Title: Notice of Request for Statement of Qualifications SOQ# VSW-MCG , City of McGrath, Alaska Design Services

Similar documents
Request for Statements Qualifications(RFQ) For

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Legal RFP Questions and Answers February 14, 2014

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

The DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program.

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALDevelopment of a Local

Information Technology Business Impact Analysis Consulting Services

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

SCHOOL BOARD ACTION REPORT

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

VILLAGE OF FOX CROSSING REQUEST FOR PROPOSAL FOR COMPREHENSIVE PLAN

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

2018 Pipelines Engineering Services Boerne Stage Road, West Avenue, and Highway 90 & General McMullen

AMENDMENT #3 August 19, 2011 REQUEST FOR PROPOSALS (RFP) VIDEO LOTTERY OPERATION LICENSE IN BALTIMORE CITY (# )

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES. to the. Falmouth Public School Boiler Projects

CITY OF PITTSBURGH Office of Management & Budget

SACRAMENTO COUNTY REQUEST FOR PROPOSAL OPERATIONAL REVIEW Voter Registration and Elections DEPARTMENT

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

State of Florida Department of Transportation

CAYUGA COUNTY, NEW YORK REQUEST FOR QUALIFICATIONS STERLING NATURE CENTER CONCEPTUAL DESIGN & DESIGN SERVICES. Issue Date: March 27, 2018

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Solicitation Number RFP No Date Issued Procurement Officer. The Term "Offer" Means Your "Bid" or "Proposal"

PORT OF TACOMA REQUEST FOR PROPOSALS No The Northwest Seaport Alliance Federal Lobbying Services

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

REQUEST FOR QUALIFICATIONS. Design Professional Services

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

Sheltered Market Program Description Background

RFP Number: R P1 Addendum No. 1 Page 1 of 1

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

SFY 2019 NATIONAL FAMILY CAREGIVER SUPPORT PROGRAM REQUEST FOR PROPOSAL UNDER THE OLDER AMERICANS ACT OF 1965, AS AMENDED TO BE AWARDED BY:

REQUEST FOR PROPOSAL CAPITAL FACILITIES AND EQUIPMENT IMPACT FEE ORDINANCE UPDATE AND REVIEW. Town of St. Albans, Franklin County, Vermont

Energy Efficiency Programs Process and Impact Evaluation

The Park at Fields of Medina Playground Equipment

STATE OF MAINE Department of Economic and Community Development Office of Community Development

Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL

Project Management Services Unit Sump Pump Installation Modifications Project. RFP No. 922

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Pre-Proposal Conference

City of Florence, South Carolina Frozen Turkeys & Gift Cards Invitation to Bid No

All proposals must be received by August 30, 2016 at 2:00 PM EST

1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

PLA Determination Guide for DoD

2016 Park Assessment

REQUEST FOR PROPOSALS RFP NO.:

SEPTIC MAINTENANCE PROGRAM RULES (ARTICLE 10)

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUEST FOR PROPOSALS

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

REQUEST FOR PROPOSAL

Midway City Council 11 July 2018 Regular Meeting. Financial Advisory Services / Award Contract

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

REQUEST FOR PROPOSAL After Hours Answering Services

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360)

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

8, 2018 REQUEST FOR PROPOSALS (RFP): G

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

REQUEST FOR QUALIFICATIONS -ENGINEERING DESIGN SERVICES -

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

2016 Request for Proposal LGBT Community Needs Assessment

AMENDMENT OF SOLICITATION

Transcription:

Title: Notice of Request for Statement of Qualifications SOQ# -MCG-2018-21, City of McGrath, Alaska Design Services Category: Procurement Professional Services Solicitation Number: -MCG-2018-21 Project Name: City of McGrath, Alaska - Design Services Date Issued: July 30, 2018 Public Notice Period: July 30, 2018 through August 8, 2018 SOQ Submission Deadline Time/Date: On behalf of the City of McGrath, the Department of Environmental Conservation (DEC), Village Safe Water () Program has released SOQ # -MCG-2018-21, effective July 30, 2018. This SOQ solicits for design services for the City of McGrath, Alaska. SOQ submissions will be received until 3:00 PM Alaska Time, August 8, 2018 in the office of DEC - Program, 555 Cordova Street, 4 th floor, Anchorage, Alaska 99501. If interested in this SOQ, please contact the Procurement Officer, Rashaad Esters via email for an electronic SOQ file and to register as a prospective offeror. If an amendment is released for the SOQ, registered companies will be sent the SOQ amendment automatically by email. DEC Program Rashaad Esters, Procurement Officer Department of Environmental Conservation Division of Administrative Services Village Safe Water Program 555 Cordova Street, 4 th floor Anchorage, Alaska 99501 Telephone: 907-269-7674 Email: rashaad.esters@alaska.gov Important Notice: Offerors with a disability may receive accommodation regarding the means of communicating this SOQ or participating in the procurement process. For more information, contact the Procurement Officer no later than five calendar days prior to the deadline for receipt of SOQ s.

Request for Statement of Qualifications SOQ# -MCG-2018-21 City of McGrath, Alaska Design Services Village Safe Water Program Department of Environmental Conservation Date of Release: July 30, 2018 Proposal Opening Date/Time: August 8, 2018 3:00 PM SOQ # -MCG-2018-21 Page 1 of 8

TABLE OF CONTENTS SECTION PAGE # 1.0 BACKGROUND 3 2.0 SCOPE OF SERVICES 3 3.0 MINIMUM QUALIFICATIONS AND RELEVANT PROJECT EXPERIENCE 4 4.0 FORMAT, CONTENT AND EVALUATION SCORING OF SOQ 4 5.0 SOQ QUESTIONS 6 6.0 MBE/WBE PREFERENCE 7 7.0 ASSISTANCE TO OFFERORS WITH A DISABILITY 8 8.0 SUBMITTAL INFORMATION AND SCHEDULE 8 9.0 PROTEST PROCEDURES 8 10.0 APPENDICES 8 SOQ # -MCG-2018-21 Page 2 of 8

On behalf of the City of McGrath, Alaska, the Department of Environmental Conservation, Village Safe Water () Program is requesting Statement of Qualifications (SOQ) for Engineering Consultant services. The Procurement Officer for this SOQ is: Rashaad Esters, Procurement Officer Department of Environmental Conservation Village Safe Water Program 555 Cordova Street, 4th Floor Anchorage, Alaska 99501 Telephone: 907-269-7674 Email: Rashaad.esters@alaska.gov 1.0 BACKGROUND The City of McGrath is requesting written Statement of Qualifications from firms interested in proposing on the wastewater design project. The City of McGrath is located 221 miles northwest of Anchorage and 269 miles southwest of Fairbanks in interior Alaska. It is adjacent to the Kuskokwim River directly south of its confluence with the Takotna River. The community is located in the Mr. McKinley Recording District. The area encompasses 38 square miles of land and 5 square miles of water. Existing Sanitation The portion of McGrath on a piped wastewater system is limited to the downtown area of the community (the north end of McGrath), and consists of 38 Septic Tank Effluent Pumping (STEP) wastewater services. The rest of the community utilizes on-site septic or crib systems for wastewater treatment and disposal. Homes and buildings on the piped sanitation system use individual STEP septic tanks to collect wastewater. The first septic tank chamber collects and settles much of the solid waste. The effluent from the first tank chamber passes into the second chamber which has a pump that pumps the effluent to the community s aerated treatment lagoon system via a 2 HDPE arctic sewer line. Solids/sludge from the individual STEP tanks are pumped from the tanks as needed by the City. The pumped solids are treated with lime and disposed of in the community s permitted landfill. The community s pumper truck is a 1959 Ford. Major issues with the McGrath sanitary sewage collection system are generally related to the system s age, and include: The original steel STEP tanks are over 20 years old. Many tanks are suspected of being rusted through and leaking, and will continue to degrade. Check valves used to prevent sewage from one customer entering the tank of another user have failed. The Community s present pumper truck is a 1959 Ford, and needs to be replaced. 2.0 SCOPE OF SERVICES Contractor shall provide the following Engineering Consultant services for the City of McGrath: SOQ # -MCG-2018-21 Page 3 of 8

Design Analysis Report (DAR), 65%, 95%, and Issued for Construction drawings for the following services: Replacement of approximately 34 to 36 STEP systems. Replacement of 2 to 4 STEP systems with on-site septic tank drain field. These are the Amos St homes that are on the community STEP wastewater collection system. New surface aeration/mixing units for the sewage lagoon. Develop specifications for community s vacuum/discharge pumper truck. Project Tasks, Deliverables and Schedule: The deliverables for the project include: 1. Design Analysis Report and 35% design drawings and outline specifications 2. 65% design drawings and specifications. 3. 95% design drawings and specifications (issued for agency review) 4. 100% design drawings and specifications (Issued for Construction). 5. Construction permits 6. Trip reports for all village trips. 7. Specifications for Community vacuum/discharge pumper truck. Tentative SOQ/RFP Schedule Below is the estimated schedule for this procurement. If any of the dates are changed, the others will all be changed accordingly. July 30, 2018 August 2, 2018 3:00 PM AKST August 8, 2018 3:00 PM AKST August 10, 2018 August 23, 2018 September 10, 2018 September 21, 2018 September 27 2018 September 28, 2018 Issue Request for Statement of Qualifications Questions due Statement of Qualification due Short list three firms / Issue Request for Proposal Written Proposal due Consultant presentations Issue Notice of Intent to Award Request for fee proposal and contract negotiation Issue Notice to Proceed The dates identified above may be changed by the Program. The offeror selected for award of a contract will not be eligible to propose on or be selected for construction management of these improvements. 3.0 MINIMUM QUALIFICATIONS AND RELEVANT PROJECT EXPERIENCE Offerors shall provide with their proposal a written narrative verifying that the Project Manager has five years of experience in the following areas: Residential on-site wastewater design. Worked in rural Alaska doing sanitation design for a cumulative of 5 years over the last 20 years. SOQ # -MCG-2018-21 Page 4 of 8

Project Manager should have been a licensed Professional Engineering (PE) for 10 years. Proposals that do not provide a written narrative that the Project Manager meets the minimum qualifications and relevant project experience shall be deemed non-responsive and disqualified from consideration. 4.0 FORMAT, CONTENT AND EVALUATION SCORING OF SOQ The SOQ shall follow the format and content requirements described below. The SOQ shall be typed on standard 8.5 X 11 paper, the font shall be no smaller than 12 point and margins shall be at least 1 all the way around the page. The evaluation scores will be on a 100 point scale as defined in this section. All SOQ s will be evaluated and scored using the following criteria and total points basis. Proposals that do not meet the format and content requirements shall be deemed nonresponsive and disqualified from consideration. Provide a cover letter that identifies and describes the Project Manager and project team, including sub consultants, and summarizes the Project Manager s and team s qualifications and relevant project experience. An individual authorized to bind the offeror must sign the letter. The cover letter will not be scored. Limit two pages Qualifications and Relevant Experience of the Project Team 40 Points A. Introduce the project team, including any sub consultant, by providing one or two paragraphs about each key team member, summarizing their qualifications and relevant project experience to complete the assigned work. Provide a chart that shows the organization structure and lines of authority of the project team. Provide resumes (2-page maximum per team member) for the Project Manager, backup Project Manager, and other key staff in Appendix A. The resumes must only provide the relevant project experience of the individual. Note that relevant project experience means project experience that is related or pertinent to the requested scope or services. Limit four pages. (Not including resumes.) (10 points) B. Provide relevant project experience for the project team for the requested scope of services, showing that they meet the requirements in the Minimum Qualifications and Relevant Project Experience. The relevant project experience information shall include: a. Project Title b. Project Description c. Project start and end dates d. Client name, telephone number and e-mail address Limit eight pages (30 points) Qualifications and Experience of the Project Manager 30 Points SOQ # -MCG-2018-21 Page 5 of 8

Describe the project management qualifications and experience of the proposed Project Manager, for the requested scope of services, showing that he/she meets the requirements in minimum qualifications and relevant project experience. Explain how the Project Manager is qualified to manage this project, and list relevant rural projects the Project Manager has worked on. The project management experience information shall include: a. Project Title b. Project Description c. Project start and end dates d. Client name, telephone number and e-mail address Limit four pages. (30 points) References 20 Points Provide at least three references for the firm and at least three references for the proposed Project Manager. Information shall include name, phone numbers, e-mail address and project(s) name. However, in addition to these references, reserves the right to check any other available references for evaluating and scoring. Limit one page. (20 points) MBE/WBE Preference 10 Points To receive the points, identify the qualified MBE or WBE firm on the project team and the work that they shall perform. If the firm is a subcontractor, estimate their amount of work, as a percentage of the total proposed work. Limit one page. SOQ Proposal Appendices: Total = 100 Points Appendix A: provide resumes of Project Manager, key team members and sub consultants (required); Appendix B: Minimum qualifications and relevant project experience (required); The SOQ evaluation phase will establish the three highest ranking offerors based on the evaluation criteria and points identified in this section. The three highest ranking offerors will be short-listed and receive a RFP. 5.0 SOQ QUESTIONS Questions regarding this SOQ shall be addressed in writing (email preferred) to the Procurement Officer. SOQ # -MCG-2018-21 Page 6 of 8

The deadline for submission of questions is, August 2, 2018 3:00 PM Alaska Time. This will allow time for an amendment to be issued if one is required. It will also help prevent the opening of a defective proposal. 6.0 MBE/WBE PREFERENCE Minority Business Enterprise (MBE) and Women s Business Enterprise (WBE) This procurement is funded in part or fully through federal grants or cooperative agreements. This SOQ incorporates a five point preference for all qualified minority and women s business enterprises. Minority Business Enterprises (MBEs) are entities that are at least 51% owned and/or controlled by a socially and economically disadvantaged individual as described by Title X of the Clean Air Act Amendments of 1990 (42 U.S.C. 7601 note), and Public Law 102-389 (42 U.S.C. 4370d), respectively. Women s Business Enterprises (WBEs) are entities that are at least 51% owned and/or controlled by woman. Offerors or subcontractors claiming MBE or WBE certification, must submit evidence of certification with the SOQ before the deadline set for submission of SOQ s. Following is an example of how the preference points will be calculated for qualifying businesses: MBE/WBE Offeror s Preference [STEP 1] Determine the number of points available to MBE/WBE eligible offerors under this preference. Total number of points available in this example situation = 100 Points 100 x 5% = 5 Total Points MBE/WBE Offeror s Number of Points Available Percentage Preference to Eligible Offerors Under MBE/WBE Preference [STEP 2] Add the preference points to the qualified MBE/WBE SOQ s. In a hypothetical situation, there are three (3) offerors. After being evaluated, each received the following points: Offeror #1 Offeror #2 Offeror #3 95 points 90 points 92 points Before preference points are calculated, offeror #1 is the apparent winner. However, in this hypothetical situation, offeror #2 and offeror #3 are eligible for the MBE/WBE preference. After adding five points to their scores, offeror #3 is the new apparent winner, with 97 points. SOQ # -MCG-2018-21 Page 7 of 8

7.0 ASSISTANCE TO OFFERORS WITH A DISABILITY Offerors with a disability may receive accommodation regarding the means of communicating this SOQ or participating in the procurement process. For more information, contact the Procurement Officer no later than five calendar days prior to the deadline for receipt of SOQ s. 8.0 SUBMITTAL INFORMATION AND SCHEDULE Offeror s shall submit an original signature paper version of the completed SOQ with three paper copies and one electronic version on CD. SOQ s shall be received no later than August 8, 2018 at 3:00 PM Alaska time. Faxed, oral or emailed SOQ s are not acceptable. SOQ s submitted after the deadline established for submitting SOQ s shall be deemed non-responsive and disqualified from consideration. SOQ s shall be submitted to the address below: Department of Environmental Conservation Village Safe Water Program Attn: Rashaad Esters, Procurement Officer SOQ # -MCG-2018-21 555 Cordova Street, 4th floor Anchorage, Alaska 99501 9.0 PROTEST PROCEDURES Please refer to Appendix 1, Village Safe Water () Program Procurement Protest and Appeals. 10.0 APPENDICES Appendix 1 - Village Safe Water () Program Procurement Protest and Appeals (2 pages) SOQ # -MCG-2018-21 Page 8 of 8

APPENDIX 1 Page 1 of 2 Village Safe Water () Program Procurement Protest and Appeals Per AS 36.30.550, an interested party has protest and appeal rights concerning procurements including specifications, solicitations and purchase/contract award decisions. To ensure that all sources are provided due process, the following administrative procedure will be followed. The table below designates the Department of Environmental Conservation (DEC) employees who have the authority to investigate and issue decisions for procurement protests and appeals based upon type and award value. An interested party shall first attempt to informally resolve any dispute concerning a procurement with the Project Manager. A dispute for example could include disagreement with an award decision in terms of a proposal s ranking during the Request for Proposals evaluation process. If not satisfied with that outcome, an interested party may submit a written protest with the following information: Name, address, fax number, email address and telephone number of the protestor; Signature of the protestor or their representative; Identification of the contracting agency and the solicitation or contract at issue; Detailed statement of the factual grounds of the protest including copies of relevant documents; and The form of relief requested. Small and Medium Procurements Protest Issue Cost Range Solicitation < $100,000 Specification < $100,000 Award Decision < $100,000 Large Procurements Protest Issue Cost Range Solicitation > $100,000 Specification > $100,000 Award Decision > $100,000 Protest Decision Authority Procurement Specialist Procurement Specialist Procurement Specialist Protest Decision Authority Appeal Decision Authority Appeal Decision Authority DEC Facility Program Manager DEC Facility Program Manager DEC Facility Program Manager

APPENDIX 1 Page 2 of 2 If protesting a solicitation document including the content of a specification, the protest must be filed with the Procurement Specialist not later than four (4) state business days before quotations, bids or proposals are due. Within one (1) state business day of receiving the protest, the Procurement Specialist shall provide notice of the protest to all firms or persons that received the solicitation. The protest notice will include the required not later than date of the decision by the applicable decision authority. If protesting a decision to cancel a solicitation or an award, purchase or contract, the protest shall be filed with the Procurement Specialist within ten (10) calendar days of the date of the written Notice of Cancellation or Notice of Award. The deadline date cannot end on a weekend or state holiday. Within one (1) state business day of receiving the protest, the Procurement Specialist shall provide notice of the protest to all firms or persons that received the solicitation. The protest notice will include the required not later than date of the decision by the applicable decision authority. The Procurement Specialist shall acknowledge receipt of the protest to the protestor and to the apparent winner of the award as well as all other interested parties within one (1) state business day. After protest receipt, the Procurement Specialist or as applicable, shall take one of the following actions within fifteen (15) calendar days: a) Issue a written decision denying the protest including the specific reasons for the denial; b) Issue a written decision sustaining the protest in whole or in part and implementing an appropriate remedy. If the protester is not satisfied with the protest decision, they may appeal the protest decision to the or DEC Facility as applicable, depending on the type of procurement transaction and award value. The written appeal must be filed within ten (10) calendar days of the date of the protest decision. The deadline date cannot end on a weekend or state holiday. The appeal shall not raise any new issues that were not included in the written protest. An informal hearing on the protest appeal may be conducted by the or DEC Facility Program Manager as applicable to attempt to resolve the dispute. A written appeal decision on the appeal will be issued as follows: a) Issue a written decision denying the appeal including the specific reasons for the denial; b) Issue a written decision sustaining the appeal in whole or in part and implementing an appropriate remedy. Appeal Issue Cost Range Appeal Decision Authority Legal Remedy Specification, Solicitation or Award < $100,000 Specification, Solicitation or Award > $100,000 DEC Facility Program Manager None Appeal Decision is final Litigation in Alaska Superior Court