Loading...
HomeMy WebLinkAboutBradley lake Hydro RFP 2013»5/22 (13 Construction Management/General Contractor (CM/GC)Term Agreement RFP AEA-09-016 DOWL HKM -Evaluation Summary - Total CRITERIA Bryan Cc Karl R Burke W Neat C.Rating WGT Score 1.Objectives &Services |4 4 3,A 11 10 110 2.Methods 5 "4 F 4+11 10 110 3.Management .4 4 4 4.12 10}.120 4.Proposed Project Staff 5 5 '2 2 12 30 360 5.Workload &Resources 2 '4 2 3 8 5 40 6.Past Performance -2 -4 5 a 11 20 220 7.Schedule Commitment 5 5 4 4.14 5 -70 8.Alaska Bidder/Offeror ;5x3x 15 10 150 Comments: 1180 HDR Alaska,Inc. Total CRITERIA Bryan C Karl R Burke W Nene C.Rating WGT Score 1.Objectives &Services 2 2 -4 @ 8 10 80 2.Methods 2 2 -5 2 9 10 90 3.Management 5 2 3]&10 10 100 4.Proposed Project Staff 3 2 4 5 9 30 270 5.Workload &Resources 5 5 4 4 14 5 70 6.Past Performance 4 2 4 >10 20 200 7.Schedule Commitment 3 2 3 ye 8 5 40 -8.Alaska Bidder/Offeror 5x3x 15 10 150 Comments: 1000 4 [v\Construction Management/General Contractor (CM/GC)Term Agreement RFP AEA-09-016 tM Consultants,Inc.;Evaluation Summary Total CRITERIA Bryan C Karl R Burke W NI race C.Rating WGT Score 1.Objectives &Services 5 5 5|5 15 10 150 2.Methods 4 5 44 5 13 10 130 3.Management -3 5 5|3 13 10 130 4.Proposed Project Staff 2 (4 5 4 11 30 330 5.Workload &Resources 3 3)33 5x 9 5 45 6.Past Performance 3 -§3 3 11 20 220 7.Schedule Commitment 2 3 2 a 7 5 35 8.Alaska Bidder/Offeror 5x3x 15 10 150 Comments: 1190 US 'RS Energy &Construction,Inc. Total CRITERIA Bryanc |Karin |Burkew |Nii c.Rating |WGT Score 1.Objectives &Services 3 3 2 A 8 10 80 2.Methods 3 3 3 i)9 10 90 3.Management 2 3 2 2 7 10 70 4.Proposed Project Staff 4 3 3 a 10 30 300 5.Workload &Resources 4 -2 5 2 11 5 55 6.Past Performance 5 3 2 &10 20 200 7.Schedule Commitment 4 4 5 S 13 5 65 8.Alaska Bidder/Offeror 5x3x 15 10 150 Comments:1010 s/ze@ 113 Construction Management/General Contractor (CM/GC)Term Agreement RFP AEA-09-016 DOWL HKM Evaluation Summary Total CRITERIA Bryan C Karl R Burke W Rating WGT Score 1.Objectives &Services 4 4 3 11 10 110 2.Methods 5 "4 .2 11 10 110 3.Management 4 4 4 12 10 120 4.Proposed Project Staff 5 5 :2 12 30 360 5.Workload &Resources 2 *4 2 g 5 40 6.Past Performance 7 2 -4 5 11 20 220 7.Schedule Commitment 5 5 4 14 5 70 8.Alaska Bidder/Offeror 5x3x 15 10 150 Comments: 1180 HDR Alaska,Inc. Total CRITERIA Bryan C Karl R Burke W Rating WGT Score 1.Objectives &Services 2 2 -4 8 10 80 2.Methods 2 2 -5 9 10 90 3.Management 5 2 3 10 10 100 4.Proposed Project Staff 3 2 4 9 30 270 5.Workload &Resources 5 S 4 14 5 70 6.Past Performance 4 2 4 10 20 200 7.Schedule Commitment 3 2 3 8 5 40 8.Alaska Bidder/Offeror 5x3x 15 10 150 Comments: 1000 R&M Consultants,Inc. Construction Management/General Contractor (CM/GC)Term Agreement RFP AEA-09-016 Evaluation Summary Total CRITERIA Bryan Cc Karl R Burke W Rating WGT Score 1.Objectives &Services 5 5 15 10 150 2.Methods 5 4 13 10 130 3.Management -3 5 5 13 10 130 4.Proposed Project Staff 2 (4 5 11 30 330 5.Workload &Resources 3 3 3 9 5 45 6.Past Performance 3 -5 3 11 20 220 7.Schedule Commitment 2 3 2 7 5 35 8.Alaska Bidder/Offeror 5x3x 15 10 150 Comments: 1190 URS Energy &Construction,Inc. Total CRITERIA Bryan Karl R Burke W Rating WGT Score 1.Objectives &Services 3 3 2 8 10 80 2.Methods 3 3 3 9 10 90 3.Management 2 3 2 7 10 70 4.Proposed Project Staff 4 3 3 10 30 300 5.Workload &Resources 4 -2 5 11 5 55 6.Past Performance 5 3 2 10 20 200 7.Schedule Commitment 4 4 5 13 5 65 8.Alaska Bidder/Offeror 5x3x 15 10 150 Comments:1010 Bradley Lake Hydroelectric Project Engineering Term Agreement RFP 2013-094 Provide your completed Rating Sheet to the Proc Evaluator Rating Sheet Evaluator Name/Signature karl [Corb Zsurement Manager A Date BEFORE2 pmFriday,May 24. sfeths v3) £ .ao .Oo oa o £S|af;Ss Cc I &fe)oo3xoOLu£[ed =AcOQ03roCRITERIAWGTaxxe}30 1.Objectives &Services 101 2.ny 3 2.Methods 10|of a Ss 3 3.Management -_10 Cf}2 )3 4.Proposed Project Staff -30|5S 2 +3 5.Workload &Resources 5|4 5 3 2 6.Past Performance _20 Cf 2 i)3 7.Schedule Commitment _ 5 2 4 + 8.Alaska Bidder/Offeror Preference 10 "5"=Best Response from all Offerors;"4”to "1”= Responsive;"0”=Non-Responsive. Progressively Less Comments:(If additional space is needed,please continue on back of form.)WO)O<a Bradley Lake Hydroelectric Project Engineering Term Agreement RFP 2013-094 Evaluator Rating Sheet Provide your completed Rating Sheet to the Procurement Manager BEFORE 2 pm Friday,May 24./<.{e DetesEvaluatorName/Signature Date oO £ :wo .3)=9 £8 Ps]= =g 2 BSxocoo<I &fe)cSS<<Oo Ww =a =AcOQaoFeoCRITERIAWGTQ=w 50 1.Objectives &Services >2 |&|2 |5 32.Methods --- 10]ot 2 S 4 3.Management -Ss Va >2 rs 2 |>_--4.Proposed Project Staff "N)an?.2.Ss ce tr 3(30 as y 5.Workload &Resources -|7,@)=e 5 Ss .|4 1 5 [Ee 1 ze |- 6.Past Performance BLO eA (E-(2 kved pu Zz 9:27.Schedule Commitment are s 5 2 |S |4 8.Alaska Bidder/Offeror ; Preference Svat 10 Ms L _ [de evlcer OL Yeo 1B "3"=Best Response from all Offerors;"4”to "1”=Progressively Less Responsive;"0”=Non-Responsive.se>Comments:(If additional space is needed,please continue on back of form.) (&"at Pec La,OWL SULA Crety KirHlolteseed iCiefeantheboltNot Geta 6 ai LAt Yisec Wyle Bey mc Eldvte ige"%& é,r\vVynew xK 2 QOL C ov,tafDacca Ta Zimine iene Grade 4 xDDe Ai7Qayaan,sbieek (Cord.ror )Fe vit?Fomile (wA) Saute cLsternakon CrovilleReet(poe? SuwhA Hog tulusey jeotaly [e+e Credle,C lesees,) 7e fot ut OL predou Bradley Lake Hydroelectric Project Engineering Term Agreement RFP 2013-094 Evaluator Rating Sheet Provide your completed Rating Sheet to the Procurement ManagerBEFORE 2 pm Friday,May 24.Evaluator Name/Signature NkWU,%Date 06 (24/2016 3) £ eg]E]gk S g a|BSxra626_=O Lu 2sa=ne CRITERIA WGT ie c Fd =8 1.Objectives &Services 10}4 G S 2 2.Methods o ti [alts |?3.Management 10 A 5 3 o 4.Proposed Project Staff 30|S 4 2 5.Workload &Resources |>|4 |5 [26.Past Performance le 20|4 a 2 5 7.Schedule Commitment |4 |2 2 7) 8.Alaska Bidder/Offeror Preference 10 3 ne A 5 "5"=Best Response from all Offerors;"4”to "1”=Progressively LessResponsive;"0”=Non-Responsive. Comments:(If additional space is needed,please continue on back of form.) F TO: M MEMORANDUM Alaska Energy Authority Evaluation Committee DATE:5/21/13 1.Chairperson:Michele Hope 2.Bryan Carey 3.Karl Reiche TELEPHONE NO:771-3036 4.Burke Wick,Chugach Electric ichele Hope SUBJECT:Evaluation of Proposals Procurement Manager Rating &Scoring Instructions Bradley Lake Hydroelectric Project Engineering Term Agreement RFP No:2013-094 Attached are copies of:1)Evaluator Rating Sheet,2)Evaluator Instructions,3)The RFP Package as issued plus two (2)addenda;and,4)the proposals received from each of the following four (4)Offerors: *DOWL HKM *HDR Alaska,Inc. *R&M Consultants,Inc. *URS Energy &Construction,Inc. Preview each proposal to gain an overview of what they all contain.If there appears to be a potential conflict of interest in performing the evaluation duties,immediately bring this to the attention of the Committee Chairperson.Evaluators are reminded that the identity of the Evaluation Committee is confidential;additionally,Committee members are instructed not to discuss or divulge the contents of the submitted proposals with anyone prior to the committee meeting,all information related to the Evaluation Committee's activities shall be kept confidential until after the Intent to Award is issued. Please closely review the Instructions and telephone me (#771-3036)with any questions you may have.Especially note the requirements for ratings of "5". FAX (#771-3044)or deliver a copy of your completed Evaluation Rating Sheet to me before 2:00 pm,Friday,May 24.A committee meeting to discuss your evaluations is scheduled for 1:30 pm,Tuesday,May 228 in the Willow Conference Room. xc: evi-memo (April 2012)Memo to Evaluators EVALUATION INSTRUCTIONS FOR COMMITTEE 1.Do not wait until the last day before the Committee meeting to do your evaluations.Selection of the best Offeror is important to the Agency,the Offeror,and the credibility of the process.It demands your reasonable effort. 2.Review the RFP Package and any addenda.Before evaluating proposals,read pages 1,2 and 3 of PART C (Section t,Technical Proposal).Note any revised or non- standard criteria that are weighted more than zero.Ensure you have an understanding of what responses must contain and any issues they must address. 3.There shall be no discussion of proposals among Evaluators prior to the Evaluation Committee Meeting.If questions arise during your evaluation,consult with your Procurement Manager,who will resolve them and inform the other Evaluators of the issues as may be appropriate. 4.Do NOT contact any references until after the committee meeting to discuss proposals and then only if necessary regarding the top scored Offeror(s). 5.Preview each proposal to gain an overview of what they all contain.If there appears to be a potential conflict of interest in performing the evaluation duties,immediately bring this to the attention of the Committee Chairperson. 6.Copies of the offerors'proposals have been given to you as work copies.You are encouraged to mark comments on them or separate sheets regarding good or poor points of Offerors'responses.Remember to be professional in the language you use.No individual,formal statement of your evaluation will be required;however, such notes will remind you of the issues when the Committee discusses the proposals and also if you are called upon to discuss your evaluation with specific Offerors after the evaluation process is completed.These copies should be maintained by you until about a month following contract award -or resolution of any award protest -then they should be destroyed. 7.Read and evaluate all of the Offeror's responses to a single criterion;then proceed to another criterion until all are evaluated.Preferably you should rotate the order of Offerors when evaluating each criterion.Focus on what the text of each criterion description calls for,not just the title.Evaluate each response only for its applicability to the specific criterion for which it is given. ins-comm (April 2012)Instructions for Evaluation Committee 8.Base your ratings on what you read -not on any personal knowledge you may have concerning an Offeror.At this phase of the evaluation process, experience and other credentials described in proposals should be considered authentic.Any questions regarding the authenticity of statements in proposals,the relevance of referenced projects,how well they were accomplished,and your independent knowledge should be addressed when the committee meets to discuss the proposals. 9.EVALUATOR RATING SHEET *Do not factor,average,assign point values, rate,or score proposals in any manner different than that explained below (except as may be clearly described in the RFP Package). *Enter signature and date where indicated (plus other information if not already done). *Rate your evaluation of each response to Criteria #1-8 and enter those ratings in the applicable blocks on the Evaluator Rating Sheet.Use the full range of ratings ("O"and "1 -5")for each criterion which are scored by individual evaluators.Consider each criterion as if it were the only criterion for selection.For each criterion, you shall rate only one Offeror's response "5"which means it is the best response -even if all responses to the criterion are of lesser quality than expected.(Any inadequacies should be addressed during contract negotiations.)Other Offeror's responses should be rated (ranked)in descending order of 4,3,2,1.If acriterionresponse'clearly misses the intentoFOtherwisefailstoadequatelyaddressthecriterion,it should be rated "0".Of course,identical ratings of less than "5"will occur when the number of Offerors exceed five. Ratings are relative.Your responsibility is to distinguish among responses to each criterion.Thus if there are only five Offerors,all or several Offerors should generally not receive the same rating for a criterion,e.g."3",even if it may be difficult to make such decisions. 10.Provide copies of your completed Rating Sheets to the Committee Chairperson prior to the Committee Meeting. Page 1 of 1 Request for Proposal (RFP)from Alaska Industrial Development &ExportAIDENssseNaskaIndustrielDevelopment813WestNorthernLightsBlvd.TX and Export Authority Anchorage,Alaska 99503 Addendum Number 2 DATE ISSUED:May 15,2013 RFP #2013-094 Bradley Lake Hydroelectric Project Engineering Term Agreement Submittal deadline is not changed. The following clarification is made to the Request for Proposals (RFP). 1.Question:Section 3.Management refers to the need to have individuals in "responsible charge”have a Alaska professional registration.Section 4.Staff lists a variety of functions that the proposal should address. For Hydroelectric Engineering,what engineering registration are you looking for? Answer:There is no Professional Engineering registration in Alaska for Hydroelectric Engineering.A Hydroelectric Engineer can be a registered Civil or Mechanical Engineer; basically,a registered engineer with substantial experience with the construction, operation,and understanding of hydropower projects. ya - END OF ADDENDUM Acknowledgment of this Addendum is required with your submission. Please direct all questions in writing to Michele Hope at mhope@aidea.org. We appreciate your participation in this solicitation. Michele Hope, Procurement Officer Alaska Industrial Development &Export Authority sfc Request for Proposal (RFP)from Alaska Industrial Development &ExportA|.Dp.Authority i,mask lndusial Development 813 West Northern Lights Blvd."Land Export Authority Anchorage,Alaska 99503 Addendum Number 1 DATE ISSUED:May 7,2013 RFP #2013-094 Bradley Lake Hydroelectric Project Engineering Term Agreement Submittal deadline is not changed. The following changes and clarifications are made to the Request for Proposals (RFP). 1.Reference the Request for Proposal,Table of Contents:Form 25A270 Part D ProposalFormCertificationofEligibility(Ethics Act): e The referenced form was inadvertently omitted from the Request for Proposals. Find attached form (Attachment 1)as part of this Addendum. 2.Reference the Request for Proposal,Table of Contents:Remove reference to Form PSA DBE 25-A-325C DBE Utilization Report. 3.Reference the Request for Proposal,Table of Contents:Form 25A257 Pre-Audit Statement: e The referenced form was inadvertently omitted from the Request for Proposals. Find attached form (Attachment 2)as part of this Addendum. END OF ADDENDUM Acknowledgment of this Addendum is required with your submission. Please direct all questions in writing to Michele Hope at mhope@aidea.org. We appreciate your participation in this solicitation. Michele Hope, Procurement Officer Alaska Industrial Development &Export Authority Attachments:1:Form 25A270 Part D Proposal Form Certification of Eligibility (Ethics Act) 2:Form 25A257 Pre-Audit Statement AIDEN.Alaska Industrial Development &Export Authority PART .enn ere Omnaa'"REQUEST FOR PROPOSALS PACKAGE (Procurement per Article 3 of AS 36.30) TABLE OF CONTENTS Form 25A270,Part A-Request for Proposals (RFP)Proposed Statement of Services Part B -Submittal Checklist Part C -Evaluation Criteria Part D -Proposal Form Certification of Eligibility (Ethics Act) Form PSA DBE 25A-325C,DBE Utilization Report Form 25A257,Pre-Audit Statement Form 25A269,Indemnification &Insurance Other: ISSUING OFFICE Agency Contact &Phone No............:Michele Hope,907-771-3036 Project Title &Contract Description..........: Contracting Agency ...........0 :_Alaska Development and Export Authority PROJECT RFP NUMBER..............:.c:sceceeeesesseeeereees :2013-094 Project Site (City,Village,etc.)..............:Bradley Lake Bradley Lake Hydroelectric Project Engineering Term Agreement The Agency intends to award two (2)Term Agreements,a Primary and Secondary,for Bradley Lake Engineering services. The Consultants shall perform facility inspection,Federal Energy Regulatory Commission (FERC)licensing or regulatorytechnicalassistance,engineering design services,safety inspections,training of project personnel on license or regulatory compliance,and annual document preparation. SCHEDULE &PAYMENT Anticipated period for performance-Begin/End:July 1,2013 to June 30,2015 with the option for three additional one- year extensions (June,2018) Estimated amount of proposed contract: []less than $100,000 [J $250,000 to $500,000 Proposed Method(s)of Payment: [|Fixed Price Plus Expenses (FPPE) [1 $100,000 to $150,000 (C1 $500,000 to $1,000,000 'a Firm Fixed Price (FFP) SUBMITTAL DEADLINE AND LOCATION OFFERORS ARE RESPONSIBLE TO ASSURE DELIVERY PRIOR TO DEADLINE (2 AAC 12.250). ONLY PROPOSALS RECEIVED PRIOR TO THE FOLLOWING DATE AND TIME WILL BE OPENED. DATE:May 16,2013 PREVAILING TIME:4:00 PM HAND DELIVER ONLY DIRECTLY TO FOLLOWING LOCATION (and Alaska Energy Authority []$150,000 to $250,000XX)$1,000,000 or greater Cost Plus Fixed Fee (CPFF) Other:Determined per individual NTPs erson,if named): Michele Hope 813 W.Northern Lights Blvd. Anchorage,AK 99503 (When submitting proposals,please make sure to identify the project title and the RFP number on the outer envelope of theSubmittalpackage}...etnIMPORTANTNOTICE:If you downloaded this solicitation from the State's Website,you must register with the Authority to be placed on the planholders list and to receive subsequent addenda.Failure to register may adversely affect your proposal.It is the Offeror's responsibility to insure that he has received all addenda affecting this RFP.To be registered,call 907-771-3000 or fax 907-771-3044 and provide the project name &number,company name &contact person,address,phone number &fax number. rfp-a (April 2012)DOT&PF Form 25A270 Part A-RFP Page 1 of4 PART SELECTION PROCEDURE A 1.Competitive Sealed Proposals will be evaluated by a committee (2 AAC 12,Article 4).Evaluation of responses to criteria set forth in Part C results in a numerical score for each proposal.Each criterion in Part C has an assigned weight for this RFP which demonstrates its relative importance.The total of all weights is 100 (100%).Each one-percent weightequatestoarangeof0-5 points per Evaluator.The maximum points (score)obtainable for any proposal is equal to the product of 500 multiplied by the number of Evaluators. 2.Scoring of proposals will be accomplished as follows: 2.1.Each Evaluator will individually read and rate each Offeror's response to each criterion described in Part C - Section |-Technical Proposal.Ratings will be based solely on contents of proposal and in compliance with the Contracting Agency's standard Instructions for Evaluation Committee.Except as may be stated within any criterion description in Part C,a rating of "5"=Best Response from all Offerors;"4”to "1”=Progressively Less Responsive; "0”=Non-Responsive.Ratings are multiplied by the assigned weights for each criterion to obtain criteria scores. 2.2 After completion of individual ratings in Part C,Section 1,Technical Proposal,the Evaluation Committee will meet to discuss proposals.Evaluators may then alter their ratings;however,any changes shall be based solely on the criteria set forth in Part C. 2.2 After scoring Part C -Section |-Technical Proposal,criteria scores for Part C -Section Il -Preferences,and Section tl -Price (if applicable),will be calculated based on criteria descriptions. 2.4 The total score for each Offeror will be obtained by summing the scores determined for each criterion in Sections I,Il and Ill of Part C.The order of ranking for negotiations shall be as follows:highest scored Offeror will be ranked first,next highest scored second,and etcetera. 3.Evaluators may discuss factual knowledge of,and may investigate Offerors'and proposed Subcontractors'priorworkexperienceandperformance,including projects referenced in proposal,available written evaluations,etcetera,and may contact listed references or other persons knowledgeable of a Contractor's and/or a Subcontractor's past performance.Factors such as overall experience relative to the proposed contract,quality of work,control of cost,andabilitytomeetschedulesmaybeaddressed.If any issues of significant concern to the proposed contract are discovered, the Committee may: 3.1.Provide written recommendations for consideration during contract negotiations; 3.2 Conduct discussions in accordance with paragraph 4,below. 4.The Committee may decide to conduct discussions (or "interviews")with responsible Offerors whose proposals are determined to be reasonably susceptible of being selected for award for the purpose of clarification to assure full understanding of,and responsiveness to,the solicitation requirements (AS 36.30.240 &2 AAC 12.290).Offerors selected by the Committee for discussions may be permitted to submit Best and Final Offers (BAFO)for final CommitteeEvaluation.After discussions and any BAFO's,Evaluators will determine the final scoring and ranking for contract negotiations by evaluating written and oral responses using only the criteria set forth in Part C of this RFP (2 AAC 12.260(b)). 5.All Offerors will be advised of the Offeror selected for negotiation and,after completion of negotiations,a Notice of Intent to Award will be provided to all Offerors.If contract negotiations are unsuccessful with Offeror(s)selected for negotiation,the Contracting Agency may either cancel the solicitation or negotiate with other Offerors in the order of ranking. fp-a (April 2012)DOT&PF Form 25A270 Part A-RFP Page 2 of 4 PART NOTICES 4.The Contracting Agency is an equal opportunity employer.A 2.Copies of contract documents are available for review at the Contracting Agency's office.Offerors located outside the general vicinity of the Contracting Agency's office may telephone the Agency Contact identified on page one of this Part A for a discussion of such items. General Conditions of the Professional Services Agreement are contained in the Small Procurement Standard Provisions Booklet,which is located on the Department's WEB site.To view or download the booklet,follow these steps: A.log on to the web page at www.dot.state.ak.us B.select Procurement C.select Professional Services,Construction Related D.select Small Procurement Standard Provisions Booklet The General Conditions are the same for both Competitive Sealed Proposals and Small Procurements. 3.Offerors are specifically advised that a contract shall not be in effect until a written agreement is executed by anauthorizedagentoftheContractingAgency.The Contracting Agency shall not be liable for any cost incurred by anOfferorinresponsetothissolicitation,including any work done,even in good faith,prior to execution of a contract and issuance of a Notice to Proceed. 4.The Contracting Agency expressly reserves the right to waive minor informalities,negotiate changes or reject anyandallproposalsandtonotawardtheproposedcontract,if in its best interest."Minor Informalities"means matters of form rather than substance which are evident from the submittal,or are insignificant matters that have a negligible effect on price,quantity,quality,delivery,or contractual conditions and can be waived or corrected without prejudice to other Offerors (2 AAC 12.990). 5.All proposals shall be open for public inspection (AS 36.30.230)after a Notice of Intent to Award is issued.Offerors should not include proprietary information in proposals if such information should not be disclosed to the public.Anylanguagewithinasubmittalpurportingtorenderallorportionsofaproposalconfidentialwillbedisregarded.ProprietaryinformationwhichmaybeprovidedafterselectionforcontractnegotiationswillbeconfidentialifexpresslyagreedtobytheContractingAgency(AS 36.30.230). 6.Substitution for any personnel named in a proposal may result in termination of negotiations. 7.If it is discovered that a selected Offeror is in arrears on taxes due the State of Alaska,a contract may not be awarded until the Alaska Department of Revenue approves the payment provisions for the contract. 8. Offerors and proposed subcontractors shall be in compliance with the statutory requirements for Alaska business licensing and professional registrations included in the certification statement on Page 2 of Part D in this RFP package.Non-compliance shall result in rejection of proposal. 9.PRICE COMPETITION:Price cannot be an Evaluation Criterion in accordance with Article 3 of AS 36.30 for services that must be performed only by Architects,Engineers or Land Surveyors (A/E or LS)licensed in the State of Alaska,UNLESS the provisions of AS 36.30.270(d)apply;i.e.,unless the services required are repetitious in nature,and the nature and amount of services required are thoroughly defined by measurable and objective standards to reasonablyenablefirmsorpersonsmakingproposalstocompetewithaclearunderstandingandinterpretationoftheservices required.If price is a factor,a majority of the evaluation committee must be registered in Alaska to perform architectural, engineering,or land surveying services. 9.1 If the services performed do not require an A/E or LS,then all Offerors including any A/E or LS must provide Price Proposals in accordance with AS 36.30.270(b)and 2 AAC 12.260(c). 9.2 Price (or any estimate of labor hours)cannot be an Evaluation Criterion for contracts that will receive federalfunding(FHWA and FAA)per 49 CFR 18.36(t),AC 150/5100-14D.For FAA exceptions:see AC 150/5100/14D,para 2- A(c). 10.An audit of the selected Offerors'and proposed Subcontractors'cost accounting systems and business records mayberequiredtoascertainifsystemsareadequateforsegregatingcontractcosts;to establish a maximum allowable IndirectCostRatefortheAgency's negotiator;and to investigate the accuracy of proposed labor rates and unit prices.In order rfp-a (April 2012)DOT&PF Form 25A270 Part A-RFP Page 3 of 4 PART not to unduly delay contract negotiation or award,be prepared to submit Pre-Audit Statement,DOT&PF Form 25A257 immediately for your firm and any subcontract which may exceed $250,000.For contract amounts less than $250,000,the Contracting Agency may require the Offeror and proposed Subcontractor to submit the Pre-Audit Statement if deemed necessary to determine allowable costs under Title 23 CFR requirements.If selected for negotiation,failure to submit properly completed Pre-Audit Statement(s)in a timely manner may disqualify an Offeror from further consideration.Information from Pre-Audit Statements and any Audit conducted for the Contracting Agency is considered proprietary and will be confidential. 11.Standard insurance provisions for Worker's Compensation,General and Automobile Liability,and Professional Liability are contained in DOT&PF Form 25A269,Indemnification and Insurance.Coverages may be modified under very limited circumstances.Offeror should not assume any modification of coverages. 12.Professional Liability Insurance for the proposed contract:L)isnot required {is required as shown on DOT&PF Form 25A269. 13.The proposedcontract []will [) willnot bea Federally Assisted Program of the U.S.Department of Transportation.If it will be an assisted program,then the Offeror shall insert the following notification in all subcontract solicitations for bids or proposals pertinent to this RFP: "In accordance with Title VI of the Civil Rights Act of 1964,78 Stat.252,42 U.S.C.2000d to 2000d-4 and Title 49,CFR, U.S.Department of Transportation (U.S.DOT),Subtitle A,Office of the Secretary,Part 21,Nondiscrimination in Federally-assisted programs of the U.S.DOT issued pursuant to such Act,in any Subcontract entered into pursuant to this RFP,Disadvantaged Business Enterprise firms will be afforded full opportunity to submit bids or proposals and willnotbediscriminatedagainstonthegroundsofrace,color,sex,or national origin,in consideration for an award. 14.Pre-proposal Conference:X None []As follows: 15.Special Notices: 15.1.Per Alaska Statute (AS)36.30.210(e):An Alaska Business License is required of Contractors who do business in Alaska and is a prerequisite to Proposal.Offerors should be aware of this requirement and are advised that proof of application for an Alaska Business License will satisfy this requirement.Information regarding applying for an Alaska Business License can be found on-line at http:/www.dced_state.ak.us/occ/home_bus_licensing.html or by calling1-907-465-2550.The business license must be in the name of the company under which the proposal is submitted.This is a requirement regardless of funding source.If an Offeror fails to comply with this requirement,their proposal will be rejected as non-responsive. 15.2 The Contracting Agency makes no warranty nor implies that all project phases will be funded for detailed design or construction.Should project phases be funded,the Contracting Agency reserves the right to accomplish any oralloftheworkthroughmeansotherthanthisagreement,including the use of in-house forces. 15.3.The Agency intends to award a primary and secondary term agreement.The Primary agreement will have lan initial authorized amount of $250,000 for the first two years,and the ability to increase or decrease funds each yearlasrequiredduringthepotentialfive-year term.The Secondary agreement will have an initial authorized amount of $1000,000 for the first two years,and the ability to increase or decrease funds each year as required during the potentialfive-year term.The amount of funding increase (or the decrease of funds)will be determined based on the anticipatedprojectworkload.The combined funds for both contracts are not anticipated to exceed $1,000,000 for the potential five- year term. 15.4 The Agency reserves the right to extend for three additional one (1)year periods.In addition,the Contracting Officer may authorize an extension of additional years to complete any work issued during the contract period of performance.The final extension(s)will be to finish existing NTP's only. 15.5 The Agency no way implies or warrants that any potential projects eligible for accomplishment under this agreement will be funded.If any of the projects are funded,the State reserves the right to accomplish any or all of theworkbyothermeansthanwiththesetermagreements,including the use of in-house forces. rfp-a (April 2012)DOT&PF Form 25A270 Part A-RFP Page 4 of 4 Offeror may use left margin to check off items when completed. PART SUBMITTAL CHECKLIST B Prime Contractor shall have a current Alaska Business License on date of submittal,reference item 1,page 2,Part D. [] rfp-b 1.Offerors must carefully review this RFP Package for defects and questionable material and become familiar with submittal requirements.Submit written comments to the address shown under "Submittal Deadline and Location"on page 1 of Part A -RFP.Substantive issues will be addressed in a written addendum to all RFP recipients on record.Failure to comply with directions may result in lower score and may eliminate a submittal from consideration.Protests based upon any omission,error or content of this solicitation may be disallowed at the discretion of the Contracting Agency if the protest is not received in writing at least ten Agency work days prior to the Submittal Deadline (2 AAC 12.565). 2.Review Part A-RFP and the proposed Statement of Services and any other attached or referenced materials. If no Statement of Services is attached,telephone the Agency contact person identified on page 1 of Part A. 3.Review Part C -Evaluation Criteria.Read each criterion in light of the proposed Statement of Services.Note any project specific criteria which may have been added or any changes to standard criteria descriptions which mayhavebeenmade.Be aware of the assigned weight for each criterion.If a weight is not entered for any criterion on Part C,notify the Agency contact person.Plan your proposal to address the applicable criteria.Criteria Responses shall not exceed the number of pages stated below. 4.Prepare a distinct Response for each criterion.Failure to respond directly to any criteria will result in an evaluation score of zero for that criteria.Acceptable Responses must be specific and directly related to theContractingAgency's proposed Statement of Services.Marketing brochures,federal standard forms 254 and 255, marketing resumes,and other non-project specific materials will be discarded without evaluation and should not be submitted. 5.Each criterion Response must be titled,numbered and assembled in the order in which the criteria are listed in Part C,so the criterion to which information applies shall be plainly evident.Material not so identified or assembled may be discarded without evaluation. 6.Price CT is J isnot an evaluation criterion for the proposed contract. If Price is a Criterion,prepare Billing Rates and/or Price Proposals as described in Criteria #12 and/or #13. 7.Complete all entries on Part D -Proposal Form.Note the statutory requirements for Alaska business licenses and professional registrations and be sure to sign and date the Certification.Copies of licenses and registrations may be provided with submittal,and will not count in the requirements of #8 below. 8.Attach Criteria Responses (except any Billing Rates or Price Proposals)to Part D -Proposal Form.The maximum number of attached pages (each printed side equals one page)for Criteria Responses shall not exceed:Twelve (12).Attached page limit does not include the four-page Part D -Proposal Form. Criteria Responses shall be presented in 8-1/2”X 11”format,except for a minimal number of larger sheets (e.g.11"x 17")that may be used (e.g.for schedules)if they are folded to 8-1/2"X 11"size.Large sheets will count as multiple pages at 93.5 square inches or fraction thereof per page. CAUTION:Criteria Responses which do not comply with the required page limit or presentation size,may result in disqualification.Further,small print or typeface that is difficult to read may negatively influence evaluation of your submittal and affect scoring for "Quality of Proposal." CHECKLIST IS CONTINUED NEXT PAGE (April 2012)DOT&PF Form 25A270 RFP Part B -Submittal Checklist Page 1 of 2 [] rfp-b PART 9.Not used. 10.Parts A,B and C of Form 25A270 and the proposed Statement of Services shall not be returned to theContractingAgency.Submittals shall consist of the following applicable items assembled as follows and in the order listed: 10.1 Completed Part D -Proposal Form (generally at least one copy with original signature)and Responses to all evaluation criteria attached.Each copy shall be fastened with one staple in the upper left corner.No other form of binding shall be used and no cover and no transmittal letter will be included.CAUTION:Failure to comply with this instruction will negatively influence evaluation of Submittal. 10.2 Number of copies of Part D (all pages)and Criteria Responses required is:Five (5) 10.3 Not used. 10.4 Not used. 10.5 If tem 9,above,is completed for this RFP Package,any submittal items described therein.Uniess otherwise stated,one copy only,bound appropriately. 10.6 Pre-Audit Statement,DOT&PF Form 25A257,shall not be provided with Submittal.(See Notice #1 3 of Part A-RFP.) (ice #10 on page 10.7 CAUTION:If you replicate (other than by photocopy)Part D or any form in lieu of completing the forms provided by the Contracting Agency,provide a signed certification that lists such forms and attests that they are exact replicas of that issued by the Contracting Agency.Changed forms may result in rejection at the Contracting Agency's discretion.Any alteration -other than completion of the required entries -may be cause for rejection without recourse. 11.Deliver submittals in one sealed package to the location and before the submittal deadline cited in Part A - RFP.Mark the outside of the package to identify the Project and the Offeror.Proposals must be received prior to the specified date and time.Late proposals will not be opened (2 AAC 12.250). (April 2012)DOT&PF Form 25A270 RFP Part B -Submittal Checklist Page 2 of 2 PART EVALUATION CRITERIA CIfaweightisnotindicatedforanycriterion,telephone the Agency Contact person identified at the top of page 1 of Part A-RFP. SECTION I -TECHNICAL PROPOSAL 1.Objectives and Services 1.Weight:10 Response must demonstrate your comprehension of the objectives and services for the proposed contract.Do not merely duplicate the Statement of Services provided with this RFP.Also,consider if Statement of Services is sufficientlyexplicit;are expressed or implied schedules attainable/economically feasible;etcetera?Explain.Define anyassumptionsmadeinformulatingCriteriaResponse.If design services for a construction project are included,express any opinions regarding alternative design considerations that could impact construction costs. 2.Methods 2.Weight:10 Response must outline the methods for accomplishing the proposed contract or,if methodology is contained in the proposed Statement of Services,address its adequacy.Describe what,when,where,how,and in what sequence the work will be done.Address how proximity to the Project site,particular geographic familiarity,experience,and capabilities of your firms (Offeror and Proposed Subcontractors)and Project Staff might specifically contribute to the proposed methods.Identify the amount and type of work to be performed by any Subcontractors.Consider how each task may becarriedout;what services or interaction required from/with the Contracting Agency;etcetera.Suggest alternatives,ifappropriate.Identify any distinct and substantive qualifications for undertaking the proposed contract such as the availability of specialized equipment or unique approaches or concepts relevant to the required services which the firms may use. 3.Management 3.Weight:10 Response must describe the administrative and operational structures that will be used for performing the proposed contract.For example consider:who will have overall responsibility for the contract?Who will have direct responsibilityforspecificdisciplines?What will the lines of authority be?For any individual who would be in "responsible-charge"(reference AS 08.48)as an Architect or Chemical,Civil (including Structural),Electrical,Mechanical,Mining or Petroleum Engineer,or Land Surveyor,so state and list his/her Alaska professional registration number.A graphic depiction is preferred in your response to this criterion.Additionally,the Contracting Agency may want to inspect work products in progress and have a close ongoing working relationship with your Project Staff.Accordingly,your response should also identify where the various contract services will be performed,in proximity to the Contracting Agency's office,and how communications will be maintained between your Project Staff,the Contracting Agency,and (as applicable)any other government agencies or the public. 4.Proposed Project Staff 4.Weight:30 Response must name the individuals to perform the following FUNCTIONS plus any other professional/technical functions ou deem essential to perform the services: 1.Contract Management (contract compliance) 2.Project Management (single point-of-contact directly engaged in contract performance) 3.Civil Engineering 4.Mechanical Engineering 8.Land Surveying 5.Geotechnical Engineering 9.Cost Estimating 6.Hydroelectric Engineering 10.Land Title Search 7.Hydrology 11.FERC licensing &Safety Expert All personnel acting in responsible charge for all Architectural,Engineering and Land Surveying functions require an Alaska Registration and must be identified in your proposal. Continued on Next Page rfp-c (April 2012)DOT&PF Form 25A270 RFP Part C -Evaluation Criteria Page 1 of 3 SHO PART C Describe the work to be performed by the individuals you name to perform essential functions and detail their specificqualificationsandsubstantiveexperiencedirectlyrelatedtotheproposedcontract.A response prepared specificallyforthisproposalisrequired.Marketing resumes often include non-relevant information which may detract from the evaluation of proposal.Lists of projects are not useful.Focus on individual's specific duties and responsibilities and how project experience is relevant to the proposed contract. For each person named,identify their:employer,professional discipline or job classification and state of residency.Listatleast3professionalreferences(contact persons and telephone numbers)for each person. 5.Workload and Resources 5.Weight:5 Response must:(1)discuss both current and potential time commitments of your proposed Project Staff to all clients;(2)discuss the projected workload of each firm (Offeror and Proposed Subcontractors)for all clients;and (3)demonstrateadequatesupportpersonnel,facilities and other resources to provide the services required.Provide a list of currentcontractswiththeContractingAgencyinwhichyourproposedProjectStaffareparticipating.Include all contractsstatewidewithregions,divisions,etc.,of the Contracting Agency. Briefly address capabilities for providing additional services and/or services under an accelerated schedule.Address capacity to reassign personnel,equipment and facilities whenever the proposed contract would not require such capabilities or was delayed. 6.Past Performance 6.Weight:20 Response must describe previous projects the project team has worked on that are related in size and scope to this project.Describe experience with the design and construction of hydroelectric facilities (dam _&power plant),FERC license amendments,hydrology and general heavy civil construction services.Describe the dollar amount of the projectsandabriefnarrativeofthesuccessesoftheprojects.Address how the experience will help your team to perform underthiscontract.Provide references (contact name and phone number)for each project.Indicate which of the proposedfirmsandprojectstaffwasinvolvedineachproject.The State reserves the right to investigate referenced projects,contact references and research other projects that the respondent has worked on. 7.Schedule Commitment 7.Weight:5 Some of the services to be provided under this agreement are required to adhere to strict schedules.The firm selected for this agreement must be committed to providing completed deliverables as negotiated by individual NTP's. Describe your commitment,should you be awarded this agreement,to provide the required deliverables in accordance with the schedules as negotiated by individual NTP's.Explain how you will assure that the submittals are acceptable totheContractingAgencypriortotheirduedates. 8.Alaska Bidder (Offeror)Preference 49 CFR 18.36(c)(2)&2 AAC 12.260(e)8.Weight:10 Weight shall be "0”if any federal funding,otherwise weight shall be at least "10”, To be granted this preference: 1)Response must certify that Offeror meets the following requirements per AS 36.30.170(b): (A)Firm holds a current Alaska Business License; (B)Proposal is submitted under the name as appearing on the Firm's current Alaska Business License; (C)Firm has maintained a place of business within Alaska,staffed by the Firm or an employee of the Firm,for a periodofsixmonthsimmediatelyprecedingthedateoftheoffer; rfp-c (April 2012)DOT&PF Form 25A270 RFP Part C -Evaluation Criteria Page 2 of 3 (D)Firm is incorporated or qualified to do business under the laws of the State of Alaska,is a sole proprietorship,andtheproprietorisaresidentofAlaska,is a limited liability company organized under AS 10.50 and all members areresidentsofAlaska,or is a partnership under AS 32.05 or AS 32.11 and all partners are residents of Alaska;and (E)If the Firm is a Joint Venture,it is composed entirely of entities that qualify under (A)-(D). 2)Offeror must designate the Alaska Bidder (Offeror)Preference on page one of Part D. Response will be scored:Rating x Number of Evaluators x Weight =Criterion Score.Rating will be as follows: An Alaska Offeror's preference (i.e.a Rating of 5)will be assigned to the proposal of an Offeror who qualifies as an Alaska bidder using the criteria in 1),above. No Alaska Offeror's preference (i.e.a Rating of 0)will be assigned to the proposal of an Offeror who does not certify that it qualifies as an Alaska bidder or who does not qualify as an Alaska bidder using the criteria in 1),above. rfp-c (Aprit 2012)DOT&PF Form 25A270 RFP Part C -Evaluation Criteria Page 3 of 3 Alaska Industria!Development &Export Authority PART PROPOSAL FORM DTHISFORMMUSTBETHEFIRSTPAGEOFPROPOSAL.Attach criteria responses as explained in Part B - Submittal Checklist.No transmittal letter or cover sheet will be used. PROJECT Project Numbers-State/Federal .........0....0..:N/A Term Agreement Project Title 00.0...cece escsseeseeeseseesenessensssens :Bradley Lake Hydroelectric Project Engineering Term AgreementREPNO........ccccccecsececescesccececseceneeeeseneeseentene :2013-094 OFFEROR (CONTRACTOR) O70)a1 tf (oo)See : Street 0...cc cesceccssceeessenecesesseeeeseeenenesesenees : P.O.BOX......cccccececeeeesseeesereeerseessennessnesensreers : City,State,Zip...cee cesesseseeteeeseseneenens : Alaska Business License Number ..............:License is a prerequisite to Proposal. Federal Tax Identification No............ccee : DOT&PF DBE Certification No.(if any).......: Individual(s)to Sign Contract..........ccseeee : Title(S)........ccececceeeeesseeteceeeeeeeeeseueeensasenientenees : Type of business enterprise (check one).....:[]Corporation in the state of..: []Individual if ]Partnership []Other(specify).............:cce : ALASKA STATUTORY PREFERENCES (IF NO FEDERAL FUNDING) Check the applicable preferences that you claim for the proposed contract (reference Criteria 11,12 &13 in Part C):{]Alaska Bidder (Offeror)AND>>[]Veterans AND>>[JEmployment Program or [ ]Disabled Persons PROPOSED SUBCONTRACTOR(S) Service,Equipment,etc.Subcontractor &Office Location AK Business DOT&PF DBE License No.Certification No. CERTIFICATIONS |certify:that |am a duly authorized representative of the Contractor;that this Submittal accurately representscapabilitiesoftheContractorandSubcontractorsidentifiedhereinforprovidingtheservicesindicated;and,that therequirementsoftheCertificationsonpage2and3ofthisPartDfor1)Alaska Licenses/Registrations,2)Insurance,3)Federal-Aid Contracts exceeding $100,000,4)Cost and Pricing Data,5)Trade Restrictions/Suspension/Debarment,6)Foreign Contracting,7)DBE Commitment,and 8)Former Public Officer -will be complied with in full.TheseCertificationsarematerialrepresentationsoffactuponwhichreliancewillbeplacediftheproposedcontractisawarded. Failure to comply with these Certifications is a fraudulent act.The Contracting Agency is hereby authorized to requestanyentityidentifiedinthisproposaltofurnishinformationdeemednecessarytoverifythereputationandcapabilitiesoftheContractorandSubcontractors.This proposal is valid for at least ninety days. Signature ...........: Name..............00 :Date: Title...eee :Telephone (voice): (fax): Email Address: tfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 1 of4 PART CERTIFICATION FOR ALASKA BUSINESS LICENSES AND REGISTRATIONSContractorandallSubcontractorsshallcomplywiththefollowingapplicablerequirementsofAlaska Statutes:D 1.Alaska Business License (Form 08-070 issued under AS 43.70)at the time designated for opening (i.e.,receipt)of proposals asrequiredbyAS36.30.210(e)for Contractor;and not later than five days after a Notice of Intent to Award as required by AS36.30.210(a)and AS 36.30.250(a)for all Subcontractors.{n accordance with Administrative Manual,Section 81.120,proof ofapplicationforanAlaskaBusinesslicensewillsatisfythisrequirement.Per AAM 81.120,acceptable evidence that the offerorpossessesavalidAlaskabusinesslicenseconsistsofanyoneofthefollowing:a.Copy of the Alaska business license. b.Certification on the bid or proposal that the bidder/offeror has a valid Alaska business license number and has written the license numberin the space provided on the proposal.A canceled check that demonstrates payment for the Alaska business license fee. A copy of the Alaska business license application with a receipt stamp from the State's business license office. A sworn notarized affidavit that the bidder/offeror applied and paid for the Alaska business license. Other forms of evidence acceptable to the Department of Law. 2.Certificate of Registration for each individual to be in "responsible charge"(AS 08.48.341(14))for Architecture,Engineering orLandSurveying(Form 08-2407 issued under AS 08.48.211)issued prior to submittal of proposal.Associates,consultants,or specialists under the supervision of a registered individual in "responsible charge"are exempt from registration requirements (AS 08.48.3371)."pao3.Certificate of Authorization for Corporate Practice for incorporated Contractors and incorporated Subcontractors for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.241).Corporations offering to provide Architectural,Engineering or Land Surveying services do not need to be registered for such disciplines at the time proposal is submitted providedtheyobtaincorporateregistrationbeforecontractaward(AS 08.48.241). 4.Certificate of Incorporation (Alaska firms)or Certificate of Authorization for Foreign Firm ("Out-of-State"firms).All corporations,regardless of type of services provided,must have one of the certificates (AS 10.06.218 and other sections of Title 10.06 - Alaska Corporations Code). 5.Current Board of Director's Resolution for incorporated Contractors and incorporated Subcontractors for Architecture, Engineering or Land Surveying (reference AS 08.48.241)which names the person(s)designated in "responsible charge"for eachdiscipline.Such persons shall be licensed in Alaska and shall participate as project staff in the Contract/Subcontracts. 6.All partners in a Partnership to provide Architectural,Engineering,or Land Surveying must be legally registered in Alaska prior to submittal of proposal for at least one of those disciplines (AS 08.48.251)which the Partnership offers. 7.Joint Ventures,regardless of type of services provided,must be licensed/registered in the legal name of the Joint Venture as used in this proposal (AS 43.70.020 and 43.70.110(4)). 8.Contracts for Architecture,Engineering or Land Surveying may not be awarded to individuals,corporations or partnerships notincompliance,respectively,with the provisions of paragraph 2,3,and 6,above (AS 36.90.1060). [For information about licensing,Offerors may contact the Alaska Department of Commerce and Economic Development,Division of Occupational Licensing at P.O.Box 110806,Juneau,AK 99811-0806,or at Telephone (907)465-2550,or at Internet address:http://www.dced.state.ak.us/occ/home_bus licensing.html.] CERTIFICATION FOR INSURANCE Contractor will ensure that it and all Subcontractors have insurance coverage to effectuate the requirements of DOT&PF Form 25A269, Indemnification and Insurance. CERTIFICATION FOR FEDERAL-AID CONTRACTS EXCEEDING $100,000 The individual signing this proposal certifies to the best of his or her knowledge and belief,that: (1)No federal appropriated funds have been paid,by or on behalf of the Contractor,to any person for influencing or attempting toinfluenceanofficeroremployeeofanyFederalagency,a Member of Congress,an officer or employee of Congress,or an employee ofaMemberofCongressinconnectionwiththeawardingofanyFederalcontract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting toinfluenceanofficeroremployeeofanyFederalagency,a Member of Congress,an officer or employee of Congress,or an employee ofaMemberofCongressinconnectionwiththisFederalcontract,grant,loan,or cooperative agreement,the Contractor shall complete and submit Standard Form-LLL,Disclosure of Lobbying Activities,in accordance with its instructions.Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. This certification is a material representation of fact upon which reliance will be placed if the proposed contract is awarded.Submission of this certification is a prerequisite for making or entering into the proposed contract imposed by Section 1352,Title 31,U.S.Code.The Contractor also agrees by submitting this proposal that Contractor shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such Subcontractors shall certify and disclose accordingly. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 2 of 4 PART CERTIFICATION -COST AND PRICING DATA In accordance with AS 36.30.400,any cost and pricing data submitted herewith,or in any future price proposals for the proposedcontract,will be accurate,complete and current as of the date submitted and will continue to be accurate and complete during theperformanceofthecontract,if awarded. The contractor certifies that all costs submitted in a current or future price proposal are allowable In accordance with the cost principlesoftheFederalAcquisitionRegulationsofTitle48,Code of Federal Regulations (CFR),Part 31 and that the price proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31.In addition,all known material transactions or events that have occurred affecting the firm's ownership,organization and indirect costs rates have been disclosed. CERTIFICATION -TRADE RESTRICTIONS AND SUSPENSION AND DEBARMENT The individual signing this proposal certifies to the best of his or her knowledge that the Contractor and any subcontractors are incompliancewithDOT&PF 25A262 Appendix A,General Conditions,Article A25 and Article A26. CERTIFICATION -FOREIGN CONTRACTING For state funded projects:by signature on this solicitation,the offeror certifies that all services provided under this contract by theContractorandallsubcontractorsshallbeperformedintheUnitedStates.Failure to comply with this requirement may cause the statetorejectthebidorproposalasnon-responsive,or cancel the contract. CERTIFICATION -DBE COMMITMENT For federal-aid projects with DBE goals:if the Contractor submits a utilization report that proposes to use certified DBE's in theperformanceofwork,the Contractor certifies that every effort will be made to meet or exceed the proposed percentage. In addition,the Contractor certifies that a Consultant Registration form shall be submitted to the DBE/Civil Rights Office for their firm and each subconsultant prior to award. CERTIFICATION -FORMER PUBLIC OFFICER Any proposer listing as a member of the proposer's team a current public officer or a former public officer who has left state service within the past two years must submit a sworn statement from that individual that the Alaska Executive Branch Ethics Act does not prohibit his or her participation in this project.If a proposer fails to submit a required statement,the proposalmaybedeemednonresponsiveornonresponsible,and rejected,depending upon the materiality of the individual's proposed position. The Ethics Act bars a public officer who leaves state service from representing,advising or assisting a person for compensation regarding a matter - that was under consideration by the administrative unit in which the officer served,and _in which the officer participatedpersonallyandsubstantiallythroughtheexerciseofofficialaction, for two years after leaving state service.See AS 39.52.180(a)."Public officer”includes a state employee,a member of a state board and commission,and a trustee of the Exxon Valdez Oil Spill Trust."Official action”means a recommendation,decision,approval, disapproval,vote,or other similar action or inaction.Possible remedies for violating the bar include penalties against the former publicofficerandvoidingthestategrant,contract or lease in which the former public officer is involved. Additionally,former public officers may not disclose or use information acquired in the course of their official duties that could in anywayresultinabenefittotheformerpublicofficersortheirfamilies,if the information has not been disseminated to the public or isconfidentialbylaw,without appropriate authorization.See AS 39.52.140. Each current or former public officer is responsible for determining whether he or she may serve in the listed capacity on this projectwithoutviolatingtheEthicsAct.A form that a former public officer may use to certify their eligibility is attached.Current public officersmayseekadvicefromtheirdesignatedethicssupervisorsconcemingthescopeandapplicationoftheEthicsAct.Former publicofficersmay,in writing,request advice from the Office of the Attorney General,Ethics Attomey concerning the application of the Ethics Act to their participation in this project.It is the responsibility of the individual and the proposer to seek resolution in a timely manner of any question concerning the individual's eligibility. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 3 of 4 RFP# Former Employee's Certification of Eligibility Under the Alaska Executive Branch Ethics Act (AS 39.52.140,AS 39.52.180) |am a former employee of the State of Alaska and left state service within the last two years.My last position with the state was [job title]with the [name of state agency and administrative unit].|propose to work on [describe_state contract or other matter|on behalf of [name of current employer].This work will not involve any matter (a)that was under consideration by the state administrative unit that |served,and (b)in which |participated personally and substantially during my state service through the exercise of official action ("official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction).|am therefore eligible to participate in this [contract or matter]under the Alaska Executive Branch Ethics Act.|also understand that as a former public officer |may not disclose or use information acquired in the course of my official duties that could in any way result in a benefit to me or my family,if the information has not been disseminated to the public,or that is confidential by law,without appropriate authorization. |certify under penalty of perjury that the foregoing is true. Dated:,20_,at ,Alaska. [name of former state employee) STATE OF ALASKA ) )ss. JUDICIAL DISTRICT ) On this day of ,20__,[name _of former state employee],whom | know to be the individual described in and who executed this certification,personally appeared before me and acknowledged that [s]he signed the certification as [her or his]free and voluntary act. IN WITNESS WHEREOF,|have placed my signature and affixed my official seal. Notary Public in and for Alaska My commission expires: If no notary or other official (judge,magistrate,U.S.postmaster or municipal clerk)is available,omit the notarycertificateandincludethefollowingstatementinthetext.A_notary or other official empowered to administer oaths is unavailable. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 4 of 4 Attachment 1 Alaska Industrial Development &Export Authority PART PROPOSAL FORMTHISFORMMUSTBETHEFIRSTPAGEOFPROPOSAL.Attach criteria responses as explained in Part B -DSubmittalChecklist.No transmittal letter or cover sheet will be used. PROJECT Project Numbers-State/Federal...................:N/A Term Agreement Project Tithe..........c cece ecccseeseecensesessessseeees :Bradley Lake Hydroelectric Project Engineering Term Agreement REP NO.........ceeeceeeesecscesereeeeecesseseeseeneseeeeees :2013-094 OFFEROR (CONTRACTOR) COMrACHOF 0.0...eee eeeeesteneesceeeescetsenseeseasveeeennes : StrO@t ........ccccccessecseccccseectseeeeeeaeesesetereeereeeees : P.O.BOX ......cesccerersccesecetsseseseseensessseeessseneenes : City,State,Zip...cee csesceeneeeeeeeeennes : Alaska Business License Number ..............:License is a prerequisite to Proposal. Federal Tax Identification No...............00 : DOT&PF DBE Certification No.(if any).......: Individual(s)to sign contract...........eee : Title(S).........:cceseseeeseecesssessenescossesssnsssesceseens : Type of business enterprise (check one)....:[]Corporation in the state of .: []Individual []Partnership []Other(specify).................6 : ALASKA STATUTORY PREFERENCES (IF NO FEDERAL FUNDING) Check the applicable preferences that you claim for the proposed contract (reference Criteria 11,12 &13 in Part C): []Alaska Bidder (Offeror)AND>>[]Veterans AND>>[JEmployment Program or []Disabled Persons PROPOSED SUBCONTRACTOR(S) Service,Equipment,ete.Subcontractor &Office Location AK Business DOT&PF DBE License No.Certification No. CERTIFICATIONS |certify:that |am a duly authorized representative of the Contractor;that this Submittal accurately represents capabilities of the Contractor and Subcontractors identified herein for providing the services indicated;and,that the requirements of the Certifications on page 2 and 3 of this Part D for 1)Alaska Licenses/Registrations,2)Insurance,3) Federal-Aid Contracts exceeding $100,000,4)Cost and Pricing Data,5)Trade Restrictions/Suspension/Debarment,6) Foreign Contracting,7)DBE Commitment,and 8)Former Public Officer -will be complied with in full.These Certifications are material representations of fact upon which reliance will be placed if the proposed contract is awarded. Failure to comply with these Certifications is a fraudulent act.The Contracting Agency is hereby authorized to requestanyentityidentifiedinthisproposaltofurnishinformationdeemednecessarytoverifythereputationandcapabilitiesof the Contractor and Subcontractors.This proposal is valid for at least ninety days. Signature............: Name............2000:Date: Title oo...eeeseeeeee :Telephone (voice): (fax): Email Address: rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 1 of 4 PART CERTIFICATION FOR ALASKA BUSINESS LICENSES AND REGISTRATIONSContractorandallSubcontractorsshallcomplywiththefollowingapplicablerequirementsofAlaska Statutes:D 1.Alaska Business License (Form 08-070 issued under AS 43.70)at the time designated for opening (i.e.,receipt)of proposals as required by AS 36.30.210(e)for Contractor;and not later than five days after a Notice of Intent to Award as required by AS 36.30.210(a)and AS 36.30.250(a)for all Subcontractors.In accordance with Administrative Manual,Section 81.120,proof of application for an Alaska Business license will satisfy this requirement.Per AAM 81.120,acceptable evidence that the offeror possesses a valid Alaska business license consists of any one of the following: a.Copy of the Alaska business license. b.Certification on the bid or proposal that the bidder/offeror has a valid Alaska business license number and has written the license number in the space provided on the proposal. A canceled check that demonstrates payment for the Alaska business license fee. A copy of the Alaska business license application with a receipt stamp from the State's business license office. A sworn notarized affidavit that the bidder/offeror applied and paid for the Alaska business license. Other forms of evidence acceptable to the Department of Law."pao2.Certificate of Registration for each individual to be in "responsible charge”(AS 08.48.341(14))for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.211)issued prior to submittal of proposal.Associates,consultants,or specialists under the supervision of a registered individual in "responsible charge"are exempt from registration requirements (AS 08.48.3311). 3.Certificate of Authorization for Corporate Practice for incorporated Contractors and incorporated Subcontractors for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.241).Corporations offering to provide Architectural, Engineering or Land Surveying services do not need to be registered for such disciplines at the time proposal is submitted provided they obtain corporate registration before contract award (AS 08.48.241). 4.Certificate of Incorporation (Alaska firms)or Certificate of Authorization for Foreign Firm ("Out-of-State"firms).All corporations,regardless of type of services provided,must have one of the certificates (AS 10.06.218 and other sections of Title 10.06 - Alaska Corporations Code). 5.Current Board of Director's Resolution for incorporated Contractors and incorporated Subcontractors for Architecture, Engineering or Land Surveying (reference AS 08.48.241)which names the person(s)designated in "responsible charge"for eachdiscipline.Such persons shall be licensed in Alaska and shall participate as project staff in the Contract/Subcontracts. 6.All partners in a Partnership to provide Architectural,Engineering,or Land Surveying must be legally registered in Alaska prior to submittal of proposal for at least one of those disciplines (AS 08.48.251)which the Partnership offers. 7.Joint Ventures,regardless of type of services provided,must be licensed/registered in the legal name of the Joint Venture as used in this proposal (AS 43.70.020 and 43.70.110(4)). 8.Contracts for Architecture,Engineering or Land Surveying may not be awarded to individuals,corporations or partnerships notincompliance,respectively,with the provisions of paragraph 2,3,and 6,above (AS 36.90.100). [For information about licensing,Offerors may contact the Alaska Department of Commerce and EconomicDevelopment,Division of Occupational Licensing at P.O.Box 110806,Juneau,AK 99811-0806,or at Telephone (907)465-2550,or at Internet address:http:/www.dced.state.ak.us/occ/home_bus_licensing.html.] CERTIFICATION FOR INSURANCE Contractor will ensure that it and all Subcontractors have insurance coverage to effectuate the requirements of DOT&PF Form 25A269, Indemnification and Insurance. CERTIFICATION FOR FEDERAL-AID CONTRACTS EXCEEDING $100,000 The individual signing this proposal certifies to the best of his or her knowledge and belief,that: (1)No federal appropriated funds have been paid,by or on behalf of the Contractor,to any person for influencing or attempting toinfluenceanofficeroremployeeofanyFederalagency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting toinfluenceanofficeroremployeeofanyFederalagency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the Contractor shall completeandsubmitStandardForm-LLL,Disclosure of Lobbying Activities,in accordance with its instructions.Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. This certification is a material representation of fact upon which reliance will be placed if the proposed contract is awarded.Submission of this certification is a prerequisite for making or entering into the proposed contract imposed by Section 1352,Title 31,U.S.Code.The Contractor also agrees by submitting this proposal that Contractor shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such Subcontractors shall certify and disclose accordingly. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 2 of4 PART CERTIFICATION -COST AND PRICING DATA In accordance with AS 36.30.400,any cost and pricing data submitted herewith,or in any future price proposals for the proposedcontract,will be accurate,complete and current as of the date submitted and will continue to be accurate and complete during theperformanceofthecontract,if awarded. The contractor certifies that all costs submitted in a current or future price proposal are allowable In accordance with the cost principlesoftheFederalAcquisitionRegulationsofTitle48,Code of Federal Regulations (CFR),Part 31 and that the price proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31.In addition,all known material transactions or events that have occurred affecting the firm's ownership,organization and indirect costs rates have been disclosed. CERTIFICATION -TRADE RESTRICTIONS AND SUSPENSION AND DEBARMENT The individual signing this proposal certifies to the best of his or her knowledge that the Contractor and any subcontractors are in compliance with DOT&PF 25A262 Appendix A,General Conditions,Article A25 and Article A26. CERTIFICATION -FOREIGN CONTRACTING For state funded projects:by signature on this solicitation,the offeror certifies that all services provided under this contract by the Contractor and all subcontractors shall be performed in the United States.Failure to comply with this requirement may cause the statetorejectthebidorproposalasnon-responsive,or cancel the contract. CERTIFICATION -DBE COMMITMENT For federal-aid projects with DBE goals:if the Contractor submits a utilization report that proposes to use certified DBE's in the performance of work,the Contractor certifies that every effort will be made to meet or exceed the proposed percentage. In addition,the Contractor certifies that a Consultant Registration form shall be submitted to the DBE/Civil Rights Office for their firm and each subconsultant prior to award. CERTIFICATION -FORMER PUBLIC OFFICER Any proposer listing as a member of the proposer's team a current public officer or a former public officer who has left state service within the past two years must submit a sworn statement from that individual that the Alaska Executive Branch Ethics Act does not prohibit his or her participation in this project.If a proposer fails to submit a required statement,the proposal may be deemed nonresponsive or nonresponsible,and rejected,depending upon the materiality of the individual's proposedposition. The Ethics Act bars a public officer who leaves state service from representing,advising or assisting a person for compensation regarding a matter- that was under consideration by the administrative unit in which the officer served,and _in which the officer participatedpersonallyandsubstantiallythroughtheexerciseofofficialaction, for two years after leaving state service.See AS 39.52.180(a)."Public officer'includes a state employee,a member of a state boardandcommission,and a trustee of the Exxon Valdez Oil Spill Trust."Official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction.Possible remedies for violating the bar include penalties against the former public officer and voiding the state grant,contract or lease in which the former public officer is involved. Additionally,former public officers may not disclose or use information acquired in the course of their official duties that could in anywayresultinabenefittotheformerpublicofficersortheirfamilies,if the information has not been disseminated to the public or isconfidentialbylaw,without appropriate authorization.See AS 39.52.140. Each current or former public officer is responsible for determining whether he or she may serve in the listed capacity on this projectwithoutviolatingtheEthicsAct.A form that a former public officer may use to certify their eligibility is attached.Current public officers may seek advice from their designated ethics supervisors concerning the scope and application of the Ethics Act.Former publicofficersmay,in writing,request advice from the Office of the Attorney General,Ethics Attorney concerning the application of the Ethics Act to their participation in this project.It is the responsibility of the individual and the proposer to seek resolution in a timely manner ofanyquestionconcerningtheindividual's eligibility. tfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 3 of 4 RFP# Former Employee's Certification of Eligibility Under the Alaska Executive Branch Ethics Act (AS 39.52.140,AS 39.52.180) |am a former employee of the State of Alaska and left state service within the last two years.My last position with the state was [job title]with the [name _of state agency and administrative_unif].|propose to work on [describe state contract _or other matter]on behalf of {name of current employer].This work will not involve any matter (a)that was under consideration by the state administrative unit that |served,and (b)in which |participated personally and substantially during my state service through the exercise of official action ("official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction).|am therefore eligible to participate in this [contract or matter]under the Alaska Executive Branch Ethics Act.|also understand that as a former public officer |may not disclose or use information acquired in the course of my official duties that could in any way result in a benefit to me or my family,if the information has not been disseminated to the public,or that is confidential by law,without appropriate authorization. |certify under penalty of perjury that the foregoing is true. Dated:,20_,at Alaska. [name of former state employee) STATE OF ALASKA ) )ss. _____JUDICIAL DISTRICT ) On this day of ,20__,[name of former state employee],whom | know to be the individual described in and who executed this certification,personally appeared before me and acknowledged that [s]he signed the certification as [her or his]free and voluntary act. IN WITNESS WHEREOF,|have placed my signature and affixed my official seal. Notary Public in and for Alaska My commission expires: If no notary or other official (judge,magistrate,U.S.postmaster or municipal clerk)is available,omit the notary certificate and include the following statement in the text.A notary or other official empowered to administer oaths is unavailable. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 4 of 4 Attachment 2 PRE-AUDIT STATEMENT (Confidential when completed) Submit this form,completed and with required attachments,only if specifically requested,and only to the followingaddress:DOT&PF,Attn:Office of Internal Review,PO Box 196900,Anchorage,AK 99519-6900 OR to fax number: (907)269-0733.Confidentiality may not be ensured if delivered otherwise. Evaluation of this statement may preclude the necessity for a comprehensive on-site audit of Contractor's records. Entries may be handwritten,if legible. 1.Identify your financial year including beginning and ending dates .....: 2.List your actual costs,by the following categories,for your most recently ended fiscal year.Cost Terminology isdefinedonthereverse. J.a ®)]¢-\o1 @ |0,0)ee $ 2b.Attach a Trial Balance with grouping of accounts used to arrive at the following Indirect Cost amounts: Fringe Benefits 00...ccccsesssssssssssrsssssseesensesesssessensssersseesserseseseetartenees $ General &Administrative ExP@nse ..............::ccscsccscsscssrssseseresssnesasesesenee $ SUM 0...ceececsseessecesescssecesssesssscssecsssesscesseusaceussesenssessseeeuseasesasensees $ 2c.Indirect Cost Rate (Sum of 2b /2a)oo...cee eeeeeeeeseeerennesteseeeenssnessaseneenes Percent (%): 3.If your records have been audited within the last two years by a government agency,attach a copy of the Audit Report. 4.Attach copies of your most recent Internal and Audited (if performed by other than the Contracting Agency)Financial Statements. 5.Are your accounting methods for recording contract costs based on a job or project identified cost system?[]Yes [}No If your response is "No”,attach an explanation of your project cost accounting system. 6.If you charge projects based on unit rates (e.g.:for computer time,laboratory tests,copies or equipment use,etc.)attach a list of such items and unit rates. 7.Do you offset revenue received from unit rate payments against the applicable Indirect Cost Accounts? []Yes [J]No If you have questions concerning this document,please telephone our Auditors at (907)269-0715. ) CERTIFICATION |certify that |am a duly authorized representative of the Contractor and that information and materials enclosed within this statement accurately represent financial records of the office listed below. Signature:Date: Name:Telephone: Title:Fax: Contractor:Email: Office Address for which this Submittal is made:Address where Accounting Records are maintained, if not at Office Address: Street:: P.O.Box: City,State,Zip: preaudit (April 2012)DOT&PF Form 25A257 Pre-Audit Statement Page 1 of 2 COST TERMINOLOGY DIRECT LABOR-Base salary or wages paid to employees charged directly to contracts or projects. OTHER DIRECT COSTS -Actual costs of other than Direct Labor.Some examples of Other Direct Costs are subcontracts,equipment (company owned or rented),unit rate items and reimbursable expenses (travel,computercharges,reproduction,etc.). INDIRECT COST_RATE -A computed rate developed by adding all of a firm's general and administrative costs,and all other indirect costs,then dividing by a base value,usually direct labor dollars to get a percentage.This rate is normallycompiledbasedontheconsultant's applicable fiscal year. INDIRECT COSTS-Indirect costs consist of allowable expenses which,because of their incurrence for common or jointcostobjectives,must be prorated (allocated)to jobs or contracts using a specified Indirect Cost Rate.A cost objective is a function,organizational subdivision,contract,project or work unit for which cost data is accumulated under the Contractor's accounting system.Generally,Indirect Costs are segregated into the following categories:Fringe Benefits and General &Administrative Expenses . Fringe Benefits -Costs for items such as: Vacation Time and Authorized Leave Workers'Compensation Insurance Social Security and Unemployment Taxes Deferred Compensation/Retirement Plans Group Medical Plan and Life Insurance Premiums Overhead costs for items such as the following,if they are not included in Direct Costs: Indirect Labor (Supervisory,Administrative,etc.)Office Supplies Travel,Food and Lodging Communications Maintenance and Depreciation of Equipment/Computers Reproduction Costs Business Insurance Premiums Not Billed to Clients Recruiting Expense Rent,Heat,Power,Light and Janitorial Services Rentals of Equipment/Computers UN-ALLOWABLE COSTS-Costs for the following items and certain other costs defined in 48 CFR Part 31 and related regulations are not allowable.Such costs shall not be included as Indirect Costs or in the calculation of the Indirect Cost Rate. Alcoholic Beverages Organization Costs Advertising Lobbying Costs Interest and Other Financial Costs Bad Debts Contributions and Donations Fines and Penalties Federal Income Taxes Entertainment Goodwill Keyman Insurance NOTE:IF YOUR ACCOUNTING SYSTEM WHOLLY OR PARTIALLY ALLOCATES INDIRECT COSTS ON OTHER THAN A DIRECT LABOR BASIS,ATTACH A DESCRIPTION OF THE COST POOLS OR SERVICE CENTERS YOU USE AND IDENTIFY THE INDIRECT COSTS RATE(S)AND BASE(S). preaudit (April 2012)DOT&PF Form 25A257 Pre-Audit Statement 'Page 2 of 2 APPENDIX B H RFP No:2013-094rviStatementofServicesDatePrepared:4/24/13 Term Agreement for Bradley Lake Hydroelectric Project Engineering Services 4124/13 Page 1 of 7 ARTICLE B1 PURPOSE B1.1 Background The Alaska Energy Authority (AEA)owns Bradley Lake Hydroelectric Project (Project)which was completed in 1991.The project is located at the northeast end of Kachemak Bay about 27 miles from Homer,Alaska.The Project is the largest hydroelectric facility in the state of Alaska with a nominal rating of 120 MW.Facilities include a concrete faced rockfill dam 125 feet in height and 600 feet in length,three and a half mile long power tunnel,powerhouse,barge dock,permanent housing,airstrip, 20 miles of transmission lines and three small diversion systems. A Bradley Project Management Committee (BPMC)was formed in 1993 with representatives from each of the power purchasers and Alaska Energy Authority.The BPMC is responsible for the management,operation,maintenance,and improvement of the project,subject to the non- delegable duties of the Alaska Energy Authority.The Project is operated by Homer Electric Association for AEA. B1.2 General Services may include providing facility inspection,Federal Energy Regulatory Commission (FERC) licensing or regulatory technical assistance,engineering design services,safety inspections,training of project personnel on license or regulatory compliance,and annual document preparation.Proposers are to have expertise with the design and construction of hydroelectric facilities (dam &power plant), FERC license amendments,hydrology and general heavy civil construction. ARTICLE B2 DEFINITIONS B2.1 "AGC"means Associated General Contractors of America,1957 "E"Street,N.W.,Washington DC,20006. B2.2 "Authority"means the Alaska Energy Authority (AEA). B2.3 "Construction Contractor'means either:1)a contractor selected by competitive solicitation through a design -bid -build or Design/Build contract process;or 2)a Construction Management contractor under contract with the Authority who has been assigned to complete the construction of a project. B2.4 Contracting Officer means the procurement staff assigned to particular project. B2.5 "Contractor","Architect","Architect/Engineer","Engineer","A/E",or similar terms mean the entity,other than the Authority,who is a party to this agreement. B2.6 "Project Manager"means the individual who manages the design and construction agreements for the Authority. B2.7 "Resident Engineer”means the individual acting under the direction of the Project Manager to administer the construction contract and to monitor construction work for conformance with the contract documents.The Resident Engineer is typically a contractor that oversees the construction administration,on-site observation,quality assurance,and materials acceptance testing services. 4/24/13 Page 2 of 7 ARTICLE B3 ADMINISTRATIVE REQUIREMENTS AND STANDARDS B3.1 General. The Agency intends to award a primary and secondary term agreement.The Primary agreement will have an initial authorized amount of $250,000 for the first two years,and the ability to increase or decrease funds each year as required during the potential five-year term.The Secondary agreement will have an initial authorized amount of $100,000 for the first two years,and the ability to increase or decrease funds each year as required during the potential five-year term.The amount of funding increase (or the decrease of funds)will be determined based on the anticipated project workload.The combined funds for both contracts are not anticipated to exceed $1,000,000 for the potential five-year term. Services will usually be offered to the Primary Contractor first.However under certain circumstances the services may be offered to the Secondary Contractor.Reasons or circumstances may include but is not limited to:The Primary Contractor declines the project or there is a conflict of interest,the Secondary Contractor has more experience/knowledge of the project or its geographical area,the Contracting Agency determines the Secondary Contractor is better suited to the particular work or has project staff already in the area,etc. The Agency reserves the right to extend for three additional one (1)year periods.In addition,the Contracting Officer may authorize an extension of additional years to complete any work issued during the contract period of performance.The final extension(s)will be to finish existing NTP's only. Execution of this Agreement does not guarantee any project assignments.If one or more of the Term Agreements is terminated for any reason,the Authority reserves the right to transfer existing projects to the remaining Term Contractors. If agreement on scope,schedule,or costs for a specific project/NTP cannot be reached,the Authority reserves the right to terminate negotiations and award the work to another Contractor under contract with the Authority or solicit proposals for these services from other sources. Any changes to scope,schedule or budget requires an NTP amendment and is not effective until a signed amendment is issued.The Authority shall not be obligated to the Contractor in any way if the Contractor acts on communications issued by anyone other than the Authority's Project Manager or his designee. B3.2 Project Staff All services must be performed by or under the direct supervision of the following individuals.Only prior written approval from the Authority shall accomplish replacement of,or addition to,the Project Staff named below: Name Company Project Responsibilities (To be determined and incorporated into each final term contract) B3.3 Professional Registration All reports,plans,specification,estimates and similar work products provided by the Contractor shall be prepared by or under the supervision of the Registered Alaskan Engineer or Land Surveyor in responsible charge for the services.These Engineers or Land Surveyors shall be currently registered in the State of Alaska and they shall sign,seal and certify as to the accuracy of each final work product for which they are responsible. 4/24/13 Page 3 of 7 B3.4 Billing Reports The Contractor shall provide a report with each monthly billing for months in which services are performed.The report shall specifically describe the services and other items for which the billing is submitted,shall be submitted within two weeks of the end of the month in question,and shall estimate the percent the services are complete.Any delayed costs from previous billing periods that are included in the current billing must be clearly explained in the report. B3.5 Correspondence All correspondence prepared by the Contractor shall bear the Authority and/or Federal Project name and numbers.The Contractor shall direct all correspondence and oral communications relating to contractual matters to the Authority's designated Project Manager. B3.6 Deliverables Each Notice to Proceed for a specific project shall describe required Contractor deliverables including: Design narratives,calculations,specifications,drawings,etc. Documents,reports,specifications,estimates etc.shall be printed with solid black letters on white,8.5 inch x 11-inch bond or photocopy paper.Other size paper may be used for illustrations if they are folded to 8.5 inch x 11-inch size.Original documents and reports shall be printed on one side of the paper only and shall be ready for copying.All documents shall be page numbered. When the Contract calls for multiple copies of documents or reports,the copies may be printed on both sides of the paper.All copies -except for originals -shall be bound. The cover of all documents and reports shall include the following information: Name of document or report. Date. Indicate whether draft or final. Project Name. Authority and Federal Project Number(s). Prepared for:Alaska Industrial Development and Export Authority,or the Alaska Energy Authority -as indicated by the project. Prepared by: Map and/or picture of project area. gpaoopzaProvide electronic copies:final drawings in AutoCAD and PDF,specifications and documents in MS Word and PDF,data in excel,all other documents in PDF. B3.7 Plans,Maps,and Plats Plans,Maps,and Plats shall be submitted in hard paper copies and as electronic pdf files,unless otherwise specified in the NTP or by the Project Manager.(Utilizing U.S.standard units,not metric) B3.8 Revisions The Contractor shall modify work products in response to direction from the Authority.Corrections, adjustments,or modifications necessitated by the review/approval process,but which do not substantially affect the scope,complexity,or character of the services,shall be considered a normal part of the Contractor's services. 4/24/13 Page 4 of 7 B3.9 Errors and Omissions Except as described in this Statement of Services,work products shall be essentially complete when submitted to the Authority.Contractors shall perform an independent in-house review of all work products before submitting them to the Authority.The in-house review is intended to prevent the need for the Authority's Project Manager to have to correct calculations,grammar,spelling,and other common errors.Work products having significant errors or omissions will not be accepted until such problems are corrected.Errors that are brought to the attention of the Contractor to correct but are not corrected in subsequent reviews will be corrected at the Contractor's expense. B3.10 Review Meetings Following each review the Authority may provide written comments (email is acceptable)and may hold a meeting to discuss the issues.The Contractor's personnel who are in responsible charge for the work products under review shall attend the meeting and they may be asked to interpret and provide explanations of the content. B3.11_Comment Resolution The Contractor shall provide a written response with subsequent submittals that address all written and oral comments from the Authority.All changes from previous submittals shall be clearly explained. B3.12 Attend Meetings,Coordination,Presentations The Contractor shall attend meetings and coordinate with the Authority as required to: e Identify project requirements and make related presentations. e Meet with regulatory agencies as required to obtain required reviews and approvals: e Meet with other Contractors hired by the Authority to review studies or designs produced under this Agreement. ARTICLE B4 BASIC SCOPE OF SERVICES This article describes services for a typical project,actual services to be described in each NTP. Program specific requirements follow in Article BS. B4.1_General Contractors shall provide engineering and licensing services for Alaska Energy Authority owned Bradley Lake Hydroelectric Project.Scope includes but not limited to dam and generation plant inspections,safety inspection,license amendment and permitting support,project progress inspections,and preparing documents for submission to FERC. B4.2 Engineering Services Contractor may be requested to perform the following engineering tasks: e Feasibility studies -The Contractor shall carry out feasibility studies of project improvements at the direction of AEA.Possible project improvements involve diversion dams,hydrological flow management,or other opportunities. e Site research -Contractor may be requested to determine &document the ownership of various land parcels. e Cost estimating -The Contractor shall provide cost estimates,beyond estimates required in basic services,for Authority projects at any level of design.Estimates shall include accurate quantity surveys and cost estimates for all design disciplines,including civil,architectural, 4/24/13 Page 5 of 7 structural,mechanical,and electrical.The Contractor shall work with other firms on contract to the Authority that provide specialized services such as engineering,architectural, economic/financial analysis,environmental investigations,regulatory compliance,electric utility design/repairs,and legal services. Conceptual design review and inspections -The Contractor shall provide quality assurance services during the construction of the project including: a.Pre-construction design review by construction inspector(s). b.Provide a construction observation plan,which identifies critical inspections,and tests, which are recommended to provide a reasonable level of quality assurance during construction. c.On-site construction observation by qualified inspector(s),as required to assure quality construction,which meets the requirements of the Contract Documents. d.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. e.Participate in Substantial Completion inspection and Final Completion inspection with all design disciplines represented.Contractor shall prepare a list of work items required by theContractDocuments,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. Presentations Regulatory Plan Development -The Contractor shall develop federal,state,and/or local required regulatory plans. Health and Safety Inspection -Contractor should have the ability to perform an inspection of workplace hazards,after accident inspection, Dam Safety Inspections -Contractor shall perform inspections of main dam and diversions dams following FERC regulations,guideline and manuals. Power plant,airfield,and road inspections -Contractor shall perform inspections and provide inspection reports and/or technical assistance in resolving issues. B4.3 Licensing and Permitting Services The contractor shall annually prepare documents for submission to FERC and other Federal and State agencies.Documents may include: Dam Safety documents -Technical reports such as revising the Probable Failure Mode Analysis (PFMA),Supporting Technical Information (STI),procedures,Annual Dam Safety & Surveillance Monitoring Report (DSSMR),and Dam Safety &Surveillance Monitoring Plan (DSSMP) License amendments -The Contractor shall prepare draft and final amendments to the Bradley Lake Hydroelectric Project license.Contractor shall present information on amendment to public and agency personnel. Water flow documentation -Water flows into and out of the project must be reported to the Department of Natural Resource.Project must stay in compliance with the license terms for minimum flow releases down the Bradley River.Any deviation must be documented and explained. 404 permits -Contractor shall prepare periodic project applications for submission to the Army Corp of Engineers for doing work. 4124/13 Page 6 of 7 e Environmental!-Obtain,monitor,modify,and file as required,on behalf of the Authority,all sewer,water,landfill,rights-of-way and other permits required for the operation,maintenance, repair and improvement of Authority projects. ARTICLE B5 ADDITIONAL SERVICES B5.1 General The Contractor shall provide services described within this Article only if the services are specifically authorized by a Notice to Proceed. B5.2 Special Meetings /Presentations The Contractor shall provide design presentations or attend meetings as requested by the Project Manager. B5.5 As-Built Surveys As needed,provide an As-Built survey stamped by a registered land surveyor.Provide an electronic drawing file (AutoCAD and PDF)to Authority. B5.9 Third Party Review and Other Support: The Contractor shall perform third party design (peer)review of other contractors'work that are under contract to the Authority,its agents,or clients. 4/24/13 Page 7 of 7 INDEMNIFICATION AND INSURANCE Appendix D in Professional Services Agreements RFP #:2013-094 Date Prepared:4/24/13 CONTRACTOR shall include the provisions of this form in all subcontracts which exceed $25,000 and shall ensure Subcontractor's compliance with such provisions. ARTICLE D1 INDEMNIFICATION D1.1 The CONTRACTOR shall indemnify,hold harmless,and defend the CONTRACTING AGENCY from and against any claim of,or liability for negligent acts,errors or omissions of the CONTRACTOR under this Agreement.The CONTRACTOR shall not be required to indemnify the CONTRACTING AGENCY for a claim of,or liability for,the independent negligence of the CONTRACTING AGENCY.If there is a claim of,or liability for,the joint negligent error or omission of the CONTRACTOR and the independent negligence of the CONTRACTING AGENCY,the indemnification and hold harmless obligation shall be apportioned on a comparative fault basis."CONTRACTOR"and "CONTRACTING AGENCY",as used within this article, include the employees,agents and other contractors who are directly responsible,respectively,to each.The term "Independent Negligence"is negligence other thanintheCONTRACTINGAGENCY's _selection, administration,monitoring,or controlling of the CONTRACTOR and in approving or accepting the CONTRACTOR's Work. D1.2 The CONTRACTOR shall exercise that degree of skill,care and judgment commensurate with the professional standards for the services of a similar nature.When such standards are in dispute,they shall be established by a panel of three qualified,impartial professionals objectively selected and appointed by the Appeals Officer. D1.3.The CONTRACTOR shail correct,through re- performance at its expense,any services which are deficient or defective because of the CONTRACTOR's failure to perform said services in accordance with professional standards,provided the CONTRACTING AGENCY has notified the CONTRACTOR in writing within a reasonable time,not to exceed 60 days,of the discovery of any such deficiency during the performance of the services and within 12 months of the date of final payment under this Agreement. ARTICLE D2 INSURANCE D2.1 Without limiting the ©CONTRACTOR'sindemnification,it is agreed that CONTRACTOR shall purchase at its own expense and maintain in force at all times for the duration of this Agreement,plus one year psa-d (April 2012)DOT&PF Form 25A269 Appendix D,Indemnification and Insurance following the date of final payment,the following policies of insurance.Where specific limits are shown,it is understood that they shall be the minimum acceptable limits.If the CONTRACTOR's policy contains higherlimits,the CONTRACTING AGENCY shall be entitled to coverage to the extent of such higher limits.Certificates of insurance must be furnished to the CONTRACTING AGENCY and incorporated into this Agreement with copies attached to this document.Certificates must provide for the CONTRACTING AGENCY to receive notice of any policy cancellation or reduction per AS 21.36 Sections 210-310.Failure to furnish certificates of insurance or lapse of the policy is a material breach and grounds for termination of the CONTRACTOR's services and may preclude other Agreements between the CONTRACTOR and the CONTRACTING AGENCY. D2.1.1 Worker's Compensation __Insurance:The CONTRACTOR shall provide and maintain,for all employees engaged in work under this Agreement, coverage as required by AS 23.30.045,and;where applicable,any other statutory obligations including but not limited to Federal USL&H and Jones Act requirements.The policy(s)must waive subrogationagainsttheStateofAlaska. D2.1.2 Commercial General Liability Insurance:Such policy shall have minimum coverage limits of $300,000 combined single limit per occurrence or split limits of$300,000 per person/$500,000 per occurrence.The policy shall be written on an "occurrence"form and shall not be written as a "claims-made"form unless specifically reviewed and agreed to by theCONTRACTINGAGENCY. D2.1.3 Comprehensive Automobile Liability Insurance:Such policy shall have minimum coverage bodily injuryliabilitylimitsof$300,000 combined single limit per occurrence or split limits of $300,000 perperson/$500,000 per occurrence.The policy shall cover all owned,hired and non-owned vehicles.In addition,it shall have a minimum of $50,000 per occurrence property damage liability limits. D2.1.4 Professional Liability (E&O)Insurance:Covering all negligent errors or omissions,and negligent acts, which the CONTRACTOR,Subcontractor or anyone directly or indirectly employed by them,make in the performance of this Agreement which result in financial loss to the State of Alaska.Limits required are per the following schedule: Page 1 of 2 MINIMUM LIMITS OF E&O INSURANCE D2.1.5 Professional Liability Insurance required for this Contract Combined Single Limit,Per Agreement is Amount Occurrence &Annual Aggregate $1,000,000 i] Under $25,000 As Available $25,000 to $100,000 $300,000 $100,000 to $499,999 $500,000 $500,000 to $999,000 $1,000,000 $1,000,000 and over Negotiable ARTICLE D3 MODIFICATION OF INSURANCE REQUIREMENTS (Article D3 is completed only when some of the standard insurance coverages are not applicable.) CONTRACTOR RELATED MODIFICATIONS D3.1 [)Workers Compensation Insurance is not required because the CONTRACTOR is an Independent Contractor,Sole Proprietor or Self-Employed Person having no employees in any sense of AS 23.30.045. D3.2 ()Comprehensive or Commercial General Liability Insurance is not required because the general public and clients do not have any business access to a place of business or home office maintained by the CONTRACTOR. D3.3 []Comprehensive Automobile Liability Insurance is not required because only public transportation,or a rented passenger vehicle with business use insurance,will be used to accomplish requirements of this Agreement. PROJECT RELATED MODIFICATIONS FOR E&O COVERAGE When services may apply to fire,life safety or structural aspects and/or wherever the services should safeguard life,limb,health or property,Professional Liability Insurance shall be required. (E&O Coverage may be waived only if it was specifically not required within the solicitation for proposals.) D3.4 (J Professional Liability (E&O)Insurance is not required because:1)the CONTRACTING AGENCY's use of the services or Work products obtained from the CONTRACTOR will not result in significant exposure to anythirdpartyclaimsforlossordamage;and 2),the CONTRACTOR services will not apply to any construction, alteration,demolition,repair or direct use of any highway,airport,harbor,building or other structure. D3.5 (J Professional Liability (E&O)Insurance is not required because this Agreement is for one of the followingapplicable(checked)services for which E&O coverage is not needed: []Right-of-Way Fee Appraisals[]Photogrammetric Mapping Services []Architectural/Engineering review of Construction Bid Documents wherein design responsibility clearly remains with the designer of record. OTHER BASIS FOR MODIFICATIONS (Requires written concurrence from Division of Risk Management) D3.6 [J Attached Exhibit D-1 identifies and provides justification for insurance modifications. Above checked modifications of the insurance requirements specified in Article D2 are hereby approved: CONTRACTING OFFICER _Signature:Date: Name: Title: psa-d (April 2012)DOT&PF Form 25A269 Appendix D,Indemnification and Insurance Page 2 of 2 CERTIFICATION OF COMPLIANCE APPENDIX E RFP No:2013-094 Date Prepared:4/24/13 ALASKA LICENSES/REGISTRATIONS AND INSURANCE Contractor and all Subcontractors shall comply with the following applicable requirements of Alaska Statutes: 1.For Procurements over $100,000,Alaska Business License (Form 08-070 issued under AS 43.70)at the time designated for opening (i.e.,receipt)of proposals as required by AS 36.30.210(e)for Contractor;and not later than five days after a Notice of Intent to Award as required by AS 36.30.210(b)for all Subcontractors. 2.Certificate of Registration for each individual to be in "responsible charge”(AS 08.48.341(14))for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.211)issued prior to submittal of proposal.Associates,consultants,or specialists under the supervision of a registered individual in "responsible charge"are exempt from registration requirements (AS 08.48.331). 3.Certificate of Incorporation (Alaska firms)or Certificate of Authorization for Foreign Firm ("Out- of-State"firms).All corporations,regardless of type of services provided,must have one of the certificates (AS 10.06.218 and other sections of Title 10.06 - Alaska Corporations Code). 4.Current Board of Director's Resolution for incorporated Contractors and __incorporatedSubcontractorsforArchitecture,Engineering or Land Surveying (reference AS 08.48.241)which names the person(s)designated in "responsible charge"for each discipline.Such persons shall be licensed in Alaska and shall participate as project staff in the Contract/Subcontracts. 5.Corporations,limited liability companies,and limited liability partnerships shall have a valid Certificate of Authorization under 08.48.241 prior to award. 6.All partners in a Partnership to provide Architectural, Engineering,or Land Surveying must be legally registered in Alaska prior to submittal of proposal for at least one of those disciplines (AS 08.48.251)which the Partnership offers. 7.Joint Ventures,regardless of type of services provided,must be licensed/registered in the legal name of the Joint Venture as used in this proposal (AS 43.70.020 and 43.70.110(4)). Contractor will ensure that it and all Subcontractors have insurance coverage to effectuate the requirements of Appendix D,"Indemnification and Insurance",DOT&PF Form 25A269,as prepared for this Agreement. !certify that |am a duly authorized representative of the Contractor and that the above requirements for Alaska Licenses,Registrations and Insurance will be complied with in full.This certification is a material representation of fact upon which reliance will be placed if the proposed contract is awarded. Signature Date Name........: Title...........: [For information about licensing,Offerors may contact the Alaska Department of Commerce and Economic Development,Division of Occupational Licensing at P.O.Box 110806,Juneau,AK 99811-0806,or at Telephone(907)465-2550,or at Internet address:http://www.dced.state.ak.us/occ/home.htm.] psa-e (April 2012)DOT&PF PSA Appendix E,Certification for Licenses &Insurance Page 1 of 1 .Attachment 1 Alaska Industrial Development &Export Authority PART PROPOSAL FORMTHISFORMMUSTBETHEFIRSTPAGEOFPROPOSAL.Attach criteria responses as explained in Part B -DSubmittalChecklist.No transmittal letter or cover sheet will be used. PROJECT Project Numbers-State/Federal..................:N/A Term Agreement - Project Tithe...eee ceseesseeeeseresseeereerees :Bradley Lake Hydroelectric Project Engineering Term Agreement REP NO.oo...ceececscessseeeceeecesreeseresseeeeeeneaeenee >2013-094 OFFEROR (CONTRACTOR) COMtractOr 0...ce ceeeeecceeeteceetenennecernesseeeees >DOWL HKM Street ......cccecceccceeessscnsaeeeeeeesseasaacenseseeneeeeenaaes >4041 B St. P.O.BOX 0...cccccceeeesseceeeeeeeseneaaceteseneaeeneenaaee : City,State,Zip oo...eee eeceeeneeeeneeenteees :Anchorage,Alaska 99503 Alaska Business License Number ..............:977346 License is a prerequisite to Proposal. Federal Tax Identification No..........ee :38-3869423 DOT&PF DBE Certification No.(if any).......: Individual(s)to sign contract...eee :Stephen J.Schwicht,P.E.,LEED AP,PMP Title(S)oo.ececcecseeseeeceenaceeceeeeeesesaeeeeeeeeesseneneee >Senior Project Manager Type of business enterprise (check one)....:[]Corporation in the state of .: [}Individual []Partnership [x ]Other(specify)........000000..>LLC ALASKA STATUTORY PREFERENCES (IF NO FEDERAL FUNDING) Check the applicable preferences that you claim for the proposed contract (reference Criteria 11,12 &13 in Part C): [X]Alaska Bidder (Offeror)AND>>[]Veterans AND>>[JEmployment Program or [ ]Disabled Persons PROPOSED SUBCONTRACTOR(S) Service,Equipment,etc.Subcontractor &Office Location AK Business DOT&PF DBE License No.Certification No. Hydroelectrical/Hydrology Kleinschmidt,Pittsfield,Maine 128950 N/A Geotechnical Schnabel Engineering,Glen Allen,Va.10010118 Mechanical EPS 226409 Eberle Consulting,Homer,Alaska 964527ConstructionOversight/QA ..HMS,Anchorage,Alaska 1614CostEstimating CERTIFICATIONS |certify:that |am a duly authorized representative of the Contractor;that this Submittal accurately represents capabilities of the Contractor and Subcontractors identified herein for providing the services indicated;and,that the requirements of the Certifications on page 2 and 3 of this Part D for 1)Alaska Licenses/Registrations,2)Insurance,3) Federal-Aid Contracts exceeding $100,000,4)Cost and Pricing Data,5)Trade Restrictions/Suspension/Debarment,6) Foreign Contracting,7)DBE Commitment,and 8)Former Public Officer -will be complied with in full.These Certifications are material representations of fact upon which reliance will be placed if the proposed contract is awarded. Failure to comply with these Certifications is a fraudulent act.The Contracting Agency is hereby authorized to request any entity identified in this proposal to furnish information deemed necessary to verify the reputation and capabilities of the Contractor and Subcontractors.This proposal is valid for at least ninety days. Signature...........:Sth.J.ShiektName...:Stephen'J.Schwicht,P.E.Date:May 16,2013 Title vee :Senior Project Manager Telephone (voice):907-562-2000 (fax);907-563-3953 Email Address:sschwicht@dowlhkm.com rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 1 of4 PART CERTIFICATION FOR ALASKA BUSINESS LICENSES AND REGISTRATIONSContractorandallSubcontractorsshallcomplywiththefollowingapplicablerequirementsofAlaska Statutes:D 1.Alaska Business License (Form 08-070 issued under AS 43.70)at the time designated for opening (i.e.,receipt)of proposals as required by AS 36.30.210(e)for Contractor;and not later than five days after a Notice of Intent to Award as required by AS 36.30.210(a)and AS 36.30.250(a)for all Subcontractors.In accordance with Administrative Manual,Section 81.120,proof of application for an Alaska Business license will satisfy this requirement.Per AAM 81.120,acceptable evidence that the offeror possesses a valid Alaska business license consists of any one of the following: a.Copy of the Alaska business license. b.Certification on the bid or proposal that the bidder/offeror has a valid Alaska business license number and has written the license number in the space provided on the proposal. A canceled check that demonstrates payment for the Alaska business license fee. A copy of the Alaska business license application with a receipt stamp from the State's business license office. A sworn notarized affidavit that the bidder/offeror applied and paid for the Alaska business license. Other forms of evidence acceptable to the Department of Law."9202.Certificate of Registration for each individual to be in "responsible charge"(AS 08.48.341(14))for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.211)issued prior to submittal of proposal.Associates,consultants,or specialists under the supervision of a registered individualin "responsible charge"are exempt from registration requirements (AS 08.48.331). 3.Certificate of Authorization for Corporate Practice for incorporated Contractors and incorporated Subcontractors for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.241).Corporations offering to provide Architectural, Engineering or Land Surveying services do not need to be registered for such disciplines at the time proposal is submitted provided they obtain corporate registration before contract award (AS 08.48.241). 4.Certificate of Incorporation (Alaska firms)or Certificate of Authorization for Foreign Firm ("Out-of-State"firms).All corporations,regardless of type of services provided,must have one of the certificates (AS 10.06.218 and other sections of Title 10.06 - Alaska Corporations Code). 5.Current Board of Director's Resolution for incorporated Contractors and incorporated Subcontractors for Architecture, Engineering or Land Surveying (reference AS 08.48.241)which names the person(s)designated in "responsible charge"for each discipline.Such persons shall be licensed in Alaska and shall participate as project staff in the Contract/Subcontracts. 6.All partners in a Partnership to provide Architectural,Engineering,or Land Surveying must be legally registered in Alaska prior to submittal of proposal for at least one of those disciplines (AS 08.48.251)which the Partnership offers. 7.Joint Ventures,regardless of type of services provided,must be licensed/registered in the legal name of the Joint Venture as used in this proposal (AS 43.70.020 and 43.70.110(4)). 8.Contracts for Architecture,Engineering or Land Surveying may not be awarded to individuals,corporations or partnerships not in compliance,respectively,with the provisions of paragraph 2,3,and 6,above (AS 36.90.100). [For information about licensing,Offerors may contact the Alaska Department of Commerce and Economic Development,Division of Occupational Licensing at P.O.Box 110806,Juneau,AK 99811-0806,or at Telephone (907)465-2550,or at Internet address:http:/Wwww.dced.state.ak.us/occ/home bus _licensing.html.] CERTIFICATION FOR INSURANCE Contractor will ensure that it and all Subcontractors have insurance coverage to effectuate the requirements of DOT&PF Form 25A269, Indemnification and Insurance. CERTIFICATION FOR FEDERAL-AID CONTRACTS EXCEEDING $100,000 The individual signing this proposal certifies to the best of his or her knowledge and belief,that: (1)No federal appropriated funds have been paid,by or on behalf of the Contractor,to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the Contractor shall complete and submit Standard Form-LLL,Disclosure of Lobbying Activities,in accordance with its instructions.Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. This certification is a material representation of fact upon which reliance will be placed if the proposed contract is awarded.Submission of this certification is a prerequisite for making or entering into the proposed contract imposed by Section 1352,Title 31,U.S.Code.The Contractor also agrees by submitting this proposal that Contractor shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such Subcontractors shall certify and disclose accordingly. tfp-d (Aprit 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 2 of 4 PART CERTIFICATION -COST AND PRICING DATA In accordance with AS 36.30.400,any cost and pricing data submitted herewith,or in any future price proposals for the proposed contract,will be accurate,complete and current as of the date submitted and will continue to be accurate and complete during the performance of the contract,if awarded. The contractor certifies that all costs submitted in a current or future price proposal are allowable In accordance with the cost principles of the Federal Acquisition Regulations of Title 48,Code of Federal Regulations (CFR),Part 31 and that the price proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31.In addition,all known material transactions or events that have occurred affecting the firm's ownership,organization and indirect costs rates have been disclosed. CERTIFICATION -TRADE RESTRICTIONS AND SUSPENSION AND DEBARMENT The individual signing this proposal certifies to the best of his or her knowledge that the Contractor and any subcontractors are in compliance with DOT&PF 25A262 Appendix A,General Conditions,Article A25 and Article A26. CERTIFICATION -FOREIGN CONTRACTING For state funded projects:by signature on this solicitation,the offeror certifies that all services provided under this contract by the Contractor and all subcontractors shall be performed in the United States.Failure to comply with this requirement may cause the state to reject the bid or proposal as non-responsive,or cancel the contract. CERTIFICATION --DBE COMMITMENT For federal-aid projects with DBE goals:if the Contractor submits a utilization report that proposes to use certified DBE's in the performance of work,the Contractor certifies that every effort will be made to meet or exceed the proposed percentage. In addition,the Contractor certifies that a Consultant Registration form shall be submitted to the DBE/Civil Rights Office for their firm and each subconsultant prior to award. CERTIFICATION -FORMER PUBLIC OFFICER Any proposer listing as a member of the proposer's team a current public officer or a former public officer who has left state service within the past two years must submit a sworn statement from that individual that the Alaska Executive Branch Ethics Act does not prohibit his or her participation in this project.If a proposer fails to submit a required statement,the proposal may be deemed nonresponsive or nonresponsible,and rejected,depending upon the materiality of the individual's proposed position. The Ethics Act bars a public officer who leaves state service from representing,advising or assisting a person for compensation regarding a matter- that was under consideration by the administrative unit in which the officer served,and _in which the officer participated personally and substantially through the exercise of official action, for two years after leaving state service.See AS 39.52.180(a)."Public officer”includes a state employee,a member of a state board and commission,and a trustee of the Exxon Valdez Oil Spill Trust."Official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction.Possible remedies for violating the bar include penalties against the former public officer and voiding the state grant,contract or lease in which the former public officer is involved. Additionally,former public officers may not disclose or use information acquired in the course of their official duties that could in any way result in a benefit to the former public officers or their families,if the information has not been disseminated to the public or is confidential by law,without appropriate authorization.See AS 39.52.140. Each current or former public officer is responsible for determining whether he or she may serve in the listed capacity on this project without violating the Ethics Act.A form that a former public officer may use to certify their eligibility is attached.Current public officers may seek advice from their designated ethics supervisors concerning the scope and application of the Ethics Act.Former public officers may,in writing,request advice from the Office of the Attorney General,Ethics Attorney concerning the application of the Ethics Act to their participation in this project.It is the responsibility of the individual and the proposer to seek resolution in a timely manner of any question concerning the individual's eligibility. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 3 of 4 RFP# Former Employee's Certification of Eligibility Under the Alaska Executive Branch Ethics Act (AS 39.62.140,AS 39.52.180) |am a former employee of the State of Alaska and left state service within the last two years.My last position with the state was [job title]with the [name_of state agency and administrative_unif}.|propose to work on [describe state contract_or other_matter]on behalf of [name of current employer].This work will not involve any matter (a)that was under consideration by the state administrative unit that |served,and (b)in which |participated personally and substantially during my state service through the exercise of official action ("official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction).1 am therefore eligible to participate in this [contract or matter]under the Alaska Executive Branch Ethics Act.|also understand that as a former public officer |may not disclose or use information acquired in the course of my official duties that could in any way result in a benefit to me or my family,if the information has not been disseminated to the public,or that is confidential by law,without appropriate authorization. |certify under penalty of perjury that the foregoing is true. Dated:,20_,at ,Alaska. [name of former state employee] STATE OF ALASKA ) )ss. JUDICIAL DISTRICT ) On this day of ,20__,[pame_of former state employee],whom | know to be the individual described in and who executed this certification,personally appeared before me and acknowledged that [s]he signed the certification as [her or his]free and voluntary act. IN WITNESS WHEREOF,I have placed my signature and affixed my official seal. Notary Public in and for Alaska My commission expires: If no notary or other official (udge,magistrate,U.S.postmaster or municipal clerk)is available,omit the notary certificate and include the following statement in the text.A notary or other official empowered to administeroathsisunavailable, rip-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 4 of 4 Y pow:Hkm| y = -_ @eme FER ALTHORITY Bradley Lake Hydroelectric Project Engineering Term Agreement 1.Objectives and Services Comprehension of Objectives and Services.The Alaska Energy Authority (AEA)is seeking two engineering contractors for term agreements to perform facility inspection,Federal Energy Regulatory Commission (FERC)licensing or regulatory technical assistance,engineering design services,safety inspections, training of project personnel on license or regulatory compliance and annual document preparation for the Bradley Lake Hydroelectric Project.To support AEA for this objective,DOWL HKM Alaska (DOWL HKM)has supplemented our extensive Alaska presence (now the largest Alaska-based engineering firm in the state)with the hydropower and FERC licensing expertise of Kleinschmidt, the dams/tunnels expertise of Schnabel,the Bradley Lake-specific experience of EPS,Jeff Coffin and Eberle Consulting,and the Alaska cost estimating knowledge of HMS.The DOWL HKM team has been hand-picked to provide the capabilities,experience and capacity to meet all the services under this term agreement.The breadth and depth of our team allows us to bring a combined total of more than 700 technical staff who can assist with any tasks, including urgent ones,that AEA or the Bradley Lake staff require. The DOWL HKM team has had successful experiences with other AEA contracts for review,environmental,administrative and support tasks,including Bradley Lake and the Susitna-Watana Dam projects.Through these opportunities,we have developed a first-hand understanding of AEA expectations for these types of services. Bradley Lake Hydroelectric Project Team &Services DOWL HKM -PM,Civil Engineering,Surveying,Land issues, Environmental Permitting,Cost Estimating Kleinschmidt -Hydroelectric &Mechanical Engineering, Hydrology,Licensing Schnabel -Geotechnical,Dam &Tunnel Engineering Eberle -Construction Oversight,Site Inspections and QA EPS -Mechanical,Electrical HMS -Cost Estimating Several members of our team are very familiar with the Bradley Lake Hydroelectric Project.David Eberle,of Eberle Consulting, served as the Project Manager for AEA during construction of the facility.Jeffrey H.Coffin,P.E.,of Kleinschmidt,participated in the design of the project and DOWL HKM's environmental group is currently working under a term contract to assist with a variety of permitting tasks on the site.EPS completed a series of Bradley Lake projects for Homer Electric Association (HEA)from 2005 to 2012. Statement of Services Sufficiently Explicit?Yes.Our team understands the nature of term service agreements,with decades of experience in utilizing term agreements,including work for AEA. Assumptions.We have assumed that AEA is interested in securing an on-call resource that is prepared to respond rapidly, professionally and with strong technical expertise on a variety of project and support needs.We commit to act as a partner with AEA in providing these services from day one. Alternative Design Considerations.Our team prides itself in listening carefully to the users and operators and looking for innovative solutions that meet the big-picture goals of our clients. Many of our experts participate on Value Engineering teams, serve on peer review boards and act as independent reviewers in addition to their roles as designers.Our team members are used to considering a broad range of solutions to complex problems.We understand and embrace the hard work involved in seeking out the best solution from an array of good ones.We will work closely with AEA and ask the type of smart questions that lead to more effective and creative solutions. 2.Methods What,When,How and in What Sequence?Our highly qualified team is ready to respond when tasks are presented.As proposed work tasks are identified,we will work closely with AEA to explore cost-effective approaches that could positively impact permitting, design and construction,as well as operation and maintenance. As illustrated in the schedule below,the typical sequence of work will include: 1.Work with AEA to define an initial scope of work; 2.Identify the team resources needed to complete the work; 3.Prepare and submit a refined scope,schedule and fee proposal: 4.Work with AEA on a final scope,schedule and budget; 5.Receive Notice-to-Proceed (NTP); 6.Complete work; 7.Conduct periodic progress meetings and progress reports;and 8.Regular contact with AEA to check on our performance. C.- Typical Task Order Sequence .i AEA/Bradley Lake Develops Concept of Scope : Joint Scoping Meeting &Research Prepare &Submit Proposal Negotiate &Fine-Tune Scope ; 5 AEA Issues NTP 4 Prepare Schedule &PM Plan Complete Work Progress Meetings &Reports +4 4 Lessons-Learned &Feedback 4+ Some tasks will be relatively straightforward with a clear scope identified from the start.For more complex tasks,we welcome the opportunity to gather our managers with AEA to gain a full understanding of the issues and participate in developing an approach that meets the project needs.As the needs are identified, our Project Manager will engage the appropriate experts to develop Pagel DOWL HKM|=ALASKA.Bradley Lake Hydroelectric Project Engineering Term Agreement a detailed work plan to accomplish the task.The work plan and costs will be prepared and presented to AEA for review and discussion.Our intent is to act as a partner and team with AEA and Bradley Lake staff and contractors to perform assigned work as an extension of your staff. One of our most important methods for successful implementation of tasks under a term services agreement is to have an established management plan and a competent Project Managerto implement it.Our Project Manager,Steve Schwicht,has established a reputation for making sure all parties understand the expectations before work begins.He will carefully coordinate each task according to the plan and with input from AEA. "Steve Schwicht (DOWL HKM)has shown great.Jeadership and skill in working with many agen-| cies,the City,individual project teams,and others : _in leading and managing over $40 million in proj-|.ects through design and on into construction.It § _has truly felt like a partnership has been forged § _between the City and the Agencies on these proj-3 ects.Steve has been ably assisted by a host of oth-§ ers who have worked as a team to ensure success. We could not be more pleased or satisfied with the entire team.” _Martin B.Moore,Sr.,Emmonak City Manager Proximity to the Project Site and Geographic Familiarity.The DOWL HKM office is conveniently located in mid-town Anchorage, a few moments away from AEA's office and less than an hour away from Homer by air. job more effectively and efficiently.DOWL HKM's Project Manager will manage and closely monitor all subcontractor work to make sure AEA's expectations are met. Distinct and Substantive Qualifications.The DOWL HKM team is well-suited to perform the scope of services required for the Bradley Lake Hydroelectric project,as summarized below. *Large Dam Experience -Kleinschmidt and Schnabel are world- class dam and tunnel engineers with experience in all aspects of construction,safety,hydrology,hydraulics,seismology,geology, tectonics and work on large hydroelectric and tunneling projects in the U.S.and internationally,including in Alaska and specifically on Bradley Lake. *Alaska Understanding -DOWL HKM has been providing engineering services for large,multi-disciplinary construction projects in rural Alaska for more than 50 years.Kleinschmidt, Schnabel,EPS,HMS and Eberle Consulting have significant Alaska project experience as well. *Bradley Lake Project-specific Understanding --Team members from Kleinschmidt,EPS,and Eberle Consulting have extensive,first-hand experience on-site at Bradley Lake.This broad understanding and perspective will increase the effectiveness of our team's services to AEA. *In-house Technical Expertise -Functions that require professional engineer leadership are led by registered Alaska professional engineers.In each case,these individuals are assisted and supported by other registered engineers or technical experts. The team's additional depth of resources in dam engineering, permitting,licensing,construction and large projects in arctic climates will be available on-call to AEA and Bradley Lake staff. *Understanding of AEATeammemberDavidEberleDOWLHKMTeam's Distinct &Substantive Qualifications Administrative andislocatedinHomer,the town closest to the Bradley .en, Lake site.EPS has worked ”paperience with:extensively on the Kenai °Large vam Peninsula,with HEA and at e Large,Rural Alaska Contractual Requirements ¥AEA Understanding -DOWL HKM is experienced withAEA's administrative and contractual processes from ¥Accessibility of Staff our work with AEA under our environmental term contract and our Susitna-Watana ¥Subcontractor Oversight Bradley Lake.Construction All of the functions which «Bradley Lake v In-house Expertise require professional engineering leadership are led by Alaska-registered professional engineers and most of these individuals live in Alaska.Our team members have extensive experience in Alaska and are knowledgeable about Alaska geography,logistics and construction techniques.Our proximity to both AEA staff and to the Bradley Lake site will help reduce travel costs and make our team an excellent choice to assist on this contract. Subcontractors.The work to be done by subcontractors will depend on the types of project assignments given to our team.Our governing philosophy will be to only bring those resources to bear on projects when doing so will add value and enable us to do the Dam Board of Consultants contract.Furthermore,AEA uses State of Alaska Department of Transportation and Public Facilities (DOT&PF)contracts and processes.DOT&PF is DOWL HKWM's largest client in Alaska and we are thoroughly familiar with their procedures. *Subcontractor Oversight Capabilities -DOWL HKM routinely manages multiple subcontractors on our larger projects.This past year we managed more than $6 million in subcontractor fees from our Anchorage office. +Staff Accessibility -Our Project Manager and the majority of our functional leads are located in Anchorage and will be readily accessible to AEA and Bradley Lake staff.We also offer video- Page 2 x - f=BR HG ALTHORITYDownHKM|Bradley Lake Hydroelectric Project Engineering Term Agreement conferencing and web-based collaboration tools to make the technical expertise of Kleinschmidt and Schnabel available to AEA and other project stakeholders. 3.Management Administrative and Operational Structures.DOWL HKM demands a strict administrative and operational structure to maintain schedules,budgets and quality control (QC)of documents. Communication within the DOWL HKM team and with AEA will be carried out using e-mail,telephone and face-to-face meetings.We will organize and hold a project kick-off meeting and will meet with AEA as needed when new tasks are being proposed to help define the scope of work,staff assignments,schedule and budgets. We will hold regular team progress meetings to monitor progress and identify potential issues,so they are addressed before they become problems.At each progress meeting the team leader will report on the status of project tasks and action items from the previous meeting,as well as track the budget. Overall Responsibility.Contract management will be provided by Steve Schwicht,P.E.Steve will be responsible for day-to-day contact with AEA and overall management of the DOWL HKM team. Steve will make sure deliverables are completed,subcontracts are negotiated and awarded and that schedules and commitments are met.Steve will oversee billings and progress reporting, and make sure proper resources are allocated to the project. Steve has a long career working on large,complex rural Alaska projects involving multi-disciplinary teams.He has demonstrated his project management and engineering skills in Alaska while serving in management roles at the U.S.Army Corps of Engineers (USACE),Alyeska Pipeline Services Company,Federal Aviation Administration and DOWL HKM.He is also registered as a Project Management Professional (PMP #30290).Steve stresses the importance of maintaining communication and accountability throughout the duration of the project and will make sure that our QC procedures are followed. Direct Responsibility for Specific Disciplines.The organizational chart at right outlines the primary staff responsible for each specific discipline required for the EPS will be performed from Anchorage.Dave Eberle will be readily available to be dispatched to the project site from his office in Homer. Kleinschmidt will work from offices in Oregon,Pennsylvania,and Maine.Schnabel will work on the project from North Carolina. Inspecting Work in Progress.DOWL HKM's team welcomes over-the-shoulder reviews and AEA will have full access to project documents and our staff at any time.DOWL HKM will maintain a library and depository of project information in our Anchorage office. The team will keep project documents on a project SharePoint site for ready access by AEA and the team. Maintaining Communications.Our mission is to be a company worthy of the trust of our clients,and this is accomplished through effective,honest communication.DOWL HKM will conduct regular progress meetings to review project scope,ongoing work items and budget.The frequency of these meetings will be adapted to match the project schedule and needs.We will complement our progress meetings with telephone and email updates and monthly progress reports that accompany the monthly invoice.Progress reports will summarize the status of all key tasks and issues so that progress and upcoming events are understood and coordinated.We have developed a submittal tracking chart for our projects that is effective in keeping track of the various submittals and action items.Project Manager Steve Schwicht will be readily available to meet with the AEA Project Manager in person or by phone if direction is needed, work needs to be reviewed,sensitive issues come up or ideas just need to be bounced around.Steve and the project team have effectively used the same approach on the current AEA Board of Consultants project. 4.Proposed Project Staff The project staff shown in the organizational chart is the team that will complete the various tasks.This team has been customized to fit this contract and uses the full breadth and depth of experience of the DOWL HKM team.Qualifications for each lead team member are detailed in the table on the next page. qa,ENERGY AUTHORITY Contract/Project Manager: Stephen J.Schwicht,P.E.,PMP (CE-6882-AK) contract."Engineering -Additional Services. Lines of Authority.As Project Manager, Steve will be the primary point-of-contact for AEA on all day-to-day contractual and administrative matters.Lead personnel for (CE-10051-AK)(D) Mechanical Engineering support personnel assigned to them.The Hydroelectric Engineeringorganizationalchartillustratesthelinesof|Jeff coffin,Re.(ce-siss-antk) authority on the Bradley Lake Hydroelectric Hydrology Civil Engineering Va >Steven K.Noble,P.E.,PTOE,AVS' - ' DamSafety Inspections/Studies'om Fitzgerald (S) Warren Taylor,P.E.(ME-11050-AK)(E} License Amendmentseachdisciplinewillhavedirectoversightofa Jeff Coffin,P.E.(CE-5155-AK)(K) Safety &Decumentation FERC Licensing &Safety Jeff Coffin,PE.(CE-S155-AK)(K)Land Survey A.Willie Stoll,PLS,CFedS (LS-12041-AK)(D) Cost Estimating Steven K.Noble,P.E.,PTOE,AVS (D) Jeremiah Maher (K)Land Title Search C.Michelle Colby,SR/WA,RW-RAC,Environmental/Permitting RW-NAC (D) Kristen Hansen (D) Construction Oversight/QA Water Flow Documentation Dave Eberle (EC) Jeff Coffin,P.E.(K) Project. 'DOWL HKM Team Support Staff ;JWhereContractServicesWillbe Performed.With the exception of structural p)=powtnKm (E)=EPS {K)=Kleinschmidt {S)=Schnabel (H)=HMS (EC)=Eberle Consulting engineering,services by DOWL HKM and |Page 3 DOWL HKM|perennial ARRESER Personnel/Firm/Residency Seaeueemenn Rename Bradley Lake Hydroelectric Project Engineering Term Agreement/=Pein AL URI EMEUSEEE Primary Responsibilities/Brief Resume/References SaieataaeeemneContract)Project Manager Stephen J.Schwicht,P.E.,LEED AP,PMP (CE-6882-AK) DOWL HK\M,Alaska Resident (resume right)_ Mr.Stephen Schwicht,P.E.,is the DOWL HKM Team's Contract and Project Manager.He will be the point-of-contact with AEA for all contractual and administrative matters.He will assign staff,track deliverables and commitments and provide QA/QC for all deliverables. e More than 32 years of experience working on large rural Alaska projects as:Project Manager for USACE;Manager of Engineering,Maintenance and Projects at the Valdez Marine Terminal for Alyeska;Program Manager with the FAA;commissioned Engineer Officer for USACE,and manager of several engineering departments at DOWL HKM. Currently the Contract/Project Manager for AEA's Susitna-Watana Independent Board of Consultants and Advisors. Managed multiple multi-million dollar marine,runway,utility and building projects for USACE. Managed all aspects of maintenance,engineering and projects at the $2 billion Valdez Marine Terminal for Alyeska Pipeline. Completed testing,inspection and QC support for the $1 billion Port of Anchorage Expansion project. Managed 60 rural water,sewer,buildings and dam projects for the Alaska Native Tribal Health Consortium. Capital Projects Director for the City of Emmonak managing $60 million in landfill,roads,utilities and port and dock construction. eferences:Bryan Carey,AEA,771-3065;Martin Moore,City of Emmonak,949-1227;Marc Stemp,AVCP,(800)478-3521weeeveee Civil Engineering Civil Engineering Lead: Steven K.Noble,P.E.(CE-10051-AK),PTOE,AVS DOWL HKM,Alaska Resident (resume right) Support Staff: Matthew J.Mettler,P.E.(CE-11428-AK),DOWL HKM,Montana Resident -Structural Craig S.Parker,P.E. Kleinschmidt,Oregon Resident -Structural Jason H.Thom,P.E.(CE-13629-AK) DOWL HKM,Montana Resident Civil Mr,Steve Noble,P.E.,is DOWL HKM's lead Civil Engineer for this project. e DOWL HKM's senior transportation and utilities engineer and manager of DOWL HKM''s Alaska offices. Manager of most of DOWL HKM Alaska's largest transportation and utility engineering projects over the last 15 years. Provides QA and QC reviews for many of DOWL HKM's projects. Leader of DOWL HKM's value engineering studies and is an Associate Value Engineering Specialist. Currently leading DOWL HKM's work for AIDEA on the 200-mile Ambler Mining District Access. Currently managing the Haines Milepost 3.5-25.3 highway upgrade and Sterling Highway Milepost 58-79 projects. Manager of the Forest Highway 43 Road Improvements,12 miles of timber extraction road upgraded to a paved public highway. Manager of airport,port and rail design projects in rural and urban Alaska. eferences:Jim Amundsen,DOT&PF,269-0595;Cynthia Ferguson,DOT&PF,269-0589;Kelly Petersen,DOT&PF,269-0546wmeeewnee Mechanical Engineering Mechanical Engineering Lead: Warren Taylor,P.E.,(ME-11050-AK) Electric Power Systems,Inc.,Alaska Resident (resume right)UC Support Staff : Matt Dunlap,P.E. Kleinschmidt,Pennsylvania Resident -Mechanical Engineering (resume next page) Mr.Warren Taylor,P.E.,has 14 years'mechanical engineering experience performing mechanical design,energy management,renewable energy system support,construction services and project management and will lead Mechanical Engineering. e Responsible for development and review of shop drawings,equipment sizing and selection,system analysis and studies,energy audit analysis,seismic stress and load calculations,code studies,system operation evaluations,system troubleshooting,testing and commissioning and costestimating(construction/engineer)services. e Performed design engineering services for two,5-megawatt nominal diesel generators at a new power generation facility for the UnalaskaPowerhouseRenovation. e Performed design engineering services including seismic load calculations,HVAC and plumbing shop drawings,and preliminary materialssubmittalreviewforFortRichardsonBarracks,Phase IV. References:Bob Zacharzki,Doyon Utilities,338-3600;Brad Reeve,Kotzebue Electric Association,Inc.,442-4391;Clay Hammer,WrangellMunicipalLightandPower,874-3602 Page 4 DOWLHKM|Bradley Lake Hydroelectric Project Engineering Term Agreementf=xpEMEHGYAUTHORITY oe Primary Responsibilities/Brief Resume/References &Mr.Matttt Dunlap,PE.,,will orovide mechanical engineering support for feasibility studies,cost estimation and conceptual design.Mattis a Senior Mechanical Engineer with more than 13 years'experience on dozens of hydroelectric projects throughout the U.S. e Specializes in performing hydroelectric feasibility studies,designing and construction monitoring of new hydroelectric power-stations, evaluating and rehabilitating hydroelectric generating equipment,designing new and modified fish passage facilities and designing ancillary power generating equipment including gates,penstocks and lifting mechanisms. e Has completed upgrade feasibility studies,inspection and evaluation of turbine equipment,bid evaluations (including one for the Copper Valley Electric Association in Valdez),system headloss evaluations,turbine efficiency testing,and ultrasonic penstock and gate inspections. Has a rope access work safety certification from Rope Access International for the inspections of a variety of gates and penstocks. Senior Project Engineer for the Holtwood Redevelopment project,the largest new power station facilities built in the eastem U.S.,in the last two decades.Included engineering oversight for the complete contract,design of the Turbine Generator package,300t Gantry Crane,100-foot deep Trash-rake,new Rubber-Dam pneumatic system and all pumps,valves and piping.The project responsibilities also extended beyond the design and bidding phase to include daily construction monitoring of all turbine and mechanical system installation/alignment activities. References:Chris Porse,Station Superintendent,PPL Holtwood,(610)284-6257;John Duhamel,Copper Valley Electric Association,822-3211; Damon Zdunich,Managing Partner,Northern Illinois Hydropower,(312)320-1610 Geotechnical/Dam Engineering Geotechnical/Dam Engineering Lead: TomFitzgerald,P.E.(CE-13676-AK)Schnabel,North Carolina Resident (resume right) Support Staff: Robert Cannon,P.E. Schnabel,North Carolina Resident ProfessionalGeologist--- Dave Chapman,PE.Schnabel,North Carolina Resident,Tunnels,Dam Safety Howard Weston,P.E.,(CE-6842-AK) DOWL HKM,Alaska Resident,Geotechnical a Mr.Tom Fitzgerald,P.E.,will lead geotechnical and dam engineering. e More than 16 years'experience in the design,construction,inspection and evaluation of dams. e Recent Design and Construction Manager for Deep Creek Dam,a 74-foot high,1490-foot-long flood control dam with both roller compacted concrete (RCC)and earthfill sections in Yadkin County,North Carolina.The project is the first use of grout enriched RCC as the sole upstream barrier on an RCC dam in the U.S.Project won the USSD 2013 Award of Excellence and ACEC 2012 National Recognition Award, e Recently completed the FERC Part 12D Independent Consultant dam safety inspection of the South Fork Tolt Project for Seattle City Light(SCL),including the South Fork Tolt Dam,two regulating basin dams and power generation facilities,the moming glory spillway,ring gate,intakeJbridgeandtowerandspillwaydischargetunnel.The Dam rests on a complex glacial foundation in a steep,seismically active area prone to large landslides and uses extensive instrumentation to monitor tunnel seepage and groundwater conditions. e Upcoming Part 12D inspection for the City Light's Cedar Falls Dam,a 215-foot high,1,000-foot long,100-year-old cyclopean concrete structure. e Lead Dam Engineer on the Sweetheart Lake Dam,a new 30-Megawatt hydroelectric facility in development southeast of Juneau for Juneau] Hydro.The project includes raising an existing lake approximately 85 feet;construction of a new,500-foot long,100-foot high RCC dam;an intake structure;a 12-foot diameter,10,390-foot long unlined power tunnel;and a 9-foot diameter,1,650-foot long penstock extending to the powerhouse. Challenges include remoteness of site,lack of access and steep terrain. References:Jason Walker,Yadkin SWCD,(336)679-8052;Kimberly Pate,SCL (206)684-3705;Duff Mitchell,Juneau Hydro,789-2775. Hydroelectric Engineering and Hydrology Hydroelectric Engineering and Hydrology Lead:JeffreyH.Coffin,P.E.(CE-5155-AK)Kleinschmidt,,Dregon Resident (resume right)HydroelectriciElectrical Support Staff: Thomas L.Kahl,P.E. Kleinschmidt,Maine Resident -Hydroelectric Structural (resume below) David Buss,P.E.(CE-10466-AK) EPS,Alaska Resident -Electrical Engineering Wes Gerrish,P.E. Kleinschmidt,Maine Resident -Electrical Engineering Mr.Jeff Coffin will provide hydroelectric engineering and hydrology leadership for feasibility studies,cost estimation and conceptual design efforts associated with the project,as well as dam safety evaluations and investigations.Jeff has more than 30 years'experience performing hydrologicanalysesandhydraulicmodelingforexistingandproposedhydroelectricprojects,transportation facilities and site development.Completed several projects for Copper Valley Electric Association (CVEA)and Ketchikan Public Utilities (KPU). ©Asa Senior Civil Engineer with R&M Consultants,Inc.,participated in design of projects with consideration of both permafrost and seasonal frost conditions including the Bradley Lake,Susitna,Grant Lake,and other hydroelectric projects.Worked on initial design and construction of Bradley Lake including coastal and hydrologic field data collection,glacial studies,and design of access road hydraulic structures. e Formerly a Civil Engineer/Hydrologist with the Alaska District,USACE in Anchorage. e Experience includes hydrologic,hydraulic and other models,including DAMBRK,HEC-RAS,HEC-HMS,HEC-1,HEC-2,BREACH,ILLUDAS, SURGE,CE-QUAL-RIV1,PHABSIM,QUAL2e and ArcCAD.Has been involved with project scoping,study design,field data collection,data entryandoperationofthemodelsandanalysisofresults.Modeling projects have ranged from small open channels to the Yukon River,from nearlyleveltomountainousterrain. Page5 DOWL HKM | PE Personnel/Firm/Residency Seaeaaaiied WelHyarolopySupportStaff: Bradley M.Melocik,P.E.(CE-11098-AK) DOWL HKM,Alaska Resident -Hydrologic Engineer Jason H,Thom,P.E.(CE-13629-AK) DOWL HKM,Montana Resident Hydraulics Bradley Lake Hydroelectric Project Engineering Term Agreement'=ENG WGY ATHORITY Zz ex Sane Primary Responsibilities/Brief Resume/References Reeeeeaeta tet Sa mame ma aeRCaen°Specializes |in dam safely inspections/dam stability analyses.He has been approved by FERC as an dependant consultant for Part 12 damsafetyinspectionssince1997andalsoconductstaintergate/penstock inspections.He assists with presentations of FERC Potential Failure ModeAnalysis(PFMA)training workshops and has worked asa facilitator for PFMAs at FERC projects.He conducted a Part 12 dam safety inspectionatCVEA's Solomon Gulch Project in 2012 and a State of Alaska dam safety inspection at KPU's Carlanna Lake Dam in 2011. References:John Duhamel,CVEA,822-8301;Jennifer Holstrom,KPU,228-4733;Scott Larrondo,Idaho Power Company,(208)388-2484 Thomas L.Kahl,P.E.(resume right)Mr.Thomas Kahl will support hydroelectric engineering.He has more than 37 years of experience focusing on the planning,evaluation, rehabilitation and construction on more than 100 hydroelectric projects. e Completed feasibility studies,functional layout,structural design,specification writing,and construction monitoring for the building and rehabilitation of most types of hydroelectric related structures including powerhouses,dams,spillways,gates,intakes,foundations,penstocks, cofferdams,and fishways,and is a nationally recognized expert on penstock inspection and design. e Project Manager and Chief Engineer for the Holtwood 125MW Redevelopment project,the largest new hydro power station project in the Eastern U.S.in the last two decades. e Independent reviewer of the proposed Whitman Lake Hydroelectric Project for KPU. References:Jennifer Holstrom,KPU,228-4633;Dale Zeisloft,PPL Generation,(610)774-7850;Michael Scarzello,Green Mountain Power,(802) 747-5207 Land Surveying Land Surveying Lead: A.Willie Stoll,PLS (LS-12041-AK),CFedS DOWL HKM,Alaska Resident (resume right) Willie Stoll,PLS will lead land surveying and mapping services.He has led numerous surveys projects for USACE,and DOT&PF. e Experienced in ROW surveying,LIDAR mapping,large scale geodetic control networks and topographic surveys. e Rural projects examples include LIDAR mapping of a large scale pipeline corridor from Fairbanks to the Canadian border,ROW mapping for the Seward Highway MP 75-90 realignment;survey and mapping of a new airport and four miles of road in Port Graham;survey and mapping the Steven K.Noble,P.E.,PTOE,AVS (resume under Civil Engineering) Support Staff: All team members,as needed Ehsan Mughal HMS,Alaska Resident (resume right) @ eyPP ort Sta Ambler Mining Access Road;and mapping of the Beluga Coal Field.ey References:Matt Burkholder,DOT&PF,269-0701;Louise Hooyer,DOT&PF,269-0713;Jerry Zuspan,USACE,753-2660 Cost Estimating Cost Estimating Lead:i?Mr.Ehsan Mughal of HMS,Inc.,an independent cost consulting firm specializing in the preparation of construction cost estimates at all phases ofdesignsince1980,will support the cost estimating for this project.He will be the principal-in-charge/point of contact at HMS Inc.and responsibleforoverseeingallworkdonebyestimatingstaff.His involvement will include performing detailed quantity surveys,developing labor rates,estimatepreparation,QC and verifying the accuracy of our estimates. Experience with estimating access roads,air strips and infrastructure utilities;crew housing,laundry and recreational facilities;power inter-tiefromdamtomaingridsystem;earthen or concrete dams including power generating turbines,Scada control systems,switchgear,etc.;fuel firedpowerplants;and dams. Land Title Search Land Title Search Lead: DOWL HKM,Alaska Resident (resume right) Support Staff: Three support staff C.Michelle Colby,SRWA,RW-NAC,RIW-RAC Ms.Colby has more than 15 years of specialized ROW project management,negotiation,acquisition,relocation,appraisal and title experience.e Managed the ROW appraisal,acquisition and relocation phases of more than 40 highway and airport relocation projects in the last 12 years.e Projects vary in complexity from rural airport projects that require land from Native allottees and corporations,to more than 149-piece urban highway reconstruction projects with ROW budgets in excess of $22 million. e Recent projects include Homer East End Road;West Dowling Road Phase I:Old Seward Highway to C Street;Glenn Highway Reconstruction:Gambell Street to Airport Heights Drive;and Van Buren Street/48"Avenue Area Improvements. References:Lorraine Kastner,DOT&PF,269-0692;Jim Amundsen,DOT&PF,269-0595;Lynda Hummel,DOT&PF,269-0710 Page 6 DOW HKM| ERE Personnel/Firm/Residency Sapeakenal RaeeaEe -_-(=EeeEhbayAe ry Bradley Lake Hydroelectric Project Engineering Term Agreement SERMEEEEE Primary Responsibilities/Brief Resume/References % Construction Oversight/QA Construction Oversight/QA Lead: David Eberle Eberle Consulting,Homer,Alaska Resident (resume right) Support Staff: All team members,as needed Mr.David Eberle will provide initial site investigations,assist in project safety inspections,provide construction oversight and manage inspection services from his office in Homer. e Has more than 35 years of design,construction and project management experience. e AEA's Project Manager for the Bradley Lake Project responsible for the licensing,design,construction and start-up of the original $350 million project.He is intimately familiar with the project's design and operational features,and spent considerable time in the field during construction and the subsequent inspection of the tunnel following an uncontrolled dewatering event. AEA's Project Manager for the design and construction of the Anchorage-Fairbanks Intertie Project. Regional Director and Director of Design and Construction for the Alaska DOT&PF. Director of Construction for the Anchorage Intemational Airport Concourse C Terminal Reconstruction Project totaling more than $500 million. Wealth of experience managing design and construction of large projects and use of innovative construction procurement methods.Well known for his ability to work closely,cooperatively and fairly with construction contractors on challenging projects. e Resides in Homer,Alaska and is readily available for dispatch to the project site. References:Joseph Perkins,consultant,364-3450;Brent Petrie,retired,243-7293;John Parrot,Anchorage International Airport,266-2673 FERC Licensing and Safety FERC Licensing and Safety Lead: Jeffrey H.Coffin,P.E.(CE-5155-AK) (resume above) Support Staff: Dam Safety Inspections/Studies Dave Eberle (resume above) Tom Fitzgerald,P.E.(resume above) Water Flow Documentation Jeffrey H.Coffin,P.E.(resume above) License Amendments Jay Maher Kleinschmidt,Pennsylvania Resident (resume right) Mr.Jay Maher has more than 22 years of experience working on dozens of hydropower licensing and compliance projects and will provide FERC licensing and other regulatory leadership for efforts associated with the project. ®He has direct,ongoing experience managing ILP and traditional licensing,environmental analyses,shoreline management and other FERC compliance plans. e Recent work concentrates on complex relicensing and advising clients on the development and redevelopment of hydro resources.He is serving as Project Manager for the design and licensing of two new hydropower developments at USACE facilities and the development or redevelopment at six other hydropower facilities including strategic planning,agency and public coordination and development of all project related documentation. e Extensive experience working with public stakeholders.He has facilitated large and small public meetings on a wide range of resource management issues and has made numerous invited presentations at national symposia and conferences,universities,and professional organizations. References:Morgan Parke,FirstEnergy Service Company,(330)384-4595;Mark Contor,Northem Lights Co-Op,Inc.,(208)255-5380;Damon Zdunich,Northem tllinois Hydropower,LLC,(312)408-4353 Environmental/Permitting Kristen Hansen (resume right) DOWL HKM,Alaska Resident Ms.Kristen Hansen is DOWL HKM's Environmental Services Manager and will lead environmental permitting associated with the projects.e More than 15 years of professional environmental consulting experience in Alaska,including agency coordination,preparation of NEPAdocumentation,wetlands delineation and permitting and development of mitigation strategies experience. e Leader of DOWL HKM's Susitna-Watana Environmental Term Contract.Serves as Program Lead for the socioeconomic studies,air qualityanalysisandtransportationstudiesandfisheriesstudies. e Kristen is assisting with a fisheries analysis for the Battle Creek diversion at Bradley Lake and will make recommendations for responses to the agency comments and other assistance to strengthen the AEA license amendment. References:Betsy McGregor,AEA,771-3957;Bryan Carey,AEA,771-3065;Ryan Anderson,DOT&PF,451-6129 Page 7 ad DOWLHKM|-'=BERG AUTHORITY,Bradley Lake Hydroelectric Project Engineering Term Agreement 5.Workload and Resources Current and Potential Tme Commitments of Proposed Project Staff. Stephen J.Schwicht,P.E., LEED AP PMP -Contract/Project 60%40% Manager Steven K.Noble,P.E.,PTOE, AVS -Civil Engineering/Cost 60%40% Estimating Warren Taylor,P.E.- Mechanical Engineering Tom Fitzgerald,P.E.- 80%40% Geotechnical/Dam 60%40% Engineering Jeffrey H.Coffin,PE.- Hydroelectric Engineering &°F Hydrology;FERC Licensing &50%10% Safety A.Willie Stoll,PLS,CFedS -70%50%Land Surveying C.Michelle Colby,SRIWA,RW- NAC,RIW-RAC -60%40% Land Title Search David Eberle -5 5 Construction Oversight/QA 10%10% Ehsan Mughal -4 0 Cost Estimating 15%18% Projected Workload of Each Firm. o 29 2 FIRM 5 =S 2 =3SES|SEOoS|]*Oo DOWL HKM 60%40% Kleinschmidt 75%35% Schnabel 60%45% Eberle Consulting 10%10% EPS 80%60% HMS 60%60% Adequate Support Personnel,Facilities and Other Resources to Provide the Services Required.DOWL HKM is an Alaska- based firm with 388 employees in six states,nearly 200 of whom OQer Lt 6@,2 BZD work in Alaska.DOWL HKM offices are equipped with several large conference rooms with video and audio conference capabilities, and digital projectors and screens.Our clients routinely ask that we host large client meetings and conferences because of our modern,comfortable facilities and our staff's meeting planning and hosting expertise. List of Current Contracts with the Contracting Agency. 1.Susitna Watana Independent Board of Consultants and Advisors. 2.Susitna-Watana Environmental Term Contract &Bradley Lake Battle Creek Diversion Environmental Services. 3.Ambler Mining District Access Study. Capabilities for Providing Additional Services and/or Services Under an Accelerated Schedule:DOWL HKM,Kleinschmidt and Schnabel's combined resources of a pnmatey 200 engineeringandsupportpersonnelinAlaskaand500intheLower48givesus plenty of excess capacity and an ability to accelerate this project. The majority of Kleinschmidt's staff is focused on serving the hydroelectric industry and they have expertise in FERC licensing. Kleinschmidt has a staff of more than 50 engineering and design professionals providing services to hydro clients.Kleinschmidt's licensing and environmental staff totals more than 60 professionals providing FERC licensing and compliance services to hydro clients. Schnabel brings considerable scientific and engineering expertise focused on dams.Schnabel has 70-plus professionals who work exclusively on dams.This includes engineers and scientists in all aspects of dam development.Schnabel also has 30 professionals, primarily in the western U.S.,who do large diameter tunnels and shafts for hydroelectric and other big engineering projects.The DOWL HKM team has a vast network of technical specialists outside of our firms,that can be called upon if needed.For example,if specialized assistance is needed for extreme precipitation studies, specialists such as Ed Tomlinson and Bill Kappel of Applied Weather Associates could be included in that task order. 6.Past Performance Susitna-Watana Independent Board of Consultants and Advisors Firms/Staff:DOWL HKM -Steve Schwicht;Schnabel -Robert Cannon Project Cost:$856,800 Reference:Bryan Carey,AEA,771-3065 Description:The DOWL HKM/Schnabel team is responsible for selecting and managing a Board of Consultants and Advisors to provide a peer review for the Susitna-Watana Dam.This contract also involves other specialty tasks outside of the BOC process, such as a review of alternate procurement methods. Project Successes:This project demonstrates the DOWL HKM/ Schnabel team's ability to assemble the right mix of hydroelectric experts on an on-call basis to work on AEA's specific needs at any given time.Since project initiation in October 2012,we have initiated and/or completed five NTPs involving eight subcontractors. The DOWL HKM/Schnabel team views itself as an extension of the [Pages ae DOWL HKM| a -'=qmme FFE A TRRITY Bradley Lake Hydroelectric Project Engineering Term Agreement AEA staff -our goal has been to minimize AEA workload and take on the burden of project administration details. How Experience Will Help Team on This Project:Many of the project management tasks are the same for both projects,which means we already know how to complete them. "|appreciate that (you)provided the cost estimate very early in this process,as AEA had requested.” -Betsy McGregor,AEA Environmental Manager,on Environmental Services contract Susitna-Watana lela sen elec nati LakeBattleCreekDiversionEnvironmentalServices Firms/Staff:DOWL HKM -Kristé Contract Amount to Date:$5,029,287 Reference:Betsy McGregor,AEA,771-3957;Bryan Carey,AEA, 771-3065 Description:DOWL HKM is under contract to the AEA to provide environmental services in support of the Susitna-Watana Project and for the Bradley Lake Battle Creek Diversion Project.DOWL HKM's primary role for Susitna-Watana is Program Lead for the socioeconomic studies,air quality analysis and transportation studies and fisheries studies.For Battle Creek,the DOWL HKM team is providing technical expertise for the fisheries analysis, recommendations for responses to agency comments and other assistance to strengthen the AEA license amendment. The Bradley Lake Dam Project Successes:These two projects demonstrate DOWL HKWM's ability to assemble the right team of environmental and hydroelectric experts to support AEA's specific needs.The studies are on a very aggressive timeline,and the DOWL HKM team has met every deliverable on time and on budget. How Experience Will Help Team on This Project:Many of the project management tasks are the same.Our work increases our familiarity with the Bradley Lake project and the proposed Battle Creek Diversion and their associated challenges. Bradley Lake Turbine Deck Ambler Mining District Access Study Firms/Staff:DOWL HKM -Steve Noble,Howard Weston,Kristen __ ",..an outstanding document.Your crew |really did a nice job....very good report.” -Pat Kemp,State of Alaska DOT&PF .Commissioner,on Ambler Mining District Access Study project report ERNMRDerpegenperoemerger:Hansen,Brad Melocik,Brian Hanson Project Cost:$3,500,000 Reference:Ryan Anderson,DOT&PF,451-5129 Description:DOWL HKM is performing engineering and environmental services on the Ambler Access Study,which is identifying and evaluating road corridors connecting the Ambler Mining District and nearby villages to the existing transportation system.Currently we are preparing for our third season of environmental and engineering field work under contract to AIDEA. Project Successes:In a span of just under two years,we have refined the project from 11 road and rail corridor options within an 80,000-square mile study area to a preliminary 200-mile preferred corridor with an estimated construction cost of $410 million and $8.1 million in annual maintenance. How Experience Will Help Team on This Project:The Ambler Access Study demonstrates our ability to oversee heavy civil projects in remote areas of Alaska within a complex regulatory environment. Page9 ee DOWL HKM|-_'=Fae Re ACTOR Copper Valley Electric Association, Multiple Tasks Firm/Staff:Kleinschmidt Associates -Jeff Coffin,Matt Dunlap,Jay Maher Project Cost:$88,100 Reference:John Duhamel,Executive Engineer/Project Manager, CVEA,822-8301 Description:Kleinschmidt has assisted CVEA with eight task orders including preparing an Owners Dam Safety Program; preparing a Part 12D Consultant's Safety Inspection Report; preparing,reviewing,and updating a Dam Safety Surveillance and Monitoring Report and Plan;conducting a penstock surge analysis; updating an existing Spill Prevention Control and Countermeasure Plan;and reviewing and evaluating contractor turbine/generator bids. Project Success:This project demonstrates Kleinschmidt's broad hydroelectric capabilities and ability to respond rapidly to dam _"Twant to thank you for your participation ,in the Markland Relicensing Project.I could | not have done this without you and your expertise,creativity,and dedication.We have a great New License and you are largely responsible for that.” -Tami Styer,Project Manager,Duke Energy pE Bisa: safety,SPCC and penstock issues. How the Experience Will Help the Team on This Project:Many of the tasks conducted for CVEA are similar to those anticipated under this program for AEA.The familiarity with FERC dam safety regulations,regulators and potential failure modes will help streamline tasks performed for AEA. Ketchikan Public Utilities,Multiple Tasks Firm/Staff:Kleinschmidt Associates Jeff Coffin,Tom Kahl, Wesley Gerrish Project Cost:$50,900 Reference:Jennifer Holstrom,Senior Project Engineer,KPU 228- 4733 Description:Kleinschmidt has performed three tasks for KPU including conducting a State of Alaska Periodic Safety Inspection of the Carlanna Lake Dam,developing a Penstock Safety Program for the Ketchikan Lakes and Beaver Falls hydroelectric projects, and performing an independent review of the proposed Whitman Lake Hydroelectric Project design.The Whitman Lake hydro development planned to utilize an existing 1927 dam and include new construction roads,a new diversion structure and pipeline, new replacement deep water and variable elevation intakes at the existing dam,a new supply intake utilizing an unused dam penetration,new penstocks,a new two-unit 4.6 MW power station and a hatchery interconnection. Project Success:These projects provided KPU with important third-party verification of its operations. How the Experience Will Help the Team on This Project:The tasks conducted for KPU are similar to those anticipated under this program for AEA.The familiarity with Alaska dam safety regulations, penstock safety issues and diversion structure and pipeline issues will provide project efficiencies. Holtwood Hydroelectric Redevelopment,Comprehensive Engineering and Regulatory Services,PPL Generation,LLC Firm/Staff:Kleinschmidt Associates -Jeff Coffin,Matt Dunlap,Jay Maher,Tom Kahl,Kevin Cooley,Wesley Gerrish Project Cost:$18,000,000 Reference:Dale Zeisloft,Business Support Manager,PPL,(610) 774-7850 Description:Kleinschmidt conducted a new redevelopment study and assisted PPL in all aspects of the license amendment and final engineering design process for the largest new hydro power station project planned in the Eastern U.S.in the last two decades. The final design incorporates the installation of a new 120-foot by 240-foot power station that contains two 65 megawatt,23.5-foot diameter vertical Kaplan units and required ancillary equipment. The electrical design included automation,controls,and a new substation.Kleinschmidt also prepared bid specifications and drawings and is acting as the owner's representative during construction.In addition to these design services,Kleinschmidt conducted a PMFA and prepared the Supporting Technical Information document (STID)for the project,and is providing related services including ecological,environmental,and regulatory compliance services to PPL. Project Successes:Kleinschmidt's focused,collaborative approach reduced design rework and reduced project costs. PPL realized project efficiencies because Kleinschmidt's broad engineering capabilities eliminated the need for multiple design contractors. How the Experience Will Help the Team on This Project:This project demonstrated Kleinschmidt capacity and capabilities to "I like to work with Kleinschmidt because you offer reasonable solutions for difficult problems in a timely fashion.” -Jeff Auser,Chief Dam Safety Engineer, Brookfield Renewable Energy Partners Page 10 te » DOWL HKM |-=mmm EE RY AUTHORITY Bradley Lake Hydroelectric Project Engineering Term Agreement support design and rehabilitation of all aspects of an existing hydro station and development of a new high capacity plant. Lake Townsend Dam Replacement Project . Firms/Staff:Schnabel -Robert Cannon,Tom Fitzgerald”;”, Project Cost:$25,000,000 aoe Reference:Melinda King,City of Greensboro,Water Resources Project Manager,(336)412-6314 Description:The original Lake Townsend Dam was built in the late 1970s and impounds the City of Greensboro's primary water supply.The spillway section concrete had suffered severe deterioration due to Alkali_Silica Reaction.Schnabel completed emergency stabilization using post-tensioned anchors,while completing an Alternatives Analysis to address long term stability. The preferred alternative was a replacement spillway using a concrete labyrinth weir with a width of 300 feet and 20-foot wall heights built immediately downstream of the existing dam while maintaining a full reservoir.The new embankment is armored with articulating concrete blocks for overtopping protection.Schnabel was responsible for all aspects of the project,including emergency stabilization,foundation investigations,H&H analysis,physical and numeric spillway modeling,design of new dam and spillway, breach analysis,inundation mapping and EAP,preparation of bid documents,construction administration and construction phase inspection and QA. "In my 35 years in the water resources business, I've never had a major capital improvement project go as smoothly as the Lake Townsend Dam Replacement.Kudos to the entire Schnabel team."| -Allan Williams,P.E.,Public Utilities Director,City | of Greensboro,NC Projects Successes:Schnabel was successful in building a new dam and intake with a full reservoir and without interfering with water intake.Completed ahead of schedule,at lower than expected cost,and with no claims or construction issues.The project won ASDSO 2012 National Rehabilitation Project of the Year and the ACEC 2013 North Carolina Grand Award. How Experience Will Help Team on This Project:This project required participation of all major dam engineering activities, including H&H,investigation of existing dam,foundation investigations and design and construction of a new dam under difficult conditions -experience that will be put to use on the Bradley Lake project. Lake Dorothy Hydroelectric Project Lake Tap and Intake Tunnel Firms/Staff:Schnabel -Dave Chapman Project Cost:$10,000,000 Reference:Scott Willis,Alaska Electric Light and Power (AEL&P), 780-2222 Description:The Lake Dorothy Hydroelectric Project was developed by AEL&P to meet Juneau's growing need for electricity. The first phase consisted of a 900-foot intake tunnel,a lake tap into Lake Dorothy at a depth of approximately 110 feet below the water surface,a diversion dam and intake structure at Bart Lake, a 2.5-mile access road to Bart Lake,a steel penstock along the alignment and a powerhouse and switchyard bench developed at sea level and blasted from solid granite.Schnabel provided site selection,engineering design and construction support services for the entire project including site and tunnel alignment selection, geotechnical and civil engineering,tunnel design,powerhouse excavation design,value engineering and constructability reviews, cost estimating,preparation of bid documents,construction oversight,resident engineering and inspection,tunnel rock support evaluations,and tunnel geologic mapping. Project Successes:Schnabel provided critical planning,design and construction management services for the tunnel,lake tap and access road for dam and surface penstock to assist in bringing 14.3 megawatts of generating capacity on line with built-in capability for major expansion. How Experience Will Help Team on This Project:This project required innovative solutions to challenges presented by design and construction of a tunnel and penstock at a geologically difficult site in Alaska.This experience will serve AEA by providing increased direct knowledge of the challenges of field investigations,design and construction at remote sites in Alaska. South Fork Tolt River Dam 2012 FERC Part 12 Inspection Firms/Staff:Schnabel -Tom Fitzgerald,Robert Cannon Project Cost:$120,000 Reference:Kimberly Pate,P.E.,LG,Dam Safety Supervising Engineer,Seattle City Light,(206)684-3705 Description:The South Fork Tolt Reservoir is a primary source of fresh water for Seattle and generates power through penstocks and a powerhouse located approximately 4 miles downstream at a regulating basin.Schnabel staff provided Independent Consultant services for the FERC Part 12 Safety Inspection,including the South Fork Tolt Dam,two regulating basin dams and power generation facilities,the morning glory spillway,ring gate,intake bridge and tower and spillway discharge tunnel.The South Fork Tolt Dam rests on a complex glacial foundation in a seismically active area. The dam contains extensive instrumentation installed to monitor seepage into project tunnels,and groundwater conditions in the dam,the foundation and abutments.Schnabel services included: review of existing documentation and instrumentation readings, inspection of project features,reservoir rim stability survey,update Page 11 we "¥ '=fame FRED ALTURITYOWLHKM| of PFMAs and STID,and preparation of Part 12D inspection report. Project Successes:Schnabel addressed all outstanding FERC issues and client was in full agreement with the Part 12 Report and it's recommendations. How Experience Will Help Team on This Project:This project provided additional experience to the already extensive expertise of the project team in FERC dam inspections and fulfilling all the dam safety regulatory requirements.This experience will serve AEA by providing experience and expertise in the FERC processes. Bradley Lake Dam,Multiple Tasks Firms/Staff:EPS Project Cost:$775,000 Reference:Larry Jorgensen,Alaska Electric &Energy Cooperative, Inc.,335-6160 Description:EPS has been involved with the Bradley Lake plant in numerous capacities.EPS managed and assisted HEA in developing and implementing the current governor for the turbines in 2005.In 2007,EPS designed and installed the line protective relaying for HEA on the two 115 kV transmission lines emanating from the plant.In 2012 EPS designed the replacement of the exciters,power system stabilizers and associated equipment for the Bradley generators.EPS designed the replacement of the protective relays for the generators and station equipment as well as the revenue metering used for utility and AEA metering at the project. Project Successes:EPS has been the go-to firm for addressing HEA's ongoing power needs,having been selected for multiple engineering assignments over many year. How Experience Will Help Team on This Project:Familiarity with Bradley Lake generation and transmission and with HEA will mean EPS can hit the ground running to help identify and address on-call projects for Bradley Lake. 7.Schedule Commitment The DOWL HKM team will consistently follow-through on its commitments to complete assigned tasks on or ahead of schedule. All of our team members are individually and collectively committed to make this happen.Our team members are well acquainted with the strict nature of FERC and other federal,state,and local scheduling requirements and the importance and urgency of the project team doing whatever it takes to meet these types of deadlines.We commit to working closely with AEA and other project stakeholders,as soon as we begin to discuss the scope and schedule of each element of a project assignment,in order to fully understand your scheduling expectations and deadlines.We will also work with you to understand the drivers for each due date and collaborate with you to find ways to streamline the task elements so that we are successful in consistently beating the established deadlines.At this same time,as we discuss scoping issues and reach a meeting of the minds with the AEA project manager on Bradley Lake Hydroelectric Project Engineering Term Agreement scope and schedule,we will work out a customized,project-specific, quality control and quality assurance process.This will help ensure that the quality of our deliverables will be fully satisfactory and acceptable to AEA long before it is completed and delivered.A part of this process will include our invitation to and encouragement of AEA and other project stakeholders to participate in progress and project stewardship meeting and in over-the-shoulder reviews of our deliverables at any time during development.Once deadlines are established,agreed to and understood,we will work as a project team to break the project down into subtasks and create a detailed milestone schedule and determine the critical path to complete the entire project on time.Key project team members will participate in developing the plan and will "buy-in”to the completed schedule.Our project manager and team leads will ensure that every team member is aware of his/her role in achieving success and of his/her accountability to the rest of the team for completing that subtask on or ahead of schedule.Our project manager will routinely schedule project stewardship meetings to have team members report on their progress and ensure that the project stays on-track.Corrective actions,including bringing in of additional resources and extended work hours and work weeks,will be taken at the first sign that a project schedule milestone is in jeopardy.We will not hesitate to call upon selected experts from among the 700 qualified professional staff in our combined companies,to stay on or regain our schedule. In summary,our project team does not take our schedule or quality commitments lightly.We will work with you to prepare and implement our agreed-upon schedule.We will then monitor and report our progress regularly and make necessary course corrections,including "crashing”the schedule by bringing in additional resources or extending our workweeks.We will not let you down. 8.Alaska Bidder (Offeror)Preference DOWL HKM meets the requirements perAS 36.30.170(b). Thank you for considering our qualifications! Attachment 1 Alaska Industrial Development &Export Authority PART PROPOSAL FORMTHISFORMMUSTBETHEFIRSTPAGEOFPROPOSAL.Attach criteria responses as explained in Part B -DSubmittalChecklist.No transmittal letter or cover sheet will be used. .PROJECT Project Numbers-State/Federal...................:N/A Term Agreement Project Title..........cccssssscccscseecsseessseresseseeesee :Bradley Lake Hydroelectric Project Engineering Term Agreement REP NO........ceccssessscsceessensenessscsersecrerenssensesees :2013-094 OFFEROR (CONTRACTOR) CONMtrACHOF........ccsccsssersseeseersseresserseresees :URS Energy &Construction,Inc. Street ......ssecssscrecorssersensenssecsonsserossresserssessesee ;700 G Street,Suite 500 P.O.Box...saseenesnrseenersese >:Anchorage,AK 99501 City,State,Zip cc...csscscscesscsscrssscsssssssessers >948152AlaskaBusinessLicenseNumber..............:License is a prerequisite to Proposal.Federal Tax Identification No...........csccce :34-0217470 DOT&PF DBE Certification No.(if any).......: a ;A.Wayne PietzIndividual(s)to sign contract................-ce-+: Title(S).......0..sstsssssserssessssssnseseseeese ;Vice President Type of business enterprise (check one)....:[x ]Corporation in the state of .:Ohio [}Individual []Partnership []Other{specify).............se : ALASKA STATUTORY PREFERENCES (iF NO FEDERAL FUNDING) Check the applicable preferences that you claim for the proposed contract (reference Criteria 11,12 &13 in Part C): [x]Alaska Bidder (Offeror)AND>>[]Veterans AND>>[{JEmploymentProgram or [J Disabled Persons PROPOSED SUBCONTRACTOR(S) Service,Equipment,etc.Subcontractor &Office Location AK Business DOT&PF DBE License No.Certification No. Land surveying,Larsen Consulting Group BL 402668 title search 3710 Woodland Dr.,Ste.2200 LOB 54 Anchorage,AK 99517 CERTIFICATIONS |certify:that |am a duly authorized representative of the Contractor,that this Submittal accurately represents capabilities of the Contractor and Subcontractors identified herein for providing the services indicated;and,that the requirements of the Certifications on page 2 and 3 of this Part D for 1)Alaska Licenses/Registrations,2)Insurance,3) Federal-Aid Contracts exceeding $100,000,4)Cost and Pricing Data,5)Trade Restrictions/Suspension/Debarment,6) Foreign Contracting,7)OBE Commitment,and 8)Former Public Officer -will be complied with in full.These Certifications are material representations of fact upon which reliance will be placed if the proposed contract is awarded. Faiture to comply with these Certifications is a fraudulent act.The Contracting Agency is hereby authorized to request any entity identified in this proposal to furnish information deemed necessary to verify the reputation and capabilities of the Contractor and Subcontractors.This proposal is valid for at least ninety days.Signature............:_(hrae |Name.....ssessccoseees :A.Wayne Pietz Gf Date.5/16/13 Tithe ......eesesssessenes :Vice President Telephone (voice):425-451-4590 (fax):425-451-4980 Email Address:wayne.pietz@urs.com tfp-d (April 2012)DOT&PF Form 254270 Part D -Proposal Form Page 1 of 4 PART CERTIFICATION FOR ALASKA BUSINESS LICENSES AND REGISTRATIONSContractorandallSubcontractorsshallcomplywiththefollowingapplicablerequirementsofAlaska Statutes:D 1.Alaska Business License (Form 08-070 issued under AS 43.70)at the time designated for opening (i.e.,receipt)of proposals as required by AS 36.30.210(e)for Contractor;and not later than five days after a Notice of Intent to Award as required by AS 36.30.210(a)and AS 36.30.250(a)for all Subcontractors.In accordance with Administrative Manual,Section 81.120,proof of application for an Alaska Business license will satisfy this requirement.Per AAM 81.120,acceptable evidence that the offeror possesses a valid Alaska business license consists of any one of the following: a.Copy of the Alaska business license. b.Certification on the bid or proposal that the bidder/offeror has a valid Alaska business license number and has written the license number in the space provided on the proposal. A canceled check that demonstrates payment for the Alaska business license fee. A copy of the Alaska business license application with a receipt stamp from the State's business license office. A sworn notarized affidavit that the bidder/offeror applied and paid for the Alaska business license. Other forms of evidence acceptable to the Department of Law."pao2.Certificate of Registration for each individual to bein "responsible charge"(AS 08.48.341(14))for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.211)issued prior to submittal of proposal.Associates,consultants,or specialists under the supervision of a registered individualin "responsible charge”are exempt from registration requirements (AS 08.48.331). 3.Certificate of Authorization for Corporate Practice for incorporated Contractors and incorporated Subcontractors for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.241).Corporations offering to provide Architectural, Engineering or Land Surveying services do not need to be registered for such disciplines at the time proposal is submitted provided they obtain corporate registration before contract award (AS 08.48.241). 4.Certificate of Incorporation (Alaska firms)or Certificate of Authorization for Foreign Firm ("Out-of-State"firms).All corporations,regardless of type of services provided,must have one of the certificates (AS 10.06.218 and other sections of Title 10.06 - Alaska Corporations Code). 5.Current Board of Director's Resolution for incorporated Contractors and incorporated Subcontractors for Architecture, Engineering or Land Surveying (reference AS 08.48.241)which names the person(s)designated in "responsible charge”for each discipline.Such persons shall be licensed in Alaska and shall participate as project staff in the Contract/Subcontracts. 6.All partners in a Partnership to provide Architectural,Engineering,or Land Surveying must be legally registered in Alaska prior to submittal of proposal for at least one of those disciplines (AS 08.48.251)which the Partnership offers. 7.Joint Ventures,regardless of type of services provided,must be licensed/registered in the legal name of the Joint Venture as used in this proposal (AS 43.70.020 and 43.70.110(4)). 8.Contracts for Architecture,Engineering or Land Surveying may not be awarded to individuals,corporations or partnerships not in compliance,respectively,with the provisions of paragraph 2,3,and 6,above (AS 36.90.100). [For information about licensing,Offerors may contact the Alaska Department of Commerce and Economic Development,Division of Occupational Licensing at P.O.Box 110806,Juneau,AK 99811-0806,or at Telephone (907)465-2550,or at Internet address:http:/Avwww.dced.state.ak.us/occ/home bus licensing.html.] CERTIFICATION FOR INSURANCE Contractor will ensure that it and all Subcontractors have insurance coverage to effectuate the requirements of DOT&PF Form 25A269, Indemnification and Insurance. CERTIFICATION FOR FEDERAL-AID CONTRACTS EXCEEDING $100,000 The individual signing this proposal certifies to the best of his or her knowledge and belief,that: (1)No federal appropriated funds have been paid,by or on behalf of the Contractor,to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the Contractor shall complete and submit Standard Form-LLL,Disclosure of Lobbying Activities,in accordance with its instructions.Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. This certification is a material representation of fact upon which reliance will be placed if the proposed contract is awarded.Submission of this certification is a prerequisite for making or entering into the proposed contract imposed by Section 1352,Title 31,U.S.Code.The Contractor also agrees by submitting this proposal that Contractor shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such Subcontractors shall certify and disclose accordingly. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 2 of 4 PART CERTIFICATION -COST AND PRICING DATA In accordance with AS 36.30.400,any cost and pricing data submitted herewith,or in any future price proposals for the proposed contract,will be accurate,complete and current as of the date submitted and will continue to be accurate and complete during the performance of the contract,if awarded.' The contractor certifies that all costs submitted in a current or future price proposal are allowable In accordance with the cost principles of the Federal Acquisition Regulations of Title 48,Code of Federal Regulations (CFR),Part 31 and that the price proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31.In addition,all known material transactions or events that have occurred affecting the firm's ownership,organization and indirect costs rates have been disclosed. CERTIFICATION -TRADE RESTRICTIONS AND SUSPENSION AND DEBARMENT The individual signing this proposal certifies to the best of his or her knowledge that the Contractor and any subcontractors are in compliance with DOT&PF 25A262 Appendix A,General Conditions,Article A25 and Article A26. CERTIFICATION -FOREIGN CONTRACTING For state funded projects:by signature on this solicitation,the offeror certifies that all services provided under this contract by the Contractor and all subcontractors shall be performed in the United States.Failure to comply with this requirement may cause the state to reject the bid or proposal as non-responsive,or cancel the contract. CERTIFICATION -DBE COMMITMENT For federal-aid projects with DBE goals:if the Contractor submits a utilization report that proposes to use certified DBE's in the performance of work,the Contractor certifies that every effort will be made to meet or exceed the proposed percentage. In addition,the Contractor certifies that a Consultant Registration form shall be submitted to the DBE/Civil Rights Office for their firm and each subconsultant prior to award. CERTIFICATION -FORMER PUBLIC OFFICER Any proposer listing as a member of the proposer's team a current public officer or a former public officer who has left state service within the past two years must submit a sworn statement from that individual that the Alaska Executive Branch Ethics Act does not prohibit his or her participation in this project.If a proposer fails to submit a required statement,the proposal may be deemed nonresponsive or nonresponsible,and rejected,depending upon the materiality of the individual's proposed position. The Ethics Act bars a public officer who leaves state service from representing,advising or assisting a person for compensation regarding a matter - that was under consideration by the administrative unit in which the officer served,and _in which the officer participated personally and substantially through the exercise of official action, for two years after leaving state service.See AS 39.52.180(a)."Public officer”includes a state employee,a member of a state boardandcommission,and a trustee of the Exxon Valdez Oil Spill Trust."Official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction.Possible remedies for violating the bar include penalties against the former public officer and voiding the state grant,contract or lease in which the former public officer is involved. Additionally,former public officers may not disclose or use information acquired in the course of their official duties that could in any way result in a benefit to the former public officers or their families,if the information has not been disseminated to the public or is confidential by law,without appropriate authorization.See AS 39.52.140. Each current or former public officer is responsible for determining whether he or she may serve in the listed capacity on this project without violating the Ethics Act.A form that a former public officer may use to certify their eligibility is attached.Current public officers may seek advice from their designated ethics supervisors concerning the scope and application of the Ethics Act.Former public officers may,in writing,request advice from the Office of the Attorney General,Ethics Attorney concerning the application of the Ethics Act to their participation in this project.It is the responsibility of the individual and the proposer to seek resolution in a timely manner of any question concerning the individual's eligibility. tfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 3 of 4 This form is not applicable.RFP# Former Employee's Certification of Eligibility Under the Alaska Executive Branch Ethics Act (AS 39.52.140,AS 39.52.180) |am a former employee of the State of Alaska and left state service within the last two years.My last position with the state was [fob title]with the [name of state agency and administrative_unif}.|propose to work on [describe state contract or other_matter|on behalf of [name of current employer].This work will not involve any matter (a)that was under consideration by the state administrative unit that |served,and (b)in which |participated personally and substantially during my state service through the exercise of official action ("official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction).|am therefore eligible to participate in this [contract or matter]under the Alaska Executive Branch Ethics Act.|also understand that as a former public officer !may not disclose or use information acquired in the course of my official duties that could in any way result in a benefit to me or my family,if the information has not been disseminated to the public,or that is confidential by law,without appropriate authorization. |certify under penaity of perjury that the foregoing is true. Dated:,20_,at ,Alaska. [name of former state employee] STATE OF ALASKA ) )ss. JUDICIAL DISTRICT ) On this day of ,20__,[name _of former state employee],whom | know to be the individual described in and who executed this certification,personally appeared before me and acknowledged that [s]he signed the certification as [her or his]free and voluntary act. IN WITNESS WHEREOF,|have placed my signature and affixed my official seal. Notary Public in and for Alaska My commission expires: If no notary or other official (judge,magistrate,U.S.postmaster or municipal clerk)is available,omit the notarycertificateandincludethefollowingstatementinthetext:A notary or other official empowered to administer oaths is unavailable. tfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 4 of 4 Bradley Lake Hydroelectric Project Engineering Term Agreement {\SRFPNo.AEA 2013-094 =LA KA|@-_ENERGY AUTHORITY 1 Objectives and Services Alaska Energy Authority (AEA)seeks to engage a professional consulting firm to provide facility inspection,Federal Energy Regulatory Commission (FERC)licensing or regulatory technical assistance,engineering design services, safety inspections,training of project personnel on license or regulatory compliance,and annual document preparation.URS has assembled an experienced team of engineers and specialists to provide AEA with outstanding support for the Bradley Lake Hydroelectric Project.Our team has the full range of dam and hydroelectric plant capabilities identified in the RFP,including: =Engineering design. =Quantity surveying and cost estimating. =FERC licensing,regulatory technical assistance,license amendment preparation,submission preparation, and staff training on regulatory and compliance issues. «Permitting support,including preparation of permit applications for the Alaska District Corps of Engineers under Section 404 of the Clean Water Act. #Facility,construction progress,and safety inspection services. =Heavy civil project construction experience. =Hydrology. =Land surveying,title and recording document research. ®Design and construction of diversion dams. Our understanding of AEA's objectives is based on our long experience providing hydroelectric development services in Alaska,even predating our early construction and CM work on the Bradley Lake Hydroelectric Project (as legacy firm EBASCO).URS legacy companies (Dames and Moore and WCC)conducted initial fisheries studies at Bradley Lake as part of the Project's FERC application and,subsequently,three years of post-construction fisheriesmonitoringandmonitoredmitigation.We have maintained a field office in Homer,Alaska since 1977. Key URS Team members are currently registered as professional engineers or land surveyors in the State of Alaska. The individuals who will lead our team average over 30 years of experience with hydropower development,including underground tunnels and powerhouses,and construction in cold and remote parts of the world.This includes Alaska hydro,licensing,design,and construction management experience,coupled with very strong skills in cost estimating and project economics.The URS Team is fully familiar with large scale hydroelectric development in cold climates, Alaskan regulatory and public stakeholders,and the typical sequence of steps and stages fo move toward project development from earliest reconnaissance through licensing and construction.Many of our proposed team members have previously worked on the Bradley Lake Hydroelectric Project,or on past and current phases of the Susitna- Watana Project.Others have been involved in recent relicensing of hydroelectric projects with FERC,and are familiar with their requirements and expectations. URS'organization and past experience will provide AEA with a reliable and proven team to support the concurrent pre-licensing engineering work and compliance with the FERC licensing process.As both a designer and builder of hydroelectric projects,we bring a "builder's perspective”to AEA. URS believes the statement of services provided by AEA is in-line with the industry and typical services required to support existing hydroelectric projects and modifications to hydroelectric projects,based on our extensive knowledge and heritage of water resource project design and construction that dates back more than 100 years.Today,our project experience totals over 45,000 MW of installed hydroelectric capacity and includes all types and sizes of hydro plants. 2 Methods URS proposes to perform work required on this contract using our specialized in-house staff,and Larsen Consulting Group (LCG)for surveying and title search activities. URS Pet Bradley Lake Hydroelectric Project Engineering Term Agreement SKARFPNo.AEA 2013-094 qc=>ALA ee Ga ENERGY AUTHORITY Incoming work would be coordinated through the URS Anchorage office;work in the Anchorage office's area of specialization would be performed there,while offices in Washington,Oregon,or California would supplement their capability with specialties not offered locally. Task orders on this contract for deliverables will be performed in the following basic sequence: A.Task order initiation URS will review the task order and disseminate it to the appropriate disciplines on the team who will determine the level of effort necessary to accomplish the work and evaluate the schedule and staffing required.URS will report back to AEA with a cost estimate and provide feedback on the scope,schedule and the staffing plan for the work. B.Task order approval When approved,a detailed schedule and work plan will be developed for the task order.The schedule,scope,and work plan will be disseminated to the URS team members who will be scheduled to perform the work.URS will work with AEA to develop an approved detailed schedule and work plan. C.Task order execution URS will work with AEA to collect all data,drawings,or survey documents required to perform the task order,and work will proceed accordingly. The level of management and oversight required will depend on the scope and complexity of the particular task order;some small assignments can be quickly turned around,while larger efforts may require more structure to assure progress and cost control are maintained.A complex task would include an appropriate number of progress milestones including interim internal and external reviews.Internal interdisciplinary reviews would also be integrated to ensure design coordination and quality control.All deliverables to AEA will be internally reviewed prior to submission. URS employs a standardized set of Project Execution Procedures (PEP's)so that all work is performed,checked, and documented in a rigorous manner to ensure delivery of consistent,high quality products to our clients.These PEP's were developed internally based upon our vast experience in engineering,construction,and project management,and represent a substantial value to AEA. The progress of all tasks against schedule and budget will be evaluated weekly,and any corrective action implemented as necessary.Meetings with AEA and other parties will be held as needed and desired by AEA.These will include presentation of the design when required.The URS individuals in responsible charge will attend the meetings. Review comments from AEA will be incorporated and written responses provided. D.Task order delivery The completed task order deliverable will be provided to AEA in the format and quantity requested. 3 Management URS has defined clear lines of authority for this effort to ensure that AEA receives responsive,locally-based service at all times.Paul Dworian,our contract manager,is well-known to AEA from serving in this role for URS'current work on the Susitna-Watana project.He is located in URS'Anchorage office,less than 1.5-miles from AEA's offices.Mr. Dworian is also involved with the Susitna Project and,based upon shifting other commitments,we expect he can readily accommodate both assignments.Doug Hartsock,our project manager,and mechanical engineering discipline lead,is based in our Seattle office,and will travel to Anchorage as needed to coordinate project activities.Additional engineering discipline leads,project professionals and support staff are variously based in Anchorage,Seattle,and Portland. URS'approach to communications is systematic and entails using a series of structured meetings as well as ongoing contacts between our management team and AEA through telephone calls,emails,web conferences,and other URS rae? Bradley Lake Hydroelectric Project Engineering Term Agreement e_REP No.AEA 2013-094 =>ALASKA |@=-__ENERGY AUTHORITY interaction as detailed for each «> work task and commensurate ==ALASKAwiththetask.The project Paul Dwonian.PG,CPG manager,working with AEA,will Goniract ManagerdeterminetheextentthateG communications are required for Joel Atchison,CSP Doug Hartsock,PE a particular task and develop a Sr.Health&Safety Project Managerplanfortheoveralltask.This could include formal or informal meetings,teleconferences,or indivi j Civil Engineeri Hydrologyindividualphonecalls,depending Soe eee oe 1 AEL COIS Bil Shattey,PE |WA #21173onthenumberofparticipants.Peter Crews,PE |AEL C 10938 James Dietzmann j Mechanical Engineering Land Surveying /Land Title Search*repoltng cyatem ail moet AE ls Doug Hartsock,PE |AEL M 10462 John Hayden,PLS |AS-4125 need for tracking and managing Geotechnical Engineering Cost Estimating ..Joe Ehasz,PE |AEL C 4975 New hire pending,URS,Anchoragetheflowofinformation,PoterCrews,Ft |AEL C 10938 Bob Zylman,PE,CCE -alternate maintaining a project database,Hydroclectric Engineering FERC Licensing and Dam SafetyandprovidingaccurateandBobZylman,PE,CCE |AEL C 4962 Pati Kroon (oersing)saan(Dam ae)comprehensive reporting.We use Joe Eheee PE am f f ,PE |AEL C 4975 (Dam Safety)a variety of established tools to assist in Project Execution Plans Sasha condditional Supporttan supportthathavebeenproveneffectiveDavidEriksonEnvironmentalPermittingSupport and successful on other 1.Larsen Consulting Group,Ancharagehydropowerprojects.Our internal reporting system provides accurate,timely data and includes components for planning and scheduling,cost estimating,budgeting and accounting,and providing submittals and other relevant data. URS has a track record of success at coordinating multi-office work efforts such as this.We routinely utilize our well-established secure network utilities,uniform project execution procedures and workflow protocols to track and manage data transfer,and produce timely,high quality,and uniform deliverables. 4 Proposed Project Staff Our team has experience permitting,designing,and building world-class hydroelectric projects as well as experience on the Susitna,Bradley Lake,Terror Lake,and Chakachamna projects. Paul Dworian,PG,CPG,MBA |Contract Management (Contract Compliance) Geosciences and Remediation Services Manager,URS Anchorage Mr.Dworian will be Contract Manager and URS'local point-of-contact with AEA.Mr.Dworian has served the last three years in a similar role on the Large Railbelt Hydroelectric Contract;approximately $20 million in work has been performed during this time.Mr.Dworian has also been the technical study lead for the Water Quality and Methylmercury Studies for the Susitna-Watana Hydroelectric Project,and contract manager for the cultural resources,recreation,aesthetics,and geomorphology portions of the project,and as technical reviewer and writer for the climate change studies.During his 24-year career (18 years in Alaska),he has managed and performed numerous resource investigations on energy projects throughout the State.He has been involved in all stages of projects,including QA/QC field audits,data collection,report writing,and public meetings.Previous contract manager experience with IDIQ contracts and multiple task orders includes recent,multi-year contracts with EPA,BLM,the Forest Service,ADEC,the Air Force and Chevron. Mr.Dworian has been the manager of URS'Geosciences and Remediation Services group in Alaska since 1999, managing approximately 10 people. URS Paes Bradley Lake Hydroelectric Project Engineering Term Agreement e_SRFPNo.AEA 2013-094 qn ALA KAee)@_ENERGY AUTHORITY Project References: s Wayne Dyok,Alaska Energy Authority,907.771.3000 =Bryan Carey,Alaska Energy Authority,907.771.3065 =Andy Morton,Alaska Energy Authority,907.771.3990 Doug Hartsock,PE |Project Manager /Mechanical Engineering Mechanical Engineer (AK PE:AEL M 10462 /URS,WA resident) Mr.Hartsock will provide overall direction for project tasks,will be single technical point-of-contact with AEA,and will lead the review,selection,and optimization of all mechanical engineering aspects of the project studies.He has 32 years of experience as a mechanical engineer in the design and retrofit of facilities for hydropower and other industries.His experience includes project planning,management,and a broad range of mechanical engineering design with emphasis on balance of plant systems,large gates and valves,material handling,and industrial ventilation.Recent experience includes project manager for the rehabilitation of Nine Mile Powerhouse on the Spokane River for Avista Corp.,including the replacement of two turbine generators and miscellaneous plant upgrades.Other recent experience includes mechanical engineer of record for final design of a new,60 MW vertical Kaplan powerhouse,project engineer for conceptual design of a new 30 MW vertical Francis powerhouse with 60-inch synchronous bypass valve,and mechanical engineer of record for a variety of balance-of- plant upgrades at hydropower stations ranging from 10 to 1,000 MW in capacity.Alaska experience includes conceptual design of a contaminated groundwater recovery and treatment system at Naval Air Station Adak,and design of a landfill gas migration control system at Merrill Field Landfill,Anchorage. Project References =Dave Schwall,Avista Corp.,509.495.2330 RE:Nine Mile Hydroelectric Rehabilitation Project «Steve Sipe,USACE Portland District,503.808.4957 RE:Lower Columbia River Powerhouses,Fire Protection Upgrades «Jeff Reichmuth,Puget Sound Energy,425.462.4417 RE:Lower Baker Unit 4 Powerhouse Project Satendra Jain,SE,PE |Civil Engineering wa Structural Engineer (AK PE AEL C 9075 /URS,WA resident) Satendra Jain will lead the review,selection,and optimization of all structural/civil engineering aspects of the project studies.He is a registered civil and structural engineer with 40 years of experience designing water resources facilities,industrial,and environmental projects for public and private clients.He has designed hydro power plants and fish restoration projects for various utilities,cities and counties,public utility districts,and the Army Corps of Engineers.Technical responsibilities include project planning,criteria development,supervision,engineering, design and preparation of design drawings,reports,and specifications for structures associated with hydro power plants,dam and fish restoration,and industrial projects,administration of vendor contracts,and engineering support during construction. Project References =Michael Magnan,PPL Generation,LLC,610.774.5334 RE:Rainbow Hydroelectric Redevelopment Project,Great Falls,Montana =Susan Hou,P.E.,Hetch-Hetchy Water System Improvement Program,415.551.4666 /925.862.1293 RE:Alameda Creek Diversion Dam Fish Passage Facility,Sunol,California *Kris Olin,Puget Sound Energy,425.462.3051 RE:Upper Baker Floating Surface Collector,Washington URS Pee Bradley Lake Hydroelectric Project Engineering Term Agreement SRFPNo.AEA 2013-094 =>ALA KA|Ga ENERGY AUTHORITY Peter Crews,PE |Civil /Geotechnical Engineering Civil Engineer (AK PE:AEL C 10938 /URS,AK resident) Peter Crews will be project engineer for civil and geotechnical engineering studies under this contract.Mr. Crews is a lifelong Alaska resident with more than 13 years experience as Civil Engineer and over 20 years prior experience in the fields of surveying and road construction.He has participated in all phases of engineering projects throughout the State,including project management,preliminary engineering,cost estimating,design,permitting,and construction.Preliminary engineering and feasibility studies in rura!Alaska include Fire Island Wind Energy Project, Nikolaevsk and Caribou Hills Wind Energy project,Golovin Quarry Scoping Study,and Serpentine Access Study,all of which required preliminary engineering and cost estimating.Mr.Crews has worked on several design projects as design engineer and project manager including Eagle River Road Rehabilitation (MP 5.3 to 12.6)Project,Wasilla Fishhook Road Rehabilitation Project,and Eagle River Loop Road.Northern region engineering design build projects include Fort Wainwright Schoo!Age Services Facility (USACE),and Fort Wainwright Railhead Project (USACE). Project References =Jim Amundsen,Alaska Department of Transportation and Public Facilities,907.269.0595 RE:Eagle River Road,Milepost 5.3 to Milepost 12.6 =Karl Reiche,Alaska Industrial Development and Export Authority,907.771.3017 RE:Ketchikan Shipyard Assembly Hall =Ernie Wiess,Aleutians East Borough,907.274.7557 RE:Cold Bay Boat Ramp Rehabilitation Joe Ehasz |Geotechnical Engineering /FERC Dam Safety Civil Engineer (AK PE:AEL C 4975/URS,CA resident) Joe Ehasz will lead the review,selection,and optimization of all geotechnical engineering aspects of the project studies,and will lead the efforts to perform FERC Dam Safety Studies.He has 45 years of experience in civil engineering,design,and construction aspects of hydroelectric facilities,dams,tunnels,and power plants.He worked in Alaska on the Terror Lake and Bradley Lake Hydroelectric Projects and directed the site investigations for the Watana Dam of the Susitna Project.His major field of interest is civil and geotechnical-related aspects of water resources and power plant structures;in particular,the soil and rock mechanics design,analysis,and construction of earthworks and foundations for dams,embankments,and major civil works. Project References =Dennis Majors,Metropolitan Water District of So Cal,916.803.0360 RE:Diamond Valley Reservoir Project *Wayne Dyok,Alaska Energy Authority,907.771.3000 RE:Susitna-Watana Hydroelectric Project *Eric B.Kollgaard,independent consultant,925.798.9475 RE:Saluda Dam,SC,and Taum Sauk Dam Reconstruction,MO Bob Zylman,PE,CCE |Hydroelectric Engineering /Cost Estimating (alt.) Civil Engineer /Cost Estimator (AK PE:AEL C 4952 /URS,WA resident) Bob Zylman will oversee the review,selection,and optimization of all hydroelectric engineering studies.His 40 years of experience (32 years with URS)includes managing over a dozen major hydroelectric project assignments,including providing independent cost estimates for AEA feasibility-level hydroelectric projects dating back to the 1980s.Mr.Zylman has extensive experience in reconnaissance,feasibility,licensing,value engineering, and design level studies for conventional hydro and hydro pumped storage in the U.S.,South America,and Asia.He has managed major multidiscipline input and coordination,as well as public participation.Projects have involved various dam types,penstocks,tunnels,spillways,and powerhouse types.He has routinely performed hydraulics calculations and developed computer model spreadsheets to calculate optimum sizing of piping,spillways,diversion URS Paes Bradley Lake Hydroelectric Project Engineering Term Agreement e_SKARFPNo.AEA 2013-094 , <a)ALAeeeee@___)ENERGY AUTHORITY dams,cofferdams,and other components of water resources projects.His track record of preparing engineer's cost estimates for hydroelectric projects includes projects that have averaged within 10 percent of the awarded construction contract value.Other Alaska projects Mr.Zylman has worked on include:lead hydro engineer for numerous small hydroelectric projects in rural NE and SE Alaska,cost estimator for the Chilikat Valley Electrification Project,cost estimator for improvements to the Valdez Small Boat Harbor,lead hydro engineer and cost estimator for the Juneau 20-year Energy Plan,cost estimator for Tyee Lake Transmission Project,cost estimator for Taku Inlet Submarine Cable Replacement Project,and cost estimatorfor early Susitna work. Project References =Dennis Majors,Metropolitan Water District of Southern California,916.803.0360 RE:Diamond Valley Reservoir Project =Robert Mohn,(former Asst.Director of APA and Susitna PM for APA),RAM Columbia LLC,206.922.3656 =Dave Schwall,Avista Corp.509.495.2330 RE:Nine Mile Hydroelectric Development Bill Shaffer,PE |Hydrology Civil Engineer (WA PE #22127 /URS,WA resident) Bill Shaffer will be responsible for the review,selection and optimization of hydrology aspects of task orders undertaken as part of this contract.Mr.Shaffer has over 35 years of civil engineering experience in planning, reconnaissance,feasibility,permitting,licensing,design,construction,and safety related inspections and analyses of water resource projects.Experience includes extensive work in hydrology,hydraulics,project layout,project operations and economic evaluations.He has performed or been involved in over 70 reconnaissance or feasibility studies for new hydroelectric developments and/or project expansions and rehabilitations.His Alaskan project experience includes:due diligence review of hydrology and operations in support of financing for the Bart Lake Hydroelectric Project;Cooper Lake Expansion Study for low-head pumping diversion to the existing project for APA; Gunnuk Creek and Cathedral Falls Hydroelectric Project's feasibility for APA;hydraulic transient analyses for the Swan Lake Hydroelectric Project;participation in operations and optimization analyses for the Swan Lake-Tyee Transmission Line;and powerhouse stability analyses for the Terror Lake Hydroelectric Project as well as generation,economic and engineering analyses for the third unit addition at the time of original construction.His experience also includes development of numerous design floods and participation in approximately 40,Part 12 inspections or safety inspection reports. Project References =Dave Schwall,Avista Corp.,509.495.2330 RE:Spokane River Project ®Carrie Harris,PPL Montana,406.533.3429 RE:Buffalo Rapids Hydroelectric Project =Christie Foster,Portland General Electric,360.430.1670,or 503.464.8000 RE:Pelton-Round Butte Hydroelectric Project James Dietzmann |Hydrology Hydrologist (URS,MO resident) James Dietzmann will support Mr.Shaffer on hydrology aspects of contract task orders.Mr.Dietzmann is a surface water hydrologist with URS,has over 15 years of experience managing and performing hydrologic assessments and environmental investigations,and more than 19 years of professional experience in Alaska,overall. His project experience includes watershed evaluation and assessment,channel hydraulic modeling (HEC-RAS), hydrologic system modeling (HEC-HMS),and hydrologic assessment.Mr.Dietzmann's experience includes developing stream monitoring programs for monitoring water quality,water surface elevations,and discharge. URS Pee Bradley Lake Hydroelectric Project Engineering Term Agreement REP No.AEA 2013-094 =ALASKA ee @-__)ENERGY AUTHORITY Project References #Jane Howe,for BHP Billiton,907.339.6065 RE:Western Arctic Coal project,North Slope,AK =Keith Mountjoy,Rescan,Environmental Services,604.689.9460 RE:Minago Environmental Baseline Studies for Victory Nickel,Manitoba,Canada =James Aldrich,Arctic Hydrologic Services,907.378.2582 RE:NPRA Spring Breakup Studies for ConocoPhillips,North Slope,AK John D.Hayden,PLS |Land Surveying /Land Title Search Chief of Surveys (AK S-12831 /Larsen Consulting Group,AK resident) John Hayden will provide land surveying and land title search services.Mr.Hayden has over 45 years of landsurveyingexperience,including 38 years as a registered professional land surveyor.Mr.Hayden is a proficientsurveyorandhascompletedsubdivisionsoflakeandoceanfrontparcels,subdivision feasibility studies based on soils,topography and vegetation,project planning,scheduling and control.He has an extensive background in research.Mr.Hayden has been employed with LCG since 2005.He is responsible for overseeing coordination of field activities and office procedures,performing plat checks and research.In addition,he has submitted numerous plats to DNR and local platting boards,the majority of which have been recorded. Project References ®Tony Slaton-Barker,PE,Coffman Engineering,907.227.6664 *Michael Miller,PLS,McClintock Surveyors,907.694.5498 =Peter Hodges,PLS,Washington,360.758.7521 Senior Cost Estimator,new hire pending (URS,AK resident) We are pleased to announce the acquisition of a new senior-level construction professional and cost estimator in our Anchorage office.This highly qualified individual will report for work at URS on Monday, May 28".We regret that our confidentiality policies prevent us from providing biographical information or references for this individual at this time.However we refer you to the related experience of team member Mr.Bob Zylman,whoisalsoafully-qualified and certified senior construction cost estimator,and will serve as Cost Estimator-alternateshouldthisnewhirenottakeplaceasanticipated. Patti Kroen |FERC Licensing and Dam Safety FERC Regulatory Compliance Specialist (URS,OR resident) Patti Kroen will be URS'FERC Licensing and Dam Safety Discipline Lead.Ms.Kroen specializes in providing strategic collaboration,regulatory compliance,technical document preparation,public involvement,and facilitation services to public and private sector clients.She has almost 30 years of professional experience in state and federal regulatory compliance activities,focusing the last two decades on issues related to water includinglicensing/relicensing hydropower projects,and compliance with FERC,NEPA,CEQA,and the Clean Water Actworkingwithutilities,federal and state agencies,independent system operators and water resource agencies.She is well versed in FERC and for the past 10 years has been involved in integrating compliance activities for clients in the hydropower industry.She has been a Director of the Northwest Hydroelectric Association for over a decade and served as its President for 2010-2012. Project References =Dale Hoffman-Floerke,California Department of Water Resources,916.653.8045 RE:Oroville Facilities Relicensing Project =Tom Jereb,Pacific Gas &Electric,415.973.9320 RE:Rock Creek-Cresta Hydroelectric Project URS Pepe? Bradley Lake Hydroelectric Project Engineering Term Agreement SKARFPNo.AEA 2013-094 ta)=>ALA eee eee eee eeeeeeee eee eee ee eee ee ey @-_ENERGY AUTHORITY =Wayne Dyok,Alaska Energy Authority,907.771.3000 RE:Susitna-Watana Hydroelectric Project Steve Benson |FERC Licensing and Dam Safety Civil Engineer (WA PE #22127 /URS,WA resident) Steve Benson will provide FERC Dam Safety Studies.He is a registered professional engineer with more than 30 years of experience in civil,geotechnical,and dam engineering related to the investigation,development,and rehabilitation of hydroelectric and other water resource projects.He has served as the Independent Consultant for LUconducting54,Part 12D inspections of FERC licensed dams,and has been the Independent Consultant and core team member for conducting Potential Failure Mode Analyses (PFMA)for 15 dams since 2003.He has also been lead engineer or project manager for the rehabilitation or modification of existing dams,as well as for design and construction of new large dams in both the U.S.and abroad. Project References =Gary Huhta,Cowlitz PUD,360.577.7513 RE:Swift No.2 =Toby Brewer,Tacoma Power.253.502.8530 RE:Cowlitz,Nisqually and Wynochee =Dave Aspie,Minnesota Power,218.355.3557 RE:St.Louis River Project (Thomson and Fond du Lac Developments) Additional Support Staff In addition to the key staff described above,URS believes that the following individuals may have valuable contributions to offer to AEA in consideration of ongoing work at the Bradley Lake Hydroelectric Project: Sasha Forland |Corps of Engineers 404 permit application preparation.Ms.Forland recently prepared the successful Section 404 permit application for the Point Thomson Project,and prepared similar permits as staff to the Alaska Railroad Corporation. David Erikson |wetlands delineation and environmental field studies.Mr.Erikson was environmental field office during construction of the initial Bradley Lake Project,and is located in Homer,Alaska. Joel Atchison,CSP |Health &Safety Inspection.Mr.Atchison is a Certified Safety Professional,an OSHA Construction Industry Instructor,and a MSHA Surface.He has more than 23 years of professional safety experience. 5 Workload and Resources Our organization has the existing capacity necessary to perform the level of work indicatedod by the project budget.Ourstaffdoeshaveexistingandfuturecommitments,but all staff proposed have significant availability for this project."fast gett yet |The table that follows quantifies other client actual and :....forecast commitments for the proposed staff for the initial 2 Dworlan 70 %_|50 ma 25%e |26%period of the contract:D Hartsock 50%0%25%25% S Jain 50%50%25%25% URS'Anchorage-based staff complement is currently 80,jy Ehasz 75%75%75%75% including 3 support staff.Our Bellevue office currently has [P Crews 15%10%10%10% 41 total staff,including 3 support staff.Both offices have [Ryman 10%10%10%10% complete printing and reproduction resources to produce -_|W Shaffer 30%30%10%10% hard-copies of design deliverables.Our Anchorage-based -_|Dietzmann 40%|40%10%10% surveying and title search subconsultant,LCG,has 19 J Hayden 30%30%30%30% local staff,including 3 support personnel.In addition,staff |Costestimator TBA |_35%35%15%15% in our Seattle and Portland offices are currently providing /P Kroen 50%|50%|30%|30%S Benson 45%45%25%25% URS Pees Bradley Lake Hydroelectric Project Engineering Term Agreement e_SRFPNo.AEA 2013-094 e_ALA KAa@ENERGYAUTHORITY support on the Susitna-Watana Project. Contracts URS and LCG currently hold with AEA are: «Alaska Railbelt Large Hydro Engineering Services (URS) *Susitna-Watana (URS) *IDIQ A/E Services Contract #AIDEA-08-007-AEE (LCG as subconsultant to Alaska Energy &Engineering) URS has the full range of engineering,permitting,project support,construction management,and construction capabilities.In the event additional services or engineering disciplines beyond those identified in the RFP URS can provide them.If an accelerated schedule requires increased resources this can be immediately accommodated by using our network of offices to provide additional qualified staff. By their nature,task order contracts can require varying and unpredictable levels of effort.Our backlog historically and presently consists of concurrent short-term and long-term projects,which allows scheduling flexibility for task order work.We also target a realistic staff productivity goal,which allows both the flexibility to absorb temporary increases in workload and retention of qualified staff between assignments. 6 Past Performance Design and Construction of Hydroelectric Facilities (Dam and Powerplant) Nine Mile Rehabilitation Project,Avista Corp.,Spokane River,WA.URS conducted a feasibility study to rehabilitate or entirely replace the powerhouse at Avista's Nine Mile Hydroelectric Development on the Spokane River.The study recommended the replacement of Units 1 and 2 with 8.8 MW dual runner horizontal Francis units specifically designed to replace the original 1907-vintage quad runner units.URS prepared the turbine-generator and auxiliary equipment procurement package and is currently reviewing shop submittals and designing the necessary civil works improvements to install the new equipment,including major concrete removal and replacement.The new units will have double the output of the original units and be capable of synchronous condensing operation.As the project transitions to construction,URS will provide construction observation and inspection services.The wide and varied scope of the Nine Mile assignment provides AEA with a URS team that has been exposed to current industry practices and pricing as well as the design challenges associated with aged plant rehabilitation.URS provided previous design and construction management services for installation of multi-strand tendons to improve the stabilityoftheexistinggravitydamsections.Project value=$45 million. URS participating staff:Doug Hartsock,Bob Zyiman,Bill Shaffer,Satendra Jain,Steve Benson Project Reference:Dave Schwall,Project Manager,509.495.2330 Swift 2 Dam,Powerhouse Power Canal,and 80 MW Redevelopment,Cowlitz County PUD,Cowlitz River,WA.The Swift 2 powerhouse structure,electrical,and mechanical equipment were severely damaged as a result ofcatastrophicembankmentfailure,requiring complete replacement of electrical power components and controls,and replacement/reconditioning of mechanical components.URS provided initial assessment,design,and construction management services for the $120 million project.We quickly and efficiently met project challenges related to investigating the causes for embankment failure,developed alternatives for reconstruction and achieving acceptance from the regulating agencies as well as an owner-assembled board of consultants,and met an aggressive 14-month design schedule.The final project included a 16,700-ft long trapezoidal concrete lined canal,a surge arresting structure,and a reconstruction of the embankment dam.Frequent design and construction status meetings with FERC were required,as well as dam safety monitoring plans and PFMA work.The comprehensive construction management experience gained by URS on the Swift 2 Project will prove invaluable to AEA. URS participating staff:Steve Benson,Joe Ehasz,Satendra Jain,Bob Zylman,Bill Shaffer Project Reference:Gary Huhta,Director of Power Management,360.577.7513 Lower Baker Unit 4 Powerhouse Engineering Design Services,Puget Sound Energy,Baker River,WA.URS provided engineering design services for a new 30 MW single unit Francis turbine powerhouse,including a variety of site studies and cost estimates,preparation of equipment specifications,powerhouse general arrangement drawings, URS Paes Bradley Lake Hydroelectric Project Engineering Term Agreement {\SKARFPNo.AEA 2013-094 =LAaGa_)ENERGY AUTHORITY and bridging documents for a design-build procurement package.The detailed construction cost estimates prepared by URS for this project helped PSE to secure project financing and evaluate bids.Project value=$79.8 million. URS participating staff:Doug Hartsock,Bob Zylman,Steve Benson Project Reference:Jeff Reichmuth,Engineering Supervisor,Puget Sound Energy,425.462.4417 FERC License Amendments Oroville Facilities Hydroelectric Relicensing Project.,California DWR.For eight years,Patti Kroen provided facilitation and technical support to the California Department of Water Resources during the Alternative Licensing Process to re-license the Oroville Facilities through development of the license application to FERC,development of alternatives and mitigation strategies,and preparation of the required environmental documents to support the Clean Water Act 401 Certification process with the state.This experience is directly related to the Bradley Lake contract, providing the requisite experience to deal with both FERC and major state and federal agencies through a complex regulatory process for a hydropower development. URS participating staff:Patti Kroen Project reference:Dale Hoffman-Floerke,California Department of Water Resources,916.653.8045 Rock Creek-Cresta Hydroelectric Project Compliance,Pacific Gas &Electric.Licensing the Rock Creek-Cresta Hydroelectric Project for Pacific Gas &Electric (PG&E)took approximately 25 years to complete.The project was licensed in 2001 and as a result of the Settlement Agreement (SA),an Ecological Resources Committee (ERC)was established to monitor compliance activities and to assist PG&E with ongoing decision-making as directed in the SA. Patti Kroen has worked with the ERC since 2005 to address issues related to baseline and pulse flows,endangered species and species of special concern to the Forest Service,recreational boating flows,river access,public safety, water quality and temperature,and operational components of the facilities particularly related to upstream, downstream and related,out-of-basin water transfers and contracts managed by PG&E.This experience in working with a large group of stakeholders to resolve complex issues is similar to what will be encountered by the Bradley Lake Project team. URS participating staff:Patti Kroen Project reference:Tom Jereb,Pacific Gas &Electric,415.973.9320 Susitna-Watana Hydroelectric Project,Alaska Energy Authority.URS has been one of the principal contractors for the $5.2 billion project since its original conception in the early 1980s.During the last three years,URS has provided over $20 million in services on the project,delivering a large variety of high quality technical services.This experience helps us with the proposed Bradley Lake contract in that we are very familiar with FERC processes,AEA contracting mechanisms,budgets,and goals,and how to manage diverse technical specialties on large hydroelectric power projects.We are also adept at managing numerous subcontractors and vendors on complex,changing projects.In addition,senior team members participated in the preliminary design and engineering calculations for the original project,and bring this unmatched knowledge to the entire team. URS participating staff:Paul Dworian,Patti Kroen,James Dietzmann,Joe Ehasz,Bob Zylman Project Reference:Wayne Dyok,Alaska Energy Authority,907.771.3000 Hydrology Spokane River Project Upgrade Assessment,Avista Corp.URS evaluated the six Spokane River Hydroelectric Developments operated by Avista Corp.to determine the most cost-effective upgrade options,and economic basis for prioritizing upgrades.We developed extensive hydrologic records of daily flows and simulation models based on existing conditions,and a range of possible upgrade alternatives.Study information resulted in the decision to proceed with the selected alternative that is currently being designed by URS.The optimization experience of the URS Team will be especially valuable in the case of the Bradley Lake hydroelectric engineering projects. Project fee =$430,000. URS participating staff:Bill Shaffer,Doug Hartsock,Bob Zylman Project Reference:Dave Schwall,Project Manager,509.495.2330 URS Page 10 av '® Bradley Lake Hydroelectric Project Engineering Term Agreement SRFPNo.AEA 2013-094 =ALASKA |Go ENERGY AUTHORITY Buffalo Rapids Hydroelectric Project Reconnaissance,PPL Montana.URS provided a reconnaissance-level evaluation of economic feasibility for the proposed new Buffalo Rapids hydroelectric development.Long-term daily flows were recorded and duration curves developed to determine potential powerplant design parameters and generation capacity;a reconnaissance-level construction cost estimate was also provided.This study provided the client with information necessary to determine general project feasibility,and for budget planning.The team's experience on this project will provide AEA with useful perspectives on general hydroelectric feasibility,operations and optimization,and cost estimating that are typically related to projects like Bradley Lake.Project fee=$30,000. URS participating staff:Bill Shaffer,Bob Zylman Project Reference:Carrie Harris,Project Manager,406.533.3429 Pelton Round Butte Hydroelectric Project -PMF Study (and subsequent Reconciliation Study),Portland General Electric.URS developed a Probable Maximum Flood Study for the Pelton Round Butte Hydroelectric Project comprising three dams in series on the Deschutes River.A hydrograph development and routing model for basin and subbasins,calibration model for subbasins,with hydrologic parameters developed for each subbasin,storm event simulation,and application of simulation storm events through the various hydroelectric developments for determination of spillway adequacy and the potential for overtopping at the three dams were developed.URS subsequently per- formed a reconciliation study after several years of additional precipitation and stream gage data were collected follow- ing implementation of a gaging program.The study was accepted by FERC with respect to dam safety issues,and exemplifies the typical approach needed for FERC acceptance of projects like Bradley Lake.Project fee= $100,000. URS participating staff:Bill Shaffer Project Reference:Christie Foster,Project Manager,360.430.1670 General Heavy Civil Construction Services Bradley Lake Hydroelectric Project,Homer,Alaska.URS (as legacy firm EBASCO)performed cost estimating, construction planning,scheduling,construction sequencing,and construction of the Bradley Lake 3.5-mile 13-ft diameter power tunnel and 137-ft high,610-ft crest dam.The power tunnel traversed several major faults,and was constructed by a combination of both the conventional drill-and-shoot method and a tunnel boring machine with an adjustable speed cutting head.Site conditions were complicated by 100+mph winds and frequent earthquakes.URS also administered the site safety program and performed environmental monitoring to evaluate the environmental impacts of tunnel construction. URS participating staff:Joe Ehasz,Bob ZylmanProjectReference:Eric Yould,Former Executive Director,Alaska Power Authority,907.242.0487 Terror Lake Hydroelectric Project,Kodiak,Alaska.URS (as legacy firms EBASCO and IECO)provided detailed engineering and construction management for the 273-ft high dam to raise the existing lake level;5-mile power tunnel and various shafts,lake tap,diversion dams,transmission lines,work camps,port and road facilities.Project successes included completion of the full set (50)of civil,electrical,and mechanical final design drawings for the powerhouse within a four month period after AEA asked us to assume responsibility from the incumbent design firm who had fallen substantially behind schedule.The Terror Lake Project was also the first hydro project to be constructed within a National Wildlife Refuge,and was completed on schedule in 1985.This project included engineering and construction management experience for cold regions with environmental sensitivity,multiple diversions,flow conveyance,site inspections and project reporting requirements.Project cost $190 million. URS participating staff:Joe Ehasz,Bob Zylman Project Reference:Eric Yould,Former Executive Director,Alaska Power Authority,907.242.0487 Olmstead Dam,USACE,Louisville District,Lower Ohio River,Olmstead,Illinois.URS is providing construction and engineering services for this $1.6 billion,2,700-ft long concrete dam project.Construction uses an innovative 'in- the-wet”method and,when completed in 2016,will consist of five 110-ft tainter gates and a navigable pass section with boat-operated wicket gates.The USACE has consistently recognized URS'performance on this project with Good to Excellent ratings in all categories including Management,Cost,Schedule,Quality,Safety,and Constructability.It is also the only construction site in Illinois to have been awarded the prestigious OSHA Voluntary Protection Program "Star”status. URS participating staff:N/A Project Reference(s):Larry Bibelhauser,Project Manager,502.315.6778 /Richard Schipp,502.315.7215 URS Page 11 Bradley Lake Hydroelectric Project Engineering Term Agreement SKAREPNo.AEA 2013-094 :q :f=_ALAEE)@)ENERGY AUTHORITY LPV 146 Levee Improvements and Floodwall Construction,USACE,Mississippi River,Louisiana.The URS- led joint venture/limited partnership completed preconstruction services,a validation option,and subsequent construction,and self-performed 94%of the work for the $273 million 8-mile flood control or T-wall,constructed atop the existing levee.URS proposed significant innovations during the preconstruction services phase that ultimately resulted in $50 million in project savings.In addition,URS was able to finish the construction one month ahead of the project's fast-track schedule despite delays from the design firm by designing innovative construction methods and implementing effective project controls. URS participating staff:N/A Project Reference:Clarice Sundeen,PM,901.494.5890/Chris Gilmore,Sr.Project Manager,504.862.1961 7 Schedule Commitment Commitment to Provide Deliverables in Accordance with Negotiated Schedules URS understands the importance of meeting agreed upon schedules and will commit resources based upon the established task order budgets to meet each deliverable milestone.We will review our progress against the schedule on a weekly basis,and increase staff availability if necessary to meet our commitments. Our project manager,Doug Hartsock,will implement a Project Execution Plan (PXP)at the inception of the project.This plan will be based on URS'standard Project Execution Procedures,which include procedures to execute,manage,and successfully complete project deliverables.Per the procedures,URS will keep all project participants informed of deliverable status,document control,change management,as well as other related aspects of ongoing work tasks. Submittal Quality Assurance URS employs a rigorous internal review process for engineering work both within the individual disciplines as well as interdisciplinary reviews to assure complete coordination of designs.AEA would have the opportunity to review and comment on engineering work during progress reviews established when the task order is scoped and schedule developed.A complex design task would typically have reviews at the conceptual,30%,60%,and 90%levels,but the review process would be adapted to match AEA's needs and the complexity of the individual task order. 8 Alaska Bidder (Offeror)Preference Certification A.URS Energy &Construction holds the following current Alaska business licenses: Prof,Scientific and Tech Svs:948152 Construction:947756 URS Alaska LLC also holds Alaska business license number 919368 and is incorporated in the State of Alaska. B.Yes.This proposal is being submitted under the firm's name as it appears on our current business license. C.URS Energy &Construction has maintained a place of business in Alaska for more than six months and has been licensed to do business in Alaska since February 23,1952 under the following company names:The H.K. Ferguson Company,Inc.;MK-Ferguson Company;Morrison Knudsen Corporation;Washington Group International,Inc.;URS Energy &Construction,Inc. D.Yes.The firm is incorporated in the State of Alaska,and qualified to be business under its laws. E.N/A.URS is not submitting as a joint venture. Contract Review Comments URS has reviewed the proposed contract documents provided by AEA and finds them acceptable. URS Page 12 Alaska Industrial PROPOSAL FORM THIS FORM MUST BE THE FIRST PAGE OF PROPOSAL.Attach criteria responses as explained in Part B - Submittal Checklist.No transmittal letter or cover sheet will be used. Attachment 1 Development &Export Authority PART D PROJECT Project Numbers-State/Federal...................:N/A Term Agreement Type of business enterprise (check one).... Project Tithe...ccecccccceccsscrececetsseeeteeeenaeens :Bradley Lake Hydroelectric Project Engineering Term Agreement REP NO.00...cece cscesccseeeccseeenseeeeeseaesrennseres :2013-094 OFFEROR (CONTRACTOR) Contractor...cece eecceseeetessssesseeeesserneees :HDR Alaska,Inc. Street occ ce cece cscs cessscseeeesessesesceereseees >2525 c St.,Suite 305 P.O.BOX oo.cecccccccesssteresssensseesseseeenesentasenees : City,State,Zip...ceecceeeeeeeesesseeneeeseees ;Anchorage,AK 99503 Alaska Business License Number ..............:216873 License is a prerequisite to Proposal.Federal Tax Identification No.............0.:47-0794061 DOT&PF DBE Certification No.(if any).......: Individual(s)to sign contract...ee : ay ee : Mark Dalton Senior Vice President [X ]Corporation in the state of.;Alaska []Individual []Partnership []Other(specify)........00000.: ALASKA STATUTORY PREFERENCES (IF NO FEDERAL FUNDING) Check the applicable preferences that you claim for the proposed contract (reference Criteria 11,12 &13 in Part C):[Xx]Alaska Bidder (Offeror)AND>>[]Veterans AND>>[jEmployment Program or []Disabled Persons PROPOSED SUBCONTRACTOR(S) Service,Equipment,etc.Subcontractor &Office Location AK Business DOT&PF DBE License No.Certification No. Geotechnical Shannon &Wilson,Inc.38088 Engineering Anchorage,AK ;Mullikin Surveys 74664 Surveying Homer,AK 57674AlaskaConstructionManagement,Inc. Anchorage,AK Cost Estimating CERTIFICATIONS |certify:that |am a duly authorized representative of the Contractor;that this Submittal accurately representscapabilitiesoftheContractorandSubcontractorsidentifiedhereinforprovidingtheservicesindicated;and,that therequirementsoftheCertificationsonpage2and3ofthisPartDfor1)Alaska Licenses/Registrations,2)Insurance,3)Federal-Aid Contracts exceeding $100,000,4)Cost and Pricing Data,5)Trade Restrictions/Suspension/Debarment,6)Foreign Contracting,7)DBE Commitment,and 8)Former Public Officer -will be complied with in full.These Certifications are material representations of fact upon which reliance will be placed if the proposed contract is awarded. Failure to comply with these Certifications is a fraudulent act.The Contracting Agency is hereby authorized to requestanyentityidentifiedinthisproposaltofurnishinformationdeemednecessarytoverifythereputationandcapabilitiesof the Contractor and Subcontractors.This proposal is valid for at least ninety days. Mie.Signature............yNAM...'Mark Daleon Date:May 16,2013Titleocc!Senior Vice President Telephone (voice):907-644-2071 (fax):907-644-2000 Email Address:mark .Dalton@hdrinc.com rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 1 of4 PART CERTIFICATION FOR ALASKA BUSINESS LICENSES AND REGISTRATIONSContractorandallSubcontractorsshallcomplywiththefollowingapplicablerequirementsofAlaska Statutes:D 1.Alaska Business License (Form 08-070 issued under AS 43.70)at the time designated for opening (i.e.,receipt)of proposals as required by AS 36.30.210(e)for Contractor;and not later than five days after a Notice of Intent to Award as required by AS 36.30.210(a)and AS 36.30.250(a)for all Subcontractors.In accordance with Administrative Manual,Section 81.120,proof of application for an Alaska Business license will satisfy this requirement.Per AAM 81.120,acceptable evidence that the offeror possesses a valid Alaska business license consists of any one of the following: a.Copy of the Alaska business license. b.Certification on the bid or proposal that the bidder/offeror has a valid Alaska business license number and has written the license number in the space provided on the proposal. A canceled check that demonstrates payment for the Alaska business license fee. A copy of the Alaska business license application with a receipt stamp from the State's business license office. A sworn notarized affidavit that the bidder/offeror applied and paid for the Alaska business license. Other forms of evidence acceptable to the Department of Law.>oao2.Certificate of Registration for each individual to be in "responsible charge"(AS 08.48.341(14))for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.211)issued prior to submittal of proposal.Associates,consultants,or specialists under the supervision of a registered individualin "responsible charge"are exempt from registration requirements (AS 08.48.3371). 3.Certificate of Authorization for Corporate Practice for incorporated Contractors and incorporated Subcontractors for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.241).Corporations offering to provide Architectural, Engineering or Land Surveying services do not need to be registered for such disciplines at the time proposal is submitted provided they obtain corporate registration before contract award (AS 08.48.2411). 4.Certificate of Incorporation (Alaska firms)or Certificate of Authorization for Foreign Firm ("Out-of-State"firms).All corporations,regardless of type of services provided,must have one of the certificates (AS 10.06.218 and other sections of Title 10.06 - Alaska Corporations Code). 5.Current Board of Director's Resolution for incorporated Contractors and incorporated Subcontractors for Architecture, Engineering or Land Surveying (reference AS 08.48.241)which names the person(s)designated in "responsible charge"for each discipline.Such persons shall be licensed in Alaska and shall participate as project staff in the Contract/Subcontracts. 6.All partners in a Partnership to provide Architectural,Engineering,or Land Surveying must be legally registered in Alaska prior to submittal of proposal for at least one of those disciplines (AS 08.48.251)which the Partnership offers. 7.Joint Ventures,regardless of type of services provided,must be licensed/registered in the legal name of the Joint Venture as used in this proposal (AS 43.70.020 and 43.70.110(4)). 8.Contracts for Architecture,Engineering or Land Surveying may not be awarded to individuals,corporations or partnerships not in compliance,respectively,with the provisions of paragraph 2,3,and 6,above (AS 36.90.100). [For information about licensing,Offerors may contact the Alaska Department of Commerce and Economic Development,Division of Occupational Licensing at P.O.Box 110806,Juneau,AK 99811-0806,or at Telephone (907)465-2550,or at Internet address:http:/iwww.dced.state.ak.us/occ/home_bus licensing html] CERTIFICATION FOR INSURANCE Contractor will ensure that it and all Subcontractors have insurance coverage to effectuate the requirements of DOT&PF Form 25A269, Indemnification and Insurance. CERTIFICATION FOR FEDERAL-AID CONTRACTS EXCEEDING $100,000 The individual signing this proposal certifies to the best of his or her knowledge and belief,that: (1)No federal appropriated funds have been paid,by or on behalf of the Contractor,to any person for influencing or attempting toinfluenceanofficeroremployeeofanyFederalagency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of anyFederalloan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the Contractor shall complete and submit Standard Form-LLL,Disclosure of Lobbying Activities,in accordance with its instructions.Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. This certification is a material representation of fact upon which reliance will be placed if the proposed contract is awarded.Submission of this certification is a prerequisite for making or entering into the proposed contract imposed by Section 1352,Title 31,U.S.Code.The Contractor also agrees by submitting this proposal that Contractor shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such Subcontractors shall certify and disclose accordingly. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 2 of 4 PART CERTIFICATION -COST AND PRICING DATA In accordance with AS 36.30.400,any cost and pricing data submitted herewith,or in any future price proposals for the proposed contract,will be accurate,complete and current as of the date submitted and will continue to be accurate and complete during the performance of the contract,if awarded. The contractor certifies that all costs submitted in a current or future price proposal are allowable In accordance with the cost principles of the Federal Acquisition Regulations of Title 48,Code of Federal Regulations (CFR),Part 31 and that the price proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31.In addition,all known material transactions or events that have occurred affecting the firm's ownership,organization and indirect costs rates have been disclosed. CERTIFICATION -TRADE RESTRICTIONS AND SUSPENSION AND DEBARMENT The individual signing this proposal certifies to the best of his or her knowledge that the Contractor and any subcontractors are in compliance with DOT&PF 25A262 Appendix A,General Conditions,Article A25 and Article A26. CERTIFICATION -FOREIGN CONTRACTING For state funded projects:by signature on this solicitation,the offeror certifies that all services provided under this contract by the Contractor and all subcontractors shall be performed in the United States.Failure to comply with this requirement may cause the state to reject the bid or proposal as non-responsive,or cancel the contract. CERTIFICATION -DBE COMMITMENT For federal-aid projects with DBE goals:if the Contractor submits a utilization report that proposes to use certified DBE's in the performance of work,the Contractor certifies that every effort will be made to meet or exceed the proposed percentage. In addition,the Contractor certifies that a Consultant Registration form shall be submitted to the DBE/Civil Rights Office for their firm and each subconsultant prior to award. CERTIFICATION --FORMER PUBLIC OFFICER Any proposer listing as a member of the proposer's team a current public officer or a former public officer who has left state service within the past two years must submit a sworn statement from that individual that the Alaska Executive Branch Ethics Act does not prohibit his or her participation in this project.If a proposer fails to submit a required statement,the proposal may be deemed nonresponsive or nonresponsible,and rejected,depending upon the materiality of the individual's proposed position. The Ethics Act bars a public officer who leaves state service from representing,advising or assisting a person for compensationregardingamatter- that was under consideration by the administrative unit in which the officer served,and _in which the officer participated personally and substantially through the exercise of official action, for two years after leaving state service.See AS 39.52.180(a)."Public officer”includes a state employee,a member of a state boardandcommission,and a trustee of the Exxon Valdez Oil Spill Trust."Official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction.Possible remedies for violating the bar include penalties against the former public officer and voiding the state grant,contract or lease in which the former public officer is involved. Additionally,former public officers may not disclose or use information acquired in the course of their official duties that could in anywayresultinabenefittotheformerpublicofficersortheirfamilies,if the information has not been disseminated to the public or is confidential by law,without appropriate authorization.See AS 39.52.140. Each current or former public officer is responsible for determining whether he or she may serve in the listed capacity on this projectwithoutviolatingtheEthicsAct.A form that a former public officer may use to certify their eligibility is attached.Current public officers may seek advice from their designated ethics supervisors concerning the scope and application of the Ethics Act.Former public officers may,in writing,request advice from the Office of the Attorney General,Ethics Attorney concerning the application of the Ethics Act to their participation in this project.It is the responsibility of the individual and the proposer to seek resolution in a timely manner of any question concerning the individual's eligibility. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 3 of 4 RFP# Former Employee's Certification of Eligibility Under the Alaska Executive Branch Ethics Act (AS 39.52.140,AS 39.52.180) |am a former employee of the State of Alaska and left state service within the last two years.My last position with the state was [job fitle]with the [name of state agency and administrative unit].|propose to work on [describe state contract_or other matter]on behalf of [name of current employer).This work will not involve any matter (a)that was under consideration by the state administrative unit that |served,and (b)in which |participated personally and substantially during my state service through the exercise of official action ("official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction).|am therefore eligible to participate in this [contract or matter]under the Alaska Executive Branch Ethics Act.|also understand that as a former public officer |may not disclose or use information acquired in the course of my official duties that could in any way result in a benefit to me or my family,if the information has not been disseminated to the public,or that is confidential by law,without appropriate authorization. |certify under penalty of perjury that the foregoing is true. Dated:,20_,at ,Alaska. [name of former state employee] STATE OF ALASKA ) )ss. JUDICIAL DISTRICT) On this day of ,20__,[mame of former state employee],whom | know to be the individual described in and who executed this certification,personally appeared before me and acknowledged that [s]he signed the certification as [her or his}free and voluntary act. IN WITNESS WHEREOF,|have placed my signature and affixed my official seal. Notary Public in and for Alaska My commission expires: lf no notary or other official Gudge,magistrate,U.S.postmaster or municipal clerk)is available,omit the notary certificate and include the following statement in the text.A notary or other official empowered to administer oaths is unavailable. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 4 of 4 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT I=AASIA |4 1.OBJECTIVES &SERVICES The Bradley Lake Hydropower project is a significant generating resource for the railbelt region.On average,the Bradley Lake project produces 380 GWh of energy,or approximately 10%of the region's needs.A significant portion of this energy comes during the winter,when alternative fuel costs are at their highest.Being able to continue to operate and maintain the Bradley Lake project at its optimum is the prime objective related to this work. HDR Alaska,Inc.(HDR)understands that issues can arise with a project that require both a timely and quality response.The professionals we have proposed for this work have extensive hydropower experience and a wide breadth of experience. This combination of talent allows us to provide the Alaska Energy Authority (AEA)the best project team to respond to any project situation that may arise. In addition,HDR has more than 8,000 employees nationally from which we can draw upon,should special needs arise. HDR strives to assist AEA in solving its hydropower related challenges in Alaska! Our strengths abound in hydropower regulatory compliance,feasibility assessments,permits, sound project reports,design,and construction administration to help AEA meet its project goals. Our full-time regulatory staff has an excellent working relationship with the Federal Energy Regulatory Commission (FERC),Alaska Department of Fish and Game and other resource agencies that have an oversight role on the project.These working relationships,coupled with our past and current experience working on the project,will allow us to effectively handle any licensing or permitting issues that may come up. We also understand that the member utilities that comprise the Bradley Project Management Committee play an active role in the project's decision making.We enjoy a good working relationship with these utilities and will be able to effectively communicate with them if needed during the execution of future work. We have a long history of working with the AEA in providing a multitude of services.We have always enjoyed a collaborative working relationship and look forward to continuing this into the future. FAR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS. STATEMENT OF SERVICES/ SCHEDULES ATTAINABLE/ ECONOMICALLY FEASIBLE? The statement of services is sufficiently explicit as defined in the RFP.As schedules have not been currently set for each task order that may be issued under this term contract,HDR will strive to pro-actively work with AEA to meet all schedules that arise as project needs arise. Wem ee mee fre et F HDR regulatory specialists possess the required Alaska FERC knowledge to assist AEA to operate Bradley Lake at its optimum level.ASSUMPTIONS.In preparing this work we have assumed that individual task orders will be used for projects.When these tasks are identified,we will work with AEA to develop statements of services and attainable schedules. ALTERNATIVE DESIGN CONSIDERATIONS?As a trusted advisor to AEA,HDR seeks to provide alternative design considerations for hydropower projects,if those alternatives are in the best interest of AEA, while still complying with project needs. 2.METHODS WHAT,WHEN,WHERE,HOW,AND IN WHAT SEQUENCE WORK WILL BE DONE.HOW EACH TASK MAY BE CARRIED OUT.As power and energy task orders under a term contract vary, we have a wide range of staff to help you address project needs which may include:consultation of project feasibility assessments,permitting, and hydropower design,to construction administration and agency consultation. In general,our method for accomplishing task orders centers around an established project management approach.HDR takes project management Seriously,and has a long track record of successfully completing large projects with a high degree of client satisfaction. Our approach to project management is designed to bring efficiency, stability and control to contracts through: DEFINING CONTRACT SCOPE OF WORK AND IDENTIFYING ALL DELIVERABLES Upon being notified of project selection,HDR's project and contract managers will work to solidify the contract documents of each project. These documents help define the contract scope of work and identify al! deliverables HDR staff are required to provide in order to fulfill all project objectives. DEVELOPING A DETAILED COST AND SCHEDULE FOR THE PROJECT Upon being notified of request for a scope of work and budget from our clients,HDR prepares a detailed cost and potential schedule that corresponds with the work being performed by HDR staff throughout the duration of a project. HDR ALASKA,INC.|1 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT [=AASIA |mani PROXIMITY TO THE PROJECT SITE,GEOGRAPHIC FAMILIARITY,EXPERIENCE,AND CAPABILITIES OF FIRMS CONTRIBUTING TO THE PROPOSED METHODS. HDR's Anchorage office is located at 2525 C Street,just a few blocks from AEA's office.Our hydropower experts,Bob Butera,PE and Paul Berkshire,PE have worked with AEA on multiple hydropower projects and have a solid understanding of the challenges that Alaska Hydropower projects face as well as the potential solutions that are viable for hydropower projects in remote areas.HDR staff are also knowledgeable regarding the policies and procedures of the Authority,and have a strong track record of providing hydropower engineering services since the early 1990s. AMOUNT AND TYPE OF WORK -SUBCONTRACTORS, HDR will use speciality contractors for surveying,geotechnical investigations and cost estimating as appropriate for each task order assigned under the term contract.The amount of work assigned to subcontractors will be determined during development of each scope of work requested. SERVICES/INTERACTION FROM/WITH AEA We anticipate AEA will provide consistent and clear communication regarding project goals and to work closely with HDR project managers.This approach will help prevent many project challenges and allow HDR staff to perform their services as expected,per the project schedule and budget. 3.MANAGEMENT SUGGEST ALTERNATIVES,IF APPROPRIATE. As an expert in providing consultation services to power and energy clients,we strive to help our clients with assessment of hydropower projects and provide alternatives.This collaborative approach provides a cost savings to our clients while also allowing them to comply with regulatory standards and legislative expectations. DISTINCT AND SUBSTANTIVE QUALIFICATIONS. ¢Firm understanding of project and project area through work on the Bradley Lake Part 12 Inspection and Battle Creek Environmental and Regulatory projects. *Experienced and local Alaska project manager with more than 25 years providing engineering and regulatory services for hydropower projects. ¢Full complement of local and in-house design professionals for hydropower,roads,bridges,airports,as well as right-of-way,and regulatory specialists. Our professionals work closely with the AIDEA,AEA, Utilities,and regulatory agencies to develop projects thatsuccessfullymeetlocal,state and federal standards and guidelines.We are available to support all hydropowerrelatedtasks(including FERC paperwork)to help the AEA meet its project schedules and goals. \ADMINISTRATIVE AND OPERATIONAL STRUCTURES.HDR's goal to be Alaska's most experienced consulting firm is based on one principle:commitment to our clients'projects.Our professionals have consistently demonstrated their ability to work closely with clients such as the AIDEA,AEA,utilities,and regulatory agencies to develop projects that successfully meet their standards and guidelines.To achieve schedule adherence and high quality work products,HDR has built in quality assurance and quality controls (QA/QC}to guide every project and task order.Our QA/QC program for each project is managed by the project manager.All project staff are knowledgeable of scope,schedule,and budget for each task.A progress report is prepared monthly.Project staff will be added or removed from the project as workloads dictate.A detailed QA review for every deliverable is part of our office-wide QA program. OVERALL RESPONSIBILITY FOR THE CONTRACT.Mark Dalton will serve as Contract Manager,and will have overall responsibility for the contract.He will handle contract negotiations,ensure the commitment of staff resources,and provide quality oversight. LINES OF AUTHORITY/DIRECT RESPONSIBILITY FOR SPECIFIC DISCIPLINES.HDR's lines of authority and staff who are directly responsible for specific disciplines are shown in the organizational chart on page 3.Project Manager Bob Butera,P.E., will serve as AEA's day-to-day contact.He will work with the AEA Project Manager to ensure AEA goals are met on time and on budget. He will coordinate with the project team and serve as a liaison among HDR's team,our subcontractors,and the AEA.He will ensure deliverables are developed to AEA standards.Team members will receive work assignments from Bob,and will report to him for preparing deliverables for their assigned disciplines. RESPONSIBLE-IN-CHARGE STAFF.Paul Berkshire (CE-8657)will be in responsible charge of civil engineering;Stephen Spain (ME-11988)for mechanical;Ernie Swanson (EE-9095)for electrical;and Don Mullikin (PLS-4469)for surveying. PERFORMANCE OF SERVICES.Performance of services will depend on the type of work required.Much of the work will occur in the Anchorage office or on site,but discipline-specific work may be completed in other HDR offices.All deliverables will be routed through the Anchorage office.HDR will manage and complete ali task items in its Anchorage office. MAINTENANCE OF COMMUNICATIONS.HDR team members are linked to each other and to AEA staff by phone,email,and fax.We will deliver information to AEA's office through these means and through office visits.Any correspondence with the public and other agencies concerning the project will be routed through AEA before release.We are available to also help set up project websites, as we have for many other client projects. \ PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS.AR HDR ALASKA,INC.|2 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT |a 4.PROPOSED PROJECT STAFFTHEHDRTEAMORGANIZATIONCHART =l=EE BDERGY AUTHORTY BOB BUTERA,P.E.,PROJECT MANAGER (CE-9121) professional expertise in the areas of engineering, |MARK DALTON,CONTRACT MANAGER regulatory,fisheries, environmental and REGULATORY JENNA BOROVANSKY,MES JAY JEFFERIES,P.E.(CE-12830) Dam Safety Documents JESSICA MANIFOLD Water Rights Documents PAUL MCLARNON Environmental Permits ENGINEERING construction managementPAULBERKSHIRE,P.E.(CE-8657)related to hydroelectric projects.Our work will capitalize on this expertise to develop work products that will exceed AEA's expectations.Specific and relevant experience and knowledge,which is PAUL BERKSHIRE,P.E.(CE-8657) Hydroelectric Engineering & Feasibility Studies GLENN BREWER,P.E.(CE-9539) Dam Safety Inspection OAN CAMPBELL,EIT Construction Inspection DIRK GREELEY,P.E.(CE-10563) Roads JAY JEFFERIES,P.E.(CE-22830) STEPHEN SPAIN,P.E.(ME-11988)Regulatory Pian Development Mechanical Engineering CARL SIEBE,P.E.(CE-5100) Airstrips DAVE CLEMENS ERNIE SWANSON,P.E.(EE-9095)Health &Safety Inspection Electrical Engineering JOHN SHERK,P.E.(CE-10985) ROSIN BEEBEE,PHD.Bridges Hydrology VIVIAN DIETZ-CLARK,SR/WA Land Ownership /ROW DON MULLIKIN,P.L.S.(PLS-4469) Surveying (Mullikin Surveys) of key benefit to AEA,can be found in the following resume briefs: SUPPORT SERVICES KYLE BRENNAN,P.E.(CE 11122) Geotechnical Exploration (Shannon &Wilson) RON RASMUSSEN Cost Estimating (Alaska Construction Management,Inc.) AR BOB BUTERA|P.E.«|Project Title |HDR Project Manager Employer:HDR Discipline:Civit Engineering Registration:PE,AK (CE-9121) State of Residency:Alaska Experience:29 years References:Gary Hennigh,City of King Cove,907-335-6204;Peter Poray,CEA, 907-762-4788;Caroline Cherry,CIAA, 907-283-5761 KEY ROLE Bob will serve as AEA's day-to-day contact.He will work with the AEA Project Manager to develop the scope and budget for projects. He will coordinate with the project team and serve as a liaison among HDR's team,our subcontractors,and the AEA.He will also make sure that deliverables are developed to AEA standards and are submitted on time and on budget. SUBSTANTIVE EXPERIENCE Bob is a civil engineer with 29 years of experience in water resources engineering.Much of his career has focused on hydropower. He has been involved in all phases -from initial concept and design,field data collection,feasibility study,environmental analysis, and permitting to final design and construction management.He has worked on numerous hydroelectric projects throughout Alaska including the design of drainage,access roads,and borrow areas for the Bradley Lake project. Bob has served as project manager for numerous AEA term contracts.He recently managed updating the evaluation and alternatives analysis for the Susitna Hydro Project and the Railbelt Large Hydro Preliminary Decision Document. VALUETO AEA Bob understands all of the myriad of components of a hydroelectric project,allowing him to readily translate AEA needs into a specific scope and budget,and to ensure work is accomplished in an efficient manner. PAUL BERKSHIRE |P.E.ja Project Title |Engineering;Hydroelectric Engineering and Feasibility Studies Employer:HDR Engineering,Inc. Discipline:Civil Engineering Registration:PE,AK (CE-8657) State of Residency:Alaska Experience:25 years References:Peter Bibb,Inside Passage Electric Cooperative,907-321-0461; Robert Grimm,Alaska Power &Telephone, 360-385-1733;George Hornberger, INNEC,907-571-1359 KEY ROLE Task lead to oversee all engineering (civil,mechanical,electrical),and project operations SUBSTANTIVE EXPERIENCE Asenior hydroeiectric engineer with HDR,Paul has devoted his 25-year career almost exclusively to the development of hydroelectric projects in Alaska,the Pacific Northwest,and internationally.He has held key roles on the feasibility studies and design of HDR's hydroelectric projects in King Cove,Tazmina,Ketchikan,and at other Alaska locations.His current projects include design of the Gartina Falls project in Hoonah and the Waterfall Creek project in King Cove. VALUETO AEA Paul is an expert in hydropower development and generation facility operation,project evaluations,feasibility studies,and due diligence reviews of existing facilities.He serves as lead engineer for the majority of recent AEA Susitna and Chackachamna Hydropower analyses,has an intimate understanding of hydroelectric power from a developer's perspective,and he possesses utility experience in the operation and maintenance of hydroelectric projects. PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS. axf=(x GERGY AUTHORITY HDR's team brings together HDR ALASKA,INC.|3 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT |e/a JENNA BOROVANSKY |MES |Project Title |Regulatory Employer:HDR Engineering,Inc. Discipline:Senior Regulatory Compliance State of Residency:Washington Experience:14 years References:Peter Bibb,907-321-0461; Bryan Carey,907-771-3065;Steve Boyd, Turlock Irrigation District,209-883-8364 KEY ROLE Jenna will lead any regulatory or permitting aspects of this term contract. SUBSTANTIVE EXPERIENCE Jenna has 14 years of experience with FERC licensing,as well as multi-stakeholder process facilitation and negotiation support, primarily in the western United States and Alaska.She has supported FERC licensees in strategic planning and by choosing the appropriate FERC licensing process.As strategic FERC advisor,Jenna has supported all aspects of license development,includingagencyconsultationandregulatorydocumentdevelopment.She has authored and managed large project teams in the preparation of documentation for hydroelectric licensing of new and existing projects,including Pre-Application Documents,Preliminary Licensing Proposals,study plan development and study reporting,water quality management plans,ADNR water rights and other state permit applications,Forest Service special use permits,and license amendments,as well as draft and final license applications.Jenna specializes in FERC licensing and compliance activities.Her depth of experience as a strategic advisor to clients includes relicensing of projects from 200 to 1000 MW under the Integrated Licensing Process,new license development,and amendment development under the Traditional Licensing Process.Jenna is an experienced project manager,able to bring together resource experts (from within HDR,client teams,and subconsultants),project engineers and client teams to adhere to regulatory deadlines on projects of all scales,from targeted,rapid due diligence assessments to management of relicensing study teams with annual budgets of over $6 million. VALUETO AEA Jenna is familiar with lead state and federal agency representatives in Alaska,and understands the Bradley Lake Project as lead licensing advisory on the Battle Creek amendment.Jenna's focus on assisting project teams to work efficiently through the FERC process allows them to complete projects consistent with AEA's timelines.She has successfully managed agency consultation efforts and coordination of FERC and state permit requirements throughout licensing and compliance activities for multiple hydroelectric clients.Jenna's abilityto convey the nuance of the FERC regulatory process and requirements in plain language is an asset to AEA and project teams working on all aspects of hydroelectric development. MARK DALTON oi Project Title |HDR Contract Manager Employer:HDR Discipline:Senior VP State of Residency:Alaska Experience:29 years References:Brent Petrie,AVEC, 907-565-5358;Jim Lowell,DOT&PF, 907-465-8884;Brian Lindamood,ARRC, 907-265-3095 KEY ROLE Mark will serve as contract manager,and will have overall responsibility for the contract.He will handle contract matters,ensure the commitment of staff resources and adherence to project schedules,and provide quality oversight. SUBSTANTIVE EXPERIENCE A Senior Vice President with HDR,Mark has 29 years of experience developing and managing large projects throughout Alaska.As the Department Manager for HDR's Anchorage office,he oversees contracts for numerous clients,including the current AEA Susitna Hydro Term Contract and other AEA term contracts. Mark also has extensive experience in managing large regulatory projects,including FERC and NEPA.He conducted the overall environmental process for several Alaska hydro projects including:Tazimina,King Cove,Reynolds Creek,and Mahoney Lakes. VALUE TO AEA Mark has extensive experience with numerous AEA contracts and a strong understanding of hydroelectric projects and FERC processes from his years of experience in Alaska. GLENN BREWER |P.E.8 |Project Title |Dam Safety Inspection Employer:HDR Discipline:Sr.Engineering Consultant Registration:PE,AK (CE-9539) State of Residency:idaho Experience:35 years References:Paul Walz,Idaho Power Company,208-388-5866;Scott Larrondo,idaho Power Company,208- 388-2484;Jay Pickett,Centralia City Light,360-458-3901 KEY ROLE Dam Safety inspection SUBSTANTIVE EXPERIENCE Glenn has 35 years of engineering and management experience in the development of hydroelectric and water resources projects. His experience includes project engineering for planning,licensing,design,construction and startup of new dams and hydroelectric plants,major upgrades,and additions to existing dams and hydroelectric facilities.Responsibilities have included detailed design, development of construction and purchase specifications,model tests,shop inspections,erection,startup and testing.He has performed FERC Part 12 inspections,participated in PFMA sessions as an Independent Consultant,and received training as a facilitator.He has provided technical reviews and QA on numerous projects,including those involving hydroelectric powerhouses, turbines,generators,governors,auxiliary equipment,dams,spillways and gates,intakes,tunnels,penstocks and electrical equipment. VALUETO AEA Glenn performed the 2012 FERC Part 12 Inspection as the Independent Consultant on the Bradley Lake Project and is scheduled to perform Part 12 inspections at Cooper Lake and Blind Slough (Petersburg)in Alaska in 2013.With his existing knowledge of the project area and knowledge of FERC Part 12 inspections,Glenn is able to efficiently support AEA and the project team in all Dam Safety Inspection needs. HiXR ss PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS. -l=(i EXERGY AUTHORITY HDR ALASKA,INC.|4 = REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT l=ALASKA |ow »| STEPHEN SPAIN |P.E.a Project Title |Mechanical Engineering KEY ROLE Hydro Mechanical Engineering SUBSTANTIVE EXPERIENCE Stephen has more than 35 years of experience in design,construction,and maintenance of hydroelectric projects;is an expert in hydro-mechanical engineering;and serves as a Vice President and Senior Professional at HDR.He is former chairman of the Hydro Power Technical Committee for the ASME,and presently serves on the ANSI and International Electro Technical Committee for hydro-mechanical engineering.His recent experience includes being a resident project engineer for the Bonneville Power Authority (BPA),the largest hydroelectric project in the United States,as well as the Bureau of Reclamation's 7,000 MW Grand Coulee Employer:HDR Dam,to plan the upgrade of the 600 MW Keys plant.He presently leads HDR's federal hydropower engineering practice,including Discipline:Mechanical Engineer master consulting services agreements and numerous on-going projects with the US Army Corps of Engineers,the US Bureau of Registration:PE,AK (ME-11988)Reclamation,and the Bonneville Power Administration,whose combined hydropower plants on the Columbia River Power System State of Residency:Alaska alone have a total capacity of over 20,000 MW.Stephen is also the Hydroelectric Program Manager for a multiyear,multimillion Experience:37 years dollar contract with the US Army Corps of Engineers'Hydroelectric Design Center,for over 20 projects to date covering a wide range References:Mark Jones,BPA Hydro of engineering activities.Examples of engineering tasks under this contract to date include:non-destructive-examination of 10 newly Manager,Grand Coulee,Reclamation cast and fabricated turbine runner components and code flow performance testing of turbine upgrades at the 2,600 MW Chief &BPA,503-230-3470;Jim Kerr,Chief Joseph Dam on the Columbia River;and North American Electric Reliability Corporation (NERC),and Western Electricity Coordination Mechanical,Corps HDC,503-808-4250;|Council (WECC)testing of large USACE hydroelectric projects on the Columbia River. Eric Corbin,Ops Mngr,Reclamation, Grand Coulee Dam,509-633-9222 VALUETO AEA Stephen's broad hydro-mechanical expertise will allow our team to support AEA's hydropower mechanical engineering needs. ERNIE SWANSON |PE.Hi Project Title |Electrical KEY ROLE Electrical engineering SUBSTANTIVE EXPERIENCE Ernie is an electrical engineer with 36 years of experience in industrial,municipal,and utility electrical system design.He has designed medium-and low-voltage electrical power distribution,power generation,motor control,instrumentation,computer distributed control,telemetry,and lighting systems.Ernie's career includes FERC licensing,field inspection to determine potential equipment life and generation capacity,hydroelectric plant startup services and construction engineering including plant commissioning.He has worked on AIDEA and AEA hydroelectric projects including the Hydaburg Hydroelectric Project,Swan Lake Employer:HDR Hydroelectric Project,and the King Cove Hydroelectric Project.Ernie's Alaskan hydroelectric experience also includes the Black Bear Discipline:Sr.Electrical Engineer Lake Hydroelectric Project,the Green Lake Hydroelectric Project,and the Tazimina Hydroelectric Project. Registration:PE,AK (EE-9095) State of Residency:Washington VALUETO AEA Experience:36 years Ernie has extensive experience working with hydropower projects in Alaska.He is fluent in generation controls and transmission References:Randy Geist,King County,206-engineering,and recently participated in the generator upgrade at Grand Coulee Dam. 684-1344;Gary Hennigh,City of King Cove,f 907-274-7555;Rick Andrews,King County, 206-296-1432 ROBIN BEEBEE|PH.D.é|Project Title |Hydrology KEY ROLE Task lead for water quality and hydrology analysis SUBSTANTIVE EXPERIENCE Robin is a hydrologist with 12 years of professional experience in fiuvial geomorphology and surface water hydrology.She is experienced in performing flood frequency and runoff studies,winter hydrology and ice studies,GIS and remote sensing,hydraulic modeling,sediment transport and scour analysis,and fish passage analysis.Her recent experience includes conducting the surface and groundwater studies for the Chackachamna Hydroelectric Project,the Battle Creek Hydro Project,and the Gartina Creek Hydro project.She is presently conducting the ice studies for the Susitna Hydroelectric project. Employer:HDR -wns Discipline:Senior Hydrologist VALUE TO AEA Registration:N/A Robin possesses expertise in Alaska hydrology,has a clear and comprehensive understanding of hydropower,as well as maintains State of Residency:Alaska strong expertise in ArcGlS-based spatial analysis including ArcHydro and Geo-RAS,HEC-RAS modeling,and flood-frequency Experience:12 years calculation techniques.Robin's diverse water quality and hydrology expertise will provide accurate hydrological assessments for AEA References:Brian Lindamood,ARRC,projects. 907-265-3095;Bill Rice,USFWS,907- 271-1798;Julianne Thompson,USFS, 907-772-5873 FAR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS.HDR ALASKA,INC.|5 = REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT =ALASKA emat .A .a |JAY JEFFERIES |P.E.ja Project Title |Regulatory Plan Development/Dam Safety Documents KEY ROLE Preparation of Dam Safety Documents for FERC Submittal SUBSTANTIVE EXPERIENCE Jay is a professional engineer with 8 years of engineering experience.He has provided data collection,mapping,hydraulic modeling, report preparation,and design of water,wastewater,solid waste,and water resources infrastructure across Alaska.Jay is proficient with AutoCAD,Civil3D,ArcGIS,and Microsoft®Office applications. tn addition to his engineering experience,Jay has prepared the Dam Safety Surveillance and Monitoring Reports (DSSMR)for several Employer:HDR hydroelectric projects in Alaska.These projects include the Southeast Alaska Power Agency-owned Swan Lake hydroelectric project Discipline:Water Engineer and the Copper Valley Electric Association-owned Solomon Gulch hydroelectric facility.Additional regulatory experience includes Registration:PE,AK (CE-12830)preparation of a Spill Prevention,Control,and Countermeasure Plan for the City of Valdez's above-ground diesel storage tanks. State of Residency:Alaska Experience:8 years VALUETO AEA References:Sharon Thompson,SEAPA Jay has prepared many of the reports required for FERC compliance and is knowledgeable regarding the FERC process.He is able to 907-228-2281;Jerry Kreofsky,Fairbanks |aSily assist AEA and the project team in complying with FERC documents required under this term contract. North Star Borough,907-459-1341;Tina Fifarek,City of Valdez,907-835-3188 JESSICA MANIFOLD i Project Title |Water Rights Documents KEY ROLE Compliance with ADNR reporting requirements for minimum instream flow and water rights SUBSTANTIVE EXPERIENCE Jessica is skilled at project management,permitting,NEPA documentation,biological assessments,and environmental compliance. Jessica has identified permitting needs and prepared permit applications for large and small projects across Alaska for various transportation and alternative energy projects,including many hydroelectric facilities.Her project experience includes working with the DNR Water Section to obtain permanent water rights for the Grant Lake,Hoonah and King Cove Hydroelectric projects. Employer:HDR VALUETO AEA Discipline:Senior Permitter,Jessica understands the regulatory requirements of ADNR water rights permitting and reporting.She has a good working relationship Environmental Sciences with State and Federal permitting staff in Alaska,which helps to expedite the permitting process for AEA.She has also worked on State of Residency:Alaska numerous hydroelectric projects and has a working knowledge of FERC regulatory requirements.Jessica is also a key permitter for Experience:12 years large permitting projects in Alaska,such as the Northern Rail Extension Project and Port MacKenzie Rail Extension Project,providing References:Krissy Plett,ADNR Water her with the insight needed to coordinate large-scale permitting efforts for AEA's projects. Section,907-269-8641;Brian Lindamood,ARRC,907-265-309;Gary Hennigh,City of King Cove City Manager, 907-274-7555 PAUL MCLARNON a Project Title |Environmental Permits KEY ROLE Development of federal,state,and local regulatory plans and permits SUBSTANTIVE EXPERIENCE Pau!has provided direction and leadership to HDR's environmental program for 14 years.He has managed large,complex permitting projects such as the recently-permitted Alaska Department of Transportation and Public Facilities (DOT&PF),William Jack Hernandez Sport Fish Hatchery project and Alaska Railroad Corporation's (ARRC)Northern Rail Extension (NRE)project.He is skilled in managing complex regulatory compliance programs,negotiations with state and federal resource agencies,field study design, and managing logistics for field operations.Paul is also very experienced in developing and implementing complex scopes of work Employer:HDR and budgets for large and small projects;providing budgeting,financial tracking,and reporting;and supervising and evaluating Discipline:Environmental Scientist professional and technical staff. Registration:N/A State of Residency:Alaska VALUETO AEA Experience:14 years Paul secured 35 permits for the Anchorage Sport Fish Hatchery for environmental,construction,and operation with zero impacts to References:Steve Stassel,Alaska Energy the construction schedule.He completed a Non-Capacity Amendment to FERC License for the Pelican Hydro Facility.He also servesandEngineering,907-244-0155;Mark as Permit Manager for the ARRC Northern Rail Extension Phase One,which includes a 3,300-foot-long multimodal bridge,5,000-foot- Peterburs,ARRC,907-644-4731;Dave long levee and access roads.His permitting and FERC experience allow him to support AEA and the project team to comply with FERC Kemp,DOT&PF,907-269-0811 regulations and other permits on their projects,saving time and money in the initial stages of project development. HAR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS.HDR ALASKA,INC.|6 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT DIRK GREELEY]P.E.a |Project Title |Roads a Employer:HDR Discipline:Staff Engineer Registration:PE,AK (CE-10563) State of Residency:Alaska Experience:15 years References:Clark Hopp,ARRC,907- 265-2372 or Judy Chapman,DOT&PF, 907-269-0519;Tom Schmid,DOT&PF, 907-269-0612 KEY ROLE Road design and inspection SUBSTANTIVE EXPERIENCE Dirk has extensive transportation design experience both with the Alaska Department of Transportation and Public Facilities (DOT&PF)and for the private sector.He is proficient with design programs like Land Development Desktop,AutoCAD and AutoTurn. He has also taken advanced training in transportation design issues which have included:urban drainage,highway culverts,traffic calming,roundabouts,and fundamentals of highway geometric design. He has recently prepared designs for challenging access roads for the Grant Lake,Hoonah,and Waterfall Creek Hydropower projects. VALUETO AEA Dirk understands practical road design and is adept at resolving challenges in the field. CARL SIEBE |P.E.E Project Title |Airstrips Employer:HD Discipline:Sr.Aviation Engineer Registration:PE,AK (CE-5100) State of Residency:Alaska Experience:38 years References:Patty Miller,DOT&PF,907- 451-2275;Ethan Birkholz,907-451- 2381;Bill O'Halloran,907-451-5250 KEY ROLE Airfield Inspection and Design SUBSTANTIVE EXPERIENCE Carl is experienced in designing,inspecting,and managing aviation engineering projects.He worked for 25 years at the DOT&PF. More than 60 aviation projects with Cart's engineering stamp have been constructed.He has worked on airspace issues at many airports,including Part 77 and Part 93 analysis.His work has helped in establishing instrument approach procedures at more than 25 airports.Carl has also been part of an industry team working on ADS-B technology as a national airspace system replacement for VHF Omnidirectional Range (VOR)navigation. Cart is a private pilot;has 32 years of flight experience,and owns his own plane.He is a member of the Aircraft Owners and Pilots Association;participates in the Civil Air Patrol (CAP)Polaris Squadron;and has been Squadron Commander of CAP since 2010. VALUE TO AEA Carl has a comprehensive understanding of a broad range of aviation issues,should AEA need airport design or consultation services. JOHN SHERK [P.E.a Project Title |Bridges Employer:HDR Discipline:Structural Engineer Registration:PE,AK (CE-10985) State of Residency:Alaska Experience:22 years References:Elmer Marx P.E.,DOT&PF, 907-465-6941;Russ Oswald,P.E.,MOA, 907-343-8196;Rodney Dell'Andrea, USFS,907-586-8717 KEY ROLE Bridge inspection and design SUBSTANTIVE EXPERIENCE John is a structural engineer with 22 years of experience in project management,bridge design,bridge ratings by both working stress and load factor methods,and bridge maintenance and repairs.John's project experience includes the design of new structures as well as the rehabilitation and widening of existing structures.He has design experience with complex deck geometry,post-tensioned and mildly reinforced concrete substructure units,as well as concrete and steel superstructures for simple and continuous spans. VALUETO AEA John possesses a broad practical knowledge of bridge design and inspection. AR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS.HDR ALASKA,INC.|7 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT |oan Employer:HDR Discipline:Civil EtT Registration:EIT State of Residency:Alaska Experience:10 years References:Jack Maryott,KPB-Central Peninsula Landfill,907-262-2002;Jerry Kreofsky,Fairbanks North Star Borough, 907-459-1329;Joe Caiver,City of King Cove,907-497-2298 DAN CAMPBELL]E.1.T.a Project Title |Construction Inspection KEY ROLE Construction Inspection SUBSTANTIVE EXPERIENCE Dan is a civil engineer-in-training with a diversified background in engineering,surveying and construction for infrastructure projects, from buildings to roads,bridges,and aviation facilities.With the U.S.Navy Seabees for eight years,Dan began his engineering career by leading concrete,construction and engineering reconnaissance crews in the identification,layout,design and construction of a wide range of infrastructure in six countries.Returning from deployment,Dan worked as an engineering intern,surveying intern,and as a surveyor for different contractors.His roles for these firms included a full range of boundary,Right-of-Way,topographical,and construction stake out surveying.His engineering skills included reviewing plans;performing calculations,drafting,cost estimates; and communicating with clients.He is proficient with Trimble,Leica,and Topcon GPS and Trimble Robotic Survey Equipment.Dan provided Owner's Engineer oversight for the installation of 11 wind turbine generators producing 17.6 MW of electricity and four miles of construction access and haul route for the Fire Island Wind Farm.Work included extensive inspections of quality control procedures for soils placement and compaction,aggregate road surface placement,and concrete mix design and destructive testing criteria.He currently provides construction management for various projects. VALUETO AEA Dan is skilled with inspection of a wide range of construction projects.His construction services will assist the AEA in confirming that contractors are following project specifications based on engineering designs,and that communication lines remain open among AEA,HDR,subcontractors,and contractors throughout the duration of construction related activities. mnie eg ee oor om DAVE CLEMENS |Project Title |Health &Safety Inspection Employer:HDR Discipline:Health &Safety Specialist State of Residency:Alaska Experience:11 ye: References:Wayne Dyok,AEA,907-771- 3955;David Redgrave,AES,907-522- 4664;Kevin Clayton,NMS,907-273- 2400 wa KEY ROLE ¢Perform an inspection of workplace hazards and after-accident inspections *Identify hazards in an effort to eliminate and/or reduce the overall affect on employees and the environment *Provide continued communication to all staff with regard to HSE issues SUBSTANTIVE EXPERIENCE Dave is a health and safety specialist with 11 years of experience.His experience includes comprehensive field training,extensive experience in safety and security details,and logistics.Dave is well versed and experienced in ensuring safety and security for Alaskan energy development projects.Through his work with the U.S.Coast Guard,Dave has provided safety services in many parts of the world including Mexico,Central America,and the northern Pacific.Dave's Coast Guard experience included federal law enforcement,watercraft safety,homeland security,and search and rescue.Dave's experience includes work on the North Slope of Alaska providing security,safety,emergency medical services,and wildlife interaction mitigation.He is currently serving as the AEA's Health,Safety and Environmental Officer. VALUETO AEA Dave understands AEA safety goals from his work on the Susitna-Watana Environmental Studies,and as AEA's interim HSE officer. Employer:HDR Discipline:Real Estate Services Mngr.; Sr,Real Property Specialist Registration:SR/WA State of Residency:Alaska Experience:36 years References:Tom Knox,MOA,907-343- 8116;Melinda Tsu,P.E.,907-343-8110; Todd Jacobson,P.£.,The Boutet Company, 907-522-6776 VIVIAN DIETZ-CLARK |SR/WA a Project Title |Land Ownership /Right-of-Way KEY ROLE Determine and document the ownership of land parcels;work with land owners and AEA to provide site control and land ownership SUBSTANTIVE EXPERIENCE Vivian is HDR Alaska's Real Estate Services Program Manager.She has more than 35 years of appraisal and right-of-way (ROW) experience,including ROW project management,property appraisal,cost estimating,negotiation,title examination,land recordation, relocation,legal support,property management,and eminent domain services.She is especially adept at successfully dealing with difficult or complex acquisitions.Vivian has acquired property for diverse federal,state,and local public and private agency clients throughout Alaska.She has comprehensive knowledge of the requirements of the Uniform Relocation and Real Property Acquisition Act as well as federal,state and municipal guidelines for appraisal,acquisition and relocation.Vivian has led real estate services teams providing cost estimating,title,appraisal,review appraisal,acquisition/negotiations,and relocation services for numerous federal,state and private sector-funded ROW projects throughout Alaska. VALUETO AEA Vivian has successfully performed extensive site control and land ownership coordination for the Alaska Pipeline project.She has experience in acquisition,property management,title research,and relocation.She is also an expert in the Uniform Act and is proficient in the knowledge of the DOT&PF ROW Manual,and Federal and state laws and regulations. AAR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS. =<k=(mi ENERGY AUTHORITY HDR ALASKA,INC.|8 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT a , DON MULLIKIN |P.LS.>ja Project Title |Land Surveying Employer:Mullikin Surveys Discipline:Surveying Registration:P.L.S.,AK (PLS-4469) State of Residency:Alaska Experience:35 years References:Matt Burkholder,P.L.S., DOT&PF,907-269-0701;Ted Garten, P.L.S.,DNR,907-269-8558;Kathy Kelley, -KEY ROLE__-_-_-_--- Surveying SUBSTANTIVE EXPERIENCE Don's experience includes surveys for highway,airport and bridge design;construction;base and ROW mapping;photo control;GIS; highway safety;mapping;hydrographic surveying;boundary determination and easement descriptions. Don also maintains a diverse background of subdivision projects under various platting authorities.He has performed landfill surveys requiring volume calculations,dam deformation surveys,hazardous waste clean-up surveys,and ground-based laser scanning surveys.Don works throughout the state of Alaska,but is located in Homer. VALUETO AEA Don is an experienced,flexible professional who is conveniently located in Homer,in close proximity to Bradley Lake.His local presence in Homer lends itself well to AEA,as he understands local control and can provide immediate services to AEA for project surveying needs, P.L.S.,DOT&PF,907-451-5428 KYLE BRENNAN |P.E.3 |Project Title |Geotechnical Exploration wrnenearcge:Employer:Shannon &Wilson,Inc. Discipline:Sr.Geotch Engineer Registration:PE,AK (CE-11122) State of Residency:Alaska Experience:12 years References:Mitchel Miller,P.E.,ADOT&PF Central Region Materials,907-269-6200; Michael San Angelo,P-E.,ADOT&PF Statewide Materials,907-269-6234; Larry Coupe,Alaska Power and Telephone, 360-385-1733 KEY ROLE Geotechnical Engineering SUBSTANTIVE EXPERIENCE Kyle has 12 years of experience performing geological and geotechnical engineering related work on projects throughout Alaska. He serves on the Municipality of Anchorage Geotechnical Advisory Commission and has current geotechnical knowledge of Alaska's varied locations.Kyle performed as project manager for a proposed new hydroelectric project on Reynolds Creek,approximately 10 miles east of Hydaburg,Alaska,where he coordinated and conducted a field reconnaissance program that included observations of general surface and geologic conditions near the likely locations of the proposed project features.He also provided geotechnical reconnaissance services for a proposed new hydropower project on O'Brien Creek near Chitina,Alaska,for the AEA.The project involved developing conceptual design plans for a new water intake facility,approximately three miles of water pipeline,and a new power house. VALUE TO AEA Kyle is extremely fluent in assessing geologic hazards and geotechnical design concerns such as slope stability,liquefaction potential,foundation-bearing capacity,and stability of earthwork structures.His geotechnical knowledge will allow AEA to make accurate decisions regarding project placement and earthwork needs required to prepare a project area for potential access and/or development. "J RONN RASMUSSEN 3 |Project Title |Cost Estimating 'Mmanemnaatinenth Employer:Alaska Construction Management,Inc,(ACMI} Discipline:Construction Cost Estimating State of Residency:Alaska Experience:39 years References:John McCool,McCool Carlson Green Inc.,907-563-8474;Dave Gardner, Coffman Engineers,Inc.,907-276-6664; Greg Jones,GV Jones &Associates,Inc., 907-346-4123 KEY ROLE Construction Cost Estimating SUBSTANTIVE EXPERIENCE Some examples of projects estimated by Ronn and ACMI include the contractor bid and subsequent cost negotiations for major mechanical and electrical modifications and upgrades to the main coal-fired electrical power generating plant at the Fort Wainwright Central Heating Power Plant;the engineer's cost estimate for the replacement/relocation of roads,gravel pads,underground electrical power distribution,fuel oil distribution,and construction logistics for the National Park Service Replace Failing Infrastructure Study at Brooks Camp,Katmai National Park and Preserve;and the engineer's estimate on the relocation of overhead electric power lines to an underground system for the Fort Richardson Bury Electrical System project. VALUETO AEA Ronn has continually demonstrated a special ability to provide realistic,reliable,and defensible budgetary cost estimates.He is very familiar with current economic issues and he considers these factors when making determinations concerning labor availability, contractor profit margins,contingencies,and escalation costs which will serve AEA well when AEA is in need of consultation on overall project costs for future hydropower planning and development efforts. ELAR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS.HDR ALASKA,INC.|9 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT (EASA NN DY 5.WORKLOAD AND RESOURCES :FIRM WORKLOAD :As a firm,HDR is 55%committed for 2013 and 50%committed for ..aan ee ?2014 and beyond.Our subconsultants'firm workload commitments are:HDR is deeply committed at the individual,:S&W =60%;ACMI =60%;and Mullikin Surveyors =60%.department,and corporate level to support AEA. Project Manager Bob Butera,PE,,will be dedicated i CURRENT AEA CONTRACTS to this project and is available to begin work } " 7 immediately.Our staff members are continuously |__cocnic 96 Complete involved with project work at some level almost Battle Creek FERC Support (HDR)95%10/30/13 every day.However,there are no present contract |Susitna Watana Ice Studies (HDR)30%7018 |limitations with our clients that would prevent our proposed team from working on tasks for AEA.Oncetasksandbudgetsaredefined,Bob will assign staff ADEQUATE SUPPORT PERSONNEL,FACILITIES,AND OTHER members to project(s)until completion.?RESOURCES.HDR's Alaska offices have more than 135 professionals ?(as shown in the table on the right).These staff include 30 civil and structural engineers,over 40 environmental staff,and a full range of support staff.We also have conference rooms and ample parkinPROPOSEDSTAFFCURRENTAND.:atour building,if needed.Our maritime staff includes 10 coastal 6POTENTIALCOMMITMENTS.Commitments engineers and 15 port and harbor engineers.Networked with moreof"Key”staff are provided below.than 185 HDR offices and 8,000 staff nationwide,HDR shares labor 'across the company and draws on resources to meet the client's E needs. Bob Butera,PE. Paul Berkshire,PE.60%40%ADDITIONAL SERVICES/ EngineersACCELERATEDSCHEDULE/a 30 1849 Jenna Borovansky,MES 70%30%CA PACITY.HDR is very Hydrologists 3 5 Stephen Spain,PE.70%30%familiar with the sharing ofofficeresourcesandstaffto Biologists 12 90 Glenn Brewer,PE.70%30%meet project demands.With -a national backing of 8,000 Public Involvement Specialists 6 372 Jay Jefferies,P.E.60%40%technical staff in engineering,aoAuna::halystsRobinBeeBee,Ph.D.70%30%environmental,and architectural 7 96 specialties and varying EcologistsJessicaManifold70%30%skill sets,our team has the 6 5 -resources to adjust staffing on Regulatory Specialists 5 69DonMullikin,PL.S.70%30%this project to meet your needsevenifdecisionmilestonesare |Other ProfessionalsKyleBrennan,P.E.61 5510j70%30%accelerated or delayed. Ron Rasmussen 70%30% 6.PAST PERFORMANCE Since 1979,HDR has provided power and energy services in Alaska.Nationally,HDR has been providing these same types of services since 1917.HDR professionals assigned to this project routinely work on hydroelectric projects as part of our core business and expertise.For each of these efforts,we bring HDR's client-focused approach as well as an emphasis on safety and high-quality deliverables as part of our corporate culture.Just as importantly,we are committed to results for our clients. A selection of our project experience is provided below.Once specific projects are identified for Bradley Lake,we can provide additional examples specific to those tasks. BRADLEY LAKE 2011 FERC PART 12 INSPECTION |Reference |Bryan Carey,907-771-3065 CLIENT:Alaska Energy Authority NET FEE:$25,000 SCOPE:HDR prepared the 2011 Part 12 Dam Safety Inspection for the Bradley Lake Hydroelectric Project.Tasks include review of existing data related to the dam and meeting with staff from FERC,AEA,and HDR to determine what needs to be inspected;a 1-day on-site physical inspection ree at the dam with photos and data recordings followed by meetings with team members to review;and preparation of the draft and final Part 12 " reports. RELEVANCE:Full aspects of the Bradley Lake project were evaluted during the Part 12 inspection,providing HDR a clear project understanding. SUCCESSES:Project was completed on-time and on-budget. FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Glenn Brewer,P.E.,Bob Butera,P.E. HAR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS.HDR ALASKA,INC.|10 REQUEST FOR PROPOSAL #2013-094 {BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT (=AASIA |seem "ya BATTLE CREEK FERC SUPPORT AND FISHERIES ASSESSMENT ja Reference |Bryan Carey,907-771-3065 CLIENT:Alaska Energy Authority NET FEE:$140,000 SCOPE:Battle Creek,located near the head of Kachemak Bay and west of Bradley Lake,is being investigated by the AEA as a supplemental source of water for the Bradley Lake Hydro facility.HDR is providing FERC support for the Bradley Lake Hydro license amendment for the diversion of a portion of Battle Creek into Bradley Lake.HDR also conducted a fish and aquatics reconnaissance and baseline assessment of the Battle Creek Diversion and is presently working on mitigation aspects of the licensing. RELEVANCE:Battle Creek is adjacent to Bradley Lake and is being considered for diversion into Bradley Lake.' :SUCCESSES:HDR helped develop a licensing strategy to meet AEA's timeline,and is actively working with multiple agencies to meet project goals.- FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Jenna Borovansky,MES,Robin Beebee,Ph.D.,Paul McLarnon EKLUTNA HYDROELECTRIC PROJECT -DAM SAFETY INSPECTION |Reference |Peter Poray,907-762-4788 CLIENT:Chugach Electric Association NET FEE:$20,000 SCOPE:HDR prepared the 2006,2009,and 2012 periodic safety inspections for the non-FERC Eklutna Dam in accordance with Alaska dam safety regulations.As part of this work,HDR performed analyses to estimate embankment deformations expected to occur under the seismic loading based on updated seismicity. RELEVANCE:Similar hydropower consultation services may be requested under this term contract. SUCCESSES:HDR revised the formatting of the triennial report to simplify evaluation and reduce costs. FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Bob Butera,P.E. SOLOMON GULCH LOW LEVEL OUTLET WORKS oO Reference |Travis Million,907-259-1100 CLIENT:Southeast Alaska Power Authority NET FEE:$275,000 SCOPE:HDR performed the final design of the new low level outlet works for the Solomon Gulch project.The work consisted of the design of two new valves,a control building,and penstock modifications.HDR also performed construction management and FERC liaison activities during construction. RELEVANCE:Similar services may be requested under this term contract. SUCCESSES:HDR's knowledge of the velocity constraints of large valves was essential to project design. FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Bob Butera,P.E.,Paul Berkshire,P.E. SWAN LAKE HYDROELECTRIC PROJECT -FERC COMPLIANCE REPORTING a Reference |Trey Acteson,907-228-2281 CLIENT:Southeast Alaska Power Authority NET FEE:$8,000 SCOPE:Since 2009,HDR has prepared the annual Dam Safety Surveillance and Monitoring Report (DSSMR)for submission to the FERC. RELEVANCE:FERC compliance and other hydropower services may be requested under this term contract. SUCCESSES:Reports were completed efficiently and on-schedule to meet FERC timelines. FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Jay Jefferies,P.E.,Bob Butera,P.E. SOLOMON GULCH HYDROELECTRIC PROJECT WALKWAY DESIGN oi Reference |Travis Mitlion,907-259-1100 CLIENT:Copper Valley Electric Association NET FEE:$2,000 SCOPE:HDR designed a new walkway to facilitate the inspection and maintenance of the penstock valve house.;-- RELEVANCE:Hydropower design and consultation services may be requested under this term contract.ay 4 - SUCCESSES:Practical,low cost design that could be constructed locally FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Paul Berkshire,P.£.,Bob Butera,P.E. FAIR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS.HDR ALASKA,INC.|14 9 REQUEST FOR PROPOSAL #2013-094 |BRADLEY LAKE HYDROELECTRIC PROJECT ENGINEERING TERM AGREEMENT =ALASKA Bam §2 | COOPER LAKE HYDROELECTRIC PROJECT -FERC PART 12 DAM SAFETY Reference |Peter Poray;907-762-4788 INSPECTION AND DAM INNUNDATION STUDY CLIENT:Chugach Electric Association NET FEE:$25,000 SCOPE:HDR is providing Independent Consultant Services for the 2013 FERC Part 12 Inspection.We are also redoing the PFMA and evaluatingthe dam break inundation study. RELEVANCE:FERC Compliance and other simitar hydropower services may be requested under this term contract. SUCCESSES:Combining numerous tasks into a single comprehensive meeting with FERC to reduce costs FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Glenn Brewer,P.E.,Bob Butera,P-E. JACKSON HYDROELECTRIC PROJECT Fi Reference |Sam Nietfeld,425-783-8807 CLIENT:Snohomish County Public Utility District NET FEE:$100,000 SCOPE:The Jackson Hydroelectric Project includes the Culmback Dam,impounding Spada Lake;an 8-mile water conduit;a powerhouse with two 48.5 MW vertical 6-jet Pelton turbines;and two 8.4 MW horizontal Francis turbines.The project is very similarto the Bradley Lake Project.HDR provided the following design services:upgraded plant controls,upgraded to digital governors,deflector testing,model validation testing,and arc flash evaluation. RELEVANCE:Similar hydropower services may be requested under this term contract. SUCCESSES:This work was completed without any major disruptions to existing operations. FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Stephen Spain,P.E. TAZIMINA HYDROELECTRIC PROJECT ||Reference |George Hornberger,907-571-1259 CLIENT:lliamna Nondalton Newhalen Electrical Coop NET FEE:$1.4 million SCOPE:HDR provided start-to-finish evaluation,permitting,design and construction management for this project. RELEVANCE:Similar hydropower services may be requested under this term contract. SUCCESSES:Project has been in operation since 1998,and provides the majority of the electrical power for the three communities in this utility. FIRMS INVOLVED:HDR PROJECT STAFF INVOLVED:Bob Butera,P.E.,Paul Berkshire,P.E.,and Mark Dalton 7.SCHEDULE COMMITMENT HDR is committed to supporting AEA by striving to complete project deliverables on schedule and making sure that deliverables meet the requirements of a project's NTP.HDR has an established QA/QC program that involves in-house reviews at various stages of the process.These reviews are completed by independent and technically competent staff members.The objective of these reviews is to make sure that the scope of work is being addressed and the client's concerns are being met.We will also provide progress submittals to AEA as the work progresses,so AEA can see the progress of the work as well as the direction so that the objectives can be met.This early and continuous review will ensure that the work is delivered on time and meets the requirements of the AEA. 8.ALASKA BIDDER (OFFEROR)PREFERENCE oa ooea adieAsoutlinedinSection8oftheRFP,HDR qualifies as an Alaska Bidder/Proposer per 49 CFR your consideration!18.36(c)(2)&2 AAC 12.260(e) We look forward to NOTE:WE HAVE RECEIVED ADDENDUM NUMBER 1 AND 2.PLEASE CONSIDER THIS AS OUR ACKNOWLEDGMENT Neyeee with you on thisOFRECEIPT. FAR PROUD TO PROVIDE AEA WITH PRACTICAL PROJECT SOLUTIONS.HDR ALASKA,INC.|12 "s Attachment 1 Alaska Industrial Development &Export Authority PART PROPOSAL FORMTHISFORMMUSTBETHEFIRSTPAGEOFPROPOSAL.Attach criteria responses as explained in Part B -DSubmittalChecklist.No transmittal letter or cover sheet will be used. PROJECT Project Numbers-State/Federal..................:N/A Term Agreement ed Ke)(16108 1 -:Bradley Lake Hydroelectric Project Engineering Term Agreement REP NO...cccccccecesecesssenseescceeeeseesneteeetenes :2013-094 OFFEROR (CONTRACTOR) O08)(ol (0)Soe >R&M CONSULTANTS,INC.'©)+fe Street.ceccccccccscsssseeseseseeestsesesesneseeneseens :9101 Vanguard Drive , P.O.BOX...cecccccccecscsesesseseecevesesesnesesteseesesess "*S City,State,Zip...ccc cecteereeneeteenes :Anchorage,Alaska 99507 V Alaska Business License Number..............:59775 License is a prerequisite to Proposal. Federal Tax Identification No.....0......8.>92-0064353 DOT&PF DBE Certification No.(if any)......: Individual(s)to sign contract...:Frank D.Rast,PE Tithe(S)...0..cececeeceeeeeseseeeseeeseesseenesseseneeeeeenes :Senior Vice President -Engineering Type of business enterprise (check one)....:[X ]Corporation in the state of.:Alaska []Individual {]Partnership []Other (specify)...: ALASKA STATUTORY PREFERENCES (IF NO FEDERAL FUNDING) Check the applicable preferences that you claim for the proposed contract (reference Criteria 11,12 &13 in Part C): {X ]Alaska Bidder (Offeror)AND>>[]Veterans AND>>[]Employment Program or [ ]Disabled Persons PROPOSED SUBCONTRACTOR(S) Service,Equipment,etc.Subcontractor &Office Location AK Business DOT&PF DBE License No.Certification No. Hydroelectric and Mechanical Hatch Associates Consultants,Inc.-Seattle,WA 950560Engineering Mechanical and Electrical MBA Consulting Engineers,Inc.-Anchorage,AK 106690Engineering Architecture Kumin Associates,Inc.-Anchorage,AK 45967 Geophysics Zonge International,Inc.-Portland,OR 975812 Transmission Line and Electric Power Systems,Inc.-Anchorage,AK 226409SubstationSupport Cost Estimating Estimations,Inc.-Anchorage,AK 170264 CERTIFICATIONS |certify:that |!am a duly authorized representative of the Contractor;that this Submittal accurately represents capabilities of the Contractor and Subcontractors identified herein for providing the services indicated;and,that the requirements of the Certifications on page 2 and 3 of this Part D for 1)Alaska Licenses/Registrations,2)Insurance,3) Federal-Aid Contracts exceeding $100,000,4)Cost and Pricing Data,5)Trade Restrictions/Suspension/Debarment, 6)Foreign Contracting,7)DBE Commitment,and 8)Former Public Officer -will be complied with in full. These Certifications are material representations of fact upon which reliance will be placed if the proposed contract is awarded.Failure to comply with these Certifications is a fraudulent act.The Contracting Agency is herby authorized to request any entity identified in this proposal to furnish information deemed necessary to verify the reputation and capabilities of the Contractor and Jybcfntractors.This proposal is valid for at least ninety days. Signature................:¢ Name...eee :Frank D.Rapt,PE Date:May 16,2013 Title...eee eects :Senior Vice}President -Engineering Telephone (voice):907.522.1707 (fax):907.522.3403 Email Address:frast@rmconsult.com rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 1 of4 CERTIFICATION In accordance with Part B 10.7,R&M CONSULTANTS,INC.acknowledges that we have electronically reproduced page1 of 4 of Part D within this Request for Proposals (RFP)package as submitted with our proposal.To my knowledge,this is an exact replica of the original form included with the RFP. tk Frank D Kast,PE Senior Vice President -Engineering Part D Certification -RFP Number 2013-094 PART CERTIFICATION FOR ALASKA BUSINESS LICENSES ANDREGISTRATIONSContractorandallSubcontractorsshallcomplywiththefollowingapplicablerequirementsofAlaska Statutes:D 1.Alaska Business License (Form 08-070 issued under AS 43.70)at the time designated for opening (i.e.,receipt)of proposals as required by AS 36.30.210(e)for Contractor;and not later than five days after a Notice of Intent to Award as required by AS 36.30.210(a)and AS 36.30.250(a)for all Subcontractors.In accordance with Administrative Manual,Section 81.120,proof of application for an Alaska Business license will satisfy this requirement.Per AAM 81.120,acceptable evidence that the offeror possesses a valid Alaska business license consists of any one of the following: a.Copy of the Alaska business license. b.Certification on the bid or proposal that the bidder/offeror has a valid Alaska business license number and has written the license number in the space provided on the proposal. A canceled check that demonstrates payment for the Alaska business license fee. A copy of the Alaska business license application with a receipt stamp from the State's business license office. A sworn notarized affidavit that the bidder/offeror applied and paid for the Alaska business license. Other forms of evidence acceptable to the Department of Law.™ oao2.Certificate of Registration for each individual to be in "responsible charge"(AS 08.48.341(14))for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.211)issued prior to submittal of proposal.Associates,consultants,or specialists under the supervision of a registered individualin "responsible charge"are exempt from registration requirements (AS 08.48.331). 3.Certificate of Authorization for Corporate Practice for incorporated Contractors and incorporated Subcontractors for Architecture,Engineering or Land Surveying (Form 08-2407 issued under AS 08.48.241).Corporations offering to provide Architectural, Engineering or Land Surveying services do not need to be registered for such disciplines at the time proposal is submitted provided they obtain corporate registration before contract award (AS 08.48.241). 4.Certificate of Incorporation (Alaska firms)or Certificate of Authorization for Foreign Firm ("Out-of-State"firms).All corporations,regardless of type of services provided,must have one of the certificates (AS 10.06.218 and other sections of Title 10.06 - Alaska Corporations Code). 5.Current Board of Director's Resolution for incorporated Contractors and incorporated Subcontractors for Architecture, Engineering or Land Surveying (reference AS 08.48.241)which names the person(s)designated in "responsible charge"for each discipline.Such persons shall be licensed in Alaska and shall participate as project staff in the Contract/Subcontracts. 6.All partners in a Partnership to provide Architectural,Engineering,or Land Surveying must be legally registered in Alaska prior to submittal of proposal for at least one of those disciplines (AS 08.48.251)which the Partnership offers. 7.Joint Ventures,regardless of type of services provided,must be licensed/registered in the legal name of the Joint Venture as used in this proposal (AS 43.70.020 and 43.70.110(4)). 8.Contracts for Architecture,Engineering or Land Surveying may not be awarded to individuals,corporations or partnerships not in compliance,respectively,with the provisions of paragraph 2,3,and 6,above (AS 36.90.100). [For information about licensing,Offerors may contact the Alaska Department of Commerce and Economic Development,Division of Occupational Licensing at P.O.Box 110806,Juneau,AK 99811-0806,or at Telephone (907)465-2550,or at Internet address:http://www.dced.state.ak.us/occ/home_bus licensing.html.] CERTIFICATION FOR INSURANCE Contractor will ensure that it and all Subcontractors have insurance coverage to effectuate the requirements of DOT&PF Form 25A269, Indemnification and Insurance. CERTIFICATION FOR FEDERAL-AID CONTRACTS EXCEEDING $100,000 The individual signing this proposal certifies to the best of his or her knowledge and belief,that: (1)No federal appropriated funds have been paid,by or on behalf of the Contractor,to any person for influencing or attempting toinfluenceanofficeroremployeeofanyFederalagency,a Member of Congress,an officer or employee of Congress,or an employee ofaMemberofCongressinconnectionwiththeawardingofanyFederalcontract,the making of any Federal grant,the making of anyFederalloan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting toinfluenceanofficeroremployeeofanyFederalagency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the Contractor shall complete and submit Standard Form-LLL,Disclosure of Lobbying Activities,in accordance with its instructions.Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. This certification is a material representation of fact upon which reliance will be placed if the proposed contract is awarded.Submission of this certification is a prerequisite for making or entering into the proposed contract imposed by Section 1352,Title 31,U.S.Code.The Contractor also agrees by submitting this proposal that Contractor shal!require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such Subcontractors shall certify and disclose accordingly. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 2 of 4 PART CERTIFICATION -COST AND PRICING DATA In accordance with AS 36.30.400,any cost and pricing data submitted herewith,or in any future price proposals for the proposed contract,will be accurate,complete and current as of the date submitted and will continue to be accurate and complete during theperformanceofthecontract,if awarded. The contractor certifies that all costs submitted in a current or future price proposal are allowable tn accordance with the cost principlesoftheFederalAcquisitionRegulationsofTitle48,Code of Federal Regulations (CFR),Part 31 and that the price proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31.In addition,all known material transactions or events that have occurred affecting the firm's ownership,organization and indirect costs rates have been disclosed. CERTIFICATION -TRADE RESTRICTIONS AND SUSPENSION AND DEBARMENT The individual signing this proposal certifies to the best of his or her knowledge that the Contractor and any subcontractors are in compliance with DOT&PF 25A262 Appendix A,General Conditions,Article A25 and Article A26. CERTIFICATION -FOREIGN CONTRACTING For state funded projects:by signature on this solicitation,the offeror certifies that all services provided under this contract by the Contractor and all subcontractors shall be performed in the United States.Failure to comply with this requirement may cause the state to reject the bid or proposal as non-responsive,or cancel the contract. CERTIFICATION -DBE COMMITMENT For federal-aid projects with DBE goals:if the Contractor submits a utilization report that proposes to use certified DBE's in theperformanceofwork,the Contractor certifies that every effort will be made to meet or exceed the proposed percentage. In addition,the Contractor certifies that a Consultant Registration form shall be submitted to the DBE/Civil Rights Office for their firm and each subconsulttant prior to award. CERTIFICATION -FORMER PUBLIC OFFICER Any proposer listing as a member of the proposer's team a current public officer or a former public officer who has left state service within the past two years must submit a sworn statement from that individual that the Alaska Executive Branch Ethics Act does not prohibit his or her participation in this project.If a proposer fails to submit a required statement,the proposal may be deemed nonresponsive or nonresponsible,and rejected,depending upon the materiality of the individual's proposed position. The Ethics Act bars a public officer who leaves state service from representing,advising or assisting a person for compensation regarding a matter - that was under consideration by the administrative unit in which the officer served,and _in which the officer participated personally and substantially through the exercise of official action, for two years after leaving state service.See AS 39.52.180(a)."Public officer”includes a state employee,a member of a state boardandcommission,and a trustee of the Exxon Valdez Oil Spill Trust."Official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction.Possible remedies for violating the bar include penalties against the former public officer and voiding the state grant,contract or lease in which the former public officer is involved. Additionally,former public officers may not disclose or use information acquired in the course of their official duties that could in anywayresultinabenefittotheformerpublicofficersortheirfamilies,if the information has not been disseminated to the public or is confidential by law,without appropriate authorization.See AS 39.52.140. Each current or former public officer is responsible for determining whether he or she may serve in the listed capacity on this projectwithoutviolatingtheEthicsAct.A form that a former public officer may use to certify their eligibility is attached.Current public officers may seek advice from their designated ethics supervisors concerning the scope and application of the Ethics Act.Former publicofficersmay,in writing,request advice from the Office of the Attorney General,Ethics Attorney concerning the application of the Ethics Act to their participation in this project.It is the responsibility of the individual and the proposer to seek resolution in a timely manner of any question concerning the individual's eligibility. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 3 of4 RFP# Former Employee's Certification of Eligibility Under the Alaska Executive Branch Ethics Act (AS 39.52.140,AS 39.52.180) |am a former employee of the State of Alaska and left state service within the last two years.My last position with the state was {fob title]with the [name of state agency and administrative unit].|propose to work on [describe state contract or other matter]on behalf of [name of current employer).This work will not involve any matter (a)that was under consideration by the state administrative unit that |served,and (b)in which |participated personally and substantially during my state service through the exercise of official action ("official action”means a recommendation,decision,approval,disapproval,vote,or other similar action or inaction).|am therefore eligible to participate in this [contract or matter]under the Alaska Executive Branch Ethics Act.1 also understand that as a former public officer |may not disclose or use information acquired in the course of my official duties that could in any way result in a benefit to me or my family,if the information has not been disseminated to the public,or that is confidential by law,without appropriate authorization. |certify under penalty of perjury that the foregoing is true. Dated:,20_,at ,Alaska. [name of former state employee} STATE OF ALASKA ) )ss. JUDICIAL DISTRICT ) On this day of ,20__,[name_of former state employee],whom | know to be the individual described in and who executed this certification,personally appeared before me and acknowledged that [s]he signed the certification as [her or his]free and voluntary act. IN WITNESS WHEREOF,I have placed my signature and affixed my official seal. Notary Public in and for Alaska My commission expires: If no notary or other official (judge,magistrate,U.S.postmaster or municipal clerk)is available,omit the notary certificate and include the following statement in the text.A notary or other official empowered to administer oaths is unavailable. rfp-d (April 2012)DOT&PF Form 25A270 Part D -Proposal Form Page 4 of 4 R&M CONSULTANTS,INC.(R&M)is an Alaskan consulting firm with a long and successful history on a variety of projects throughout the state.Founded in 1969,on the cusp of our young state's infrastructure boom,R&M has been involvedinsomeofAlaska's most significant projects,including the original design of the Bradley Lake Hydroelectric Project and 36 years providing professional services to support the operations and maintenance of the Bradley Lake facility. Unlike many of our competitors with offices in the Lower 48,| R&M is truly 100%committed to Alaska,with our entire staff located in state.Over the past 44 years,R&M has grown from a sole proprietorship focused on geotechnical engineering to a multi-discipline firm of more than 130 staff members.R&M provides quality professional services focused on improving infrastructure that makes a real difference in the day-to-day lives of Alaskans -hydroelectric facilities,roads,water and wastewater systems,health care facilities,airports,schools,and ports and harbors. From offices in Anchorage,Fairbanks and Ketchikan,R&M provides: Civil Engineering Structural Engineering Waterfront Engineering Geotechnical Engineering Geology Hydrology Environmental Services Transportation and Land Use Planning Public Involvement Land Surveying Right of Way Services GIS Services Construction Administration Special Inspections Materials Testing R&M acknowledges receipt of Addendum No.1 (05/07/13)and Addendum No.2 (05/15/13). 1.Objectives and Services Objectives |The primary objective of this term agreement is to provide support to the Alaska Energy Authority (AEA) in maintaining compliance with Federal Energy Regulatory Commission (FERC)license requirements and other regulatory permits for the Authority-owned Bradley Lake Hydroelectric Project.This will include engineering and permitting services to maintain the Dam Safety Surveillance and Monitoring Plan (DSSMP)as needed for FERC compliance and providing the Dam Safety Surveillance and Monitoring Report (DSSMR)on an, annual basis for FERC review and approval. A secondary objective is to provide on going engineering and permitting services to maintain the Bradley Lake facilities, including diversion structures,conveyances,intake structure, penstock,powerhouse,spillway,access road,electrical LagrNm mee eeak WW Innovating Today for Alaska's Tomorrow we ee eeee R&:M CONSULTANTS,INC.| See ee transmission and other support and ancillary facilities.The Authority intends to award two term agreements -a primary and secondary "+4forservicestomeetthepr. objectives. MR. te Services |To meet the objectives of this term agreement,R&M will provide civil,mechanical, hydroelectrical,structural, geotechnical,electrical, architectural,surveying, estimating,hydrology, environmental and permitting services to support studies,reports,drawings and technical administrative bid document preparation,bid phase services,and construction administration (CA)services.Each member of the R&M team is highly qualified and has many years of experience working together on projects throughout Alaska. As stated in the Statement of Services (SOS),R&M will provide inspection of operating facilities of the Bradley Lake Hydroelectric Project under the DSSMP.Analysis of the inspection observations and reports from Plant Operators to determine performance of the facilities is within the DSSMP parameters for threshold and action reporting,and ensuring reporting from the operators is timely and done correctly. Professional services will include: ¢Operator training and recurrent operator training in inspection,facilities performance monitoring,correct data _analysis,and reporting to higher authorities andthe AEA "/ Chief Dam Safety Engineer (CDSE).' ¢Inspection of diversions and conveyance channels (Middle Fork,Nuka,and Upper Battle Creek)and reporting on the Lfconditionandoperationofthosediversions. e Engineering,special inspection,evaluation,design and document preparation of Bradley Lake Hydroelectric facilities requiring repair/replacement. e Annual testing of power tunnel gates and biennial testing of diversion tunnel/outlet works gates and reporting to the AEA CDSE. ¢Observation and inspection of power tunnel/penstock liner drains inspection and cleaning. e Inspection and analysis of debris from power tunnel collecting in turbine discharge chamber as a means of ' monitoring power tunnel concrete liner deterioration. e Performing studies on hydrology and fish conservation water releases,and preparing quarterly water usage reports for the AEA CDSE reports to agencies. ee ee ee ee fe eeeee RFP NUMBER 2013-094 -Bradley Lake Hydroelectric Project Engineering Term Agreement al, Additional professional services that may be required include: .e Land ownership research and resolution of project boundaries as required to support the AEA CDSE. a e Developing design concepts for water control and conservation releases and supplemental diversion sourcesthatcouldcontributetotheBradleyLakeHydroelectric Project energy potential. ¢Providing support to the AEA CDSE in FERC compliance or other regulatory matters as may occur.a e Preparing economic and financial assessments._-8 *Site and design of hydroelectric facilities,including impoundment,intake,penstock,powerhouse,access roads,electrical transmission,and other components Is Statement of Services Sufficiently Explicit?|The SOSissufficientlydetailedandthorough.It clearly outlines the - distinct responsibilities of R&M as the contractor and AEA as the Contracting Agency. Schedules |R&M understands this term agreement will be effective for a two-year period (2013-2015),with the possibility of three additional one-year extensions (through June 2018). We understand each individual Task Order will have its own _- schedule,and issuance ofa Notice to Proceed (NTP)for any work will be contingent on staff availability,resources and responsiveness. Assumptions |R&M assumes AEA will provide current directives and requests,as well as information on applicable procedures and regulations. Alternative Design Considerations |For services requiring modification of existing,or design of new facilities,R&M will present alternatives for consideration,cost/benefit analyses of alternatives,and a recommendation for further action. R&M is continually working with the AEA CDSE to improve the DSSMP protocol and procedures so reporting can be timely andrelevanttosafeoperationsandmaintenanceoftheBradley Lake facility. 2.Methods Methods for Accomplishing the Proposed Contract |John Magee,PE will manage all work and maintain continuous communication and coordination with AEA.John will notifyAEAofanticipatedchangesanddirectionneededsothere are no surprises in deliverables or schedule.R&M anticipates performing a wide variety of tasks under this term agreement, including continuance oftasks required to maintain safe operations,facility infrastructure and FERC license comlliance. We recognize that the actual scope of work,methods and schedule are to be defined under each separate NTP.Based on our previous experience successfully completing many projects under similar term agreements,we intend to follow the general methods described below to complete each of the basic YservicesmentionedintheSOS. La TO aayoa 'oS2'or ac©WY Innovating Today for Alaska''s Tomorrow Scoping.The R&M team will meet with the AEA project manager and establish dam and generation plant inspections, safety inspections,license amendments and permitting support,and FERC document submissions anticipated to be required for the upcoming year.R&M will prepare a budget and schedule for each task for AEA approval.After NTP,R&M will proceed with the work following the approved schedule. R&M will scope and negotiate other housekeeping and maintenance design work as required when identified during inspection,or requested by Homer Electric Association,Inc.-- (HEA)or FERC through AEA. John will meet with the AEA Project Manager to establish the scope-of-work,work products to be delivered,and the schedule for deliverables.He will then meet with R&M Contract Manager Frank Rast,PE internally at R&M to establish the skill level of personnel needed to meet the task order requirements. Following that,John will meet with assigned R&M personnel and/or R&M subcontractors to prepare the final scope,level ofeffort,and budget to perform the work.John will submit - the budget to AEA for approval and will reconcile any scope or budget questions with the AEA Project Manager Work Execution.After receipt of NTP,John will conduct a kick- off meeting with assigned R&M personnel and subcontractors to confirm the scope-of-work,deliverables,and schedule. He will coordinate R&M's work with other disciplines and subcontractors,as required. Throughout the course of the work,John will coordinate the work and arrange for Quality Assurance/Quality Control (QA/ QC)reviews to ensure deliverables meet AEA and applicable FERC requirements and standards.After deliverables are submitted,he will follow up with the AEA Project Manager to verify all requirements and expectations were met. Engineering Services.Annual engineering work includes gate testing and penstock drain monitoring,spillway foundationdraininspection,monitoring,data analyisis and reporting,dammovementsurveyresultsanalysisandreporting,and visual inspection of structures and waterways for erosion and other requirements that arise and are required by the FERC approved DSSMP. R&M will incorporate analysis and inspection results into the annual DSSMR as required under the DSSMP.Engineering work will also include summer and fall monitoring,inspection of Bradley Lake diversions,diversion structure performance and condition,and recommendations for structure maintenance. We will conduct reservoir rim inspection as part of the summer and fall regular inspections.In the case of extreme events (earthquakes,extreme storms,flooding)affecting the Bradley Lake Hydroelectric Project,R&M is on-call to perform special inspections of structures and project facilities to ensure timely response to the AEA need to report accurately to FERC the affects of the event(s)and to allow AEA to take action required to secure the safety and integrity of the Bradley Lake Dam and associated water control facilities.In the case of an event causing a tsunamiV affecting the powerhouse and supportRFPNUMBER2013-094-«Bradley Lake HydroelectricProjectEngineeringTermAgreement facilities,R&M would provide emergency special inspection and evaluation ofthe results of the event on the power productionandtransmissionfacilitiesthatcould/would be affected. R&M will deploy the most current techniques and procedures for gathering field data necessary for the work,including high definition laser scanning for surveying and mapping of hard to access areas,and seismic refraction to determine depth- to-bedrock,competence-of-bedrock,depth-to-water table,or depth to other seismic velocity boundaries. Seismic Hazard Analysis.R&M will use Federal Emergency Management Agency procedures to determine seismic hazards with U.S.Committee on Large Dams recommendations utilized for seismic parameters,and the Earthquake Engineering Research Institute for developing earthquake spectra. Hydrology.R&M uses the Battle Creek gage station and applies computed linear relationship from a regression analysis to the long-term Middle Fork Bradley River average daily flow data to produce a synthesized long-term record for the Battle Creek Below Glacier gage.The model is updated annually with recorded gage data.Flow duration curves are developed from the synthesized long-term record for the project basin using the U.S.Army Corps of Engineers (USACE)HEC-SSP Statistical Software Package. Design Standards.In addition to using the FERC Engineering Guidelines Chapters 1 through 14,R&M uses the most appropriate design standard for facilities,including the U.S.Forest Service Standards,AASHTO Policy on Geometric Design,International Building Code,Alaska Department ofTransportation&Public Facilities (DOT&PF)Drainage Manual, American Concrete Institute Standards,American Society ofCivilEngineers(ASCE)manual on Penstock Design,and the USACE standards for Concrete Civil Works Structures,Gravity Dams and Strength Design of Hydraulic Dam Structures. Licensing and Permitting Services. R&M will prepare all documentation required by FERC in the annual DSSMR.R&M will also update the DSSMP as requiredd byFERCandprovideoperatortrainingtoHEApersonnel. R&M will prepare regulatory permits as required when maintenance work is outside of the established facilitypermits,and will keep existing permits current with extension applications and any necessary supporting documentation. R&M will complete permitting in accordance with the most current applicable agency guidelines and procedures." Quality Assurance/Quality Control,R&M will complete an in- house review of all deliverables prior to submittal to AEA. Proximity to the Project Site,Geographic Familiarity, Experience and Capabilities of Firm and Staff |R&M's experience at the Bradley Lake Hydroelectric Facility dates back to the early 1980s when R&M provided multi-discipline support to the prime consultant for engineering design of the original facility.R&M had responsibilities for geotechnicalinvestigations,surveying,and civil engineering design of V Innovating Today for Alaska'ss Tomorrow ancillary features. R&M continues to provide support to AEA at the Bradley Lake facility to maintain the project in compliance with FERC requirements regarding dam safety and performance monitoring.Our assignments include periodic inspection of the Dam and Diversion facilities for operation and performance, and engineering design/supervision of remedial repairs and maintenance for water diversions and control facilities,power tunnel and diversion gate tunnel testing,and visual inspection of the main dam and spillway structures. ied R&M has provided engineering services specifically directed toward dam safety and compliance with Bradley Lake's FERC license since 1996.Due to R&M's long-term involvement with the Bradley Lake Hydroelectric Project,our team has unique knowledge of the project setting,geology,hydrology,structures and operations. R&M can easily mobilize to the Bradley Lake site from our Anchorage office and is well-versed in logistics and support required due to the semi-remote location and fimited services at the plant site.We are aware of the limited camp facilities and windows for field work,and schedule our activities as needed around camp availability and seasonal weather windows.Our project staff familiarity with the Bradley Lake Hydroelectric Project minimizes disruption to the facility operations,while allowing us to complete required inspections and studies as efficiently as possible to minimize costs. The R&M team is also intimately familiar with Bradley Lake'sFERClicensingandreportingrequirements,which minimizes potential for written violation notices from FERC. Subcontractors |R&M will complement our in-house expertise with support from Hatch Associates Consultants,Inc.(Hatch) for hydroelectric engineering and mechanical engineering related to power generation;MBA Consulting Engineers, Inc.(MBA)for mechanical and electrical engineering;Kumin Associates,Inc.(KAI)for architecture;Zonge International,Inc. (Zonge)for geophysics;Electric Power Systems,Inc.(EPS)for transmission line and substation support;and Estimations, Inc.for cost estimating.Because this is a term agreement, the amount of participation for each subcontractor is entirelydependentonthetypeoftasksassignedundertheagreement. Services/Interaction from/with AEA |One of our many roles as a consultant is to minimize the workload of AEA's Contract Manager relative to specific task orders.R&M's Project Manager will work closely with the AEA Contract Manager or Project Manager assigned to a specific task order to ensure he/she --* is informed of project events and issues as they arise.We will establish communication protocol immediately upon NTP and limit our requests to what is essential for performing the work. R&M will provide invoicing on a monthly basis with progress reports for individual task work completed in the prior month.Whena problem is identified during inspections or by HEA,R&M will immediately notify AEA with a recommended course of action. RFP NUMBER 2013-094-Bradley Lake HydroelectricProjectEngineeringTermAgreement Distinct and Substantive Qualifications |R&M clearly understands and appreciates the importance of dam safetyandperformancemonitoringandinspectionandevaluation of inspection and performance data to maintain a safe and efficient operating power production project and protect against loss of life and assets that can result from failure of facilities for any reason.The R&M team is distinctly qualified to provide services under this term agreement due to our level of experience with the Bradley Lake Hydroelectric Project and our breadth of capabilities in engineering,survey,CA,QA/QC, materials testing,special inspection,hydrology,geologic and geotechnical engineering,and environmental permitting.As noted previously,R&M was involved with the original Bradley Lake facility design.Since 2002,R&M,with John Magee managing and directing the work,has provided operational and maintenance (O&M)support to AEA and HEA to maintain safe operations and FERC licensing.All of our subcontractors (Hatch in particular)are involved in the current Battle Creek Diversion project (under our current AEA term agreement)and are familiar with the facility. R&M has been instrumental to AEA's ability to solve operational problems related to the dam,spillway and diversions and to the establishment of formal inspection procedures and reporting, as well as scoping and design of remedial work and preparation of solicitation documents and inspection and contract oversight on the work. R&M understands that responsiveness is critical to AEA's needs.Over our previous AEA term contracts,R&M clearly demonstrated our ability and commitment to respond quickly and efficiently on task orders assigned on normal or accelerated schedules. a):/=ALASKA@ax>ENERGY AUTHORITY S 'sgl »Yen 7 a 3 te " Frank Rast,PE CE6287 R&M abs tree NcA' "et 'es ok .™ 3.Management R&M has been involved with the Bradley Lake Hydroelectric Project for 36 years.The R&M team proposed for this term agreement has successfully provided identical services to AEA in support of projects at Bradley Lake for 17 years.The R&M team will use the same management methods,communication strategies,and Quality Assurance procedures thathave «+ enabled our team to perform successfully on past projects.Theorganizationofourproposedteamisgraphicallyillustratedin the chart on this page. Administrative and Operational Structures |As Project Manager,John Magee,PE will be the primary point-of-contact with AEA.He will be responsible for the operational aspects of the contract,including project coordination,scheduling and overall performance.John will ensure coordination of project activities,and will serve as liaison between R&M project staff, our sub-consultants and AEA.He will ensure deliverables are reviewed and developed to the applicable standards and that project schedules and budgets are maintained.John will also ensure quality control reviews are completed.All project team members will report directly to John. To provide AEA with a separate contact specific for contract issues or project concerns,R&M's Senior Vice President Frank Rast,PE will serve as Contract Manager.Frank will have overall responsibility for the administrative aspects of the contract.HewillprovideoversightandensurethatR&M's work adheres to all contractual requirements.Throughout the duration of this term agreement,Frank will be available to discuss contract issues with AEA and will be in close communication with the project manager.His careful attention to contractual issues will allow John to focus on the technical aspects,guiding all tasks under this term agreement to successful completion. Where Contract Services will be Performed |R&M will provide all services from our Anchorage office.Our sub-consultants will provide services at their respective Anchorage offices,with thepot”aaptam av , mee ot a aon John Magee,PE CEig24 R&M oS Not sé a. 3 So"1 nat =".Oa eed -Ae "RIAA his otine who will perform services frommoghMeFe :-»owe 2 Wee ae . cee eee oe 8 en be =Ss,5 Biasera their Seattle and Portland -'©RECIMINART INVESTIGATIONS 4 +MOMEDURAOREERE DEsicn TEAM SACRE CHEESE CONSTRUCTION ADMINISTRATIONGEOTECHNICALENGINEER Bob Pintner,PE CE8525 R&M LAND TITLE SEARCH Charlie Parr,SR/WA R&M FERC LICENSING AND SAFETY FXPERT John Magee,PE CEi924 R&M CIVIL ENGINEERS Don Porter,PE CE8810 R&M Ryan Redick,PE C&12977 R&M MECHANICAL ENGINEERS Bradley Sordahl,PE ME8s525 MBAChrisMayHATCH ENVIRONMENTAL AND PERMITTING Kevin Pendergast,CPG CPG622 R&M LAND SURVEYOR Jim Robar,PLS LS6095 R&M ARCHITECT HYDROELECTRICAL ENGINEEA GEOPHYSICSes*Jim Rutherford,PE CE12377 HATCH Rowland French,PhO ZONGE 4 HYDROLOGY UTILITIES Hans Arnett R&M COST ESTIMATOR Jay Lavoie ESTIMATIONS STRUCTURAL ENGINEER Duane Anderson,PE CE4774 R&M ELECTRICAL ENGINEER Mike Love,PE EES81B MBA TRANSMISSIONANDSUBSTATIONS David Buss,PE EE10466 EPS Alan Marugame,AIA A3918 KAI Lee Blumell,PE CE9355 R&M offices,respectively.We will assemble completed work products in R&M's Anchorageoffice,which is located approximately five miles from AEA's Anchorage office. CONSTRUCTION ADMINISTRATION t Paul Hetzel,PE CEg703 R&M OA/OE Mike Wariner,PE CEg703 R&M COSNTRUCTIONINSPECTORS ©Dave Wood,PE CE1494 R&M t Kim Steed R&M Communications|R&M has an open-door policy and_jek encourages AEA to stop by andpaNerareviewourworkinprogress. The R&M team is available at .Ro ANEIITCONSULTANTS,INC.|RFP NUMBER 2013-094 -Bradley Lake Hydroelectric Project Engineering Term Agreement TW Innovating Today for Alaska's Tomorrow all times to attend meetings.We will provide the AEA ProjectManagerwithtimelyreportsofworkinprogresstoensurethatheiswellinformedofprojectstatus. R&M continually improves our communications tools and procedures.Our firm has well established capabilities to transmit drawings via e-mail,Secure File Transfer Protocol, and other web-based subscription services.The R&M team will emphasize consistent communication with AEA and other affected agencies via telephone,e-mail,web site postings, and frequent face-to-face meetings.R&M provides expediting services ona daily basis for transfer of hard copy documents. 4.Proposed Project Staff CONTRACT MANAGEMENT |R&M |AK Resident Frank Rast,PE (CE6287)will have overall responsibility for the contract and the administrative relationship between the Authority and R&M.He will monitor performance of the project team and coordinate closely with the project manager to ensure R&M is providing services that meet the Authority's objectives.Frank will also supervise R&M's QA/QC program. He is a Senior Vice President with R&M and has more than 34 years of engineering and management experience.Over the past 24 years,he has served as Contract Manager,Project Manager and Project Engineer for more than 50 projects for State agencies.Frank is currently serving as Principal onR&M's ongoing engienering services term agreement with theAuthority.|References:Michele Hope,AEA 907.771.3036;Bryan Carey,AEA 907.771.3065;Karl Reiche,AEA 907.771.3017. PROJECT MANAGEMENT,FERC LICENSING AND SAFETY EXPERT |R&M |AK Resident John Magee,PE (CE1924)will serve as the Project Manager, as well as the FERC Licensing and Safety Expert.John will manage and coordinate all activities to meet the schedule and budget for each task assigned under this term agreement. He will ensure that R&M's personnel and resources,as well as those of our subconsultants,are employed efficiently and cost effectively. John is a senior member of R&M's civil engineering staff, with 49 years of design and project development experience, including 43 years in Alaska.His extensive experience includes hydroelectric and water control projects and large and small industrial projects in remote areas with on-site power generation.John's experience also covers water and tailings dams and diversion works,including concrete gravity dams, arch dams,rock-fill and earth-fill dams,and timber crib dams, as well as hydrology,hydraulic design and river engineering. He fully understands the economics of working in smaller communities and the engineering design perspectives and safety requirements for facilities in rural and remote locations. John is certified in design-build project management and construction quality management by the USACE and hasattendedtheAssociationofStateDamnatelyOfficials'(ASSO) VU Innovating Today for Alaska''Tomorrow Dam Safety Inspection and Assessment Workshop.He has received training by the U.S.Bureau of Reclamation in the Safety Evaluation of Existing Dams and by FERC as a facilitator in Failure Modes Analysis working groups associated with FERC Part 12D periodic safety inspection.He has participated in 12D inspections and planning and execution of corrective measures identified in Part 12D reports.John has attended seminars in Dam Removal through the ASCE Environmental and Water Resource Institute and in roller compacted concrete dams and site selection for dams through ASDSO.John has also received training in Security and Anti-Terrorist measures for major industrial facilities and has been R&M's lead reviewer of application technical documents under R&M's recent contract with the Alaska Department of Natural Resources (DNR).He is extremely knowledgeable of FERC engineering guidelines and the Alaska Dam Safety Program.John has experience with FERC dating back 39 years. John has provided professional services to AEA on hydroelectric and water supply facilities for the past 17 years,with services ranging from investigations,operations studies and reports, permitting,planning,and analysis,to design and assemblyofconstructiondocuments,construction engineering and inspection,CA and oversight,and preparation of FERC annual dam safety and performance reports.He has extensive experience with Alaskan hydroelectric projects,including the Bradley Lake Hydroelectric Project,as well as Four Dam Pool Power Agency and Southeast Alaska Power Agency projectsatSwanLake,Terror Lake,Tyee Lake and Larsen Bay.John's assignments for AEA have included conceptual studies for capital and O&M projects,hydrologic analysis for water control and water budget utilization,investigations,engineering design and construction document preparation,and CA involving interaction with FERC.John also served as ProjectManagerfortheHumpbackCreekHydroelectricProjectnearCordova.The project scope included preliminary FERC licenseamendmentapplicationdocumentsandfollowthroughto project completion,preliminary site selection,environmental investigations,geotechnical investigations,hydrologic studies,final site selection concept development and designdevelopmentdocumentsforconstructionofanewpower intake/diversion dam on Humpback Creek,a penstock tunnel, new penstock section to connect to existing penstock,bidding phase services,construction management and oversight QA/ QC,and removal of an existing diversion dam that failed during extreme flood and maintaining compliance with regulatory requirements.In addition,John was the Project Manager for feasibility studies of dam construction on the Susitna River and co-authored a report to AEA on using roller compacted concrete for construction of the Watana dam on the Susitna River.HewastheProjectManagerforthePhase|feasibility study for theBattleCreekDiversionprojectandiscurrentlyProjectManager for the geotechnical exploration,survey and evaluation of the project setting and design of facilities and production of FERC exhibits and drawings and specifications for construction of the diversion project.]References:Bryan Carey,AEA 907.771.3065;Karl RFP NUMBER 2013-094-"Bradley LeLake Hydroelectric Project Engineering Term Agreement 13 Reiche,AIDEA 907.771.3017;Charles Cobb,DNR 907.269.8636;Bob Day, HEA 907.235.3304. CIVIL ENGINEERING |R&M |AK Resident Don Porter,PE (CE8870)will serve as the lead civil engineer for all tasks under this term agreement.Don is a highly skilled professional engineer with more than 22 years of experience. This experience includes serving as project manager and/or project engineer for a variety of site development projects for public and private clients located throughout Alaska.Don has proven himself to be a very capable and creative engineer,with a talent for designing solutions to challenging site issues. Don has been involved with several AEA/AIDEA projects.On the Bradley Lake Battle Creek Design,he is providing QA/QC review of the Engineering Design Basis Memorandum,assisting in the hydraulic design and modeling of the proposed diversion conveyance canal,and assisting in the selection of energy dissipation techniques for stepped portions of the channel. Don was also responsible for conceptual design in support ofafeasibilitystudyatthePortofSkagwayOreTerminal.The civildesigneffortincludedcoordinationofgrading,drainage,truck unloading patterns,utility conflict mitigation,and building expansion considerations.Don developed a conceptual civil site plan for new building addition and parking as part of Design-Build RFP contract documents for the C Denali Readiness Center.|References:Ryan Butte,LKSD 907.543.4903; Howard Morse,UAA 907.786.1275;Matt Desalernos,DOT&PF 907.269.0869. CIVIL ENGINEERING |R&M |AK Resident Ryan Redick,PE (CE12977)will be responsible for civil engineering tasks under this term agreement.Ryan has six years of experience in the design and construction of roads, airports,site improvements,and utilities.He first joined R&M in January 2008 as an engineering intern,and four months later became a permanent employee.Prior to joining R&M, he interned for two years with DOT&PF,working in the Traffic, Safety and Utilities Section and the Construction Section. Ryan has been involved with several AEA projects.He was the Access Road Project Engineer on the Bradley Lake Battle Creek Diversion Feasibility Study,which will provide additional power generation at the Bradley Lake Hydroelectric Project by diverting water from the adjacent Battle Creek watershed. He worked with the design team to provide access roads to needed locations along the project.Ryan also provided project engineering on the Battle Creek Diversion Field Investigations and Final Design.|References:Chuck Tripp,DOT&PF 907.465.4439; Ted Meyer,LPB 907.246.3421;Mike Gault,DOT&PF 907.929.7244. facilities throughout the state.Brad has served as lead mechanical engineer on multi-discipline teams,conducting equipment system condition and code compliance surveysforanumberoffacilities.His OC standards,coupled with hisunderstandingofmechanicalsystems,have contributed to successful projects such as the Bethel Utilities Corporation Heat Waste Analysis,Cordova Humpback Creek Hydroelectric Facility, Pebble Project Water Treatment Plant Design,and his current involvement in the Battle Creek Diversion Control Building Mechanical Design.|References:Edie Knapp,ASD 907.348.5207;Paul Farnsworth,ARRC 907.265.2494;David Kemp,DOT&PF 907.269.0811. MECHANICAL ENGINEERING |HATCH |NY Resident Chris May will support Brad Sordahl for mechanical engineering tasks related to power generation.Chris has more than 40 years of experience in the design of hydroelectric-related mechanical equipment.He has been responsible for design of all mechanical aspects of hydropower plants,as well as locks and other structures for control of water.He has specialized experience in the design of many types of gates and for steelpenstocks.Chirs iis experiencedin the use offinite elementanalysisand-computational fluid dynamics,as well as other computer-related design methods.|References:Dan Kirschbaum, Seattle City Light 206.684.3863;Clay Koplin,CEC 907.424.5026;Jennifer Holstrom,KPU,907.228.4733. GEOTECHNICAL ENGINEERING |R&M |AK Resident -Bob Pintner,PE (CE8525)will lead the geotechnical engineering nd engineering geology efforts for the term agreement. Bob has more than 26 years of experience in geotechnical engineering and engineering geology.His responsibilities include field,laboratory and office aspects of geotechnical investigations.Bob's experience includes analysis of deep and shallow foundation systems,evaluation of slope stability, seismic hazards,pavements,and thermal analyses.He has performed field work on a variety projects in many areas of Alaska,including drilling and sampling of soil,rock,permafrost investigations,seismic refractions,and other geophysical methods,and geologic mapping of soil and rock.Bob has worked on many hydroelectric projects,including a his role as project geotechnical engineer for the Bradley Lake Battle Creek Diversion project.For this project,he performed field studies,including geologic mapping of the proposed canal alignment,and supervision of the geotechnical drilling program.Other recent hydroelectric project experience includes Allison Creek in Valdez,Humpback Creek in Cordova,and a feasibility study for hydroelectric power in Adak.|References: John Duhamel,CVEA 907.822.3211;Clay Koplin,CEC 907.424.5555;Greg Oltvedt,DMVA 907.428.6786. MECHANICAL ENGINEERING |MBA |AK Resident HYDROELECTRIC ENGINEERING |HATCH |WA Resident ww Brad Sordahl,PE (ME7568)will be responsible for mechanical engineering.Brad has 30 years of experience as a mechanical engineer in Alaska and has served as project manager and/ or lead mechanical engineer for a variety of commercial, residential,educational,institutional and governmental Vv Innovating Today for Alaska's TomorrowRSMCONSULTANTS,INC.| Jim Rutherford,PE (CE12377)will be responsible for hydroelectric engineering.Jim has more than 27years experience in hydraulic structures and structural engineering,project planning and management,heavy civil design,construction cost estimating, construction managements and FERC dam safety.He hasRFPNUMBER2013-094-Bradley Lake Hydroelectric Project Engineering Term Agreement 6 significant experience working on complex concrete issues. Jim has diverse technical experience in design that includessiteplanning,hydraulics and hydrology,and structures.He is currently working on the Bradley Lake Battle Creek Diversion project with R&M.|References:Clay Koplin,CEC 907.424.5026; Walt Davis,FERC 206.684.3657;Randy Nash,Grant County PUD 509.760.9046. HYDROLOGY |R&M |AK Resident Hans Arnett will lead the hydrology efforts for the term agreement.Hans has more than 20 years of hydrologic and hydraulic experience in Alaska.He has a broad range of experience in hydrology and hydraulics,including hydrologic and hydraulic analysis and modeling;flood studies;scour, erosion,and bank migration studies;drainage structure analysis and design;fish passage analysis and design;and field data collection and stream gaging. Hans'work has included a wide range of hydrologic and hydraulic services of direct relation to this project.For example, he has been leading R&M's hydrology work for the Bradley Lake Battle Creek Diversion project since joining the firm early in 2012,and has worked closely with John Magee and Kevin Pendergast on the project.He has performed extensive background reviews;overseen analyses of Bradley Lake regional climate and hydrology data;conducted field studies;provided oversight of duration flow,basin yield,and flood frequency analyses;and has been the lead author of hydrology reports produced for the diversion project.Hans has also been leading hydrology and stream gaging efforts on the Chikuminuk Lake Hydroelectric project in Wood-Tikchik State Park,and has taken charge of the stream gaging efforts for the Allison Creek Hydroelectric project near Valdez,working closely with Kevin Pendergast on these two projects.|References:Paul Janke,DOT&PF 907.269.0526;Rys Miranda,DNR 907.269.8944;Michael Knapp, DOT&PF 907.465.8893. LAND SURVEYING |R&M |AK Resident Jim Robar,PLS (LS6095)will serve as the lead land surveyor for this term agreement.Jim has 42 years of experience in Alaska as a surveyor and has participated in hydroelectric, highway,airport,railroad,right-of-way,cadastral,construction, aeria!photo control,topographical/planimetric and utility survey projects throughout the state.He has served as Project Manager,Chief of Parties and Party Chief,completing projects from "field to final mapping”.Jim has performed and directed many large,remote survey projects,living in base camps or villages and using helicopters,light aircraft,boats,tracked vehicles,snow machines and ATVs for transportation.He is very familiar with the arctic/subarctic environment. Jim was the surveyor for the Bradley Lake Battle Creek Diversion project.He established horizontal and vertical survey control and performed an aerial photo control survey.He also supervised and produced the mapping and ground surface models for a design topographic survey,including roads,canals aw,Innovating Today for Alaska's Tomorrow and structure sites.|References:Rob Hahn,ARRC 907.265.2411;Louise Hooyer,DOT&PF 907.269.0713;Sean Porter,BLM 907.271.4207. COST ESTIMATING |ESTIMATIONS |AK Resident Jay Lavoie will be responsible for cost estimates.Jay has 32 years of experience providing construction cost estimating services in Alaska to design professionals,government agencies, and contractors.He is primarily concerned with cost controls for project development.Jay has been involved in more than 3,200 projects throughout the state.His experience includes bridges and dams,waterfront development,roads,office buildings, industrial complexes,health clinics,laboratories,hospitals, schools,and utilities.Jay's estimating experience includes new, design/build,renovations,additions,and replacement projects. |References:Karl Reiche,AIDEA 907.771.3017;Matt Tanaka,DOT&PF 907.269.0824;Glen Kravitz,ARCADIS 907.374.6945. LAND TITLE SEARCH |R&M {|AK Resident Charlie Parr,SR/WA will be responsible for any land title searches.He has 39 years of experience in researching land status and site research for projects in Alaska.He is qualified as an expert witness on title and right of way matters in the Superior Courts of Alaska,and has taught courses in those subjects for the International Right of Way Association,llisagvik College,and the University of Alaska College of Rural Alaska since 1984.He is thoroughly familiar with the land records systems in Alaska,including those maintained by the Bureau of Land Management,DNR,and the Alaska District Recorders Offices. Charlie prepared the ownership status reports of lands for the Battle Creek Diversion project at Bradley Lake in connection with preparation of FERC apllication Exhibit G for that effort. He did similar research for the Allison Lake and Chikuminik Lake Hydroelectric projects.|References:Peter Nagel,APSC 907.787.8170; Jim Mery,Doyon 907.459.2030;Chuck Gilbert,NPS 907.257.2588. ENVIRONMENTAL AND PERMITTING |R&M |AK Resident Kevin Pendergast,CPG (CPG622)will lead the environmental and permitting efforts for this term agreement.Kevin has 13 years of Alaskan experience in environmental and regulatory work,the last 7 of which have been heavily involved with hydroelectric projects.He has worked on and around the Bradley Lake project for approximately a decade,having performed geophysical studies,water resources work,and permitting/regulatory services for various maintenance and operations efforts.Kevin is currently involved with the Battle Creek Diversion project at Bradley Lake,providing planningandpermittingoffieldstudies,regulatory coordination and permitting for water use,land lease support and permitting, and related services.As an environmental professional with degrees and background in both Geology and Civil Engineering, Kevin is able to work effectively across the multiple disciplines typically involved with any water resources project.His other recent and ongoing hydroelectric project work includes Allison Creek in Valdez,Humpback Creek in Cordova,a feasibility RFP NUMBER 2013-094-Bradley Lakebe Hydroelectric Project Engineering Term Agreement study for hydroelectric power in Adak,and the study of Chikuminuk Lake Hydroelectric Project in Wood-Tikchik StatePark.|References:John Duhamel,CVEA 907.822.3211;Bryan Carey,AEA907.771.3065;Todd Cowles,POA 907.343.6209. STRUCTURAL ENGINEERING |R&M |AK Resident Duane Anderson,PE (CE4774)will serve as the structural w engineer for this term agreement.Duane is R&M's Principal Structural Engineer and offers 38 years of structural design experience throughout Alaska.His experience is varied and diverse,but has been largely focused on industrial marine, bridge,and school projects in communities throughout Alaska. Duane's experience includes projects throughout Alaska for a variety of public and private clients,including AEA and AIDEA.Authority projects he has participated in include the Alaska Airlines Maintenance Hangar,Camp Denali Readiness Center,Spar Avenue Building Structural Inspection,Ketchikan Shipyard Machine Shop Addition,and Skagway Ore Terminal Reactivation.|References:Todd Cowles,POA 907.343.6209;Seth Brakke,City of Ketchikan 907.228.4725;Mark Wallace,USACE 817.338.8651;. ELECTRICAL ENGINEERING |MBA|ID Resident Mike Love,PE (EE5878)will be responsible for electrical engineering tasks under this term agreement.Mike is capable of designing throughout the electrical engineering spectrum.His expertise includes power,lighting and the special systems areas,including fire alarm,detection,and suppression;structured communications distribution systems; communications/data and audio systems;security systems; CCTV;and industrial controls.Mike's relevant project experience includes design for Glacier Bay Generation,Cordova Humpback Creek Hydroelectric Project,AWWU Norfolk Booster Station Upgrades,and current participation with Battle Creek Diversion. |References:Joel St.Aubin,DOT&PF 907.269.0823;Mike McGough,ASD 907.348.5113;Christian Ryll,ARRC 907.265.2527.TRANSMISSION AND SUBSTATIONS|EPS |AK Resident 7 David Buss,PE (FF10466)will be responsible for transmission line and substation support.David has more than 18 years of experience in power system design and construction management.He has extensive experience working in the power systems industry with particular expertise on system coordination,relay settings,power generation controls, switchgear controls,motor controls,system start-ups, troubleshooting and maintenance and design engineering.He is skilled in working on projects that require close attention to sequence of events and tight project scheduling.David's specific project experience includes the Bradley Lake Exciter Upgrade,Bradley Lake Relaying Upgrade,and the Bradley Lake Metering Upgrade.|References:Clay Hammer,WMLP 907.874.3602;Tom Carey,AMHS 907.225.8911;Floyd Russell,Metlakatla Power and Light 907.886.3312. |niana Hee ean &*xLASN em mmRece ee oeaesWYInnovatingTodayforAlaska's TomorrowR&M CONSULTANTS,INC.|en ARCHITECTURE |KAI |AK Resident Alan Marugame,AIA (A3978)will provide architectural support, consultation,and designs for tasks assigned under this term agreement.Alan possesses strong skills in management, project planning,scheduling,programming,client relations, communications,project supervision,and design.His experience covers all project phases,including facility programming,site selection studies,master planning,design, contract documents,bidding,and CA.An architect for 40 years, Alan has more than 38 continuous years of experience working in Alaska and is an expert in cold climate design. Alan has demonstrated his creative and technical skills on various projects,from small remodels and additions to new construction worth over $60 million,in all regions of Alaska.His projects represent a variety of construction types specifically adapted to local environmental and climatic conditions. Alan's relevant project experience includes currently serving as architectural subconsultant to R&M on the Battle Creek Diversion project;previously providing architectural design in the same capacity on the Skagway Ore Terminal Support Facility;design of the Bradley Lake Housing project for HEA; and responsibility for architectural designs on numerous past term contract tasks.|References:Neb Schmitt,SKW/Eskimos, Inc.907.339.6735;Eugene Avey,Annette Island School District 907.886.6632;Craig Freas,URS 907.463.4915. GEOPHYSICS |ZONGE |OR Resident Rowland French,PhD will be responsible for geophysics. Rowland has spent more than 30 years performing geophysical investigations in support of geotechnical and environmental groundwater projects in western Canada,Alaska,and the Pacific Northwest.His work has involved seismic refraction,electrical and electromagnetic techniques,downhole and surface wave seismic.His efforts have included development and enhancement ofthose techniques.Rowland completed seismic refraction surveys and programs for the Bradley Lake Battle Creek Diversion,Allison Lake Refraction,and Seismic Reflection for Fault Mapping in Denali.He also conducted a geophysical exploration program for the City of Sitka.Rowland has worked for Northwest Geophysical Associates,Inc.(NGA)since 1988, and was President from 2007 to 2011 when Zonge purchased NGA.|References:Ermel Quevedo,Landslide Technology 503.452.1200; Mark Kacmarcik,CH2M Hill 541.752.4271;Craig Boeckman,DOT&PF 907.269.6207. CONSTRUCTION ADMINISTRATION |R&M |AK Resident Paul Hetzel,PE (CEg703)will be responsible for CA tasks under this term agreement.Paul has more than 23 years of CA experience,including over 21 years in Alaska.He has successfully demonstrated his talent for working smoothly and responsively with construction staff,contractors and the public during the past 17 construction seasons.Paul has served as Project Manager,Project Engineer,Senior Grade Inspector,Electrical Inspector,Paving Inspector,Materials Technician and Office RFP NUMBER 2013-094 -Bradley LaLake Hydroelectric. Project Engineering Term Agreement | ie eeee eeeeeeae Engineer,and has supervised large construction operations, extensive traffic safety plans and on-site safety programs. Paul's experience includes managing and participating in many CA projects throughout Alaska,including roads,airports, and ports and harbors.He has taken DOT&PF's Construction Contract Administration of Federal Aid Projects course,is nuclear gauge certified,WAQTC qualified (#121),an AK-CESCL, and IMSA certified as a Work Zone Traffic Safety Specialist.| References:Lon Krol,DOT&PF 907.451.5422;Tim Croghan,DOT&PF907.269.0450;Tom Dougherty,DOT&PF 907.269.0401. QA/QC |R&M |AK Resident Mike Wariner,PE (CE12906)will perform QA oversight and oversight for the overall materials testing program.He will make sure assigned materials inspectors are communicating and interacting with the agency staff and keeping the ProjectManagerappraisedofalltestingresults. Mike is R&M's Vice President:Materials Lab and Special Inspection.His construction background extends for more than 20 years,over which he has served as laborer,crew chief, engineering technician,junior inspector,field engineer,projectengineer,lead inspector,project manager,and now managerofamaterialslaboratoryandinspectiondepartment.Mike's field testing and observation experience includes soils testing, drilled pier/driven pile observation,concrete testing,structural masonry testing and observation,asphalt testing,post-tension cable placement and elongation observation,fireproofing observation and testing,chemically stabilized subgrade observation and testing,open hole observation,and reinforcing steel observation.Mike is an ICC Certified Special Inspector, NICET Level II,ACI Field and Strength Certified,WAQTC Qualified (#180551);Post Tension Institute Level |and II Field Inspector; MOA Approved Special Inspector (#SI-136).|References:Kimberly Hays,DOT&PF 907.269.6212;Jeff Coleman,AWWU 907.564.2744;Todd Cowles,Port of Anchorage 907.343.6209. 5.Workload and Resources Current and Potential Time Commitments |The current and potential time commitments of our proposed staff are shown in the table below. Committed a(01/14:06/14) Frank Rast |Contract Manager 20%20% John Magee |Project Manager 40%40% Don Porter |Civil 40%20% Ryan Redick |Civil 25%25% Brad Sordahl |Mechanical 50%30% Chris May |Mechanical 50%50% Bob Pintner |Geotechnical 45%30% Jim Rutherford |Hydroelectric 60%60% Hans Arnett |Hydrology.60%30% Ss ROAR&M CONSULTANTS,INC.| 5ES ihDADATS"'%of Time 6com:Timesicalutye.5.Leics ZPeommteat Committed=Mi |(06/13 =12/13)1}(01/14-06/14) Jim Robar Land Surveyor 55%40% Jay Lavoie |Cost Estimating 50%20% Charlie Parr |Title Search 50%40% Kevin Pendergast |60%55% Environmental and Permitting Duane Anderson|Structural 60%40% Mike Love |Electrical 20%10% David Buss |Electrical 80%40% Alan Marugame|Architecture 40%50% Rowland French |Geophysics 30%7O% Paul Hetzel |CA 50%50% Mike Wariner |QA/QC 50%50% Projected Firm Workload |R&M and our sub-consultants estimate that their respective total firm resources will be committed to other projects during the duration of this term contract as follows:R&M (65%},Hatch (50%),MBA (40%),KAI (40%),Zonge (30%),EPS (50%),and Estimations (30%). Support Personnel,Facilities and Other Resources |R&M offers one of the largest and best qualified groups of professionals in Alaska,including 130 professional,technical,and administrative staff members,including 44 Civil Engineers;20 Land Surveyors;11 Construction Project Managers;9 Construction Inspectors;9 Administrative Support Staff;8 Engineering Interns;6 Geologists;4 Engineering/ Lab Technicians;3 Environmental Specialists;3 Geotechnical Engineers,3 IT Staff,2 Structural Engineers,2 Hydrologists, 2 CADD Technicians,1 Planner,1 Right of Way Professional,1 Geologic Intern. The firm's most important resource is our excellent depth of staff and overlapping experience among team members. R&M is committed to providing our personnel with state-of- the art equipment to increase work efficiency.We integrated AutoCAD Civil 3D into our design software resources in 2007, are currently working with the 2012 version,and in the process of upgrading to 2013. Hatch has more than 8,000 staff worldwide.They provide engineering services for the power and energy sector focused on hydroelectric related services.Hatch's senior staff are highly skilled and experienced in the engineering, operations,maintenance,rehabilitation,expansion,design and construction of dams,hydroelectric power developments andrelatedprojects.The Hatch staff reside in a humber of offices in the United States and Canada. MBA's 15-person staff consists of 7 electrical engineers/ designers,6 mechanical engineers/designers,and 2 administrative personnel.They have excellent drafting and clerical support departments and an integrated CA staff RFP NUMBER 2013-094 -Bradley Lake Hydroelectric Project Engineering Term Agreement VY Innovating Today for Alaska'sTomorrow -experiericed in inspections that ensure quality mechanical and electrical installations. KAI is one of the most capable,best-staffed architecture firms in Alaska.Their staff includes 16 experienced architectural professionals,3 intern architects,2 drafters and 5 administrativepersonnel.Their intern architects all have a minimumof fiveyearsarchitecturalexperienceandareatvariousstagesof preparing for license certification. Zonge has a total of 75 geophysicists and support staff throughout offices in Oregon,Arizona,Colorado,and Nevada. EPS offers a wide range of experience and education in the area of power system operation,engineering,and administration. Estimations has four full-time estimators,two part- time estimating support technicians and one full-time administrative staff person.They are knowledgeable in Alaska's construction costs and are committed to providing quality, timely and accurate services. Current AEA Contracts |R&M holds one contract with AEA -the AIDEA and AEA Term Agreement for Engineering Services 2007 (Hydroelectric,Heavy Civil and Specialty Services -FERC).We currently have four ongoing task orders under this contract: °Battle Creek Diversion Design:R&M (Magee,Rast,Redick, Porter,Anderson,Parr,Arnett,Wood,Pendergast),HATCH (Rutherford),MBA (Sordahl,Love),KAl (Marugame),Zonge (French),Estimations (Lavoie) ¢Battle Creek Field Investigations:R&M (Magee,Rast,Pintner, Robar,Redick,Pendergast,Arnett),Zonge (French) ¢Battle Creek Permitting:R&M (Magee,Rast,Redick, Pendergast) ¢Bradley Lake FERC Services FY 2013:R&M (Magee,Rast, Pendergast) In addition,Hatch holds a Rural Power Systems Upgrades and Bulk Fuel Systems Upgrades Engineering Term Agreement with AEA. Capabilities for Providing Additional Services |R&M's significant depth of resources allows us to respond quickly to additional work and/or accelerated schedules.R&M has consistently demonstrated our responsiveness and willingness to provide additional services on other projects. Capacity to Reassign |R&M and our sub-consultants maintain steady backlogs of work and are able to reassign personnel and equipment if work under this contract were delayed or required less resources. 6.Past Performance Bradley Lake ydroelectric Facility Annual FERC Support2005-2012 |Karl Reich,AEA 907:771.3065 Under term agreements with AEA,R&M,with support from Hatch,provided inspections,analysis and reports required to maintain safe and reliable facility operations,and to maintain a FERC license at the Bradley Lake Hydroelectric Project.|Contract Amount:$770,000 |Successes:R&M has assisted in maintaining safe facilities and operations resulting in reliable power supply and keeping the AEA in compliance with FERC license.|How this experience will help R&:M perform on Bradley Lake Hydroelectric Project Term Agreement:R&M understands monitoring,inspection and acceptance,and reporting required at Bradley Lake to maintain safe operations and FERC licensure. |FIRMS (Staff):R&M (Magee,Pendergast,Rast,Pintner,Redick,Wood, Arnett);Hatch (Rutherford). Bradley Lake Hydroelectric Facility Spillway Study -2004 | Karl Reiche,AEA 907.771.3017 | R&M was responsible for field investigations,data collection, and analysis of the spillway foundation drains,potential hydrostatic uplift pressures,and resultant structural stability of the spillway structure.The analysis determined that spillway foundation drains are effectively relieving the hydrostatic foundation pressures as long as the drains are free flowing.A drain monitoring program was recommended and implemented to verify continuing operable condition of the drains.|Contract Amount:$75,100 |Successes:The study mitigated concerns in a 2001 FERC Part 12D inspection report. |How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement:R&M understands procedures and the importance of monitoring and reporting required at Bradley Lake to maintain safe operations and FERC license compliance.|FIRMS (Staff):R&M (Magee);Hatch (Rutherford). Bradley Lake Hydroelectric Facility Gate Testing |Bryan Carey, AEA 907.771.3065 R&M prepared gate testing procedures and provided oversight for the testing of the power tunnel and diversion tunnel gates. Gates were tested in both an emergency scenario,and non- emergency scenario.Diversion tunnel penstock was entered and gate guides and seals inspected.|Contract Amount:$6,000 |Successes:The study mitigated concerns in a 2001 FERC Part 12D inspection report.|How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement: R&M understands how the facility operates and cost-effective methods to inspect and maintain safe operations and FERC license compliance.|FIRMS (Staff):R&M (Magee). Bradley Lake Hydroelectric Facility DSSMRs 2009-2012 | Bryan Carey,AEA 907.771.3065 R&M prepared the annual DSSMR's from 2009 to 2012.The DSSMR evaluates monitoring data and the effectiveness of the DSSMP and also analyzes the timeliness and effectiveness of identification of dam performance and safety issues, particularly issues related with the Potential Failure Modes identified in the DSSMP.|Contract Amount:$24,000 |Successes: The report maintains compliance with the FERC license for the facility and provides guidance on maintenance and operations for continued safe and reliable operation.|How this experience YW Innovating Today for Alaska''s TomorrowR&M CONSULTANTS,INC.|RFP NUMBER 2013-094 -Bradley Lake Hydroelectric Project Engineering Term Agreement .will help R&M perform on Bradley Lake Hydroelectric ProjectTermAgreement:R&M understands monitoring and reporting required at Bradley Lake to maintain safe operations and FERC licensing.|FIRMS (Staff):R&M (Magee);Hatch (Rutherford). Bradley Lake Hydroelectric Facility DSSMP |Bryan Carey,AEA 907.771.3065 R&M prepared an update to the Bradley Lake DSSMP toconformwithrevisedFERCguidelinesandFERCengineer comments.The plan provides the details of how AEA (Owner) and it's Facility Operator (HEA)monitor and evaluate the facility's safety and performance.A draft plan was submitted in March 2011 and we are currently editing and updating the DSSMP in response to FERC and Owner review.|Contract Amount:$10,000 |Successes:The FERC dam safety program, as it relates to the Bradley Lake Hydroelectric Project,has been brought into conformance with FERC requirements and improved performance of the operations acivities in monitoringandinspectionandreportinginsupportoftheAEACDSEneeds. |How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement:R&M understands the FERC Dam Safety Plan and requirements of Owners and the inspection and acceptance and monitoring and needs and personnel training needs and reporting required at BradleyLaketomaintainsafeoperationsandFERClicensecompliance.|FIRMS (Staff):R&M (Magee);Hatch (Rutherford). Bradley Lake Hydroelectric Facility Battle Creek Diversion | Bryan Carey,AEA 907.771.3065 R&M,with support from Hatch,is providing design and bid documents for the Battle Creek Diversion project.This project will provide additional energy potential to utilize unused generation capacity at the existing facility.Major project elements include:a diversion dam in the West Fork of Upper Battle Creek;a 2.08-mile canal system that will divert flows from the West and Middle Forks of Upper Battle Creek to Bradley Lake;a 3.98-mile access road network to support construction,operations,and maintenance of the structures within the proposed Battle Creek Diversion area limits;andtheinterceptionandredirectionofflowsfromthebasinabove gh¥s Bivcskes"sne >FSOh ae: "a Teyeee¢ase”.pn me ea ne Aes a VW Innovating Today for Alaska's Tomorrow tn ett ae ee ree oe R&M CONSULTANTS,INC.| ee en ee ene ee mere the existing East Fork of the Upper Battle Creek Diversion. The project is currently near 95%design with USACE Section 404 Permit preparation underway,and is being prepared for summer 2013 FERC review.|Contract Amount:$2,140,000 (to date)|Successes:This project demonstrates how a stream can be diverted from a remote area using surface conveyance consistent with operations ability to maintain without specialized equipment or contractors while benefitting both power production and downstream salmon habitat by diverting glacial water surplus to the needs of spawning and rearing salmonids.|How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement:The RUM team understands the existing facility and operation and how to perform field geotechnical,surveying and engineering in rugged,remote terrain.|FIRMS (Staff):R&M (Magee,Rast,Porter, Pintner,Robar,Arnett,Pendergast,Redick,Anderson,Parr,Wood);Hatch (Rutherford);MBA (Sordahl,Love);KAI (Marugame);Zonge (French); Estimations (Lavoie). Technical Reviews for Alaska DNR Dam Safety Program and Other Agencies |Charles Cobb,DNR 907.269.8636 Under a previous agreement with DNR,the R&M team provided input to the Guidelines for Cooperation with the Alaska Dam Safety Program,and reviewed technical portions of applications for Certificates of Approval to Construct,Modify, Repair,Operate,Remove or Abandon a Dam for water and mine tailings dams in support of the DNR's Dam Safety and Construction Unit.In addition to providing these services to DNR,R&M has provided reviews for FERC regulated dams at Bradley Lake,Terror Lake,Shotgun Lake,Swan Lake,Beaver Falls and Ketchikan Lakes.|Contract Amount:$87,800 |Successes: R&M was able to assure safety of dams in critical situations and provide inspection data for future programs.|How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement:R&M understands dam safety and stability requirements for safe operations,and DNR guidelines and regulations for state jurisdictional dams.|FIRMS (Staff):R&M (Magee);HATCH (Rutherford). Bradley Lake Hydroelectric Project |Bryan Carey,AEA 907.771.3065 R&M was a sub-consultant with responsibility for geotechnical investigations and analysis,and surveying and mapping for the dam and powerhouse,and civil engineering design of the ancillary features.R&M also provided design support for the main dam,spillway and tunnel.The project included a concrete-faced,170'high rockfill dam with a 19,000'long power tunnel conducting water to an above-ground powerhouse with two Pelton turbine generating units,small diversion dikes and permanent maintenance facilities.|Contract Amount: $800,000 |Successes:The dam and support facilities were constructed successfully and have performed well since commissioning.|How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement:R&M understands dam requirements to maintain safe operations and FERC licensing.|FIRMS (Staff):R&M (Magee). we ne ee hecmee mm me re ee ee *Alaska Power Authority Risk Assessment Study |Bryan Carey, AEA 907.771.3065 R&M provided site and document review for geotechnical input to the risk assessment study for five major hydroelectricfacilitiesoperatedbyAEA.The sites included Solomon GulchHydroelectricPlant(Valdez),Swan Lake Hydroelectric Plant (Ketchikan),Tyee Lake Hydroelectric Plant (Wrangell),TerrorLakeHydroelectricPlant(Kodiak Island),and the Anchorage-Fairbanks Intertie (Willow to Healy).The geotechnical aspects included such potential hazards as:landslides,slope and rock instability,earthquakes,subsidence,avalanches,volcanic eruption,permafrost,and flooding.This project involved site visits and a review of existing project documentation to summarize and provide input to site-specific risk concerns. |Contract Amount:$200,000|Successes:The study provide the framework for ongoing management of the Alaska Power Authority energy infrastructure program.|How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement:R&M has a complete understanding of FERC requirements for environmental and risk assessment.|FIRMS (Staff):R&M. Humpback Creek Hydroelectric Project Intake/Diversion Rehabilitation,Cordova Electric Cooperative |Clay Koplin, 907.424.5026 R&M,with support from Hatch and MBA,provided field studies, exploration,design development,FERC License amendment application support,construction bidding and management, and QA/QC of construction through completion and startup in order to restore the flood damaged Humpback Creek Project to full operational condition under the terms of the CEC FERC license.|Contract Amount:$4.3 million |Successes: R&M was able to restore a vital hydropower generation facility to full operation under very difficult remote site conditions while keeping CEC in compliance with FERC license for the Humpback Creek project.|How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement: R&M understands project development from site selection field studies and evaluation at inception through design development,FERC compliance,completion of construction and startup and the importance of inspection and acceptance and reporting required under the FERC license.|FIRMS (Staff):R&M(Rast,Magee,Pendergast,Pintner,Robar,Hetzel,Wood,Wariner);HATCH (Rutherford);MBA (Love,Sordahl). Bradley Lake:Battle Creek Permitting |Bryan Carey,AEA 907.771.3065 R&M's environmental and planning group has supported AEA since 2010 for the Battle Creek Diversion project.Beginning with water rights priority application in 2010,our services expanded in 2012 to include permitting field studies (land use, water use,historic properties,wetlands,etc).Since 2012,our focus has been on securing an amendment to the Bradley Lake Hydroelectric Project land lease (for inclusion of the Battle Creek project lands),moving forward with a gaging plan and VW Innovating Today for Alaska''s Tomorrow water rights adjudication,support of the FERC process and regulatory coordination,USACE wetlands permitting,and planning for storm water pollution prevention plan preparation for construction.|Contract Amount:$50,000 |Successes:The interplay between the water rights adjudication,land lease amendment,FERC timeline,and USACE wetlands permitting has been long and complex.R&M has successfully worked with AEA,DNR,USACE,our in-house design team,and the HDR regulatory team to move our efforts forward in spite ofcontinuousdelaysattheregulatoryagencies.We are close tocompletionofwaterrightsadjudication,wetlands permitting, and land lease amendment.|How this experience will help R&M perform on Bradley Lake Hydroelectric Project Term Agreement:Over the years,R&M's environmental group has become well-versed in the environmental and regulatoryaspectsoftheBradleyLakeHydroelectricProject.We havehadtheopportunitytointerfacewithJimThrall-the former primary regulatory coordinator for the project -and learn some of the more obscure elements affecting project compliance and reporting.|FIRMS (Staff):R&M (Rast,Magee,Pendergast,Redick). 7.Schedule Commitment As described in Section 2 Methods,John Magee will verifyscheduleoneachtaskorderwiththeAEAprojectmanager to ensure the annual DSSMR is submitted to FERC within the timeframe required by FERC and that all regulatory permits stay current.R&M will establish the schedule for special inspections and training at the beginning of each regulatory year and provide the resources to meet time commitments in other negotiated task orders.John will maintain continuous communication with the AEA Project Manager so there are no surprises in product deliverables and provide schedule/status updates monthly with invoices.R&M will provide schedule milestones for each task identifying timeframes for internal QA/QC and external AEA/HEA reviews,within the overall schedule for each NTP. 8.Alaska Bidder (Offeror)Preference R&M certifies we meet the requirements of AS 36.30.170(b): A)R&M holds a current Alaska Business License (#59775); B)This proposal is submitted under the name R&M CONSULTANTS,INC.,as appears on the firm's Alaska Business License; C)R&M has maintained a place of business in Alaska consistently since 1969;and D)R&M is incorporated to do business under the laws ofthe State of Alaska. Thank you for considering R&M's proposal. RFP NUMBER 2013-094-1 Bradley Lake Hydroelectric Project Engineering Term Agreement