You are on page 1of 69

Project: T5L01

Requisition #: 300951

STATEMENT OF WORK
FOR
CONSTRUCTION

Title: Low Activity Waste Pretreatment System (LAWPS)


Site Preparation

Revision Number: 00
Date: July 6, 2017

Buyer's Technical Representative (BTR): T.G. Reed Phone: 373-2806

Task Construction Manager: T. F. Kisenwether Phone: 376-1442

Project Construction Manager: T. H. Goedjen Phone: 376-1029

Project Manager: C. A. Burke Phone: 372-3305

Deputy Project Manager J. E. Filip Phone: 372-2733


Project: T5L01
Requisition: 300951
Table of Contents
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

TABLE OF CONTENTS

OBJECTIVE ....................................................................................................................... 6
BACKGROUND / INTRODUCTION ............................................................................... 6
SUMMARY SCOPE ........................................................................................................ 14
3.1 Project/Construction Management........................................................................ 14
3.1.1 Site Preparation Work Plan ....................................................................... 15
3.1.2 Design Process .......................................................................................... 15
3.2 Engineering/Design............................................................................................... 15
3.3 Construction .......................................................................................................... 16
3.3.1 Construction Bid and Work Packages ...................................................... 16
3.3.2 Construction Management ........................................................................ 16
3.3.3 Construction Site Management ................................................................. 16
3.3.4 Work Planning and Control (WP&C) ....................................................... 17
3.4 Environmental, Safety & Heath, and Quality (ESH&Q) ...................................... 18
3.5 Procurement .......................................................................................................... 19
DETAIL SCOPE ............................................................................................................... 19
4.1 Mobilization .......................................................................................................... 19
4.1.1 Mobilization Submittals ............................................................................ 19
4.1.2 Design of SUBCONTRACTOR Furnished Materials and Equipment..... 20
4.1.3 Design Deliverables .................................................................................. 20
4.2 Site Preparation Work ........................................................................................... 25
4.2.1 Personnel Mobilization and Equipment for Site Preparation ................... 25
4.2.2 Site Clearing, Grubbing, Site Drainage, and Soil Erosion/Sediment
Control .................................................................................................................. 26
4.2.3 Site Grading .............................................................................................. 26
4.2.4 4th Street Extension Bypass...................................................................... 27
4.2.5 Site Surfacing ............................................................................................ 27
4.2.6 Fence and Gates ........................................................................................ 27
4.2.7 Installation of Construction Facilities (Temporary Facilities) .................. 27

Page 2 of 69
Project: T5L01
Requisition: 300951
Table of Contents
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

4.2.8 Establish Temporary Power and Utilities ................................................. 28


4.2.9 Establish IT Infrastructure ........................................................................ 28
4.2.10 Installation of Construction Parking, Roads, and Laydown Areas ........... 30
4.2.11 Warehouse................................................................................................. 30
4.2.12 Warehouse and Concrete Stair Landing Concrete Placement .................. 30
4.2.13 Warehouse Structural Fabrication, Installation and Construction ............ 31
4.2.14 Waste Transfer Line (WTL) Trench Preparation (Optional) .................... 31
4.2.15 Main Process and LAG Vaults Excavation/Backfill (Optional) ............... 32
4.2.16 Earth Retention System (ERS) (Optional) ................................................ 32
4.2.17 Complete, Maintain, and As Build the Design ......................................... 32
4.2.18 Demobilization and Subcontract Closeout................................................ 33
SUBMITTALS ................................................................................................................. 33
ACCEPTANCE CRITERIA ............................................................................................. 33
DESIGN AND APPLICABLE STANDARDS ................................................................ 34
7.1 Design ................................................................................................................... 34
7.2 Applicable Standards ............................................................................................ 34
ESH&Q REQUIREMENTS ............................................................................................. 34
8.1 Safety and Health Requirements ........................................................................... 34
8.2 Quality Assurance Requirements .......................................................................... 35
8.2.1 SUBCONTRACTOR Testing and Inspection .......................................... 35
8.2.2 NEC Inspection ......................................................................................... 36
VERIFICATION / WITNESS / HOLD POINTS ............................................................. 36
9.1 Verification ........................................................................................................... 36
9.2 Notifications .......................................................................................................... 37
9.3 Hold Points............................................................................................................ 37
9.4 Identification of Witness, Verification, and Hold Points ...................................... 37
WORK LOCTION / ACCESS REQUIREMENTS.......................................................... 38
TRAINING ....................................................................................................................... 38
QUALIFICATION ........................................................................................................... 39
SPECIAL REQUIREMENTS .......................................................................................... 39

Page 3 of 69
Project: T5L01
Requisition: 300951
Table of Contents
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

13.1 Use of Government Vehicles ................................................................................ 39


13.2 Government Property ............................................................................................ 39
13.3 Buyer Furnished .................................................................................................... 39
REPORTING / ADMINISTRATION .............................................................................. 40
14.1 Work Breakdown Structure (WBS) ...................................................................... 40
14.2 Baseline Schedule ................................................................................................. 40
14.3 Monthly Performance Report ............................................................................... 41
SECTION H: GENERAL SPECIFICATIONS INDEX ................................................... 43
SECTION I: TECHNICAL SPECIFICATIONS INDEX ............................................... 45
SECTION J: DRAWING INDEX .................................................................................... 50
SECTION K: MANDATORY PROCEDURES AND GUIDE INDEX .......................... 56
SECTION M: SITE FORM INDEX ................................................................................. 60
SECTION O: REFERNCE MATERIAL INDEX ............................................................ 63
ATTACHMENT-1 - SITE PREPARATION FACILITIES LIST.................................... 64
ATTACHMENT 2- SITE PREPARATION QUALITY ASSURANCE
REQUIREMENTS (QAR)............................................................................................................ 67

TABLE OF FIGURES

Figure.1. Location of LAWPS on the Hanford Site....................................................................... 8

Figure.2. Location of LAWPS in Relation to WTP ....................................................................... 9

Figure.3. Proposed LAWPS Construction Site Layout ............................................................... 11

Figure.4. The LAWPS Construction Site Office Complex Layout ............................................. 12

Figure.5. Waste Transfer Line (WTL) ......................................................................................... 13

Figure.6. Location of IT Fiber Optic Cable ................................................................................. 29

Page 4 of 69
Project: T5L01
Requisition: 300951
Table of Contents
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

TABLE OF TABLES

Table 1. Electrical Service ........................................................................................................... 22

Table 2. Network Switches ........................................................................................................... 30

Table 3. Engineering Standards .................................................................................................... 34

Page 5 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

OBJECTIVE

Under the Department of Energy Tank Operations Contract No. DE-AC27-08RV14800,


Washington River Protection Solutions (WRPS) has been directed to design, construct, and
operate the Low Activity Waste Pretreatment System (LAWPS) Project T5L01. The purpose of
this subcontract is to furnish safe, compliant, cost-effective, on schedule site preparation
activities for the LAWPS Project T5L01. This project is being implemented in accordance with
DOE Order 413.3B, Program and Project Management for the Acquisition of Capital Assets.
This Subcontract applies lump sum and unit rate based contracting approaches; expects the
SUBCONTRACTOR to innovate and implement techniques that maximize performance
efficiencies and deliver completion on schedule. This Subcontract will be completed once the
site preparation activities identified in this statement of work are accepted by the BUYER. A
separate construction subcontract will be issued by the BUYER for the construction of
permanent LAWPS Facilities.

BACKGROUND / INTRODUCTION

The fundamental purpose of the LAWPS Project T5L01 is to provide a capability to remove
undissolved solids and radioactive cesium from Double Shell Tank (DST) supernatants and feed
the treated waste directly to the Waste Treatment and Immobilization Plant (WTP) Low Activity
Waste (LAW) Vitrification Facility for immobilization. The project will be carried out under the
DOE order 413.3B, “Program and Project Management for the Acquisition of Capital Assets”.
The schedule objective is to complete the site preparation activities by the end of the second
quarter of FY 2018. Early construction funding is being requested by the BUYER in a CD3A
package which is targeted for approval early in the first quarter of FY2018.

LAWPS is essential to achievement of the overall Direct Feed LAW (DFLAW) mission
described in the Department’s Hanford Tank Waste Retrieval, Treatment and Disposition
Framework document. The mission requirements for DFLAW and the LAWPS portion of
DFLAW are developed in the Direct Feed LAW Business Case (DOE/ORP-2013-01) and
documented in the Mission Need Statement for the Low Activity Waste Pretreatment System at
the Hanford Site (March 2014).

The LAWPS facility will be constructed on 586-square-mile Hanford Site located along the
Columbia River in southeastern Washington State. The physical location of the LAWPS facility
will be located on the corner of WTP Loop Road and 4th Street Extension as shown in Figure 1.
The LAWPS site is approximately 2000 feet west of the WTP construction site and 1500 feet
northeast of the 241-AP Tank Farm (see Figure 2). Access to the WTP site can be made from
two primary routes; (1) Route 4 South (from the Wye or Rattlesnake barricades), north on
Canton Avenue and then east on 4th Street, and (2) Route 11A (from the Wye, Rattlesnake or
Yakima barricades) south on Canton Avenue and then east on 4th Street Extension. Additional

Page 6 of 69
Project: T5L01
Requisition: 300951
Table of Contents
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

facility details and descriptions can be found in the “Facility Design Description for the LAWPS
Facility” (document number 31269-22-FDD-001) located in Section “I” of the Subcontract.

Page 7 of 69
Project: T5L01
Requisition: 300951
Table of Contents
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Figure.1. Location of LAWPS on the Hanford Site

Page 8 of 69
Project: T5L01
Requisition: 300951
Table of Contents
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Figure.2. Location of LAWPS in Relation to WTP

The LAWPS will be a Hazard Category 2 nuclear facility which will be remotely operated. The
facility contains main process vaults which have multiple embedment depths with the deepest
found 47 feet below grade with top of concrete elevation approximately equal to grade. Double-
walled liquid waste underground transfer piping between LAWPS, the area tank farm and the
200E area tank farm (241-AP Farm), and the Waste Treatment Plant will also be installed. See
Figures 3, 4, and 5 for site layout, on site construction office complex, and waste transfer line
layouts. Additional detail for the site layout, office complex, and waster transfer line trench can
be found in Section J “Drawings”. See the “Project T5L01 Low Activity Waste Pretreatment
System Specification” (RPP-SPEC-56967, Rev 6) for an overall project description, the project’s
primary goals, safety information, conformance verification, design guides, design requirements,
and code of record.

Page 9 of 69
Project: T5L01
Requisition: 300951
Table of Contents
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract
The LAWPS site soils have been sampled and are free of any radiologically contaminated
materials. The exception to this may be a portion of the transfer lines running adjacent to the
241 AP Tank Farm which cross abandoned lines. Included in this Subcontract as Optional Work
is the excavation and removal interferences in this section of the waste transfer line trench
(Figure 5). The crews performing this Work may require additional training.

A BUYER Architect/Engineer (AE) has designed the site grading plan, earth restraint system
(ERS), site drainage, and 4th Street Extension temporary by-pass on a build to print basis.
However there will be several design elements, within the site preparation scope, that will be
provided by the SUBCONTRACTOR which will require design submittal approvals by WRPS.
The designs may be executed by the SUBCONTRACTOR’s vendors or sub-tiers. The site
preparation scope includes mobilization; site clearing and grubbing; site grading; mass
excavation; installation of a ERS (optional); construct site drainage; construction site laydown
pads; parking lots; temporary roads; temporary office pads; temporary utility design and
installation; temporary construction office design including layout, installation and setup; waste
transfer line trench preparations (optional); and temporary warehouse design and construction.

Hereinafter, the construction SUBCONTRACTOR (includes lower-tier subcontractors and


suppliers) shall be referred to as “SUBCONTRACTOR” and Washington River Protection
Solutions LLC (WRPS) shall be referred to as “BUYER”.

Page 10 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017

Figure.3. Proposed LAWPS Construction Site Layout

Page 11 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Figure.4. The LAWPS Construction Site Office Complex Layout

Page 12 of 69
Project: TL501
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work Low Activity Waste Pretreatment System Site Preparation Subcontract

Figure.5. Waste Transfer Line (WTL)

Page 13 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SUMMARY SCOPE

See the Pay Items/Work Breakdown Structure (WBS) included in Section “F” of the Subcontract
for the work scope applicable to this Subcontract. The SUBCONTRACTOR shall review the
WBS in conjunction with the Subcontract documents and assure that the work scope is clear and
understandable. If the SUBCONTRACTOR has any questions or needs clarification as to the
work scope, notify the BUYER’s Subcontract Administrator in writing.

The subcontract scope of work includes furnishing labor (craft and professional), materials,
equipment, tools, facilities, supplies and necessary articles and incidentals to plan, design,
procure, and prepare the site preparation activities to support the LAWPS Facility construction
activities.

See the Specifications and Drawings in Sections H, I, and J of the Subcontract for the documents
applicable to this work scope.

The SUBCONTRACTOR shall verify that design documents listed have been received. The
SUBCONTRACTOR shall verify that the revisions noted on the design documents listed have
also been received; that pages for each document have been received; and that the documents are
legible. If the SUBCONTRACTOR identifies any discrepancies, notify the BUYER’s Contract
Administrator in writing.

3.1 Project/Construction Management

SUBCONTRACTOR shall perform Project/Construction Management throughout the


performance of the Work. SUBCONTRACTOR shall establish a responsive Construction Team
to initiate, plan, execute, control, and closeout, the Work, to safely and efficiently complete the
LAWPS construction site preparation activities.

SUBCONTRACTOR shall provide project/construction management personnel and resources as


defined in the SUBCONTRACTOR’S Site Preparation Work Plan to complete the LAWPS site
preparation activities.

The BUYER’s Construction Management Team (CMT) will work closely with the
SUBCONTRACTOR’S Construction Management Team (SCMT) throughout the site
preparation activities. An integrated CMT/SCMT will be required to successfully complete the
site preparation Work.

Page 14 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

3.1.1 Site Preparation Work Plan

SUBCONTRACTOR shall use current project and construction management techniques and
principles in the management of this project to provide the leadership vision, goals, risk
management, execution and overarching policies for the organization, including the alignment of

project objectives and personnel goals. The SUBCONTRACTOR’s Management shall ensure
implementation of a comprehensive Integrated Safety Management System (ISMS), consistent
graded conduct of operations approach and consistent discipline in labor management culture
and work controls. Key personnel shall be assigned to the project that report to the
Project/Construction Manager, who is the single point of accountability for the project.
SUBCONTRACTOR shall establish and maintain a project schedule. SUBCONTRACTOR shall
utilize project management techniques to ensure that aspects of the project are clearly defined,
controlled, and managed in order to support completion of the project on schedule and within
budget. The Milestone Schedule for the Work is identified in Section “F” Pay Items, WBS, and
Milestones.

SUBCONTRACTOR shall develop, implement, and maintain a Site Preparation Work Plan. The
Site Preparation Work Plan minimum requirements are included in Section H of the Subcontract
“General Specifications” (01 31 00 “Construction Management and Coordination”).

3.1.2 Design Process

The SUBCONTRACTOR shall prepare design documents (drawings, calculations, data sheets,
etc.) and other required supporting information as identified in the Subcontract.

3.2 Engineering/Design

SUBCONTRACTOR shall use current engineering techniques and principles in the design and
installation of this Work. SUBCONTRACTOR shall provide engineering and design of the
temporary/permanent utilities, temporary warehouse, site layout, and temporary office facilities.
SUBCONTRACTOR’s engineering will work closely with the BUYER’s engineering
organization, particularly through completion of the design and procurement activities.

The SUBCONTRACTOR provided designs shall be consistent with the functional requirements
identified in the General/Technical Specifications and Drawings.

Raw and potable system designs shall be stamped by a Washington State Licensed Professional
Engineer.

Warehouse designs shall be stamped by a Washington State Licensed Professional Engineer.

Page 15 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Electrical distribution system designs shall be stamped by a Washington State Licensed


Professional Engineer.

3.3 Construction

SUBCONTRACTOR shall use the latest construction techniques and principles in the
construction and completion of this Work. SUBCONTRACTOR shall provide a construction
organization to complete the site preparation Work. The SCMT will work closely with the
BUYER’s CMT throughout the entire project.

SUBCONTRACTOR shall:

1. Plan and execute design, procurement, construction, and acceptance testing;


2. Submit programs, plans, design documents, procedures, and other documents for
BUYER approval in accordance with Specification 01 33 00 – “Submittals”
3. Procure required material and equipment;
4. Manage or perform required construction;
5. Manage the construction site and provide required construction support services;
6. Complete acceptance testing and inspections of completed installations.

3.3.1 Construction Bid and Work Packages

The SUBCONTRACTOR shall prepare bid and work packages; solicit, evaluate, award, and
manage subcontracts and purchase orders; accept lower-tier subcontractor and supplier
fabrication, materials, construction, etc.; and verify acceptance testing.

3.3.2 Construction Management

The SUBCONTRACTOR shall manage or perform: supervision; required construction; furnish


labor, equipment, materials, management, and support construction and component acceptance
testing; and provide required systems and support for environmental protection, safety, quality,
labor relations, and security.

3.3.3 Construction Site Management

The SUBCONTRACTOR shall manage the construction site and provide required construction
support services, construction site security, safety, industrial hygiene, environmental
stewardship, and temporary construction facilities.

Page 16 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

3.3.4 Work Planning and Control (WP&C)

SUBCONTRACTOR shall utilize a work planning and control program that accomplishes the
following:

1. Ensures protection of the worker, the public and the environment by scoping,
planning, scheduling, and preparing in a manner that result in the safe execution
of work.
2. Eliminates or mitigate the hazards associated with work.
3. Identifies the impact of work to the facility and work groups and plan, control,
and execute the work without incurring unanticipated issues resulting from the
work.
4. Maximizes the efficiency and effectiveness of site personnel and material
resources.
5. Maximizes the availability and reliability of facility equipment and systems.
6. Maximizes continual improvement and learning with robust feedback and
improvement processes.

SUBCONTRACTOR’s work control program shall ensure that the roles and responsibilities for
WP&C are defined and understood for senior managers, responsible line managers, work
planners, work supervisors, workers, on-site lower-tier subcontractors/suppliers, subject matter
experts, and other personnel involved in on site work activities. The goal should be to establish a
work environment that promotes safety and strives for excellence in work planning, performance
and productivity.

The SUBCONTRACTOR’s WP&C Program/Procedure(s) shall be submitted and approved by


the BUYER in accordance with specification 01 33 00 “Submittals.”

Reference DOE Handbook DOE-HDBK-1211-2014, “Activity-Level Work Planning and


Control Implementation” and BUYER procedure TFC-EPC-CM-C-03, “EPC Work Package
Planning”.

SUBCONTRACTOR may choose to work in accordance with the BUYER’s work control
procedure included in Section “H”.

Page 17 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SUBCONTRACTOR shall provide an as-built process (specification 01 26 00 “Engineering


Control and Changes”), including the role of the BUYER. The BUYER shall participate in
acceptance of the as-built design, following construction.

1. Drawing series to be as-built.


2. Document control process for maintaining as-built.
3. Procedures for modification of the as-built.

During the construction and acceptance phase, the SUBCONTRACTOR shall remain current on
the process and facility as-built program. The SUBCONTRACTOR shall report the status of the
as-built program in accordance with the process defined in the SUBCONTRACTOR’s Site
Preparation Work Plan.

3.4 Environmental, Safety & Heath, and Quality (ESH&Q)

SUBCONTRACTOR shall apply Integrated Safety Management (ISM), Voluntary Protection


Program (VPP), and graded NQA-1 techniques and principles throughout construction and
completion of this project. SUBCONTRACTOR shall provide an ESH&Q organization to
support the Work. SUBCONTRACTOR’s ESH&Q organization will work closely with the
BUYER’s CMT throughout the entire project.

SUBCONTRACTOR shall:

1. Establish and implement a 10 CFR 851 compliant safety program.


2. Submit a safety and health program/procedures for BUYER approval in
accordance with General Specifications – 01 33 00 “Submittals” and 01 35 00
“LAWPS Safety & Health Requirements”.
3. Apply the guiding principles and core functions of ISM throughout the
performance of Work.
4. Ensure the SUBCONTRACTOR’S on site lower-tier subcontractors and suppliers
work to the SUBCONTRACTOR’s safety program/procedures.
5. Implement a graded approach NQA-1 quality assurance program in compliance
with Appendix A, “Quality Assurance Requirements” and specification 01 40 00
“Quality Assurance”, including lower-tier subcontractors and suppliers (as
applicable).Submit a quality assurance program/procedures that incorporates the
sections of NQA-1 identified in Appendix A, “Quality Assurance Requirements”
for BUYER approval in accordance with Specifications. The mud mat, placing,
compaction, and inspection of soils and earthwork is the scope that requires a
higher level of control and adherence to NQA-1 requirements in accordance with

Page 18 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Appendix A, The other scope is to provide commercial grade products and Work..
The remaining scope is to provide commercial grade products and Work.
6. Establish a comprehensive and integrated contractor assurance system which
includes an issues management system (reference DOE O 226.1A) in accordance
with quality assurance requirements (as stated in 10 CFR Part 830, Subpart A, or
other applicable regulations), applicable DOE directives (e.g., O414.1C), and
contract terms and conditions. A contractor’s assurance process must encompass
the various activities designed to-
a. Identify deficiencies and opportunities for improvement
b. Report deficiencies to the responsible managers and authorities, and
c. Implement effective corrective actions.
7. Ensure its lower-tier subcontractors and suppliers are implementing the applicable
quality requirements.
8. Submit an environmental program/procedures for BUYER approval in accordance
with General Specifications – 01 33 00 “Submittals” and 01 35 43 “LAWPS
Environmental Procedures.”

3.5 Procurement

SUBCONTRACTOR shall perform procurement activities to complete the site preparation


Work.

DETAIL SCOPE

4.1 Mobilization

4.1.1 Mobilization Submittals

Prepare, obtain BUYER approval and maintain the submittals required for mobilization
identified on the Master Submittal Log (MSL) in Section “L” of the Subcontract.

SUBCONTRACTOR shall provide for BUYER approval the following Plans and Programs:

1. Site Preparation Work Plan (specification 01 31 00 – “Project/Construction


Management and Coordination”)
2. Safety and Health Program/Procedures
3. Environmental Compliance Plan/Procedures
4. Quality Assurance Program/Procedures
5. Training Program

Page 19 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

6. Security Plan
7. Hazard Communication Plan
8. Fire Prevention/Protection Program/Procedures
9. Industrial Hygiene Program/Procedures
10. Dust Control/Maintenance Plan in accordance with Specification 01-50-00
“Construction Facilities, Construction Aids and Temporary Controls”
11. Operations and Maintenance Plan in accordance with Specification 01-50-00
“Construction Facilities, Construction Aids and Temporary Controls”
12. Work Control Program/Procedure(s)
13. Traffic Control/Detour Plan(s) for both road construction and site activities
14. Property Management Program/Plan
15. Other supporting information required to perform the Work

4.1.2 Design of SUBCONTRACTOR Furnished Materials and Equipment

SUBCONTRACTOR shall provide the engineering and design for the following:

1. Temporary utilities electrical, water, and fiber optic/information technology


infrastructure.
2. Temporary Warehouse.
3. Temporary Office Facilities.
4. Site layout design for temporary facilities.

The warehouse, electrical, potable and raw waster design media (calculations and drawings) will
required a licensed professional engineer (PE) stamp. The civil (earthwork) drawings will
require a licensed land surveyor stamp.

4.1.3 Design Deliverables

SUBCONTRACTOR shall provide the following designs:

1. Engineering and piping design for a temporary construction raw and potable
water supplies to supply water to the temporary office facilities (restrooms and
offices with kitchens/restrooms, and warehouse), dust suppression, two (2)
temporary fire hydrants with backflow preventers, and other locations that are
identified on the “Site Preparation Facilities List” (Attachment 1) as requiring
water supply. Water system designs shall comply with the requirements in the
“Hanford Site Public Water System Tie-In” procedure MSC-PRO-WS-27075.
The raw and potable water engineering and design shall include but not be limited
to the following:

Page 20 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

a. 60% design submittal (drawings, calculations, specifications)


b. 100% design submittal (PE stamped drawings, calculations,
specifications)
c. Vender information/manuals
d. Inspection/testing documents
e. Completion/Closeout

2. Engineering and design to install a raw water stand to provide water to support
excavation, dust control and other general site raw water needs. Water stand and
associated piping shall be heat traced and insulated. Note the water stand and
associated piping will remain as government property after completion of the
Work. Water system designs shall comply with the requirements in the “Hanford
Site Public Water System Tie-In” procedure MSC-PRO-WS-27075. Provide
potable water design to service the temporary offices that contain restrooms and
kitchens. Reference the Site layout Conceptual sketches included in Section “J”
Drawings. The raw water stand engineering and design shall include but not be
limited to the following:

a. 60% design submittal (drawings, calculations, specifications)


b. 100% design submittal (PE stamped drawings, calculations,
specifications)
c. Vender information/manuals
d. Inspection/testing documents
e. Completion/Closeout

3. Electrical engineering and design for supplying temporary power to the office
facilities identified in the below Table and “Site Preparation Facilities List” and
the Conceptual Construction Site Layouts included in Section “J” Drawings. The
electrical engineering and design shall include but not be limited to the following:

a. Electrical distribution system for construction site and parking areas.


b. One Line Diagram(s), including electrical distribution inside the office
facilities.
c. Fiber optic/ IT cable and switch design(s).
d. Electrical load sizing calculations.
e. Panel Schedules.
f. Final As-Built including panel schedules and breaker identification.
g. Lighting layout and design for the construction parking areas, walkway
between parking and office area, temporary office facility, warehouse, and
general site lighting.
h. Include service/disconnects for future office infrastructure.
i. Include 6 heavy equipment power stations (for winter).

Page 21 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

j. Include heat trace potable and raw water.


k. Electrical service/disconnects for three mobile offices in the laydown area.
l. Electrical service for warehouse. 60% design submittal (drawings,
calculations, specifications)
m. 100% design submittal (PE stamped drawings, calculations,
specifications)
n. Vender information/manuals
o. Inspection/testing documents
p. Completion/Closeout

Table 1. Electrical Service

Location/Facility Quantity Comments

Craft (Future) 1 Provide disconnect sized for trailer similar to


Craft provided by the SUBCONTRACTOR

Craft (SUBCONTRACTOR 1 SUBCONTRACTOR to size electric service


provided) based on trailer electricity requirements

Subcontractor Main Office 1 SUBCONTRACTOR to size electric service


based on trailer electricity requirements

WRPS Main Office 1 SUBCONTRACTOR to size electric service


based on trailer electricity requirements

WRPS Document Control 1 SUBCONTRACTOR to size electric service


based on trailer electricity requirements

Restrooms 4 SUBCONTRACTOR to size electric service


based on trailer electricity requirements

Page 22 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Location/Facility Quantity Comments

S/C Lower Tier Office 2 SUBCONTRACTOR to size electric service


based on trailer electricity requirements. One
to be located in the rebar/form laydown yard

S/C Lower Tier Offices (Future) 4 Provide disconnect sized for trailer similar to
S/C Lower Tier Office provided by the
SUBCONTRACTOR

Powered Connex W/O HVAC 3 SUBCONTRACTOR to size electric service


based on trailer electricity requirements

Powered Connex with HVAC 2 SUBCONTRACTOR to size electric service


based on trailer electricity requirements

Heavy Equipment Heater 6 SUBCONTRACTOR to size electric service


Connections based on diesel heavy equipment engine
heater requirements

Temporary Lighting for Parking 1 - Lot SUBCONTRACTOR to size electric service


Lot based on SUBCONTRACTORS lighting
design. Lights to be controlled by dust to
dawn sensors and have a manual control.

Welder 6 Pack – 480 source 5 SUBCONTRACTOR to size electric service


disconnects based on a welder 6 pack fused for 460/575V

Laydown Area Lighting (Future) 1 - Lot SUBCONTRACTOR to size electric service


based the lighting provided for the parking
lot. SUBCONTRACTOR to provide
disconnect for future connection.

Page 23 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Location/Facility Quantity Comments

Laydown Area Service (Future) 1 - Lot SUBCONTRACTOR to size electric service


based on setting up an equipment
maintenance area with 220 volt compressor,
1- 480 volt welder, and 120 volt lighting, and
2 – 110v 30 Amp GFCI outlets.

Warehouse 1-Lot SUBCONTRACTOR to size electrical service


based on Subcontractor approved design.

4. Temporary Warehouse engineering and design in accordance with specification


01 50 00 “LAWPS Facilities, Aids, and Temporary Controls”. The warehouse
engineering and design shall include but not be limited to the following:

a. 60% design submittal (drawings, calculations, specifications)


b. 100% design submittal (PE stamped drawings, calculations,
specifications)
c. Vender information/manuals
d. Inspection/testing documents
e. Completion/Closeout

5. Temporary facility designs/layouts in accordance with 01 50 00 “LAWPS


Facilities, Aids, and Temporary Controls” including but not limited to the
following:

a. Site layout design for office locations, utility locations, laydown yards,
overburden locations, fencing, roads, and parking lots.
b. Traffic control/detour drawings to be utilized during construction.
c. Temporary trailer layouts including; wiring schematics; IT cabling;
lighting; structural design and anchorage, etc.
d. Site signage and control.

6. (Optional) Shop drawings for soldier piles, lagging, tie backs, walers, and
anchors, required for the earth restraint system (ERS).

Page 24 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

7. Additional submittals details and design requirements can be found in


specification 01 50 00 “LAWPS Facilities, Aids, and Temporary Controls” and
associate technical specifications and drawings.
8. As-built civil drawings for site civil work prepared under the supervision of a
licensed land surveyor.

4.2 Site Preparation Work

1. Completion of mobilization submittals.


2. Mobilization of personnel (including training and qualification), equipment, and
materials required to perform the site preparation Work.
3. Grading of site to include grubbing/clearing, removal of existing debris, erection
of perimeter fencing, establish erosion/dust control, site drainage requirements,
and maintain of dust suppression.
4. Design, purchase, delivery, and installation of temporary construction facilities
identified in Attachment 1”Site Preparation Facilities List”.
5. Design, purchase, delivery, and installation of temporary power and utilities
(potable water, raw water, and fiber optic/IT). Tie in of temporary power to
BUYER installed temporary power service switchboards.
6. Installation of graveled parking areas, roads (paved and unpaved), graveled
facility pads, and graveled laydown areas.
7. Design, purchase, delivery, and installation of temporary warehouse identified in
the specification 01 50 00.
8. Purchase and install site signage and other administrative controls.
9. Mass excavation for the removal of “dune” sand.
10. Optional Work - Purchase and install the ERS (soldier piles, lagging, and
tiebacks) as designed by the BUYER.
11. Optional Work - Installation of the ERS.
12. Optional Work – Installation of mud mats at the 628’ and 647’ elevations.
13. Optional Work – Excavation and removal of interferences located in the waste
transfer line trench near the AP Tank Farm fence line.
14. Demobilization of personnel and equipment.

4.2.1 Personnel Mobilization and Equipment for Site Preparation

Mobilization shall include completion of (1) hiring of manual and non-manual personnel, (2)
completion of required training and medical examinations, and (3) field mobilization to perform
the site preparation Work.

Page 25 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Mobilization includes the mobilization of equipment, temporary facilities, materials, and


supplies to complete site preparation Work.

Mobilization also includes establishing the subcontracts, purchase orders, etc. required to
complete the Work.

4.2.2 Site Clearing, Grubbing, Site Drainage, and Soil Erosion/Sediment Control

Clearing and grubbing consist of removing, and stockpiling of vegetation and debris, except such
objects as are designated to remain (i.e. ground monitoring wells) or are to be removed in
accordance with the specifications and drawings, within the construction limits shown on the
plans. If no construction limits are shown, the right of- way and easement areas will be the
construction limits. This work shall include the preservation from injury or defacement of all
vegetation and objects designated to remain. Complete the site clearing, grubbing, stripping, and
preparing the project site for construction operations. Clear and grub excavation and
embankment areas associated with new structures, slabs, roadways, parking areas, temporary
facilities, and pipelines.

Clearing and grubbing shall be conducted in accordance Section H “General Specifications”,


Technical Specification 31 00 00 “Site Preparation”, and drawing H-16-000916. The removed
clearing and grubbing materials can be placed in “Snows Canyon”, a Waste Information Data
System (WIDS) disposal site. The location of the removed clearing and grubbing materials shall
be as-built and a drawing showing the as-built location shall be submitted (the base elevation
where the cleared and grubbed materials are placed must be as built prior to placing material and
an indicator shall be placed to differentiate the natural ground from the placed material for future
remediation of the waste sites in the canyon). At a minimum, markers shall be re-established to
indicate extent of Snows Canyon that is buried by activities performed to execute site preparation
scope.

Installation of site drainage (ditches, retention ponds, sloping, culverts, storm drains, etc.) and
spoil/sediment erosion control requirements are identified in shall be Technical Specifications 31
25 00 “Soil Erosion and Sediment Control”, 33 40 00 “Storm Drainage” and Drawings H-16-
000918 (6 sheets), H-16-000925 (2 sheets) and H-16-000947.

4.2.3 Site Grading

Grading of the site shall be completed in accordance with Technical Specifications 31 25 00


“Soil Erosion and Sediment Control”, 31 00 00 “Site Preparation”, and 03 40 00 “Storm
Drainage” and Drawings H-16-000918 (6 sheets), H-16-000920, H-16-000925 (2 sheets) and H-
16-000947.

Page 26 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

4.2.4 4th Street Extension Bypass

The 4th Street Extension by-pass road shall be constructed in accordance with Technical
Specifications 31 00 00 “Site Preparation”, 32 11 23 “Aggregate Base Course”, 32 12 00 “Hot
Mix Asphalt Paving”, and Drawings H-16-000915, and H-16-000925 (2 sheets). The by-pass
road shall have 4” wide double yellow center lines and 4” wide single white fog lines installed.
Road signage consisting of 2-stop, 2-curve, and 2-4th Street Extension By-Pass shall be installed.

SUBCONTRACTOR shall provide a traffic control plan to be utilized during construction of the
by-pass road. The plan shall identify the detour route(s), barricades, signage, and other hazard
warnings/controls as applicable.

4.2.5 Site Surfacing

The LAWPS site area cleared and grubbed (drawing H-16-000916) shall be surfaced with 4
inches of crushed aggregate (5/8” minus) in accordance with the “Typical Facility Surfacing”
detail shown on H-16-000947. The location of the main facility excavation does not require
surfacing. The excavation access ramps and south working pad shall be surfaced and compacted
with crushed aggregate.

The temporary construction office pad, laydown pads, gravel roads, and excavation ramps shall
be compacted and a dust control/road stabilizer such and magnesium chloride applied.

4.2.6 Fence and Gates

Fence and gates shall be procured and installed in accordance with the applicable specifications
in Section H “General Specifications”, Technical Specification “Chain Link and Gates” 32 31
13, Drawings H-16-000915, H-16-000917, and H-16-000947. SUBCONTRACTOR shall install
permanent fencing and gates instead of temporary fencing at collocated temporary/permanent
fencing locations.

4.2.7 Installation of Construction Facilities (Temporary Facilities)

SUBCONTRACTOR shall design, procure, deliver and install the onsite construction office
facilities identified on “Site Preparation Facilities List” (Attachment 1). On site construction
facilities shall be provided in accordance with General Specification 01 50 00 “Construction
Facilities, Aids, and Temporary Controls”. See the file “Site Main Office Layout SP” for the
construction site layout provided in Section J “Drawings”.

1. Two (2) - 60’ x 72’ Main Office Trailers


2. One (1) - 48’ x 48’ All Hands Meeting Trailer
3. One (1) - 48’ x 48’ Craft lunch/Locker Facility with lockers and sliding dividers
4. One (1) - 32 x 60’ WRPS Document Control Office Trailer

Page 27 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

5. One (1) 12’ x 48’ Office Trailer


6. Two (2) - 10’ x 24’ S/C Lower-tier Offices and Rebar/Form Laydown Area
Office
7. One (1) - 10’ x 36’ Male Restroom Facility
8. One (1) - 10’ x 24’ Male Restroom
9. Two (2) - 10’ x 24’ Female Restroom Facilities
10. Two (2) - 8’ x 20’ Climate controlled connex
11. Three (3) - 8’ x 20’ powered connex
12. Two (2) - 8’ X 20’ connex boxes storage

SUBCONTRACTOR shall provide a temporary office facility layout drawing for BUYER
approval.

SUBCONTRACTOR shall provide design/layout drawings for each temporary facility for
BUYER review and approval. Design shall incorporate the features (restrooms, kitchens,
document control, walled offices, cubicles, dividers, blinds, stairs, landings, etc.) identified in
Table 2 “Site Preparation Facilities List” and in specification 1 50 00.

Temporary facilities shall be provided with the furniture and other items identified in “Site
Preparation Facilities List” (Attachment 1).

4.2.8 Establish Temporary Power and Utilities

Provide temporary power and utilities in accordance with the SUBCONTRACTOR’s approved
design and Sections H “General Specifications”, I “Technical Specifications”, and J “Drawings”.

Two temporary power services, terminating at two 400A disconnects (near poles 1482 and 1484
Figure 6) and will be installed by the BUYER at the construction site. The SUBCONTRACTOR
will provide the electrical distribution system from these disconnects to the temporary facilities
identified on Attachment 1 “Site Preparation Facilities List” and the other services identified in
Table 1.

4.2.9 Establish IT Infrastructure

SUBCONTRACTOR shall design, procure, install and connect to fiber optic cable from BUYER
connection point to the temporary construction facilities. Site preparation facilities will require
connections to establish interface with the BUYER’s intranet (HLAN) system.

The BUYER’s fiber optic connection point is at pole E1484, and consists of a 96 strand single
mode fiber coiled up at the base of the pole as shown below:

Page 28 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Figure.6. Location of IT Fiber Optic Cable

Poles E1484 & 82

LAWPS Site

SUBCONTRACTOR to provide 24 strand single mode fiber to pole E1484 with enough spare to
support a splice made by others at pole E1484 – this fiber is to be run in 3” conduit from the
temporary offices and warehouse to a point near E1484. The 3” conduit will have been run
alongside the temporary power cables that also run to this pole. Figure 6 shows the poles for the
electrical supplies for the temporary electrical distribution system. From this point the vendor is
to provide the following IT services:

 SUBCONTRACTOR to connect 24 strand single mode fiber to network switch at one of


the construction trailers
 SUBCONTRACTOR to provide network switches as required to support connections as
detailed in Table 2.

Page 29 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

 SUBCONTRACTOR to provide RJ45 wall plates at each location listed in Table 2 as


requiring Fiber Optic/IT Required to serve the number of office space locations,
document control, conference facilities, and warehouse.
 SUBCONTRACTOR to route Cat5e cable between wall plates and network switches
 SUBCONTRACTOR to route between switches in either Cat5e or fiber
 Networks switches to be the following model:

Table 2. Network Switches

Description Manufacturer Model Part Number

24 PoE + port Cisco Catalyst 3650 WS-C3650-24PS


network switch, 4
SPF uplink ports

4.2.10 Installation of Construction Parking, Roads, and Laydown Areas

Provide construction parking areas, roads, walkways, and laydown areas in accordance with
Sections H “General Specifications”, I “Technical Specifications”, and J “Drawings” Drawings
H-16-000918 (6 sheets), H-16-000925 (2 sheets) and H-16-000947. .

4.2.11 Warehouse

Design, procure, delivery, and erect the warehouse in accordance with Section “H” General
Specification 01 50 00 “Construction Facilities, Aids, and Temporary Controls”. The warehouse
shall be located on the gravel pad identified on drawing H-16-000920. See sections 5.2.10 for
concrete requirements and 5.2.11 for structural steel requirements.

SUBCONTRACTOR shall provide professional engineer stamped design drawings and


calculations for the warehouse in accordance with specification 01 50 00 “Construction
Facilities, Aids, and Temporary Controls”.

4.2.12 Warehouse and Concrete Stair Landing Concrete Placement

SUBCONTRACTOR shall complete the concrete installations, construction, inspection, and


testing in accordance with Sections H “General Specifications”, I “Technical Specifications”,
and J “Drawings”.

Page 30 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SUBCONTRACTOR shall provide shop drawings for rebar and formwork as identified
specification 01 11 00 “Concrete Work”.

4.2.13 Warehouse Structural Fabrication, Installation and Construction

SUBCONTRACTOR shall complete the civil structural installation, construction, inspection, and
testing in accordance with Section H General Specification 01 50 00 “Construction Facilities,
Aids, and Temporary Controls”, Section I “Technical Specification CSI 05 12 00 for “Purchase,
Fabrication, Delivery, and Erection of Structural Steel.”

SUBCONTRACTOR shall provide shop drawings for the warehouse as identified I section J
“Drawings” on

-000220 Sheet 1, Notes 2.6 Structural Steel, 4.5 Reinforcement, and 5.8 Precast Concrete
(lagging).

4.2.14 Waste Transfer Line (WTL) Trench Preparation (Optional)

The objective of excavating the WTL near the AP Tank Farms is to remove abandoned pipelines,
obstructions, and other items and over excavate removing any contaminated soils to allow for
down posting of the trench for the later installation of the permanent WTLs. The trench shall be
over excavated (depth and width). Abandoned pipe lines, thrust blocks, and other interferences
shall be removed. Abandoned pipelines shall be cut and capped. The trench will then be
backfilled and compacted to grade. The ground scan of the area is included in Section O of the
subcontract identified as file “DAN16_0138_0_0818116083139AM”. The trench shall be
excavated between N40.146.52 and W47.143.00 on drawing H-16-000930 (AP Tank Farm fence
boundary) and N40.740.79 W46.503.31 on drawing H-16-000932.

The trench shall be over excavated by 2 feet on the width (at the top of trench) and 1 foot at the
bottom of trench. The abandoned piping, utilities, and other interferences shall be removed.
Piping capped in accordance with the “Abandoned Pipe Cap Detail” provided in section J
“Drawings”. The cut ends of capped piping, utilities, and other interferences shall be as-built by
survey. The bottom and sides of the trench shall be as-built surveyed, lined with permeable
fabric, and backfilled to grade. The section of existing road removed shall be patched in
accordance with the 4th Street by pass typical section shown on drawing H-16-000925.

The excavation of this section of WTL trench will be within radiation controlled areas which will
require radiation worker 2 training and additional personal protective equipment. The equipment
utilized to perform the excavation will require decontamination and survey prior to being
released. The area will also require the use of a “guzzler” vacuum truck and hand excavation
when near underground utilities. BUYER will provide the guzzler truck and training to operate
the “guzzler” truck. SUBCONTRACTOR will provide other equipment.

Page 31 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Contaminated soil, debris, and other items will be disposed at the Environmental Restoration
Disposal Facility (ERDF), which will require the items to be loaded into ERDF roll on/off
(RO/RO) transportation containers. The containers must be lined with plastic 6 mil (minimum)
liners and have absorbent liner material placed at the rear of the container. The liners will then
be closed and sealed and the RO/RO tarps secured. The containers will be positioned at a “drop”
location near the WTL work area and will required radiation material area postings and controls.

4.2.15 Main Process and LAG Vaults Excavation/Backfill (Optional)

SUBCONTRACTOR shall excavate the main process building vault as shown on sketch 31269-
12SK-0001 through 31269-12SK-0005. The SUBCONTRACTOR shall excavate the “dune
sand” located in the upper 17’ feet of the excavation. The “dune sand” will be placed in Snow’s
Canyon.

4.2.16 Earth Retention System (ERS) (Optional)

SUBCONTRACTOR shall install the earth restraint system as shown on sketches 31269-12-SK-
001 through 31269-12-SK-0005. . The SUBCONTRACTOR shall then excavate and lag the
remaining excavation in accordance with sketches 31269-12-SK-001 through 31269-12-SK-
0005. The soils removed below the “dune sand” elevation shall be stock piles for use and
engineered fill (SUBCONTRACTOR to perform soil properties testing required to “qualify” the
fill for engineered fill).

4.2.17 Complete, Maintain, and As Build the Design

SUBCONTRACTOR shall complete, maintain, and as-built the site preparation design
documents and drawings through completion and acceptance of the site preparation Work in
accordance with SUBCONTRACTOR’S program and general specification 01 26 00 –
“Engineering Control and Changes Requirements”.

SUBCONTRACTOR shall provide as built designs, with appropriate professional stamps, of


temporary utility installations, final civil work, and warehouse. The as built designs shall be
supported by survey information. Underground utilities shall have marker tape installed during
back fill activities to demark utility locations during future excavation activities.

Page 32 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

4.2.18 Demobilization and Subcontract Closeout

Activities to be performed as part of demobilization include, but are not limited to:

1. Provide “red lined” drawings prepared from the “BUYER Issued for
Construction” drawings sufficient for BUYER to prepare As-built drawings.
2. Provide as-built drawings of SUBCONTRACTOR provided installations and
designs.
3. Verification that the submittals identified on the MSL are submitted and approved
in accordance with general specification 01 33 00 “Submittals”.
4. Disposition of government property in accordance with 01 78 00 “Closeout
Submittals”
5. Verify final reports have been accepted
6. Removal of the SUBCONTRACTOR’s on-site construction support facilities.
7. Perform site and equipment cleanup at the completion of work, including the
immediate cleanup filling in of potholes or ruts of temporary roads used by
SUBCONTRACTOR to transport material.
8. Remove SUBCONTRACTOR-owned/leased equipment, tools, facilities, and
chemicals or hazardous materials brought onto the site to perform this work, as
required.
9. Complete the final “punch list” of actions prior to completion of demobilization.
10. Remove equipment, tools, trailers, garbage, and materials at the completion of the
Subcontract unless an exception is approved in writing by the BUYER
11. Subcontract Closeout Actions include, but are not limited to:
a. Settle claims and adjustments.
b. Settle lower-tier subcontract costs and issues.
c. Final acceptance document completed.
d. Release of claims.

SUBMITTALS

SUBCONTRACTOR shall provide submittals as specified in the scope of work, specifications,


drawings, and provisions in accordance with General Specification 01 33 00 - “Submittal
Procedure” and Section L of the Subcontract – “Master Submittal Log (MSL)”.

ACCEPTANCE CRITERIA

Subcontract work products and services shall meet applicable standards as identified in the scope
of work, specifications, drawings, and provisions.

Page 33 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

DESIGN AND APPLICABLE STANDARDS

7.1 Design

The SUBCONTRACTOR (including its lower-tier subcontractor/suppliers) shall be perform


design in accordance with their program/procedures. SUBCONTRACTOR shall incorporate the
below BUYERS standards listed below into the design.

Table 3. Engineering Standards

Standard Title
TFC-ENG-STD-01, Rev. A-3 Human Factors in Design
TFC-ENG-STD-10, Rev. A-13 Drawing Standard
TFC-ENG-STD-41, Rev. A-3 Electrical Installations

The SUBCONTRACTOR is responsible for performing constructability review(s) on the


SUBCONTRACTOR’s design products. The constructability review(s) shall include a check for
interferences and fit-up and consider the as-installed configuration as well as interim
configurations during the installation process. In the event that the SUBCONTRACTOR cannot
adequately perform a constructability review due to incomplete or inadequate design or field
walk-down information, the SUBCONTRACTOR shall notify the BUYER’s Technical
Representative to determine an acceptable alternate technical approach.

7.2 Applicable Standards

Applicable codes and standards are identified in scope of work, specifications, drawings, and
provisions. Also see RPP-SPEC-56967 “Project T5L01 Low Activity Waste Pretreatment
System Specification”, General/Technical Specifications, and Drawings for the applicable
Codes, and Standards.

ESH&Q REQUIREMENTS

8.1 Safety and Health Requirements

The SUBCONTRACTOR shall have a documented and implemented Safety and Health
Program. The SUBCONTRACTOR’s program shall be submitted for review/approval against
the requirements identified in Specification 01 35 00 – “Construction Safety and Health
Requirements”.

Page 34 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

BUYER/OWNER personnel will co-ordinate with the SUBCONTRACTOR to conduct


scheduled and periodic oversight of Work activities and the implementation of the
SUBCONTRACTOR’s Health and Safety Program, including Industrial Hygiene Programs.

BUYER will perform the emergency management coordination. BUYER shall support
emergency drills, actual emergencies, and other emergency management support activities as
requested/required based on the site emergency management actions.

8.2 Quality Assurance Requirements

The SUBCONTRACTOR shall implement a graded approach Quality Assurance Program. The
SUBCONTRACTOR’s program shall be submitted for review/approval against the requirements
identified in Appendix A “Quality Assurance Requirements” and Specification 01 40 00
“Quality Assurance”.

BUYER/OWNER personnel will co-ordinate with the SUBCONTRACTOR to conduct


scheduled and periodic oversight of activities or products associated with the Work.

8.2.1 SUBCONTRACTOR Testing and Inspection

SUBCONTRACTOR shall perform soil and concrete testing (moisture, compaction, slump,
break testing, etc.), and other testing identified in drawings and specifications. Construction
quality assurance testing shall employ a Professional Engineer (PE) with current licensure for
supervision of the testing. SUBCONTRACTOR shall submit quality assurance testing vender(s)
qualifications.

The SUBCONTRACTOR shall conduct testing of the installed electrical system(s) to ensure that
the system function properly, meet code requirements, and that the breaker, disconnects, and
other control features are properly marked.

The trailer HVAC systems shall be functionally checked, balanced, and all functions verified to
be working properly.

Potable and raw water systems shall be hydro/in service leak tested, sterilized, and backflow
preventers tested.

SUBCONTRACTOR shall provide documentation of testing completion and results as


applicable.

Page 35 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

8.2.2 NEC Inspection

SUBCONTRACTOR shall provide an independent agent or firm, approved by the BUYER,


which is qualified to perform NEC Inspections in accordance with the Hanford Site Electrical
Safety Program DOE-0359 (HSESP). This independent NEC inspector shall have the following
minimum qualifications:

1. NEC inspections shall be performed by designated NEC Inspectors who have


been authorized by the Authority Having Jurisdiction (AHJ) to perform such
inspections.
2. NEC Inspectors shall pass a nationally recognized test for general electrical
inspectors and plan review inspectors. The International Association of Electrical
Inspectors (IAEI) or the International Code Council (ICC) shall certify these tests.
3. NEC Inspectors shall have at least one of the following.
a. No less than four years’ experience as a journeyman electrician installing
and maintaining electrical equipment
b. Two years of electrical training in a college of electrical engineering of
recognized standing and four years of continuous practical electrical
experience in installation work
c. Four years of electrical training in a college of electrical engineering of
recognized standing and two years of continuous practical electrical
experience in electrical installation work
d. Approval and designation from the AHJ based upon years of experience in
the electrical field
4. NEC Inspectors shall complete NFPA-70E, Standards for Electrical Safety, with
refresher training at intervals not to exceed 36 months (See Hanford Site
Electrical Safety Program [HSESP] Course Descriptions, Objectives, and
Training Requirements, Number 5, NFPA 70E Standards for Electrical Safety).
5. NEC Inspectors shall remain cognizant of the latest status of the NEC via
continued training and education SUBCONTRACTOR shall submit NEC
inspection documentation.
6. SUBCONTRACTOR shall provide submittals documenting NEC inspections,
results, and verification of completed corrective actions to resolve inspection
issues.

VERIFICATION / WITNESS / HOLD POINTS

9.1 Verification

Verification, witness and hold points are defined as critical steps in manufacturing, testing, or
analysis where, by prior agreement, the SUBCONTRACTOR is obligated to advise the BUYER
in advance of the operation (each time the operation is performed) so that it may be witnessed.

Page 36 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

The SUBCONTRACTOR may proceed with the work past the point if the BUYER's personnel
are not available at the appointed time and BUYER has provided written instruction to proceed.
In the event the witnessing of the first occurrence of a particular operation is missed, one of the
following actions may be taken by BUYER:

1. BUYER may reschedule the witnessing to a subsequent occurrence;


2. BUYER may review Supplier's documentation applicable to the witness point and
determine the witness point can be accepted on the basis of the documentation; or
3. BUYER may inspect the work/product and determine the witness point can be accepted
on the basis of the inspection.

Should circumstances prevent the performance of the actions listed above, Seller shall await
written direction from Buyer's Quality Assurance personnel on how to proceed.

9.2 Notifications

SUBCONTRACTOR shall notify the BUYER at least ten (10) calendar days prior to offsite tests
or other verifications to allow adequate time for travel plans to be made by BUYER. Onsite tests
or other verifications require 48 hour notification

9.3 Hold Points

Hold points are defined as critical steps in manufacturing, testing, or sampling because the
Supplier is obligated to advise the BUYER in advance of the operation so the operation can be
witnessed. The SUBCONTRACTOR may NOT proceed with the work beyond the hold point
without witness by BUYER's personnel, except by documented agreement from the BUYER.
Hold points that are not witnessed by the BUYER, due to failure of the SUBCONTRACTOR to
provide proper notification, shall be resolved by SUBCONTRACTOR with BUYER approval.
Additional hold points may be established by BUYER in support of the resolution. Hold points
shall not be waived without prior written authorization of the BUYER.

9.4 Identification of Witness, Verification, and Hold Points

Specifications, drawings and standards define witness, verification, and hold points.

Page 37 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

WORK LOCTION / ACCESS REQUIREMENTS

Department of Energy Hanford Site, Richland, WA

200 East (see Figure 1)

Specification 01 14 00 – “Work Restrictions/On-Site Work” identifies the site access


requirements, restrictions, security, notifications system, badging, etc.

TRAINING

The following training is required but may not be limited to just this specific list:

1. On-Site Employees (includes lower-tier subcontractors, venders, and suppliers)


a. Hanford General Employee Training (HGET) – computer based average
duration 4 hours (varies depending on personnel ability)
b. Occupational Health Physical – average duration 2 hours (could vary
dependent on Employee Job Task Analysis [EJTA])
c. Chemical Hazard Awareness Training (CHAT) – duration 8 hours
2. “Guzzler” Vacuum Truck Training and On the Job Evaluation (OJE) – duration 8
hours.
3. Radiation Worker II – duration 24 hours if not previously qualified, 4 hours if
requalifying (waste transfer trench Work).

SUBCONTRACTOR shall develop additional training required by its safety and health, quality
assurance, environmental, and other programs and policies required to complete the scope of
Work. SUBCONTRACT shall have a training program that can demonstrate the personnel
performing Work associated with this Subcontract are trained and qualified.
SUBCONTRACTOR shall submit the training program for BUYER approval.

BUYER will provide tuition costs for training obtained through the Volpentest HAMMER
Federal Training Center (HAMMER). Training identified above is HAMMER provided
training.

Page 38 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

QUALIFICATION

SUBCONTRACTOR (including lower-tier subcontractors, venders, and suppliers) personnel


shall be qualified in accordance with the SUBCONTRACTOR’s training program,
specifications, standards, and SUBCONTRACTOR’S quality assurance, safety and health, and
environmental programs and procedures.

SUBCONTRACTOR shall maintain a system/program to demonstrate qualification(s) of


personnel.

SPECIAL REQUIREMENTS

13.1 Use of Government Vehicles

There is no anticipated need for any SUBCONTRACTOR employees to use a Government-


furnished vehicle in the performance of this statement of work. The SUBCONTRACTOR’s
employees, therefore, are specifically prohibited from driving any Government-furnished
vehicles under the performance of this statement of work unless this statement of work is
formally so modified by the parties and the employee(s) will present a valid driver’s license to
the BTR for review.

13.2 Government Property

Pursuant to the Subcontract General Provisions article titled, “Management of


SUBCONTRACTOR-Held Government-Owned Property,” no Government-owned property
will be provided to the SUBCONTRACTOR.

13.3 Buyer Furnished

BUYER will furnish the following:

1. HAMMER training costs (tuition), if utilized.


2. Emergency management program.
3. Authorized Engineer/Design Authority (permanent plant items).
4. Earth Restraint System (ERS) Design.
5. Site permits (excavation, Fire Marshall, occupancy, etc.).
6. Water and Electric (to SUBCONTRACTOR tie in points, see ECR-16-001016
Rev 0).
7. Site Occupational Medical Services.
8. Designation and disposal of on-site dangerous and universal wastes.

Page 39 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

9. “Guzzler” vacuum truck (excludes fuel) and training.


10. Coordination with other Site Contractors and Tank Farms Operations.
11. Concrete, mud mat, and concrete testing (SUBCONTRACTOR to provide labor
to operate BUYER provided delivery trucks).

REPORTING / ADMINISTRATION

The SUBCONTRACTOR shall provide BUYER with the necessary project performance
information to support budget planning, execution, and reporting; project planning and
execution; audit and evaluation; and other DOE performance assessment and information needs.

14.1 Work Breakdown Structure (WBS)

The SUBCONTRACTOR shall comply with the furnished WBS. The WBS shall identify work
to be performed as part of this Subcontract. The SUBCONTRACTOR's work definitions,
budgets, schedule, and cost estimates shall be prepared in accordance with the WBS. Planning
and performance measurements shall be based on the approved WBS and include the following
requirements.

14.2 Baseline Schedule

The SUBCONTRACTOR shall prepare and maintain a schedule to identify the activities
associated with this Work and reflect compliance with the delivery schedule identified in the
statement of Work, Milestone Table in Section F of the Subcontract and required documentation
identified on the Master Submittal Log (MSL). The schedule shall be developed in sufficient
detail to plan and control the required work tasks and shall have the following characteristics.

1. Time-phased, resource-loaded, logic-based for activities.


2. Structured to indicate established deliverables with key milestones in accordance
with Section F.
3. Delivered in a Primavera Project Planner™ (P6) format including a Primavera
Project (P6) XER backup of Version 7.1 or lower.
4. When the subcontract has been approved, two (2) copies of the schedule will be
made. One will be archived for historical reference and the other will be attached
to the working schedule to provide a baseline schedule update.
5. Updated weekly to reflect status and any agreed-upon changes and submitted as
discussed in the below section 14.3 “Monthly Performance Report”.
6. Provide detailed earning rules and weights for each scheduled activity.

Page 40 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

7. Updated monthly and included in the submitted Monthly Activity Status Report
as identified in Master Submittal Log.
8. Performance metrics reviewed/analyzed on a monthly basis.
9. Provide a critical path and near critical path schedule(s), include a narrative on
recovery actions and impacts to the completion date.

The SUBCONTRACTOR’s schedule shall show the durations for major activities necessary to
complete engineering, procurement, construction, inspections, and testing. The schedule shall be
presented in Primavera Project Manager™ (P6) format and shall be based on the WBS. The
SUBCONTRACTOR shall submit the format of the project schedule to the BUYER for
approval.

14.3 Monthly Performance Report

The SUBCONTRACTOR shall submit a Monthly Performance Report representing the prior
month’s performance and transmit it to the BUYER for review. The report must support the
“BUYER’s Business Rhythm Monthly Processing/Reporting Schedule” (to be provided after
award).

1. Project/Construction Manager narrative assessment.


2. Significant accomplishments and progress towards completion of project goals
and objectives.
3. Major issues including actions required by the SUBCONTRACTOR and
BUYER.
4. Analysis of funds expenditure, with projections for the Project by fiscal year and
life of the Contract.
5. Evaluation of safety performance (including ISMS metrics and all recordable
injuries, lost-time injuries, and near-misses).
a. Statused baseline schedule, which reflects progress against the baseline
and includes critical path analysis, performance trends, variance
discussion(s), and potential issues related to Subcontract milestones.
b. Subcontract estimates-to-complete.
c. A change control section that summarizes the scope, technical, cost,
and/or schedule impacts resulting from any implemented actions; and that
discusses any known or pending baseline changes and use of management
reserve.
6. Project Risk Assessment including identification of critical risks, actions planned,
and actions taken to address those risks, potential problems, impacts, and
alternative courses of action, including quality issues, staffing issues, assessment
of the effectiveness of actions taken previously for significant issues, or the
monitoring results of recovery plan implementation. The Project Risk Assessment

Page 41 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

shall also identify the engineering and technology to reduce the risk and
uncertainty with the project.
7. Project Baseline Performance including:
a. Integrated Program Management Report (IPMR) Formats (DI-MGMT-
81861) Form/Format 2734/1, Work Breakdown Structure submitted in MS
Excel.
d. Statused baseline schedule, which reflects progress against the baseline
and includes critical path analysis, performance trends, variance
discussion(s), and potential issues related to Subcontract milestones.
e. Subcontract estimates-to-complete.
f. Variance analysis shall be on the current month and cumulative to date for
control accounts that exceed variance reporting thresholds, and shall
include cause, effect and corrective action. Variance analysis shall be
prepared with explanations as required to adequately address problems
and tracked to closure. The WRPS project management team will
determine the variance analysis thresholds (current month and contract-to-
date and at complete).
g. Claims Status Report which includes SUBCONTRACTOR, lower-tier
subcontractors, venders, and suppliers. Identify the claims which will
impact the subcontract cost and schedule.
h. A change control section that summarizes the scope, technical, cost,
and/or schedule impacts resulting from any implemented actions; and that
discusses any known or pending baseline changes and use of management
reserve.
8. Status of any claims including both submitted and pending claims and early
notification of any potential future claim

Page 42 of 69
Project: T5L01
Requisition: 300951
Section: H General Specifications
Revision: 00
Date: 7/6/2017

Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SECTION H: GENERAL SPECIFICATIONS INDEX

Specification
Line# Rev. Title Rel. Date
Number

1. 01 14 00 00 LAWPS WORK RESTRICTIONS AND ON SITE WORK REQUIREMENTS 6/28/2017

2. 01 26 00 00 LAWPS ENGINEERING CONTROLS AND CHANGE REQUIREMENTS 6/28/2017

3. 01 31 00 00 LAWPS CONSTRUCTION MANAGEMENT AND COORDINATION 6/26/2017

4. 01 32 00 00 LAWPS PROGRESS DOCUMENTATION 6/26/2017

5. 01 33 00 00 LAWPS SUBMITTAL PROCEDURE 6/26/2017

6. 01 35 00 00 LAWPS SAFETY AND HEALTH REQUIREMENTS 6/26/2017

7. 01 35 43 00 LAWPS ENVIRONMENTAL PROCEDURES 6/26/2017

8. 01 40 00 00 LAWPS QUALITY ASSURANCE 6/26/2017

9. 01 50 00 00 LAWPS FACILITIES, AIDS AND TEMPORARY CONTROLS 7/6/2017

10. 01 73 00 00 LAWPS EXECUTION 6/28/2017

11. 01 78 00 00 LAWPS CLOSEOUT SUBMITTALS 6/26/2017

Page 43 of 69
Project: T5L01
Requisition: 300951
Section: H General Specifications
Revision: 00
Date: 7/6/2017

Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Specification
Line# Rev. Title Rel. Date
Number

12. MSA-1603367 00 LAWPS CULTURAL REVIEW 6/26/2017

13. MSC-PRO-WS- 01 HANFORD SITE PUBLIC WATER SYSTEM TIE-IN” 6/26/2017


27075

Page 44 of 69
Project: T5L01
Requisition: 300951
Section: I Technical Specifications
Revision: 00
Date:7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SECTION I: TECHNICAL SPECIFICATIONS INDEX

Specification Doc Number


Line# Rev. Title Rel. Date
Number

1. 01 25 00 15-2-101 B SUBSTITUTIONS AND DESIGN CHANGES SPECIFICATION 1/23/2017

2. 01 60 00 15-2-104 B LABELING SPECIFICATION 1/23/2017

3. 01 66 00 15-2-105 B DELIVERY STORAGE AND HANDLING SPECIFICATION 1/23/2017

GENERAL SERVICES NATURAL PHENOMENA HAZARD


4. 01 81 01 13-2-007 A 1/23/2017
PERFORMANCE REQUIREMENTS
SAFETY SYSTEMS AND COMPONENTS NATURAL
5. 01 81 02 13-2-008 A 1/23/2017
PHENOMENA HAZARD PERFORMANCE REQUIREMENTS

6. 02 21 00 12-2-001 B SURVEYING SPECIFICATION 6/5/2017

7. 03 11 00 13-2-001 0 CONCRETE WORK 6/5/2017

8. 03 31 00 13-2-011 A FURNISHING AND DELIVERING READY-MIX CONCRETE 1/23/2017

SPECIFICATION FOR PURCHASE, FABRICATION, DELIVERY


9. 05 12 00 13-2-002 A 1/23/2017
AND ERECTION OF STRUCTURAL STEEL
SPECIFICATION FOR THE PROCUREMENT OF
10. 05 50 00 13-2-010 A 1/23/2017
MISCELLANEOUS METALS
ENGINEERING SPECIFICATION FOR FURNISHING,
11. 05 55 01 13-2-009 A DETAILING, FABRICATION, DELIVERY, AND 1/23/2017
INSTALLATION OF STAINLESS STEEL LINER PLATES

Page 45 of 69
Project: T5L01
Requisition: 300951
Section: I Technical Specifications
Revision: 00
Date:7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Specification Doc Number


Line# Rev. Title Rel. Date
Number

12. 07 21 00 18-2-020 A THERMAL INSULATION 4/10/2017

13. 07 54 19 18-2-005 A THERMOPLASTIC MEMBRANE ROOFING 4/10/2017

14. 07 72 00 18-2-006 A ROOF ACCESSORIES 4/10/2017

15. 07 84 13 18-2-007 A PENETRATION FIRESTOPPING 4/10/2017

16. 07 84 43 18-2-008 A FIRE-RESISTIVE JOINT SYSTEMS 4/10/2017

17. 07 92 00 18-2-009 A JOINT SEALANTS 4/10/2017

18. 08 11 13 18-2-010 A HOLLOW METALS DOORS AND FRAMES 4/10/2017

19. 08 33 23 18-2-011 A OVERHEAD COILING DOORS 4/10/2017

20. 08 71 00 18-2-012 A DOOR HARDWARE 4/10/2017

21. 09 29 00 18-2-014 A GYPSUM BOARD 4/10/2017

22. 09 22 16 18-2-013 A NON-STRUCTURAL DOOR FRAMING 4/10/2017

23. 09 91 19 18-2-015 A PAINTING 4/10/2017

Page 46 of 69
Project: T5L01
Requisition: 300951
Section: I Technical Specifications
Revision: 00
Date:7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Specification Doc Number


Line# Rev. Title Rel. Date
Number

24. 10 14 23 13 18-2-016 A SIGNAGE 4/10/2017

25. 10 44 13 18-2-017 A FIRE EXTINGUISHER CABINETS 4/10/2017

26. 31 00 00 12-2-002 B SITE PREPARATION SPECIFICATION 6/5/2017


B EXCAVATING, BACKFILLING AND COMPACTING FOR 6/5/2017
27. 31 23 00 01 12-2-007
STRUCTURES SPECIFICATION
B EXCAVATING, BACKFILLING AND COMPACTING FOR 6/5/2017
28. 31 23 00 02 12-2-008
UNDERGROUND UTILITIES SPECIFICATION
B SOIL EROSION AND SEDIMENTATION CONTROL 6/5/2017
29. 31 25 00 12-2-003
SPECIFICATION
B 6/5/2017
30. 32 11 23 12-2-005 AGGREGATE BASE COURSE SPECIFICATION
B 6/5/2017
31. 32 12 00 12-2-009 HOT MIX ASPHALT PAVING SPECIFICATION

32. B 6/5/2017
32 31 13 12-2-010 CHAIN LINK FENCE AND GATES SPECIFICATION
B 6/5/2017
33. 33 30 00 12-2-006 GRAVITY SANITARY SEWAGE SPECIFICATION
B 6/5/2017
34. 33 40 00 12-2-004 STORM DRAINAGE SPECIFICATION

35. 40 05 00 16-2-008 B PIPING, FITTINGS AND FLANGES 1/23/2017

Page 47 of 69
Project: T5L01
Requisition: 300951
Section: I Technical Specifications
Revision: 00
Date:7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Specification Doc Number


Line# Rev. Title Rel. Date
Number

36. 40 05 00 11 16-2-001 B PIPING MATERIALS SPECIFICATIONS 12/15/2016

37.. 40 05 51 16-2-002 A PIPING VALVES SPECIFICATION 1/9/2017

38. 40 46 00 16-2-009 A PIPING PROTECTIVE COATINGS 1/23/2017

39. 40 05 23 23 16-2-010 A DOUBLE CONTAINMENT PIPING FOR WASTE TRANSFER 4/10/2017

40. N/A WRPS-1602426 2 LAWPS CODE OF RECORD 10/5/2016

MSA-1603367-
41. N/A N/A ECOLOGICAL CLEARANCE FOR LAWPS (ECR-2016-251) 8/16/2016
Reissue

42. N/A 31269-22-FDD-001 A FACILITY DESIGN DESCRIPTION 4/10/2017

43. N/A 210LP-PA-FP-004 A FIRE PROTECTION BACKFLOW PREVENTERS 1/23/2017

210LP-RSA-UT-BF-
44. N/A A BACKFLOW PREVENTERS 1/23/2017
001
LOW ACTIVITY WASTE PRETREATMENT SYSTEM
45.. N/A RPP-SPEC-56967-06 6 12/21/2016
SPECIFICATION

46. N/A N/A N/A UNIGROUP TOO BROCHURE ( HAWORTH CUBICLE PANELS) 6/14/2017

47. N/A N/A N/A WORKSTATIONS AND CHAIRS 6/14/2017

Page 48 of 69
Project: T5L01
Requisition: 300951
Section: I Technical Specifications
Revision: 00
Date:7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Specification Doc Number


Line# Rev. Title Rel. Date
Number

GEOTECHNICAL ENGINEERING STUDY LOW-ACTIVITY


48. N/A 22-1-03156-070 0 5/4/2017
WASTE PRETREATMENT SYSTEM

Page 49 of 69
Project: T5L01
Requisition: 300951
Section: J Drawings
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SECTION J: DRAWING INDEX

Line# Drawing Number Sheet Title Rev. Date

1. H-16-000002 LAWPS P&ID EQUIPMENT AND PIPING SYMBOLS 1a 1/23/2017

2. H-16-000003 LAWPS P&ID INSTRUMENT SYMBOLS 1a 1/23/2017

3. H-16-000004 LAWPS P&ID TAGGING LEGEND 1a 1/23/2017

4. H-16-000046 LAWPS P&ID FIRE PROTECTION B 1/23/2017

5. H-16-000411 LAWPS TIE IN LOCATION PLAN A 1/23/2017

6. H-16-000412 LAWPS TIE-IN LOCATION DETAILS - RAW AND POTABLE WATER A 1/23/2017

7. H-16-000413 LAWPS TIE-IN LOCATION DETAILS - RAW WATER PLAN A 1/23/2017

8. H-16-000414 LAWPS TIE-IN LOCATION DETAILS - RAW WATER SECTION A 1/23/2017

9. H-16-000415 LAWPS TIE-IN LOCATION DETAILS - WASTE TRANSFER PLAN A 1/23/2017

10. H-16-000416 LAWPS PLOT PLAN LAWPS FACILITY A 1/23/2017

11. H-16-000430 LAWPS PIPING PLAN - DRAWING INDEX A 1/23/2017

Page 50 of 69
Project: T5L01
Requisition: 300951
Section: J Drawings
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Line# Drawing Number Sheet Title Rev. Date

12. H-16-000500 LAWPS PIPING PLANS - WASTE TRANSFER DRAWING INDEX A 1/23/2017

13. H-16-000501 1 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

14. H-16-000501 2 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

15. H-16-000501 3 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

16. H-16-000501 4 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

17. H-16-000501 5 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

18. H-16-000501 6 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

19. H-16-000501 7 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

20. H-16-000501 8 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

21. H-16-000501 9 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

22. H-16-000501 10 LAWPS PIPING PLANS - WASTE TRANSFER LINE ROUTING A 1/23/2017

23. H-16-000800 LAWPS FIRE AREA PLAN FIRE PROTECTION A 1/23/2017

Page 51 of 69
Project: T5L01
Requisition: 300951
Section: J Drawings
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Line# Drawing Number Sheet Title Rev. Date

24. H-16-000801 LAWPS PIPING PLAN FIRE PROTECTION A 1/23/2017

25. H-16-000900 LAWPS CIVIL SITE PLAN A 1/23/2017

26. H-16-000903 LAWPS CIVIL PLAN FENCING A 1/23/2017

27. H-16-000910 LAWPS CIVIL PLAN ROAD AND PARKING LOT A 1/23/2017

28. H-16-000914 LAWPS CIVILCONSTRUCTION SITE PLAN A 6/5/2017

29. H-16-000916 LAWPS CIVIL CLEARING AND GRUBBING PLAN A 5/31/2017

30. H-16-000917 LAWPS CONSTRUCTION FENCING PLAN A 6/5/2017

31. H-16-000918 1 LAWPS CONSTRUCTION GRADING PLAN 1 A 6/5/2017

32. H-16-000918 2 LAWPS CONSTRUCTION GRADING PLAN 2 A 6/5/2017

33. H-16-000918 3 LAWPS CONSTRUCTION GRADING PLAN 3 A 6/5/2017

34. H-16-000918 4 LAWPS CONSTRUCTION GRADING PLAN 4 A 6/5/2017

35. H-16-000918 5 LAWPS CONSTRUCTION GRADING PLAN 5 A 6/5/2017

Page 52 of 69
Project: T5L01
Requisition: 300951
Section: J Drawings
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Line# Drawing Number Sheet Title Rev. Date

36. H-16-000918 6 LAWPS CONSTRUCTION GRADING PLAN 6 A 6/5/2017

37. H-16-000919 LAWPS CIVIL CONSTRUCTION DETAILS B 6/5/2017

38. H-16-000920 1 LAWPS CIVIL PLAN GRADING B 6/5/2017

39. H-16-000920 2 LAWPS CIVIL PLAN GRADING B 6/5/2017

40. H-16-000920 3 LAWPS CIVIL PLAN GRADING B 6/5/2017

41. H-16-000920 4 LAWPS CIVIL PLAN GRADING B 6/5/2017

42. H-16-000930 LAWPS WASTE TRANSFER LINE PLAN & PROFILE 1/6 A 1/23/2017

43. H-16-000931 LAWPS WASTE TRANSFER LINE PLAN & PROFILE 2/6 A 1/23/2017

44. H-16-000932 LAWPS WASTE TRANSFER LINE PLAN & PROFILE 3/6 A 1/23/2017

45. H-16-000949 LAWPS CIVIL SECTIONS AND DETAILS PAVEMENT A 1/23/2017

46. ECR-16-001016 L-686 RAW WATER FIRE PROTECTION LOOP FOR LAWPS 0 10/18/2016

47. H-16-000925 1 LAWPS CIVIL 4TH STREET BY-PASS P&P A 6/5/2017

Page 53 of 69
Project: T5L01
Requisition: 300951
Section: J Drawings
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Line# Drawing Number Sheet Title Rev. Date

48.0 H-16-000925 2 LAWPS CIVIL 4TH STREET BY-PASS P&P A 6/5/2017

49. H-16-000295 LAWPS LINER PLAN PIT FLOORS A 1/23/2017

50. H-16-000296 LAWPS LINER PLAN VAULT FLOORS A 1/23/2017

51. 31269-12-SK-001-1 1 EARTH RETAINING SYSTEM GENERAL NOTES B 6/26/2017

52. 31269-12-SK-001-1 2 EARTH RETAINING SYSTEM GENERAL NOTES A 6/19/2017

53. 31269-12-SK-002 1 EARTH RETAINING SYSTEM EXCAVATION PLAN A 6/19/2017

54. 31269-12-SK-002 2 EARTH RETAINING SYSTEM EXCAVATION PLAN A 6/19/2017

55. 31269-12-SK-002 3 EARTH RETAINING SYSTEM EXCAVATION PLAN A 6/19/2017

56. 31269-12-SK-003 EARTH RETAINING SYSTEM WALL PLAN A 6/19/2017

57. 31269-12-SK-004 1 EARTH RETAINING SYSTEM WALL ELEVATIONS A 6/19/2017

58. 31269-12-SK-004 2 EARTH RETAINING SYSTEM WALL ELEVATIONS A 6/19/2017

59. 31269-12-SK-004 3 EARTH RETAINING SYSTEM WALL ELEVATIONS A 6/19/2017

Page 54 of 69
Project: T5L01
Requisition: 300951
Section: J Drawings
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Line# Drawing Number Sheet Title Rev. Date

60. 31269-12-SK-004 4 EARTH RETAINING SYSTEM WALL ELEVATIONS A 6/19/2017

61. 31269-12-SK-005 EARTH RETAINING SYSTEM DETAILS B 6/26/2017

62. Example-1 PARKING LOT SIGNS 0 6/26/2017

63. Example-2 SITE GATE SIGNS 0 6/26/2017

64. Example-3 ABANDONED PIPE CAP DETAIL 0 6/26/2017

65. Example-4 SITE MAIN OFFICE LAYOUT 0 6/26/2017

Page 55 of 69
Project: T5L01
Requisition: 300951
Section: K Procedures & Guides
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SECTION K: MANDATORY PROCEDURES AND GUIDE INDEX

MADATORY PROCEDURES

Line# PROCEDURE REV. TITLE REL. DATE

1. DOE-STD-1066-2012 DOE FIRE PROTECTION STANDARD DEC. 2012

2. DOE-STD-1088-95 FIRE PROTECTION FOR RELOCATABLE STRUCTURES JUNE 1995

3. HNF-36174 4 DOE-HANFORD FIRE PROTECTION HANDBOOK OCT. 2014

4. MSC-PRO-FPROP-2827 3-0 FACILITY AN MOBILE OFFICE NUMBER MANAGEMENT 3/28/2016

5. MSC-PRO-SEC-412 4-1 SECURITY BADGES 5/17/2017

6. TFC-BSM-FPM_PR-STD-01 A-2 WRPS STANDARD FOR OCCUPIED FACILITIES 3/2/2017

7. TFC-BSM-IRM_DC-C-07 A-8 VENDOR PROCESSES 3/28/2017

8. TFC-ENG-STD-01 A-3 HUMAN FACTORS IN DESIGN 12/12/2012

9. TFC-ENG-STD-10 A-13 DRAWING STANDARD 11/10/15

10. TFC-ENG-STD-41 A-3 ELECTRICAL INSTALLATIONS 3/14/2016

Page 56 of 69
Project: T5L01
Requisition: 300951
Section: K Procedures & Guides
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

MADATORY PROCEDURES

Line# PROCEDURE REV. TITLE REL. DATE

11. TFC-ESHQ-ENV-STD-04 C-1 AIR QUALITY PROGRAM - NON-RADIOACTIVE EMISSIONS 2/23/2016

12. TFC-ESHQ-EP-C-01 A-18 EMERGENCY MANAGEMENT 4/12/2017

FIRE MARSHAL PERMITS, COMBUSTIBLE CONTROLS, AND


13. TFC-ESHQ-FP-STD-01 C-6 3/17/2015
CONSTRUCTION/OCCUPANCY REQUIREMENTS

14. TFC-ESHQ-FP-STD-02 C-2 FIRE PROTECTION DESIGN CRITERIA 1//21/2011

15. TFC-ESHQ-FP-STD-12 A-4 HANFORD FIRE DEPARTMENT SERVICES 7/15/2011

SEALED RADIOACTIVE SOURCE ACCOUNTABILITY AND


16. TFC-ESHQ-RP_MON-C-24 F-10 4/26/2016
CONTROL

17. TFC-ESHQ-S_IH-C-17 D EMPLOYEE JOB TASK ANALYSIS 4/13/2016

18. TFC-PLN-13 A-12 FIRE PROTECTION PROGRAM 1/19/2016

19. TFC-EPC-CM-C-19 EPC WORK CONTROL DRAFT

Page 57 of 69
Project: T5L01
Requisition: 300951
Section: K Procedures & Guides
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

GUIDANCE DOCUMENTS

Line# PROCEDURE REV. TITLE REL. DATE

1. DOE-HDBK-1211-2014 ACTIVITY LEVEL WORK PLANNING AND CONTROL APRIL 2014

2. DOE-0359 2 HANFORD SITE ELECTRICAL SAFETY PROGRAM (HSEP) 5/3/2012

3. DOE-HDBK-1092-2013 DOE ELECTRICAL SAFETY HANDBOOK JULY 2013

4. DOE/RL-2011-116 1 HANFORD SITE REVEGITATION MANUAL SEPT. 2013

GUIDE TO GOOD PRACTICES FOR DESIGN DEVELOPMENT


5. DOE-HDBK-1205-97 JUNE 1997
AND IMPLEMENTATION

6. DOE-HDBK-1206-98, GUIDE TO GOOD PRACTICES FOR ON-THE-JOB TRAINING APRIL 1998

DOE ORDER 5480.4, ENVIRONMENTAL PROTECTION, SAFETY, AND HEALTH


7. 1/7/1993
CHANGE 4 PROTECTION STANDARDS
DRAFT
8. TFC-EPC-CM-D-03 A EPC CONSTRUCTION WORK PACKAGE PLANNING GUIDE
1/31/2017

9. TFC-ESHQ-S_SAF-CD-10 B SAFETY COMMUNICATIONS 5/24/2017

10. TFC-ESHQ-S_IS-C-01 B SCAFFOLDING 5/17/2017

DRAFT
11. TFC-EPC-CM-D-13 A EPC CONSTRUCTION MANAGEMENT GUIDE
1/31/2017

Page 58 of 69
Project: T5L01
Requisition: 300951
Section: K Procedures & Guides
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

GUIDANCE DOCUMENTS

Line# PROCEDURE REV. TITLE REL. DATE

12. TFC-CHARTER-02 E-3 WRPS SAFETY COUNCIL 5/18/2017

Page 59 of 69
Project: T5L01
Requisition: 300951
Section: M Forms
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SECTION M: SITE FORM INDEX

Spec/Proc.
Line# Form Number Rev. Title
Ref.

01 14 00
1. A-6001-782 6 SECURITY BADGES 01 31 00

2. A-6003-417 7 REQUEST FOR INFORMATION 01 26 00

01 31 00
3. A-6005-315 11 INCOMING LETTER OF TRANSMITTAL 01 33 00

4. A-6002-893 14 PRE JOB BRIEFING 01 31 00

5. A-6003-220 4 DAILY ACTIVITY MANPOWER REPORT 01 31 00

6. A-6003-675 4 LOST TIME WORK DELAY NOTIFICATION 01 31 00

7. A-6003-182 4 CONSTRUCTION COMPLETION DOCUMENT 01 31 00

8. A-6004-460 0 LOCKOUT/TAGOUT AUTHORIZATION FORM 01 35 00

9. A-6006-240 2 CHEMICAL INVENTORY 01 35 43

10. A-6006-661 1 QUALITY ASSURANCE REQUIREMENTS 01 40 00

Page 60 of 69
Project: T5L01
Requisition: 300951
Section: M Forms
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Spec/Proc.
Line# Form Number Rev. Title
Ref.

11. A-6002-836 5 HANFORD FACILITY NUMBER REQUEST 01 50 00

12. A-6004-694 2 REPORT OF FINAL INVENTORY 01 78 00

13. A-6003-805 2 TRANSFER OF CARE AND CUSTODY AND CONTROL OF MATERIALS 01 78 00

14. A-6005-707 1 ELECTRICAL INSTALLATION PERMIT 01 35 00

15. A-6002-510 2 PROJECT RECORD INDEX 01 33 00

16. DRAFT SUPPLEMENTAL SUBMITTAL FORM 01 33 00


DRAFT Work Ctrl.
17. EPC-FS-209 WORK RELEASE FOR CONSTRUCTION FORM Proc.
DRAFT Work Ctrl.
18. EPC-FS-210 PRE EVOLUTION BRIEFING CHECKLIST FORM Proc.
DRAFT Work Ctrl.
19. EPC-FS-229 WORK PROCESS FORM Proc.
DRAFT Work Ctrl.
20. EPC-FS-231 JOB HAZARD IDENTIFICATION WORKSHEET Proc.
DRAFT Work Ctrl.
21. EPC-FS-235 POST JOB REVIEW Proc.
DRAFT Work Ctrl.
22. EPC-FS-236 TYPE 1 WORK PACKAGE COVER SHEET Proc.

Page 61 of 69
Project: T5L01
Requisition: 300951
Section: M Forms
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Spec/Proc.
Line# Form Number Rev. Title
Ref.

DRAFT Work Ctrl.


23. EPC-FS-237 CRAFT WORK PACKAGE Proc.
DRAFT Work Ctrl.
24. EPC-FS-238 URGENT WORK DOCUMENT Proc.
DRAFT Work Ctrl.
25. EPC-FS-239 WORK PACKAGE STATUS LOG Proc.
DRAFT Work Ctrl.
26. EPC-FS-240 MISC AND FIELD GENERATED PAPERWORK RECORD Proc.
DRAFT Work Ctrl.
27. EPC-FS-243 PERSONAL PROTECTIVE EQUIPMENT CHECKLIST Proc.
DRAFT Work Ctrl.
28. EPC-FS-256 FIELD CHANGE SUMMARY & APPROVAL Proc.
DRAFT Work Ctrl.
29. EPC-FS-290 ROUTINE WORK DETERMINATION FORM Proc.
DRAFT Work Ctrl.
30. EPC-FS-307 PERFORMACE PAGE Proc.

Page 62 of 69
Project: T5L01
Requisition: 300951
Section: O Reference Materials
Revision: 00
Date: 6/28/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

SECTION O: REFERENCE MATERIAL INDEX

Line# Doc Number Rev. Title Date

1. DAN16-0138 HANDFORD SITE EXCAVATION PERMIT 11/12/2016

2. REL-183 2 LAWPS GROUND SCAN R183_R2010 5/3/2016

3. REL-213 RELEASE 213 LAWPS SURVEY REPORT 1/26/2017

4. 36116 200 E COMBINED SURVEY MAPS

Page 63 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date:7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

ATTACHMENT-1 - SITE PREPARATION FACILITIES LIST

Number
High Walled of IT
Square Walled Copier/Plotter Purchase
Description QTY Size Wall Restroom # Stairs Windows Conference Wall Other/Furniture Comments
Ft. Offices Space /Lease
Cubicles Room Plates
(Cat5e)

1. Kitchen with sink;


2. Each cubicles shall have three full
length walls and one partial wall for
access (6' minimum), including desk
Running water and holding tanks
space with office chair , overhead
Each required, cubicles required. See Uni
storage and two draw storage;
Yes External Group Brochure for cubical
3. Walled offices to include Haworth
Main Office 2 60' x 72' 4320 11 12 4 Walled Yes 26 2 information. See Brutzmans P
Model SPLT-8415 workstation, TAR-
(M & F) Office Contracted Chairs information for
2946-LTSNCE workstation, 2 JPMJ-24-
(11) chairs. All windows shall have blinds
SJ pedestal storage files. Two - Z600-
installed.
2200 chairs, and one HON 3501
Grade 5 chair;
4. Include paper towel, toilet paper,
and soap dispensers in restrooms

Provide remote operated motorized


1. Provide sound reducing sliding
matt white retractable projector
divider to divide space in half; 2.
All screen minimum size 130". See
1 48' x 48' 2304 No No No 4 4 Yes 4 N/A provide seventy five - Haworth P
Hands/Meeting Brutzmans Contracted Chairs
stackable chairs model M600-2100
information for chairs. All windows
(no casters)
shall have blinds installed.

Provide sound reducing sliding


divider to divide space equally into 4 See Brutzmans Contracted Chairs
Craft 1 48' x 48' 2304 No No NO 4 4 N/A No N/A P
quadrants. Provide 100 - information for chairs
12"x12"x60” lockable lockers.

Page 64 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date:7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Number
High Walled of IT
Square Walled Copier/Plotter Purchase
Description QTY Size Wall Restroom # Stairs Windows Conference Wall Other/Furniture Comments
Ft. Offices Space /Lease
Cubicles Room Plates
(Cat5e)

1. Kitchen with sink;


2. Walled Doc Control area with
counter and controlled entry.
3. Each cubicles shall have three full
Each length walls and one partial wall for
External access (6' minimum), including desk Running water and holding tank
Walled space with office chair , overhead required. See UniGroup Brochure for
WRPS
Office (4) storage and two draw storage; cubical information. See Brutzmans
Document 1 32' x 60' 1920 4 4 Yes 4 N/A 12 1 P
and 4. Walled offices to include Haworth Contracted Chairs information for
Control
Documen Model SPLT-8415 workstation, TAR- chairs. All windows shall have blinds
t Control 2946-LTSNCE workstation, 2 JPMJ-24- installed.
Area (2) SJ pedestal storage files. Two - Z600-
2200 chairs, and one HON 3501
Grade 5 chair;
5. Include paper towel, toilet paper,
and soap dispensers in restrooms

S/C Lower Tier


Office & The laydown trailer will be located I
2 12' x 24' 288 N/A N/A No 2 2 Yes No 1 L
Rebar/Form the rebar/form laydown yard. All
Laydown windows shall have blinds installed.

Male 1. Include paper towel, toilet paper, Running water and holding tanks
1 10' x 24' 240 No No Yes 2 No No No N/A P
Bathroom and soap dispensers in restrooms required

Male 1. Include paper towel, toilet paper, Running water and holding tanks
1 10' x 36' 360 NO Yes 2 No No No N/A P
Bathroom and soap dispensers in restrooms required

Female 1. Include paper towel, toilet paper, Running water and holding tanks
2 10' x 24' 240 No No Yes 2 No No No N/A P
Bathroom and soap dispensers in restrooms required

Connex 2 8' x 20' 160 No No No No No No No N/A Climate controlled (HVAC) P

Page 65 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date:7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Number
High Walled of IT
Square Walled Copier/Plotter Purchase
Description QTY Size Wall Restroom # Stairs Windows Conference Wall Other/Furniture Comments
Ft. Offices Space /Lease
Cubicles Room Plates
(Cat5e)

Connex
3 8' x 20' 160 No No No No No No No N/A P
Powered Power

Connex 2 8' x 20' 160 No No No No No No No N/A Storage P

1. Metal Construction/Slab on Grade.


2. Provide potable water feed to the
building. 2. Provide electrical as
Warehouse 1 80' x 62' 4960 N/A N/A N/A N/A 8 N/A 4 N/A See specification P
defined in specification 01 50 00
“LAWPS Site Prep Facilities and
temporary Controls".

SUBCONTRACTOR to provide
Future
electrical disconnect for each future
Subcontractor N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A
office. No water connection are
Offices
required.

Notes:

1. Facilities to be provided in accordance with specification 01 50 00 “LAWPS Site Prep Facilities and Temporary Controls".
2. Occupancy permits to be issued by the Hanford Fire Department.
3. Minimum spacing between facilities is 15 feet.

Page 66 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

ATTACHMENT 2- SITE PREPARATION QUALITY ASSURANCE


REQUIREMENTS (QAR)

Page 67 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Page 68 of 69
Project: T5L01
Requisition: 300951
Section: G
Revision: 00
Date: 7/6/2017
Statement Of Work
Low Activity Waste Pretreatment System Site Preparation Subcontract

Page 69 of 69

You might also like