Loading...
HomeMy WebLinkAboutSusitna Hydro Alaska Earth Sciences (AES) 2013STANDARD REEMENT FORM FOR PROFESS IAL SERVICES 1.Agency Contract Number 2.ASPS Number 3.Financial Coding 4.Agency Assigned Encumbrance NumberAEA-13-054 AEA-2014-0800-1715 ,TBD TBD 5.Contractor Email Address 6.Project(Case Number 7.Aiaska Business License Number Miohnson@alaskaeasthsciences.com N/A 300511 This contract is between the State of Alaska, 8. Alaska Energy Authority hereafter the Authority,and 9.Contractor Alaska Earth Sciences,Inc.hereafter the Cont Mailing Address :Street or P.O.Box City State ZIP+4 11401 Olive Lane Anchorage AK 99515 10. ARTICLE1.Appendices:Appendices referred to in this contract and attached to it are considered part of it. ARTICLE2.Performance of Service: 2.1 Appendix A (General Provisions),Articles 1 through 14,governs the performance of services under this contract. 2.2 Appendix B sets forth the liability and insurance provisions of this contract. 2.3 Appendix C sets forth the services to be performed by the contractor. ARTICLE3.Period of Performance:The period of performance for this contract begins March 5,2013 ,and ends February 28,2015,with the option to renewfor four additional 1-year periodsof performance ARTICLE 4.Considerations: 4.1 In full consideration of the contractor's performance under this contract,the State shafl pay the contractor a sum not to exceed $1,000,000.00 in accordance with the provisions of Appendix D. 4.2.When billing the State,the contractor shall refer to the Authority Number or the Agency Contract Number and send the billing to: 11. Alaska Energy Authority Mailing Address Attention: 813 West Northern Lights,Anchorage AK 99503 Accounts Payable 12.CONTRACTOR 14.CERTIFICATION:|certify that the facts herein and on supporting Name ofFirm documents are correct,that this voucher constitutes a legal chargemeoagainstfundsandappropriationscited,that sufficient funds areAlaskaEarthSciences,Inc.encumbered to pay this obkigation,or that there is a sufficient balance SignatureofAuthorized Representative Date knowingly make or allow false entries or alterations on a public1AtNA:2)Ss/(Ss record,or knowingly destroy,mutilate,suppress,conceal,remove or} in the appropriation cited to cover this obligation.1am aware that to aN F Authorized nDuve otherwise impair the verity,legibility or availability of a public recordTypedofPrintedNameo!riz +RepreseaieeRobertM.Retherford constitutes tampering with public records punishable under AS11.56.815-.820.Other disciplinary action may be taken up to andincludingdismissal.Title President 43.CONTRACTING AGENCY Signature of Head of Contracting Agency or Designee Date Date Alaska Energy Authority /3/s/13 MW.K a 3|,/13Signaturei//)NA Typgg/6r Printed Name0hyJayDrewry Typed or Prighéd Name of Projet Director Title Wayne Dyok Chief Procurement Officer Title Susitna-Watana Project Manager 02-093 (12/29/08) NOTICE:This contract has no effect until signed by the head of contracting agency or designee. SAF.DOC BACK 02-093 (12/29/08) APPENDIX A -GENERAL PROVISIONS Article 1.Definitions. 1.1.In this contract and appendices,"Project Director"or "Agency Head"or "Procurement Officer" means the person who signs this contract on behalf of the Requesting Agency and includes a successor or authorized representative. 1.2 "State Contracting Agency”or "Authority”means the Alaska Energy Authority (AEA)for which this contract is to be performed and for which the Authorized Designee acted in signing this contract. Article 2.Inspections and Reports. 2.1.The department may inspect,in the manner and at reasonable times it considers appropriate, all the contractor's facilities and activities under this contract. 2.2 The contractor shall make progress and other reports in the manner and at the times the department reasonably requires. Article 3.Disputes. Any dispute concerning a question of fact arising under this contract which is not disposed of by mutual agreement shall be decided in accordance with AS 36.30.620-632. Article 4.Equal Employment Opportunity. 4.1.The contractor may not discriminate against any employee or applicant for employment because of race,religion,color,national origin,or because of age,disability,sex,marital status,changes in marital status,pregnancy or parenthood when the reasonable demands of the position(s)do not require distinction on the basis of age,disability,sex,marital status, changes in marital status,pregnancy,or parenthood.The contractor shall take affirmative action to insure that the applicants are considered for employment and that employees are treated during employment without unlawful regard to their race,color,religion,national origin, ancestry,disability,age,sex,marital status,changes in marital status,changes in marital status,pregnancy or parenthood.This action must include,but need not be limited to,the following:employment,upgrading,demotion,transfer,recruitment or recruitment advertising, layoff or termination,rates of pay or other forms of compensation,and selection for training including apprenticeship.The contractor shall post in conspicuous places,available to employees and applicants for employment,notices setting out the provisions of this paragraph. 4.2 The contractor shall state,in all solicitations or advertisements for employees to work on State of Alaska contract jobs,that it is an equal opportunity employer and that all qualified applicants will receive consideration for employment without regard to race,religion,color,national origin, age,disability,sex,marital status,changes in marital status,pregnancy or parenthood. 4.3.The contractor shall send to each labor union or representative of workers with which the contractor has a collective bargaining agreement or other contract or understanding a notice advising the labor union or workers'compensation representative of the contractor's commitments under this article and post copies of the notice in conspicuous places available to allemployees and applicants for employment. 44 The contractor shall include the provisions of this article in every contract,and shall require the inclusion of these provisions in every contract entered into by any of its subcontractors,so that those provisions will be binding upon each subcontractor.For the purpose of including those provisions in an contract or subcontract,as required by this contract,"contractor”and "subcontractor”may be changed to reflect appropriately the name or designation of the parties of the contract or subcontract. 4.5 The contractor shall cooperate fully with State efforts which seek to deal with the problem of unlawful discrimination,and with all other State efforts to guarantee fair employment practices under this contract,and promptly comply with all requests and directions from the State Commission for Human Rights or any of its officers or agents relating to prevention of discriminatory employment practices. 4.6 cooperation in paragraph 4.5 includes,but is not limited to,being a witness in any proceeding involving questions of unlawful discrimination if that is requested by any official or agency of the State of Alaska;permitting employees of the contractor to be witnesses or complainants in any proceeding involving questions of unlawful discrimination,if that is requested by any official or agency of the State of Alaska;participating in meetings;submitting periodic reports on the equal employment aspects of present and future employment;assisting inspection of the contractor's facilities;and promptly complying with all State directives considered essential by any office or agency of the State of Alaska to insure compliance with all federal and State laws,regulations,and policies pertaining to the prevention of discriminatory employment practices. 4.7 Failure to perform under this article constitutes a material breach of contract. Article 5.Termination. The Project Director,by written notice,may terminate this contract,in whole or in part,when it is in the best interest of the State.The State is liable only for payment in accordance with the payment provisions of this contract for services rendered before the effective date of termination. Article 6.No Assignment or Delegation. The contractor may not assign or delegate this contract,or any part of it,or any right to any of the money to be paid under it,except with the written consent of the Project Director and the Agency Head. Article 7.No Additional Work or Material. No claim for additional services,not specifically provided in this contract,performed or furnished by the contractor,will be allowed,nor may the contractor do any work or furnish any material not covered by the contract unless the work or material is ordered in writing by the Project Director and approved by the Agency Head. Article 8.Independent Contractor. The contractor and any agents and employees of the contractor act in an independent capacity and are not officers or employees or agents of the State in the performance of this contract. Article 9.Payment of Taxes. As a condition of performance of this contract,the contractor shall pay all federal,State,and local taxes incurred by the contractor and shall require their payment by any Subcontractor or any other persons in the performance of this contract.Satisfactory performance of this paragraph is a condition precedent to payment by the State under this contract. Article 10.Ownership of Documents. All designs,drawings,specifications,notes,artwork,and other work developed in the performance of this agreement are produced for hire and remain the sole property of the State of Alaska and may be used by the State for any other purpose without additional compensation to the contractor.The contractor agrees not to assert any rights and not to establish any claim under the design patent or copyright laws.The contractor,for a period of three years after final payment under this contract, agrees to furnish and provide access to all retained materials at the request of the Project Director. Unless otherwise directed by the Project Director,the contractor may retain copies of all the materials. Article 11.Governing Law. This contract is governed by the laws of the State of Alaska.All actions concerning this contract shall be brought in the Superior Court of the State of Alaska. Article 12.Conflicting Provisions. Unless specifically amended and approved by the Department of Law the General Provisions of this contract supersede any provisions in other appendices.The contractor specifically acknowledges and agrees that provisions in any form contracts it appends hereto that purport to (1)waive the State of Alaska's sovereign immunity,(2)impose indemnification obligations on the State of Alaska that are not conditioned on legislative appropriation,or (3)seek to limit liability of the contractor for acts of contractor negligence,are expressly superseded by this contract and are void. Article 13.Officials Not to Benefit. Contractor must comply with all applicable federal or State laws regulating ethical conduct of public officers and employees. Article 14.Covenant Against Contingent Fees. The contractor warrants that no person or agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission,percentage,brokerage or contingent fee except employees or agencies maintained by the contractor for the purpose of securing business.For the breach or violation of this warranty,the State may terminate this contract without liability or in its discretion deduct from the contract price or consideration the full amount of the commission,percentage,brokerage or contingent fee. Article 15.|Contract Personnel The Authority reserves the right to approve or disapprove any change in the successful Offeror's project team members whose participation in the project is specifically offered in the proposal. Similarly,changes in the amount of participation by key project members will require AEA approval. This is to ensure that persons with vital experience and skill remain fully involved in the project. Requests for any change in contractor personnel shall be submitted in writing to the Authority for the Authority's review and sign-off before the change is made.Contractor personnel changes not approved by the Authority may be cause for the Authority to terminate the contract. Article 16 Subcontractors The Authority must approve the use or replacement of subcontractors.. Article 17 Contract Invalidation If any provision of the contract awarded as a result of this RFP is found to be invalid,such invalidation will not be construed to invalidate the entire contract. Article 18 Termination for Default If the Contractor refuses or fails to perform the work,or any separable part thereof,with such diligence as will ensure its completion within the written contracted time frame,the Authority may,by written notice to the Contractor,terminate the right to proceed with the work or such part of the work as to which there have been delays.This clause does not restrict AEA termination rights under the general contract provisions of Appendix A,which is attached to this RFP in the contract documents package. Article 19 Contract Changes During the course of performing the work required by this contract,the Contractor may be requested to perform additional work within the general scope of the contract. When additional work is required,the Project Officer shall send to the Contractor a description of the work to be accomplished and request that a proposal be offered within a given time period.No additional work shall commence by the Contractor without an approved written contract amendment by the Procurement Officer. Article 20 Confidentiality and Ownership of Documents Contractor agrees that all confidential information shall be used only for purposes of providing the deliverables and performing the services specified herein and shall not disseminate or allow dissemination of confidential information except as provided for in this section.The contractor shall hold as confidential and will use reasonable care (including both facility physical security and electronic security)to prevent unauthorized access by,storage,disclosure,publication,dissemination to and/or use by third parties of,the confidential information."Reasonable care”means compliance by the contractor with all applicable federal and state law,including the Social Security Act and HIPAA. The contractor must promptly notify the state in writing if it becomes aware of any storage,disclosure, loss,unauthorized access to or use of the confidential!information. Confidential information,as used herein,means any data,files,software,information or materials (whether prepared by the state or its agents or advisors)in oral,electronic,tangible or intangible form and however stored,compiled or memorialized that is classified confidential as defined by State of Alaska classification and categorization guidelines (i)provided by the state to the contractor or a contractor agent or otherwise made available to the contractor or a contractor agent in connection with this contract,or (ii)acquired,obtained or learned by the contractor or a contractor agent in the performance of this contract.Examples of confidential information include,but are not limited to: technology infrastructure,architecture,financial data,trade secrets,equipment specifications,user lists,passwords,research data,and technology data (infrastructure,architecture,operating systems, security tools,IP addresses,etc.). Article 21 Reimbursement to the Authority for Unacceptable Deliverables The Contractor is responsible for quality,occurrence and completion of all work identified by the contract.All work shall be subject to evaluation and inspection by the Authority at all times to assure satisfactory progress,to be certain that work is being performed in accordance with the contract specifications,terms and conditions,and to determine if corrections and modifications are necessary. Should such inspections indicate substantial failure on the part of the Contractor,the Authority may terminate the contract for default.Furthermore,the Authority may require the Contractor to reimburse any monies paid (pro rata based on the identified proportion of unacceptable products received)and any associated damage costs. APPENDIX B -INDEMNITY AND INSURANCE Article 1.Indemnification The Contractor shall indemnify,defend,and hold harmless the Authority from and against any claim of,or liability for,negligent acts,errors,and omissions of the Contractor under this contract.The Contractor shall not be required to indemnify,defend,or hold harmless the Authority for a claim of,or liability for,the independent negligent acts,errors,and omissions of the Authority.If there is a claim of,or liability for,a joint negligent act,error or omission of the Contractor and Authority,the indemnification,defense and hold harmless obligation of this provision shall be apportioned on a comparative fault basis.In this provision,"Contractor”and "Authority”include the employees,agents and other contractors who are directly responsible,respectively,to each.In this provision, "independent negligent acts,errors,or omissions”means negligence other than in the Authority's selection,administration,monitoring,or controlling of the Contractor and in approving or accepting the Contractor's work. Article 2.Insurance Without limiting Contractor's indemnification obligation,Contractor shall purchase at its own expense and maintain in force at all times during the performance of services under this contract 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 higher limits,the Authority shall be entitled to coverage to the extent of such higher limits.Certificates of Insurance must be furnished to the Procurement Officer prior to beginning work and must provide for a notice of cancellation,non- renewal,or material change of conditions in accordance with policy provisions.Failure to furnish satisfactory evidence of insurance or lapse of the policy is a material breach of this contract and shall be grounds for termination of the Contractor's services.For Contractor's services performed in Alaska,all insurance policies shall comply with,and be issued by insurers licensed to transact the business of insurance under AS 21. 2.1 Workers'Compensation Insurance:The Contractor shall provide and maintain,for all employees engaged in work under this contract,coverage as required by AS 23.30.045,and; where applicable,any other statutory obligations including but not limited to Federal U.S.L.& H.and Jones Act requirements.The policy must waive subrogation against the Authority and the State of Alaska 2.2 Commercial General Liability Insurance:covering all business premises and operations used by the Contractor in the performance of services under this contract with minimum coverage limits of $300,000 combined single limit per occurrence. 2.3 Commercial Automobile Liability Insurance:covering all vehicles used by the Contractor in the performance of services under this contract with minimum coverage limits of $300,000 combined single limit per occurrence. 02-093 B'(Rev.1-12) APPENDIX C -SCOPE OF WORK C.1 Overview The Alaska Energy Authority (AEA)is soliciting proposals from individuals or companies to provide Field logistic Support Services for the Susitna-Watana Hydroelectric Project for the 2013,2014,and 2015 field seasons with the option to extend as may be needed up to four additional one-year extensions,to assist with planning logistics support services for AEA to the construction phases of the project. This RFP is intended to result in AEA contracting with an individual or company with experience in planning,contracting,and providing field support in Alaska to assist AEA in coordinating the delivery of efficient and cost-effective logistic support for AEA contractors,staff,and other entities needing access and services near the dam site and in the study area. C.2 Tasks The Contractor's tasks are expected to include but necessarily be limited to the tasks identified below to provide support services for AEA's field operations.The work is expected to include off season planning,in season field support and contract administration.Specific tasks will be assigned and managed using the work order process defined in section 5. C.2.1 Project Planning (approximately October through April) e Coordinating with AEA contractors to determine field needs for planning purposes. e Development a logistics plan that includes: e Safety plan e Emergency Response plan e Helicopter Operations plan e Communications plan e Contingency plans e Estimates of resource needs,Helicopter usage,camp usage e Method for tracking field activities(I.E.a field calendar) e Develop a methodology and schedule for mobilizing personnel and equipment to the project site. e Determine the most cost-effective method of supporting engineering and environmental teams in the field. e Identify potential risks to the project schedule and budget. Identify opportunities for improvement to program efficiency and process methodology.\ e Assist in the development of cost estimates for support and transportation of field crews and equipment during project execution. e Assist with developing scopes of work and terms and conditions for bids and contracts. e Solicit and subcontract for specialty services as may be required.For example (Swiftwater training for AEA contractors field staff,rental of communications systems,or other services that may be necessary to facilitate field operations.) The above scope of work may change as the project advances and therefore will work closely with AEA''s Engineering,Environmental,Permitting,and Procurement Mangers during development of the field plan and cost estimates C.2.2 Project management services during the field season (approximately May through September) Coordinate logistical support of field crews working in the project area Managing AEA field contracts for: Lodging or Camp services for field crews at multiple remote base camp locations Field communications to include internet,phone,and VHF radio Transportation of field crews between the base camp and field locations. Delivery and storage of Aviation fuel Medical support (arranged via subcontract) Basic supervision of daily field,base camp,and aircraft activity Coordinate transportation of AEA contractor's staff from Anchorage,Fairbanks or other locations to the base camp(s). Minor expediting services or other services as needed. Dealing with special requests from contractors to facilitate operations. Assisting in adjusting contractor's field schedules impacted by field conditions. Coordinating emergency response efforts C.2.3 Administrative Support It is expected that the contractor will provide support for AEA in administering its contracts for support services which may include the following administrative tasks. e Contract compliance -Reporting to AEA staff issues that may arise in the field related to safety,compliance with contract terms or permits,and assisting AEA in resolving those issues in the field. Reporting on status of work,I.E.tracking helicopter hours,fuel usage,and camp/lodge usage. e Review of contractor billings to confirm billings consistent with actual usage for helicopters, fuel,lodging,and other field services. C.3 Deliverables Deliverables will be identified in each work order. C.4 Project Schedule It is anticipated that planning for the 2013 field season will begin immediately upon contract award. While some field work is being conducted in the winter,the bulk of field activity starting in May and running through September. The contractor will be expected to be available to assist with planning for the following field season from approximately October through April of each year the contract is in place. C.5 The Work Order Process The contractor is required to be available to complete assigned tasks.Work may be negotiated on a lump sum or an hourly rate with a not-to-exceed price per work order.It is AEA's intent to follow a process that will provide for a cost effective and efficient means to accomplish the work required. AEA will use the following work order assignment process: After identifying a need for a task AEA's Project Manager will submit a request to the contractor by e- mail or phone describing the task(s)to be completed.Each request will: e Identify the tasks to be completed. e Identify anticipated deliverables. e Provide a deadline for completion of the task(s). e Provide a deadline for submission of the work order proposal. Within the time frame identified in the work order request,the consultant will provide a written (e-mail may be sufficient)proposal that includes: e Concurrence with the plan and deliverables or an alternate plan and deliverables. e Estimated time involvement of key individual. e A list of any proposed subcontractors and the work they will be doing. e Provide a cost proposal to complete the work order that includes estimates of all labor, transportation,materials,and expenses to complete the project and fixed cost price or an estimated not-to-exceed price based on the number of hours for the project as proposed. Upon receipt of the proposal AEA will review the proposal with the contractor and either accept the proposal as offered or negotiate as needed to assure a mutual understanding of the work requested and resources needed to accomplish the necessary tasks. The final work order scope,terms,schedule,and cost will be agreed to in writing by both parties and AEA will issue a written notice to proceed (NTP)with the work order (by fax or e-mail). C.6 Other Terms and Conditions AEA may contract for similar services from other Contractors during the term of the agreement as may be required to accomplish the program objectives. The contractor will be excluded from reviewing documents where in the judgment of AEA there is an appearance or actual conflict of interest. The contractor will assign a lead Field Logistics Coordinator to assist and direct AEA contractors in the field within limits of delegated authorities.Those limits will be established in each NTP and AEA will inform its contractors and subcontractors regarding the limits and scope of the Field Logistics Coordinator. AEA intends to pay for all meals,lodging,and transportation required in coordinating remote operations under existing AEA contracts. APPENDIX D CONSIDERATION D.1.Contract Term D.1.1 The term contracts will initially be for approximately 2 years,starting in March 2013,with the option for the Authority to renew annually up to four additional one-year extensions through the start of construction subject to satisfactory performance and available funds.The contract may be extended for a final year,or longer,if needed for the purposes of completing work authorized under a previously awarded NTP.No work outside the scope of a previously awarded NTP will be undertaken during the final extension period. D.1.2 D.2D.21 D.2.2 D.2.3 D.2.4 D.3 D3.1 D.3.3 Any holding over of the contract,excluding any exercised renewal options,will be considered as a month-to-month extension,and all other terms and conditions shall remain in full force and effect and the Authority will provide written notice to the other party of the intent to cancel such month-to-month extension at least 30-days before the desired date of cancellation. Authorized Contract Limits The initial contract funding authorization under this contract is $1,000,000.However,the actual amount of funds to be spent under this contract will be based on the actual cost of work requested and the total of appropriations that are,or may become,available for the Susitna- Watana project. The Authority makes no guarantees as to any minimum or maximum award amounts under this contract and may choose to solicit sealed competitive proposals for similar work identified in this RFP outside the framework of the NTP process described in this RFP. The initial contract authorization will be based on the total amount of work we anticipate funding over the next two years.The dollar amount of the authorization under the contracts may be adjusted as needed,at any time during the term of the agreement and any subsequent renewals,to reflect available project funds and work that may be required. Price proposals and Notices-to-Proceed (NTPs)for this Agreement must conform to the Labor Rates,Indirect Cost Rate(s),Unit Prices,Fee/Profit Arrangements,Estimated Costs,and Price Caps contained in the Exhibits attached to this Contract. Labor Rates (Time and Expenses Method of Payment TIME &EXPENSES payments will be made according to the following: D3.1.1 Payments for TIME will be equivalent to the number of hours expended by each job classification multiplied by the applicable Billing Rate.Work will be performed by personnel with the lowest reasonable skill levels and hourly rates.Further,when performing work for which they are over qualified,individuals will charge time at rates equivalent to skill levels commensurate with the work they perform. 3.1.1.1.BILLING RATES are negotiated hourly labor rates which include compensation for all Costs (Direct Cost of Direct Labor and all Indirect Costs)plus Fee,except for allowable direct Expenses. 3.1.1.2 Time &Expenses Overtime shall be calculated at 1.5 times the base labor rate (DL &IDCR)and then the profit factor added. D3.2.1 Payments for Other Direct Costs (EXPENSES)will be made for actual substantiated costs that are directly chargeable to and necessary for performance of services assuming they are not recovered through the Indirect Cost Rate."Markup"of Expenses is prohibited. The contractors shall bill in accordance with the following loaded !abor rates for the individuals/and or positions noted: Key Staff Function Loaded Billing Rate David Redgrave Logistics Program Manager $125.00 Rick Harris Field Logistics Coordinator $90.00 Michelle Johnson Back up Field Logistics Manager $125.00 D.3.4 D.4D.4.1 D.4.2 D.4.3 D.5 D.5.1 D.6 D.6.1 D.6.2 D.7 Steve Smith Back Up Field Logistics Coordinator $90.00 Kevin Linn Back-up Logistics Program Manager $125.00 Kevin Linn Safety Manager $90.00 Michelle Johnson Administrative Support $75.00 Sherry Shimek Administrative Support $75.00 Kevin Gray Administrative Support $75.00 The contractor may request an adjustment to the Loaded Labor Rates provided they provide a 30 day notice to the Authority prior to any contract renewal date.Rate increases may not be more than 3%of the contract rate prior to renewal. Expenses General The Contractor will be reimbursed for actual substantiated expenses that are directly chargeable to and necessary for performance of services. Travel:Contractor's employees on travel status will be compensated for food and lodging expenses in accordance with the State of Alaska Admin Manual for Travel (AAM 60 Sections 200,220,240,250,and 260).In determining M&IE Rates contractors will use the XE schedules.A link to the State Travel Policy and Administrative Manual,AAM 60,can be found at: http://doa.alaska.gov/dof/manuals/aam/resource/60t.pdf A direct link to the State of Alaska Per Diem Rates as of 4/1/2012 can be found at http://doa.alaska.gov/dof/travel/resource/rates.pdf. The Contractor,at the Agency's discretion,may provide rental housing for personnel in Alaska; the contractor will be reimbursed direct costs related to the rental or at an approved rental rate as noted in D-1 if it is not for the exclusive use for this contract. Subcontracts:Subcontractor rates and fees will be negotiated by the prime contractor and subject to review by the Authority upon request and approved by the Authority upon award of an NTP.Subcontractor costs must be consistent with allowable costs and methods of payment provided in this contract unless otherwise specifically noted in the contractor's proposal and approved in advance by the Authority upon award of an NTP. Mark up The Authority will pay no mark up on direct expenses related to this contract. Non-Reimbursement The contractor will not be reimbursed for work that is not approved on a Notice to Proceed.All NTP/Work Orders must be signed by the Contractor,the Authority's Project Manager,and Procurement Officer,before they are considered approved. Unless the Contractor provides written notice to the Project Manager,all work being performed will be considered within the scope of the contract and NTP awarded.The Authority is not obligated to reimburse the Contractor for any work that is not approved in advance of an approved NTP/Work Order,NTP/Work Order amendment,or contract amendment unless prior written Authorization has been provided by the Procurement Officer. Requirements for Pricing Work Orders D.7.1 D.7.2 D.7.3 D.7.4 D.7.5 D.8 D.8.1 D.9 D.9.1. D.9.2. D.9.3 D.9.4 Work orders may be reimbursed on either a fixed price per tasks,cost plus fixed fee,or ona time and expenses basis with a fixed not-to-exceed limit.The basis of payment will be determined by the Authority based on the scope and nature of work to be accomplished. Work orders will be executed using the Authority's NTP/Work Order form and will be subject to the contract terms and conditions and the requirements included with the NTP/Work order. The total price for any work order will remain fixed for the duration of any work order unless there is a change in scope and the NTP/Work Order is amended to acknowledge the change in scope. Minor changes to scope,schedule,or line items within the overall budget of an authorized Work Order may be approved in writing by the Agency's Project Manager.A Work Order amendment is not required provided there is no change in the authorized Work Order total. The Contractor must submit a written request for any major changes to scope,schedule,or any changes to the authorized Work Order total and such changes will require a Work Order amendment. Unless the contractor provides written notice to the project manager,all work being performed in accordance with a work order will be considered within the scope of the NTP. Invoice Submission When billing the Authority,the Contractor shall use the NTP/Billing summary form,and follow the format requested by the Authority with appropriate back-up sufficient to document the expenditures are consistent with the contract and NTP/Work Order.Billings must be sent to Accounts Payable,Alaska Energy Authority,813 West Northern Lights Blvd.,Anchorage,AK 99503-2495. Payments The Authority intends to pay the contractor for services monthly in accordance with the contract rates,terms,and subsequent DO upon submission of an invoice from the contractor. Final invoices should be submitted within 30 days after completion of the field season. When billing the Authority,the Contractor shall refer to the Agency Contract Number and send the billing to Accounts Payable Department,AEA,813 West Northern Lights Blvd.,Anchorage, AK 99503-2495. No payment shall be made until the invoice has been approved and authorized by the Project Officer or designee.Under no condition will the Authority be liable for the payment of any interest charges associated with the cost of the contract. The Authority is not responsible for and will not pay any local,state,or federal taxes.All costs associated with the contract must be stated in U.S.currency.If a contractor is delinquent on payment of state taxes the payment terms under any NTP may be subject to review and approval by the Department of Revenue prior to award. DONC KE = @@==ENERGY AUTHORITY IMPORTANT NOTICE FOR REQUEST FOR PROPOSALS (RFP) AEA-2014-0800-1715 Field Logistics Coordinator for Susitna-Watana Hydroelectric Field program IMPORTANT If your company intends to respond to this Request for Proposals (RFP),you must provide the following information requested on this page and return it to us via e-mail or fax for your company to be included on our list of companies interested in this RFP. The Authority may provide periodic e-mail notices regarding addenda or clarifications regarding this solicitation to those companies on our list. All addenda and other notices will be posted and available on the State of Alaska on-line notice web site at:http://notes3.state.ak.us/pn It is the Respondent's responsibility to assure they have received and reviewed all addenda and notices related to the RFP. Please provide the following information by facsimile or e-mail to the contact below: Company Name Contact Name Company Address Telephone Number Fax Number E-mail Address Return to: Contact:Andrew Morton,Procurement Officer Alaska Energy Authority 813 West Northern Lights Blvd. Anchorage,AK 99503 FAX:(907)771-3044 Phone:(907)771-3990 E-mail:amorton@aidea.org RFP ISSUE DATE:January 24,2013 eee akenergyauthority.org! 813 West Northem Lights Boulevard Anchorage,Alaska 99503 1 907.771.3000 Toll Free (Alaska Onty)888.300.8534 F 907.771.3044 SECTION 1.INTRODUCTION AND INSTRUCTIONS 4 1.1 PURPOSE OF THIS REQUEST FOR PROPOSALS (RFP).........ccssccsscessecscsseescasessecesceeesceesacecsesenseenscesecereccecscceeeseecenonssonses 4 1.2 MINIMUM CONTRACTOR REQUIREMENTS TO RESPOND ....sscccccorsescssncecesnanececesseecensesesessnesecssnssceasstecesausceeonenssereesseseceees 4 1.3 CONFLICTS OF INTEREST ......:ccssssssssscsecsscsessnescecssssecescessesssesceesscecseseuccsssnesesessuecesseeesesesteccssseneecaccescsescesseessesensseseesnecerens 4 1.4 ISSUING OFFICE......ccccsscccssscssceessccesssessecccesensssccessnscecencesscessccevsensenenseecceseaneesseceaseenscenencecessenasacaeaeceseceeeecsecsseaaeaecesesesnee 4 1.5 MAILING ADDRESS AND DEADLINE FOR RECEIPT OF PROPOSALS .......cc.ccsesesscecsceesesssnccessecscsssnecseseccrsceseeesecsesneneesecess 4 1.6 QUESTIONS ABOUT THE RFP uu...sccessssscsecsseesesesssnssescseesscesssessecesscessssesesnsnssasesssessessesssesosssenssesssseesssosnasssessedesecenseneeees 5 1.7 LOCATION OF WORK.....cccccscssssssecssssesceceenseescssssesnecesscecceeecsessasesssscaceeennescusnessesenseeesessesecesnesevesceesecseceseeauseeensesseesessesces 5 1.8 FUNDING OF THE CONTRACT.....cccsssscsssssscssssnsseccesesnseccssssanseseesesssessueseavesescnneaceesseseneneseseuseseseccececssecssnecssssrsceesenseceseeees 5 1.9 PERIOD OF PERFORMANCE .......csssssssececcsessssnsessesnesecescuseeeeseceecsceccesenseenscanaceecensesensuesesesesessesuceceseseesscesesesossasaceccsoususesans 6 1.10 SOLICITATION AND ADVERTISING......cccsssecsessecsessscsscseessnecesseeescessetecsenteesessseseeseessesceeesessnnececeecescseucecssaceseatecsssenseeauaeeas 6 1.11.REFP/CONTRACT MANAGEMENT .......cccccsssssessecssstscssssccssceeessscsesenscseesssssesssneecesssssesenaeecessasessenaseceneasesseeseseutecsesseevesseeses 6 1.12 DEFINITIONS ...........cccsssccossscssccessssssscaceceesssceccessessrceeeseescoesecessennenecseuavsnseecesssceseceusucenesenssessecececesesesassessesssensnecsscscsneansees 6 SECTION 2.STANDARD PROPOSAL INFORMATION 6 2.1 PROPOSAL PREPARATION COSTS ...cccccccccssssseecssesssccessssnsececesssssnssecceessssneseeseesesnsusseeesceeesnneesscesossgensessesussnseceseuseeaeeecers 6 2.2 REQUIRED REVIEW -PROTESTS PRIOR TO AWARD.......c:cccsssscsssstecsscscessesscsessteecsseseceassaesessscseesensecceseesseneeeseeesesenenecees 6 2.3 QUESTIONS RECEIVED PRIOR TO OPENING OF PROPOSALS ..........-sccccscsssesseceeseceesccesenscsseeosaccnsesesscessseeescsseconsasenseseeaes 7 2.4 ADDENDA TO THE REP.........ccscsccsssccccccscncscceecesscseesnesssnnccnceueuussnancnssescesacceeesceucceuecenceeeseeneseceeeeeceesseessenesanenseucnansaaqasanenss 7 2.5 CORRECTION,MODIFICATION,OR WITHDRAWAL OF PROPOSALS .......ccsscssessecceessececsnsteevessccssssectecessuecsesescnenssavenceeeeouse 7 2.6 AUTHORIZED SIGNATURE /OFFEROR'S CERTIFICATION .......cssssccssesscssssccenseeesecnscsessteccessecesestceseeseseessseeesensessscceseesees 7 2.7 CONFLICT OF INTEREST -GENERAL........cccesscssstessccscseerecesseccssseseceesseceeseesecenseecseseessusneuecsenssesseseeeecsnesseresssesecssaseessacevsse 8 2.8 LICENSES .......cccscescoccccssssncsscacseeecsesescececseceesassnecscueaueusececcescceseceessesesessesseeseucdeesnsecsesstessasessesensssssssessneeaucsseceseesacecenseses 8 2.9 SUBCONTRACTORS ....cscccssscssssevsscssssseatecssseesnssececcecsssseesenecucesseusesseesesnseessateacescescessesaseneascevscssecavsuaesasseesscausesseguacessesaces 9 2.10 JOINT VENTURES .........ccsscessssccsvensssssecscsccessecsercesceseessnscessceecsceseveuseevsestessescesceseceeesesseesecceesesssssesseccnscascassnsasassvensgsssentes 9 2.11 DISCLOSURE OF PROPOSAL CONTENTS ......ssccssssccsssessseccesnseecsseseccssseceeseucessneseceenesesesseesessestersensecsusceecescessasseeseeseeceasances 9 2.12 MULTIPLE OR ALTERNATE PROPOSALS.......ccssscssscssscesccessscseseesssssesssansssaccaacccaucanscccnssacsscaecansenscsccesscesssersescssseseesseeseesese 9 2.13.RIGHT OF REJECTION ......ccecescsssccssssseccesenceesvenenssesseecsessensanseesnnseecsssecescsesseesaceseaneeesentseseeseaterseusecseseeeeeseesesseesessensenses 10 2.14 EVALUATION OF PROPOSALS ........cccsscsssssssccccccssesseceeessssnccecenccenscesscceseecccccescceenseeeseeesesesesessececessssesssssneesseecaccessscsssease 10 2.15 |ALASKAN OFFEROR'S PREFERENCE......ssccccsssccsesessccccecessusccssesssnccscecuenscececcensesensucssneeseucoecesssceseneaaucessecneaseusceseanseeecess 10 2.15.1 Qualifying as an Alaska Bidder/Proposer .....c.ccscccccccscssscscssssvevaetseeseescececaesaeseeaeeaevaetaseaeeaesaccaeseeeecsetneasensenses 10 2.16 PRICE PREFERENCES .........ssccssssccssessecesseccesnseceneccenscceensecsnstscensnsecessesessneeeceensecesaueesestuesessnnesscevtecseseesessuceeseenseseceseeseezes 10 2.16.1 Alaskan Bidder's Prefer evnce....ccccccccccsecescsssessssesessesetseesesessnecesascsnecsesacacessensessenaeacesaecaensesseeaeseecsenseaeerseeaessenes 11 2.16.2 Alaska Employment Program Preference.......ccsccccsscssccceccececseeeeisesececececseeeseaeesesaceaeeaesateasesccasececaseseaserseeesesenees I] 2.16.3 Alaskans with Disabilities Preference ...cccccccccsccsscsssesccessensecseceeseneeseeseessensesseeeseesceesseeusenseensesessaseasesaseaeeeneeeanas 1] 2.16.4 Employers of People with Disabilities Preference .......ccccccsssesscsessssessccensceessnscnssetesesseessteccaceeseeeeaeveesesaeecaeas ll 2.16.5 Certification of Qualification for Disability Preferences .....ccceccceccscsessesesetseustssseesteecseneseeeeecseccaeeseateesaeestaeeas 11 2.16.6 Alaska Veteran's Preferervice ...cccccccccscsscssseesesscsncesenscencesnsesessaneseenceeseeaeeseceeseeessaeeseeasensessesseseesensssesesesseesssess 11 2.17 PRICE EVALUATION FORMULA 2.18 |INTERVIEWS FOR CLARIFICATION 2.19 |DISCUSSIONS FOR BEST AND FINAL OFFERS 2.20 CONTRACT NEGOTIATIONS ......ccscsscssssccessescsnsecssreccenecesnteesensessenseccensecesnaecesssneesscessescncececeseucceseesessenesecestecesatecsssnseatense 2.21 FAILURE TO NEGOTIATE ..........0000 2.22 NOTICE OF INTENT TO AWARD 2.23.INFORMAL DEBRIEFING...........00 2.24 PROTESTS AFTER AWARD ....s.cccssscessecescestecssceesenseesaueesceesesaucessaneecsaseessasecessseesenseseasceesseneusesentecsesneecesseccenseesecseateseazees SECTION 3.STANDARD CONTRACT INFORMATION 13 3.1 CONTRACT INTENT .....ccssscssssssssessssesccsssnecessscessusesscescsacecuaceesssseesscssesaceseganeessseesassaesesenaeaseasneeseusnesesenasecesasesscceesseceuces 13 3.2 CONTRACT APPROVAL ..sssccsssssssasssscsecesssecssceessnsscsnsesssesseseseecssseeesseeeseaueeseouscessnssesnnaeesessuaececsucceaseuessesteceecsessscssasensuaees 13 33 STANDARD CONTRACT PROVISIONS -APPENDIX A AND APPENDIX B........ccsscccssscsssseeevsescecesscancestsceesssessssscesecsaseesces 13 3.4 STANDARD CONTRACT PROVISIONS -APPENDIX D........esscsecssscssscceescescesssscssceesseeeacsenesersaeesssessseessasesessssseseeesssscenees 14 3.5 PROPOSAL AS PART OF THE CONTRACT......:ccssscscsscessnsesssscssseecesseesecseececcnecessnecosssscossceasestscesessasecsesssessacesssuccssereceesees 14 3.6 ADDITIONAL TERMS AND CONDITIONS .......ccsssscscsssssecesstessssecocssscesssscssssacessescocsseccessseesesssscssscceeecsncsesssacesscssessessueesees 14 SECTION 4.BACKGROUND IN FORMATION 15 SECTION 5.SCOPE OF WORK 16 Table of Contents RFP 2014-0800-1715 Page 2 1/24/12 5.2 TASKS wocesscsesesessssssessssesvsssnesesseseseeessenssanecsssavsssassusssssssssessseecasecsceececouerenseesecceceesencoususasosssueeesesnsassaaessscestseceseeceneneneeese 16 5.2.1 Project Planning (approximately October through April)...cccccccccccccsscsscecseessceeeseeesseveeuenecessaeeeseseteeesneseranseeees 16 5.2.2 Project management services during the field season (approximately May through September)......0.0c..cc00 16 SECTION 6.PROPOSAL SUBMISSION FORMAT 18 6.1 INTRODUCTION ...cccscoosscessssecccesnccessscescecsscncesececeseeesecensesesecceceeuececesessauessea¢avensneseeseceensaeessecevessuceaeeeneneas 6.2 UNDERSTANDING OF THE PROJECT AND TIME COMMITMENT 6.3 PERSONNEL &FIRM QUALIFICATIONS AND EXPERIENCE.......sssccsssssccesesccessteceesucescencrecsnscsevsusceesescsecesceceesscscessecessaees 6.4 COST ...ccscscccsssssecssescresscsesesccccessceesssssessssesencensenessesesaeeecsasecensesssseeeseseeecsenescasnecesanauecensaceessaeecsestecseessscesensetsnssesssaceceannes SECTION 7.EVALUATION CRITERIA 20 7.1 EVALUATION PROCESS......ccsccssssecsssecssesstsetevsssssuecscecsnesceessnusecesesuaseecessspesesensveseusecescesssscnaasacsesesanaecssesceeseeneseseseesenaes 20 7.1.1 Confidentially of the Evaluation Process.......cccccceccsusssssestssesescsseseeetsensessetsssecesscacssceseessueeassaeassaeacesesenseaenaeaeersas 20 7.1.2 Procurement Officer Review ....ccccccccccscecssecssvseueesessesceceseseenevsseasusssseseeneessenscuavsecoesaeseasaesaesetaaesaceaeeaeeataceersaeeeecaees al 7.1.3 Conflict ofInterest REVICW ......c.cccsccec cscs ce est ceseeeceeteesasneesessesaseaesaessessesssesseessasseeesssassassacsseaesaeeesaaeeesenseesaneatsaceeeaees 21 7.1.4 Evaluation Committee Review .......ccccccccccccccccscccesccecescccsssccecesecessesssnssseessssseeseeecesscuscecssssssccsscsssessscessaesssesceesesteees 21 7.2 EVALUATION CRITERIA......ccssscssccstessessscseccsecencccsessscescencnscesccessseusraceesuscecseucesesceceacensessenecessessesacacessesessasseussessesecsescoess 22 7.2.1 20%UNDERSTANDING OF THE PROJECT AND TIME COMMITMENT........cccsccesssscceccsesesssrneecscseeenenecesecsessesscesesssscsessoese 22 7.2.3.30%QUALIFICATIONS AND RELEVANT EXPERIENCE OF FIRM AND PERSONNEL ........scsscesssssceceeeseecasscnsesseesesseeeensnes 22 T2ZA FOV COST....essccccsssssccssssesessssscessscesecsneessnnenesnanessneeesenaeessnesesseeesssaecessassaseaeesesnusesesseeceeseeesesuesscssetecsesstsesssevseensecseeseoses 22 7.2.5 73 STANDARD AGREEMENT FORM FOR PROFESSIONAL SERVICES 24 APPENDIX A -GENERAL PROVISIONS 25 APPENDIX A -SUPPLEMENTAL GENERAL PROVISIONS 27 ARTICLE 15.CONTRACT PERSONNEL .......ssecsssssccsssecseseecssssusscenssessscesscsessneeceessesessccesseesecsssceseeesssaseceeseeseccsssnsseesesseaccsessesses ARTICLE 16 SUBCONTRACTORS...cssssscssssssscrsecesseseseccsssnssecessnsesecescnnesceesssacesscesenscecestesssacsneeseseesavaneesecsecesneasacscecsruseceesenees ARTICLE 17 CONTRACT INVALIDATION.......ccccscesssssscsecsscececesecssessensnsececesscecescceeecessesseeseseessesceesesesececsessesssncacsessceesssesstasons ARTICLE 18 TERMINATION FOR DEFAULT ........cccssssssessenstcccssenteessessnscesssssnccceseessonseseecsescnneeecessesesceseeeevens ARTICLE 19 CONTRACT CHANGES......ccccccccccscsesesssssscccecsssceceessessessnsnnecscesscesssceeesceesesessecsccesecenesssceceaceseuces ARTICLE 20 CONFIDENTIALITY AND OWNERSHIP OF DOCUMENTS ARTICLE 21 REIMBURSEMENT TO THE AUTHORITY FOR UNACCEPTABLE DELIVERABLES APPENDIX B-INDEMNITY AND INSURANCE 29 ARTICLE 1.INDEMNIFICATION .......:cccsssscceseccereccessesecescnessseccosessessncesccesssesssesncessasscsensceescesseseesesecsesssaeenseeseneceseseseusesuessatessseses 29 ARTICLE 2.INSURANCE .......cccsssscsscsscesseccecsssssesececeescsossaesecesosessaasesseossssaassescesssessascssenssesseseoaecessesesereresesceesnssenesessssesassnasentteses 29 APPENDIX D CONSIDERATION (SAMPLE CONTRACT TERMS)30 D.1 CONTRACT TERM.......cccssscessccceececeseceecessececsnccnsceessccecncseerssceessserssadaeessceesssecessceeessoeseceesecesesessassesensssceseasseserenesesensessees D.2.AUTHORIZED CONTRACT LIMITS .......csssssssessesnesescencceceensccesessnseaeessnsnaseccsesaueeceseseusenecesesesusnsesseesenens D.3 LABOR RATES ...ccccsccscssssccescosecssensecescessseccesessnseeesessnseeccessectecseseeeesesessenseeceseseneceseeeseeeeeesecenseceseescasevene D.4 EXPENSES ....cccsccsescessscseeseneeeee D.5 MARK UP...cccccsscreececeeesssenceee D.6 NON-REIMBURSEMENT D.7 REQUIREMENTS FOR PRICING WORK ORDERS.......scssscssccesseeseceecessscenceseaceescesescssuseesncessscseeeessssesensesaees D.8 INVOICE SUBMISSION .....ccccccccssssctssssssccseccescecessssecesceesnessscessucceesuscceeseseseesecenscsneccencessceesssesensscasnassesseseusussessesstaeesseae D.9 PAYMENTS .....ccccssccsccccsnssssccccceeseesreseserecessnsnsecesceseeseeeseessenuseeeecessseeeseessuesaaenaaeccascceesensesceeesansaseesesssessenscessccacseacsanecens ATTACHMENT 1.MAP OF PROJECT AREA 33 RFP 2014-0800-1715 Page 3 1/24/12 |SECTION 1.INTRODUCTION AND INSTRUCTIONS 1.1 Purpose of this Request for Proposals (RFP) The Alaska Energy Authority (AEA)is soliciting proposals from individuals or companies to provide Field logistic Support Services for the Susitna-Watana Hydroelectric Project for the 2013,2014,and 2015 field seasons with the option for four one-year period of performance extensions,to assist with planning logistics support services for AEA to the construction phases of the project. This RFP is intended to result in AEA contracting with an individual or company with experience in planning,contracting,and providing field support in Alaska to assist AEA in coordinating the delivery of efficient and cost-effective logistic support for AEA contractors,staff,and other entities needing access and services near the dam site and in the study area. 1.2 Minimum Contractor Requirements to Respond Offerors interested in responding to this request must meet the following minimum requirements..The Offeror must: 1.Have an Alaskan Business License. 2.Have demonstrated experience in setting up and providing logistic support services in remote areas in Alaska similar in size and complexity to the anticipated 2013 -2015 Susitna Watana Hydroelectric project field program. 1.3 Conflicts of Interest To avoid any conflicts of interest,or any appearance of conflict,the company selected to do the work required by this RFP will not eligible to participate as either a prime contractor or subcontractor providing helicopter,communications,field camp or lodging services,or any other major contracts they may be required to assist in scoping out for the Authority.Offeror's that identify potential conflicts of interest with existing clients may still be considered for award provided the proposals submitted address all other requirements of the RFP. 1.4 Issuing Office Physical and Mailing Address:Contact:Andrew Morton,Procurement Officer Alaska Energy Authority (AEA)Telephone:(907)771-3990 813 West Northern Lights Blvd E-mail:amorton@aidea.org Anchorage,AK 99503 One (1)free RFP,with associated contract documents,may be picked up or requested from the issuing office during the regular work hours of 8:00 a.m.to 12:00 noon and 1:00 p.m.to 5:00 p.m.,Monday through Friday excluding state holidays. AIDEA/AEA assumes no liability for incorrect addresses or delivery of RFP packages by public or private carriers. 1.5 Mailing Address and Deadline for Receipt of Proposals -Offerors must submit four (4)hard copies of their proposal and one electronic copy in PDF or MS Word format on a CD or USB drive to the Issuing Office,in a sealed envelope(s)clearly labeled and marked as a proposal in a manner noted below to avoid premature opening by staff: RFP 2014-0800-1715 Page 4 1/2412 From:Offeror's Return Address To:Alaska Industrial Development and Export Authority Alaska Energy Authority 813 West Northern Lights Blvd. Anchorage,AK 99503 ATTN:Andrew Morton TITLE:RFP AEA-2013-045,Remote Camp Services for the 2013 Field Season DUE:February 14,2013 2:00 p.m. Proposals must be received in writing at the AEA office,no later than 2:00 p.m.,(Alaska Standard Time)February 14,2013.Failure to meet the deadline will result in disqualification of the proposal without review. 1.6 Questions about the RFP Any technical or procedural questions regarding the RFP or contractual documents should be directed to the Procurement Officer.All questions,that require clarification or interpretation of this RFP,which cannot be answered by careful review of the document,must be received in writing at the issuing office address before the due date for proposals.The Procurement Officer will respond in writing if the question cannot be answered by directing the Offeror to the appropriate section of the RFP.Copies of any written response to questions will be made available to all parties that receive the RFP. Any technica!or procedural questions or correspondence concerning protest of the intent to award of a contract (See Section 2.24)should be addressed to: Andrew Morton,Procurement Officer Alaska Energy Authority 813 West Northern Lights Blvd. Anchorage,AK 99503 Phone:(907)771-3990 E-mail:amorton@aidea.org 1.7 Location of Work Field work will be conducted in accordance the 58 Revised Study Plans Filed with FERC and field work associated with engineering studies up and down the Susitna River.AEA is contracting for remote field camp(s)or lodges within a 10-mile radius of the proposed Susitna-Watana dam site at river mile 184 to provide field support and facilitate helicopter access for AEA field teams conducting environmental and other work on the project and surrounding area.(See Map Attachment A).It is anticipated that most of the planning effort addressed in this RFP will take place in AEA offices in Anchorage,with field support during the field season 1.8 Funding of the Contract The legislature provided a $65 million capital appropriation to fund the Susitna-Watana Hydroelectric Project in FY2012 and FY 2013 which includes funds for all staff,contractors,and expenses.This contract is anticipated to be funded from that appropriation and the proposed appropriation from the FY2014 budget of $95.2 million. The actual amount of the contract will depend on availability of funds and the estimated total cost for work orders.The initial Contract Authorization will be based on the AEA and the contractor's total estimate of cost for the first 2 years and may be adjusted as needed during the contract term to reflect the actual cost of work-orders/NTPs issued. RFP 2014-0800-1715 Page 5 1/24/12 All work past 2014 will be subject to legislative approval of appropriations to continue with the project and AEA receiving a FERC license to proceed with the construction phase of the project. 1.9 Period of Performance The initial period of performance will be approximately 2 years with the option to renew for 4 additional one-year extensions to the period of performance to assist with pre-construction planning as may be required.The initial period of performance is expected to be from February 2013 through December 2014.The contract may be extended annually as needed to provide logistic advisory services through the start of the construction phase of the Susitna-Watana project subject to availability of appropriations and AEA receiving a FERC license. 1.10 Solicitation and Advertising In accordance with 2 AAC 12.220 notice of this solicitation for proposals is being published on the State of Alaska website at State.ak.us under Online Public Notices.Notices may also be sent to selected vendors whom AEA believes may be capable of responding. 1.11.RFP/Contract Management The Executive Director of the Authority,or her designee,must approve the contract and any amendments prior to execution. The AEA Procurement Officer,as referenced in this RFP,is the person responsible for conducting the solicitation and overseeing the work of the Project Officer and Evaluation Committee to assure compliance with state procurement policy and AEA guidelines,making determinations with respect to a protest or claim as required by law,and final review and approval of the contract. The AEA Project Officer will participate in the evaluation of proposals,make recommendations for negotiations,and negotiate the final terms and conditions of the contract,subject to the Procurement Officer's approval.The Project Officer is also responsible for contract administration that includes reviewing proposals for changes,approving invoices and deliverables,and evaluating performance. 1.12 Definitions For the purposes of this RFP and any resulting contract,the following definitions apply: e "State”would be taken to mean AEA as an entity of the State or other departments within the State depending on the context of the clause. e "AEA”or "Authority”refers to the Alaska Energy Authority,a separate corporation as defined by AS 44.83.020. SECTION 2.STANDARD PROPOSAL INFORMATION 2.1 Proposal Preparation Costs The Authority will not pay any cost associated with the preparation,submittal,or presentation of any proposal. 2.2 Required Review -Protests Prior to Award Offerors must carefully review the RFP for defects and questionable or objectionable material.Such defects must be reported to the Procurement Officer at the issuing office in writing and received prior to the deadline for receipt of proposals.This will allow sufficient time for the Procurement Officer to issue an amendment,if one is required;and it will help prevent the evaluation of proposals based on a defective RFP.Protests based on an omission,error,or the content of the RFP,will be disallowed if notice of the defect is not made as set out above. RFP 2014-0800-1715 Page 6 1/24/12 AS 36.30.560-565,provides that an interested party may protest alleged improprieties or ambiguities in a solicitation.If a potential Offeror wishes to protest the alleged improprieties or ambiguities in this RFP, the protest must be received by the Procurement Officer in writing at least ten days prior to the deadline for receipt of proposals.The protest must include the same information noted in Section 2.24,Protests after the Award.Protests based on alleged improprieties or ambiguities in the RFP,will be disallowed if notice of the defect is not made as set out above. 2.3 Questions Received Prior to Opening of Proposals All questions must be addressed to the Procurement Officer.Two types of questions generally arise. One may be answered over the telephone by directing the questioner to a specific section of the RFP. Other questions may be more complex and may require a written amendment to the RFP.The Procurement Officer will make that decision.The interested party must confirm telephone conversations that involve complex questions by following up in writing. 2.4 Addenda to the RFP Addenda may be issued at the Authority's option.However,no oral change or interpretation of any provision contained in this RFP made by any employee or representative of the Authority at any time during the solicitation process should be construed by an Offeror as either an addition or change to the RFP.Written addenda will be issued when changes,clarifications,or amendments to this RFP are deemed necessary by the Procurement Officer. All addenda and other notices will be posted and available on the State of Alaska on-line notice website at: http://notes3.state.ak.us/pn An interested Offeror may request modifications to the scope,specifications,deadlines,or administrative requirements.Final acceptance or denial of any request is the decision of the Procurement Officer.Failure of the Procurement Officer to respond in writing to a request for addenda to the RFP shall be considered a rejection of the request. It is the Offeror's responsibility to assure they have received and reviewed all addenda and notices related to the RFP._--Proposals that fail to address material requirements in any addenda may be rejected as non-responsive. 2.6 Correction,Modification,or Withdrawal of Proposals A proposal may be corrected,modified or withdrawn by providing a written request from an authorized agent of the Offeror to the Procurement Officer before the time and date set for receipt of the proposals. After proposals are opened,modifications may be allowed prior to completion of the evaluation process if the Evaluation Committee determines that it is in the best interest of the Authority to solicit modifications or best and final offers.Modifications to proposals or best and final offers will be solicited in accordance with AS 36.30.240 and 2 AAC 12.290.The apparent successful Offeror may be requested to modify or correct his proposal during contract negotiations to the extent it is in the best interest of the State (2 AAC 12.315). 2.6 Authorized Signature /Offeror's Certification Proposals must be signed by an individual authorized to bind the Offeror to its provisions.By their signature the Offeror is: 1.Certifying the proposal is valid for at least ninety (90)days from the proposal receipt deadline. 2.Certifying compliance of ail terms and conditions set out in this RFP. RFP 2014-0800-1715 Page 7 1/24/12 3.Certifying under penalty of perjury the price submitted was independently arrived at without collusion. 4.Certifying compliance with:1)the laws of the State of Alaska;2)the applicable portion of the Federal Civil Rights Act of 1964;3)the Equal Employment Opportunity Act,the Americans with Disabilities Act (ADA)and the regulations issued there under by the federal government; 5.Certifying the Offeror is not established and headquartered or incorporated and headquartered in a country recognized as Tier 3 in the most recent United States Department of State's Trafficking in Persons Report.(Ref 2 AAC 12.725) The most recent United States Department of State's Trafficking in Persons Report can be found at the following website:http:/Avww.state.gov/g/tip/ lf any Offeror fails to comply with the above certification requirements,the Authority reserves the right to disregard the proposal,terminate the contract,or consider the contractor in default. 2.7 Conflict of Interest -General Each proposal shall include a statement indicating whether or not the firm or any individual working on the contract has a possible conflict of interest.If there is a conflict of interest or appearance of such a conflict,a brief description of the nature of the conflict must be included in the statement.The Authority will evaluate the nature of the conflict and the bidders'statement and make a determination whether in its'opinion a conflict of interest exists.This decision shall be made solely in AEA's best interest.If the Authority determines that there is a conflict of interest,the offer shall be determined to be nonresponsive.If a conflict of interest is discovered after contract award,the Authority,after review of the facts surrounding the conflict,may terminate the contract. 2.8 Licenses All Offerors are required to hold a valid Alaska business license and the necessary applicable professional licenses required by Alaska Statute.For more information on these licenses,contact the Department of Commerce,Community,and Economic Development,Division of Occupational Licensing,P.O.Box D-LIC,Juneau,Alaska 99811.Telephone (907)465-2534, www.dced._state.ak.us/occ/ AS 36.30.210(a)requires that Offerors submit evidence of a valid Alaska business license when submitting offers in response to proposals.If evidence of a valid Alaska business license is not submitted with the proposal,the Offeror's proposal will be rejected as nonresponsive. Acceptable evidence that the Offeror possesses a valid Alaska business license may consist of any one of the following: a.acopy of the Alaska business license; b.acertification by the Offeror in the proposal that the Offeror has a valid Alaska business license with the license numbers included in the proposal; c.acanceled check for the Alaska business license fee; d.acopy of the Alaska business license application with a receipt stamp from the State's business license office;or e.asworn notarized affidavit that the Offeror has applied and paid for the Alaska business license. Proposals submitted by joint ventures are required to have a license in the name of the joint venture. The business licenses should be in the name of the Offeror,unless otherwise required by the Department of Commerce,Community,and Economic Development. RFP 2014-0800-1715 Page 8 1/24/12 2.9 Subcontractors The Offerors may subcontract portions of the project tasks.Offerors will be required to submit the names and addresses of all subcontractors and the type and percentage of work they will be providing. The successful contractor must supply proof of appropriate subcontractors'Alaska business licenses for those businesses that will be doing work inside Alaska,within a reasonable time,after the Notice of Intent to Award is issued according to AS 36.30.210(a). If the successful contractor proposes to accomplish more than 50%of the work through subcontractors, they must provide a written statement that they are not operating as a joint venture with the other contractors and will be solely responsible for all work products,profits,and losses,as they relate to the performance of this contract.Failure to provide this statement may result in the proposal being declared a "joint venture"proposal for the purpose of calculating the Alaska Proposer's preference. 2.10 Joint Ventures Joint Venture proposals will be accepted for the performance of this contract.However,the joint venture must obtain an Alaska business license prior to submitting their proposal as required by Alaska Law. 2.11.Disclosure of Proposal Contents All proposals and related documents submitted in response to this RFP are considered public documents and subject to AS 40.25. However,AS 36.30.230,requires the Procurement Officer open proposals so as to avoid disclosure of contents to competing Offerors during the process of negotiations.All proposal information will be kept confidential until the Notice of Intent to Award is issued. AS 36.30.230 also provided to the extent the Offeror designates and the Procurement Officer concurs, trade secrets and other proprietary data contained in proposals may be considered confidential.Any information and documents the Offeror considers is proprietary or a trade secret must be clearly marked "Confidential”in the proposal and include a brief statement as to the need for confidentiality. The Authority will follow the process identified under 7.1.2 in reviewing any request that information be considered confidential. Offerors are advised that it is the Authority's position that the cost information provided in response to this solicitation is not considered proprietary and the Authority will not sign any Offeror's non-disclosure agreement. The contract files will include a copy of each proposal submitted and will be open to reasonable inspection by the public.(Ref AS 36.30.510.)Information that the Procurement Officer concurs is confidential will be kept in a sealed envelope with the contract file. All proposals and material submitted become the property of the Authority and may be returned only at the Authority's option. One copy of each proposal submitted will be kept on file by the Authority for a minimum of two years. The successful proposal will be kept on file for the duration of the contract plus seven years. 2.12 Multiple or Alternate Proposals In accordance with 2 AAC 12.830,multiple or alternate proposals may be considered responsive and will be evaluated separately. RFP 2014-0800-1715 Page 9 1/24/12 2.13 Right of Rejection Offerors must comply with all of the terms of the RFP,with AS 36.30,the State Procurement Code,and all applicable local,state,and federal laws,codes,and regulations. The Procurement Officer,based on recommendations of the Evaluation Committee,may reject any proposals that do not comply with all of the material and substantial terms,conditions,and performance requirements of the RFP. Minor informalities,that do not affect responsiveness;that are merely a matter of form or format;that do not change the relative standing or otherwise prejudice other offers;that do not change the meaning or scope of the RFP;that are trivial,negligible,or immaterial in nature;that do not reflect a material change in the work;or,that do not constitute a substantial reservation against a requirement or provision;may be waived by the Procurement Officer. AEA reserves the right to reject all proposals if it is determined that award would not be in the best interest of the Authority in accordance with AS 36.30.350.If all proposals are rejected,they will be returned in accordance with AS 36.30.230(B). 2.14 Evaluation of Proposals All responsive proposals received will be reviewed and evaluated by a committee that will be made up of the Authority's representatives or staff.Other representatives may be added as appropriate, provided the Evaluation Committee is made up of at least the designated Procurement Officer and two Authority employees in accordance with 2 AAC 12.260.Each member shall exercise independent judgment and no member's vote or score will be weighted more than any other.The evaluation will be based on the evaluation factors set out in Section 7 of this RFP. 2.15 Alaskan Offeror's Preference 2 AAC 12.260 (e)provides an Alaskan Offeror's a 10 percent overall evaluation point preference. Alaska bidders,as defined in AS 36.30.170,are eligible for the preference.This preference will be added to the overall evaluation score of each qualified Alaskan Offeror.Each qualified Alaskan Offeror will receive 10%of the total available points,added to their evaluation score,as a preference. 2.15.1 Qualifying as an Alaska Bidder/Proposer AS 36.30.170 describes an Alaska bidder as a person who: [a]Holds a current Alaska business license; [b]Submits a proposal for services under the name as appearing on the person's current Alaska business license; [c]Has maintained a place of business within the state staffed by the Offeror or an employee of the Offeror for a period of six months immediately preceding the date of the RFP; [d]Is incorporated or qualified to do business under the laws of the state,is a sole proprietorship and the proprietor is a resident of the state,or is a partnership and all partners are residents of the state;and [e]If a joint venture is composed entirely of ventures that qualify under [a]through [d]of this subsection,if applicable,refer to 2.11. It is the responsibility of the Offeror to include in their proposal,a statement of their qualification for the Alaska Bidder/Proposer preference. 2.16 Price Preferences What follows are references to preferences that may apply to certain Alaskan businesses when calculating the cost.If those Alaskan businesses qualify,the preference(s)will affect the evaluation of the price offered.These preferences are applied before the proposals are evaluated for cost. It is the Offeror's responsibility to state which preferences they qualify for in submitting their proposal. RFP 2014-0800-1715 Page 10 1/24/12 2.16.1 Alaskan Bidder's Preference 2.16.2 For the purpose of evaluating cost,Alaska bidders,as defined in AS 36.30.170,will receive a 5%Alaska bidder's preference as set out in 2 AAC 12.260 (d).This percentage will be deducted from the total cost of a qualified Alaskan bidder's proposal.The adjusted cost will be the price used when evaluating the cost criteria.It is the responsibility of the Offeror to include in their proposal a statement of their qualification for the Alaska Bidder/Proposer preference. Alaska Employment Program Preference 2.16.3 If an Offeror qualifies for the Alaskan bidder preference,under AS 36.30.170,and is offering services through an employment program,as defined under 36.30.990(17),the price of the proposal may be reduced by 15%for evaluation purposes. Alaskans with Disabilities Preference 2.16.4 If an Offeror qualifies for the Alaska bidder preference,under AS 36.30.170,and is a sole proprietorship owned by a person with a disability,as defined in AS 36.30.170,the price of the proposal may be reduced by 10%for evaluation purposes. Employers of People with Disabilities Preference 2.16.5 If an Offeror qualifies for the Alaska bidder preference,under AS 36.30.170,and,at the time the proposal is submitted,employs a staff that is made up of 50%or more people with disabilities, as defined in AS 36.30.170,the price of the proposal shall be reduced by 10%for evaluation purposes. Certification of Qualification for Disability Preferences 2.16.6 The Division of Vocational Rehabilitation in the Department of Education maintains a list of Alaskan:[1]employment programs that qualify for preference,[2]individuals who qualify for preference as Alaskans with disabilities,and [3]employers who qualify for preference as employers of people with disabilities. As evidence of an individual's or a business'right to a certain preference,the Division of Vocational Rehabilitation will issue a certification letter.To take advantage of the employment program or disabilities preferences described above,an individual or business must be on the appropriate Division of Vocational Rehabilitation list at the time the proposal is opened and must provide the Procurement Officer a copy of their certification letter.Offerors must attach a copy of their certification letter to their proposal.The Offeror's failure to provide the certification letter mentioned above,with their proposal,will cause the Authority to disallow the preference. Alaska Veteran's Preference 2.17 If an Offeror qualifies under AS 36.30.175 Alaska Veteran's preference,a 5%preference [not- to-exceed $5,000]shall be applied to the offer.In order to qualify Offeror shall submit either a DD Form 214 or a NGB Form 22 discharge certificate with their bid or proposal. Price Evaluation Formula The distribution of points based on price will be determined per AS 36.30.210,.250,and 2 AAC 12.260(d).The lowest priced proposal will receive the maximum number of points allocated to price using the methodology defined in Section 7. Price proposals from qualified Alaskan Offerors or Offerors entitled to other preferences documented in Section 2.16 will be reduced by the appropriate percentage prior to scoring price.Reference 2 AAC 12.260 (d). See Section 7 for additional Price evaluation criteria. RFP 2014-0800-1715 Page 11 1/242 2.18 Interviews for Clarification The Evaluation Committee may require Offerors to provide clarification of certain points in their proposals prior to completion of the evaluation process.The purpose of these interviews is to ensure that the Evaluation Committee has a more complete understanding of the Offeror's proposal.Material changes to proposals or negotiations are not allowed in this process.Information requested for the purposes of clarification will be limited to verification of statements made in the Offeror's proposal.All Offerors will be given similar opportunities,as required,for clarification.Interviews will be conducted in such a manner that information derived from competing Offerors is not disclosed.Interviews will be scheduled at the convenience of the Issuing Office.AS 44.62.310,does not apply to meetings with Offerors conducted under this section.Interviews may be conducted by teleconference. 2.19 Discussions for Best and Final Offers The Authority may require written or oral submittals from Offerors for the purpose of clarification in accordance with AS 36.30.240 and 2 AAC 12.290.The purpose of these submittals will be to ensure the Offeror has a full understanding of the requirements of the RFP.Discussions will be limited to sections of the RFP identified by the Evaluation Committee. Discussions,if held,will be with Offerors who have submitted a proposal deemed reasonably susceptible for award by the Evaluation Committee.Discussions would be after the Evaluation Committee has completed the preliminary evaluation of proposals.!f modifications are made as a result of these discussions they will be put in writing. Following discussions,the Evaluation Committee may set a time for best and final proposal submissions from those Offerors with whom discussions were held.Re-evaluation of the best and final proposals will be limited to the specific sections of the RFP opened to discussion by the Procurement Officer. 2.20 Contract Negotiations Upon completion of the evaluation process,contract negotiations will commence in accordance with 2 AAC 12.315.It is anticipated that all contract negotiations will be held at the Authority,813 West Northern Lights Blvd.,Anchorage,Alaska,or by teleconference. 2.21 Failure to Negotiate If the selected Offeror fails to provide the necessary information for negotiations in a timely manner, negotiate in good faith,or cannot perform a substantial portion of the contract within the amount of budgeted funds available for the project,the Authority may terminate negotiations and negotiate with the next highest ranked contractor,or terminate the award of the contract. 2.22 Notice of Intent to Award After completion of the evaluation process and contractor negotiations,the issuing office will issue a Notice of Intent to Award to all Offerors.This notice will contain the names and addresses of all the Offerors including the intended recipient of the contract. 2.23 Informal Debriefing Any unsuccessful Offeror may request and receive an informal debriefing either ten (10)working days after the Notice of Intent to Award is mailed out or,if there is a protest,upon completion of the protest process.The debriefing shall be limited to the Offeror's proposal,concentrating on the areas considered deficient or inferior.The merits of other proposals will not be discussed.A formal review may be requested by writing to the Procurement Officer at the Issuing Office address. RFP 2014-0800-1715 Page 12 1/24/12 2.24 Protests after Award In accordance with AS 36.30.560,an interested party may protest an award of contract or the proposed award of a contract,or a solicitation by an agency.The protest shall be received in writing at the address below within ten (10)calendar days after the Notice of Intent to Award is issued. Andrew Morton,Procurement Officer Alaska Energy Authority 813 West Northern Lights Anchorage,AK 99503 Phone:(907)771-3990 The protest must include the following information: The name,address,and telephone number of the protester; The signature of the protester or the protester's representative; identification of the contracting agency and the solicitation or contract at issue; A detailed statement of the legal and factual grounds of the protest,including copies of relevant documents;and 5.The form of relief requested.BWN>Protests filed by e-mail without a signature are not acceptable.Fax copies of the protest containing a signature or scanned e-mail attachments with a signature are acceptable. All Offerors will be notified of any protest.Review of protests,decisions of the Procurement Officer, hearings and appeals will be conducted in accordance with AS 36.30,the State Procurement Code. |SECTION 3.STANDARD CONTRACT INFORMATION 3.1 Contract Intent The contract is intended to provide AEA and its contractors working on the Susitna-Watana Hydroelectric Project,logistics,field support,and field contract administration during the 2013 and 2014 field season with the option to extend as needed for an additional four,one-year extensions subject to legislative appropriations and approval by FERC to proceed with the construction phase of the project. 3.2 Contract Approval This RFP does not,by itself,obligate AEA.The Authority's obligation will commence when the Executive Director of the Authority,or the Executive Director's designee,approves the contract and issues an NTP for work.Upon written notice to the Contractor,the Authority may,if it wishes,set a different starting date for the contract.AEA will not be responsible for any work done by the Contractor, even work done in good faith,if it occurs prior to the contract start date set by AEA. 3.3 Standard Contract Provisions -Appendix A and Appendix B The Offeror must commit to comply with the standard contract provisions set out in Appendix A and Appendix B.(Attached to this RFP)Objections to any of the provisions in Appendix A or Appendix B must be set out in the Offeror's proposal.The Authority will not consider alternations to any of the standard terms of Appendix A or Appendix B if the Offeror fails to include their objections with their proposal. No alteration of these provisions will be permitted without prior written approval from the Department of Law and the State of Alaska Division of Risk Management with regard to Appendix B. The State reserves the right not to award a contract to an otherwise most qualified Offeror who will not agree to all the standard terms and conditions of Appendix A and Appendix B2. RFP 2014-0800-1715 Page 13 1/24/12 3.4 Standard Contract Provisions -Appendix D Unless otherwise noted their proposal it is expected that Offeror agrees to and will comply with the payment terms and conditions referenced in this RFP as Appendix D Consideration Sample Contract terms.Objections to any of the provisions in this Appendix must be set out in the Offerors proposal. 3.5 Proposal as Part of the Contract All or part of the final proposal may be incorporated into the final negotiated contract. 3.6 Additional Terms and Conditions Appendix A Supplemental General Provisions (Attached to the RFP)will be incorporated into the final contract award along with other terms and conditions identified in the Scope of Work. AEA reserves the right to include additional terms and conditions during the contract negotiations. These terms and conditions must be within the scope of the original RFP and contract documents,and will be limited to cost,clarification,definition,and administrative and legal requirements. lf after award of a contract:1)a conflict arises between terms offered in contractor's proposal and the terms of the contract or RFP,the terms of the contract or RFP will prevail;and 2)the Authority's rights would be diminished as a result of application of a contractor's supplemental term or condition included in the contractor's proposal,the supplemental term or condition will be considered null and void. RFP 2014-0800-1715 Page 14 1/24/12 |SECTION 4.BACKGROUND IN FORMATION The Susitna-Watana Hydro is in the early phases of a long and complex federal licensing process under the Federal Energy Regulatory Commission (FERC).A major component of this phase involves the planning,review,approval and implementation of a Study Plan that addresses a number of areas related to the project.For details related to the study plans can be found at: http:/Awww.susitna-watanahydro.org/study-plan/ AEA,through its five prime contractors and multiple subcontractors began field work in 2012.To manage costs and coordinate services needed by each of its contractors AEA solicited and entered into one year contracts for helicopter services and lodges near the study area that could service 12 -25 field staff.AEA awarded contracts to Stephan Lake Lodge and Alpine Creek Lodge on the Denali Highway to provide meals and lodging services for the 2012 field season.AEA staff with assistance from a project contract position coordinated the logistic services with the contractors through the 2012 field season. Subject to continued legislative funding and approval of the study plans,AEA estimates having as many as 150 contractor staff in the field at one time working on the study plans and conducting geotechnical investigations at multiple locations within the study area for the 2013 and 2014 field season.As of January 2013,AEAis still working with the contractors on estimates as field plans have not yet been finalized for all study plans and geotechnical work for the summer of 2013. AEA currently has an RFP on the street for lodging/camp services for 2013 and 2014 and anticipates soliciting bids and proposals for helicopter support and other services in February. The goal of this RFP.is to establish contract with a firm who can assist AEA in planning,contracting, and coordinating field support services with AEA contractors and Susitna-Watana Hydro project program staff responsible for overseeing the environmental,geo-technical,and other studies that are anticipated to be carried out of the course of the next two field seasons.Subject to legislative funding and FERC approval the contract may be extended to provide planning and field support during the pre- construction and into the construction phase as may be required. RFP 2014-0800-1715 Page 15 1/24/12 |SECTION 5.SCOPE OF WORK 5.1 Overview The Alaska Energy Authority (AEA)is soliciting proposals from individuals or companies to provide Field logistic Support Services for the Susitna-Watana Hydroelectric Project for the 2013,2014,and 2015 field seasons with the option to extend as may be needed up to four additional one-year extensions,to assist with planning logistics support services for AEA to the construction phases of the project. This RFP is intended to result in AEA contracting with an individual or company with experience in planning,contracting,and providing field support in Alaska to assist AEA in coordinating the delivery of efficient and cost-effective logistic support for AEA contractors,staff,and other entities needing access and services near the dam site and in the study area. §.2 Tasks The Contractor's tasks are expected to include but necessarily be limited to the tasks identified below to provide support services for AEA's field operations.The work is expected to include off season planning,in season field support and contract administration.Specific tasks will be assigned and managed using the work order process defined in 5.5 §.2.1__Project Planning (approximately October through April) *Coordinating with AEA contractors to determine field needs for planning purposes. *«Development a logistics plan that includes: °Safety plan Emergency Response plan Helicopter Operations plan Communications plan Contingency plans Estimates of resource needs,Helicopter usage,camp usage e Method for tracking field activities(I.E.a field calendar) *Develop a methodology and schedule for mobilizing personnel and equipment to the project site. *Determine the most cost-effective method of supporting engineering and environmental teams in the field. ¢Identify potential risks to the project schedule and budget. ¢Identify opportunities for improvement to program efficiency and process methodology. *Assist in the development of cost estimates for support and transportation of field crews and equipment during project execution. ¢Assist with developing scopes of work and terms and conditions for bids and contracts. *Solicit and subcontract for specialty services as may be required.For example (Swiftwater training for AEA contractors field staff,rental of communications systems,or other services that may be necessary to facilitate field operations.)°°°°°oThe above scope of work may change as the project advances and therefore will work closely with AEA's Engineering,Environmental,Permitting,and Procurement Mangers during development of the field plan and cost estimates 5.2.2 Project management services during the field season (approximately May through September) °Coordinate logistical support of field crews working in the project area RFP 2014-0800-1715 Page 16 1/24/12 °Managing AEA field contracts for: «Lodging or Camp services for field crews at multiple remote base camp locations «Field communications to include internet,phone,and VHF radio *Transportation of field crews between the base camp and field locations. «Delivery and storage of Aviation fuel *Medical support (arranged via subcontract) °Basic supervision of daily field,base camp,and aircraft activity °Coordinate transportation of AEA contractor's staff from Anchorage,Fairbanks or other locations to the base camp(s). Minor expediting services or other services as needed. Dealing with special requests from contractors to facilitate operations. Assisting in adjusting contractor's field schedules impacted by field conditions. Coordinating emergency response efforts°°o°9°5.2.3 Administrative Support It is expected that the contractor will provide support for AEA in administering its contracts for support services which may include the following administrative tasks. *Contract compliance -Reporting to AEA staff issues that may arise in the field related to safety, compliance with contract terms or permits,and assisting AEA in resolving those issues in the field. «Reporting on status of work,I.E.tracking helicopter hours,fuel usage,and camp/lodge usage. *Review of contractor billings to confirm billings consistent with actual usage for helicopters,fuel, lodging,and other field services. 5.3 Deliverables Deliverables will be identified in each work order. 5.4 Project Schedule It is anticipated that planning for the 2013 field season will begin immediately upon contract award. While some field work is being conducted in the winter,the bulk of field activity starting in May and running through September. The contractor will be expected to be available to assist with planning for the following field season from approximately October through April of each year the contract is in place. 5.5 The Work Order Process The contractor is required to be available to complete assigned tasks.Work may be negotiated on a lump sum or an hourly rate with a not-to-exceed price per work order.It is AEA's intent to follow a process that will provide for a cost effective and efficient means to accomplish the work required. AEA will use the following work order assignment process: 1.After identifying a need for a task AEA's Project Manager will submit a request to the contractor by e-mail or phone describing the task(s)to be completed.Each request will: a.Identify the tasks to be completed. b.Identify anticipated deliverables. c.Provide a deadline for completion of the task(s). d.Provide a deadline for submission of the work order proposal. RFP 2014-0800-1715 Page 17 1/24/12 2.Within the time frame identified in the work order request,the consultant will provide a written (e-mail may be sufficient)proposal that includes: Concurrence with the plan and deliverables or an alternate plan and deliverables. Estimated time involvement of key individual. A list of any proposed subcontractors and the work they will be doing. Provide a cost proposal to complete the work order that includes estimates of all labor, transportation,materials,and expenses to complete the project and fixed cost price or an estimated not-to-exceed price based on the number of hours for the project as proposed.aos3.Upon receipt of the proposal AEA will review the proposal with the contractor and either accept the proposal as offered or negotiate as needed to assure a mutual understanding of the work requested and resources needed to accomplish the necessary tasks. 4.The final work order scope,terms,schedule,and cost will be agreed to in writing by both parties and AEA will issue a written notice to proceed (NTP)with the work order (by fax or e-mail). 5.6 Other Terms and Conditions 1 AEA may contract for similar services from other Contractors during the term of the agreement as may be required to accomplish the program objectives. 2 The contractor will be excluded from reviewing documents where in the judgment of AEA there is an appearance or actual conflict of interest. 3 The contractor will assign a lead Field Logistics Coordinator to assist and direct AEA contractors in the field within limits of delegated authorities.Those limits will be established in each NTP and AEA will inform its contractors and subcontractors regarding the limits and scope of the Field Logistics Coordinator. 4 AEA intends to pay for all meals,lodging,and transportation required in coordinating remote operations under existing AEA contracts. |SECTION 6.PROPOSAL SUBMISSION FORMAT 6.1 Introduction Include a Letter of Transmittal containing the complete name and address of the firm;name of the contact person for the proposal,mailing address,and telephone number;a statement indicating you meet the minimum requirements of section 1.2;a copy or reference to your Alaska Business License;a statement confirming that the proposal is valid for ninety (90)days from closing date for receipt of proposals and that you understand and comply with the certification requirements under 2.6;a statement,and proof,as appropriate,that your firm qualifies as an Alaskan vendor and any other applicable preferences in accordance with Section 2.16;and a statement with regard to any perceived or potential conflicts of interest with service camp providers,or helicopter operators,or other firms you be working with or directing on this project. include a title page showing:RFP # Firm's Name Date of Proposal Include a Table of Contents. 6.2 Understanding of the Project and Time Commitment RFP 2014-0800-1715 Page 18 1/24/12 Include a brief discussion of your understanding of the purpose and goals of this RFP and the proposed tasks and considerations.Include any assumptions you would bring to the table based on your previous experience. Also include a brief discussion of any potential problems you believe may be encountered in the performance of the contract and creative suggestions for addressing these problems.Include your expectations of the Project Manager,AEA,and other Contractors or entities that may be involved in this process. Describe the commitment your firm may be able to make to this project and the availability of key staff for planning and field support.Discuss any other work or project commitments that you have or may have during the 2013 and 2014 contract period. 6.3 Personnel &Firm Qualifications and Experience Include a statement of qualifications or resumes for key personnel designated to provide support for this project.At a minimum you should identify individuals who will be performing the following functions e Logistics Program Manager -to assist in logistics planning,contracting,pre-field coordination with contractors and AEA staff. e Field Logistics Coordinator -to coordinate remote logistics services with and for multiple contractors through AEA contracts. e Administrative Support -for providing document review and administrative support for the Logistics Program Manager and Field Logistics coordinator as may be required -May include expediting,communications support,and review of billings and reports. The proposal should detail specific qualifications and illustrate experience directly related to the proposed work.Describe any previous work performed on similar sized jobs;years of experience, individual's professional discipline or job classification relevant to this proposal,and any registrations, training,and other technical abilities that would assist in making the project a success. The statement of qualifications and experience should include: 1.The names of key persons listed above.The project manager must have at least five (5)years experience managing work as described in this RFP. 2.Documentation that the Offeror's key staff,to be assigned to this project,have experience in coordinating and providing support for field camps with multiple contractors. 3.Resumes that identify at least 3 previous employers or projects that individual has worked on including a description of their role in the project. 4.For each project or employer the response should identify the names of individuals,client and employer contact information;the name of the project that they worked on,and the specific role of the individuals on the project. Focus on the individual's specific duties and responsibilities and how past project experience and education is relevant to the proposed contract.If you propose to provide a lead and a back-up person provide information for both individuals. 6.4 Cost Offerors must provide the loaded rate for each of the key positions noted above based on the estimates indicated in the table below.Because most of the planning work will be out of Anchorage for the purpose of comparing costs offerors will also need to include any anticipated travel cost for the Logistics Program Lead to participate in meetings in Anchorage if they are not located in Anchorage. RFP 2014-0800-1715 Page 19 1/24/12 For the purposes of evaluating the impact of travel costs among competing Offerors,AEA is requesting that Offerors include in their cost proposal the cost for (5)meetings to participate in discussions with Project Staff in Anchorage.The actual number of in person meetings required in Anchorage over the term of the contract may vary. Offeror's outside of Anchorage should include cost for round trip transportation between Anchorage and the contractors home office;car rental for two days;one night of lodging;meals;and all other contractor other costs associated with traveling to participate in the meeting.Labor cost for the days for participating in the meetings should not be included in your travel costs. Labor cost related to travel should be listed separately as standby or travel labor hours. Your cost proposal should emulate the following example: Logistic Program Lead Cost Principle lead person name,Loaded Hourly Rate $X 500-hours =$XX.XX (1)Stand-by or travel hours =$XX.XX (1)Five trips at two days each for a total of 10 days, Including all transportation,meals &Per diem)................cececececceceeteeseeeneees =$XX.XX Field Logistics Coordinator May through September Field support staff names.Loaded Hourly Rate $X 960 hours _=$XX.XX Administrative Support Administrative support staff name Loaded Hourly Rate $X 200 hours =$XXXX (1)All travel and travel related expenses will be billed at cost with coach airfare only,no first class or business class.Lodging and meal expenses must be reasonable (refer to State of Alaska per diem information listed below).AEA will not pay for alcohol,valet parking or other expenses it considers to be exorbitant. Travel reimbursement will be based on actual travel costs in accordance with the State of Alaska Employee Travel Reimbursement Guidelines for exempt employees,reference Section 3,Standard Contract Information,3.7.1 Travel Reimbursement. Offerors should also provide a separate discussion that includes : 1.Loaded hourly rates for any other personnel including subcontractors that may be working on the project in addition to those indicated above. 2.Any other terms or conditions that the contractor would propose to be considered as part of the contractor's rates or fee schedules. 3.A brief discussion of any anticipated variable costs associated with this contract and recommend steps or actions the Authority and the Contractor could take to manage costs This cost information will provide the basis determining cost terms and conditions for the contract and pricing future Work Orders/NTPs. |SECTION 7.EVALUATION CRITERIA 7.1 Evaluation Process All proposals received will be reviewed following the processes in this section. 7.1.1__Confidentially of the Evaluation Process Proposals will be opened and evaluated in a manner that avoids disclosure of the contents to competing Offerors during the evaluation process and negotiations.The makeup of the evaluation RFP 2014-0800-1715 Page 20 1/2412 team,number of responses received,and who responded will be kept confidential until contract negotiations are completed and the notice of intent to award is issued. 7.1.2 Procurement Officer Review Proposals will initially be reviewed by the Procurement Officer for the following minimum responsiveness requirements: 1.Was the proposal received by the deadline for receipt of proposals? 2.Has the vendor submitted evidence of having a valid Alaska Business license? 3.Does the Offeror appear to demonstrate they meet the minimum experience and qualifications requirements of Section 1.2? Proposals that fail to meet these requirements will be declared non-responsive and will not be further evaluated. Prior to providing proposals to the evaluation committee the Procurement Officer will also review and make a determination regarding concurrence with any request for confidentially related to trade secrets or proprietary information submitted with a proposal per section 2.11.The Procurement Officer will inform the Offeror of his decision. If the Procurement Officer does not concur that the information is proprietary or a trade secret,the Offer will have two business days from the date they are informed of the Procurement Officers decision to withdraw their request for confidentially,redact the requested confidential information from their proposal,or withdraw their proposal.Offerors may not resubmit or supplement their proposal to account for any information that is redacted or withdrawn from their proposal.Offerors who fail to respond within the time period may have their proposal determined to be non-responsive and will not be evaluated. In the event the Procurement Officer makes a determination that information submitted appears to be proprietary or a trade secret the Authority will put the documents in a sealed envelope marked "confidential”with the contract file after evaluation and prior to issuing the Notice of Intent to Award. 7.1.3 Conflict of Interest Review If at any time during the evaluation process there is a concern that the Offeror or members of the Offeror's team may have a conflict of interest or an appearance of a conflict of interest that could effect the perceived objectivity of the Offeror's evaluation,the proposal may be set aside.If the proposal is set aside the Procurement Officer will review the conflict in accordance with 1.3 of the RFP. 7.1.4 Evaluation Committee Review All apparent responsive proposals received will be reviewed and evaluated by a committee made up of qualified Authority representatives or staff.Other representatives may be added as appropriate, provided the Evaluation Committee is made up of at least the designated Procurement Officer and two AIDEA employees in accordance with 2 AAC 12.260.Each member shall exercise independent judgment and no member's vote or score will be weighted more than any other. Should the evaluation committee in their review of proposals discover material defects in a proposal they may request the Procurement Officer evaluate the defects and reconsider if the proposal should be deemed non-responsive. The evaluation committee may select the most qualified Offeror based on an initial review and scoring of proposals and committee discussion.However the committee may also follow-up on references, conduct interviews for the purpose of clarification per 2.18,or request best and final offers in accordance with 2.19.If the committee chooses any of the follow-up options committee members may re-evaluate and re-score the proposals using the same criteria as the initial review and identified in 7.2. RFP 2014-0800-1715 Page 21 1/24/12 7.2.Evaluation Criteria The following criteria and weights will be used to score and rank each responsive proposal. 7.2.1.20%Understanding of the Project and Time Commitment At a minimum this section may be evaluated against the following questions: Does the Contractor demonstrate a specific understanding of the goals and objectives of this RFP?Do they have any experience specifically related to logistics support in Alaska?Do they demonstrate an understanding logistics issues in Alaska?Are they familiar with the area of the Susitna project and some of the unique challenges in the areas?Have they discussed potential logistics issues and provided possible solutions as to how they would approach those problems or how they have dealt with those issues on past projects?Are they able to commit to work on this project? 7.2.3 30%Qualifications and Relevant Experience of Firm and Personnel At a minimum,qualifications and experience may be evaluated against the following questions: Does the Offeror provided qualified individuals needed to provide the support needed?Do the Key people have experience in the tasks required in this RFP?Does the project manager have credibility and respect from working with other contractors?Does the Offeror demonstrate competency in conducting similar support functions?Has the Logistics Program Lead completed any similar jobs in the last three years?Do the appropriate positions have experience in planning,scheduling,permitting, communications,and coordinating work among multiple contractors?Are the examples of previous work relevant?Did the Offeror demonstrate its ability to complete jobs on schedule?Is there an alternate project manager in the event something was to happen to our assigned project manager? 7.2.4 40%Cost The distribution of points based on cost will be determined as follows,per AS 36.30.040,.210,.250, and 2 AAC 12.260(d).The lowest priced proposal receives the maximum number of points allocated to price.The purposes of determining the lowest cost proposal AEA will consider the lowest total cost for labor hours for the key staff indicated plus transportation and labor travel costs for planning meetings in Anchorage.(Reference section 6.4) Other allocations are determined by this formula: (Price of Lowest Cost Proposal)x (Maximum Points for Cost)=Points awarded for cost Price of each proposal This formula will be applied to the total cost to complete all tasks. Cost proposals from Alaska vendors will be reduced by 5%for this calculation.Ref 2 AAC 12.260. 7.2.5 10%Alaska Proposer Preference 10%of the total points available will be awarded to qualified Alaskan vendors in accordance with 2 AAC 12.260(e).For a definition of an "Alaskan vendor",refer to Section 2.16 of this RFP. 7.3 Contractor Selection Upon completion of the evaluations,the Procurement Officer will review the evaluation process to assure procedures were followed in accordance with this RFP and existing State of Alaska statutes and regulations.This process may include reviewing score sheets,proposals,discussions or any other materials presented to the Evaluation Committee.The Procurement Officer may recommend that proposals be reevaluated prior to beginning negotiations if there is reason to suspect an error was committed during the evaluation process. RFP 2014-0800-1715 Page 22 1/24/12 The final decision of the Evaluation Committee will be documented in writing and made a part of the contract file.The Evaluation Committee will recommend for negotiations to the Procurement Officer the contractor(s)whose proposal best meets the requirements of the project based on the criteria outlined in this RFP. The apparent successful contractor will be required to provide the following information during contract negotiations before award of the final contract. e Certificate of Insurance e Proof of any Subcontractor's Alaska Business License. e Any other information that may be needed for clarification of the Offeror's proposal. RFP 2014-0800-1715 Page 23 1/24/12 |STANDARD AGREEMENT FORM FOR PROFESSIONAL SERVICES | 1.Agency Contract Number 2.ASPS Number 3.Financial Coding 4.Agency Assigned 5.Vendor Number 6.Project/(Case Number 7.Alaska Business License Number This contract is between the State of Alaska, 8.Department of Division hereafter the State,and 9.Contractor ARTICLE 2.Performance of Service: Ends Hereafter the Contractor Mailing Address Street or P.O.Box City State ZIP+4 10. ARTICLE1.Appendices:Appendices referred to in this contract and attached to it are considered part of it. 2.1 Appendix A (General Provisions),Articles 1 through 14,governs the performance of services under this contract.2.2 Appendix B sets forth the liability and insurance provisions of this contract.2.3 Appendix C sets forth the services to be performed by the Contractor. ARTICLE 3.Period of Performance:The period of performance for this contract begins ,and ARTICLE4.Considerations: billing to: 4.1 In full consideration of the Contractor's performance under this contract,the State shall pay the Contractor a sum not to exceed $in accordance with the provisions of Appendix D. 4.2 When billing the State,the Contractor shall refer to the Authority Number or the Agency Contract Number and send the 11.Department of Mailing Address Attention: 12.CONTRACTOR Name of Firm Signature of Authorized Representative Date Typed or Printed Name of Authorized Representative 14.CERTIFICATION:|certify that the facts herein and on supportingdocumentsarecorrect,that this voucher constitutes a legal charge against funds and appropriations cited,that sufficient funds are encumbered to pay this obligation,or that there is a sufficient balance in the appropriation cited to cover this obligation.|am aware that to knowingly make or allow false entries or alternations on a public record,or knowingly destroy, mutilate,suppress,conceal,remove or otherwise impair the verity,legibility or availability of a public record constitutes tampering with public records punishable under AS 11.56.815- .820.Other disciplinary action may be taken up to and includingTitledismissal. 13.CONTRACTING AGENCY Signature of Head of Contracting Agency or Date Desianee Department/Division Date Signature of Project Director Typed or Printed Name Typed or Printed Name of Project Director Title NOTICE:This contract has no effect until signed by the head of contracting agency or designee. RFP 2014-0800-1715 Page 24 1/24/12 |APPENDIX A -GENERAL PROVISIONS Article 1.Definitions. 1.1 In this contract and appendices,"Project Director"or "Agency Head"or "Procurement Officer" means the person who signs this contract on behalf of the Requesting Agency and includes a successor or authorized representative. 1.2 "State Contracting Agency"or "Authority”means the Alaska Energy Authority (AEA)for which this contract is to be performed and for which the Authorized Designee acted in signing this contract. Article 2.Inspections and Reports. 2.1 The department may inspect,in the manner and at reasonable times it considers appropriate,all the contractor's facilities and activities under this contract. 2.2 The contractor shall make progress and other reports in the manner and at the times the department reasonably requires. Article 3.Disputes. Any dispute concerning a question of fact arising under this contract which is not disposed of by mutual agreement shall be decided in accordance with AS 36.30.620-632. Article 4.Equal Employment Opportunity. 4.1 The contractor may not discriminate against any employee or applicant for employment because of race,religion,color,national origin,or because of age,disability,sex,marital status, changes in marital status,pregnancy or parenthood when the reasonable demands of the position(s)do not require distinction on the basis of age,disability,sex,marital status,changes in marital status,pregnancy,or parenthood.The contractor shall take affirmative action to insure that the applicants are considered for employment and that employees are treated during employment without unlawful regard to their race,color,religion,national origin,ancestry, disability,age,sex,marital status,changes in marital status,changes in marital status, pregnancy or parenthood.This action must include,but need not be limited to,the following: employment,upgrading,demotion,transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms of compensation,and selection for training including apprenticeship.The contractor shall post in conspicuous places,available to employees and applicants for employment,notices setting out the provisions of this paragraph. 4.2 The contractor shall state,in all solicitations or advertisements for employees to work on State of Alaska contract jobs,that it is an equal opportunity employer and that all qualified applicants will receive consideration for employment without regard to race,religion,color,national origin, age,disability,sex,marital status,changes in marital status,pregnancy or parenthood. 4.3 The contractor shall send to each labor union or representative of workers with which the contractor has a collective bargaining agreement or other contract or understanding a notice advising the labor union or workers'compensation representative of the contractor's commitments under this article and post copies of the notice in conspicuous places available to all employees and applicants for employment. 4.4 The contractor shall include the provisions of this article in every contract,and shall require the inclusion of these provisions in every contract entered into by any of its subcontractors,so that those provisions will be binding upon each subcontractor.For the purpose of including those provisions in an contract or subcontract,as required by this contract,"contractor”and "subcontractor”may be changed to reflect appropriately the name or designation of the parties of the contract or subcontract. RFP 2014-0800-1715 Page 25 1/24/12 4.5 The contractor shall cooperate fully with State efforts which seek to deal with the problem of unlawful discrimination,and with all other State efforts to guarantee fair employment practices under this contract,and promptly comply with all requests and directions from the State Commission for Human Rights or any of its officers or agents relating to prevention of discriminatory employment practices. 4.6 cooperation in paragraph 4.5 includes,but is not limited to,being a witness in any proceeding involving questions of unlawful discrimination if that is requested by any official or agency of the State of Alaska;permitting employees of the contractor to be witnesses or complainants in any proceeding involving questions of unlawful discrimination,if that is requested by any official or agency of the State of Alaska;participating in meetings;submitting periodic reports on the equal employment aspects of present and future employment;assisting inspection of the contractor's facilities;and promptly complying with all State directives considered essential by any office or agency of the State of Alaska to insure compliance with all federal and State laws,regulations, and policies pertaining to the prevention of discriminatory employment practices. 4.7 Failure to perform under this article constitutes a material breach of contract. Article 5.Termination. The Project Director,by written notice,may terminate this contract,in whole or in part,when it is in the best interest of the State.The State is liable only for payment in accordance with the payment provisions of this contract for services rendered before the effective date of termination. Article 6.No Assignment or Delegation. The contractor may not assign or delegate this contract,or any part of it,or any right to any of the money to be paid under it,except with the written consent of the Project Director and the Agency Head. Article 7.No Additional Work or Material. No claim for additional services,not specifically provided in this contract,performed or furnished by the contractor,will be allowed,nor may the contractor do any work or furnish any material not covered by the contract unless the work or material is ordered in writing by the Project Director and approved by the Agency Head. Article 8.Independent Contractor. The contractor and any agents and employees of the contractor act in an independent capacity and are not officers or employees or agents of the State in the performance of this contract. Article 9.Payment of Taxes. As a condition of performance of this contract,the contractor shall pay all federal,State,and local taxes incurred by the contractor and shall require their payment by any Subcontractor or any other persons in the performance of this contract.Satisfactory performance of this paragraph is a condition precedent to payment by the State under this contract. Article 10.Ownership of Documents. All designs,drawings,specifications,notes,artwork,and other work developed in the performance of this agreement are produced for hire and remain the sole property of the State of Alaska and may be used by the State for any other purpose without additional compensation to the contractor.The contractor agrees not to assert any rights and not to establish any claim under the design patent or copyright laws.The contractor,for a period of three years after final payment under this contract, agrees to furnish and provide access to all retained materials at the request of the Project Director. Unless otherwise directed by the Project Director,the contractor may retain copies of all the materials. RFP 2014-0800-1715 Page 26 1/24/12 Article 11.Governing Law. This contract is governed by the laws of the State of Alaska.All actions concerning this contract shall be brought in the Superior Court of the State of Alaska. Article 12.Conflicting Provisions. Unless specifically amended and approved by the Department of Law the General Provisions of this contract supersede any provisions in other appendices.The contractor specifically acknowledges and agrees that provisions in any form contracts it appends hereto that purport to (1)waive the State of Alaska's sovereign immunity,(2)impose indemnification obligations on the State of Alaska that are not conditioned on legislative appropriation,or (3)seek to limit liability of the contractor for acts of contractor negligence,are expressly superseded by this contract and are void. Article 13.Officials Not to Benefit. Contractor must comply with all applicable federal or State laws regulating ethical conduct of public officers and employees. Article 14.Covenant Against Contingent Fees. The contractor warrants that no person or agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission,percentage,brokerage or contingent fee except employees or agencies maintained by the contractor for the purpose of securing business. For the breach or violation of this warranty,the State may terminate this contract without liability or in its discretion deduct from the contract price or consideration the full amount of the commission,percentage, brokerage or contingent fee. APPENDIX A -SUPPLEMENTAL GENERAL PROVISIONS Article 15.Contract Personnel The Authority reserves the right to approve or disapprove any change in the successful Offeror's project team members whose participation in the project is specifically offered in the proposal.Similarly, changes in the amount of participation by key project members will require AEA approval.This is to ensure that persons with vital experience and skill remain fully involved in the project. Requests for any change in contractor personnel shall be submitted in writing to the Authority for the Authority's review and sign-off before the change is made.Contractor personnel changes not approved by the Authority may be cause for the Authority to terminate the contract. Article 16 Subcontractors The Authority must approve the use or replacement of subcontractors.. Article 17 Contract Invalidation If any provision of the contract awarded as a result of this RFP is found to be invalid,such invalidation will not be construed to invalidate the entire contract. Article 18 Termination for Default If the Contractor refuses or fails to perform the work,or any separable part thereof,with such diligence as will ensure its completion within the written contracted time frame,the Authority may,by written notice to the Contractor,terminate the right to proceed with the work or such part of the work as to which there have been delays.This clause does not restrict AEA termination rights under the general contract provisions of Appendix A,which is attached to this RFP in the contract documents package. Article 19 Contract Changes During the course of performing the work required by this contract,the Contractor may be requested to perform additional work within the general scope of the contract. RFP 2014-0800-1715 Page 27 1/24/12 When additional work is required,the Project Officer shall send to the Contractor a description of the work to be accomplished and request that a proposal be offered within a given time period.No additional work shall commence by the Contractor without an approved written contract amendment by the Procurement Officer. Article 20 Confidentiality and Ownership of Documents Contractor agrees that all confidential information shall be used only for purposes of providing the deliverables and performing the services specified herein and shall not disseminate or allow dissemination of confidential information except as provided for in this section.The contractor shall hold as confidential and will use reasonable care (including both facility physical security and electronic security)to prevent unauthorized access by,storage,disclosure,publication,dissemination to and/or use by third parties of,the confidential information."Reasonable care”means compliance by the contractor with all applicable federal and state law,including the Social Security Act and HIPAA.The contractor must promptly notify the state in writing if it becomes aware of any storage,disclosure,loss, unauthorized access to or use of the confidential information. Confidential information,as used herein,means any data,files,software,information or materials (whether prepared by the state or its agents or advisors)in oral,electronic,tangible or intangible form and however stored,compiled or memorialized that is classified confidential as defined by State of Alaska classification and categorization guidelines (i)provided by the state to the contractor or a contractor agent or otherwise made available to the contractor or a contractor agent in connection with this contract,or (ii)acquired,obtained or learned by the contractor or a contractor agent in the performance of this contract.Examples of confidential information include,but are not limited to: technology infrastructure,architecture,financial data,trade secrets,equipment specifications,user lists, passwords,research data,and technology data (infrastructure,architecture,operating systems, security tools,IP addresses,etc.). Article 21 Reimbursement to the Authority for Unacceptable Deliverables The Contractor is responsible for quality,occurrence and completion of all work identified by the contract.All work shall be subject to evaluation and inspection by the Authority at all times to assure satisfactory progress,to be certain that work is being performed in accordance with the contract specifications,terms and conditions,and to determine if corrections and modifications are necessary. Should such inspections indicate substantial failure on the part of the Contractor,the Authority may terminate the contract for default.Furthermore,the Authority may require the Contractor to reimburse any monies paid (pro rata based on the identified proportion of unacceptable products received)and any associated damage costs. RFP 2014-0800-1715 Page 28 V24/12 |APPENDIX B -INDEMNITY AND INSURANCE Article 1.Indemnification The Contractor shall indemnify,defend,and hold harmless the Authority from and against any claim of, or liability for,negligent acts,errors,and omissions of the Contractor under this contract.The Contractor shall not be required to indemnify,defend,or hold harmless the Authority for a claim of,or liability for,the independent negligent acts,errors,and omissions of the Authority.If there is a claim of, or liability for,a joint negligent act,error or omission of the Contractor and Authority,the indemnification,defense and hold harmless obligation of this provision shall be apportioned on a comparative fault basis.In this provision,"Contractor”and "Authority”include the employees,agents and other contractors who are directly responsible,respectively,to each.In this provision, "independent negligent acts,errors,or omissions”means negligence other than in the Authority's selection,administration,monitoring,or controlling of the Contractor and in approving or accepting the Contractor's work. Article 2.Insurance Without limiting Contractor's indemnification obligation,Contractor shall purchase at its own expense and maintain in force at all times during the performance of services under this contract 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 higher limits,the Authority shall be entitled to coverage to the extent of such higher limits.Certificates of Insurance must be furnished to the Procurement Officer prior to beginning work and must provide for a notice of cancellation,non-renewal, or material change of conditions in accordance with policy provisions.Failure to furnish satisfactory evidence of insurance or lapse of the policy is a material breach of this contract and shall be grounds for termination of the Contractor's services.For Contractors services performed in Alaska,all insurance policies shall comply with,and be issued by insurers licensed to transact the business of insurance under AS 21. 2.1 Workers'Compensation Insurance:The Contractor shall provide and maintain,for all employees engaged in work under this contract,coverage as required by AS 23.30.045,and; where applicable,any other statutory obligations including but not limited to Federal U.S.L.&H. and Jones Act requirements.The policy must waive subrogation against the Authority and the State of Alaska 2.2 Commercial General Liability Insurance:covering all business premises and operations used by the Contractor in the performance of services under this contract with minimum coverage limits of $300,000 combined single limit per occurrence. 2.3 Commercial Automobile Liability Insurance:covering all vehicles used by the Contractor in the performance of services under this contract with minimum coverage limits of $300,000 combined single limit per occurrence. 02-093 B"(Rev.1-12) RFP 2014-0800-1715 Page 29 1/24/12 APPENDIX D CONSIDERATION (Sample Contract Terms) D.1.2 D.2. D.2.1 D.2.2 D.2.3 D.2.4 D.3 D.3.1 D.3.2 D.4 D.4.1 D.4.2 Contract Term The term contracts will initially be for approximately 2 years,starting in February 2013,with the option for the Authority to renew annually up to four additional one-year extensions through the start of construction subject to satisfactory performance and available funds.The contract may be extended for a final year,or longer,if needed for the purposes of completing work authorized under a previously awarded NTP.No work outside the scope of a previously awarded NTP will be undertaken during the final extension period. Any holding over of the contract,excluding any exercised renewal options,will be considered as a month-to-month extension,and all other terms and conditions shall remain in full force and effect and the Authority will provide written notice to the other party of the intent to cancel such month-to-month extension at least 30-days before the desired date of cancellation. Authorized Contract Limits It is anticipated that as much as $500,000 may be used for work defined under this contract for the initial period of performance.However,the actual amount of funds to be spent under this contract will be based on the actual cost of work requested and the total of appropriations that are,or may become,available for the Susitna-Watana project. The Authority makes no guarantees as to any minimum or maximum award amounts under this contract and may choose to solicit sealed competitive proposals for similar work identified in this RFP outside the framework of the NTP process described in this RFP. The initial contract authorization will be based on the total amount of work we anticipate funding over the next two years.The dollar amount of the authorization under the contracts may be adjusted as needed,at any time during the term of the agreement and any subsequent renewals,to reflect available project funds and work that may be required. Price proposals and Notices-to-Proceed (NTPs)for this Agreement must conform to the Labor Rates,Indirect Cost Rate(s),Unit Prices,Fee/Profit Arrangements,Estimated Costs,and Price Caps contained in the Exhibits attached to this Contract. Labor Rates The contractors may bill in accordance with the following loaded labor rates for the individuals/and or positions noted: Employee Name Function Loaded Labor Rate (To be inserted) The contractor may request an adjustment to the Loaded Labor Rates provided they provide a 30 day notice to the Authority prior to any contract renewal date.Rate increases may not be more than 3%of the contract rate prior to renewal. Expenses General The Contractor will be reimbursed for actual substantiated expenses that are directly chargeable to and necessary for performance of services. Travel:Contractors employees on travel status will be compensated for food and lodging expenses in accordance with the State of Alaska Admin Manual for Travel (AAM 60 Sections 200,220,240,250,and 260).In determining M&lIE Rates contractors will use the XE RFP 2014-0800-1715 Page 30 1/24/12 D.4.3 D.5 D.5.1 D.6 D.6.1 D.6.2 D.7 D.7.1 D.7.2 D.7.3 D.7.4 D.7.5 schedules.A link to the State Travel Policy and Administrative Manual,AAM 60,can be found at: http://doa.alaska.gov/dof/manuals/aam/resource/60t.pdf A direct link to the State of Alaska Per Diem Rates as of 4/1/2012 can be found at http://doa.alaska.gov/dof/travel/resource/rates.pdf. The Contractor,at the Agency's discretion,may provide rental housing for personnel in Alaska; the contractor will be reimbursed direct costs related to the rental!or at an approved rental rate as noted in D-1 if it is not for the exclusive use for this contract. Subcontracts:Subcontractor rates and fees will be negotiated by the prime contractor and subject to review by the Authority upon request and approved by the Authority upon award of an NTP.Subcontractor costs must be consistent with allowable costs and methods of payment provided in this contract unless otherwise specifically noted in the contractor's proposal and approved in advance by the Authority upon award of an NTP. Mark up The Authority will pay no mark up on direct expenses related to this contract. Non-Reimbursement The contractor will not be reimbursed for work that is not approved on a Notice to Proceed.All NTP/Work Orders must be signed by the Contractor,the Authority's Project Manager,and Procurement Officer,before they are considered approved. Unless the Contractor provides written notice to the Project Manager,all work being performed will be considered within the scope of the contract and NTP awarded.The Authority is not obligated to reimburse the Contractor for any work that is not approved in advance of an approved NTP/Work Order,NTP/Work Order amendment,or contract amendment unless prior written Authorization has been provided by the Procurement Officer. Requirements for Pricing Work Orders Work orders may be reimbursed on either a fixed price per tasks,cost plus fixed fee,or on a time and expenses basis with a fixed not-to-exceed limit.The basis of payment will be determined by the Authority based on the scope and nature of work to be accomplished. Work orders will be executed using the Authority's NTP/Work Order form and will be subject to the contract terms and conditions and the requirements included with the NTP/Work order. The total price for any work order will remain fixed for the duration of any work order unless there is a change in scope and the NTP/Work Order is amended to acknowledge the change in scope. Minor changes to scope,schedule,or line items within the overall budget of an authorized Work Order may be approved in writing by the Agency's Project Manager.A Work Order amendment is not required provided there is no change in the authorized Work Order total.The Contractor must submit a written request for any major changes to scope,schedule,or any changes to the authorized Work Order total and such changes will require a Work Order amendment. Unless the contractor provides written notice to the project manager,all work being performed in accordance with a work order will be considered within the scope of the NTP. RFP 2014-0800-1715 Page 31 1/24/12 D.8 =Invoice Submission D.8.1 When billing the Authority,the Contractor shall use the NTP/Billing summary form,and follow the format requested by the Authority with appropriate back-up sufficient to document the expenditures are consistent with the contract and NTP/Work Order.Billings must be sent to Accounts Payable,Alaska Energy Authority,813 West Northern Lights Blvd.,Anchorage,AK 99503-2495. D.9 Payments D.9.1.The Authority intends to pay the contractor for services monthly in accordance with the contract rates,terms,and subsequent DO upon submission of an invoice from the contractor.Final invoices should be submitted within 30 days after completion of the field season. D.9.2.When billing the Authority,the Contractor shall refer to the Agency Contract Number and send the billing to Accounts Payable Department,AEA,813 West Northern Lights Blvd.,Anchorage, AK 99503-2495. D.9.3 No payment shall be made until the invoice has been approved and authorized by the Project Officer or designee.Under no condition will the Authority be liable for the payment of any interest charges associated with the cost of the contract. D.9.4 The Authority is not responsible for and will not pay any local,state,or federal taxes.All costs associated with the contract must be stated in U.S.currency.If a contractor-is delinquent on payment of state taxes the payment terms under any NTP may be subject to review and approval by the Department of Revenue prior to award. RFP 2014-0800-1715 Page 32 1/24/12 -B-SUSITNA-WATANA MIOROSIECIRE PHOMCE Sunitne Watann Proyect Arce >ys,|Soa r ae a Cen ve ADteew we|TN et1emgtne--1 menemeresOReweon,oy OE wee owsmmeee6many+ne cme et a Acme Oh Rotan aapeeee ©see Semen SLOVO ut) S)92Xe)bow Alaska Earth Sciences,Inc.RFP-AEA-2014-0800-1715 To: Alaska Energy Authority RFP#AEA-2014-0800-1715 From: Alaska Earth Sciences,Inc. 11401 Olive Lane Anchorage,AK 99515 February 14,2013 Page 1 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 TABLE OF CONTENTS Title Page 1 Letter of Transmittal 3 Statement of Conflicts of Interest (Perceived or Potential)4 Understanding the Project and Time Commitment 5 Project Logistics Primary Tasks 5 Team Logistics 5 Central Camp and Mobilization Strategy 6 Camp/Lodging 6 Aircraft Control 7 Communications 7 Fuel Depot(s)7 Other Special Projects 8 Time Commitment 8 Personnel,Qualification and Experience 8 Key Personnel 9 Statement of Qualifications 10 Cost Proposal 15 AES Rate Schedule 16 Attachments Business License 17 Accommodations Tracking Example 18 Travel Tracking Example 19 Requisition Request Form 20 Alaska Earth Sciences Watana Vicinity Activity 21 David Redgrave Resume 22 Rick Harris Resume 25 Kevin Linn Resume 26 Michelle Johnson Resume 28 Steve Smith Resume 29 Page 2 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Letter of Transmittal February 14,2012 Andrew Morton Alaska Energy Authority 813 West Northern Lights Blvd. Anchorage,AK 99503 Dear Mr.Morton, Alaska Earth Sciences,Inc.(AES)is pleased to provide you with our proposal in response to RFP#AEA-2014-0800-1715 for the provision of Field Logistics Coordinator in support of the Susitna-Watana Hydroelectric Project. AES is a licensed Alaska Business owner License No.300511 (copy attached). Offeror's Certification: a) b) c) d) Alaska Earth Sciences,Inc.certifies that its proposal contained in this response to the above-referenced RFP is valid for ninety (90)days from the proposal receipt deadline which is February 14,2013. Alaska Earth Sciences,Inc.also certifies compliance with all of the terms and conditions contained in the above- referenced RFP,including the commercial terms and conditions,standard contract provisions and payment terms in Appendices A,B and D. Alaska Earth Sciences,Inc.certifies,under penalty of perjury,the price(s)submitted in this response to the above- referenced RFP were independently arrived at without collusion. Alaska Earth Sciences,Inc.certifies that it is in compliance with: 1.The laws of the State of Alaska 2.The applicable portion of the Federal Civil Rights Act of 1964 3.The Equal Employment Opportunity Act 4.The Americans with Disabilities Act (ADA) And the regulations issued thereunder by the federal government. Alaska Earth Sciences,Inc.is not established,headquartered or incorporated in a country recognized as Tier 3 in the most recent United States Department of State's Trafficking in Persons Report (Ref 2 AAC 12.725). Alaska Earth Sciences certifies that it qualifies for Alaskan Offeror's Preference as defined in AS 36.30.170. Alaska Earth Sciences plans to utilize internal staff and no subcontractors. In all,AES has over 25 years of experience providing logistical and operational support for various projects throughout Alaska including large projects'camps of greater than 60 people,several helicopters,and multiple subcontractors.We are certain we can provide Alaska Energy Authority (AEA)with efficient,timely and cost-effective logistical support. We hope this proposal will meet your approval. Robert M.Retherford,President Date: Company Name:Alaska Earth Sciences,Inc. 11401 Olive Lane Anchorage,Alaska,99515 Telephone:907 522 4664 Contact Person:Michelle Johnson Page 3 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Statement of Conflicts of Interest (Perceived or Potential) At this time,AES believes that it has no conflicts of interest with other parties to the Susitna-Watana Project.To be sure that we as open as possible we wish to divulge that we have worked with Alaska Minerals Inc.(AMI)in the preparation of their response to the Camp RFP.We have worked with them in the past on several remote projects but we have also worked with other contractors such as Taiga Ventures and Remote Site Services Inc. Prior to the issuance of the Logistics Coordinator RFP,AES had planned to work as a subcontractor to AMI providing a part of their staff including their camp manager.Once the Logistics Coordinator RFP came out,it was recognized that AES would have a conflict of interest if we proceeded to respond to both RFPs.In addition,we realized that some of the functions that we planned to include in the camp RFP could logically be transferred to the Logistics Coordination RFP.If we should be awarded the Logistics RFP then we will not participate in any way in the Camp RFP. We have worked with most of the helicopter service companies in Alaska and have awarded contracts to many of them. The same holds true for many of the fixed wing operators as well as for many of the logistics providers. The only possible future conflict of interest that might arise would be in the event that we were to bid on a portion of the geotechnical drilling planned for the project this year.AES has the capability to field lightweight,heli-portable diamond drills. Signed, Robert M.Retherford,President,AES Page 4 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Understanding the Project and Time Commitment Project Logistics Primary Tasks AES understands that AEA is looking for individuals or companies to provide Field Logistics Support Services for the Susitna-Watana Hydroelectric Project for the 2013,2014 and 2015 field seasons with option to renew for up to four more years.The contractor will be expected to provide assistance to AEA staff during the initial planning for the field season as well as provide field coordination on-site.At the request of AEA's Project Manager,we anticipate that tasks may include: Coordination of meetings/discussions with all appropriate AEA contractors planning activities at project site, Definition of contractor's respective field support requirements, Scheduling contractor's activities and coordinating them with other contractors, Pre-season logistics planning including following categories: a.All Safety plans/protocols,training and emergency response team, Aircraft efficiency,tracking,scheduling,fueling and safety procedures Environmental plans/protocols,training,spill kits,contractor oversight, Communications,telephone,internet and internet logistics data sharing, Camp guest scheduling/oversight of camp provider, Coordination of personnel incoming to the site, Expediting/Scheduling of freight to the site, Updating of on-line calendar of project field activities and critical eventsPWNPTRmEaos 5.Field Coordination Tasks: a.Daily Camp guest scheduling/tracking (examples of Accommodations Tracking and Travel Tracking attached) Coordination of camp with other available lodging. Safety training in field Environmental oversight including camp,fuel depots,docks,airstrips and heliports Helicopter efficiency,scheduling and tracking, Fixed wing efficiency,scheduling and tracking, Fue!depot operation,safety and environmental oversight, Tracking fuel received and dispensed, Material Acquisition (see example of Requisition Request form attached), Freight tracking, Oversight of contractors as required by AEA Special Projects as assigned by AEA .Daily ReportsZorTTAmMAoS Team Logistics It is our view that the wide variety of tasks listed above will be most efficiently handled by a team of people with complementary skills located in both Anchorage and on-site.Except for the key positions of Project Logistics Coordinator (PLC)and Field Logistics Coordinator (FLC),the individuals involved will not be full time but on an as-needed basis.In the field,situations may arise that will require additional people.As an example,the coordination of multiple aircraft from the central camp area,especially during inclement weather,could become very demanding. To ensure quick response to field challenges,the Logistics Coordinator must develop a close working relationship with the AEA Project Manger and his team.Further,keeping all interested parties in the loop is critical so AES has Page 5 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 traditionally relied on email tracking with up-dateable documents accessible online.To be more efficient we are currently reviewing a flexible internet program which will allow access (can be restricted)for project personnel to a series of spreadsheets and documents including camp bookings,aircraft scheduling,daily logs for fuel,freight,activities and reports Because of the great number of contractors,subcontractors and the many tasks involved in the project we believe the logistics specialist you select should have enough depth of personnel to replace or provide short-term breaks for any one individual.Though not a large company,AES currently employs 20 people here in Anchorage,with seasonal increases to 75 people,and our staff is large enough to provide that necessary backup. We also believe that it will prove efficient for AEA to take advantage of a group with a variety of complementary skill sets.Examples of these could include, 1.Rapid,efficient logistics planning including alternative solutions in case of failure,Anchorage-base Logistics Manager (LM), 2.Assessment of field conditions for alternative mobilization and support for various other field activities,Field Logistics Coordinator (FLC), 3.Active,hands-on implementation of tasks from mobilization through camp,fuel depot,airstrip construction,FLC 4.Consistent monitoring and tracking of personnel,freight,activities,and budgets,FLC and Anchorage-based accounting Safety protocol and plans developed by a safety specialist (Anchorage),implemented by FLC Environmental protocol and monitoring,plans and kits developed,implemented by FLC Contract oversight and accounting,LC,FLC and budget tracking and accounting in Anchorage staff Coordination of freight and personnel from both Anchorage and at the site,all team members plus staff expeditors.ONAHOur staff is experienced in round-the-clock operations during the summer season,occasionally during winter months. Typical heli-portable drill programs at remote sites work 2-12 hour shifts per day.Our camps and Anchorage-based staff are,therefore,prepared to respond at any time of the day or night. Strategy for Central Camp and Mobilization Method After considering many options for supporting the Project from different locations,we believe the strategy of centralizing much of the activity near the dam site is wise.In addition,it appears that a location on the north rim will be much more accessible to future winter mobilization efforts and for eventual all-season road development. A camp site adjacent to a potential airfield is ideal.We also believe that,while it may be theoretically possible to mobilize a camp overland this winter,time constraints for permitting and late-season weather and snowpack changes could become a problem at the last minute.Therefore,we believe mobilization of the camp by helicopter and/or fixed wing will be the most certain option for success this season.The camp would,therefore,have to be as light as possible and portable in weight packages of 4000 Ibs or less. Anticipated Specific Field Tasks Camp/Lodging e Site review and final location selection in conjunction with camp contractor and Project Manager. e Final determination of best method of mobilization (helicopter,ski-equipped fixed wing,overland). e Determination of ancillary equipment (tracksteer,etc)to be made available during mobilization and camp site preparation and development,i.e.leach field,fue!depot and airfield development. Page 6 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 e On-site monitoring during mobilization and construction of camp to ensure safety and environmental policies are adhered to as well as maintaining communication with AEA's PM on progress and necessary decision-making. e Development of scheduling and tracking of guests to the camp.It is envisioned that an online tracking system will be valuable.All parties can access the camp schedule,but modifications can only be made by AEA appointed representatives. Aircraft control e Assuming central camp facility with fuel depot,staging areas for freight and personnel,and assuming that there will be up to 4 helicopters working out the area plus float and/or wheel or ski equipped fixed wings,a tight central communications and tracking facility need to be set up on site at the earliest point possible. e Develop protocol for all aircraft working in the area:common radio frequency(s),check points,normal patterns and weather reporting methods. e Fuel access,tracking and monitoring.Fuel receiving with timely scheduling of depot crew. e Parking with access to power and storage. e Passenger pick-up and drop-off points with associated tracking and safety protocols. Communications Given the expected level of camp personnel and associated data transfers during the summer season,it is Alaska Earth Sciences'belief that a commercial VSAT satellite communications system will be required to support communications within the camp.It is our understanding that the Logistics Program Manager will be required to oversee the communications provider as part of the support to AEA expected in this RFP. Today's contractors require internet connectivity from remote camps to support information exchange within their own systems,intranets,and home offices/consultants.Given the expected level of camp personnel,AES believes that significant bandwidth planning,power modules planning,satellite system design,and quality of service planning will need to occur with the chosen communications vendor so that monthly costs (which will be significant)can be determined and approved.In addition,careful consideration should be given to separate wireless networks within camp to support a dedicated bandwidth allocated to the business network used by the camp and key contractors without interruption or abuse,and a separate "morale”network to be used by individuals within camp for general personal use. Finally,the network should be capable of supporting radio operations both in and around the camp area including operations,fuel,air to ground,and may require remote repeater and base station design. AES has a key employee resource in Kevin Gray who has over 17 years experience working in the satellite telecommunications and Radio Frequency industry in Alaska supporting remote projects for oil &gas,mining,and government users.Prior to coming on board with AES,Kevin served as CFO and later as President of Alaska Telecom, Inc.which specifically installed remote communications systems.As part of its administrative support services provided under this RFP,AES could provide communications consulting with AEA including proposal writing,RFP response reviews,and vendor selection. Fuel Depot(s) e During mobilization,a preliminary depot will need to be set up for camp fuel,(likely containment with drums). e Next,a fuel depot for helicopters near a landing/parking area to be made available.This may be linked to a docking area at a lake but would be stationed outside of a predetermined buffer parameter. e Eventual airfield development will require the depot to be moved or another fuel depot to be established that can receive as well as dispense from the airfield. Page 7 Alaska Earth Sciences,inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 e No matter the selection of fuel provider,the depot(s)should be under the control of AES via their logistics coordinator or the camp provider.The depots will need daily attention and monitoring and this will be best attended by those on site at all times. Other Special Projects e Coordination of receipt and access to freight,storage,maintenance and power requirements.Examples;drills and ancillary equipment such as hose and pad building material,geophysics gear,field team gear,etc. e A potential Meteorological station e Providing for small or mobile camps,trail cutting,survey,etc. Time Commitment Our company has been committed to supporting resource exploration and development in Alaska since its inception as a company in 1985.AES supports the concept of this project.The Susitna-Watana Hydroelectric Project represents one of the best ways we,as Alaskans,can develop our own energy for the long run.It could help provide the low cost energy necessary to develop our other resources,notably mining projects.Alaska Earth Sciences is,therefore,committed to doing the very best we can to make a success of the project.We will provide as much of our staff as may be necessary and for the duration of the project. Personnel,Qualifications and Experience AES is Uniquely Qualified Alaska Earth Sciences has exceptional experience and qualifications that match the specific logistical needs associated with AEA's Susitna-Watana Hydroelectric Project: 1.The project is the type of remote operation that we have commonly supported each season for the last 25 years. 2.The Susitna-Watana project logistics will be challenging and complex,but the scope of the project is similar to that of projects we have successfully completed in the past (see Donlin Gold,CIRI-Beluga UCG,Naknek Geothermal). 3.Our specific experience includes work in the Alaska Range near Watana (see Alaska Earth Sciences Watana Vicinity Activity map attached). 4.AES has been involved in the mobilization and installation of many remote camps.We have worked with a variety of camp specialists but have worked especially closely in recent years with Alaska Minerals Inc.Once the camp is installed,AES has traditionally provided all camp management functions for its remote camps. 5.AES has worked extensively with most of the helicopter outfits in the state and nearly all types of rotary winged aircraft. 6.AES understands the limitations of a large variety of STOL aircraft for operations on water,land and snow.Since 1985,AES has maintained a limited,in-house,Part 91 operation for the safety and efficiency of its own operations. AES has direct experience developing airstrips (Donlin,Sun,Terra). AES has experience with a variety of winter operations. AES staff have specific background investigating hydroelectric sites (Terror Lake and Tyee Lake Hydro).10.AES has a very active Alaska Native hire program.Currently Native Alaska staffingis 25%of our permanent staff. 11.Our experience includes work with both CIRI and Tyonek Native corporations,landholdersin your project area.00NPage 8 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Key Personnel Logistics Program Manager-David Redgrave David received his Bachelors degree in Geology and had 4 years of experience working in the field as an exploration geologist.Prior to working as a field geologist,David worked as a pilot and flight instructor acquiring a great appreciation for the capabilities and constraints of small Cessna and Piper aircraft.Following David's time as a geologist, he then founded and operated his own international retail business,which provided him firsthand knowledge of international shipping and customs.David returned to geology when he began work with Alaska Earth Sciences in 2006. His field program management and coordination skills,however,were recognized almost immediately and he has been in charge of remote site operations and logistics on a multitude of AES projects since that time.During David's tenure with AES,he has planned and executed mobilizations to remote locations throughout Alaska with little or no existing infrastructure.This has included coordination of a complex project in Northern Ontario,Canada,a large project located near Beluga involving winter marine mobilization,winter development of ice roads,and one of the largest heli-portable drills available today.He also coordinated the acquisition and shipment of a large oil and gas drill from Washington State to Naknek,Alaska where it was used to test a geothermal target.He has trained and supervised logistics support staff in supply chain systems,inventory control measures,requisition request forms,and competitive bid acquisition.Please see the attached resume for David Redgrave. Field Logistics Coordinator-Rick Harris Rick Harris has worked for Alaska Earth Sciences since 2006 providing logistical and operational support for our remote exploration projects from the field.Prior to 2006 he worked for a variety of mineral exploration teams though-out Alaska.Rick earned a Bachelor's degree in Finance from University of Alaska Fairbanks in 2006 which has been good background for him to track budgets,costs,inventory and consumption.Rick has 3 years of field experience with AES {including special projects such as pad building,water lines,soil sampling and geophysics)followed by three years of experience providing on-site logistics and operational management of camps of up to 50.The projects were primarily multiple diamond-drill exploration programs.He has managed/coordinated during the acquisition phase to delivery of all food,fuel,supplies while overseeing teams of up to 10 people for a variety of field tasks.He has coordinated up to three helicopters and two fixed wing aircraft during field programs and has coordinated evacuation of a large camp during a wildfire threat.Rick was also responsible for the construction and maintenance of a fuel depot in support of a multi-drill and multi-helicopter program.Please see the attached resume for Rick Harris. Back-up for Logistics Coordinator/Logistics Program Manager/Safety Manger-Kevin Linn Kevin provides Alaska Earth Sciences a unique set of talents regarding logistics having spent many years in extremely remote areas of the earth including Alaska and Antarctica.Kevin's previous experience in logistics,quality contro!and maintenance management is ideal in remote camps and operations due to his personal experience and knowledge of the unique needs and demandsof the field staff,life support systems and transportations systems.He acts as our safety policy and planning specialist.We feel that he could be very helpful in establishing plans and protocols for safety and emergency.Please see the attached resume for Kevin Linn. Administrative Support/Back-up Logistics Coordinator-Michelle Johnson Michelle Johnson has worked for Alaska Earth Sciences since 2006.While she currently acts as our first line community engagement specialist,she has become familiar with all facets of operation and logistics challenges that Alaska's environment can dish out.Michelle has focused her efforts on identifying and developing local and regional resources in support of remote exploration.Michelle has served as logistics coordinator and projects coordinator for projects ranging from R44 supported 5-day reconnaissance projects to multi-year,multi-drill advanced stage exploration supporting camps with over 60 people present.Please see the attached resume for Michelle Johnson. Page 9 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Back-up Field Logistics Coordinator-Steve Smith Steve is a degreed geologist with eight years of experience in environmental science and field project management. Steve has worked for Alaska Earth Sciences since 2011 and has served as a field geologist for coal and mineral exploration projects as well as Field Operations Coordinator for a geothermal exploration project on Mt Spurr.He coordinated a winter seismic survey for Underground Coal Gasification exploration,and installation of test wells for a coal exploration project.Steve had oversight of all contractors on each project,coordinating initial mobilization to site, personnel transport and accommodations,remote facilities including fuel depot,helicopter activity including sling loads, communication and emergency response protocols and final demobilization.Steve brings a great appreciation for operating in the field to his role as Field Logistics Coordinator allowing him to better anticipate needs and challenges. Please see attached resume for Steve Smith. Statement of Qualifications Alaska Earth Sciences,Inc.is an Anchorage-based geologic consulting firm specializing in early stage exploration and remote operations and logistics.Alaska Earth Sciences has been providing these services and meeting the logistical challenges of working in remote sites throughout the state of Alaska since 1985,overseeing and coordinating projects for major mining and junior exploration companies,Alaska native corporations,construction and engineering firms,and state and federal agencies. Alaska Earth Sciences has the necessary experience to plan,coordinate,execute and manage remote operations in Alaska.We excel at meeting and exceeding our clients'needs in the most remote locations in Alaska.We bring decades of experience working and succeeding in the harsh and dangerous environment that Alaska has to offer,all while keeping a keen eye on our client's objectives,budget,safety and engagement. Representative projects: e Naknek Electric Association-Geothermal Exploration,King Salmon Alaska Earth Sciences (AES)staff,David Redgrave (AES Logistics Manager),planned,organized,acquired and successfully mobilized all the drilling equipment and supplies necessary to drill a well to 12,000'depth in a location with no existing infrastructure or oilfield services.More than 8 million pounds of material was moved by truck and rail to shipping terminals in Seattle and Anchorage,then by barge to the port of Naknek in Bristol Bay. The load included a National 1320-2000 HP oil rig,cement,casing,drilling muds,logging and cementing trucks, winch and dump trucks,and all types of scientific equipment.From the port,all materials had to be moved by truck over local roads,and finally over an access road to the drilling pad,built by contractors under management of AES and directed by David Redgrave.When the barging season closed for the winter,air freight and air charter services were utilized to keep the drill turning despite all manner of mechanical,down-hole,and weather-induced challenges. Once the drilling operation commenced,AES staff Michelle Johnson (Projects Coordinator)was responsible for coordinating contractor's travel to and from the site from points across Alaska and the lower 48 states,and for keeping supplies,parts,and drilling materials flowing to the site in a timely and efficient manner. David Redgrave was stationed on-site for the first phase of the project,backed by a team of expediters and operations support staff at Alaska Earth Science's headquarters in Anchorage.Please see the below photo of drill site with constructed access road,laydown area and containment cells. Page 10 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 ee pepsin og .-+a :pon Pay at ie Gold Canyon Resources-Springpole Project,Ontario Alaska Earth Sciences provided Project Management,Logistics,and Operations Management (David Redgrave) to execute and operate a year-round mineral exploration project located near the remote Red Lake district of Northwest Ontario,Canada.Logistics and Operations Management included on-site coordination and oversight of camp construction as well as maintenance of camp facilities for 70+project staff for the six-drill program. Logistics management included:acquisition and transportation of all camp construction material,drilling equipment,and ancillary material to site via float plane to support a 6 drill program;coordination of 70+man camp construction including installation of an appropriate septic system and water treatment facility; commission,design,and construction coordination of two project/site specific barges for lake drilling;ice road engineering and construction for enhanced winter access for seasonal overland transport of all fuel and materials to maximize cost savings;coordination of transport of all personnel and materials to and from camp through small regional hub and then beyond to final domestic and international destinations via helicopter,fixed wing charter and domestic and international carriers. Local First Nations companies were contracted whenever possible to ensure local knowledge of resources and challenges were appropriately integrated into the project plans and operations as well as to engender support for the project.Please see the below photo of camp facilities. Page 11 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 '"0FioatPlane/Boat Dock areo Accomodatign tents Core Racks 2 ga,>:4etabegs oeOyheaeDrillMahi7 ap >csCpe:xyov.ee roe rekeAyHeliPad<>-™LYrctelney Newmont,Western Alaska Exploration Rick Harris provided camp management and on-site logistics and operations coordination for multiple seasons with Anchorage-based coordination and support provided by David Redgrave.Work has included the mobilization of 2 diamond drill rigs and camp facilities for 30-man camp along with all associated support equipment and material via fixed wing charter from Anchorage to remote locations in Southwestern Alaska. Rick Harris and David Redgrave coordinated multiple mobilizations of the drill rigs to new drill sites via helicopter throughout the course of the 3 month summer programs.Rick Harris provided on-site management and coordination with David Redgrave for ordering and transport of all fuel,food and supply material and equipment.Rick Harris,with David Redgrave,coordinated the transport of all staff from site through Anchorage and on to their final destination utilizing helicopter,fixed wing charter and commercial carrier.Rick Harris supervised and directed camp staff with regard to camp and field safety,communications and emergency response protocols,facilities maintenance and repair and fuel depot operations,safety and response procedures. CIRI,Underground Coal Gasification Exploration,Beluga Alaska Earth Sciences provided logistics support (David Redgrave and Michelle Johnson)and project management for this remote winter Underground Coal Gasification (UCG)exploration project.Services included:Michelle Johnson coordinating all accommodations;David Redgrave and Michelle Johnson acquiring and transporting via barge all equipment;David Redgrave coordinated winter trail construction to allow for transport over wetlands;David Redgrave and Michelle Johnson coordinated all material acquisition and transport;and Michelle Johnson coordinated all personnel transport. Michelle Johnson coordinated accommodations including negotiation rates and services for contracts as well as ongoing planning,tracking and invoice verification of services and charges.David Redgrave coordinated transport of material and equipment logistics including transport of a 70,000#FLY-50 rig (one of the largest helicopter portable diamond drill rigs)as well as 30,000#of support material and equipment via barge and then Page 12 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 constructed ice road,with final delivery and rig erection on site with Huey helicopter.Michelle Johnson coordinated all personnel transport from point of origin to camp via domestic carriers and chartered fixed wing, with the final leg to site being either via contracted helicopter or overland snowmobile if weather prohibited air travel. Ormat Technologies-Mt.Spurr,Alaska Alaska Earth Sciences provided logistics,operational support,and camp management for Ormats'2010 and 2011 geothermal exploratory drilling program at Mt.Spurr.David Redgrave managed the mobilization and demobilization of over 200,000lbs of drilling and camp materials. David Redgrave assisted in the site selection and coordinated the installation of a 20-man camp with on-site operations coordination and oversight provided by Camp/Operations Manager Steve Smith and support staff. Mobilization of the FLY-5O drill rig and camp material to the site 40 miles from the Native Village of Tyonek required utilization of two Huey helicopters over a 4-day period.AES provided all operational and logistical coordination required for the completion of a twelve week drilling program including expeditors handling all the acquisition and resupply for the camp and drilling provisions. AES utilized local Tyonek human and equipment resources whenever possible to maximize cost savings as well as develop strong positive relations with local interests to foster support for the project. Nickel Exploration,Talkeetna Mountains,Alaska Alaska Earth Science's staff Michelle Johnson and Kevin Linn coordinated all logistics support for remote minerals exploration in Talkeetna Mountains between Talkeetna and Denali Hwy.Logistics included planning and coordination of accommodations arrangements,personnel transport and material movement throughout an 8-week summer program.Accommodations logistics was coordinated by Michelle Johnson and included: indentifying accommodations options at various locations;evaluating associated costs of those options including transport time and associated helicopter and personnel cost;transport costs for regularly scheduled movement of material to and from accommodations;existing or additionally needed communications infrastructure;and safety assessment of facilities. Personnel transport logistics was coordinated by Michelle Johnson and Kevin Linn and included coordination of transport of staff from international points of origin to final accommodations via fixed wing carriers,overland charter and helicopter.Material movement was coordinated by Kevin Linn and included indentifying all local overland carrier resources and limitations and initiating contracts to allow for efficient and cost effect response to time-sensitive material transport needs. AES staff Michelle Johnson also served as Emergency Point of Contact with daily remote tracking of helicopter activity and nightly check-ins with subsequent response plan if unable to confirm status. Additionally,Michelle Johnson made contact with all registered guides and remote lodges to ensure communication channels were established in case of an emergency and to avoid potential conflicting activities in an area,i.e.helicopter transport of exploration crew and associated field work in area while guide had client. Donlin Creek -Middle Kuskokwim,Alaska In 1994,Alaska Earth Sciences President,Rob Retherford,selected the site and supervised construction of a 5000'airfield suitable for Hercules and DC-6 aircraft (still being used today).AES selected the camp site and supervised construction of a 100-man camp replete with water wells and on-site septic/drain fields;supervised construction of several miles of road including log bridges designed to handle 90,000 Ib equipment;designed and constructed a 35,000 gallon fuel farm;coordinated the activities of up to 8 exploration drill rigs,geophysics teams,engineering studies and minerals exploration teams through both summer and winter seasons. Page 13 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 The Donlin Creek project became the major employer of local hire within the Middle Kuskokwim region with nearly 100%Native Alaskans local workforce of 60 people by 1991.The program of fully utilizing and integrating local human resources and fast tracking these individuals toward highly responsible,well-paid jobs has helped pave the way for acceptance and anticipation of a very large mine in the near future of Western Alaska. Sun Project-Western Brooks Range,Alaska Alaska Earth Sciences provided a full array of planning and management services for this mineral exploration project.First,David Redgrave and Rob Retherford evaluated and selected sites for camp and airstrip construction;David Redgrave oversaw construction of a 1,405'airstrip and camp.David Redgrave also oversaw construction of a fuel farm including the drafting and implementation of a spill contingency plan and acquiring fuel-handling and fuel-storage insurance.David Redgrave oversaw the winterization of the facility including identifying a caretaker and establishing safety and communications protocols when the camp was not occupied by other staff.Please see the below photo of camp facilities and constructed runway. allRetreatpetnmcrtcn cee-_”*m='yh oi aa 4\ohteny APO m Eerie aoe :"Ey ced '= Whe ' att LeaAgeatefh{eS beens io Hd Pana .7 i,e' . TTTs Ce de a rey okt eyaeairs.Se came SEms ee weed Page 14 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Cost Proposal Susitna-Watana Logisitics Cost Proposal Personnel Hourly Rate |#of Hours Total Logistics Program Manager,back-up David Redgrave,Kevin Linn $125.00 500}$62,500.00 Standby 5125.00 0 $0.00 Meetings 0 15 0.00 $62,500.00 Field Logistics Manager,back-up and field staff Rick Harris,Steve Smith $90.00 960 |$86,400.00 $86,400.00 Logistics Coordinator,back-up & Administrative Support Kevin Linn $75.00 200}$15,000.00 Michelle Johnson Others as needed $15,000.00 TOTAL -$163,900.00 Additional Cost Information: e All travel and travel-related expenses will be billed at cost with coach airfare only.Lodging and meal expenses will be based upon actual travel costs in accordance with the State of Alaska Employee Travel Reimbursement guidelines. e Use of AES vehicles (if needed)for expediting or other services would be charged in accordance with the Federal Mileage rate for the vehicle type for the current year. e Additional loaded hourly rates for other personnel (if needed)are contained in the following table: Page 15 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Additional Cost Information ALASKA EARTH SCIENCES,INC._ 7 RATE SCHEDULE 2013 'Senior Geologists/Project Managers ;/;Hourly Rate '_Daily Field Rate Project Manager __.$135 =|---s $4,150 _Senior Geologist $100 $1,050 i Geologists _Geologists (6-10 years experience)«sss $75-$100.-|---s«$725-$950_Geologists (3-5 years experience);$65-$90 =: -$600 -$775 Geologists (0 -2 years experience)--$55-$75 >=$475-$650 | |Geotech/Field Assistant ==$35 -$60/hr+OT' Laborer/Local Coordinator $35 -$60/hr +OT | _CoreCutter ;-..$35-$60/nr +OT 'GlS/Data Management oe |GiSAnayst $100,$150/hr Weekends Logistics/Operations |Logistics /Operations Manager "$125 |$187.50/hr weekends -,__Logistics Coordinator _a $90,i $135/hr weekends .Project Coordinator $70 -$90 $105 -$135/hr weekends 'Expediters i $40-$75 |$60-$97.50 OT- Community Engagement/Logistics a "Community Engagement Professional ===$85.--SSCS SC«#S 127.5 0/hr weekends 'Administrative _ Administrative Staff --$50-$75.|$75-$112.50/hr OT "*Daily Field Rates are based on a 10-hour work day;hours over 12/day will be charged extra *Overtime rates apply at 1.5 times the normal hourly rate for any work done over 8 hours/day or 41 -*Minimum for weekend work is 2 hours at weekend/overtime rates CONFIDENTIAL | Page 16 Alaska Business License # Alaska Department of Commerce,Community,and Economic Development Division of Corporations,Business and Professional Licensing P.O.Box 110806,Juneau,Alaska 99811-0806 This is to certify that ALASKA EARTH SCIENCES INC 11401 OLIVE LANE ANCHORAGE AK 99515 owned by ALASKA EARTH SCIENCES INC is licensed by the department to conduct business for the period January 14,2013 through December 31,2014 for the following line of business: 54 -Professional,Scientific and Technical Services This license shall not be taken as permission to do business in the state without having complied with the other requirements of the laws of the State or of the United States. This license must be posted in a conspicuous place at the business location. It is not transferable or assignable. Susan K.Bell Commissioner 300511 RFP-AEA-2014-0800-1715AlaskaEarthSciences,Inc.Proposalfor:FieldLogisticsCoordinatorAccommodationsTrackingExample8/23/2009 8/24/2009 8/25/2009 8/26/2009 8/27/2009 8/28/2009 8/29/2009 2 #2 mR arn #2 (AINA)DeesetEvare #2 (AIMM)He?(AIM)lEvars'Deese #2 (AIMMHelme/Dotaon #3 (TS)iHeime/Dotson #3 (TS)Heime/Ootson #3 {T'S}Hekna/Dotaon #3 (TS)Helma/Dotson #3 (TS)Heirne/Doteon #3 (TS)Hekva/Doteon #3 (TS)Nofe Change trom BurtowDeatherage #4(TS)BurtorvDestherage #4(TS)BuntorvDeathersge #4(TS)__[Burton/Deatherege #4(TS)BurtorvDestherage #4(7S)Burton Desthersge #4(TS)|BurtoryDeatherage #4(TS)Previous Night lEncksoryNolen #6(OHS)fEnckson/Mahoney #5(DHS)Es #1DHS)Eri #6(0HS)Erickson/Mahoney #S(OHS)cs0n #E(DHS}Enckson #6{0HS)KSI- IKjetenvik/J Houston #10 (TS)Kietewix/d Houston #10 (TS)-_[Kyetlesva/J Houston #10 (TS)fkjedesviitl Houston #10 (TS)[Kretlesvik/)Houston #10 (TS)_[Kjetlesvik/J Houston #10 (TS)|kreiteavikt Houston #10(Ts)[Flat Nose Henry- INewroth (AES 11 INeuroth (AES\#19 Neuroth (AES)#11 odenick(TEC\Neuroth (AESI#11 TECM (AESW11 RCTEC YANN [Brodenck(TEC t SAVEC- n?"7 m?mn?#17 (AES)Anget #17 (AES)Angel #17 (AES)Unknown Still- PancvSargent #22 (TS)PattorvSargera #22 (TS)|PattonSargent #22 (TS){PutterSargent #22 (TS)PattorySargerti #22 (TS){PattonvSangert #22 (TS)|Paton/Sargent #22 (TS)RigWendier'Michak #73 (BH)lWendlerWiichak #23 (BH)Wendie Miche #23 (BH)fWendler/ichat.#23 (BH)[WendierMiichak #23 (BH Iiichak #23 (BH)Michak #23 (BH) 8 Lanne (Be)#24 B.Linne (BH)#24 IB Lunne (BH)#24 Ls Robbins(AESVE.Linne (BH)#24 |)Robbins (AESVB.Linne (BH)#24 {6 Linne (BHD #24 B Lae (BH)#24 IMahoneyiDHSVGamme(TS)#25 KGammeiTS)#25 {Gamme(TS)#26 Bi TS)#25 y (TS)#26 FGamma(TS)#25 }Gammra(Ts)#26 king +Witew26 (WE)King +Witewr26 (WE)Kang +Wie 26 (WE)hong +WHEN 26 (WER King +Wee 26 (WE)King +Wie@26 (WE)King *Witew25(WE) Franca/Momnson #27 (TS)Frenca/Morrmon #27 (TS){FrencrsMorrison #27 (TS){Frencrs/Mormon #27 (TS)IFrancesomson #27 (TS){FrenciaMornson #27 (TS)|Franci/Mornson #27 (TS) {Ceci Jones{Ayiunkert(®8)#28 (BW)[Ceca Jones{A}/Junkert(B)#26 (BN {Cecd Jonea{A)/kinkert(3)#26 (B}Cecal Jones{AyJunkert(®)#26 (BJ){Ceol Jones(AyJunkert(B)#26 (B)|#28 R Moore/HagaR26(B)} [Tatakee #29 (WE)iT atakw #29 (WB)Rowenborg #20 (OHS)lSrearers29 |sneerern29 #20 JOeRoser/Ewen #30 (GBR)b #30 (GBR)iD #30(GER)--_[DeRomerfewat #30 (GBR)DeRomerft:wat #30 (GBR)DeRosieEven 690 (GBR)[OeRosierEwent #30 (GER)iF mieyiCote 91(TS)FinteytCone #31(TS)FueyiCote #31(TS}FinieyiCove w31 (TS)F neyrCole #31 (TS)Fintey'Cote #31(S)Funiey?Cote #3117) 32 #32 #32 #32 Hes #32 lArctrbatd #22 (AKHester) 'G Friedmann IG Friedmann '3 Friedmann 1G.Friedmann 1G.Fnedmann iG Fredmenn 1G Friedmann [Hennenberger (Geo)lHennenberger (Geo)Hennenderger (Geo) ES Elke Ets ScatescConnet {ScatewMeConnet |SomtewicConnel ScaiewMcConned ScalewMcConred {ShesreicConnet SheerertMicConnel! 8/30/2009 8/31/2000 9/1/2009 9/2/2009 9/3/2009 9/4/2009 9/5/2008 lEvane/Deese #2 (AIMM)lEvere/Oeese #2 (AIMM)Evane/Deese #2(AIMM)-|Evare/Deese #2 (AIMM)Evare/Deese #2 (AMM)EvereDeese #2(AIMM)-|Evarne/Deese #2 (AIMM) HHekme/Dotson #3 (TS)Heime/Dotson #3 (TS)He kna/Dotson#3 (TS)res/Doteon #3 (TS)Parks/Dotson #3 (TS)Parks/Doteon #3 (TS)Parke/Dotson #3 (TS) BurtoryDestherage #4(TS)Burton/Deatherage #4(TS}story Burtonw4(TS)lButonv4TS)Buxtonea(TS)Burtor#4(TS)Burton#4(TS) Enckeon #6(DHS)lEnckeon #5(DHS)Enckeon #6(DHS)Enokeon #5{DHS)Enckeon #5{DHS)pcksonvNolan #5{DHS)__JEnckeorNoian #5(0HS) Kyeleevitd.!Houston #10 (TS)fKjeHeswidt Houston #10 (TS)(Kjeltesvik/J.Houston #10 (TS)[Kye"esvik/Huston #10 (TS)[kjettesvit-uston #10 (TS)Kjeleevik/Huston #10 (TS)|Kyjelleevictduston #10 (TS) Brodenck(TECV#11 oderick(TECHNeuoth {AES}Brodenck(TECyNeuroth (AESIBr (TEC)Neuroth (AESwt1 [Br (TECH (AESa1 [Br (TECy (Ae ga (TEC)(AESWI1 Accommodations Tracking Example Page18 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Travel Tracking Example Sunday Monday Tuesday Wednesday Thursday Friday Saturday 1. 2.3.4.3.6.7.Deroase (GBR)arrives AKN@ |8.Gary departs AKN @ 7:30 on Sandovel (TEC)arnwe AKN @ Ahiqgasl arrives AKN @9-05 a.m.|SchwermearrivesAKNmt2:20 on |Dotsan &Kjellesvik(TS)depart 9-05 am.Ewah (GBR)departs Bill Linne (BH)departsAKN?PAN210 tor ANC.6.SOpm on PA0209.on PA0201.GaryarrivesAKN@ =|PA205 to test at,thon departs @ AKN @ 9:35 am via AK3202 AKN@9:35 a.m.on PAONI28.50 pra on PAQ211.10:20 pm an PA2904,J.Harsan (TS)serives AKN @905Evert,Russell&Conowny (WB)an via PAO202departAKNef7:30 pm K Merun (AIMM)departs AKN @Hetms&Moron (TS)mrive 9.35 am.an PA202. AKN @7.30 vis AK162 4.Boren (AIMM)arrives @ 10.50mnviaPA203toweld3.Gasma (mechamc](TS)arrivesAKN@7:0 pa. 9.10.u.12.13.14.15,L.Hanaon (TS)departsALN@ Mahoney(DHS)arrives AKN@ Redgrave (ARS)deperts AKN @ Milchak &Wendler (BH)arrive Nuss &Dendy (GBR)arrive AKN |Feige errives AKN @ 9-05am via6:10 pm vie AK3208_'5:30 pm vis AK 162 es topdrive 'S:S0pen via PAO2TL AKN @ 9:05 am vis PA20).@ 9:05am vie PA20)to case hole.|PAU and departs AKN @ 7:30techricmn.Roberts (AES)arrives AKN @ Ewalt (GBR)amves AKN @ fm vin PA210 (or Ceremony.5-50 pen via PA207 to serve aa Rig |9:05amvisPA201,Stafford (GBR)}Greeff,Huston,Devis,Parks &Geo.Pang SKN G 9:35 am ve 'Shewmake(TS)depart AKN @9.20pm vie AK3212.By Lanne wrives AKN 6:50pm wrives AKN @ 9:05amvieKS209wmixcementvasPADI.Pinkey,Sergenti,Dotson,Francis &Kjelleavik (TS)arrive AKN 7:30panviaAKi62Retherford&Ellis (AES)arriveAKN@8:50 pm via PA2I1.Tram &Boren (AIMM)depertAKN@2:50pmvisPA205. 16.17,18.9,20.21.22.Retherford &Fllis (ABS)depert Eduardo departs AKN @ 2:50pm Neuroth (ABS)arrives AKN @ J.Robbins departs AKN @ 6:10 pm |C.Jones (BJ)arrives AKN @10:50 |R.Peterkin arrives AKN @AKNst2°50 pm on PA206 via PA206.9:05 am to Mud via PA208.am vay PA203.10-50am vie PA203anddepartsJunkest(BJ)arrives AKN @ A Roberts (AES)departs AKN @ Moore,Hage &Payne (BJ)depart |AKN @ 7.30pmviePAZ10.10:50am vie PA203,10:1 Open vie PA2904.AKN @ 2:50 pm via PA206.S.Tatekis(WB)arrves AKAN @Putnam(BJ)departs AKN @ Nuss&Dendy (GBR)depert AAN 5:S0pne via PA207.2:SOpen vim PADS.@ 9.35amviePA202.B.Destherage (TS)amives AKN @ Decae &Evans (ALMM)departS50pmAKN@9:3Sem via PA202. 23.24,25.%.27.28.29.C.Nolen (DHS)depests AKN 'S Tetukia (WB)deperts AKN @ D.Shearer arrives AKN @ 9:05am A Ange](ABS)eres AKN @ M Mahoney&Rodenbarg (DHS)|W Rowe (TNG)arrives AKN @@7.320pm vie PA210.6:10pm via PA208.via PAZOI.22pm vie departs AKN @ 9:35em via 9:05am via PA2OFG.Frednam anives AKN @ J.Robbms (AES)mrives AKN @ R eect (Geo)wives AKN |PA202.P Archibald (AKHeater)erives,6:50pm via PA209,2:20pim vie PA205.@ &S0pm vis PA209.N 'Scalea departs AKN @7:30 AKN(@ 9:0Sem vie PA201.BvanediDeene (AIMM)arrive AKN |B Bilis (AES)ernvesAKN @ pm wm PA2IO B Elks (AES)departsAKN @as:5:50pm via PA207.6:50pen via PA209.Neuroth(AES),Bvans(AES),7:30-en via PA2IO.Broderick (TEC)arrives AKN @ Deese(AES),Rowe (TNG)departsAKN@&boomer PA209.Junkert(B!)&Robbans(AES)6:00pm via PA776depertAKN@6.30pmviaAKAir |Moore &Haga (BJ)arrives AKN:To.@ 6:50pmnvis PA209. ww.31. R.Henneberper (GEO)departs LRobbies (AES)arrives AKN @AKN@6:10pm vis PAQOG.9 O5em via PA201.'Evans &Deese (AIMM )arrive R.Henneberger(Geo)departsAKN(@ 6:50pma vin PA209,AKN@9:35em via PA202Archibald(AK Heater)departs F.Wendler (BH)arrives AKNAKN@6:10pm @10-50am via PA203.P.Archibald&Boe (AK Heater)arrive AKN @ 10:50am via PA203.M Newroth(AES)srrives AKN @6SOpenviaPADD Page 19 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Requisition Request Form Example Alaska Earth Sciences,Inc. 11401 Olive Lane,Anchorage,AK 99515 -Phone (907)522-4664;Fax (907)349-3557 REQUISITION FOR MATERIALS DATE:PROJECT/SUBProject:P.O.# TO: ORDERED BY: PHONE:SALESMAN/CONTACT (including email):ESTIMATED COST: FAX: QUANTITY DESCRIPTION OF MATERIALS (INCLUDING WEIGHTS &DIMENSIONS)PREFERRED |UNIT PRICE TTL PRICE VENDOR ALL REQUISITIONS MUST BE APPROVED BY PROJECT MANAGER MATERIALS TO BE USED FOR: DATE/TIME REQUIRED ON PROJECT SITE (MUST HAVE): PROJECT MANAGER SIGNATURE OF APPROVAL: Page 20 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Map Po,"ere =i |arpn.i:.,#Talkeetna ,.*Sen=OT x=)eS gnag°Rive el?"st yee ¥iy Watana Vicinity Activity ©Previous AES Project Activity 0 5 10 20 a _---ees Miles Page 21 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Resumes -Key Personne! David Redgrave Alaska Earth Sciences,Inc. 907-522-4664 11401 Olive Lane dredgrave@alaskaearthsciences.com Anchorage,AK 99515 Summary of Qualifications Versatile manager and consultant with 20+years experience in business,operations,and logistics management on international,domestic,and remote Alaskan and Canadian projects.Experience with project evaluation, planning,budgeting,implementation and support on a variety of complex technical exploration and business oriented projects. Essential Skills &Abilities: e Project planning and cost estimating Logistics coordination and expediting Camp installation,management,and support services Permit drafting,submission,and compliance Communications infrastructure installation Materials and equipment procurement Fuel depot permitting and management Supply chain management Freight and transportation management International shipping and customs Employment History Alaska Earth Sciences 2006 -Present Logistics/Operations Manager Clients,Projects Gold Canyon Resources,Springpole Project Cook Inlet Region,Inc.,Underground Coal Gasification Resources in the Beluga Field Naknek Electric Association,Geothermal Exploration on Bristol Bay Ormat,Geothermal Exploration in South Central Alaska Newmont,Exploration in remote areas of Alaska Antofagasta,Pyramid Project Riversdale Resources,Coking coal exploration project Responsibilities: e Planning and coordinating the logistics for mineral exploration,geothermal,and development projects in different remote locations throughout the state of Alaska and Canada utilizing many types of air,land,and marine assets. *Project planning,budgeting,procurement and implementation.Experienced with contractor solicitation,selection,and managing contractor deliverables. e Remote camp site evaluation,planning,permitting,installation,logistics support,and management including emergency response plans,remote satellite communications and fuel logistics. e Operations management of complex remote diamond drill exploration projects.Experience managing camp,drill,environmental, and engineering contractors. Anchorage hub based project coordination,warehousing,and supply chain management for a variety of remote projects. Maintaining,tracking,and billing of field equipment and consumables inventory stocked in Anchorage for client use. International shipping and receiving Trade Winds Import Company 1996 -2007 Business Owner Page 22 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Responsibilities: e Started company and built it up from week-end market booth to a profitable year round concern. e Overseas purchasing,packing,consolidation,and shipping of mixed product involving air,land,and sea logistics. e Importing,warehousing,and distribution of product in Alaska. e Office admin,record keeping,finance,leasing issues,staffing e Planning shows and mobilizing people,product and building materials for multi-day shows around the state.Booth/camp building. Global Ventures and Services 1994 -1996 Business Owner Responsibilities: e Personal and business travel consulting service e =Airline ticket broker and investor American Copper and Nickel Company 1990 -1994 Exploration Geologist Responsibilities: ®Mineral Exploration for gold and base metals. e Field experience includes helicopter supported reconnaissance prospecting and mapping,geochemical sampling,airborne geophysical follow-up,ground based geophysics,corelogging,logistical support.Operated ATVs,Zodiaks,Skiffs,Boston Whaler. e Office work involved project research and compilation,drafting,borehole logging. Pilot Center 1989 -1990 Flight Instructor/Charter Pilot Responsibilities: e Primary through advanced instruction and charter using full line of Cessna and Piper Aircraft. e Shop work assisting in inspections and general power plant and airframe maintenance.Installing STC mods. Banner Bros.Aviation 1988 Aircraft Fabricator/Ferry Pilot Responsibilities: e Rebuilt Super Cub from the frame up and ferried float planes to and from Alaska while working on ratings A Moveable Feast 1985-1987 Winter Kitchen Manager Responsibilities: e Cooking,catering,inventory control,and employee supervision. Sourdough Outfitters 1985-1987 Summer Wilderness Guide Responsibilities: e Guided backpack and float trips in the Brooks Range. Spanish Peaks Cord Wood 1980 -1984 Business Owner Responsibilities: e Logging,cutting,and delivery of firewood while attending MSU. Ward Irrigation 1976-1978 Technician Responsibilities: e Constructed irrigation systems.Fabrication and welding. CSU Experimental Orchard 1976 -1978 Farm Hand Responsibilities: e Irrigation,cultivation,and harvest using wide range of equipment. Education e BS.Earth Science,Montana State University 1984 e Professional Pilot Program,Hillsboro Helicopters 1988 e AMA Professional Short Courses -VMS Deposits,Structural Geology,Skarns,Prospect to Prefeasibility Page 23 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Certifications e Commercial Pilot:single engine land and sea,instrument airplane.Instrument Flight Instructor. e Wilderness First Aid e MSHA Surface Miner e Firearms Safety and Bear Awareness Training e Food Protection Manager-Certificate #5345677 e =Fork Lift Certified e FAA Hazmat Shipping and Training Page 24 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Rick Harris Alaska Earth Sciences,Inc. (907)522-4664 11401 Olive Lane rharris@alaskaearthsciences.com Anchorage,AK 99515 Summary of Qualifications Rick Harris has worked for Alaska Earth Sciences since 2006 providing logistical and operational support for our remote exploration projects from the field.Rick earned a bachelor's degree in Finance from University of Alaska Fairbanks training him to keep a keen eye on budget,costs,inventory,and consumption.Rick has 3+ years experience providing on-site logistics and operational management for multi-drill programs coordinating acquisition and delivery of all food,fuel,supplies and personnel.Rick has been responsible for the construction and maintenance of a fuel depot in support of a multi-drill and multi-helicopter program. Employment History Alaska Earth Sciences 2006-Present Camp Manager Clients,Projects &Dates: e Newmont Nixon Fork/Dome 2012 e Newmont Nixon Fork 2012 e Full Metal Minerals Sand Point 2011 e Newmont Nixon Fork &47 Creek 2010 Responsibilities: Handling logistics for fuel,freight,supplies,and personnel in and out of camp e Maintain and ensure proper working order of all camp systems including power,water,equipment,and waste management e Ensure and enforce a clean,safe,and healthy camp environment e Helicopter and Drill support as needed e Fuel Management e Assist project manager and take care of any requests to maintain efficient project operations e Work closely with Anchorage Operations Manager to ensure efficient program operations Logistics,Camp Support &Field Technician Clients,Projects &Dates e Full Metal Minerals Crooked Creek &Chicken 2009 e Full Metal Minerals Chicken,Moore Creek,&Crooked Creek 2008 e Bristol Bay Native Corporation KUY/FOG/STUY 2007 e Bristol Bay Native Corporation Nondalton,Lake Clark IP Survey 2007 e NYAC 2007 e =©Chignik 2007 e Full Metal Minerals Chicken 2007 e =Barrick 2006 Responsibilities: e JP surveys,core cutting,line cutting,pad building,soil sampling,artesian repair e Geologist assistant e Camp manager assistant e Project manager assistant e Bear guard Sentinel Real Estate 2006 Intern e Assisted in the Accounting department as a summer intern Education: e Bachelors of Finance with emphasis on Capital Markets from UAF,2006 Certifications: ©Wilderness First Aid Firearms Safety Hazmat transport Page 25 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Kevin Linn Alaska Earth Sciences,Inc. 907-522-4664 11401 Olive Lane klinn@alaskaearthsciences.com Anchorage,AK 99515 Summary of Qualifications Smart,detail orientated,quality driven decision maker who understands and provides extensive Project and operations management,Maintenance Management,Human Resource Management,Safety management, business development,contracts,and financial administration experience.Proven management experience on Federal,State and oil company projects,including responsibility for overall and day-to-day Alaska and overseas site operations,fleet,and maintenance work loads.Possess strong organizational and process management skills.Operations and maintenance background includes Corporate oversight as well as remote site operations, fuel/airfield/port management and operations,and oil field service facility operations.Supervised day-to-day operations and performed contract administration duties for large government contracts.Extensive 8(a) experience and includes SCA and CBA contracts,management of organization &development of affirmative action plans,employment processes,workers compensation and work modification programs,as well as union avoidance,labor relations and collective bargaining negotiations.Labor recruitment and development of recruitment strategies. Employment History Alaska Earth Sciences March 2012 to Present Warehouse Foreman /Corporate Safety Oversight ¢Responsible for all warehouse functions for Alaska an Canada locations. ¢Develop,implement,and monitor Safety,and Quality management,for Corporate and project work sites. Yulista Management Services 2002 -2011 Safety /Quality Assurance /Recruitment /Fleet Manager «Responsible for all recruitment functions for Alaska locations,continental United States and overseas programs. ¢Develop,implement,and monitor Safety,and Maintenance management,for Corporate and project work sites. *Assist in proposal development for Government request for proposal (RFP). Nuiqsut Constructors /Nanug Inc.1998 -2002 Safety Manager/Human Resources Manager /Maintenance Management Oversight ¢Responsible for all Safety &HR functions for corporate office and projects ¢Conduct investigations and follow up actions,provide and set up personnel training, *Maintain Workman's Compensation issues and set in place injury and accident prevention programs *Create,document,and put-in-place procedures and polices for the HR department ¢Develop and implement maintenance management systems Natchig Inc.1997 -1998 Recruiter ¢Assist in recruitment for Natchigq,and it's subsidiaries /Marketing Shareholder hire *Work with State and local governments,agencies,in evangelizing Natchiq to all interested parties. ¢Assist in investigations of harassment,employment,and EOE practices. Cummins Northwest Inc.1996 -1997 Service Operations Manager -Alaska Region ¢Responsible for the overall operation,management,safety of the service and business development entity for *Cummins Engine Company for the State of Alaska. ¢Responsible for 3 million dollar service department budget including all fiscal controls and reporting ¢Responsible for mult-disciplined workforce and related HR,productivity,training,quality control,and team building *Responsible for increasing overall market share and profit,operations,and customer relations *Responsible for reorganization of departments to streamline and improve efficiency of Alaska operations *Setup management systems for financial and short/long term tracking capability of work in process «Act as Management representative on dealing with Union contract negotiations arbitration,and mediations. PIOUNIQ Management Corporation,1993 -1996 Director of Corporate Safety /Maintenance Management Systems /Quality Assurance *Project Manager -Service Area 10,Prudhoe Bay /Indian Health Services MP2 Implementation,AZ and NM Page 26 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Responsible for researching and preparing Corporate Quality,Safety,&maintenance policies and programs. Assist with Project Management for Eareckson AF Project,and the Navy Midway Project. Responsible for Quality/quality/maintenance technical proposal writing for B&D and RFPs Responsible for preparing &performing Safety/QC Auditing/inspections of corporate projects Alternate project manager for the Service Area Ten Facility located in Prudhoe Bay,Alaska. Responsible for the overall project management for the US Public Health Service contract for the computerized maintenance management program for 10 sites located in Arizona and New Mexico. Responsible for the implementation,training,and marketing for the corporate wide computerized maintenance management program,DataStream's MP-2. Safety &Quality Control/Manager 1991-1993 Vehicle /Equipment &Operations Manager,1989-1991 -Amchitka Isl.Alaska,ROTHR Radar Facility Overall responsibility for project and site operations Overall responsibility,setup,implantation,and auditing of company safety program and HR function for contract. Airport Manager-Supervise and direct all ground operations for civilian and Military aircraft. Responsible for interfacing with U.S.Navy,and other Federal and State Regulatory Agencies on operations, Environmental concerns including preparing and updating oil spill contingency plans,hazardous waste plans. Analyze,develop and review budgets,for maintenance and cost control programs. Responsibility and management of 1.5 Million-dollar operations and maintenance budget. Oversee Transportation and Operations,Airport Equipment Operations,Harbor/dock and barge activities. Oversee Fuel Tank Farm including all related fueling and off-fueling operations. Setup and oversee yearly,weekly and daily schedules,Plan,schedule and track long range projects. Direct and supervise office staff,maintenance mechanics,Drivers,and heavy equipment operators. ITT Antarctic Services,1986 -1989 Ocean Desalinization Plant Manager/Vehicle/Equipment O&M Manager Manage overall operation and maintenance of Desalinization Facilities, Training and supervision of Facility operators and maintenance personnel. Responsible for ordering parts and supplies from both civilian companies and the Federal Stock System. Computerized inventory /record system as well as creating and setting up a Preventive Maintenance Program and Quality Improvement team for problem solving. Manage overall Equipment /Vehicle operation and maintenance Facility /Aircraft Ops &Refueling Mgmt. Assist the National Science Foundation in various aspects concerning maintenance support functions and other requirements both operational and political in nature for the US Antarctic Program. Establish Maintenance Management Program for Station equipment,setup computerized PM program. Summary of Education Graduate,Oregon State University,B.S.Agricultural Science Graduate -Alaska Operating Engineers Mechanic Apprenticeship Program -Completion Certified Journeyman Mechanic/Welder. Graduate -Caterpillar Master Mechanic School,Peoria ILL.-Completion Certificate Certified Caterpillar Master Mechanic. Numerous professional courses and seminars in maintenance management,Safety,Contract Administration,Finance,Human Resources,and Labor Relations. In-Process -Villanova University,Project Management certificate program Page 27 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Michelle Johnson Alaska Earth Sciences,Inc. 907-522-4664 11401 Olive Lane miohnson@alaskaearthsciences.com Anchorage,AK 99515 Summary of Qualifications Experience working in and with culturally and socially sensitive rural communities engaged in resource development.Familiar with logistical needs and challenges associated with remote resource exploration and development in Alaska.Strong organizational skills to assist in prioritization and management of necessary administrative documentation required by regulatory agencies. Employment History Alaska Earth Sciences 2006 -Present Project Coordinator &Community Engagement 2009 -Present Clients,Projects &Dates: e CIRI Underground Coal Gasification e Naknek Electric Association Geothermal Exploration e Newmont Mining Company Mineral Exploration Responsibilities: e Provided Anchorage based coordination of transportation of all project personnel and materials e Oversaw accommodations,contract,and bill verifications e Created Emergency Response Plan with Project Manager inclusive of all local and sub-regional resources and potential environmental risks e Coordinated safety training of all project staff including:firearms safety and operation;bear awareness and deterrence;wilderness first aid;interethnic communication;and winter overland transport and survival. e Coordinated with project manager,consultants,subcontractors,and permitting specialist to ensure that all necessary data is gathered and submitted in a timely manner to regulatory agencies Logistics Coordinator &Stakeholder Relations 2007-2009 Responsibilities: e Provided Anchorage-based support for remote projects including personnel travel arrangements,coordinating and arranging equipment and supply transport,and gaining access to and use of any project local resources (equipment and personnel) Executive Assistant 2006-2007 Responsibilities: e Manage incoming and outgoing information,documents and personnel e Assist in logistical support for remote operations e Create and revise contractual agreements ¢Organize and maintain documentation of work performed Education e Master of Arts,Sociology-Rural and Environmental Change,University of Montana 2008 e Bachelor of Arts,Sociology,University of Portland,2002 Achievements ¢Thesis Topic:Local Government Incorporation as a Perceived Effective Community Response to the Impacts of Rural Restructuring in Delta Junction,Alaska e Recipient,University of Montana Graduate Student Research Conference Award Page 28 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 Steven Smith Alaska Earth Sciences,Inc. 907-522-4664 11401 Olive Lane ssmith@alaskaearthsciences.com Anchorage,AK 99515 Summary of Qualifications Steve has worked for Alaska Earth Sciences since 2011 and has served as a field geologist for a mineral exploration project as well as Field Operations Coordinator for a geothermal exploration project,a winter seismic survey for Underground Coal Gasification exploration,and installation of test wells for a coal exploration project.Steve oversaw all contractors on each respective project,coordinating initial mobilization to site,personnel transport and accommodations,remote facilities including fuel depot,helicopter activity including sling loads,communication and emergency response protocols and final demobilization.Steve brings a great appreciation for operating in the field to his role as Field Logistics Coordinator allowing him to better anticipate needs and challenges. Employment History CA Gold,LLC 2010 -Present Permitting,Geologic,and Environmental Consulting Responsibilities: e Conducted permitting and regulatory oversight and mine operational planning for current and proposed placer gold mining operations e =Set up of plants and sluice operations Alaska Earth Sciences 2011-2012 Geologist/Project Coordinator Responsibilities: e Test Well Installation Supervisor.Duties included well installation,logging,well analysis,and consultation for the Chuitna Coal exploration project near Beluga,Alaska.The 2 month project was conducted at a remote site with helicopter support. Additional well testing was conducted during a two week period subsequent to main project completion. ®Onsite Project Coordinator for the Mt.Spurr Geothermal!2011 drilling program.The 3 month project was a geothermal exploration drilling program conducted at a remote site and was fully helicopter supported.Supervise personnel,track project resources and expenditures,assist in field work. e Onsite Project Manager for the CIRI Coal Gasification,Beluga,2011-12 seismic exploratory survey.The 3 month project was conducted and completed during adverse conditions with helicopter support.Supervise personnel,track project resources and expenditures,assist in field work. Test well supervision and logging.Sunset Creek,Nome,Alaska placer deposit exploration. Mineral exploration team member.Ultra-mafic specimen collection,stream sediment sampling,onsite geochemical sample analysis.Ray Mountain,Yukon River Area,helicopter supported project. TERRASAT Ine.2004-2010 Geologist/Environmental Scientist/Project Manager Responsibilities: e Aquifer Studies Mine Drainage Analysis Contaminated Sites Cleanup and Monitoring NPDES Storm water Permitting and SWPPP Management Ground and Surface Water Monitoring and Analysis Supervising Well Installations and Well Logging Drainage Analysis (WMS &StormNet) Placer Mine Permitting Environmental Site Assessments (Phase I,II and III) e Vegetation Studies University of Alaska Anchorage 2004-2006 Research Assistant/Teaching Assistant Responsibilities: Page 29 Alaska Earth Sciences,Inc.Proposal for:Field Logistics Coordinator RFP-AEA-2014-0800-1715 e Catalog and summarize existing data for implementation of Natural Resource Management Plan.NPS,Bering Land Bridge National Monument and Krusentstem National Preserve e Assistant to instructor for Physical Geology (A111L)Laboratory Education e Bachelor of Science emphasis in geological sciences,University of Alaska Anchorage 2003 Publications e Smith,S.and Foster,N.2005,The Distribution of the Freshwater Mussels Anodonta spp.and Margaritifera falcate in Alaska,USFWS Final Report;ARLIS Smith et al.2006,Defining potentially toxic metal and nutrient baselines for aquatic habitats of Katmai National Park,NPS Final Report. e Smith et al,2006,Assessment of Coastal Water Resources and Watershed Conditions at Cape Krusenstern National Monument,NPS Report. e Kliewer,C.,Smith,S.,Munk,L.,Kaiser,R.,Giardino,J.,Jorgensen,W.,and Kelly V.,2006,Assessment of Coastal Water Resources and Watershed Conditions at Cape Krusenstern National Monument,NPS Report. Page 30