statement of work utility shaft north access road bypass

27
STATEMENT OF WORK Utility Shaft North Access Road Bypass Construction PR # 510529 Revision 0 February 23, 2018 Prepared by Nuclear Waste Partnership, LLC Carlsbad, New Mexico For U. S. Department of Energy Waste Isolation Pilot Plant Approved By: Ashleigh Pope Project Manager

Upload: others

Post on 26-Mar-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

STATEMENT OF WORK

Utility Shaft

North Access Road Bypass Construction

PR # 510529

Revision 0 February 23, 2018

Prepared by Nuclear Waste Partnership, LLC

Carlsbad, New Mexico

For

U. S. Department of Energy Waste Isolation Pilot Plant

Approved By: Ashleigh Pope

Project Manager

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

RECORD OF CHANGES

Revision Description Date 0 Initial issue for procurement. 02/23/2018

2

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

TABLE OF CONTENTS

1.0 INTRODUCTION AND BACKGROUND ......................................................................... 5

1.1 PURPOSE..................................................................................................................... 5 1.2 BACKGROUND .............................................................................................................. 5 1.3 SCOPE......................................................................................................................... 6 1.4 FIELD INSPECTION AND TESTING ................................................................................... 9

2.0 APPLICABLE DOCUMENTS ........................................................................................ 11

2.1 APPLICABLE CODES, SPECIFICATIONS, AND STANDARDS ...............................................11 2.2 APPLICABLE SITE PROCEDURES AND DOCUMENTS ........................................................12 2.3 REFERENCE DRAWINGS AND SPECIFICATIONS...............................................................12

3.0 TECHNICAL TASKS ..................................................................................................... 12

3.1 GENERAL REQUIREMENTS ...........................................................................................12 3.2 KEY PERSONNEL .........................................................................................................13 3.3 WORK REQUIREMENTS ................................................................................................14

4.0 SUSTAINABILITY IN CONSTRUCTION ....................................................................... 15

5.0 CONSTRUCTION SCHEDULE DELIVERABLES ......................................................... 17

5.1 DELIVERABLE REQUIREMENTS ......................................................................................17

6.0 QUALITY ASSURANCE REQUIREMENTS .................................................................. 18

6.1 QUALITY REQUIREMENTS .............................................................................................18 6.2 CONTRACTOR ASSURANCE REQUIREMENTS FOR OFFERORS PERFORMING WORK AT THE WIPP SITE .............................................................................................................................18

7.0 REPORTS, DATA, AND DELIVERABLES ................................................................... 19

7.1 REQUIRED SUBMITTALS ...............................................................................................19 7.2 CONTRACTOR DELIVERABLE REQUIREMENTS ................................................................20

8.0 TERMS AND OTHER REQUIREMENTS ...................................................................... 21

8.1 SAFETY AND SECURITY ................................................................................................21 8.2 WEEKLY STATUS AND SAFETY MEETING .......................................................................22

9.0 PERIOD OF PERFORMANCE ...................................................................................... 23

9.1 REQUIREMENTS ..........................................................................................................23

ATTACHMENT A - CONSTRUCTION DOCUMENTS .............................................................. 24

3

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

ACRONYMS AND ABBREVIATIONS

ASTR Administrative Subcontractor Technical Representative

CBFO Carlsbad Field Office

CFR Code of Federal Regulations

DOE Department of Energy

HWFP Hazardous Waste Facility Permit

JHA Job Hazards Analysis

M&O NARB

Managing & Operating Contractor North Access Road Bypass

NWP Nuclear Waste Partnership, LLC

P&S Plan and Schedule

PO Purchase Order

PPA Property Protection Area

PSTR Project Subcontractor Technical Representative

QAP Quality Assurance Program

RFI Request for Information

SDD System Design Description

SOW Statement of Work

SSC Structures, Systems, and Components

US Utility Shaft

WIPP Waste Isolation Pilot Plant

4

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK 1.0 INTRODUCTION AND BACKGROUND

Purpose 1.1 The purpose of this procurement is to award a Firm-Fixed-Price contract 1.1.1

to provide civil construction services for the development of the Utility Shaft (US) North Access Road Bypass (NARB), west of the U.S. Department of Energy’s (DOE) Waste Isolation Pilot Plant (WIPP) Property Protection Area (PPA). Nuclear Waste Partnership, LLC (NWP) is the managing and operating (M&O) contractor for the DOE Carlsbad Field Office (CBFO) at the WIPP site which is located in Southeastern New Mexico, 32 road miles east of Carlsbad, NM. WIPP is a deep geologic repository for permanent disposal of transuranic waste that is byproduct of the nation's nuclear defense program.

Background 1.2 There are three basic groups of structures associated with the WIPP 1.2.1

facility: surface structures, shafts, and underground structures. Four vertical shafts connect the surface facility to the underground. These are the Waste Shaft (WS), the Salt Handling Shaft (SHS), the Exhaust Shaft (ES), and the Air Intake Shaft (AIS). The WIPP surface structures accommodate the personnel, equipment, and support services required for the receipt, preparation, and transfer of waste from the surface to the underground repository area. The area containing the WIPP surface structures is surrounded with a chain link fence and surrounds approximately 35 acres.

The NARB work is to construct a bypass road, connecting the North and 1.2.2South Access Roads, which must relocate all non-WIPP traffic away from the site and the construction area.

The NARB Project consists of a rural highway bypass connecting the 1.2.3North and South Access Roads and allowing traffic to bypass the Nuclear Waste Partnership WIPP facility. Design includes:

Intersections at the connection to the North and South Access Roads A. Replacing missing, damaged, and outdated signage along the North and South B.

Access Roads, Installing rumble strips along the North Access Road, C. Three under-road livestock crossings were located in existing depression areas D.to minimize vertical rise in roadway height required to pass over these structures.

Fencing and cattle guards were designed to maximize use of existing fencing E.and minimize loss of grazing area while providing adequate setback from roadway.

Drainage concerns were considered to minimize potential for ponding in F.crossing structures. Drainage structures were designed to meet the flow capacity of existing culverts through the combined length of the bypassed

5

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

portions of the North and South Access Roads. This was determined to be most reliable method of determining required drainage capacity based on similar topography and the historical absence of overtopping the Access Roads.

Signage for the new roadway must be provided along with updating mile posts G.along the roadway to make them continuous beginning at the South Access Road intersection with State Hwy 128 and ending at the North Access Road intersection with US 62/180.

Rumble strip locations must be called out for the new roadway in addition to H.being added for the full length of the North Access Road from the WIPP site to US 62/180 intersection. Rumble strips are already installed along the South Access Road. Road names must be formulated during the next stage of the project, in consultation with NWP personnel, and shown on the plans.

The design of the NARB has been completed by Rodney P. Kinney and 1.2.4Associates.

Scope 1.3 The work is to be constructed outside of the property protection area and 1.3.1

security fence, and includes all work necessary to complete the NARB. The Contractor is responsible for providing all equipment, personnel, and 1.3.2

services to complete civil improvements for the NARB, in accordance with the construction drawings listed in Section 3.3, applicable codes and standards, and the contract documents. The scope includes but is not limited to:

1. Review NWP-supplied geotechnical design documentation and incorporate it into construction planning.

2. Contractor must contact Utility Location Services. Existing utility lines and services must be located, flagged, and not disturbed without written approval from NWP.

3. Perform excavation of existing piping (Double-Eagle water line) to install sleeving or redirection of line as directed by City of Carlsbad NM Water management office. City POC: Ron Myers City of Carlsbad Utilities Director Phone: (575)-234-8203

4. Perform all surveying necessary for the completion of the NARB, and establish/stake construction zones.

5. Survey/locate Smith Ranch drinker tank water feed line. Provide new livestock drinker tank with water feed at new location.

6. Locate and install livestock fence line to establish construction zone and provide livestock isolation boundary. Modification to fence line for openings, installation of cattle guards and gates must be completed. NWP must provide

6

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

all coordination with the Ranchers. Coordination must be between the Contractor and NWP Project Engineer.

7. Clear and grub general construction areas of plants, vegetation and other debris. Clear and grub spoils are to be deposited as directed by NWP Project Subcontractor Technical Representative (PSTR). Must meet or exceed WIPP Specification E-Z-379 Clearing and Grubbing. NOTE: All earth work is to be done in accordance with Specification E-Z-261, with the following exceptions:

Section 1.2 (Related Work Specified Elsewhere) Specification E-Z-205, Forming and Placing of Concrete. (Use NMDOT Specifications) Specification E-L-262 (Buried Piping)

Establish grades for NAR Bypass roadway prior to placement of borrow material. Existing subgrade is to be scarified and compacted to meet WIPP Specification E-Z-261, Earthwork, prior to placement of borrow materials. A local borrow pit within proximity of construction area is available but not mandatory. Contractor shall contact Stacy Mills (575) 390-2779 for pricing.

8. Locate and place under-roadway concrete structures and site drainage piping. Grade earthwork adjacent to concrete structure in a manner to allow for natural drainage.

9. Place borrow materials in accordance with NMDOT specification regarding lift requirements and compaction requirements. NOTE: All earth work is to be done in accordance with Specification E-Z-261, with the following exceptions:

Section 1.2 (Related Work Specified Elsewhere) Specification E-Z-205, Forming and Placing of Concrete. (Use NMDOT Specifications) Specification E-L-262 (Buried Piping)

10. Place caliche sub base in accordance with NMDOT specifications and NAR

Bypass design requirements. Must meet or exceed WIPP Specification E-Z-261, Earthwork.

11. Place HMAC surface in accordance with NMDOT specifications and NARB Design documents. Provide for grinding of rumble strips at roadway shoulder.

12. Locate and place/replace roadway signage, markers and safety structures. 13. Install elevated roadway safety railing as required. 14. Modify new fence lines with livestock cattle guards, gates and openings. 15. Preparation of Activity Work Plans (as described in Section 9 of this SOW). 16. Storm Water Pollution Prevention Plan (SWPPP) Preparation, Installation and

Maintenance.

7

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

NOTE: All earth work is to be done in accordance with Specification E-Z-261, with the following exceptions:

Section 1.2 (Related Work Specified Elsewhere) Specification E-Z-205, Forming and Placing of Concrete. (Use NMDOT Specifications) Specification E-L-262 (Buried Piping)

17. Field Inspection and Testing by Contractor per WIPP Specification E-Z-261, Earthwork.

18. Compliance with all applicable Federal, State, and local laws for this work. 19. Procurement of all materials. 20. Site Preparation required for performing and completing the work including all

needed temporary facilities and utilities. 21. Dust control through duration of the contract. All water necessary to perform

the work must be furnished by the contractor. All water must be free of salt contamination or brine. Discharge water must be controlled as necessary to prevent contamination, pollution, excessive erosion, and other damage. Location of discharge must be as approved by NWP. Fresh water is available near the WIPP site. The Contractor must purchase and make arrangements through the City of Carlsbad for water supply or have on-site delivery of water (fresh) to be stored in a frac tank or portable tank equivalent for use on the project.

22. Temporary roads and graded areas, other than those existing may be constructed and maintained as necessary for access and to perform the work as approved by NWP.

23. Final site grading. 24. Close-out construction project with deliverables; as-built drawings with new

station (STA) markings, signage and roadway details. 25. The final deliverable must be a complete and clean finished site area, within

+/- 0.10 feet of the specified final elevations. After development the construction area and project site must be thoroughly cleaned. If areas of the project area have been rutted by equipment traffic those areas must be re-compacted and leveled. Stains from spills of oil or other fluids must be cleaned and graded. No debris or trash must be left on the project area. Cleaning of all project areas must be approved by NWP before acceptance as completed work, per WP 09-DC.01, Construction Management Program.

26. Demobilization of personnel and equipment PRE-WORK ACTIVITIES – After mobilization, NWP and Contractor 1.3.3

personnel must host a pre-work meeting adjacent to the project site. Representatives from various onsite departments must be on hand to explain their expectations and answer questions. Project Management Team, Procurement, Safety, Environmental Monitoring, PSTR and ASTRs must be in attendance.

8

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

Excluded Work (By Others) 1.3.4Excavation of existing gas piping to install sleeving or subgrade protection of line prior to placement or compaction of new subgrade materials. Contact information: Enterprise Products - Land Department Attn: Stanley Kabzinski 9420 W Sam Houston Pkwy N Houston, Texas 77064 Phone: (281)-887-3348

Field Inspection and Testing 1.4The testing below must be performed and documented per the Contractors Quality Control Plan as specified. Test reports must be submitted for record as they are received.

Laboratory Maximum Density: Laboratory maximum density tests must be 1.4.1

performed on backfill material in accordance with ASTM D 1557. Prior to filling, at least one test must be performed on a representative sample of the material to be used.

Gradation: Gradation tests must be performed on backfill material in 1.4.2accordance with ASTM D 422. One gradation test must be performed for each sample used for laboratory maximum density testing, and for each 250 cubic yards of material to be used for backfill. In addition, gradation tests must be performed whenever it appears the material may not meet the specified gradation.

Moisture Content: Moisture content tests must be performed on backfill 1.4.3material in accordance with ASTM D 2216. Moisture content tests must be performed as necessary to verify that the moisture content of the compacted layers is within the range that must enable attainment of the specified in-place density.

Caliche Surfacing: Gradation tests must be performed on caliche material 1.4.4in accordance with ASTM D 422. Gradation test must be performed for each 500 cubic yards of material to be used.

9

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

Figure 1-1: Project Over-view Sketch

10

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK 2.0 APPLICABLE DOCUMENTS

Applicable Codes, Specifications, and Standards 2.1 At the time of construction, the current revision or edition of codes, 2.1.1

specifications, and standards must be utilized, unless otherwise specified. Time of construction is defined as the NWP Purchase Order (PO) or applicable Release Order date.

DOE Order 420.1C (Chg.1)

Facility Safety

DOE Order 422 Conduct of Operations 10 CFR 830.201 Performance of Work 10 CFR 851 Worker Safety and Health Program 29 CFR 1910 Occupational Safety and Health Standards 29 CFR 1910.1200 Hazard Communication Standard 29 CFR 1926 Safety and Health Regulations for Construction 10 CFR 831 Performance of Work 10 CFR 707 Workplace Substance Abuse Programs at

DOE Sites 10 CFR 851 Worker Safety and Health Program DOE-HDBK-1221 Suspect / Counterfeit Items “Resource

Handbook”

11

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

Applicable Site Procedures and Documents 2.2 The following WIPP procedures and documents are applicable: 2.2.1

WP 02-EC.12 Site Users and Tenants Guides

WP 09-DC.01 Construction Management Program

WP 09-8 WIPP Specification Program

WP 12-IS.01-6 Industrial Safety Program – Visitor, Vendor, User, Tenant, and Offeror Safety Controls

WP 12-IS3002 Job Hazard Analysis Performance and Development

WP 13-1 Quality Assurance Program Description

WP 15-PC3041 Approval/Variation Request Processing

EA09DC01-1-0 Request for Information Form

EA15PC3041-2-0 Approval/Variation Request Form

DR-22-V-01 Soils Design Report – Volume I Plant Site Near Surface

E-Z-261 Earthwork

E-Z-379 Specification for Clearing and Grubbing

WP 15 GM.02 Worker Safety and Health Program Description

Reference Drawings and Specifications 2.3 See Attachment A for Construction Documents. 2.3.1

3.0 TECHNICAL TASKS

General Requirements 3.1A. NWP/DOE/CBFO personnel must have access at all times to the

construction site, and improvements being constructed on the site. B. Prepare a construction plan and schedule for the project. C. The Contractor must provide a list of equipment, personnel, and services,

distinguishing whether to be self-performed or subcontracted to others for completion of all construction activities of the Site Development. Identify Quality Control Inspection services, including laboratory testing services, either by Contractor or sub-contractor.

D. All Deliverables are outlined in Section 7 in the Statement of Work (SOW).

12

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

Key Personnel 3.2

4.2.1 The Contractor must have the capability and experience to perform construction in accordance with standard commercial practices. Key personnel must include at a minimum a Construction Project Manager and a Project Superintendent. Qualifications for these positions are described below.

For proposed Key Personnel a resume is required, and each Key Person must be capable of reading, writing, and conversing fluently in the English language on the job site. All Key Personnel must be full-time employees of the CONTRACTOR at the time of contract award or the CONTRACTOR must provide a letter of commitment signed by the individual and CONTRACTOR. The contractor must not replace any personnel designated as key personnel without the written concurrence of NWP.

A. Construction Project Manager

• Provides direct supervision and maintains overall responsibility for the management of construction and quality control activities.

• Has direct responsibility for ensuring construction is performed in accordance with design specifications, drawings, and applicable construction procedures to meet the NWP’s requirements with minimal rework.

• Fully authorized and empowered to completely manage the Contractor’s personnel, coordinate Contractor’s personnel clearance issues and ensure that Contractor’s personnel follow all NWP and DOE requirements when working at the WIPP site. Coordinate all construction activities that involve interaction with design personnel and NWP personnel, and completely manage all tasks awarded to the Contractor.

• Plan, organize, and schedule construction activities.

• Has direct responsibility for ensuring completion of project activities on or before scheduled due dates without sacrificing quality.

• Serve as the primary point of contact with NWP for project status, managing risks, and resolving issues.

• No less than 5 years of Civil and/or Highway Construction Experience.

B. Project Superintendent • The Project Superintendent must have a minimum of 5 years’

supervisory experience as a Construction Superintendent on projects similar in size and complexity.

• The Project Superintendent must be the individual with the responsibility for direct craft supervision, quality and production.

13

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

C. Construction Safety Representative • Have a minimum of 5 year’s safety management experience where

safety of personnel on construction projects was the primary responsibility.

• Have at a minimum, a Construction Health & Safety Technician (CHST) certification or equivalent education and experience. A Certified Safety Professional (CSP) or Associate Safety Professional (ASP) is preferred but not required.

• Have experience and training in hazard analysis and documenting analysis in Job Hazard Analysis for work being performed.

• Must have no other duties than safety oversight and management of Industrial Safety and Health activities.

Work Requirements 3.3 The CONTRACTOR must provide qualified/trained personnel to perform 3.3.1

construction work activities at the WIPP site. Work performed by the Contractor must be in accordance with commercial 3.3.2

construction procedures. The Contractor must provide a Job Hazard Analysis (JHA) for the expected 3.3.3

construction activities to NWP for review and approval, prior to start of mobilization. Revisions to an approved JHA must require a resubmittal to NWP.

The Contractor must prepare and submit all lift plans for handling of 3.3.4components prior to use to NWP for review and approval.

The Contractor must submit Safety Data Sheets (for any materials brought 3.3.5onto the construction site).

The Contractor must not use Suspect/Counterfeit Items (SC/I) and 3.3.6materials for construction of the NARB.

The Contractor must develop and implement effective controls for the 3.3.7detection and prevention of S/CI that meet the applicable requirements of DOE O 414.1D to prevent the introduction of S/Ci into NARB project. Refer to DOE –HDBK-1221, Suspect /counterfeit items “Resource Handbook” for further information.

Types of material, parts, and components known to have been 3.3.8misrepresented include but are not limited to fasteners, such as bolts, nuts, and washers; cranes and hoists, as well as other hoisting, rigging, electrical equipment and devices; plates; bars; shapes; channel members and structural items; and welding and electrodes.

14

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

An item that does not conform to established requirements is not normally 3.3.9considered an S/CI if the conformity results from one or the following conditions:

1. Defects resulting from inadequate design or production QC 2. Damage during shipping, handling, or storage 3. Improper installation 4. Deterioration during service 5. Degradation during removal 6. Failure resulting from aging or misapplication, or 7. Other similar causes, which do not involve a misrepresentation about

nature, quality, form, or function.

4.0 SUSTAINABILITY IN CONSTRUCTION

The subcontractor must comply with requirements specified in Executive 4.1.1Order 13693, Planning for Federal Sustainability in the Next Decade, to the extent applicable to the Site Development project. The requirements include, but are not limited to, sustainability procurement requirements as noted in the following list. When specifying products with federal requirements for environmentally preferable attributes, the Contractor is expected to specify the environmentally preferable type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. Related links/requirements are provided below:

• Recycled content products as described at http://epa.gov/cpg • Bio-Preferred or bio-based products as described

at http://www.biopreferred.gov/ • Energy efficient products as described at http://energystar.gov/products for

Energy Star qualified products or at http://www.eere.energy.gov/femp/procurement for FEMP designated products.

• For energy using equipment that does not have an Energy Star or FEMP designated option, the energy using equipment specified must be in the upper 25% energy efficiency range for the type of equipment.

• Light Emitting Diode (LED) lighting products unless unavailable for the application.

• Environmentally Preferable Computers are at http://www.epeat.net with a minimum performance rating of EPEAT Silver.

• Non-Ozone Depleting Alternative Products as described at http://www.epa.gov/ozone/strathome.html

• Water efficient plumbing products as described at http://epa.gov/watersense

15

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

• Safer Choice labeled products (chemically intensive products that contain safer ingredients)

16

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK 5.0 CONSTRUCTION SCHEDULE DELIVERABLES

Deliverable Requirements 5.1 Construction Activity Schedule 5.1.1

Prepare Procurement and Construction activity schedule to include A.activities and milestones. Issue the final documents to satisfy the milestone dates indicated in the RFP.

Prepare the construction activity schedule in sufficient detail to B.allow for verification of progress by deliverable.

No activity duration can exceed 5 working days, other than C.procurement related activities.

• The Contractor must develop a plan and schedule (P&S) for performing all work associated with this contract.

• The P&S must, at a minimum, with the expected start and finish dates and associated cost. The Contractor must provide this data in Gantt chart form using Primavera scheduling software or equivalent. A cost loaded, logically linked schedule using either of these software products would satisfy this requirement. The Contractor must submit two paper copies and one electronic copy in Primavera Version 15.1 format. The approved P&S must become part of the contract.

• The P&S must be used during periodic progress reviews to track accomplishments relative to the plan. If delays are identified during the reviews, the Contractor must be required to identify a recovery plan such that the original deliverable dates must be met.

Project Schedule for Construction 5.1.2

Use Primavera Project Planner (P6) software to show construction A.activities. Organize schedule in a WBS format. Breakdown activities that are projected longer than 5 days duration into sub-activities. Show schedule contingencies.

Cost-load the schedule at the activity level. B.

Prepare a logically-tied, critical-path project schedule that reflects C.the procurement, construction installation, and site finish for the project to NWP.

17

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK 6.0 QUALITY ASSURANCE REQUIREMENTS

Quality Requirements 6.1

The Contractor must maintain a documented management system to 6.1.1assure the project meets or exceeds the established technical and quality criteria. The management system must document the Quality Control Plan and identify the organizations and personnel responsible for both attainment of quality objectives and quality assurance activities.

Approval/Variation Request Documentation and Reporting, in accordance 6.1.2

with QA Clause 220: Supplier, complete an AR/VR to request approval prior to effecting any change in NWP approved (1) design, (2) workmanship standards, (3) manufacturing process, (4) test requirements, or (5) other documents that are required to be submitted for NWP information, review, or approval, or to request NWP approval for departure from subcontract or PO requirements applying to this procurement, in accordance with purchasing administrative requirements.

The CONTRACTOR must submit Material Certificates of Conformance as 6.1.3Procurement Documentation for purchased materials, in accordance with QA Clause 100:

The Supplier shall provide a Certificate of Conformance (C of C), certifying that the purchased item or service meets specified requirements, using the format supplied by NWP (form EA15PC3609-3-0). The Supplier shall complete form EA15PC3609-3-0, following the instructions attached to the form. Unless otherwise specified, the C of C shall accompany each shipment.

Contractor Assurance Requirements for Offerors Performing Work at the 6.2WIPP Site

It is the Contractor’s responsibility that any third tier contractors abide by 6.2.1codes, standards, and requirements set forth in this SOW for any part of the work subcontracted to them. Contractor must provide oversight for assurance that the third tier contractor is in compliance with the requirements of this SOW.

18

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK 7.0 REPORTS, DATA, AND DELIVERABLES

Required Submittals 7.1

The Contractor must submit approval requests (AR) and/or variation 7.1.1requests (VR) per the AR/VR process established in WP 15-PC3041, Approval/Variation Request Processing, and in accordance with the Deliverable Schedule in Table 7-1.

The Contractor must provide NWP a Construction Schedule laying out the 7.1.2schedule for construction, submittal of deliverables, and execution of reviews.

The Contractor must submit all Requests for Information to NWP for 7.1.3resolution by NWP.

The Contractor must submit a Worker Health and Safety Program for 7.1.4approval by NWP prior to starting work demonstrating compliance with 10 CFR 851.

The Contractor must submit a 90 Day Work Activity Plan for approval by 7.1.5NWP prior to starting work.

Quality Control Plan. 7.1.6

Activity Work Plans must be submitted at least 5 days prior to the start of 7.1.7the Activity.

Table 7-1: SOW Documentation Deliverable Schedule

SUBMIT DOCUMENTS PRIOR TO THE POINTS INDICATED BY THE CODE BELOW: A – FINAL ACCEPTANCE B – BID C – CONSTRUCTION/INSTALLATION F – FABRICATION S – SHIPMENT T – TESTING

DESCRIPTION OF SUBMITTAL

REFERENCE REQUIREMENT

FOR APPROVAL

FOR RECORD

Acceptance of Completed Construction Work

SOW Section 1.3 A

Project Schedule for Construction SOW Section 5.1 C

Quality Control Plan SOW Section 7.1 C

Construction Project Safety and Health Plan in compliance with 10 CFR 851.

SOW Section 7.1 C

19

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

SUBMIT DOCUMENTS PRIOR TO THE POINTS INDICATED BY THE CODE BELOW: A – FINAL ACCEPTANCE B – BID C – CONSTRUCTION/INSTALLATION F – FABRICATION S – SHIPMENT T – TESTING

DESCRIPTION OF SUBMITTAL

REFERENCE REQUIREMENT

FOR APPROVAL

FOR RECORD

List of equipment, personnel, and services, distinguishing whether to be self-performed or subcontracted to others.

SOW Section 3.1 B

Documentation for Key Personnel SOW Section 3.2 B

Job Hazard Analysis SOW Section 3.3 C

Lift Plans SOW Section 3.3 C

Safety Data Sheets (for any material brought on site)

SOW Section 3.3

C

Storm Water Pollution Prevention Plan (SWPPP) Preparation

SOW Section 1.3 C

Contractors Activity Work Plans SOW Section 1.3 C

As-built Construction Drawings SOW Section 1.3 A

90 Day Work Activity Plan SOW Section 7.1 C

Material Certificates of Conformance

SOW Section 7.1 C

Contractor Deliverable Requirements 7.2

Activity Work Plans (AWPs) must include: 1. Introduction – brief summary of the work to be done for the respective activity 2. Prerequisites – identify what work, materials, equipment, submittals, approvals,

etc., that need to be in place prior to the start of the activity 3. Means, Methods, and Sequence – Consistent with the Project Schedule,

drawings, specifications, and Contractor Approved Construction Plan 4. Resources – equipment, labor, supervision, materials, etc. needed for the work 5. Construction Quality Control Plan – QC requirements specific to the activity

including reports and data to be generated, forms to be used (as applicable), hold points, witness points, notifications, etc.

6. Activity Job Hazard Analysis – JHA that covers the activity scope and address the safety hazards in compliance with the approved Contractor Safety Program.

20

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

7. Reporting – activity reporting (daily, activity data packages, activity specific – as applicable)

These AWPs are meant to be concise and include description of the specifics of the work to be done for an activity. They facilitate proper planning and allow the setting of expectations.

Inspection and Storage 7.2.1Storage Plan - Upon request, an example of a site approved storage plan must be provided to NWP per the AR/VR process established in WP 15-PC3041, Approval/Variation Request Processing. Contractor must store completed components at the Contractor’s on-site facility. A. Storage and protection of Product must be as follows:

• Store and protect Products in accordance with manufacturer’ instruction

• Cover Products subject to deterioration with impervious sheet covering • Provide equipment and personnel to store Products by methods to

prevent soiling, disfigurement, or damage. • Arrange storage of Products to permit access for inspection.

Periodically inspect to verify Products are undamaged and are in acceptable condition.

B. Laydown area: 1. Park and clean Equipment in previously disturbed areas only. 2. Identify all parking and cleaning locations in previously

undisturbed areas, prior to construction, and complete the environmental and Cultural Resource approvals as described in Section 107.14.1, “Environmental and Cultural Resource Studies and Approvals;” or

3. Park and clean Equipment in previously undisturbed areas without completing the environmental and Cultural Resource approvals as described in Section 107.14.1, “Environmental and Cultural Resource Studies and Approvals,” and assume all risk and liability for any damage to environmental or Cultural Resources resulting from these actions.

8.0 TERMS AND OTHER REQUIREMENTS

Safety and Security 8.1

21

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

The Contractor must follow the Contractor’s and NWP’s Environmental, 8.1.1Safety, and Health Program requirements during the course of work. The Contractor must submit a construction project safety and health plan for approval by NWP demonstrating compliance with 10 CFR 851. The Contractor and all subcontractors are responsible for “flowing-down” to all lower-tier subcontractors, unions, and vendors all pertinent safety and security requirements.

All personnel granted access to WIPP controlled areas must comply with 8.1.2all DOE and contractor security regulations and requirements. The General Employee Training course for the WIPP facility must be successfully completed, dependent upon length and frequency of unescorted access at the site and associated facilities.

The Contractor must report all abnormal or suspicious Security Related 8.1.3activities to the NWP Project Manager.

Each Contractor employee requesting access to WIPP controlled areas 8.1.4must:

1. Be 18 years of age or older; 2. Be a U.S. citizen, or acquire prior approval in accordance with the DOE

requirements for access to the WIPP site; receive an initial security briefing before receiving a WIPP security badge; and,

3. Report to and obtain a badge from the security office located at an access control point.

4. In order to have unescorted access to WIPP, Contractor employees must have successfully completed suitability for employment check. Either NWP or the Contractor may conduct the suitability for employment check. Those personnel who do not pass the suitability check must be denied access to NWP-controlled WIPP-related facilities. Details regarding personnel investigation are documented in WP 12-IS.01-6, Industrial Safety Program – Visitor, Vendor, User, Tenant and Subcontractor Safety Controls.

5. Have a current Fitness for Duty drug screening result on file with NWP in accordance with the Contractor’s Fitness for Duty Program requirements. Contractor’s program must meet the requirements of 10 CFR 707 and 10 CFR 851.

Weekly Status and Safety Meeting 8.2

Upon the start of construction activities, a weekly status meeting must be 8.2.1held. The purpose of the meeting is to:

1. Provide weekly schedule updates on construction and design activities; 2. Provide feedback on technical issues;

22

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK

3. Provide feedback on submittal items; 4. Provide project safety status; 5. Contractor must provide meeting notes to all participants. 6. Review Activity Work Plans at least 5 days prior to the start of an activity.

At minimum, the Contractor must have a representative from project 8.2.2management in attendance or by telephone.

At minimum, NWP must have a representative from NWP Project 8.2.3Management, NWP Engineering, NWP QA, and NWP Industrial Safety in attendance.

9.0 PERIOD OF PERFORMANCE 9.1 Requirements

The period of performance must begin on or about July 2018 and must be completed on or about February 2019. Listed below are the key dates for schedule development.

Table 9-1 Schedule Key Event Completion Date Comments

Notice of Award July 2018

Notice to Proceed (Anticipated) July 2018

Start of Clearing and Grubbing August 1, 2018

Construction Complete February 2019

Contract Complete (Closeout) March 2019

23

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK ATTACHMENT A - CONSTRUCTION DOCUMENTS A.1 Title Sheet A.2 Legend, Abbreviations, General Notes A.3 Key Map New North Access Road Bypass A.4 Key Map Sign Replacement B.1 Survey Control C.1 Summary of Quantities C.2 Signage Notes C.3 Signage Summary Table C.4 Signage Summary Table C.5 Signage Legend C.6 Signage Legend C.7 Mass Haul Diagram D.1 NMDOT Standard Drawing 206-07-1/1 Culverts D.2 NMDOT Standard Drawing 511-03-1/2 Culverts D.3 NMDOT Standard Drawing 511-03-2/2 Culverts D.4 NMDOT Standard Drawing 623-06-1/1 Culverts E.1 Standard Details Roadway Sections E.2 Super Elevation Tables for Roadway Sections E.3 Intersection Details South Access Road E.4 Intersection Details North Access Road E.5 Intersection Profiles E.6 Cross Section Intersection Profiles F.1 NMDOT Standard Drawing 511-60-1/2 Box Culverts F.2 NMDOT Standard Drawing 511-60-2/2 Box Culverts F.3 NMDOT Standard Drawing 511-67-1/2 Box Culverts F.4 NMDOT Standard Drawing 511-67-2/2 Box Culverts F.5 NMDOT Standard Drawing 511-66-1/6 Box Culverts F.6 NMDOT Standard Drawing 511-66-2/6 Box Culverts F.7 NMDOT Standard Drawing 210-01-1/1 Box Culverts F.8 Box Culvert Wig Wall Connection Details G.1 NMDOT Standard Drawing 701-02-1/3 Signs G.2 NMDOT Standard Drawing 701-02-2/3 Signs G.3 NMDOT Standard Drawing 701-02-3/3 Signs G.4 NMDOT Standard Drawing 701-03-1/2 Signs G.5 NMDOT Standard Drawing 701-03-2/2 Signs G.6 NMDOT Standard Drawing 701-06-1/4 Signs G.7 NMDOT Standard Drawing 701-06-2/4 Signs G.8 NMDOT Standard Drawing 701-06-4/4 Signs G.9 NMDOT Standard Drawing 701-11-1/1 Signs G.10 NMDOT Standard Drawing 701-15-1/2 Signs G.11 NMDOT Standard Drawing 701-15-2/2 Signs G.12 NMDOT Standard Drawing 702-10-3/3 Traffic Control G.13 NMDOT Standard Drawing 702-01-1/5 Traffic Control G.14 NMDOT Standard Drawing 702-01-2/5 Traffic Control

24

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK G.15 NMDOT Standard Drawing 702-01-3/5 Traffic Control G.16 NMDOT Standard Drawing 702-01-4/5 Traffic Control G.17 NMDOT Standard Drawing 702-01-5/5 Traffic Control G.18 NMDOT Standard Drawing 702-02-1/2 Traffic Control G.19 NMDOT Standard Drawing 702-02-2/2 Traffic Control G.20 NMDOT Standard Drawing 702-03-1/1 Traffic Control G.21 NMDOT Standard Drawing 702-11-1/2 Traffic Control H.1 NMDOT Standard Drawing 631-01-1/1 Rumble Strips H.2 NMDOT Standard Drawing 631-07-1/1 Traffic Control H.3 NMDOT Standard Drawing 631-07-1/1 Rumble Strips I.1 STANDARD DETAILS RAILROAD REMOVAL I.2 NMDOT STANDARD DRAWING 610-01-1/3 CATTLE GUARD/FENCE I.3 NMDOT STANDARD DRAWING 610-01-2/3 CATTLE GUARD/FENCE I.4 NMDOT STANDARD DRAWING 610-01-3/3 CATTLE GUARD/FENCE I.5 STANDARD DETAILS CATTLE GUARD/FENCE I.6 NMDOT STANDARD DRAWING 607-01-1/4 CATTLE GUARD/FENCE I.7 NMDOT STANDARD DRAWING 607-01-2/4 CATTLE GUARD/FENCE I.8 NMDOT STNADARD DRAWING 607-01-3/4CATTLE GUARD/FENCE I.9 FENCING NORTH ACCESS ROAD BYPASS STA. 735+00 TO STA. 760+00 I.10 FENCING NORTH ACCESS ROAD BYPASS STA. 760+00 TO STA. 787+00 I.11 FENCING NORTH ACCESS ROAD BYPASS STA. 787+00 TO STA. 815+00 I.12 FENCING NORTH ACCESS ROAD BYPASS STA. 815+00 TO STA. 843+00 I.13 FENCING NORTH ACCESS ROAD BYPASS STA. 843+00 TO STA. 871+00 I.14 FENCING NORHT ACCESS ROAD BYPASS J.1 PLAN VIEW STOCK TANK AND WATER LINE J.2 CITY OF CARLSBAD DOUBLE EAGLE WATERLINE CROSSING AND RE-ROUTE L.1 NMDOT STANDARD DRAWING 715S-03-1/1 SIGN/MARKINGS L.2 NMDOT STANDARD DRAWING 708S-01-1/1 SIGN/ARKINGS L.3 NMDOT STANDARD DRAWING 704-03-1/2 SIGN/MARKINGS L.4 NMDOT STANDARD DRAWING 704-03-2/2 SIGN/MARKINGS L.5 NMDOT STANDARD DRAWING 704-05-1/1 SIGN/MARKINGS L.6 NMDOT STANDARD DRAWING 703-01-1/3 SIGN/MARKINGS L.7 NMDOT STANDARD DRAWING 703-01-2/3 SIGN/MARKINGS L.8 NMDOT STANDARD DRAWING 703-01-3/3 SIGN/MARKINGS L.9 NMDOT STANDARD DRAWING 703-02-2/2 SIGN/MARKINGS M.1 NMDOT STANDARD DRAWING 606-GR31-1/20 GUARDRAIL M.2 NMDOT STANDARD DRAWING 606-GR31-2/20 GUARDRAIL M.3 NMDOT STANDARD DRAWING 606-GR31-3/20 GUARDRAIL M.4 NMDOT STANDARD DRAWING 606-GR31-4/20 GUARDRAIL M.5 NMDOT STANDARD DRAWING 606-GR31-5A/20 GUARDRAIL M.6 NMDOT STANDARD DRAWING 606-GR31-6/20 GUARDRAIL M.7 NMDOT STANDARD DRAWING 606-GR31-7/20 GUARDRAIL M.8 NMDOT STANDARD DRAWING 606-GR31-9/20 GUARDRAIL M.9 NMDOT STANDARD DRAWING 606-GR31-11/20 GUARDRAIL M.10 NMDOT STANDARD DRAWING 606-GR31-16/20 GUARDRAIL

25

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK M.11 NMDOT STANDARD DRAWING 606-GR31-20/20 GUARDRAIL N.1 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 732+00 TO STA. 745+00 N.2 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 745+00 TO STA. 759+00 N.3 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 759+00 TO STA. 773+00 N.4 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 773+00 TO STA. 787+00 N.5 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 787+00 TO STA. 801+00 N.6 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 801+00 TO STA. 815+00 N.7 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 815+00 TO STA. 829+00 N.8 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 829+00 TO STA. 843+00 N.9 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 843+00 TO STA. 857+00 N.10 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 857+00 TO STA. 871+00 N.11 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 871+00 TO STA. 885+00 N.12 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 885+00 TO STA. 891+50 N.13 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 891+50 TO STA. 904+00 N.14 PLAN/PROFILE NORTH ACCESS ROAD BYPASS STA. 904+00 TO STA. 908+00 O.1 SIGNAGE AND STRIPING PLAN SOUTH ACCESS ROAD STA. 0+00 TO STA. 56+00 O.2 SIGNAGE AND STRIPING PLAN SOUTH ACCESS ROAD STA. 56+00 TO STA. 112+00 O.3 SIGNAGE AND STRIPING PLAN SOUTH ACCESS ROAD STA. 112+00 TO STA. 168+00 O.4 SIGNAGE AND STRIPING PLAN SOUTH ACCESS ROAD STA. 168+00 TO STA. 203+27.89; NORTH ACCESS ROAD STA. 692+45.92 TO STA. 668+00.00 O.5 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 668+00 TO STA. 612+00 O.6 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 612+00 TO STA. 556+00 O.7 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 556.00 TO STA. 500+00 O.8 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 500+00 TO STA. 444+00

26

UTILITY SHAFT 02/23/2018 NORTH ACCESS ROAD BYPASS CONSTRUCTION Rev. 0 STATEMENT OF WORK O.9 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 444+00 TO STA. 388+00 O.10 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 388+00 TO STA. 332+00 O.11 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 332+00 TO STA. 276+00 O.12 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 276+00 TO STA. 220+00 O.13 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 220+00 TO STA. 164.00 O.14 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 164+00 TO STA. 108+00 O.15 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 108+00 TO STA. 52+00 O.16 SIGNAGE AND STRIPING PLAN NORTH ACCESS ROAD STA. 52+00 TO STA. 9+30.02 O.17 SIGNAGEA ND STRIPING PLAN ENLARGEMENTS P.1 STORM WATER POLLUTION REVENTION PLAN DETAILS

27