Bechtel National, Inc.

Blue Grass Chemical Agent Destruction Pilot PlantPre-Qualification Criteria & Response

1.0Introduction

Bechtel National, Inc., (BNI) intends to issue a Request for Proposal (RFP) for a coating application subcontract to include materials, services, labor, tools, consumables, equipment, supervision, technical support, quality control and all incidentals necessary to satisfactorily coat areas identified by BNI for Blue Grass Army Depot for the Blue Grass Chemical Agent-Destruction Pilot Plant (BGCAPP) Project in Richmond, KY.

Companies must be pre-qualified by BNI to be included on the bid list. To support the prequalification evaluation process, the prime potential Offeror (1st tier Subcontractor) must provide the requested information and to respond to questions within this document. The Experience Statement should include relevant information for both the Prime Offeror and any sub-tier contractors. Additional supporting documentation such as brochures and company profiles may be submitted. However, such additional brochures and documents shall not be accepted as a substitute for response to the direct questions asked herein.

In-depth supporting documentation will be required as part of your proposal. If it does not support your pre-qualification responses, your proposal may be deemed unacceptable and excluded from consideration.

2.0Scope of Work

  • SUBCONTRACTOR shall provide all necessary materials, services, labor, tools, consumables, equipment, supervision, technical support, quality control, and all incidentals necessary to mobilize on the project site and complete the application of industrial and architectural coating systems in the specified areas. Services include but may not be limited to surface preparation, application, environmental control of application areas (tenting, filtering, heating), inspection, testing, touchup and repair, and documentation for architectural, concrete, and metal coatings. Architectural and metal coating or painting may include items such as, but not limited to, steel skids, structural steel, piping and fittings, equipment, accessory surfaces and components. Special concrete coating systems shall be applied to concrete floors, walls, ceilings, curbs, sumps, and other surfaces. Special industrial concrete coating systems include the following: elastomeric plural component chemical resistant coating system, electrically conductive coating system, and concrete sealers and coatings for secondary containment structures and areas outside of chemical exposure. Preliminary estimates indicate an “order of magnitude” of approximately 200,000 square feet of concrete floor surfaces needing special coatings. The overall quantity also needs to include the architectural and metal items. Therefore, the total square footage quantity may be estimated to be approximately 400,000 square feet. This is an “Order of Magnitude” estimate only and subject to change.

SUBCONTRACTOR shall provide necessary Technical Services, Site Management, Quality Surveillance, Safety Supervisor, Test Supervisor or Engineer and Craft Supervision as required to implement, install, inspect and test all Scope of Work aspects in the performance of this Subcontract. Test certifications, test plans, acceptance reports shall be documented and submitted to the CONTRACTOR representative for review and approval.

SUBCONTRACTOR shall perform the Work in accordance with all applicable laws, codes and standards, manufacturer’s instructions, project Specifications, Procedures, Drawings, regulatory guidelines and direction supplied by CONTRACTOR.

SUBCONTRACTOR submittals for review may include but are not limited to application procedures, dehumidification and heating procedures, certificates of compliance, chemical resistance test reports, Material Safety Data Sheets (MSDS), shelf-life instructions, quality program plan as applicable, and inspection reports.

SUBCONTRACTOR shall be required to coordinate coating application with the CONTRACTOR to ensure consistency in interface between equipment installation schedules and coating applications.

SUBCONTRACTOR shall have a process/ system for tracking and completing outstanding or incomplete work items (punch list items) identified during final inspections of work by CONTRACTOR.

SUBCONTRACTOR shall be required to provide for its own storage of material, site clean up after each day’s work, total clean up at completion of its work. Clean up includes but is not limited to fiduciary and logistical responsibility for management and proper disposal of Hazardous and Non-Hazardous waste in coordination with the Contractor as well as hauling and proper disposal of un-used material and equipment to permitted locations outside the Project site area.

3.0Response Submittal

3.1Electronic response (e-mail w/ attachments) is the preferred method of response and must be submitted no later thanDecember 8, 2009. The address for electronic submittal is .

3.2When an electronic response is not possible, your response may be sent via U.S. Mail or Priority Mail (e.g. Fed-X, UPS, DHL) in time to meet the due date. The mailing address is:

Bechtel Parsons Blue Grass

830 Eastern ByPass, Suite 106

Richmond, KY40475

Attention: Subcontracts Manager

Pre-Qualification No.: 24915-000-SRA-AFPS-00001

4.0Pre-Qualification Document Checklist

Companies are encouraged to use this checklist to ensure their submittals are complete.

ITAR Certification

Prequalification Criteria and Response pages 4 through 15

OSHA Form 300 & 300A logs and data for past three calendar years

Letter from insurance provider confirming Experience Modification Rate (EMR) for past three calendar years

Copy of Safety Program Table of Contents

Explanation of violation of environmental regulatory requirements and fines or penalties

QA Program Table of Contents and summary or copy of QA Plan

Description of directly relevant experience

5.0Pre-Selection Criteria (Pre-Selection has not been determined.)

The successful bidder will not be required to be signatory to the Project National Labor Agreement for this RFP if they meet any of the following criteria:

  • Local Contractor (Clark, Estill, Fayette, Garrard, Jackson, Jessamine, Madison, RockcastleCounty),
  • Small Business,
  • Small Disadvantaged business,
  • Woman-Owned business,
  • HUBZone Business,
  • Veteran-Owned Business,
  • Service Disabled Veteran Owned Business.

11 November 2009Page 1 Of 14 Special Coatings Subcontract

Bechtel National, Inc.

Blue Grass Chemical Agent Destruction Pilot PlantPre-Qualification Criteria & Response

6.0Company Response

Prime Subcontractor Company Name:
Address:
Pre-qualification Contact Name:
Phone Number:
Facsimile Number:
E-mail Address:
DUNS No. (Dun & Bradstreet):
Business Size Classification (according to U.S. Small Business Administration Criteria[1]) $14 million average annual revenue over the last three years is a small business. / Small
Small Disadvantaged Business
Woman Owned Small Business
HUBZone Business
Veteran-Owned Small Business Concern
Service-Disabled Veteran-Owned Small Business Concern.

6.1Commercial Data

Potential offerors are required to register on the Bechtel Supplier and Contractor Portal, in order to be considered. What was the date your company registered or updated its information on the Portal?

Date Updated:

6.2Safety & Health Requirements

A.Definitions:

B.Safety Rating Status: Rating given to a potential Offeror after review of the potential Offeror’s EMR, Incident Rate (IR), and Lost Time Incident Rate (LTIR). The EMR, IR and LTIR Hurdle Rates are as follows:

  • Category A - Preferred. Best subcontractor, Acceptable to bid.
  • Category B - Conditional. Average subcontractor, BNI S&H Supervisor to review safety program prior to acceptance as a qualified bidder.
  • Category C - Probationary. Poor subcontractor, Not acceptable to bid without overriding factor and with concurrence of the BNI S&H Supervisor.

These categories are based on the following safety performance statistics:

Category / Experience Modification Rate (EMR*) / Lost Time Incident Rate
(LTIR) / Incident Rate
(IR)
A / .88 or less / 2.50 / 3.50
B / 1.00 or less / 4.00 / 7.50
C / 1.00 or more / 5.60 / 13.50

*These cutoff levels apply to the Interstate EMR. Hurdle rates may vary for state EMRs and must be provided by the ES&H Supervisor. The state rate overrides the Interstate EMR and will determine the bidder’s category rating.

(i)Experience Modification Rate (EMR): An adjustment to the Workers' Compensation experience. An experience modifier of 1.00 is the expected average for a given company and reflects the cost of losses expected for a contractor that employs the various trades.
(ii)Hurdle Rates: A number that is set for the upper limits of each evaluation item.
(iii)Evaluation Items: EMR, IR (recordable Incident Rate), LTIR (Lost Time Incident Rate)
(iv)Incident Rate: The number of injuries, illnesses, or lost workday cases related to a common exposure base enables one to make accurate industry comparisons, trend analysis, overtime, or comparisons among firms regardless of size.

This rate is calculated as: N x 200,000

EH
Where:

N = number of recordable injuries and/or illnesses or lost workday cases;

EH = total hours worked by all employees during calendar year;

200,000= base for 100 full-time equivalent employees (working 40 hours per week, 50 weeks per year)

C.All prime contractors proposing to work on the BGCAPP project site must fall in one of the three Safety Rating Categories defined above. Companies failing to meet this requirement will not receive a RFP. All low-tiered subcontractors will be required to submit safety information during the proposal period or prior to mobilization.

D.Based on definitions in preceding Section 2.A, which Safety Rating Category does your Company fall in?

A B C

SAFETY AND HEALTH HISTORY
1.Check your type of work (use NAICS code to determine):
Non-Residential Building
Heavy (Non-Highway) Construction
Mechanical
Electrical
Other (State Types):
2.EMR (Provide letter from Insurance Carrier)
2A.List your firm’s Interstate Experience Modification Rate (EMR) for the three most recent years and total hours worked.
1920199419951996199719981999200020012002200320042005 / 1920199419951996199719981999200020012002200320042005 / 1920199419951996199719981999200020012002200320042005
a.EMR (last three completed calendar years)
b.Hours Worked (last three completed calendar years)
2B.If the State where the jobsite was located has an EMR rating system, provide the State EMR for the three most recent years and total hours worked.
1920199419951996199719981999200020012002200320042005 / 1920199419951996199719981999200020012002200320042005 / 1920199419951996199719981999200020012002200320042005
a.EMR (last three completed calendar years)
b.Hours Worked (last three completed calendar years)
3.OCCUPATIONAL SAFETY & HEALTH PERFORMANCE (Use OSHA Form 300 & 300A to complete)
3A.Fatality: Provide a brief description of each fatality your firm has incurred in the three most recent years (Refer to OSHA Form 300, Categories F and G):
Years & brief description (Cat. F)
1920199419951996199719981999200020012002200320042005 / 1920199419951996199719981999200020012002200320042005 / 1920199419951996199719981999200020012002200320042005
3B.Use information from your OSHA Form 300 categories to fill in the three most recent years. Submit a copy of your completed OSHA form 300 and summary page for the last three calendar years .
1920199419951996199719981999200020012002200320042005 / 1920199419951996199719981999200020012002200320042005 / 1920199419951996199719981999200020012002200320042005
a.Number of lost workday cases. (Cat. H 300 log)
b.Number of restricted workday cases. (Cat. I 300 log total)
Last three completed calendar years.
c.Number of cases with medical treatment beyond first aid only. (Cat. J 300 log total)
d.Number of fatalities. (Cat. G 300 log total)
e.Number of hours worked by Company.
4.Are accident reports or OSHA form 300A summary of work-related injuries and illness sent to the following and how often?
No / Yes / Monthly / Quarterly / Annually
a.Project Superintendent/Site Manager.
b.Vice President/Manager of Construction
c.Safety Director / Manager
d.President / CEO of Firm
5.How are accident records and accident summaries kept? How often are they reported?
No / Yes / Monthly / Annually
a.Accidents totaled for the entire company
b.Accidents totaled by project
(1)Subtotaled by superintendent
(2)Subtotaled by foreman
6.How are costs of individual accidents kept? How often are they reported?
No / Yes / Monthly / Annually
a.Costs totaled for the entire company
b.Costs totaled by project
(1)Subtotaled by superintendent
(2)Subtotaled by foreman
7.Do you hold site safety meetings for field employees both Manual and Non-Manual?
Yes / No
How Often?
Weekly / Bi-Weekly / Monthly / Less Often, As needed
8.Do you conduct project safety audits / inspections / assessments?
Yes / No
If yes, who conducts them?
TITLE / POSITION: / HOW OFTEN?
9.List key Safety and Health personnel planned for this project. Please list name, expected position or title. When a project has not been specified, list key company personnel.
NAME / POSITION / PROJECT
10.Do you have a written safety program?
Yes / No
If yes, submit a copy of the table of contents for evaluation.
11.Do you have an orientation program for new hires?
Yes / No
Does it include instruction on the following?
Yes / No / Yes / No
a.Head protection / j.First aid facilities
b.Eye protection / k.Emergency procedures
c.Hearing protection / l.Toxic substances
d.Respiratory protection / m.Trenching and excavation
e.Safety harness and lanyard / n.Signs, barricades, flagging
f.Scaffolding / o.Electrical safety
g.Perimeter guarding / p.Rigging and crane safety
h.Housekeeping / q.Vehicle / Road Safety (Driving)
i.Fire protection / prevention / r.Industrial hygiene practices
12.Do you have a program for newly hired or promoted foremen?
Yes / No
Does it include the following?
Yes / No / Yes / No
a.Safe work practices / e.First aid procedures
b.Safety supervision / f.Accident investigation
c.Toolbox meetings / g.Fire protection and prevention
d.Emergency procedures / h.New worker orientation
i.Industrial hygiene practices
13.Do you hold craft “toolbox” meetings?
Yes / No
How Often?
Weekly / Bi-Weekly / Monthly / Less Often, As needed
14.Do you have a written Hazard Communication program?
Yes / No
If yes, please provide an outline below.
15.Do you have/require Material Safety Data Sheets (MSDS) for material/chemicals?
Yes / No
If yes, explain process how they are used to inform craft workers about potential exposure / hazards to chemicals:
16.List three (3) client references that we may contact to discuss the effectiveness of your safety program.
Name / Address / Phone No.
a.
b.
c.

6.3Environmental

Has your company worked the previous three (3) years without receiving any citations by a Federal or State agency for violations of an environmental regulatory requirement?

Yes No

If No, were any fines or penalties levied?

Yes No

If yes, provide explanation (use continuation page if necessary).

6.4Quality Assurance Program

A.Does your Company have a written Quality Assurance Program?

Yes No

B.Potential Offeror shall furnish a copy of its QA Program Table of Contents and a brief summary identifying each of the requirements listed below. The level of rigor applied to the elements shall be commensurate with the risks associated with the Work.

  • A description of the organizational structure, functional responsibilities, levels of authority, and interfaces for those managing, performing, and assessing the Work.
  • Personnel Training and Qualifications
  • Quality Improvement
  • Control of Documents and Records
  • Work Processes
  • Design
  • Procurement
  • Product Identification and Traceability
  • Inspection and Acceptance Testing
  • Control of the Testing Equipment
  • Control of Non-Conforming Product
  • Corrective and Preventative Actions
  • Handling, Storage and Shipping Procedures
  • Management Assessment
  • Independent Assessment

C.The Potential Offer has the option to submit their full Quality Assurance Plan with this prequalification.

6.5Technical Criteria

A.Does the potential Prime Offeror have directly relevant experience in planning, managing, and executing work from simple paint coating of building architectural components, to sophisticated industrial coatings such as elastomeric coatings resistive to various chemical elements at extreme temperatures and conductive coatings for areas where electrostatic discharge must be controlled?

Yes No

B.Does the potential Offeror, and/or its coating specialist have direct relevant experience in procurement, transportation, handling, application, and disposal of various industrial coating materials and associated chemical wastes in large scale industrial environments?

Yes No

C. Does the potential Offeror and/or or its coating specialist have experience in post installation testing, such as but not limited to, destructive adhesion tests (ASTM D 4541), holiday inspection (ASTM D 4787), and electrical grounding and testing inspection (EOS/ESD DS7.1)? If not, do you have a third party arrangement with a qualified testing agency for post installation testing?

Yes No

D. Does the potential Offeror and/or orits coating specialist have experience in the government contracting environment coordinating the timely submittal of design documentation, and product submittals for client review, and the revision of these documents based on client feedback?

Yes No

E. Direct Relevant Experience Documentation: If the Respondent has answered “yes” to the foregoing questions, provide a reference list of example projects over the last ten years, on the Experience Statement form, that demonstrate direct relevant project experience to support each “yes” response. Example projects should be detailed as to both the technical scope of the project and your participation in the project. Additional documentation can also be submitted.

Column completion notes for the following page, Experience Statement, to be completed by the Prime Offeror and Special Coatings Specialist:

A. Customer Name, Address, Contact Name and Phone No.- So that we may contact as a reference as needed.

B. Work Description and Location- Describe work scope and location, and then indicate if prime or subcontract.

C. Original/ Final Contract Value- Original award value and final closeout contract value.

D. Commencement/ Completion Dates- Provide starting date and actual completion (or forecast if still in progress) by month/year format (e.g., Jan 2006/ Sept 2007)

11 November 2009Page 1 Of 14 Special Coatings Subcontract

Bechtel National, Inc.

Blue Grass Chemical Agent Destruction Pilot PlantPre-Qualification Criteria & Response

PRIME OFFEROR EXPERIENCE STATEMENT

COMPANY NAME:

EXPECTED ROLE IN THIS PROJECT:

Customer Name, Address, Contact Name and Phone No. / Work Description and Location / Original/Final Contract Values / Commence/Complete Dates

SPECIAL COATINGS EXPERIENCE STATEMENT

COMPANY NAME:

EXPECTED ROLE IN THIS PROJECT:

Customer Name, Address, Contact Name and Phone No. / Work Description and Location / Original/Final Contract Values / Commence/Complete Dates

11 November 2009Page 1 Of 14 Special Coatings Subcontract

Bechtel National, Inc.

Blue Grass Chemical Agent Destruction Pilot PlantPre-Qualification Criteria & Response

Potential Bidder ITAR Certification

I, ______, an authorized corporate representative of ______, do hereby certify to the best of my knowledge and belief, that:

  1. Technical data subject to U.S. export control laws and regulations shall be used for purposes of this procurement only. Such data shall not be disseminated elsewhere outside my company, either domestically or abroad, without the express written consent of Bechtel National Inc. (BNI) or Parsons Infrastructure and Technology Group, Inc (Parsons). My company will implement safeguards to ensure that such dissemination does not occur.
  2. Prior to disseminating any technical data to foreign nationals in my company who are not permanent resident aliens (“green card holders”) or asylees, my company agrees to ascertain whether a government license - or other procedures or safeguards – are required.
  3. My company, including its parent or sister companies, corporations or firms, its affiliates or subsidiaries, and all employees of any such entities, have have not been convicted of or had a civil judgment rendered and against them for, and are are not presently indicted f or, or otherwise criminally or civilly charged by a Government entity with violations of any U.S. statutes or regulations regarding export controls, including but not limited to the Department of State’s International Traffic in Arms Regulation and the Department of Commerce’s Export Administration Regulations, as well as laws involving and regulations promulgated by the Departments of Energy and Treasury. (Check the appropriate boxes).
  4. My company, including its parent or sister companies, corporations or firms, its affiliates or subsidiaries, and all employees of any such entities, are not are presently included on any U.S. government restricted parties list relating to export controls or economic sanctions. (check one)
  5. My company is is not subject to Foreign Ownership, Control or Influence. “Foreign Ownership, Control or Influence” means a situation where the degree of ownership, control or influence of an offeror or a contractor by a foreign interest is such that a reasonable basis exists for concluding that the compromise of export control information may result. A “foreign interest” means any of the following: 1) a foreign government or foreign government agency or instrumentality thereof; 2) any form of business enterprise organized under the laws of any country other than the U.S. or its possessions; 3) any form of business enterprise organized or incorporated under the laws of the U.S. or a State or other jurisdiction with the U.S. which is owned, controlled, or influenced by a foreign government, agency, firm, corporation, or person, or 4) any person who is not a U.S. Citizen.

Signature: Date: ______