding related to this change? If no funding or changes to scope,we will need something from GSE stating this is a no-cost change and explanation for change. Thanks, m Muhelo Hope,Sr.Contracting Officer Alaska Industrial Development and Export Authority /Alaska Cnergy Authority 813 West Northern bights Bivd.,Anchorage,AK 99503 907-771-3036 fax 907-771-3044: mhopg@aidga.org Eo sj Please consider the environment before printing this email. ROUTING SLIP wer,en deden fapely [inastee PSV AEA PROJECT MANAGER:Lib ke lin 5 LEYInitial&Date AEA FINANCE APPROVAL: Initial &Date AEA GRANTS MANAGER: Initial &Date AEA PROCUREMENT APPROVAL: Initial &Date AEA SHOP SUPERVISOR APPROVAL: Initial &Date Please return to Alan Fetters upon approval.Thank you! Authorization of Property Transfer from AEA Shop Form version 2018.3.16 J=GD ENERGY AUTHORITY Date Requested:Community Receiving Entity/Utility Receiving 3/14/2018 Port Heiden City of Port Heiden ire &Date Location of Property Related AEA Program Grant Number(7 digit,if applies)blo 2601 Commercial Rd Anchorage AK |RPSU 7110039 J if applies)Procurement Release Sign &Date [Origin Project Code (6 digit if applies)[Receiving Project (6 digit,if applies) 350320 plies)Finance Release Sign &Date Grants Name &Title (*2nd if applies){Grants Release Sign &Date Ith mandatory)|Shop Staff Supervisor Sign &Date |Budget Adjust Required &Complete Grant or Amend Required &Complete Required YO NO)Complete YO NU [Required YO NO Complete YO NO }if an items historic purchase price is over $1000 dollars,has an asset tag,or has been determined to be a controlled item its transfer may need review and approval by yartments. Serial &Asset Tag #|[Condition*|Origin Project Code (6 AEA's Actual Cost (preferred)|Photo Attached digit,if different per item)jor Estimated Replace Cost |(Y/N)* .RG6090G0146145090AFM75E08-14451 N $25,759 .RG6090G014597S5090AFM75E08-14449 N $25,759 $ $ ¢3-Good;P-Poor;S-Salvage;X-Scrap)*Attached a photograph or additional detail regarding the item. 3 the transfer ing Transfer AEA Staff Witnessing Sign &Date ame &Title *Receiver Representing Utility Sign &Date * heir location shipping receipt must be attached. guarantee the condition of this equipment in any fashion and that no warranty of any kind has been or is being made by AEA as regards to this equipment.AEA does not certify 1 tts original design.AEA does not certify or warrant that this equipment is safe or fit for any particular use and the utility will rely wholly upon Its own observations and s what use it might make of the equipment and as to its safe or unsafe condition.The utility recognizes and acknowledges that the equipment is being handed over by AEA to the tty as to its fitness or safety and that any verbal representations to the contrary are repudiated hereby in this document. ement to handover this equipment the utility,waives and releases any and all rights and causes of action for damages or injury which they may have or which may accrue to them ,against AEA,its employees,officials,officers and agents for any and all loss,damage or injury or claim or legal action thereof on account of any Injury or death to the utility or 1with the use and/or ownership of the handed over equipment.The utility further agrees to hold harmless,defend and indemnify AEA,its employees,officials,officers and njury or damage suffered by third parties or entities arising out of their use or ownership of the handed over equipment. wthorization of Property Transfer from AEA Shop 2018.3.16.docx Page lof 1 pieeedeaweee = Q ReAs Alsae Ae PO FillrieIE reetal pereersEnginaSarlal'Numbers aa.2%GE eees ee :ZoaeagesageMe¥ms rent Pips "atttim|AAA bape Breteb ve oyThe'JSeaaisCOSOAFIM751WhooENEPeOTD--eb2aesSCOVEANVERSTYOINE,LUNGSaetase"eyakOE "» ||LESLIPAilbestdeZB.apernl/Shedd #1 COL Corplhfoon:COf wil kyu Eayphinema InPougptig /a4belle ba ; Ck Ah atheahryfVsecbihyMasihdof Los Vowofeon cong, Dit befin Sabo pred legosFesign,Couslettion,'Seget, Bag.Schedebe:a0Vhus CNet ;cae CE Cen fen 2.nsCALeae ide dak Port Heiden RPSU,Grant Agreement 7110039,Amendment #2 Updated Scope of Work APPENDIX C_Grantee Proposal/Scope of Work,replace with the following: AEA will pursue a Rural Power System Upgrade (RPSU)project in three phases:Ph1 Conceptual Design, Ph2 Final Design,and Ph3 Construction.Ph1 Conceptual Design has beén completed.This grant is now being amerded to include Ph2 Final Design and Ph3 Constructiom Ph2 Final Design pRaxe will provide a design which meets*Port Heiden Utilities'requirements. Consultant deliverables Will include plans and specifications suitable for construction,a draft Environmental Assessment anthall permitting."he new powerplant will be located on City-owned land adjacent to the City tank farm,the Pot Heiden School and the city shops,which will facilitate the distribution of excess heat to the schoo ity shops from the diesel generators via a heat recovery system.Design for upgrades to ejectrigal distributian system will also be a part of the scope of work for this grant”AEA intehdé to Pk Kanid powelnouse as a SINple {O matiple}packege witha €parate competitively bid package foxthe-d butien Stem upgrade The scope of Ph3,onstruction will include construction of:(1)a new powerkause,(2)a heat recovery system to supply excess heat to the Port Heiden School and City shops and (3)upgrades to the electrical distributiaf system as funds allow,per design by-Gray Stassel Engineering {GS}.Also included jn thisphasescontractingwith<=sz for construction administration and quality control services. Milestones:Complete Ph2 Final Design and Ph3 Construction NLT 12/31/20. Budget:The allocated budget for Ph2 and Ph 3 is $2,884,816. All other terms and conditions remain unchanged. e Do we need to request "coordination with other energy projects”(per DC agreement and Grant agreement with the City)? e ls there a need to update the schedules shown in the DC grant to reflect reality and new project grant amendment?e Need generic boiler plate scope for Ph2 Final Design phase CK be ke 2H-_- e e c Lergn 208 G ray P.O.Box 111405QWStassel;Anchorage,Alaska 99511-1405ngineering,Inc.Ph.(907)349-0100,Fax (907)349-8001 November 6,2016 Mr.Tim Sandstrom,Project Manager State of Alaska, Alaska Energy Authority 813 West Northern Lights Boulevard Anchorage,AK 99503 Re:Port Heiden RPSU Site Investigation Summary Report Letter Dear Mr.Sandstrom: On July 10,2016,Clois Versyp of Gray Stassel Engineering (GSE)travelled to the community of Port Heiden,Alaska.The purpose of this site visit was to gather reconnaissance level information for preparation of a Conceptual Design Report (CDR) for a Rural Power System Upgrade (RPSV)project. Clois arrived in Port Heiden about 4:15 PM.Upon arrival Clois was met by Mr.Hank Matson and Bruce Bishop,the Port Heiden power plant operators.Other than introductions with Ms.Maxine Christensen,City Administrator and Mayor Toni Christensen,no formal community meetings/introductions were held.Refer to attached Trip report dated July 18,2016,which includes the status and condition of the electrical distribution system and recommended upgrades. A data recorder was installed in the power plant switchgear panel to monitor and record electric generation data and power quality.The data recorder will remain in operation until January or February,to capture winter electric load data. The prior 2006 RPSU CDR recommended locating the new power plant near the school to maximize recovered heat utilization.In 2015 the City tank farm facility was relocated adjacent to the City shop,which is nearby the school.Locating the new power plant module near the school will provide good access and constructability,and allow for the most effective use of recovered heat.Additionally,this location would also support a direct pipeline connection from the City tank farm to the power plant intermediate tank. See the attached site plan indicating the proposed general location of the new power plant site. Gravel sources for fill and subgrade materials are available locally,and have been previously used on prior infrastructure projects,including the recent tank farm relocation project. Clois departed Port Heiden on July 12"at about 4:00 PM. Report Scope: The following summary letter report is based on reconnaissance level information gathered during and subsequent to this site visit.The attached electrical distribution system trip report summarizes the condition of the existing distribution system and recommends installing reactors as soon as possible to correct the extremely poor power factor. This letter report includes the following items: 1.0 Existing Energy Infrastructure 1.1 Power Generation 1.2 Distribution 1.3 Heat Recovery 1.4 Fuel Storage Facilities 2.0 Proposed Power System Upgrade 2.1 Power Plant Replacement 2.2 Alternative Energy /Wind Integration 1.0 Existing Energy Infrastructure The Port Heiden Electric Utility is operated by the City of Port Heiden,pursuant to Certificate of Public Convenience and Necessity (CPC&N No.399).The community has an isolated below grade electrical power grid with no outside interties.Community electric power is provided by a diesel electric power plant.In 2015 the City bulk tank farm,originally constructed in 2002,was relocated away from the eroding shoreline adjacent to the City Shop,nearby the local school. 1.1 Power Generation The existing power plant is not equipped with a peak demand recording meter.A temporary power recorder was installed in the main bus panel to record kW electric load.The highest kW readings witnessed during the two-day site visit was 62kW at 5PMJuly10"and 63kW at 7AM July 11".Available PCE data for FY15 &FY16 is incomplete.The most recent fiscal years with complete data are FY13 &FY14.The total annual power generation in FY13 was 612,400 kWh,and 517,800 kWh in FY14,The average community power demand in FY14 was 59kW.The average monthly kWh generated was 43,150 kWh,and varied within +/-10%throughout the year,except for July with 33,600 kWh generated.The peak PCE months were October,December,Aril and May,with generation varying between 46,300 and 46,800 kWh/month.The average power demand during these peak months was 63kW.Based on this the peak annual power demand is estimated around 112kW.The power recorder will remain in place at least through January in order to capture the winter peak load. The population of Port Heiden has remained relatively constant over the past decade, and is estimated at about 115.It is anticipated that community winter loads will remain relatively constant or grow moderately over the next several years.The Port Heiden School does not have current plans for additions.The new CAS fish processing building was not in operation and additional information is needed to determine the peak load,but it is estimated that it could add up to 100kW to the summer peak power demand.Additional research will be conducted into potential community peak load and generation requirements and will be included in the draft CDR. The power plant is located on Meshik Road,approximately 1-mile northeast of the school and 2-miles south the airport.It is a single story engineered steel structure with a slab-on-grade foundation and metal roof and walls.It is located in the same building as the City firehall. There are two John Deere engine-generator sets (gensets)installed in the power plant. Units #1 and #2 are both 1800rpm John Deere model 6081AFM75 marine gensets, 2 rated 179kW.Engine hours are unknown but both gensets are expected to be at or near the end of their useful lives. The power plant switchgear is equipped with two sections:one section contains genset feeder breakers and the other section contains metering,low voltage controls,and manual synchronization.The main distribution feeder breaker is in an adjacent electric panel and feeds the padmount step-up transformer outside the plant.Engine cooling is accomplished through remote radiators located in a wooden lean-to attached to the building.Recovered heat from the cooling system is used to heat the adjacent firehall. 1.2 Distribution: Power is generated at 208V 3-phase and the plant station service power is 120/208V. A 3-phase 150 kVA,12.47kV-208V padmount step up transformer is located outside the power plant.The electrical distribution system is 12.47/7.2kVA 3-phase below grade construction.With the exception of a few sections of distribution that have recently been upgraded,the entire electrical distribution system needs to be replaced.Refer to attached Distribution System trip report for detailed information. 1.3.Heat Recovery: The power plant is located in the same building as the firehall,and recovered heat from the genset jacket water cooling system heats the firehall.The annual heat load of the firehall is unknown,but is estimated to be between 500 and 1,000-gallons/year.Based on the FY14 PCE generation data,the power plant cooling system rejected over 20,000-gallons of recoverable heat to the atmosphere.This is a significant underutilized energy source that should be used to the maximum extent possible.The largest heated facility in Port Heiden is the school,which uses approximately 8,000-gallons of heating fuel annually.The City shop,located near the school,is another potential recovered heat end-user. 1.4 Fuel Storage Facilities: Generator fuel storage consists of one 12,000 gallon double walled tank,located adjacent to the power plant.This tank was installed in 2002 and is filled by truck.This tank appears to be in good condition and appears to meet current regulatory requirements,and AEA standards for power plant fuel storage.It is recommended that this tank be re-used at a new power plant.The power plant has a 100 gallon autofill day tank. The existing City tank farm was originally constructed in 2002 and relocated in 2015 to its present location next to the City Shop near the school.The tank farm consists of a fenced gravel pad containing six 32,000-gallon horizontal tanks;three #2 diesel,two #1 diesel and one gasoline bulk storage tanks,and one 12,000-gallon gasoline dispensing tank.The tank farm is located on an earthen pad within a fenced area,and includes a truck loading area with secondary containment and retail gasoline dispensing station. Diesel fuel is transferred in bulk to a tank truck and equipment via a pump and a hose reel.Gasoline is dispensed from the gasoline dispensing tank via the retail gas dispenser.Fuel is received via above grade pipelines routed from the fuel barge landing to the tank farm. The school has a 5,000 gallon intermediate tank located inside a lined,heavy timber dike.The tank was installed in 1997.The school tank is also truck filled. 2.0 Proposed Power System Upgrade 2.1 Power Plant Replacement: Due to the age and remote location of the existing building,and runtime hours on the existing gensets,it is recommended that the power plant be completely replaced with a new modular power plant.Keeping the existing plant in operation during installation of the new module will provide power to the community and eliminate the project cost of providing temporary community power during construction. To maximize use of available recovered heat,the preferred location for the new modular power plant is near the school.This location readily supports interconnecting the new power plant to the existing underground distribution system,as well as providing recovered heat to the school and City shop.Therefore,the recommended site for the the new modular power plant is adjacent to the school mechanical building,northeast of the relocated City tank farm (refer to attached site plan). The new power plant will be a modular steel building constructed and tested in Anchorage,and shipped to Port Heiden.The proposed engines will be EPA Tier 2 and marine Tier 3 compliant which are fuel efficient and will reduce exhaust emissions.The steel module will have sound insulated construction and the engines will be equipped with critical grade disc silencers to reduce noise.The following features are proposed for the new power plant: e Sound insulated control room and separate generation room. e Three gensets with new or reconditioned John Deere engines.Preliminary engine selections include one GOQ0AFM (210kW),one 6081HF (210kW),and one 4045AFM (101kW).The 6090 and 4045 engines are marine jacketed engines for improved recovered heat availability.The 6081HF engine has a separately cooled after cooler for improved fuel economy.The recommended engines all have an excellent record of reliable performance. e Three phase 277/480V generation. e Programmable automatic paralleling switchgear with remote SCADA. e New pad-mount step up transformer and community feeder connection to the existing below grade distribution system. e Heat recovery system to serve the adjacent end user buildings. e Water mist fire suppression system. e Reuse existing 12,000 gallon double wall intermediate tank from existing power plant along with new 160 gallon day tank in the module.The intermediate tank may be filled either by pipeline from the City tank farm or by tank truck.The daytank will fill automatically from the intermediate tank. e A.used oil blending system to allow used engine lube oil to be filtered,blended,and burned in the engines. 2.2 Alternative Energy /Wind Integration: The recent prior wind study will be reviewed and its impact on power generation addressed in the Concept Design Report. rr en 910/Re eePtAine Sia Nissans:wi_eWw*Paaoa?re*é Approxfatg Lol Mion.”60"Existing Rode pent angateh. EIN,31 -as5"403350 ("50%.Right of Way '3"BA 4L0513"Fed Access Road|vr,te 'Sewer Line °'ikely/potential 4power plant moduleisitelocation ar .os 'fatelocaion | ANCSA,"T4(c)ne RE OG jand school sitea?LatERR,"engLOT 3Plat?92-02 ;; 14(c)(3)Confirmatory Deed to'.:Second Class City of Port Heiden Tew tank farm-Bk.29,Pgs.58-59 3:location -reeeeeageree.School 'Playground_City Shop.GCI Building©ye, -Old Tank:Farm Site +"Old Tank Farm Moved from ot?New'Tank Farm +«<5..St..Agafia Russiah Orthodox ChurchBuiltin.1800'8."a 'e.emsaen?ey:a @xgorenehgChitheoteine,eliasSaki,Tess),URireeidIC Nos.091/092 wo APC 0agAikby AGREAoetly oe « Rt oe te eta ee {onate ee SadiePOTD cts © 6 i aes ee, ee eens ¥ce bn Pinat'/ proposed new city power plant module,40'x 18'+/-; vsoeew, ytae a. .4 tS + Ltn> : rr 7 . at aN Gf st ae h v ry o ¥ - « ; SHA See a, verteede farm location G ray P.O.Box 111405QO?sel ;Anchorage,Alaska 99511-1405ngineering,Inc.Ph.(907)349-0100,Fax (907)349-8001 Port Heiden Distribution System Trip Report TO:File FROM:Clois W.Versyp DATE:July 18,2016 SUBJECT:Trip Report for Port Heiden Trip of July 10-12,2016 CONTACTS:Maxine Christensen,City Administrator. Toni Christensen,Mayor. Bruce Bishop,(907)797-4039,Alternate Power Plant Operator. Hank Matson,(907)837-4037,Power Plant Operator. Charles O'Domin,Local Resident in charge of construction of CAS Processing Facility. Barbara O'Domin,Vice Mayor. Derek Schraffenberger,Airport Manager. Sunday,July 10. I left Anchorage on the 7:20 AM flight to King Salmon and arrived in King Salmon at approximately 8:30 AM.I was schedule to leave at approximately 11:30 AM on Grant Air to Port Heiden but the flight was delayed due to weather and we did not leave until approximately 3:00 PM.Upon arrival in Port Heiden I met Hank Matson and Bruce Bishop.Hank took me to the City maintenance shop to pick up my vehicle and then to the City Power Plant.After visiting the power plant Hank took me to my lodging. After securing my gear,I went back to the power plant and installed the recording meter.The Port Heiden electrical distribution system is entirely an underground distribution system and,as such,has a very poor power factor.After installing the meter,I checked the meter over the time I was there and made the following observations. July 10,5:00 PM:July 11,1:00 PM: kW =62.0 kW =48.5 KVAR =-85.0 kVAR =-84.0 p.f.=0.595 p.f.=0.494 July 11,7:00 AM:July 11,8:00 PM: kW =63.3 kW=55.6 kVAR =-85.5 kVAR =-85.0 p.f.=0.588 p.f.=0.547 I checked the meter at various other times but the readings were consistent with the above. Page 1 of 7 Port Heiden Distribution System Trip Report July 10-12,2016 I took down the following information on the two generating units. Unit No.1: John Deere 6081 AFM75 SN:RG6081A296109 Unit No.12: John Deere 6081 AFM75 SN:RG6081A305103 After installing the recording meter,I set out reviewing the existing underground distribution system.I investigated the system until about 7:00 PM. Monday,July 11. I spent the day locating the existing primary equipment,such as transformers and sectionalizing cabinets.Using a handheld GPS recorder,I located each of the transformers and sectionalizing cabinets so they can be accurately located on an overall distribution system plan for the community.Currently,there is no drawing of the existing system and only a couple of the local residents,Hank Matson and Bruce Bishop,know much about the system.Following is a general description of the existing distribution system. 1.With the exception of the new feeder out to the school and some sectionalizing cabinets around the intersection of Airport Road and the power plant road,all existing primary and secondary cable needs to be replaced along with all sectionalizing cabinets, transformers,and secondary conductor. The majority of the existing primary cable consists of non-jacketed 15 kV,133%XLP cable.The replacement cable is jacketed 15 kV,133%XLP with some of the cable TR- XLP.All of the cable is direct buried. In most of the existing system,there are long to extremely long secondary runs to building services.All of the secondary cable is direct buried. No records exist of the existing electrical distribution system and no one knows much about the underground. Some of the existing cable has been replaced with jacketed 15 kV,133%XLP cable.In most cases,with the exception of the new cable installed by Tyler Wills,the cable appears to have been spliced into the existing cable at some point and then continued on to the transformer.An example of this is at the existing junction box no.1,just outside the power plant.In this junction box there are three,three-phase,primary feeders into the box.One comes from the power plant and the other two go north and south.Each feeder is non-jacketed cable.However,at the first transformer on the north and the first on the south the cable coming into the transformer is jacketed cable. The original system was installed with a minimal of junction boxes.There is one at the power plant and then one at the intersection with the Airport Road and the power plant road.Three-phase is then extended to the airport. 'Page 2 of6 10. 11. 12. Port Heiden Distribution System Trip Report July 10-12,2016 Typically,when a transformer was installed in a three-phase cable run,only the phase that powered that transformer was brought out of the ground.The other two primary conductors bypass the transformer.This arrangement does not allow for load balancing. The City has been hiring Tyler Willis to upgrade portions of the distribution system. Tyler has replaced the primary cable from the intersection with the Airport Road and the power plant road out to the School.The original cable was installed in the road but cable has been installed on the side of the road.New fiberglass primary junction boxes have been installed at a spacing of about 1000 feet.The cable Tyler used is 15 kV,133%XLP cable. All of the existing junction boxes are severely rusted.All of the transformers that have not been replaced are also severely rusted. All of the old transformers that have not been upgraded are 50 kVA.Many of the other transformers are 15 kVA but some are 25 kVA.Al of the existing transformer enclosures are standard steel enclosures. Tyler Willis has replaced some of the existing transformers with newer transformers around the community.There are still a significant amount of transformers that are from the existing system. There is a significant amount of primary cable that is laid on top of the ground.Two areas are the circuit routed up to Trapper Hill.According to Hank Matson,some of the residents that live on the hill installed the primary cable themselves and did not bury the cable,except inside the Old HUD subdivision.The exposed cable is visible in a large part of the existing 4-wheel trail up to Trapper Hill. Tuesday,July 12. I met with Bruce Bishop,Toni Christensen,and Barbara O'Domin and discussed the City's priorities for any upgrades to the distribution system.Following is a summary of our discussions. 1.The priorities for upgrading the existing system are as follows: a.Upgrade the primary and transformers from the existing junction box no.1,just outside the existing power plant,and down through the Old HUD Subdivision. b.Upgrade the line up to Trapper Hill.There is a significant amount of this line that is exposed on top of the ground,in a 4-wheeler trail. c.Upgrade the existing single phase line out to the New HUD Subdivision.This is a single phase line that taps off of the airport feeder.This is a lightly loaded feeder but should be upgraded to three-phase to allow better load balancing. d.Upgrade the line out to the Airport. e.Install more transformers of smaller capacity closer to the services to reduce the long secondary service runs. f.The City would like three-phase power out to the environmental shop.The location of the shop was not identified.This can be identified at a later date. Page 3 of6 Port Heiden Distribution System Trip Report July 10-12,2016 Toni mentioned that Tyler Willis is the preferred contractor for any distribution system upgrades. Tyler Willis has been trying to obtain grants for the City to install a new power plant and for distribution upgrades.Toni mentioned that the City had not yet approved Tyler to do this on their behalf. Bruce mentioned that the City has purchased 24,000 feet of primary cable to install a service out to the CAS Processing facility.The facility is located approximately 1.3 miles from the nearest road and the Village Corporation owns the facility.The facility will have a new system,CAS System (Cells Alive System.),by ABI of Japan.The facility is currently under construction.Charles O'Domin,local resident,is in charge of constructing the building but knew nothing about the equipment that will go into the facility. The CAS Processing Facility will primarily be a summer month operation for processing fish.There is an attempt to get a local reindeer herd started.The City currently has a small herd of approximately 20 reindeer. Bruce said that currently there is a 40 kW generator at the CAS Processing Facility that is providing power to the unit for construction power.When the primary cable arrives, Tyler Willis will install the cable out to the site,install a single phase transformer,and energize one phase.The refrigeration equipment is three phase so an additional transformer will need to be installed later.Bruce has ordered a 170 kW generator to provide power to the refrigeration equipment so the City generators will not be affected by the new facility. We discussed power quality issues.While there were no specific power quality examples given,there have been complaints of low voltage,voltage fluctuations,and service neutral problems. a.As there are no drawings of the existing system,the primary cable has been dug up several times. b.Before the previous small generator was replaced with the larger one,there were voltage problems when it was operating. The secondary services have been dug up numerous times. d.The power quality problems are more pronounced in the Old HUD Subdivision and at the airport. e.According to the airport manager,the airport has had voltage fluctuations such that one of the airport constant current regulators has blown fuses.Also,the airport manager stated that at one point the airport was only getting half the power it needed (not exactly sure what that meant and he could not explain it any further.) After the meeting,I went out and investigated the CAS Processing facility.With the GPS recorder,I located each of the building corners. I met Charles O'Domin at the site and he showed me around.He had a drawing of the facility but it looked nothing like what was actually installed.Charles knew nothing about the Page 4 of 6 Port Heiden Distribution System Trip Report July 10-12,2016 refrigeration equipment.He showed me all that had been delivered and mentioned that some more equipment was to be delivered on a barge. Following is the ratings of the equipment on site: Ice Machine. Power Supply Voltage -460/3/60. Control Power Supply -115/1/60. Maximum circuit ampacity -36 amps. Freezer/Cold Storage Rooms: Compressor Unit on Mezzanine. Voltage -208-230 volts,3-phase,60 Hz. Minimum Circuit Ampacity -67 amps. Fan units inside freezer and cold storage rooms (two,one for each room) Motor Circuit. Voltage -208-230 volts,1-phase,60 Hz. MCA -5.9 amps. Defrost Circuit. Voltage -208-230 volts,3-phase,60 Hz. Heater -7750 watts. Minimum Circuit Ampacity -23.2 amps. Fan Unit in Dirt Floor Area: Motor Circuit. Voltage -208-230 volts,1-phase,60 Hz. MCA -2 each %hp motors at 3.9 amps each Heater Circuit. Voltage -208-230 volts,3-phase,60 Hz. Minimum Circuit Ampacity 52.0 amps. I left Port Heiden on Grant Air at approximately 4:00 PM to King Salmon.I left King Salmon on Alaska Airlines at approximately 6:00 PM and arrived in Anchorage at approximately 7:00 PM. Page 5 of6 Port Heiden Distribution System Trip Report July 10-12,2016 Recommendations: Based on observations from inspecting the existing underground distribution system and comments from locals and the City,the following recommendations are made. 1.Reactors should be installed as soon as possible.The existing system is operating with a severely leading power factor.When the 24,000 feet of underground out to the CAS facility is installed it will only make the power factor condition worse.Even though only one phase of the new feed will initially be energized that could cause the phase it is connect to exceed the capability of the generator. With the exception of the new underground installed by Tyler Willis,the entire underground distribution system needs to be replaced.The new primary extends from the school area to the intersection of Airport Road with the road that runs in front of the existing power house and down to the Old HUD area.All new primary cable should be 15 kV,133%,EPR insulated.Cable should be CIC type (cable in conduit)in all areas. Some of the existing transformers have been replaced with newer transformers,but there are a lot of existing transformers still in place.These transformers have severely rusted enclosures and are in danger of starting to leak oil.The newer transformers appear to be mostly remanufactured type.All transformers should be replaced with amorphous core transformers and any new transformers installed should be provided with a minimum of a stainless steel sill and installed on ground sleeves. All secondary conductors to existing services should be replaced.Currently,there are many areas where there are long secondary services.According to City personnel,the exact location of these secondary conductors is not known and there have been a lot of occurrences where the secondary cables were cut during excavations.Not only should the secondary services conductors be replaced,but additional,smaller transformers should be installed to shorten service lengths.Where services are grouped,larger underground conductors can be installed to secondary pedestals and then the secondary services fed from the pedestals. Many of the meter bases on the homes appeared to be original and were severely to moderately rusted.Meter bases should be replaced with new stainless steel meter bases if needed. It may be advantageous to the City if the meters were replaced with the Ampy Pre-pay metering system,or something similar. Page 6 of 6 SEC.10 SHEET A-3 (MESHIKaa) SEC.11 SEC.12 ant :g woe 8 1.AU excshry PumntyFs8Ghat10won-jfakely oe |sskv xcp AC, 2-day bl ph sowed |40 sky,XP,AL P r Had Sk,1376. ;=i SONe Aan hebhStrwikw23mrxt/. PORT HEIDEN EXISTING ELECTRICAL DISTRIBUTION SYSTEM SHEET INDEX 1/4 Inset i”- /_-- \/ :me ee _=SEC.32 OT 7 ==f TeeEmeOSCe4..aNoLouse1KSKVS Soe - Servru”\ents aN -_*'-\ SEC.4 \SEC.34 Talen ay)1Gs,og'35b-HOF a.=Ne ae : \_400 °=400 800 SEC.27 SEC.34 Bz 2pat<cl Sez See,vig' 4 Pdaklcommeyy _ ™ ww inn 27 #3 InsetB ML 4t? / H \«,oN,\Ny bi see PY ah |!\\5 ont 3 \rae 3/ io P "W\To F SEC.35 SWAN 4 >Thapar toll,metly J ,LANElargo qtand (J \ att |sink ,'4 Lent te?ot Shays Phe /.A ¥JN Cok syle [VEL ath cod) fe tee .ZL |ro]InsetC |A S =mild? !SEC.26 SVEN re Se?\LAKESECPoke[_- em vent By >Hen NF mee A |mS SEC.36 SEC.25 a 4I4 sic.e(QLD TO i Pace 3 [inset C 7 iN |w-/o ai $ 'SHEET A-3 (MESHIK SEC.10 aE SE 5 INL I SUBDIVISION) = =»Wy) .-EAN 4seu!/ :xP }: ™ i SUBDIVIZON)yes!. SEC.1 SEC.36°EE)SEC. ee el SEC.12 bay | SEC.20=F38"sec.2 71655 tuleb 70GPSConndusalybyMewdht cerry eesSs,"ite visif..8 |8 (."Ml exesbry Pumay .a _°GH vs aor -fot:ce .i iskv xeP AL, $e "2.Altas (abl yb serwe!}<2 sokv,X20,AL P i Sand diok,137%. :@ p |iy 3 2 13.Sone san (6 :Ob Strvble 23 TRxLP. '8 PORT HEIDEN °EXISTING ELECTRICAL ihe DISTRIBUTION SYSTEM SHEET INDEX T 1/4 Inset A = 18 j 4 a aan -SEC.32 nnnexSs>Th | >= e so No Lovglt am eu N S TON ee Le Sere”<ue DS .aN ii7TN __\1 gpm "Bos aint xem4rant0UOetn Thaarnne)spon TESHitor"|68 ."foal At.33 ac SEC.4 -- o,"a wh "on foe .Fak quate rhe Hundhsshuve4Cunle*yeah Gud Connects»yheTFpowoNCushyObs1)MARES.Cnc Aysiltft.we Oth IBIN”. Xa .(schet ON huh 3 SEC.34 inset b-ee -am 27 HE DEIN = =SEC.32 nyeenSMNOTEPAP-mere -_AN i l a i aNoLongltA<*s 7S : Serve”\/Sy TO i pore -po .|xemaintcot,|lank6Slanl Tita Fr ec 33 fron TAeS SEC.4 Nore:"Baling ”Featd quate He Ftd.ve 4 "Cunts*¥tyR Gok Wnrnclr7yheCushingGh1)MARL.Cynceteh "yf&MSAD.Ll.B SNoN -" : \SEC.34 Tale WANErs¥sst-HOFNe SEC.34 SEC.27 ip -v To 'SWAN \cay 'Theppe ti moty 7 SEC.35 ,LAKE .|lank on qed a re4jtint81aVsatenet?cSKays Phen Z,3/4 Pare TN cok sutes,[VB gLF cet NI Ree $---_eee? VeK-te inset C Viepzae SEC.26 SVEN9LAKE = fink BY | anh :AmS SEC.36 SEC.25 4/4 =>pe ee c -_FgopapT|L |j =Lf}-|-raDo||f |'|Inset C cA \ SEC.26me?sec Pox em yn By ; || |I.|Xen HE SEC.36 |_ 4/4 BUDGET TR i}FER FORM Project Name/Purpose:Project Number: Port Heiden RPSU /To replace City of Port Heiden powerhouse/provide heat recovery from diesel gensets for Port Heiden School and City shops and provide Upgrades to the electrical distribution system. 350320 Preparer Name:Douglas OttBudgetTransferType:Capital Project _X Operating Budget ___Date:1/23/18 RZ.PREPARER sili:FINANCE #1 Transfer Fund GL Acct Appropriation Contract |Project Stage]Dept Award Finance Type TO:$2,855,816 FROM:}$2,855,816 Transfer Explanation and Funding Source: Transfer $2,855,816 from Future Budget line(s)to the Grant AEA Managed Line. #2 Transfer Fund GL Acct Appropriation Contract Project jStage}Dept Award Finance Type TO:$100,000 FROM:|$100,000 Transfer Explanation and Funding Source: Transfer $100,000 from Future Budget line(s)to Non Grant Uncategorized Line(s). #3 Transfer Fund GL Acct Appropriation Contract |Project {Stage}Dept Award Finance Type TO:$ FROM:|$ Transfer Explanation and Funding Source: Authorized byName&Title:Douglas Ott,AEA Project Manager Mos JakSignatwe:Date:7 Coded by:Date:Input by:Date:Posted by:Date:GL Register No.: Douglas Ott Subject:Port Heiden RPSU -350320 -Funding Tim, Wanted to give you a heads up on a funding shortfall for the above project.Using the Denali Commission Financial Assistance Award 01524-00 as the measure,the numbers are shown below: Source FAA Amt Funded to Date Shortfall DC funds 1,250,000 1,226,316 23,684 SOA funds 1,879,500 1,879,500 (0) Totals:3,129,500 3,105,816 23,684 Knowing the final scope and project cost remain to be defined,|am ok with the shortfall as it exists today.It is a disconnect,however,to the financial reporting we are making to Denali Commission which indicates full funding for the project is in place. Thanks, Doug 78/2018 Project Code:350320 *Budget SENT Actual SREB encumbrance WEEE Commitment SABER Total (ActtEnciCom)ore ode: 7 Future Budget/Advances *ve oan .oe 11/1/2017..2/31/2018 20010 Advances 0,00 0,00 0.00 |0.00 70005 [FUTURE BUDGET 2,955,816.00 0.00 0.00 |2,955,816.00 Future Budget/Advances Totals 2,955,816.00 0.00 0.00 0.00 0.00 |0.00 2,955,816.00 Non-Grant 71001 NON GRANT -UNCATEGORIZED 30,000.00 0.00 0.00 0.00 0.00 0.00 71005 PERSONAL SERVICES 0.00 0.00 0.00 0.00 0.00 73150 AEA STAFF 23,316.40 0.00 0.00 23,316.40 1,769.47 72008 TRAVEL 1,513.50 0.00 0.00 1,513.50 0.00 | .73120 DESIGN ENGINEERS 0.00 0.00 0.00 0.00 0.00PortHeidenRPSU73005CONTRACTUAL157.51 0.00 0.00 157.51 0.00 74005 MATERIALS 0.00 0.00 6.00 0.00 0.00 75005 EQUIPMENT 0.00 0.00 0.00 0.00 0.00 Non-Grant Totals 30,000.00 24,987.41 0.00 0.00 24,987.41 1,769.47 3,243.12 Subrecipient Grant Posting Date:1/1/2001..6/30/2018 77005 GRANT -AEA MANAGED 120,000.00 0.00 0.00 0.00 0.00 77310 GRANT -PASS THROUGH 0.00 0.00 0.00 0.00 0.00 As of Entry No:2445433 77510 CM LABOR 0.00 0.00 0.00 0.00 77515 FA LABOR 0.00 0.00 0.00 0.00 Report Run Date:2/8/18 8:17 AM 77530-1NS WORKER COMP/GEN LIABILITY INS 0.00 0.00 0.00 0.00 77520 TRAVEL 0.00 0.00 0.00 0.00 77525 PJ SITE FOOD &LODGE 0.00 0.00 0.00 0.00 77530-Other CONTRACTUAL 71,886.85 19,113.15 0.00 91,000.00 77535..77540 FREIGHT 0.00 0.00 0.00 0.00 77550 MATERIALS 0.00 0.00 0.00 0.00 77560 EQUIPMENT 0.00 0.00 0.00 0.00 77570 LAND 0.00 0.00 0.00 0.00 77890 DAMAGE CLAIMS 0.00 0.00 0.00 0.00 Grant Totals 120,000.00 71,886.85,19,113.15 0.00 91,000.00 0.00 29,000.00 Community Contribution , 77900 |COMMUNITY CONTRIBUTION 0.00 |0.00 0.00 0.00 |0.00 |0.00 |0.00 || Total Project Costs (INCLUDING unposted payroll):150,000.00 96,874.26 19,113.15 0.00 115,987.41 1,769.47 32,243.12 =fund No._Contract:">>_Contract Title Award AR Code "Funding Source Budget Ss"Actual =Encumbrance Commitment nr Total ere Unposted Payroll ---Remaining - Future Budget/Advances .+eas con £2830 31381 DC 01524 Port Heiden RPSU (40F/605)11110015 F-RPS Upgrades AR089126104-18 1,226,316.00 0.00 0.00 0.00 0.00 0.00 1,226,316.00 £2830 31381 DC 01524 Port Heiden RPSU (40F/605)17140015 S-AEA RPSU Approp fr PCE Endowment AR088521169-21 479,500.00 0.00 0.00 0.00 0.00 0.00 479,500.00 £2830 31381 DC 01524 Port Heiden RPSU (40F/605)|18140015 S-AEA Rural Power System Upgrades {REF reapprop)1,250,000.00 0.00 0.00 0.00 0.00 0.00 1,250,000.00 2,955,816.00 0.00 0.00 0.00 0.00 0.00 2,955,816.00 =fund No,Contract a=Contract Title Award --- - AR Code Funding Source Budget Actuat €ncumbrance Commitment Total Unposted Payrolt --- Remaining - Non-Grant £2830 |00000 [NA [14130015 [S-AEA Rural Power Systems Upgrades AR089100901-18 30,000.00 |24,987.41 |0.00 |0.00 |24,987.41 |0.00 |5,012.59 |||30,000.00 |24,987.41 |0.00 |0.00 [24,987.41 |0.00 |5,012.59 Subrecipient Grant £2830 |00000 [NA 7110039 _|14130015 |S-AEA Rural Power Systems Upgrades AR089100901-18 120,000.00 |71,886.85 |19,113.15 |0.00 |91,000.00 |0.00 |29,000.00 i |120,000.00 |71,886.85 |19,113.15 |0.00 [91,000.00 |0.00 |29,000.00 Community Contribution -- 0.00 0.00 0.00 0.00 0.00 0.00 9.00 TOTAL PROJECT FUNDING (INCLUDING Future Budget/Advances}3,105,816.00 96,874.26 19,113.15 0.00 115,987.41 1,769.47 2,988,059.12 Balance Check 3,105,816.00 96,874.26 19,113.15 0,00 115,987.41 1,769.47 2,988,059.12 Difference 9,00 0,00 0,00 0.00 0,00 9.00 9.00) H:WetReports\AEA Reports\Project Reports\Project Budget Recap1-JET-REV070617.xsx 350320 Page 1 of 1 Port Heiden RPSU Pr de 350320 Proj ager DOUGLAS C.OTT Date 1/1/01..06/30/18 FUND!CONTRACT |AWARD CONTRACT TITLE AR Code DESCRIPTION GL Account |Budget Actual |Encumbrance |Commitment |Remaining FEDERAL FUNDING Non-Grant Total Federal Non-Grant Funding 0.00 0.00 0.00 9.00 0.00 Future Grant Expenses/Advances E2830 31381 DC 01524 Port Heiden RPSU (40F/608S)-12/31/19 11110015 |F-RPS Upgrades AR089126104-18 70005 1,226,316.00 0.00 0.00 0.00 |1,226,316.00 Total Federal Future Grants/Advances 1,226,316.00 0.00 0.00 0.00 |1,226,316.00 Subrecipient Grants Total Federal Subrecipient Grants 0.00 0.00 0.00 0.00 0.00 TOTAL FEDERAL FUNDING (|1,226,316.007 0.00 0.00 0.00 |1,226,316.00 i !nN :1 STATE FUNDING Non-Grant E2830 00000 NA 14130015 |S-AEA Rural Power Systems Upgrades AR089100901-18 71000..76999 30,000.00 |24,987.41 0.00 0.00 5,012.59 Total State Non-Grant Funding 30,000.00 |24,987.41 9.00 0.00 §,012.59 -.FutureGrantExpenses/Advances£2830/31384 DC 01524PortHeiden RPSU (40F/60S)-12/31/19 __|17140015 |S-AEA RPSU Approp fr PCE Endowment AR088521 169-21 70005 479,500.00 0.00 0.00 0.00 |479,500.00 E2830 31381 DC 01524 Port Heiden RPSU (40F/60S)-12/31/19 18140015 |S-AEA Rural Power System Upgrades (REF reapprop)70005 1,250,000.00 0.00 0.00 0.00 |1,250,000.00 Total State Future Grants/Advances 1,729,500.00 0.00 0.00 0.00 |1,729,500.00 _Subrecipient Grant£2830 00000 7110039 |NA 14130015 |S-AEA Rural Power Systems Upgrades AR089100901-18 77000..77899 120,000.00 |71,886.85 19,113.15 0.00 29,000.00 Total State Subrecipient Grant Funding 120,000.00 |71,886.85 19,113.15 0.00 29,000.00 Pan _ TOTAL STATE FUNDING 7,879,500.00)!96,874.26 19,113.15 0.00 |1,763,512.59 |\|| [|I T _COMMUNITY CONTRIBUTIONS &OTHER FUNDING SOURCES Future Grant Exp (Ad | | Total Community Future Contributions/Advances 0.00 0.00 0.00 0.00 0.00 I Community Contributions &Other Funding Sources Total Community Contributions &Other Funding Sources 0.00 0.00 0.00 0.00 0.00 TOTAL COMMUNITY CONTRIBUTIONS 0.00 0.00 0.00 0.00 0.00 TOTAL PROJECT FUNDING 3,105,816.00 |96,874.26 19,113.15 0.00 |2,989,828.59BalCk3,105,816.00 |96,874.26 19,113.15 0.00 |2,989,828.59Difference0.00 0.00 0.00 0.00 0.00 Project Management 70000..76999 30,000.00 |24,987.41 0.00 0.00 5,012.59 AEA Subrecipient Grant 77000..77999 120,000.00 |71,886.85 19,113.15 0.00 29,000.00 Total AEA Funding 150,000.00 |96,874.26 19,113.15 0.00 34,012.59 Community Contributions 0.00 0.00 0.00 0.00 0.00 Total Project 150,000.00 |96,874.26 19,113.15 0.00 34,012.59 H:WetReports\AEA Reports\Project Reports\PJBdgtToActual by Funding Source by PM-JET-REV020817.xIsx 350320 1/23/2018 View -Posted Purchase Invoices Buy-from Vendor Buy-from Posting Shortcut: i Vendor Invoice Vendor Descriptio Amount Dimensio No. Posting Date =No.|No.=No.|Name on Amount Including Tax Order No.n8 Code Printed- 6/30/2016 PPI10944 GRAYSE 4094 GRAY STf05/24-6/:4,916.63 4,916.63 POO0911( 8/30/2016 PPI10989 GRAYSE 4115 GRAY ST/£07/16 Por 13,661.75 13,661.75 POO0911( 9/27/2016 PPI11050 GRAYSE 4139 GRAY STf£08/16 Por 1,412.25 1,412.25 POO0911( 10/25/2016 PPI11075 GRAYSE 4145 GRAY ST/09/16 Por 6,105.76 6,105.76 POO0911( 12/20/2016 PPI11145 GRAYSE 4188 GRAY STf10/16-11,4,911.38 4,911.38 POO0911( 2/21/2017 PPI11245 GRAYSE 4214 GRAY ST/12/16-1/:1,089.38 1,089.38 PO00911( 6/27/2017 PPI11433 GRAYSE 4272 GRAY STf02/17-05,2,351.13 2,351.13 POOO911( 34,448.28 WI?ViewsAYAove"eUsFyi/angNLONOGNS225-120POLY"ANUfPedAHoOoooo°o$], In Port Heiden,storms exacerbate an old problem -Alaska Dispatch News Try our new and improved mobile app Alaska Dispatch News Rural Alaska In Port Heiden,storms exacerbate an old problem @ Author:Avery Lill,KDLG ©Updated:19hoursago @ Published 19 hours ago Bering Sea storms have hit the coast of Southwest Alaska hard in recent weeks.For the village of Port Heiden on the Alaska Peninsula,that has meant accelerated erosion. Trained monitors in the village measured 6 feet of erosion in some places from the most recent storms. Within the last year,they have measured 20 to 100 feet of erosion along different sections of their coast line. "It seems more rapid nowadays because I think we have bigger tides,”said Jaclyn Christensen,the village brownfield coordinator."We have a lot more water volume,and we have a lot of pumice in our soil.It's like tooth decay or a cavity.It eats away a lot quicker because it's porous material,and water could just unearth it so fast and easy.A lot of that is accelerated by the storm.” Port Heiden has been waging a fight to stay above water for decades.They started building homes on higher ground away from Meshik,the old village site,in the 1980s.The last person moved out of the old village in 2008. But the solution is not as simple as abandoning the old town. First there was the issue of what to do about the old buildings.Left alone,they would have washed into the sea and the debris landed on Port Heiden's beaches.Last year,before the road washed away too much to drive heavy machinery on it,the village deconstructed many of those buildings. "It's a very hard thing to do.We've gotten a lot of backlash about it because it's emotional,because it's letting go of your home that you grew up in.But what other alternative do we have?We can't stop the force of nature,but we can do something about leaving less of a footprint to our ecosystem by not polluting it,”said Christensen. Another issue erosion poses is the loss of a safe harbor.The current harbor is past the old village.As the road to it washes away,fishermen say they are working on identifying a new place to park their boats. Finally,there is the issue of continued erosion,even in the new town.The homes where people live now,the village office and the village store are currently on stable ground.However,to get from the bluffs where the town lies to the beach where barges land and residents subsistence fish,the village has to regularly reconstruct beach access roads with a loader. More worrisome,erosion is getting to the roads near the school.Christensen vividly remembers a day several years ago when water flowed across the road,separating the school from students'homes.One school bus drove children to the flooded area.Then adults walked or carried the children through the water on foot.Another school bus picked up the students on the other side and took them to their homes. Port Heiden''s fuel tank farm was relocated less than two years ago due to erosion concerns.But Christensen worries that its new position by the school might not keep it safe from erosion for long. Even as the village continues its march inland,the community seems more focused on answers to the problems erosion causes than on possible causes of erosion. Page 1 of 2 https://www.adn.com/alaska-news/rural-alaska/2017/10/22/in-port-heiden-storms-exacerb...10/23/2017 In Port Heiden,storms exacerbate an old problem -Alaska Dispatch News Page 2 of 2 "We don't really use the word 'climate change'around here,”said Christensen."We just know things are changing.We just know high winds are becoming more frequent.We know that bad weather is hanging around a lot longer.I don't really hear the elders or the local people talk about climate change,ocean acidification or global warming as much because it seems like a foreign factor that we've never really had to understand before.” Whatever the cause,Christensen is optimistic that the community will stay motivated and find solutions. This story was republished with permission from KDLG Radio in Dillingham. https://www.adn.com/alaska-news/rural-alaska/2017/10/22/in-port-heiden-storms-exacerb...10/23/2017 /od hiden Luis vess Gocutts yy CH Lee Larsen bey LP /-29-20lh."Xeé:ACG/K 2d,Panton ound Clasua?8 Community Population Last Reported Month No.of Monthly Payments Made Residential Customers Community Facility Customers Other Customers (Non-PCE} Fiscal Year PCE Payments Port Heiden PCE Utility:PORT HEIDEN UTILITIES Reporting Period:07/01/15..06/30/16 $86,437 "tw oe owe. PCE Statistical Data Facility kWh per Person PCE Eligible kWh -Residential Customers 160,607 Average Annual PCE Payment per Eligible $1,516 Customer PCE Eligible kWh -Community Facility 46,993 Average PCE Payment per Eligible kWh $0.42 Customers Total PCE Eligible kWh 207,600 Last Reported Residential Rate Charged $0.65 (based on 500 kwh) Average Monthly PCE Eligible kWh per 262 Last Reported PCE Level (per kWh)$0.40 Residential Customer Average Monthly PCE Eligible kWh per 653 Effective Residential Rate (per kWh)$0.25 Community Facility Customer Average Monthly PCE Eligible Community 34 PCE Eligible kWh vs Total kWh Sold 38.7% Additional Statistical Data Reported by Community* Generated and Purchased kWh Generation Costs Diesel kWh Generated 509,409 {Fuel Used (Gallons)Say rit ;S,54,089Non-Diesel kWh Generated 0 [Fuel Cost 4 wr €$182,714 Purchased kWh 0 Average Price of Fuel :$3.38 Total Purchased &Generated 509,409 Fuel Cost per kWh sold $0.34 Annual Non-Fuel Expenses $37,748 Non-Fuel Expense per kWh Sold $0.07 Total Expense per kWh Sold $0.41 Consumed and Sold kWh Efficiency and Line Loss Residential kWh Sold 198,285 Consumed vs Generated (kWh Sold vs See Comments Generated-Purchased) Community Facility kWh Sold 51,377 _jLine Loss (%)See Comments Other kWh Sold (Non-PCE)286,789 Fuel Efficiency (kWh per Gallon of Diesel)9.42 Total kWh Sold 536,451 PH Consumption as %of Generation 7.4% Powerhouse (PH)Consumption kWh 37,622 Total kWh Sold &PH Consumption 574,073 Comments Only 10 mo's non-fuel exp reptd *The data contained in this report is primarily based on information submitted by the utility with their monthly PCE reports.Changes to the reported data and/or significant anomalies have been noted in the comments. Page 136 of 182 Arctic Ocean Borrow Brevig Mission PROJECT PROJECT LOCATION E>Peres ;hai Tit sa)cers 4 :,Rapa a *,27 f EXISTING TANK Fe #4 VEC Mead hs FARM Faye,at y , ' q fe hi -ayPaagain,|DRAWINGS,GOLDFISH LAKE HoNjobs\15-C28PortHeidenbrUCALAI\GeotechnicalSCA,aiejeaityLAYOUT:Figure 1 PORT HEIDEN BULK FUEL UPGRADES ALASKA ENERGY AUTHORITY |VICINITY MAP MMORITTWAR PA*'4 a-&e---'Sfa235 Trustee Deed to Bx.19, City of Port Heiden "Bk.19,Pgs,665-666 :12 .78/87 rustes Deed to City of Port Heiden Bk.19,Pgs.733-754 12/14/87'Lots vaTrustee Deed to City of Port Heiden 12/14/87Lots4-7 AMENDED U.S.SURVEY Be 19,Pgs.735-736 Trustee Deed to City of Port Heiden Trustee Deed to Reserve/City of Port Heiden Bk.19,Pgs.659-660 12/8/87 Pgs.739-740.PLO 2374 City of Port Heiden 12/14/87 = wat wie AF Bk.77.Pos.359.tos Zt , ..o is y a da ary,tote 8&9 1 Fe toe |eee1°=2640 1.8,Lot 7 ee 7:FESR S .Bi 10,Lots 1-3 = ,BL 1,Lots 9 12 UNIGIPAL RESERVE gab NO.481 Pot.646937 o/c 447NVII0*.-O%, Trustee Deed to. f *trustee Deed-to sR.City of Port Heiden Bk.19,Pos,804-8051/20/88 [Trustee ity of P -.19,Pg 4 12/1Fai]g bots)OVONTIVHTimCommunity,Map PORT HEIDEN 66°66°00"168°41°00"W (NAD 83)te Elevation:10° 'Townships 37 and 36 South,Range 59 West,SM.AK U.S.C.S.Quadrangles "CHIGNIK D-2"and "CHIGNIK D-3",Alaska KVICHAK RECORDING DISTRICT cae V_ 'MAP _NOTES'The map war prepared 'the Lake ond PeainvaleBoroughDepartmentofCommunityandfeimpactCoasia)Nanagerent mT Planningaad funding from the Huet for Acceterat Jafrastructure Development {IAID).TheJUDtssupportedbygrantsfromtheDenaCeRuralDevelopment,'of Transportation end Public Facilities and DCED.The alaske Natree Tribal HeathLPBcontractedwithGlobalPositioning the DepartmenGomer provided sanitationfeciity recordsServersincorporatedinJunefoprepareThismapshouldnotbecoomtruedas@marvey,On-sle eurerys showd be comlucted prior to tite[)}Residential Building s-->Sewer Line searchefthe Recordery OMce record,URINY locationapprovalsand thows only(ke mainSJcommercialBuildingSewerForceMainbossacUesencenesavebeenomitiedforclrjortoationWecurrentoeofDeveastEdPublicBuilding-e-+>Water Line .-o---Ges fl Thm map i bened an phetograpty soured om June 17,SOF.of a acenmal souk,of tm ---EdgeofWater co7F->>Puel oil fill line derobinp US prepared tbe photograph ">ElectricLinew/pole «<Street Light The buildings outtined and shaded om this beet were digithred from the emcontroded serial--#--Telephone Line w/pole *=«Runway Marker photographandmay pol representthetrweandaccursic locelionHORIZONTALANDVERTICALCONTROL0200400600|Tex map was prepered w Aleske State Mane coordmater rene €wemg bercowtel dete WAG?_--"|and verticaldetumNCVDIO29SCALE:17200";The contro!monument for the property informationwetNCS°C Pubtiched bortzontel detumDateofPhotography:June 17,2002 SCALE IN FEET NAD 1083 coordinetes for this monumentare Narth SO 58”54 29006"ead West 158°57"Magnetic Declination computedbyUS.G.S.Geomag SHEET |54.0684"The verthoal delum NGVD 1929 for Us monument is 121.4 feel shove meen highProgramusingAK-2000.COF model as of August 1,2002.1 of 4 |water Oomm engineering or Property and willy tnformation ben been genernted trom readily availainformationisBotintendedto aLae{ 12/8/87 -«Tf as ' Ws,5222525,3 3 Gig 22 Chyrot PPort Heiden U.S.,-Survey No.§5782ABk.927,Pgs.364-355._MESHIK”TOWNSITEF . :|42/8/87.4 ' "NORTHERR UGHTS ST.*_5 lots 4&6, ot.$:Trustee Deed to.a fRatt gs oe Trustee Deed to Ses se MUNOPAL cityof Bort Heiden ”+5 ;'271g}By 4 city of Pert teen\__patented OS Bk 19,Pgs.861-662PAWiiesBk27,Pgs.356-Townsite Trustee Trustee Deed to.earean Bk.26,Pgs.921-922"G7 Raserve/city of Port 8/12/94 r Bk.19,Pos.663-664 HAZARDOUS T,12/8/87 WASTE STE 'Trustees Deed to City of Port Heiden BK 19,Pgs.737-738 12/14/87 OLD WLLAGE DUMP HAZARDOUS WASTE aTE GOLDFISH LAKE 2 Trustee Deed to -..:. Reserve/City of Port Heiden Po 4 ge :Bk.25,Pos.576-577 < o ;ead .9/10/93 RESER'...oeo”ih 1 aoe CARLSON serT qoNicPAl 2 : ean oe Thystee Deed ti L)- : ' ”:we y ef Port Heid ; -. s .soe Kk.25\Pgs.578-5:EE aye.10/93 fot en a a aera " is <3 gs,BS,ae ene eS agi iat aw ".Me eh OS'Deed a a 2 ASE NT Crp 4 =pons!ae :h ".U.S.SURVEY No.9412Cityeb-Pert Heise Ee cenoma nO oeP witoo78)OLD FISH CAMP SITE =52002 OMT.12/14,\peer ert x Native Allotment to 2 Heirs of Anisha McCormickoe--Bk 28,Pg.212 coe n73/9sOLD.DuMp |Security National Ageot:7 .HAZARDOUS |.Securitization Series "Trust"F,2002=000418-8,t no 2 }:us Survey No.5578 ' City of Port Heiden'>. Bk.19,Pos.743-744 12/14/87 spprositerp Lotion:Wood Trustes Deed to ©*”yet e '-60"Existing RodegatimentCityofPortHeiden«28*a Bk 20,Pga,537-538)=ear,EIN 31 fe 2 92/9/88 8 a 40330 3°"8D Right of WayLD513°fed Access Rood @,Sewer Line oe ANCSA '14(c) tors 1.School2.School PYeyground”3.City Shop 4,GCI Building ° -§Old Tank Farm Site6.Old Tank Farm Moved from mia 27.New Tank Farm -=B.St.Agafia Russian Orthodox Church&Built in 1800's.2%PORTHEIDENCOMMUNITYMAPSHEET11°=200°(2002PHOTOGRAPHY)}ofre} ae oe "Port Heiden .:Trustee Dead to :Reserve/City of Port Heiden .Bk.25,9s 576-577 Eaad.9/10/93omwee"i 1 Resse causa UNICIP: Trustee Deed to sll M 1 2 Reserve/City of Port Heiden aR:ThestSe Deed t Bk.19,Pos.659-660 oe wo y \ef Port Heid 4TrusteeDeedto12/8/87 as Ae .25\Pgs,578-5 City of Port Heiden :'x 10/93monefitsome,Bl.TO alge ge Ree le,ity of lei 12/14/87 ¢re od Serer .4 _ Re.a.20 mew Yrustee Deed.16 <a"er el SSA Se mowawipurakeeltotsBtCyetmortwaiscteoa ot : U.S.SURVEY No.9412 BL 7,Lots 8 &9 vote 7 10--t9eP gs.7at 50-2002-0111 BI.8,Lot 7 7:5 12/14 .NA Cert Bt 10,Lots 1-3 Trustek Deed to,Native Allotment to Bi.11,Lots 9-12 Heirs of Anisha McCormick ,SHY.City of Port Heiden RESERVE.1 *T+Bk.28,P9212.: . : 435°nfsOatEESTA|8+AN Soca Sa mn es 12/8/87 rastee Deed to ;mass Mee er ae al ca ee eee a i CityofFort Heiden =AMENDED U.S.SURVEY From Fi eee TA CARPORT ROAD bo fig fr ;Bk.19.Pgs,733-734 NO.481 +aroun AES -pet z ; 3wefaye7J Ls a ant i 3 ese eeLots$5 :Pat.646937 ;Wag |i ae Relers prrsoa ae Gace ww MD Trustee Deed to o/c .aoe aE e-iiz/s «|.tity ae -sj,473 \2 ty ; $a LIZ 7\E]4 Bk.1p,Pgs.669-671 >City of Port Heiden ign }gl.|:"Cah oT izperep : ”AtenBk19,Pgs,735-736 os 2 es .vos fs ,=-12/14/87 Trustee Deed to é FRy*.PH rg tots 1 '”eTSLAKEWEWDRIVElots4-7 City Of Pcie Se .*.hw :ey Pas.522-8282 LAKE VEWNDRIVE LAKE VEW DRIVE Og : z 5.Tad Ca we C3 :2 rvey No.5578sl}1 \eg peaererara?Xe Gi Lor:chyof Port Heiden U:S.,Survey No.5578 esHik:TOWNSITE - van 32 i.Bk..27,Pg3.354-355._MESHIK TOWNSITE .16)777464 15 12/8/87,.:E oat =NORTH -4 N 4 Wee6,9):reser \pie? :poor -aera Ee Trustee Deed to.¥fy Trustee Deed te.”:4 '%pre brs z sy he PLANT,Trustee Deed to Sn MUNIOIP.AL city of Port Helden >4 City of Port Heiden.'tafge Deed to1248/07 |taG af.2,4 City of Port Heiden Poloner tote >BK 19,PQs.861 662 {Bk 19,Pgs.743-744 +City of Mat Heiden7gtayqBaBk27,Pgs.356-357 jouneite Trustee we,12/8/87 *8 |12/14/87 ui Bk 25,P 2-583 ee -B/0/x Trustee Deed to.12/12/94 Bk.26,Pgs,921-922 «tt 8ACAREHUMEAVE.a 7 Reserve/City of Port H lots 6&7 '8/12/94 :- 7 neo a Bk.19,Pgs.663-664 |HAZARDOUS . 3 t .os a 12/8/87 WASTE STE cmp :*2k Deed to RAN3.2 J cdiitng Oentte=7 City of Port Heiden Bk.19,Pgs.7357-738"=Bk.19,Pgs.804-805.HD.1/20/86 12/14/87 ae ie OLD VILLAGE DUMP HAZARDOUS WASTE SITE foeApproxStatpLogption:yin Existing Rodejc¥imentkeeEINSTfe Trustee Deed to City of Port Heiden Bk.20,Pgs 537-538 12/9/08 +ofOVONTIVH2M ' "80.Right of Way"5 Fi 13 §ed Access Road |ee, GOLDFISH af LAKE 14(c)(3)Confirmatory Deed to Second Class City of Port Heigen 8k.29,Pgs.58--59Pat.'Ne.50-91-0621 /0622=APC.. 1.School 2.School PYyground™3.City Shop4.GCI Building -§Old Tank Farm Site6.Old Tank Farm Moved from vinleky%.New Tank Farm -8,St.Agafia Russian Orthodox Church -Built in 1800's.«y= Community Map PORT HEIDEN 66°56°00°N 168°41°00"W (NAD 63)te Elevation:10°Townships 37 and 38 South,Range 69 West,SM.AKUS.G.S.Quadrangles "CHIGNIK D-2”and "CHIGNIK D-9",Alaska |Sores bocerporeiad to bane of -PORT HEIDEN .SCHOOL SITE +(NOT RECORDED;IC Nos.091/092 1"=200'(2002PHOTOGRAPHY)PORTHEIDENCOMMUNITYMAPSHEET1XVICHAK RECORDING DISTRICT The map should nol be constrerd as a rarrey.Ge-eite surveyy shook!be cumtected prior teengineeringoFLEGENDPropertyandslttytnfarmatio,be wen sroed from rowdy evallable sourees wth RritedPropertysnformateniawotmendedterepresent#compreResidentialBuilding+8 Sewer Line seeteh at the Recorder Ditice record Duly atom ©apresite story oly the mee1B .Sewer Force Main nenax tbe sermicetinesbave been emitied for clarity.Geperedy.the ##current Public Building core Water Line Tie map i hened om photngraphy ecquired cn June 1",ROOE,of a mcenimal soak.of 1 bt = ---EdgeofWater +--#-->Fuel off fill line daroliap US.prepared the poclogreph.-----Bectric Line w/pole «Street Light 'The buidtings outlined and shaded on Lhis uheet were digitized from the emcemtrolied eevial-- «--Telephone Line w/pole #Runway Merker photograph and may act represent the trea and eccurate location.YorazowraL_aNDWERTICALCONTROL400600snapwaspreparedaiAlukaStele Plane coordinates sone @.weing berizcutal detmm DADSS|aad verticaldeteraNCVDIOZS.SCALE:1°=200°SCALEIN FEET 'The contre!senument for the property imformation was HGS."C”Publishes horisantel datumDateofPhotography:June 17,2002 NUD 1983 cnordinates for this monument are North 58 56'5429028"and Veet 156 37MagneticDeclinationcomputedbyU.S.G.S.Geomag SHEET |54.0060"Tue vertical datum MCGVD 1929 for thie mcetiment We 121.4 feet ebowe mean highProgremusingAK-2000.COF model as of August1,2002.1 of4 |water fenn 1\odu SOP Maapapepanemeaeny ete one npr aataaemnmanmnnees E foe Le :wa a .7 LE, 60°Existing Road Easement -ANCSA 14(c)- EIN 31 Lot 6A03350-:SOE".plot 92-02 ot,BE Rightof Way +rec EKS Contumpatory Deed to”4LD513 Federal Access,Road:A Second Class City ot Bort_HeidenondSewer.Line *Pe Bk.29,Pgs.58-59 oe ae #2, < ">Approximate ocation "*60°Existing'Rood Eqsement '2 sgpemen2 ck yen F40535 /a, :¥rs alee ARS $0"Right”of Way ¢"ia Fay"?whSecondCloasCityrof-Port Heiden,: : 50°Rightof Way 3ahe2"dl 5 ey -é é a S .I Ne .>one Sonee Une AS \OP :si G wpe tomerOASsaat|b Oe Ls Oe -3 fy Ape AIK SO E Paes woe Lots 'a -eae ae a a, . :»,:A ee f A:oF {> RES ,Rae ¢and mit SS}, a Pa ae ae .VeZRKFoiASSef”Grocers tore ont Olice ale a PN OAD go 7 ea =VA EL Xx Clols VersypAteteed4:Hardware Store *SS .3 La ae aren eee &owt .CARE 7ies ges , .o.AN.pwn eg OR PRU (et FL)|Dep apet ote5.Gift Store -;.2 oS: ae ;mi OF eA ,Port Heiden Airpie ae Feo s iy ela we 7 :vert d (Repos at WY ve)B é ; : [Be F.We) peo4THe)'Deed ito |Second Cioss City of Port Heide:in Bk.29,-P9e.58=59 :ICNos.|091/092.44 tot4 \2 : +aaah” .7 .3 .{Plat 92-02 ¢=.if et Kis <Community MapseeiraPo)4 .é PORT HEIDEN 66°86°00"N 18°41°00"W (NAD 83)Approximate Elevation:10° Townships 37 and 38 South,Range 59 West,S.M.,AK U.S.G.8.Quadrangles "CHIGNIK D-2"and "CHIGNIK D-3”,Alaska KVICHAK RECORDING DISTRICT «J 60'Enisting Road Easement qd 4"Underground Telephone Line- -s EINSZ eats @ Water Well,0 -SCALE:1°=200"-! Date of Photography:June 17,2002 SCALE IN FEET tion computed by U.S.C.S.GeomagProgramusingAK-2000.COF model aa of August 1,2002.PORTHEIDENCOMMUNITYMAPSHEET21"=200°(2002PHOTOGRAPHY) a 7 etna on ae eee a”a » 5 +™>SER QE ee sete oo ene eygnee, .a @ _ 60°Existing Road Easement wt doa ANCSA 14(c) EIN 31 SS Lot 6 A03350 -..Plat 92-027BORightofWayEXTCoMbenatory Deed to” "#4LD513 Federat Access,Rood:Second Ciess City of-2ort-H .s,and Sewer Line me Bk.29,Pgs.58--59 saeeeeyea\*oNFayNfee TS/Pat né,160-914.06217/0622".ee "Y E)(3)Confirmatory Deed td *+Second Class City ef-Port Heiden ",*doeviedgiles Lot4Stsae ICNos.091/,092-+Second Ciass City of Port Heiden Se EXTENT OP [open 3'd Sen \- rl |i.ANCSA 14(6) .t 4 THEY)_ContemataryDeed to gt” SS Quit Gaim'Deed to fi {| oe |b Ciyf Port Heiden Jo RUA 7 Mee dL o |a . 3.ry '4.Hardware Store *3,”°°8.Gift Store 28 ae teéation i? 60"Existing Road Eqsement + oe 03350 «4Right'of Way yo 44LD513 Federal Access Rood;ond Sewer tine77: .;Xo”:|pice 92-02 Ts af{ hs 63)Confirmatory Deed ta”.J.Class City..of Port Heiden. 'BiC29,Pgs.56-59 |<7 Foner Te See FAP 7oXCleisVebsypThyaKewertated Community Map PORT HEIDEN 56°66°OO"N 188 41°00"W (RAD 83)Approximate Elevation:10°37 and 38 South,Range 60 West,Si,aKUS.G.8.Quadrangles "CHIGNIK D-2”and "CHIGNIK D-S”,Alaska KVICHAK RECORDING DISTRICT Dete of Photography:June 17,2002 SCALE IN FEET Magnetic Dectination computed by U.S.G.8.GeomagProgramusingAK-2000.COF model aa of August 1,2002.PORTHEIDENCOMMUNITYMAPSHEET21"m200"(2002PHOTOGRAPHY) LdDufona60"Existing Rood Easqment.4.."7 BING?)2). we loge ee 'Quit.Cloim Deea to 'Stote-of 'Alask 50-31 262)/06220 2,, &: ? :z foes pak "Pat...No.ERSYS!Sat-1.City &VillageSerpe LifeOD"Ea>60"ExistingteeEl oa "SS 7 ANCSA 14(c)> :"Lot 7-0.|put 92-9hrnae. go TA 60"Existing Road Easement errr ss ss EIN,32 07 *ML TP thf HAZARDOUS)"HF.e WASTE SITE,=}:'/Ost Claim Deed:to”' a ay (Bk.20,Pg,45°eae eeeif t igtal Boy Housing Authority 'gq o 0621/0622 *a Deperinedl of Commun.ued Posse Community Map Impect Amielance Program,Sscee a es 2s |<ee ee EDD \CESCS PORT HEIDENIADiswupportedbygrantsfromtheCommuemon,USDA Development,.::- - Department of Transportation end Public Fociifues and DCED The Alaske Native Tribal Heath 2 :ate .::a i in . aby a :TL .:f vo Consortium promded mantietton faciity records.The LPB conlracied with Global Positioning -foe ,re of :.not,4 =.esa 4 : ?a wae af'-66°56°00"N 168°41°00°Wo (NAD 83) Sernere Incorporated i dune of 2002 to prepare tht map.Thue map should not be construed as a survey.On-wile rurveys ehould be combusted prier toconstriction. Approximate Elevation:10°Townships 37 and 36 South,Range 89 West,3M.AKU.S.G.8.Quadrangles "CHIGNIK D-2"and "CHIGNIK D-3°,AlaskaTidemopveecompiledtomeethertzootalandvertioe!ecowracy im eccaréance with motionsl KVICHAK RECORDING DISTRICTmapsccurecystandards. Property and uUltity information hes bees genera!Feedity wradleble souroeswithatedeccurseychethe,Property seformation is nol Inlended to represent compr LEGEND eearch ¢f the rs Office record UUlity locaton ie epprommateandthowsonlytbeoeainlentheverrelinesbaveberssmutiedlorcht.Generally,the miormetion aa oerent vesaees Deco Residential Building --Sewer Force MainCommercialBuiktings---Water LineTasemaplebasedonphologrephyscqsiredomJune37,2002,of =meminal ccabe,of 1 ln =BOOa Aaraiieg US.propered the Orthophoto und tepogrephic mapping.The orthophoto ie an serial photo which bes been corrected.¥y rectificetion to ground control [°” 4 MaUees,fo remove dulorinas and warpage duc to ground lopography ond murcraft Uk and tren p | ;of Water « '|--+e--UndergroundElectricLing #Runway Marker>LI --f--Underground Telephone LineatiOeHOMDOSTALOmYETCALcomTROLThemapwaepreparedinAlaskaStatePlanecvardinetonnape@,using boriscatal datum KADESandverlceldatumNGVDIECS.a 'The controt monument for the KGS."C.Pubbehed honzontal dotam led -y.KS ad op eee NAD 1983 coordinetes for thin tune ot Kora 6 6°4.20026"and West 358°37°L Pye ae |/ran Pa eee oneal Ken.he saa ad secaneeedSapet.eta tee!$8:35'50"wg gowee nr 9 200 400 600 $4.00864"The verte!delum NGVD 1929 for this monument i 1214 feet above mean *8 eatin!..a - sence (HW)vhion be the bums for this mape contour elevations woR-.Aa Arthe--ies '<SCALE:1°=200 a Sa Baa vam ant of EXTENT OF 'Date of Photography:June 17,2002 SCALE IN FEET The contours were prepared st two (2)feot contour internale with index contours every tem (10)'Magnetic Dectination computed by USGS.6 SHEET ™MAPPED AREA 'xFK K 35 Program using AK-2000.COF model as of August 1,2002.Sof 4 PORTHEIDENCOMMUNITYMAPSHEET31”=200"(2002PHOTOGRAPHY) Legend &Notes PROPOSED INFRASTRUCTURE, TMPROVEMENTS PROPOSED COMMUNITY DEVELOPMENT AREAS Pancky.at (AD),Tas Ui scpperted by pracks tremwalPacikiiesandDCED.Ths Lake and Paninesla Rerengh cectracied sith Giobal Puatiioning Services,inc.iimdaneof2002toproposeUnmap. BOAT LANDINGARELiss,NOMUSS NO.8878 oakBUSS,"i "SUBSISTENEEaFISHING 25°x 300°Site Easement 4 EIN 2 J :; SA a a ":fos, .-s . -;Lot 2--:e 5 SF .wee pee : ;-»Se te UM .SAPPROXIMATE 'LOCATIONGOLDFISHye-an ee a aoe . -%ie 60'Existing Rood Easement1X3)Pan So Deed fo =: : - 'ond Class!City of Port Heide x FLo: 5%"PORT HEIDEN AIRPORTPC§Acret!e Parcels © HAZARDOUS WASTE SITE” ”Second.Closs City of Port Heiden'. 4 B Bk.29,Pgs.58-59 =:-:Lo -FOtHEMENT:8/20/96 --5 nite i 7 "DUMP SITES, EY teeTANDCHEMICALDUMPSITE1-Access Road &-:-Sewerline SO”Right of ser"HAZARDOUS TRBWASTESITE 4Ac)(3¥Contirmatory Deed ta”SecondrhsaeFanHeiden,Secong -sous Cityof Port Heiden"29,Pgs.”585) Pat Nos.50-91-0621/0622APLC. USS-NO.$233..."Lot 2.7 NA Cert-50-91-"0485 ii ae 80'Existing Rosh,"es caepe<:boy Ee . =xisting Rogd"HAZARDOUS f ;-_.Edmt.BN-32.ASbas_.Pot Nos:sd enya?|7+-"PORT HEIDEN i ee,AF,:TRACT\ I .New Improved Barge Landing --aa elses '|Smak-Boat Harbor-2 +.wo. --Hotet/:Eco Tourism Center=ses"Community RestroomaQuaxConfirmoteryyDeedFAYNewTeenCenter&Community|Centercong.Géss City of Port Heiden42ContirmatoryDeedtoa,BR.29,3 5b ioe58-59KpreCosGossoYofPortHeidenbeTey:"58-53.'20/96 ORDoerPe = _L&P.Borough Office |-;A -ao:Ls:New,'Power Plant 10.NewPlaygroundA144!New2Clinic Site 12,"Senior Assistedliving for Region43,New FirHall14.Centralized.Water”SystemWS.Airport Terminal =">16.Paved Extended Runway_Wee Possible Natural Gas Plant, .Paperrrenan)gasesbonecesL APPROXIMATE LOCATION80"Existing Read Easement ...-3 ef Va)Besee se ---=|e?ieva ap anntaa-e 74 COMMUNITY PLANNING MAPseeayThateen|ae ;z [WB PORT HEIDEN 25 ibe58-59 Pat :uss NO--$9308 ee a :Se 55'00"N 168°41"00"W (NAD 65) --Lot Fir=7 :Sr ks Approximate Elevation:10°'Quit Clam Beed to.;:ew tn ane Townships 37 and 36 South.Range 50 West,SM.AK 2 APC.FS .Lo .US.C.5.Quadrangles "CHICNIK D-2°and "CHIGNIK D-3",Alaska KVICHAK RECORDING DISTRICT 17m1000"(2002PHOTOGRAPHY)4INGSHEET1 Douglas Ott From:Douglas Ott Sent:Tuesday,January 16,2018 10:15 AM Ce:Timothy J.Sandstrom Subject:RE:Term Engineering Contracts -Extension or Completion Attachments:ATTACHMENT 2 -Grant 7110039 Amendment 1.pdf;ATTACHMENT 3 -Funding Assistance Award -Denali Commission.pdf;ATTACHMENT1 -Re Schedule for Delivery of Port Heiden RPSU CDR -NTP 9 extension to March 31 2018.msg TIM,|COULD USE YOUR ADVICE TO ASSIST ME IN WRITING THE NARRATIVE REQUESTED BY MICHELE FOR THE NTP EXTENSION.THE EXAMPLE WRITTEN BY ME BELOW PROBABLY "WON'T FLY”.DOUG Schedule for the delivery of the CDR for Port Heiden was impacted by indecision by the City of Port Heiden in where to site the new power plant.Our engineer had strongly recommended the new plant be located adjacent to the school and also the city shop allow use of the heat energy from the diesel-fired generators to heat the buildings.The city took over a year to make its decision to support the recommended power plant site.This decision was received in the form of a City resolution,dated 8/15/17.During the field trip to the site in late August 2017,the geotechnical engineer alsocollectedsoilvamples(orthe proposed footprint of the future power plant.A no-cost amendment to authorize thegeotechnicalfieldworkandforthelabprocessingofthesesampleswasrequestedonAugust23,2017 and was only received by the engineer and myself on 1/12/18.The failure to make distribution of this amendment caused an impact to the advancement of the required geotechnical work.Consequently,we are attempting to move forward on completing the CDR in a fairly aggressive schedule to be completed by 3/31/18 and would request the NTP schedule be 2xtended to reflect this additional time. From:Michele Hope Sent:Friday,January 12,2018 4:06 PM To:Douglas Ott <DOtt @aidea.org> Ce:Timothy J.Sandstrom <TSandstrom @aidea.org>;Tom Erickson <terickson@aidea.org> Subject:RE:Term Engineering Contracts -Extension or Completion Executed NTP 9a2 is attached.This NTP reallocated funds but did not change the NTP completion date.This NTP expired 12/31/17. Please have GSE send us something that states whether this date extension will require any additional funding or if the scope of work can be completed for the funds already authorized.They should also include a new schedule with their response.(See attachment 1) Doug,once NTPs are expired,it is not typical to resurrect them.Please provide evidence of grant extension (See attachment 2),and funding availability (See attachment 3)good through your requested completion date.We also need explanation (in narrative above)as to why the services were not completed on time.The original NTP had the CDR completed by 2016,then it was extended to 12/31/17 and now it needs another date extension.Was this a Contractor delay/AEA delay/or other type of delay?(This is needed for documentation backup and explanation of extension.)Once |have those documents |will need to get Tom's approval to reauthorize this NTP.|cannot give verbal approval prior to this.If extended,|would suggest the Contract and NTP be extended to April 15,2018 if that date works for you.(OK)| believe you said CDR would be completed by March 2018.(See attachment 1) .n order to establish a new Contract for Design/Construction Admin.Services,you will need to: make sure grant is updated with grantee to cover these services develop a complete comprehensive scope,schedule,and independent estimate -send to me 1 route PR using your independent estimate Once |receive PR,|will send the scope to the contractor to get a price proposal We will work on developing new contract documents for stand-alone contract. Hope this helps with next steps,if you need any more clarification we can set up a time to meet. As for your last statement "It is urgent that the notices and adjustments be completed so that no more time is lost in the schedule for this project.”1am unaware of any delays on my part that would have caused a loss of time in the schedule. if you feel |have caused delays to this project,please explain. Thanks, Michele Maokelo Hepa,Sr.Contracting Officer Alaska Industrial Development and Export Authority /Alaska Energy Authority 813 West Northern bights Blvd.,Anchorage,AK 99503 907-771-3036 fax 907-771-3044 mhope@aidga.org |Bp |Please consider the environment before printing this email. From:Douglas Ott Sent:Friday,January 12,2018 10:44 AM To:Michele Hope <mhope@aidea.org> Cc:TimothyJ.Sandstrom <TSandstrom @aidea.org> Subject:RE:Term Engineering Contracts -Extension or Completion Michele, |have contacted Steve Stassel at GSE regarding schedule for delivery of CDR for Port Heiden RPSU.GSE is prepared to complete the CDR tasks for this project by 3/31/18.(see attachment.) e Please take steps to adjust the NTP for this contract so that the following take place: A.Complete the finalization of NTP 9A2.This was sent to you on 11/6/17 by GSE (attachment)to complete a no cost change to adjust the geotechnical budget and reduce the GSE budget.|had signed this document at your desk during the second week of November 2018.Since no copies of the completed document were ever distributed,|presume this was never fully executed.Also,this NTP will need a new expiration date since the versions GSE and |signed had an expiration date of 12/31/17.Could also modify NTP 9A2 to include formalization of the time extension to 3/31/18 for this scope of work. B.Provide verbal notice to GSE that AEA wishes to extend the NTP with GSE to 3/31/18 to complete the scope of work for the CDR.This is essential to complete as soon as possible to allow GSE to continue to perform work and maintain the new proposed schedule for completion of the CDR. e Putin place new contract for GSE to complete steps 2 -Final Design and 3 -Construction for Port Heiden RPSU.(I will provide scopes of work to you for this.) e Cancel the Engineering Term contract with GSE after the CDR scope has been completed and accepted by AEA and the new contract is in place. |will work with you to provide the necessary formal requests,scopes of work,etc.to support this request.Please let me know what you need from me next to facilitate this request. It is urgent that the notices and adjustments be completed so that no more time is lost in the schedule for this project. Doug From:Michele Hope Sent:Wednesday,January 3,2018 10:24 AM To:Timothy J.Sandstrom <TSandstrom@aidea.org>;Alan Fetters <AFetters@aidea.org>;Douglas Ott <DOtt@aidea.org>;Rebecca Garrett <rgarrett@aidea.org>;David Lockard <DLockard @aidea.org> Cc:Tom Erickson <terickson@aidea.org>;Betsy McGregor <BMcGregor@aidea.org> Subject:Term Engineering Contracts -Extension or Completion We are coming to the end of our Term Engineering Contracts (1/31/18)and |need to find out if there are still any NTPs that have not been completed.It is our intent to either extend the Contracts for short-term NTPs (6+-months);or, transfer long-term NTPs to stand-alone contracts;each on a case-by-case basis,working with the Project Managers for each project.If any of these NTPs are yours and are not complete,we need to talk ASAP.Long-term NTPs will need a stopping point for current NTP;and a new Scope of Work and PR for new contract.Once we have established the new Scope of Work,Procurement will ask for s new Price Proposal!from Contractor(s). Please reply to this email NLT 1/9/18 with a quick response as to status of each project so |can process an amendment for Term Engineering Contracts that need to be extended for short-term NTPs. Thanks, m GSE NTP 9 Port Heiden RPSU -Doug,I have your Notice of Extension,but since you want to take this one out two years we should transfer to stand-alone contract.Let's talk. CRW NTP 1 Central RPSU NTP 2 Tatitlik BFU NTP 5S Larsen Bay RPSU NTP 6 Kasaan BFU NTP 9 Twin Hills RPSU -Working with Rebecca on stand-alone contract. NTP 10 Kongiganak RPSU NTP 11 Koliganek RPSU NTP 12 Shishmaref BFU NTP 13 Kwigillingok RPSU UMIAQ NTP 2 Kipnuk RPSU NTP 4 Kipnuk BFU NTP 5 Clarks Point RPSU HDL No active NTPs Michele Hepe,Sr.Contracting Officer _Afilaska Industrial Development and Export Authority /Alaska Energy Authority 813 West Northern blights Bivd.,Anchorage,AK 99503 907-771-3036 fax 907-771-3044 mhope@aidga.ors [oj Please consider the environment before printing this email. Douglas Ott From:Douglas Ott Sent:Friday,January 12,2018 10:44 AM To:Michele Hope Ce:Timothy J.Sandstrom Subject:RE:Term Engineering Contracts -Extension or Completion Attachments:Re:GSE PTH RPSU NTP 9 -$0 Proposal A2-GSE Signed;Re:Schedule for Delivery of Port Heiden RPSU CDR -NTP 9 extension to March 31,2018 Michele, |have contacted Steve Stassel at GSE regarding schedule for delivery of CDR for Port Heiden RPSU.GSE is prepared to complete the CDR tasks for this project by 3/31/18.(see attachment.) e Please take steps to adjust the NTP for this contract so that the following take place: A.Complete the finalization of NTP 9A2.This was sent to you on 11/6/17 by GSE (attachment)to complete a no cost change to adjust the geotechnical budget and reduce the GSE budget.|had signed this document at your desk during the second week of November 2018.Since no copies of the completed document were ever distributed,|presume this was never fully executed.Also,this NTP will need a new expiration date since the versions GSE and |signed had an expiration date of 12/31/17.Could also modify NTP 9A2 to include formalization of the time extension to 3/31/18 for this scope of work. B.Provide verbal notice to GSE that AEA wishes to extend the NTP with GSE to 3/31/18 to complete the scope of work for the CDR.This is essential to complete as soon as possible to allow GSE to continue to perform work and maintain the new proposed schedule for completion of the CDR. e Put in place new contract for GSE to complete steps 2 -Final Design and 3 -Construction for Port Heiden RPSU.(I will provide scopes of work to you for this.) e Cancel the Engineering Term contract with GSE after the CDR scope has been completed and accepted by AEA and the new contract is in place. |will work with you to provide the necessary formal requests,scopes of work,etc.to support this request.Please let me know what you need from me next to facilitate this request. It is urgent that the notices and adjustments be completed so that no more time is lost in the schedule for this project. Doug From:Michele Hope Sent:Wednesday,January 3,2018 10:24 AM To:Timothy J.Sandstrom <TSandstrom @aidea.org>;Alan Fetters <AFetters@aidea.org>;Douglas Ott <DOtt@aidea.org>;Rebecca Garrett <rgarrett@aidea.org>;David Lockard <DLockard@aidea.org> Cc:Tom Erickson <terickson@aidea.org>;Betsy McGregor <BMcGregor@aidea.org> Subject:Term Engineering Contracts -Extension or Completion We are coming to the end of our Term Engineering Contracts (1/31/18)and |need to find out if there are still any NTPs that have not been completed.It is our intent to either extend the Contracts for short-term NTPs (6+-months);or, transfer long-term NTPs to stand-alone contracts;each on a case-by-case basis,working with the Project Managers for 1 (FareASSIGNMENT OF PROJECT FOR AEA TERM ENGINEERING CONTRACTS Project Number(s):Estimated Price:Project Manager: 350304 $350,000 Alan Fetters Project Name:Kwigillingok RPSU Signature of Project Manager Part 2 -Project Description:Provide the following information:1)The contract requirements with attached schematics,planning documents,or narratives as appropriate.2)A cost estimate that is linked to the contract requirements.Identify funding source:and if Federally funded attach copy of Federal approval;if Grant in place,provide Grantee name,grant #,expiration date 3)A time line depicting the project schedule from inception to completion. t)CRW completed as-built schematics and geotechnical assessment (attached)of the Kwigillingok RPSU electrical distribution under a previous contract AIDEA-08-007 NTP 35.At that time the project covered the communities of Kongiganak,Tuntutuliak,and K wigillingok. The three communities requested that the single grant be separated into three grants.After negotiations to come to agreement on grant language AEA and the Grantee executed a grant.With the new grant in place the final design and construction efforts can move forward. The CRW scope of work includes Final Design,and Construction Administration Services.A request for proposal should be issued to CRW for this continuation of services. 2)The estimated cost for engineering effort is $350,000 based on the similar Kongiganak and Tuntutuliak distribution projects which are in the same geographic area with similar scope of work.The funding source for the design and construction are two State of Alaska direct appropriations totaling $2,868,000,AR 522134-17 and AR 52354-19.Grant #7110038 in the amount of $2,600,000,expiring September 30,2017. 3)The anticipated Schedule NTP VI/15/15 Complete Design 3/30/16 Bid 4/30/16 -5/30/16 Construction 6/30/16 -9/30/17 Part 3-Justification:Provide the following information:1)Reason(s)for award outside the standard rotation method.2)Impact on project if assignment is not approved --explain in detail.3)Any other documentation/justification the agency feels would be helpful in evaluating the request.Attach separate page(s)if necessary. 1)Assignment to the term contractor CRW outside of the rotation is warranted because the scope of work had previously been assigned to CRW and was delayed due to circumstances beyond control of CRW and AEA. 2)Assigning the project to a new term contractor would unfairly penalize CRW for circumstances beyond their control.The project will be delayed as a new contractor would have to start over to take professional responsibility for the work completed to date.Bring on a new contractor would increase the cost of design and correspondingly reduce the budget available for construction. Page 1 of 2 Pigte Kjorok Throughout the design and construction process regularly scheduled meetings are held within the community,via teleconference and video conference to receive input from the project stakeholders and keep them updated of the project's progress.At key milestones of the conceptual design report and the final design the Grantee must provide a council or board resolution supporting the project and request AEA to move forward.The resolution helps confirm the community fully supports the project. In many project communities there is a need to stabilize or repair the existing powerhouse till the new project can be designed and construction completed.This effort can sometimes be a significant part of the project and typically requires urgency. During design and before the project is closed the PM and consultant prepare a Business Operating Plan (BOP).The BOP is specific and custom for the individual utility.The BOP provides instruction and guidance on: e rate setting process fuel inventory management available loan programs training programs renewal and replacement account annual budgets and planning depreciation setting fuel price In order to prepare accurate cost estimates,provide appropriate construction documents and negotiate a correct design fee the method of construction should be selected as soon as possible. There are several construction and procurement methodologies.The project scope,schedule, budget,funding availability and the availability of resources help guide the decision.The RPSU program typically uses the owner managed construction for powerhouses and a single large invitation to bid (ITB)with a prime contractor for large distribution projects. A single large ITB construction project is advertised to the general public for 21 days,and bid lump sum.With a lump sum there is one price from the contractor to complete the entire project.They take all the risk and are responsible to deliver a completed project as conveyed in the project manual.This includes all labor,material freight and heavy equipment.The project manual typically consist of contractual sections,technical specifications and drawings.The project manual must be large,concise and detailed.It must accurately convey all the existing conditions of the project and precisely convey the expectations of new construction work to avoid costly changes. Rural power projects can be fraught with risk and conditions that are difficult to foresee.Weather, logistics and available resources all make construction in rural Alaska very expensive.Add to the mix that most Grantees request local hire to the greatest extent possible and construction skill training.With a large ITB prime contracts AEA cannot direct a contractor to train or use local labor. We can encourage the use of local labor by the allocation of funds separate from the contract for the contractor to use for payroll of local labor. To overcome the unique challenges of rural Alaska infrastructure construction AEA and several other State and Federal agencies (Village Safe Water,Alaska Native Tribal Health Consortium, Kwigillingok RPSU Grant Agreement #7110038 Appendix C_Grantee Proposal/Scope of work The community of Kwigillingok's electrical distribution system is in need of repair.The Alaska Legislature has provided the Authority with funding to upgrade the Kwigillingokdistributionsystem.The Authority will directly manage the project and associated funding on behalf of the community and grantee through this grant with the Native Village of Kwigillingok. Native Village of Kwigillingok,the Kwigillingok IRA Council,the Kwig Power Company,and the power company general manager will be continuously consulted during the project for their input and feedback. The Authority understands and acknowledges the critical need for local jobs and will work closely with the community to use local force account labor to the greatest extent possible. The project will move forward in two phases.The first phase is design,permitting and project estimate;the second is construction. The electrical distribution upgrades are expected to include replacement of most of the poles, cross arms assemblies,primary conductors,pole anchors,street lights,transformers,and service drops to existing meters. The geophysical report,planned to be completed during design,will guide the type of pole structures selected.It is anticipated they will be driven steel piles. The present and anticipated future use of thermal storage units will be considered during the - project's design and construction. The location and quantity of new street lights will be coordinated with the community. If a single audit of the Native Village of Kwigillingok is triggered by this project the cost of the audit may be reimbursed from available project funds. Since the actual cost of construction will not be known until the construction bids have been received the project scope will be designed with budget contingencies.The construction documents will have additive alternates to allow for scope adjustment to match available funding.The project will reuse and refurbish serviceable portions of the existing distribution system.The secondary distribution facilities will be upgraded as required by new routing and as allowed by budget. Page 15 of 25 Alaska Energy Authority {=a ALASKAGrantAgreement(>ENERGY AUTHORITYAmendment Grant Agreement Number |CFDA#Amount of Funds AEAuseonly 7110034 90.100 $335,000 Managed&Pass-thru [J Project Code(s)Proposal No.Period of Performance: 350318 RP10134 From:April 1,2014 To:June 30,2016 Project Title Koliganek RPSU GRANTEE GRANTOR Name : New Koliganek Village Council Alaska Energy Authority Street/PO Box Street/PO Box P.O.Box 5057 813 W.Northern Lights Blvd. City/State/Zip City/State/Zip Koliganek,AK 99576 Anchorage,AK 99503 Contact Person Contact Person Herman Nelson Sr.Josh Craft,Project Manager Phone Fax Email:Phone Fax Email: °)7-596-3434 |907-596-3462 |newkgkvc@hotmail.com 907-771-3043 |907-771-3044 |jcraft@aidea.org AMENDMENT 1 Extend Period of Performance toJune 30,2016. Change the AEA Project Manager to Josh Craft. Increase the Funding Amount by $185,000 for a total budget of $335,000. Appendix B #1,Grant Funding Sources,replace with the following: 1.Grant Funding Sources This Grant is subject to appropriation and availability of funds as listed below: State of Alaska $35,000 SLA 2013 Ch.16,Sec.1,Pg.4,Lines 18-19 Denali Commission 300,000 CFDA#90.100 Total Project Funding $335,000 Grantee acknowledges that if additional grant funds are made available they are subject to the terms and conditions of this Agreement and any amendment. ..Executive DirectorGranteeAuthorityProjectManagerorDesignee Signature Date |Signature Date |Signature Date erman Nelson Sr.,Josh Craft,Sara Fisher-Goad |President Project Manager AEA Executive Director Koliganek RPSU Grant Agreement #7110034 Update Scope of Work. Appendix C Grantee Proposals/Scope of work,replace with the following: This grant consists of $35,000 from the AEA RPSU Program and $300,000 from the Denali Commission and New Koliganek Village Council is the grantee.Work includes a stabilization project at the current New Koliganek Power Plant and an RPSU project that will result in a new power plant in New Koliganek.The RPSU Project will be conducted in three phases;conceptual design,final design, and construction services.Funding for the stabilization project,RPSU conceptual design,and RPSU final design has been identified. The stabilization project will include repairs and upgrades to existing switchgear and the installation of new switchgear already purchased by the New Koliganek Village Council.The stabilization project will draw from the AEA RPSU Program funds.The work will be primarily performed by an RPSU term contractor. The conceptual design will evaluate the existing power plant,electrical!distribution system,power plant fuel storage,heat recovery system.The contractor will coordinate with Marsh Creek,LLC regarding an ongoing wind conceptual design.The conceptual design work will draw from the Denali Commission funds.The work will be primarily performed by an RPSU term contractor.The conceptual design must be approved by AEA prior to start of final design work. The final design will result in construction documents for a code compliant power plant in New Koliganek.A 65%design must be approved by AEA prior to the start of the 95%design.The final design work will draw from the Denali Commission funds until depleted before drawing from the RPSU Program funds.The work will be primarily performed by an RPSU term contractor. It is intended that the scope of work for this grant will be amended to include construction services as funds are identified. Appendix C-1:Changes to the Scope of Work This grant originated with Tim Sandstrom as the AEA PM and with funding only to perform the power plant CDR but with the intent to conclude with construction.After funding for the stabilization project and design work were identified the AEA PM was changed to Josh Craft and amendment one added funding for the stabilization project and final design phase. All other terms and conditions remain unchanged. Page 2 of 2 Alaska Energy Authority {=a ALASKAGrantAgreement@sCENERGYAUTHORITYAmendment Grant Agreement Number |CFDA#Amount of Funds AEA use only 7110034 90.100 $3,045,000 Managed&Pass-thru (J Project Code(s)Proposal No.Period of Performance: 350318 RP10134 From:April 1,2014 To:December 31,2018 Project Title Koliganek RPSU GRANTEE GRANTOR Name Alaska Energy AuthorityNewKoliganekVillageCouncil Street/PO Box Street/PO Box P.O.Box 5057 813 W.Northern Lights Blvd. City/State/Zip City/State/Zip Koliganek,AK 99576 Anchorage,AK 99503 Contact Person Contact Person Herman Nelson Sr.Karl Reiche,Project Manager Phone Fax Email:Phone Fax Email: 907-596-3434 |907-596-3462 |newkgkvc@hotmail.com 907-771-3017 |907-771-3044 |kreiche@aidea.org AMENDMENT 3 increase the Funding Amount by $2,710,000 for atotal budget of$3,045,000. Appendix B #1,Grant Funding Sources,replace with the following: 1.Grant Funding Sources This Grant is subject to appropriation and availability of funds as listed below: State of Alaska $178,088.28 SLA 2013 Ch.16,Sec.1,Pg.4,Lines 18-19 State of Alaska 344,711.72 SLA 2012 Ch.17;Sec.1;Pg.6;Ln.13-14 Denali Commission 2,522,.200.00 DC 01437 CFDA#90.100 Total Project Funding $3,045,000,00 Grantee acknowledges that if additional grant funds are made available they are subject to the terms and conditions of this Agreement and any amendment. Grantee Authority Project Manager Executive DirectororDesignee Signature Date |Signature Date |Signature Date Herman Nelson Sr.,Karl Reiche,Sara Fisher-Goad President Project Manager AEA Executive Director Koliganek RPSU Grant Agreement #7110034 Amendment #3 Update Scope of Work. Appendix C Grantee Proposals/Scope of work,replace with the following: The RPSU Project includes a stabilization project at the existing power plant,a new modular power house,and upgrades to the distribution system.The power house and distribution system portion will include three phases:Ph1 Conceptual Design Report (CDR),Ph2 Final Design,and Ph3 Construction Services.The stabilization project (completed)included repairs and upgrades to existing switchgear and the installation of new switchgear already purchased by the grantee.The Phi CDR was completed 5/26/2016.Ph2 Final Design is in progress by an AEA term contractor. This amendment adds Ph3 Construction,beginning in June 2016 with procurement of long lead items (switchgear,gensets,etc.).The construction budget is $2,710,000 based on the Phi CDR cost estimate,including contract administration fees and a 10%contingency. Schedule:Ph3 Construction completion by 12/31/2017. All other terms and conditions remain unchanged. Page 2 of 2 Kongiganak RPSU Grant Agreement #7110035 The Authority may engage an accounting firm to provide payroll services for the Project.!f so engaged,the accounting firm may process payroll and per diem checks,make the required payroll tax payments,perform all required payroll tax and other reporting,and compute worker's compensation amounts payable by project as defined in their contract,and perform any other payroll services that may be required for the Project.In addition,the Authority will provide the Workers'Compensation insurance for the workers hired to complete this project. 2.Force Account Payroll and Project Coordination The Grantee will assist the Authority in obtaining qualified local labor for the Project and will provide necessary local administration assistance,including recommending qualified local personnel;assisting in obtaining necessary personnel information;assisting in obtaining housing for nonresident workers;facilitating communications between the Authority,the community and local employees;and serving as a liaison between the Authority and the community. |Appendix CG Grantee Proposal/Scope of work The community of Kongiganak electrical distribution system is in need of repair.The Alaska Legislature has provide AEA with funding to upgrade the Kongiganak distribution system.AEA will manage the project and associated funding on behalf of the community through this grant with the Puvurnaq Power Company. Electrical distribution upgrades are expected to include. e New power poles on steel pile foundations e Newcross arm assemblies e New conductors e New transformers No secondary service facilities are anticipated,other than those required by new routing.Since the actual cost of construction will not be known until the bids have been received the project will be bid with additive alternates to allow for scope adjustment to match available funding. Certain stabilization work associated with the wind turbine system,diesel power generation system and control systems may be required to ensure the new electrical distribution system will be connected to safe and reliable power.At the request of the Grantee,AEA may use grant funds to stabilize these systems.Stabilization may include. e Upgrades /Repairs to existing wind turbine installation,braking,and controls e Upgrades /Repairs to diesel power generation systems and controls e Switchgear upgrades There shall be no replacement of major wind turbine components. AEA reserves the right to amend the grant to adjust scope,schedule and budget as the project progresses. Page 14 of 18 Tuntutuliak Distrioution System Grant Agreement #7110033 Update Scope. The Authority is pursuing the construction of the distribution system in two phases:phase1 Design and phase 2 Construction. Phase 1 Design was already in progress without a grant;this grant began with funding for a combined final design and construction.The project consists of replacing most of the poles,conductors,street lights,and transformers in TCSA's service area in Tuntutuliak.The project was bid,and the base bid plus materials was awarded to AK Line Builders (ALB).After additional FY15 state funding was received in July 2014 ($750,000), and after a grant amendment is executed with the TCSA,the remaining bid additive alternates will be awarded by change order to ALB.AEA will hold the balance of additional FY15 funds ($100,000)will be held as a contingency. The project will include stabilization of the existing powerhouse,both design and construction.This is a minor effort on AEA's part.TCSA has a PPF loan for $240,000 to make repairs to its powerhouse and AEA will assist as needed. All other terms and conditions remain unchanged. Page 2 of 2 Perryville RPSU Grant Agreement #7110032 |Appendix C Grantee Proposal/Scope of work..:-ee Sg | AEA will pursue a Rural Power System Upgrade (RPSU)project in Perryville on behalf of the Native Village of Perryville in three phases: e Phase 1 Conceptual Design Report (CDR) e Phase 2 Final Design e Phase 3 Construction The project will start with Phase 1.The CDR will include a review of the condition of the local power system and provide recommendations for the construction project scope with budget estimates.It will coordinate with energy projects by others.The CDR will be used as a basis for the follow on phases. The grant is intended to be amendable in the future to include Phases 2 and 3 when funding becomes available. Budget: The allocated budget is $130,000. Page 15 of 21 Perryville RPSU Grant Agreement #7110032 Appendix C Grantee Proposals/Scope of work,replace with the following: AEA will pursue a Rural Power System Upgrade (RPSU)project in Perryville on behalf of the Native Village of Perryville in three phases: e Phase 1 Conceptual Design Report (CDR) e Phase 2 Final Design and Permitting e Phase 3 Construction The project will start with Phase 1.The CDR will include a review of the condition of the local power system and provide recommendations for the construction project scope with construction budget estimates.It will coordinate with energy projects by others.The CDR will be used as a basis for the follow on phases 2 and 3. The grant amendment 1 adds the next Phase 2.It can commence once the CDR is finalized and the grantee provides a signed resolution supporting the project as it is described in the CDR.The design and permitting will proceed in close collaboration with the Native Village of Perryville. This grant is intended to be amendable in the future to include construction Phases 3. The tentative schedule for construction is the summer of 2016. Budget: The allocated budget is $630,000 Attachment #2,Grantee Certification Form,add the form provided below. All other terms and conditions remain unchanged. Page 4 of 6 Alaska Energy Authority -=ALASKAGrantAgreement@-ENERGY AUTHORITYAmendment Grant Agreement Number |CFDA#Amount of Funds AEA use only 7110027 NA $415,000 Managed&Pass-thru [J Project Code(s)Proposal No.Period of Performance: 350315 RP10127 From:October 1,2013 To:December 31,2017 Project Title Kake RPSU GRANTEE GRANTOR Name . Inside Passage Electric Cooperative Alaska Energy Authority Street/PO Box Street/PO Box P.O.Box 210149 813 W.Northern Lights Blvd. City/State/Zip City/State/Zip Auke Bay,AK 99821 Anchorage,AK 99503 Contact Person Contact Person Jodi Mitchell Karl Reiche,Project Manager Phone Fax Email:Phone Fax Email: 907-723-0364 |907-790-8517 |jmitchell@alaska.com 907-771-3017 |907-771-3044 |kreiche@aidea.org AMENDMENT 2 Update Scope. Increase the funding by $300,000 for a total budget of $415,000. AppendixB#1 Grant Funding Sources,replace with the following: 1.Grant Funding Sources This Grant is subject to appropriation and availability of funds as listed below: State of Alaska $115,000 SLA 2013,Ch.13,Sec.1,Pg.4,Ln.18-19 State of Alaska 300,000 SLA 2014,Ch.16,Sec.1,Pg.6,Ln.11-12 Total Funding $415,000 Grantee acknowledges that if additional grant funds are made available they are subject to the terms and conditions of this Agreement and any amendment. Grantee Authority Project Manager Executive DirectororDesignee Signature Date j Signature Date |Signature Date Jodi Mitchell,Karl Reiche,Sara Fisher-Goad SEO Project Manager AEA Executive Director Kake RPSU Grant Agreement #7110027 Appendix C Grantee Proposals/Scope of work,replace with the following: AEA will pursue a Rural Power System Upgrade (RPSU)in three phases:Ph1 Conceptual Design,Ph2 Final Design,and Ph3 Construction.Ph1 Conceptual Design has been completed.This grant is now being amended to include Ph2 Final Design.This grant is intended to be amendable in the future to include Ph3 Construction.Ph2 Final Design phase will provide a design which meets IPEC's requirements.Consultant deliverables will include plans and specifications suitable for construction. IPEC will select one of two sites as described in the Ph1 Conceptual Design Report.AEA intends to competitively bid the site work and powerhouse as a single package.AEA will perform the remaining mechanical and electrical work in-house as required to complete the project. Two AEA grants were executed and run concurrently,one with IPEC for RPSU and another with KTC for BFU.AEA has contracted with a single engineering firm (HDR)to complete a coordinated design. Milestone:Complete Ph2 Final Design drawings and specifications. All other terms and conditions remain unchanged. Page 2 of 2 Alaska Energy Authority Grant Agreement /&,ALASKA@:sCENERGY AUTHORITYAmendment Grant Agreement Number |CFDA#Amount of Funds AEAuseonly 7110027 NA $2,475,000 Managed Pass-thru (J Project Code(s)Proposal No.Period of Performance: 350315 RP10127 From:October 1,2013 To:December 31,2017 Project Title Kake RPSU GRANTEE GRANTOR Name . Inside Passage Electric Cooperative Alaska Energy Authority Street/PO Box Street/PO Box P.O.Box 210149 813 W.Northern Lights Blvd. City/State/Zip City/State/Zip Auke Bay,AK 99821 Anchorage,AK 99503 Contact Person Karl Reiche,Project Manager Contact Person Jodi Mitchell Email: kreiche@aidea.org Phone Fax 907-771-3017 |907-771-3044 Email: jmitchell@myipec.org Fax 907-790-8517 Phone 907-723-0364 AMENDMENT 4 Increase the funding b 2,000,000 for a total budget of $2,475,000. Appendix B #1 Grant Funding Sources,replace with the following: 1.Grant Funding Sources This Grant is subject to appropriation and availability of funds as listed below: State of Alaska $175,000 SLA 2013,Ch.16,Sec.1,Pg.4,Ln.18-19 State of Alaska 2,300,000 SLA 2014,Ch.18,Sec.1,Pg.6,Ln.11-12 Total Funding $2,475,000 Grantee acknowledges that if additional grant funds are made available they are subject to the terms and conditions of this Agreement and any amendment. Continued on next page ..Executive DirectorGranteeAuthorityProjectManagerorDesignee Signature Date |Signature Date |Signature Date Jodi Mitchell,Karl Reiche,Sara Fisher-Goad SEO Project Manager AEA Executive Director Kake RPSU Grant Agreement #7110027 Appendix C Grantee Proposals/Scope of work,replace with the following: AEA will pursue an RPSU in three phases,subject to availability of funding:Phase 1 Conceptual Design,Phase 2 Final Design,and Phase 3 Construction.AEA made a previous grant to the Inside Passage Electric Cooperative (IPEC)for Phase 1 Conceptual Design and Phase 2 Final Design.IPEC owns and operates the existing electric utility in Kake.This New Grant Request (Managed)is to IPEC for Phase 3 Construction. The RPSU will be constructed on IPEC property adjacent to the existing IPEC power house. This scope includes: e Construction of new power house module per a design by HDL. e Contracting with HDL for construction administration and quality control services. A separate pass-through grant will cover IPEC project costs. All other terms and conditions remain unchanged. Page 2 of 2 Alaska Energy Authority -ALASKAGrantAgreementcoSCENERGYAUTHORITYAmendment Grant Agreement Number |CFDA#Amount of Funds AEA use only 7110028 NA $200,000 Managedi_]_Pass-thru EB Project Code(s)Proposal No.Period of Performance: 350316 RP10128 From:September 1,2013 To:December 31,2015 Project Title Port Alsworth RPSU GRANTEE GRANTOR Name Alaska Energy AuthoritPortAlsworthImprovementCorporationy Street/PO Box Street/PO Box P.O.Box 9998 813 W.Northern Lights Blvd. City/State/Zip City/State/Zip Port Alsworth,AK 99653 Anchorage,AK 99503 Contact Person Contact Person Beth Hill Karl Reiche,Project Manager Phone Fax Email:Phone Fax Email: 907-781-2200 |907-781-2252 |beth4snow@gmail.com 907-771-3017 |907-771-3044 |kreiche@aidea.org AMENDMENT 1 Extend Period of Performance to December 31,2015. Continued on next page Grantee Authority Project Manager Executive DirectororDesignee Signature Date |Signature Date |Signature Date Glen Alsworth Jr.,Karl Reiche,Sara Fisher-Goad ?resident Project Manager AEA Executive Director Port Alsworth RPSU Grant Agreement #7110028 Appendix C Grantee Proposals/Scope of work,replace with the following: Port Alsworth Improvement Corporation will contract with a qualified design firm to provide conceptual and final design services for a new power plant in a building provided by others,heat recovery to the school and city facilities,fuel storage to supply the power plant and for heating. Phase |-Conceptual Design for power plant,heat recovery,and fuel storage Phase II -Final design and permitting for power plant,heat recovery,and fuel storage. Milestone /Schedule -Budget Phase |-Sept 1 2013 -Apr 30 2014 $50,000 Phase Il -May 1 2013 -Dec 31 2015 $150,000 All other terms and conditions remain unchanged. Page 2 of 2