Вы находитесь на странице: 1из 3

Hoonah RPSU Generation System Installation Project Scope Purpose The purpose of this project is to complete the new

w diesel power plant for the Inside Passage Electric Cooperative (IPEC). Hoonah is located on the northeast shore of Chichagof Island, 40 air miles west of Juneau. Project Background A site visit and inspection of existing power system was performed in October 2006 in Hoonah. The conceptual design report was completed by Alaska Energy and Engineering (AE&E), on May 29, 2009. The existing diesel power plant was found to be in poor condition and in need of replacement. The building design has been completed and a contract is underway for construction of the building under AEA Contract REG-11-063. The building contract calls for Substantial Completion by August 29, 2011. The Scope of Work for the building contract is indicated in the attached specifications REG-11063 Hoonah Power Plant Building Specifications. Project Organization This project is being constructed by the Alaska Energy Authority (AEA) on behalf of IPEC. The design is being prepared by AE&E. The AEA project manager is David Lockard. Funding Project funding is from the Denali Commission and the State of Alaska. These funds have been issued in a grant from AEA to IPEC. This grant to IPEC specifies that AEA will construct the project on behalf of IPEC. REQUIRED CONSTRUCTION MANAGEMENT CONTRACTOR SERVICES PRE-CONSTRUCTION SERVICES The mechanical and electrical design is 95% complete. Final design will be completed in July 2011. Major procurements will commence in July 2011. An introductory meeting of AEA, CM, & designer will be required. Anticipate monthly progress meetings until substantial completion of project. CONSTRUCTION SERVICES See the attached 95% design drawing files dated June 15, 2011, and entitled Hoonah Power Plant Mechanical & Electrical 95% Design. The CM contractor shall perform all work indicated on the referenced design drawings except for exclusions specifically noted below. The CM contractor shall also perform completion of the bathroom interior finishes and infill of the opening in the Control Room partition wall as indicated on sheets A2, A3, A4, and A5 of REG-11-063 Hoonah Power Plant Building Specifications. Note that this work was excluded from the building contract because of the requirement for mechanical and electrical rough in and switchgear installation to be performed under this contract.
CM/GC Project Description & Scope of Work Page 1 of 3

On REG-11-063 Hoonah Power Plant Building Specifications sheet MS shows mechanical supports and framed openings that are being provided as part of the building contract and are excluded from this Scope of Work. Sheets MU-1 and MU-2 show underfloor piping that is being provided as part of the building contract and is excluded from this Scope of Work. Sheet EG shows the electrical grounding grid that is being provided as part of the building contract and is excluded from this Scope of Work. Design drawings E1.1, E1.2, E1.3, E1.4, E1.5, and E1.6 show distribution system upgrades exterior to the plant. CM contractor shall furnish and install concrete foundations for equipment as indicated; install transformers and 5kV switch; and install conduit and conductors to the old power plant as shown on plan 2/E1.2. All other distribution work is excluded from this Scope of Work. Note that all equipment grounding indicated on sheet E3.2 and all conduit and conductor runs indicated on sheet E3.3 are included in this Scope of Work. All materials shall be furnished by the Owner delivered to the Hoonah dock at no cost to the CM contractor except as specifically noted below. The CM contractor shall be responsible for moving materials from the dock area to the project site, a distance of approximately 1 mile. The CM contractor shall furnish all material required for all concrete work as shown on the design drawings for installation of the fuel tank, electrical equipment, and exhaust pipe supports. Materials shall include but not be limited to: cement, aggregate, additives, reinforcing steel, pins, anchor bolts, form lumber, ties, and fasteners. Note that the sono-tubes for the exhaust pipe supports indicated on detail 3/M1.2 will be furnished and installed under the building contract and are excluded from this Scope of Work. Note also that a local contractor, Cascade Sand & Gravel 360-507-4296, has a batch plant and can deliver pre-mix to the project site. The CM contractor may be required to furnish some incidental materials for this work that were not included in the Owner furnished materials. The cost of these materials will be on a reimbursable basis above the base contract price. Note that Generator #1 and the associated Radiator #1 are currently in service in the existing power plant and must remain in service until the new power plant is ready for service. The CM contractor shall install Generators 2, 3, and 4; test the system; and place the new plant in service prior to removing Generator #1 and Radiator #1 from the old power plant. The CM contractor shall install and test Generator #1 and Radiator #1 after the new plant is operating. Note that the 12,000 gallon fuel oil day tank is currently in service in the existing power plant. The CM contractor shall place an existing 3,000 gallon tank in service at the old plant prior to moving the 12,000 gallon tank to the new plant as indicated on plan 1/M5.1. The CM contractor shall coordinate this change over with IPEC and plan out work to minimize any disruptions to power service. Schedule. Project shall be substantially complete by February 1, 2012. The definition of substantially complete is the plant is fully operational on Generators #2, #3, and #4 as indicated previously. Final completion and demobilization shall be by May 1, 2012. Early completion is desired. Heavy Equipment. A variety of equipment is available for hire locally. Grantee Provided Equipment. Not applicable. Permitting The contractor shall review all applicable permits with AEA project manager and designer to ensure that permit conditions are met. An Environmental Review (ER) has been completed and a Finding of No Significant Impact posted for this project. The ER is available for review by the Contractor. Construction Documents for this project will be submitted to the State Fire Marshall and the Fire Marshall permit will be provided for this project by AEA. Contractor is responsible for providing AEA with a Site
CM/GC Project Description & Scope of Work Page 2 of 3

Specific Health and Safety Plan prior to being on site. Contractor is also responsible for the Storm Water Pollution Prevention Plan (SWPPP) permit if it is required. Communication and Reporting. Contractor shall e-mail monthly progress reports prior to field work. Daily reports are required to be emailed from the field. Photos shall be e-mailed from the field for significant activities or at the request of AEA. Notifications. AEA and design engineer require two weeks notification of inspection dates and Startup and commissioning. Training. Community operators are to receive training on the systems at the end of the project. Training must be documented. Coordination All work shall be planned and executed so as to not adversely impact traffic and commercial activities in the project area and to minimize disruptions to electrical service. POST CONSTRUCTION Contractor shall warranty their work for one year. ADDITIONAL INFORMATION TO BIDDERS Use of Local Force Account Labor The contractor is expected to use local force account labor to the greatest extent possible. The contactor shall present his plan to use force account labor and provide a cost for the total force account labor payroll. The cost for Force Account Labor cannot be exceeded without an amendment to the contract. If the Contractor would like to use more funds for Force Account than what is proposed, the Contractor must negotiate it with the Project Manager and such funding may be reduced from the Contractors Contract Amount. It is expected that the Total Project Price will be all inclusive, and unless there is a change in scope, and an amendment issued, it shall not be exceeded. The contractor is responsible for hiring, supervising and time cards for the force account labor. The force account labor payroll accounting and checks will be handled by AEA and paid directly out of the project funds. The total force account labor estimate figure should be placed in the appropriate cell of the Estimate Summary tab of the C-3 Estimate.xls spread sheet. Construction Manager shall have a lap top computer and digital camera on site. Daily and/or special reports should be sent by email to the Authority. BARGE FREIGHT RESOURCES Alaska marine Lines provides weekly barge service from Seattle to Hoonah. Lynden Transport provides weekly truck/barge service from Anchorage to Hoonah. POINT OF CONTACT FOR ADDITIONAL INFORMATION ON HOONAH. The contactors are encouraged to contact the Community and discuss equipment and lodging, etc. City Clerk: Marlene Duvall, 907-945-3663

CM/GC Project Description & Scope of Work

Page 3 of 3

Вам также может понравиться