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 an Engineer, Procure & Construction (EPC)subcontractfor apump house to support the potable and firewater requirements for theBlue Grass Chemical Agent-Destruction Pilot Plant (BGCAPP). Companies must be pre-qualified by BNI to be includedon the bid list. To support the prequalification evaluation process, the prime potential offeror (1st tier subcontractor) must provide the requested information, respond to questions in Items 1 through 4, and complete the “Experience Statement” document in the following pages for itself and obtain these for all teaming partner(s) and lower-tier subcontractors. Teaming partner and lower-tier subcontractor information must be submitted to BNI by the prime potential offeror; do not submit individually.

Prime potential offerors, their teaming partner(s), and/or lower-tier subcontractors are expected to respond affirmatively to each question and provide requested documents to be considered qualified to receive the RFP. The content of this request may be duplicated as necessary for submittal of data for teaming partners and lower-tier subcontractors. Note that the content of this request must also be used to qualify any proposed substitution of lower-tier subcontractors or teaming partners both before and after award of the Subcontract.

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 management, personnel, professional services, facilities, equipment, materials, supplies and equipment necessary to design, fabricate, construct, and commission test of a pump house to support the potable and firewater requirements for the BGCAPP. Design shall be in accordance withAWWA, AISC, ASCE, FM, IBC, NFPA 70, NFPA 20, and all Contractor engineering documents. Subcontractor design will require design review and approval by the Contractor and Government Agencies. Designer/installer shall be a Kentucky licensed Fire Protection Engineer.

The pump house shall consist of the building foundations, prefabricated steel building, doors, hardware, firewater and potable water pumps, recirculation pump and electrical heater for storage tank freeze protection, interconnecting piping, distribution switchgear and automatic transfer switches, power distribution panel board, low-voltage panel board, building electrical utilities and lighting, communications, instrumentation, control systems, heating and ventilation system, fire detection, alarm system, and wet sprinkler system necessary to provide potable and firewater to the BGCAPP facility.

Firewater pumps are expected to be 100% centrifugal motor driven ANSI pumps with a nominal flow rate of 2,500 GPM. Electrical service will be provided via Contractor supplied 1000 KVA transformer and 500KW back-up diesel generator. Water will be supplied via Contractor installed supply header and two (2) 250,000 gallon water tanks.

Successful subcontractor must be able to execute the work within an aggressive ten month schedule, anticipated to start in February 2009, and work to their Quality Assurance Program, pending Contractor approval.

3.0Response Submittal

3.1Electronic response (e-mail w/ attachments) is the preferred method of response and must be submitted no later than September 24, 2008. 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

301 Highland Park Drive

Richmond, KY40475

Attention: Subcontracts Manager

Pre-Qualification No.: 24915-C03-FSR-MPGF-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 3 through 13

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 September 2008Page 1 Of 15Pump House EPC Subcontract

Bechtel National, Inc.

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

5.0Company Response

1st Tier 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]) / Small
Woman Owned Business Other Than Small
Woman Owned Small Business
Veteran-Owned Small Business Concern
Service-Disabled Veteran-Owned Small Business Concern.

5.1Data submitted for (Company Name):

A.This Company is proposed as (check one):

Prime subcontractor

Lower-tier subcontractor

Teaming Partner

5.2Commercial Data

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

Date Updated:

5.3Safety & 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 potential offerors, lower-tier subcontractors, and teaming partners 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.

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

A B C

E.All data and information required by the following Safety and Health History must be submitted for the potential offeror, each lower-tier subcontractor, and teaming partner proposed to perform any portion of the Work on-site.

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 / i.Fire protection / prevention
b.Eye protection / j.First aid facilities
c.Hearing protection / k.Emergency procedures
d.Respiratory protection / l.Toxic substances
e.Safety harness and lanyard / m.Trenching and excavation
f.Scaffolding / n.Signs, barricades, flagging
g.Perimeter guarding / o.Electrical safety
h.Housekeeping / p.Rigging and crane safety
q.Vehicle / Road Safety (Driving)
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
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.

5.4Environmental

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).

5.5Quality 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 proposal.

5.6Technical Criteria

A.Does the potential Offeror, its lower-tier subcontractors, and/or teaming partners have a minimum of 5 years experience in the past 10 years of direct relevant turnkey experience in planning, managing, and executing work involving the engineering and detailed design, construction, and commissioning of fire protection systems including supporting buildings and associated foundations, controls systems, electrical power distribution systems, fire detection and suppression systems, and large water distribution pumps and utilities.

Yes No

B.Does the potential Offeror, its lower-tier subcontractors, and/or teaming partners possess the in-house facilities, equipment, and technical expertise to implement the design, construction/erection, and commissioning within the schedule requirements stipulated?

Yes No

C.Does the potential Offeror, its lower-tier subcontractors, and/or teaming partners employ or have a professional contract relationship with a Kentucky registered professional Fire Protection Engineer?

Yes No

D.Does the potential Offeror, its lower-tier subcontractors, and/or teaming partners have experience coordinating the timely submittal of design documentation, calculations and product submittals for client review, and the revision of these documents based on client feedback in a government contract environment?

Yes No

E.Does the potential Offeror, its lower-tier subcontractors, and/or teaming partners have previous experience in fast track design and construction projects of this type?

Yes No

F.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 that demonstrate the directly 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. In the case of a teaming arrangement, joint venture, or where lower-tier subcontractors will play a significant role in the performance of this work, submit separate lists of relevant example projects including an explanation of relevance.

5 September 2008Page 1 Of 15Pump House EPC Subcontract

Bechtel National, Inc.

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

EXPERIENCE STATEMENT

COMPANY NAME:

EXPECTED ROLE IN THIS PROJECT:

1.This company has been engaged in the contracting business under its present business name for years.

2.Experience in work of a nature similar in type and magnitude to that set forth in the Request for Proposal extends over a period of ____ years within the last years. If you do not have experience specific to the total scope, provide experience information for each sector of the anticipated project.

Years designing pre-engineered buildings & foundations

Years designing water distribution pumps Sizes/Capacity

Years designing fire detection/suppression systems

Years designing power distribution systems

Years designing instrumentation and control systems

3.All awarded contracts have been satisfactorily completed, except as follows (Name all uncompleted contracts and explain why work was not finished, attaching additional pages if necessary):

4.Column completion notes:

A.Client Name, Address, Contact and current telephone number so we can contact as a reference;

B.Work Description: Describe work scope and then indicate if prime or subcontract;

C.Location: City and State was this contract performed in;

D.Contract Value: Original contract value and final contract value;

E.Scope Change: Did scope of work change during performance;

F.Commence/Complete Dates: Provide starting date and actual completion (or forecast if still in progress) by month/year format (e.g., Jan 2006/Sep 2007).

G.Schedule and Budget: State either "over", "on", or "under" schedule and budget.

5 September 2008Page 1 Of 15Pump House EPC Subcontract

Bechtel National, Inc.

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

EXPERIENCE STATEMENT (Continued)

COMPANY NAME:

EXPECTED ROLE IN THIS PROJECT:

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

5 September 2008Page 1 Of 15Pump House EPC 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: ______