Date of Issue: December 20, 2013

Alaska Industrial Development and Export Authority (AIDEA) 813 West Northern Lights Boulevard Anchorage, AK 99503-2495

Request for Proposals Appraisal Services KENAI NITROGEN OPERATIONS FACILITY (KNO), KENAI, ALASKA RFP Number 2014-031

In accordance with 3 AAC 100.050(a), AIDEA is requesting responses from interested Offerors to provide Real Estate and Equipment Services at the KNO, Kenai, Alaska

Offerors Are Required To Return This Form.

Important Notice: If you received this solicitation from the State of Alaska’s “Online Public Notice” web site, you must register with the procurement officer listed in this document to receive subsequent amendments. All Proposers are requested to return this page by email or fax prior to the solicitation closing date. Failure to contact the procurement officer may result in the rejection of your offer.

Michele Hope Procurement Manager Alaska Industrial Development and Export Authority [email protected]

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

TABLE OF CONTENTS

1. SECTION ONE INTRODUCTION AND INSTRUCTIONS ...... 4 1.01 RETURN MAILING ADDRESS, CONTACT PERSON, TELEPHONE, FAX NUMBERS AND DEADLINE FOR RECEIPT OF PROPOSALS ...... 4 1.02 CONTRACT TERM AND WORK SCHEDULE ...... 4 1.03 PURPOSE OF THE RFP ...... 4 1.04 BUDGET ...... 5 1.05 LOCATION OF WORK ...... 5 1.06 HUMAN TRAFFICKING ...... 5 1.07 ASSISTANCE TO OFFERORS WITH A DISABILITY ...... 5 1.08 REQUIRED REVIEW ...... 5 1.09 QUESTIONS RECEIVED PRIOR TO OPENING OF PROPOSALS ...... 6 1.10 AMENDMENTS ...... 6 1.11 ALTERNATE PROPOSALS ...... 6 1.12 RIGHT OF REJECTION ...... 6 1.13 PROPOSAL PREPARATION COSTS ...... 6 1.14 DISCLOSURE OF PROPOSAL CONTENTS ...... 7 1.15 SUBCONTRACTORS ...... 7 1.16 JOINT VENTURES ...... 7 1.17 OFFEROR'S CERTIFICATION ...... 7 1.18 CONFLICT OF INTEREST ...... 8 1.19 RIGHT TO INSPECT PLACE OF BUSINESS ...... 8 1.20 SOLICITATION ADVERTISING ...... 8 1.21 NEWS RELEASES ...... 8 1.22 ASSIGNMENT ...... 8 1.23 DISPUTES...... 8 1.24 SEVERABILITY ...... 8 1.25 FEDERAL REQUIREMENTS ...... 8 2. SECTION TWO STANDARD PROPOSAL INFORMATION ...... 9 2.01 AUTHORIZED SIGNATURE ...... 9 2.02 PRE-PROPOSAL CONFERENCE ...... 9 2.03 SITE INSPECTION ...... 9 2.04 AMENDMENTS TO PROPOSALS ...... 9 2.05 SUPPLEMENTAL TERMS AND CONDITIONS...... 9 2.06 CLARIFICATION OF OFFERS ...... 9 2.07 DISCUSSIONS WITH OFFERORS ...... 9 2.08 PRIOR EXPERIENCE ...... 10 2.09 EVALUATION OF PROPOSALS ...... 10 2.10 VENDOR TAX ID ...... 10 2.11 F.O.B. POINT ...... 10 2.12 ALASKA BUSINESS LICENSE AND OTHER REQUIRED LICENSES ...... 10 2.13 APPLICATION OF PREFERENCES ...... 11 2.14 5 PERCENT ALASKA BIDDER PREFERENCES AS 36.30.321(A), AS 36.30.990[25], & 2 AAC 12.260 ...... 11 2.15 5 PERCENT ALASKA VETERAN PREFERENCE AS 36.30.321(F) ...... 12 2.16 FORMULA USED TO CONVERT COST TO POINTS AS 36.30.250 & 2 AAC 12.260 ...... 12 2.17 ALASKA OFFEROR PREFERENCE AS 36.30.321 & 2 AAC 12.260 ...... 12 2.18 CONTRACT NEGOTIATION ...... 12 2.19 FAILURE TO NEGOTIATE ...... 12 2.20 NOTICE OF INTENT TO AWARD (NIA) — OFFEROR NOTIFICATION OF SELECTION ...... 13 2.21 PROTEST ...... 13 3. SECTION THREE STANDARD CONTRACT INFORMATION ...... 14 3.01 CONTRACT TYPE ...... 14 3.02 CONTRACT APPROVAL ...... 14 3.03 STANDARD CONTRACT PROVISIONS ...... 14 3.04 PROPOSAL AS A PART OF THE CONTRACT ...... 14 3.05 ADDITIONAL TERMS AND CONDITIONS ...... 14 3.06 INSURANCE REQUIREMENTS ...... 14 3.07 BID BOND - PERFORMANCE BOND - SURETY DEPOSIT ...... 15 3.08 CONTRACT FUNDING ...... 15 3.09 PROPOSED PAYMENT PROCEDURES ...... 15 3.10 CONTRACT PAYMENT ...... 15 3.11 INFORMAL DEBRIEFING ...... 16 3.12 CONTRACT PERSONNEL ...... 16 3.13 INSPECTION & MODIFICATION - REIMBURSEMENT FOR UNACCEPTABLE DELIVERABLES ...... 16 3.14 TERMINATION FOR DEFAULT ...... 16 3.15 LIQUIDATED DAMAGES ...... 16 3.16 CONTRACT CHANGES - UNANTICIPATED AMENDMENTS ...... 16 3.17 CONTRACT INVALIDATION ...... 16 3.18 NONDISCLOSURE AND CONFIDENTIALITY ...... 17 4. SECTION FOUR BACKGROUND INFORMATION ...... 18 4.01 BACKGROUND INFORMATION ...... 18 5. SECTION FIVE SCOPE OF WORK ...... 18 5.01 SCOPE OF WORK ...... 18 5.02 DELIVERABLES ...... 21 To be competed and return with Proposal ...... Error! Bookmark not defined. EXHIBIT III – SUMMARY OF KNO ASSETS ...... 24 NH3 General ...... 24 UREA Plant #2 - Prilled ...... 25 UREA Plant #5 - Granular ...... 25 Summary of KNO Lands Owned Lands – KNO Property ...... 27 6. SECTION SIX PROPOSAL FORMAT AND CONTENT ...... 92 6.01 PROPOSAL FORMAT AND CONTENT ...... 92 6.02 INTRODUCTION ...... 92 6.03 FIRM’S EXPERIENCE AND UNDERSTANDING OF THE PROJECT ...... 92 6.04 METHODOLOGY USED FOR THE PROJECT ...... 93 6.05 EXPERIENCE AND QUALIFICATIONS...... 93 6.06 COST PROPOSAL ...... 93 6.07 PRE-AWARD CONFERENCE ...... 93 6.08 EVALUATION CRITERIA ...... 93 7. SECTION SEVEN EVALUATION CRITERIA AND CONTRACTOR SELECTION ...... 95 7.01 FIRM’S EXPERIENCE AND UNDERSTANDING OF THE PROJECT (25 PERCENT)...... 95 7.02 METHODOLOGY USED FOR THE PROJECT (25 PERCENT)...... 95 7.03 EXPERIENCE AND QUALIFICATIONS (20 PERCENT) ...... 95 7.04 CONTRACT COST (20 PERCENT) ...... 96 7.05 ALASKA OFFEROR PREFERENCE (10 PERCENT) ...... 96 8. SECTION EIGHT ATTACHMENTS ...... 97 ATTACHMENTS ...... 97 STANDARD AGREEMENT FORM FOR PROFESSIONAL SERVICES ...... 98 APPENDIX A GENERAL PROVISIONS AND STANDARD CONTRACT TERMS ...... 99

1. SECTION ONE INTRODUCTION AND INSTRUCTIONS

1.01 Return Mailing Address, Contact Person, Telephone, Fax Numbers and Deadline for Receipt of Proposals

Offeror’s must submit four (4) copies and one (1) thumb drive of proposal to the Issuing Office, in a sealed envelope(s) clearly labeled and marked as a proposal:

From: Offeror’s Company and Return Address Attention: Michele Hope, AIDEA, 813 West Northern Lights Blvd. Anchorage, AK 99503 Reference Proposal Title: RFP 2014-031 KNO Real Estate and Equipment Appraisal

Proposals must be received no later than 2:00 P.M., Alaska Time on January 24, 2014. Faxed or emailed proposals are not acceptable. Oral proposals are not acceptable.

An Offeror’s failure to submit its proposal prior to the deadline will cause the proposal to be disqualified. Late proposals or amendments will not be opened or accepted for evaluation.

Questions shall be directed to:

Michele Hope (907) 771-3036 E-Mail Questions to [email protected]

1.02 Contract Term and Work Schedule

The contract term and work schedule set out herein represents AIDEA’s best estimate of the schedule. If a component of this schedule, such as the opening date, is delayed, the rest of the schedule will be shifted by the same number of days.

The length of the contract will be from the date of award, approximately February 3, 2014, through contract completion estimated to be approximately Six Weeks.

Unless otherwise provided in this RFP, AIDEA and the successful Offeror/Contractor agree: (1) that 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 (2) to 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.

1.03 Purpose of the RFP

AIDEA is soliciting responses for qualified firms to value the KNO facility including all equipment and surrounding land and buildings. The Plant is located in Kenai Alaska, which is approximately 250 miles south of Anchorage on the road system.

1.04 Budget

AIDEA estimates a budget of between $50,000 and $150,000 for completion of this project.

1.05 Location of Work

AIDEA WILL NOT provide workspace for the contractor. The contractor must provide its own workspace.

By signature on their proposal, the offeror certifies that all services provided under this contract by the contractor and all subcontractors shall be performed in the United States.

If the offeror cannot certify that all work will be performed in the United States, the offeror must contact the procurement officer in writing to request a waiver at least 10 days prior to the deadline for receipt of proposals.

The request must include a detailed description of the portion of work that will be performed outside the United States, where, by whom, and the reason the waiver is necessary.

Failure to comply with this requirement or to obtain a waiver may cause AIDEA to reject the proposal as non-responsive, or cancel the contract.

1.06 Human Trafficking

By signature on their proposal, the offeror certifies that 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.

The most recent United States Department of State’s Trafficking in Persons Report can be found at the following website: http://www.state.gov/g/tip/

Failure to comply with this requirement will cause the state to reject the proposal as non-responsive, or cancel the contract.

1.07 Assistance to Offerors with a Disability

Offerors with a disability may receive accommodation regarding the means of communicating this RFP or participating in the procurement process. For more information, contact the procurement officer no later than ten days prior to the deadline for receipt of proposals.

1.08 Required Review

Offerors should carefully review this solicitation for defects and questionable or objectionable material. Comments concerning defects and objectionable material must be made in writing and received by the procurement officer at least ten days before the proposal opening. This will allow issuance of any necessary amendments. It will also help prevent the opening of a defective solicitation and exposure of offeror's proposals upon which award could not be made. Protests based on any omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of the procurement officer, in writing, at least ten days before the time set for opening.

1.09 Questions Received Prior to Opening of Proposals

All questions must be in writing and directed to the issuing office, addressed to the procurement officer. The interested party must confirm telephone conversations in writing.

Questions and answers from the pre-proposal conference will be answered by the procurement officer in writing and distributed to all parties as soon as possible following the completion of the conference.

Two types of questions generally arise. One may be answered by directing the questioner to a specific section of the RFP. These questions may be answered over the telephone. Other questions may be more complex and may require a written amendment to the RFP. The procurement officer will make that decision.

1.10 Amendments

If an amendment is issued, it will be provided to all who were mailed a copy of the RFP and to those who have registered with the procurement officer after receiving the RFP from the State of Alaska Online Public Notice web site.

1.11 Alternate Proposals

Offerors may only submit one proposal for evaluation.

Alternate proposals (proposals that offer something different than what is asked for) will be rejected.

1.12 Right of Rejection

Offerors must comply with all of the terms of the RFP, the AIDEA Procurement Code (3 AAC 100), and all applicable local, state, and federal laws, codes, and regulations. The procurement officer may reject any proposal that does not comply with all of the material and substantial terms, conditions, and performance requirements of the RFP.

Offerors may not qualify the proposal nor restrict the rights of the state. If an offeror does so, the procurement officer may determine the proposal to be a non-responsive counter-offer and the proposal may be rejected.

Minor informalities that:

 do not affect responsiveness;  are merely a matter of form or format;  do not change the relative standing or otherwise prejudice other offers;  do not change the meaning or scope of the RFP;  are trivial, negligible, or immaterial in nature;  do not reflect a material change in the work; or  do not constitute a substantial reservation against a requirement or provision; may be waived by the procurement officer.

The state reserves the right to refrain from making an award if it determines that to be in its best interest. A proposal from a debarred or suspended offeror shall be rejected.

1.13 Proposal Preparation Costs

AIDEA will not pay any cost associated with the preparation, submittal, presentation, or evaluation of any proposal.

1.14 Disclosure of Proposal Contents

All proposals and other material submitted become the property of AIDEA and may be returned only at AIDEA’s decision. AS 40.25.110 requires public records to be open to reasonable inspection. All proposal information, including detailed price and cost information, will be held in confidence during the evaluation process and prior to the time a Notice of Intent to Award is issued. Thereafter, proposals will become public information.

Trade secrets and other proprietary data contained in proposals may be held confidential if the offeror requests, in writing, that the procurement officer does so, and if the procurement officer agrees, in writing, to do so. Material considered confidential by the offeror must be clearly identified and the offeror must include a brief statement that sets out the reasons for confidentiality.

1.15 Subcontractors

Subcontractors may be used to perform work under this contract. If an offeror intends to use subcontractors, the offeror must identify in the proposal the names of the subcontractors and the portions of the work the subcontractors will perform.

If a proposal with subcontractors is selected, the offeror must provide the following information concerning each prospective subcontractor within five working days from the date of the state's request:

(a) complete name of the subcontractor; (b) complete address of the subcontractor; (c) type of work the subcontractor will be performing; (d) percentage of work the subcontractor will be providing; (e) evidence that the subcontractor holds a valid Alaska business license; and (f) a written statement, signed by each proposed subcontractor that clearly verifies that the subcontractor is committed to render the services required by the contract.

An offeror's failure to provide this information, within the time set, may cause the state to consider their proposal non-responsive and reject it. The substitution of one subcontractor for another may be made only at the discretion and prior written approval of the project manager.

1.16 Joint Ventures

Joint ventures will be allowed. Where a firm will be establishing a joint venture or other teaming arrangement, a clear execution and responsibility plan shall be provided to delineate the portions of the work that each team member will perform.

1.17 Offeror's Certification

By signature on the proposal, Offerors certify that they comply with the following: (a) the laws of the State of Alaska; (b) the applicable portion of the Federal Civil Rights Act of 1964; (c) the Equal Employment Opportunity Act and the regulations issued thereunder by the federal government; (d) the Americans with Disabilities Act of 1990 and the regulations issued thereunder by the federal government; (e) all terms and conditions set out in this RFP; (f) a condition that the proposal submitted was independently arrived at, without collusion, under penalty of perjury; (g) that the offers will remain open and valid for at least 90 days; and (h) that programs, services, and activities provided to the general public under the resulting contract conform with the Americans with Disabilities Act of 1990, and the regulations issued thereunder by the federal government.

If any offeror fails to comply with [a] through [h] of this paragraph, the state reserves the right to disregard the proposal, terminate the contract, or consider the contractor in default.

1.18 Conflict of Interest

Each proposal shall include a statement indicating whether or not the firm or any individuals working on the contract has a possible conflict of interest (e.g., currently employed by AIDEA or formerly employed by AIDEA within the past two years) and, if so, the nature of that conflict. The AIDEA, Chief Procurement Officer reserves the right to consider a proposal non-responsive and reject it or cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the program to be developed by the offeror. The Chief Procurement Officer’s determination regarding any questions of conflict of interest shall be final.

1.19 Right to Inspect Place of Business

At reasonable times, AIDEA may inspect those areas of the contractor's place of business that are related to the performance of a contract. If the state makes such an inspection, the contractor must provide reasonable assistance.

1.20 Solicitation Advertising

Public notice has been provided in accordance with 3 AAC 100.150.

1.21 News Releases

News releases related to this RFP will not be made without prior approval of the project manager.

1.22 Assignment

Contractor may not transfer or assign any portion of the contract without prior written approval from the Chief Procurement Officer.

1.23 Disputes

Any dispute arising out of this agreement will be resolved under the laws of the State of Alaska. Any appeal of an administrative order or any original action to enforce any provision of this agreement or to obtain relief from or remedy in connection with this agreement may be brought only in the Superior Court for the State of Alaska.

1.24 Severability

If any provision of the contract or agreement is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions will not be affected; and, the rights and obligations of the parties will be construed and enforced as if the contract did not contain the particular provision held to be invalid.

1.25 Federal Requirements

Do not apply to this RFP.

2. SECTION TWO STANDARD PROPOSAL INFORMATION

2.01 Authorized Signature

All proposals must be signed by an individual authorized to bind the offeror to the provisions of the RFP. Proposals must remain open and valid for at least 90-days from the opening date.

2.02 Pre-proposal Conference

None

2.03 Site Inspection

There will be no site inspection prior to award.

2.04 Amendments to Proposals

Amendments to or withdrawals of proposals will only be allowed if acceptable requests are received prior to the deadline that is set for receipt of proposals. No amendments or withdrawals will be accepted after the deadline unless they are in response to the state's request in accordance with 3 AAC 100.170.

2.05 Supplemental Terms and Conditions

Proposals must comply with Section 1.11 Right of Rejection. However, if the AIDEA fails to identify or detect supplemental terms or conditions that conflict with those contained in this RFP or that diminish AIDEA's rights under any contract resulting from the RFP, the term(s) or condition(s) will be considered null and void. After award of contract:

a) if conflict arises between a supplemental term or condition included in the proposal and a term or condition of the RFP, the term or condition of the RFP will prevail; and b) if AIDEA's rights would be diminished as a result of application of a supplemental term or condition included in the proposal, the supplemental term or condition will be considered null and void.

2.06 Clarification of Offers

In order to determine if a proposal is reasonably susceptible for award, communications by the procurement officer or the proposal evaluation committee (PEC) are permitted with an offeror to clarify uncertainties or eliminate confusion concerning the contents of a proposal. Clarifications may not result in a material or substantive change to the proposal. The evaluation by the procurement officer or the PEC may be adjusted as a result of a clarification under this section.

2.07 Discussions with Offerors

AIDEA may conduct discussions with Offerors in accordance with 3 AAC 100.400. The purpose of these discussions will be to ensure full understanding of the requirements of the RFP and proposal. Discussions will be limited to specific sections of the RFP or proposal identified by the procurement officer. Discussions will only be held with Offerors who have submitted a proposal deemed reasonably susceptible for award by the procurement officer. Discussions, if held, will be after initial evaluation of proposals by the procurement officer or the PEC. If modifications are made as a result of these discussions they will be put in writing. Following discussions, the procurement officer may set a time for best and final proposal submissions from those Offerors with whom discussions were held. Proposals may be reevaluated after receipt of best and final proposal submissions.

If an offeror does not submit a best and final proposal or a notice of withdrawal, the offeror’s immediate previous proposal is considered the offeror’s best and final proposal.

Offerors with a disability needing accommodation should contact the procurement officer prior to the date set for discussions so that reasonable accommodation can be made. Any oral modification of a proposal must be reduced to writing by the offeror.

2.08 Prior Experience

Offerors shall have a capacity, capability, and past performance of conducting feasibility studies within the State of Alaska. An offeror's failure to meet these minimum prior experience requirements will cause their proposal to be considered non-responsive and their proposal will be rejected.

2.09 Evaluation of Proposals

The procurement officer, or an evaluation committee made up of at least three state employees or public officials, will evaluate proposals. The evaluation will be based solely on the evaluation factors set out in Section SEVEN of this RFP.

After receipt of proposals, if there is a need for any substantial clarification or material change in the RFP, an amendment will be issued. The amendment will incorporate the clarification or change, and a new date and time established for new or amended proposals. Evaluations may be adjusted as a result of receiving new or amended proposals.

2.10 Vendor Tax ID

A valid Vendor Tax ID must be submitted to the issuing office with the proposal or within five days of AIDEA's request.

2.11 F.O.B. Point

Contract resulting from this solicitation shall be a professional service; all deliverables shall be F.O.B. AIDEA, Anchorage, Alaska.

2.12 Alaska Business License and Other Required Licenses

Prior to the award of a contract, an offeror must hold a valid Alaska business license. However, in order to receive the Alaska Bidder Preference and other related preferences, such as the Alaska Veteran and Alaska Offeror Preference, an offeror must hold a valid Alaska business license prior to the deadline for receipt of proposals. Offerors should contact the Department of Commerce, Community and Economic Development, Division of Corporations, Business, and Professional Licensing, P. O. Box 110806, Juneau, Alaska 99811-0806, for information on these licenses. Acceptable evidence that the offeror possesses a valid Alaska business license may consist of any one of the following:

(a) copy of an Alaska business license; (b) certification on the proposal that the offeror has a valid Alaska business license and has included the license number in the proposal; (c) a canceled check for the Alaska business license fee; (d) a copy of the Alaska business license application with a receipt stamp from the state's occupational licensing office; or (e) a sworn and notarized affidavit that the offeror has applied and paid for the Alaska business license.

You are not required to hold a valid Alaska business license at the time proposals are opened if you possess one of the following licenses and are offering services or supplies under that specific line of business:

 fisheries business licenses issued by Alaska Department of Revenue or Alaska Department of Fish and Game,  liquor licenses issued by Alaska Department of Revenue for alcohol sales only,  insurance licenses issued by Alaska Department of Commerce, Community and Economic Development, Division of Insurance, or  Mining licenses issued by Alaska Department of Revenue.

Prior the deadline for receipt of proposals, all Offerors must hold any other necessary applicable professional licenses required by Alaska Statute.

2.13 Application of Preferences

Certain preferences apply to all contracts for professional services, regardless of their dollar value. The Alaska Bidder, Alaska Veteran, and Alaska Offeror preferences are the most common preferences involved in the RFP process. Additional preferences that may apply to this procurement are listed below. Guides that contain excerpts from the relevant statutes and codes, explain when the preferences apply and provide examples of how to calculate the preferences are available at the Department of Administration, Division of General Service’s web site: http://doa.alaska.gov/dgs/policy.html

Alaska Products Preference - AS 36.30.332 Recycled Products Preference - AS 36.30.337 Local Agriculture and Fisheries Products Preference - AS 36.15.050 Employment Program Preference - AS 36.30.321(b) Alaskans with Disabilities Preference - AS 36.30.321(d) Alaska Veteran’s Preference - AS 36.30.321(f)

The Division of Vocational Rehabilitation in the Department of Labor and Workforce Development keeps a list of qualified employment programs and individuals who qualify as persons with a disability. As evidence of a business’ or an individual's right to the Employment Program or Alaskans with Disabilities preferences, the Division of Vocational Rehabilitation will issue a certification letter. To take advantage of these preferences, a business or individual must be on the appropriate Division of Vocational Rehabilitation prior to the time designated for receipt of proposals. Offerors must attach a copy of their certification letter to the proposal. An offeror's failure to provide this certification letter with their proposal will cause the state to disallow the preference.

2.14 5-Percent Alaska Bidder Preferences AS 36.30.321(a), AS 36.30.990[25], & 2 AAC 12.260

An Alaska Bidder Preference of five percent will be applied prior to evaluation. The preference will be given to an offeror who:

(1) holds a current Alaska business license prior to the deadline for receipt of proposals; (2) submits a proposal for goods or services under the name appearing on the offeror’s current Alaska business license; (3) 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 proposal; (4) 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, is a limited liability company (LLC) organized under AS 10.50 and all members are residents of the state, or is a partnership under AS 32.06 or AS 32.11 and all partners are residents of the state; and (5) if a joint venture, is composed entirely of ventures that qualify under (1)-(4) of this subsection.

Alaska Bidder Preference Affidavit In order to receive the Alaska Bidder Preference, the proposal must include a statement certifying that the offeror is eligible to receive the Alaska Bidder Preference.

If the offeror is a LLC or partnership as identified in (4) of this subsection, the affidavit must also identify each member or partner and include a statement certifying that all members or partners are residents of the state.

If the offeror is a joint venture which includes a LLC or partnership as identified in (4) of this subsection, the affidavit must also identify each member or partner of each LLC or partnership that is included in the joint venture and include a statement certifying that all of those members or partners are residents of the state.

2.15 5 Percent Alaska Veteran Preference AS 36.30.321(f)

An Alaska Veteran Preference of five percent will be applied prior to evaluation. The preference will be given to an offeror who qualifies under AS 36.30.990[25] as an Alaska bidder and is a:

(a) sole proprietorship owned by an Alaska veteran; (b) partnership under AS 32.06 or AS 32.11 if a majority of the partners are Alaska veterans; (c) limited liability company organized under AS 10.50 if a majority of the members are Alaska veterans; or (d) corporation that is wholly owned by individuals and a majority of the individuals are Alaska veterans.

Alaska Veteran Preference Affidavit In order to receive the Alaska Veteran Preference, the proposal must include a statement certifying that the offeror is eligible to receive the Alaska Veteran Preference.

2.16 Formula Used to Convert Cost to Points AS 36.30.250 & 2 AAC 12.260

The distribution of points based on cost will be determined as set out in 2 AAC 12.260(c). The lowest cost proposal will receive the maximum number of points allocated to cost. The point allocations for cost on the other proposals will be determined through the method set out below. In the generic example below, cost is weighted as 20% of the overall total score. The weighting of cost may be different in your particular RFP. See section SEVEN to determine the value, or weight of cost for this RFP.

Convert cost to points using this formula.

[(Price of Lowest Cost Proposal) x (Maximum Points for Cost)] ______= POINTS (Cost of Each Higher Priced Proposal)

The RFP allotted 20% (20 points) of the total of 100 points for cost.

2.17 Alaska Offeror Preference AS 36.30.321 & 2 AAC 12.260

2 AAC 12.260(e) provides Alaska Offerors a 10 percent overall evaluation point preference. Alaska bidders, as defined in AS 36.30.990[25], are eligible for the preference. Alaska offeror will receive 10 percent of the total available points added to their overall evaluation score as a preference.

2.18 Contract Negotiation

After final evaluation, the procurement officer may negotiate with the offeror of the highest-ranked proposal. Negotiations, if held, shall be within the scope of the request for proposals and limited to those items which would not have an effect on the ranking of proposals. If the highest-ranked offeror fails to provide necessary information for negotiations in a timely manner, or fails to negotiate in good faith, the state may terminate negotiations and negotiate with the offeror of the next highest-ranked proposal. If contract negotiations are commenced, they may be held in one of AIDEA’s conference rooms to be decided 813 West Northern Lights Boulevard, Anchorage AK 99503.

If the contract negotiations take place in Anchorage, Alaska, the offeror will be responsible for their travel and per diem expenses.

2.19 Failure to Negotiate

If the selected offeror

 fails to provide the information required to begin negotiations in a timely manner; or  fails to negotiate in good faith; or  indicates they cannot perform the contract within the budgeted funds available for the project; or  if the offeror and the state, after a good faith effort, simply cannot come to terms, the state may terminate negotiations with the offeror initially selected and commence negotiations with the next highest ranked offeror.

2.20 Notice of Intent to Award (NIA) — Offeror Notification of Selection

After the completion of contract negotiation, the procurement officer will issue a written Notice of Intent to Award (NIA) and send copies to all Offerors. The NIA will set out the names of all Offerors and identify the proposal selected for award.

2.21 Protest

3 AAC 100.570 provides that an interested party may protest the content of the RFP.

An interested party is defined in 3 AAC 100.900 (16) as "an actual or prospective bidder or offeror whose economic interest might be affected substantially and directly by the issuance of a contract solicitation, the award of a contract, or the failure to award a contract."

If an interested party wishes to protest the content of a solicitation, the protest must be received, in writing, by the procurement officer at least ten days prior to the deadline for receipt of proposals.

An interested party may protest the award of a contract or the proposed award of a contract.

If an offeror wishes to protest the award of a contract or the proposed award of a contract, the protest must be received, in writing, by the procurement officer within ten days after the date the Notice of Intent to Award the contract is issued.

A protester must have submitted a proposal in order to have sufficient standing to protest the proposed award of a contract. Protests must include the following information:

a. the name, address, and telephone number of the protester; b. the signature of the protester or the protester's representative; c. identification of the contracting agency and the solicitation or contract at issue; d. a detailed statement of the legal and factual grounds of the protest including copies of relevant documents; and the form of relief requested.

Protests filed by telex or telegram are not acceptable because they do not contain a signature. Fax copies containing a signature are acceptable.

The procurement officer will issue a written response to the protest. The response will set out the procurement officer's decision and contain the basis of the decision within the statutory time limit in AS 36.30.580. A copy of the decision will be furnished to the protester by certified mail, fax or another method that provides evidence of receipt.

All Offerors will be notified of any protest. The review of protests, decisions of the procurement officer, appeals, and hearings, will be conducted in accordance with 3 AAC 100.570.”

3. SECTION THREE STANDARD CONTRACT INFORMATION

3.01 Contract Type

Any contract resulting from this solicitation shall be a Professional Services Agreement (PSA) type, Lump Sum Contract not-to-exceed.

3.02 Contract Approval

This RFP does not, by itself, obligate AIDEA. AIDEA's obligation will commence when the contract is approved by the Executive Director-AIDEA, Ted Leonard or his designee. Upon written notice to the contractor, AIDEA may set a different starting date for the contract. AIDEA 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 AIDEA.

3.03 Standard Contract Provisions

The contractor will be required to sign and submit the attached AIDEA Agreement Form for Professional Services Contracts form. The contractor must comply with the contract provisions set out in this attachment. No alteration of these provisions will be permitted without prior written approval from the Department of Law. Objections to any of the provisions in Appendix A must be set out in the offeror’s proposal.

3.04 Proposal as a Part of the Contract

Part or all of this RFP and the successful proposal may be incorporated into the contract.

3.05 Additional Terms and Conditions

AIDEA reserves the right to add terms and conditions during contract negotiations. These terms and conditions will be within the scope of the RFP and will not affect the proposal evaluations.

3.06 Insurance Requirements

The successful offeror must provide proof of workers' compensation insurance prior to contract approval.

The successful offeror must secure the insurance coverage required by the state. The coverage must be satisfactory to the Department of Administration Division of Risk Management. An offeror's failure to provide evidence of such insurance coverage is a material breach and grounds for withdrawal of the award or termination of the contract.

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.

2.4 Professional Liability Insurance: covering all errors, omissions or negligent acts in the performance of professional services under this contract. Limits required per the following schedule:

Contract Amount Minimum Required Limits Under $100,000 $300,000 per Occurrence/Annual Aggregate $100,000-$499,999 $500,000 per Occurrence/Annual Aggregate $500,000-$999,999 $1,000,000 per Occurrence/Annual Aggregate $1,000,000 or over Refer to Risk Management

3.07 Bid Bond - Performance Bond - Surety Deposit

Bonding is not a requirement of this solicitation or any contract resulting from it.

3.08 Contract Funding

Payment for the contract is subject to funds already appropriated and identified.

3.09 Proposed Payment Procedures

AIDEA will make payments based on a negotiated payment schedule. Each billing must consist of an invoice and progress report. No payment will be made until the progress report and invoice has been approved by the project manager. All payments are NET30 upon approved invoices.

3.10 Contract Payment

AIDEA’s Executive Director, Ted Leonard or his designee shall approve payments. Under no conditions will AIDEA be liable for the payment of any interest charges associated with the cost of the contract.

AIDEA is not responsible for and will not pay local, state, or federal taxes. All costs associated with the contract must be stated in U.S. currency.

3.11 Informal Debriefing

When the contract is completed, an informal debriefing may be performed at the discretion of the project manager. If performed, the scope of the debriefing will be limited to the work performed by the contractor.

3.12 Contract Personnel

Any change of the project team members or subcontractors named in the proposal must be approved, in advance and in writing, by the project manager. Personnel changes that are not approved by AIDEA may be grounds for termination of the contract.

3.13 Inspection & Modification - Reimbursement for Unacceptable Deliverables

The contractor is responsible for the completion of all work set out in the contract. All work is subject to inspection, evaluation, and approval by the project manager. AIDEA may employ all reasonable means to ensure that the work is progressing and being performed in compliance with the contract. The project manager may instruct the contractor to make corrections or modifications if needed in order to accomplish the contract’s intent. The contractor will not unreasonably withhold such changes.

Substantial failure of the contractor to perform the contract may cause the state to terminate the contract. In this event, the state may require the contractor to reimburse monies paid (based on the identified portion of unacceptable work received) and may seek associated damages.

3.14 Termination for Default

If the project manager determines that the contractor has refused to perform the work or has failed to perform the work with such diligence as to ensure its timely and accurate completion, the state may, by providing written notice to the contractor, terminate the contractor's right to proceed with part or all of the remaining work.

This clause does not restrict the state's termination rights under the contract provisions of Appendix A, attached.

3.15 Liquidated Damages

LDs do not apply to this solicitation.

3.16 Contract Changes - Unanticipated Amendments

During the course of this contract, the contractor may be required to perform additional work. That work will be within the general scope of the initial contract. When additional work is required, the project manager will provide the contractor a written description of the additional work and request the contractor to submit a firm time schedule for accomplishing the additional work and a firm price for the additional work. Cost and pricing data must be provided to justify the cost of such amendments per 3 AAC 00.540.

3.17 Contract Invalidation

If any provision of this contract is found to be invalid, such invalidation will not be construed to invalidate the entire contract.

3.18 Nondisclosure and Confidentiality

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 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 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.).

If confidential information is requested to be disclosed by the contractor pursuant to a request received by a third party and such disclosure of the confidential information is required under applicable state or federal law, regulation, governmental or regulatory authority, the contractor may disclose the confidential information after providing the state with written notice of the requested disclosure ( to the extent such notice to the state is permitted by applicable law) and giving the state opportunity to review the request. If the contractor receives no objection from the state, it may release the confidential information within 30 days. Notice of the requested disclosure of confidential information by the contractor must be provided to the state within a reasonable time after the contractor’s receipt of notice of the requested disclosure and, upon request of the state, shall seek to obtain legal protection from the release of the confidential information.

The following information shall not be considered confidential information: information previously known to be public information when received from the other party; information freely available to the general public; information which now is or hereafter becomes publicly known by other than a breach of confidentiality hereof; or information which is disclosed by a party pursuant to subpoena or other legal process and which as a result becomes lawfully obtainable by the general public.

4. SECTION FOUR BACKGROUND INFORMATION

4.01 Background Information

AIDEA is a public corporation of the State of Alaska, created in 1967 by the Alaska Legislature "in the interests of promoting the health, security, and general welfare of all the people of the state, and a public purpose, to increase job opportunities and otherwise to encourage the economic growth of the state, including the development of its natural resources, through the establishment and expansion of manufacturing, industrial, energy, export, small business, and business enterprises.

AIDEA is seeking a contractor to provide services to assess the market value of the Kenai Nitrogen Operations Facility, Kenai, Alaska.

5. SECTION FIVE SCOPE OF WORK

5.01 Scope of Work

Description of Kenai Nitrogen Operations (“KNO”) Facilities

Agrium’s Kenai Nitrogen Operations (“KNO”) facilities, located in Nikiski, Alaska, commenced operations in 1968. The facility was expanded in 1978 and, and when operating, was the second largest nitrogen‐based fertilizer production facility in North America consisting of two urea and two ammonia plants, a tidewater port facility, and a power cogeneration facility . The facility has the capability to produce 2250 and 1950 short tons per day of gross ammonia from Plants 4 and 1 respectively and 2050 and 1550 short tons per day of urea from Plant 5 and 2 respectively, which make up the two production trains. The facility utilized sourced from Alaska’s Cook Inlet to produce urea and ammonia which was sold to local, domestic and primarily international markets in Korea, Mexico and the Asia‐Pacific region. The facility was shut down in 2007 due to a lack of sufficient natural gas supply from the Cook Inlet to support the operation or either of the facility’s two production trains. At the time of the plant shut down, KNO was properly mothballed and has been maintained to allow for a future safe restart of operations. With the recent, significant drilling activity for natural gas in the Cook Inlet, Agrium is currently assessing the potential to restart at least one of the two production trains at KNO.

Further details of the KNO assets (including associated lands) are set out in Exhibit III.

Phase 1 ‐ SCOPE OF VALUATION

The valuation will cover all assets at the KNO site including all machinery and equipment as well as all land and surrounding buildings associated with the KNO facility owned or leased by Agrium. The valuation shall be performed on the following basis: Orderly liquidation value under the assumption that assets are sold on a piecemeal basis “as is”, with purchasers responsible for removal of the assets at their own risk and expense; and Orderly liquidation value in place under the assumption that the entire facility, including improvements and real estate would be sold intact at a privately negotiated sale; Refer to Exhibits I & II for additional guidelines on the valuation of machinery and equipment as well as for land and buildings.

Agrium will provide access to the KNO facility and will make available certain Agrium personnel, who are knowledgeable on details of the site and its various assets, on site for inspection of the assets and to respond to questions.

The successful Contractor is expected to be given 6 weeks including statutory holidays from the time of awarding the RFP to complete the valuation work and produce a final report.

DESCRIPTION OF ASSET BEING APPRAISED

Exhibit I ‐ Guidelines for Machinery & Equipment Appraisals

Valuation shall include a net orderly liquidation value and net orderly liquidation value in‐ place. These values are defined as:

Orderly Liquidation Value: An estimated amount, expressed in U.S. dollars, for which the subject equipment could typically realize at a privately negotiated sale, properly advertised and professionally managed, by a seller obligated to sell over an extended period of time, usually within six to twelve months, as of the effective date of the appraisal report. Further, the ability of the asset group to draw sufficient prospective buyers to ensure competitive offers is considered. All assets are to be sold on a piecemeal basis, “as is”, with purchasers responsible for removal of the assets at their own risk and expense.

Orderly Liquidation Value‐In Place: An estimated amount, expressed in U.S. dollars, for which the subject equipment of a facility as assembled and installed for intended utilization could typically realize, assuming that the entire facility, including improvements and real estate would be sold intact at a privately negotiated sale, properly advertised and professionally managed, by a seller obligated to sell over an extended period of time, usually within six to twelve months, as of the effective date of the appraisal report with both parties fully aware of all relevant facts. Further, the ability of the asset group to draw sufficient prospective buyers to ensure competitive offers is considered. All assets are to be sold “as is”, “where is”.

Each asset will be clearly identified by manufacturer, model number, serial number, year of manufacture, when available, capacity, function and accessories. Perishable tooling, inspection equipment, hand tools, machine accessories, factory supplies, minor shop equipment, will be grouped, identified and evaluated in aggregate lots.

Appraiser will video and/or photograph the assets within the facility to create an accurate pictorial record of the equipment as of the date of the appraisal.

A total value will be provided in letterform, with a statement of conditions and a signed Certificate of Appraisal.

The appraisals will conform to the guidelines established by the Uniform Standards of Professional Appraisal Practice.

Appraisal shall not include office equipment computers or any other assets that can be identified as furniture or fixtures.

Exhibit II ‐ Guidelines for Real Estate Valuation

The appraisal firm will physically appraise the real property associated with the KNO facilities and provide a market value real estate appraisal.

INTEREST APPRAISED AND DATE OF VALUATION: The Assignment is to estimate the market value of the fee simple interest in the referenced property, as of the date of our property inspection.

MARKET VALUE: The definition of market value taken from the Uniform Standards of Professional Appraisal Practice of the Appraisal Foundation, is “The most probable price which a property should bring in a competitive and open market under all conditions requisite to a fair sale, the buyer and seller each acting prudently and knowledgeably, and assuming the price is not affected by undue stimulus. Implicit in this definition is the consummation of a sale as of a specified date and the passing of title from seller to buyer under conditions whereby: (i) buyer and seller are typically motivated; (ii) both parties are well informed or well advised, and acting in what they consider their own best interest; (iii) a reasonable time is allowed for exposure in the open market; (iv) payment is made in terms of cash in U.S. dollars or in terms of financial arrangements comparable thereto; and (v) the price represents the normal consideration for the property sold unaffected by special or creative financing or sales concessions granted by anyone associated with the sale.”

SCOPE OF REPORTING: You are to provide a complete appraisal of the referenced property. The appraisal will be prepared in accordance with the Uniform Standards of Professional Appraisal Practice (“USPAP”) of the Appraisal Foundation and the Financial Institutions Reform and Recover Act (“FIRREA”). The results of the appraisal will be presented in a summary report. The following information will be provided to complete the appraisal agreement.

Name and number of on‐site properties contact to facilitate our physical inspection and due diligence regarding the referenced properties; Recent full year’s tax bill; Site plans; Floor plan layouts; Property descriptions from previous appraisals if any; Environmental reports, surveys, prior appraisals, etc. which may be useful in completing the appraisal agreement; Information regarding capital improvements made within the past 5 years;

Exhibit III Summary of KNO Assets.

COMPLIANCE WITH APPRAISAL INSTITUTE CODE OF ETHICS: The report(s) will be prepared in accordance with the Code of Ethics of the Appraisal Institute.

5.02 Deliverables

The contractor will be required to provide the following deliverables:

Description Stage Type & No. Copies Estimated Schedule Draft Real Estate Draft Electronic only; PDF/Word files March 14,2013 Draft Equipment Draft Electronic only; Word/PDF files March 14, 2013 Final Real Estate and Draft Electronic only; Word/PDF files March 14, 2013 Equipment Evaluation Final Electronic and hard-copy March 21, 2013 N/A Electronic

Exhibit I - Guidelines for Machinery & Equipment Appraisals

1. Valuation must include a net orderly liquidation value and net orderly liquidation value in-place. These values are defined as:  Orderly Liquidation Value: An estimated amount, expressed in U.S. dollars, for which the subject equipment could typically realize at a privately negotiated sale, properly advertised and professionally managed, by a seller obligated to sell over an extended period of time, usually within six to twelve months, as of the effective date of the appraisal report. Further, the ability of the asset group to draw sufficient prospective buyers to ensure competitive offers is considered. All assets are to be sold on a piecemeal basis, “as is”, with purchasers responsible for removal of the assets at their own risk and expense.

 Orderly Liquidation Value-In Place: An estimated amount, expressed in U.S. dollars, for which the subject equipment of a facility as assembled and installed for intended utilization could typically realize, assuming that the entire facility, including improvements and real estate would be sold intact at a privately negotiated sale, properly advertised and professionally managed, by a seller obligated to sell over an extended period of time, usually within six to twelve months, as of the effective date of the appraisal report with both parties fully aware of all relevant facts. Further, the ability of the asset group to draw sufficient prospective buyers to ensure competitive offers is considered. All assets are to be sold “as is”, “where is”.

2. Each asset will be clearly identified by manufacturer, model number, serial number, year of manufacture, when available, capacity, function and accessories. Perishable tooling, inspection equipment, hand tools, machine accessories, factory supplies, minor shop equipment, will be grouped, identified and evaluated in aggregate lots.

3. Appraiser will video and/or photograph the assets within the facility to create an accurate pictorial record of the equipment as of the date of the appraisal.

4. A total value will be provided in letterform, with a statement of conditions and a signed Certificate of Appraisal.

5. The appraisals will conform to the guidelines established by the Uniform Standards of Professional Appraisal Practice.

6. If there is any leased equipment, it shall be appraised, but included in a segregated section of the appraisal report.

7. Appraisal shall not include office equipment computers or any other assets that can be identified as furniture or fixtures. Exhibit II - Guidelines for Real Estate Valuation

1. The appraisal firm will physically appraise the real property associated with the KNO facilities and provide a market value real estate appraisal.

2. INTEREST APPRAISED AND DATE OF VALUATION: The Assignment is to estimate the market value of the fee simple interest in the referenced property, as of the date of our property inspection.

 MARKET VALUE: The definition of market value taken from the Uniform Standards of Professional Appraisal Practice of the Appraisal Foundation, is “The most probable price which a property should bring in a competitive and open market under all conditions requisite to a fair sale, the buyer and seller each acting prudently and knowledgeably, and assuming the price is not affected by undue stimulus. Implicit in this definition is the consummation of a sale as of a specified date and the passing of title from seller to buyer under conditions whereby: (i) buyer and seller are typically motivated; (ii) both parties are well informed or well advised, and acting in what they consider their own best interest; (iii) a reasonable time is allowed for exposure in the open market; (iv) payment is made in terms of cash in U.S. dollars or in terms of financial arrangements comparable thereto; and (v) the price represents the normal consideration for the property sold unaffected by special or creative financing or sales concessions granted by anyone associated with the sale.”

3. SCOPE OF REPORTING: You are to provide a complete appraisal of the referenced property. The appraisal will be prepared in accordance with the Uniform Standards of Professional Appraisal Practice (“USPAP”) of the Appraisal Foundation and the Financial Institutions Reform and Recover Act (“FIRREA”). The results of the appraisal will be presented in a summary report.

4. The following information will be provided to complete the appraisal agreement.

 Name and number of on-site properties contact to facilitate our physical inspection and due diligence regarding the referenced properties;  Recent full year’s tax bill;  Site plans;  Floor plan layouts;  Property descriptions from previous appraisals if any;  Environnemental reports, surveys, prior appraisals, etc. that may be useful in completing the appraisal agreement;  Information regarding capital improvements made within the past 5 years;

5. COMPLIANCE WITH APPRAISAL INSTITUTE CODE OF ETHICS: The report(s) will be prepared in accordance with the Code of Ethics of the Appraisal Institute. Exhibit III – Summary of KNO Assets

Kenai Nitrogen Operations ("KNO") is located on 125 acres, 30% of which are currently vacant. The main complex consists of two anhydrous ammonia plants, one prilled urea plant and one granular urea plant. The plant also contains its own power and steam plants, a docking terminal for loading cargo ships, and significant maintenance and support facilities. Liquid ammonia is stored on-site in a 30,000-ton tank and a 50,000-ton tank which are interconnected. The ammonia storage tanks are equipped with underground heating systems and rest on porous ground allowing water to drain, which prevents damaging ice from forming. Prilled urea from Plant #2 is stored in a 50,000 ton warehouse and granular urea from Plant #5 is stored in an 80,000 ton warehouse. Natural gas is supplied to the Kenai Plant for use both as feedstock for anhydrous ammonia and for power generation via pipelines from Cook Inlet production platforms, a pipeline from Kenai Beach Field and a dedicated pipeline from the Swanson River Field.

The Kenai Plant benefits from excellent transportation logistics. Essentially all products produced at the Kenai Plant are transported via ship or barge. The terminal is located in water 40-feet deep at MLLW and can accommodate ships 650 feet in length or 50,000 deadweight tons. The terminal can transfer ammonia to ships at a rate ranging from 480 to 500 TPH at a temperature of -28°F and can load urea onto ships at a rate ranging from 800 to 1,000 TPH.

KNO’s high standards of maintenance and operator training allow it to operate with a four-year turnaround cycle, which is unique in the industry. This extended turnaround cycle provides maximum on-stream efficiency and significant economic benefits by reducing turnaround downtime and annual maintenance costs. Maintenance at KNO is largely conducted using its sizable and extensive machine shop and other support facilities.

NH3 General

 Chemico Design – both Plants 1500 STPD Nameplate  Sulfatreat removal  Foster Wheeler primary reformer  BASF aMDEA removal  Ammonia saturation – Makeup gas conditioning  Ammonia Converters o Plant 4 Casale 3 bed axial-radial quench Retrofit Converter (1991) o Plant 1 Casale 3 bed axial-radial Converter (1992)  Plant 4 Processes – Serving both ammonia plants o Cryogenic purge gas recovery unit o Process condensate stripper  Ammonia Storage o 30,000 Short Tons o 50,000 Short Tons

Plant #1

Maximum Production Capability 1950 STPD On Stream Efficiency (3 yr avg) 95.9% Record Annual Production (1995) 634,151 STPY Gas Efficiency ( 2 yr avg) 41.21 MMBtu/ton Daily Gas Efficiency 39.88 MMBtu/ton

Plant #4

Maximum Production Capability 2250 STPD On Stream Efficiency (3 yr avg) 95.8% Record Annual Production (1992) 718,636 STPY Gas Efficiency ( 2 yr avg) 33.20 MMBtu/ton Daily Gas Efficiency 31.68 MMBtu/ton

UREA Plant #2 - Prilled Process

 Chemico Design – Conventional 1000 STPD Nameplate  CO2 Compression – Centrifugal followed by reciprocating  Urea Reactor – Unocal/Stamicarbon conventional design (1992)  Urea Concentration – Crystallization, Crystal dryer  Product Solidification – Prill tower with prill seeding  Environmental – Process flare (1997)

Performance

 Maximum Production Capability 1550 STPD  On Stream Efficiency (3 yr avg) 99.4%  Capacity Utilization Efficiency ( 3 yr avg) 88.8%  Ammonia Consumption 0.570 ton NH3 /ton Urea  Record Annual Production (1982) 480,980 STPY  Gas Efficiency (2 yr avg) 7.43 MMBtu/ton  Daily Gas Efficiency 6.70 MMBtu/ton

UREA Plant #5 - Granular Process

 Stamicarbon Design - CO2 stripping 1200 STPD Nameplate  CO2 Purification – Hydrogen destruct vessel  Ammonia Feeds – From ammonia storage tank  Urea Concentration – Two stage evaporation  Product Solidification – Rotating drum granulation  Heat Exchangers – Air Cooled Condensers (fin fans)  Environmental – Process flare (1995)

Performance

 Maximum Production Capability 2050 STPD  On Stream Efficiency (3 yr avg) 98.5%  Capacity Utilization Efficiency ( 3 yr avg) 96.9%  Ammonia Consumption 0.580 ton NH3 /ton Urea  Forecast Production Capability 670,000 STPY  Record Annual Production (1996) 690,413 STPY  Gas Efficiency (2 yr avg) 6.42 MMBtu/ton  Daily Gas Efficiency 5.95 MMBtu/ton Utilities Performance

 Water – Supplied from wells 1,500 gpm  Electricity o (5) Solar Gas Turbines – Capacity 12.5 MW  Steam Capacity o (5) 550# Package Boiler – 545,000 #/hr o (5) 550# Waste Heat Boilers – 250,000 #/hr o Effluent – Discharge to Cook Inlet 500 gpm

Interties

 Methanator Outlet  CO2 Heater  Passivation Air  550# Steam Header  100# Steam Header  50# Steam Header  Utility Air Header  Instrument Air Header  Low Pressure Boiler Feed Water  Demineralized Water Transfer Pumps  Vacuum Condensate Transfer Pumps  Plant #2 Cooling Water Pumps

Product Loading

 99% of Products Transported via Ship or Barge  Ship Accommodation o 650 feet in length o 50,000 deadweight tons o 40 foot maximum draft  Ammonia Loading o Up to 500 STPH  Urea Loading o Up to 1,000 STPH  Loading accomplished year round

Annual Plan Full Rates 2003 Gas Consumption (155 MMSCF/day) 56.58 40.24 BCF Gross NH3 Production 1,300,000 867,672 TPY Net NH3 Production 661,000 436,970 TPY Prill Production 450,000 156,846 TPY Granular Production 650,000 578,604 TPY Fixed Operating Expense* $46,000,000 $44,972,712 USD Variable Operating Expense* $102,607,724 $68,538,661 USD

Note: * Assume increased project and maintenance costs when running at full rates (non-turnaround year). ** Based on the actual 2003 overall plant rate of $42.75 vc/tonne (NH3 transfer excluded). Summary of KNO Lands Owned Lands – KNO Property Parcel Parcel Address Acreage Number 1401006 47901 Kenai Spur Hwy Agrium 20.24 1401007 47901 Kenai Spur Hwy Agrium 1.44 1401008 47901 Kenai Spur Hwy Agrium 6.86 1401009 47901 Kenai Spur Hwy Agrium 8.95 1415035 50170 Miller Loop Road 11.00 1505028 47901 Kenai Spur Hwy Agrium 11.70 1401004 48169 Kenai Spur Hwy HEA 60.54 1401005 47901 Kenai Spur Hwy Agrium 4.46 TOTAL 125.19

Leased Lands Parcel II: Kenai Peninsula Borough Pin Number 01401011* That certain leasehold estate created by a lease executed by and between STATE OF ALASKA, Lessor, and UNION OIL COMPANY OF CALIFORNIA, Lessee, recorded on March 14, 1967, in Book 25 at Page 282, ADL #33317, and as assigned to Agrium U.S. Inc. by instrument dated February 15, 2001:

Described as Tract A of ATS 676; Commencing from the U.S.G.L.O. Section corner monument common to Sections 21, 22, 27 and 28, Township 7 North, Range 12 West of the Seward Meridian, Kenai Recording District, Third Judicial District, State of Alaska, latitude 60°39'30" N, Longitude 151°23' W, proceed West along the section line common to Sections 21 and 28 a distance of 1,452.00 feet to the U.S.G.L.O. meander line of 1922 along the beach of Cook Inlet, thence S 25°40'E - 773.00 feet along said 1922 meander line of Cook Inlet to the true point of beginning and corner 1A, thence continue along said 1922 meander line of Cook Inlet on the following:

S 25°30' E- 398.50 ft; S 31°00’ E - 555.56 ft. to corner 2A; thence S 65°00' W- 1474.35 ft. to corner 3A; thence N28°08'30" W- 952.43 ft to corner 4A; thence N 65°00' E- 1465 ft to the true point of beginning, thus embracing 31.842 acres of tide and submerged lands along the East shore of Cook Inlet, Alaska, and 3 Miles South of East Forelands.

Parcel I: Kenai Peninsula Borough Pin Number 01401011* That certain leasehold estate created by a lease executed by and between STATE OF ALASKA, Lessor, and ALAP CORPORATION, Lessee, recorded on June 14, 1977, in Book 109 at Page 632, ADL #68100, and as assigned to Agrium U.S. Inc. by instrument dated February 15, 2001:

Known as ATS 676, excluding Tract A, containing 46.482 acres more or less, within protracted Section 28, Township 7 North, Range 12 West of the Seward Meridian, Kenai Recording District, Third Judicial District, State of Alaska.

*Note: Parcels I & II have same Pin number and contain a total of 78.32 acres together. These also have Tidelands Lease #33317 and 68100 associated with these lands.

AIDEA Appraisal Services RFP No. 2014-031

ASSETS

Kenai Nitrogen Facility Plants

 KNO Plant 1 (Ammonia) – Equipment List

Functional Loc. Description System # 1B101 PRIMARY REFORMER 12 1B103 PRIMARY NATURAL GAS PREHEATER 12 1B104A PRIMARY FEEDWATER ECONOMIZER 12 1B104B SECONDARY FEEDWATER ECONOMIZER 12 1B105A FLUE GAS WASTE HEAT BOILER 12 1B105B FLUE GAS WASTE HEAT BOILER 12 1B106A NATURAL GAS/STEAM PREHEATER 12 1B106B NATURAL GAS/STEAM PREHEATER 12 1B107A PRI. TURBINE STEAM SUPERHEATER 12 1B107B SEC. TURBINE STEAM SUPERHEATER 12 1B108A PRIMARY PROCESS AIR HEATER 12 1B108B SECONDARY PROCESS AIR HEATER 12 1B109 SECONDARY NATURAL GAS PREHEATER 12 1B110 NH3 CONVERTER STARTUP HEATER 19 1B111 REFORMER GAS PREHEATER 12 1B601A E125 CONDENSER HEATER ‐ N. SIDE 21 1B601B E125 CONDENSER HEATER ‐ S. SIDE 21 1B602 E144 CONDENSER HEATER 23 1B603A E124 CONDENSER HEATER ‐ N. END 21 1B603B E124 CONDENSER HEATER ‐ S. END 21 1BFP10 S/S BACKFLOW PREV. #1 COMP BLD'G 2" 02 1BI106 TO MAIN BURNER BTU/HR 12 1BI107 FUEL GAS TO AUX. BURNER BTU/HR 12 1C356 PROCESS CONDENSATE HEADER 06 1D100 SECONDARY REFORMER 13 1D102 PRIMARY CO CONVERTER (HTS) 14 1D103 METHANATOR 16 1D104 SECONDARY CO CONVERTER (LTS) 14 1D105 SULFUR GUARD VESSEL 14 1D106 CO2 ABSORBER 15 1D107 CO2 STRIPPER 15 1D109 WATER SCRUBBER 15 1D110 AMMONIA CONVERTER 19 1D111 SYNTHESIS GAS SATURATOR 17 1E101A METHANATION HEAT EXCHANGER (E) 16 1E101B METHANATION HEAT EXCHANGER (W) 16 AIDEA Appraisal Services RFP No. 2014-031

1E102 METHANATION PREHEATER 16 1E103 CONVERTED GAS WASTE HEAT BOILER 11 1E104 OSR STEAM DESUPERHEATER 09 1E105A REFORM GAS WASTE HEAT BOILER 11 1E105B REFORM GAS WASTE HEAT BOILER 11 1E106 PRIMARY LOW PRESSURE BOILER 14 1E108 NATURAL GAS FEED HEATER 10 1E110A MDEA GAS REBOILER (N) 15 1E110B MDEA GAS REBOILER (S) 15 1E111A MDEA SOLUTION EXCHANGER 15 1E111B MDEA SOLUTION EXCHANGER 15 1E111C MDEA SOLUTION EXCHANGER 15 1E111D MDEA SOLUTION EXCHANGER 15 1E1121 SAFETY SHOWER TEMPERED WATER HEATER 02 1E1125A NH3 REFRIG COMP LUBE OIL COOLER G635A 24 1E1125B NH3 REFRIG COMP LUBE OIL COOLER G635B 24 1E113 CO2 STRIPPER CONDENSER 15 1E114 LEAN SOLUTION COOLER 15 1E115 PROCESS CONDENSATE HEATER 15 1E116 CO2 STRIPPER CONDENSER TRIM COOLER 15 1E117 MDEA STEAM REBOILER 15 1E118 DEMINERALIZED WATER HEATER 15 1E119 FLASHER PURGE CONDENSER 15 1E121 H2O SCRUBBER CONDENSATE COOLER 15 1E122 PRIMARY INTERSTAGE COOLER 17 1E123A 1ST STAGE INTERCOOLER ‐ EAST 21 1E123B 1ST STAGE INTERCOOLER ‐ WEST 21 1E124 SYNGAS TURBINE STEAM CONDENSER 22 1E125 AIR MACH. TURBINE STEAM CONDENSER 21 1E125A AIR MACH. STM CONDENSER ‐ N. SIDE 21 1E125B AIR MACH. STM CONDENSER ‐ S. SIDE 21 1E127A 2ND STAGE INTERCOOLER ‐ EAST 21 1E127B 2ND STAGE AIR COMP INTERCOOLER 21 1E128A 2ND SYNGAS INTERSTAGE COOLER ‐ TOP 17 1E128B 2ND SYNGAS INTERSTAGE COOLER ‐ BTM 17 1E129A 3RD STAGE INTERCOOLER ‐ EAST 21 1E129B 3RD STAGE INTERCOOLER ‐ WEST 21 1E131 E117 50# STEAM DESUPERHEATER 09 1E135 NH3 CONVERTER FEED GAS PREHEATER 19 1E136 SYNLOOP AIR COOLED CONDENSER 18 1E137A SYNLOOP NH3 COOLED CONDENSER 18 1E137B SYNLOOP NH3 COOLED CONDENSER 18 1E138 COLD EXCHANGER 17 AIDEA Appraisal Services RFP No. 2014-031

1E139A SYNLOOP BFW PREHEATER 19 1E139B SYNLOOP BFW PREHEATER 19 1E140 SYNLOOP VENT CONDENSER 20 1E141A SYNLOOP PURGE CONDENSER 20 1E141B SYNLOOP PURGE CONDENSER 20 1E142 NH3 REFRIG. AIR COOLED CONDENSER 20 1E143 NH3 REFRIGERATION SUBCOOLER 20 1E144 REFRIG TURBINE STEAM CONDENSER 23 1E146A E106 LP BOILER SAMPLE COOLER 14 1E147A REFRIG TURBINE PRECONDENSER 23 1E147B REFRIG TURB. INTER/AFTER CONDENSER 23 1E148A AIR MACH. LUBE OIL COOLER ‐ TOP 21 1E148B AIR MACH. LUBE OIL COOLER ‐ BTM 21 1E149 AIR MACH. L.O. RESERVOIR HEATER COIL 21 1E150A SYNGAS LUBE OIL COOLER ‐ TOP 22 1E150B SYNGAS LUBE OIL COOLER ‐ BTM 22 1E151 SYNGAS L.O. RESERVOIR HEATER COIL 22 1E152A SYNGAS TURBINE PRECONDENSER 22 1E152B SYNGAS TURB. INTER/AFTER CONDENSER 22 1E154A AIR MACH. TURBINE PRECONDENSER 21 1E154B AIR MACH. TURBINE PRECONDENSER 21 1E155A MDEA SOLUTION EXCHANGER 15 1E155B MDEA SOLUTION EXCHANGER 15 1E155C MDEA SOLUTION EXCHANGER 15 1E155D MDEA SOLUTION EXCHANGER 15 1E156 1500# STEAM DRUM SAMPLE COOLER 11 1E157 DEAERATOR WATER SAMPLE COOLER 07 1E158 E108 STEAM DESUPERHEATER 09 1E159 1500# TO 550# DESUPERHEATER 09 1E160 550# TO 50# STEAM DESUPERHEATER 09 1E161 550# TO 100# STEAM DESUPERHEATER 09 1E162 550# TO 150# STEAM DESUPERHEATER 09 1E165A REFRIG LUBE/SEAL OIL COOLER ‐ TOP 23 1E165B REFRIG LUBE/SEAL OIL COOLER ‐ BTM 23 1E166 REFRIG LUBE OIL RESERVOIR HEATER 23 1E167 AIR MACH. TURBINE GLAND CONDENSER 21 1E168 SYNGAS SEAL STEAM GLAND CONDENSER 22 1E169 REFRIG TURBINE GLAND CONDENSER 23 1E170 LIQUID NH3 DRAIN TANK STEAM SPARGER 23 1E171 F169 HOLDING TANK HEAT EXCHANGER 15 1E172A GT108A LUBE OIL COOLER 15 1E172B GT108B LUBE OIL COOLER 15 1E172C GT108C LUBE OIL COOLER 15 AIDEA Appraisal Services RFP No. 2014-031

1E174 NH3 PREHEAT EXCHANGER 20 1E175 W.H. STEAM DESUPERHEATER 50 1E176A GT102A LUBE OIL COOLER 11 1E176B GT102B LUBE OIL COOLER 11 1E177 GT103A LUBE OIL COOLER 08 1E178 GT103C LUBE OIL COOLER 08 1E179A EAST I.D. FAN GEAR OIL COOLER 12 1E179B WEST I.D. FAN GEAR OIL COOLER 12 1E180A EAST I.D. FAN TURBINE OIL COOLER 12 1E180B WEST I.D. FAN TURBINE OIL COOLER 12 1E181 GT124A OIL COOLER 20 1E182 GT125A OIL COOLER 20 1E183A GT101A LUBE OIL COOLER 11 1E183B GT101B LUBE OIL COOLER 11 1E184 G108C GLAND CONDENSER 15 1E185A GAS DESUPERHEATER UPSTREAM E110A 15 1E185B GAS DESUPERHEATER UPSTREAM E110B 15 1E187 F109 STEAM COIL 15 1E188 F175 STEAM COIL (O/S) 20 1E191A G108A SEAL FLUSH COOLER 15 1E191B G108B SEAL FLUSH COOLER 15 1E191C G108C SEAL FLUSH COOLER 15 1E192 PWR. RECOVERY SEAL FLUSH COOLER 15 1E194 F136 STEAM COIL 20 1F101A OSR SULFATREAT VESSEL ‐ NORTH 10 1F101B OSR CARBON BED VESSEL ‐ SOUTH 10 1F102 1500# HP BLOWDOWN TANK 11 1F104 1500# STEAM DRUM 11 1F105 DEAERATOR STORAGE TANK 07 1F106 E106/107 LP BLOWDOWN TANK 09 1F109 SOLVENT STORAGE TANK 15 1F1100 ANTIFOAM RESERVOIR 15 1F1101 CO2 SEPARATOR 15 1F1104A LOW TEMP NH3 PUMP SEAL POT 20 1F1104B LOW TEMP NH3 PUMP SEAL POT 20 1F1105 550#STM TO OSR DESUP‐HEATER 09 1F1105A HIGH TEMP NH3 PUMP SEAL POT 20 1F1105B HIGH TEMP NH3 PUMP SEAL POT 20 1F110A MDEA GAS REBOILER SEPARATOR (N) 15 1F110B MDEA GAS REBOILER SEPARATOR (S) 15 1F111 FINAL SEPARATOR 15 1F1112 SYNGAS OIL PURIFIER 22 1F1113 E106 STEAM PURIFIER SEPARATOR 14 AIDEA Appraisal Services RFP No. 2014-031

1F1114 G1116 SEAL OIL FILTER ‐ WARM NH3 PUMP 20 1F1115 G1116 SEAL OIL RESERVOIR 20 1F1117 REFRIGERATION OIL PURIFIER 23 1F1118 AIR MACHINE OIL PURIFIER 21 1F112 SOLVENT DRAIN & MIX TANK 15 1F1123 TRAPPED CONDENSATE TANK 09 1F113 FAT SOLVENT FLASH TANK 15 1F114 FLASHER REFLUX ACCUMULATOR 15 1F119 COLD EXCHANGER SEPARATOR 17 1F120 AIR MACH. TURBINE DRAIN POT 21 1F121 1ST STAGE MAKE UP GAS SEPARATOR 17 1F122 1ST STAGE AIR SEPARATOR 21 1F124 2ND STAGE AIR SEPARATOR 21 1F125 3RD STAGE AIR SEPARATOR 21 1F126 AIR MACHINE HOTWELL 21 1F127 REFRIG COMPR TURBINE DRAIN POT 23 1F129 AIR COMP. SUCTION SCREEN 21 1F130 SILENCER‐REFORMED (WET) GAS VENT 14 1F131 PRIMARY SEPARATOR 18 1F132 SECONDARY SEPARATOR 18 1F133 VENT GAS SEPARATOR 20 1F134 PRIMARY LETDOWN TANK 18 1F135 PURGE CONDENSER SEPARATOR 20 1F136 NH3 REFRIGERATION RECEIVER 20 1F137 SYNGAS TURBINE HOTWELL 22 1F138 REFRIG COMP. TURBINE HOTWELL 23 1F139 BFW RV BLOWDOWN TANK 09 1F140A AIR MACH. L.O. FILTER FOR TOP COOLER 21 1F140B AIR MACH. L.O. FILTER FOR BTM COOLER 21 1F141A SYNGAS LUBE OIL FILTER ‐ TOP COOLER 22 1F141B SYNGAS LUBE OIL FILTER ‐ BTM COOLER 22 1F142A 5TH STAGE FLASH DRUM 20 1F142B 4TH STAGE FLASH DRUM 20 1F143A 3RD STAGE FLASH DRUM 20 1F143B 2ND STAGE FLASH DRUM 20 1F143C 1ST STAGE FLASH DRUM 20 1F144A LC SEAL OIL HEAD TANK SYNGAS COMP. 22 1F144B HC SEAL OIL HEAD TANK SYNGAS COMP. 22 1F147 E106 CHEMICAL FEED POT 14 1F149 AIR MACH. ANTI‐SURGE VENT SILENCER 21 1F155A SEAL OIL TRAP ‐ HC SYNGAS COMP. 22 1F155B SEAL OIL TRAP ‐ HC SYNGAS COMP. 22 1F156A SEAL OIL TRAP ‐ LC SYNGAS COMP. 22 AIDEA Appraisal Services RFP No. 2014-031

1F156B SEAL OIL TRAP ‐ LC SYNGAS COMP. 22 1F157 SYNGAS L.P. TURBINE DRAIN POT 22 1F159 AIR COMP. INTAKE MUFFLER 21 1F160 AIR RECEIVER FOR JCV310 15 1F162 REFRIG COMP. OIL SURGE TANK 23 1F164 IN‐LINE SILENCER FLASHER VENT 15 1F165 VENT SILENCER FLASHED CO2 VENT 15 1F166 MAIN CO2 VENT SILENCER 15 1F168 LIQUID NH3 DRAIN TANK 20 1F169 MDEA/WASH WATER HOLDING TANK 15 1F170 GT108C LUBE OIL RESERVOIR 15 1F174 NH3 VENT ENTRAINMENT SEPARATOR 20 1F175 NH3 VENT SYSTEM RECLAIM TANK 20 1F176 REBOILER VAPOR REMOVAL SEP. 15 1F178 SYNGAS LUBE OIL RESERVOIR 22 1F179 REFRIG LUBE OIL RESERVOIR 23 1F180 REFRIG SEAL OIL DEGAS DRUM 23 1F181 STRIPPER REFLUX ACCUMULATOR 15 1F182 AIR MACHINE LUBE OIL RESERVIOR 21 1F183A SYNGAS COMP. TRAP DRAIN SEPARATOR 22 1F183B SYNGAS COMP. VENT SEPARATOR 22 1F184 AIR RECEIVER FOR JCV602 17 1F185 GT108C TURBINE DRAIN POT 15 1F186A GT103A OIL RESERVOIR 08 1F186C GT103C L.O. RESERVOIR L.P. BFW 08 1F188 REFRIG COMP. CASE DRAIN SEPARATOR 23 1F189A GC128B SOUR OIL DRAIN POT 23 1F189B GC128B SOUR OIL DRAIN POT 23 1F189C GC128A SOUR OIL DRAIN POT 23 1F189D GC128A SOUR OIL DRAIN POT 23 1F190 GCT128B TURBINE DRAIN POT 23 1F191 GT124A LUBE OIL RESERVOIR 20 1F192 GT125A LUBE OIL RESERVOIR 20 1F193A GT108A L.O. RESERVOIR 15 1F193B GT108B L.O. RESERVOIR 15 1F194 B101 FLUE GAS ANALYZER FILTER 12 1F197 DEAERATOR HEATER (TOP VESSEL) 07 1F198A EAST I.D. FAN L.O. RESERVOIR 12 1F198B WEST I.D. FAN L.O. RESERVOIR 12 1F199A G101A L.O. RESERVOIR 11 1F199B G101B L.O. RESERVOIR 11 1F465A IN‐LINE 50# STEAM VENT SILENCER 09 1F465B IN‐LINE 50# STEAM VENT SILENCER 09 AIDEA Appraisal Services RFP No. 2014-031

1F629 550# (& 50#) STEAM VENT SILENCER 09 1F665 PCV311B VENT SILENCER 50# STEAM 09 1G101A HIGH PRESSURE BFW PUMP (N) 11 1G101B HIGH PRESSURE BFW PUMP (S) 11 1G102A HP BOILER CIRCULATION PUMP (N) 11 1G102B HP BOILER CIRCULATION PUMP (S) 11 1G102C HP BOILER CIRCULATOION PUMP (ELEC.) 11 1G103A LOW PRESSURE BFW PUMP ‐ TURB. 08 1G103B LOW PRESSURE BFW PUMP ‐ ELEC. 08 1G108A MDEA PUMP ‐ CENTER 15 1G108B MDEA PUMP ‐ 550# STM/HYD. TURB. DRIVEN 15 1G108C MDEA PUMP ‐ 50# TURB. DRIVEN 15 1G109A STRIPPER REFLUX PUMP 15 1G109B STRIPPER REFLUX PUMP 15 1G1102A CONDENSATE PUMP FOR 1F1101 15 1G1102B CONDENSATE PUMP FOR 1F1101 15 1G1107 SYNGAS GLAND COND. SUMP PUMP 22 1G1108 WARM NH3 TRANSFER PUMP 20 1G1112 SYNGAS OIL PURIFIER PUMP 22 1G1116 G1108 SEAL OIL PUMP 20 1G1122A PLANT 1 SAFETY SHOWER PUMP (E) 02 1G1122B PLANT 1 SAFETY SHOWER PUMP (W) 02 1G112A SOLUTION MIX TANK TRANSFER PUMP 15 1G112B SOLUTION MIX TANK TRANSFER PUMP 15 1G113A WATER SCRUBBER CONDENSATE PUMP 15 1G113B WATER SCRUBBER CONDENSATE PUMP 15 1G115A SYNGAS HOTWELL COND RETURN PUMP ‐ TURB. 22 1G115B SYNGAS HOTWELL COND RETURN PUMP ‐ ELEC. 22 1G116A AIR MACHINE \COND RETURN PUMP ‐ TURB. 21 1G116B AIR MACHINE COND RETURN PUMP ‐ ELEC. 21 1G117A SATURATOR CIRCULATING PUMP 17 1G117B SATURATOR CIRCULATING PUMP 17 1G124A LOW TEMP NH3 CIRCULATING PUMP 20 1G124B LOW TEMP NH3 CIRCULATING PUMP 20 1G125A HIGH TEMP NH3 CIRCULATING PUMP 20 1G125B HIGH TEMP NH3 CIRCULATING PUMP 20 1G126A SATURATOR NH3 BOOSTER PUMP 20 1G126B SATURATOR NH3 BOOSTER PUMP 20 1G127A REFRIG COND RETURN PUMP ‐ TURB. 23 1G127B REFRIG COND RETURN PUMP ‐ ELEC. 23 1G134A AIR MACHINE LUBE OIL PUMP ‐ TURB. 21 1G134B AIR MACHINE LUBE OIL PUMP ‐ ELEC. 21 1G135A SYNGAS LUBE OIL PUMP ‐ TURB. 22 AIDEA Appraisal Services RFP No. 2014-031

1G135B SYNGAS LUBE OIL PUMP ‐ ELEC. 22 1G136A SYNGAS SEAL OIL PUMP ‐ TURB. 22 1G136B SYNGAS SEAL OIL PUMP ‐ ELEC. 22 1G147A REFRIG LUBE/SEAL OIL PUMP ‐ TURB. 23 1G147B REFRIG LUBE/SEAL OIL PUMP ‐ ELEC. 23 1G150A GT108C LUBE OIL PUMP 15 1G150B GT108C LUBE OIL PUMP 15 1G151 AMMONIA VENT RECLAIM PUMP 20 1G152 REFRIG SEAL OIL RETURN PUMP 23 1G153 MDEA TRANSFER PUMP 15 1G154 STRIPPER REFLUX BOOSTER PUMP 15 1G164 ANTIFOAM INJECTION HAND PUMP 15 1GB118A REFORMER EAST I.D. FAN 12 1GB118B REFORMER WEST I.D. FAN 12 1GB161 REFORMER ANALYZER SHACK FAN 12 1GB162 SHIFT CONV. ANALYZER SHACK FAN 14 1GB163 SYNGAS ANALYZER SHACK FAN 22 1GBT118A REFORMER I.D. FAN TURBINE ‐ EAST 12 1GBT118B REFORMER I.D. FAN TURBINE ‐ WEST 12 1GC122A SYNGAS COMPRESSOR H.P. CASE 22 1GC122B SYNGAS COMPRESSOR L.P. CASE 22 1GC123A PROCESS AIR COMP. HIGH PRESS. CASE 21 1GC123B PROCESS AIR COMP. LOW PRESS. CASE 21 1GC128A REFRIG COMPRESSOR HIGH STAGE 23 1GC128B REFRIG COMPRESSOR LOW STAGE 23 1GCT122A SYNGAS 1500# STEAM TURBINE 22 1GCT122B SYNGAS 550# STEAM TURBINE 22 1GCT123 PROCESS AIR COMP. TURBINE 21 1GCT128 REFRIG COMPRESSOR TURBINE 23 1GHT108B POWER RECOVERY HYD. LETDOWN 15 1GJ105 GCT128 GLAND CONDENSER EJECTOR 23 1GJ106 AIR MACH. TURB. HOGGER EJECTOR 21 1GJ107 GCT123 GLAND CONDENSER EJECTOR 21 1GJ119A SYNGAS 1ST STG. STM COND. EJECTOR 22 1GJ119B SYNGAS 1ST STG. STM COND. EJECTOR 22 1GJ119C SYNGAS 2ND STG. STM COND. EJECTOR 22 1GJ119D SYNGAS 2ND STG. STM COND. EJECTOR 22 1GJ120A AIR MACH. 1ST STG. STM COND. EJECTOR 21 1GJ120B AIR MACH. 1ST STG. STM COND. EJECTOR 21 1GJ120C AIR MACH. 2ND STG. STM COND. EJECTOR 21 1GJ120D AIR MACH. 2ND STG. STM COND. EJECTOR 21 1GJ133A REFRIG 1ST STG. STM COND. EJECTOR 23 1GJ133B REFRIG 1ST STG. STM COND. EJECTOR 23 AIDEA Appraisal Services RFP No. 2014-031

1GJ133C REFRIG 2ND STG. STM COND. EJECTOR 23 1GJ133D REFRIG 2ND STG. STM COND. EJECTOR 23 1GJ138 1ST STG COLD SHOT DESUPERHEATER 20 1GJ139 2ND STG COLD SHOT DESUPERHEATER 20 1GJ140 3RD STG COLD SHOT DESUPERHEATER 20 1GJ141 4TH STG COLD SHOT DESUPERHEATER 20 1GJ142 5TH STG COLD SHOT DESUPERHEATER 20 1GJ144 SYNGAS SEAL STEAM GLAND EJECTOR 22 1GJ145 SYNGAS STEAM COND. HOGGER EJECTOR 22 1GJ156 REFRIG HOTWELL HOGGER EJECTOR 23 1GJ157 GT108C TURB. GLAND COND. EJECTOR 15 1GJ159 AT105 ANALYZER SYSTEM EJECTOR 12 1GM1122A PLANT 1 SAFETY SHOWER PUMP MOTOR (E) 02 1GM1122B PLANT 1 SAFETY SHOWER PUMP MOTOR (W) 02 1GT101A HIGH PRESSURE BFW PUMP (N) TURBINE 11 1GT101B HIGH PRESSURE BFW PUMP (S) TURBINE 11 1GT102A HP BOILER CIRCULATOR (N) TURBINE 11 1GT102B HP BOILER CIRCULATOR (S) TURBINE 11 1GT103A LOW PRESSURE BFW TURBINE 08 1GT103C LOW PRESS. BFW TURBINE ‐ PONY (O/S) 08 1GT108A STEAM TURB. FOR G108A MDEA PUMP 15 1GT108B STEAM TURB. FOR G108B MDEA PUMP 15 1GT108C STEAM TURB. FOR G108C MDEA PUMP 15 1GT115A SYNGAS HOTWELL TURBINE 22 1GT116A AIR MACHINE HOTWELL TURBINE 21 1GT124A LOW TEMP NH3 CIRC. PUMP TURBINE 20 1GT125A HIGH TEMP NH3 CIRC. PUMP TURBINE 20 1GT127A REFRIG HOTWELL TURBINE 23 1GT134A AIR MACHINE LUBE OIL TURBINE 21 1GT135A SYNGAS LUBE OIL TURBINE 22 1GT136A SYNGAS SEAL OIL TURBINE 22 1GT147A REFRIG LUBE/SEAL OIL PUMP TURBINE 23 3E604 VILTER OVERHEAD NH3 CONDENSER 24 3E607A N. LOW CASE VILTER OIL COOLER 24 3E607B S. LOW CASE VILTER OIL COOLER 24 3E608 VILTER PURGE CONDENSER 24 3E619 SOLAR/COGEN TURBINE 01 3E620 HP CIGGS GAS HEATER 01 3E622 BLOW DOWN COOLER/DEMIN HTR. 11 3E631 STEAM COIL MDEA STORAGE TANK 25 3E632 CHEMICAL TRANS PMP BLDG HEATER 25 3E633 VILTER VAPORITOR SUBCOOLER 24 3E634 VILTER INTERCOOLER SUBCOOLER 24 AIDEA Appraisal Services RFP No. 2014-031

3F1619 FUEL GAS FILTER ‐ TOP 01 3F615 MDEA STORAGE TANK 25 3F623 NH3 STORAGE TANK 24 3F629 550 STEAM VENT SILENCER 08 3F631 VILTER SUCTION VAPORITOR 24 3F632 VILTER INTERCOOLER 24 3F633 VILTER NH3 LIQUID RECEIVER 24 3F634A N. LOW CASE VILTER OIL SEPARATOR 24 3F634B S. LOW CASE VILTER OIL SEPARATOR 24 3F635A N. HIGH CASE VILTER OIL SEPARATOR 24 3F635B S. HIGH CASE VILTER OIL SEPARATOR 24 3F639A NATURAL GAS SEPARATOR 01 3F639B NATURAL GAS SEPARATOR 01 3F641 LP CIGGS GAS SCRUBBER ‐ S. VESSEL 01 3F642 LP CIGGS GAS SCRUBBER ‐ N. VESSEL 01 3F646 HP CIGGS GAS SEPARATOR 01 3F647 HP CIGGS GAS COND. STORAGE TANK 01 3F653 FUEL GAS FILTER ‐ BOTTOM 01 3F659 F102 BLOWDN STM ENTRAINMENT SEP. 11 3G600A DEMIN WATER PUMP ‐ TURB. 07 3G600B DEMIN WATER PUMP ‐ ELEC. 07 3G625 MDEA TRANSFER PUMP 25 3G641B CAUSTIC TRANSFER PUMP 25 3GC634A N. LOW CASE VILTER COMPRESSOR 24 3GC634B S. LOW CASE VILTER COMPRESSOR 24 3GC635A N. HIGH CASE VILTER COMPRESSOR 24 3GC635B S. HIGH CASE VILTER COMPRESSOR 24 3GT600A DEMIN WATER PUMP TURBINE 07 3P625 MDEA OFFLOADING ARM 25 6E744A E743 A/B PRECONDENSER 15 6E744B E743A/B INTERCONDENSER 15 6E744C E743A/B AFTERCONDENSER 15 6F786 E743A/B CONDENSATE HOTWELL 65 6G793A E743A HOTWELL PUMP 15 6G793B E743B HOTWELL PUMP 12 6GJ745A 4X4 Y‐STG EJECTOR 1ST STAGE 65 6GJ745B 4X4 Y‐STAGE EJECTOR 1ST STAGE 65 6GJ745C 2X2 Z‐STAGE EJECTOR 2ND STAGE 65 6GJ745D 2X2 2‐STAGE EJECTOR 2ND STAGE 65 6GJ746 E‐743A/B HOGGING EJECTOR 65

 KNO Plant 2 (Urea) – Equipment List

AIDEA Appraisal Services RFP No. 2014-031

Functional Loc. Description System # 2B402 VENT FLARE 43 2B403 PROCESS FLARE 43 2C400 UREA VENT STACK 43 2D400 UREA REACTOR 33 2D401 FIRST ABSORBER 34 2D402 SECOND ABSORBER 34 2D403 THIRD DECOMPOSER STRIPPER 34 2D404 HYDROLYZER‐STRIPPER TOWER 39 2D405 ATMOSPHERIC ABSORBER 43 2D406 SLOP&FEED TANKS VENT SCRUBBER 39 2D407 VENT SCRUBBER 43 2D408 INERTS VENT SCRUBBER 43 2E1416A UF‐85 TANK HEATER PANEL 36 2E1416B UF‐85 TANK HEATER PANEL 36 2E1416C UF‐85 TANK HEATER PANEL 36 2E1416D UF‐85 TANK HEATER PANEL 36 2E1420 SAFETY SHOWER TEMPERED WATER HEATER 02 2E402A AMMONIA CONDENSER 32 2E402B AMMONIA CONDENSER 32 2E402C AMMONIA CONDENSER 32 2E403 VENT CONDENSER 32 2E404 FIRST STAGE DECOMPOSER 34 2E405 SECOND STAGE DECOMPOSER 34 2E406 SECOND ABSORBER BOTTOMS COOLER 34 2E409 150# DESUPERHEATER 38 2E410 MOTHER LIQUOR EVAPORATOR 35 2E412 CRYSTAL DRYER AIR HEATER 35 2E413 CRYSTALLIZER PRECOOLER 35 2E414 CRYSTALLIZER INTERCONDENSER 35 2E415 CRYSTALLIZER SURFACE CONDENSER 35 2E416 CO2 COMPRESSOR STEAM CONDENSER 30 2E420 CRYSTALLIZER HEATER 35 2E421A CO2 BOOSTER LUBE OIL COOLER 30 2E421B CO2 BOOSTER LUBE OIL COOLER 30 2E422A CO2 BOOSTER EJECTOR PRECONDENS 30 2E422B CO2 BOOSTER EJECTOR INTER/AFTER 30 2E423 THIRD STAGE DECOMPOSER 34 2E424 CO2 BOOSTER GLAND CONDENSER 30 2E425A A RECIP L.O. COOLER 30 2E425B B RECIP L.O. COOLER 30 2E425C C RECIP L.O. COOLER 30 2E426 LOW PRESSURE CONDENSER 34 AIDEA Appraisal Services RFP No. 2014-031

2E427 CONDENSATE AMMONIA PREHEATER 32 2E428 SEAL FLUSH COOLER 38 2E429 VENT CONDENSER 43 2E430 E‐430 AFTERCOOLER 30 2E433A FEED/EFFLUENT EXCHANGER 39 2E433B FEED/EFFLUENT EXCHANGER 39 2E434 HYDROLYZER‐STRIPPER REBOILER 39 2E435 HYDROLIZER‐STRIPPR OVRHEAD CND 39 2E436 REBOILER STEAM DESUPERHEATER 39 2E437 UREA RECLAIM TANK HEATER 39 2E438 UREA WASH SOLUTION HEATER 39 2E440A RECIP JACKET GLYCOL COOLER 30 2E440B RECIP JACKET GLYCOL COOLER 30 2E441A GLAND WATER EXCHANGER 30 2E441B GLAND WATER EXCHANGER 30 2E443A C CARBAMATE PUMP LUBE OIL COOL 31 2E443B C CARBAMATE PUMP LUBE OIL COOL 31 2E444 G‐402A FRAME OIL COOLER 32 2E445 G‐402A GEAR OIL COOLER 32 2E446 GT‐402A TURBINE OIL COOLER 32 2E447 G‐402B FRAME OIL COOLER 32 2E448 G‐402B GEAR OIL COOLER 32 2E449 GT‐402B TURBINE OIL COOLER 32 2E450 G‐403A FRAME OIL COOLER 31 2E451 G‐403A GEAR OIL COOLER 31 2E452 GT‐403A TURBINE OIL COOLER 31 2E453 GT‐403A GOV OIL COOLER 31 2E454 G‐403B FRAME OIL COOLER 31 2E455 G‐403B GEAR OIL COOLER 31 2E456 GT‐403B TURBINE OIL COOLER 31 2E457 GT‐403B GOV OIL COOLER 31 2E458A A CENTRIFUGE OIL COOLER 35 2E458B B CENTRIFUGE OIL COOLER 35 2E459 AIR AFTER COOLER 36 2E460 LUBE OIL COOLER 36 2E461 AIR DRYER PACKAGE 36 2E462 AIR INLET/EXIT EXCHANGER 36 2E463 FREON/AIR COOLER 36 2E465 ALLIGATOR PIT HEATER COIL 39 2E466 SLOP TANK HEATER COIL 39 2E467 F467 HYDROLIZER FEED TANK COIL 39 2E468 EFFLUENT HEATER COIL 39 2E470 SURGE TANK HEATER COIL 34 AIDEA Appraisal Services RFP No. 2014-031

2E471 LUBE/SEAL OIL RESV HEATER 30 2E472 CRYSTALIZER LEG HEATER 35 2E473 SCRUBBER SPRAY WATER COOLER 43 2E474 HOT AIR HEATER 43 2F1400A GT402A LO RESERVIOR 32 2F1400B GT402B LO RESERVOIR 32 2F1401A GT402A LO FILTER 32 2F1401B GT402B LO FILTER 32 2F1402A GT402A FRAME OIL FILTER 32 2F1402B GT402B FRAME OIL FILTER 32 2F1403A GT403A LO RESERVOIR 31 2F1403B GT403B LO RESERVOIR 31 2F1404A GT‐403A TURBINE OIL FILTER 31 2F1404B GT‐403B TURBINE OIL FILTER 31 2F1405A G‐403A FRAME OIL FILTER 31 2F1405B G‐403B FRAME OIL FILTER 31 2F1406 VELOCITY SEAL 43 2F1407 VELOCITY SEAL 43 2F1408 VENT KO DRUM/SEAL 43 2F1409 VENT KO DRUM 43 2F1410 EMERGENCY FLARE SEPARATOR 43 2F1411 INERTS VENT SEPARATOR 43 2F1413 STRAINER,2IN 150#,UF‐85 SUCTION 36 2F1414 2F434 OVERHEAD SEAL POT 39 2F1414A PULSATION DAMPENER FOR 2G403A 31 2F1414B PULSATION DAMPENER FOR 2G403B 31 2F1417A BARRIER FLUID TANK FOR 2G439A 32 2F1417B BARRIER FLUID TANK FOR 2G439B 32 2F1424 2GC401A/B/C BLOWDWN OIL RECOV. SEPARATOR 30 2F401 AMMONIA STORAGE TANK 32 2F402 FIRST FLASH SEPARATOR 34 2F403 FIRST DECOMPOSER SEPARATOR 34 2F404 SECOND FLASH SEPARATOR 34 2F406 HIGH PRESSURE CONDENSATE FLASH 38 2F408A NH3 PUMP PULSATION DAMPENER 32 2F408B NH3 PUMP PULSATION DAMPENER 32 2F409 UREA SURGE TANK 34 2F410 CRYSTALLIZER HOTWELL 35 2F411 MOTHER LIQUOR TANK 35 2F412 FEED FLASH TANK 34 2F413 ATMOSPHERIC CONDENSATE TANK 38 2F414A CENTRIFUGE 35 2F414B CENTRIFUGE 35 AIDEA Appraisal Services RFP No. 2014-031

2F415 CRYSTALLIZER 35 2F416A UREA CRYSTAL MELT TANK 36 2F416B UREA CRYSTAL MELT TANK 36 2F416C UREA CRYSTAL MELT TANK 36 2F416D UREA CRYSTAL MELT TANK 36 2F417 REMELT TANK 35 2F418A REMELT TANK FILTER 37 2F418B REMELT TANK FILTER 37 2F419 CYCLONE DUST COLLECTOR 35 2F420 LOW PRESSURE CONDENSATE FLASH 38 2F421 NH3 REFLUX DRUM 32 2F422 CO2 SUCTION SEPARATOR 30 2F423A A RECP DISCHARGE SNUBBER 30 2F423B B RECP DISCHARGE SNUBBER 30 2F423C C RECP DISCHARGE SNUBBER 30 2F424 CO2 FIRST STAGE SUCTION SEPARAT 30 2F425 CO2 SECOND STG SUCTION SEPARAT 30 2F426A CO2 SUCTION SEPARATOR GC‐401A 30 2F426B CO2 SUCTION SEPARATOR GC‐401B 30 2F426C1 CO2 SUCTION BOTTLE 30 2F426C2 CO2 SUCTION BOTTLE 30 2F428 CO2 BOOSTER HOTWELL 30 2F429A MOTHER LIQUOR CYCLONE 35 2F429B MOTHER LIQUOR CYCLONE 35 2F430 CO2 VENT SILENCER 30 2F431 CRYSTALLZR HOTWELL OVERFLOW TK 35 2F432 RECIP STARTING AIR RECV & SYSTEM 30 2F433 PROCESS BLOWDOWN TANK 43 2F434 EFFLUENT ACCUMULATION TNK SLOP 39 2F435 CO2 BOOSTER HP SEAL OIL TANK 30 2F436 CO2 BOOSTER LP SEAL OIL TANK 30 2F437A SEAL OIL TRAP GC400A 30 2F437B SEAL OIL TRAP GC400A 30 2F437C SEAL OIL TRAP GC400B 30 2F437D SEAL OIL TRAP GC400B 30 2F438 BOOSTER OIL RESERVOIR 30 2F441 CO2 BOOSTER GOV OIL ACCUM 30 2F442 CO2 BOOSTER DEGASIFYING TANK 30 2F444 LOW PRESSURE SEPARATOR 34 2F446 VENT CONDENSER HOTWELL 43 2F447A G402A SUCTION SURGE BOTTLE 32 2F447B G402B SUCTION SURGE BOTTLE 32 2F448A PULSATION DAMPENER G403A 31 AIDEA Appraisal Services RFP No. 2014-031

2F448B PULSATION DAMPENER G403B 31 2F453 UF‐85 STORAGE TANK 36 2F454 SUCTION SEPERATOR A/B RECIP 30 2F455 SUCTION SEPERATOR A/B RECIP 30 2F456 150 STEAM VENT SILENCER 38 2F458 EFFLUENT SUMP 39 2F463 UREA RECLAIM PIT 39 2F463A UREA RECLAIM PIT 39 2F463B UREA RECLAIM PIT 39 2F464A RECLAIMED UREA STRAINER 39 2F464B RECLAIMED UREA STRAINER 39 2F465 RECLAIM TANK & SYSTEM 39 2F466 CO2 BOOSTER LUBE OIL ACCUMULAT 30 2F467 HYDROLYZER FEED TANK 39 2F468 SUCTION SEPERATOR C RECP 30 2F469 LUBE OIL FILTER C RECP 30 2F470 GLYCOL ENTRAINED GAS SEP. 30 2F471 GLYCOL EXPANSION TANK 30 2F472A GLYCOL FILTER FOR C RECIP 30 2F472B GLYCOL FILTER FOR C RECIP 30 2F472C GLYCOL FILTER FOR C RECIP 30 2F472D GLYCOL FILTER FOR C RECIP 30 2F473A TRITON FILTER TO MCCORD GC401C 30 2F473B TRITON FILTER TO MCCORD GC401C 30 2F474 DUST SCRUBBER SYSTEM 35 2F475A SEAL FLUSH FILTER G403C 31 2F475B SEAL FLUSH FILTER G403C 31 2F476A L.O. FILTER G403C 31 2F476B L.O. FILTER G403C 31 2F477 G403C LUBE OIL RESERVOIR 31 2F478 GC‐401A RECIP LUBE OIL FILTER 30 2F479 GC‐401B RECIP LUBE OIL FILTER 30 2F482 AIR INTAKE FILTER 36 2F483 AIR/OIL SEPARATOR 36 2F484 AIR PREFILTER 36 2F485 AIR AFTER FILTER 36 2F486 AIR RECEIVER 36 2F488A GLYCOL FILTER FOR A RECIP 30 2F488B GLYCOL FILTER FOR A RECIP 30 2F488C GLYCOL FILTER FOR B RECIP 30 2F488D GLYCOL FILTER FOR B RECIP 30 2F489A SEAL POT FOR A NH3 PUMP 32 2F489B SEAL POT FOR B NH3 PUMP 32 AIDEA Appraisal Services RFP No. 2014-031

2F489C SEAL POT FOR A CARBAMATE TURB 31 2F489D SEAL POT FOR B CARBAMATE TURB 31 2F490 MCCORD FILTER GIBRALTOR C RECP 30 2F490A MCCORD FILTER TRITON A RECIP 30 2F490B MCCORD FILTER GIBRALTOR A RECP 30 2F490C MCCORD FILTER TRITON B RECIP 30 2F490D MCCORD FILTER GIBRALTOR B RECP 30 2F490E MCCORD FILTER TRITON C RECIP 30 2F490F MCCORD FILTER GIBRALTOR C RECP 30 2F491 SAFETY SHOWER H2O STORAGE TANK 36 2F492 UREA MELT SCREEN BOX 36 2F493A F414 LO RESERVOIR 35 2F493B F414 LO RESERVOIR 35 2F494 GC400A/B WASTE OIL TANK 30 2F495A LUBE OIL AIR ACCUMULATOR 30 2F495B LUBE OIL AIR ACCUMULATOR 30 2F496 CONDENSATE DRAIN POT 30 2F497A AIR INTAKE FILTER CO2 GC401A 30 2F497B AIR INTAKE FILTER CO2 GC401B 30 2F497C AIR INTAKE FILTER CO2 GC401C 30 2F498 F432 WATER SEPERATOR 30 2F499A G476 LO FILTERS 30 2F499B G476 LO FILTERS 30 2F800A GT403A LO RESERVOIR 31 2F800B GT403B LO RESERVOIR 31 2F801A GT‐403A TURBINE OIL FILTER 31 2F801B GT‐403B TURBINE OIL FILTER 31 2F802A G‐403A FRAME OIL FILTER 31 2F802B G‐403B FRAME OIL FILTER 31 2F803A GT402A T.O RESERVOIR 32 2F803B GT402B T.O. RESERVOIR 32 2F804A GT402A T.O. FILTER 32 2F804B GT402B T.O. FILTER 32 2F805A G402A FRAME OIL FILTER 32 2F805B G402B FRAME OIL FILTER 32 2G1421A PLANT 2 SAFETY SHOWER PUMP 02 2G1421B PLANT 2 SAFETY SHOWER PUMP 02 2G402A NH3 FEED PUMP 32 2G402B NH3 FEED PUMP 32 2G403A CARBAMATE PUMP 31 2G403B CARBAMATE PUMP 31 2G403C CENTRIFUGAL CARBAMATE PUMP 31 2G404 H.P. FLUSH PUMP 38 AIDEA Appraisal Services RFP No. 2014-031

2G405A FIRST ABSORBER BOTTOMS PUMP 31 2G405B FIRST ABSORBER BOTTOMS PUMP 31 2G406A COND. INJECTION PUMPS TO 1ST ABSOR 34 2G406B COND. INJECTION PUMPS TO 1ST ABSOR 34 2G407A SECOND ABSORBER BOTTOMS PUMP 34 2G407B SECOND ABSORBER BOTTOMS PUMP 34 2G408A SECOND ABSORBER SOLUTION PUMP 34 2G408B SECOND ABSORBER SOLUTION PUMP 34 2G409 CONDENSATE BOOSTER PUMP 38 2G410A TURBINE BOOSTER HOTWELL PUMP 30 2G410B ELECTRIC BOOSTER HOTWELL PUMP 30 2G411A CONDENSATE RETURN PUMP 38 2G411B CONDENSATE RETURN PUMP 38 2G412 CONDENSATE FLUSH PUMP 38 2G413 UREA SURGE TANK PUMP 34 2G414A CRYSTALLIZER SLURRY PUMP 35 2G414B CRYSTALLIZER SLURRY PUMP 35 2G415A MOTHER LIQUOR RECYCLE PUMP 35 2G415B MOTHER LIQUOR RECYCLE PUMP 35 2G416A M/L TO 2ND ABSORBER EVAPORATOR PUMP 35 2G416B M/L TO 2ND ABSORBER EVAPORATOR PUMP 35 2G417 CRYSTALLIZER CIRC PUMP 35 2G420A REMELT TANK PUMP 35 2G420B REMELT TANK PUMP 35 2G427 CRYSTALLIZER SECONDARY DRY CIRC PUMP 35 2G429A MAIN CO2 COMP SEAL OIL PUMP 30 2G429B AUX. CO2 COMP SEAL OIL PUMP 30 2G431A HOTWELL OVERFLOW PUMP 35 2G431B HOTWELL OVERFLOW PUMP 35 2G434A BLOW DOWN EFFLUENT TRANSFER PUMP 43 2G434B BLOW DOWN EFFLUENT TRANSFER PUMP 43 2G435 EFFLUENT DISP/RECYCLE TO 2ND ABSORB 34 2G437A MAIN CO2 LUBE OIL BOOSTER PUMP 30 2G437B AUX. CO2 LUBE OIL BOOSTER PUMP 30 2G438 FEED FLASH CONDENSATE RECYCLE 43 2G439A NH3 REFLUX PUMP 34 2G439B NH3 REFLUX PUMP 34 2G441A GLYCOL PUMP RECIP JACKET COOLANT 30 2G441B GLYCOL PUMP RECIP JACKET COOLANT 30 2G442 SEAL FLUSH PUMP 38 2G444A LP CONDENSER FEED PUMP 34 2G444B LP CONDENSER FEED PUMP 34 2G445 SURGE RECYCLE TO 2ND DECOMP PUMP 34 AIDEA Appraisal Services RFP No. 2014-031

2G447 RECLAIM PIT PUMP 37 2G447A RECLAIM PIT PUMP 37 2G447B RECLAIM PIT PUMP 39 2G448A UF‐85 METERING PUMP 36 2G448B UF‐85 METERING PUMP 36 2G451A HYDROLYZER FEED PUMP 39 2G451B HYDROLYZER FEED PUMP 39 2G452A HYDROLYZER REFLUX PUMP 39 2G452B HYDROLYZER REFLUX PUMP 39 2G453 COOLING WATER BOOSTER PUMP 39 2G454 RECLAIM TANK PUMP 39 2G455A EFFLUENT SUMP PUMP 39 2G455B EFFLUENT SUMP PUMP 39 2G458 AUX. AIR DIAPHRAGM L/O PUMP 30 2G462A SEAL FLUSH PUMP FOR C CARBAMATE 31 2G462B SEAL FLUSH PUMP FOR C CARBAMATE 31 2G463A LUBE OIL PUMP FOR C CARBAMATE 31 2G463B LUBE OIL PUMP FOR C CARBAMATE 31 2G468 BOOSTER MCCORD LUBRICATOR 30 2G469 MCCORD LUBRICATOR G‐402 A&B 32 2G470 MCCORD LUBRICATOR G‐403 A&B 31 2G473A F‐414A L.O. PUMP 35 2G473B F‐414B L.O. PUMP 35 2G475A GC‐401A FORCE FEED L.O. SYS 30 2G475B GC‐401B FORCE FEED L.O. SYS 30 2G475C GC‐401C FORCE FEED L.O. SYS 30 2G476 GILBRATOR OIL PUMP 30 2G477 TRITON OIL PUMP 30 2G478 C RECP PRELUBE PUMP 30 2G479A G403A GEAR OIL PUMP 31 2G479B G403B GEAR OIL PUMP 31 2G480A GT403A T.O. PUMP 31 2G480B GT403B T.O. PUMP 31 2G481A G403A FRAME OIL PUMP 31 2G481B G403B FRAME OIL PUMP 31 2G482A GEAR OIL PUMP A NH3 32 2G482B GEAR OIL PUMP B NH3 32 2G483A GT‐402A T.O. PUMP 32 2G483B GT‐402B T.O. PUMP 32 2G484A A NH3 PUMP FRAME OIL PUMP 32 2G484B B NH3 PUMP FRAME OIL PUMP 32 2G485A SCRUB H2O TO D‐407 43 2G485B SCRUB H2O TO D‐407 43 AIDEA Appraisal Services RFP No. 2014-031

2G487 FEED TANK TO PC STRIPPER 39 2G488A CONDENSATE PUMP FOR F422 30 2G488B CONDENSATE PUMP FOR F422 30 2GC400A CO2 BOOSTER HIGH STAGE COMPR. 30 2GC400B CO2 BOOSTER LOW STAGE COMPR. 30 2GC401A CO2 RECIP COMPRESSOR 30 2GC401B CO2 RECIP COMPRESSOR 30 2GC401C CO2 RECIP COMPRESSOR 30 2GC467 PRILL SEEDING AIR COMPRESSOR 36 2GC472 PRILL SEED AIR DRYER PACKAGE 36 2GCT400 CO2 BOOSTER TURBINE 30 2GJ423A CRYSTALLIZER FIRST STAGE EJECT 35 2GJ423B CRYSTALLIZER FIRST STAGE EJECT 35 2GJ423C CRYSTALLIZER FIRST STAGE EJECT 35 2GJ424A CRYSTALLIZER SECOND STAGE EJECTOR 35 2GJ424B CRYSTALLIZER SECOND STAGE EJECTOR 35 2GJ425A CO2 TURBINE CONDENSER AIR EJEC 30 2GJ425B CO2 TURBINE CONDENSER AIR EJEC 30 2GJ425C CO2 TURBINE CONDENSER AIR EJEC 30 2GJ425D CO2 TURBINE CONDENSER AIR EJEC 30 2GJ432 CO2 BOOSTER HOGGING EJECTOR 30 2GJ433 CO2 BOOSTER GLAND CNDSR AIR EJ 30 2GJ456 REBOILER STEAM MIXER 39 2GJ460 CRYSTALLIZER HOGGING EJECTOR 35 2GJ461 CYCLONE SCRUBBER EJECTOR 35 2GJ471 PENBERTHY JET SUMP AT G403A/B 39 2GJ474 PENBERTHY JET GT402A/B, GT403A/B 32 2GT402A NH3 FEED PUMP TURBINE 32 2GT402B NH3 FEED PUMP TURBINE 32 2GT403A “A” CARBAMATE PUMP TURBINE 31 2GT403B “B” CARBAMATE PUMP TURBINE 31 2GT403C “C” CARBAMATE PUMP TURBINE 31 2GT410A HOTWELL PUMP TURBINE 30 2GT429A MAIN LUBE/SEAL OIL TURBINE 30 2P1419 UF85 TRUCK UNLOADING ARM 36 2P400 CENTRIFUGE DISCHARGE CONVEYOR 35 2P401 CRYSTAL DRYER 35 2P402 CRYSTAL ELEVATOR 36 2P403 CRYSTAL DISTRIBUTION CONVEYOR 36 2P404A MELT TANK CONVEYOR 36 2P404B MELT TANK CONVEYOR 36 2P404C MELT TANK CONVEYOR 36 2P404D MELT TANK CONVEYOR 36 AIDEA Appraisal Services RFP No. 2014-031

2P404E MELT TANK CONVEYOR 36 2P404F MELT TANK CONVEYOR 36 2P404G MELT TANK CONVEYOR 36 2P404H MELT TANK CONVEYOR 36 2P405 PRILL TOWER 36 2P406 PRILL CONVEYOR 37 2P407 PRILL ELEVATOR 37 2P408A PRILL SCREEN 37 2P408B PRILL SCREEN 37 2P410 DRYER DISCHARGE CONVEYOR 35 2P415 PERSONNEL ELEVATOR 36 2P416 UREA FINES VERTICAL CONVEYOR 37 2P419 PRILL RAKE 36 2P420 PRILL RECYLE CONVEYOR 37 2P421A TUTTLE BUCKET 36 2P421B TUTTLE BUCKET 36 2P422 PRILL TOWER SEED FEEDER 36 2P423 SEED MILL 36 3E611 COOLING TOWER 05 3F624 C/W ACID TANK & SYSTEM 05 3G611A COOLING H2O PUMP 05 3G611B COOLING H2O PUMP 05 3G611C COOLING H2O PUMP 05 3G631A NH3 TRANSFER PUMP – STEAM DRIVEN 24 3G631B NH3 TRANSFER PUMP – ELECTRIC DRIVEN 24 3G633 C/W CHORINATOR PUMP 05 3G661 UNIT HEATER CHLORINE BLDG 05 3GJ633 CHLORINE EJECTOR 05 3GT631A NH3 TRANSFER PUMP TURBINE 24

 KNO Plant 3 (Utilities) – Equipment List

Functional Loc. Description System # 1F103 PACKAGE BOILER BLOWDOWN TANK 08 1F145 F105DA CARRIER WATER TANK 07 1F146 50# PHOSPHATE FEED TANK 61 1F1701A USED OIL PRODUCT FILTER 42 1G121 CARRIER WATER DA HYDRAZINE PUMP TO F105 07 1G137 MORPHOLINE/PO4 FEED PUMP 1500 PSIG 61 1G137B 1E106 PO4 PUMP 50# STEAM 61 1GM158 1F146 FEED TANK AGITATOR 61 3B600A PACKAGE BOILER 600# 08 3B600B PACKAGE BOILER 600# 08 AIDEA Appraisal Services RFP No. 2014-031

3B600C PACKAGE BOILER 600# 08 3C600 600# BOILER STACK 08 3C601 B600C 600# BOILER STACK 08 3E1620 SAMPLE COOLER F104 BLOWDOWN 61 3E1625A EAST CAUSTIC HEATING COIL 25 3E1625B WEST CAUSTIC HEATING COIL 25 3E1636 SAFETY SHOWER TEMPERED WATER HEATER 02 3E1699A GC‐1698 INTERCOOLER 1ST STAGE 04 3E1699B GC‐1698 INTERCOOLER 2ND STAGE 04 3E1700A GC‐1698 LUBE OIL COOLER 04 3E1700B GC‐1698 LUBE OIL COOLER 04 3E1701 GC‐1698 AFTER COOLER 04 3E1705B GC‐1698 LUBE OIL COOLER 04 3E335 BFW REGENERATION CAUSTIC HEATER 56 3E600A ECONOMIZER FOR B600A 08 3E600B ECONOMIZER FOR B600B 08 3E600C ECONOMIZER FOR B600C 08 3E612 F‐600 DEMINERALIZER H20 STEAM COIL 07 3E613 IMMERSION HEATER ACID STORAGE 25 3E618A B600A SAMPLE COOLER 08 3E618B B600B SAMPLE COOLER 08 3E618C B600C SAMPLE COOLER 08 3E624 GG617A GEAR OIL COOLER 08 3E625 GT617A TURBINE OIL COOLER 08 3E626 GG617C OIL COOLER 08 3E628 WATER TANK STEAM COIL F616 02 3E629 B600B BFW O2 SAMPLE COOLER 07 3E630 STEAM COIL CAUSTIC STORAGE TNK 25 3E752 B600A FUEL OIL TRIM HEATER 42 3EE1702A GC‐1698 LUBE OIL RESERVOIR HEATER 04 3EE1702B GC‐1698 LUBE OIL RESERVOIR HEATER 04 3F1323 WATER FLOW TO CAUSTIC MIX TEE 07 3F1602A SOUTH INSTRUMENT AIR FILTER 04 3F1602B SOUTH INSTRUMENT AIR FILTER 04 3F1613 OIL COALESCING FILTER 04 3F1700 USED OIL STORAGE TANK 42 3F1701A USED OIL PRODUCT FILTER 42 3F1701B USED OIL PRODUCT FILTER 42 3F1703 GC‐1698 INTAKE FILTER 04 3F1704 GC‐1698 INTAKE SILENCER 04 3F1705A GC‐1698 LUBE OIL FILTER 04 3F1705B GC‐1698 LUBE OIL FILTER 04 3F1706 GC‐1698 LUBE OIL RESERVOIR 04 AIDEA Appraisal Services RFP No. 2014-031

3F1707 GC‐1698 WATER SEPARATOR 04 3F600 DEMINERALIZED H2O STORAGE TANK 07 3F602A NORTHWEST AIR RECEIVER 04 3F602B SOUTHWEST AIR RECEIVER 04 3F602C NORTHEAST AIR RECEIVER 04 3F602D SOUTHEAST AIR RECEIVER 04 3F603A INSTRUMENT & PLANT AIR DRYERS 04 3F603B INSTRUMENT & PLANT AIR DRYERS 04 3F603C INSTRUMENT & PLANT AIR DRYERS 04 3F603D INSTRUMENT & PLANT AIR DRYERS 04 3F604A PREFILTER INSTR & PLNT AIR CMP 04 3F604B PREFILTER INSTR & PLNT AIR CMP 04 3F605A F‐603A/B AFTERFILTER 04 3F605B F‐603C/D AFTERFILTER 04 3F605C F‐603A/B AFTERFILTER 04 3F605D F‐603C/D AFTERFILTER 04 3F607 H2SO4 DAY TANK (OLD SIDE) 07 3F608 TRANSFER POLISHER 07 3F609A #1 CATION (OLD SIDE) 07 3F609B #2 CATION (OLD SIDE) 07 3F609C #3 CATION (OLD SIDE) 07 3F610 DEGASSIFIER (OLD SIDE) 07 3F611A #1 ANION (OLD SIDE) 07 3F611B #2 ANION (OLD SIDE) 07 3F611C #3 ANION (OLD SIDE) 07 3F612 MIXED BED POLISHED (OLD SIDE) 07 3F613A BULK ACID STORAGE TANK 25 3F613B BULK ACID STORAGE TANK 25 3F613C BULK ACID STORAGE TANK 25 3F799 WASTE OIL SEPERATOR 42 3F614A EAST CAUSTIC STORAGE TANK 25 3F614B WEST CAUSTIC STORAGE TANK 25 3F616 RAW WATER STORAGE TANK 02 3F617 POTABLE H2O STORAGE TANK 02 3F619 POTABLE H2O TANK CHLORINATOR 02 3F620 CORROSION INHIBITOR TANK 05 3F626 600A/B/C PO4 TANK 08 3F628 LUBE OIL STORAGE DAY TANK 03 3F636 CAUSTIC DAY TANK (OLD SIDE) 07 3F643 GAS CONDENSATE STORAGE TANK 01 3F662 LUBE OIL BULK STORAGE 03 3F663 LUBE OIL TRANSFER LINE FILTER 03 3F666 PORTABLE OIL SEPERATOR TANK 06 AIDEA Appraisal Services RFP No. 2014-031

3F671 SKIM OIL STORAGE TANK AT G618A 06 3F672 GASOLINE TANK FOR G613B 02 3F673 GASOLINE HEAD TANK FOR F672 02 3F674 SODA ASH DUMP HOPPER 06 3F675 618 PUMP PIT GEN EFFL TO PONDS 06 3F677 GG617A LO RESERVOIR 08 3F678 GT617A LO RESERVOIR 08 3F683 WATER SEPERATOR 04 3F684 WATER SEPARATOR 04 3G1622 CHEMICAL ADDITION PUMP F104 61 3G1623A UPBLEND PUMP F104 61 3G1623B DOWNBLEND PUMP F104 61 3G1637A SAFETY SHOWER PUMPS 02 3G1637B SAFETY SHOWER PUMPS 02 3G1708 GC‐1698 LUBE OIL PUMP MAIN 04 3G1709 GC‐1698 LUBE OIL PUMP AUXILLARY 04 3G1710 USED OIL PRODUCT PUMP 42 3G606 CHLORINATOR PUMP POTABLE WATER 02 3G608A A ‐ ANION BOOSTER PUMP 07 3G608B B ‐ ANION BOOSTER PUMP 07 3G608C C ‐ ANION BOOSTER PUMP 07 3G612A SERVICE H2O PUMP 02 3G612B SERVICE H2O PUMP 02 3G613A FIRE WATER PUMP (MOTOR DRIVEN) 02 3G613B FIRE H2O PUMP ( DRIVEN) 02 3G614 FIRE H2O JOCKEY PUMP 02 3G618A GENERAL EFFLUENT PIT PUMP 06 3G618B GENERAL EFFLUENT PIT PUMP 06 3G619A FINAL TREATED EFFLUENT PUMP 06 3G619B FINAL TREATED EFFLUENT PUMP 06 3G620A POTABLE WATER PUMP 02 3G620B POTABLE WATER PUMP 02 3G622A A ‐ CAUSTIC SOLUTION PUMP (OLD SIDE) 07 3G622B B ‐ CAUSTIC SOULTION PUMP (OLD SIDE) 07 3G623A A ‐ ACID BFW H2S04 PUMP (OLD SIDE) 07 3G623B B ‐ ACID BFW H2S04 PUMP (OLD SIDE) 07 3G627 CORROSION INHIBITOR TANK PUMP 05 3G638A B600A MORPHOLINE PHOSPHATE FEED PUMP 08 3G638B B600B MORPHOLINE PHOSPHATE FEED PUMP 08 3G638C B600C MORPHOLINE PHOSPHATE FEED PUMP 08 3G640A ACID H2SO4 TRANSFER PUMP 25 3G640B ACID H2SO4 TRANSFER PUMP 25 3G641A CAUSTIC TRANSFER PUMP 25 AIDEA Appraisal Services RFP No. 2014-031

3G645 LUBE OIL TO FMS STORAGE PUMP 03 3G646 FINAL TREATED EFFLUENT PUMP 06 3G660 LUBE OIL OFF LOADING PUMP 03 3G671A SULFURIC ACID METERING PUMP 25 3G671B SULFURIC ACID METERING PUMP 25 3G673 G‐613B GAS HEAD TANK HAND PUMP 02 3G674 G‐613B GASOLINE ELECTRIC PUMP 02 3GB617A B600A FORCED DRAFT FAN 08 3GB617B B600B FORCED DRAFT FAN 08 3GB617C B600C FORCED DRAFT FAN 08 3GB650 DEGASIFIER BLOWER (OLD SIDE) 07 3GBT617A B600A F.D. FAN TURBINE 08 3GBT617C B600C F.D. FAN TURBINE 08 3GC1698 ELECTRIC PAP AIR COMPRESSOR 04 3GE613B GAS ENGINE(FIRE H20 PUMP) 02 3GG613 GAS ENGINE(FIRE H2O PUMP) DRIVE 02 3GT608B B ‐ ANION BOOSTER PUMP TURBINE 07 3GT678 G678 COMPRESSOR TURBINE 04 3P626 CAUSTIC OFFLOADING ARM 25 3P627 SULFURIC ACID LOADING ARM 25

AIDEA Appraisal Services RFP No. 2014-031

 KNO Plant 4 (Ammonia) – Equipment List

Functional Loc. Description System # 3F656 PROCESS CONDENSATE STRIPPER 52 3GC1610 PROCESS AIR COMP FOR PLT1 & 4 71 4B200 FIRED STARTUP HEATER 69 4B201 PRIMARY REFORMER 62 4B203 PRIMARY NATURAL GAS PRE‐HEATER 62 4B204A FEEDWATER ECONOMIZER COIL 62 4B204B FEEDWATER ECONOMIZER COIL 62 4B205A FLUE GAS WASTE HEAT BOILR COIL 63 4B205B FLUE GAS WASTE HEAT BOILR COIL 63 4B206A NATURAL GAS STEAM PREHEATER COIL 62 4B206B NATURAL GAS STEAM PREHEATER COIL 62 4B207A TURBINE STEAM SUPERHEATER COIL 62 4B207B TURBINE STEAM SUPERHEATER COIL 62 4B208A PROCESS AIR PREHEATER COIL 62 4B208B PROCESS AIR PREHEATER COIL 62 4B209 2nd NATURAL GAS PREHEATER COIL 62 4B210 FUEL GAS HEATER COIL 62 4B211 MIXED FEED HEATER COIL 62 4B212C S/D WINTERIZING HTR E‐224/225 72 4B212D S/D WINTERIZING HTRS FOR E‐225 71 4B212E S/D WINTERIZING HEATERS E‐244/ 73 4B212F S/D WINTERIZING HEATER E‐214A& 65 4B212H S/D WINTERIZING HEATER E‐273 65 4B212L S/D WINTERIZING HEATER E‐272 60 4B220A UNIT HEATER J202(UH‐1), N.E. SIDE 72 4B220B UNIT HEATER J202 (UH‐2), N.W. SIDE 72 4B220C UNIT HEATER J202(UH‐3), EAST SIDE‐CENTER 72 4B220D UNIT HEATER J202(UH‐4), WEST SIDE‐CENTER 72 4B220E UNIT HEATER J202(UH‐5), SOUTH EAST SIDE 72 4B220F UNIT HEATER J202(UH‐6), SOUTH WEST SIDE 72 4C200 HYDROGEN VENT STACK 64 4D200 SECONDARY REFORMER 63 4D202 PRIMARY CO2 CONVERTER 64 4D203 METHANATOR 66 4D204 SECONDARY CO2 CONVERTER 64 4D206 CO2 ABSORBER 65 4D207 MDEA REGENERATOR 65 4D209 WATER SCRUBBER 65 AIDEA Appraisal Services RFP No. 2014-031

4D210 AMMONIA CONVERTER 69 4D211 SYNTHESIS GAS SATURATOR 67 4D212 PROCESS CONDENSATE STRIPPER 60 4D213 PURGE GAS HP NH3 ABSORPTION CO 77 4D214 PURGE GAS VENT ABSORPTION CO 77 4D215 PURGE GAS NH3 REGENERATION CO 77 4E1201 PG PREHEATER‐FEED GAS 77 4E1202 PG RICH SOLUTION PREHEATER 77 4E1203 PG HYDROGEN PRODUCT CHILLER 77 4E1204 PG REGENERATOR COLUMN REBOILER 77 4E1205 PG REGENERATION GAS HEATER 77 4E1206A P.G. COLD BOX EXCHANGER 77 4E1206B P.G. COLD BOX EXCHANGER 77 4E1207 DESUPERHEAT SWH STEAM TO B201 51 4E1208A GT202A GEAR REDUCTION LO COOLR 61 4E1208B GT202B GEAR REDUCTION LO COOLR 61 4E1209 GT‐208A GLAND COND. NB#28832 4 65 4E1210A G271A SEAL FLUSH COOLER 60 4E1210B G271B SEAL FLUSH COOLER 60 4E1211A TEMPLOW DESUPERHEATER 65 4E1211B TEMPLOW DESUPERHEATER 65 4E1212 CONVERTER INTERCHANGER 69 4E1213 CONVERTER BOTTOM EXCHANGER 69 4E1214 SAMPLE COOLER F/HPBFW TO E205B 61 4E1218A GT202A GEAR REDUCTION LO COOLR 61 4E1218B GT202B GEAR REDUCTION LO COOLR 61 4E1219A GOVERNOR OIL COOLER FOR FF208A 24 4E1219B GOVERNOR OIL COOLER FOR FF208B 24 4E1220A 4G208A SEAL FLUSH COOLER 65 4E1220B 4G208B SEAL FLUSH COOLER 65 4E1220C 4G208C SEAL FLUSH COOLER 65 4E1221 4GHT208B SEAL FLUSH COOLER 65 4E1228 GT247 GOV'N OIL COOLER 73 4E1223 2ND STAGE SUCTION COOLER FOR 3RD PROCESS AIR COMPRESSOR 71 4E1223 3RD STAGE SUCTION COOLER FOR 3RD PROCESS AIR COMPRESSOR 71 4E1223 4TH STAGE SUCTION COOLER FOR 3RD PROCESS AIR COMPRESSOR 71 4E1233 2ND STAGE SUCTION COOLER 71 4E1234 3RD STAGE SUCTION COOLER 71 4E1235 4TH STAGE SUCTION COOLER 71 4E1236 5TH STAGE SUCTION COOLER 71 4E1240A LUBE OIL COOLERS FOR 3RD PROCESS AIR COMPRESSOR 71 4E1240B LUBE OIL COOLERS FOR 3RD PROCESS AIR COMPRESSOR 71 4N200 UNINTERRUPTIBLE AC PWR SUPPLY FOR MOORE CNTR 44 AIDEA Appraisal Services RFP No. 2014-031

4TC401 J‐202 NH3 COMPRESSOR BUILDING BRIDGE CRANE 72 4TC1265 GC‐1230 OVERHEAD TROLLEY HOIST 71 4E205B REFORM GAS WASTE HEAT BOILER 61 4E206 PRIMARY LOW PRESSURE BOILER 64 4E207 SECONDARY LOW PRESSURE BOILER 64 4E210A MDEA GAS REBOILER 65 4E210B MDEA GAS REBOILER 65 4E211A LOW LEVEL LEAN/RICH EXCHANGER 65 4E211B LOW LEVEL LEAN/RICH EXCHANGER 65 4E211C LOW LEVEL LEAN/RICH EXCHANGER 65 4E211D LOW LEVEL LEAN/RICH EXCHANGER 65 4E214 LEAN SOLVENT COOLER 65 4E214A LEAN SOLVENT COOLER 65 4E214B REGEN COOLER FANS 65 4E215 CONDENSATE HEATER 65 4E217 MDEA STEAM REBOILER 65 4E218 DEMINERALIZED WATER HEATER 65 4E222 PRIMARY INTERSTAGE SYNGAS COOLER 67 4E223 1ST STAGE AIR COMPRESSR COOLER 71 4E224 SYNGAS COMP TURB STM CONDENSER 72 4E225 PROCESS AIR COMP TURB STM COND 71 4E227 2ND STAGE AIR COMP COOLER 71 4E228A SECONDARY INTERSTAGE SYNGAS CO 72 4E228B SECONDARY INTERSTAGE SYNGAS CO 72 4E229 3RD STAGE AIR COMPRESSR COOLER 71 4E231 DESUPERHEATER FOR E217 65 4E235 AMMONIA CONVERTER FEEDGAS PREHHEATER 69 4E236 SYNGAS AIR COOLED CONDENSER 68 4E237A SYNLOOP AMMONIA COOLED CONDENSER 68 4E237B SYNLOOP AMMONIA COOLED CONDENSER 68 4E238 COLD EXCHANGER 67 4E239 SYNLOOP BFW PREHEATER 69 4E240 SYNLOOP VENT CONDENSER 70 4E241 SYNLOOP PURGE CONDENSER 70 4E242 AMMONIA REFRIGERATION CONDENSER 70 4E242A NH3 REFRIGERATION CONDENSER 70 4E242B NH3 REFRIGERATION CONDENSER 70 4E243 AMMONIA REFRIGERATION SUBCOOLR 70 4E244 REFRIG COMP TURB STM CONDENSER 73 4E246A LOW PRESSURE BLR SAMPLER COOLER 64 4E246B LOW PRESSURE BLR SAMPLE COOLER 64 4E247A REFRIG COMP TURB PRECONDENSER 73 4E247B REFRIG COMP TURB INTERCONDENSER 73 AIDEA Appraisal Services RFP No. 2014-031

4E247C REFRIG COMP TURB AFTERCONDENSER 73 4E248A PROCESS AIR COMP LO COOLER NB3 71 4E248B PROCESS AIR COMP LO COOLER NB3 71 4E249 PROCESS AIR COMP LUBE OIL STM 71 4E250A SYNGAS COMP LUBE OIL COOLER 72 4E250B SYNGAS COMP LUBE OIL COOLER 72 4E251 SYNGAS COMP LUBE OIL TK STM CO 72 4E252A SYNGAS COMP TURB PRECONDENSER 72 4E252B SYNGAS COMP TURB INTERCONDENSER 72 4E252C SYNGAS COMP TURBE AFTERCONDENSER 72 4E254A PROCESS AIR COMP TURB PRECONDENSER 71 4E254B PROCESS AIR COMP TURB INTERCONDENSER 71 4E254C PROCESS AIR COMP TURB AFTERCONDENSER 71 4E255A HIGH LEVEL LEAN/RICH EXCHANGER 65 4E255B HIGH LEVEL LEAN/RICH EXCHANGER 65 4E255C HIGH LEVEL LEAN/RICH EXCHANGER 65 4E255D HIGH LEVEL LEAN/RICH EXCHANGER 65 4E256 1500# STM DRUM SAMPLE COOLER 61 4E257 DEAERATOR WATER SAMPLE COOLER 56 4E263 STM COIL SOLVENT STORAGE TANK 65 4E265A REFRIG COMP LUBE/SEAL OIL COOL 73 4E265B REFRIG COMP LUBE/SEAL OIL COOL 73 4E266 REFRIG COMB LUBE OIL STM COIL 73 4E267 PROCESS AIR COMP TURB GLAND CO 71 4E268 SYNGAS COMPRESSOR TURB GLAND C 72 4E269 REFRIG COMP TURBINE GLAND COND 73 4E270 1ST STAGE SYNGAS COOLER 67 4E271A STRIPPER FEED/BOTTOM EXCHANGER 60 4E271B STRIPPER FEED/BOTTOM EXCHANGER 60 4E271C STRIPPER FEED/BOTTOM EXCHANGER 60 4E271D STRIPPER FEED/BOTTOM EXCHANGER 60 4E272 STRIPPER BOTTOMS COOLER 60 4E273 REGENERATOR OVERHEAD COOLER 65 4E277 2ND STAGE SURGE VAPOR DESUPERHEATER 70 4E278 3RD STAGE SURGE VAPOR DESUPERHEATER 70 4E279 4TH STAGE SURGE VAPOR DESUPERHEATER 70 4E280 5TH STAGE SURGE VAPOR DESUPERHEATER 70 4E282 1ST STAGE SURGE VAPOR DESUPERHEATER 70 4E283A REFRIG COMP TURB GLAND COND EJ 73 4E283B REFRIG COMP TURB GLAND COND EJ 73 4E284 AIR COMP TURB HOGGING EJECTOR 71 4E285 AIR COMP TURB GLAND CONDENSER 71 4E286A SYNGAS COMP TURB STM CONDENSER 72 AIDEA Appraisal Services RFP No. 2014-031

4E286B SYNGAS COMP TURB STM CONDENSER 72 4E286C SYNGAS COMP TURB STM CONDNSER 72 4E286D SYNGAS COMP TURB STM CONDENSER 72 4E287A AIR COMP TURB STM CONDENSER EJ 71 4E287B AIR COMP TURB STM CONDENSER EJ 71 4E287C AIR COMP TURB STM CONDENSER EJ 71 4E287D AIR COMP TURB STM CONDENSER EJ 71 4E288 REFRIG COMP TURB STM COND EJEC 73 4E289A REFRIG TURB STM CONDSR EJECTOR 73 4E289B REFRIG TURB STM CONDSR EJECTOR 73 4E289C REFRIG TURB STM CONDSR EJECTOR 73 4E289D REFRIG TURB STM CONDSR EJECTOR 73 4E290A SYNGAS COMP TURB GLAND COND EJ 72 4E290B SYNGAS COMP TURB GLAND COND EJ 72 4E291 SYNGAS COMP TURB HOGGING EJECT 72 4E293 STEAM COIL SOLVENT DRAIN/MIX TEE 65 4E294A REFORMER ID FAN TURB LUBE OIL 62 4E294B REFORMER ID FAN TURB LUBE OIL 62 4E296 SYNGAS COMPRESSOR DEGAS DRUM S 72 4E297 GT201A LUBE OIL COOLER 61 4E298 GT201B LUBE OIL COOLER 61 4E299 GT208A LO COOLER 65 4F1200 GT‐208A LUBE OIL FILTER 65 4F1202 NH3 RELIEF VENT SEPARATOR 70 4F1203 NH3 VENT RECLAIM TANK 70 4F1204 PURGE GAS LEAN SOLUTION ACCUMULATOR 77 4F1205A PURGE GAS ABSORBER/DRIER 77 4F1205B PURGE GAS ABSORBERS/DRIER 77 4F1207 PURGE GAS FEED GAS FILTER 77 4F1208 P G FEED GAS SEPARATOR 77 4F1209 PG RECOVERED DISTRIBUTOR 77 4F1210 PG STEAM CONDENSATE DRUM 77 4F1211 PG 100 PSI CONDENSATE FLASH DRUM 77 4F1212 COLD BOX ENCLOSURE 77 4F1213 AFTERSEPARATR FOR 4D214 77 4F1214 REFRIG COMP SEAL OIL RECOVER 73 4F1215 SYNGAS COMP BLOWDWN SEPERATOR 72 4F1216 REFRIG COMP BLOWDWN SEPERATOR 73 4F1217 COLD BOX 77 4F1218 GT208A TURB EXHAUST DRAIN POT 65 4F1219A G294A LO FILTER 24 4F1219B G294B LO FILTER 24 4F1221A GC228 LO PULSATION DAMPENER LG 73 AIDEA Appraisal Services RFP No. 2014-031

4F1221B GC228 LO PULSATION DAMPENER SM 73 4F1222 REFR CO,NOX ANALYZER SMPL FILTER 62 4F1223 REFRIG LO SURGE TANK 73 4F1224 DISCH FILTER G‐287 77 4F1225 DEAERATOR HEATER 56 4F1226 BARRIER FLUID TANK 70 4F1227 BARRIER FLUID TANK 70 4F1229A G226A BARRIER FLUID TANK 70 4F1229B G226B BARRIER FLUID TANK 70 4F1232 INLET AIR FILTER 71 4F1236 LUBE OIL RESERVOIR 71 4F1241A LUBE OIL FILTER /3RD PROCESS 71 4F1241B LUBE OIL FILTER /3RD PROCESS 71 4F1243 OIL PURIFIER 72 4F1244A G285A PULSATION DAMPENERS 77 4F1244B G285B PULSATION DAMPENERS 77 4F1251A G224A BARRIER FLUID RESERVOIR 70 4F1251B G224B BARRIER FLUID RESERVOIR 70 4F1252A G225 BARRIER FLUID RESERVOIR 70 4F1252B G225 BARRIER FLUID RESERVOIR 70 4F1261 OIL PURIFIER FOR F271 71 4F1262 REFRIGERATION OIL PURIFIER 73 4F1270 ANTI‐FOAM RESERVOIR 65 4F1271A DRAIN POT FOR F201A 59 4F1271B DRAIN POT FOR F201B 59 4F1272A FLOAT DRAINER FOR F1271A 59 4F1272B FLOAT DRAINER FOR F1271B 59 4F201A OSR VESSEL 59 4F201B OSR VESSEL 59 4F202 HIGH PRESSURE BLOWDOWN TANK 61 4F204 1500# STEAM DRUM 61 4F205 DEAERATOR F‐205 56 4F207 SYNLOOP BYPASS GAS MIXER 69 4F209 SOLVENT STORAGE TANK 65 4F210A MDEA GAS REBOILER SEPARATOR 65 4F210B MDEA GAS REBOILER SEPARATOR 65 4F211 ABSORBER FEED SEPARATOR 65 4F212 SOLVENT DRAIN/MIX TANK 65 4F213 RICH SOLVENT FLASH DRUM 65 4F216 LEAN SOLVENT FILTER 65 4F217 FEED SOLVENT FILTER 65 4F219 COLD EXCHANGER SEPARATOR 67 4F220 PROCSS AIR COMP TURB DRAIN POT 71 AIDEA Appraisal Services RFP No. 2014-031

4F221 INTERSTAGE SYNGAS SEPARATOR 72 4F222 1ST STAGE AIR COMPRESSOR SEPAR 71 4F224 2ND STAGE AIR COMPRESSOR SEPAR 71 4F225 3RD STAGE AIR COMPRESSOR SEPAR 71 4F227 REFRIG COMPRESSOR TURBINE DRAIN 73 4F229 INTAKE AIR FILTER AIR COMPRESS 71 4F232A HIGH PRESSURE SEPARATOR 68 4F232B HIGH PRESSURE SEPARATOR 68 4F233 VENT GAS SEPARATOR 70 4F234 PRIMARY LETDOWN TANK 70 4F235 PURGE CONDENSER SEPARATOR 70 4F236 REFRIGERATION RECEIVER 70 4F240A PROCESS AIR LUBE OIL FILTERS 71 4F240B PROCESS AIR LUBE OIL FILTERS 71 4F241A SYNGAS COMPRESSOR LUBE OIL FILTER 72 4F241B SYNGAS COMPRESSOR LUBE OIL FILTER 72 4F242A 5TH STAGE OF MULTI COMPR.FLASH 70 4F242B 4TH STAGE OF MULTI COMPR.FLASH 70 4F243A 3RD STAGE OF MULTI COMPT.FLASH 70 4F243B 2ND STAGE OF MULTI COMPTM.FLASH 70 4F243C 1ST STAGE OF MULTI COMPT.FLASH 70 4F244A SEAL OIL HEAD TANK SYNGAS COMP 72 4F244B SEAL OIL HEAD TANK SYNGAS COMP 72 4F244C SEAL OIL HEAD TANK SYNGAS COMP 72 4F250 BAROMETRIC HOTWELL 65 4F251A REFRIG COMPRESSOR LUBE OIL FILTER 73 4F251B REFRIG COMPRESSOR LUBE OIL FILTER 73 4F252 PROCSS AIR COMP COUPLNG OIL FILTER 71 4F253A SEAL OIL FILTER SYNGAS COMPRES 72 4F253B SEAL OIL FILTER SYNGAS COMPRES 72 4F253C SEAL OIL FILTER SYNGAS COMPRES 72 4F254 COUPLING OIL FILTER SYNGAS COM 72 4F255A SEAL OIL TRAPS HP SYNGAS COMPR 72 4F255B SEAL OIL TRAPS HP SYNGAS COMPR 72 4F256A SEAL OIL TRAP LP SYNGAS COMPRS 72 4F256B SEAL OIL TRAP LP SYNGAS COMPRS 72 4F257 SYNGAS COMPRESSOR TURBINE DRAIN 72 4F260A SEAL OIL TRAP IP SYNGAS COMPRE 72 4F260B SEAL OIL TRAP IP SYNGAS COMPRE 72 4F262 REFRIGERATION COMP OIL RESERVOIR 73 4F263 PROCESS CONDENSATE SURGE DRUM 60 4F267A LARGE HOTWELL COND. DRUM 56 4F267B MINI‐HOTWELL COLLECTOR DRUM 56 AIDEA Appraisal Services RFP No. 2014-031

4F268 STEAM KNOCKOUT DRUM 60 4F271 PROCESS AIR COMP LUBE OIL RESE 71 4F273 RECLAIMER BOTTOMS HOLDING DRUM 65 4F274 REFRIG COMP LUBE OIL DEGAS DRM 73 4F275A REFRIG COMP COUPLING OIL FILTR 73 4F275B REFRIG COMPR COUPLING OIL FLTR 73 4F276 PROCESS AIR COMPRESSOR EXHAUST 71 4F277 REFRIGERATION COMP EXHAUST DRAIN 73 4F278 SYNGAS COMPRESSOR EXHAUST DRAIN 72 4F279 PROC AIR CP GOV LUBE OIL FILTER 71 4F280 ATMOSPHERIC COND DRUM 60 4F281 SYNGAS COMP SEAL OIL SURGE POT 72 4F282 SYNGAS COMP LUBE OIL RESERVOIR 72 4F283 SYNGAS COMP LUBE OIL SURGE POT 72 4F284A REFIRG COMP LO PRESS SEAL OIL 73 4F284B REFRIG COMP LOW PRESS SEAL OIL 73 4F285A REIG COMP HIGH PRESS SEAL OIL 73 4F285B REFRG COMP HIGH PRESS SEAL OIL 73 4F286 SYNGAS COMPRESSOR DEGAS DRUM 72 4F287 AMMONIA DRAIN TANK 70 4F288 G‐201A LUBE OIL FILTER 61 4F289 G‐201B LUBE OIL FILTER 61 4F290 G‐201A LUBE OIL RESERVOIR 61 4F291 G‐201B LUBE OIL RESERVOIR 61 4F292 GT‐201A LUBE OIL FILTER 61 4F293 GT‐201B LUBE OIL FILTER 61 4F294 GT‐201A LUBE OIL RESERVOIR 61 4F295 GT‐201B LUBE OIL RESERVOIR 61 4F297 GT‐208B LUBE OIL FILTER 65 4F298 GT‐208C LUBE OIL FILTER 65 4F299 GT‐208A LUBE OIL RESERVOIR 65 4G1237 PRIMARY LUBE OIL PUMP 71 4G1238 PRE‐LUBE OIL PUMP 71 4G1243 OIL PURIFIER PUMP 72 4G1261 PUMP FOR INSIDE OIL PURIFIER 71 4G1271 ANTIFOAM INJECTION HAND PUMP 65 4G1273A PLANT 4 SAFETY SHOWER PUMP 02 4G1273B PLANT 4 SAFETY SHOWER PUMP 02 4G201A HIGH PRESSURE BFW PUMP 61 4G201B HIGH PRESSURE BFW PUMP 61 4G202A HI PRESSURE BOILER CIRC PUMP 61 4G202B HI PRESSURE BOILER CIRC PUMP 61 4G202C HI PRESSURE BOILER CIRC PUMP 61 AIDEA Appraisal Services RFP No. 2014-031

4G203A LOW PRESSURE BOILER FEED PUMP 57 4G203B LOW PRESSURE BOILER FEED PUMP 57 4G208A LEAN SOLVENT PUMP 65 4G208B LEAN SOLVENT PUMP 65 4G208C LEAN SOLVENT PUMP 65 4G211 RECLAIMER BOTTOMS PUMP 65 4G212 SOLVENT TRANSFER PUMP 65 4G213A WATER SCRUBBER COND PUMP 65 4G213B WATER SCRUBBER COND PUMP 65 4G217A SATURATOR CIRCUL PUMP 67 4G217B SATURATOR CIRCUL PUMP 67 4G218A REFORMER INDUCED DRAFT FAN 62 4G218B REFORMER INDUCED DRAFT FAN 62 4G224A LOW TEMP NH3 CIRCULATING PUMP 70 4G224B LOW TEMP NH3 CIRCULATING PUMP 70 4G225A HIGH TEMP NH3 PUMP 70 4G225B HIGH TEMP NH3 CIRC PUMP 70 4G226A AMMONIA BOOSTER PUMP 70 4G226B AMMONIA BOOSTER PUMP 70 4G234A PROCESS AIR COMP LUBE OIL PUMP 71 4G234B PROCESS AIR COMP LUBE OIL PUMP 71 4G235A SYN GAS COMP LUBE OIL PUMP 72 4G235B SYNGAS COMP LUBE OIL PUMP 72 4G236A SYNGAS COMP SEAL OIL PUMP 72 4G236B SYNGAS COMP SEAL OIL PUMP 72 4G247A REFRIG COMP MAIN LUBE/SEAL OIL 73 4G247B REFRIG COMP AUX LUBE/SEAL OIL 73 4G251A CONDENSATE STRIPPER FEED PUMP 60 4G251B CONDENSATE STRIPPER FEED PUMP 60 4G252A REGENERATOR COOLER PUMP 65 4G252B REGENERATOR COOLER PUMP 65 4G253A COMPRSSR CONDENSATE RETURN PMP 56 4G253B COMPRSSR CONDENSATE RETURN PMP 56 4G253C COMPRSSR CONDENSATE RETURN PMP 56 4G254 SOLVENT STORAGE TANK PUMP 65 4G255 HOTWELL PUMP 65 4G256 GBT‐218A MAIN LUBE OIL PUMP 62 4G257 GBT‐218A AUX LUBE OIL PUMP 62 4G258 G‐201A AUX LUBE OIL PUMP 61 4G259 G‐201B AUX LUBE OIL PUMP 61 4G260 GT‐202A AUX LUBE OIL PUMP 61 4G261 GT‐202B AUX LUBE OIL PUMP 61 4G262 GT203A AUX LUBE OIL PUMP 57 AIDEA Appraisal Services RFP No. 2014-031

4G263 GT‐208A AUX LUBE OIL PUMP 65 4G264 GT‐208B AUX LUBE OIL PUMP 65 4G265 GT‐224A LUBE OIL PUMP 70 4G266 GT‐225A LUBE OIL PUMP 70 4G267A NH3 VENT RECOVERY DRUM PUMP 70 4G267B NH3 VENT RECOVERY DRUM PUMP 70 4G270 GT‐208C AUX LUBE OIL PUMP 65 4G271A CONDENSATE BOOSTER PUMP 60 4G271B CONDENSATE BOOSTER PUMP 60 4G272 SYNGAS TURBINE GOV ACTUATOR 72 4G273 G‐201A MAIN LUBE OIL PUMP 61 4G274 G‐201B MAIN LUBE OIL PUMP 61 4G275 GT‐201A LUBE OIL PUMP 61 4G276 GT‐201B LUBE OIL PUMP 61 4G278 G‐208B MAIN LUBE OIL PUMP 65 4G279 G‐208C MAIN LUBE OIL PUMP 65 4G280A GT‐202A MAIN LUBE OIL PUMP 56 4G280B GT‐202B MAIN LUBE OIL PUMP 56 4G282A STM COND MINI HOTWELL PUMP 56 4G282B STM COND MINI HOTWELL PUMP 56 4G283A GT‐208A LUBE OIL PUMP ‐ SHAFT 65 4G283B GT‐208A AUXILIARY LO PUMP ‐ ELEC 65 4G284A NH3 RECLAIM PUMP 70 4G284B NH3 RECLAIM PUMP 70 4G285A LEAN SOLUTION PUMP 77 4G285B LEAN SOLUTION PUMP 77 4G286A PG AMMONIA REFLUX PUMP SUNDYNE 77 4G286B PG AMMONIA REFLUX PUMP 77 4G287A PG RICH SOLUTION PUMP 77 4G287B PG RICH SOLUTION PUMP 77 4G291 PLT #4 OXAZOLIDONE BURN TRANSFER PUMP 65 4G293A HIGH CASE COMP. OIL PMP GC735A 24 4G293B HIGH CASE COMP. OIL PMP GC735B 24 4G294A GEAR RED. LUBE OIL PMP GT202A 61 4G294B GEAR RED.LUBE OIL PMP GT‐202B 61 4GB1245 BLDG EXHAUST FAN (EF1) 72 4GB1246 BLDG EXHAUST FAN (EF2) 72 4GB1247 BLDG EXHAUST FAN (EF3) 72 4GB1248 BLDG EXHAUST FAN (EF4) 72 4GB1249 BLDG EXHAUST FAN (EF5) 72 4GB1250 BLDG EXHAUST FAN (EF6) 72 4GB218A REFORMER I.D. FAN 62 4GB218B REFORMER I.D. FAN 62 AIDEA Appraisal Services RFP No. 2014-031

4GB297 PURGE GAS ANALYZER SHACK FAN 77 4GBT218A REFORM INDUC DRAFT FAN TURBINE 62 4GBT218B REFORM INDUC DRAFT FAN TURBINE 62 4GC1230 3RD PROCESS AIR COMPRESSOR 71 4GC1230A PROCESS AIR COMPRESSOR 1ST STG 71 4GC1230B PROCESS AIR COMPRESSOR‐2ND STG 71 4GC1230C PROCESS AIR COMPRESSOR‐3RD STG 71 4GC222A LOW PRESSURE SYN GAS COMPRESSOR 72 4GC222B INTERMED PRESSURE SYN GAS COMP 72 4GC222C HI PRESS SYN GAS COMPRESSOR 72 4GC223A HI PRESS AIR MACHINE COMPRESSOR 71 4GC223B LOW PRESS AIR MACHINE COMPRESSOR 71 4GC228A HI PRESSURE REFRIGERATION COMPRESSOR 73 4GC228B LO PRESSURE REFRIGIRATION COMPRESSOR 73 4GCB223 PROCESS AIR COMPRESSOR GEAR 71 4GCM1230 MTR FOR 3RD PROCESS AIR COMPRESSOR 71 4GCM1238 MTR FOR PRELUBE PUMP 71 4GCT222A HI PRESSURE SYN GAS TURBINE 72 4GCT222B LOW PRESSURE SYN GAS TURBINE 72 4GCT223 AIR MACHINE G.E. TURBINE 71 4GCT228 REFRIGERATION COMP TURBINE 73 4GHT208B POWER RECOVERY TURBINE 65 4GJ292 TRBINE GLD. COND. EJE. GT‐208A 65 4GJ295 AT925 ANALYZER SYSTEM EJECTOR 62 4GM1243 OIL PURIFIER MTR 72 4GT201A HIGH PRESSURE BFW PUMP TURBINE 61 4GT201B HIGH PRESSURE BFW PUMP TURBINE 61 4GT202A HPBFW CIRCULATING PUMP TURBINE 61 4GT202B HPBFW CIRCULATING PUMP TURBINE 61 4GT203A LOW PRESSURE BFW PUMP TURBINE 57 4GT208A LEAN SOLVENT PUMP TURBINE 65 4GT208B LEAN SOLVENT PUMP TURBINE 65 4GT208C TURBODYNE TURBINE LEAN SOLVENT 65 4GT224A LO TEMP NH3 PUMP TURBINE 70 4GT225A HI TMP NH3 PUMP TURBINE 70 4GT234A GC‐223 LUBE OIL PUMP TURBINE 71 4GT235A SYNGAS COMP LUBE OIL PUMP TURBINE 72 4GT236A SYN GAS SEAL OIL PUMP TURBINE 72 4GT247A REFRIGERATION LUBE OIL PUMP TURBINE 73 4GT252A REGENERATOR COOLER PUMP TURBINE 65 4N200 UNINTERRUPTIBLE AC PWR SUPPLY FOR MOORE CNTR 44 4TC401 J‐202 NH3 COMPRESSOR BUILDING BRIDGE CRANE 72 4TC1265 GC-1230 OVERHEAD TROLLEY HOIST 71 AIDEA Appraisal Services RFP No. 2014-031

6E700A FEED WATER ECONOMIZER PACKAGE 57 6E704 VILTER NH3 CONDENSER 24 6E707A VILTER COMPRESSOR LUBE OIL COOLER 24 6E707B VILTER COMPRESSOR LUBE OIL COOLER 24 6E708 VILTER PURGE CONDENSER 24 6E709A LOW CASE VILTER COMPRESSOR COOLER 24 6E709B LOW CASE VILTER COMPRESSOR COOLER 24 6E720 NH3 REFRIG INTERCOOLER 24 6E723 550# TO 100# STEAM DESUPERHEATER 58 6E724 550# TO 50# LETDOWN DESUPERHEATER 58 6E725 550# TO 150# STEAM LETDOWN 58 6E726 1500# TO 550# STEAM LETDOWN 58 6E733 DESUPERHEATER AT E‐208 GAS HEATER 59 6E743A 50# STEAM RECOVERY PLANT 4 (WEST) 65 6F1730 F1710 SHOCK TANK 24 6F1731 BARRIER FLUID TANK 24 6F1745A INSTRUMENT AIR FILTER 54 6F1745B INSTRUMENT AIR FILTER 54 6F1755A BARRIER OIL TANK FOR 6G731A 24 6F1755B BARRIER OIL TANK FOR 6G731B 24 6F1756A BARRIER FLUID TANK FOR 6G732A 24 6F1756B BARRIER FLUID TANK FOR 6G732B 24 6F723 ANHYDROUS AMMONIA TANK 24 6F733 NH3 REFRIG LIQUID RECEIVER 24 6F734A NH3 REFRIG OIL SEPARATOR VILTER 24 6F734B NH3 REFRIG OIL SEPARATOR VILTER 24 6F735A NH3 REFRIG OIL SEPARATOR VILTER 24 6F735B NH3 REFRIG OIL SEPARATOR VILTER 24 6F746 NH3 STORAGE REFRIG KO DRUM 24 6F773A NATURAL GAS ODORIZER 59 6F773B NATURAL GAS ODORIZER 59 6G700A DEMINERALIZED WATER PUMP 56 6G700B DEMINERALIZED WATER PUMP 56 6G721A VILTER LOW CASE COOLANT PUMP 24 6G721B VILTER LOW CASE COOLANT PUMP 24 6G732A F723 NH3 LOADING PUMP‐ELEC 24 6G732B F723 NH3 LOADING PUMP ‐ ELEC. 24 6GC734A NH3 REF VILTER COMP SE LOW CASE 24 6GC734B NH3 REF VILTER COMP SW LOW CASE 24 6GC735A NH3 REF VILTER COMP NE HIGH CASE 24 6GC735B NH3 REF VILTER COMP NW HIGH CASE 24 6GT700A DEMINERALIZED WATER PUMP TURBINE 56 6H729 50# STEAM VENT SILENCER 58 AIDEA Appraisal Services RFP No. 2014-031

 KNO Plant 5 (Urea) – Equipment List

Functional Loc. Description System # 5B501 EMERGENCY FLARE 85 5B502 VENT FLARE 85 5C501 UREA VENT STACK 85 5C502 VENT STACK 85 5D501 REACTOR 82 5D503 RECTIFYING COLUMN 83 5D504 LOW PRESSURE SCRUBBER 83 5D505 HYDROLYZER 85 5D507 DESORBER RECTIFIER 85 5D511 VENT SCRUBBER 85 5D512 ATMOSPHRIC ABSORBER HOLD 85 5D513 STORAGE TANKS VENT SCRUBBER 85 5D514 STORAGE TANK VENT SCRUBBER 85 5D515 ATMOSPHERE FINAL SCRUBBER 85 5E1503A UREA PRODUCT COOLER 86 5E1503B UREA PRODUCT COOLER 86 5E1503C UREA PRODUCT COOLER 86 5E1503D UREA PRODUCT COOLER 86 5E501 HP STRIPPER 82 5E502 HIGH PRESSURE CARBAMATE CNDENS 82 5E503 HIGH PRESSURE SCRUBBER 82 5E504 H P SCRUBBER CIRC WATER COOLER 82 5E505 VENT SCRUBBER FEED COOLER 85 5E506 NH3 EXCH HEATER E‐506 81 5E509 CONDENS RECOVERY AIR COOLD STM 90 5E511 DIRECT CONTACT STEAM CONDENSER 90 5E512 RECTIFYING COLUM RECIRC HEATER 83 5E513 L.P.CARBAMATE CONDENSER 83 5E515 L.P.SCRUB COOLER (S/N‐2&‐3 SAM 83 5E516 CO2 COMPRESSOR TURBINE MAIN CO 80 5E516AM CO2 COMPRESSORE TURBINE MAIN C 80 5E516AV CO2 COMPRESSOR TURBINE VENT CO 80 5E516BM CO2 COMPRESSOR TURBINE MAIN CO 80 5E516BV CO2 COMPRESSOR TURBINE VENT CO 80 5E517 DESORBR RECTFIYR BOTTOM COOLER 85 5E518 GRANULATION EFFLU WATER COOLER 85 5E519 CO2 COMPR INTERCOOLER 3RD STG 80 5E521 1ST STAGE EVAPORATOR HEATER 84 5E522 2ND STAGE EVAPORATOR HEATER 84 AIDEA Appraisal Services RFP No. 2014-031

5E523A G502A GEAR LUBE OIL COOLER 81 5E523B G502B GEAR LUBE OIL COOLER 81 5E524A G502A PUMP LUBE OIL COOLER 81 5E524B G502B PUMP LUBE OIL COOLER 81 5E525A G511A GEAR LUBE OIL COOLER 81 5E525B G511B GEAR LUBE OIL COOLER 81 5E526A G511A PUMP LUBE OIL COOLER 81 5E526B G511B PUMP LUBE OIL COOLER 81 5E527 UF TANK GLYCOL‐WATER HEATER 84 5E528 UR ADDITIVE SUCTION LINE HEAT 84 5E529 HYDRO FEED/EFLLUENT EXCHANGER 85 5E530 REFLUX CONDENSER 85 5E531 FLASH TANK CONDENSER 84 5E532 1ST STAGE EVAPORATOR CONDENSER 84 5E533 2ND STAGE EVAPORATOR 1ST CONDE 84 5E534 2ND STAGE EVAPORATOR 2ND CONDE 84 5E535 FINAL CONDENSER 84 5E542 CIRC WATER COOLER‐L.P. CARBAMA 83 5E543 CO2 TURBINE PRECONDENSER 80 5E544 CO2 TURBINE INTERCONDENSER 80 5E545 CO2 INTERCOOLER 1ST STG DISCHG 80 5E546 CO2 COMPR TURB STM HOGGNG EJECTOR 80 5E549 CO2 TURBINE GLAND CONDENSER 80 5E550A CO2 TURB STM COND JET 1ST STG 80 5E550B CO2 TRUB STM COND JET 1ST STG 80 5E550C CO2 TURB STM COND JET 2ND STG 80 5E550D CO2 TURB STM COND JET 2ND STG 80 5E551 CO2 COMPRES INTERCOOLR 4TH STG 80 5E552 CO2 COOLER 1ST STAGE SUCTION 80 5E553 CO2 COMP TURB GLAND COND STM E 80 5E556A CO2 COMPRESSOR LUBE OIL COOLER 80 5E556B CO2 COMPRESSOR LUBE OIL COOLER 80 5E557 CO2 TURBINE AFTER CONDENSER 80 5E558 CO2 COMP. LUBE OIL RESERVOIR H 80 5E571 HIGH PRESS CARBAMATE/NH3 EJECT 82 5E572 1ST STAGE EVAPORATOR EJECTOR 84 5E573 2ND STAGE EVAP 1ST EJECTOR 84 5E574 2ND STAGE EVAP 2ND EJECTOR 84 5E575 2ND STAGE EVAP 3RD EJECTOR 84 5E576 CIRCULATING H2O COOLR HP SCRUB 82 5E577A SMPL COOLER CONDUCTIVITY 340LB 90 5E577B SAMPLE COOLER CONDUCTIVITY 45# 90 5E578 CIRC H2O COOLER FOR HP SCRUBBR 82 AIDEA Appraisal Services RFP No. 2014-031

5E579 CONDUCTIVITY SAMPLE COOLER 90 5E580 SAMPLE COOLER 85 5E581A SPRAY H2O FEED COOLER/FLARE PR 85 5E581B SPRAY H2O FEED COOLER/FLRE PRJ 85 5E582 SPRAY WATER FINAL COOLER 85 5E583 FLARE HOT AIR BLOWER HEATER 85 5E585 N/C METER CABINET HEATER 82 5E586 N/C METER COOLER 82 5F1510 BARRIER POT FOR G523A 85 5F1511 BARRIER POT FOR G523B 85 5F501A 45# STEAM DRUM 90 5F501B 45# STEAM DRUM 90 5F501C 45# STEAM DRUM 90 5F501D 45# STEAM DRUM 90 5F504 UREA SCRUBBER SOLUTION FILTER 83 5F505 HIGH PRESSURE STEAM SATURATOR 90 5F506 EFFLUENT DIRT FILTER 90 5F506A EFFLUENT FILTERS 90 5F506B EFFLUENT FILTERS 90 5F507 DUAL PHASE COALESCER 90 5F507A EFFLUENT OIL FILTER 90 5F507B EFFLUENT OIL FILTER 90 5F508 EFFLUENT STRAINER 90 5F509 MP STEAM DRUM 90 5F511 STEAM CONDENSATE TANK 90 5F512 UREA STORAGE TANK 84 5F513 STEAM COND. TANK SEAL VESSEL 90 5F514 FLASH TANK 83 5F515 NH3 WATER TANK SEAL VESSEL 84 5F517 LOW PRESS CARB COND COOL H2O E 83 5F519 UF ADDITIVE TANK 84 5F520 GYLCOL WATER SURGE TANK 84 5F521 1ST STAGE SEPARATOR 84 5F522 2ND STAGE SEPARATOR 84 5F523 NH3 WATER TANK 85 5F524 CO2 SEPARATOR 2ND STG DISCHG 80 5F525 CO2 SEPARATOR 3RD STG DISCHG 80 5F526 STEAM CONDENSATE POT FOR E512 83 5F527 STEAM CONDENSATE POT FOR E521 84 5F528 STEAM CONDENSATE POT FOR E522 84 5F532A GEAR OIL FILTER FOR GT511A 81 5F532B GEAR OIL FILTER FOR GT511A 81 5F532C GEAR OIL FILTER FOR GT511B 81 AIDEA Appraisal Services RFP No. 2014-031

5F532D GEAR OIL FILTER FOR GT511B 81 5F533A GEAR OIL FILTER FOR GT502A 81 5F533B GEAR OIL FILTER FOR GT502A 81 5F533C GEAR OIL FILTER FOR GT502B 81 5F533D GEAR OIL FILTER FOR GT502B 81 5F534A G511A PUMP LUBE OIL FILTER 81 5F534B G511A PUMP LUBE OIL FILTER 81 5F534C G511B PUMP LUBE OIL FILTER 81 5F534D G511B PUMP LUBE OIL FILTER 81 5F536A G502A PUMP LUBE OIL FILTER 81 5F536B G502A PUMP LUBE OIL FILTER 81 5F536C G502B PUMP LUBE OIL FILTER 81 5F536D G502B PUMP LUBE OIL FILTER 81 5F540A G502A SUCTION DAMPENER 81 5F540B G502B SUCTION DAMPENER 81 5F541A G502A DISCHARGE DAMPENER 81 5F541B G502B DISCHARGE DAMPENER 81 5F550 CO2 SEPARATOR 1ST STG SUCTION 80 5F551 CO2 SEPARATOR 4TH STG DISCHG 80 5F552 CO2 COMPRESSOR TURBINE DRAIN POT 80 5F553 CO2 BLOWER TURBINE DRAIN POT 80 5F554 CO2 BLOWER SUCTION SEPARATOR 79 5F555A CO2 COMPRESSOR LUBE OIL FILTER 80 5F555B CO2 COMPRESSOR LUBE OIL FILTER 80 5F556A CO2 COMP. CPLG. LUBE OIL FILTER 80 5F556B CO2 COMP. CPLG. LUBE OIL FILTER 80 5F557 CO2 COMPRESSOR LUBE OIL RESERVOIR 80 5F558 CO2 COMPRESSOR EXHAUST DRAIN POT 80 5F558A DISC PULSATION DAMPENER 5G511A 81 5F558B DISC PULSATION DAMPENER G511B 81 5F559 CO2 COMP. GOV. LUBE OIL FILTER 80 5F560A SCRUBBER 87 5F560B SCRUBBER 87 5F560C SCRUBBER 87 5F560D SCRUBBER 87 5F561A SCRUBBER LIQUID TANK 87 5F561B SCRUBBER LIQUID TANK 87 5F562 SUMP TANK 87 5F563A SUMP LIQUID FILTERS 87 5F563B SUMP LIQUID FILTERS 87 5F564A CO2 COMPRESSOR GOVERNOR OIL SUMP 80 5F564B CO2 COMPRESSOR GOVERNOR OIL SUMP 80 5F565 DESORBER OVERHEAD ACCUMULATOR 85 AIDEA Appraisal Services RFP No. 2014-031

5F566 NH3 OIL SEPARATOR 81 5F568 G506 A&B DISCHARGE PULS. DAMPENER 82 5F569A SUCT PULSATION DAMPENER G511A 80 5F569B SUCT PULSATION DAMPENER 5G511B 80 5F570A DISC PULSATION DAMPENER 5G511A 81 5F570B DISC PULSATION DAMPENER G511B 80 5F571 UREA STORAGE TANK SEAL TANK 84 5F572A GT502A GOV OIL FILTER 81 5F572B GT502B GOV OIL FILTER 81 5F573A GT511A GOV GEAR OIL FILTER 81 5F573B GT511B GOV GEAR OIL FILTER 81 5F574 G512 SUCTION PULSATION DAMPENR 90 5F575 G512 DISCH. PULSATION DAMPENER 90 5F576 VENT FLARE VELOCITY SEAL 85 5F577 EMERGENCY FLARE VELOCITY SEAL 85 5F580 VENT RECOVERY STORAGE TANK 85 5F581 HYDROGEN REMOVAL VESSEL 80 5F582 G502A&B OIL POT BLOWDOWN 81 5F583 EMERGENCY FLARE AIR HEATER 85 5F583A G502A OIL SETTLING POTS 81 5F583B G502B OIL SETTLING POTS 81 5F584 HP FLUSH FILTER FOR N/C METER 82 5G1500 H.P. FLUSH PUMP (ELECTRIC) 90 5G501A STEAM CONDENSATE PUMP 90 5G501B STEAM CONDENSATE PUMP 90 5G502A HIGH PRESSURE NH3 PUMP 81 5G502B HIGH PRESSURE NH3 PUMP 81 5G503A UREA SOLUTION TO E521 EVAP 84 5G503B UREA SOLUTION TO E521 EVAP 84 5G504A LUBRICATOR NH3 PUMP GLANDS 81 5G504B LUBRICATOR NH3 PUMP GLANDS 81 5G505A CONDENSATE MAUP PUMP 90 5G505B CONDENSATE MAUP PUMP 90 5G506A CIRC. WATER PUMP FOR H.P. SCRUBBER 82 5G506B CIRC. WATER PUMP FOR H.P. SCRUBBER 82 5G508A CONSTANT PRESSURE PUMP 90 5G508B CONSTANT PRESSURE PUMP 90 5G5101 N/C METER CIRCULATION PUMP 82 5G510A G511A PACKING LUBE PUMP 81 5G510B G511B PACKING LUBE PUMP 81 5G511A HIGH PRESSURE CARBAMATE PUMP 81 5G511B HIGH PRESSURE CARBAMATE PUMP 81 5G512 HIGH PRESSURE FLUSH WATER PUMP 90 AIDEA Appraisal Services RFP No. 2014-031

5G513A LP CARBAMATE CONDENS CIRC WATER 83 5G513B LP CARB CONDS CIRC WATER 83 5G514A VENT SCRUBBER CIRC. PUMP 85 5G514B VENT SCRUBBER CIRC. PUMP 85 5G515A COOLING WATER PUMP TO L.P. SCRUBBER 83 5G515B COOLING WATER PUMP TO L.P. SCRUBBER 83 5G519A U.F. ADDITIVE PUMP 84 5G519B U.F. ADDITIVE PUMP 84 5G521A UREA MELT PUMP 84 5G521B UREA MELT PUMP 84 5G523A DESORBER PUMP 85 5G523B DESORBER PUMP 85 5G524A HYDROLYZER FEED PUMP 85 5G524B HYDROLYZER FEED PUMP 85 5G527A PROCESS CONDENSATE PUMP 85 5G527B PROCESS CONDENSATE PUMP 85 5G528A EFFLUENT SUMP PUMP 90 5G528B EFFLUENT SUMP PUMP 90 5G529 SAFETY WATER BOOSTER PUMP 90 5G529A PLANT 5 SAFETY SHOWER PUMP 90 5G529B PLANT 5 SAFETY SHOWER PUMP 90 5G530A GRANULATION WATER SUPPLY PUMP 85 5G530B GRANULATION WATER SUPPLY PUMP 85 5G531A G502A GEAR OIL PUMP 81 5G531B G502A AUX GEAR OIL PUMP 81 5G532A G502A PUMP OIL PUMP 81 5G532B G502A PUMP AUX OIL PUMP 81 5G533A G502B GEAR OIL PUMP 81 5G533B G502B AUX GEAR OIL PUMP 81 5G534A G502B PUMP OIL PUMP 81 5G534B G502B PUMP AUX OIL PUMP 81 5G535A G511A GEAR OIL PUMP 81 5G535B G511A AUX GEAR OIL PUMP 81 5G536 G511A PUMP OIL PUMP 81 5G537A G511B GEAR OIL PUMP 81 5G537B G511B AUX GEAR OIL PUMP 81 5G538 G511B PUMP OIL PUMP 81 5G539A GLYCOL WATER PUMP 84 5G539B GLYCOL WATER PUMP 84 5G541A CO2 COMPRESSOR MAIN LUBE OIL PUMP 80 5G541B CO2 COMPRESSOR MAIN LUBE OIL PUMP 80 5G542A REFLUX PUMP 85 5G542B REFLUX PUMP 85 AIDEA Appraisal Services RFP No. 2014-031

5G544A COOLING WATER BOOSTER PUMP 85 5G544B COOLING WATER BOOSTER PUMP 85 5G560A SPHERODIZER GRANULATOR 86 5G560B SPHERODIZER GRANULATOR 86 5G560C SPHERODIZER GRANULATOR 86 5G560D SPHERODIZER GRANULATOR 86 5G561A1 SCRUBBER LIQUID RETURN PUMP 87 5G561A2 SCRUBBER LIQUID RETURN PUMP 87 5G561A3 SCRUBBER LIQUID RETURN PUMP 87 5G561B1 SCRUBBER LIQUID RETURN PUMP 87 5G561B2 SCRUBBER LIQUID RETURN PUMP 87 5G561B3 SCRUBBER LIQUID RETURN PUMP 87 5G563 GRANULATION SUMP PUMP 87 5G566A LP CONDENSER WATER INJECTION PUMP 83 5G566B LP CONDENSER WATER INJECTION PUMP 83 5G567A PC RETURN PUMP 85 5G567B PC RETURN PUMP 85 5G599 LP CARBAMATE CONDENSER CIRC PUMP 83 5GBT501 CO2 BLOWER TURBINE 79 5GC500A CO2 COMPRESSOR LOW CASE 80 5GC500B CO2 COMPRESSOR HIGH PRESSURE C 80 5GCT500 CO2 COMPRESSOR TURBINE 80 5GT501A STEAM COND. PUMP TURBINE 90 5GT502A H.P. NH3 PUMP TURBINE 81 5GT502B H.P. NH3 PUMP TURBINE 81 5GT511A CARB. PUMP TURBINE 81 5GT511B CARB. PUMP TURBINE 81 5GT512 G512 PUMP TURBINE 90 5GT541A CO2 MAIN LUBE OIL PUMP TURBINE 80 5P1507A DIVERTER 86 5P1507B DIVERTER 86 5P1507C DIVERTER 86 5P1507D DIVERTER 86 5P561A BUCKET ELEVATOR TO P562A SCREEN 88 5P561B BUCKET ELEVATOR TO P562B SCREEN 88 5P561C BUCKET ELEVATOR TO P562C SCREEN 88 5P561D BUCKET ELEVATOR TO P562D SCREEN 88 5P562A GRANULATOR PRODUCT SCREEN 88 5P562A1 GRANULATOR PRODUCT TOP SCREEN 88 5P562A2 GRANULATOR PRODUCT BOTTOM SCREEN 88 5P562B GRANULATOR PRODUCT SCREEN 88 5P562B1 GRANULATOR PRODUCT TOP SCREEN 88 5P562B2 GRANULATOR PRODUCT BOTTOM SCREEN 88 AIDEA Appraisal Services RFP No. 2014-031

5P562C GRANULAR PRODUCT SCREEN 88 5P562C1 GRANULATOR PRODUCT TOP SCREEN 88 5P562C2 GRANULATOR PRODUCT BOTTOM SCREEN 88 5P562D GRANULATOR PRODUCT SCREEN 88 5P562D1 GRANULATOR PRODUCT TOP SCREEN 88 5P562D2 GRANULATOR PRODUCT BOTTOM SCREEN 88 5P563A PRODUCT OVERSIZE CRUSHER 88 5P563B PRODUCT OVERSIZE CRUSHER 88 5P563C PRODUCT OVERSIZE CRUSHER 88 5P563D PRODUCT OVERSIZE CRUSHER 88 5P564A SPHERODIZER GRANULATR RECYCLE 88 5P564B SPHERODIZER GRANULATR RECYCLE 88 5P564C SPHERODIZER GRANULATR RECYCLE 88 5P564D SPHERODIZER GRANULATR RECYCLE 88 5P565 GRANULES PRODUCT CONVEYOR STRG 88 5P566A GRANULATOR PROD.RECYCLE WT.P‐5 88 5P566B GRANULATOR PROD.RECYCLE WT.P‐5 88 5P566C GRANULATOR PROD.RECYCLE WT.P‐5 88 5P566D GRANULATOR PROD.RECYCLE WT.P‐5 88 5P567A PRODUCT TO BULK STG. P565 88 5P567B PRODUCT TO BULK STG P565 88 5P567C PRODUCT TO BULK STG P565 88 5P567D PRODUCT TO BULK STG. P565 88 5P568A GRANULES PRODUCT DIVERTER VLVE 88 5P568A1 GRANULES PRODUCT DIVERTER VLVE 88 5P568A2 GRANULES PRODUCT DIVERTER VLVE 88 5P568B GRANULES PRODUCT DIVERTER VLVE 88 5P568B1 GRANULES PRODUCT DIVERTER VLVE 88 5P568B2 GRANULES PRODUCT DIVERTER VLVE 88 5P568C GRANULES PRODUCT DIVERTER VLVE 88 5P568C1 GRANULES PRODUCT DIVERTER VLVE 88 5P568C2 GRANULES PRODUCT DIVERTER VLVE 88 5P568D GRANULES PRODUCT DIVERTER VLVE 88 5P568D1 GRANULES PRODUCT DIVERTER VLVE 88 5P568D2 GRANULES PRODUCT DIVERTER VLVE 88 5P569A UREA FINES DIVERTER VALVES 88 5P569A1 UREA FINES DIVERTER VALVES 88 5P569A2 UREA FINES DIVERTER VALVES 88 5P569B UREA FINES DIVERTER VALVES 88 5P569B1 UREA FINES DIVERTER VALVES 88 5P569B2 UREA FINES DIVERTER VALVES 88 5P569C UREA FINES DIVERTER VALVES 88 5P569C1 UREA FINES DIVERTER VALVES 88 AIDEA Appraisal Services RFP No. 2014-031

5P569C2 UREA FINES DIVERTER VALVES 88 5P569D UREA FINES DIVERTER VALVES 88 5P569D1 UREA FINES DIVERTER VALVES 88 5P569D2 UREA FINES DIVERTER VALVES 88 5P570 PORTABLE BIN 88 5P571 PORTABLE LOADER 88 5P572A PORTABLE HOPPER 88 5P572B PORTABLE HOPPER 88 5P572C PORTABLE HOPPER 88 5P572D PORTABLE HOPPER 88 5P573A ELEVATOR EXIT DIVERTER VALVES 88 5P573B ELEVATOR EXIT DIVERTER VALVES 88 5P573C ELEVATOR EXIT DIVERTER VALVES 88 5P573D ELEVATOR EXIT DIVERTER VALVES 88 5P574 U.F. 85 OFFLOADING BOOM 84 5P701 TRANSFER CONVEYOR 89 5P703 TRIPPER 89 5TC501 BRIDGE CRANE PROCESS BUILDING (EAST) 81 5TC502 BRIDGE CRANE PROCESS BUILDING (WEST) 81 5TC503 UREA BUILDING MONORAIL HOIST 3RD FLOOR 82 5TC504 GRANULATION BUILDING MONORAIL HOIST 86 5TC505 E‐BRIDGE CRANE 82

 KNO Plant 6 (Utilities) – Equipment List

Functional Loc. Description System # 6B700A B700A PACKAGE BOILER 57 6B700B B700B PACKAGE BOILER 57 6B705A WASTE HEAT BOILER 52 6B705B WASTE HEAT BOILER 52 6B705C WASTE HEAT BOILER 52 6B705D WASTE HEAT BOILER 52 6B705E WASTE HEAT BOILER 52 6C700A STACK FOR PACKAGE BOILER 57 6C700B STACK FOR PACKAGE BOILER 57 6C703A STACK FOR SOLAR GAS TURBINE 53 6C703B STACK FOR SOLAR GAS TURBINE 53 6C703C STACK FOR SOLAR GAS TURBINE 53 6C703D STACK FOR SOLAR GAS TURBINE 53 6C703D STACK FOR SOLAR GAS TURBINE 53 6C703E STACK FOR SOLAR GAS TURBINE 53 6E256 1500# STM DRUM SAMPLE COOLER 25 6E700A FEED WATER ECONOMIZER PACKAGE 57 AIDEA Appraisal Services RFP No. 2014-031

6E700B FEED WATER ECONOMIZER PACKAGE 57 6E701A PAP 1ST STAGE INTERCOOLER 54 6E701B PAP 2ND STG INTERCOOLER 54 6E703 UTILITY AIR COMPRESSOR AFTERCO 54 6E711 COOLING TOWER 55 6E712 DEMIN WATER STORAGE TANK HEATE 56 6E718A B700A SAMPLE COOLER 57 6E718B B700B SAMPLE COOLER 57 6E721A PAP AIR COMPRESSOR LUBE OIL CO 54 6E721B PAP AIR COMPRESSOR LUBE OIL CO 54 6E734A CAUSTIC DILUTION WATER HEATER 56 6E735A SOLAR MAIN LUBE OIL COOLER 53 6E735B SOLAR MAIN LUBE OIL COOLER 53 6E735C SOLAR MAIN LUBE OIL COOLER 53 6E735D SOLAR MAIN LUBE OIL COOLER 53 6E735E SOLAR MAIN LUBE OIL COOLER 53 6E736A SOLAR GENERATOR LUBE OIL COOLER 53 6E736B SOLAR GENERATOR LUBE OIL COOLER 53 6E736C SOLAR GENERATOR LUBE OIL COOLER 53 6E736D SOLAR GENERATOR LUBE OIL COOLER 53 6E736E SOLAR GENERATOR LUBE OIL COOLER 53 6E737A SOLAR POWER GENERATOR LUBE OIL 53 6E737B SOLAR POWER GENERATOR LUBE OIL 53 6E737C SOLAR POWER GENERATOR LUBE OIL 53 6E737D SOLAR POWER GENERATOR LUBE OIL 53 6E737E SOLAR POWER GENERATOR LUBE OIL 53 6E738 GBT717A LUBE OIL COOLER 57 6E739 GBT‐717A FORCED DRAFT FAN OIL 57 6E743A 50 LBS STEAM CONDENSER NO 4 SIDE 65 6E743B 50 LBS STEAM CONDENSER NO 1 SIDE 15 6E744A SULFINOL PUMP TURBINE PRECONDENSER 65 6E744B SULFINOL PUMP TURBINE INTERCONDENSER 65 6E744C SULFINOL PUMP TURBINE AFTERCONDENSER 65 6E745 SULFINOL PUMP TURBINE EJECTOR 65 6E745A 4X4 Y‐STG EJECTOR 1ST STAGE 65 6E745B 4X4 Y‐STG EJECTOR 1ST STAGE 65 6E745C 2X2 Z‐STAGE EJECTOR 2ND STAGE 65 6E745D 2X2 2‐STAGE EJECTOR 2ND STAGE 65 6E746 E‐743 HOGGING EJECTOR 65 6E747A S.W.H. B‐705A ECONOMIZER 52 6E747B S.W.H. B‐705B ECONOMIZER 52 6E747C S.W.H. B‐705C ECONOMIZER 52 6E747D S.W.H. B‐705D ECONOMIZER 52 AIDEA Appraisal Services RFP No. 2014-031

6E747E S.W.H. B‐705E ECONOMIZER 52 6E748A B705A SAMPLE COOLER 52 6E748B B705B SAMPLE COOLER 52 6E748C B705C SAMPLE COOLER 52 6E748D B705D SAMPLE COOLER 52 6E748E B705E SAMPLE COOLER 52 6E749 S W H DA SAMPLE COOLER 52 6E750A G798A LUBE OIL COOLER 52 6E750B G798A LUBE OIL COOLER 52 6E751A G‐798 LUBE OIL HEATER 52 6E751B G‐798 LUBE OIL HEATER 52 6E752 F1715 STEAM COIL 91 6E753 TANK HEATER 6F799 42 6E754 TANK HEATER 3F1700 42 6E755 COND TRANSMITTER SAMPLE COOLER 52 6E756 #5 PC SAMPLE COOLER 52 6E757 #2 PC SAMPLE COOLER 52 6E758A SEAL FLUSH COOLER 52 6E758B SEAL FLUSH COOLER 52 6E758C SEAL FLUSH COOLER 52 6E758D SEAL FLUSH COOLER 52 6E759 BFW O2 SAMPLE COOLER 57 6E760A F1722 VAPORIZER 54 6E760B F1722 VAPORIZER 54 6E761A F1722 H.P. VAPORIZER 54 6F1701A WASTE OIL PRODUCT FILTER 42 6F1701B WASTE OIL PRODUCT FILTER 42 6F1703 USED OIL OFFLOADING STRAINER 42 6F1704 MOLECULAR SEIVE DRYER FOR 59 6F1705 OXYGEN SCAV STORAGE 25 6F1706 BOILER POLYMER STORAGE 25 6F1708 DEPOSIT CONTROL AGENT STORAGE 25 6F1709 BIODISPERSANT STORAGE 25 6F1710 BIOCIDE STORAGE 25 6F1713 NEUTRALIZING AMINE STORAGE 25 6F1714 RESIN HOLDING TANK 56 6F1715 OIL/WATER SEPARATOR AT PONDS 91 6F1716 PORTABLE WASH TANK 06 6F1718 E755 SAMPLE POT 52 6F1720 GC703 LO RESERVOIR 54 6F1721 E703 NWATER SEPERATOR 54 6F1723 BOILER BLDG WASTE HEAT SUMP 52 6F1724 USED OIL FILTER HOUSING 08 AIDEA Appraisal Services RFP No. 2014-031

6F1725 NEUTRALIZATION TANK 56 6F1726 OIL FILTERS ON 6F1715 91 6F1727 OIL FILTERS ON 6F1715 91 6F1754 C/W SUPPLY DUPLEX FILTER 28 6F1757A SOLAR FUEL GAS FILTERS 53 6F1757B SOLAR FUEL GAS FILTERS 53 6F700 DEMINERALIZED WATER STORAGE TANK 56 6F701 UTILITY AIR COMPRESSOR INTAKE 54 6F703A AIR DRYER 54 6F703B AIR DRYER 54 6F705 AIR DRYER AFTER FILTER 54 6F707 NEW SULFURIC ACID DAY TANK 56 6F708 MIX BED CONDENSATE POLISHER 56 6F709A BFW CATION COLUMN 56 6F709B BFW CATION COLUMN 56 6F710 DECARBONATOR 56 6F711A ANION COLUMN 56 6F711B ANION COLUMN 56 6F712 MIX BED POLISHER COLUMN 56 6F721A UTILITY AIR COMP LUBE OIL FILT 54 6F721B UTILITY AIR COMP LUBE OIL FILT 54 6F723 ANHYDROUS AMMONIA TANK 24 6F724 SULFURIC ACID FEED TANK 55 6F736 NEW CAUSTIC DAY TANK 56 6F751B G‐798 LUBE OIL FILTER 52 6F766 STEAM BLOWDOWN DRUM 57 6F769 DA CARRIER WATER TANK 56 6F778 SECONDARY AIR FILTER/SILENCER 54 6F779 PAP AIR RECEIVER 54 6F781A POWER GEN TURBINE GAS FILTER 59 6F781B POWER GEN TURBINE GAS FILTER 59 6F782A POWER GEN TURBINE AIR FILTER 53 6F782B POWER GEN TURBINE AIR FILTER 53 6F782C POWER GEN TURBINE AIR FILTER 53 6F782D POWER GEN TURBINE AIR FILTER 53 6F782E POWER GEN TURBINE AIR FILTER 53 6F783 GBT‐717A LUBE OIL FILTER 57 6F784 GBT717A LUBE OIL RESERVIR 57 6F785 INSTRUMENT AIR SEPARATOR 54 6F786 E‐743 HOTWELL CONDENSER 54 6F787A AIR DRYER 54 6F787B AIR DRYER 54 6F788 AIR DRYER MOISTURE SEPARATOR 54 AIDEA Appraisal Services RFP No. 2014-031

6F789 AIR DRYER PREFILTER 54 6F790 AIR DRYER AFTERFILTER 54 6F791 SOLAR WASTE HEAT BOILERS‐DEAER 52 6F794 SOLAR WASTE HEAT SURGE TANK 52 6F796 SWH PHOSPHATE/DISPERSANT FEED 52 6F797A G‐798 LUBE OIL FILTER 52 6F797B G‐798 LUBE OIL FILTER 52 6F798 G‐798 LUBE OIL RESERVOIR 52 6F798A G798A LUBE OIL RESERVOIR 52 6F798B G798B LUBE OIL RESERVOIR 52 6F799 WASTE OIL SEPARATOR 51 6F1700 WASTE FUEL STORAGE TANK 51 6F1745A INSTRUMENT AIR FILTER 54 6F1745B INSTRUMENT AIR FILTER 54 6G1254 F204 CHEMICAL ADDITION PUMP 61 6G1255A F204 UPBLEND PUMP 61 6G1255B F204 DOWNBLEND PUMP 61 6G1700 WH DA CARRIER WATER PUMP 52 6G1704 SWH SUMP PUMP 1.5 X 3‐6 52 6G1705A G‐798A LUBE OIL PUMP 52 6G1705B G‐798B LUBE OIL PUMP 52 6G1706A G‐798A AUX L.O. PUMP 52 6G1706B G‐798B AUX L.O. PUMP 52 6G1707 B705AE DISPERSANT FEED PUMP 52 6G1707A B705 A‐E DESPERSANT FEED PUMP 52 6G1707B B705 A‐E DISPERSANT FEED PUMP 52 6G1733 BULK CHEMICAL TRANSFER PUMP 25 6G1734 ACID TRUCK SUMP PUMP 25 6G1738 BETZ 7108 CORR. INHIBITOR PUMP 25 6G1740 ACID OFF LOADING PUMP 25 6G1741A TRANSFER PUMP 56 6G1741B TRANSFER PUMP 56 6G1742 ACID INJECTION PUMP 56 6G1743 CAUSTIC INJECTION PUMP 56 6G1787 CHEMICAL ADDITION PUMP B700A 57 6G1788A UPBLEND PUMP B700A 57 6G1788B DOWNBLEND PUMP B700A 57 6G1790 CHEMICAL ADDITION PUMP B700B 57 6G1791A UPBLEND PUMP B700B 57 6G1791B DOWNBLEND PUMP B700B 57 6G1792 CHEMICAL ADDITION PUMP TO F791 52 6G708A A ‐ ANION BOOSTER PUMP 56 6G708B B ‐ ANION BOOSTER PUMP 56 AIDEA Appraisal Services RFP No. 2014-031

6G718A LIFT STATION PUMPS 625 GPM 06 6G718B LIFT STATION PUMPS 625 GPM 06 6G722A A ‐ CAUSTIC PUMP TO ANIONS 56 6G722B B ‐ CAUSTIC PUMP TO ANIONS 56 6G723A A ‐ ACID PUMP TO CATIONS 56 6G723B B ‐ ACID PUMP TO CATIONS 56 6G726 F766 STEAM BLOWDOWN PUMP 58 6G744A #1 SOLAR GENERATOR 53 6G744B #2 SOLAR GENERATOR 53 6G744C #3 SOLAR GENERATOR 53 6G744D #4 SOLAR GENERATOR 53 6G744E #5 SOLAR GENERATOR 53 6G754 UTILITY AIR COMP MAIN LO PUMP 54 6G755 UTILTIY AIR COMP AUX LO PUMP 54 6G764 550# STM PHOS/DISP FEED PUMP 57 6G765 LP STM PHOS/DISP FEED PUMP 57 6G767 F205 CARRIER WATER PUMP 56 6G776 GGT744A AUX. LUBE OIL PUMP 53 6G777 GGT‐744B AUX LUBE OIL PUMP 53 6G778 GGT744C AUX LUBE OIL PUMP 53 6G779 GGT744D AUX LUBE OIL PUMP 53 6G780 GGT744E AUX LUBE OIL PUMP 53 6G785 GBT‐717A LUBE OIL PUMP 57 6G797 HIGH PRESS NITROGEN PUMP 25 6G798A WASTE HEAT BOILER FEED WATER PUMP 52 6G798B WASTE HEAT FEED WATER PUMP 52 6G799A WASTE HEAT DEARATOR PUMP 52 6G799B WASTE HEAT DEARATOR PUMP 52 6GT700A DEMINERALIZED WATER PUMP 56 6G700B DEMINERALIZED WATER PUMP TURBINE 56 6G700C DEMINERALIZED WATER PUMP 56 6GB701 INTAKE FILTER BLEED BLOWER 54 6GC703 UTILITY AIR COMPRESSOR 54 6GCT703 UTILITY AIR COMPRESSOR TURBINE 54 6GB704 COOLING TOWER FAN 336‐IN 55 6GB704B COOLING TOWER FAN 336‐IN 55 6G711A COOLING TOWER CIRCULATING PUMP 55 6GG711A COOLING TOWER PUMP GEAR REDUCE 55 6GT711A COOLING TOWER PUMP TURBINE 55 6G711B COOLING TOWER CIRCULATING PUMP 55 6G711C COOLING TOWER CIRCULATING PUMP 55 6GB717A 550 LBS PACKAGE BOILER FORCED DRAFT FAN 57 6GBT717A 550 LBS PACKAGE BOILER FORCED DRAFT FAN TURBINES 57 AIDEA Appraisal Services RFP No. 2014-031

6GB717B 550 LBS PACKAGE BOILER FORCED DRAFT FAN 57 6G727 CORROSION INHIBITOR PUMP 56 6GM728 CORROSION INHIBITOR TANK MIXER 56 6GB751 DECARBONATOR 56 6GB757A POWER GEN TURBINE AIR FILTER BLEED BLOWERS 53 6GB757B POWER GEN TURBINE AIR FILTER BLEED BLOWERS 53 6GB757C POWER GEN TURBINE AIR FILTER BLEED BLOWERS 53 6GB757D POWER GEN TURBINE AIR FILTER BLEED BLOWERS 53 6GB757E POWER GEN TURBINE AIR FILTER BLEED BLOWERS 53 6GM759 DISPERSANT TANK MIXER 56 6G763 1500 LBS PHOSPHATE FEED PUMP 61 6G772 COOLING TOWER PUMP AUX OIL PUMP 55 6G772A COOLING TOWER GEAR MAIN LUBE OIL PUMP 55 6G772B COOLING TOWER GEAR AUXILIARY LUBE OIL PUMP 55 6G782 SULFURIC ACID FEED PUMP 55 6G783 550 LBS STEAM PHOSPHATE/DISPERSANT FEED PUMP, E‐20 57 6G784 LOW PRESSURE STEAM PHOSPHATE/DISP FEED PUMP 57 6G793A E‐743A HOTWELL PUMP 65 6G793B E‐743B HOTWELL PUMP 65 6GB794 CHLORINE BUILDING UNIT HEATER 55 6GB795 CHLORINE BUILDING UNIT HEATER 55 6GB796 COOLING TOWER CHLORINATOR 55 6G1700 SWH HYDRAZINE/AMINE FEED PUMP 52 6G1701A SWH PO4/DISPERSANT FEED PUMP 52 6GB1703A SWH B‐705A PURGE BLOWER 52 6GB1703B SWH B‐705B PURGE BLOWER 52 6GB1703C SWH B‐705C PURGE BLOWER 52 6GB1703D SWH B‐705D PURGE BLOWER 52 6GB1703E SWH B‐705E PURGE BLOWER 52 6G1705A G‐798 LUBE OIL PUMP 51 6G1705B G‐798 LUBE OIL PUMP 51 6G1706A G‐798A AUXILIARY LUBE OIL PUMP 52 6GM1706A AUX. LO PUMP MOTOR 52 6G1706B G‐798A AUXILIARY LUBE OIL PUMP 52 6GM1706B AUX. LO PUMP MOTOR 52 6G1707 B‐705A‐E DISPERSANT FEED PUMP 52 6G1707A B‐705A‐E DISPERSANT FEED PUMP 52 6G1707B B‐705A‐E DISPERSANT FEED PUMP 52 6GB1708A WASTE HEAT BOILER BUILDING EXHAUSTER 52 6GB1708B WASTE HEAT BOILER BUILDING EXHAUSTER 52 6GB1708C WASTE HEAT BOILER BUILDING EXHAUSTER 52 6GB1708D WASTE HEAT BOILER BUILDING EXHAUSTER 52 6G1709 WASTE HEAT OIL DIAPHRAGM SUMP 42 AIDEA Appraisal Services RFP No. 2014-031

6G1710 WASTE FUEL PRODUCT PUMP 42 6G1711 F‐1705 CHEM METERING PUMP 25 6G1712 F‐1705 CHEM METERING PUMP 25 6G1713 F‐1705 CHEM METERING PUMP 25 6G1714 F‐1705 CHEM METERING PUMP 25 6G1715 F‐1705 CHEM METERING PUMP 25 6G1716 F‐1707 CHEM PUMP TO E‐611 25 6G1717 F‐1707 CHEM PUMP TO E‐611 25 6G1718 F‐1708 CHEM METERING PUMP 25 6G1719 F‐1708 CHEM METERING PUMP 25 6G1720 F‐1709 CHEM METERING PUMP 25 6G1721 F‐1709 CHEM METERING PUMP 25 6G1722 F‐1710 CHEM METERING PUMP 25 6G1723 F‐1710 CHEM METERING PUMP 25 6G1724 F‐1711 CHEM METERING PUMP 25 6G1725 F‐1711 CHEM METERING PUMP 25 6G1726 F‐1712 CHEM METERING PUMP 25 6G1730 F‐1713 CHEM METERING PUMP 25 6G1731 F‐1713 CHEM METERING PUMP 25 6G1732 F‐1713 CHEM METERING PUMP 25 6G1733 BULK CHEMICAL TRANSFER PUMP 25 6G1734 ACID TRUCK SUMP PUMP 25 6GB1736A SOLAR WASTE HEAT SCANNER AIR BLOWER 52 6GB1736B SOLAR WASTE HEAT SCANNER AIR BLOWER 52 6GB1736C SOLAR WASTE HEAT SCANNER AIR BLOWER 52 6GB1736D SOLAR WASTE HEAT SCANNER AIR BLOWER 52 6GB1736E SOLAR WASTE HEAT SCANNER AIR BLOWER 52 6G1737 SLIMICIDE PUMP 25 6G1737A COOLING TOWER BIOCIDE PUMP 25 6G1737B COOLING TOWER BIOCIDE PUMP 25 6G1738 BETZ 7108 CHEMICAL FEED PUMP 25 6GM1739 5B WATERWELL PUMP MOTOR 300HP 25 6G1740 ACID OFF LOADING PUMP 25 6G1741A TRANSFER PUMP 56 6G1741B TRANSFER PUMP 56 6G1742 ACID INJECTION PUMP 56 6G1742A ACID INJECTION PUMP 56 6G1742B ACID INJECTION PUMP 56 6G1743 CAUSTIC INJECTION PUMP 56 6G1743A CAUSTIC INJECTION PUMP 56 6G1743B CAUSTIC INJECTION PUMP 56 6GM1744 NEUTRALIZATION TANK MIXER 56 6G1787 B‐700A CHEMICAL ADDITION PUMP 57 AIDEA Appraisal Services RFP No. 2014-031

6G1788A B‐700A UPBLEND PUMP 57 6G1788B B‐700A DOWNBLEND PUMP 57 6G1790 B‐700B CHEMICAL ADDITION PUMP 57 6G1791A B‐700B UPBLEND PUMP 57 6G1791B B‐700B DOWNBLEND PUMP 57 6G1792 CHEMICAL ADDITION PUMP FOR WASTE HEAT BOILERS 57 6H729 50 LBS STEAM VENT SILENCER 58 6H754A POWER GENERATOR TURBINE AIR SILENCER 53 6H754B POWER GENERATOR TURBINE AIR SILENCER 53 6H754C POWER GENERATOR TURBINE AIR SILENCER 53 6H754D POWER GENERATOR TURBINE AIR SILENCER 53 6H754E POWER GENERATOR TURBINE AIR SILENCER 53 6H755A SOLAR TURBINE EXHAUST SILENCER 53 6H755B SOLAR TURBINE EXHAUST SILENCER 53 6H755C POWER GENERATOR TURBINE EXHAUST SILENCER 53 6H755D POWER GENERATOR TURBINE EXHAUST SILENCER 53 6H755E POWER GENERATOR TURBINE EXHAUST SILENCER 53 6H756A POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H756B POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H756C POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H756D POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H756E POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H757A POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H757B POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H757C POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H757D POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H757E POWER GENERATOR TURBINE INLET VENT SILENCER 53 6H758A POWER GENERATOR TURBINE EXHAUST SILENCER 53 6H758B POWER GENERATOR TURBINE EXHAUST SILENCER 53 6H758C POWER GENERATOR TURBINE EXHAUST SILENCER 53 6H758D POWER GENERATOR TURBINE EXHAUST SILENCER 53 6H758E POWER GENERATOR TURBINE EXHAUST SILENCER 53 6H759A POWER GENERATOR TURBINE VENT SILENCER 53 6H759B POWER GENERATOR TURBINE VENT SILENCER 53 6H759C POWER GENERATOR TURBINE VENT SILENCER 53 6H759D POWER GENERATOR TURBINE VENT SILENCER 53 6H759E POWER GENERATOR TURBINE VENT SILENCER 53 6H761 SWH DEAERATOR VENT 52 6H762 BOILERS OUTLET VENT 52 6H763 550 LBS STEAM TO VENT 52 6H764 550 LBS STEAM SUPERHEATER VENT SILENCER 8 6NT2 750 KVA TRANSFORMER 4160/480‐277 53 6NT8 1000 KVA TRANSFORMER 4160/480‐277 53 AIDEA Appraisal Services RFP No. 2014-031

6NT9 1000 KVA TRANSFORMER 4160/480‐277 53 6NT10 1000 KVA TRANSFORMER 4160/480‐277 53 6NT11 1000 KVA TRANSFORMER 4160/480‐277 53 6NT12 1000 KVA TRANSFORMER 4160/480‐277 53 6NT13 1000 KVA TRANSFORMER 4160/480‐277 53 6NT14 1000 KVA TRANSFORMER 4160/480‐277 53 6NT15 1000 KVA TRANSFORMER 4160/480‐277 53 6NT16 1000 KVA TRANSFORMER 4160/480‐277 53 6NT17 500 KVA TRANSFORMER 4160/480‐277 53 6NT20 500 KVA TRANSFORMER 4160/480‐277 53 6NT26 500 KVA TRANSFORMER 4160/480‐277 53 6NT35 500 KVA TRANSFORMER 4160/480‐277 53 6NT700 UNINTERRUPTIBLE AC POWER SUPPLY FOR MOORE 46 DISTRIBUTION

Storage, Handling and Load-out Systems

Functional Loc. Description System # 3F652 WHARF AIR COMPRESSOR RECEIVER 48 3F658 WHARF INST AIR DRYER 48 3F661A NH3 SURGE BOTTLES FOR WHARF 24 3F661B NH3 SURGE BOTTLES FOR WHARF 24 3F661C NH3 SURGE BOTTLES FOR WHARF 24 3F661D NH3 SURGE BOTTLES FOR WHARF 24 3F661E NH3 SURGE BOTTLES FOR WHARF 24 3F686A RECLAIM HOPPERS 40 3F686B RECLAIM HOPPERS 40 3F686C RECLAIM HOPPERS 40 3F686D RECLAIM HOPPERS 40 3F686E RECLAIM HOPPERS 40 3F686F RECLAIM HOPPERS 40 3F686G RECLAIM HOPPERS 40 3F686H RECLAIM HOPPERS 40 3G632A F623 NH3 LOADING PUMP ‐ TURB. 24 3G632B F623 NH3 LOADING PUMP ‐ ELEC. 24 3G655 AMMONIA LOADING ARM DRAIN PUMP 48 3G659 SHORE TO SHIP POWER UNIT 47 3G672 PRILLS WHSE. SUMP PUMP 40 3GC607 WHARF AIR COMPRESSOR 48 3P600 UREA SCREENS CONVEYOR 37 3P601 PRODUCT CONVEYOR 40 3P602 MERRICK SCALE, PRODUCT TO STORAGE 40 3P603 STORAGE DISTRIBUTION CONVEYOR 40 AIDEA Appraisal Services RFP No. 2014-031

3P604 STORAGE TRIPPER 40 3P606 RECLAIM CONVEYOR 40 3P800 CONVEYOR TO WHARF 47 3P801 MERRICK SCALE, PRODUCT TO STORAGE 47 3P803 SHIPLOADER SLINGER 47 3P810 LOADING BOOM CONVEYOR 47 3P811 EXTENSION WINCH WHARF 47 3P820 LOADING BOOM WINCH 47 3P832 BOOM TELESCOPING CHUTE 47 3P836 TRANSFER PIT 47 3P837 SHIPLOADING BOOM 47 3P838 NH3 LOADING ARM 24 3P840 LOADING BOOM LATCH ACTUATOR 47 6F750 UREA WAREHOUSE DUST COLLECTOR 89 6F767A RECLAIM HOPPER UREA WAREHOUSE 89 6F767B RECLAIM HOPPER UREA WAREHOUSE 89 6F767C RECLAIM HOPPER UREA WAREHOUSE 89 6F767D RECLAIM HOPPER UREA WAREHOUSE 89 6F767E RECLAIM HOPPER UREA WAREHOUSE 89 6F767F RECLAIM HOPPER UREA WAREHOUSE 89 6F767G RECLAIM HOPPER UREA WAREHOUSE 89 6F767H RECLAIM HOPPER UREA WAREHOUSE 89 6F767I RECLAIM HOPPER UREA WAREHOUSE 89 6F767J RECLAIM HOPPER UREA WAREHOUSE 89 6F767K RECLAIM HOPPER UREA WAREHOUSE 89 6F767L RECLAIM HOPPER UREA WAREHOUSE 89 6F767M RECLAIM HOPPER UREA WAREHOUSE 89 6F767N RECLAIM HOPPER UREA WAREHOUSE 89 6F767O RECLAIM HOPPER UREA WAREHOUSE 89 6F767P RECLAIM HOPPER UREA WAREHOUSE 89 6F777A SPACE HEATER FILTER UREA WHSE 89 6F777B SPACE HEATER FILTER UREA WHSES 89 6F777C SPACE HEATER FILTER UREA WHSE 89 6F777D SPACE HEATER FILTER UREA WHSES 89 6G731A NH3 PRODUCT PUMP 24 6G731B NH3 PRODUCT PUMP 24 6G732A NH3 LOADING PUMP 24 6G732B NH3 LOADING PUMP 24 6GC734A NH3 STORAGE REFRIGERATION BOOSTER COMP 24 6GC734B NH3 STORAGE REFRIGERATION BOOSTER COMP 24 6GC735A NH3 STORAGE REFRIGERATION 2ND STAGE COMP 24 6GC735B NH3 STORAGE REFRIGERATION 2ND STAGE COMP 24 6P701 TRANSFER CONVEYOR 89 AIDEA Appraisal Services RFP No. 2014-031

6P702 DISTRIBUTION CONVEYOR 89 6P703 TRIPPER 89 6P704A RECLAIM BELT FEEDER UREA WHSE 89 6P704B RECLAIM BELT FEEDER UREA WHSE 89 6P704C RECLAIM BELT FEEDER UREA WHSE 89 6P704D RECLAIM BELT FEEDER UREA WHSE 89 6P704E RECLAIM BELT FEEDER UREA WHSE 89 6P704F RECLAIM BELT FEEDER UREA WHSE 89 6P704G RECLAIM BELT FEEDER UREA WHSE 89 6P704H RECLAIM BELT FEEDER UREA WHSE 89 6P704I RECLAIM BELT FEEDER UREA WHSE 89 6P704J RECLAIM BELT FEEDER UREA WHSE 89 6P704K RECLAIM BELT FEEDER UREA WHSE 89 6P704L RECLAIM BELT FEEDER UREA WHSE 89 6P704M RECLAIM BELT FEEDER UREA WHSE 89 6P704N RECLAIM BELT FEEDER UREA WHSE 89 6P704O RECLAIM BELT FEEDER UREA WHSE 89 6P704P RECLAIM BELT FEEDER UREA WHSE 89 6P705 RECLAIM BELT 89 6P750 RECLAIM BELT 89 6P750 GRANULATOR WAREHOUSE DUST COLLECTOR 89 6P767A FEEDER BELT VIBRATOR UREA WHSE 89 6P767B FEEDER BELT VIBRATOR UREA WHSE 89 6P767C FEEDER BELT VIBRATOR UREA WHSE 89 6P767D FEEDER BELT VIBRATOR UREA WHSE 89 6P767E FEEDER BELT VIBRATOR UREA WHSE 89 6P767F FEEDER BELT VIBRATOR UREA WHSE 89 6P767G FEEDER BELT VIBRATOR UREA WHSE 89 6P767H FEEDER BELT VIBRATOR UREA WHSE 89 6P767I FEEDER BELT VIBRATOR UREA WHSE 89 6P767J FEEDER BELT VIBRATOR UREA WHSE 89 6P767K FEEDER BELT VIBRATOR UREA WHSE 89 6P767L FEEDER BELT VIBRATOR UREA WHSE 89 6P767M FEEDER BELT VIBRATOR UREA WHSE 89 6P767N FEEDER BELT VIBRATOR UREA WHSE 89 6P767O FEEDER BELT VIBRATOR UREA WHSE 89 6P767P FEEDER BELT VIBRATOR UREA WHSE 89 6P768 DUST COLLECTOR DISCH CHUTE 89 6P769 HOPPER IMPACTOR 89 6P770 AIRLOCK VALVE 89 6P771 PRODUCT WEIGHT SCALE 89

AIDEA Appraisal Services RFP No. 2014-031

Infrastructure

Functional Loc. Description System #

3F618 GASOLINE STORAGE TANK 25 3F627 DIESEL FUEL STORAGE TANK 25 3G642 DIESEL FUEL PUMP 25 3G643 GASOLINE STORAGE PUMP 25 3GB667 ARRESTAL DUST COLLECTOR GP.III 97 3GB669 MAKE‐UP AIR HEATER, GP1 SHOP 92 3GB670 VENTILATOR, MAINTENANCE SHOP 92 3GB671 INSP OFFICES VENTILATOR 92 3GB672 GP3 SAW SHOP DUST COLLECTOR 97 3GB672A BLOWER CABINET 92 3GB673B MAKE UP AIR UNIT 200,000 BTU 92 3GB673C MAKE UP AIR UNIT ‐ 295,000 BTU 92 3GC604 PORTABLE AIR COMPRESSOR 04 3GC666 AIR COMPRESSOR J622 97 3P848 DUST COLLECTOR GRP III SHOP 97 7P772 PORTABLE DUST HOPPER 89 3J1716 LAB CHEMICAL STORAGE BUILDING 92 3J1717 LAB BUILDING 92 3J600 AD BLDG GUARD BLDG F&S PARK 92 3J601 SHOPS WHSE & GARAGE 92 3J615 F&S CHANGE ROOM 92 3J622 GROUP III SHOPS 92 3J623A NH3 MONITOR STATION‐MILLER LOOP 92 3J623B NH3 MONITOR STATION‐NORTHWEST 92 3J631 PAINT SHACK 92 3J632 BEADBLAST SHACK 92 3J638 CATALYST STORAGE BUILDING 92 3J641 GROUP 4 INST/ELEC SHOP BUILDING 92 3J642 MAINTENANCE WAREHOUSE BUILDING 92 3G616A #7P WATERWELL PUMP 250HP 02 3G616B #10 WATERWELL PUMP 150HP 02 3G616C #12 WATERWELL PUMP 100HP 02 3G616D #14 WATERWELL PUMP DIESEL 02 3G616G #15 WATER WELL PUMP 60 HP 02 3G616H #16 WATERWELL PUMP 150 HP. 02 6G792 #1 WATERWELL PUMP 1200GPM 300HP 02

PLANT 1 3J603 GENERATOR & SWITCH GEAR BUILDING 03 3J617 MDEA TRANSFER BUILDING 25 AIDEA Appraisal Services RFP No. 2014-031

3J618 BUILDING 01 3J619 GAS SEPERATOR BUILDING 01 3J620 FLARE GAS BUILDING 01

PLANT 2 2J400 UREA CRYSTAL BUILDING 35 2J401 UREA CONTROL ROOM 30 2J402 URACA PUMP BUILDING 34 2J403 UREA FORMALDEHYDE PUMP BUILDING 36 2J404 PLANT 2 LOCKER ROOM 30 3J636 CHLORINE BUILDING 05

PLANT 3 3J604 WATER PUMP BUILDING 05 3J607 POND BUILDING‐ SOUTH END 06 3J611 UTILITY BOILER AND WATER TREAT 08 3J612 EFFLUENT POND PUMP BUILDING 06 3J624A #7‐P/14 WELL HOUSE 02 3J624B #10 WELL HOUSE 02 3J624C #12 WELL HOUSE 02 3J624D #15 & #16 WELL HOUSE 02 3J624F #1 WELL HOUSE 02 3J627 P. C. POND 06 3J628 G. E. POND 06 3J629A G. E. SKIM POND‐EAST 06 3J629B G. E. SKIM POND‐WEST 06 3J635A P.C. SKIM POND‐EAST 06 3J635B P.C. SKIM POND‐WEST 06 3J637 P/H SODA ASH STORAGE BUILDING 06

PLANT 4 4J201 AMMONIA CONTROL CENTER 73 4J202 COMPRESSOR BUILDING 72 4J203 ANALYZER SHELTER 62 4J204 PURGE RECOVERY ANALYZER BUILDING 77 4J205 REFRM CONT CO NOX ANLAYZR BUILDING 62 6J701 AMMONIA SUBSTATION #1 53 6J702 SUBSTATION AMMONIA NORTH 53 6J714 AMMONIA PUMP HOUSE 24

AIDEA Appraisal Services RFP No. 2014-031

PLANT 5 5J501 UREA BUILDING 82 5J502 GRANULATION BUILDING 86 5J503 UREA ANALYZER SHELTER 82 5J510 MAN ELEVATOR 82 6J700 TRANSFER TOWER UREA 89 6J703 SUBSTATION #3 GRANULATION 53 6J713 COOLING TOWER PUMP HOUSE 55 6J715 CHLORINE BUILDING 55

PLANT 6 6J704 SUBSTATION UREA STORAGE 53 6J706 SUBSTATION STORAGE 53 6J707 SUBSTATION GENERATOR BUILDING 53 6J710 UTILITY BLDG 57

6J711 CONTROL ROOM UTILITY BUILDING 57

6J712 SOLAR ENGINE/SWITCH GEAR BUILDING 53 6J717 SWH BOILER BUILDING 52 6J718 ACID TANK BUILDING 25 6J722 WASTE P.E. SUMP 06 6J723 SUBSTATION PDC 7 53 6G790 #6 WATERWELL PMP 1200 GPM 300H 02 6G791 #5 WATERWELL PMP 1200GPM 300HP 02 6G792 #1 WATERWELL PUMP 1200GPM 300HP 02 6TC601 J‐713 COOLING TOWER BUILDING CRANE 55 6TC602 SOLAR WASTE HEAT BUILDING CRANE 52

Equipment

Rotor Status Sheet

COMPRESSOR TRAIN PLANT #1 SYNGAS

JDE SAP Rotor GC122 GC122B Current A Stock No. Stock No. Serial H.P. L.P. Comp. Location No. Comp.

71‐3912‐2 225982 75‐05‐003 Spare Kenai Warehouse 71‐3913‐2 225984 74‐11‐002 In Service Installed GC122A xxx 75‐05‐001 Renamed E7988 AIDEA Appraisal Services RFP No. 2014-031

71‐3914‐2 225986 99‐456 Spare Kenai Warehouse xxx 74‐11‐001 Removed from Service 71‐3915‐2 225988 01‐203‐ In Service Installed GC122B 9676

COMPRESSOR TRAIN PLANT #4 SYNGAS

JDE SAP Rotor GC222 GC222B GC222C Current A Stock No. Stock No. Serial L.P. I.P. Comp. H.P. Comp. Location No. Comp.

71‐3906‐2 225974 74‐01‐378 Spare Kenai Warehouse 71‐3947‐2 226017 74‐01‐381 In Service Installed GC222A 71‐3908‐2 248630 74‐01‐377 Spare Repair in Progress 71‐3909‐2 225976 74‐01‐380 In Service Installed GC222B xxx 74‐01‐376 Removed From Service 71‐3910‐2 225978 81‐01‐162 Spare Kenai Warehouse 71‐3911‐2 225980 74‐01‐379 In Service Installed GC222C

COMPRESSOR TRAIN PLANTS #1,#2,#4, CO2 & REFRIGERATION DRIVERS

JDE SAP Rotor GCT128 GCT400 GCT228 GCT500 Current Stock No. Stock No. Serial Refrig. CO2 Turb. Refrig. Turb. CO2 Location No. Turb. Turb.

78‐6700‐2 238692 70F2391 In Service Spare Spare Spare Installed GCT128 78‐6701‐2 238694 71F2204 Spare Spare In Service Spare Installed GCT228 78‐6702‐2 238696 SF‐1400 Spare Spare Spare Spare Removed from Service 78‐6703‐2 238698 76F2047 Spare Spare Spare Spare Kenai Warehouse 78‐6704‐2 238700 76F2069 Spare In Service Spare Spare Installed GCT400 78‐6705‐2 238702 76F2071 Spare Spare Spare In Service Installed GCT500 N/A 238696 01SSF007 Spare Spare Spare Spare Kenai Warehouse

AIDEA Appraisal Services RFP No. 2014-031

COMPRESSOR TRAIN PLANTS #1 & #4 REFRIGERATION

JDE SAP Rotor GC128A GC228A GC128B GC228B Current Stock No. Stock No. Serial H.P. H.P. Comp. L.P. Comp. L.P. Location No. Comp. Comp.

71‐3924‐2 226006 E8442 In Service Spare Installed GC128A 71‐3925‐2 226008 V8076‐2 Spare Spare Kenai Warehouse xxx E8442‐S Not in report 71‐3926‐2 226010 E8378 Spare In Service Installed GC228A 71‐3927‐2 226012 E8441‐2 In Service Spare Installed GC128B 71‐3928‐2 226014 V8075‐2 Spare In Service Installed GC228B 71‐3929‐2 226015 E8441‐5 Spare Spare Kenai Warehouse

COMPRESSOR TRAIN PLANTS #2 & #5 CO2

JDE SAP Rotor GC400A GC400B GC500B GC500A Current Stock No. Stock No. Serial H.P. L.P. Comp. H.P. Comp. L.P. Location No. Comp. Comp.

71‐3916‐2 225990 75‐01‐012 Spare Kenai Warehouse 71‐3917‐2 225992 71‐01‐194 In Service Installed GC400A 71‐3918‐2 225994 78‐01‐260 In Service Installed GC400B xxx 70‐01‐149 No longer in report 71‐3919‐2 225996 90‐01‐044 Spare Kenai Warehouse xxx 74‐01‐452 Not in report 71‐3920‐2 225998 88‐01‐030 In Service Installed winter 06/07 xxx 84‐01‐094 Not in report 71‐3921‐2 226000 74‐01‐453 Spare Kenai Warehouse 71‐3922‐2 226002 84‐01‐146 Spare Kenai Warehouse 71‐3923‐2 226004 74‐01‐451 In Service Installed GC500A

COMPRESSOR TRAIN PLANTS #1 & #4 AIR COMPRESSOR DRIVERS

JDE SAP Rotor GCT123 GCT223 Current Stock No. Stock No. Serial Turbine Turbine Location No. AIDEA Appraisal Services RFP No. 2014-031

78‐6706‐2 238704 71F2039 Spare In Service Installed GCT223 78‐6707‐2 238706 69F2160 Spare Spare Kenai Warehouse 78‐6708‐2 238708 76F2009 In Service Spare Installed in GCT123 N/A 252503 PSF65 Spare Spare Kenai Warehouse N/A 180558948 ? ? Kenai Warehouse

COMPRESSOR TRAIN PLANTS #1 & #4 AIR COMPRESSOR

JDE SAP Rotor GC123A GC223A GC123B GC223B Current Stock No. Stock No. Serial H.P. H.P. Comp. L.P. Comp. L.P. Location No. Comp. Comp.

71‐3900‐2 225962 67‐08‐010 Spare Spare Kenai Warehouse 71‐3901‐2 225964 UCD13901 Spare In Service Installed GC223A 71‐3902‐2 225966 67‐08‐011 In Service Spare Installed GC123A 71‐3903‐2 225968 67‐011‐001 Spare In Service Installed GC223B 71‐3904‐2 225970 UCD13904 Spare Spare Kenai Warehouse 71‐3905‐2 225972 67‐011‐002 In Service Spare Installed GC123B

COMPRESSOR TRAIN PLANTS #1 & #4 SYNGAS DRIVERS

JDE SAP Rotor GCT122A GCT222A GCT122B GCT222B Current Stock No. Stock No. Serial H.P. Turb. H.P. Turb. L.P. Turb. L.P. Location No. Turb.

78‐6709‐2 238710 SF‐557 Spare Spare Kenai Warehouse 78‐6710‐2 238712 70F2392 Spare In Service Installed GCT222A 78‐6711‐2 238714 75F2278 In Service Spare Installed GCT122A 78‐6712‐2 238716 SF‐219 In Service Installed GCT122B 78‐6713‐2 238718 70F2343 Spare Kenai Warehouse 78‐6714‐2 238720 75F2277 In Service Installed GCT222B 78‐6715‐2 238722 75F2281 Spare Kenai Warehouse 78‐6716‐2 238724 78F2010 Spare Spare Kenai Warehouse

AIDEA Appraisal Services RFP No. 2014-031

Owned Lands – KNO Property

Parcel Number Parcel Address Acreage 1401006 47901 Kenai Spur Hwy Agrium 20.24 1401007 47901 Kenai Spur Hwy Agrium 1.44 1401008 47901 Kenai Spur Hwy Agrium 6.86 1401009 47901 Kenai Spur Hwy Agrium 8.95 1415035 50170 Miller Loop Road 11

1505028 47901 Kenai Spur Hwy Agrium 11.7 1401004 48169 Kenai Spur Hwy HEA 60.54 1401005 47901 Kenai Spur Hwy Agrium 4.46

TOTAL 125.19

PARCEL 1: (Kenai Peninsula Borough Pin Number 01401004, 60.54 acres) Government Lots 14, 15, 16, 17 and 18, Section 21, Township 7 North, Range 12 West, Seward Meridian, in the Kenai Recording District, Third Judicial District, State of Alaska.

PARCEL II: (Kenai Peninsula Borough Pin Number 01401009, 8.95 acres) Government Lots 3, 4, 5, 6, 7, 8, 9, 10 and 11, Section 28, Township 7 North, Range 12 West, Seward Meridian, in the Kenai Recording District, Third Judicial District, State of Alaska.

PARCEL III: (Kenai Peninsula Borough Pin Number 01505028, 11.7 acres) That portion of the North 440' of the South one‐half of the Northwest one‐quarter of (S1/2 NW1/4) of Section 27, Township 7 North, Range 12 West Seward Meridian, in the Kenai Recording District, Third Judicial District, State of Alaska, lying west of the Westerly right of way line of the North Kenai Highway.

PARCEL IV: (Kenai Peninsula Borough Pin Number 01401005, 4.46 acres, 01401006, 20.24 acres, 01401007, 1.44 acres, 01401008, 6.86 acres) A portion of the Northwest one‐quarter of (NW1/4) of Section 27 and of the Northeast one‐quarter (NE1/4) of Section 28, Township 7 North, Range 12 West Seward Meridian, in the Kenai Recording District, Third Judicial District, State of Alaska, more particularly described as follows:

Starting at the USGLO monument established in 1922 at the common meeting point of Sections 21, 22, 27, and 28 and thence South 0°03' East, along the boundary line of Sections 27 and 28, 339.22 feet, which point constitutes the beginning. From the beginning, thence South 69°30'15" West 118.52 feet; thence South 20°29'45" East 380.00 feet; thence South 69°30'15" West 200 feet; thence North 20°29'45" West 101.50 feet; thence South 65°West 823.06 feet more or less to intersection of the 1922 Meander Line (U.S.G.L.O. Survey Notes); thence South 31 ° East 40.00 feet along the 1922 Meander Line (U.S.G.L.O. Survey Notes); thence North 65° East 333.37 feet more or less; thence South 20°29'45" East 370.16 feet; thence North 69°30'15" East 240.00 feet; thence North 20°29'45" West 230.00 feet; thence North 69°30'15" East 130 feet; thence South 20°29'45' East 273.56 feet; thence North 69°30'15" East 310.89 feet; thence North 20°29'45" West 305.00 feet; thence North 69°30'15" East 140.00 feet; thence South 20°29'45" East 10.00 feet; thence North 69°30'15" East 105.00 feet; thence South 20°29'45" East 250.00 feet; thence South 69°30'15" West 170.00 feet; thence South 20°29'45" East 305.49 feet; thence North 89°57' East, along Union Oil South property line, 773.75 feet; thence North 20°29'45" West, along State right of way line for North Kenai Road, 540.78 feet; thence South 69°30'15" AIDEA Appraisal Services RFP No. 2014-031

West 300 feet; thence North 20°29'45" West 760.00 feet; thence South 69°30'15" West 381.48 to the point of beginning.

Leased Lands

PARCEL V: (Kenai Peninsula Borough Pin Number 01401011)* That certain leasehold estate created by a lease executed by and between STATE OF ALASKA, Lessor, and UNION OIL COMPANY OF CALIFORNIA, Lessee, recorded on March 14, 1967, in Book 25 at Page 282, ADL #33317, and as assigned to Agrium U.S. Inc. by instrument dated February 15, 2001:

Described as Tract A of ATS 676; Commencing from the U.S.G.L.O. Section corner monument common to Sections 21, 22, 27 and 28, Township 7 North, Range 12 West of the Seward Meridian, Kenai Recording District, Third Judicial District, State of Alaska, latitude 60°39'30" N, Longitude 151°23' W, proceed West along the section line common to Sections 21 and 28 a distance of 1,452.00 feet to the U.S.G.L.O. meander line of 1922 along the beach of Cook Inlet, thence S 25°40'E ‐ 773.00 feet along said 1922 meander line of Cook Inlet to the true point of beginning and corner 1A, thence continue along said 1922 meander line of Cook Inlet on the following:

S 25°30' E‐ 398.50 ft; S 31°00’ E ‐ 555.56 ft. to corner 2A; thence S 65°00' W‐ 1474.35 ft. to corner 3A; thence N28°08'30" W‐ 952.43 ft to corner 4A; thence N 65°00' E‐ 1465 ft to the true point of beginning, thus embracing 31.842 acres of tide and submerged lands along the East shore of Cook Inlet, Alaska, and 3 Miles South of East Forelands.

PARCEL VI: (Kenai Peninsula Borough Pin Number 01401011)* That certain leasehold estate created by a lease executed by and between STATE OF ALASKA, Lessor, and ALAP CORPORATION, Lessee, recorded on June 14, 1977, in Book 109 at Page 632, ADL #68100, and as assigned to Agrium U.S. Inc. by instrument dated February 15, 2001:

Known as ATS 676, excluding Tract A, containing 46.482 acres more or less, within protracted Section 28, Township 7 North, Range 12 West of the Seward Meridian, Kenai Recording District, Third Judicial District, State of Alaska.

*Note: Parcels V & VI – have same Pin number and contain a total of 78.32 acres together. These also have Tidelands Lease #33317 and 68100 associated with these lands.

AIDEA Appraisal Services RFP No. 2014-031

6. SECTION SIX PROPOSAL FORMAT AND CONTENT

Are there any other considerations that you would like Agrium to take into account regarding your service or bid?

6.01 Proposal Format and Content

AIDEA discourages overly lengthy and costly proposals, however, in order for AIDEA to evaluate proposals fairly and completely, Offerors must follow the format set out in this RFP and provide all information requested.

Responses to all evaluation criteria -- except Price. Provide four (4) copies and one thumb drive. Each copy shall be fastened with one staple in the upper left corner. No other form of binding shall be used and no cover and no transmittal letter will be included.

The maximum number of attached pages (each printed side equals one page) for Criteria Responses shall not exceed: Twenty (20). Attached page limit does not include the Price Proposals. Only one (1) copy of the Price Proposal shall be submitted.

Criteria Responses shall be presented in 8-1/2" X 11" format, except for a minimal number of larger sheets (e.g. 11" x 17") that may be used (e.g. for schedules) if they are folded to 8-1/2" X 11" size. Large sheets will count as multiple pages at 93.5 square inches or fraction thereof per page.

Price Proposals are required, one copy bound with one staple in the upper left corner separately enclosed in a sealed envelope marked on the outside to identify it as a Price Proposal and the names of the Project and Offeror. Price Proposal shall be submitted on the Cost Estimate sheet provided. Cost Estimate sheets shall be provided for the Prime and each of the sub-contractors proposed to do work on this project.

CAUTION: Criteria Responses which do not comply with the required page limit or presentation size, may result in disqualification. Further, small print or typeface that is difficult to read may negatively influence evaluation of your submittal.

6.02 Introduction

Proposals must include the complete name and address of offeror’s firm and the name, mailing address, and telephone number of the person the state should contact regarding the proposal.

Proposals must confirm that the offeror will comply with all provisions in this RFP; and, if applicable, provide notice that the firm qualifies as an Alaskan bidder. Proposals must be signed by a company officer empowered to bind the company. An offeror's failure to include these items in the proposals may cause the proposal to be determined to be non-responsive and the proposal may be rejected.

6.03 Firm’s Experience and Understanding of the Project

Offerors must provide comprehensive narrative statements that illustrate their understanding of the requirements of the project and the project schedule. The narrative shall include firm’s experience in performing like projects.

Has any regulatory agency ever cited your firm for incomplete or inappropriate actions relative to work performed on behalf of a client? If so, describe the citation.

Has there ever been a claim made against your firm’s insurance for errors and omissions on a valuation assignment? If so, describe the claim. AIDEA Appraisal Services RFP No. 2014-031

Are there any limiting conditions or qualifications that you would expect to be included in the final report?

6.04 Methodology Used for the Project

Offerors must provide comprehensive narrative statements that set out the methodology they intend to employ and illustrate how the methodology will serve to accomplish the work and meet the state’s project schedule.

Response must outline the methods for accomplishing the proposed contract. Describe what, when, where, how, and in what sequence the work will be done. Address how proximity to the Project site, particular geographic familiarity, experience, and capabilities of your firms (Offeror and Proposed Subcontractors) and Project Staff might specifically contribute to the proposed methods. Identify the amount and type of work to be performed by any Subcontractors. Consider how each task may be carried out; what services or interaction required from/with the Contracting Agency; etcetera. Suggest alternatives, if appropriate. Identify any distinct and substantive qualifications for undertaking the proposed contract such as the availability of specialized equipment or unique approaches or concepts relevant to the required services which the firms may use.

6.05 Experience and Qualifications

Offerors must provide an organizational chart specific to the personnel assigned to accomplish the work called for in this RFP. The organizational chart must illustrate the lines of authority and designate the individual responsible and accountable for the completion of each component and deliverable of the RFP.

Offerors must also provide a concise narrative description of the organization of the project team and a personnel roster that identifies each person who will actually work on the contract.

The Offerors must describe the work to be performed by the individuals you name to perform essential functions and detail their specific qualifications and substantive experience directly related to the proposed contract. A response prepared specifically for this proposal is required. Marketing resumes often include non-relevant information which may detract from the evaluation of proposal. Lists of projects are not useful. Focus on individual's specific duties and responsibilities and how project experience is relevant to the proposed contract.

For each person named, identify their: employer, professional discipline or job classification and state of residency. Each person must also list at least 3 professional references (contact persons and telephone numbers).

6.06 Cost Proposal

Cost proposals must include a detailed itemized list of all direct and indirect costs associated with the performance of the contract, including, but not limited to, total number of hours at various hourly rates, direct expenses, payroll, supplies, overhead assigned to each person working on the project, percentage of each person's time devoted to the project, and profit. Lump Sum, not-to-exceed. Cost proposals shall be submitted on the Cost Estimate sheet provided.

6.07 Pre-Award Conference

Following the notification of award, a pre-award conference will be scheduled with the selected offeror. The intent of this conference is to clearly identify expectations and discuss the schedule for the project. It is expected that the Offeror’s Project Manager shall be in attendance for this conference at AIDEA.

6.08 Evaluation Criteria

AIDEA Appraisal Services RFP No. 2014-031

All proposals will be reviewed to determine if they are responsive. They will then be evaluated using the criterion that is set out in Section SEVEN.

An evaluation may not be based on discrimination due to the race, religion, color, national origin, sex, age, marital status, pregnancy, parenthood, disability, or political affiliation of the offeror.

A proposal shall be evaluated to determine whether the offeror responds to the provisions, including goals and financial incentives, established in the request for proposals in order to eliminate and prevent discrimination in state contracting because of race, religion, color, national origin, sex, age, marital status, pregnancy, parenthood, or disability.

AIDEA Appraisal Services RFP No. 2014-031

7. SECTION SEVEN EVALUATION CRITERIA AND CONTRACTOR SELECTION

THE TOTAL NUMBER OF POINTS USED TO SCORE THIS PROPOSAL IS 100

7.01 Firm’s Experience and Understanding of the Project (25 Percent)

Proposals will be evaluated against the questions set out below:

[a] How well has the offeror demonstrated a thorough understanding of the purpose and scope of the project? [b] How well has the offeror identified pertinent issues and potential problems related to the project? [c] To what degree has the offeror demonstrated an understanding of the deliverables AIDEA expects it to provide? [d] Has the offeror demonstrated an understanding of AIDEA's time schedule and can meet it? [e] Has the offeror demonstrated past performance in similar projects? How well has the firm demonstrated experience in completing similar projects on time and within budget? [f] How successful is the general history of the firm regarding timely and successful completion of projects? [g] Has the firm provided letters of reference from previous clients? [h] If a subcontractor will perform work on the contract, how well do they measure up to the evaluation used for the offeror?

7.02 Methodology Used for the Project (25 Percent)

Proposals will be evaluated against the questions set out below:

[a] How comprehensive is the methodology and does the offeror depict a logical approach to fulfilling the requirements of the RFP?

[b] How well does the methodology match and achieve the objectives set out in the RFP?

[c] Does the methodology interface with the time schedule in the RFP?

7.03 Experience and Qualifications (20 Percent)

Proposals will be evaluated against the questions set out below:

Questions regarding the personnel:

[a] Do the individuals assigned to the project have experience on similar projects?

[b] Are resumes complete and do they demonstrate backgrounds that would be desirable for individuals engaged in the work the project requires?

[c] How extensive is the applicable education and experience of the personnel designated to work on the project?

AIDEA Appraisal Services RFP No. 2014-031

7.04 Contract Cost (20 Percent)

Overall, a minimum of 20% of the total evaluation points will be assigned to cost. The cost amount used for evaluation may be affected by one or more of the preferences referenced under Section 2.13.

Offerors shall provide AIDEA with a list of people, titles, and billable hourly rates; along with a cost proposal detailing who, the number of hours spent per task, multiplied by billable hourly rates, and include any expenses, proposed trips and additional costs required to deliver the scope of services as described herein.

The proposal provided shall be used for any contract awarded from this solicitation. Contract shall be awarded as a Lump Sum Not to Exceed.

Converting Cost to Points

The lowest cost proposal will receive the maximum number of points allocated to cost. The point allocations for cost on the other proposals will be determined through the method set out in Section 2.15.

7.05 Alaska Offeror Preference (10 Percent)

If an offeror qualifies for the Alaska Bidder Preference, the offeror will receive an Alaska Offeror Preference. The preference will be 10 percent of the total available points. This amount will be added to the overall evaluation score of each Alaskan offeror.

AIDEA Appraisal Services RFP No. 2014-031

8. SECTION EIGHT ATTACHMENTS

Attachments

Attachments

1. Sample Contract Page-1 2. Standard Agreement Form - Appendix A 3. Insurance Requirements – Appendix B 4. Cost Estimate Sheet (Excel) AIDEA Appraisal Services RFP No. 2014-031

STANDARD AGREEMENT FORM FOR PROFESSIONAL SERVICES 1. Agency Contract Number 2. ASPS Number 3. Financial Coding 4. Agency AIDEA 5. Contractor Email 6. Contractor Telephone/Facsimile 7. Alaska Business License Number

This contract is between the State of Alaska, 8. Owner Alaska Industrial Development and Export Authority (AIDEA) hereafter the Authority, and

9. Contractor SAMPLE Hereafter the Contractor Mailing Address

10. ARTICLE 1. Appendices: Appendices referred to in this contract and attached to it are considered part of it. ARTICLE 2. Performance of Service: 2.1 Appendix A (General Provisions), Articles 1 through 15, governs the performance of services under this contract including Appendix A1 (Supplemental General Provisions) 2.2 Appendix B2 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 ends ______. ARTICLE 4. Appendix D Considerations: 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 billing to: 11. The Authority Attention: Alaska Industrial Development and Export Authority (AIDEA)

Mailing Address Attention: 813 West Northern Lights Boulevard, Anchorage, AK 99503-2495

12. CONTRACTOR 14. CERTIFICATION: I certify that the facts herein and on supporting documents are correct, that this voucher constitutes a legal Name of Firm 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. I am aware that to Signature of Authorized Representative Date 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 Typed or Printed Name of Authorized Representative tampering with public records punishable under AS 11.56.815-.820. Other disciplinary action may be taken up to and including dismissal Title

13. AUTHORITY Procurement Officer Date

AIDEA Date

Signature of Executive Director Typed or Printed Name Michele Hope, Procurement Officer

Executive Director Title Ted Leonard, Executive Director, AIDEA Procurement Officer

NOTICE: This contract has no effect until signed by the head of Authority or designee. AIDEA Appraisal Services RFP No. 2014-031

APPENDIX A GENERAL PROVISIONS AND STANDARD CONTRACT TERMS

Article 1 Definitions 1.1 In this contract and appendices, "Project Manager" means the Projects Manager named on page 1, or his successor; "Agency Head" means the Executive Director who signs this contract on behalf of the Authority and includes a successor or authorized representative; and “Procurement Manager” means the Authority’s Procurement Manager named on page 1, or his successor. 1.2 "Authority" means the Alaska Industrial Development and Export Authority for which this contract is to be performed and for which the Executive Director or Authorized Designee acted in signing this contract.

Article 2 Inspection and Reports 2.1 The Authority 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 3.1 Any dispute arising under this contract 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, and 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, and 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 AIDEA Appraisal Services RFP No. 2014-031

subcontractors, so that those provisions will be binding upon each subcontractor. For the purpose of including those provisions in any 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 that 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 Full 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 the contract.

Article 5 Termination The Procurement Manager, by written notice, may terminate this contract, in whole or in part, when it is in the best interest of the Authority. The Authority is liable only for payment in accordance with the payment provisions of this contract for costs incurred before the effective date of termination.

Article 6 No Assignment or Delegation The Contractor may not assign, novate, 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 Authority.

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 Authority 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 Authority under this contract.

Article 10 Ownership of Documents All designs, drawings, specifications, notes, artwork, and other work developed in the performance of AIDEA Appraisal Services RFP No. 2014-031

this contract for the Authority or delivered to the Authority are produced for hire and remain the sole property of the Authority and may be used by the Authority 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, shall 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. Subject to the dispute resolution process provided for in Article 3 above, all actions concerning this contract shall be brought in the Superior Court of the State of Alaska and not elsewhere. The Contractor consents to the jurisdiction of 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.

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 Authority 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 for Similar Services The Authority may contract for similar services from other contractors during the term of this contract.

Article 16 Review of Applications The Contractor will be excluded from reviewing applications where in the judgment of the Authority there is an appearance or actual conflict of interest.

Article 17 Conflict of Interest Promptly after execution of this contract, Contractor shall provide 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, Contractor’s statement, and make a determination whether in its opinion a conflict of interest exists. This decision shall be made solely in the Authority’s best interest. If a conflict of interest is discovered after contract award, the Authority, after review of the facts surrounding the conflict, may terminate the contract in its entirety.

Article 18 Subcontractors Contractor may subcontract portions of a specific work order or offer the services of other firms. The Contractor will be required to submit the names and addresses and other required information of all subcontractors. If subcontractors are added in order to respond to a specific work order the contractor will be required to provide information about the subcontractor with their work order proposal. AIDEA Appraisal Services RFP No. 2014-031

The Contractor must submit proof of proposed subcontractors’ Alaska business licenses and insurance for those businesses working in Alaska within a reasonable time after this contract is executed.

If 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. The Authority may terminate the contract in its entirety for any failure to comply with the preceding sentence.

Article 19 Integration The Standard Agreement for Professional Services set out on page 1, together with Appendices A, B, C, and D, contain the complete and final statement of the terms the parties have agreed upon with respect to the subject matter covered. No prior agreements, representations or negotiations, whether written or oral, that are not expressly set out in this contract shall be binding on, or enforceable against, or may be relied upon by, any party. AIDEA Appraisal Services RFP No. 2014-031

APPENDIX B INDEMNIFICATION 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.

2.4 Professional Liability Insurance: covering all errors, omissions or negligent acts in the performance of professional services under this contract. Limits required per the following schedule:

Contract Amount Minimum Required Limits

Under $100,000 $300,000 per Occurrence/Annual Aggregate $100,000-$499,999 $500,000 per Occurrence/Annual Aggregate $500,000-$999,999 $1,000,000 per Occurrence/Annual Aggregate $1,000,000 or over Refer to Risk Management (Revised 12-11) AIDEA Appraisal Services RFP No. 2014-031

Confidentiality Agreement – Shall be signed by the successful Contractor at time of award

1. [The “Consultant” and “Owner”] have entered into a Consulting Agreement dated .(“Agreement”). The undersigned, for and in consideration of being provided with access to the Confidential Information, as defined below, hereby covenants and agrees on behalf of itself, its employees, officers, directors and agents:

2. The undersigned acknowledges that Confidential Information has been or will be made available to the undersigned in connection with the Agreement. In addition, the undersigned acknowledges that reports prepared by the undersigned and the Consultant pursuant to the Agreement will contain Confidential Information. The undersigned agrees that all programs, software, work product and intellectual property developed by or with the contribution of the undersigned in the course of performance under the Agreement and Confidential Information, including the reports to be prepared by the undersigned, are and shall continue to be the exclusive property of Owner, and the undersigned hereby assigns to Owner all rights it has or may acquire in such property and in the Confidential Information. The undersigned agrees to execute and deliver at Owner's request such further instruments, as Owner may deem necessary to document and maintain such exclusive rights and property. As used herein, the term "Confidential Information" includes all information and materials belonging to, used by, or in the possession of Owner relating to its products, operations, processes, technology, technical information and know-how, inventions, patents, developments, business strategies, financial data, pricing, current and prospective customers, marketing plans, management policies, computer software, and trade secrets of every kind and character, but shall not include (i) information which was already within the public domain at the time the information is acquired by the undersigned, or (ii) information that subsequently becomes public through no act or omission of the undersigned.

3. Nondisclosure. The undersigned hereby agrees that it will not, either during the course of the Agreement or at any time thereafter, disclose any Confidential Information, in whole or in part, to any person or entity, for any reason or purpose whatsoever, unless authorized in writing to do so by Owner. The undersigned further agrees that it shall not use any confidential information for the undersigned’s own purposes or for the benefit of any other person or entity, except the Consultant and Owner, whether such use consists of duplication, removal, oral use or disclosure, the transfer of any confidential information in any manner, or any other unauthorized use, unless Owner shall have given its prior written consent to such use.

4. Surrender of Materials. The undersigned agrees that upon expiration or earlier termination of the Agreement, for whatever reason and whether voluntary or involuntary, it will immediately submit to Owner all confidential information and all copies thereof in its possession, including without limitation all personal notes, drawings, manuals, documents, photographs, data, records or the like which relate directly or indirectly to any confidential information or the business of Owner.

5. Survival. The provisions of this Secrecy Agreement shall be binding upon the undersigned at all times during and after termination of the Agreement.

This Secrecy Agreement is for the benefit of Owner and the undersigned.

Name:

Date: