Loading...
HomeMy WebLinkAbout20240829PAC to Staff 130-138_140-141_145.pdf1407 W North Temple, Suite 330 Salt Lake City, Utah 84116 August 29, 2024 Monica Barrios-Sanchez Commission Secretary Idaho Public Utilities Commission 11331 W. Chinden Blvd. Bldg. 8, Ste. 201-A Boise, ID 83714 monica.barriossanchez@puc.idaho.gov Secretary@puc.idaho.gov RE: ID PAC -E-24-04 IPUC Set 8 (130-154) Please find enclosed Rocky Mountain Power’s Responses to IPUC 8th Set Data Requests IPUC 130-138, 140-141 and 145 and Attachments. The remaining response will be provided under separate cover. Provided via BOX are the Confidential Attachments. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the non-disclosure agreement (NDA) executed in this proceeding. If you have any questions, please feel free to call me at (801) 220-2313. Sincerely, ____/s/____ Mark Alder Manager, Regulation Enclosures C.c.: Eric L. Olsen/IIPA elo@echohawk.com (C) Lance Kaufman/IIPA lance@aegisinsight.com (C) Matthew Nykiel/ICL matthew.nykiel@gmail.com Brad Heusinkveld/ICL bheusinkveld@idahoconservation.org Thomas J. Budge/Bayer tj@racineolson.com (C) Brian C. Collins/Bayer bcollins@consultbai.com Greg Meyer/Bayer gmeyer@consultbai.com Kevin Higgins/Bayer khiggins@energystrat.com (C) Neal Townsend/Bayer ntownsend@energystrat.com (C) Ronald L. Williams/PIIC rwilliams@hawleytroxell.com RECEIVED Thursday, August 29, 2024 IDAHO PUBLIC UTILITIES COMMISSION Brandon Helgeson/PIIC bhelgeson@hawleytroxell.com Bradley Mullins/PIIC brmullins@mwanalytics.com Val Steiner /PIIC val.steiner@itafos.com Kyle Williams/PIIC williamsk@byui.edu PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 130 IPUC Data Request 130 Please provide the following information for the “Gateway South Segment F – Aeolus to Mona 500 kV” project referenced by Company witness Vail at 22. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) If a Request for Proposal (RFP) or Request for Quote (RFQ) was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (b) Please provide the approved Initial Project Plan including the following: i. Initial project scope; ii. Initial project budget; iii. Initial proposed schedule; and iv. Evidence that the Initial Project Plan and budget were approved at the appropriate level. (c) Please provide the following for the Baseline Construction Project Plan: i. Baseline project scope; ii. Baseline project budget broken down by Work-Breakdown Structure (WBS); iii. Baseline project schedule broken down by WBS; iv. If the baseline construction project scope, budget, and/or schedule deviated from the Initial Project Plan, please explain the differences, explain the reason for the change, and provide evidence that the changes were approved at the appropriate level; v. Project status reports and action items; and vi. Contractor change orders. (d) Please provide the following related to completion of the project: i. Baseline construction budget-to-actual comparison by Work Breakdown Structure and by year; ii. Baseline construction schedule-to-actual comparison by WBS; iii. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 130 provide evidence that the amount was approved at the appropriate level; and iv. Please explain any slips in schedule from the baseline construction schedule. (e) Please explain the large discrepancy of the project cost in McCoy’s workpaper 8.5.3 of $2,069,785,300 and the total project cost in Company response to Production Request No. 15 of $35,075,630. Response to IPUC Data Request 130 Please refer to Confidential Attachment IPUC 130-1 and Attachment IPUC 130-2. Also, some additional documentation is considered highly confidential and commercially sensitive. The Company requests special handling. Please contact Mark Alder at (801) 220-2313 to make arrangements for review. (a) Please refer to the Company’s responses to subparts i. through iv. below: i. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. ii. Construction contractors are selected based on the following considerations: 1. For the Gateway South project the Company conducted a controlled competitive bid event including both a technical and commercial evaluation: a. The technical evaluation evaluated the bidder’s experience, execution plan to constructing the project and confirmed their schedule meets the overall project timeline and milestones. The technical questions are included in the technical evaluation reports included in response to a.iii below. b. The commercial evaluation assessed the bidders' proposed costs and cost normalization of any risks, exceptions, or clarifications the Company sees, or bidder identifies not included in the bid process. The normalized costs were added to the bidder's proposed costs. All technically qualified bidders were then invited to participate in a ‘reverse auction’ event whereby bidders were able to propose ‘best and final pricing’ at the conclusion of the PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 130 auction event the lowest bid contractor was awarded the work. iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. iv. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review.. (b) Please refer to the Company’s responses to subparts i. through iv. below: i. Please refer to Confidential Attachment IPUC 130-1. ii. Please refer to Confidential Attachment IPUC 130-1. iii. Please refer Attachment IPUC 130-2. iv. Please refer to Confidential Attachment IPUC 130-1. (c) Please refer to the Company’s responses to subparts i. through vi. below: i. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. ii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. iv. The baseline project scope and budget have varied since the initial project plan was approved in 2022. The budget increased by approximately $225 million as approved in APR 94013502. There were several key drivers for the adjustment in costs; (1)The decision to add one additional spare transformer to the Aeolus substation for improved substation restoration times in the event of a transformer failure (2) delayed access to the transmission line right-of-way in several areas including Utah Department of Natural Resources property, Ute Tribe extended permitting times and additional Bureau of Land Management PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 130 requests for stream crossing mitigations. (3) Unexpected denied biological species variances and unexpected sensitive plant discoveries. (4) Structure foundation changes to address access constraints determined as unbuildable per the permit constraints. (5) Supply chain cost increases due to post pandemic and Ukraine war impacts (6) The elimination of China based suppliers to mitigate security and child labor concerns. v. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. vi. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. (d) Please refer to the Company’s responses to subparts i. through iv. below: i. Please refer to Confidential Attachment IPUC 130-1. ii. Please refer to Attachment IPUC 130-2. iii. Refer to the response provided above in c.iv the primary reasons for the budget changes and variances. iv. For the transmission line, schedule variance explanations are provided in the attachments included in the response to d.ii above. For the substations, there were several key drivers in the schedule changes. (1) The Aeolus and Clover substations experienced late delivery of the transformers due to manufacturing delays which necessitated a change in the schedule. (2) The Little Snake substation experienced a significant cultural find which severely delayed the construction sequence. At several sites, supply chain issues have delayed various pieces of equipment and material which has impacted the original sequence. The Company and its contractor have deployed several mitigations, engineering workarounds and schedule resequencing processes such that the overall schedule will see the project energized by the end of November 2024, and ahead of required dates for additional wind farm generation connections. (e) IPUC Data Request 15 requested the dollar amount for each project closed to plant in service in excess of $5 million from 2022 through the present date in 2024. The timing of the request included amounts from 2022 through May 2024, including $27.6 million in costs for 2023. The amount in McCoy’s work PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 130 paper 8.5.3 represents the forecasted 2024 dollars expected to be in service by the end of 2024. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Brandon Smith / Lori Rolow Sponsor: Todd Jensen / Rick Vail PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 131 IPUC Data Request 131 For each of the seven Gateway South Supporting Projects described in Company witness Vail’s testimony on page 35, please answer the following: (a) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (b) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Initial and Actual project scope; iii. Baseline construction budget-to-actual comparison by WBS and by year; iv. Baseline construction schedule-to-actual comparison by WBS; v. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and vi. Please explain any slips in schedule from the baseline construction schedule. Response to IPUC Data Request 131 (a) i. Currently, the only request for proposal (RFP) issued is for the Riverton substation project, which was issued by way of the Line Service Agreement (LSA) contract process. Remedial action scheme (RAS) work will largely be performed by in-house resources. ii. Construction contractor was selected based on the following process: a. Using pre-qualified contractors with standing LSA contracts, bid packages were issued to all contractors on the list. As all contractors are pre-approved and qualified with agreed contract terms and conditions there is no technical evaluation process, the selection process is based upon their ability to meet the schedule at lowest cost. This contract method is commonly used by PacifiCorp for most capital substation, distribution, and smaller scale transmission projects. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 131 iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. iv. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. (b) i. Please refer to Confidential Attachment IPUC 131-1, specifically file “APR94013510 GWS Supporting Projects approved 04-04-2023”.The approver field on this appropriation request shows the final approver as Stefan Bird who was President of Pacific Power at the time of this approval and whose signing authority was up to $50 million ii. Please refer to Confidential Attachment IPUC 131-1, specifically file, “GWSSupportingProjectIAD_APR94013510” . This document accompanied the full funding construction appropriation request for approval and the scope of work to be completed is outlined in the executive summary section. iii. Please refer to Confidential Attachment IPUC 131-1, specifically file, “Baseline construction budget to actuals_GWS Supp CONF” that shows the baseline costs associated to the APR 94013510 versus actuals. iv. Please refer to Attachment OPUC 131-2, file “PAC - Riverton Preliminary Baseline Schedule”. v. N/A vi. The construction activities have only recently commenced, as such the schedule is on track with no significant deviations to the baseline schedule. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Brandon Smith / Lori Rolow Sponsor: Todd Jensen / Rick Vail PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 132 IPUC Data Request 132 Please provide the following information for the “Gateway West Segment D.1” project referenced by Company witness Vail at 22. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) Please provide a list of all the potential alternatives the Company considered to fulfill the need and explain why the project was selected from among the alternatives supported by the Company’s economic analysis (costs and benefits) comparing them. (b) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (c) Please provide the following related to completion of the project: i. Evidence that the initial project plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. Response to IPUC Data Request 132 (a) Alternatives for the Gateway West Segment D.1 project was addressed in the direct testimony of Richard A. Vail on page 26. (b) i. Please refer to Confidential Attachment IPUC 132-1, files “(i) RFP Bid Pkg_GWW.D1 Substation CONF” and “b.i.1 GWW D.1 Tline RFP.VF”. ii. Construction contractors are selected based on the following considerations: PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 132 1. For the Gateway West D.1 transmission line project, the Company conducted a controlled competitive bid event including both a technical and commercial evaluation: a. The technical evaluation evaluated the bidder’s experience, execution plan to constructing the project, and confirmed their schedule meets the overall project timeline and milestones. The technical questions are included in the Technical Evaluation reports included in response to a.iii below. b. The commercial evaluation assessed the bidders' proposed costs and cost normalization of any risks, exceptions, or clarifications the Company sees, or bidder identifies not included in the bid process. The normalized costs were added to the bidder's proposed costs. All technically qualified bidders were then invited to participate in a ‘reverse auction’ event whereby bidders were able to propose ‘best and final pricing’ at the conclusion of the auction event the lowest bid contractor was awarded the work. 2. The Gateway West D.1 substation construction contractor was selected based on the following process: a. Using pre-qualified contractors with standing Line Service Agreement contracts, a bid package was issued to all contractors on the list. As all contractors are pre-approved and qualified with agreed contract terms and conditions there is no technical evaluation process, the selection process is based upon ability to meet the schedule and lowest cost. This contract method is commonly used by PacifiCorp for most capital substation, distribution and smaller scale transmission projects. iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review.. iv. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review.. (c) i. Please refer to Confidential Attachment IPUC 132-1, file “SDOA Thon APR94012715_signed” which indicates approval by Scott Thon PacifiCorp, Chairman and Chief Executive Officer in 2022, of appropriation request 94012715. See also “APR 94012715 Seg D1 full funding approved 053122”. Mr. Thon has unlimited approval for projects over $50 million ii. Please refer to Confidential Attachment IPUC 132-1. iii. Please refer to Attachment IPUC 132-2, file “c.v.1 GWW D1 TLine BL APP” for the transmission line baseline schedule. Refer to file “c.v.3 GWW D1 PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 132 Schedule DD July 2024” for the current schedule against baseline performance. iv. The Company and contractor have worked to develop a revised sequence which achieves the project's overall completion dates. Please refer to Confidential Attachment IPUC 132-1, files “APR94013503 Seg D1 approved 040523” and its associated investment appraisal document “SegD1IAD_APR94014580”. Also see file “APR 94014580 Seg D1 approved 051624” and its associated investment appraisal document “SegD1IAD_APR94014580”. with variance explanations v. The project has been re-sequenced since the original baseline due to a variety of factors including unexpected environmental constraints, access constraints, climatic conditions, supply chain delays and resultant productivity challenges. However, the projects are on track for completion in 2024. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Brandon Smith / Lori Rolow Sponsor: Todd Jensen / Rick Vail PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 133 IPUC Data Request 133 Please provide the following information for the “EV 2024 Generation Interconnection Network Upgrade” project referenced in Company witness Vail’s Testimony at 30. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) Please provide a detailed explanation for the need of the project including the analysis justifying the need. (b) Please provide a list of all the potential alternatives the Company considered to fulfill the need and explain why the project was selected from among the alternatives supported by the Company’s economic analysis (costs and benefits) comparing them. (c) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; iv. A copy of the winning bid. (d) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. Response to IPUC Data Request 133 (a) As indicated in testimony provided by Richard A Vail (pg. 29 -33), the EV 2024 Generation Interconnection Network Upgrade project is actually five generation interconnection projects that were selected from a request for proposal to interconnect 1,640 megawatts (MW) of new wind generation to the Company’s PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 133 transmission system in eastern Wyoming that are relevant to the test period in this rate case. The request for proposal process and the resulting resources that were selected are described in the testimony of Company witness Rick T. Link. A separate generation interconnection agreement was negotiated and signed for all five projects, and each will require generation interconnection network upgrades to interconnect and integrate with PacifiCorp’s system. These projects include:  Q0409 Boswell Springs Wind  Q0713 Cedar Springs IV Wind  Q0785 Anticline Wind  Q0835 Rock Creek Wind 1  Q0836 Rock Creek Wind 2 (b) Please refer to the Company’s responses to (a) above. (c) i. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. ii. Construction contractors are selected based on the following considerations: 1. The Company has two approaches to selecting the bidders list for projects, both of which ensure and/or determine if they have the qualifications, experience, and authorizations to perform the work. a. Pre-qualified contractors with standing Line Service Agreement contracts are selected for most capital substation, distribution, and smaller scale transmission projects. b. For major transmission projects, the bidder list is selected based on the Company’s historical experience with the contractor and global experience in the transmission industry, as well as those with proven experience with the scope of work being bid. 2. Company conducts a controlled competitive bid event including both a technical and commercial evaluation: a. The technical evaluation will evaluate the bidder’s experience, execution plan to constructing the project, and confirm their schedule meets the overall project timeline and milestones. b. The commercial evaluation will assess bidders' proposed costs and cost normalization of any risks, exceptions, or clarifications the Company sees, or bidder identifies not included in the bid process. The normalized costs are added to the bidder's proposed costs. If a bidder is considered technically qualified, the lowest bid contractor is awarded the work. 3. The company also assesses the bidder's safety records confirming the contractors are performing their work in accordance with the Company’s safety standards. iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 133 iv. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. (d) i. Please refer to Confidential Attachment IPUC 133-1, for the following documents:  Q0409 Boswell Springs Wind: “APR 24020561 Q0409 Boswell Springs Wind_APRVD 051922”  Q0713 Cedar Springs IV Wind: “APR 24019721 Q0713 Cedar Springs IV Wind_Approved 111721”  Q0785 Anticline Wind: “APR 24021196 Q0785 Anticline Wind approved 091622”  Q0835 Rock Creek Wind 1: “APR 24019460 Q0835 Rock Creek Wind_Approved 111521”  Q0836 Rock Creek Wind 2: “APR 24020492 Q0836 Rock Creek Wind_APRVD 050622” The approver field on each of the appropriation requests, except for Q0835 Rock Creek Wind 1, lists the final approver as Richard Vail, the Vice President of Transmission, whose signing authority at the time of the project approvals was up to $15 million. For Rock Creek Wind 1, the final approver was Stefan Bird, who at the time of the project approval was the President of Pacific Power and had a signing authority of up to $50 million. ii. Please refer to Confidential Attachment IPUC 133-1, for the following documents: “Baseline construction budget to actuals_ Q0409 Boswell Springs Wind”, “Baseline construction budget to actuals_Q0713 Cedar Springs IV Wind”, “Baseline construction budget to actuals_Q0785 Anticline Wind”, “Baseline construction budget to actuals_Q0835 Rock Creek Wind 1” and “Baseline construction budget to actuals_Q0836 Rock Creek Wind 2” which shows the baseline costs associated to the APRs in question d (i) versus actuals for each project. iii. Please refer to Confidential Attachment IPUC 133-1. iv. According to PacifiCorp's corporate governance, approval is required through the project change notice process if the total project cost variance is greater than $250,000 or 10 percent, whichever is higher. However, a project change notice will also be required (regardless of the 10 percent general rule above) if the proposed increase over the forecasted project costs of the currently authorized AFE exceeds: 1) $5 million for projects with an authorized cost under $250 million, 2) $10 million for projects with an PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 133 authorized cost between $250 million and $500 million, and 3) $12 million for projects with an authorized cost greater than $500 million. The project change history for each project is provided in Confidential Attachment IPUC 133-1 as follows: • Q0409 Boswell Springs Wind: No project change notices have been approved for this project during construction. • Q0713 Cedar Springs IV Wind: One project change notice has been approved while under construction. See file “APR 94013557 Q0713 Cedar Springs_APPRVD 5-21-24” and its associated investment appraisal document “PCN 94013557 Q0713 Cedar Springs IAD”, with variance explanations, in “Attach 133Q0713 Cedar Springs IV Wind”. • Q0785 Anticline Wind: No project change notices have been approved for this project during construction. • Q0835 Rock Creek Wind 1: One project change notice has been approved while under construction. See file “APR 94014071 Q0835 Rock Creek Wind 1_APPRVD 3-12-24” and its associated investment appraisal document “APR 94014071 for Q0835 IAD”, with variance explanations • Q0836 Rock Creek Wind 2: No project change notices have been approved on this project during construction v. Cedar Springs IV: Negotiations with the property owner for property purchase have been lengthy and difficult. Currently, negotiations are causing the schedule for the project to slip two to four weeks. Q0835 Rock Creek Wind I: The schedule slips are due to lead time of materials for the project. However, the project is on track for completion in 2024. Q0836 Rock Creek Wind 2: No schedule slips. Q0785 Anticline Wind: No schedule slips. Q0409 Boswell Springs Wind: No schedule slips. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Brandon Smith / Lori Rolow Sponsor: Todd Jensen / Rick Vail PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 134 IPUC Data Request 134 Please provide the following information for the “Anticline 345 kV Phase Shifter” project referenced in Company witness Vail’s Testimony at 34. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (b) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. Response to IPUC Data Request 134 (a) i. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. ii. Construction contractors are selected based on the following considerations: 1.For the Anticline Phaseshifter project the Company conducted a controlled competitive bid event including both a technical and commercial evaluation: a. The technical evaluation evaluated the bidder’s experience, execution plan to constructing the project, and confirm their schedule meets the overall project timeline and milestones. The technical questions are included in the Technical Evaluation reports included in response to a.iii below. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 134 b. The commercial evaluation assessed the bidders' proposed costs and cost normalization of any risks, exceptions, or clarifications the Company sees, or bidder identifies not included in the bid process. The normalized costs were added to the bidder's proposed costs. All technically qualified bidders were then invited to participate in a ‘reverse auction’ event whereby bidders were able to propose ‘best and final pricing’ at the conclusion of the auction event the lowest bid contractor was awarded the work. iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. (b) i. Please refer to Confidential Attachment IPUC 134-1, file “Anticline345kVPhaseShifterFehrmanSDOA_signed” indicates approval by William J. Fehrman, PacifiCorp Chairman and Chief Executive Officer in 2020, of appropriation request 24017395. Also, see file “APR 24017395 Anticline Phase Shifter approved 091820”. At the time of approval, Mr. Fehrman had unlimited approval for projects over $50 million ii. Please refer to Confidential Attachment IPUC 134-1. iii. Please refer to Attachment IPUC 134-2, file “Anticline Baseline Schedule” for the baseline schedule and file “Anticline Schedule Schedule_July” identifying current schedule against the baseline schedule. iv. This project has had one project change notice approved while under construction. Please refer to Confidential Attachment IPU C 134-1, file “APR 94013431 Antilcline Phase Shifter approved 04-05-2023” and its associated investment appraisal document “APR 94013431 Anticline Phase Shifter IAD”, with variance explanations. v. The project sequence responded to several challenges driven by supply chain issues, which led to actual-versus-baseline schedule differences. However, with resequencing and collaborative efforts by the Company and the contractor, the project will be energized on schedule and the original contract final completion date will be attained. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Brandon Smith / Lori Rolow Sponsor: Todd Jensen / Rick Vail PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 135 IPUC Data Request 135 Please provide the following information for “Oquirrh Terminal 345 kV” project referenced in Company witness Vail’s Testimony at 39. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (b) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. Response to IPUC Data Request 135 (a) i. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review.. ii. Construction contractors are selected based on the following considerations: 1. The Company has two approaches to selecting the bidders list for projects, both of which ensure and/or determine if they have the qualifications, experience, and authorizations to perform the work. a. Pre-qualified contractors with standing Line Service Agreement contracts are selected for most capital substation, distribution, and smaller scale transmission projects. b. For major transmission projects, the bidder list is selected based on the Company’s historical experience with the contractor and global PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 135 experience in the transmission industry, as well as those with proven experience with the scope of work being bid. 2. Company conducts a controlled competitive bid event including both a technical and commercial evaluation: a. The technical evaluation will evaluate the bidder’s experience, execution plan to constructing the project, and confirm their schedule meets the overall project timeline and milestones. b. The commercial evaluation will assess bidders' proposed costs and cost normalization of any risks, exceptions, or clarifications the Company sees, or bidder identifies not included in the bid process. The normalized costs are added to the bidder's proposed costs. If a bidder is considered technically qualified, the lowest bid contractor is awarded the work. 3. The company also assesses the bidder's safety records confirming the contractors are performing their work in accordance with the Company’s safety standards. iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. iv The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. (b) i. Please refer to Confidential Attachment IPUC 135 -1, specifically files “APR 34013498 O-T SDOA_Thon signed” which indicates approval by Scott Thon, PacifiCorp Chairman and Chief Executive Officer in 2023, of appropriation request 94013498 and “APR 94013498 Oquirrh-Terminal Dbl Ckt 345kV_APRVD 053123”. Mr. Thon has unlimited approval for projects over $50 million. ii. Please refer to Confidential Attachment IPUC 135-2, file “Baseline construction budget to actuals_O&T”. iii. Please refer to Confidential Attachment IPUC 135-2, files “O-T MET -2009-C-001 Schedule 041524” and “O-T MET-2009-C-001 Schedule 080324” for the project schedule at the start of construction versus the most recent activity. iv. According to PacifiCorp's corporate governance, approval is required through the project change notice process if the total project cost variance exceeds $250,000 or 10 percent, whichever is greater. However, a project change notice will also be required (regardless of the 10 percent general rule) if the proposed increase over the forecasted project costs of the currently authorized AFE exceeds: (1) $5 million for projects with an authorized cost under $250 million, (2) $10 million for projects with an authorized cost between $250 million and $500 million, and (3) $12 million for projects with an authorized cost greater than $500 million. No project change notices have been required for the Oquirrh-Terminal during construction. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 135 v. A substantial completion date delay from October 15, 2024, to November 8, 2024, has occurred due to up front environmental survey and permitting delays. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Spencer Fowler / Lori Rolow Sponsor: Todd Jensen / Richard Vail PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 136 IPUC Data Request 136 Please provide the following information for the “EV 2024 Generation Interconnection Network Upgrade” project referenced in Company witness Vail’s Testimony at 30. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) Please provide a detailed explanation for the need of the project including the analysis justifying the need. (b) Please provide a list of all the potential alternatives the Company considered to fulfill the need and explain why the project was selected from among the alternatives supported by the Company’s economic analysis (costs and benefits) comparing them. (c) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and – iv. A copy of the winning bid. (d) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. Response to IPUC Data Request 136 Please refer to the Company’s response to IPUC Data Request 133. Recordholder: Brandon Smith / Lori Rolow Sponsor: Rick Vail / Todd Jensen PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 137 IPUC Data Request 137 Please provide the following information for the “Path C Transmission Improvement” project referenced in Company witness Vail’s Testimony at 43. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (b) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. (c) Please explain the large discrepancy of the project cost of $31,335,658 from McCoy Workpaper 8.5.3 and project cost of $9,952,336 in Company’s response to Production Request No. 15. Response to IPUC Data Request 137 (a) i. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. ii. Construction contractors are selected based on the following considerations: 1) The Company has two approaches to selecting the bidders list for projects, both of which ensure and/or determine if they have the qualifications, experience, and authorizations to perform the work. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 137 i. Pre-qualified contractors with standing line service agreement contracts are selected for most capital substation, distribution, and smaller scale transmission projects. ii. For major transmission projects, the bidder list is selected based on the Company’s historical experience with the contractor and global experience in the transmission industry, as well as those with proven experience with the scope of work being bid. 2) The Company conducts a controlled competitive bid event including both a technical and commercial evaluation: i. The technical evaluation will evaluate the bidder’s experience, execution plan to constructing the project, and confirm their schedule meets the overall project timeline and milestones. ii. The commercial evaluation will assess bidders' proposed costs and cost normalization of any risks, exceptions, or clarifications the Company sees, or bidder identifies not included in the bid process. The normalized costs are added to the bidder's proposed costs. If a bidder is considered technically qualified, the lowest bid contractor is awarded the work. 3) The Company also assesses the bidder's safety records confirming the contractors are performing their work in accordance with the Company’s safety standards. iii. Please refer to Attachment IPUC 137-2, files “Path C Milestone Schedule 20220928” and “Path C Milestone Schedule 20240808.pdf” for the baseline schedule and final schedule compared to the baseline iv. Please refer to Confidential Attachment IPUC 137-1 for the cost sheet, APR, and other supporting documentation. (b) i. Please refer to Confidential Attachment IPUC 137.1, file “(i) APR 94011609 Path C full funding approved 04-22-21”. This appropriation request shows that Stefan Bird, President and CEO of Pacific Power at the time, was the final approver of project funds. Mr. Bird’s approval authority per PacifiCorp governance was gross project costs up to $50 million ii. Please refer to Confidential Attachment IPUC 137.1, file “Baseline construction budget to actuals_Path C” iii. Please refer to Attachment IPUC 137.2, file “Path C Schedule 20220928” for the schedule prior, and “Path C Milestone Schedule 20240808” for the current schedule. iv. According to PacifiCorp corporate governance, approval is required through the project change notice process if total project costs variance is greater of $250,000 or 10 percent. However, that a project change notice will be required (notwithstanding the 10 percent general rule above) if the proposed increase over forecasted project costs of the currently authorized PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 137 AFE exceeds (1) $5 million for projects with an authorized project cost under $250 million, (2) $10 million for projects with an authorized project cost between $250 million and $500 million, and (3) $12 million for projects with an authorized project cost greater than $500 million. During construction this project has had three project change notices approved. Please refer to Confidential Attachment IPUC 137-1, files “APR 94012794 Path C Improvements approved 090222”, “PR 94013124 Path C approved 051123” and “APR 94014430 Path C_Apprvd 040924”, and their respective investment appraisal documents, “APR 94012794 Path C IAD”, “APR 94013124 Path C IAD” and “APR 94014430 Path C IAD” for variance explanations v. See the above referenced and attached APR files and investment appraisal documents for explanations regarding schedule slips. (c) Production Request No. 15 asked for the dollar amount of each project closed to plant in-service in excess of $5 million from 2022 through 2024 to-date. The timing of the request included amounts from 2022 through May 2024. The amount in McCoy’s workpaper 8.5.3 is the forecast 2024 dollars to be in- service by the end of 2024. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Lori Rolow / Suzan Baker Sponsor: Rick Vail / Todd Jensen PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 138 IPUC Data Request 138 Please provide the following information for the Midpoint 500 kV Series Capacitor Bank Replacement project referenced in the Company’s response to Production Request No. 15. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) Please provide a detailed explanation for the need of the project including the analysis justifying the need. (b) Please provide a list of all the potential alternatives the Company considered to fulfill the need and explain why the project was selected from among the alternatives supported by the Company’s economic analysis (costs and benefits) comparing them. (c) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (d) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. Response to IPUC Data Request 138 (a) PacifiCorp holds a 36.3 percent ownership interest in the series capacitor bank at the Midpoint 500 kilovolt (kV) substation, as outlined in the Joint Ownership and Operating Agreement between Idaho Power Company and PacifiCorp, first executed in 2014 and subsequently amended in 2015, 2016, 2019, and 2023. Idaho Power Company provided information regarding the series capacitor bank PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 138 at the Midpoint substation and requested PacifiCorp’s participation in the project per the Joint Ownership and Operating Agreement in a letter dated April 12, 2021. PacifiCorp acknowledged their participation via email in May 2021. (b) There are no viable alternatives for this project as it is requested by Idaho Power Company under the Joint Ownership and Operating Agreement Article 5.2(d). (c) Idaho Power Company is the majority share owner (63.7 percent) of the Midpoint 500 kV substation and subsequently manages the replacement of the series capacitor providing monthly forecasts for PacifiCorp’s 36.3 percent ownership. All RFP or RFQ information reside s with Idaho Power Company. (d) i. The appropriation request for full funding please refer to Confidential Attachment IPUC 138, file “APR 24019373 Midpoint 500kV Series Cap Bank 09-10-2021 CONF”. The approver field on this appropriation request shows the final approver as Rick Vail, vice president of transmission, whose approval authority was up to $15 million at that time ii. See the attached Baseline construction budget-to-actual_Midpoint Series Cap CONF.xlsx file for comparison by WBS and by year. iii. According to Idaho Power Company, the original estimated in-service date was October 2023 with final in-service date of January 2024. iv. According to PacifiCorp's corporate governance, approval is required through the project change notice process if the total project cost variance exceeds $250,000 or 10 percent, whichever is greater. However, a project change notice will also be required (regardless of the 10 percent general rule) if the proposed increase over the forecasted project costs of the currently authorized AFE exceeds: (1) $5 million for projects with an authorized cost under $250 million, (2) $10 million for projects with an authorized cost between $250 million and $500 million, and (3) $12 million for projects with an authorized cost greater than $500 million. In August 2022, Idaho Power Company provided information regarding the project cost increase whereby the lowest bid for replacing the capacitor bank came in at $11.67 million. Please refer to Confidential Attachment IPUC 138, file “APR 94012874 Midpoint 500kV Series Cap Bank 09-06-2022 CONF” and its related investment appraisal document “APR 94012874 Midpoint Series Cap Bank IAD CONF ”. v. According to the Idaho Power Company, during the bid event for the capacitor bank installation, the vendors would not bid on the project with an October 2023 in-service date. Idaho Power Company agreed to give more time for the manufacture and installation which shifted the in-service date to January 2024. Further detailed construction schedule information resides with Idaho Power. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 138 Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Arianne Poindexter / Lori Rolow Sponsor: Richard Vail PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 140 IPUC Data Request 140 Please provide the following information for the “Q754 Steel Solar” project referenced in the Company’s response to Production Request No. 15. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) Please provide a detailed explanation for the need of the project including the analysis justifying the need. (b) Please provide a list of all the potential alternatives the Company considered to fulfill the need and explain why the project was selected from among the alternatives supported by the Company’s economic analysis (costs and benefits) comparing them. (c) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (d) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. Response to IPUC Data Request 140 (a) Please refer to Confidential Attachment IPUC 140-1 which provides a copy of the investment appraisal document (IAD) routed with the construction appropriation request, “IPUC Data Request 140 (a&b) – IAD CONF”. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 140 (b) Please refer to the Company’s response to subpart (a) above. (c) Please refer to the Company’s responses to the suparts below: i. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review ii. Construction contractors are selected based on the following considerations: 1. The Company has two approaches to selecting the bidders list for projects, both of which ensure and/or determine if they have the qualifications, experience, and authorizations to perform the work. a. Pre-qualified contractors with standing line service agreement contracts are selected for most capital substation, distribution, and smaller scale transmission projects. b. For major transmission projects, the bidder list is selected based on the Company’s historical experience with the contractor and global experience in the transmission industry, as well as those with proven experience with the scope of work being bid. 2. Company conducts a controlled competitive bid event including both a technical and commercial evaluation: a. The technical evaluation will evaluate the bidder’s experience, execution plan to constructing the project, and confirm their schedule meets the overall project timeline and milestones. b. The commercial evaluation will assess bidders' proposed costs and cost normalization of any risks, exceptions, or clarifications the Company sees, or bidder identifies not included in the bid process. The normalized costs are added to the bidder's proposed costs. If a bidder is considered technically qualified, the lowest bid contractor is awarded the work. 3. The company also assesses the bidder's safety records confirming the contractors are performing their work in accordance with the Company’s safety standards. iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. iv. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 140 (d) Please refer to the Company’s responses to subparts below: i. The appropriation request for full funding to construct the project is provided in Confidential Attachment IPUC 140-1, specifically file, “IPUC Data Request 140 (d) i – APR 94012267”.. The approver field on this appropriation request shows the final approver as Richard Vail, Vice President of Transmission, whose approval authority at the time of this APR was up to $15 million. ii. Please refer to Confidential Attachment IPUC 140-1 specifically file, “Baseline construction budget to actual_Q754 Steel Solar”. iii. Please refer to Attachment IPUC 140 for the following files:: • IPUC Data Request 140 (d) iii – Baseline Schedule • IPUC Data Request 140 (d) iii – Actual Schedule iv. Project actual costs are less than authorized funds. v. The contract back-feed date was delayed from September 2022 to February 2023, due to material delays associated with COVID-19 and the adjusted utility schedule to align with the customer schedule. Commercial operations were delayed until May 2024, due to customers solar panel delays in United States Customs and Border Protection processes. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Jeff Howcroft / Lori Rolow Sponsor: Todd Jensen / Rick Vail PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 141 IPUC Data Request 141 Please provide the following information for the “Walla Walla 69 kV Loop Reconfig Reconduct” project referenced in the Company’s response to Production Request No. 15. Please include any available workpapers with formulae intact. If any of the information requested below cannot be provided or is not available, please explain why it is not available or cannot be provided. (a) Please provide a detailed explanation for the need of the project including the analysis justifying the need. (b) Please provide a list of all the potential alternatives the Company considered to fulfill the need and explain why the project was selected from among the alternatives supported by the Company’s economic analysis (costs and benefits) comparing them. (c) If a RFP or RFQ was submitted, please provide the following information: i. A copy of the RFP or RFQ that was submitted; ii. A detailed explanation of the selection process including the scorecard and list of the criteria used to select the project; iii. The short-list bidder scorecard; and iv. A copy of the winning bid. (d) Please provide the following related to completion of the project: i. Evidence that the Initial Project Plan and budget were approved at the appropriate level; ii. Baseline construction budget-to-actual comparison by WBS and by year; iii. Baseline construction schedule-to-actual comparison by WBS; iv. For any budget-to-actual cost overages by major WBS category that is over 5%, please explain the reason for the differences and provide evidence that the amount was approved at the appropriate level; and v. Please explain any slips in schedule from the baseline construction schedule. (e) Please explain the large discrepancy of the project cost of $13,734,687 from McCoy Workpaper 8.5.3 and project cost of $15,022,999 in Company’s response to Production Request No. 15. Response to IPUC Data Request 141 PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 141 (a) Please refer to Confidential Attachment IPUC 14-1 which provides copy of the investment appraisal , APR 24018089 WallaWallaIAD that was routed with the first appropriation request for this project. (b) Please refer to the Company’s response to subpart (a) above. (c) Please refer to Company’s responses below for the subparts: i. Bids were solicited and reviewed based on pre-qualified LSA firms, with Michels Pacific Energy being selected as the low bidder and least-cost option. ii. Construction contractors are selected based on the following considerations: The Company has two approaches to selecting the bidders list for projects, both of which ensure and/or determine if they have the qualifications, experience, and authorizations to perform the work. 1. Pre-qualified contractors with standing Line Service Agreement contracts are selected for most capital substation, distribution, and smaller scale transmission projects. a. For major transmission projects, the bidder list is selected based on the Company’s historical experience with the contractor and global experience in the transmission industry, as well as those with proven experience with the scope of work being bid. The Company conducts a controlled competitive bid event including both a technical and commercial evaluation: 2. The technical evaluation will evaluate the bidder’s experience, execution plan to constructing the project, and confirm their schedule meets the overall project timeline and milestones. a. The commercial evaluation will assess bidders' proposed costs and cost normalization of any risks, exceptions, or clarifications the Company sees, or bidder identifies not included in the bid process. The normalized costs are added to the bidder's proposed costs. If a bidder is considered technically qualified, the lowest bid contractor is awarded the work. The company also assesses the bidder's safety records confirming the contractors are performing their work in accordance with the Company’s safety standards. iii. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review iv. The requested information is considered highly confidential and commercially sensitive. The Company requests special handing. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 141 (d) The appropriation request for full funding to construct the project is provided in Confidential Attachment IPUC 141-1 specifically file,,file “APR 24018089 Walla Walla Loop_APRVD 011921 CONF”. The approver field on this appropriation request shows the final approver as Richard Vail, the Vice President of Transmission, and at the time of this approval his signing authority was up to $15 million. i. Please refer to Confidential Attachment IPUC 141-1, specifically file, “Baseline construction budget to actual_Walla Walla Loop CONF”.xlsx. ii. Please refer to the Company’s response to subpart i above.. iii. Please refer Attachment IPUC 141-2 specifically file, “Walla Walla 69kV Schedule Compare”.. iv. According to PacifiCorp's corporate governance, approval is required through the project change notice process if the total project cost variance exceeds $250,000 or 10 percent, whichever is greater. Additionally, a project change notice will be required (regardless of the 10 percent general rule) if the proposed increase over the forecasted project costs of the currently authorized AFE exceeds: (1) $5 million for projects with an authorized cost under $250 million, (2) $10 million for projects with an authorized cost between $250 million and $500 million, and (3) $12 million for projects with an authorized cost greater than $500 million. The project has had one project change notice approved while under construction which is provided in Confidential Attachment IPUC 141-1, specifically file “APR 94012806 Walla Walla Loop_APRVD 051623 CONF” and its associated investment appraisal document “APR 94012806 Walla Walla Loop IAD CONF” with variance explanations. v. The Walla Walla Tap and Central-Mill Creek section of project were de- scoped for budgetary reasons. These sections will be added back into the project for 2025 construction. (e) Production Request No. 15 asked for the dollar amount of each project closed to plant in service in excess of $5 million from 2022 through 2024 to date. The request included amounts from 2022 through May 2024 and reflects $3.0 million of costs in 2023. The amount in McCoy’s workpaper 8.5.3 represents the forecasted 2024 dollars expected to be in-service by the end of 2024. The requested information above marked "highly confidential" is commercially sensitive and the Company requests special handling. Please contact Mark Alder at (801) 220-2313 to make arrangements to review. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 141 Recordholder: Rick Williams / Bryce Foster / Lori Rolow Sponsor: Rick Vail /Todd Jensen PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 145 IPUC Data Request 145 McCoy’s work paper “3.5 – Wheeling Revenue. xlsx” shows a total proforma adjustment of $14,592,948 in wheeling revenue, which is the sum of the proforma adjustments of the following items: • Firm Wheeling Revenue; • Pre-Merger Firm Wheeling Revenue – UPD; • Ancil Revenue Sch 2- Reactive (Trans); • Ancillary Revenue Sch 1 -Scheduling; and • Transmission Point-to-Point Revenue. Please define these items and explain how each item’s proforma adjustment is determined. Please provide the work paper that calculates each item’s proforma adjustment. Response to IPUC Data Request 145 • Firm Wheeling Revenue: Please refer to Confidential Attachment IPUC 145 supporting the approximately $1.5 million in additional revenues. • Pre-Merger Firm Wheeling Revenue – UPD: Please refer to Confidential Attachment IPUC 145 supporting the approximately $11.049 million in additional revenues.. • Ancil Revenue Sch 2- Reactive (Trans): “Please refer to Confidential Attachment IPUC 145 supporting the approximately $247,000 decrease in revenues. • Ancillary Revenue Sch 1 -Scheduling: Please refer to Confidential Attachment IPUC 145 supporting the approximately $45,000 decrease in revenues. • Transmission Point-to-Point Revenue: Please refer to Confidential Attachment IPUC 145 supporting the approximately $1.2 million increase in revenues. Confidential information is provided subject to protection under IDAPA 31.01.01.067 and 31.01.01.233, the Idaho Public Utilities Commission’s Rules of Procedure No. 67 – Information Exempt from Public Review, and further subject to the Non-Disclosure Agreement (NDA) executed in this proceeding. Recordholder: Ernie Knudsen Sponsor: Ernie Knudsen PAC-E-24-04 / Rocky Mountain Power August 29, 2024 IPUC Data Request 145 1 Joe Dallas (ISB# 10330) Rocky Mountain Power 825 NE Multnomah, Suite 2000 Portland, OR 97232 Telephone: 360-560-1937 Email: joseph.dallas@pacificorp.com Attorney for Rocky Mountain Power BEFORE THE IDAHO PUBLIC UTILITIES COMMISSION IN THE MATTER OF THE APPLICATION OF ROCKY MOUNTAIN POWER FOR AUTHORITY TO INCREASE ITS RATES AND CHARGES IN IDAHO AND APPROVAL OF PROPOSED ELECTRIC SERVICE SCHEDULES AND REGULATIONS ) ) ) ) ) ) ) ) ) ) ) ) CASE NO. PAC-E-24-04 ATTORNEY’S CERTIFICATE CLAIM OF CONFIDENTIALITY RELATING TO DISCOVERY RESPONSES I, Joe Dallas, represent Rocky Mountain Power in the above captioned matter. I am a attorney for Rocky Mountain Power. I make this certification and claim of confidentiality regarding the response to the attached Idaho Public Utilities Commission Staff discovery request pursuant to IDAPA 31.01.01 because Rocky Mountain Power, through its response, is disclosing certain information that is Confidential and/or constitutes Trade Secrets as defined by Idaho Code Section 74-101, et seq. and 48-801 and protected under IDAPA 31.01.01.067 and 31.01.01.233. Specifically, Rocky Mountain Power asserts that the response to IPUC Data Request No. 130-35, 137 -38, 140-41, 145 contains Company proprietary information that could be used to its commercial disadvantage. 2 Rocky Mountain Power herein asserts that the aforementioned responses contain confidential information that the information contains Company proprietary information. I am of the opinion that this information is “Confidential,” as defined by Idaho Code Section 74-101, et seq. and 48-801, and should therefore be protected from public inspection, examination and copying, and should be utilized only in accordance with the terms of the Protective Agreement in this proceeding. DATED this 3rd day of September, 2024. Respectfully submitted, By__________________________ Joe Dallas Attorney Rocky Mountain Power