Statement of Work for Design Services

RFP No. 310801/310803, Rev. 0

Project L-850, Replace Sanitary Water Storage Tank

Sanitary Water Distribution Pumps

Statement of Work

Title: Design Services for Project L-850, 1.31 Million Gallon Potable Water Storage Tank

Date: April23, 2018

Revision Number: 0

Table of Contents

1.0Introduction / Background

1.1Water Storage Tanks

1.2Sanitary Water Distribution Pumping and Clear Wells

2.0Objective

3.0Description of Work - Specific

3.1Task 1 – Pre-Conceptual Material Evaluation

3.2Task 2 – 30% Design Package

3.3Task 3 – Comment Incorporation

3.4Task 4 – Cost Estimates

3.4.1Definitive Design Cost Estimate

3.4.2Construction Cost Estimate and Schedule

3.5Task 5 – 60% Design Package (Bid Option)

3.6Task 6 – 90% Design Package (Bid Option)

3.7Task 7 – Final Design Package (Bid Option)

3.8Task 8 – Engineering Support to Construction (Bid Option)

3.9Task 9 – As-Built Drawings (Bid Option)

4.0Submittals

5.0Acceptance Criteria

6.0Configuration Management and Standards

6.1Design Team Task Lead Expectations

6.2Design Process

6.3Design Interfaces

6.4Documentation

6.5Design Reviews

6.6Design Verification

6.7As-Built Process

7.0Requirements

7.1Engineering Requirements

7.2Environment, Safety, and Health (ES&H) Requirements

7.3Quality Assurance (QA) Requirements

7.4Government Property

7.5Commercial Off the Shelf Software

8.0Personnel Requirements

8.1Required Qualifications

8.2Security and Badging Requirements

8.3Work Location / Potential Access Requirements

8.4Site Access and Work Hours

9.0Meetings

9.1Subcontract Kick-Off Meeting

9.2Design Progress Meetings

9.3Design Review Meetings

10.0Deliverables and Performance Schedule Requirements

10.1Deliverables

10.2Schedule

10.3Milestones

11.0Special Requirements

12.0APPENDIX A – Submittal Register

13.0APPENDIX B – Reliability and Design Checklist

14.0ATTACHMENT C - 30/60/90 DESIGN PACKAGE

Acronyms and Abbreviations

200E / 200 East Area
200W / 200 West Area
A/E / Architectural / Engineering Firm
ASTM / American Society for Testing and Materials
BTR / Buyer’s Technical Representative
COTS / Commercial-off-the-shelf
CPWTF / Central Plateau Water Treatment Facility
CS / Contracts Specialist
CT / (disinfectant) Contact Time
DA / Design Authority
DCN / Document Change Notice
DOE / Department of Energy
ECN / Engineering Change Notice
EJTA / Employee Job Task Analysis
EW / Export Water
FMP / Facility Modification Package
FRDC / Functional Requirements and Design Criteria
GHA / General Hazards Analysis
GPM / Gallons per Minute
MG / Million Gallons
MSA / Mission Support Alliance, LLC
PM / Project Manager
PSI / Pounds per Square Inch
PW / Potable Water
QA / Quality Assurance
QAP / Quality Assurance Plan
RCI / Request for Clarification or Information
RW / Raw Water
SOW / Statement of Work
SOV / Schedule of Values
SW / Sanitary Water
TL / Task Lead
WAC / Washington Administrative Code
WBS / Work Breakdown Structure
WDOH / Washington State Department of Health
WTP / Waste Treatment Plant

1.0Introduction / Background

1.1Water Storage Tanks

Project B-604, Water System Upgrades was initiated in the mid-1990’s to provide upgrades to Hanford’s Export Water (EW), Raw Water (RW) and Sanitary Water (SW) systems. The purpose of the upgrades, was to meet the Department of Energy’s (DOE) requirement for two (2) reliable, independent sources of fire protection water for the Central Plateau. The project included the construction of two (2) potable water (PW) storage tanks serving the SW system, each with a nominal storage capacity of 1.16 million gallons(MG) and a design life of 20years. The tanks were constructed of welded carbon steel. Project L778, executed in 20142015, made additional changes to the 1.16MG tanks, including sequestration of 600,000 gallons for dedicated fire protection water reserve. The tanks, 283EA and 283WA are located in the 200East (200E) and 200West (200W) areas, respectively.

The tank interiors have had documented inspections in 2007, 2013 and 2017. The 2007 inspection assigned a rust rating to the various interior tank surfaces based on American Society for Testing and Materials (ASTM) D610, Standard Practice for Evaluating Degree of Rusting on Painted Steel Surfaces. Most surfaces had a rating of 8 or better, which corresponds to a maximum surface rust area of 0.1%. Exceptions included the anti-vortex plate, graded 5, or up to 3% of the total surface area and the roof vent with a grade of 7 (up to 0.3%). The 2013 inspection stated that the tanks exhibited staining, bubble formation, and cracks in the interior coating. Corrosion above the high-water mark was more pronounced with the roof showing widespread corrosion and paint loss. The 2017 inspection report noted heavy rusting at the highwater mark and above, including heavy deterioration of the roof support Ibeam and heavy corrosion in the hatch area. Areas of rust and paint bubbling were observed below the highwater mark.

1.2Sanitary Water Distribution Pumping and Clear Wells

All SW distribution pumps are located in pump houses adjoining buildings 283E in 200E, and 283W in 200W. The two (2) facilities are rapidmixed media filtration water treatment facilities constructed in 1944. Only 283W remains operational; however, each facility contains two (2) functioning clear wells which are approximately 200,000 gallons each and both facilities contain active SW distribution pumps. 283W has a combined pumping capacity of 4,000 gallons per minute (GPM) at 110 pounds per square inch (PSI) and 283E has a combined pumping capacity of 4,000 GPM at 110 PSI. Three (3) of the four (4) SW pumps in 283E have been replaced since 2015. One (1) of four (4) pumps in 283W has been replaced since 2015.

2.0Objective

Provide architectural/engineering (A/E) services to Mission Support Alliance, LLC (MSA) for the design of anew PW storage tank, which will also serving as the contact time chamber for the new Central Plateau Water Treatment Facility (CPWTF) being designed and constructed under Project L897. The A/E shall provide all aspects of engineering for the L-850 Tank Project, storing a minimum total volume of 1.31 MG.This includes, but is not limited to civil, mechanical, electrical, structural, welding, instruments and controls,fire protection and cathodic protection.

3.0Description of Work - Specific

The A/E shall provide support for the management, administration, coordination, and development ofdesign documents required to support construction, installation, testing, and commissioning associated with the new PW storage tank and SW distribution pumps in accordance with this Statement of Work (SOW) and document HNF-FRDC-62005, Project L849 and L850, Replacement of the 200E and 200W Potable Water Tanks.

NOTE: This SOW includes nine (9) tasks described below. Tasks five (5) through nine (9) are to be included as an itemized bid option.

3.1Task 1 – Pre-ConceptualMaterial Evaluation

The A/E shall submit an evaluation of the material options for the tank construction with considerations to the materials and items listed in HNFFRDC62005, Section 2.4, Materials of Construction, in addition to glass-fused-to-steel bolted tanks. The A/E shall submit its evaluation of materials to MSA before proceeding with Tasks 2 through 4.

3.2Task 2 – 30% Design Package

See Appendix C, 30/60/90 Design Package for minimum deliverables expected with the 30% design package.

30% design package shall include the following:

Drawings

  • Identify/List of Existing Drawings Requiring Revision
  • Title Sheet/Drawing Index
  • Civil Drawings
  • Site Plan- the tank location is to be optimized with respect to the location of the new CPWTF and existing SW piping
  • Grading/Drainage Plan
  • Utility Plan
  • Tank Foundation Plan (including new foundation(s) inside the existing pump house 282WC)
  • Demolition Plan
  • Architectural
  • Floor Plan
  • Exterior Elevations
  • Roof Plan
  • Electrical Drawings
  • One-Line Diagram(s)
  • Electrical Site Plan
  • Electrical Equipment Schedule
  • Mechanical
  • Notes and Legend
  • P&ID
  • Equipment/Pump Schedule
  • SW Pump and Piping Elevations
  • SW Flow Diagram
  • Telecommunications
  • Telecommunications Plan
  • Telecommunications Equipment List
  • A list of remaining drawings and provide a draft layout of drawing sheets:
  • Abbreviations / Symbols / Construction Notes
  • Electrical (Wiring Diagrams, etc.)
  • Mechanical(Piping Diagrams, Profiles, etc.)
  • Instrumentation and Controls
  • Parts/Material/Equipment Lists

Other Documentation

  • Construction Specification Outline
  • Chlorine Contact Time (CT) Calculation with baffling options, at a minimum to include:
  • Unbaffled(0.1 baffling factor)
  • Poor baffling(0.3 baffling factor)
  • Procurement Specification Outlines
  • Pumps/Motors
  • Valves
  • Instrumentation
  • Tank/Dome (if pre-engineered/pre-fabricated)
  • Identify additional calculations that will be required for definitive design (structural, hydraulic analysis, pump sizing, arc flash, etc.)
  • Draft Design Requirements Compliance Matrix
  • Equipment List - identification of long lead items, approximate durations/lead times
  • Reliability Engineering Checklist (See Appendix B)
  • Native Files (Word, Excel, AutoCAD, etc.).

3.3Task 3– Comment Incorporation

The A/E shall disposition the MSA comments submitted on the 30% design package and submit to MSA for approval. The A/E shall incorporate comments and resubmit the final 30% design package.

3.4Task4–Cost Estimates

3.4.1Definitive Design Cost Estimate

The A/E shall submit a detailed cost estimate to complete the definitive (30%-100%) design package, which includes:

  • Drawings
  • Calculations
  • Procurement Specifications
  • Construction Specification
  • Design Requirements Compliance Matrix
  • Equipment List(s) and Spare Parts List
  • Washington State Department of Health Project Report
  • Pre-Operation Startup Test Plan
  • Operations and Maintenance (O&M) Manuals
  • O&M Procedures
  • Submittal Register for Construction.

The milestone completion date for submittal of the 100% definitive design to be used for the purposes of the estimate is December29th, 2018

3.4.2Construction Cost Estimate and Schedule

A/E shall provide a cost estimate with documented assumptions/basis for estimate. Assumptions will include expected number of interferences, requests for clarification or information (RCI), major redesigns efforts based on potholing, submittal reviews, and general support per week of construction. The construction phase L-850 is currently scheduled from February 8th, 2019 to October 26th, 2019, with commissioning and facility owner acceptance by December 29th, 2019.

3.5Task 5 – 60% Design Package (Bid Option)

See Appendix C, 30/60/90 Design Package for minimum deliverables expected with the 60% design package.

60% design package shall include the following:

1.Integration of design documents produced for the design and construction of the new CPWTF, Project L-897. Physical pipe connections and integrated instrumentation and controls will be required to communicate with the new CPWTF.

2.Additional drawings not provided in Task(s) 2 and 3 should include, but are not limited to:

  • Civil Details
  • Foundation Sections and Details
  • Panel Schedule(s)
  • Sensor/Control Panel Location(s)
  • Control Schematics.

3.Provide draft(s) of Construction and Procurement Specifications based on outlines developed in Task(s) 2 and 3.

4.Perform calculation(s) identified within Task 2,in accordance with MSCPROENG8259, MSC Calculation Preparation and Issue.

5.Complete draft of Document Change Notice (DCN) per MSC-PRO-ENG-8016, Design Change Notice Process, for new and existing drawings.

6.Complete draft of WAC 246-290-110, Project Report. Design drawings, construction specifications, product data sheets and performed calculations must be included as an appendix to the final report. This appendix will serve as the foundation for the WAC 246290120, Construction Documents.

7.The A/E shall disposition the MSA comments submitted on the 60% design package and submit to MSA for approval. If no resubmit is required, the A/E shall incorporate comments and submit with the 90% design package.

3.6Task 6 – 90% Design Package (Bid Option)

See Appendix C, 30/60/90 Design Package for minimum deliverables expected with the 90% design package.

90% design package shall include the following:

1.Refine and revise Task 5 per comment disposition.

2.Refine and revise Task 4.

3.Revised draft DCN, and Project Report to reflect 90% design package.

4.The A/E shall disposition the MSA comments submitted on the 90% design package and submit to MSA for approval. If no resubmit is required, the A/E shall incorporate comments and submit with the Final design package.

3.7Task 7 – Final Design Package (Bid Option)

Final design package shall include the following:

1.Refine and revise Task 6 per comment disposition.

2.Revised draft DCN to reflect 90% design package.

3.Submit Professional Engineer (PE) stamped project report with required appendices.

3.8Task 8 – Engineering Support to Construction (Bid Option)

The A/E shall provide engineering services during construction. This will include reviewing and approving submittals, responding to Request for Clarification/Information (RCI) creating DCN, submitting Washington Department of Health (WDOH) Project Report updates to MSA if/when significant design changes are needed to be implemented, site visits to inspect construction and attending meetings. An employee job task analysis (EJTA) will be required to address potential issues/hazards related to construction site visits.

The basis for the cost of this work shall include:

  • The A/E shall assign an individual to be the Task Lead (TL). The TL shall work closely with MSA Buyer’s Technical Representative (BTR), the MSA Construction Manager (CM), and the MSA Project Manager (PM).
  • Reviewing and approving submittals – Quantity of 15
  • Responding to RCIs from the construction subcontractor – Quantity of 10
  • DCNs – Quantity of 5
  • Site Visits – Quantity of 20
  • These will include site reviews with MSA and construction subcontractor to identify any work that is incomplete or requires correction prior to achieving Substantial Completion

3.9Task 9 – As-Built Drawings (Bid Option)

The A/E shall provide as-built drawings and specifications at theend of the project in accordance with MSCPROENG8017, As-Built Verification Process. The drawings shall depict the final configuration of the work performed andthe specifications shall be updated to reflect any changes made during construction. The as-builtdrawings and specifications shall be submitted in anEngineering Package (EP) format. The native files for the as-built drawings and specifications shall be provided. The Engineer of Record shall be required to stamp and submit the WDOH Construction Completion Report within 60 days of completion of these projects, and prior to use.

4.0Submittals

See Appendix A, Submittal Register for details related to submittal format, type, review cycles, etc. All submittals listed on the Submittal Register shall be submitted to MSA Project Document Controlat sing the Subcontractor Document Submittal Form (Site Form A6003061) and carbon copy (CC) the Buyer’s Technical Representative (BTR) and Contract Specialist (CS).

Forms are available at the following web address under the “Subcontractor Document Forms” link:

A/E information shall be submitted in either hard copy or electronic format. If electronic, files must be nonpassword protected in one of the following formats:

  • Microsoft® Office Compatible
  • Primavera P6 (.XER)
  • Adobe® Reader or Acrobat® (PDF)
  • Mathcad Prime 3.1
  • AutoCAD® (DWG) – 2013 version (or later).

Native files for all deliverables shall be provided as noted in the Submittal Register or as requested by the BTR at any point during subcontract performance.

Requests for Clarification/Information are to be provided to the BTR using the Request for Clarification or Information Form (A6003063).

5.0Acceptance Criteria

A/E work products and services shall meet applicable standards as defined in this SOW and HNF-FRDC-62005.

At the Buyer's discretion, design submittals that arenot accepted may only require resubmittal of the Comment Response Form with acceptablecomment dispositions to be incorporated into subsequent design submittals.

6.0Configuration Management and Standards

6.1Design Team Task Lead Expectations

The A/E shall establish a single point of contact to fulfill the role of TL (e.g., the A/E’s PM). The Task Lead (TL) is responsible for coordinating the engineering efforts ofthe multidisciplined team in the execution of this subcontract. The TL shall work closely with the MSA Engineering Manager (or their delegate) and the MSA PM, as applicable, to monitor the design budget and schedule. The TL is responsible for preparation of work plans or assisting in preparation of the deliverables.

The TL is the point of contact for the effort and has overall responsibility for adequacy of design inputs, for establishing technical interfaces and integration of disciplines, and for ensuring that the job is completed in accordance with the specified engineering and quality requirements, procedures, and schedule.

The TL is accountable to:

  • The MSA Design Authority and Project Engineer to ensure the design products are developed in accordance with the design requirements and criteria.
  • The MSA Engineering Manager and PM for integration of technical work with the project or task scope, schedule, and budget and to ensure the design meets technical requirements, specifications, and quality requirements.

6.2Design Process

The A/E shall develop design content in accordance with their internal, qualified engineering process and procedures, except where noted in this SOW. MSA has provided the functional requirements and design criteria in HNF-FRDC-62005.

During the design process, the A/E shall also consider maintenance and reliability engineering as described in HNF-FRDC-62005, Section 4.3.4.

A Reliability and Design Checklist can be found in Attachment B for use to document the maintenance and reliability design considerations.

The A/E shall establish and control design interfaces in accordance with Section 6.3.

The design content shall be documented in accordance with Section 6.4.

The A/E shall perform an internal design review of their generated designs in accordance with Section 6.5.

6.3Design Interfaces

Design interfaces shall be identified, documented, and controlled in a specification or on an MSA drawing and be uniquely identified.

6.4Documentation

Work produced as part of this SOW shall be documented and meet the MSA standards listed in Section 7.1, Engineering Requirements, the statements below, and HNF-FRDC-62005.

Technical Documents (including Specifications). New or revised Technical Documents shall be prepared in accordance with the A/E’s internal procedures. Appropriate editorial and presentation standards shall be employed. Technical documents received by MSA will be reviewed, approved and issued using the EP process

NOTE: The EP process is in the final stages of pilot implementation. The procedures for final implementation are being prepared. MSA Central Engineering staff will work with the A/E to ensure they have the necessary training and access to use this process.

Design Analysis. The A/E shall develop design analyses in accordance with their own internal processes. Design analysis documentation shall include:

  1. Definition of the objective of the analysis;
  2. Definition of analysis inputs and their sources;
  3. Results of literature searches or other applicable background data;
  4. Identification of assumptions and indication of those that must be verified as the design proceeds;
  5. Identification of any computer calculation including computer type, computer program (e.g., name), revision identification, inputs, outputs, evidence of or reference to computer program verification and validation and the bases (or reference hereto) supporting application of the computer program to the specific physical problem;
  6. Review and approval.

Native files are submitted with the design package submittals for each analysis and subsequent revision.