105KW Portable 500kVA 3-Phase Electrical Substation · 3.3 Task 3 – Oil Filled Transformer,...
Transcript of 105KW Portable 500kVA 3-Phase Electrical Substation · 3.3 Task 3 – Oil Filled Transformer,...
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 1 of 21
Part I
Statement of Work for
105KW Portable 500kVA 3-Phase Electrical Substation
Revision 0
September 5, 2019
Prepared by: George Jackson
APPROVALS PRINT NAME SIGNATURE
BTR* GJ Jackson
CAM / Project Controls** TT Dillsi/S Pratt
Contract Officer*** JK Salter
* Approval for technical content ** Approval for funding availability ***Approval for contractibility
Contents 1.0 INTRODUCTION / BACKGROUND ............................................................................... 2 2.0 DESCRIPTION OF WORK – GENERAL ........................................................................ 2 3.0 DESCRIPTION OF WORK – SPECIFIC .......................................................................... 2
4.0 TECHNICAL REQUIREMENTS ...................................................................................... 6 5.0 PERSONNEL REQUIREMENTS...................................................................................... 8 6.0 ENVIRONMENTAL, SAFETY, HEALTH, AND QUALITY REQUIREMENTS ......... 8
7.0 MEETINGS and SUBMITTALS ..................................................................................... 15 8.0 DELIVERABLES, PROJECT CONTROLS, MILESTONES, AND PERFORMANCE
SCHEDULE REQUIREMENTS ...................................................................................... 16 ATTACHMENT 1 - Submittal Register ....................................................................................... 18 ATTACHMENT 2 – One-Line Diagram ...................................................................................... 21
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 2 of 21
PART I – STATEMENT OF WORK
1.0 INTRODUCTION / BACKGROUND
This Statement of Work (SOW) is issued for the design, build, test and delivery of a Portable
500kVA 3-Phase Electrical Substation in support of CH2M Hill Plateau Remediation Company
(CHPRC) 100K Closure Project. CHPRC is a prime Contractor to the Department of Energy
(DOE) and all work on this Statement of Work (SOW) will be performed in support of the
CHPRC contract with DOE.
2.0 DESCRIPTION OF WORK – GENERAL
CHPRC (also referred to as the Buyer) requires a Contractor to design, procure materials,
fabricate, assemble, examine, inspect, test, and deliver the portable substation in accordance with
the specifications, and requirements identified in this SOW.
The Contractor shall provide and manage the labor, equipment, material, and services required to
complete the tasks and deliverables identified herein. The work shall be performed at the
Contractor’s facilities.
The Contractor is responsible for execution of the work in accordance with the quality standards
and requirements specified herein. The work in this SOW is General Service (GS), Quality
Level 3 (QL3).
3.0 DESCRIPTION OF WORK – SPECIFIC
This section identifies the major work elements by task. See the procurement specification for
additional requirements. The Contractor shall provide the following equipment specified per
task:
Task 1 – Skid
Task 2 – Primary Main Disconnect Switch, 15kV
Task 3 – Oil Filled Transformer, 500kVA, 13.8kV – 480Y/277-volt
Task 4 – Switchboard, 480/277Y-volt, 600-amp
Task 5 – Disconnect Switches and Receptacles, 480-volt, 200-amp
Task 6 – Dry Type Transformer 480-volt
Task 7 – Low Voltage Panelboard 240/120-volt
Task 8 – Lighting and Receptacles
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 3 of 21
3.1 Task 1 – Skid
Skid shall be sized such that special permitting is not required for shipping. Skid shall be sized
to allow access to electrical equipment for maintenance. Completed skid shall meet the seismic
and wind loading as specified in the Procurement Specification. Equipment mounted to the skid
shall be outdoor non-walk-in NEMA 3R enclosures. Skid shall be painted as required by the
Procurement Specification.
3.2 Task 2 –Primary Main Disconnect Switch 15kV
The contractor shall purchase, install and test a 15kV Primary Main Disconnect Switch. The
main disconnect switch shall be manually operated with BOE standard fuses. The switch shall
be full height steel structure sufficiently sized for bottom entry cable entry including stress cones
for termination of single conductor #2 AWG 15kV cables per phase. The Primary Main
Disconnect Switch shall include surge arresters as identified in the Procurement Specification.
3.3 Task 3 – Oil Filled Transformer, 500kVA, 13.8kV – 480Y/277-volt
The contractor shall purchase, install and test a 500kVA, 13.8kV/480Y/277-volt oil filled
transformer. Transformer ratings shall be as specified in the Procurement Specification. Line
side reactors shall be provided as required to meet the transformer impedance.
3.4 Task 4 – Switchboard 480Y/277-volt, 600-amp
The switchboard shall be fully rated for 480Y/277-volts, 600-amps. Switchboard short-circuit
rating shall be a minimum of 65kA. Switchboard to include a 600-amp main breaker, four (4)
each 200-amp, 3 phase circuit breakers, one (1) 600-amp feeder breaker and additional breakers
as required for skid mounted equipment. Switchboard shall be bottom fed. Switchboard shall be
service rated.
3.5 Task 5 – Disconnect Switches and Receptacles 480-volt, 200-amp
Skid shall include;
Four (4) 600-volt, 200-amp non-fused disconnect switches
Feeder 480-volt supply
Four (4) pin and sleeve receptacles
Plugs matching the receptacles shall be provided.
3.6 Task 6 – Dry Type Transformer 480/240-120-volt
The contractor shall purchase, install and test a 480/240-120 volt transformer to provide power to
skid mounted equipment. The transformer shall be sized for the skid-mounted equipment (lights,
receptacles, equipment heaters, etc.) and for the addition of forced air cooling fans for the main
transformer.
3.7 Task 7 – Low Voltage Panelboard 240/120-volt
The contractor shall purchase, install and test a 240/120-volt panelboard to provide power to
skid-mounted equipment. The panelboard short-circuit and breaker current interrupting rating
shall be as determined by the contractor. The panelboard shall be fully rated. The panelboard
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 4 of 21
shall be provided with a minimum of two (2) 120-volt, 20-amp, single pole circuit breakers and
two (2) 240/120-volt, 20-amp, two pole circuit breakers for future use by the Buyer.
3.8 Task 8 – Lighting and receptacles
The Contractor shall provide LED Luminaires that provide a minimum lighting level of 5
foot-candles over the entire skid. The luminaires shall be provided power from the low voltage
panelboard. The skid shall be provided with a minimum of four (4) 120-volt, 15-amp receptacles
for use when working on the substation. Receptacles shall be powered from a minimum of two
(2) circuits. Receptacles shall be labeled with the panelboard identifier and circuit number.
Raceway and wiring for this equipment shall be as selected by the contractor.
3.9 Equipment Submittals
The following information shall be submitted by the Contractor per the submittal registry and
approved by the Buyer/BTR.
1. Drawings
a. Master Drawing index
b. Equipment Arrangement
c. Dimensional Plan and Elevation
d. Wiring, schematic and single line diagram
e. Conduit entrance and dimensions
f. Bus locations and configurations
g. Buyer’s wiring terminal block locations and other terminal block locations
h. Anchor bolt locations
i. Grounding connections
2. Documentation
a. Equipment weight
b. List of sub-assemblies, devices and part numbers
c. Time-Current curves for over-current protective devices
d. Bill of material
e. Product data sheets
f. Seismic and wind loading calculations
3. Material Delivery
a. Nameplate schedule
b. Component list
c. Assembly ratings including:
i. Short circuit rating
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 5 of 21
ii. Voltage
iii. Continuous current
iv. Basic impulse levels
v. kVA
d. Major component ratings including:
i. Voltage
ii. Continuous current
iii. Interrupting current
iv. Transformer Impedance
v. Transformer Efficiency
e. Cable terminal sizes and quantity per phase
f. Bus-way connections
g. Certified product test reports
h. Recommended spare parts list
i. Seismic and wind loading analysis/calculations
j. As built drawings [reference section 3.9 (1) Drawings]
Note: Drawings will be accepted by the Buyer prior to full acceptance of the
skid-mounted substation unit.
The unit shall be new (unused) with exception of the primary main disconnect switch and
500kVA transformer that may be refurbished, current standard production model, and shall be
completely prepared for customer delivery through service by a factory franchised dealer prior to
delivery. Unit must be current model built for the U.S. market sold by a factory authorized
distributor. The substation shall be inspected for compliance with NFPA 70, National Electrical
Code (NEC) by a certified NEC Inspector. The NEC inspection report shall be submitted to the
Buyer.
Accessories as listed herein shall be identical to those regularly supplied to the dealer by the
original equipment manufacturer, and shall be of identical quality and design as those normally
installed on units for sale through normal commercial channels. Units supplied shall have all the
latest changes and features offered as standard whether called for in these specifications or not.
Modifications shall be painted to match model.
Product data sheets for equipment to be utilized in the construction of the portable substation and
both plan and elevation drawings showing equipment located onto trailer need to be submitted
and approved by Buyer prior to commencement of work. The product data sheets shall be
traceable to their respective items by way of model/part numbers or other identifying markings
on the items.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 6 of 21
The portable substations shall be delivered to 2355 Stevens Drive on or before the contracted
delivery date. This date will be provided to the Contractor on award based on proposed delivery
date costs.
3.10 Acceptance Criteria
Work products and services provided shall meet all applicable CH2M HILL procedures for
control and review of work products and pertinent regulatory requirements as required.
Acceptance criteria are identified in the procurement specification and in this SOW. The
equipment shall successfully pass the testing identified in the Procurement Specification. Where
equipment fails the testing that testing the equipment shall be replaced at the Contractors expense
and retested.
In general, acceptance will be by source inspection at the Contractor’s facility and receipt
inspection by Acquisition Verification Services (AVS) upon delivery.
The skid-mounted Substation shall meet the requirements as stated in the procurement
specification.
3.11 Special requirements
Contractor shall perform calculations for wind and seismic, which must be performed by a
registered Professional Engineer in the State of Washington. The calculation shall be submitted
and approved by the Buyer prior to commencement of work.
Full drawing packages will be sent to CHPRC during the submittal process so engineers may
review drawings in whole.
3.12 Organizational Interfaces
The Contractor shall interface with various CHPRC (and other) organizations through the
Contract Specialist (or designee) as required. The Buyer Technical Representative (BTR)
(George Jackson, phone 509-373-4355, or designee) will act as the technical point of contact.
3.13 Work not Included
Work not included in this Contract includes installation of equipment at the Hanford Site.
3.14 Government Furnished Materials and Equipment
The government will not furnish any materials or equipment.
3.15 Site Coordination Requirements
If access to the Hanford site is necessary, site visitation will be coordinated through the Contract
Specialist.
4.0 TECHNICAL REQUIREMENTS
Work shall be performed in strict accordance with CHPRC design criteria, codes and standards,
specifications, drawings, exhibits, and any other documents which by reference are made a part
of this Statement of Work. If clarification is required during performance of this work scope,
contact the BTR for resolution and/or submit a Request for Clarification (RCI) form
A-6004-833.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 7 of 21
4.1 Drawings
The latest version of the drawings listed below, are hereby incorporated into, and made a part of
this SOW. CHPRC will provide AutoCAD files of the drawings upon request. Due to the poor
reproduction of the One-Line Diagram in the Procurement Specification a copy is attached to this
SOW as Attachment 2.
Drawing No. Title
ATTACHMENT 2
(See KBC-63613, Figure 2)
Skid-Mounted Substation
4.2 Specifications
The latest version of the specifications listed below, are hereby incorporated into, and made a
part of this SOW.
Specification No. Title
KBC-63613 Skid-Mounted Substation for 105KW Procurement Specification
4.3 Design Changes
Any proposed changes to Buyer or Contractor design media need to be approved by the Buyer.
Changes to the Procurement Specification will be made via a Buyer’s Engineering Change
Request (ECR). Changes to the approved Contractors drawings will use the Contractor’s change
control process.
The Contractor shall submit a copy of their change control process (i.e. redline process) to the
Buyer for approval. If the Contractor’s change control process has previously been approved by
the Buyer, the Contractor may submit a statement declaring that it has been previously approved
and that it has not changed.
Proposed changes to the design media will be managed using the process described below:
A. When corrections, improvements, or questions are identified against the contractor
drawings, the Contractor shall notify the Buyer using a Request for Clarification (RCI).
The Contractor shall describe the issue and provide a proposed resolution. A markup of
the drawing may be attached to the RCI if necessary to communicate the proposed
change.
B. The Buyer will review the proposed change, generate a disposition, and return the RCI to
the Contractor. If the Buyer concurs a drawing change is necessary, the Contractor shall
change the drawings using the Contractor’s change control process.
C. If the Contractor believes the RCI response constitutes a Contract change, the Contractor
shall immediately process a Contract Change Form (A-6004-820) and await receipt of
additional written instruction from the Contract Specialist.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 8 of 21
D. The Contractor shall collect drawing changes made during the fabrication process and
issue revised fabrication drawings (as-built) to the buyer. Final acceptance by the Buyer
requires that the actual configuration of each item matches the as-built drawings.
4.4 Exhibits
The Forms shown in the following table are hereby incorporated into and made a part of this
SOW.
Exhibit No. Title
A- Form A-6004-757 Contractor Document Submittal
B- Form A-6004-833 Request for Clarification/Information (RCI)
C-Form A-6004-820 Contract Change
D-Form A-6004-757 Contractor Document Submittal Form (CDSF)
5.0 PERSONNEL REQUIREMENTS
5.1 Training and Qualification
A. The Contractor is expected to provide appropriately trained and qualified staff to perform the
type of work specified.
B. Contractor shall maintain training records for their personnel.
C. Contractor is responsible for outsourced contracted services to ensure appropriate training
and qualifications have been met to meet the requirements of this SOW and the Codes and
Standards invoked.
D. The Contractor must meet the following minimum qualifications:
a. Specific required Certificated NEC Inspector
b. Licensed professional engineer (PE) who is registered in the State of Washington.
6.0 ENVIRONMENTAL, SAFETY, HEALTH, AND QUALITY REQUIREMENTS
The Contractor shall perform work safely, in a manner that ensures adequate protection for
employees, the public, and the environment, and shall be accountable for the safe performance of
work. The Contractor shall comply with, and assist CHPRC in complying with Environmental,
Safety, Health, and Quality (ESH&Q) requirements of all applicable laws, regulations and
directives.
The Contractor shall flow down ESH&Q requirements to the lowest tier subcontractor
performing Work, commensurate with the risk and complexity of the work.
6.1 Safety Requirements
Contractor shall follow their facility specific safety requirements in execution of this work.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 9 of 21
6.2 Quality Assurance and Control
The Contractor shall maintain a documented Quality Assurance Program.
6.2.1 Safety Classification and Quality Level of Items and Services
Safety classification is General Service (GS) and Quality Level 3 (QL-3).
6.3 Quality Assurance/Inspection Requirements
For this contract release, the Contractor shall comply with the Hanford Site Procurement Quality
Clauses listed in Table 6.3, with full text listed in this section.
Table 6.3 Procurement Quality Clause List
QA Clause Description
B13 Fabrication/Inspection/Test Plan
B16 Source Inspection
B22 Nonconformance Documentation and Reporting
B25 Certified Weld Inspector
B28 Welding Procedures and Qualifications
B31 Nondestructive Examination Process
B32 Identification of Items with Part Number/Model Number
B49 Certified Material Test Report
B52 Inspection and Test Reports
B65 Nationally Recognized Testing Laboratory (NRTL) Listed or Labeled
B76 Procurement of Potentially Suspect or Counterfeit Items
B79 Certificate of Conformance
B85 Packaging/Shipping Procedures
6.3.1 Fabrication/Inspection/Test Plan (B13)
The Supplier shall prepare a detailed fabrication/inspection/test plan (Traveler) for insertion of
Buyer-designated source inspection/witness notification points. Prior to starting work, the plan
shall be submitted to the Buyer for review, approval and insertion of Buyer's designated
inspection/witness notification points unless otherwise specified in procurement documents. The
plan shall include the following:
1. Traceability to Buyer's Purchase Order/ Contract Order document number.
2. Description of items to be fabricated/tested/inspected (e.g., components, subassemblies,
assemblies).
3. Sequential fabrication/process steps.
4. Sequential points for inspection and tests to be performed during fabrication/processing.
5. Method/procedure to be used for performance of inspection/test/fabrication, including:
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 10 of 21
a. Each characteristic or attribute to be evaluated,
b. The report form to be utilized, and
c. Specific Codes/Standard requirements as specified by procurement documents i.e.,
ASME, ASTM, ANSI, etc.
Subsequent revisions/modifications to the fabrication/inspection/test plan document require
review and approval by the Buyer prior to implementation of the change. When subcontracting
any portion of this Purchase Order/Contract Order, the Supplier is required to invoke the
applicable quality assurance program requirements on the subcontractor.
6.3.2 Source Inspection (B16)
All items are subject to inspection at the Supplier's facility or Supplier's subcontractor's facility
by a Buyer's quality assurance/quality control representative. Supplier shall notify Buyer at least
5 working days in advance of the time items will reach any inspection hold point established by
the Buyer in the procurement package.
6.3.3 Nonconformance Documentation and Reporting (B22)
All nonconformances identified at the Supplier's facility with a proposed disposition of "Accept"
or "Repair" shall be approved by the Buyer before any corrective action is taken by the Supplier
on the nonconformance.
Accept: A disposition that a nonconforming item will satisfactorily perform its
intended function without repair or rework.
Repair: A disposition requiring the processing of a nonconforming item so that its
characteristics meet the requirements listed in the disposition statement of the
nonconformance report.
A Supplier Nonconformance exists when;
1) A Purchaser’s technical or material requirement, or a requirement in a Purchaser
approved Supplier document is violated; and
2) The nonconformance cannot be corrected by continuation of the original manufacturing
process or by rework; or
3) The item does not conform to the original requirement but can be restored to a condition
such that the capability of the item to function is unimpaired.
Each Nonconformance shall be documented by the Supplier on the Supplier's nonconformance
form. After documenting the nonconformance, disposition and technical justification, the form
shall be forwarded to the Buyer.
After the recommended disposition has been evaluated by the Buyer, the form shall be returned
to the Supplier with a disposition of approval or rejection. The Supplier may take corrective
action on the nonconformance only after the form is approved.
The Supplier's nonconformance form shall be shipped with the affected item.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 11 of 21
6.3.4 Certified Weld Inspector (B25)
Supplier personnel performing weld inspections shall be certified as a Certified Weld Inspector
(CWI) in accordance with the requirements specified in AWS QC-1.
The following documentation shall be submitted prior to the start of fabrication:
1. Current AWS CWI certificates.
2. Current and valid visual acuity examination. The examination must be performed annually.
3. Visual weld inspection procedures.
Approval shall be obtained from the Buyer prior to start of fabrication.
6.3.5 Welding Procedures and Qualifications (B28)
Welding procedures and personnel shall be qualified in accordance with the applicable AWS or
ASME specifications as specified in the Purchase Order/Contract order. The Supplier shall
submit copies of all welding procedures, Procedure Qualification Records, and Welder
Qualification Records to be employed in the performance of this Purchase Order/Contract Order.
Buyer approval is required prior to the start of fabrication.
Changes and revisions to welding documentation shall be submitted to the Buyer for review and
approval prior to use. When subcontracting any portion of this Purchase Order/Contract Order,
the Supplier is required to invoke the applicable quality assurance program requirements on the
subcontractor.
6.3.6 Nondestructive Examination Process (B31)
Nondestructive examination (NDE) personnel shall be qualified and certified in accordance with
the recommended guidelines of the American Society of Nondestructive Testing's (ASNT)
ANSI/ASNT CP-189 or ASNT SNT-TC-1A, unless otherwise specified in the ordering data.
The Supplier is not authorized to begin fabrication until the following documentation has been
reviewed and approved by the Buyer:
a. NDE qualification and certification procedures
b. Personnel Level I, II, and III qualifications and certifications which include objective
evidence of NDE training, formal education, examinations, experience, date of hire, and
current eye examination
c. NDE method/examination procedures that are in accordance with the applicable
codes/standards specified in procurement documents.
All NDE reports and radiographs shall be traceable to the item examined, include all essential
examination parameters, and signed and dated by the NDE examiner. All NDE reports and
radiographs shall accompany or precede shipment of material. Radiographs, and radiographic
technique and examination reports shall be subject to approval by the Buyer prior to shipment of
completed items.
When subcontracting any portion of this Purchase Order/Contract Order, the Supplier is required
to invoke the applicable quality assurance program requirements on the subcontractor.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 12 of 21
6.3.7 Identification of Items with Part Number/Model number (B32)
All items shall be identified with the part number/model number. Identification shall be on the
item or the package containing the item. When the identification is on the item, such marking
shall not impair the service of the item or violate dimensional, chemical, or physical
requirements.
6.3.8 Certified Material Test Report (B49)
The Certified Material Test Report (CMTR) shall include actual results of all chemical analysis,
tests, examinations, and treatments required by the material specification and this Purchase
Order/Contract order. The CMTR shall be legible, reference applicable specification number
and year of edition, and be traceable to the material furnished by heat or lot number. All reports
are subject to review and acceptance by the Buyer.
One copy of the documentation, unless otherwise specified, shall accompany the applicable
item(s) shipped.
6.3.9 Inspection and Test Report (B52)
The Supplier shall submit legible, reproducible copies of Inspection/Test Reports.
The report(s) shall include the following:
1. Identification of the applicable inspection and/or test procedure utilized.
2. Resulting data for all characteristics evaluated, as required by the governing
inspection/test procedure.
3. Traceability to the item inspected/tested, (i.e., serial number, part number, lot number,
etc.).
4. Signature of the Supplier's authorized representative or agency which performed the
inspections/tests.
One copy of the documentation, unless otherwise specified, shall accompany the applicable
item(s) shipped.
6.3.10 Nationally Recognized Testing Laboratory (NRTL) Listed or Labeled (B65)
Electrical equipment (a general term including material, fittings, devices, appliances, luminaries
[fixtures], apparatus, and the like used as a part of, or in connection with, an electrical
installation) delivered or brought onto the site in performance of this contract must be listed or
labeled by an organization currently recognized by OSHA as a nationally recognized testing
laboratory (NRTL).
A. Electrical equipment installed as part of this contract must comply with the National Electric
Code (NEC), NFPA 70 and where applicable ANSI C2 (NESC). The Buyer reserves the right
to inspect electrical equipment and installations. Contractor is responsible for notifying
Buyer when installations are available for inspection.
B. Electrical equipment and devices for which there is a UL category code identifying product
categories must be Listed or Labeled by an OSHA recognized NRTL.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 13 of 21
1. The Canadian Standard Association (CSA) marking is currently recognized by OSHA
as an NRTL when the label includes “US” or “NRTL” subscript.
2. The European Union “CE” marking, Directive 93/68EEC, is not currently recognized
by OSHA as an NRTL marking.
3. The International Electrotechnical Commission (IEC) Standard 60529 for enclosures,
(IPxx), is not currently recognized by OSHA as an NRTL label.
Note: for a list of approved NRTLs, see http://www.osha.gov/dts/otpca/nrtl/
C. Electrical equipment for which there is no listing category must be evaluated or tested using
a method submitted to and approved by the Buyer prior to delivery of the equipment. A Field
Evaluation performed by an NRTL prior to delivery is the preferred method for buyer
approval.
Electrical equipment is also subject to the “Counterfeit Suspect Item Program”.
6.3.11 Procurement of Potentially Suspect of Counterfeit Items (B76)
Notwithstanding any other provisions of this agreement, the Supplier warrants that all items
provided to the Contractor shall be genuine, new and unused unless otherwise specified in
writing by the Contractor. Supplier further warrants that all items used by the Supplier during the
performance of work for the Hanford Site, include all genuine, original, and new components, or
are otherwise suitable for the intended purpose. Furthermore, the Supplier shall indemnify the
Contractor, its agents, and third parties for any financial loss, injury, or property damage
resulting directly or indirectly from material, components, or parts that are not genuine, original,
and unused, or not otherwise suitable for the intended purpose. This includes, but is not limited
to, materials that are defective, suspect, or counterfeit; materials that have been provided under
false pretenses; and materials or items that are materially altered, damaged, deteriorated,
degraded, or result in product failure.
Types of material, parts, and components known to have been misrepresented include (but are
not limited to) fasteners; hoisting, shackles, turnbuckles, cable clamps, wire rope, rigging, and
lifting equipment; cranes; hoists; valves; pipe and fittings; electrical equipment and devices;
plate, bar, shapes, channel members, and other heat treated materials and structural items;
welding rod and electrodes; and computer memory modules. The Supplier's warranty also
extends to labels and/or trademarks or logos affixed, or designed to be affixed, to items supplied
or delivered to the Contractor. In addition, because falsification of information or documentation
may constitute criminal conduct, the Contractor may reject and retain such information or items,
at no cost, and identify, segregate, and report such information or activities to cognizant
Department of Energy officials.
Supplier shall provide a written statement that “all items furnished under this Purchase
Order/Contract Order are genuine (I.e., not counterfeit) and match the quality, test reports,
markings and/or fitness for use required by the Purchase Order/Contract Order.
The statement shall be on supplier letterhead and signed by an authorized agent of the supplier.
Any materials furnished as part of this Purchase Order/Contract Order which have been
previously found to be suspect/counterfeit by the Department of Energy shall not be accepted.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 14 of 21
For further information on suspect/counterfeit items, reference the Department of Energy (DOE)
Guide DOE G 414.1-3
DOE Guide web address,
https://www.directives.doe.gov/directives-documents/400-series/0414.1-EGuide-3
Additional information may also be found by referring to: Managing Suspect and Counterfeit
Items (SCI) in the Nuclear Industry; International Atomic Energy Agency Guide IAEA-
TECDOC-1169.
6.3.12 Certificate of Conformance (B79)
The Supplier shall provide a legible/reproducible Certification of Conformance. Supplier’s
authorized representative responsible for quality shall sign the Certification of Conformance.
This Certification of Conformance shall, as a minimum:
1. Identify the appropriate Purchase Order/Contract Order number under which the material,
equipment, item or service is being supplied.
2. Each Order/shipment shall include a C of C unique to that shipment.
3. The quantity of each Line Item shipped shall be identified on the C of C.
4. The COC shall identify the specific procurement requirements to be met by the purchased
item or service. The procurement requirements identified shall include any approved
changes, waivers, or deviations applicable to the item or service.
5. The COC shall be signed or otherwise authenticated by a supplier’s representative. The
person signing the COC shall be the one who is responsible for this QA function and
whose responsibilities and position are described in the supplier’s QA program.
One copy of the documentation, unless otherwise specified, shall accompany the applicable item
shipped. For subsequent shipments on this Purchase Order/Contract order, reference may be
made to documentation provided with earlier shipments, instead of duplicating such
documentation.
6.3.13 Packaging/Shipping Procedures (B85)
The Supplier shall prepare and submit for approval, prior to use, a procedure or plan for the
packaging and shipping of items during the performance of this Purchase Order/Contract Order.
The procedures shall include as appropriate cleanliness inspections prior to packaging, use of
preservatives and coatings, descriptions of specially designed shipping containers, handling and
rigging procedures, final inspections, and the type of transfer and shipping vehicles, as applicable
to work scope. Examples of the packing and shipping inspection forms shall be included in the
procedure or plan. Additional guidance may be found in ASME NQA-1-2008, Quality
Assurance Requirements for Nuclear Facility Applications, Subpart 2.2, Quality Assurance
Requirements for Packaging, Shipping, Receiving, Storage, and Handling of Items for Nuclear
Power Plants.
6.4 Environmental Requirements
There are no special environmental requirements associated with this SOW.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 15 of 21
6.5 Radiological Requirements
Not applicable as this is an off-site activity.
6.6 Nuclear Safety
This work is nuclear-related. The Contractor shall be subject to 10 CFR 830.122, “Quality
Assurance Requirements,” and the enforcement actions under 10 CFR 820, “General Statement
of Enforcement Policy.
7.0 MEETINGS and SUBMITTALS
7.1 Meetings
The Contractor shall participate in the following meetings:
A. Project Kickoff meeting. This meeting will be held after contract award to review
contract requirements and processes, establish protocols for communications and
interfaces, introduce key personnel and their roles and responsibilities, and review the
project schedule. The agenda for the meeting will be provided by the Buyer. Meeting
will be held at the Buyer’s site or via teleconference.
B. Weekly Progress meeting. This meeting will be coordinated with the Contractor to occur
at a day/time acceptable to both the Buyer and the Contractor. The Contractor shall
provide a two-week “look ahead” schedule, updated weekly, one day prior to each
scheduled meeting
C. Any other meetings requested by the Buyer during the course of work as necessary.
The person or persons designated by the Contractor to attend meetings shall have all required
authority to make decisions and commit Contractor to technical decisions made during meetings.
7.2 Submittals
A. The required submittals for this contract are listed in Attachment 1, Submittal Register.
B. CHPRC distribution, review, routing, return for re-submittal, if required, and approval of
Contractor submittals shall be based on CHPRC’s 4x10 schedule. For example,
submittals received by CHPRC after 12:00 PM on Thursday will be distributed and
reviewed beginning the following Monday, and will have the complete duration of
review time as stated in the submittal register (See Attachment 1).
C. The Contractor submittals identified herein on the Submittal Register shall be submitted
by the Contractor using the Contractor Document Submittal Form (CDSF) A-6004-757
(available at http://chprc.hanford.gov/page.cfm/SubmittalsFormsDocs). Instructions for
completion of the CDSF are included with the form.
D. CHPRC’s Document Management and Control System (DMCS) will be used to
electronically manage document submittals and RCIs for this contract. The address to
transmit submittals and RCIs to is [email protected].
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 16 of 21
7.2.1 Final Data Package
The Contractor shall prepare a final data package containing the following records as applicable
to the fabricated component:
Contractor COC
Final as-built drawings preferred format is AutoCAD 28” by 40”
Completed fabrication traveler(s)
Bill of material providing traceability between item number, purchase order number,
and heat number
Weld map and weld inspection records
Dimensional inspection records
Completed inspection/test records
CMT Reports
COCs (for materials without CMTRs).
Applicable NCR’s (if generated)
Applicable CHPRC Request for Clarification/Information (RCI) forms
Operations and Maintenance Manuals
Written statement that “all items furnished under this Purchase Order/Contract Order
are genuine (I.e., not counterfeit).
Final Data Packages shall be assembled in the following manner:
A. Coversheets shall be labeled with Contract Order, Task number, equipment identification
number(s), and manufacturer serial number(s).
B. The final data package shall have a table of contents listing each section, and each section
shall be paginated, (i.e. Section 1 pages 1 thru 10, etc.)
Alternate methods of organizing final data packages may be proposed but are subject to approval
by the Buyer. All documents shall be legible and reproducible to the third generation.
8.0 DELIVERABLES, PROJECT CONTROLS, MILESTONES, AND
PERFORMANCE SCHEDULE REQUIREMENTS
8.1 Deliverables
Deliverables under this SOW are listed in Section 3.0 and Attachment 1, Submittal Register.
8.2 Project Controls
The Contractor shall provide a detailed baseline schedule covering activities for duration of
Contract. The schedule should be in the form of a progress chart of suitable scale to indicate
appropriately the percentage of work scheduled for completion by any given date during the
contract period of performance. Identify critical path activities, including logical sequence and
relationship of activities for engineering, design, submittals, procurement, fabrication,
inspection, testing, and delivery for work covered by Contract.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 17 of 21
8.3 Performance Schedule
Completion of the work in this SOW is required by June 30, 2020 or other acceptable date
agreed to by the Contractor and Buyer.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 18 of 21
ATTACHMENT 1 - Submittal Register
The Contractor shall meet the required schedule and provide the documents specified in accordance with the
following submittals. Heading/content definitions are listed beneath the register.
Contract Number and Name: Revision:
1.
No.
2.
Type and
Format
3.
Technical
Submittal
4.
Vendor
Information
5.
Description / Document Title
6.
Submittal Date
(Calendar Days)
7.
Approver
Organizations
8.
CHPRC
Review Time
(Work Days)
9.
Contract Paragraph
or Requirement
Reference
1 APW, E Yes Yes Drawings
Award + 30 days Engineering/BTR 5 3.9.1
2 APW, E Yes Yes Documentation Award + 30 days Engineering/BTR 5 3.9.2
3 AP, E Yes Yes Delivery Material 5 day prior to
shipping equipment Engineering/BTR 5 3.9.3
4 AP, E Yes Yes As-Built Drawings (CAD Files) 5 day prior to
shipping equipment Engineering/BTR 5 3.9.1
5 AP, E Yes No NEC Inspection Report 5 day prior to
shipping equipment Engineering/BTR 5 3.9
6 APW, E Yes No Design Change Control Process Prior to Fabrication Engineering/QA 5 4.3
7 APW, E Yes No
Welding Procedures, Procedure
Qualification Records, and Welder
Qualification Records (See Note 1)
Prior to Fabrication QA/SME 5 6.3.5
8 APW, E Yes No Certified Weld Inspector
Documentation (See Note 1) Prior to Fabrication QA/SME 5 6.3.4
9 APW, E Yes No NDE Procedures and Personnel
Qualification Records (See Note 1) Prior to Fabrication QA/SME 5 6.3.6
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 19 of 21
NOTES:
1. Submit each procedure, procedure qualification record, or personnel qualification record as a separate document. The records may be
transmitted together on one Contractor Document Submittal Form but are to be listed as individual line items.
2. Shipment of equipment is not permitted until required submittals covering the items to be shipped have been approved by the Buyer, unless
permission for early shipment is provided in writing by the Buyer.
Column Definitions
1. Typically a numerical sequence (i.e., 1, 2, 3,…). However, other numbering systems may also be used.
2. Submittal type, number of copies and format:
APW = Approval Required Prior to Work (CHPRC must approve the Contractor’s submittal prior to the Contractor being authorized to proceed with
any activity/work associated with the submittal).
AP = Approval Required (CHPRC must approve the Contractor’s submittal, however, work associated with the submittal may proceed prior to
CHPRC approval).
Format: “E” for electronic PDF; or “H3” for three hard copies.
PDF Adobe Acrobat (Portable Document Format)
3. Technical submittals are Engineering or Quality affecting submittals. A Yes in this column designates the need for formalized comments, and a formalized
comment disposition process by the Contractor. Examples of Technical Submittals would include Engineering or Fabrication Drawings, or Certificates of
Conformance.
4. Vendor Information for project record purposes.
5. Description / Document Title. Describe submittal.
6. Required submittal date or its relationship to project milestones. Examples are July 14, 2009, or Award + 15 days, Contract Completion +30 days.
10 APW, E Yes No Fabrication Traveler(s) and
Inspection/Test Plan(s) Prior to Fabrication Engineering/QA 10 6.3.1
11 APW, E Yes No Nonconformance Reports
As Produced Engineering/QA 5 6.3.3
12 APW, E Yes No Packaging/Shipping Plans
Prior to Shipment Engineering/QA 5 6.3.13
11 AP, E Yes Yes Final Data Package
Prior to Shipment Engineering/QA 10 7.2.1
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 20 of 21
7. Approver Organization. Examples are Engineering, Safety, Quality, Waste Management, and Subject Matter Experts (SME).
8. The number of Work Days required for review of the submittal.
9. Contract Reference: Cross reference to the Contract requirement that defines this submittal.
CHPRC STATEMENT OF WORK: RFP 334257
105KW Portable 500 kVA 3-Phase Electrical Substation
Page 21 of 21
ATTACHMENT 2 – One-Line Diagram