Lansing BWL: REO Town construction RFP
-
Upload
lansingstatejournal -
Category
Documents
-
view
214 -
download
0
Transcript of Lansing BWL: REO Town construction RFP
-
7/31/2019 Lansing BWL: REO Town construction RFP
1/250
page 1 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
Reo Town Plant Construction ManagerRequest for Proposal
BWL Reo Town Plant1203 S. Washington Ave
Lansing, MI 48910
Submittal Due Date:May 19, 2011
2:00pm Local Time
Prepared by:
Kramer Management Group, Inc.
Owners Representative1232 Haco Dr.Lansing, MI 48912517-702-6076
-
7/31/2019 Lansing BWL: REO Town construction RFP
2/250
BWL Reo Town Plant Page 2 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
Table of Contents1 General Information & Requirements ...............................................................3
1.1 General Information ...............................................................................31.2 Public Information ..................................................................................31.3 Type of Contract .....................................................................................31.4 Clarifications and Interpretations ............................................................41.5 Submission Requirements .....................................................................41.6 Point-Of-Contact ....................................................................................51.7 No Reimbursement for Costs .................................................................51.8 Eligible Respondents .............................................................................51.9 Evaluation of Proposal ...........................................................................51.10 Owners Reservation of Rights ...............................................................51.11 Acceptance of Evaluation Methodology .................................................6
2 Project Summary ..............................................................................................62.1 General Scope of Work ..........................................................................6
3 Project Milestone Schedule ..............................................................................74 Requirements for Proposal ...............................................................................8
4.1 Criteria 1: Update of Qualifications ........................................................84.2 Criteria 2: Pre Construction Phase Services ..........................................84.3 Criteria 3: Construction Phase Services ................................................94.4 Criteria 4: Start Up and Commissioning Plan ........................................94.5 Criteria 5: Coordination of Information. ..................................................94.6 Criteria 6: Detailed Project Schedule .....................................................94.7 Criteria 7: LEED Certification Support and Administration ...................104.8 Criteria 8: Site Logistics Plan ................................................................104.9 Criteria 9: Financial Proposal ................................................................104.10 Criteria 10: Alternate for CCIP ..............................................................104.11 Criteria 11: Understanding and Acceptance of Owners Agreement .....114.12 Criteria 12: Execution of Proposal Form ...............................................11
5 Format for Proposal ..........................................................................................115.1 General Instructions ...............................................................................11
6 Attachments ......................................................................................................136.1 Attachment A- Project Description .........................................................136.2 Attachment B- CM Scope of Work .........................................................196.3 Attachment C- Proposal Form ................................................................236.4 Attachment D Opinion of Probable Cost Template ..............................246.5 Attachment E General Conditions Cost Format ..................................256.6 Attachment F Site Survey (Plant and Depot) ......................................266.7 Attachment G Preliminary Design Concept .........................................266.8 Attachment H Permit to Install .............................................................266.9 Attachment I Proposed Agreement ...................................................266.10 Attachment J Preliminary Geotechnical Report ..................................266.11 Attachment K Labor Management Cooperation Agreement ................26
-
7/31/2019 Lansing BWL: REO Town construction RFP
3/250
BWL Reo Town Plant Page 3 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
1 General Information & Requirements
1.1 General Information
The Lansing BWL (Owner) is soliciting Proposals (Proposals) for selection of a
Construction Manger at Risk firm (CM) for the Reo Town Plant (Project), inaccordance with the terms, conditions, and requirements set forth in this Request forProposal (RFP). This RFP is part two of the three part selection process previouslydescribed in the Request for Qualifications (RFQ).
Only the Recipients of this RFP previously selected by the Owner, through theQualifications step, to advance to the second step of this process will be allowed topropose on this Project. As such, the Owner will not consider Proposals fromindividuals that did not adequately respond to the RFQ and were not specifically invitedto respond to this RFP.
This RFP requires specific technical responses regarding the selected firms approach andability to provide the services required for this project. Based upon the review of this
Proposal, some or all of the respondents will be required to attend an interview with theOwner to support their proposal and answer any additional questions.
The successful firm must demonstrate to the Owner that they best meet the Criteriadefined in this RFP, and the previously submitted RFQ.
After the interview process has been completed and by utilizing weighted averageselection criteria, the Owner may then identify the firm that provides the overall bestvalue to the Owner and request further clarifications of that firm, or enter into finalnegotiations for a professional services Agreement for the Project.
1.2 Public Information
The BWL is subject to the Freedom of Information Act (MCL 15.231 et seq.). Allinformation, documentation, and other materials submitted in response to this solicitationare considered non-confidential and/or non-proprietary and are subject to publicdisclosure. The BWL will make the compiled information available for public inspectionat the end of its evaluation process.
1.3 Type of Contract
The selected firm shall enter into the Owners Agreement for Construction ManagementServices included within this RFP. The Owner intends to execute this document asprovided herein except for the incorporation of information required to complete theAgreement. Any requested modifications to the terms and conditions must be clearly
defined by the Respondent in their Proposal for consideration by the Owner. Requestedmodifications to the Agreement should be limited and may be considered relevant in theselection process. Owner will not consider any other form of agreement submitted by theRespondent.
-
7/31/2019 Lansing BWL: REO Town construction RFP
4/250
BWL Reo Town Plant Page 4 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
1.4 Clarifications and Interpretations
Requests for information must be provided in writing to the Point of Contact andsubmitted no later than May 9, 2011.
Any clarifications and/or interpretations of this RFP that materially affect and/or changeits requirements will be issued by a written Amendment by the Owner and sent to each
qualifying firm. Firms shall be responsible to acknowledge receipt of and incorporateeach into its Proposal.
Interpretations and/or clarifications in any other form, including oral statements, will notbe binding on the Owner and should not be relied on in preparing the Proposal
The Owner will allow all Respondents the opportunity to schedule an optional 1 hourprivate consultation with the Owner for no more than 2 members of the Respondingteam. This consultation will not allow for any presentation of marketing or proposalinformation of any kind and is being offered solely for the benefit of allowing theRespondent to ask detailed questions about the project. Any questions raised during thisconsultation may be answered to all Respondents via Addendum to the RFP if suchquestions require modifications to the requirements of the RFP. Respondents must
contact the Owner through the Point of Contact listed in this RFP to set up thisconsultation.
Any other contact with the Owner, EA or Agents of the Owner during this solicitation,other than through the P.O.C, may result in disqualification of Respondent from furtherconsideration.
1.5 Submission Requirements
The submission due date for sealed Proposals is Thursday May 19, 2011 at 2:00 P.M.Local Time as specified on the Notice to Bidders. Any proposals received after theestablished time and date will be returned unopened and excluded from consideration.
Firms shall be required to submit eight (8) copies of their Proposal which shall includethe following: eight (8) identical copies of the Proposal package, along with one (1)electronic submittal copy in non-protected, Adobe PDF format. Each copy of theProposal package must include an original signature to be included on the Proposaldocument submitted. Electronic copies shall be on a USB Flash Drive or DVD within thesealed package.
Firms are hereby notified that the Owner will not acknowledge and/or receive Proposalsthat are delivered and/or sent by telephone, facsimile (fax), or electronic mail (e-mail).
Firms are hereby notified that late Proposals will not be considered.
Proposals will not be returned to Respondent.
Proposal materials must be enclosed in a sealed envelope, box or container, and
addressed as specified in the Notice to Bidders, and received no later than the date andtime listed above.
-
7/31/2019 Lansing BWL: REO Town construction RFP
5/250
BWL Reo Town Plant Page 5 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
1.6 Point-Of-Contact
The Owner designates the following person as its representative and Point-of-Contact for thisRFP. Respondents shall restrict all contact with the Owner and direct all questions regarding thisRFP, including questions regarding terms and conditions, to the Point-of-Contact person.
Pete Kramer
Owners Representative
Reo Town Plant
1232 Haco Dr.
Lansing, MI 48912
Ship/Mail Clearly Marked Proposals to:
Lansing BWL
Attn: Dan MacLennan
Manager, Purchasing and Warehouse Operations
Reo Town Plant- Proposal
1110 S. Pennsylvania
Lansing, MI 48912
1.7 No Reimbursement for Costs
Respondents acknowledge and accept that any costs incurred from their companysparticipation in this RFP process shall be at the sole risk and responsibility of theRespondent. Owner shall not reimburse or otherwise compensate Respondents for thecost of submitting a Proposal.
1.8 Eligible Respondents
Only individual firms or lawfully formed business organizations may apply (this does notpreclude a firm from utilizing consultants). The Owner shall contract only with anindividual firm or a formalized business organization that submits a Proposal.Respondents shall demonstrate proper registration and licensing of their firm related tothe services requested in this RFP.
1.9 Evaluation of Proposal
The evaluation of the Proposal shall be based on the requirements described in this RFP.
Following the Owners selection process, some or all of the respondents will then beinvited to the final stage (Part 3 Owners Selection Committee Interview).
1.10 Owners Reservation of Rights
The Owner may evaluate the Proposal based on the anticipated completion of all or anyportion of the Project. The Owner reserves the right to divide the Project into multiple
http://c/Users/owner/AppData/Local/Microsoft/Windows/Temporary%20Internet%20Files/Content.Outlook/RTW4P50L/[email protected]://c/Users/owner/AppData/Local/Microsoft/Windows/Temporary%20Internet%20Files/Content.Outlook/RTW4P50L/[email protected]://c/Users/owner/AppData/Local/Microsoft/Windows/Temporary%20Internet%20Files/Content.Outlook/RTW4P50L/[email protected] -
7/31/2019 Lansing BWL: REO Town construction RFP
6/250
BWL Reo Town Plant Page 6 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
parts (including the components of services outlined in this RFP), to reject any and/or allProposals and re-solicit for new Proposals, or to reject any and all proposals andtemporarily or permanently abandon the Project. Owner makes no representations,written or oral, that it will enter into any form of agreement with any respondent to thisRFP for any project and no such representation is intended or should be construed by the
issuance of this RFP.
1.11 Acceptance of Evaluation Methodology
By submitting its Proposal in response to this RFP, respondent accepts the Ownersevaluation process and acknowledges and accepts that determination of the mostqualified firm(s) and the best value to the Owner will require subjective judgments bythe Owner related to the evaluated firms response to the Criteria outlined in section 4 ofthis RFP. Respondent hereby waives any claim against the Owner related to thisevaluation method.
2 Project Summary
2.1 General Scope of Work
Generally, the scope of the CM services under this RFP will include all Pre-Construction,Construction, Start Up, Commissioning, Performance Testing, Certifications, and Close outresponsibilities for the completion of the Reo Town Plant in its entirety, including but not limitedto the general elements summarized below.
Infrastructure, Utilities, and Site Improvements for entire BWL property includingconnection to the public infrastructure (including Depot site improvements and utilities)
Building Structure, Architecture, Enclosure, Mechanical, Electrical, and Plumbing, forthe Plant facility
Core and Shell for approximately 45,000 sf office as a component of the Plant facility
Expedite delivery, Receive, Inspect, Properly Store, Install, Start up, and Commission allEquipment Provided by the Owner.
Provide the Balance of Plant and all Systems required for completed facility
Start Up, Commissioning, Performance Testing, and Transition (Turn Over, Training) forall Plant systems.
Plant Switchyard and On-Site Structures required to connect to existing 138 kVtransmission systems.
Outgoing Steam Line construction from the Plant to the Property Line. All other CM work required for a complete and operational facility not specifically
excluded in the following section.
More detailed CM Scope of Work assignments and responsibilities are described in AttachmentB to this RFP and the Agreement.
-
7/31/2019 Lansing BWL: REO Town construction RFP
7/250
BWL Reo Town Plant Page 7 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
Services specifically excluded from the Work requested under this RFP are:
Construction Management services for the commercial interiors of the 45,000 sf PlantOffice Building.
Construction Management services for the adaptive reuse of the historic Grand TrunkWestern Depot
Offsite Utilities and Infrastructure projects required beyond the Owner's Property Line, orotherwise provided by the Owner except for the connection of site utilities to the publicinfrastructure.
Decommissioning and Demolition work in the Existing Moores Park Station.
3 Project Milestone Schedule
The following schedule outlines the general milestones required for the design and construction
of the Reo Town Plant subject to adjustment and modification by the Owner. This schedule issubject to the final negotiation of major equipment procurement dates. Proposals must addressany anticipated modifications to this schedule.
Activity Completion Date
Issued CTG/STG/HRSG Bid Packages April 18, 2011
Issued CM RFP April 19, 2011
CTG/STG/HRSG Bids Due May 6, 2011
CM Proposals Due May 19, 2011
CM Interviews May 26, 2011
Award CM Contract June 1, 2011
Award CTG/STG/HRSG Purchase Orders June 1-June 15, 2011Owners Commencement of onsite Construction Activities (Steam Vault) June 15, 2011
Bid/Award Piling and Site Utilities/Infrastructure Packages July 1/July 30, 2011
CM Commence On Site Construction Activities August 1, 2011
Receive Foundation, Structure, Enclosure bid package August , 2011
Receive Balance of Plant Bid Documents December, 2011
Submit GMP Proposal January 30, 2012
Receive CTG/STG/HRSG Equipment June/July 2012
Mechanical Completion of Plant April 1, 2013
Substantial Completion/Commercial Operations Date June 1, 2013
Final Completion & Close Out August 1, 2013
-
7/31/2019 Lansing BWL: REO Town construction RFP
8/250
BWL Reo Town Plant Page 8 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
4 Requirements for Proposal
Respondents shall carefully read the information contained in the following Criteria and submit aresponse to all questions in this section, formatted as directed in Section 5Format Requirementsfor Proposal. Incomplete Proposals may be considered non-responsive and rejected in their
entirety.
4.1 Criteria 1: Update of Qualifications
Based on the additional information provided in this RFP, Respondent may updatepreviously submitted Qualifications to reflect the current understanding of the ProjectRequirements.
Re-submit team member chart and/or description of individual team memberresponsibilities identifying any changes from the previously submitted Qualifications.
For any team members, who are not full time employees of the Respondent, providespecific details as to the contractual relationship between the CM and the individual teammembers or consultants. Describe sufficiently the contractual obligation such individualsor consultants have to the Owner and how the performance of such services are to beguaranteed to the satisfaction of the Owner.
4.2 Criteria 2: Pre Construction Phase Services
Provide your approach for pre construction phase services on this project. Specificallyaddress your work plan and description of tasks required to ensure the project is plannedin accordance with the Owners Operating Characteristics, the Construction Documentsand within the Owners required Budget and Schedule.
Describe your approach to secure the performance of sub contractors. If products other
than PLM Bonds are proposed for this project, provide a description of the methodsproposed and the costs of such products. Include the costs of such products in youropinion of probable cost.
Provide your opinion of probable cost for the completion of the Plant in the formatrequested in Attachment D. The Owner has just released bidding documents for theCTG, HRSG, and STG Equipment packages. Therefore Respondents must not contact orrequest preliminary pricing from vendors for those three items, or interfere with thatbidding process in any way. Any opinion of cost on those three items must be providedbased on your historical data and experience as a qualified bidder for this work.Maintain the separation of costs for all other Major Equipment being provided by theOwner. Identify your anticipated Cost of the Work as described in the Agreement.
Include the cost of your services and associated items, proposed as multipliers to the Costof Work, as required in Criteria 9.
Describe your proposed methodology for providing a Guaranteed Maximum PriceProposal as described in the Agreement in accordance with the Milestone Schedule.Specifically address your approach to establishing the GMP Contingency.
-
7/31/2019 Lansing BWL: REO Town construction RFP
9/250
BWL Reo Town Plant Page 9 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
4.3 Criteria 3: Construction Phase Services
Describe your approach for construction phase services on this project. Specificallyaddress your work plan and description of tasks required to ensure the project iscompleted in accordance with the Construction Documents.
Describe your understanding of the critical issues, administrative challenges, and
opportunities associated with providing services for the Project and your strategy formanaging and resolving these issues.
Discuss how your approach may be unique or more beneficial to the Owner than others.
4.4 Criteria 4: Start Up and Commissioning Plan
Provide your work plan and description of tasks for the Start Up and CommissioningResponsibilities required for this project. Describe specifically if these services arebeing provided by your own staff members, or through start-up and commissioningconsultants or leased employees.
Describe how your team will interact with the EA and the Owners Operators during this
phase. Describe specific examples where the staff proposed on this project has successfully
managed the start up of similar cogeneration facilities. Describe in such examples, yourunderstanding and experience with the requirements specific to the LM6000 and theSTG-800 Turbine systems being considered for this project, and the associated HRSG/STG cycles unique to the Reo Town Plant. Describe if the staff for your start up teamwould change based on the equipment selected by the Owner.
Describe why your team is best suited to manage this critical element of the project.
4.5 Criteria 5: Coordination of Information.
Describe your experience working with the Smart Plant design platform being used bythe EA on the Project. Discuss how you propose to coordinate the work of your staff andtrade contractors with this design platform.
What means and methods do you propose to use for the coordination of work between theprimary trade contractors on this project.
4.6 Criteria 6: Detailed Project Schedule
Describe your approach to establish and manage the Project Schedule and who willprovide the overall leadership of the project scheduling process. Discuss the tracking ofresources, manpower, and installation of commodities and critical components in thescheduling process.
Based on the information provided in this RFP provide a detailed project scheduleidentifying all critical path elements required to meet the milestone schedule.
Confirm that your proposed schedule reflects the most optimal schedule for the overallfinancial benefit of the owner related to overtime and sequencing of work and will resultin the completion of the Project in a reasonable and expedient manner.
-
7/31/2019 Lansing BWL: REO Town construction RFP
10/250
BWL Reo Town Plant Page 10 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
Identify any recommended modifications to the proposed milestone schedule which mayprove financially beneficial to the Owner if accepted. Provide justification for any suchrecommendation and the anticipated cost benefit to the Owner.
4.7 Criteria 7: LEEDCertification Support and Administration
The Owner intends to obtain LEED Certification for the Project. Describe the servicesincluded in this Proposal related to the management of the LEED Certification processfor this Project.
Provide an alternate costs proposal to serve as the LEED Administrator for all projects onthe Owners Site. Include all services required to coordinate and administer the LEEDCertification process for this Project, as well as the Plant Offices, and the DepotRenovation Projects. LEED Administrator would be responsible for incorporating allrequired documentation and coordinate the LEED Certification requirements for all threedesign teams, and construction teams related to those projects.
4.8 Criteria 8: Site Logistics Plan Provide a detailed site logistics plan describing your approach to deal with the constraints
of the project site and requirements throughout all phases of the project. Provide yourplan for receipt, storage and installation of major and supplementary equipment. Identifyerection sequence and site requirements for critical project elements. Response may bea combination of narrative and graphical descriptions of the plan.
4.9 Criteria 9: Financial Proposal
Based on the proposed Agreement, provide a detailed cost proposal for CM Services.Respondent shall propose the cost for all services as described in Articles 4, 5 and 6 of
the Agreement. Provide proposed costs for the following categories. Guaranteed Maximum Price for Pre Construction Services and Reimbursable
Expenses.
Guaranteed Maximum Price for CM Labor and General Conditions.
Construction Managers Fee.
Allowance for all Bonds and Insurance.
Proposed GMP Contingency
Propose changes to the base proposal for the alternate services requested inCriteria 7 and 10.
4.10 Criteria 10: Alternate for CCIP
Describe your capability and approach to providing a contractor controlled insuranceprogram (CCIP) for the project including program coverage and structure, enrollingsubcontractors, and sharing of risk and reward with LBWL. Provide a brief cost/benefitanalysis including an estimate of fixed cost, contractor/sub-contractors deductions, andvariable (loss) costs and compare to the standard method currently described in the
-
7/31/2019 Lansing BWL: REO Town construction RFP
11/250
BWL Reo Town Plant Page 11 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
Agreement. Describe any additional services or charges that you would apply if youprovided a CCIP.
Describe your overall opinion related to the feasibility of this alternate.
4.11 Criteria 11: Understanding and Acceptance of Owners Agreement
Provide a statement of understanding and acceptance of the proposed Agreement betweenthe Owner and CM.
In order to facilitate and expedite execution of the Agreement, any requestedmodifications to the Scope of Work, or Terms and Conditions specified in the Agreementmust be provided in the Proposal. Respondents may request reasonable modifications;however substantial requested modifications or qualifications may affect the Ownersconsideration for selection.
4.12 Criteria 12: Execution of Proposal Form
The Respondent must complete, sign and return the Proposal Form included asAttachment F. The company official(s) who are authorized to commit to such a submittalmust sign this document. Failure to sign this form will subject the submittal todisqualification.
5 Format for Proposal
5.1 General Instructions
Proposals shall be prepared simply and economically, providing a straightforward,concise description of the firms ability to meet the requirements of this RFP. Emphasis
shall be on the quality, completeness, clarity of content, responsiveness to therequirements, and an understanding of Owner's needs.
Proposals shall be a MAXIMUM of eighty (80) printed pages, including any appendix oradditional information for consideration. The cover, table of contents, divider sheets andProposal Form do not count as printed pages. Pages with printing on both sides shall beconsidered as two (2) pages.
Respondents shall carefully read the information contained in this RFP and submit acomplete response to all requirements and questions in the order presented. IncompleteProposals will be considered non-responsive and subject to rejection.
Proposals and any other information submitted by respondents in response to this RFPshall become the property of the Owner.
Proposals that are qualified with conditional clauses, alterations, items not called for inthe RFP documents, or irregularities of any kind are subject to rejection by the Owner, atits option.
The Owner makes no representations of any kind that an award will be made as a resultof this RFP, or subsequent Interviews. The Owner reserves the right to accept or reject
-
7/31/2019 Lansing BWL: REO Town construction RFP
12/250
BWL Reo Town Plant Page 12 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
any or all Proposals, waive any formalities or minor technical inconsistencies, or deleteany item/requirements from this RFP when deemed to be in Owner's best interest.
Proposals shall include responses to all Criteria described in Section 4 of the RFP.
Failure to comply with all requirements contained in this RFP may result in the rejectionof the Proposals.
-
7/31/2019 Lansing BWL: REO Town construction RFP
13/250
BWL Reo Town Plant Page 13 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
6 Attachments
6.1 Attachment A- Project Description
In addition to the General Description of the Project provided in section 2 of the RFP, the
following information is provided to further define the Project.
1. Owners Legal Name
Lansing Board of Water and Light
1232 Haco Dr.Lansing, MI 48912
2. Site Definition
The Project Site is commonly defined as 1203 S. Washington Avenue, Lansing,
MI 48910
The Property limits are as provided on Attachment C Zoning for this project falls under two categories. The western 90 of the
property is zoned F-Commercial District. The balance of the Site to the East is
zoned H-Light Industrial. Zoning interpretations have been conducted allowing
for the Reo Town Plant to be constructed under Light Industrial zoning.
3. Required Operating Characteristics
This project is designed to replace two major production assets in the BWLs central steam andelectric operations. The most immediate replacement will be the Moores Park steam production
plant. Additionally, the new plant will eventually replace electric capacity and energyproduction from Eckert electric generating units 1, 2, and 3.
Steam Production Requirements
The Owner has maintained a central steam supply system for 91 years. The central steam systemconsists of the Moores Park steam production facility and a distribution system comprised of twogeographical sections.
The Moores Park steam production facility is located adjacent to the Eckert electric generatingplant. Moores Park consists of four stoker bottom, coal fired boilers that produce steam, but notelectricity. The steam produced at Moores Park is used to supply heat and hot water to buildingsin downtown Lansing.
The distribution systems first geographical area, the downtown central steam loop, consists of12 miles of distribution mains including a 12 inch and an 18 inch high pressure transmission
-
7/31/2019 Lansing BWL: REO Town construction RFP
14/250
BWL Reo Town Plant Page 14 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
main that encompass an 80 square block area. This section also feeds a major industrialcustomer through two dedicated 12 inch high pressure mains. The second section, supplied by a20 inch high pressure main, served three major industrial facilities, which are now all closed.This section has been capped but remains in place for possible future development of the formerindustrial sites.
Currently, the BWL has approximately 225 steam customers in its downtown central steam loop,with maximum demand of approximately 300,000 pounds of steam per hour and 1,000,000 Mlbsof steam consumption per year. Steam sales declined sharply from 2005 to 2008 with theretirement of major industrial facilities in Lansing. Sales have stabilized since 2008 and areexpected to grow very modestly with the addition of new customers. Steam production loadcurves are shown below:
Maximum send out to our customers is assumed to be 300,000 lbs/hr. It is assumed that the
proposed plant equipment can be over-fired to meet the peak demand. Total send out steam forthe composite years is about 989,000 Mlbs
Actual steam production is the sum of send out and internal uses. Internal uses include steam fordeaeration, feed water heating and blow down. Send out production conditions are 275 psig atdual temperatures of 480F and 650F.
Steam Production Load Duration CurveSteam Leaving Moores Park to all Customers
0
100,000
200,000
300,000
400,000
500,000
600,000
700,000
800,000
0 1,000 2,000 3,000 4,000 5,000 6,000 7,000 8,000
Hour of Year
Steam
ProductionFlow,
lb/hr
FY 2004 FY 2005 FY 2006 FY 2007 FY 2008 FY 2009
-
7/31/2019 Lansing BWL: REO Town construction RFP
15/250
BWL Reo Town Plant Page 15 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
Since steam must be produced locally, the Plant will be designed to meet maximum load with thelargest steam producer out of service. Thus the system consists of three half sized units eachcapable of producing at least 150,000 lb/hr for a total capacity of 450,000 lb/hr. This could beany combination of gas fired boilers and gas turbines with heat recovery steam generators.
Electric Generation Requirements
The BWL currently has a maximum retail demand of approximately 500 MW and retail sales ofapproximately 2,200,000 MWhs annually. The BWL also sells electric energy and capacity towholesale customers. Annual sales are approximately 1,100,000 MWhs annually.
All of the BWLs generating units are base load coal fired units, six at the Eckert plant and oneunit at Erickson. Three of the Eckert units are relatively small, each with 40 MW gross capacity,and lack reheat cycles and are, therefore, comparatively inefficient. The BWL anticipatesretiring these units by the end of 2015 due to their relative inefficiency, high fixed operation and
maintenance costs, and projected environmental retrofit costs. The BWL also has a powerpurchase agreement for approximately 150 MW of capacity and energy from Detroit EdisonsBelle River generating plant.
The anticipated electric generation configuration consists of two combustion turbine generators(CTG), each paired with a heat recovery steam generator (HRSG), and a steam turbine generator(STG), with condenser. The steam turbine will be used when excess steam is available due tolow central steam demand conditions. This will allow quicker steam load following and increaseelectric generation and capacity.
In order to meet peak electric needs and qualify to provide ancillary services, each combinedcycle combination will include a bypass stack for combustion turbine electricity production only.Otherwise, it is anticipated that the combined cycle operation, making full use of the steamturbines, will occur for the months of June through September. Actual combined cycle operationwill depend on market and demand conditions.
4. Local Building Authority
The project is within the jurisdiction of the City of Lansing, and must adhere to all
local building codes and requirements of the Authority.
5. Office Building Requirements
This Project must incorporate general office space for approximately 180 BWLemployees.
Programming and specific office uses have not yet been developed, but are
anticipated to require approximately 45,000 gross square feet. This office space
does not include office or program space required for plant operations or
-
7/31/2019 Lansing BWL: REO Town construction RFP
16/250
BWL Reo Town Plant Page 16 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
maintenance functions. Plant specific office and maintenance functions will be
provided within the Plant Facility.
6. Building Architecture
The building is intended to fit in well with the Reo Town district and the
neighboring areas.
The Owner desires the building to be constructed with durable exterior materials
similar to the other BWL owned properties in the downtown Lansing area. Long
term life cycle costs for building exterior materials are important. Stone, brick,
precast concrete, glass & metals, or other suitable durable materials will be
considered.
The building shall also be aesthetically pleasing and functionally appropriate.
7. Site and Infrastructure Description
Outgoing Steam Delivery shall be designed by the Owner. The exiting steam will
be provided in two 12 delivery lines each at the same pressure, but will provide
steam to the district at 480F and 650F. The CM shall install all steam lines fromthe Plant to the Property Limit and coordinate with the Owner and the Owner's
Contractor for the transition of work to the Owners off site utility contractor.
New Water Services for the plant shall be designed and constructed by the Owner
to the meter inside the Plant or to the flange for the fire protection system. The
CM shall coordinate with the Owner for the installation of such lines. This
includes all domestic, fire protection, or process water sources for the Project.
The Permanent Natural Gas service shall be provided by Consumers Energy and
will enter the site from South Street. The service is currently being designed as a
12 service, providing a nominal 250psi to the Project. The CM shall coordinate
with the Owner and Consumers Energy regarding the installation of this line and
metering structures on the site.
All telecommunications and miscellaneous services shall be provided by the
Owner to an appropriate location within the Plant. The CM shall coordinate with
the EA to provide sufficient site and building infrastructure to facilitate the
installation of all telecommunications requirements by the Owners vendors.
Site storm and sanitary systems shall be provided by the CM to tie into the City of
Lansing utility systems. CM shall coordinate with the Owners other Contractors
and the City of Lansing to connect all utility lines from the Plant property to the
public infrastructure system. All site utility descriptions apply to both the Plant and the Depot facilities.
8. Owners Other Projects
Coinciding with the Work described in this RFP, the Owner intends to enter into aseparate General Contract Agreement or Agreements for the adaptive reuse andrenovation of the Reo Town Depot. The Depot is located on a separate legal
-
7/31/2019 Lansing BWL: REO Town construction RFP
17/250
BWL Reo Town Plant Page 17 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
parcel, adjacent to the Reo Town Plant. The work on this Depot is intended tobegin in the summer of 2011 with the replacement of the building roof andstructural repairs. The balance of work for the renovation of the depot will start inthe first quarter 2012. The Depot Project includes connection to Utilities startingat 5 outside of the building and all Architectural, Structural, Mechanical and
Electrical work inside the building. All Site Improvements outside the buildingfootprint remain in the scope of the Plant Construction Manager.
The Owner intends to enter into a separate General Contract Agreement for theinterior construction related to the commercial interiors for the Reo Town Offices.The Offices will be located in the approximately 45,000 gsf core and shell officebuilding provided by the Reo Town Plant CM. The CM shall be required to assistin the coordination of the transition points between the CMs trade contractorsand the Office General Contractor to ensure proper definition and coordination ofwork is provided in the respective bid packages prior to issuing for constructionbids.
The Owner intends to enter into a separate General Contract Agreement for the
construction of the off site steam utility distribution work required to tie the ReoTown Plant steam system into the existing distribution system .
9. Equipment Procurement
The Owner intends to directly purchase the following Major Equipment packages
in coordination with the EA. The CM shall be required to receive, inspect,
properly store, install, commission and start up all equipment provided by the
Owner as described in the Scope of Work and the Agreement. All other
equipment shall be furnished and installed by the CM. For the equipment
currently out for bids, Respondents may download the major equipment bid
documents on the Lansing BWL website.
i. Combustion Turbine Generators (currently out for bids)ii. HRSGs (currently out for bids)
iii. Steam Turbine Generators (currently out for bids)
iv. Steam Condensers
v. Auxiliary Boiler
vi. Gas Compressors
vii. Cooling Tower
viii. Water Treatment System
ix. Boiler Feed Pumps
x. Black Start Generator
xi. 138kV Switchyard
xii. Step-Up Transformers
xiii. DCS
xiv. 15kV Switchgear
xv. CEMS
xvi. Sample Panel
-
7/31/2019 Lansing BWL: REO Town construction RFP
18/250
BWL Reo Town Plant Page 18 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
10.Labor Management Cooperation Agreement
The Owner intends to require the CM to enter into a Labor Management
Cooperation Agreement with the Michigan Construction Building Trades for thisproject so long as terms consistent with those currently in effect on similar
projects in the region are negotiated to the satisfaction of the Owner. A copy of
the basic Agreement intended for this project is provided as Attachment K.
The General Contractor for the Reo Town Office interiors shall be required to
independently accept and execute the final Labor Management Cooperation
Agreement negotiated by this CM for their work within the Office Core and Shell.
The General Contractor or Contractors for the Depot Renovation will be required
to provide their work under current prevailing wage requirements. Final
negotiations between the CM and the Building Trades must accommodate this
requirement as a prerequisite for establishing an Agreement on the Plant.
-
7/31/2019 Lansing BWL: REO Town construction RFP
19/250
BWL Reo Town Plant Page 19 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
6.2 Attachment B- CM Scope of Work
For further clarification to the General Responsibilities described in section 2 of the RFP, and theAgreement, the following items are identified, to describe in more detail, the required Scope ofWork for the CM. They shall not be interpreted to be inclusive of all services or obligations ofthe CM, and are meant to augment the services required in the Agreement. The CM shall be
responsible for all Procurement and Construction Work required, complying with the ContractDocuments and the Agreement, other than for those responsibilities specifically excluded ornoted as to be provided by others.
Pre-Construction Phase
1. Provide all Preconstruction phase services as described in the Agreement.
2. Perform constructability reviews, and provide comments and recommendations as design
develops.
3. Perform detailed estimating throughout project duration including for various sub-elements
of the project as needed or directed by the Owner to facilitate decision making.
4. Provide value analysis and value engineering services, including life cycle cost analysis andrecommendations for cost savings.
5. Negotiate and execute the Labor Management Cooperation Agreement for the benefit of the
Owner as described in this RFP.
6. Receive technical specifications and construction documents from EA and prepare bid
packages for procurement of all equipment, labor and services required for a complete
project. All bid packages must be established to allow for the maximum competitive benefit
to the Owner. Where possible, create bid packages appropriate to allow for involvement of
locally available trade contractors and labor. Manage procurement responsibilities in
accordance with the requirements of the Owner.
7. Prequalification of bidders as may be necessary for critical elements of the project.
8. Procure Design/Build trade contracts for select items of work as specified in the Contract
Documents.
9. Develop project specific Division 00 and Division 01 front-end specifications and scope of
work assignments for all subcontracted work, and submit to Owner and EA for review,
comment and approval prior to issuing for bids.
10.Prepare and maintain a comprehensive project budget including Owner direct costs related to
the Plant in a format accessible by the Owner.
11.Provide all project planning activities as required to support LEED Certification for the
Work.12.Provide and Maintain schedules for various levels of detail, including but not limited to:
a. Master Project Schedule describing engineering, procurement, and construction
activities for the entire project.
-
7/31/2019 Lansing BWL: REO Town construction RFP
20/250
BWL Reo Town Plant Page 20 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
b. Detailed commodities installed report for major elements of the work tracking
projected installation quantities/manpower vs. actual installed quantities. These
reports must be prepared and managed for all critical balance of plant elements.
c. Detailed start-up and commissioning schedule
13.Prepare a Guaranteed Maximum Price Proposal for the Work in accordance with the
Agreement at a time determined to be most beneficial by the Owner.
Procurement Management
14.Provide all procurement management services for equipment provided under this Agreement.
15.Procure equipment under reasonably available commercial terms most beneficial to the
Owner related to cost, schedule, performance and warranty.
16.Ensure all Engineered Drawings provided under this Agreement are expedited to allow for
timely completion of the EAs subsequent design responsibilities. Process all approval
documents as required by the EA to coordinate with their document control system.
17.Assist the EA in expediting delivery of Owner provided equipment following approval ofEngineered Drawings as necessary to maintain project schedule.
18.Maintain detailed procurement status logs and report on a bi-weekly basis.
19.Manage all Receipt, Inspection, and Storage of all Equipment including major equipment
provided by the Owner.
Construction and Contract Management
20.Provide overall management and control of the entire Project Site including all perimeter
security and site logistics as required.
21.Provide all construction responsibilities as required to construct and complete the Facility as
an operable and maintainable cogeneration facility in accordance with Prudent UtilityPractices and the Construction Documents.
22.Manage the erection and installation and start up of all equipment and materials including
major equipment provided by the Owner.
23.Provide testing services for all equipment and systems
24.Temporary construction facilities and services including site security measures.
25.Maintain as built documentation of all systems on a monthly basis.
26.Maintenance of the Soil Erosion and Sedimentation Control Plan
27.Maintain site and facilities in a clean and orderly state.
28.Provide all equipment, tools, construction materials and craft labor until all testing is
complete
29.Provide all Construction Management activities required to support the LEED Certification
process and forward all documentation to the LEED Administrator. Coordinate all LEED
Certification activities with those of the Owners other Consultants or Contractors.
-
7/31/2019 Lansing BWL: REO Town construction RFP
21/250
BWL Reo Town Plant Page 21 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
30.Coordinate with the Owners other Contractors to provide access to other Projects on site
ensuring productivity and cooperation for all parties to the benefit of the Owner. Provide for
a separate dedicated entrance to the Depot Site from Washington Avenue.
31.Provide a single site Waste Management Plan incorporating all waste and debris for the Reo
Town Plant, Plant Office Interiors, and the Depot Renovation projects in accordance with the
requirements for LEED Certification. Provide all Waste Management Documentation to the
LEED Administrator.
32.Provide a separate and dedicated office trailer for the Owner on site and in close proximity to
the CM. Allow for meeting space for up to 8 people with white board wall and office space
for up to three. Provide all furniture, temporary power, security, and wireless internet
connection as required by the Owner. Provide 4 dedicated adjacent parking spaces for
Owners use.
33.CM shall be responsible for the cost and replacement of any spare parts used or lost by the
CM or its subcontractors from the Owners stock prior to Substantial Completion for all
equipment provided by the Owner, or the CM.34.The CM shall coordinate with the Owner and Owners vendors to provide all lubricants and
chemicals associated with construction and start up of the facility, the cost of which shall be
by the Owner.
35.Provide site specific safety plan for the project and provide a designated Safety Officer on
site for the duration of significant construction activities. Safety Officer shall coordinate with
Owners other Contractors working on site to ensure all construction activities are conducted
in accordance with the highest standard of care. Provide notification to Owner of all safety
incidents, and provide copy of all reports to owner within two days of submitting reports
pursuant to MIOSHA requirements.
36.Provide quality control services and enforcement of quality standards for all construction
activities to assure compliance with design documents and specifications, including but not
limited to:
a. Shop fabrication inspections and reporting, as required
b. Material and equipment receiving inspections and reporting
c. Construction installations and workmanship, certifications and reporting as specified
d. Start-up testing and commissioning compliance and reporting
e. Plant and major equipment performance testing and reporting
f. Environmental emissions testing as required by the Permit to Install.
Start Up, Testing, Commissioning
37.Develop, schedule, and execute the Start Up Plan, and Testing Protocol as required in the
Agreement. Coordinate with Owner and Owners designated operators during all start up,
commissioning, and performance testing activities.
-
7/31/2019 Lansing BWL: REO Town construction RFP
22/250
BWL Reo Town Plant Page 22 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
38.Coordinate and schedule all activities related to all equipment vendors whether provided by
the CM or Owner.
39.Maintain documentation of all start-up, commissioning and testing activities and results
40.Perform and document performance testing for both overall plant performance and major
equipment performance.
41.Maintain overall responsibility for the Plant and activities on site until Substantial
Completion.
Close Out and Turnover
42.Coordinate all closeout requirements including all subcontractors, vendors and equipment
suppliers.
43.Coordinate with the EA to provide all Owner Training and Documentation required for
proper turnover of all Plant systems and documentation.
44.Assemble final operations and maintenance manuals, as approved by the plant engineer and
Owner. Provide two (2) final bound set of all operations and maintenance manuals, and oneconsolidated and organized electronic file copy in an efficiently organized format suitable for
ease of use by the Owner. Organize documents so that the Plant Operations are organized
separately from the Office Building Systems.
45.Maintain project closeout logs and project documentation, and assemble into organized files
for final transfer to Owner.
46.Coordinate with the EA to provide final As Built documentation in electronic form.
-
7/31/2019 Lansing BWL: REO Town construction RFP
23/250
BWL Reo Town Plant Page 23 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
6.3 Attachment C- Proposal Form
Provide the following business and contact information:
Legal Name: Federal ID or Social Security Number:
Address: State of Incorporation
City: State & Zip: Primary E-Mail:
Type of Organization: __ Corporation __ LLC __ LLP __ Sole Proprietor __Partnership __ S-Corporation
__ Other (Explain)
Office Phone: Alternate Office Phone: Office Fax:
Primary Contact: Contact Phone: Contact Fax:
Contact Mobile: Contact E-Mail: Website URL:
The undersigned Bidder hereby acknowledges receipt of the following addenda:
Enter addenda numbers if applicable
The undersigned Bidder states that this proposal is made in conformity with the Proposal Documents andagrees that, in the event of any discrepancies or differences between any conditions of their proposal andthe Proposal Documents, the provisions of the latter shall prevail. No verbal or written agreements or
understandings considered or entered into prior to signing of a contract in the form of a purchase order,shall be binding after the signing of the contract unless incorporated in the contract.
The undersigned Bidder certifies that this proposal is made in good faith, without collusion or connectionwith any other person or persons submitting proposals for the work.
Company Name:
Signature:
Name:
Title:
Date:
END OF PROPOSAL FORM
-
7/31/2019 Lansing BWL: REO Town construction RFP
24/250
BWL Reo Town Plant Page 24 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
6.4 Attachment D Opinion of Probable Cost Template
Provided in the documents attached to this RFP.
-
7/31/2019 Lansing BWL: REO Town construction RFP
25/250
BWL Reo Town Plant Page 25 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
6.5 Attachment E General Conditions Cost Format
Respondent shall utilize the following format to propose Pre-Construction and ConstructionGeneral Conditions as requested in the RFP. Provide the Construction Managers Personnel andStaffing Plan, and the General Conditions Costs Budget as described in section 5.3 of the
Agreement. Respondent shall propose all reasonably appropriate General Conditions Costsbased on their experience with similar projects and in accordance with the Milestone Schedule.Provide detailed breakdown of all costs not otherwise anticipated to be included in the Cost ofthe Work.
Staff Position Hours/Wk # Weeks Hourly Rate Total Cost
GeneralConditions Item
Quantity Unit Rate Total Cost
-
7/31/2019 Lansing BWL: REO Town construction RFP
26/250
BWL Reo Town Plant Page 26 of 26Reo Town Plant Construction Manager Request for Proposal
Reo Town PlantLansing Board of Water and Light, 1232 Haco Dr. 2011-04-19 pwkLansing, MI 48912 Ph: (517) 702-6076 Fax: (517) 702-6855www.lbwl.com
The following Attachments are included in this RFP
6.6 Attachment F Site Survey (Plant and Depot)
6.7 Attachment G Preliminary Design Concept
6.8 Attachment H Permit to Install
6.9 Attachment I Proposed Agreement
6.10 Attachment J Preliminary Geotechnical Report
6.11 Attachment K Labor Management Cooperation Agreement
END OF SOLICITATION
-
7/31/2019 Lansing BWL: REO Town construction RFP
27/250
REO TOWN PLANTOpinion of Probable Costs Plant Grade Level (sf) 45,000Prepared by: Plant Mezzanines (sf) 28,800
Corporate Offices (sf) 45,000
Nominal Electrical Output (kW) 108,000
Gross Steam Output (pph) 300,000
Descriptions
Owner Provided Equipment TotalsCombustion Turbine Generators
Heat Recovery Steam Generators with Stacks
Steam Turbine Generators
Fuel Gas Compressors
Auxiliary Boiler
Cooling Tower
Steam Surface Condensers
Water Treatment System
Boiler Feed Pumps
Step-up Transformers
15kV SwitchgearDistributed Control System
Black-Start Gas Generator
138kV Switchyard
CEM Equipment
Sample Panel
Subtotal 0
Cost of the WorkEquipment /
Materials Installation Totals
Install Owner Supplied Equipment 0
Plant Building Core & Shell 0
Office Building Core & Shell 0
Balance of Plant Equipment 0
Instrumentation and Controls 0
Electrical Work 0
Mechanical Work 0
Balance of Plant Work 0
Site Improvements/Infrastructure 0
Subtotals 0 0 0
General Conditions Cost
Preconstruction Services and Reimbursables
Construction Manager's Personnel Labor
General Conditions Costs
Subtotal 0
Contingency
Contingency
Subtotal 0
Subtotal 0
Indirect Costs % Multiplier
Construction Manager's Fee
Permits and Insurance Allowance
PLM Bonds Allowance
Total 0
Proposed Gross Values
1 of 1
-
7/31/2019 Lansing BWL: REO Town construction RFP
28/250
Center Post ofSec. 21 (See Sheet 3)
S.
WashingtonAve.
E. South St.
S.
GrandAve.
C.N.R.R.
E. 1/4 Corner ofSec. 21 (See Sheet 3)
PlattSt.
W. South St.
N-S1/4Line
E-W 1/4 Line
N.E. 1/4 of Section 21,T. 4 N., R. 2 W.,City of Lansing ,Ingham County, Mich.
N.W. 1/4 of Section 21,T. 4 N., R. 2 W.,City of Lansing ,Ingham County, Mich.
S.E. 1/4 of Section 21,T. 4 N., R. 2 W.,City of Lansing ,Ingham County, Mich.
S.W. 1/4 of Section 21,T. 4 N., R. 2 W.,City of Lansing ,Ingham County, Mich.
Ea
stLineofSection21
F-8 G-8
*Note: The Surveyed Parcel shown is part of a 5.3062 acre parcel (City of LansingParcel No. 33-01-01-21-261-004). A Lot Split Application must be submittedto the City of Lansing (and approved) before this parcel split can take effect.
NORTH
NORTH
-
7/31/2019 Lansing BWL: REO Town construction RFP
29/250
face of brick
S. Grand Ave. (82.5')
S. Washington Ave.(115.5' P.)
PlattSt.
E.
Sou
thSt.(82
.5'P
.)
82.40' M.
4.4
0'M
.
Cana
dian
Na
tiona
lRa
ilway
137.75' M.
E. 1/4 Cor. of Sec. 21
82.40' M.
82.35' M.
82.25' M.
82.75' M.Fd. P. top I.P.
Fd. 1/2" bar in gravel driveway 82.60' M.
Fd. bar with cap L. Bryan #25832
Set 3/4" I.P. with alum. cap #30897
Set 3/4" I.P. withalum. cap #30897
210
.45'C
alc
.
5.4
2'M
.
SetP.K.Nail
Set 3/4" I.P. withalum. cap #30897
1
2
3
4
5
Sparrow
'sSu
bdivision
ofBloc
k200o
fthe
Orig.
Plat
Block 203,Orig. Plat of Lansing
Block 202,Orig. Plat of Lansing
Block 209,Orig. Plat of Lansing
Block 201,Orig. Plat of Lansing
Vac. S. Grand Ave.
33' Alley
Notes:
1. Per F.E.M.A. N.F.I.P. Flood Insurance Rate Map(Community Panel No. 260090 0006 B), part ofthe extreme east end of the Surveyed Parcel iswithin the 100 Year Floodplain and/or the 500Year Floodplain of the Red Cedar River.
2. Most site improvements existing on this parcel
catch basins, storm sewer lines, utility polesand utility lines, etc.) are not shown on this survey.
Surveyed Parcel (shaded)
TelCom Bldg. Easement Area (cross-hatched)(*Ref. L. 2646, PP. 976-978 of Ingham Co., Mich. deeds)
(*Ref. L. 2646, PP. 976-978 of Ingham Co., Mich. deeds)
(*Ref. L. 2804, P. 609 of Ingham Co., Mich. deeds)
10 ft. wide x 79 ft. long Drainage Ease. Area(*Ref. L. 2824, P. 1048 of Ingham Co., Mich. deeds)
(E.
1/4Cor.
toCen.
Po
st)
(formerly Lee St.)
*65.83' C. North of 1/4 Line
(formerly Lee St.)
face of brick
(incl. fencing, asphalt paving, curb & gutter,
G-8
191.93' M.
71.60' M.
Set 3/4" I.P. with alum. cap #30897
(SurveyedDescriptionPointofBeginning)
Setmasonrynailinasphaltdrive
-
7/31/2019 Lansing BWL: REO Town construction RFP
30/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
31/250
8ft.ch.lk.fc.
Set 3/4" iron pipe with alum. cap #30897
*Did not set -
*Did not set - in fenced & secured yard
210.45'Calc.
metal-sided bldg. (enc.)
NORTHScale: 1 inch = 30 feet
4'
4'
8ft.ch.lk.fc.(enc.)
in unstable slope
Zayo Bandwith
10 ft. wide x 79 ft. long Drainage Ease. Area (shaded)*Ref. L. 2824, P. 1048 of Ingham Co., Mich. deeds
Owner: Kris J. Keller
Owner:
Christman Constructors
Owner:
SurveyedParcel
Bandwith yard onto
Surveyed Parcel
8ft ch lk
Set 3/4" iron pipe with alum. cap #30897
*Did not set - in fenced & secured yard
210.45'Calc.
metal-sided bldg. (enc.)
NORTH
Scale: 1 inch = 30 feet
4'
4'
8ft.ch.lk.fc.(enc)
Zayo Bandwith
Owner: Kris J. Keller
Owner:
Christman ConstructorsOwner:
Surveyed
Bandwith yard onto
Surveyed Parcel
-
7/31/2019 Lansing BWL: REO Town construction RFP
32/250
Center Post ofSec. 21 (See Sheet 3)
S.
WashingtonAve.
E. South St.
S.
GrandAve.
C.N.R.R.
E. 1/4 Corner ofSec. 21 (See Sheet 3)
PlattSt.
W. South St.
N-S1/4Line
E-W 1/4 Line
N.E. 1/4 of Section 21,T. 4 N., R. 2 W.,City of Lansing ,Ingham County, Mich.
N.W. 1/4 of Section 21,T. 4 N., R. 2 W.,City of Lansing ,Ingham County, Mich.
S.E. 1/4 of Section 21,T. 4 N., R. 2 W.,City of Lansing ,Ingham County, Mich.
S.W. 1/4 of Section 21,T. 4 N., R. 2 W.,City of Lansing ,Ingham County, Mich.
Ea
stLineofSection21
F-8 G-8
*Notes: 1. The Surveyed Parcel shown is part of a 5.3062 acre parcel (City of LansingParcel No. 33-01-01-21-261-004). A Lot Split Application must be submittedto the City of Lansing (and approved) before this parcel split can take effect.
2. Most site improvements existing on this parcel (including fencing, asphalt paving,curb & gutter, catch basins, storm sewer lines, utility poles andutility lines, etc.) are not shown on this survey.
NORTH
-
7/31/2019 Lansing BWL: REO Town construction RFP
33/250
Cen. Post
S.GrandAve.(82.5')
S.
WashingtonAve.
(115.5
'P.)
E. South St. (82.5' P.)
Canadian National Railway66.1
5'M.
115.42' M.
Sparrow's Subdivisionof Block 200 of the Orig. Plat
Block 201,Orig. Plat of Lansing
Vac.
S.
GrandAve.
33'Alley
of Sec. 21
Surveyed
(E. 1/4 Cor. G-8 to Cen. Post F-8)
(formerlyLeeSt.)
(formerlyLeeSt.)
W. SouthStreet
F-8
71.6
0'M.
Setm
asonry
nailin
asph
altdrive
Set 3/4" I.P. with
Found 1/2" rod(Surveyed Desc.Point of Beginning)
Parcel (shaded)
221'
bldg. overhang
bldg. overhang
Cov.Porch
*Outline of brick depot bldg.
Set3
/4"I.P
.with
alum.
cap#
30897
alum. cap #30897
3.55' brick bldg. corner enc. onto R.R. land
3.2' brick bldg. corner enc. onto R.R. land
71.6
0'M.
*For conditions of the vacation of S. Grand Ave. (formerly Lee St.),refer to Lansing City Council Proceedings of Jan 8 1912)
1
Found 1/2" rod1 (Surveyed Desc. Point of Beginning)
S.W. West 8.05' to the east edge of the 5 ft. wide concrete sidewalkSouth 33.33' to the centerline of the northerly of 2 rail tracks
South 46.65' to the centerline of the southerly of 2 rail tracks
2
2 Set masonry nail in asphalt drive
N. 12.8' to vertical rail section buried in lawn area behind curb
3
4
Set 3/4" I.P. with alum. cap #308973
S. 5.85' to E-W 6 ft. high chain link fenceS.E. 10.2' to the center of a corner post at
northeast cor. of 6 ft. high chain lk. fc.
Set 3/4" I.P. with alum. cap #308974
S. 13.75' to E-W 6 ft. high chain link fenceE. 10.25' to N-S 6 ft. high chain link fenceS. 45.55' to the centerline of the southerly
of 2 rail tracks
NORTH
-
7/31/2019 Lansing BWL: REO Town construction RFP
34/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
35/250
6.7 Attachment G Preliminary Design Concept
Table of Contents
Plant and Office Building Narratives
Proposed Site Plan SK-C001-E
Proposed Ground Floor General Arrangement SKM210A
Proposed Upper Floors General Arrangements SKM210B
Proposed Roof Plan General Arrangement SKM210C
Preliminary Facility Elevation Sketch SKM005
Proposed Control Room Layout SKJ001-A
Proposed Electronics Room Layout SKJ002-A
Preliminary Equipment List for CM Package, Rev. A
-
7/31/2019 Lansing BWL: REO Town construction RFP
36/250
1
REO TOWN PLANT AND OFFICE BUILDING
The Reo Town Project consists of a 110 MW nominal Combined Cycle Power Plant and an Office
Building. The Project is located in Lansing MI, at the intersection of South Washington Ave and East
South Street. The Reo Town Plant will house the majority of the generating equipment necessary for
Plant operations. The Office Building front faade is located on South Washington Ave; the Plant is
located directly east of the Office Building. The Reo Town Plant is approximately 150 feet by 300 feet;
the Reo Town Office Building is approximately 115 feet by 150 feet.
Roof elevations vary along the length of the Plant, with a maximum roof height in the HRSG area
approximately 92 feet above the Ground Floor. The top of the cooling tower, located on the HRSG area
roof, is 148 feet above the Ground Floor. The HRSG and by-pass stack height is 160 feet above the
Ground Floor.
The exterior architectural treatment for both the Plant and Office Building will be selected to provide a
uniform cohesive appearance. The exterior walls will be brick-faced masonry, tied to the
superstructure.
Reo Town PlantThe Reo Town Plant is sub-divided into three distinct areas, as follows:
Steam Turbine, Control Room, Maintenance and Storage Areas
The Steam Turbine, Control Room, Maintenance and Storage Areas occupy the western portion of the
Plant. This area occupies approximately 96 feet of the overall Plant length, and includes a Ground Floor,
Second Floor, and Third Floor; the roof height is approximately 70 feet above the Ground Floor.
The Ground Floor area includes the Steam Turbine Generator (STG) pedestal and Condenser, a Water
Treatment Area, Black Start Generator, Auxiliary Boiler and ancillary support equipment.
The Second Floor includes the Control Room, Electronics Room, Offices, Lunch Room and Restroom
facilities. This floor extends east to the STG area, and serves as the STG operating floor area.
The Third Floor includes Maintenance Shops, Storage Rooms, a Back-Up Control Center, and Locker
Room facilities.
Stairwells will be located within this area to allow access to all floors.
HRSG Area
The Heat Recovery Steam Generator (HRSG) area is located in the central portion of the Plant, and
occupies approximately 120 feet of the overall Plant length. This portion of the Plant includes two
HRSGs, Chemical Feed Area, Boiler Feed Pumps and various other equipment areas. Within this area,
the roof height is approximately 92 feet above the Ground Floor.
A stair and elevator located in the HRSG area will provide access to the roof, and will also provide access
to the Second Floor Control Room Area and the Third Floor Maintenance and Storage Areas.
CTG Area
The Combustion Turbine Generator (CTG) area occupies the eastern portion of the Plant, and occupies
approximately 84 feet of the overall Plant length. This portion of the Plant includes two CTGs, PCMs,
-
7/31/2019 Lansing BWL: REO Town construction RFP
37/250
2
and ancillary support equipment. Within this area, the roof is located approximately 40 feet above the
Ground Floor. Two CTG Inlet Filters are located above the roof in this area of the Plant.
Electrical Room
A separate Electrical Room is located adjacent to the east wall of the Plant, and includes transformers,
switchgear, MCCs, UPS and a Battery Room. The Electrical Room is approximately 50 feet wide, with the
roof located approximately 25 feet above the Ground Floor.
Reo Town Office Building
The Reo Town Office Building is located adjacent to the Reo Town Plant. The Building will include offices
and covered parking on the Ground Floor. As required by the final program requirements, two to three
floors of office space will be required above the Ground Floor.
REO TOWN PLANT STRUCTURE
Superstructure
The Reo Town Plant superstructure will be structural steel braced frame construction. Roof support will
be provided by purlins, supported on girder or truss chord members. Vertical and horizontal bracing willbe provided to transfer horizontal loads to the foundation system. All interior steel will be painted; all
exterior steel will be galvanized.
The roof of the Plant will be galvanized steel metal roof deck, with membrane roofing system above.
The cooling towers will be supported on a superstructure system located above the roof, and will be
enclosed by a screen wall on all sides.
Floor SystemsThe Ground Floor will be a concrete slab; elevated floors will be concrete filled metal decking floor slabs,
with steel grating located as required for equipment access and maintenance. Top surface of concrete
floor slabs will be steel trowel finished, surface hardened and sealed. Floors will be sloped to trench
drains in areas where leakage is probable or wash down is usual.
All floor drain water will be collected in sumps, and discharged into the site waste water system by
pumping or by gravity. Sumps will be covered with checkered plate; trenches will be covered with
grating.
Foundation Systems
Pending results of the geotechnical investigation, it is anticipated that the Plant foundation system will
be pile-supported, and the ground floor slab will be a pile supported structural slab system.
REO TOWN OFFICE BUILDING STRUCTURE
The Reo Town Office Building superstructure will be structural steel moment braced frame and/or
masonry shear wall construction. The Ground Floor will be a concrete slab on grade; elevated floors
will be concrete filled metal decking floor slabs. Pending results of the geotechnical investigation, the
foundation system will be either grade supported or pile-supported foundations.
-
7/31/2019 Lansing BWL: REO Town construction RFP
38/250
3
REO TOWN PLANT OFFICE BUILDING CORE AND SHELL WORK
The following description outlines the basic requirements of the Plant Office Building Core and Shell
Work.
a. Building structure, envelope, vertical circulation, core toilet rooms(unfinished)
b. Base structure, including foundations, beams, columns, floor slabs, and roof structure
c. Building envelope includes insulated exterior walls, exterior glazing, and roofing systemd. Vertical circulation, including elevators (finished) and stairs and related
shafts(unfinished)
e. Electrical and mechanical main equipment (i.e. heat source, cooling source, air handlers,
pumps, control systems, sub metering etc.)
f. Fire protection pumps, standpipes, sprinkler system and central fire alarm system, all
valved and/or stubbed into the future office space
g. Core areas for each floor, including elevators, shafts, toilet rooms, potable domestic
water riser(s), properly sized sanitary and storm drain systems, electrical distribution
panels, designated connection point to the central fire alarm system, and a distribution
backboard within a wire closet
h. Work required to effect proper transition between Core and Shell and Office Interior
Work.
Plant Facility support spaces (i.e. control room, locker rooms, break room, related corridors and
inside parking) are not part of the 45,000sf of office spaces and shall be finished complete as
part of the CMs scope of work
All site improvements are part of this CMs scope of work
Elements NOT included in building core and shell Work that will be part of the offices interior
build-out & finishes:
a. Gypsum wallboard on exterior perimeter walls and interior core walls
b. All interior building finishes, including all ceilings, walls, floors, toilet rooms, stair wells,
doors, fit-out elements, etc. (except elevator interiors included above)
c. Electrical and mechanical distribution systems and components (i.e. ductwork,
plumbing, conduit, cabling, sensors, fixtures, grills, finish elements, etc.)
d. Security system, payment center related systems (i.e. air tube transfer system), office
related communications systems, etc.
-
7/31/2019 Lansing BWL: REO Town construction RFP
39/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
40/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
41/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
42/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
43/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
44/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
45/250
-
7/31/2019 Lansing BWL: REO Town construction RFP
46/250
PROJECT: Reo Town Plant LIST NO.:
W.O. NUMBER: 03116-001 BY:
REV. NO.: A REV. DATE: 4/19
EQUIPMENT ESTIMATED REMARKS AND RE
UNIT SYS EQUIP SEQ # SUFFIX DESCRIPTION POWER REQM'T ESTIMATED EQUIPMENT SIZES N
0 PWS TK 001 Admin Area Potable Water Heater 4 kW 240 V Electrically heated tank
0 IAS CR 001 A Air Compressor (A) 100 hp 350 scfm @ 125 psig
0 IAS CR 001 B Air Compressor (B) 100 hp 350 scfm @ 125 psig
0 IAS DR 001 A Air Dryer (A) --- 300 scfm net outlet flow @ 110 psig & -40F dewpoint - heatless type
0 IAS DR 001 B Air Dryer (B) --- 300 scfm net outlet flow @ 110 psig & -40F dewpoint - heatless type
0 IAS TK 001 Air Receiver --- 1,000 gallon vertical ASME tank rated at 150 psig
0 SAX BO 001 Auxiliary Boiler 750 hp 150,000 lb/hr @ 300 psig & 650F
0 SAX TK 001 Auxiliary Boiler Blowdown Tank --- Purchased under "Auxiliary Boiler" spec
0 SAX DA 001 Auxiliary Boiler Deaerator --- Purchased under "Auxiliary Boiler" spec
0 SAX PP 001 A Auxiliary Boiler Feedwater Pump A --- Purchased under "Auxiliary Boiler" spec
0 SAX PP 001 B Auxiliary Boiler Feedwater Pump B --- Purchased under "Auxiliary Boiler" spec
0 ACW PP 001 A Auxiliary Cooling Water Pump (A) 100 hp 2,500 gpm @ 100 ft TDH
0 ACW PP 001 B Auxiliary Cooling Water Pump (B) 100 hp 2,500 gpm @ 100 ft TDH
0 ACW PP 001 C Auxiliary Cooling Water Pump (C) 100 hp 2,500 gpm @ 100 ft TDH
0 PWS SP 001 Battery Room Area Emergency Shower/Eye Wash 108 kW Electrically heat 25 gpm of potable water 29F
1 FWS PP 001 A Boiler Feedwater Pump (1A) 150 hp 400 gpm @ 1000 ft TDH
1 FWS PP 001 B Boiler Feedwater Pump (1B) 150 hp 400 gpm @ 1000 ft TDH
2 FWS PP 001 A Boiler Feedwater Pump (2A) 150 hp 400 gpm @ 1000 ft TDH
2 FWS PP 001 B Boiler Feedwater Pump (2B) 150 hp 400 gpm @ 1000 ft TDH
1 CWS PP 001 A Circulating Water Pump (1A) 300 hp 11,000 gpm @ 75 ft TDH
1 CWS PP 001 B Circulating Water Pump (1B) 300 hp 11,000 gpm @ 75 ft TDH
2 CWS PP 001 A Circulating Water Pump (2A) 300 hp 11,000 gpm @ 75 ft TDH
2 CWS PP 001 B Circulating Water Pump (2B) 300 hp 11,000 gpm @ 75 ft TDH
0 PWS SP 001 City (Potable) Water Meter ---
1 CTG CT 001 Co mbustion Turbine Ge nerator (CT G) (A) & Accessorie s --- Purchased under "CTG" spec
1 CTG TK 001 CTG False Start Drain Tank (A) --- 100 gallon CS tank designed for 50 psig @ 130F
PRELIMINARY EQUIPMENT LIST FOR CM PACKAGE
BURNS AND ROE ENTERPRISES, INC.
TAG NUMBER
Preliminary Equipment List.xlsx 1 of 5 Printed Date: 4/19/2011
-
7/31/2019 Lansing BWL: REO Town construction RFP
47/250
PROJECT: Reo Town Plant LIST NO.:
W.O. NUMBER: 03116-001 BY:
REV. NO.: A REV. DATE: 4/19
EQUIPMENT ESTIMATED REMARKS AND RE
UNIT SYS EQUIP SEQ # SUFFIX DESCRIPTION POWER REQM'T ESTIMATED EQUIPMENT SIZES N
PRELIMINARY EQUIPMENT LIST FOR CM PACKAGE
BURNS AND ROE ENTERPRISES, INC.
TAG NUMBER
1 CTG TK 002 CTG Water Wash Drain Tank (A) --- 1000 gallon CS tank designed for 50 psig @ 130F
2 CTG CT 001 Combustion Turbine Generator (CTG) (B) & Accessories --- Purchased under "CTG" spec
2 CTG TK 001 CTG False Start Drain Tank (B) --- 100 gallon CS tank designed for 50 psig @ 130F
2 CTG TK 001 CTG Water Wash Drain Tank (B) --- 1000 gallon CS tank designed for 50 psig @ 130F
0 CTG WK 001 CTG Water Wash Skid --- Purchased under "CTG" spec
1 CNS PP 001 A Condensate Pump (1A) 50 hp 400 gpm @ 320 ft TDH
1 CNS PP 001 B Condensate Pump (1B) 50 hp 400 gpm @ 320 ft TDH
1 CNS TK 001 Condensate Storage Tank (1) --- 10,000 gals.
2 CNS PP 001 A Condensate Pump (2A) 50 hp 400 gpm @ 320 ft TDH
2 CNS PP 001 B Condensate Pump (2B) 50 hp 400 gpm @ 320 ft TDH
2 CNS TK 001 Condensate Storage Tank (2) --- 10,000 gals.
1 CNS CD 001 Condenser (1) ---
2 CNS CD 001 Condenser (2) ---
1 CNS PP 002 A Condenser Vacuum Pump (1A) 30 hp furnished with condenser
1 CNS PP 002 B Condenser Vacuum Pump (1B) 30 hp furnished with condenser
2 CNS PP 002 A Condenser Vacuum Pump (2A) 30 hp furnished with condenser
2 CNS PP 002 B Condenser Vacuum Pump (2B) 30 hp furnished with condenser
1 CWS CT 001 A Cooling Tower (1A) 75 hp 34 MMBTU/hr total heat load; 86F cooling water outlet
1 CWS CT 001 B Cooling Tower (1B) 75 hp 34 MMBTU/hr total heat load; 86F cooling water outlet
1 CWS CT 001 B Cooling Tower (1C) 75 hp 34 MMBTU/hr total heat load; 86F cooling water outlet
2 CWS CT 001 A Cooling Tower (2A) 75 hp 34 MMBTU/hr total heat load; 86F cooling water outlet
2 CWS CT 001 B Cooling Tower (2B) 75 hp 34 MMBTU/hr total heat load; 86F cooling water outlet
2 CWS CT 001 B Cooling Tower (2C) 75 hp 34 MMBTU/hr total heat load; 86F cooling water outlet
0 PWS SP 002Cooling Tower Chem Feed Area Emergency Shower/Eye
Wash108 kW Electrically heat 25 gpm of potable water 29F
0 TCF CK 001 Cooling Tower Chem Feed Skid 5 hp
Elevator 35 hp 3,500 lb. Capacity
Preliminary Equipment List.xlsx 2 of 5 Printed Date: 4/19/2011
-
7/31/2019 Lansing BWL: REO Town construction RFP
48/250
PROJECT: Reo Town Plant LIST NO.:
W.O. NUMBER: 03116-001 BY:
REV. NO.: A REV. DATE: 4/19
EQUIPMENT ESTIMATED REMARKS AND RE
UNIT SYS EQUIP SEQ # SUFFIX DESCRIPTION POWER REQM'T ESTIMATED EQUIPMENT SIZES N
PRELIMINARY EQUIPMENT LIST FOR CM PACKAGE
BURNS AND ROE ENTERPRISES, INC.
TAG NUMBER
0 FPS PP 002 Fire Pump Jockey 5 hp20 gpm @ 125 psi TDH - Purchased under "Firewater Pumps and
Accessories" spec
0 FPS PP 001 Fire Pump Motor Driven 250 hp 2500 gpm @ 125 psi TDH
0 FPS PP 002 Fire Pump Motor Driven 250 hp 2500 gpm @ 125 psi TDH
0 FGS AC 001 Fuel Gas Accumulator --- Purchased with Compressors
0 FGS CR 001 A Fuel Gas Compressor A 800 hp 8500 SCFM natural gas compressor from 250 to 700 psig
0 FGS CR 001 B Fuel Gas Compressor B 800 hp 850 0 SCFM n atural g as compre ssor from 250 to 70 0 psig
0 FGS TK 001 A Fuel Gas Condensate Drain Tank A ---250 gallon ASME CS vessel designed for 125 psig @ 300F, Purchased with
Compressors
0 FGS TK 001 B Fuel Gas Condensate Drain Tank B ---250 gallon ASME CS vessel designed for 125 psig @ 300F, Purchased with
Compressors
0 FGS FL 001 A Fuel Gas Filter/Coalescer A --- Purchased with Fuel Gas Compressors
0 FGS FL 001 B Fuel Gas Filter/Coalescer B --- Purchased with Fuel Gas Compressors
0 FGS CT 001 A Fuel Gas Fin-Fan Air Cooler A 50 hp Purchased with Fuel Gas Compressors
0 FGS CT 001 B Fuel Gas Fin-Fan Air Cooler B 50 hp Purchased with Fuel Gas Compressors
1 FGS FL 001 Fuel Gas Inlet Scrubber 1 --- Purchased with Fuel Gas Compressors
2 FGS FL 001 Fuel Gas Inlet Scrubber 2 --- Purchased with Fuel Gas Compressors
1 FGS FL 002 Fuel Gas Interstage Scrubber 1 --- Purchased with Fuel Gas Compressors
2 FGS FL 002 Fuel Gas Interstage Scrubber 2 --- Purchased with Fuel Gas Compressors
0 FGS SP 001 Fuel Gas Meter ---
1 HRF HR 001 Heat Recovery Steam Generator (HRSG) (1) ---
1 BBS TK 001 HRSG Blowdown Tank (1) --- 750 gal. (4.5' OD x 8' H) ASME CS vessel designed for 15 psig @ 300F
2 HRF HR 001 Heat Recovery Steam Generator (HRSG) (2) ---
2 BBS TK 001 HRSG Blowdown Tank (2) --- 750 gal. (4.5' OD x 8' H) ASME CS vessel designed for 15 psig @ 300F
0 PWS SP 003 HRSG Chem Feed Area Emergency Shower/Eye Wash 108 kW Electrically heat 25 gpm of potable water 29F
0 CCF CK 001 HRSG Chem Feed Skid 5 hp
0 WWC SR 001 Oily Waste Separator --- Underground tank s ized for 200 gpm gravi ty inf low of oily water
0 WWC PP 001 A Oily Waste Separator Sump Pump (A) 5 hp 200 gpm @ 50 ft TDH, Purchased with Oily Waste separator
0 WWC PP 001 B Oily Waste Separator Sump Pump (B) 5 hp 200 gpm @ 50 ft TDH, Purchased with Oily Waste separator
Preliminary Equipment List.xlsx 3 of 5 Printed Date: 4/19/2011
-
7/31/2019 Lansing BWL: REO Town construction RFP
49/250
PROJECT: Reo Town Plant LIST NO.:
W.O. NUMBER: 03116-001 BY:
REV. NO.: A REV. DATE: 4/19
EQUIPMENT ESTIMATED REMARKS AND RE
UNIT SYS EQUIP SEQ # SUFFIX DESCRIPTION POWER REQM'T ESTIMATED EQUIPMENT SIZES N
PRELIMINARY EQUIPMENT LIST FOR CM PACKAGE
BURNS AND ROE ENTERPRISES, INC.
TAG NUMBER
0 SWS PP 001 A Service Water Pump (A) 15 hp200 gpm @ 150 ft. TDH
(City Water pressure can be as low as 35 psig)
0 SWS PP 001 B Service Water Pump (B)