Chprc Statement of Work

Total Page:16

File Type:pdf, Size:1020Kb

Chprc Statement of Work

CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

Revision 0 March 20, 2017 Prepared by: G.B. Chronister STATEMENT OF WORK TABLE OF CONTENTS

1.0 INTRODUCTION / BACKGROUND...... 3 2.0 DESCRIPTION OF WORK – GENERAL...... 3 3.0 DESCRIPTION OF WORK – SPECIFIC...... 3 3.1 Gas Deliveries...... 8 3.2 Acceptance Criteria...... 8 3.3 Estimated Consumption...... 8 3.4 Special Requirements...... 9 3.5 Sampling Requirements for Liquid Nitrogen...... 9 3.6 Sampling/Testing Requirements for Anhydrous Ammonia...... 9 4.0 ORGANIZATIONAL INTERFACE...... 9 4.1 Equipment and Materials...... 9 4.2 Delivery of Liquid Nitrogen and Anhydrous Ammonia, and Coordination of Subcontractors...9 4.3 Special Requirements...... 10 4.4 Organizational Interface...... 10 4.5 Waste Handling...... 10 5.0 TECHNICAL REQUIREMENTS...... 10 5.1 Procedures...... 10 5.2 Drawings...... 11 5.3 Electrical Safety Requirements...... 11 5.4 Fire Prevention Requirements...... 11 5.5 Transportation of Hazardous Materials...... 12 5.6 Work Management Requirements...... 12 5.7 Cleaning, Cleanliness, and Foreign Material Exclusion Requirements...... 12 6.0 PERSONNEL REQUIREMENTS...... 13 6.1 Training and Qualification...... 13 6.2 Security and Badging Requirements...... 13

Page 1 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

6.3 Site Access and Work Hours...... 14 7.0 ENVIRONMENTAL, SAFETY, HEALTH, AND QUALITY REQUIREMENTS...... 14 7.1 Safety Requirements...... 14 7.2 Quality Assurance and Control...... 17 7.3 Quality Assurance/Inspection Requirements...... 17 7.4 Environmental Requirements...... 17 7.5 Radiological Requirements...... 17 7.6 Nuclear and Criticality Safety...... 17 7.7 Software Products and/or Services Where Software is Used...... 18 7.8 Motor Vehicle/Bicycle Safety...... 18 8.0 MEETINGS and SUBMITTALS...... 18 8.1 Meetings...... 18 8.2 Submittals...... 18 8.3 Interfaces...... 19 9.0 DELIVERABLES, PROJECT CONTROLS, MILESTONES, AND PERFORMANCE SCHEDULE REQUIREMENTS...... 20 9.1 Deliverables...... 20 9.2 Performance Schedule...... 20 ATTACHMENT 1 - Submittal Register...... 21

Page 2 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

1.0 INTRODUCTION / BACKGROUND As a prime contractor to the U.S. Department of Energy (DOE), CH2M HILL is focusing on the safe, environmental cleanup of the Central Plateau of DOE’s Hanford Site. CH2M Plateau Remediation Contract (CHPRC’s) scope of work includes treatment and disposal of various radioactive waste streams, groundwater, management of spent nuclear fuel, disposal or disposition of nuclear materials, and non- reactor nuclear facilities, and environmental remediation activities currently funded through DOE’s Office of Environmental Management. This statement of work identifies the Contractor’s scope as it relates to the support of Uranium Sequestration Treatability Test to be performed in the 200-West Area. Additionally specific unique work environment/conditions/circumstances which may be encountered during execution of the work scope include providing:  The ability to make gas (anhydrous ammonia/nitrogen) deliveries  Estimated near term liquid nitrogen volumes  Estimated near term anhydrous ammonia volumes

2.0 DESCRIPTION OF WORK – GENERAL Unless otherwise approved, the Contractor shall work in accordance with CHPRC contract requirements, operating policies and procedures and shall be responsible for execution of the work in accordance with the quality standards and requirements specified for assigned project and facility.

Specifically, CHPRC requires a Contractor to provide delivery of rental equipment and delivery of Anhydrous Ammonia (NH3) and Nitrogen (N2) gases as specified in section 3.0 of this SOW. CHPRC requires a Contractor to provide delivery of the nitrogen and ammonia gases supplied under this contract The Contractor shall furnish all necessary labor, technical and professional services, supervision, materials, tools, equipment, consumables, transportation, and payment of any applicable taxes to perform all operations necessary and required to perform scope as directed by CHPRC.

3.0 DESCRIPTION OF WORK – SPECIFIC The contractor shall deliver rental process equipment as specified below:

Vendor Supplied Services (each of these items are described in following sections in required detail):

1. NH3 trailers (2) per specifications with outputs (4-20 mA signal) for interface with site operations computer

Page 3 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

2. Liquid nitrogen system (trailer, vaporizer, trim heater, associated controls, and I/O to the site operations computer)

3. Gas mixer system with I/O for interface with site operations computer

4. NH3 supply (provided in an enclosed, temperature-controlled trailer with reloading off site)

(1) NH3 Trailer Specifications (vendor-supplied equipment and drawings) (2 trailers):  Trailer contains a set of NH3 cylinders connected to a manifold and sequentially opened by normally-closed solenoid valves

O Work by Vendor on NH3 trailer will require a 30%, 60%, and 90% design review and approval by CHPRC.

O All design media including CAD drawing, cut sheets, and manuals will be submitted to CHPRC.

O Sequence tank solenoid valves based on tank pressure (preferred) or a timer mounted on the outside of the trailer for external access for timer changes.

O Interface of information and control with the site operations computer, including solenoid on/off status, alarm status, ammonia concentration at sensors, trailer temperature, and pressure in the ammonia manifold)

O Normally closed solenoid valves, intrinsically-safe with power off

O All components and piping shall be compliant to Compressed Gas Association (CGA) CGA G-2.1- American National Standard Safety Requirements for the Storage and Handling of Anhydrous Ammonia (CHPRC will review alternate standards recommended by Vendor as applicable)

O All electrical equipment that will be in contact, or possibly in contact, to a flammable atmosphere will be intrinsically safe in accordance with National Electrical Code (NEC) article 500 Hazardous Locations.

 NH3 Cylinders

O Equipped with manual cylinder shut off valves

O Pressure safety relief valves in compliance with CGA G-2.1 and BPVC Section VIII, Div 1

O Cylinder rupture discs in compliance with CGA G-2.1 and BPVC Section VIII, Div 1

O Individual cylinder limited to 5 gallons of NH3 liquid

Page 4 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

O No more than 5 cylinders per trailer (25gal)

O Cylinders shall be in accordance with the requirements of CGA G-2.1 and designed, analyzed, fabricated, examined, inspected, tested, and certified to the requirement of ASME Boiler and Pressure Vessel Code (B&PRC), Section VIII Div 1. These cylinders/vessels shall be Code Stamped and registered with the National Board of Boiler and Pressure Vessel Inspectors. The Manufacturer shall provide the U-1 forms as a deliverable.

 Temperature controlled trailer to maintain NH3 pressure at target (60-65F)

O Intrinsically safe HVAC

O Insulated trailer (operation window September through December)

 Vented trailer with active (fan) and passive ventilation. Active ventilation when power is applied to trailer

O Exhaust through roof vent

 PRV vent stack (integrate with trailer) (all PRVs manifolded to one stack and vent)

O Exhaust through a manifold and stack shall be in accordance with B&PVC Section VIII Div 1, CGA G-2.1, and, ASME B31.3 for Normal Fluid Service. The vent stack shall be provided with an NH3 monitor system.

 Rupture disc stack (integrate with trailer) (all rupture disks manifolded to one stack)

O Exhaust through a stack (must meet Boiler and Pressure Vessel Code, section VIII, Unfired Pressure Vessels and ASME B31.3 Normal Fluid Service, and CGA G-2.1)

O Calculate with 25 gallon release for venting/stack design

 Plumbing quick-connect for connecting trailer NH3 outlet to the injection system on site

O Double block and bleed isolation between NH3 trailer and quick connect (see attached CHPRC P&ID for piping/valving schematic)

 Trailer must meet DOT requirements

O Meet 49CFR DOT codes for transport

O Manually closed cylinders during transport

 Trailer must be painted white to minimize solar heating

 Explosion-proof conduit, wiring, intrinsically safe components and electrical

Page 5 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

O External connections by electrical cord and plug

 Direct shutdown interlock with feedback integrated by the vendor from gas mixer system based on N2 flow

 Trailer will be refilled at the vendor site (not to be refilled on the Hanford site)

 NH3 Monitoring System:

O NH3 Monitor inside trailer (Honeywell Ammonia Sensor ECF2/ECF9 Cell and Analytical Technology Inc Ammonia Sensor E12-15 IR) and interlocked to individual tank solenoid valves to shut off upon detection

O NH3 in-line exhaust stack monitor outside trailer (Analytical Technology Inc Ammonia Sensor E12-15 IR) to monitor Rupture Disc piping vents and PSV piping vents interlocked to solenoid to shut off upon detection

O All NH3 monitors interfaced with the site operations computer to indicate NH3 concentration and alarm status. All NH3 sensors must use 4-20 mA outputs for gas concentration monitoring

Page 6 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

(2) Liquid Nitrogen Injection System (vendor-supplied equipment and drawings)  Provide N2 gas flow with control (in conjunction with gas mixer system) to maintain a target flow between 25 and 50 scfm N2 flow rate

O Liquid nitrogen supply

O Vaporizer Tower

O Trim heater

O All associated plumbing and connections

O 4-20 mA output for flow monitoring

 N2 supply trailer on-site, refilled as needed

O Estimated total consumption of at least 2,900,000 ft3 (90,000 m3) of nitrogen gas needed over ~60 day period

 Trim heater to control temperature to 68 +/- 4 degrees with internal temperature monitoring at the well head

O 4-20 mA output for temperature reading

O Manual temperature set point

 Check valve (flanged) installed between trim heater and gas mixer

 Piping quick-connect for connecting nitrogen trailer outlet to the injection system on site

O Double block and bleed isolation between nitrogen trailer and quick connect (see attached CHPRC P&ID for piping/valving schematic)

 Flange connections for piping

 Insulated pipes (operation window September through December)

(3) Gas Mixer (vendor-supplied equipment and drawings)  Meter NH3 into N2 stream to obtain nominally 5% (4.5-5.5%) by volume NH3

 Enable flow control to maintain a target flow between 25 and 50 scfm (N2 plus NH3) with a nominal target total flow rate of 50 scfm

 4-20 mA output for flow monitoring

Page 7 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

 Normally closed (fail safe) mixer/flow control valve

 Manual setting capability at gas mixer to obtain total flow target and %NH3 target

 Pressure, flow, and temperature monitoring for N2 stream, NH3 stream, and combined gas outlet with output to site computer (Voltage or 4-20mA output)

 Check valve between the trim heater to the gas mixer

 Check valve between NH3 trailer and gas mixer system

 Check valve on outlet piping to injection well located outside inner work area boundary

 Flange connectors

 Insulated piping (operation window September through December)

 Interlock to trailer for shutdown (N2 flow)

(4) Liquid Nitrogen Delivery  Provision of liquid nitrogen delivery during active operation of Treatability Test:

O Provide nitrogen delivery to the Hanford Site of Industrial Grade liquid nitrogen as needed

O Record of gallons of N2 delivered (each delivery)

O Certificates of Analysis for each liquid nitrogen delivery

(5) NH3 supply (provided in trailer with re-loading off site)  Provision of anhydrous ammonia delivery during active operation of Treatability Test:

O Provide delivery to the Hanford Site of anhydrous ammonia (99.995% purity) as needed (anticipated to be ~25 gallons daily / ~ one trailer daily)

O Anhydrous ammonia shall be filled in trailer offsite and brought on-site to swap out with empty trailer

O Documented product weights of all anhydrous ammonia tanks for each delivery record of weight of ammonia delivered (each delivery) and record of weight of ammonia returned (each delivery)

Page 8 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

 References / Standards

O All vessels must meet ASME Boiler and Pressure Vessel Code (BPVC Section VIII).

O All piping will meet the Pressure Piping Code American Society of Mechanical Engineers (ASME) B31.3 Normal Fluid Service.

O Ammonia trailer shall meet Department of Transportation (DOT) 49 CFR parts 100-185.

. Specifically:  173.304, Filling of cylinders with liquefied compressed gases  173.301(g), General requirements for shipment of compressed gases and other hazardous materials in cylinders, pressure receptacles and spherical pressure vessels, Manifolding cylinders in transportation O CGA G-2.1- American National Standard Safety Requirements for the Storage and Handling of Anhydrous Ammonia. O Electrical equipment must be approved per DOE-0359, Hanford Site Electrical Safety Program. The primary method of approval for electrical equipment and industrial control panels is that they be accepted, certified, listed, labeled, or otherwise determined to be safe by an Occupational Safety and Health Administration (OSHA) Nationally Recognized Testing Laboratory (NRTL) O All electrical equipment that will be in contact, or possibly in contact, to a flammable atmosphere will be intrinsically safe in accordance with National Electrical Code (NEC) article 500 Hazardous Locations. O NEC, National Fire Protection Association (NFPA) 70, 2014 edition O CHPRC will review alternate standards recommended by Vendor as applicable

 Submittals: O Certificate of conformance that trailer meets NEC for intrinsically safe in accordance with NEC article 500 Hazardous Locations O Vendor drawings (PE Stamped) of NH3 trailers for CHPRC approval to be submitted to CHPRC at the 30%, 60%, and 90%, and 100% design effort. . Vendor drawings must include line sizing at the discharge end of the mixer O Certificate of compliance that NH3 trailer components meet CGA G-2.1 O ASME B&PVC U-Stamp for all cylinders. The manufacturer shall provide the U-1 forms as a deliverable. O Submittal showing compliance of Double Block and Bleed Valve, PSV’s, and Rupture Discs to applicable codes O Letter of Compliance stating the Ammonia meets the purity requirements prior to start of operations

Page 9 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

O Vendor procedures for delivery of liquid nitrogen and change out of anhydrous ammonia trailers (must address handling of cryogenic liquids) O All design media to include CAD drawings, vendor cut sheets, and manuals will be submitted to CHPRC at the 30%, 60%, 90%, and 100% design reviews The above submittals are specific to the requirements of the vendor provided equipment and product deliveries. See Appendix 1 for a list of all submittals required. Note: Additional construction other than described above may be performed as detailed by engineering design may be assigned to the tasks listed above as a revision to this SOW.

3.1 Gas Deliveries Contractor shall provide nitrogen and anhydrous ammonia deliveries at an expected rate of nominally once per week for liquid nitrogen, and daily deliveries of ammonia as specified in section 3.0. Receipt of these deliveries will be within 24 hours of request.

3.2 Acceptance Criteria  Contractor shall provide the Buyers Technical Representative (BTR) with Letter of Compliance documentation for anhydrous ammonia, and Certificates of Analysis for all liquid nitrogen shipments, and the Safety Data Sheets (SDS) for these two products.  The BTR or designee shall verify all deliveries of gases. These may be done by phone, text, or personal inspection.

3.3 Estimated Consumption Estimated consumption will be at a rate of nominally 5,000 gallons per week of nitrogen and 25 gallons per day of anhydrous ammonia for a minimum expected period of six weeks, but no more than eight weeks.

3.4 Special Requirements  Nitrogen delivery tanker trailers are required for the work scope.  Nitrogen transfer hose lines shall be free of obstructions and leaks.  Off-site re-filling is required of the 5 gallon Anhydrous Ammonia vessels.  The contractor must provide the chemicals in the concentrations listed in Section 3.0. If these exact specifications for each gas cannot be provided, any alternate concentrations/specifications must be reviewed and approved by the Buyer in advance of delivery.

3.5 Sampling Requirements for Liquid Nitrogen The Contractor will be required to have the liquid nitrogen sampled for issuance of the Certificates of Analysis to comply with product purity.

Page 10 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

3.6 Sampling/Testing Requirements for Anhydrous Ammonia Testing shall be performed by the vendor to issue a Letter of Compliance for the anhydrous ammonia to verify product purity prior to shipment.

4.0 ORGANIZATIONAL INTERFACE The contractor shall coordinate all deliveries of the above listed chemicals through the Buyer’s Technical Representative (BTR).

4.1 Equipment and Materials Contractor is responsible for providing all equipment, tools, materials, supplies, and each and every item of expense. The following equipment and materials is a non-inclusive list:

 All industrial safety equipment for Contractor personnel (e.g., eye protection, hard hats, steel-toed footwear, gloves, face shields, splash protection).  Appropriate hearing protection for all contractor personnel.  Fire extinguishers.  Cellular telephone or other communication device capable of initiating emergency notifications at remote work sites.  All equipment required for the re-filling of liquid nitrogen and swap-out of the anhydrous ammonia trailers.

4.2 Delivery of Liquid Nitrogen and Anhydrous Ammonia, and Coordination of Subcontractors Regarding deliveries of gases, and the coordination of Subcontractors while on the CHPRC Site, the Contractor shall:  Coordinate deliveries with BTR in advance.  Arrange for badging through the Contract Specialist.  Communicate any special hazards associated with the delivery or the work (e.g., safety, security)  Meet the CHPRC contact at the Treatability Test Site as needed.  Conduct a walk down of the work location with the CHPRC Contact upon request.  Procedures for handling of cryogenic liquids will be submitted to BTR The CHPRC Contact will be physically present at the delivery site for the entire time a delivery or work is being executed to ensure that it is performed safely and in accordance with Contract requirements. Alternate arrangements may only be made with the approval and concurrence of the CHPRC BTR. At completion of the delivery or work, delivery driver will exit the Site in a timely manner.

4.3 Special Requirements Delivery tanker trucks and trailers are required for portions of this work scope. Contractor personnel will be required to wear PPE during offloading operations as required by the provided work packages.

Page 11 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

4.4 Organizational Interface The Contractor shall coordinate all deliveries through the Buyer’s Technical Representative (BTR).

4.5 Waste Handling A. As applicable and directed, all wastes generated during scope activities, must be handled in accordance with the Waste Management procedures. CHPRC shall coordinate and transport all regulated waste. The basic waste handling strategy is as follows: 1. Contractor shall provide and/or coordinate through CHPRC Waste Management for waste relocation where necessary. 2. Contractor is responsible to minimize waste generation. B. Contractor is responsible to clean up any and all waste generated from spills. In the event of a spill, Contractor shall immediately notify the BTR who will then notify the project Environmental Compliance Officer. Cleanup activities shall be performed in accordance with approved work package requirements.

5.0 TECHNICAL REQUIREMENTS All Work shall be performed in strict accordance with requirements, design criteria, national codes and standards, specifications, drawings, exhibits, and any other documents, which by this reference are made a part of the Statement of Work. All inspection of the work required by governmental agencies shall be arranged jointly by CHPRC and Contractor. Contractor shall request such final inspection through CHPRC only after the work is ready for inspection.

5.1 Procedures The following latest version of the procedures included below, are hereby incorporated into and made a part of this SOW, as applicable. They shall have the same force and effect as if written into the body of the SOW. DOE-0336 Hanford Site Lockout / Tagout Procedure DOE-0359 Hanford Site Electrical Safety Program PRC-PRO-SH-40078 Contractor Safety Processes, Appendix F PRC-RD-SH-40410 Hazard Communication Program PRC-STD-SH-40518 Personal Protection PRC-PRO-SH-40516 Chemical Management Program

5.2 Drawings The vendor will submit fabrication drawings (Washington State PE Stamped) of NH3 trailers for CHPRC approval.

Page 12 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

Vendor drawings must include line sizing at the discharge end of the mixer and show design interfaces.

Vendor drawing files to be AutoCAD version 2008. Drawing development in accordance with CHPRC procedure PRC-STD-EN-40279.

5.3 Electrical Safety Requirements Services under the management of the Contractor shall be performed in accordance with PRC-PRO-SH- 40078 - Contractor Safety Processes, Appendix F – Safety Program Specifications for Contractors, Section 3.11, which flows down the 10 CFR 851 and Hanford site requirements to the Contractor. For the purpose of worker safety, electrical equipment must be per DOE-0359, Hanford Site Electrical Safety Program. Electrical equipment and industrial control panels delivered or brought on to the site in performance of the contract must be labeled by an organization currently recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL). All equipment installed as part of the contract must comply with the National Electric Code (NEC), NFPA 70 and, where applicable, ANSI C2 (NESC).

5.4 Fire Prevention Requirements A. All services under the management of the Contractor shall be performed in accordance with PRC-PRO-SH-40078, Contractor Safety Processes, Appendix F, Safety Program Specifications for Contractors, Section 3.3, which flows down the requirements of 10 CFR 851 and Hanford site requirements to the Contractor. a. When the contract includes significant design or construction activities or any items that require a fire protection/code interpretation the Deputy Fire Marshal for the facility shall be contacted for interpretation and required permits in accordance with MSC-RD-8589, Hanford Fire Permits. b. If any Fire Protection design features, egress, combustibles, protection systems will be potentially impacted by CONTRACTOR activities, contact CHPRC to obtain approval from the Project Fire Protection Engineer. B. Flammable/combustible liquids storage shall be per NFPA 30 and be performed in accordance with PRC-PRO-SH-40516, Chemical Management Program. C. All vehicles that require a portable fire extinguisher must be secured in an approved manner (vehicle mounting bracket designed for the specific extinguisher, or stowed in a secured equipment container). D. In the case of a fire, no matter how small or quickly extinguished, immediately contact the Hanford Site Fire Department at 509-373-0911. Do not disturb the scene of the fire until the Hanford Fire Department Battalion Chief or his designee has completed their field investigation.

5.5 Transportation of Hazardous Materials Requirements in the applicable sections of 49 CFR, parts 171-178 apply to transportation of a hazardous material in commerce and to each person who transports a hazardous material in commerce. Transportation of a hazardous material in commerce begins when a carrier takes physical possession of

Page 13 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test the hazardous material for the purpose of transporting it and continues until the package containing the hazardous material is delivered to the destination indicated on a shipping document.  Transportation of a hazardous material in commerce includes the following,:

 Movement of a hazardous material

 Loading of packaged or containerized hazardous material onto a transport vehicle

 Empty trucks of hazardous materials.

In addition the carrier must also meet the Federal Motor Carrier Safety Regulations as prescribed by: U.S Department of Transportation Federal Motor Carrier Safety Administration 49 CFR Parts 40, 303, 325,350-399.

5.6 Work Management Requirements Work shall be performed in accordance with existing PRC procedures, policies, guidance documents, etc. No work shall be performed that is out of scope to the contract. If work is determined to be out of scope or questionable, work shall be stopped, issue/concern defined and evaluated. Revision to contract shall be prepared. Requirements for coordinating, scheduling, and releasing work will be determined and specified by the BTR, and (if any) the facility organization associated with the activity.

5.7 Cleaning, Cleanliness, and Foreign Material Exclusion Requirements Contractor shall maintain cleanliness and foreign material exclusion by proper management of utilized materials to prevent intrusion of foreign materials. Contractor shall store and maintain materials, components, etc. in such a condition that damage is not encountered and meet manufacturer and CHPRC requirements.

6.0 PERSONNEL REQUIREMENTS

6.1 Training and Qualification A. Contractor shall ensure that its personnel meet and maintain the appropriate training, qualification and certification requirements. Hanford site-specific general training requirements to safely perform this work are identified below. B. The following types of training/qualifications are required and will be communicated by the BTR in work instructions driven by Employee Job Task Analysis (EJTA): 1. CHPRC General Employee Training (CGET) or Hanford Site Orientation. 2. Special hazard training (i.e., Hazardous Material Transportation) C. The required training shall be completed prior to work. D. Contractor is expected to provide appropriately trained and qualified staff to perform the type of work associate with their trade at the Hanford site.

Page 14 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

E. CHPRC will provide Contractor personnel task or facility specific training as required for site and facility access and safe performance of assigned tasks. F. Contractors may be required to follow Facility specific procedures when executing the work scope. Those procedures “checked” as applies are required to be followed in executing specific scope described: [ copies of publicly released documents may be found on the CHPRC web site at http://www.plateauremediation.hanford.gov/index.php/page/41/ , non- released documents may be obtained from the BTR or SME when on site] Applies to Document Number Title Contract x PRC-PRO-SH-40410 Hazard Communication Program

G. The above requirements shall be verified through CHPRC Training Coordinator (Contact: Cindy Hayes [509] 373-1960). Once this verification is complete, CHPRC Training Coordinator will notify the BTR and Contract Specialist indicating that the work crew’s training requirements have been completed. If evidence of training course completion is requested by CHPRC Training Coordinator, this shall also be provided upon request. H. The required training shall be completed prior to work.

6.2 Security and Badging Requirements The CONTRACTOR shall wear a CHPRC-issued security badge identifying himself/herself. A minimum of two working days advance notice is needed for site badging. CONTRACTOR employees will be required to submit to vehicle searches and not personally carry or transport certain prohibited articles.

6.3 Site Access and Work Hours a. Work will be done on a 4-10’s schedule. The standard workday shall consist of hours of work between 6:00 AM and 4:30 PM, with one-half hour designated as an unpaid period for lunch. All deliveries need to be performed between the hours listed in this section. b. The Contractor will have access to the job site based on the terms of the Contract.

7.0 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. While working within a facility or remote area, Contractor may be required to participate in emergency drills. Exemptions may be requested by Contractor. All services under the management of the Contractor shall be performed in accordance with PRC-PRO- SH-40078 - Contractor Safety Processes, which flows down the 10 CFR 851 requirements, found in PRC-PRO-SH-32219, and Safety Program Specifications found in PRC-PRO-SH-40078, Appendix F.

Page 15 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

7.1 Safety Requirements 1. For on-site work, Contractor may submit for approval to CHPRC, a comprehensive OS/IH plan or meet all applicable CHPRC OS/IH requirements including but not limited to PRC-MP-SH-32219, CHPRC Worker Safety & Health Program Description, Appendix B.

NOTE: PRC-SH-PRO-40078, Appendix F, Safety Program Specifications for Contractors are available at the following link: http://www.plateauremediation.hanford.gov/index.php/page/41/

2. For on-site work, Contractor and its subcontractors shall be responsible to comply with all applicable sections of PRC-PRO-SH-40078 - Contractor Safety Processes, Appendix F, Safety Program Specifications for Contractors

3. Contractor shall perform work in compliance with facility-specific procedures and requirements documents applicable to the work area. These procedures and requirements comply with State, Federal, and DOE requirements or regulations. Where there is a difference in regulations or requirements, the most stringent shall apply.

4. Contractor (and any lower-tier subcontractor) personnel working on site shall utilize the Hanford Site Occupational Medical Provider, HPMC, to obtain contract-related medical examinations. Contractor shall support development/completion of an Employee Job Task Analysis (EJTA) for each assigned individual: a) assigned to an on-site work location for greater than 30 days in a rolling 12 month period, including work done for other Hanford Prime Contractors or Subcontractors; or b) exposed to chemical, biological or physical agents (noise) above allowable limits. Delivery persons, suppliers, landlords of off-site space, utility providers, etc. may be excluded from this policy as permitted by 10 CFR 851. Excluded personnel include:

a. Excluded personnel must engage in no more than tangential work at on the Hanford Site or at off-site space leased for DOE work relating to delivery, installation or repair of their products. Examples of excluded personnel include but are not limited to Contractors delivering raw material (steel, concrete, gravel, etc.) or commercial products to the site.

b. Landlords of off-site space leased by CHPRC for DOE work.

c. Utility providers, such as power or communications providers that may have power or communications lines installed on-site operate under supply contracts rather than contracts for services.

ETJAs drafted by the Contractor (form available on the CHPRC web site) shall be submitted to the Contract Specialist for approval by the CHPRC Health and Safety professional. Approved EJTAs will be forwarded to AMH for required medical examination(s) identification and scheduling. NOTES:

Page 16 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

 All personnel performing work involving exposures to hazards above the allowable limits are required to have an approved EJTA (with appropriate medical screening) prior to starting hazardous work. 5. Contractor shall use the CSC Hanford Occupational Health Services or first aid treatment, and return to work evaluations and the Hanford Fire Department for ambulance service for urgent medical situations requiring care and transport.

6. Contractor shall take appropriate action, up to and including stopping work, and immediately notify the CHPRC if an unplanned risk or hazard is discovered that is not covered by directions provided by CHPRC. This action includes notifying the CHPRC if the work exposes their workers to hazards that require medical monitoring.

NOTE: The documents are available at http://chprc.hanford.gov/page.cfm/DocumentsRequirements 7. All services will be conducted in accordance with Hanford Site environmental, safety and health standards, security requirements, and Quality Assurance Program Plan applicable to scope.

8. The Contractor and its lower-tier contractors shall take all reasonable precautions in the performance of the work to protect the safety and health of employees and of members of the public. Where there is a difference in regulations or requirements, the most stringent shall apply.

9. Contractor must be familiar with the CHPRC training, permits, and facility specific procedures applicable to this scope as denoted in Section 5.

10. Contractor shall arrange for their and subcontract employees to obtain regulatory required- occupational medical examinations, which are triggered by the activities of this contract as denoted in Section 5.

11. See Section 5 for the applicable safety-related training.

12. In accordance with PRC-PRO-SH-40078 - Contractor Safety Processes, Appendix F –Safety Program Specifications for Contractors, Section 3.2, the Contractor shall prepare a Job Safety Analysis. JSA are prepared by the Contractor to address specific work activities and hazards associated with the specific work and to identify the controls necessary to eliminate or control the hazards. The JSA shall be written in such a manner as to be understood and usable by Contractor personnel in order to aid them in the identification, control, and response of potential hazards and is not just a compliance document. To achieve the level of coordination desired, approval of the JSA by BTR, and CHPRC Project Safety are required to ensure proper safety planning and communication prior to the start of work. The Job Safety Analysis shall be prepared in a format provided by CHPRC. The Contractor shall submit the JSA to the BTR for approval prior to work on each release.

13. The Contractor shall immediately notify the BTR and the Contract Specialist of any injuries or incidents; to include damage to Contractor-owned property or equipment.

Page 17 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

14. Contractor shall use a fall protection system whenever the work surface is greater than 6 ft. Fall protection anchorage points must be engineered and approved by CHPRC. Approved anchorage point documentation must be readily available. Design personal fall arrest system (PFAS) anchorages for fall arrest to withstand a tensile force of 5,000 pounds force per person. Fall arrest anchorage points may be reduced to 3,000 pounds force per person when a self-retracting lifeline is used as part of the PFAS. Give special consideration to locating the anchorage directly at or above the mid-shoulder D-ring so that in the event of a fall, fall arrest begins immediately and produces minimal shock loading to the anchorage and the person.

15. Worker Exposure Monitoring for Hazardous Agents (i.e. Industrial Hygiene) - CHPRC shall be responsible for providing industrial hygiene technical support. Daily industrial hygiene technician (IHT) checks may be performed. Such support shall include establishing exposure controls and limits, and conducting sampling and monitoring for hazardous agents associated with the activities and evolutions performed by the Contractor. These exposure controls and limits for hazardous agents (i.e. chemical; not radiological) shall be specified in the Site- Specific Health and Safety Plan and/or the JSA. Results of all industrial hygiene surveys and monitoring shall be provided to both the Contractor's Safety Representative and the Contractor's on-site Project Manager. CHPRC Industrial Hygienists will discuss exposure monitoring results with the respective Contractor Representatives and, as necessary, recommend or specify actions and controls to reduce or prohibit employee exposure to hazardous agents. The Contractor and CHPRC shall collaborate to implement these controls and ensure their effectiveness.

16. In accordance with PRC-PRO-SH-40078 - Contractor Safety Processes, when the Contractor brings chemicals on site, the activity is subject to CHPRC’s Chemical Management System Program. The Contractor must fill out Form A-6004-750, Chemical Inventory Worksheet, and submit for approval to CHPRC prior to mobilization. In the event the contract is modified to add a new/different chemical, the Contractor shall update and submit a revised Chemical Inventory Worksheet form to reflect the change in chemicals supplied under the contract.

17. SDS for hazardous chemicals (as defined by 29 CFR 1910.1200) which will be used during the work activity shall be provided to the BTR. The Contractor shall keep the list current, and shall provide the list to the assigned BTR when list has been updated.

18. The Contractor shall comply with PRC-PRO-SH-40078 - Contractor Safety Processes, Appendix F, Section 3.15, for controlling exposures to airborne hexavalent chromium. These requirements are specifically applicable to welding, grinding, torch-cutting, metal buffing and metal polishing, and spray painting activities.

19. Lock-out/Tag-out will not be performed by the Contractor on site.

20. The Contractor shall comply with the CHPRC ladder safety policy as described in PRC-PRO-SH-40078 - Contractor Safety Processes, Appendix F, Section 3.16. The intent of

Page 18 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

this policy is to ensure that alternatives to Portable Ladders have been examined on a task specific basis.

21. The Contractor shall observe and provide spotters for Overhead restrictions as described in PRC-PRO-SH-40078 - Contractor Safety Processes, Appendix F, Section 3.11.4.

22. If chemical contamination is encountered, work shall be stopped immediately, the BTR contacted and an appropriate chemical monitoring plan prepared by CHPRC.

7.2 Quality Assurance and Control Contractor shall be responsible for performing quality workmanship and shall conduct the quality control measures necessary to ensure work conforms to requirements included in this SOW.

7.3 Quality Assurance/Inspection Requirements The work will be inspected by the BTR monthly and/or as required pending project needs. See Submittals.

7.4 Environmental Requirements All spills/leaks of anhydrous ammonia must be reported to the BTR and the S&GRP Environmental Compliance Officer.

7.5 Radiological Requirements There are no radiological requirements associated with the work scope.

7.6 Nuclear and Criticality Safety There are no Nuclear and Criticality Safety requirements associated with the work scope.

7.7 Software Products and/or Services Where Software is Used There are no software products or services required for the work scope.

7.8 Motor Vehicle/Bicycle Safety Contractor shall ensure that all vehicles/bicycles are operated in a safe manner while on site. (Reference PRC-PRO-SH-40473)

8.0 MEETINGS AND SUBMITTALS

8.1 Meetings After contract award, the contractor shall participate in a Project Kickoff Meeting, which may be a conference call, an internet meeting, or a meeting to be held at CHPRC’s Site. The time, date, and agenda for the meeting will be provided to the Contractor by CHPRC.

Page 19 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

The Contractor shall interface with various CHPRC (and other) organizations through CHPRC’s Contract Specialist (or designated BTR for in-scope work), as required, or at points and frequency determined by the Contract Specialist.

8.2 Submittals The Contractor submittals identified herein on the Submittal Register shall be submitted by the Contractor using the Contractor Document Submittal Form (CDSF) A-6003-061 (available at http://www.plateauremediation.hanford.gov/index.php/page/10/) . Instructions for completion of the CDSF are included with the form. The quantity, frequency and type of submittal shall agree with the requirements set forth on the Submittal Register. A Submittal Number, entered on the CDSF by the Contractor in accordance with the submittal register, shall be used to identify each submittal. CDSF forms may be copied for submittals with different submittal dates. When any submission is returned to the Contractor with a request for resubmission (i.e., marked as: “B” “Minor Comments – Approved With Exceptions as Corrected Re-submittal Required”; or “C” “Not Approved Revise and Resubmit”) the Contractor shall resubmit all corrected documents within the time specified on the resubmission notice or if no time is specified therein within five (5) working days from the disposition date. New submittals shall require the Contractor to contact the Contract Specialist if additional Submittal Numbers are required. Changes to a Contractor’s deliverables, that have not been accepted by CHPRC as complete shall be re- submitted using the CDSF form and in accordance with the Contractor’s CHPRC approved Quality Assurance and/or Engineering Program. The following shall be submitted to CHPRC Document Control, prior to work: A. Medical qualification information shall be submitted for approval (Ref. Section 5.2.F). B. Substitutes: A completed Contractor Document Submittal Form shall be submitted for each requested substitution. Substitution requires approval if an item is more hazardous than the specified product or if the product callout includes the phrase such as “or approved substitute”. Submitted data shall show “fit, form and function” equivalency, as well as cost savings, if any, to the contractually required item. C. Prior to mobilization or moving equipment on site, provide SDS for both liquid nitrogen and anhydrous ammonia gases that will be delivered during the performance of this contract for pre- approval by CHPRC Chemical Management. The SDS shall be compliant with 29 CFR 1910.1200. These products shall be summarized as required, on Form A 6004-750, “Chemical Inventory Worksheet,” prior to mobilization. This will require a Hanford MSDS number for each chemical to be brought on site. Contact CHPRC Chemical Management for assistance if needed. This shall be coordinated with the BTR and CHPRC Chemical Management in the field and accurately maintained during fieldwork.

8.3 Interfaces A. A BTR will be designated for contract release. B. Designation of BTR The BTR is responsible for monitoring and providing technical guidance for this Contract and should be contacted regarding questions or problems of a technical nature. The BTR is also

Page 20 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

responsible for appropriate surveillance of the Contractors representative while on site. In no event, however, will an understanding or agreement, modification, change order, or any deviation from the terms of this Contract be effective or binding upon CHPRC unless formalized by proper Contract documents executed by the Contract Specialist prior to completion of this Contract. On all matters that pertain to Contract terms, the Contractor shall contact the Contract Specialist specified within this Contract. When in the opinion of the Contractor, the BTR requests or directs efforts outside the existing scope of the Contract; the Contractor shall promptly notify the Contract Specialist in writing. The BTR does not possess any explicit, apparent or implied authority to modify the contract. No action should be taken until the Contract Specialist makes a determination and/or modifies the contract. C. The work will be inspected periodically by the BTR. D. The Contractor shall immediately notify the field Contract Release BTR (who will contact CHPRC Safety) of any injuries or incidents; to include damage to contractor-owned property or equipment. If the BTR or Contract Specialist cannot be reached see also Section 7.3.E. The Contractor will follow this up within 24 hours with a written explanation to the Contract Specialist of the occurrence. E. In the event that there is an abnormal or unusual situation associated with this contract work scope, the Contractor is to immediately contact the Buyer’s Technical Representative (BTR). If, after several attempts, the Contractor is unable to contact either the BTR or the Contract Specialist, the Contractor is to contact CHPRC Occurrence Notification Center at (509) 376- 2900, which is available 24 hours a day, seven days a week, and provide them with: Contract Number, Contract Specialist’s name, BTR’s name and a short summary of the abnormal or unusual situation. If after making contact with CHPRC, the Contractor is advised to suspend activities, the Contractor is not to proceed until such direction to proceed has been expressly issued by the Contract Specialist. If there is an emergency situation, the Contactor is to make the appropriate immediate emergency call to 911 or 373-0911 for cell phones and then make the notifications to CHPRC as set forth herein. F. Prior to work in the field, Contractor shall ensure each employee has been cleared by CHPRC and verify all training is complete in accordance with section 5.2 (Contact: Cindy Hayes, (509)373- 1960, and BTR).

9.0 DELIVERABLES, PROJECT CONTROLS, MILESTONES, AND PERFORMANCE SCHEDULE REQUIREMENTS

9.1 Deliverables Chemical mixtures with associated documentation as identified in Section 3.0.

9.2 Performance Schedule Shall begin at contract award and shall continue through 12/31/2017.

Page 21 of 24 Vendor Services For URGS CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

ATTACHMENT 1 - SUBMITTAL REGISTER The Contractor shall meet the required schedule and provide the documents specified in accordance with the following submittals.

Page 22 of 24 Contract Number and Name: Vendor Services for Ammonia Revision: 0 Sequestration Treatability Test

1. 2. 3. 4. 5. 6. 7. 8. 9. CHPRC STATEMENT OF WORK No. Type, Technical Vendor DescriptionTITLE: / DocumentVendor Services Title Submittal For AmmoniaApprover SequestrationCHPRC TreatabilityContract Paragraph Test or and SubmittalInformat Date Organizations Review Requirement Reference Number ion (Calendar Time of Days) (Work Copies Days)

Certificate of conformance 3.0 Submittals that trailer meets NEC for intrinsically safe in Award +7 Engineering/ 1 APW/1 N/A 5 days accordance with NEC days BTR article 500 Hazardous Locations Submitted 3.0 Submittals at the Vendor drawings (PE 30%, 60%, Engineering/ 2 DWG/1N/A Stamped) of NH3 trailers 90%, and 5 days BTR for CHPRC approval. 100% design review Certificate of Compliance 3.0 Submittals Award +15 Engineering/ 3 AP/1 N/A NH3 Trailer components 5 days days Safety/BTR meet CGA G-2.1 Completed ASME B&PVC Award +7 Engineering/ 3.0 Submittals 4 AP/1 N/A 5 days U1 for vessels Days BTR Submittal showing 3.0 Submittals compliance of Double Award +15 Engineering/ 5 APW/1 N/A Block and Bleed Valve, 5 days Days BTR PSV’s, and Rupture Discs meet applicable codes Letter of Compliance 3.0 Submittals stating Ammonia meets Award +7 Engineering/ 6 APW/1 N/A 5 days the purity requirements days BTR prior to start of operations Submitted 3.0 Submittals at the All design media including 30%, 60%, CAD drawing, cut sheets, Engineering/ 7 AP/1 N/A 90%, and 5 days and manuals will be BTR submitted to CHPRC 100% design review Vendor Procedures for 3.0 Submittals delivery of liquid nitrogen and change out of Page 23 of 24 Award +15 Engineering/ 8 APW/1 N/A anhydrous ammonia 5 days days Safety/BTR trailers (must address handling of cryogenic liquids) CHPRC STATEMENT OF WORK TITLE: Vendor Services For Ammonia Sequestration Treatability Test

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: Describes the type of submittal required (electronic or printed):

DWG An AutoCAD drawing using the Hanford standard formatting (See CHPRC-00263, Off-Site Vendor Instructions for the Preparation and Control of Engineering Drawing). MFC Microsoft Format Compatible application (Word, Excel, Access, PowerPoint) P3 A Primavera Project Planner schedule GEN General or Open Format/Media 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. A Date of Award CD Conceptual Design Complete PD Preliminary Design Complete FD Final Design Complete M Mobilization SC Start of Construction EC End of Construction

7. Approver Organization. Examples are Construction Manager, Safety, Quality, Radiation Protection, Waste Management. 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:

Page 24 of 24

Recommended publications