Department of Energy Washington, DC 20585 JIUNl 2 8 1989 John Linehan, Director Repository Licensing and Quality Assurance Project Directorate Division of High-Level Waste Management Office of Nuclear Material Safety and Safeguards U.S. Nuclear Regulatory Commission Washington, D.C. 20555 Dear Mr. Linehan: At the July 7, 1988, meeting between the Department of Energy (DOE) and the Nuclear Regulatory Commission (NRC) on Quality Assurance (QA), the DOE committed to provide the NRC with a list of Yucca Mountain Project contractors and their subcontractors, and the application of Quality Assurance to their scopes of work (QA-G-8). Enclosed is the requested information, transmitted to DOE/HQ from the Project Office. DOE considers this item to be closed. Should you have any questions, please call me on 586-1462 or Dwight Shelor in the Office of Quality Assurance at 586-5851. Sincerely, oo&C Gordon Appel, e Enclosur: 1Licensing Branch Enclosure: cc: J. Kennedy, NRC S. Zimmerman, State of Nevada D. Betchel, Clark County, NV M. Baughman, Lincoln County, NV S. Bradhurst, Nye County, NV D. Shelor, RW-3 // 8907050218 890623 MLL TEXT ASCII SCAN PDR WASTE PDC WM111 127
111
Embed
Letter, enclosing list of Yucca Mountain Project contractors, … · 2012-11-18 · of Yucca Mountain Project contractors and their subcontractors, ... communications, and the integrated
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Department of EnergyWashington, DC 20585
JIUNl 2 8 1989
John Linehan, DirectorRepository Licensing and Quality
Assurance Project DirectorateDivision of High-LevelWaste Management
Office of Nuclear MaterialSafety and Safeguards
U.S. Nuclear Regulatory CommissionWashington, D.C. 20555
Dear Mr. Linehan:
At the July 7, 1988, meeting between the Department of Energy(DOE) and the Nuclear Regulatory Commission (NRC) on QualityAssurance (QA), the DOE committed to provide the NRC with a listof Yucca Mountain Project contractors and their subcontractors,and the application of Quality Assurance to their scopes of work(QA-G-8). Enclosed is the requested information, transmitted toDOE/HQ from the Project Office. DOE considers this item to beclosed.
Should you have any questions, please call me on 586-1462 orDwight Shelor in the Office of Quality Assurance at 586-5851.
Sincerely,
oo&CGordon Appel, e
Enclosur: 1Licensing Branch
Enclosure:
cc: J. Kennedy, NRCS. Zimmerman, State of NevadaD. Betchel, Clark County, NVM. Baughman, Lincoln County, NVS. Bradhurst, Nye County, NVD. Shelor, RW-3
//
8907050218 890623 MLL TEXT ASCII SCANPDR WASTE PDCWM111 127
Department of EnergyNevada Operations Office
P. O. Box 98518Las Vegas, NV 89193-8518
MAY I1 1989
WBS #1.2.9.3"OA"
Ralph Stein, AssociateHQ (RW-30) FORS
IDENTIFICATI0N OF U.S.SUBCONTRACITORS WORK TO10 CFR 50, APPENDIX B,
Director, Systems Integration and Regulations,
DEPARTMENT OF ENERGY (DOE) CONTRACTORS ANDWHICH 10 CFR 60, SUBPART G - QUALITY ASSURANCE (QA) ANDREQUIREMENTS APPLY
As required to complete Action Items 15 and 30, related Item Number QO-G-8from meeting minutes, enclosed is the information requested byDOE/Headquarters for the Yucca Mountain Project Office to submit a list oftheir contractors and subcontractors work to which 10 CFR 60, Subpart G - (Aand 10 CFR 50, Appendix B, requirements apply.
Should you have any further questions, please contact James Blaylock at(702) 794-7913 or FTS 544-7913, or Wendell B. Mansel at (702) 794-7945 orFTS 544-7945.
Carl P. Gertz, Project ManagerYMP:WBM-2938 Yucca Mountain Project Office
cc w/o encl:J. G. Jones, HQ (MR-333) FORSA. R. Jeanetta, SAIC, Las Vegas, NV
Department of Energyt** , Nevada Operations Office
P. O. Box 98518 WBS 1.2.9Las Vegas. NV 89193.8518 "(A: N/A"
I-
NOV 1 0 1988
Lawrence D. Ramspott, LLNL, Livermore, CAThomas 0. Hunter, SNL, 6310, Albuquerque, NHDonald T. Oakley, LANL, Los Alamos, NMMichael E. Spaeth, SAIC, Las Vegas, NVLarry R. Hayes, USGS, Denver, CORichard L. Bullock, F&S, Las Vegas, NVJoseph C. Calovini, H&N, Las Vegas, NVRobert F. Pritchett, REECo, Las Vegas, NVAddanki M. Sastry, MACIEC, Las Vegas, NV
IDENTIFICATION OF U.S. DEPARTET OF ENERGYAMEADQURTERS (DOE/HQ) CONTSACTrORS'AND SUBCONTRACTORS' WORK TO WHICH 10 CFR 60, SUBPART G - QUALITY ASSURANCE(QA), AND 10 CFR 50, APPENDIX B, RECuIREtanTS APPLY (NNl-1989-0396)
Reference: Letter, Stein to Kale, Barrett, and Gertz, dtd. 7/27/88
In an effort to gather information for a Yucca Mountain Project action item toDOE/HQ, the Yucca Mountain Project Office requests that you provide thefollowing information:
1. A description of your own scope of work.
2. A list of your subcontractors and their scope of work.
3. Identification of the work in Items 1 and 2, to which 10 CFR 60,Subpart G - QA is applicable. ThIis includes all work important to safetyor waste isolation (this work is comparable to QA Level I, StandardOperating Procedure 02-02).
4. Identification of the work in Items 1 and 2, which is OA Level II.
This information should be provided no later than December 15, 1988, in orderto quickly satisfy the action item identified in Reference 1 (item 30).
/
NOV 1 0 1988Multiple Addressees
Should you have any questions, please contact Nancy A. Voltura of my staff(FTS 544-7972 or (702) 794-7972) or David M. Dawson (FTS 544-7657 or(702) 794-7657) or Stephen Metta of Science Applications InternationalCorporation (SAIC) (FTS 544-7745 or (702) 794-7745). Please send copies ofthe information to Stephen Metta at SAIC.
Carl P. Gertz, Project ManagerYucca Mountain Project OfficeYMP:NKV-544
Enclosure:Project Action Item Description
cc w/encl:A. R. Jennetta, SAIC, Las Vegas, NVD. M. Dawson, SAIC, Las Vegas, NVStephen Metta, SAIC, Las Vegas, NVM. A. Glora, SAIC, Las Vegas, NVM. E. Spaeth, SAIC, Las Vegas, NVJames Blaylock, YMP, NVN. A. Voltura, YMP, NWW. N. Kozai, YMP, NVE. L. Wilmot, YMP, NV
/
Holnes & NarverEnergy Support Division
Nevada Operations
UBS 1.2.9.3.20QA: N/ATPO:YMP:89-075
November 29, 1988
Carl P. GertzProject ManagerYucca Mountain Project OfficeNevada Operations OfficeU.S. Department of EnergyPost Office Box 98518Las Vegas, NV 89193-8518
IDENTIFICATION OF U.S. DEPARTMENT OF ENERGY/HEADQUARTERS (DOE/HQ)CONTRACTORS' AND SUBCONTRACTORS' WORK TO VHICH 10 CFR 60, SUBPART G -QUALITY ASSURANCE (QA), AND 10 CFR 50, APPENDIX B, REQUIREMENTS APPLY(NN1-1989-0396)
Reference: Letter YMP:NAV-544, same subject
Enclosed is the Holmes & Narver, Inc. (H&N) response to the action itemof the referenced letter. Should you have any questions, please contactScott Ull ita oi- staff at 794-7069, M/S 519.
+ Joseph C. Calb#1i jITechnical Projeik ficerYucca Mountain Pro ct
EnclosureAs Stated
ce: N. A. Voltura, DOEIYMP, Las Vegas, NV, v/encl.S. Metta, SAIC, Las Vegas, NV, v/encl.<r6m.0-1--.
4ACA C M - -- - - -0a e- 0. 'S*AE In4 -. %#...... k* Eon7AM 4 .f......... OnC eOi.4 r% _ a- t oo 9 __ %n Pn -%enn
EnclosureNovember 29, 1988Page 1
IDENTIFICATION OF U.S. DEPARTMENT OF ENERGY/HEADQUARTERS (DOE/HO)CONTRACTORS' AND SUBCONTRACTORS' WORK TO WHICH 10 CFR 60, SUBPART G -QUALITY ASSURANCE (QA), AND 10 CFR 50, APPENDIX B, REQUIREMENTS APPLY(NN1-1989-0396)
1. HEN Scope of Vork
H&N is responsible for the architectural and engineering design ofthe Exploratory Shaft Facility (ESF). This design is defined bythose systems, subsystems and components used for the in-situ sitecharacterization of Yucca Mountain. Additionally, this designsupports the testing phase leading to the confirmation of theanticipated performance of the site as a repository. The ESPincludes the surface and underground facilities and supportingsystems required to substantiate site characterization testing atdepth. Specifically, the H&N design effort includes the ESP siteand roads, surface utilities, buildings, specified undergroundfacilities, subsurface systems including life safety andcommunications, and the integrated data systems. Also included inthe H&N scope of work is overall project support includingcriteria development for engineering design, design revievcoordination and documentation, scheduling, cost and projectreporting, site investigation support, G-tunnel prototype support,records management, certification, qualification and training ofpersonnel, and Title III services to DOE/YMPO.
2. H&N Subcontractors
H&N does not have any subcontractors.
November 29, 1988Page 2
3. Identification of york applicable to 10 CFR 60-G as per H&N SPBD(D.O.E. directed QA levels.)
QA Level I
WBS Number
1.2.6.2.2.1
1.2.6.2.2.2
1.2.6.2.2.4
1.2.6.3.1.7
1.2.6.3.1.8
1.2.6.7.1.2
1.2.6.9.3
System
UPS
Water
Waste Water
Surface Data Building
Subsurface Data Building
Life Safety
QALA Number
.6.2.2.-0011
1.2.6.-00016.7.1.-00036.7.1.-0014
1.2.6.-0001
6.3.1.-0007
6.7.1.-00096.7.1.-0014
6.7.1.-00096.7.1.-0014
1.2.6.-00081.2.6.-0009
Data Cabling
November 29, 1988Page 3
QA Level II
VBS Number
1.2.6.2.2.1
1.2.6.2.2.2
1.2.6.2.2.5
1.2.6.3.1.2
1.2.6.3.1.3
1.2.6.3.1.4
1.2.6.3.1.6
1.2.6.3.1.7
1.2.6.7.1.1
1.2.6.7.1.2
System
Standby
Vater
Communications
Hoist House
Shop
Varehouse
Temporary Facilities
Surface Data Building
Subsurface Pover
Life Safety
QALA Number
6.2.2.-00086.2.2.-00096.2.2.-0010
6.2.2.-00076.2.2.-0015
6.7.1.-0010
6.3.1.-0004
6.3.1.-0004
6.3.1.-0004
6.3.1.-0004
6.3.1.-0004
6.7.1.-0002
6.7.1.-0010
Eu.. ,
Hokms & NarverEnergy Support Divsion
Neada Operations
WBS 1.2.9.3.20QA: N/ATPO:YMP:89-075
November 29, 1988
Carl P. GertzProject ManagerYucca Mountain Project OfficeNevada Operations OfficeU.S. Department of EnergyPost Office Box 98518Las Vegas, NV 89193-8518
IDENTIFICATION OF U.S. DEPARTMENT OF ENERGY/HEADQUARTERS (DOE/HQ)CONTRACTORS' AND SUBCONTRACTORS' WORK TO VHICH 10 CFR 60, SUBPART G -QUALITY ASSURANCE (QA), AND 10 CFR 50, APPENDIX B, REQUIREMENTS APPLY(NNI-1989-0396)
Reference: Letter YHP:NAV-544, same subject
Enclosed is the Holmes & Narver, Inc. (H&N) response to the action itemof the referenced letter. Should you have any questions, please contactScott Vil of n staff at 794-7069, M/S 519.
.4¢,Joseph C. Calbri~iTechnical Projeck ficerYucca Mountain Pro ect
EnclosureAs Stated
cc: N. A. Voltura, DOE/YHP, Las Vegas, NV, W/encl.S. Metta, SAIC, Las Vegas, NV, W/encl.vmgj-...*
40C 0.4... O0 C-.4.. 4A#1 W.. I . %&.... MW* &6444flFAMM 1I%6 Iflg 'A44 P0 o0 ts- gwseae i . &no M *Eu.E0s% ~ogfl
EnclosureNovember 29, 1988Page 1
IDENTIFICATION OF U.S. DEPARTMENT OP ENERGY/HEADQUARTERS (DOE/HQ)CONTRACTORS' AND SUBCONTRACTORS' YORK TO WHICH 10 CFR 60, SUBPART G -QUALITY ASSURANCE (QA), AND 10 CPR 50, APPENDIX B, REQUIREMENTS APPLY(NN1-1989-0396)
1. H&N Scope of Work
H&N is responsible for the architectural and engineering design ofthe Exploratory Shaft Facility (ESF). This design is defined bythose systems, subsystems and components used for the in-situ sitecharacterization of Yucca Mountain. Additionally, this designsupports the testing phase leading to the confirmation of theanticipated performance of the site as a repository. The ESFincludes the surface and underground facilities and supportingsystems required to substantiate site characterization testing atdepth. Specifically, the E&N design effort includes the ESP siteand roads, surface utilities, buildings, specified undergroundfacilities, subsurface systems including life safety andcommunications, and the integrated data systems. Also included inthe H&N scope of work is overall project support Includingcriteria development for engineering design, design revievcoordination and documentation, scheduling, cost and projectreporting, site investigation support, G-tunnel prototype support,records management, certification, qualification and training ofpersonnel, and Title III services to DOE/YMPO.
2. H&N Subcontractors
H&N does not have any subcontractors.
November 29, 1988Page 2
3. Identification of vork applicable to 10 CFR 60-G as per U&N SPBD(D.O.E. directed QA levels.)
Carl P. Gertz, Project ManagerYucca Mountain Project OfficeNevada Operations OfficeU.S. Department of EnergyPost Office Box 98518Las Vegas, NV 89193-8518
Attention: Nancy A. Voltura
IDENTIFICATION OF U.S. DEPARTMENT OF ENERGY HEADQUARTERS (DOE/HQ)SUBCONTRACTOR WORK TO WHICH 10 CFR 60, SUBPART G, QUALITY ASSURANCE(QA) AND 10 CFR 50, APPENDIX B, REQUIREMENTS APPLY (NN1-1989-0396)
References: 1)2)
Letter Stein to Kale, Barrett and Gertz, dated 7/27/88.Letter from Gertz (YMP:NAV-544) to TPO's dated 11/10/88.
This letter is in response to your letter requesting us to state the REECo andREECo subcontractor's Scope of Work and then list the work tasks that areassociated with QA Level I and II. The attached information satisfies yourrequest.
At this time there are no subcontractors doing work in direct support of theYucca Mountain Project. Currently REECo is not doing any QA Level I or IIwork. Future work involving QA Level I and II activities will be doneaccording to the A-E's released for construction drawings and specificationsor to the test organization's detailed test plans and procedures. Thesequality affecting activities will be done in accordance with the REECo QAPPand its related implementing procedures to assure that all QA requirements arecorrectly completed.
ACTSCC:-CC:-
CC:.CC:.
CC:
CC:REECo
AN 0%88 COMPANYED mmP, FI-WVEC . INW PO
Carl P. Gertz510-01-23January 20, 1989Page 2
If you have any questions, please contact D. L. Koss at 794-7255.
R. F. Pritchett, ManagerYucca Mountain Project DivisionYMP Technical Project Officer
RFP:WHG:2.25:pjw
EnclosureAs stated
cc w/encl.0. M. Dawson, DOE/YMP, M/S 523S. Metta, SAIC, M/S 517
ATTACHMENT 1 REECo. YUCCA OIUNTAIN PROJECT DIVISION January 20, 1989
L REECo SUMMARY SCOPE OF WORK
The Yucca Mountain Project Division of Reynolds Electrical andEngineering Company is responsible for providing comprehensive management ofquality assurance, information management, construction, mining, drilling,logistical support, and project control for assigned REECo responsibilitiesrelating to the DOE site characterization of Yucca Mountain as a potentiallocation for the National High Level Waste Repository. To support theproject, the division is comprised of the following units:
o YMP Quality Assurance,o YMP Information Management Office,o YMP Construction Department,o YMP Logistical Support Department,o YMP Control Department.
These units are organized to assure that the Yucca Mountain Project Divisionwork effort can be accomplished within established construction schedules andwithin the established budgets. The following paragraphs briefly describe theunit responsibilities.
YMP QUALITY ASSURANCE
Quality Assurance personnel are responsible to assure that theREECo YMP Div. QA activities fully meet the specialized licensingrequirements of the DOE for the Yucca Mountain Project. Specificactivities include preparation of Project Quality Plans and ImplementingProcedures, performing surveillance and audits of QA activities,assisting project units in QA related activities, and providing supportto the DOE Yucca Mountain Project Office and other project participants.
YMP INFORMATION MANAGEMENT
Information Management personnel are responsible for the YMPDivision records management and retention function. They providepositive control of incoming documents and document distribution to YMPDivision units. They also operate the Local Records Center for projectdocument retention.
YMP CONSTRUCTION DEPARTMENT
The Construction Department personnel are responsible for allProject related construction, mining, surface based drilling, and ESFtest support. They are responsible for all phases of the assignedconstruction and test support activities for Yucca Mountain SiteCharacterization activities. These activities would include:construction engineering; test support engineering; surface basedengineering; surface construction, management, and control; shaftsinking, management, and control; underground construction, managementand control; ESF test support; and Site test support.
/6egt 7
YMP LOGISTICAL SUPPORT DEPARTMENT
Logistical Support Department personnel provide dedicated projectsupport for procurement, subcontract management, supply and propertycontrol, as well as project-specific training.
YMP CONTROL DEPARTMENT
Control Department personnel are responsible for preparation ofconstruction schedules and cost estimates, test support schedules andcost estimates, plus, all related planning and scheduling functionspertaining to project support, procurement, Job cost control, and Jobcost and construction status reporting. The Control Department is alsoresponsible for preparation of all cost and schedule reports andplanning documents.
REECo MATRIXED ORGANIZATIONS
In addition to the Yucca Mountain Project Division units, there avariety of matrixed REECo organizations that will indirectly support theproject. They include such functions as; cost accounting and budget, testsite maintenance, warehousing and supply, health and safety, personnel andlabor relations, legal, environmental protection and regulatory compliance,radiation monitoring, housing and food services, fleet operations andmaintenance, and power and communications.
MAJOR YMP WORK ELEMENTS
The following are major tasks that REECo will perform in support of theYucca Mountain Project. These tasks are listed by the project WBS elements.Included with each task is brief description of what each element entails.
WBS ELEMENT DESCRIPTION
1.2.2 Waste Package
REECo provides test support to the testing program in theESF in support of the engineered barriers test program.This would include such tasks as prototype test support,material procurement, subcontract administration,warehousing and supply, test bed construction, drilling,craft labor, hardware installation, and other test supportrelated functions.
1.2.3 Site
REECo provides test support to the testing program relatingto the characterization of Yucca Mountain to identify andtechnically qualify a possible site for the construction andoperation of a mined geological repository for high-levelradioactive waste. This would include such tasks as
WBS ELEMENT DESCRIPTION
1.2.3 Site (cont.)
prototype test support, material procurement, subcontractadministration, warehousing and supply, test bedconstruction, drilling, craft labor, hardware installation,and other test support related functions. The largestsingle group of tasks in this element is the surface baseddrilling. REECo drill crews and rigs will perform alldrilling tasks. In addition, this WBS element includes theoperations, maintenance, construction activities, andparticipant support for the Area 25 facilities of the NevadaTest Site. Major facilities in Area 25 includes the SampleManagement Facility, the Tech Services Building, and theArchitect/Engineer Building.
1.2.4 Repository
REECo provides test support to the rock mechanics andthermo-mechanical test program associated with therepository studies. These tests would take place in theESF. REECo test support world include such tasks asprototype test support, material procurement, subcontractadministration, warehousing and supply, test bedconstruction, drilling, craft labor, hardware installation,and other test support related functions.
1.2.6 Exploratory Shaft Facility
REECo is the constructor and operator of the ESF. Theconstruction of the ESF includes construction of the surfaceroads and site related pads, utilities, buildings, ES-1 andES-2 shafts, main test level underground openings, andexploratory underground drifting. Associated constructionrelated functions include; construction engineering, projectcontrol (cost accounting, scheduling, material control, andreporting), procurement, subcontract administration,warehousing and supply, safety and health administration andtraining, environmental compliance, construction management,construction personnel management, labor relations, visitorcontrol, and information management.
1.2.7 Test Facilities
REECo operates the test facilities which include the Climaxfacility and G-Tunnel. Tasks associated with operations ofthese facilities include maintenance, visitor control andtour support, utilities, and house keeping.
:
WIBS ELEMENT DESCRIPTION
1.2.9 ProJect Management
REECo provides management and administration services inrelation to the overall task of construction, operations,and test support. Among specific items in this area aredocument and design reviews, records management, plus alarge variety of administrative and management tasks insupport of the DOE/YMP Project Office. Records managementin conjunction with the associated QA requirements will be avery large part of this WBS element. The major portion ofproject management is the QA program which assures that theconstruction and test support activities comply toestablished QA requirements. Quality Assurance activitiesinclude preparation of plans and procedures in compliance to10 CFR 60, Subpart G. Other tasks in support of the QAprogram are the audits and surveillance activities which aredesigned to assure that the program QA activities arecorrect. Portions of the Quality Control program are doneby REECo, include inspection of special processes andprocurement related inspections.
i. REECo SUBCONTRACTORS IN SUPPORT OF THE YUCCA MOUNTAIN PROJECT
Currently, there are no subcontractors working for REECo in directsupport of the Yucca Mountain Project.
L. OA LEVEL 1 TASKS
REECo does not assign Quality Level assignments. Those tasks involvingQA Level 1 work will be given to REECo as technical information on thereleased for construction drawings and specifications plus the testing relateddocuments which will detail the test support including test plans and testprocedures. Currently, there have been no quality level assignments made.The REECo YMP QAPP and associated implementing procedures will assure that anyQA level I activities are done properly.
4. OA LEVEL 2 TASKS
REECo does not assign Quality Level assignments. Those tasks involvingQA Level 2 work will be given to REECo as technical information on thereleased for construction drawings and specifications. There may be QA Level2 tasks associated with test support which will be detailed in the test plansand procedures. Currently, there have been no quality level assignments made.The REECo YMP QAPP and associated implementing procedures will assure that anyQA level 2 activities are done properly.
Apcatind tematonal Coremn L88-A--185
WBS #1.2.9.1.1QA Level: III
December 14, 1988
Carl P. Gertz, Project ManagerYucca Mountain Project OfficeU.S. Department of EnergyNevada Operations OfficePost Office Box 98518Las Vegas, NV 89193-8518
Attention: Nancy A. Voltura
Subject: Contract # DE-ACO8-87NV10576Contract Scope of Work
Reference: Letter, Gertz to Spaeth, dtd. 11/10/88
Dear Mr. Gertz:
Science Applications International Corporation (SAIC) is the Technical andManagement Support Services contractor (T&MSS) to the U.S. Department of EnergyYucca Mountain Project Office. Science Applications International Corporationis teamed in its T&MSS role with two subcontractors, Westinghouse and Harza.
The T&MSS organization assists the Project Office in the management andintegration of all authorized activities performed by participants on the YuccaMountain Project. This effort involves both the direct provision of technical,scientific, and institutional expertise and the management and integration ofsupport provided by all Project participants in connection with planning,design, field investigations, laboratory work, construction, and regulatorylicensing and institutional activities related to the establishment of a highlevel nuclear waste repository pursuant to the Nuclear Waste Policy Act of 1982(NWPA). T&MSS assists the Project Office in such areas as (1) theidentification and analysis of, and compliance with, applicable statutory,regulatory, and program requirements; (2) the development and execution ofproject management plans and strategies; (3) the monitoring and coordination ofwork performed by Project participants, including the review of their work forcompleteness, technical sufficiency, and compliance with Project requirements;(4) the preparation of assigned management, technical, and scientific reportsand studies; (5) the presentation to the public, the Program Office, andaffected federal, state, and other agencies of Project positions, plans, andother project-related information; (6) the execution of activities specified bythe OC1WM approved work breakdown structures and (7) the maintenance andimplementation of an effective overall 0h program for the Project that meets allapplicable requirements.
101 Convention Center Dr.. Ste. 407. Las Vegas. NV 89109 (702) 295-1204Oter SAIC OtCVS AluWeue aue An Arbor Artfngon. AtInI. Soston CIcg Hunf whew La JoeL Lot ASciot OWLen. Otijn0 Sanl fPry"~ Sunn t anda rucson
Carl P. GertzL88-Art -WBD-185December 14, 1988Page Two
T&MSS has the primary responsibility for two technical activities to which a10 CFR 60, Subpart G OA Program is applicable, the meteorological andradiological monitoring programs.
The meteorological program is directed to perform, the following:
1. Develop, maintain, and execute a plan to acquire data on the environmentsurrounding the proposed repository, analyze the data, mitigate potentialsignificant impacts, and recommend courses of action to accomplish programobjectives without significantly disrupting the environment.
2. Maintain and operate an existing meteorological monitoring system to obtaincharacteristics, climate conditions, and air quality data in order to ensurecompliance with state and federal requirements.
The radiological program is also required to develop, maintain, and execute aplan to acquire data on the environment surrounding the proposed repository,analyze the data, mitigate potential significant impacts, and recommend coursesof action to accomplish program activities without significantly disrupting theenvironment.
Currently we have a monitoring subcontract with Terredex Corporation, whichprovides radon monitoring devices that are evaluated after exposure to theenvironment. The Terredex Corporation provides services under a Subpart G ohProgram that has been audited by Oh.
The balance of the work performed by TUMSS, however, consists of assisting theProject Office in the management and integration of Project activities asdelineated above. This work is performed utilizing the Yucca Mountain ProjectQk Program Plan and Procedures.
If you need further information, please contact Steve Metta at 794-7745.
Sincerely,
SCIO4CE APPLICPMCNSIMUIMCNL CMUWICN
ProjectL E. SpaethL Manager
MES:WBD:dn
Carl P. GertzL88-ADH-WBD-185December 14, 1988Page Three
cc:E. L. Wilmt, Ne, NVM. E. SpaethW. V. MacnabbD. B. ShiplerJ. E. MeccaJ. R. LaRiviereJ. S. TreadwellS. P. Ioolf 1
THIS IS A YMPACTION ITEM
zLa$ Ahgm$ NO. -2-7iz
Los Alamos National Laboratory WBS: 1.2.9.3Los Alamos.New Mexico 87545 WBS 1j29.
QA: N/A
December 20, 1988 C.. X a
TWS-N5-12-88-059
(7
Mr. Carl P. Gertz, Project Manager C;_ .-- _Yucca Mountain Project OfficeU. S. Department of EnergyP. 0. Box 98518 cLas Vegas, NV 89193-8518 ,.. ; ..'..-c
Dear Mr. Gertz: / A
SUBJECT: IDENTIFICATION OF LANL SUBCONTRACTORS' WORK TO WHICH 10 CFR 60.SUBPART G, QUALITY ASSURANCE, AND 10 CFR 50. APPENDIX B,REQUIREMENTS APPLY (Action Item No. 89-0396)
The Los Alamos National Laboratory (LANL) site characterization responsibilityis primarily for the geochemical characterization of Yucca Mountain and forevaluating the effectiveness of the geochemical barrier. Such activityincludes studies in groundwater modeling, mineralogy/petrology, mineralstability, sorption, solubility, transport, and retardation sensitivityanalysis. We also are involved in studying past volcanism in support ofcalculating probabilities of future volcanic eruptions. Other work includesstudying the natural isotope chlorine-36 by water movement tracer tests,studying the diffusion process through in situ tests in the exploratory shaft,and developing an integrated data acquisition system for use during testingof the exploratory shaft.
In response to your request, the LANL staff has identified the followingsubcontractors supporting the LANL scope of work to which the CFR requirementsapply. Also listed are the LANL groups overseeing each task (e.g., INC-ll)and the work breakdown structure (WBS) numbers.
1. Lawrence Berkeley Laboratory, solubility studies in support of theLANL effort, INC-li, WBS No. 1.2.3.4.1.4.A.
2. University of New Mexico, volcanism studies in support of the LANLeffort, N-5, WBS No. 1.2.3.2.3.1.2.A.
3. University of Texas, El Paso, modeling studies in support of theLANL C-Well effort, HSE-12, WBS No. 1.2.3.4.1.B.
4. EG&G, design services to develop the integrated data system for useduring exploratory shaft construction and testing phases in supportof the LANL effort, ESS-1 and WX-4, WBS No. 1.2.6.8.2.3.
An Equal Opportunity Employer/Operated by the Universty of California
t9EO.' .
Mr. Carl P. Gertz, Project ManagerDecember 20, 1988Page 2
5. Hydrogeochem, analytical support in the extraction, concentration, anddetermination of chlorine and chlorine-36 in soils and rock samplesfrom Yucca Mountain in support of the LANL effort, INC-7, WBS No.1.2.3.4.1.2.A.
6. Science and Engineering Associates, Inc. (SEA), geochemistry fieldtesting support -- including evaluating current field tests -- thatLANL needs for the field effort and the requirements to establish anunsaturated zone field test. This supports the LANL effort, N-5, WBSNo. 1.2.3.4.1.1l.A.
7. Stanford University, study the sorption of radionuclides on iron andmanganese oxyhydroxides, including theoretical modeling support insupport of the LANL INC-7 effort, WBS No. 1.2.3.4.1.5.A.
LANL considers all of the above work to be Quality Level I, to which therequirements of 10 CFR 60, Subpart G and 10 CFR 50, Appendix B, apply.
If you have any questions, please contact Henry Nunes at (FTS)843-8039.
Sincrely
D. T. Oakley/
HPN:mdh
Cy: N. Voltura, DOE/YMP, Las Vegas, NVJ. Blaylock, DOE/YMP, Las Vegas, NVJ. George, LATA MS M325E. Cole, LATA MS M325H. P. Nunes, N-5 MS J521J. A. Canepa, N-5 MS J521H. N. Kalia, ESS-1 MS J900/527RPC (2) MS J521QAS filesCRM-4 (2) MS A150
MAC TECHNICAL SERVICES CO. * SUBSIDIARY OF MANAGEMENT ANALYSIS COMPANYCONTRACT: DE-AC08-87RL10840
LETTER: 89-TDNX95
ACT~a WBS: 1j2. 9CC:QANA
April 28, 1989 CC:
CC
C. P. Gertz, Project Manager CC:Yucca Mountain Project Officecc @Nevada Operations Office CC:U. S. Department of Energy CC: a -LZeP. 0. Box 98518 ccLas Vegas, NV 89193-8518 RECODINW
ATTN: N. A. Voltura
IDENTIFICATION OF U.S. DEPARTMENT OF ENERGY/HEADQUARTERS (DOE/HQ)CONTRACTORS' AND SUBCONTRACTORS' WORK TO WHICH 10CFR60, SUBPART GQUALITY ASSURANCE (QA) AND 10CFR50, APPENDIX B, REQUIREMENTSAPPLY (NN1-1989-0396)
REF: 1) Action Item Letter, NN1-1989-0396, same subject, dated10NOV88
2) MACTEC Letter, 88-MTDN-31, same subject, dated15DEC88
Enclosed is the MAC Technical Services Co. (MACTEC) revisedresponse to the referenced action item letter. Should you haveany questions, please contact G. T. Harper on 794-7842.
A. M. SastryProject Manager
AMS:kh5309
Enclosure
ccs w/encl:M. E. Anderson, YMP, NV MACTEC Project FileJ. Blaylock, YMP, NV MACTEC LRCA. K. Sacco, YMP, NV MACTEC CONTRACTS-SDS. Metta, SAIJAbTVG. T. HarpeD. G. Hubbard
VALLEY SANK CENTER * PHASE 2. SUITE 113 * 101 CONVENTION CENTER DRIVE * LAS VEXA, NEVADA 9109 . 7021794-7838
RECORD Copy
Lawrence livennore National Laboratory
15 December 1988QA:88/766(0585R)
. ,4 ._ . .-.-
VgfQ/k? ;7; l 11rs
Cz/,wof~~~~~~~-Carl P. Gertz, Project ManagerYucca Mountain Project OfficeU.S. Department of EnergyP.O. Box 98518Las Vegas, NV 89193-8518
SUBJECT:
REFERENCE:
Response to YMPO Request for Contractorand Subcontractor Information
Letter, Gertz to Ramspott, et. al., datedNovember 10, 1988 (NNI-1989-0396)
- /c5&¾PY
The following information is submitted in response to the referenced request.
Lawrence Livermore National Laboratory:
The scope of work for LLNL consists of the development of a waste packagethat can meet the NRC performance objectives of a 300- to 1,000-year life,and will not allow the release rate of radionuclides from the engineeredbarrier system to exceed a releasethe inventory of that radionuclidefollowing permanent closure. Thisas follows:
rate of one part in 100,000 per year ofcalculated to be present at 1,000 yearswork is divided into five major subtasks
1. Management and Integration, which provides for the technicaldirection of the work.
2. Waste Package Environment, which provides for the experimentaldetermination of the physical and chemical conditions the wastepackage is likely to experience during its life, as well as thedefinition of the conditions that could lead to premature failureof the package. This subtask also encompasses the development andexecution of test plans for tests that will be conducted in theExploratory Shaft Facility.
3. Waste Form and Material Testing, which provides for the evaluationof the waste form, metal barrier materials, and other materials inthe physical and chemical environment that is expected to becharacteristic of the repository.
Should you have any questions, please contact Nancy A. Voltura of my staff(FTS 544-7972 or (702) 794-7972) or David M. Dawson (FTS 544-7657 or(702) 794-7657) or Stephen Metta of Science Applications InternationalCorporation (SAIC) (FTS 544-7745 or (702) 794-7745). Please send copies ofthe information to Stephen Metta at SAIC.
Carl P. Gertz, Project ManagerYucca Mountain Project OfficeYMP:NAV-544
Enclosure:Project Action Item Description
cc w/encl:A. R. Jennetta, SAIC, Las Vegas, NVD. M. Dawson, SAIC, Las Vegas, NVStephen Metta, SAIC, Las Vegas, NVM. A. Glora, SAIC, Las Vegas, NWM. E. Spaeth, SAIC, Las Vegas, NVJames Blaylock, YMP, NVN. A. Voltura, YMP, NVW. N. Kozai, YMP, NVE. L. Wilmot, YMP, NV
PROJECT ACTION ITEM DESCRIPTION
Responsible Manager: C. Gertz
Scheduled Date to DOE/HQ: 9/30/88
Action: Develop a list of NNwSI contractors and subcontractors,identifying the following: a) scope of work; b) contractualrelationship'; c) whether the contractor is performing work thatis important to safety (ITS) or important to waste isolation(ITWI) for transmittal to the NRC via DOE/HQ.
* This information has already been obtained.
Note: This is a paraphrased version of Item #30 from the referenced letter.
ENCLOS'URE
Carl P. GertzSubj: Response to YMPO Request for
Contractor/Subcontractor Information15 December 1988 - QA:88/766
4. Design, Fabrication, and Prototype Testing, which provides forestablishing the configuration of the waste package, the materialswith which it will be constructed, the fabrication methods to beused, and the evaluation of the total package under full scale andrealistic conditions.
5. Waste Package Performance Assessment, which provides for thedevelopment of physical and mathematical models that will allow theevaluation of the waste package, under various conditions, todetermine the potential for uncertainty in meeting the NRCperformance objectives. The applications objective is to extendthe capabilities of the existing EQ3/6 software to support site,waste package, and performance assessment through calculations ofsolubilities, rock/water interactions, etc., leading to long-termpredictions of geochemical behavior necessary for licenseapplication.
Quality Assurance Levels: Except for Subtask 1, all subtasksinvolve work at QA Levels I and II.
Subcontractor Information: Subcontractor information identifyingwork scope and quality, levels isprovided as an attachment to thisletter.
Please contact me at FTS 532-4911 or L. Hansen of the project staff at FTS532-6454, should additional information be required.
ATTACHMENT: Response to YMPO's Request for Contractor and SubcontractorInformation
REFERENCE: Letter, Gertz to Ramspott, dated November 10, 1988
The following is information that has been assembled in response tothe reference request. Also included is the WBS to aid inidentification of the activities because some of the scopes of workoccur across more than one WBS.
DOE Inteorated Contractors
1. Argonne National Laboratory WBS: 1.2.2.3.1.2/1.2.2.3.1.1/1.2.2.3.2
In support of release rate studies and waste package design ANL isperforming tests on high level waste (including DHLW) and spent fuelmaterials applicable to WP barrier selection.
Quality Assurance Levels: The saturated and unsaturated leach tests ofWest Valley Demonstration Project (WVDP) and Defense Waste ProcessFacility (DWPF) materials are QA Level I.
2. Battelle PNL WBS: 1.2.2.3.1.1
In support of release rate studies PNL is performing tests on spentfuels, cladding, and assembly hardware materials.
Quality Assurance Levels: All testing performed at PNL is QA Level I.
University Contracts
3. Ohio State University WBS: 1.2.2.3.2
Work supports WP metal barrier selection; model development/mechanicalproperties/parametric studies of metal degradation.
Quality Assurance Levels: No work at QA Levels I or II.
4. Flordia State University WBS: 1.2.2.3.4
Work supports geochemical model code development.
Quality Assurance Levels: No work at QA Levels I or II.
5. Yale University WBS: 1.2.2.2/1.2.2.3.1/1.2.2.3.4
Work includes WP environment studies on mineral dissolution andprecipitation
Quality Assurance Levels: No work at QA Levels I or II.
6. Univ California (San Diego) WBS: 1.2.2.3.4
Work includes development of a release rate model for glass waste aspart of the geochemical model code development.
Quality Assurance Levels: No work at QA Levels I or II.
7. Auburn University WBS: 1.2.2.3.1
Work includes development of a release rate model for spent fuel.
Quality Assurance Levels: No work at QA Levels I or II.
8. Univ California (LBL) WBS: 1.2.2.3.4
Work includes geochemical model data-base-methodology development.
Quality Assurance Levels: No work at QA Levels I or II.
9. National Bureau of Standards WBS: 1.2.2.5.2
Work scope includes geochemical data base collection/evaluation
Quality Assurance Levels: Work is performed at QA Level I.
Maior Procurements
10. Babcock & Wilcox WBS: 1.2.2.4
Work scope covers development of WP container closure process.
Quality Assurance Levels: Work is performed at QA Level I.
11. Science & Engineering Assoc. WBS: 1.2.2.2
Work scope supports WP environment activity to determine whetherreproducible results on two-phase flow in Tpt can be obtained usingtwo-phase apparatus.
Quality Assurance Levels: No work at QA Levels I or II.
12. Joan Delany WES: 1.2.2.2/1.2.2.3.4/1.2.3.8
Work scope is staff support for development of EQ3/6 data base.
Quality Assurance Levels: No work at QA Levels I or II.
13. Lew Cohen WBS: 1.2.2.2.2
Work scope is staff support.
Quality Assurance Levels: Exempt activity.
14. Microbiology (Pending) WBS: 1.2.2.5
Work includes parametric studies of metal degradation andmicrostructure.
Quality Assurance Levels: No work at QA Levels I or II.
Program Management
15. EDP Temps WBS: 1.2.9.3
Staff support assistance for computer software quality assuranceactivity.
Quality Assurance Levels: Exempt activity.
16. Mar West WBS: 1.2.9.3
Clerical assistance for quality assurance activity.
Quality Assurance Levels: Exempt activity.
17. Kaiser Engineers Inc. WBS: 1.2.9.3
Staff support assistance for quality assurance activities, documentcontrol functions, training, and other management support.
Calibration Subcontractors
The YMP program uses the following subcontractors to providecalibration of measurement and test equipment and standards. All thesesubcontractors perform work that relates to QA Level I and IIactivities.
18. Fluke, Santa Clara, CA
19. Tektronix. Santa Clara, CA
20. Heusser Instrument, Clayton, CA
21. Simco. Santa Clara, CA (Pending)
22. Colorado Engineering, Nunn, CO (Pending)
ENCLOSURE 89-MTDN-95
IDENTIFICATION OF U.S. DEPARTMENT OF ENERGY/HEADQUARTERS (DOE/HQ)CONTRACTORS' AND SUBCONTRACTORS' WORK TO WHICH 10CFR60, SUBPART GQUALITY ASSURANCE (QA), AND 10CFR50, APPENDIX Bo REQUIREMENTSAPPLY
1. MACTEC Scope of Work:
MACTEC provides quality assurance and project managementsupport for the Project Office. These support servicesinclude assistance as requested in the development andimplementation of the Project Quality Verification Programand the Project Quality Assurance Program, and theassessment and implementation of the management systems,engineering systems, licensing systems and processes forProject Management and Information Resources Management.MACTEC provides similar support services when requested bythe Project Office to other Project Participants in areas ofspecified expertise. Support is provided in accordance witha Project Office approved Work Authorization, which alsoidentifies a Project Office point of contact to providedirection for the authorized work.
2. MACTEC Subcontractors:
MACTEC currently has no subcontractors in support of thisproject.
3. Identification of work subject to 10CFR60 and 10CFR50,Appendix B:
To date all MACTEC work has been in support of specificrequests from the YMP for assistance in the performance ofassessments, schedule activity prerequisite identification,reviews, and recommendations for the development ormaintenance of administrative and management planningdocuments or for advisory review and comment to the ProjectOffice staff. As such these activities are specificallyexempted from the quality assurance level assignment processin accordance with 88-9, Rev. 2, Section 2.1.1. Whenappropriate, these activities have been performed inaccordance with approved procedures and plans. MACTECperforms no work which could be considered important tosafety (ITS) or important to waste isolation (ITWI). MACTECis subject to the Project Office Quality Assurance ProgramPlan, YMP/88-1, and associated procedures.
Sandia National Laboratories
Carl P. Gertz, Project ManagerYucca Mountain Project OfficeU.S. Department of EnergyNevada Operations OfficeP.O. Box 98518Las Vegas, NV 89193-8518
Albuquerque, New Mexico 87185
DEC 2 3 1988WBS: 1.2.9.1QA: N/A
*\CT!O a _ __ -_
Dear Carl:
Subject: Identification of U.S. Department of Energy/Headquarters (DOE/HQ)Contractors' and Subcontractors' Work to Which 10 CFR 60, Subpart G- Quality Assurance (QA), and 10 CFR 50, Appendix B, RequirementsApply
In response to your letter of November 10, 1988, the following information isattached:
* A description of SNL Department 6310's FY89 scope of work, designated QAlevel 1 or 2, as appropriate (Attachment 1).
* A list of SNL Department 6310 subcontractors and their scope of work,designated QA level 1 or 2, as appropriate (Attachment 2).
Please note that the QA levels for SNL's FY89 scope of work, as shown onAttachment 1, have been approved by the SNL TPO, but not the Project office.
Also, more than one QA level (including level 3 and n/a) may be shown for somePlanning Cost Accounts (PCAs) because individual tasks in that PCA havedifferent QA levels.
On Attachment 2, subcontractors who performed work prior to the assignment of-" levels have not been included. In addition, some subcontractors supportark in more than one WBS; however, the majority of the work performed is for-the WBS shown..-- 7\ U FV Ml
'CC
CC A
REC'D IN vrpton:6316:sjAttachment
(-9-4?? Copy to: w/attacl
Ve truly yours,
.E. Stie e Manager (Actg.)Nuclear Waste Repository TechnologyDepartment 6310
:hment63106316SAIC63106310
D. L. BrockmanS. E. SharptonS. Metta10/12911/NVO/COR/NQYMP CRF _
Copy6310
Ae 63166316
to: w/o attachmentJ. E. Stiegler, Actg.R. P. SandovalAction Item 871
(C. LuetJens)
Rag
Attachment I
SNL DEPT. 6310 FY89 SCOPE OF WORKDATE: DEC 21, 1988
CURRENT WBS1.2. 1--. 3.21.2.1.3.2
1.2.1.3.3
1.2.1.4.1
PCANO.
03.0
PCA TITLE
Computer Graphics Product Management
02.0 Reference Information Base Development and Administration
02.0 Model Development
QALEVEL
1, 3
1. 3
1, 3
1, 3
1, 3
1.2.1.4.1 03.0 Verification and Validation
1.2.1.4.1 04.0 Flow Path Analysis and Identification
1.2.1.4.1 05.0 Calculation of Pre-Waste-Emplacement Groundwater Travel Time
1.2.1.4.1 06.0 Radionuclide Transport Time After Repository Construction andWaste Emplacement
1, 3
1, 3
1, 31.2.1.4.2 01.0 Formulation of Radionuclide Source Term
1.2.1.4.2 02.0 Verification and Validation of Nonisothermal Flow andTransport Codes
1.2.1.4.2 03.0 Disturbed Zone Boundary
1.2.1.4.3 01.0 Validation Strategy and Documentation
1.2.1.4.3 02.0 Validation Experiments
1.2.1.4.3 03.0 Modeling Analyses
1.2.1.4.4 03.0 Final Selection of Release-Scenario Classes
, 3 -1, 3
1, 3
1.31, 3
1, 3
1, 3
1.2.1.4.4 04.0 Development of Mathematical Models of Scenario Classes 1, 3
1, 31.2.1.4.4 05.0 Screening of Scenario Classes
1.2.1.4.4 06.0 Provision of Simplified Mathematical Models of ScenarioClasses
1, 3
1
SNL DEPT. 6310 FY89 SCOPE OF WORKDATE: DEC 21, 1988
PCACURRENT WBS NO.
1.2.1.4.4 07.0
1.2.1.4.4---- 07.01.2.1.4.4 07.0
1.2.1.4.4 07.0
1.2.1.4.4 07.01.2.1.4.4. 07.01.2.1.4.4 07.0
1.2.1.4.4 07.0
1.2.1.4.4 07.0
1.2.1.4.4 07.0
1.2.1.4.4 07.0
1.2.1.4.4 08.0
PCA TITLECalculations- Supporting-the-Analysis-of-N-----Issues-1.2-andCalculations Supporting the Analysis of NNWSI Issues 1.2 and1.3
SNL DEPT. 6310 FY89 SCOPE OF WORKDATE: DEC 21, 1988
PCACURRENT WBS NO. PCA TITLE1.2.4.6.3 04. Site Data Needs for Issue 2.3..... ..... ...----------------.-....1.2.4.6.3 04.0 Site Data Needs for Issues 2.3
1.2.4.6.3 04.0 Site Data Needs for Issues 2.3
.......------ ---- -----------------------------------Participation.............1.2.4.6.3 05.0 Preclosure Risk Assessment Methodology (PRAM) Program
SNL DEPARTMENT 6310 SUBCONTRACTOR LISTINGTODAYS DATE 12/21/58 PAGE 2
waS SUPPLIER DESCRIPTION LEVEL.........................................................................................................................
124 DEC DATA ACOUISITION SOFTWARE I
124 SUNDTRAND ACCELEROMETER M OUNTS I
124 HALLMARK ELECTiONIC CONNECTORS I
124 SUNDSTRAMND ACCELEROMETERS I
124 UIRS SEISMIC DESIGN SERVICES If
124 URS PARAMETRIC STUDIES 11
124 R.L. JOHNSON COMPUTER SUPPORT it
124 R.L. JOHNSON COMPUTER SUPPORT If
124 RE/SPEC ROCK MECHANICS ANALYSIS If
124 TECHNADYNE COMPUTATIONAL THERMAL/STRUCTURAL ANALYSIS If
124 SCIENCE APPLICATIONS INT FIELD SUPPORT C-TUNNEL TESTING II
124 US DEPARTMENT Of COMMERC X-RAY DIFFRACTION it
124 US DEPARTMENT Of COWIERC SRNS FOR 51/L04-2/21/86 11
124 JOHNSON MATTHEY STANDARDS FOR PHYSICAL PROPERTY EXPERIMENTS 11
124 UNIVERSITY OF NEW MEXICO GEOLOGIC SUPPORT SERVICES If
124 NEW ENGLAND RESEARCH MECHANICAL EXPERIMENTS 11
124 BRINKMANN INSTRUMENTS GRINDING MILL 4 ACCESSORIES If
SOL DEPARTMENT 6310 SUBCONTRACTOR LISTINGTODAYS DATE 12/21/88 PAGE 3
was SUPPLIER DESCRIPTION LEVEL
124 SNI DESIGN STLOIES if
124 got ENGINEERING STUDIES 11
124 p08 DESIGN STUDIES 11
124 STRUCTURAL MECHANICS TECHNICAL SUPPORT SEISMIC DESIGN It
124 URS DESIGN RECORDS FILES 11
124 FORCE COMPUTERS S CARD 11
124 NCIASTER-CARR SUPPLY CO PULLEY BEARING, CABLE BLOCK 11
124 BARRY WRIGHT CORP GRIPPER EaUIPMENT It
124 PC ALISTER CARR WIRE RPE If
124 FORCE COMPUTERS MEMORY BOARD II
124 J F T AGAPITO I ASSOC ENGINEERING ANALYSIS SUPPORT It
124 ITC ENGINEERING DESIGN I ANAL SUPPORT It
124 ITC SEALING TECHNICAL SUPPORT 11
124 ITC SEALING TECHNICAL SUPPORT 11
124 LATA ENGINEERING SUPORT 118111
124 RE/SPEC INC ANALYTICAL SUPPORT SPECTRON-349 118111
124 P808D PRE-ACD STL0IES 11111
124 LATA TECHNICAL DOCUNNET PREP. SERVICES 11111
SNL DEPARTMENT 6310 SUBCONTRACTOR LISTINGTODAYS DATE 12/21/88 PAGE 4
waS SUPPLIER DESCRIPTION LEVEL............................................................... ..........................................................................................
124 RE/SPEC ANALYSIS CALOCLATIONS & CONSULTATION SUPPORT 114111
124 SCIENCE APPLICATIONS INT DATA COLLECTION FOR ES TESTING lill
121 U. CARR CONSULTANT 14111
124 R.L. JOHNSON COMPUTER SUPPORT III,!
at ~ ~ ~ ~ i U tL l>e htoa
United States Department of the Interior 1 FGEOLOGICAL SURVEY -
BOX 25046 M.S. . .. -XDENVER FEDERAL CENTERDENVER, COLORADO 80225
flM ant RNim TO'
December 15, 1988 WBS 1.2.9.2.QA - QA
Carl P. Gertz, Project ManagerU.S. Department of EnergyYucca Mountain ProjectP.O. Box 98518Las Vegas, NV 89193-8518
SUBJECT: Identification of U.S. Geological Survey Contractors and Subcontractors
Dear Carl:
Following is a list of the information requested in your memo of November 10,1988:
1 - U.S. Geological Survey - Department of Energy, Nevada Operations Office,Memorandum of Understanding EQ-78-a-08-1543, May 23, 1978, also renegotiateMarch 19, 1984.
Scope of Work
The USGS shall furnish the materials, equipment, and services (except as arefurnished by DOE) to conduct geologic, geophysical, hydrologic, and seismologicinvestigations in support of DOE's waste-management activities. Annually, orotherwise as required, the parties shall agree upon specific work elements tobe performed by USGS within the following general duties:
a. Conduct investigations and provide information and interpretationsdescribing the geologic and hydrologic characteristics of areas wherewaste-management operations or experiments may occur.
b. Conduct and interpret experiments to describe the effects of wasteon geologic materials and hydrologic systems.
c. Document and analyze the natural tectonic, seismic, and volcanicactivity of areas where waste-management operations may occur, andevaluate the future effects of these processes on the geologicenvironment at such proposed site. I
d. Conduct and interpret investigations to predict the paths and ratesof movement of contaminants in hydrologic systems.
e. Coordinate with DOE and other DOE contractors in development of plansfor DOE's waste-management programs.
2 - A. U.S. Bureau of Reclamation - U.S. Geological survey Memorandum of
Understanding (no number) January 27, 1986.
The USBR agrees to provide performance of supporting tasks in engineeringand engineering geology technical specialties to the USGS for the NNWSI.Specific technical areas, staff, and funding requirements will bedetermined annually, or as otherwise required, on the basis of requirementsof the ongoing program of the NNWSI.
The USBR will work with the USGS to define and perform investigations,analyses and evaluations to develop data and information focused on theNNWSI Project Issues Hierarchy and meeting the regulatory requirements forthe NNWSI. In accord with the USBR role of supporting the USGS, the USBRagrees to comply with the provisions of Agreement No. EW 78-A-08-1543, andits successors, between the DOE and the USGS (copy attached).
B. Science Applications International Corporation - Contract
The contractor shall provide technical, operational, and oversight supportto the USGS/Branch of NNWSI by providing the necessary effort to accomplishthe requirements imposed on the USGS by the DOE and other participants inthe NNWSI. The effort shall include the specific tasks which aredelineated in the following paragraph.
(1) Develop, prepare, and maintain technical plans and schedules. (2)Provide support in regulatory compliance planning through reportpreparation and review. (3) Develop and prepare unscheduled and periodicreports summarizing USGS activities. (4) Provide support to qualityassurance program/activity development and compliance with DOErequirements/procedures. (5) Provide meeting and word processing/graphic/drafting support to YMPO activities. (6) Assists in the coordination,preparation and maintenance of operational drill schedule networks. (7)Provide technical support as required.
C. Goodson and Associates Inc. - Contract
Goodson & Associates, Inc. will continue to provide technical, operational,and interpretive support to NEP by providing the necessary effort toindependently assemble, install, and operate sensors and microdataprocessors; reduce and transmit data to a central computer data file; andto interpret the results of tests and measurements. G&AI will superviseand coordinate the activities of several service contractors in a drillingprogram, and provide field measurements, sampling, and laboratory analyses.
D. Oregon State University - Contract
Oregon State University will be responsible for the following tasks:Develop the numerical method, computer software, and computer-accessibledata base needed to use geostatistics to analyze borehole data; conductpreliminary geostistical analyses using existing and laboratory data;develop a stochastic model for the hydrogeologic variables of thelithostragraphic units of Yucca Mountain; compute the "Information value"existing or proposed sample or measurement; and make recommendationsconcerning selection of core samples for additional testing.
E. Foothills Engineering Consultants Inc. - Contract
The contractor shall provide trained experienced personnel to collect,process, and reduce hydrologic data in field or office. Operations includedeep water-level measurements and fluid sampling, aquifer testing,collection of surface-water and precipitation samples, geophysical logging,well site geology, and installation and operation of water-level sensingdevices in wells. Data collection and processing will be in accordancewith standard quality assurance procedures and will be documented.
F. Hartin Marietta - Contract
The primary purpose of all work provided under this task order is measuringthose fluid-conducting properties of the rocks at Yucca Hountain that canaffect the suitability of Yucca Mountain for a high level nuclear-wasterepository.
Within this overall purpose, several objectives, specific to the IDAS anddatabase, can be identified. Software development should be guided bythese six objectives: 1) minimizing measurement error; 2) meeting projectschedules; 3) protecting the integrity of data; 4) maximizingflexibility; 5)minimizing costs; 6) maximizing the appearance ofscientific professionalism. The function of the WAS must be considereda quality-assurance (Q/A) Level I activity. Hardware alone, no matter howaccurate and reliable, cannot make this a Level I activity; reliable andcomprehensive software is needed to meet Q/A Level I requirements.
3- and 4- All contractors shown above work on Site Characterization at YuccaMountain. Some of the duties performed by SAIC are management andoperations and they may be exempted. However, we assume that all work doneby our contractors may be important to waste isolation and some have safetyconsequences also.
Sincerely,
P (/Larry R. HayesTechnical Project OfficerYucca Mountain ProjectU.S. Geological Survey
cc: Local Records CenterD. Watkins, WRD,USGSB. Raup, GD, USGSD. Jorgensen, NEP, USGSS. Hetta, SAIC/LV
LRE/AHE/mt128808
a
FENIX & SCISSON, INC.YUCCA MOUNTAJN PROJECT OFHCE Z
101 CONVENTION CENTER DRIVE * SUITE P250LAS VEGAS, NEVADA 89109
Carl P. Gertz, Project ManagerYucca Mountain Project Office -
U. S. Department of EnergyNevada Operations OfficePost Office Box 98518Las Vegas, Nevada 89193-8518 c _
Attention: Nancy A. Voltura
IDENTIFICATION OF U.S. DEPARTMENT OF ENERGY HEADQUARTERS (DOE/HQ) CONTRACTORSWORK TO WHICH 10 CFR 60, SUBPART G - QUALITY ASSURANCE (QA) AND 10 CFR 50,APPENDIX B, REQUIREMENTS APPLY (NN1-1989-0396)
References 1 - Letter Stein to Kale, Barrett and Gertz dtd. 7/27/882 - Letter from Gertz (YMP:NAV-544) to TPO's, dtd. 11/10/88
As directed by you in the above referenced action item, the followinginformation is provided:
1. Description of F&S Scope of Work is provided in Attachment I of thisletter.
2. F&S has many subcontractors. These are identified in Attachment II asthey relate to various aspects of the Yucca Mountain Project overallscope of work assigned to F&S.
3. All of the drilling, sample logging, geophysical logging, and boreholecementing activities, as well as the ESF design activities and all theensuing related inspections that will take place are believed to besubject to 10 CFR 60, Subpart G-QA. Therefore all of these items oractivities will be comparable to QA Level I, Standard Operating Procedure02-02. This belief on the part of F&S is based on discussions with theProject Task Force established for assignment of Quality Assurance Levelsand conversations with personnel from the Project Office. It must berealized that these assumptions are being made prior to complete analysisand firm decisions by the Quality Assurance Task Force. Furthermore, someactivities, such as drilling may be of a 'graded' QA Level I type whichwould limit how much of the activity is applicable to a particularcriteria which makes it a QA Level I.
I.-
Carl P. GertzFS-YMP-0129Page 2
4. Although the activities listed in "3" may be QA Level I, construction andprocurement of various activities may be assigned lower levels dependingon their role. F&S has prepared a list of items and activities which hasbeen provided to the Task Force established by the Project Office todevelop a Q-List. After analyses are conducted for determining items andactivities important to radiological safety and waste isolation, this taskforce will assign QA Levels to various items submitted by F&S.
The list of items and activities provided to the Task Force is provided asAttachment III to this letter.
Should you have questions concerning this letter, please call me on 794-7014or Mahmood Mirza on 794-7015.
According to the F&S/DOE contract No. DE-AC-08-84NVI0322, (SeeAppendix A, Statement of Work of this Attachment) F&S has a ratherbroad, overall scope of work to perform engineering analysis,preliminary reports, sketches, designs, drawings, specifications,procurement documents, estimates of cost, estimates of time schedules,field inspection related to the above, and other services such asgeology, geophysical logging and well cementing, all related to drillingand mining in connection with DOE's programs. In reference to the YuccaMountain Project, this work is directed in the two areas, namelysurface-based Site Characterization and Exploratory Shaft Facility.These will be discussed separately below.
2.0 SITE CHARACTERIZATION
F&S has been assigned work in four areas related to SiteCharacterization; drilling, geophysical logging, cementing and pumpingservices, and geologic services related to the USGS scope of work.
2.1 Drilling
The F&S drilling engineers and drilling specialists perform thefollowing tasks:
2. Performs special drilling studies as assigned.3. Reviews criteria letters from the Principal Investigators.4. Prepares drilling programs from the criteria letters.5. Prepares engineering related design and construction drawings
for the drilling programs, or other project relatedrequirements (Title II).
6. Prepares field work orders for the drilling programs.7. Prepares cost estimates for the drilling programs a designed
for construction.8. Prepares equipment and services procurement documents.9. Furnishes on-site drilling inspection services and required
documentation to assure compliance with Title II design.10. Maintain quality control and provide quality assurance and
safety surveillances.
2.2 Geophvsical Logging
Most geophysical logging is the responsibility of F&Sgeophysical logging engineers. Their scope of work is describedbelow.
1. Geophysical logging is performed by a subcontractor to F&S.F&S performs the following:o Administer the subcontract.o Writes specifications, estimate quantities of services,
prepares time and cost estimates.o Maintains quality control, conducts QA an safety
surveillances.o Directs security.
2. Serve as liaison between DOE and laboratory users:o Prepares logging programs.o Directs field operations.o Interprets data.o Develop and design equipment and conduct field tests.
3. Manage data and records:o Collect magnetic tapes and paper records.o Distribute data records.o Maintain records storage.
2.3 Cementing and Pumninq Services
The cementing and pumping of cements, that will be done on thisproject, primarily into drill holes is within the work scope ofF&S. Their responsibility fall into the following activities.
1. Prepare and maintain a subcontractor for these services:o Write specifications, estimate quantities of services and
materials, prepare government cost estimate.o Evaluate competitive responses and recommend subcontract
award.o Administer subcontract and progress payments.o Maintain quality control, conduct QA and safety
surveillances.o Maintain and monitor particulate emission control to the
atmosphere.o Direct security.
2. Serve as liaison between DOE and laboratory users:o Prepare cementing programs and workorder estimates.o Order and maintain materials and equipment inventory.o Direct field operations.o Develop, design and test cementing equipment, systems and
materials.
3. Manage data and records:o Collect data and prepare histories.o Distribute data records.o Maintain records storage.
2.4 Geology
The work that F&S geologists perform is related to the scope ofwork primarily assigned to the USGS. In the past, the F&Sgeologists have worked directly for the USGS. The work thegeologists do is as follows:
1. Surface geologic mapping, including trenching.2. Geologic pavement studies.3. Assist in hydrologic testing at the well-sites.4. Run neutron moisture probes in unsaturated zone access
holes and manage the data coming from these holes.5. Assist USGS in developing procedures such as a procedure on
Planned Artificial and Natural Infiltration studies.6. Monitors weather stations.7. Assist in underground wall mapping.8. Conducts well-site geologic logging of the core samples and
selects Intervals for borehole sampling or other testing asrequested and approved.
In the future, the well-site geology role, as related to samplemanagement will change. If F&S continues to perform this scope ofwork, it will function under the procedures and directionconsistent with the objectives of the Sample Overview Committee andthe Sample Management Facility.
3.0 EXPLORATORY SHAFT FACILITY (ESF)
F&S is responsible for the design of shafts and undergroundfacilities. Design of the surface facilities is the responsibility ofHolmes & Narver (H&N). Los Alamos National Laboratory (LANL) isresponsible for coordinating tests being designed by various principalinvestigators (PIs).
3.1 Facility Desian Interface Package
The ESF underground and mine plant facilities will be designedin a manner which clearly defines the interface between F&S and thesurface facilities designed by H&N. Interface control drawingswill be prepared by H&N which define these interface locations,conditions, and facility design features. In addition, otherdesign data and information will be interchanged between H&N andF&S, to ensure that a complete and integrated design package isdeveloped by HUN and F&S consistent with these interface drawings.The YMPO will be responsible for maintaining control of thisinterface package. Both A/E organizations are to ensure that theirwork is consistent with the interface package and identify anyproblems or inconsistencies and recommended solutions to theProject Office for approval and Incorporation into this document.
In order to maintain design continuity for those systems andfacilities designed by others, F&S will participate in interfaceactivities with other ESF participants. Formal interface contactswith ESTP Committee members and repository designers will beprimarily through the Project Office. Requirements or criteriaproposed or derived through the ESF interface contacts will besubmitted to DOE/YMP for approval prior to commencement of anyactivity on the specific requirement or criteria.
3.2 ESF Construction Design Packages
The Title I and It design ;by F&S to be procured and/or iContractor, during Title III.facilities that they designedin compliance with design.
and specifications will be developedconstructed by the ESF Prime
F&S will perform inspections on allto ensure that construction is done
3.3 ES-1 Shaft
I. Site Preparation
Reinforced concrete shaft collar and foundation for aheadframe. Reinforced concrete slab muck spill area adjacentto muck chute and a muck barrier. Concrete housekeeping slabbetween the shaft headframe and headframe backlegs. Alsoincluded are all other surface equipment foundations.
2. Shaft Sinking Package
a. ES-1 Headframe.
F&S will design the headframe. The shaft-sinkingcontractor may be required to erect the headframe, installropes, and conveyances and perform acceptable testing andthe hoisting systems in accordance with specificationsdeveloped by F&S.
b. FUS will provide design and specifications for shaftsinking by conventional mining to a total depth ofapproximately 1055 feet and concrete lining includingembedded items and structural ground support.
c. F&S will provide design and specifications for shaftinternals, outfitting and conveyances including brackets,guides, ladders, landings, skip, cage (or skip/cage)barriers, utilities, supports, possible spill pocket, etc.
d. In-shaft utilities to be designed by F&S includeventilation duct, water lines, waste water lines, standardand high-pressure compressed air lines, and hoistsignalling system. F&S will be required to interfacedirectly with H&N to ensure that the electrical utilities,instrumentation cabling and communication cabling designs(by H&N) are accurately reflected in the F&S shaft designdrawings. These lines and systems must be located,protected, and supported at the collar, in the shaft, andat stations as a part of F&S design. The point ofconnection on the surface to lines and systems designed andconstructed by others will be designated in the.Surfacefacilities Design Interface Control Package. F&S willdesign and specify these lines and systems as completelines and systems and logical and specific ending pointswill be designated in that portion of the undergroundaccessible space created under the construction subcontractsuch that extension by others or connection by theconstruction subcontractor is clearly defined.
e. Complete shaft stations designs including ground support,steel structure, barriers, and outfitting will be providedat the following depths. Where appropriate, commonality ofdesign is encouraged.
1. 520-foot
2. 1020-foot
The station shall consist of a drilling operations room andpossibly a refuge chamber. Additionally, provisions shallbe made in the station design to allow for exploratorydrifting to the Ghost Dance Fault.
f. Construction-phase testing operations during shaft sinkingat various depths and at the demonstration breakout roomsand drill-rooms off the shaft stations will be conductedduring the construction subcontract period of performance.Construction, installation, support, and operationalsupport associated with tests are included.
3.4 ES-2 Shaft
1. Site Preparation
Design and specifications for reinforced concrete shaft collarand foundation for a headframe. Concrete housekeeping slabbetween shaft headframe backlegs. Also included are all other
surface equipment foundations.
2. Shaft Sinking
a. In-shaft utilities as determined in conceptual studies.
b. Shaft construction by the conventionally sunk method to the1020L, including a shaft lining system.
c. Shaft internals outfitting and conveyances includingbrackets, guides, skip, cage, (or skip/cage) barriers,utilities supports, etc.
d. 1020-foot station this will be the 1020L muck loading andemergency egress station. It will include ground support,steel structures, barriers, muck loading facilities, andoutfitting.
3.5 Underground Test Facility Development
F&S will provide design and specifications for undergroundexcavation, utilities and ground support. Work on the maindevelopment level includes mining and installation of the varioustests in support of site characterization, waste package, andrepository design. These tests are described in the SORO, AppendixB. Title I and II drawings and specifications will be developedfor construction of the test facility by F&S.
3.6 Title I Design
Title I (Preliminary) Design was completed in September 1988.The product of the preliminary designs consisted of the following:
a. Preliminary Shaft Drawingsb. Preliminary Subsurface Facility Drawingsc. Preliminary Service (support) Systems Drawingsd. Preliminary Outline Specificationse. Preliminary Cost Estimates and Schedulesf. Identification of Long Lead Itemsg. Life-Cycle Cost Analysis
3.7 Title II Design
The product of the completed Final Design will consist of thefollowing:
a. Final First Shaft Drawingsb. Fir.al Second Shaft Drawingsc. Final Subsurface Facilities Drawingsd. Final Underground Service System Drawings
e. Technical Specifications1. Materials, equipment and services for long-lead items2. All other materials, equipment and services for
construction.
f. Final Design Report9. Cost Estimate of Contract Packagesh. Final Design Configuration Baseline Report
The Final Design will undergo internal interdisciplinary reviewsand will be subjected to formal verification in accordance withestablished Quality Assurance Procedures and Design ControlProcedures.
The Final Design will be in sufficient detail to be used for thesolicitation of bids for the construction of the ESF.
4'( -
APPENDIX A
Contract No. DE-ACO8-84NV10322
THE CONTRACT SCHEDULE
ARTICLE 1. STATEMENT OF WORK
As and to the extent directed by DOE, the Contractor shall provide engineeringand other services for drilling and mining in connection with DOE's programsof weapons testing, seismic detection, nuclear waste management, and energyresearch and development at the Nevada Test Site and at other locations.
a. The Contractor's Las Vegas Branch shall perform as required the followingspecific functions in performing work assigned in DOE's testing programs:
(1) Provide the necessary organization to work with the various testagencies, as designated by DOE, to develop criteria to be used forpreliminary design.
(2) Consult and collaborate with DOE or its designees to determine therequirements which will govern the design of the project and toestablish engineering criteria for planning, studies, and design.
(3) Make and supervise or arrange for, by subcontract or otherwise asapproved by the Contracting Officer, the establishment of necessaryhorizontal and vertical physical controls essential to drilling andmining for test activities.
(4) Prepare for approval of DOE, preliminary reports, studies, sketches,designs, layouts, draft of specifications, estimates of cost, andtime schedules of proposed drilling and mining.projects.
(5) Procure consultant services, as required by the Contracting Officer,for analysis of specialized problems associated with drilling andmining activities.
(6) Prepare final designs, detailed working drawings, and specificationsin accordance with Government standards as necessary for effectivecoordination and efficient execution of the work, and revise suchdrawings in a manner and in such numbers as may be required by DOE.There shall be included in the specifications all provision3 whichDOE may require relating to the advertising, negotiating, or awardingof contracts; conditions under which the work shall be done; or anyother special provisions.
(7) Prepare estimates of cost of proposed work based on approved finaldesigns, drawings, and specifications therefor.
e,,
3,
f I
Contract No. DE-AC08-84NV1O322
(8) Prepare schedules and charts showing the sequence of operations ofall items of work, the times required for the completion of the variousitems, and the rate of progress of various items of the project as awhole.
(9) Prepare estimates showing quantities of critical and important mate-rials required for the various items of work and the length of timeafter the award Of assignment of the work that the delivery of suchmaterial will be required at the site of the work.
(10) Analyze and evaluate proposals and bids for materials, equipment,and services.
(11) Review progress schedules submitted by drilling and mining contractorsshowing planned execution of the work, and recommend approval ordisapproval of such schedules to DOE.
(12) Inspect drilling and mining operations of contractors to determinethat all work is expeditiously accomplished in accordance with approvedplans and specifications, progress schedules, and other contractualrequirements. Recommend suggested improvement in these areas to theContracting Officer.
(13) Make, or have made, necessary field tests at the site of the work toensure conformity of the materials, equipment, and workmanship tospecifications. The Contractor shall procure and evaluate reportson such other tests of materials and equipment as may be required.
(14) Provide, by subcontract, drilling and mining support services asrequired by the Contracting Officer.
(15) Prepare specifications, estimates of costs, and a statement of justi-fication or need for all cost changes in or modifications to contracts.Conduct preliminary discussions with the contractors involved andrecommend appropriate action to the Contracting Officer.
(16) Review claims and proposals by contractors and recommend to DOE actionto be taken on such claims and proposals.
(17) Prepare periodic completion reports.
(18) Prepare or review and recommend for approval the partial and finaldrilling and mining contract estimates for accuracy and payment.
(19) Prepare record drawings and programs to show drilling and mining effortas actually accomplished.
)~~~~~~~~~~~~~~,
I a
Contract No. DE-ACO8-84NV10322
(20) As directed by DOE, perform Architect-Engineering Management (AEM)services required in support of DOE programs.
(21) Maintain certain records on individuals in the category of DOESystem 35, Radiation Exposure Histories; DOE 50, Personnel AssuranceProgram Records; and such other systems as may be identified inwriting by the Contracting Officer. These records are maintained onbehalf of the DOE in order to accomplish an agency function withinthe meaning of the Privacy Act of 1974. (See clause entitled"Privacy Act.")
(22) Ensure that all employees having access to computer systems involvedwith unclassified, sensitive data receive appropriate screening priorto being allowed access to the computer system. Such an employeescreening process should embody an adequate employee qualificationcriterion. Include the requirement for screening of Contractor person-nel in the statement of work of all subcontracts where the accessdescribed above is anticipated.
(23) Provide the necessary planned and systematic actions and administra-tive controls to ensure that all Contractor activities which affectquality, safety, reliability, and maintenance are conducted in accor-dance with DOE Order 5700.6A.
b. Rome Office Projects. When specifically directed by DOE, the Contractorshall perform Architect-Engineer or Architect-Engineer Management servicesutilizing its home office staff capabilities. Performance of these servicesshall be on a project-by-project basis upon written authorization of theContracting Officer.
ARTICLE 2. TRANSITION FROM FORMER CONTRACT
a. Contract No. DE-ACO8-76NVO0038 expires October 31, i983, and is supersededby Contract No. DE-AC08-84NV10322, effective November 1, 1983.
b. On and after November 1, 1983, all rights and obligations of the partieswith respect to work described herein, shall be governied by the provisionsof Contract No. DE-ACOS-84NV10322.
c. The rights and obligations of the parties which have been incurred orwhich have accrued or matured under the provisions of Contract DE-AC08-76NV00038 on or prior to October 31, 1983, shall in nowise be impaired,limited, enlarged, or affected by reason of the provisions of this Contract.
d. All materials, tools; machinery, equipment, supplies, and other property;all drawings, designs, specifications, and other engineering, technical,scientific, operating data, and records furnished to or acquired or gene-rated by the Contractor in connection with work under Contract DE-AC08-76NV00038, to the extent that they are in the custody or possession of
5
I
ATTACHMENT II
F&S SUBCONTRACTOR
FOR THE
YUCCA MOUNTAIN PROJECT
FUS Subcontractors on the Yucca Mountain Project
1.0 Drilling
No subcontractors
2.0 Geophysical Logging
2.1 Atlas Wireline Services (Division of Dresser Industries) Theyperform various types of in-hole geophysical logging.
2.2 NL Sperry-SunThey perform directional drilling services including directionaldownhole drill motor maintenance.
2.3 Other downhole subcontract services.There are several other areas where F&S will subcontract on ansingle incident basis, awarded the work on a competitive bid.They are:
If required, a list can be put together of the most recentsuccessful bidders on this work.
3.0 Cementing
3.1 BJ-Titan ServicesThey do well in tunnel, pumping and cementing services.
4.0 Geology
No subcontracting
5.0 ESF Design
5.1 Parsons Brinckerhoff, Inc.They assist F&S in the ESF design , particularly in the areas ofshaft conveyance, furnishings, headframes, hoist, geotechnicalanalysis, specification writing and configuration control.
5.2 Arthur D. Little, Inc. SW)'1They assist F&S in conducting ShaftfUndergftmfd Risk Analysis )fthe various design systems. A
5.3 Tilley & AssociatesThey provide services related to hoisting equipment that are GFEto the project.
ATTACHMENT III
LIST OF ITEMS & ACTIVITIES
FENIX & SCISSON, INC.
LIST OF ITEMS AND ACTIVITIES
ESF
PREPARED BY:_______Bruce . Stanley C<
Larry )". Barto
REVIEWED BY: ___ ____Mahmood B. Mirza
ITEM/ACTIVITY LIST November 17, 1988
DESCRIPTION SDRD NUMBER REFERENCES AQ LEVEL
TYPE : ITEM LOCATION :DISCIPLINE : CIVIL/STRUCTURAL
ES-1 & ES-2 MUCK RETAINING WALLS
BOTH SHAFTS / SURFACE
1.2.6.41.2.6.5
TITLE I DWGS
TYPE : ITEMDISCIPLINE : ELECTRICAL
LOCATION : ES-1
CABLE TERMINATIONS
TYPPE : ITEM LO(DISCIPLINE : ELECTRICAL
VERTICAL RACEWAY
,YPE :ITEM LO(DISCIPLINE : ELECTRICAL
1.2.6.7.1 TITLE I DWGS
CATION : ES-1
1.2.6.7.1 TITLE I SPECS
:ATION : ES-1
ES-1 HOIST ELECTRICAL CONTROLS ANDMOTORS
1.2.6.4.5 TITLE I DWGSBFD
TYPE : ITEMDISCIPLINE : ELECTRICAL
LOCATION : ES-1
SKV, 3/C WTRE ARMORED MINE POWERCABLE WITH GROUND CHECK
CONDUCTOR AND SUPPORT SYSTEM
1.2.6.7.1 TITLE I DWGSTITLE I SPECS
TYPE : ITEMDISCIPLINE : ELECTRICAL
LOCATION : ES-1
HOIST/CAGE FM RADIO SYSTEM 1.2.6.7.2 TITLE I DWGSTITLE I SPECS
PAGE 1
ITEM/ACTIVITY LIST November 17, 1988
DESCRIPTION SORD NUMBER REFERENCES OA LEVEL
TYPE : ITEMDISCIPLINE : ELECTRICAL
LOCATION : ES-1
600V, 3/C WIRE ARMORED MINE POWERCABLE WITH GROUND CHECK
CONDUCTOR AND SUPPORT SYSTEM
1.2.6.7.1 SDRD 1.2.6.7.1TITLE I SPECS
BFD ..
TYPE : ITEMDISCIPLINE : ELECTRICAL
LOCATION : ES-1
PULL CORD SIGNALLING SYSTEM 1.2.6.7.2 TITLE I DWGSTITLE I SPECS
TYPE : ITEMDISCIPLINE : MINING
LOCATION : ES-1
ES-1 LINING CONCRETE 1.2.6.4.2 TITLE I DWGSTITLE I SPECS
ACI-318BFD
TYPE : ITEMDISCIPLINE : MINING
LOCATION : ES-1
PRIMARY SHAFT VENT DUCT - ES-1 1.2.6.3.1 TITLE I DWGSTITLE I SPECS
30CFR57
TYPE : ITEM LOCATIONDISCIPLINE : CIVIL/STRUCTURAL
: ES-1 AND ES-2
ES-1 AND ES-2 SUMP - INCLUDESSPILLAGE COLLECTION HOPPER AND
o Runs moisture measurement probesin unsaturated zone neutron accessholes and manages data from theseholes.
o Assists USGS in developingprocedures.
o Monitors weather stations.
o Conducts wellsite geologic loggingof core samples. Selects boreholesampling and testing intervals asrequested and approved.
PAGE 39
.
I
o Conducts surface gelogic mappingincluding trenching.
o Assists in underground wallmapping.
PAGE 40
.
November 17, 1988
FENIX & SCISSON QLIST REFERENCES
REFERENCES
ACGIH/TLVACI-318ACI-506BFDSCP 8.3
8.4SDRD 1.2.6.4
1.2.6.4.21.2.6.4.51.2.6.5.21.2.6.5.51.2.6.61.2.6.7.11.2.6.7.41.2.6.7.51.2.6.7.61.2.6.7.71.2.6.7.91.2.6.7.111.2.6.81.2.6.8.21.2.6.8.2,3,4,5 & 6APPENDIX BAPPENDIX C