Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party...

27

Click here to load reader

Transcript of Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party...

Page 1: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

Statement of Work

Title: Third Party Inspection Services - Pressure Vessels and BoilersRevision Number: 0Date: September 13, 2016

1.0 INTRODUCTION / BACKGROUND

The Hanford Site occupies approximately 586 square miles of the southeastern part of Washington State, and is managed by the U.S. Department of Energy (DOE). The site is bordered on the southeast by the Tri-Cities, a metropolitan area composed of the Cities of Richland, Kennewick, and Pasco, as well as smaller communities.

The WYE Barricade is the primary access point to the Hanford Site and is approximately 11 miles north of the City of Richland. The Central Plateau, having the largest and longest enduring scopes of work performed at Hanford, is an additional 10 miles past the WYE Barricade. The furthest reaching areas of the Hanford Site are the 100 Areas, with locations ranging from 20 to 25 miles from the WYE Barricade.

The Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety Relief Devices to DOE contractors on the Hanford Site. In order to effectively support the needs of these contractors, it is imperative that the Buyer obtain the services of a TPI in-service provider.

2.0 OBJECTIVE

The purpose of this contract is to procure TPI services, as required by applicable American Society of Mechanical Engineers (ASME) codes, for approximately 350 Pressure Vessels and 7 Boilers at the Hanford Site, including water tanks, air receivers, water heaters, gas cylinders, filters, small boilers, and other industry specific equipment. This equipment may be located within a facility, or vehicle mounted/portable. Additionally, this inventory count can change at any time, without prior notice to the Subcontractor. These services shall be provided to the Buyer and other Hanford Site contractors may also utilize this contract, upon approval of the Buyer’s Technical Representative (BTR) for none safety related work. 3.0 DESCRIPTION OF WORK

The Buyer will prepare and distribute by the 15th day of each month, a schedule report, to the facility or project TPI point-of-contact (POC) having TPI items due for inspections in the following month. A copy of the schedule will also be provided to the authorized inspector. The TPI POC shall verify and validate the monthly schedule report, and arrange for the inspections to be performed by the Subcontractor.

Page 1 of 18

Page 2: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

The Subcontractor shall meet the criteria of ASME QAI-1 and be accredited by the Society for the specified work activity. The Subcontractor shall provide qualified and experienced inspector(s) to inspect operating coded and non-coded boilers, pressure vessels, and associated pressure/safety relief devices for certificate type inspections.

The Subcontractor shall conduct inspections, provide inspection reports, and provide consultation services. The consultation services shall include, but are not limited to:

• Assisting the Buyer in determining appropriate actions when out of tolerance conditions occur, including recommendations for item replacement or repair;

• Interpretation for facility personnel of inspection results and limitations that may exist;

• Reviewing Buyer maintenance procedures and providing recommendations on Pressure Vessel, Pressure/Safety relief devices, and Boiler related items.

Upon completion of each inspection, the Subcontractor shall provide a detailed inspection report to the Buyer email [email protected] and the facility/project POC. The inspection reports shall be prepared using Third Party Inspection – Pressure Vessel Report of Inspection.

The Subcontractor shall be reimbursed, by the Buyer, for the following work activities: inspections (field work performed on the Hanford Site); inspection standby time (only as a result of Buyer caused delays at the scheduled facility); consultation services for facility specific equipment; and other administrative activities in support of these services. Administrative activities (may be performed in the Subcontractor’s off-site facility) include, but are not limited to, report preparation, scheduling of inspections, research time, and document submittal.

The facilities or projects receiving TPI services shall provide, or arrange to provide the tools, including measuring and test equipment (M&TE), and personnel to operate such equipment, to examine inside of pressure vessels and boilers, as applicable. The inspector shall review the program, qualifications of personnel, and M&TE calibration records prior to validating any measurements for certification.

4.0 REQUIREMENTS

For any work performed on the Hanford Site, or in any government controlled facility, the provisions of the Buyer's Special Provision 5 (SP-5), Special Provisions - On Site Services, will apply to all Subcontractor personnel. Please refer to the RFP/Award Subcontract for specific details on SP-5.

The Subcontractor shall interface with various Buyer facility/project POCs, as well as others, at the direction of the BTR. The Subcontractor shall be responsible for aspects of transportation associated with this contract, at no cost to the Buyer.

Page 2 of 18

Page 3: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

4.1 ES&H Requirements

The Subcontractor shall perform work safely, in a manner that ensures adequate protection for employees, the public, and the environment, and shall be accountable for the safe performance of work. The Subcontractor shall comply with, and assist the Buyer in complying with, Environmental, Safety, and Health (ES&H) requirements of all applicable laws, regulations and directives. Where there is a difference in regulations or requirements, the most stringent shall apply.

The Subcontractor and its subcontractors, providing on-site services, shall perform all on-site work in accordance with the Buyer’s DOE approved Worker Safety and Health Program (MSC-MP-32219, 10 CFR 851 MSC Worker Safety and Health Program Description) or submit to Buyer documentation that the Subcontractor’s Worker Safety and Health Program has been approved by DOE.

The Subcontractor shall exercise a degree of care commensurate with the work and the associated hazards. The Subcontractor shall ensure that management of S&H functions and activities is an integral and visible part of the Subcontractor’s work planning and execution processes. As a minimum, the Subcontractor shall:

o Thoroughly review the defined scope of work;o Assist in identifying hazards and ES&H requirements;o Assist in analyzing hazards and implementing controls; o Perform work within controls; and o Provide feedback on adequacy of controls and continue to improve safety

management

4.1.1 Environmental Requirements

Except for normal fuels and lubricants associated with the operation of motor vehicles, the Subcontractor shall not bring any hazardous materials onto the Hanford Site without the express permission of the BTR. Spills resulting from work performed on the Hanford Site shall be immediately reported to the BTR.

The Subcontractor shall provide Material Safety Data Sheets (MSDS) for each chemical listed on the Chemical Inventory Worksheet provided with their proposal. The Buyer will assign a Hanford MSDS number to those MSDSs which do not have Hanford numbers. The Subcontractor must also maintain current Hanford MSDSs for chemical products that are brought onsite such that, during each work shift, affected employees have immediate access to the MSDSs. The Subcontractor shall immediately update and/or complete Part B of the Chemical Inventory Worksheet whenever the chemical inventory changes, and submit a copy to the BTR. The Subcontractor shall complete Part C of the Chemical Inventory Worksheet upon removal of the chemicals from the Hanford Site or completion of this contract.

Page 3 of 18

Page 4: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

4.1.2 ES&H Requirements

The Subcontractor and its lower-tier Subcontractors shall perform work on the Hanford Site in accordance with the Buyer’s Safety and Health Procedures and Practices, applicable Site-wide Safety Programs, and the provisions of Special Provision SP5. Buyer’s Safety and Health Procedures and Practices are available on the internet.

o (Contact the MSA Contract Specialist if questions) at http://www.hanford.gov/pmm/page.cfm/Construction. The documents on this site are kept current and are readily available for Subcontractor and lower-tier Subcontractor use.

The Subcontractor and its lower-tier Subcontractors shall take all reasonable precautions in the performance of the work to protect the safety and health of employees and of members of the public. The Subcontractor and its lower-tier Subcontractors shall be responsible to comply, without additional expense to the Buyer, with new or modified State, Federal, and DOE requirements or regulations. Where there is a difference in regulations or requirements, the most stringent shall apply.

Subcontractor shall perform work in compliance with facility-specific procedures and requirements documents applicable to the work area.

Subcontractor shall take appropriate action, up to and including stopping work, and immediately notify the Buyer if an unplanned risk or hazard is discovered that is not covered by directions provided by Buyer. This action includes notifying the Buyer if the work exposes their workers to hazards that require exposure assessment, medical examinations, or training.

Stop Work Responsibilities:

Employee/Subcontractor Responsibilities:

The responsibility and authority to initiate a Stop Work IMMEDIATELY, without fear of reprisal, when the employee believes a situation exists which places himself/herself, coworker(s), or the environment in danger or at risk.

Notifications:

The responsibility to report any activity or condition the employee or Subcontractor believes is unsafe or for which they have initiated a Stop Work. Notification should be made to the affected workers(s), BTR, Buyer, and to the supervisor or their supervisor’s designee at the location where the activity or condition exists.

The responsibility to notify their supervisor if a raised Stop Work issue has been resolved to their subcontractor through established channels prior to the resumption of work.

Page 4 of 18

Page 5: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

Subcontractor shall utilize the Hanford Site Occupational Medical Provider and complete the Employee Job Task Analysis to obtain the identified regulatory required occupational medical examinations.

Subcontractor shall use the Hanford Site Occupational Medical Provider for first aid treatment, and return to work evaluations and the Hanford Fire Department or Richland Fire Department (depending on location of incident) for ambulance service for urgent medical situations requiring care and transport.

Subcontractor shall ensure employees and subcontractor employees have received the identified safety-related training as required by MSA safety and health procedures.

Specific health and safety requirements for the execution of the scope of work described in this document will be stipulated in the Buyer's Site-specific Health and Safety Plans, Job Hazard Analysis (JHA)/Job Safety Analysis (JSA) and Radiological Work Permits, as applicable. The Buyer's safety and health requirements will be communicated to the Subcontractor through HGET, facility-specific training and orientation, pre-job briefings, and the requirements specified in Buyer's Special Provision 5 (SP-5), Special Provisions -On Site Services. A pre-job safety meeting, including any personnel associated with the field work, will be held before the performance of the field work.

In the event that the work performed by the Subcontractor falls outside of the scope of the MSA General Hazard Analysis (GHA), the Subcontractor shall prepare a job hazard analysis (JHA) in accordance with the requirements specified in MSC-PRO-079, Job Hazard Analysis. The Subcontractor will participate in the JHA/AJHA process, and will comply with the requirements specified within any JHA document (e.g.; AJHA, JSA, Work Order, etc.) associated with the Subcontractor's description/scope of work. All applicable JHAs shall be reviewed and approved by the Contracting Officer and provided for review to all Subcontractor personnel before the initiation of field activities.

The Subcontractor will supply all appropriate personal protective equipment (PPE) needed by Subcontractor personnel. Subcontractor personnel shall adhere to all PPE requirements set forth by the facilities in which the work is performed. If no requirements are specified by the facility, at a minimum, safety glasses with side shields and substantial footwear (i.e., no open-toed or open-heel shoes, no sandals) shall be worn by Subcontractor personnel.

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

The Subcontractor shall provide Buyer with a copy of all reports made to government agencies or insurance companies relating to jobsite accidents and injuries.

APPLICABLE ES&H REQUIREMENTS

Number Title1. 10 CFR 851 Worker Safety and Health Program

2. 10 CFR 851.A1 Stop Work Responsibilities

3. SP-5 Special Provisions - On Site Services

Page 5 of 18

Page 6: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

The Subcontractor shall flow-down all the ES&H requirements to their lowest tier Subcontractors performing work, associated with this contract, on the Hanford Site.

4.2 Quality Assurance Requirements

Subcontractor shall be responsible for performing quality workmanship and shall conduct the quality control measures necessary to ensure work conforms to drawings and specifications. Subcontractor shall submit a copy of their documented Quality Program in accordance with ASME QAI-1 and applicable inspector certification(s), as applicable to the inspection activity. The Subcontractor shall not perform any work activities until inspector certification(s) are reviewed and approved by the Buyer.

4.2.1 Codes and Standards

The Subcontractor shall use the most current and stringent requirements as guiding specifications during the performance of work: American National Standards Institute (ANSI) NB23; National Board Inspection Code for Boilers and Pressure Vessels (2015); American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code Sections I, IV, VIII (2015 Edition); and Code of Federal Regulations (CFR) 29 CFR 1910.169 and 29 CFR 1926.306.

4.2.2 Electrical Safety Requirements

All electrical control panels and electrical equipment (a general term including material, fittings, devices, appliances, luminaries [fixtures], apparatus, and the like used as a part of, or in connection with, an electrical installation) delivered or brought onto the site in performance of this contract must be labeled by an organization currently recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL).

All electrical equipment installed as part of this contract must comply with the National ElectricCode (NEC), NFPA 70 and where applicable ANSI C2 (NESC). The Buyer reserves the right to inspect electrical equipment and installations. The Subcontractor is responsible for notifying the Buyer when installations are available for inspection.

Electric motors shall be labeled in accordance with NEMA MG-1 or listed by an organization currently recognized by OSHA as an NRTL.

Electrical equipment and devices for which there is a NRTL listing category, must be Listed orLabeled by UL or another organization currently recognized by OSHA as an NRTL.

The Canadian Standard Association (CSA) marking is currently recognized by OSHA as an NRTL when the label includes “US” or “NRTL” subscript.

The European Union “CE” marking, Directive 93/68EEC, is not currently recognized by OSHA as an NRTL marking.

The International Electrotechnical Commission (IEC) Standard 60529 for enclosures,

Page 6 of 18

Page 7: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

(IPxx), is not currently recognized by OSHA as an NRTL label.

Electrical equipment for which there is no listing category must be evaluated or tested using a method submitted to and approved by the Buyer, prior to delivery of the equipment.

4.2.3 Subcontractor’s use of Calibrated Equipment

In the event that the Subcontractor utilizes their own M&TE during the performance of an inspection, equipment requiring calibration shall be calibrated in accordance with established tolerances to assure reliable results. The standards used to calibrate the equipment shall be traceable to the National Institute of Standards and Technology or other nationally recognized standards. M&TE shall be selected based on the type, range, accuracy, and tolerance needed to accomplish inspections and tests in conformance with the specified codes or standards. If at any time during the course of this contract, the Subcontractor’s owned M&TE as-found calibration measurements are out-of-tolerance; the Subcontractor shall notify the BTR and submit a copy of the calibration report showing the discrepant as-found measurements. The Subcontractor shall evaluate the use of the equipment to determine if previously collected data is acceptable. The Subcontractor shall submit for approval written documentation of this evaluation, including as necessary, recommendations for the recollection of previously collected data found to be unacceptable. If the Subcontractor utilizes their own M&TE, a copy of the M&TE shall be submitted along with the Inspection report.

4.2.4 Documentation Requirements

All documents submitted by the Subcontractor shall be legible to the fourth generation when reproduced in any media

Incorrect data shall not be obliterated by the use of whiteout, correction tape, scribbling or any other method. Correction to documents shall be accomplished by striking a single line through the incorrect information, and inserting the correction in permanent ink as close as possible to the original data. The correction shall be initialed and dated by the person making the correction. Use of pencil or water-soluble ink is prohibited.

4.3 Government Property

A Government owned vehicle will be made available to the Subcontractor to perform inspections. A Government-owned computer will be made available for work performed on the Hanford Site. No other Government owned property will be assigned to, or managed by, the Subcontractor associated with the execution of work scope under this contract.

At the end of subcontract term all government proprietary information must be removed from vendor computers and data bases. All hard copy and electronic copies must be destroyed following the end of the subcontract.

Page 7 of 18

Page 8: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

5.0 PERSONNEL REQUIREMENTS

The Subcontractor shall provide personnel who are fully trained, experienced, and qualified to perform their assigned work associated with this contract. The Subcontractor shall assign a primary inspector, as well as a back-up inspector. The back-up inspector shall be available, to the Buyer, when the primary inspector is unavailable. The back-up inspector is subject to the same training requirements as the primary inspector. The Subcontractor shall not use a back-up inspector unless authorized, in advance, by the BTR.

The Subcontractor shall submit, as a part of their proposal, each inspector's resume of experience and qualifications for verification by Buyer. The Inspector's Commission Certificate must be updated by the Subcontractor and current copies sent to the BTR.

Subcontractor personnel, performing on-site work, are required to be United States citizens and complete HGET at the Hanford Site, which takes approximately four hours, prior to receiving site access credentials. HGET refresher training shall be required annually thereafter for the duration of the contract. HGET refresher can be completed via the internet, and takes approximately two hours to complete. The Subcontractor shall be responsible for all costs associated with HGET training except the tuition cost, which shall be paid for by the Buyer.

If Subcontractor personnel, for any reason, are unable to complete the performance of the work specified within this contract, the Subcontractor shall provide a qualified replacement.

5.1 Training and Qualifications

Subcontractor personnel shall meet and maintain the appropriate training, qualification, and certification requirements necessary to perform their assigned work associated with this contract. At a minimum, the following types of Hanford Site training and qualifications are required for inspectors:

HGET 24 Hour Hazardous Waste Worker Training Respiratory Protection and Mask Fit Certification Radiological Worker II Training Site Lock and Tag (Authorized Worker) Confined Space Entry Suspect/Counterfeit Items Facility Specific Training

Also, a medical physical, commensurate with the rigorous tasks involved in performing the inspections, a whole body radiation count, and a breathing air mask fit shall be required for each inspector working under this contract.

Page 8 of 18

Page 9: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

Subcontractor personnel must have the following qualifications, as applicable:

Commissioned by The National Board of Boiler and Pressure Vessel Inspectors, and the State of Washington Department of Labor & Industries to perform the inspections of operating boilers and unfired pressure vessels;

Certified as an In-service inspector per applicable ASME code to perform none safety related.

Inspection services on in-plant fabricated pressure equipment.

Required OSHA, special hazard training (with the exception of training courses that are only offered by the Hanford Site), and Job Specific training shall be provided by the Subcontractor at no cost to the Buyer. It is requested that applicable Contactor personnel complete the training, medical physical, whole body count, and mask fit, at the same time.

All required training shall be completed prior to the start of work. Costs incurred due to missed training or medical appointments will be passed back to the Subcontractor for reimbursement.

In the event that the Subcontractor is unable to attend scheduled training, Subcontractor shall contact the MSA Training Coordinator.  Cancellations must be completed 3 days prior to the start date of the course. The Subcontractor will be billed for any training/medical appointments cancelled within the 3 day window; failure to show up to the scheduled course/medical appointment; and arriving late to the training/medical appointment where the Subcontractor is turned away.

5.2 Security and Badging Requirements

While performing on-site work, the Subcontractor shall wear, at all times, a Buyer-issued security identification badge. The Subcontractor’s employees will be required to submit to vehicle searches and not carry or transport prohibited articles, which are identified in HGET as well as posted at the site access barricades.

The Buyer reserves the right to refuse access to any of the Subcontractor’s employees or Subcontractor employees, at the Buyer’s discretion.

5.3 Work Location / Potential Access Requirements

TPI Services at the Hanford Site may take place in a wide variety of facilities and geographical locations. Facilities may include, but are not limited to, chemical processing plants, waste handling facilities, nuclear facilities, steam generating facilities, production facilities or office facilities. Facilities may be operating or in shut-down/standby status and may or may not be contaminated radiologically or by other hazardous materials. Detailed locations will be provided to the Subcontractor by the BTR. When required, a facility representative will escort Subcontractor personnel.

Page 9 of 18

Page 10: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

The Buyer shall not reimburse the Subcontractor for primary inspector travel expenses. When a back-up inspector and/or an ANIIS is utilized, who lives greater than 40 miles from one of the primary Hanford Site access points, travel expenses to the 40 mile boundary shall be allowed and reimbursed by the Buyer, as depicted in Attachment B, Travel Reimbursement Boundary Map. However, commuting to and from the Tri-Cities and the Hanford Site shall not be reimbursed by the Buyer.

5.4 Site Access and Work Hours

The Hanford Site operates on the standard 4-10’s schedule Monday through Thursday. The standard work day shall consist of ten (10) hours of work between 6:00 a.m. and 4:30 p.m., with one-half hour designated as an unpaid period for lunch.

Any on-site work is to be performed during the Hanford standard work schedule, as stated above.

NOTICE: Daily work schedules, facility operations and holidays are NOT consistent on the Hanford Site. In addition, some organizations and facilities observe alternate Friday closures. Accordingly, the Subcontractor shall make specific schedule arrangements with the BTR in advance of the performance of work that may occur outside the normal work schedule. The Buyer will not be liable for the cost of any delays which result from Subcontractor’s failure to obtain a specific schedule agreement in advance. When the Hanford Site work schedule experiences delays or closures due to weather or emergency conditions, interrupting the Subcontractor’s schedule, the Subcontractor will reschedule the work at the established contracted rate.

6.0 MEETINGS / SUBMITTAL

The Subcontractor shall participate in all meetings as required by the BTR. The purpose of the meetings is the exchange of work-related information.

The following items shall be submitted to the Buyer in accordance with the instructions contained in Attachment A, Submittal Register.

Chemical Inventory Worksheet Part B Chemical Inventory Worksheet Part C Resume/Certifications Time Sheets Inspection Reports M&TE Calibration Report Quality Program documentation

The Subcontractor submittals identified here, and summarized on the Submittal Register, shall be submitted by the Subcontractor using the Contractor Document Submittal Form (CDSF)

Page 10 of 18

Page 11: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

7.0 DELIVERABLES AND PERFORMANCE SCHEDULE

7.1 Deliverables

Subcontractor shall provide completed inspection reports within 10 business days to the Buyer, Facility/Project Point of Contact, TPI Administrator, and the BTR.

See section 6.0 for additional submittals.

7.2 Schedule

Start Date: April 6, 2017Completion Date: September 30, 2019

Page 11 of 18

Page 12: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

ATTACHMENT ASUBMITTAL REGISTER

Submittal Register Definitions

1. Numerical submittal sequence number: Example: 1, 2, 3, 4, … (or organized by topics and project assigned coding structure).

2. Number of Copies (electronic and/or hard copy): Example: E (Electronic only), 6 (Six Hard Copies), or Hard, 1: E, 1 (One Hard Copy, and Electronic).

3. Format: Describes the format of the submittal.DWG An AutoCAD drawing using the Hanford standard formatting

(See HNF-14660, Off-Site Vendor Directions of the Preparation and Control of Engineering Drawings).

MFC Microsoft Format Compatible application (Word, Excel, Access, PowerPoint)P3 A Primavera Project Planner scheduleGEN General or Open Format/Media PDF Adobe Acrobat (Portable Document Format)

4. Type: Describes the type of submittal required.APW Approval Required Prior to Work (Buyer must approve the Subcontractor’s

submittal prior to the Subcontractor being authorized to proceed with any activity/work associated with the submittal).

AP Approval Required (Buyer must approve the Subcontractor’s submittal; however, work associated with the submittal may proceed prior to Buyer approval).

FIO For Information Only (the submittal is not subject to review and/or approval).

5. Vendor Information (VI): Mark Yes if document(s) are VI, otherwise leave blank.

6. Description / Document Title: Title or general description of the document.

7. Submittal Date: Actual date or number of Calendar Days before or after a milestone that a submittal is due from the Subcontractor: Example: June 1, 2005 or CD + 60 [60 days after Conceptual Design Complete]A Date of AwardCD Conceptual Design CompletePD Preliminary Design CompleteFD Final Design CompleteM MobilizationSC Start of ConstructionEC End of Construction

8. Buyer Review Time (Work Days): Applicable to AP and APW only. Example: 3 Days

9. Contract Section or Requirement Reference: Cross reference to the Contract Section that defines this submittal. Example: SOW 3.1.

Page 12 of 18

Page 13: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

Submittal Register:

The Subcontractor shall meet the required schedule and provide all documents in accordance with the following submittals.

Contract Number and Name: Third Party Inspection Services - Pressure Vessels and Boilers Revision: 0

1.No.

2.No. of

Copies* (See End

Note)

3.Format

4.Type

5.Vendor Information

(Mark Yes if VI)

6.Description / Document Title

7.Submittal Date

8.Buyer Review Time (Work

Days)

9.Contract Section or Requirement

Reference

1. E, 1 PDF FIO Yes MSDS Part of Proposal 4.1.1

2. E,1 PDF APW Yes Quality Program documentation Part of proposal 10 Days 4.2

3. E,1 PDF APW Yes Resume/Certifications Part of Proposal 10 Days 4.25.0

4. E,1 GEN FIO Inspection Reports Inspection Completion

3.07.1

5. E,1 PDF FIO Yes Chemical Inventory Worksheet – Part B As updated 4.1.1

6. E,1 PDF FIO Yes Chemical Inventory Worksheet – Part C

Completion of Contract or Removal of Chemicals

4.1.1

7. E,1 PDF FIO M&TE Calibration Report See Description 4.2.3

8. E,1 GEN FIO Logs

*For electronic submittals, the number of hard copies can be negotiated with the Contracting Officer and approved by the BTR.

Page 13 of 18

Page 14: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

ATTACHMENT BPRESSURE VESSEL LIST

The following table is representative of the Buyer pressure vessel and boiler inventory. The items on the inventory are subject to change at any time, solely at the discretion of the Buyer, and without revision to this contract.

QTY. DESCRIPTION LOCATION QTY. DESCRIPTION LOCATION

1 AIR RECEIVER 310 1 VERTICAL (DOMESTIC HOT WATER HEATER) 2025E

2 AIR DRYERS 310 3 NITROGEN TANK - PORTABLE 2101HV

1 ELECTRIC  WATER HEATER 310 1 AIR RECEIVER - 2101 2101M

1 AIR COMPRESSOR RECEIVER 310 1 AIR/OIL SEPARATOR - 2101 2101M

1 VERTICAL AIR RECEIVER (SERVICE TUNNEL, WEST END) 324 1 AIR  COMP RECEIVER 2101 2101M

1 VERTICAL AIR RECEIVER (EPN-833) 324 9 HORIZONTAL AIR RECEIVER, V&B TRUCK 2101M

1 HORIZONTAL SHELL & TUBE HEAT EXCHG FOR CHILLER 324 1 SKID MOUNTED ELECTRIC WATER HEATER FOR POTABLE

WATER - 2101 2101M

1 AIR DRYER ( DESICCANT), (RIGHT TOWER) 324 1 AIR RECEIVER FOR TRUCK 2101M

1 VERTICAL AIR DRYER ( DESICCANT), LEFT TOWER 324 1 HORIZONTAL AIR RECEIVER, CSB BLDG - 212 212H

1 VERTICAL, 120 GAL ELECTRIC WATER HEATER, 324 2 VERTICAL AIR DRYERS, (LEFT & RIGHT) CSB - 212 212H

1 HORIZONTAL AIR RECEIVER FOR 10 HP STANDBY UNIT 324 2 AIR RECEIVER - 222 222S

2 VERTICAL DESICCANT AIR DRYER VESSEL 324 1 EXPANSION TANK 222S

2 VERTICAL LIQUID SODIUM STORAGE VESSEL 402 2 VERTICAL AIR DRYER (WESF) 225B

1 HORIZONTAL LIQUID SODIUM STORAGE RECEIVER 402 1 AIR/OIL FILTER FOR PORTABLE COMPRESSOR 225BC

1 VERTICAL LIQUID SODIUM STORAGE RECEIVER 402 1 VERTICAL AIR RECEIVER (WESF) 225BC

1 VACUUM TRANSFER TANK T-60 403 1 HORIZONTAL S&T CHILLER CONDENSOR (WESF) 225BC

1 NA TRANSFER TANK T-38 403 1 HORIZONTAL CHILLER CONDENSOR (1B) (WESF) 225BC

1 AIR RECEIVER 437 2 HORIZONTAL S&T CHILLER  EVAPORATOR (WESF) 225BC

3 RAD WASTE WATER TANK 437 2 VERTICAL EXPANSION TANK (WESF) 225BC

1 AIR DRYERS  - DESICCANT 437 2 VERTICAL AIR DRYER - HEAT EXCHANGE 225-BC (WESF) 225BC

1 ELECTRIC BOILER - HWH 609 FIRE STATION 609 1 VERTICAL WATER TANK (WESF) 225BG

1 VERTICAL AIR COMP RECEIVER 609 1 VERTICAL WATER VESSEL (WESF) 225BG

2 HORIZONTAL AIR COMP RECEIVER 609 1 HORIZONTAL AIR RECEIVER FOR TOP MOUNTED COMPRESSOR - 2266 2266E

1 VERTICAL AIR RECEIVER FOR 1.5 HP OIL-LESS AIR COMPRESSOR 609 1 2266E VERTICAL AIR/SAND RECEIVER FOR PORTABLE

SAND BLASTING UNIT 2266E

1 VERTICAL ELEC WATER HEATER FOR DOMESTIC POTABLE HOT WATER 662 1 2266E HORIZONTAL DUAL AIR RECEIVERS FOR 2 HP GAS

PORTABLE AIR COMP UNIT 2266E

1 VERTICAL ELECTRIC WATER HEATER 662 1 ELECTRIC HOT WATER HEATER -- MAINTENANCE SHOP 2266E

1 VERTICAL AIR RECEIVER 669 2 VERT AIR COMPRESSOR - AIR/OIL SEPERATOR - MAINTENANCE SHOP 2266E

1 VERTICAL AIR RECEIVER - CTF 672 1 VERTICAL 120 GALLON AIR RECEIVER 2268E

1 VERTICAL AIR RECEIVER  FOR INSTRUMENT AIR - CTF 672 1 VERTICAL AIR RECEIVER 2269E

4 VERTICAL ION EXCHANGE VESSEL (ONE OF FOUR IN TRAIN "G") 689 1 HORIZONTAL AIR RECEIVER 2304W

Page 14 of 18

Page 15: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

QTY. DESCRIPTION LOCATION QTY. DESCRIPTION LOCATION

4 VERTICAL ION EXCHANGE VESSEL (ONE OF FOUR IN TRAIN "H") 689 1 HORIZONTAL AIR COMPRESSOR RECEIVER 2310W

4 VERTICAL ION EXCHANGE VESSEL (ONE OF FOUR IN TRAIN "I") 689 1 VERTICAL HEAT RECOVERY EXPANSION TANK (WRAP) 2336W

4 VERTICAL ION EXCHANGE VESSEL (ONE OF FOUR IN TRAIN "J") 689 1 VERTICAL CHILL WATER EXPANSION TANK 2336W

4 VERTICAL ION EXCHANGE VESSEL (ONE OF FOUR IN TRAIN "K") 689 2 HORIZONTAL AIR COMPRESSOR RECEIVER 2336W

4 VERTICAL ION EXCHANGE VESSEL (ONE OF FOUR IN TRAIN "L") 689 1 VERTICAL AIR DRYER VESSELS (CONNECTED) 2336W

4 VERTICAL ION EXCHANGE VESSEL (ONE OF FOUR IN TRAIN "M") 689 1 VERTICAL ELECTRIC WATER HEATER 2336W

4 VERTICAL ION EXCHANGE VESSEL (ONE OF FOUR IN TRAIN "N") 689 2 HORZ SHELL & TUBE EVAPORATOR VESSEL 2336W

1 VERTICAL EXPANSION TANK - CHILL WTR 3020 2 ELECTRIC WATER HEATER 234-5Z

2 GAS FIRED BOILER 6091 1 AIR COMPRESSOR RECEIVER 241C

1 GAS FIRED WATER HEATER 6091 1 MAIN VERTICAL AIR RECEIVER 242A

1 EXPANSION TANK - HWH 6091 1 EC-3 HEAT EXCHANGER 242A

1 EXPANSION TANK -CHILLED WTR 6091 1 EC-2 HEAT EXCHANGER 242A

2 CHILLER EVAP 6091 1 EC-1 S&T  EVAPORATOR CONDENSER 242A

1 AIR COMPRESSOR RECEIVER, 6091 2 ELECTRIC HOT WATER HEATER - 242S 242S

2 EXPANSION TANK 6091 3 VERTICAL AIR RECEIVER W/ INTERNAL BLADDER 251E

1 AIR SEPERATOR FOR CHILLED WATER HEATING SYSTEM 6091 3 VERTICAL AIR RECEIVER W/ INTERNAL BLADDER 251W

2 GAS FIRED BOILER 6092 1 HORIZONTAL 120 GAL. AIR REC 2610E

2 GAS FIRED WATER HEATER 6092 1 AIR COMPRESSOR RECEIVER 2620W

1 EXPANSION TANK - HEATING 6092 1 HOT WATER HEATER 2620W

1 EXPANSION  TANK - CHILLED WTR 6092 1 AIR RECEIVER, VERTICAL FOR TOP MOUNTED 5HP UNIT - 2703E 2703E

1 CHILLER EVAP 6092 2 ELECTRIC  WATER HEATER 2704HV

1 AIR COMPRESSOR RECEIVER 6092 1 AIR COMPRESSOR  RECEIVER 2704HV

1 AIR CYLINDERS - BREATHING 6092 1 VERTICAL AIR/OIL FILTER RECEIVER FOR 1300 CFM PORTABLE UNIT 2711E

1 HYDRO-PNEUMATIC  TANK 6092 2 HORIZONTAL AIR COMP RECEIVER 2711E

1 AIR SEPERATOR FOR CHILLED WATER SYSTEM 6092 1 HORIZONTAL AIR COMP RECEIVER - UNDER BED - LUBE TRUCK 2711E

1 HORIZONTAL AIR/VACUUM RECEIVER 6266 1 HORIZONTAL AIR RECEIVER FOR UNDER HOOD COMPRESSOR UNIT 2711E

1 HOT WATER STORAGE TANK 6266 1 AIR COMP RECEIVER - PTO BELT DRIVEN  - SERVICE TRUCK 2711E

1 HORIZONTAL AIR COMPRESSOR - FOR 5HP 6266 1 HORIZONTAL AIR RECEIVER FOR SERVICE TRUCK 2711E

1 HORIZONTAL AIR RECEIVER 6290 1 HORIZONTAL AIR  RECEIVER--ABOVE BOX - SHOP TRUCK 2711E

1 VERTICAL 400 GAL. ELECTRIC HWH TANK 6290 1 AIR COMP RECEIVER, 15 HP 2711E

1 AIR COMPRESSOR RECEIVER 100K 1 HORIZONTAL AIR RECEIVER FOR 5HP PORTABLE GAS UNIT 2711E

1 LARGE VERTICAL AIR STORAGE RECEIVER VESSEL 105KW 1 2711E - VERTICAL AIR RECEIVER FOR BED MOUNTED COMP UNIT-LUBE TRUCK 2711E

1 HORIZONTAL AIR RECEIVER FOR 10 HP AIR COMPRESSOR UNITS 105KW 1 HORIZONTAL AIR COMPRESSOR RECEIVER (TRUCK) 2711E

1 SHELL & TUBE HEAT EXCHANGER (CHILLER PAD) 105KW 2 2711E- AIR RECEIVER FOR TRUCK 2711E

1 VERTICAL AIR COMPRESSOR RECEIVER (BHI VESSEL) 105NB 3 ELECTRIC WATER HEATER  2713W 2713W

Page 15 of 18

Page 16: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

QTY. DESCRIPTION LOCATION QTY. DESCRIPTION LOCATION

2 AIR RECEIVER 142K 1 HORIZONTAL AIR RECEIVER - 3HP - PAINT SHOP 2715EC

2 PROCESS WATER CONDITIONING VESSEL 142K 3 AIR RECEIVER 271T

1 AIR COMPRESSOR RECEIVER 142K 3 AIR COMP RECEIVER 2721EA

3 EXPANSION TANK 142K 2 VERTICAL AIR RECEIVERS - 2721EA SHOP 2721EA

2 ELECTRIC WATER HEATER (80 GAL.) 142K 1 VERTICAL AIR RECEIVER (PORTABLE) - 2721EA SHOP 2721EA

3 HEAT EXCHANGER 142K 1 HORIZONTAL AIR RECEIVER 2721EA

4 AIR RECEIVER 142K 1 VERTICAL ELECTRIC  WATER HEATER 272AW

2 COOLER/CONDENSER FOR PES VPS SYSTEM 142K 1 HORIZONTAL AIR COMPRESSOR RECEIVER 272AW

1 RECIRCULATING TANK FOR PES TW SYSTEM 142K 2 SANDBLAST AIR TANK - 2715S 272S

2 ELECTRIC ELEMENT HEATER FOR PES TW SYSTEM 142K 1 EXT- AIR RECEIVER, 272S 272S

2 PLATE HEAT EXCHANGER FOR PES TW SYSTEM 142K 2 ELECTRIC HOT WATER HEATER - 272S 272S

1 VERTICAL RECIRCULATING TANK FOR PES TW SYSTEM 142K 1 ELECTRIC WATER TANK HEATER - 272WA 272WA

4 ION EXCHANGE TRAIN 'A' VESSEL 1604K 1 VERTICAL AIR RECEIVER 2736ZB

4 ION EXCHANGE TRAIN 'B' VESSEL 1604K 1 HORIZONTAL AIR RECEIVER 2736ZB

4 ION EXCHANGE TRAIN 'C' VESSEL 1604K 1 AIR RECEIVER 273AW

1 VERTICAL AIR RECEIVER FOR TOP MOUNTED 10HP A/C 1604K 1 GLYCOL/WATER STORAGE RECEIVER 273AW

4 ION EXCHANGE TRAIN 'A' VESSEL 1608K 1 HORIZONTAL AIR RECEIVER FOR AIR COMPRESSOR UNIT 274E

4 ONE OF FOUR; ION EXCHANGE TRAIN 'B' VESSEL 1608K 1 AIR COMP RECEIVER - MOBILE PAINTER'S TRAILER 274E

4 ONE OF FOUR; ION EXCHANGE TRAIN 'C' VESSEL 1608K 1 AIR COMPRESSOR - AIR/OIL SEPERATOR -274E 274E

4 ONE OF FOUR; ION EXCHANGE TRAIN 'D' VESSEL 1608K 1 VERTICAL HOT WATER HEATER 2750E 2750E

4 ONE OF FOUR; ION EXCHANGE TRAIN 'E' VESSEL 1608K 1 VERTICAL AIR SEPERATOR 2750E

4 ONE OF FOUR; ION EXCHANGE TRAIN 'F' VESSEL 1608K 1 HORIZONTAL AIR RECEIVER FOR 1HP ELECTRIC PORTABLE COMPRESSOR UNIT 275E

3 VERTICAL AIR RECEIVER TANK 165KW 1 HORIZONTAL DUAL AIR RECEIVER FOR 2HP GAS PORTABLE AIR COMPRESSOR UNIT 275E

1 AIR COMPRESSOR RECEIVER - H 1713H 1 HORIZONTAL DUAL AIR RECEIVER FOR 2HP PORTABLE ELECT. COMPRESSOR UNIT 275E

4 ION EXCHANGE TRAIN 'A' VESSEL, 1 OF 4 1804D 1 HORIZONTAL AIR RECEIVER FOR 3.5 HP COMPRESSOR UNIT -  275E   (TRUCK) 275E

4 ION EXCHANGE TRAIN 'B' VESSEL, 1 OF 4 1804D 1 ELECTRIC WATER HEATER  120 GAL. - 275W 275W

4 ION EXCHANGE TRAIN 'C' VESSEL, 1 OF 4 1804D 2 CHLORINE ENCAPSULATION VESSEL RECEIVER 283W

4 ION EXCHANGE TRAIN 'D' VESSEL, 1 OF 4 1804D 4 HORIZONTAL AIR RECEIVER 289T

4 ION EXCHANGE TRAIN 'E' VESSEL, 1 OF 4 1804D 2 VERTICAL ELEC WATER HEATER 289T

4 ION EXCHANGE TRAIN 'F' VESSEL, 1 OF 4 1804D 2 HORIZONTAL AIR RECEIVER 289TA

1 AIR COMPRESSOR 1804D 6 VERTICAL ION EXCHANGE VESSEL 289TA

1 AIR RECEIVER (DUMP VALVE) 181B 1 VERTICAL RESIN STRIP TANK 289TA

1 AIR RECEIVER, ( RIVER SCREEN) 181B 3 VERTICAL CARTRIDGE FILTER VESSEL 289TA

1 AIR RECEIVER (RIVER SCREEN) 181D 10 VERTICAL BAG FILTER VESSEL 289TA

1 AIR RECEIVER ( DUMP VALVE) 181D 1 VERTICAL AIR CHARGED WATER SURGE TANK 289TA

2 AIR COMPRESSOR RECEIVER 182B 2 AIR RECEIVER 291Z

1 AIR/OIL ACCUMULATOR 182B 4 AIR DRYER 291Z

Page 16 of 18

Page 17: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

QTY. DESCRIPTION LOCATION QTY. DESCRIPTION LOCATION

2 AIR/OIL ACCUMULATOR 182D 2 AIR AFTER FILTER/DRYER 291Z

2 AIR COMPRESSOR RECEIVER 182D 1 HORIZONTAL DUAL AIR/OIL FILTER SEPERATOR 291Z

1 AIR, COMPRESSOR, RECEIVER 186D 2 EXPANSION TANK 3709A

2 VERTICAL AIR RECEIVER FOR INSTRUMENT AIR - TANK FARMS 200CC-BA 1 CONDENSER (SHELL & TUBE) 3709A FIRE STATION 3709A

1 HORIZONTAL AIR RECEIVER 200E 1 BREATHING AIR SYSTEM AIR RECEIVER, 3709A FIREHOUSE 3709A

1 VERTICAL ELEC STEAM BOILER FOR THIN FILM DRYER 2025E 2 AIR RECEIVER COMPRESSOR, 3709A 3709A

1 VERTICAL ELEC STEAM BOILER - EVAP PRE-START 2025E 1 HORIZONTAL AIR RECEIVER-TRUCK 4722B

3 POLISHER  RESIN/WATER TANK 2025E 1 AIR COMPRESSOR RECEIVER - 400 PAINT SHOP 4722C

1 CONDENSATE TANK - DRYER 2025E 4 LIQUID ARGON STORAGE VESSEL 4734A

1 BLOWDOWN FLASH TANK - DRYER 2025E 1 AIR COMP RECEIVER - 4734C 4734C

2 FILTER - R.O. 2025E 1 AIR RECEIVER FOR TRUCK 4734C

1 AIR/OIL SEPARATOR 2025E 1 AIR, COMPRESSOR, RECEIVER (100K), NB-113608 6004KW

1 AIR RECEIVER  -  SERVICE 2025E 4 6004KW ION EXCHANGE TRAIN 'A' VESSEL 6004KW

1 AIR RECEIVER  -INST. 2025E 4 6004KW ION EXCHANGE TRAIN 'B' VESSEL; ONE OF FOUR 6004KW

1 PLATE HEAT EXCHANGER - UV 2025E 1 HORIZONTAL AIR RECEIVER 6092D

1 PLATE HEAT EXCHANGER   H202 2025E 1 AIR COMPRESSOR RECEIVER 6092I

1 ROUGH FILTER  AIR RECEIVER 2025E 1 LPG STORAGE TANK 6092N

1 FINE  FILTER 2025E 1 BREATHING AIR SYSTEM AIR RECEIVER, FIRE STATION 609A 609A

1 FINE FILTER AIR RECEIVER 2025E 2 HORIZONTAL AIR RECEIVER COMPRESSOR, 609A 609A

1 THIN FILM DRYER - UPPER 2025E 2 HEAT EXCHANGER FOR CHILLER SYSTEM 609A

1 THIN FILM DRYER - LOWER 2025E 1 VERTICAL AIR RECEIVER COMPRESSOR, 609-H 609H

1 FEED DISTILLATE HEAT EXCHANGER 2025E 48 HORIZONTAL AIR RECEIVERS (609J BLDG) 609J

1 HORIZONTAL S&T EVAPORATOR HEATER - LEF 2025E 1 AIR COMP. RECEIVER   6241-A 6241A

1 HORIZONTAL EVAP LEVEL CONTROL TANK - LEF 2025E 1 AIR COMP. RECEIVER   6241-V 6241V

1 VERTICAL ENTRAINMENT SEPARATOR - LEF 2025E 1 HORIZONTAL AIR RECEIVER 80 GAL. CC2107

1 EVAPORATOR VESSEL 2025E 1 VERTICAL AIR RECEIVER MO222

1 INLET SILENCER TANK 2025E 1 SANDBLAST TANK MO722

1 OUTLET SILENCER VESSEL 2025E 1 HORIZONTAL AIR RECEIVER FOR AIR COMPRESSOR UNIT - MO722 MO722

1 DISTILLATE FLASH TANK 2025E 2 VERTICAL AIR RECEIVER FOR COMPRESSOR UNIT MO743

1 VENT distillate - EVAP 2025E 1 VERTICAL AIR/OIL FILTER RECEIVER FOR 600-Q CFM

PORTABLE UNIT MO743

12 VERTICAL WASTE WATER FILTER 2025E 1 BREATHING AIR RECEIVER,  PORTABLE - MO743 / 200W / SWSD MO743

1 Load in Filter 1 2025ED 1 Load in Filter 2 2025ED

1 Load in Filter 3 2025ED 1 Purgewater Filter 6 2025ED

1 Purgewater Filter 5 2025ED 1 Purgewater Filter 4 2025ED

1 Safety Shower Hot Water Heater 2025E 1 CIP Filter 2025E

1 Auxiliary Filter C 2025E 1 Auxiliary Filter B 2025E

Page 17 of 18

Page 18: Web viewThe Mission Support Alliance (MSA), (Buyer) is responsible for providing Third Party Inspection (TPI) services, for Pressure Vessels, Boilers, and Pressure/Safety

Mission Support Alliance

QTY. DESCRIPTION LOCATION QTY. DESCRIPTION LOCATION

1 Auxiliary Filter A 2025E 1 Influent Filter C 2025E

1 Influent Filter B 2025E 1 Influent Filter A 2025E

1 Degas Cooler 2025E 1 Rough Filter 2025E

1 TFD Upper Section 2025E 1 TFD Lower Section 2025E

1 Evaporator Level Control Tank 2025E 1 Evaporator Level Control Tank 2025E

1 EVAP De-entrainment Separation 2025E 1 Evaporator Vessel 2025E

1 EVAP Inlet Silencer 2025E 1 EVAP Outlet Silencer 2025E

1 EVAP Vent Gas Cooler 2025E 1

Page 18 of 18