Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
General Materials or Services – SOW Page 1 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
Statement of Work
For
Engineering Services
Title: Engineering Services for Project L-849, Replace 200E 1.1 Million Gallon PW Tank
Date: June 3, 2020
Revision Number: 0
General Materials or Services – SOW Page 2 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
This page intentionally left blank
General Materials or Services – SOW Page 3 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
TABLE OF CONTENTS TABLE OF CONTENTS
1.0 Introduction / Background ............................................................................................. 6
1.1 Water Storage Tank ............................................................................................... 6
1.2 Sanitary Water Distribution Pumping and Clearwells .......................................... 6
1.3 Site Location ......................................................................................................... 7
2.0 Objective ............................................................................................................................
8 3.0 Description of Work - Specific .........................................................................................
8
3.1 Conceptual Design ................................................................................................ 9
3.1.1 Task 1 – 30% Conceptual Design Package ........................................................... 9
3.2 Definitive Design (Bid Option 1) ........................................................................ 10
3.2.1 Task 2 – 60% Definitive Design Package ........................................................... 10
3.2.2 Task 3 – 90% Definitive Design Package ........................................................... 11
3.2.3 Task 4 – 100% Final Definitive Design Package ................................................ 11
3.3 Construction, Testing, and Startup/Commissioning (Bid Option 2) ................... 12
3.3.1 Task 5 – Engineering Support during Construction, Testing, and
Startup/Commissioning..................................................................................................... 12
3.3.2 Task 6 – Development of Testing Documentation .............................................. 13
3.3.3 Task 7 – Development of Operations and Maintenance (O&M) Manuals and
Procedures .........................................................................................................................
14
3.3.4 Task 8 – Development of Training Plan and Delivery of Training .................... 14
3.4 Project Closeout (Bid Option 3) .......................................................................... 14
3.4.1 Task 9 – WDOH Construction Completion Report ............................................ 15
3.4.2 Task 10 – As-Built Drawings and Specifications ............................................... 15
4.0 Submittals ........................................................................................................................
15 5.0 Acceptance Criteria ........................................................................................................
16 6.0 Configuration Management and Standards .................................................................
16
6.1 Design Team Task Lead Expectations ................................................................ 16
6.2 Design Process .................................................................................................... 17
General Materials or Services – SOW Page 4 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
6.3 Design Interfaces ................................................................................................. 17
6.4 Documentation .................................................................................................... 17
6.5 Design Reviews ................................................................................................... 19
6.6 Design Verification ............................................................................................. 19
6.7 As-Built Drawing and Document Process .......................................................... 20
7.0 Requirements................................................................................................................... 20
7.1 Engineering Requirements .................................................................................. 20
7.2 Environmental, Safety, and Health (ES&H) Requirements ................................ 20
7.3 Quality Assurance (QA) Requirements ............................................................... 21
7.4 Government Property .......................................................................................... 22
7.5 Commercial Off-the-Shelf Software ................................................................... 23
7.6 Procurement of or Specification of New Electrical Equipment or Components 24
7.7 Procurement of or Specifications of Computer Hardware .................................. 24
7.8 Cyber Security Requirements .............................................................................. 24
8.0 Personnel Requirements ................................................................................................. 24
8.1 Required Qualifications....................................................................................... 25
8.2 Training Requirements ........................................................................................ 27
8.3 Security and Badging Requirements ................................................................... 28
8.4 Work Location / Potential Access Requirements ................................................ 28
8.5 Site Access and Work Hours ............................................................................... 29
9.0 Meetings ........................................................................................................................... 29
9.1 Design Kick-Off Meeting .................................................................................... 30
9.2 Design Progress Meetings ................................................................................... 30
9.3 Design Package Review Meetings ...................................................................... 30
9.4 Construction Progress Meetings .......................................................................... 30
10.0 Deliverables and Performance Schedule Requirements ............................................. 31
10.1 Deliverables ......................................................................................................... 31
10.2 Schedule .............................................................................................................. 31
11.0 Special Requirements ..................................................................................................... 31
11.1 Reporting Administration .................................................................................... 31
11.2 Lines of Communication ..................................................................................... 32
General Materials or Services – SOW Page 5 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
FIGURE
Figure 1 - Conceptual Location of New Tank 283EG in 200E for Project L-849 ......................... 7
TABLES
Table 1. SOW Task Overview ....................................................................................................... 9
Table 2. Engineering Services Staff Qualifications ..................................................................... 25
Table 3. Training Requirements ................................................................................................... 27
Table 4. Meeting Attendance ....................................................................................................... 29
APPENDICES
Appendix A - Submittal Register
Appendix B - Reliability & Design Checklist
Appendix C - Design Package Deliverables
Appendix D - Applicable MSA Procedure
General Materials or Services – SOW Page 6 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
1.0 INTRODUCTION / BACKGROUND
As a prime contractor to the U.S. Department of Energy, Mission Support Alliance, LLC (MSA) is
responsible for providing infrastructure-related services to support operations at the Hanford Site.
To support projects and engineering studies, MSA requires engineering services such as design,
systems planning, studies, options analysis, and systems master planning.
Engineering and design services requested by MSA are for facilities and systems classified as
General Service and considered non-nuclear and non-radiological.
1.1 Water Storage Tank
Project B-604, Water System Upgrades was completed in the 1990’s to provide upgrades to
Hanford’s Export Water (EW), Raw Water (RW) and Sanitary Water (SW) systems. The purpose
of the upgrades, was to meet the Department of Energy’s (DOE) requirement for two (2) reliable,
independent sources of fire protection water for the Central Plateau. The project included the
construction of two (2) Potable Water (PW) storage tanks serving the SW system, each with a
nominal storage capacity of 1.16 Million Gallons (MG) and a design life of 20 years. The tanks
were constructed of welded carbon steel. Project L-778, executed in 2014-2015, made additiona l
changes to the 1.16 MG tanks, including sequestration of 600,000 gallons for dedicated fire
protection water reserve. The tanks, 283EA and 283WA are located in the 200 East Area (200E)
and 200 West Area (200W), respectively.
The tank interiors have had documented inspections in 2007, 2013 and 2017. The 2007 inspection
assigned a rust rating to the various interior tank surfaces based on American Society for Testing
and Materials (ASTM) D610, Standard Practice for Evaluating Degree of Rusting on Painted Steel
Surfaces. Most surfaces had a corrosion rating of 8 or better, which corresponds to a maximum
surface rust area of 0.1%. Exceptions included the anti-vortex plate, graded 5, or up to 3% of the
total surface area and the roof vent with a grade of 7 (up to 0.3%). The 2013 inspection stated that
the tanks exhibited staining, bubble formation, and cracks in the interior coating. Corrosion above
the high-water mark was more pronounced with the roof showing widespread corrosion and paint
loss. The 2017 inspection report noted heavy rusting at the high-water mark and above, includ ing
heavy deterioration of the roof support I-beam and heavy corrosion in the hatch area. Areas of rust and paint bubbling were observed below the high-water mark.
1.2 Sanitary Water Distribution Pumping and Clearwells
All SW distribution pumps are located inside buildings 283E in 200E, and 283W in 200W. The
two (2) facilities were constructed as rapid-mixed media filtration water treatment facilit ies
constructed in 1944. Only 283W remains operational; however, each facility contains two (2)
functioning clearwells which are approximately 200,000 gallons each and both facilities contain
active SW distribution pumps. 283W has a combined pumping capacity of 3,400 Gallons Per
Minute (GPM) at 110 Pounds per Square Inch (PSI) and 283E has a combined pumping capacity
of 3,400 GPM at 110 PSI. Three (3) of the four (4) SW pumps in 283E have been replaced since
2015. One (1) of four (4) pumps in 283W has been replaced since 2015.
General Materials or Services – SOW Page 7 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
1.3 Site Location
Project L-849 will be located near the existing tank, 283EA, in 200E (see Figure 1). Exact
locations will be determined upon completion of the selection of the type of storage tank system,
soils analysis, and review of existing site utilities and infrastructure in and around the qualifying
sites. The new SW distribution pumps will be installed in existing 282EC Pump House, which
presently house inactive RW booster pumps and an active fire pump.
Figure 1 - Conceptual Location of New Tank 283EG in 200E for Project L-849
General Materials or Services – SOW Page 8 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
2.0 OBJECTIVE
Through this Statement of Work (SOW), MSA requires Architectural/Engineering (A/E) firm
services for conceptual and definitive design, construction support, startup / testing /
commissioning support, and as-built / closeout support for Project L-849, Replace 200E 1.1
Million Gallon PW Tank. The Subcontractor shall provide all aspects of engineering includ ing
civil/structural, mechanical, electrical, architectural, fire protection, HVAC, and instrumentat ion
and controls. Deliverables will include, but are not limited to, drawings, construction specification,
General Materials or Services – SOW Page 9 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
procurement specifications, calculations, Washington State Department of Health (WDOH)
approved project documents, and as-builts, as well as general engineering support throughout the
project.
The design of a new PW storage tank and pumping system in 200E shall also include the ability to
provide supplemental chlorine injection, chemical monitoring, cathodic protection, and tank
mixing as required to maintain water quality. The A/E shall provide all aspects of engineering for
the 283EG Tank layout/design (with a minimum PW storage capacity of approximately 1.5 MG)
and the sanitary water distribution pump layout and design, which shall reside within Build ing
282EC.
The Project L-849 design shall utilize similar equipment and design as the Project L-850 design to
the maximum extent practical (e.g., use the same pump manufacturer, variable frequency drive
manufacturer, tank manufacturer, flow meter and instrument manufacturer, etc.) to mainta in
operating and maintenance consistency of the SW system between the 200E (L-849) and 200W
(L-850) tanks and pump houses. Additionally, the system instrument and controls are to be
compatible with L-850 designs and concept of operations.
Note: “A/E” is used synonymously with “Subcontractor” throughout this document.
3.0 DESCRIPTION OF WORK - SPECIFIC
The A/E shall provide engineering support for the management, administration, coordination, and
development of design documents required to support construction, installation, and testing
associated with the new PW storage tank and SW distribution pumps in accordance with this SOW
and document HNF-FRDC-62005, Projects L-849 and L-850, Replacement of the200E and 200W Potable Water Tanks. This SOW includes ten (10) tasks described below. Tasks 2 through 10 are
to be included as itemized bid options per Table 1.
Table 1. SOW Task Overview
Task
No. Description
Conceptual Design
1 30% Conceptual Design Package
Bid Option 1 – Definitive Design
2 60% Definitive Design Package
3 90% Definitive Design Package
4 100% Final Definitive Design Package
Bid Option 2 – Engineering Support during Construction,
Testing, and Startup/Commissioning
5 Engineering Support during Construction, Testing, and
Startup/Commissioning
6 Development of Testing Documentation
General Materials or Services – SOW Page 10 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
7 Development of Operation and Maintenance Manuals and
Procedures
8 Development of Training Plan and Delivery of Training
Bid Option 3 – Project Closeout
9 WDOH Construction Completion Report
10 As-Built Drawings and Specifications
3.1 Conceptual Design
The Conceptual Design submittals shall include Task 1 provided below and in Appendix A,
Submittal Register.
3.1.1 Task 1 – 30% Conceptual Design Package
See Appendix C, Design Package Deliverables for minimum deliverables expected with the 30% design package. The L-849 design shall utilize similar equipment and design as the
Project L-850 design to the maximum extent practical (e.g., use the same pump manufacturer,
tank manufacturer, flow meter and instrument manufacturer, etc.) to maintain operating and
maintenance consistency of the SW system between the 200E (L-849) and 200W (L-850) tanks
and pump houses, see DCN-L850-0001 for reference.
The design for L-849 shall be grouped into the following two phases:
A. Phase 1 - includes design for the installation of the new tank, pumps, and modifications
to the 282EC Pump House as required to remove all Raw Water pumping equipment
and revise layout to incorporate SW System pumping components, piping, and SW
connections to and from the new 283EG Storage Tank and existing SW grid.
B. Phase 2 - includes design for the demolition of the existing tank 283EA and the
associated piping, recirculation pump, heater, and other remaining 282EC Pump House
modifications.
For all new drawings to be developed in accordance with HNF-14660, Off-Site Vendor Direction for Preparation and Control of Engineering Drawings (using the coordinate system
per Section 8.9 with dimensions in feet) and submitted as a DCN package to MSA within Task
1:
A. MSA will provide a block of drawing numbers to the A/E for use during the 30%
Design phase.
B. A/E shall follow all requirements listed within this SOW and HNF-FRDC-62005
A. Existing drawings provided to the A/E by MSA for reference may include drawings for
which no native CAD files are available. All coordinate systems shall be verified.
General Materials or Services – SOW Page 11 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
The A/E shall coordinate with vendor(s), as necessary, to provide design details required to
complete the design, procurement, and construction work scope.
Standby power is required and the existing 282ED generator shall be evaluated for sufficient
capacity to support electrical load demands for Project L-849.
The new PW storage tank 283EG will require freeze protection, booster chlorination system, chemical monitoring, tank mixing to maintain/improve water quality, cathodic protection, and
piping reconfigurations to allow for the new SW distribution pumps and existing fire pump
inside 282EC to draw from the new tank 283EG.
See Appendix B, for the Reliability and Design Checklist which shall be completed and
submitted as part of the 30% Conceptual Design Package submittal.
The Subcontractor shall disposition the MSA comments submitted on the 30% design package
and submit the dispositions to MSA for approval. Task 1 shall not be complete until comment
dispositions are approved by MSA. If resubmit is not required, then Subcontractor shall
incorporate comments and proceed with developing the 60% design package upon award of
Bid Option 1.
Subcontractor shall submit native files with the 30% design package (Word, Excel, AutoCAD,
etc.).
3.2 Definitive Design (Bid Option 1)
The Definitive Design (Bid Option 1) submittals shall include Tasks 2 – 4 provided below. The
Subcontractor shall furnish a detailed project schedule that covers this Bid Option’s specific tasks
(see Section 10.2).
3.2.1 Task 2 – 60% Definitive Design Package
See Appendix C, Design Package Deliverables for minimum deliverables expected with the
60% design package.
Update the Reliability and Design Checklist (see Appendix B) provided within Task 1 to
incorporate all changes made from the 30% Design Package to the 60% Design Package.
The Subcontractor shall disposition the MSA comments submitted on the 60% design package and submit the dispositions to MSA for approval. Task 2 shall not be complete until comment
dispositions are approved by MSA. If resubmit is not required, then Subcontractor shall
incorporate comments and proceed with developing the 90% design package.
Subcontractor shall submit native files with the 60% design package (Word, Excel, AutoCAD,
etc.).
General Materials or Services – SOW Page 12 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
3.2.2 Task 3 – 90% Definitive Design Package
See Appendix C, Design Package Deliverables for minimum deliverables expected with the
90% design package. Update the Reliability and Design Checklist (see Appendix B) provided
within Task 2 to incorporate all changes made from the 60% Design Package to the 90%
Design Package.
The Subcontractor shall disposition the MSA comments submitted on the 90% design package
and submit the dispositions to MSA for approval. Task 3 shall not be complete until comment dispositions are approved by MSA. If resubmit is not required, then Subcontractor shall
incorporate comments and proceed with developing the final design package.
The Subcontractor shall submit native files with the 90% design package (Word, Excel,
AutoCAD, etc.).
3.2.3 Task 4 – 100% Final Definitive Design Package
The 100% design package deliverable shall incorporate any final comments submitted during
the 90% review and be fully checked and ready for issue and release (including PE Stamping
the DCN cover sheets).
The 100% package should not include new information unless it was identified or required at
the 90% review, or per MSA's direction.
The 100% design documents shall be Professional Engineer (PE) stamped and signed.
Electronic PE stamp and signature is required.
The final, WDOH Project Report Submittal shall include the following:
A. Incorporation of all comments submitted within Task 4 per WDOH, MSA, and DOE
comment dispositions. Document shall be fully back checked and ready for issue and
release (including the stamped & signed cover sheet.
B. Submit WDOH Project Report stamped by a current Washington State licensed
Professional Engineer (PE) with required appendices. A/E is responsible for
dispositioning all comments or concerns from DOE and WDOH, along with any
required resubmittals for the WDOH Final Project report.
The Subcontractor shall submit native files with the 100% Design Package and WDOH Final
Project Report submittal (Word, Excel, AutoCAD, etc.).
3.3 Construction, Testing, and Startup/Commissioning (Bid Option 2)
The A/E shall provide engineering support during Construction, Testing, and Startup/
Commissioning and develop submittals as identified in Tasks 5 – 8 below. The Subcontractor
shall furnish a detailed project schedule that covers this Bid Option’s specific tasks (see Section
10.2).
General Materials or Services – SOW Page 13 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
3.3.1 Task 5 – Engineering Support during Construction, Testing, and
Startup/Commissioning
The Subcontractor shall provide engineering services during construction. Services shall
include: reviewing and approving technical submittals (structures, systems and components
[SSC] or construction); responding to Request for Clarification/Information (RCI); incorporate
design modifications and/or redline changes during construction; submitting WDOH Project
Report updates to MSA if/when significant design changes need to be implemented; site visits
to inspect construction; and attending meetings.
Prior to start of on-site work, the A/E shall work with the MSA BTR to do a Job Hazard
Analysis (JHA) and fill out an Employee Job Task Analysis (EJTA) for each person working
on-site to address potential issues/hazards related to construction site visits (see Section 7.2).
The basis for the cost of this work shall include:
A. Reviewing and approving technical submittals – Estimated quantity of 100.
B. Responding to RCIs from the construction subcontractor or other entities – Estimated
quantity of 25.
C. Major design changes – Estimated quantity of 10 DCNs. A major design change
requires the Subcontractor to perform additional design or design rework, review, and
approval documented in a DCN.
1. DCNs may be required during construction when field conditions or RCIs result
in one of the following: design rework, additional drawing sheet(s), or a design
change. The Subcontractor is expected to create new drawings or perform the necessary drawing changes, and fully check and verify design
additions/changes.
NOTE: Calculations may require updating depending on the extent of the design
change.
D. Site Visits – Estimated quantity of 20.
2. Site visits will include site reviews with MSA and the construct ion subcontractor to identify any work that is incomplete or requires correction
prior to achieving substantial completion. The Subcontractor may choose to
include additional site visits to ensure construction is meeting project
requirements and expectations at their discretion and noted in the proposal.
3. The A/E shall also provide on-site support during Construction Acceptance Test
(CAT) and Operational Acceptance Test (OAT) activities, including closeout
General Materials or Services – SOW Page 14 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
of testing punch list items and walk downs, as needed. Assume two weeks (8
working days).
3.3.2 Task 6 – Development of Testing Documentation
The Subcontractor shall develop the following test documentation using MSC-PRO-ENG-
286, Testing of Equipment and Systems (Table 2, Testing Documentation provides high-leve l
expectations for each type of testing document). This task includes updating the Test Plan,
development of startup and testing procedures/specifications and reports as outlined by the Test Plan created with the Design Packages, including FAT, CAT and OAT. FAT, CAT and
OAT procedures shall be developed in accordance with MSC-PRO-ENG-286, Testing of
Equipment and Systems and MSC-STD-ENG-60816, Engineering Test Documentation.
Any follow-up documentation required by MSC-PRO-ENG-286, such as Test Specificat ion
and/or Test Procedures, will utilize approved design documentation (e.g. drawings,
construction specification, procurement specification, etc.) for applicable acceptance criteria.
A. Test Plan – Update as needed during construction phase.
B. Test Specification(s) – Identifies specific tests to be performed, test requirements and
parameters for each test, and test criteria. Testing may be included as part of the
Construction Specification or as a standalone Test Specification.
C. Test Procedure(s) – Provides detailed instructions for performing tests, the
acceptance/success criteria, records results; includes prerequisites, precautions, special
equipment, test sequence; identifies hold points; assurance the scope and objectives
defined by the associated test requirements are satisfied; and objective evidence and
confirmation of successful acceptance or success criteria.
D. Test Report(s) – Provides a summary of the test results, activities undertaken, and a
conclusion of the test results. The Subcontractor shall develop the final outline and
format of the Test Report for review and approval by MSA. The construct ion
subcontractor will perform the testing, fill in the required test results, and provide
additional documentation as required.
Test documents shall be standalone documents and outlines are located in MSC-STD-ENG-
60816, Engineering Test Documentation. The A/E shall use the outlines as starting points.
3.3.3 Task 7 – Development of Operations and Maintenance (O&M) Manuals and
Procedures
The Subcontractor shall develop necessary manuals and draft procedures for MSA to properly
operate, maintain, and troubleshoot the system(s)/equipment/component(s) added or modified
by the scope of this SOW. MSA will provide procedure templates to the A/E to use for all
General Materials or Services – SOW Page 15 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
operations and maintenance procedures. See Section 6.4 for more information on MSA
procedures.
Documentation shall include, as a minimum:
A. Operating procedures: Normal, abnormal, alarm response, emergency (may also
include the manufacturer’s troubleshooting guide).
B. Recommended spare parts lists including manufacturer and pricing at the time of
purchase/installation.
C. Programming instructions and/or programmed parameters for "smart" devices.
D. Lubrication schedules.
E. Preventive maintenance requirements.
F. Predictive maintenance requirements.
G. Rebuild kits including pricing at the time of purchase/installation.
H. End of life criteria (e.g., "Replace when shaft back-lash exceeds 0.05 inches”).
This task includes development of necessary manuals and procedures for MSA to be able to
properly operate, maintain, and troubleshoot this system.
3.3.4 Task 8 – Development of Training Plan and Delivery of Training
This task includes development of a training plan and training material for MSA to be able to train operations and maintenance personnel to properly operate, maintain and troubleshoot this
system. The A/E will also provide initial on-site training on the system, including subsystems,
for MSA Operations and Maintenance personnel prior to turnover to MSA Operations.
For purposes of planning, the A/E should assume one week (4 working days) of mixed
classroom and hands-on training (generally equally split). A/E shall provide a means of
assessing and reporting successful understanding of training topic(s) on the part of MSA
Operations and Maintenance personnel.
3.4 Project Closeout (Bid Option 3)
The Project Closeout (Bid Option 3) submittals shall include Tasks 9 – 10 provided below. The
Subcontractor shall furnish a detailed project schedule that covers this Bid Option’s specific tasks
(see Section 10.2).
General Materials or Services – SOW Page 16 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
3.4.1 Task 9 – WDOH Construction Completion Report
A/E shall develop and submit all design changes that require WDOH review and approval. All
change orders that require WDOH approval shall be approved prior to implementation or
construction. The Lead Engineer shall be required to stamp and submit the WDOH
Construction Completion Report within 60 days of completion of the project, and prior to use.
3.4.2 Task 10 – As-Built Drawings and Specifications
The A/E shall provide as-built drawings and specification(s) at the end of the project as defined in Section 6.7. Following construction completion, the A/E shall update the project documents
(drawings, specifications, calculations, reports, etc.) to incorporate all redlines/modifications
into the final as-built documentation. The drawings shall depict the final configuration of the
work performed and the specification shall be updated to reflect any changes made during
construction. The signed and Professional Engineer (PE) stamped as-built documents shall be
submitted to MSA along with all native files.
4.0 SUBMITTALS
See Appendix A, Submittal Register for details related to submittal format, type, review cycles,
etc. Subcontractor shall deliver all submittals listed on the Submittal Register to MSA Project
Document Control at [email protected] using the Subcontractor Document Submittal Form
(Site Form A-6003-061) and Carbon Copy (CC) the Buyer’s Technical Representative (BTR) and
Contract Specialist (CS). All transmittal subject headings shall contain, at a minimum, the
subcontract number, task Release number, submittal number, and submittal description.
Forms are available at the following web address under the “Subcontractor Document Forms” link :
http://www.hanford.gov/pmm/page.cfm/ContractorForms
Subcontractor shall submit deliverables electronically and may include a hard copy. If electronic,
files must be non-password protected in one of the following formats:
• Microsoft® Office Compatible
• Primavera P6 (XER)
• Microsoft Project (MMP)
• Adobe® Reader or Acrobat® (PDF)
• Joint Photographic Experts Group (JPEG)
• Mathcad Prime 3.1
• AutoCAD® (DWG)
• Windows Media Video (MP4)
All AutoCAD designed drawings shall be in accordance with Section 6.4.
Subcontractor shall send electronic submittals to Project Document Control or deliver via an MSA-
designated File Transfer Protocol (FTP) site.
General Materials or Services – SOW Page 17 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
All engineering submittals must be peer reviewed/quality checked to ensure completeness and
accuracy prior to submittal and in accordance with subcontractor’s Quality Assurance Plan (QAP).
Subcontractor shall provide native files for all deliverables as noted in Appendix C or as requested
by the BTR at any point during subcontract performance.
Subcontractor shall provide Requests for Clarification/Information to the Project Document Control, CC the BTR and the CS, using the Request for Clarification or Information Form (Site
Form A-6003-063).
5.0 ACCEPTANCE CRITERIA
Subcontractor work products and services shall meet applicable standards as defined in this SOW
and HNF-FRDC-62005, Projects L-849 and L-850, Replacement of the 200E and 200W Potable
Water Tanks The Subcontractor’s current Washington State licensed Professional Engineer (PE)
shall approve/stamp all final design documents, if required under Section 3.0, Description of Work
– Specific; Appendix C, Design Package Deliverables; or Appendix A, Submittal Register.
At the BTR’s discretion, design submittals that are not accepted may only require resubmittal of
the Subcontractor Document Submittal Form with acceptable comment disposit ions for
incorporation into the subsequent design submittals.
6.0 CONFIGURATION MANAGEMENT AND STANDARDS
6.1 Design Team Task Lead Expectations
The Subcontractor shall establish a single point of contact to fulfill the role of Task Lead (TL)
(e.g., the Subcontractor’s Project Manager). The TL is responsible for coordinating the
engineering efforts of the multi-disciplined team in the execution of this subcontract. The TL shall
work closely with the MSA Project Manager, to monitor the design budget and schedule. The TL
is responsible for preparation of work plans or assisting in preparation of the deliverables.
The TL is the point of contact for the effort and has overall responsibility for adequacy of design
inputs, establishing technical interfaces and integration of disciplines, and ensuring completion of
the job in accordance with the specified engineering and quality requirements, procedures, and
schedule.
The TL is accountable to:
A. The MSA Design Authority/Project Engineer(s) to ensure the development of design products is in accordance with the design requirements and criteria.
B. The MSA Project Manager for integration of technical work with the project or task scope,
schedule, and budget and to ensure the design meets technical requirements, specifications,
and quality requirements.
General Materials or Services – SOW Page 18 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
6.2 Design Process
The Subcontractor shall develop design content in accordance with their internal engineer ing
program, processes and procedures, except where noted in this SOW.
During the design process, the Subcontractor shall also consider maintenance and reliabil ity
engineering as described in HNF-FRDC-62005, Section 4.3.4. Use of the Reliability and Design
Checklist, located in Appendix B, to document the maintenance and reliability design
considerations.
The Subcontractor shall establish and control design interfaces in accordance with Section 6.3.
The Subcontractor shall document design content in accordance with Section 6.4.
The Subcontractor shall perform an internal design review of their generated designs in accordance
with Section 6.5.
6.3 Design Interfaces
Design interfaces shall be identified, documented, and controlled in a specification or on an MSA
drawing and be uniquely identified.
6.4 Documentation
Work produced as part of this SOW shall be documented and meet the MSA standards listed in
Section 7.1, Engineering Requirements, the statement(s) below, and HNF-FRDC-62005.
A. Technical Documents. Technical documents shall be prepared in accordance with the
Subcontractor’s internal procedures with appropriate editorial and presentation standards
employed. The document shall contain, at a minimum, the document number, revision
number, title, and pagination in the header or footer. Technical documents received by
MSA undergo review, approval, and release by MSA using the Engineering Package (EP) electronic approval and release process in accordance with MSC-PRO-ENG-440,
Engineering Package Process. The Subcontractor shall prepare and finalize the document,
and then MSA will initiate the EP and process the package for approval and release. Each
document will have a unique document number obtained through the Hanford Document
Numbering System (HDNS). MSA will request and supply the document numbers.
B. Engineering Calculations. New or revised Engineering Calculations shall be prepared
and issued in accordance with MSC-PRO-ENG-8259, MSC Calculation Preparation and Issue. Standalone calculations receive a document number from the HDNS and undergo
release by MSA using the EP electronic approval process. The calculation shall contain,
at a minimum, the calculation number, revision number, title, and pagination in the header
or footer. The Subcontractor shall prepare and finalize the calculation, and then MSA will
initiate the EP and process the package for approval and release.
General Materials or Services – SOW Page 19 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
C. Engineering Drawings. New or revised Engineering Drawings for release or issue into
MSA document control system shall be prepared in accordance with HNF-14660, Offsite
Vendor Instructions for Preparation and Control of Engineering Drawings. Drawings
submitted as vendor information are exempt from this requirement.
D. Design Change Notices (DCN). The DCN process shall be used to issue new and
authorize changes to engineered documents intended for “Approved for Construction."
E. Design Analysis. The Subcontractor shall develop design analyses in accordance with
their own internal processes. Design analysis documentation shall include:
1. Definition of the objective of the analysis;
2. Definition of analysis inputs and their sources;
3. Results of literature searches or other applicable background data;
4. Identification of assumptions and indication of those that must be verified as the
design proceeds;
5. Identification of any computer calculation including computer type, computer
program (e.g., name), revision identification, inputs, outputs, evidence of or
reference to computer program verification and validation and the bases (or
reference hereto) supporting application of the computer program to the specific
physical problem;
6. Review and approval.
7. Native files require submission with the design package submittals for each analysis
and subsequent revision.
8. Standalone design analyses received by MSA (i.e., those not incorporated into a
DCN) will undergo review, approval, and release using the EP process. Design
analyses incorporated into a DCN shall also use Site Form A-6007-113,
Calculation Peer Review Checklist or MSA approved Subcontractor calculat ion
verification/checker documentation.
F. Standalone Specifications. New or revised standalone Specifications shall be prepared in
accordance with Construction Specification Institute (CSI) MasterFormat . Appropriate
editorial and presentation standards shall be employed. The Specification shall contain, at
a minimum, the document number, revision number, title, and pagination in the header or
footer. Each standalone document will have a unique document number obtained through
the Hanford Document Numbering System (HDNS). The Subcontractor shall provide a list
of specifications, and then MSA will request and supply the document numbers.
General Materials or Services – SOW Page 20 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
G. Specifications as Part of a DCN. Specifications included in a DCN shall be prepared in
accordance with the Subcontractor’s internal procedures with appropriate editorial and
presentation standards employed. Typically, these are included on Project or task specific
drawing sheets. If using drawing sheets, the drawings shall be developed in accordance
with HNF-14660.
H. Test Documentation. Testing documentation including Test Plan, Test Specification(s ),
Test Procedures(s), and Test Report(s) in support of FAT, CAT, and OAT shall be
developed in accordance with MSC-PRO-ENG-286. Outlines for each of the document
types are included in MSC-STD-ENG-60816. Templates provided by MSA and the
procedure outlines can serve as a starting point; the Subcontractor can make
additions/deletions as necessary using a graded approach to meet requirements of the
Project.
I. MSA Procedures. See Appendix D, Applicable MSA Procedures.
6.5 Design Reviews
The preparation, checking, verification, review, approval, and release of all design media needed
for the design is included in this SOW. MSA may conduct design reviews on design packages
developed under this subcontract in accordance with internal MSA procedures and guides. MSA
Engineering will conduct formal design reviews at the 30%, 60%, and 90% design stages (see
Section 9.3). Subcontractor shall not construe MSA-conducted design reviews as design
verification approval.
For each design product, Subcontractor shall internally check, review, and approve the deliverab le
prior to providing the design package to MSA for review, comment, and subsequent approval.
Accuracy of the content and checking for technical adequacy should be appropriate for the stage
of design unless otherwise requested by the MSA Design Authority and/or Project Engineer.
Design products submitted shall be so noted by watermark or stamp that clearly reflects the stage
of design completion (e.g., “30% preliminary” or “Rev. A,” etc.). In all cases, the deliverab le
package shall include an index of the information provided, placeholders for “planned” additions,
and be a complete, accurate, and quality conscious representation of the design effort conducted
to date.
6.6 Design Verification
The Subcontractor shall submit a design verification plan for all designs as part of the detailed work execution plan (see Section 7.0) to MSA for review and approval. The design verificat ion
plan shall describe the method of implementing and documenting reviews to the extent possible,
understanding that the design is not yet fully developed and refinement of the plan may be required
as the design progresses.
The Subcontractor shall fully check the final design stage (90%) products in accordance with their
approved Quality Assurance Program and internal implementing procedures. MSA considers 90%
design products to be ready for final release/issue and/or construction. In addition to technica l
General Materials or Services – SOW Page 21 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
adequacy, checking shall address drafting standard compliance (where applicable as defined in
Section 6.4), editorial errors, and overall workmanship.
The Subcontractor shall submit evidence of final design verification documenting the design
verification method(s) used (e.g., peer review, alternate calculation, etc.), completed checklists,
required verification matrices, etc.
6.7 As-Built Drawing and Document Process
The A/E shall have a documented as constructed record drawing and document process as part of
their engineering program procedures that will ensure that record drawing and documentat ion
activities will depict the post-installation physical facility conditions. Subcontractor shall submit
as-built project documentation (drawings, specifications, reports, calculations, etc.) to MSA in the
applicable formats as described in Section 6.4.
7.0 REQUIREMENTS
The Subcontractor shall provide a detailed Engineering Work Plan that includes design execution
approach, design development description and rationale, high- level design schedule, design
verification strategy (see Section 6.6), design review meetings (see Section 9.3), and key support personnel. The design approach shall provide a detailed understanding of the entire scope of this
SOW. The Subcontractor shall include a Work Breakdown Structure (WBS) and associated WBS
descriptions as necessary in the design schedule.
General
For any work performed on the Hanford Site or any MSA-controlled facility, the provisions of the
Special Provisions – On-Site Services, will apply to Subcontractor personnel.
7.1 Engineering Requirements
The Subcontractor shall follow the applicable MSA procedures provided within Appendix D,
Applicable MSA Procedures and HNF-FRDC-62005. See HNF-FRDC-62005, Section 5.0 for
the Projects Codes and Standards.
7.2 Environmental, Safety, and Health (ES&H) Requirements
The Subcontractor shall exercise a degree of care commensurate with the work and the associated
hazards. The Subcontractor shall ensure that management of safety and environmental functions
and activities is an integral and visible part of the Subcontractor’s work planning and execution
processes. The Subcontractor shall flow down safety and environmental requirements to the
lowest-tier subcontractor performing work on the Hanford site commensurate with the risk and
complexity of the work.
Subcontractors are not to contact any offsite environmental regulatory agency to make any notifications or inquiries related to this project without prior approval from MSA.
General Materials or Services – SOW Page 22 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
The project scope will include installation of a standby diesel generator in accordance with
requirements described in HNF-FRDC-62005. Installation of a standby generator will likely
require submittal of a Notice of Construction application by DOE-RL and issuance of an approval
order by the Washington State Department of Ecology. The approval order is required prior to
emission unit construction in accordance with WAC 173-400-030. Specific product data for the
selected standby diesel generator (i.e., manufacturer, model number, horsepower, emissions data) shall be provided to MSA Environmental during definitive design submittals.
Prior to start of on-site work the A/E shall work with the MSA BTR to do a Job Hazard Analysis
(JHA).
Subcontractor and lower-tier subcontractor personnel shall be responsible to complete an
Employee Job Task Analysis (EJTA) questionnaire for any of the following situations:
A. For any Subcontractor or lower-tier subcontractor employee who will be on the Hanford
Site for more than 30 days in a year.
B. For any Subcontractor or lower-tier subcontractor employee who may potentially be
exposed to hazards (e.g. radiological, beryllium, hazardous wastes, noise) while
performing in accordance with the subcontract SOW.
C. For any Subcontractor or lower-tier subcontractor employee enrolled in a medical or
exposure monitoring program required by 10 CFR 851, and/or any other applicable federal,
state or local regulation or other obligation.
If any of the above conditions are met, the Subcontractor and its lower-tier subcontractor employee
is to have a current approved EJTA prior to that employee beginning work on the Hanford Site.
The MSA Safety Professional shall review any changes to the scope or associated activities for any potential impacts to the Subcontractor or lower-tier subcontractor employees.
MSA’s Safety and Health Procedures are available on the internet at
http://www.hanford.gov/pmm/page.cfm/Construction. The documents on this site are kept current
and are available for Subcontractors and lower-tier subcontractor use.
The Subcontractor shall flow down all ES&H requirements to the lowest-tier subcontractor
performing work in support of this SOW and associated activities.
7.3 Quality Assurance (QA) Requirements
The work activities for this SOW have been designated as Quality Level (QL) 3, General Service
(GS) by the applicable Design Authority/Technical Authority.
The Subcontractor shall document, implement, and maintain a Quality Assurance Program (QAP)
that utilizes a national or international voluntary consensus standard or equivalent (i.e.
General Materials or Services – SOW Page 23 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
International Standards Organization (ISO) 9001, etc.) that include the following requirements,
as a minimum:
A. Organizational structure, including a description of roles and responsibilities
B. QAP which describes the process to control items and activities
C. Indoctrination, training, and qualification and/or certification of project personnel
D. Design control, including design verification/validation, change control, and software
quality requirements to ensure software produces correct results
E. Implementing procedures and/or instructions that describe step by step activities
F. Document control to ensure only correct documents are being used
G. Corrective action management to identify and correct issues that lead to process improvements
H. Quality records, which are protected from loss or deterioration and are submitted.
With proposal and upon award of the subcontract (see Appendix A, Submittal Register for due
date), the QAP and implementing procedures are required to be reviewed and approved by the
MSA Quality Assurance Organization. If the Subcontractor’s QAP has been previously submitted
and approved by MSA, and is current, the Subcontractor may submit a statement to this effect with
the proposal and for the submittal requirement. If the Subcontractor’s QAP has been previous ly
submitted and approved by MSA, but is not current, the updated QAP shall undergo resubmiss ion
to MSA for review and approval. The Subcontractor shall submit proposed changes to the QAP
and implementing procedures to the Buyer/QAE/CS for review and approval prior to
implementation during the performance of this Subcontract.
The Subcontractor shall be responsible for performing quality workmanship and shall conduct the
quality control measures necessary to ensure that all work conforms to referenced codes, standards,
and other requirements as defined by this SOW.
If the Subcontractor subcontracts any portion of this work scope to lower-subcontractors, the
Subcontractor shall be responsible for the flow down of applicable portions of this SOW to their
lower-tier subcontractors, including engineering and quality assurance requirements, pertaining to
services and activities for which they are responsible.
All Subcontractor activities are subject to oversight by MSA’s QAE and/or Engineer ing
representative(s) at the Subcontractor’s facilities, including lower-tier facilities if applicable. For
requesting access to the Subcontractor or lower-tier’s facilities, the request shall be coordinated through the Subcontractor’s contract representative and MSA’s CS is required. MSA may perform
the visit jointly with the Subcontractor if desired.
General Materials or Services – SOW Page 24 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
If this SOW conflicts with the Contract Documents, the Contract Documents shall take
precedence.
7.4 Government Property
The Subcontractor is not required to use Government property in the performance of this SOW.
7.5 Commercial Off-the-Shelf Software
The Subcontractor shall submit the following documentation for all engineering analysis/design,
data analysis/reduction, and engineering/environmental modeling Commercial Off-the-Shelf
(COTS) software1 (application) used in the performance of work activities. The Subcontractor
shall provide documentation even if the applications are verified through manual
verification/independent calculations and/or analyses.
NOTE: If the same COTS product is utilized for a range of calculations this documentation only
needs to be submitted once, but documents/calculations shall be traceable back to number 1
specified below and is subject to oversight activities. A. Description of the COTS software
including:
1. Manufacturer’s name and address
2. COTS application’s title and version identifier
3. Operating system and hardware platform that will be used
4. Manufacturer’s Technical Specifications or other published description of the COTS.
B. Standard data set(s) used to verify operation of the COTS application
1. Data sets shall cover each function or mode of operation used during the performance
of the work activities.
2. When the COTS application’s range of operation cannot be verified by a single data
set, the Subcontractor shall submit, as a minimum, data sets covering the upper and
lower thirds of its range.
C. Subcontractor shall notify MSA of any software errors related to COTS deliverables.
Detailed COTS requirements are also in the Contract Documents. If this SOW conflicts with the
Contract Documents, the Contract Documents shall take precedence.
1 COTS software refers to an existing application, which implementation occurs on a standard operating system
without the need for modification of its executable/object code.
General Materials or Services – SOW Page 25 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
7.6 Procurement of or Specification of New Electrical Equipment or Components
All new electrical equipment and/or components being procured or included in a specification as
part of this SOW shall meet the following requirements:
D. Unless otherwise approved by MSA, all electrical equipment and industrial control panels2
delivered or brought onto the site in performance of a subcontract must be listed or labeled
by an organization currently recognized by OSHA as a Nationally Recognized Testing
Laboratory (NRTL).
E. All electrical equipment installed as part of a subcontract must comply with the National
Electric Code (NEC), Nation Fire Protection Association (NFPA) 70 and where applicable
ANSI C2 (NESC).
7.7 Procurement of or Specifications of Computer Hardware
The Subcontractor design shall specify computer hardware that meets the following requirements :
A. Servers shall be registered in Electronic Product Environmental Acquisition Tool (EPEAT)
(https://epeat.sourcemap.com/)
B. Workstations, laptops, monitors and printers shall be registered in EPEAT
(https://ww2.epeat.net/publicsearch.aspx?stdid=0&epeatcountryid=0)
1. Workstations and laptops must be configured with ENERGY STAR included in the
build to ensure EPEAT compliance
F. Workstations must also be listed in the Federal Energy Management Program (FEMP) low standby power product list (https://www.energy.gov/eere/femp/low-standby-
powerproduct-list)
7.8 Cyber Security Requirements
Not applicable to this work scope.
8.0 PERSONNEL REQUIREMENTS
The Subcontractor shall submit Personnel Training Qualifications and Organization Chart.
Subcontractor personnel performing engineering services shall have appropriate training,
experience, qualification, and/or certification(s) to perform the work required for this SOW.
Documentation/certification of personnel qualifications shall be maintained by the Subcontractor
and provided to MSA upon request. Subcontractor personnel qualifications/certifications may
require verification by MSA prior to performing work in order to provide reasonable assurance
that the Subcontractor has assigned the personnel with sufficient documented training, education,
and experience to satisfy the specified requirements.
General Materials or Services – SOW Page 26 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
2 Industrial control panels is a general term including material, fittings, devices, appliances, luminaires (fixtures), apparatus, and the like, used as a part of, or in connection with, an electrical installation.
8.1 Required Qualifications
Subcontractor shall ensure that its personnel meet and maintain the appropriate training,
qualification and certification requirements.
A. Subcontractor shall provide current Washington State licensed Professional Engineers in
each discipline.
B. Subcontractor shall have previous experience designing a minimum of one Potable Water
Storage tank and Potable Water pump house of comparable size to this Project.
C. Lead Engineers must be degreed with a minimum of 5 years’ experience that is
commensurate with their title/classification/engineering discipline.
MSA expects the Subcontractor will identify and apply an appropriate mix of resources and
experience to each task to ensure that MSA is receiving the best value possible for the engineer ing
service requested. Table 2 below identifies the Engineering Services Staff Qualifications
associated with this SOW.
Table 2. Engineering Services Staff Qualifications
Discipline Progression2 Experience Level/Qualifications 3
Principal Engineer Applies advanced engineering techniques and analyses for problems and methods. Has extensive experience in engineering.
Minimum Qualifications: Bachelors of Science (BS) degree in Engineering
discipline PLUS 15 or more years engineering experience, or equivalent
combination of education and experience related directly to the tasks/design
defined within this SOW.
Senior Engineer Performs conventional design engineering and analysis. Plans and conducts independent evaluation, selection, and adaptation of engineering techniques, procedures, and criteria. When assigned, may provide managerial and/or technical direction to other engineers.
Minimum Qualifications: BS degree in Engineering discipline PLUS 10 to
14 years engineering experience, or equivalent combination of education and
experience related directly to the tasks/design defined within this SOW.
2 The interpretation of entries for Principal Engineer, Senior Engineer, Advanced Engineer, and Entry-Level
Engineer should include the following engineering disciplines: Electrical, Mechanical, Civil, Structural,
Architectural, HVAC, and Fire Protection.
3 Education and experience equivalencies are expected to meet the requirements of DOE O 426.2, Personnel
Selection, Training, Qualification, and Certification Requirements for DOE Nuclear Facilities. It is the
responsibility of the Subcontractor to develop and submit these equivalencies.
General Materials or Services – SOW Page 27 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
Advanced Engineer Under general supervision, evaluates, selects, and applies standard
engineering techniques, procedures, and criteria.
Discipline Progression3 Experience Level/Qualifications 4
Minimum Qualifications: BS degree in Engineering discipline PLUS 4 to 9
years engineering experience, or equivalent combination of education and
experience related directly to the tasks/design defined within this SOW.
Entry-Level Engineer Under supervision, performs standardized assignments using standard engineering techniques, procedures, and criteria.
Minimum Qualifications: BS degree in Engineering discipline PLUS 0 to 3
years engineering experience, or equivalent combination of education and
experience.
Senior Designer/CAD
Technician Experienced and proficient in providing direction to designers producing AutoCAD drawings, performing drawing revisions, engineering changes documents, and performing field walk downs to obtain dimensions and equipment layout. Responsible for site, facility, system, equipment and product research to produce design drawings under the direction of design engineers.
Minimum Qualifications: Associates (AA) degree, minimum of 12 years
progressive responsible experience, and/or equivalent technical/trade school
degree plus additional years of progressive experience as a CAD designer in
an infrastructure and/or utility service environment.
Designer/CAD
Technician
Experienced and proficient in producing AutoCAD drawings, performing drawing revisions, engineering change documents, and performing field walk downs to obtain dimensions and equipment layout. Responsible for limited site, facility, system, equipment and product research to produce design drawings under the direction of design engineers.
Minimum Qualifications: AA degree, minimum of 3 to 11 years of
experience or equivalent technical/trade school degree or additional
progressive experience.
Project Manager Responsible for management and execution of assigned project(s) in accordance with the requirements of the subcontract between the Subcontractor and MSA, and the Subcontractor’s operating policies and principles. Responsible for execution of the work in accordance with the quality standards and requirements specified for the project.
Minimum Qualifications: Bachelor’s degree PLUS 15 or more years related
experience.
General Materials or Services – SOW Page 28 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
Technical Writer/Editor Researches, writes, edits, and proofreads technical data for use in documents or sections of documents such as manuals, procedures, and specifications. Ensures technical documentation is accurate, complete, meets editorial and government specification, and adheres to standards for quality, graphics, coverage, format, and style.
Minimum Qualifications: AA degree in an applicable technical field and 2
years related experience, or an equivalent combination of education and
experience.
Discipline Progression3 Experience Level/Qualifications 4
Project
Controls/Scheduler
Prepares or assists in preparation of estimating, scheduling, or cost engineering requirements for a project or assignment. Reviews work for completeness as required by project specifications and scope definition. Applies standard cost and/or scheduling data to departmental programs or systems.
Minimum Qualifications: Bachelor’s degree in Business or related field and
5 or more years related experience, or a combination of education and
experience.
Cost Estimator Prepares estimates (e.g., fair cost, conceptual, definitive design). Reviews specifications and drawings/sketches for the preparation of the cost estimate(s). Performs detailed quantity takeoff of drawings or sketches. Applies appropriate cost elements (e.g., overhead, escalation, contingency, profit) as applicable to the contract type.
Minimum Qualifications: Bachelor’s degree in Business, Engineering or
related field and 5 or more years related experience, or a combination of
education and experience.
QA Engineer Defines and develops quality standards for receiving, in-process and final inspection in accordance with company and contractual requirements. Reviews and evaluates complex in-process rejections and implements corrective actions as needed. Interfaces with customers, vendors, and company departments to resolve quality problems and provide information. Participates in and may lead audits. Provides technical support to inspection personnel and feedback to management on inspection and test trends, returns, and vendor performance.
Minimum Qualifications: Bachelor’s degree in Engineering or related field
and 5 or more years related experience.
8.2 Training Requirements
Table 3 below includes the training requirements associated with this SOW.
Table 3. Training Requirements
Hours Course Number Description
4 000001 HGET* – Computer-Based Training (CBT)
General Materials or Services – SOW Page 29 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
4 110001 MSA General Employee Training (MGET) - CBT
4 044391 Portable Ladder Safety - CBT
3 020147 Fall Hazard Recognition and Prevention
4 N/A MSA CAD Standards and Expectations (Classroom) *In lieu of HGET, employees may complete the Hanford Site Orientation (HSO), which is sent to the Subcontractor at their location.
Some courses may only require a limited number of employees, not ALL employees, to attend in
order to complete a specific task for the scope and associated activities.
The Subcontractor shall be responsible for all wages of their employees or lower-tier subcontractor
employees while attending any required training courses. MSA will schedule and furnish Hanford
Site-specific training courses at no cost to the Subcontractor.
CBT training may be coordinated through Vivid Learning Systems, 372-0335.
Any changes to the scope or associated activities shall undergo review by the MSA Safety and
Training Professionals for any potential impacts to the Subcontractor or lower-tier subcontractor
employees.
The Subcontractor shall flow down all training requirements, as applicable, to the lowest tier
subcontractor performing work in support of this SOW and associated activities.
8.3 Security and Badging Requirements
Subcontractor personnel attending meetings, performing walk downs on the Hanford Site, or
accessing a controlled access facility may be required to obtain a standard or temporary badge.
Badges can be obtained by notifying the CS.
For more information on badging, please see the MSA Procurement Website at:
https://www.hanford.gov/pmm/page.cfm/safetyandsecurity
For any on site work, see Special Provisions – On-Site Services for details.
Subcontractor personnel attending meetings, performing walk downs on the Hanford Site, and/or
accessing any Hanford facility shall be familiar with Hanford Site emergency management
requirements and response expectations to Hanford Site Emergency Alerting System warnings or
sirens. Subcontractor personnel shall also participate in any emergency preparedness drill or
exercise that may be taking place unless otherwise exempted by the Drill/Exercise Coordinator.
Subcontractor employees will be required to submit to vehicle searches and not personally carry
or transport certain prohibited articles.
General Materials or Services – SOW Page 30 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
8.4 Work Location / Potential Access Requirements
A majority of work activities performed will occur at the Subcontractor’s facilities. Project
meetings and/or field walk downs may be performed on the Hanford Site (i.e., 3170 George
Washington Way, Richland, WA and MO285 or MO234 on the Hanford Site). MSA anticipa tes
the Subcontractor will not access any radiological controlled areas for which additiona l
radiological training is required.
8.5 Site Access and Work Hours
Hanford personnel at the Hanford Site work a standard 4/10 schedule. The standard workweek
consists of ten (10) hours of work between 6:00 am and 4:30 pm, with one-half hour designated as
an unpaid period for lunch, Monday through Thursday.
Work performed outside normal operating hours, while on the Hanford Site, shall be coordinated
and/or approved through the BTR and/or the CS prior to performing the work.
9.0 MEETINGS
Subcontractor shall participate in all meetings as required by the BTR including all meetings
identified in Table 4.
General purpose of meetings is for the coordination, control, and direction of the work. In addition to meetings addressed by this Section, other Sections and other Subcontract documents may
require the Subcontractor to conduct special-purpose meetings and various safety meetings and
briefings.
MSA will issue meeting notices and prepare an agenda and minutes for each meeting addressed in
this Section unless otherwise specified. When applicable, minutes will identify action items,
assigned actionees, and due dates.
Table 4. Meeting Attendance
Task
No.
Attendance in Person
Meeting Description Mandatory Optional
N/A X Design Kick-Off Meeting
N/A X Design Progress Meetings (Weekly)
1 X 30% Design Package Review Meeting
2 X 60% Design Package Review Meeting
3 X 90% Design Package Review Meeting
4 X 100% Design Package Review Meeting
5 X Engineering Support during Construction, Testing,
and Startup/Commissioning
5 X Construction Progress Meetings (Weekly)
6 X Testing Documentation Review Meeting
General Materials or Services – SOW Page 31 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
7 X Operation and Maintenance Manuals and
Procedures Review Meeting
8 X Training Plan Review Meeting
8 X Delivery of Training Meeting
9 X WDOH Construction Completion Report Meeting
10 X As-Built Drawings and Specifications Meeting
9.1 Design Kick-Off Meeting
Prior to the start of work, a kick-off meeting shall occur between MSA and the Subcontractor at a
time and location agreed to by both parties. The kick-off meeting shall take place within two
weeks (14 calendar days) from when MSA issues either the award paperwork or a notice to proceed
(whichever occurs first). The kick-off meeting will include a field walkdown of the project location on the Hanford Site. Invited attendees will include MSA, Subcontractor, and others
having an interest in the work.
The purpose of the kick-off meeting is to coordinate the start or work, discuss the Subcontractor’s
scope, deliverable due dates, information transfer, reviews, meetings, reporting, etc. The kick-off
meeting shall discuss design expectations to coordinate design development details, clarify level
of detail expectations for 30/60/90/100% designs packages, clarify CAD compliance and
expectations, share lessons learned, and discuss any questions. The main A/E design discipline leads (design, civil, mechanical, electrical, I&C, etc.) shall attend this meeting in person and other
A/E support team members may join remotely.
9.2 Design Progress Meetings
MSA and the Subcontractor shall meet weekly to discuss the design status/progress at a reoccurring
day and time determined by MSA. Invited attendees will include MSA, Subcontractor, and others
having an interest in the work. The purpose of the meeting is to discuss issues and proposed
resolutions, review schedule, discuss comments, and provide on-the-spot answers.
9.3 Design Package Review Meetings
As referenced in Table 4 and Section 6.5, the A/E shall prepare for, attend, and facilitate
30/60/90% design package review meetings within three weeks after submittal to MSA for review.
The purpose of these meetings is to discuss design progress, confirm requirements and design
objectives are being met, and identify critical design decisions/issues as early as possible. These
meetings should not be construed as design approval. The design package review meeting will occur
after MSA receives each design package (e.g., 30%, 60%, and 90%) and prior to MSA submitt ing
comments. The design package review meeting shall be included in the Subcontractor’s Work
Execution Plan, including the proposed method of implementing and documenting the review
meeting. The final time and location will be determined by MSA. Attendees will include MSA Project personnel and the Subcontractor. Other invitees may include MSA personnel from
Operations, Maintenance, Safety, Environmental, Quality Assurance, Facilities, Procurement, and
Engineering.
General Materials or Services – SOW Page 32 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
9.4 Construction Progress Meetings
The Subcontractor shall participate in the weekly construction progress meetings with MSA and
the Construction Subcontractor. Invited attendees will include MSA, Subcontractor, Construction
Subcontractor, and others having an interest in the work. The purpose of the meeting is to discuss
issues and proposed resolutions, review schedule, discuss comments, and provide on-the-spot
answers. The Subcontractor may attend the meetings via conference call.
10.0 DELIVERABLES AND PERFORMANCE SCHEDULE REQUIREMENTS
10.1 Deliverables
Appendix A, Submittal Register identifies all deliverables required to be furnished by the Subcontractor associated with this SOW. The Subcontractor shall maintain a project schedule to
ensure completion of design deliverables. On a weekly basis, the Subcontractor shall be prepared
to report progress on the MSA Project Schedule maintained by the MSA Project Team. Status
reporting expectations include the completion date(s) and percent complete for each deliverable.
10.2 Schedule
Subcontractor shall submit a project schedule to MSA for approval, which includes all SOW Tasks
and design activities for the duration of the subcontract (See Appendix A, Submittal Register for
deliverable document due dates). The schedule shall be in the form of a bar chart (P3, P6, or
Microsoft Project preferred, but not required) and shall identify logical sequence and relationship
of activities for design, submittals, comment incorporation/disposition, and milestones. Activity
durations shall be in working days (Monday through Thursday).
NOTE: At the start of each Bid Option, the A/E shall furnish an updated project schedule that
details that Bid Option’s specific tasks (see Appendix A, Submittal Register for details).
The Subcontractor shall maintain the project schedule to ensure completion of deliverables. On a
weekly basis, the Subcontractor shall be prepared to report progress on the MSA Project Schedule
maintained by the MSA Project Team. Status reporting is expected to include the completion date(s) and percent complete for each deliverable.
Include a Schedule of Values (SOV) or pay-item resource loading in the project schedule or as an
attachment that includes costs for each schedule activity. The Subcontractor shall identify the
dollar amount for labor on the schedule at a level of detail providing an accurate expenditure plan
by month or other work breakdown consistent with request for progress payments. The
Subcontractor shall provide updated resource loading documentation with monthly progress pay
requests.
11.0 SPECIAL REQUIREMENTS
11.1 Reporting Administration
General Materials or Services – SOW Page 33 of 33 Updated: August 13, 2019
Statement of Work for Engineering Services Contract No. XX, RFP No. 332586, Rev. 0
Project L-849, Replace 200E 1.1 Million Gallon PW Tank
Prepare a summary progress report each reporting period, showing actual progress versus
scheduled progress. Scheduled progress is established by the baseline project schedule. Show
actual progress in the form of percentages completed for activities or resources.
Status reports shall be submitted at the request of the BTR. The Subcontractor shall provide status
at the progress meetings.
11.2 Lines of Communication
Under no circumstances shall the Subcontractor or their lower-tier subcontractors interact directly with regulatory agencies prior to notifying and obtaining the concurrence of the CS, the BTR, and the MSA Water Purveyor.
All communications shall be directed through MSA unless the BTR has specifically authorized
communication between the Subcontractor and one of the entities listed above. Authorized
communication with other entities shall be technical in nature. Any communications that change
or have the potential to change the cost, schedule, scope or quality of either this subcontract or the subcontract with another entity shall be discontinued, and the BTR and CS shall be notified
immediately.