Draft SOW - Swift and Staley

RFP 2017 0001
Draft Statement of Work
Page 1 of 14
Swift & Staley Inc.
FIXED UNIT PRICE SUBCONTRACT
DRAFT STATEMENT OF WORK
STATEMENT OF WORK
SUBCONTRACTOR shall provide all labor personnel, supervision and management personnel,
parts, materials, supplies, transportation, and equipment necessary construct and test a 2,912
square foot one story building with two parking lots, access roads, utilities, and all associated
appurtenances, as requested by Swift & Staley Inc. (CONTRACTOR), at the Paducah Gaseous
Diffusion Plant (PGDP) site in Paducah, Kentucky. Work area is south of the intersection of
Hobbs Road and Dyke Road on the PGDP site in Paducah, Kentucky.
GENERAL
The work included shall consist of furnishing all supervision, labor, tools, supplies, material,
equipment, and transportation necessary to perform services in accordance with the Scope of
Work.
The work area is NOT a security area as defined in Exhibit E, Special Terms and Conditions.
Therefore, access to the work area does NOT require visitor security passes, vehicle passes or
badges.
The work area and vicinity includes scope that will be performed by:
•
•
•
SUBCONTRACTOR,
CONTRACTOR and,
A DOE Prime Contractor referred to as OTHER and/or Deactivation Contractor (DEAC.)
SCOPE OF WORK
SUBCONTRACTOR shall construct and test a new one-story building located on the east side of
Hobbs road approximately 225 feet south of the existing Post 57.
SUBCONTRACTOR shall provide parking for cars on the south side of the building and be
accessed from Hobbs Road. Semi-tractor trailers and/or buses also shall enter from Hobbs Road
but continue to the vehicle gates. All vehicles shall travel a newly paved section of the existing
haul road (one-way north) that runs along the west side of the building and exits onto Dyke
Road.
RFP 2017 0001
Draft Statement of Work
Page 2 of 14
A second car (passenger vehicle) parking lot shall be built on the north side of the building and
be accessed from haul road or by a new one-way (south) road from Dyke Road. Cars shall exit
the north parking lot onto the haul road that leads one way (north) to Dyke Road.
Scope also includes: a mailbox pull-off, walks, entrances, site grading, storm water
piping/routing, a water-line from Woodville Road, a septic system, and site utilities for the
project site.
SUBCONTRACTOR shall provide, include, and perform the following:
•
Site-work including excavation, haul off, and disposal of unsuitable soil, as needed, along
with installation of fill-material and grading.
•
Trenching, borings and jack casings under roads, back-fill of trenches, dust control, erosion
control, sediment control, and final site grading, as needed.
•
All pavement striping within the project limits, Americans with Disabilities Act (ADA)
compliant signage, and traffic directional signage shown on the design drawings.
•
Interior plumbing to meet current Kentucky Plumbing Code including water heater,
lavatories, faucets, valves, floor-mounted toilets, and piping systems to connect to the
site/civil designed utilities.
•
Sanitary water from West McCracken Water District, including the meter and obtain
approval to bore under Woodville Road for the water-line, as required, from McCracken
County Highway Department.
•
Heating, ventilation, and air conditioning (HVAC) including systems to conform to current
International Energy Conservation Code (IECC), dedicated propane furnace/ split system
for the Conference/Storm Shelter, propane furnace/ split systems for the balance of building
zoned for not more than four tons per zone, dedicated heat pump system for the Information
Technology (IT)/ Communications (COMM)/Automated Access Control System (AACS)
room, and exhaust fans for the restrooms.
•
A back-up propane generator. The back-up propane generator includes HVAC use for only
the west end of the building, and use of the Security Police Officer (SPO) office, badging
office, Homeland Security Presidential Directive (HSPD) office, IT/COMM/AACS room
and conference room during a power outage. The back-up generator also shall provide
power to the gates and canopy that is being installed by OTHER Contractor.
•
Electrical systems, including arc flash labeling, to conform to current National Electric Code
(NEC) and National Fire Protection Association (NFPA) 70E, Standard for Electrical Safety
in the Workplace, Latest Edition.
RFP 2017 0001
Draft Statement of Work
Page 3 of 14
•
Electrical service from Jackson Purchase Energy Corporation (JPEC), including: 120/240V
(volt) single-phase; 4-wire, interior, exterior and site lighting to be Light-Emitting Diode
(LED); controls per IECC; and 120V receptacles, four per office and four per work area.
•
Wiring to support special systems including systems for AACS, data, telephone, and Public
Address (PA) to integrate with the existing site communications utilities brought to the
building vicinity by OTHER Contractor.
•
Two voice lines and two data lines per office and two voice lines and two data lines per
work area, along with voice and data lines to the lobby.
•
A fire alarm system limited to smoke detectors annunciating locally inside the building, in
the SPO’s office, and outside the building.
•
Wiring for the AACS, wireless access points, and cameras throughout the building.
•
Installation, grounding, and lighting of three flagpoles
•
Install bollards on the south side and the south corner of the west side of the building.
•
Include a $120,000 furnishing allowance and present furnishing options to the
CONTRACTOR. Furnishings shall include, but not be limited to, building window
treatments, office furniture, and appurtenances as selected by the CONTRACTOR.
•
Perform all inspections and testing, including conductivity testing of all wiring. Testing
excluded shall be final testing of the AACS and camera views.
•
Coordinate all work with the CONTRACTOR.
•
Pave the haul road prior to OTHER Contractor installation of the gates located across the
haul road as allowed by the schedule and coordinated by the CONTRACTOR.
•
Adhere to all site-work and construction practices and recommendations contained in the
Geotechnical Exploration Report in Exhibit C, Technical Specifications.
•
Adhere to and perform all work as shown in Exhibit C, Technical Specifications.
•
Work with the CONTRACTOR to provide controlled access to the work area and minimize
interferences during installation and testing.
•
Provide a temporary construction fence a minimum of eight feet high that prevents visual
observance of the work-site, excluding the sanitary water line construction, from the plant
south, west, and north sides. Care shall be taken to ensure the fence remains in place when
RFP 2017 0001
Draft Statement of Work
Page 4 of 14
subjected to winds and storms. The fence shall be placed and moved by the
SUBCONTRACTOR with concurrence by the CONTRACTOR. Additionally,
SUBCONTRACTOR shall provide cones, flagging, barricades, etc. as required.
•
Install designated underground communications conduits and underground electrical conduit
to designated demarcation point. Install pull ropes and cap conduits at the demarcation
point, if schedule dictates the SUBCONTRACTOR is earlier than the OTHER contractor.
•
Protect structures, canopies, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, undermining, washout, and other hazards
created by SUBCONTRACTOR equipment.
•
Notify the Construction Engineer (CE) when excavations/penetrations are to be performed.
Required excavation permits are to be provided to the SUBCONTRACTOR by the
CONTRACTOR.
Person that has received formal classroom training on the requirements and knowledge
necessary to meet the criteria of 29 Code of Federal Regulations (CFR) 1926, Safety and
Health Regulations for Construction, Subpart P, Excavations, for qualifications as a
Competent Person. The training course or training provider may be reviewed at the
discretion of the CONTRACTOR Environmental, Safety, and Health Manager.
•
•
Notify the CE a minimum of 24 hours prior to the start of any inspections and/or testing.
•
Control excavated materials to ensure erosion/run-off does not enter ditches or storm drains.
SUBCONTRACTOR shall cover materials to prevent windblown dust.
•
Dispose of all spoils, used materials, etc. off-site.
•
Present, prior to unloading or use, all equipment brought on-site to the CONTRACTOR for
inspection by the CONTRACTOR Environment, Safety and Health (ES&H) Authorized
Representative (AR) and Quality Assurance (QA) AR. The inspections are to ensure
equipment operating manual is present, as needed, equipment is in good operating
condition, and that no suspect/counterfeit items are present. Inspections are at the discretion
of the CONTRACTOR.
•
Responsible for any spills of fuel or hydraulic fluid from improperly maintained or operated
equipment and shall notify the CE of all spills.
•
Work in unison and in cooperative manner with the CONTRACTOR and OTHER
contractors performing work in the area.
•
Perform all work in accordance with the CONTRACTOR Worker Safety and Health
Program (WSHP) and implementing documents. The WSHP is provided as Exhibit I-1.
RFP 2017 0001
Draft Statement of Work
Page 5 of 14
•
Adhere to 29 CFR 1926 Safety and Health Regulations for Construction.
•
All SUBCONTRACTOR employees, Lower-Tier subcontractor employees, and delivery
drivers must be U.S. citizens.
•
Perform inspections and testing as required in Exhibit C, Technical Specifications.
•
Provide all submittals, samples, completed inspection reports/checklists, and completed
testing reports/checklists as required in Exhibit C, Technical Specifications and Exhibit H,
Submittals.
•
Register attendance at a daily plan-of-the-day meeting prior to commencing work every day.
•
Register attendance and understanding of an ES&H Activity Hazard Assessment (AHA)
briefing and a Work Package briefing.
•
Work in conjunction with the CE to provide redline drawings for any requested field
change.
•
Communicate any identified discrepancies and /or conflicts in Exhibit C, Technical
Specifications, to the AR, CE, and TR verbally within one workday of discovery and in
writing within 48 hours.
•
SHALL NOT deviate from the requirements in Exhibit C, Technical Specifications, without
proper change documentation approved by CONTRACTOR.
•
Adhere to the directions of the on-site Protective Force.
•
Provide a qualified spotter during travel of equipment and during operation, as needed. The
qualified spotter must complete the CONTRACTOR provided Equipment Spotter Training.
•
Submittals according to Exhibit H, Submittal Requirement.
•
All parts supplies, material, equipment, labor, and transportation to conduct the work.
•
Personal protective equipment (PPE):
•
Personal protective equipment (PPE) Requirements as needed, but not limited to,
o Safety glasses with shields
o Steel toed shoes/boots
o Gloves
RFP 2017 0001
Draft Statement of Work
Page 6 of 14
o
o
o
o
o
o
o
o
o
o
Fall protection
Hearing protection
High visibility clothing
Face shield
Hard hat
Leather chaps
Flame retardant clothing
Leather gloves
Welding helmet
As required by Safety Data Sheet (SDS)
•
Aerial lifts and fall protection training documentation for CONTRACTOR review and
acceptance in lieu of attending CONTRACTOR supplied training.
•
Management and supervision for completion of this Project.
•
Full-time on-site Safety Representative for completion of this Project.
•
Safety Data Sheets submitted prior to bringing chemicals on-site.
•
Costing/Pricing by detail broken out by labor/craft, material, equipment etc.
•
Detailed schedule of SUBCONTRACTOR work that supports the project schedule provided
in Exhibit A, Period of Performance and Schedule of Events.
ITEMS TO BE PROVIDED BY OTHER CONTRACTOR
OTHER contractor shall:
• Provide integration to the existing plant PA system via a C-100 tie-in.
• Install the gates and canopy.
• Provide the gate control panel(s) that shall be installed in the SPO office by the
CONTRACTOR.
• Install, test, coil, and protect fiber optic cable, 24 single mode, from C-100 server room fiber
patch panel to the last overhead pole along the route.
• Remove the existing Post 57 Storm Shelter and associated bollards.
• Remove the existing culvert and clear the ditch between the existing C-214 building and the
existing Post 57 canopy.
• Install designated underground communications conduits and underground electrical conduit
to designated demarcation point. Install pull ropes and cap conduits at the demarcation point,
if schedule dictates the OTHER contractor is earlier than the SUBCONTRACTOR
RFP 2017 0001
Draft Statement of Work
Page 7 of 14
•
•
•
•
•
•
Purchase all equipment and material associated with the intercom system, gate overrides, and
reverse lane lights.
Install all equipment and material associated with the Post 57 canopy and gates AACS,
intercom system, gate overrides and reverse lane lights up to the designated demarcation
point.
Provide all material and equipment to CONTRACTOR for CONTRACTOR installation of
the Post 57 canopy and gates AACS, intercom system, gate overrides and reverse lane lights
from the demarcation point into the C-104 building.
Install vehicle portal lighting wiring to the designated demarcation point.
Install gates across the haul road after SUBCONTRACTOR building construction and
paving of the haul road and prior to AACS testing, as allowed by the schedule.
Design and install street lighting in the area between the canopy and the west side of haul
road.
ITEMS TO BE PROVIDED BY CONTRACTOR
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Labor for final tie-ins as shown on the drawings in Exhibit C, Technical Specifications.
General Employee Training (GET).
Aerial Lift Training, as needed.
Fall Protection Training, as needed.
Fire Watch Training, as needed.
Equipment Spotter Training, as needed.
ES&H inspections and oversight.
QA inspections and oversight.
Construction Engineering oversight.
All compaction, concrete, and asphalt testing.
Excavation/Penetration Permit(s).
Procurement and installation of the wireless access equipment.
Procurement and installation all AACS equipment and cameras within the project limit.
Material and labor for final seeding, fertilizing and straw placement, as needed.
Removal and installation of signage, excluding the installation of traffic directional signs as
shown on the drawings in Exhibit C, Technical Specifications.
Propane tank setting and tie-in.
Material and labor for landscaping that shall consist of small shrubs.
Furnish the building with telephones, badging equipment and computers.
Selection of building furnishings presented by the SUBCONTRACTOR.
Test Plan and performance of final testing of the AACS and camera views.
RFP 2017 0001
Draft Statement of Work
Page 8 of 14
•
•
•
•
•
•
•
Movement of Kentucky Utilities (KU), JPEC, Paducah Power and Windstream
Communications, Inc. lines that are required to support construction.
Right-of-entry and easements for KU and West McCracken Water District to perform work
on their utilities on DOE property.
Right-of-entry and easements for Paducah Power and Windstream Communications, Inc., as
needed.
Installations of all OTHER Contractor’s systems and components into the C-104 building
from demarcation points outside the building.
Resolution to any Technical Specifications conflicts or discrepancies identified by the
SUBCONTRATOR or CONTRACTOR.
Geotechnical Exploration Report in Exhibit C, Technical Specifications.
Design drawings as listed below and in Exhibit C, Technical Specifications:
o C0.0 COVER SHEET
o C1.0 EXISTING SITE & DEMOLITION PLAN
o C2.0 SITE DEVELOPMENT PLAN
o C3.0 SITE DIMENSIONAL PLAN
o C4.0 SITE GRADING PLAN
o C5.0 SITE STORMWATER PLAN
o C5.1 STORMWATER DETAILS
o C7.0 SITE UTILITY PLAN
o C7.1 WATERLINE PLAN AND PROFILE
o C7.2 WATERLINE PLAN AND PROFILE
o C7.3 WATERLINE PLAN AND PROFILE
o C7.4 WATERLINE PLAN AND PROFILE
o C8.0 SITE DETAILS
o S0.1 STRUCTURAL TITLE SHEET
o S1.1 FOUNDATION PLAN
o S1.2 ROOF FRAMING PLAN
o S1.3 STRUCTURAL SECTIONS & DETAILS
o S1.4 ROOF FRAMING SECTIONS
o A1.1 FLOOR PLAN
o A1.2 REFLECTED CEILING PLAN
o A1.3 REFLECTED CEILING PLAN
o A2.1 ELEVATIONS
o A2.2 ELEVATIONS
o A2.3 INTERIOR ELEVATIONS
o A3.1 BUILDING SECTIONS
RFP 2017 0001
Draft Statement of Work
Page 9 of 14
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
•
A4.1 WALL SECTIONS
A4.2 WALL SECTIONS
A4.3 WALL SECTIONS
A5.0 SCHEDULES
A6.0 PLAN DETAILS
P-0 PLUMBING LEAD SHEET
P-1 PLUMBING PLAN
P-4 PLUMBING DETAILS
H-0 HVAC LEAD SHEET
H-1 HVAC PLAN
H-2 HVAC DETAILS
E-0 ELECTRICAL LEAD SHEET
E-0.1 SITE LIGHTING CALCULATIONS
E-0.2 INDOOR LIGHTING CALCULATIONS
E-1 ELECTRICAL LIGHTING FLOOR PLAN
E-2 ELECTRICAL PWR COMM FLOOR PLAN
E-3 ELECTRICAL DETAILS
E-4 ELECTRICAL DETAILS
E-5 ELECTRICAL DETAILS
E-6 ELECTRICAL SCHEDULES & DETAILS
E-7 ELECTRICAL RISER AND SCHEDULES
E-8 ELECTRICAL SCHEDULES
Specifications as listed below and in Exhibit C:
o DIVISION 03 CONCRETE
033000 CAST-IN-PLACE CONCRETE
o DIVISION 04 - MASONRY
042613 MASONRY VENEER
o DIVISION 05 - METALS
 052100 STEEL JOIST FRAMING
 053100 STEEL DECKING
 054000 COLD-FORMED METAL FRAMING
o DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES
 061053 MISCELLANEOUS ROUGH CARPENTRY
 061600 SHEATHING
o DIVISION 07 - THERMAL AND MOISTURE PROTECTION
 072100 THERMAL INSULATION
 072726 FLUID-APPLIED MEMBRANE AIR BARRIERS
 075423 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING
PAGES
21
14
5
5
9
6
4
4
7
9
RFP 2017 0001
Draft Statement of Work
Page 10 of 14
o
o
o
o
o
o
 077100 ROOF SPECIALTIES
 079200 JOINT SEALANTS
DIVISION 08 - OPENINGS
 081113 HOLLOW METAL DOORS AND FRAMES
 083400 BULLET RESISTANT DOORS AND FRAMES
 084113 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS
 087100 DOOR HARDWARE
 088000 GLAZING
 089119 FIXED LOUVERS
DIVISION 09 - FINISHES
 092216 NON-STRUCTURAL METAL FRAMING
 092900 GYPSUM BOARD
 093013 CERAMIC TILING
 095113 ACOUSTICAL PANEL CEILINGS
 096513 RESILIENT BASE AND ACCESSORIES
 096519 RESILIENT TILE FLOORING
 096813 TILE CARPETING
 099113 EXTERIOR PAINTING
 099123 INTERIOR PAINTING
DIVISION 10 - SPECIALTIES
 102641 BULLET RESISTANT PANELS
 102800 TOILET, BATH AND LAUNDRY ACCESSORIES
 105300 HANGER ROD SUPPORTED CANOPIES
 107516 GROUND-SET FLAGPOLES
DIVISION 13 - SPECIALTIES
130700 BULLET RESISTANT TRANSACTION WINDOW ASSEMBLY
DIVISION 22 PLUMBING
 220000 GENERAL PROVISIONS FOR PLUMBING
 220500 COMMON WORK RESULTS FOR PLUMBING
 220529 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND
EQUIPMENT
 220548 VIBRATION AND SEISMIC CONTROLS FOR PLUMBING
 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT
 220700 PLUMBING INSULATION
 221116 DOMESTIC WATER PIPING
 221119 DOMESTIC WATER PIPING SPECIALTIES
 221316 SANITARY WASTE AND VENT PIPING
 221319 SANITARY WASTE PIPING SPECIALTIES
 223300 ELECTRIC DOMESTIC WATER HEATERS
 224000 PLUMBING FIXTURES
 224700 DRINKING FOUNTAINS AND WATER COOLERS
DIVISION 23 HEATING VENTILATING AND AIR CONDITIONING
 230000 GENERAL PROVISIONS FOR MECHANICAL
 230500 COMMON WORK RESULTS FOR MECHANICAL
8
8
9
8
8
14
11
6
5
6
9
7
4
5
6
5
6
3
6
3
4
3
1
1
1
1
1
1
8
5
4
3
4
7
3
11
6
RFP 2017 0001
Draft Statement of Work
Page 11 of 14

o
o
o
o
230529 HANGERS AND SUPPORTS FOR MECHANICAL PIPING AND
EQUIPMENT
7
 230548 VIBRATION AND SEISMIC CONTROLS FOR MECHANICAL PIPING
AND EQUIPMENT
7
 230553 IDENTIFICATION FOR MECHANICAL PIPING AND EQUIPMENT
5
 230593 TESTING, ADJUSTING, AND BALANCING FOR HVAC
8
 230700 MECHANICAL INSULATION
10
 231123 FACILITY LIQUID PROPANE-GAS PIPING
8
 233113 METAL DUCTS
6
 233300 AIR DUCT ACCESSORIES
6
 233423 HVAC POWER VENTILATORS
3
 233713 DIFFUSERS AND GRILLES
2
 233716 LOUVERS AND VENTS
3
 238126 FURNACES AND CONDENSING UNITS
5
DIVISION 26 ELECTRICAL
 260000 GENERAL PROVISIONS FOR ELECTRICAL
10
 260500 COMMON WORK RESULTS FOR ELECTRICAL
3
 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES3
 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
4
 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
4
 260533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS
5
 260548 VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS7
 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS
3
 260923 LIGHTING CONTROL DEVICES
5
 262416 PANELBOARDS
5
 262726 WIRING DEVICES
5
 262816 ENCLOSED SWITCHES AND CIRCUIT BREAKERS
3
 263213 ENGINE GENERATORS
9
 263600 TRANSFER SWITCHES
6
 264313 SURGE PROTECTIVE DEVICES (SPDS)
7
 265119 LED INTERIOR LIGHTING
4
 265219 EMERGENCY AND EXIT LIGHTING
6
 265613 LIGHTING POLES AND STANDARDS
9
 265619 LED EXTERIOR LIGHTING
6
DIVISION 27 COMMUNICATIONS
 270000 GENERAL PROVISIONS FOR COMMUNICATIONS
1
 270500 COMMON WORK RESULTS FOR COMMUNICATIONS
3
 271100 COMMUNICATIONS EQUIPMENT ROOM FITTINGS
4
 271300 VOICE AND DATA COMMUNICATION CABLING
8
DIVISION 31 EARTHWORK
 311000 SITE CLEARING
3
 312000 EARTHMOVING
8
 313116 TERMITE CONTROL
3
DIVISION 32 EXTERIOR IMPROVEMENTS
RFP 2017 0001
Draft Statement of Work
Page 12 of 14
 321216 ASPHALT PAVING
 321313 CONCRETE PAVING
 321373 CONCRETE PAVING JOINT SEALANTS
 329200 TURFS AND GRASSES
o DIVISION 33 UTILITIES
 331113 FACILITY WATER DISTRIBUTION
 331313 FACILITY SANITARY SEWER
 334100 STORM UTILITY S DRAINAGE PIPING
6
5
4
10
12
7
8
All SUBCONTRACTOR and Lower-Tier Subcontractor employees must be U.S. citizens.
QUOTE NEEDED – WORK HOURS
Provide one quote with hours as noted below, i.e. regular shift working hours of 7:00 a.m. to
3:30 p.m. Quote shall include a detailed schedule and work hours.
WORK HOURS
All work-hours shall be performed on regular shift working hours. If SUBCONTRACTOR is
proposing or requesting any deviation to the normal work hours of operations, then
SUBCONTRACTOR must submit the request to the CONTRACTOR 48 hours in advance and
receive approval before any change in scheduled work-hours.
Regular shift working hours, excluding CONTRACTOR-recognized holidays, are 7:00 a.m. to
3:30 p.m. Central Time, Monday through Friday.
CONTRACTOR holidays are as follows:
New Year’s Day
Martin Luther King Jr.’s Birthday
Good Friday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Day after Thanksgiving
Christmas Day
Companion to Christmas Day – December 26, 2017
QUALITY REQUIREMENTS
The SUBCONTRACTOR is required to comply with the CONTRACTOR Quality Assurance
Plan (QAP) (SST.QA-0001, latest revision); 10 CFR 830 Subpart A, Quality Assurance; U.S.
Department of Energy (DOE) Order 414.1D, Quality Assurance; and applicable sections of
American National Standards Institute/American Society of Mechanical Engineers
RFP 2017 0001
Draft Statement of Work
Page 13 of 14
(ANSI/ASME) Nuclear Quality Assurance Standard NQA-1 (2008 with 2009 Addenda).
LABOR REQUIREMENTS
•
•
DOE shall perform a Labor Standard Determination, and Davis-Bacon or Service Contract
Agreement (SCA) applies.
Web-site for these requirements is: http://www.gpo.gov/davisbacon
TIME OF COMPLETION
Milestone Schedule based upon May 1, 2017 contract award.
• June 6, 2017
Start Construction
• July 31, 2017
Building Exterior Constructed
• October 17, 2017
Inspection/Testing Building Systems
• November 14, 2017
SUBCONTRACTOR Demobilized
REQUIRED QUALIFICATIONS AND/OR CERTIFICATIONS
The SUBCONTRACTOR shall have training, experience, and qualifications to perform:
• Site work
• Commercial building installation and testing
• Concrete installation including concrete masonry unit and storm shelters
• Steel erection
• Building utilities including: sanitary water, septic system, propane, and electric
• Asphalt roads and parking lots
• Specialty security features
WORKER TRAINING CERTICATES/SUBCONTRACTOR LICENSES
•
•
•
•
•
•
•
Equipment operators
Mobile crane operators
Lifts
Fall protection
Safety Representative Qualifications
Kentucky (KY) Electrical Contractor Licensed
KY Master HVAC Contractor License
RFP 2017 0001
Draft Statement of Work
Page 14 of 14
• KY Licensed Master Plumber
• KY Liquid Propane Gas License
• KY General Contractor License
Documentation of training and qualifications must be submitted to the CONTRACTOR’s AR for
approval at a minimum of 19 calendar days prior to mobilization.
SUBMITTALS
See Exhibit H.
REFERENCE:
• Quality Assurance Plan (QAP) (SST.QA-0001, latest revision)
• Worker Safety and Health Plan (WSHP) (SST.ESH-0001, latest revision)
• Paducah Work Control Process (SST 06.01.01, latest revision)
• Project Work Process (SST 06.01.03, latest revision)
• Excavation-Penetration Activities (SST 11.02.03, latest revision)
• General Safety Requirements (SST 03.01.01, latest revision)
• ES&H Subcontractor Oversight Program (SST 03.01.02 latest revision)