49
Electronic Copy Changes Accepted Repair Maintenance Hangar 456 FA3022-14-R-0002 Project: EEPZ 10-1001 Volume I - Technical Proposal Submitted By: GSI & Whitesell-Green - A Joint Venture 2993 Wallace Lake Road Pace, Florida 32571 (850) 554-7149 For: The Department of the Air Force 14 CONS/LGCA-FA3022 495 Harpe Blvd., Bldg. 730, Suite 256C Columbus AFB, MS 39710-1006

Repair Maintenance Hangar 456 - gsiconstruct.comgsiconstruct.com/wp-content/uploads/2015/03/9...Volume I, Page A Table of Contents Volume I – Technical Proposal Abbreviations Page

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Electronic Copy Changes Accepted

Repair Maintenance Hangar 456

FA3022-14-R-0002

Project: EEPZ 10-1001

Volume I - Technical Proposal

Submitted By:

GSI & Whitesell-Green - A Joint Venture

2993 Wallace Lake Road

Pace, Florida 32571

(850) 554-7149

For:

The Department of the Air Force

14 CONS/LGCA-FA3022

495 Harpe Blvd., Bldg. 730, Suite 256C

Columbus AFB, MS 39710-1006

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page A

Table of Contents

Volume I – Technical Proposal

Abbreviations Page B Cross Reference Matrix Page C Subfactor a: Deconstruction of Existing Hangar Page 1- 7

1. Set-up Page 1 2. Disposal, Salvage, and Recycling Locations Page 2 3. Disposal, Salvage, and Recycling Capabilities Page 2 4. Disposal, Salvage, and Recycling Certifications Page 5 5. Protection of Existing Slab, Structure and….. Page 7

Subfactor b: Construction Equipment Page 7 - 10

1. Cranes, backhoes, forklifts and man-lifts Page 7 2. Welding equipment Page 8 3. Painting equipment Page 8 4. Other critical equipment Page 8

Subfactor c: Personnel Listing and Qualifications Page 10 - 29

1. Organization Chart Page 11 2. Design-Build Team Resumes Page 12 3. Subcontractor Experience & Personnel Page 21

Subfactor d: Construction Plan Page 30 - 38

1. Mobilization and Material Procurement Page 30 2. Staging: Materials and Equipment Page 32 3. Base Access and Haul Routes Page 33 4. Foreign Object or Debris (FOD) Prevention Page 34 5. Storm-Drain Protection Page 34 6. Safety and Health Management Process Page 35 7. Exhibits 1 & 2: Site Plan & SWPPP Details Page 36

Subfactor e: Quality Assurance Plan Page 39 - 42

1. Inspection Schedule and Methods Page 39 2. Record Keeping Method Page 40 3. Applicable Certifications Page 41 4. Contract Closeout Page 41

Subfactor f: Proposed Schedule Page 42 - 45

1. Exhibit #3, CMP Construction Schedule Page 43

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page B

Abbreviations

AFB Air Force Base AOM Air Operations Manager BLDG Building CAFB Columbus Air Force Base CE Civil Engineering CFR Code of Federal Regulations CMI 14CES Construction Manager Inspector CMU Concrete Masonry Unit CO Contracting Officer COE Corps of Engineers CPM Critical Path Method CQC Contractor Quality Control CQCP Contractor Quality Control Plan DART Days Away Restricted Transferred DB Design-Build DP Design Professional EMR Experience Modification Rate EPA Environmental Protection Agency EPP Environmental Protection Plan FOD Foreign Object or Debris GSI-WGI GSI & Whitesell-Green – A Joint Venture HVAC Heating, Ventilation and Air Conditioning MDOT Mississippi Department of Transportation MOT Maintenance of Traffic NAS Naval Air Station NAVFAC Naval Facilities Command NTP Notice to Proceed OSHA Occupation Safety and Health Administration POC Point of Contact PQP Private Qualified Person QC Quality Control RFP Request for Proposal SAPP Safety and Accident Prevention Plan SB Small Business SBC Small Business Concern SDVO Service Disabled Veteran Owned SOW Statement of Work SSHO Site Safety & Health Officer SWPPP Stormwater Pollution Prevention Plan USACE United States Army Corps of Engineers USAF United States Air Force WMP Waste Management Plan

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page C

GSI & Whitesell-Green – A Joint Venture (Page Added) July 23, 2014

Cross-Reference Matrix:

The offeror shall provide a cross-reference matrix. The purpose of the matrix is to aid the Government’s evaluation of the proposals, thereby ensuring no requirements have been overlooked. Offerors shall cross reference the offer and Attachment #1 Statement of Work/ Attachment #2 Drawings/ Attachment #3 Bid Summary Sheet, to where each is addressed.

Offer

FA3022-14-R-0002 Hangar 456 Renovation

Attachment 1 SOW

Attachment 2 Drawings

Attachment 3 Bid Summary

VOLUME I

Technical Proposal X X —

VOLUME II

Past Performance — — —

VOLUME III

Price Proposal — — X

VOLUME IV

Contract Documents — — —

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 1

Subfactor a: Deconstruction of Existing Hangar:

Offeror shall describe its Demolition and Disposal Sequence according to the SOW requirements.

Demolition and Disposal Plan shall at a minimum include:

GSI & Whitesell-Green – A Joint Venture (GSI-WGI) hereby commits to perform all aspects of the work described in and/or required by the solicitation and SOW in strict accordance with those documents and to perform all functions in the most skilled and professional manner throughout the life of the contract. Successful, timely and safe project completion resulting in complete customer satisfaction is our goal.

1. Set-up:

Deconstruction Plan Activity Overview: The work covered under this Deconstruction and Disposal Plan will be conducted by GSI & Whitesell-Green – A Joint Venture (GSI-WGI) in a generally sequential manner, with some activities being conducted concurrently with others. Deconstruction and demolition work will be performed in accordance with EM3851-1 15 SEP 08 section 23 Demolition, applicable OSHA Standards, and CAFB’s Environmental, Safety and Occupational (EESOH) Health Policy. A summary of the set-up activities for the deconstruction phase is outlined below:

• Preparation of Deconstruction / Abatement design documents by the design subcontractor; including Survey of deconstruction work by Structural Engineer per the requirements of EM385-1.1; and “separate” approval by government.

• Preparation of Deconstruction related submittals, including a formal Deconstruction Plan, by the Deconstruction subcontractor

• Preparation of Abatement related submittals, including a formal Abatement Plan, by the properly qualified Private Qualified Person (PQP) for that work

• Preparation and approval of “initial” Preconstruction Plans necessary for the Demo / Abatement work, including at a minimum:

o Site Utilization / Area Use Plan o Safety and Accident Prevention Plan (SAPP) o Existing Structure Shoring/Bracing Plan o Environmental Protection Plan (EPP) o Waste Management Plan (WMP)(including programs for disposal of hazardous and non-

hazardous waste; and diversion of recycled materials to be generated by the Deconstruction and Abatement scope of work)

o Contractor Quality Control Plan (CQCP) o Stormwater Pollution Prevention Plan (SWPPP) o Foreign Object or Debris Prevention Plan (FOD)

• Conduct Mutual Understanding Meeting

• Coordination of Haul Routes related to the Deconstruction and Abatement scope of work

• Obtain Dig, Work Clearance and Hot Work permits

• Conduct underground utility search to include one call locate service

• Construction of site amenities for Deconstruction and Abatement including at a minimum: o Temporary barriers to include FOD controls o Site Signage, including traffic control, pedestrian access and safety awareness o Storm water pollution prevention measures including erosion control o Portable toilets and sanitation facilities o Dust control to include temporary site water and misting system o Temporary electrical and lighting services o Temporary bracing/shoring

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 2

o Measures to protect the steel frame, footings, landscaping and slab-on-grade to remain.

• CQC Preparatory and Environmental Brief meetings related to deconstruction and abatement

• Formal notice of deconstruction and abatement with Mississippi regulatory agencies having jurisdiction

• Formal notice/application of SWPPP with Mississippi regulatory agency having jurisdiction

• Verification of existing utility disconnections. (Elec. and Gas disconnects to be double checked)

• Receive deconstruction equipment and perform required equipment safety checks

2. Disposal, Salvage, and Recycling Locations:

To the maximum extent possible, debris from the deconstruction and demolition processes will be salvaged or recycled. Only material not acceptable as salvaged or recycled material will be designated as construction waste and handled as such. With the exception of the lighting ballast, fluorescent tubes and any other material determined to be hazardous; all debris shall be collected and deposited into roll off type containers, herein referred to as bins. All deconstructed material shall be removed from the hangar facility and deposited in the bins daily. Debris will not be allowed to accumulate on the site. Lighting ballast, fluorescent tubes and any other material determined to be hazardous shall be disposed of in accordance with 29 CFR 1926.1910 and EPA guidelines. The facilities listed below have been selected to handle the off-site recycling and waste collection for the project. The State of Mississippi Registration Certificate for each firm authorizing their function can be found at Item 4. Certifications of this subfactor.

Recycling: Waste Removal:

Columbus Scrap Materials Waste Pro 973 Island Rd Columbus 1600 12th Ave S Columbus, MS 39701 Columbus, MS 39701

3. Disposal, Salvage, and Recycling Capabilities:

Personnel Health and Safety: Safety and the prevention of accidents is GSI-WGI’s first priority. While productivity, cost and quality are core business values, the firm does not compromise safety for their sake. It is a core belief of this firm that every employee has the right to work without injury and that all accidents are preventable and all hazards controllable. Everyone on the demolition team is expected to participate in the elimination and control of all hazards and to encourage the safe behavior of others. Working safely is a condition of continued employment and admittance to the jobsite by all workers. Each and every employee is expected to work safely in accordance with the training they have received and to actively participate in the company’s Health and Safety Program and the project specific Safety and Accident Prevention Plan (SAPP). Attendance by all jobsite workers at the weekly “Tool Box” safety meetings is mandatory. Additionally, during the first week of demolition, GSI-WGI will conduct daily “Tool Box” meetings with the workers prior to the starting work for the day. These meetings are designed to discuss the projected work schedule and prepare each worker for the potential hazards associated with the day’s work activities. During these safety meetings, demolition and deconstruction personnel will be reminded of the rapidly changing site conditions and reminded that safety is everyone’s responsibility. After the first week of deconstruction and at the discretion of the Site Safety & Health Officer (SSHO), the daily safety meetings may be continued or may be replaced by the regular weekly “Tool Box” safety meeting. All personnel attending

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 3

any safety meeting will be required to sign the safety meeting log upon completion of the meeting. A copy of the daily and weekly safety meeting logs will be maintained onsite by the SSHO. Per the contractor’s Quality Control Plan, a Deconstruction/Demolition Activity Hazardous Analysis shall be performed and reviewed by the personnel involved before the commencement of deconstruction and demolition activities. The Activity Hazard Analysis shall be updated and reviewed daily for the first week then weekly thereafter. All demolition personnel new to the site must be orientated with the current Activity Hazard Analysis before commencing work on the project. Dust Control: Dust control is considered an important part of the controlled deconstruction process. During deconstruction operations, GSI-WGI will utilize a fine water mist jetted from flexible line extensions to reduce airborne dust particles and to limit their ability to migrate beyond the immediate work area. Backflow prevention devises will be in-place prior to activating the temporary water supply system. To minimize the water run-off, all of which shall be contained on-site, the misting jets will be activated only as needed. Because the entire building is within the deconstruction area, interior dust barrier partitions will not be utilized on the project. Noise Control: Because of the nature of the project, noise reduction barriers cannot be utilized on the project. However, the demolition activities will be conducted during normal business (daylight) hours unless otherwise directed by the Government. Should special events requiring quieter periods be scheduled near the project site, noisy demolition activities can be coordinated with the Government to a more convenient time. FOD Control and Prevention: Deconstruction debris and other foreign objects will be prevented from entering the flight line area by means of physical barriers and daily FOD inspections. Please refer to the Subfactor (d) for details of the FOD Prevention Plan overview. Maintenance of Traffic (MOT): While most of the project deconstruction is well away from vehicular traffic, some of the site demolition and reconstruction activity is at the edge of the roadway. For safety, one lane of traffic may require closure for short periods of time. A MOT plan will be submitted to the government for approval at least fourteen days prior to any desired lane closure. The plan, which is produced in compliance with MDOT Standards, includes specifications and a site plan depicting the layout for signage, barricades, flagmen and alternate routing for traffic. Altering any traffic patterns will only occur with the approval of the CO and will be coordinated in advance with the CMI and base police. Utilities: Prior to commencement of deconstruction activities, all affected utilities shall be identified, disconnected and purged as necessary. Electrical primary and secondary systems shall be physically disconnected from the facility prior to any deconstruction activities being authorized. Proper lockout and tagging procedures shall be adhered to at all times. The shutting down of utilities shall affect only the project area. If existing facilities beyond the project area will be impacted by utility terminations, the CMI will be provided with 10 days prior notice with the CO receiving not less than 72 hours prior notice. All utility interruptions will be kept to a minimum and coordinated with government personnel. Demolition Field Personnel: Prior to commencement of building deconstruction, the Project Superintendent, the demolition foreman and the SSHO will conduct a final pre-deconstruction walk through and evaluation of the building to confirm that all appropriate safety and preparatory measures have been completed in accordance with the SAPP and the enhanced version of this plan. They shall verify that the project is in fact ready for the commencement of deconstruction activities. The SSHO is responsible for maintaining onsite in a readily accessible location the SAPP and the approved Deconstruction Plan.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 4

It is the intent of GSI-WGI’s deconstruction procedures to limit the use of physical labor to only that which cannot be safely accomplished by mechanized means. In general, physical demolition tasks will include a wide variety of procedures including cutting, disconnecting, removing, operating, rigging, lowering, holding, lifting, handling, hauling, carrying, stacking, bundling, crating, signaling, driving and transporting. The most important aspect in any of the deconstruction task is the safe conduct of the work. Deconstruction employees shall be trained to perform their individual task safely prior to being assigned any deconstruction/demolition work. No one will be permitted to perform their duties until he or she has demonstrated that they have been trained, are aware of the hazards and can perform their task safely. All personnel will adhere to this basic training requirement. Per the GSI-WGI Safety and Accident Protection Plan (SAPP), personal protective equipment must be worn by all personnel working on the project to include those involved in deconstruction activities. The equipment includes but is not limited to gloves, boots, safety glasses, face shields, hearing protection, safety harness, respirators, dust mask and hard hats. Only personnel directly involved in the deconstruction/demolition work will be allowed to enter the deconstruction area. Entrance in to the area by nonessential personnel will be strictly prohibited. Personnel barriers and signage (indicating caution, warnings and instructions) shall be installed at each entrance to the deconstruction area. Deconstruction Equipment: Due to the nature of the building repairs to include the reuse of the hangar steel frame and concrete floor, mass demolition equipment such as wrecking balls and hydraulic shears will not be utilized. Only wheel mounted equipment will be allowed within the interior of the building. Truck mounted cranes, high reach forklifts, boom lifts, aerial work platforms, and scissor lifts will be utilized for the elevated components deconstruction. Tracked excavators, backhoes equipped with hydraulic hammers and skid steer loaders will be used for outlying structure and concrete demolition. Other modern equipment such as air compressors, core drills, walk behind saws, demolition saws, saws-all saws, band saws, impact wrenches, side grinders, chipping hammers and jack hammers will be utilized through the deconstruction phase. All tools and equipment utilized on the project will be in proper working order, must have all manufacturers’ safety mechanisms in place and shall demonstrate safe operation prior to being placed into service on the project. In accordance with the SAPP, any modification, alteration and/or removal of an item’s safety feature will be cause for that item’s immediate removal from the project site. Deconstruction Methods: Fall protection to include 100% tie off will be strictly enforced on the project. Deconstruction of the building will in general start from the top working down. The siding and interior liner panels will be removed first followed later by the existing roof system. This will allow the interior demolition, including mechanical, electrical and gantry beam systems demolition, to run concurrent with the siding removal. The mandatory goal is prevention of roof system removal while workers are active below. Utilizing hand held power drills, the roofing and siding panels will have their mechanical fasteners removed. Each panel will be removed one at a time in orderly sequence. The siding panels will be securely connected to a safety line or directly to the lowering device before any fasteners are removed. The roofing components will be stacked and banded while on the roof for bulk removal by lifting equipment. The overhead coiling doors will be removed utilizing a high reach forklift to support the weight of the door units while unbolting the housing and guides from the opening head and jambs. Once disconnected, the overhead door will be lowered to ground level then deposited in the salvage or recycle bin. The rolling hanger doors will be removed by deconstructing them in the reverse order in which they were initially installed. First the siding and liner panels will be removed to expose the interior framing

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 5

members. Utilizing a man lift, high reach forklift and truck mounted crane, the framing and drive system will be disassembled in orderly secession then deposited in the recycle bins. Demolition of reinforced CMU walls shall be accomplished using a demolition saw outfitted with a diamond cutting blade. Demolition of walls will start from the top working down. Gypsum wallboard shall be removed by the use of claw hammers and flat bars. To aid in dust control, the gypsum wallboard will be removed in the largest pieces possible with the coverings and tile still attached. Acoustical ceiling shall be removed by hand and shall be dismantled in reverse order of installation. Carpet shall be removed by the use of an electric floor scraper. Solvents, if used to breakdown carpet glue, shall be an environmentally safe citrus based formula. Wiring shall be un-terminated, pulled from conduits, raceways and tracks then placed in the copper recycle bins. Conduit, ductwork and piping shall be disconnected by blade cutting and/or mechanical un-fastening then safely lowered to ground level. Mechanical and electrical equipment shall be removed in whole units for salvage or recycling. Plumbing fixtures shall be removed in whole units for salvage or haul off. Drain lines, supply lines, gas lines, and conduit runs slated for reuse shall be seal off from moisture and debris prior to demolition commencement or as soon as possible after fixture removal. Moisture and debris will not be allowed to enter these systems. Light bulbs shall be removed from all fixtures prior to fixture removal. Electrical fixtures shall be removed as whole units by removing the mechanical fasteners holding them in place. Lighting ballast shall be removed and segregated before the fixture is placed in the recycle bin. Fluorescent bulbs and lighting ballast will be segregated as hazardous waste and disposed of accordingly. Once the interior demolition work is complete, the roof demolition will commence. It is anticipated that the roof demolition and site deconstruction work will run concurrent with one another. Deconstruction of the site improvements will commence with saw cutting any pavements edges that are to remain. The existing asphalt and pads will be removed in the largest sections possible by utilizing the bucket of a loader. Outlying structures will be removed with a tracked excavator and backhoe with hydraulic breaker. Foundations and slabs shall be removed in their entirety or to a minimum of 24” below grade. The existing hanger door tracks and concrete will be removed by first saw cutting full depth the perimeter edges with a Target walk-behind “street” saw equipped with a diamond cutting blade. The concrete will be broken down into manageable pieces with the backhoe with breaker. The steel track will be cut out utilizing a demolition saw outfitted with metal cutting blades. Cutting of rebar and anchor bolts shall also be accomplished using the demolition saw. Cutting of rebar, tracks, bolts and other similar metal objects with a cutting torch is prohibited. All projections remaining shall be ground down smooth with adjacent surfaces with an 8” side grinder. Immediately upon completion of roof demolition, the hangar bare steel will be prepped and primed for protection and reuse.

4. Disposal, Salvage, and Recycling Certifications:

The following are certifications for Waste Pro and Columbus Scrap Material Company.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 6

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 7

5. Protection of Existing Slab, Structure and all other items to remain per SOW:

The steel frame, footings, concrete slab-on-grade, and landscaping are to remain. All other improvements will be removed from the project per the SOW. In general, footings will be naturally protected by their location underground. However, care will be taken when performing structure demolition near the existing footings to remain. Test holes will be excavated at or near the existing footing to determine the underground line of deconstruction and any connection between items to be removed and those to remain. The steel frame and concrete floors will be protected with plywood, construction paper and/or plastic sheeting as determined in the field. Deconstructed components will not be allowed to free fall to finish floor level. All elevated deconstructed items must be lowered to ground level by controlled means including ropes, cables, chain hoist, forks, baskets, or other suitable safe methods. The existing landscaping will be impacted by the demolition activities. However, care will be taken to limit the impact on the existing grounds and all disturbed areas will be repaired to their pre-project condition. Any damage to an improvement to remain will be repaired to its pre-existing condition or replaced with new.

Subfactor b: Construction Equipment:

The offeror shall describe the Construction Equipment necessary to fulfill the SOW requirements.

Provide a description of the construction equipment, capabilities, and how the equipment will be

used. The Construction Equipment shall at a minimum include:

In completing the project, GSI & Whitesell-Green – A Joint Venture (GSI-WGI) and its subcontracting team members will utilize the major equipment itemized below. After each piece of listed equipment, a brief description how the equipment will be used along with its capabilities is provided. All equipment listed below is owned by either GSI-WGI or its subcontractors. While additional units may be rented during the course of the project, the core units required for the project are on hand. It is the policy of GSI-WGI that all equipment used on the project be properly maintained and in good working order with the manufacturer’s safety features intact, unaltered and fully functional. All equipment shall be operated and maintained in compliance with OSHA standards and the EM3851-1 15 SEP 08, Section 18.

1. Cranes, backhoes, forklifts and man-lifts:

Truck Mounted Cranes (Boom Truck): Many subcontractors including the demolition, roofing, steel and hangar door trades will utilize truck mounted cranes to accomplish the heavy high work. Theses truck mounted cranes are preferred over their track mounted cousins because they are more mobile and because all ground surfaces are to remain and must be protected. They will be used to unload delivered material, safely lower deconstructed items, lift new material to elevated positions, and on occasion load trucks for material haul out. Several models will be utilized in the 12 to 16 ton range with a reach (without jib extension) of 50 to 65 feet. Backhoes: Probably to second most widely used piece of equipment on the project will be the backhoe. Like the high reach forklift, it will be active on the project from earliest days through demobilization. It will be used to unload delivered materials, perform demolition (with and without breaker), haul demolished and deconstructed materials to the recycle and waste bins, excavate concrete rubble, excavate earth, place backfill material, grade site, relocate material and heavy tools around the jobsite and load trucks of excess and waste soil material. GSI-WGI’s typical backhoes are four-wheel-drive with a one cubic yard bucket capacity. The reach for excavation is approximately eighteen feet horizontal and fifteen feet vertical. High Reach Forklifts: The high reach forklift will be the most widely used piece of equipment on the project. From mobilization and deconstruction through to construction and demobilization, the high reach

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 8

forklift will be active on the project. It will be used to unload delivered material, set office trailers, temporarily support and safely lower deconstructed items, move material to recycle and waste bins, lift new material to elevated work stations, relocate material around the jobsite and load trucks during the demobilization process. GSI-WGI and several subcontractors will utilize the 6,000 lbs capacity model with the 37’ reach for most of these jobsite functions. The roofing and steel subcontractors will utilize the 8,000 lbs capacity model for its additional lifting capacity and extended reach capability of 42’. The hangar door subcontractor will utilize the 10,000 lbs capacity model for its additional lifting capacity. Powered Boom Lifts (man-lift): Most contractors on the project will at one time or another utilize one or more boom lifts. Their mobility, reach and stability make their use one the safest methods for completing high work such as that found on the Hangar 456 project. The lifts will be used extensively on the inside and outside of the hangar bay for both deconstruction and construction. Work on the hangar doors, wall siding, roof system, mechanical systems, electrical systems, structural steel frame, fire protection systems, draft curtain and architectural finishes will use boom lifts. Work performed up within the hangar structural steel truss system will utilize the articulated boom lift whereas work around the exterior will utilize the telescopic boom lift. Most of the lifts used on the project will be the 600 or similar series which have a horizontal outreach of 50’ and a maximum height of just over 60’. Aerial Work Platforms (Scissor Lift): While scissor lifts can be combustion engine or electric, the lifts utilized on this project will be electric for use on the interior of the building. Similar to the boom lift, work on the hangar doors, higher wall components, mechanical systems, electrical systems, structural steel frame, fire protection systems, ceiling systems and architectural finishes will require scissor lifts. The larger four foot wide lifts with a 32’ working height will be used in the hangar bay and the smaller two and a half foot and three foot wide lifts with a 24’ working height will be used in the administrative areas. 2. Welding equipment:

Welding Machine: Work completed by the hangar door and structural steel subcontractors will require the use of on-site welding machines. For the Hanger 456 project, the welding machines, which may or may not be trailer mounted, will be the Miller 325 Diesel models. They are Stick, MIG, Flux-Cored and DC TIG capable. The machines also offer carbon arc gouging capabilities. The hanger door subcontractor will only require 50’ of welding cable leads whereas the structural steel subcontractor may require up to 150’ of welding cable leads. All welders utilized on the project will be certified with the certifications submitted and approved prior to performing work on the project. 3. Painting equipment:

Paint Sprayer: The painting subcontractor will coat mass areas and bulk material utilizing an airless spray system. Based on the material to be coated and the specifications for the coating, the tip size and pressure will be adjusted accordingly to provide the correct flow rate. For the Hangar 456 project, a Graco Twin 3200 gas powered airless sprayer will be utilized for mass and bulk painting operations. 4. Other critical equipment:

Skid-Steer Loaders: The skid-steer loader with its array of attachments has become the Swiss Army knife of the construction project. With its compact size and zero turning radius, it’s well suited for the work required by the interior selective demolition and small building additions found on the Hangar 456 project. For the project, the skid-steel loader will be used to unload delivered materials, remove in-place asphalt, haul demolished and deconstructed material to the recycle and waste bins, grab & remove concrete rubble, sweep clean the hangar floor and apron area (FOD control), place backfill material,

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 9

trench for utilities, grade confined areas, relocate material and heavy tools around the jobsite and load trucks of excess and salvaged material. The interior work will require the use of wheeled loaders while the exterior demolition and building addition will use the tracked version. The skid-steer loaders used on the project will be the 700 or similar series which have a lifting capacity of 6,400 lbs. Typical attachments for the project would include the 10 cubic yard bucker, grapple, sweeper, breaker, pallet fork and trencher. Excavator: A tracked excavator will be utilized on the exterior of the hangar mainly in the demolition of the outlying structures. (Only rubber tire equipment will be allowed on the interior of the hanger.) The excavator may also be used to unload delivered materials and equipment, excavate earth, place pipe sections in trench, backfill excavations, and load trucks of excess and waste soil material. The unit will have an approximately 10’ stick with a 43” bucket and thumb. The reach for excavation is approximately 32 feet horizontal and twenty-two feet vertical. Compact Excavator (mini-excavator): Compact excavators will be used on a limited basis on the project. Mainly, they will be utilized for some trenching related to underground utilities to include electrical and excavations related to cast-in-place concrete footings. They will also be used for trench and building backfill and grading small areas. Because of their compact size, approximately 55” x 55”, impressive horizontal reach of 14’and 90 degree boom swing capacity, they are well suited for installing utilities in tight areas and footing at small additions like those found on the Hangar 456 project. Trencher: Self propelled trenchers will be utilized for most trenching related to the underground utilities required on the Hangar 456 project. The smallest trencher utilized on the project will be the 20 hp model capable of trenching six inches wide to a depth of 36”. For the fire line installation, the 50 hp model will be utilized as it is capable of trenching 12” wide to a depth of 60”. Rolling Compactor: For the building addition slab and asphalt drive areas, compaction levels per the specification will be achieved utilizing a rolling (ride-on) compactor. Because of the limited area to compact and for the protection of existing improvements to remain, the compactor will be the smaller 2-cycle, air cooled type. These units are approximately 72’ long, 41” wide and 91” high and apply 3,400 lbf of centrifugal force dynamic at the front drum. The rolling compactor will compact to the specified levels but will also be safe to use in close proximity to existing improvements. Rammer Compactor (jumping jack): For soils at trenches and below concrete footings, soil compaction levels per the specification will be achieved utilizing four cycle rammers (commonly referred to as jumping jacks). These units have an 11”x 13” ramming shoe striking the soil at a rate of 660 blows per minute at a 2” stroke distance. These units provide outstanding results in cohesive, mixed and granular soils in confined areas. Vibratory Plate Compactor (plate tamp): For the parts of the building addition slab and asphalt drive that cannot be reached by the rolling compactor, and for sidewalk areas, compaction levels per the specification will be achieved utilizing four cycle vibratory plate compactors (commonly referred to as plate tamps). These compact units have a vibrating 20” wide by 23” long plate along the bottom of the unit operating at a frequency of 100 Hz. Vibratory plate compactors are self advancing at a rate of 100 ft/min and provide a surface capacity of 9,750 ft²/h. Air Compressor: Several pneumatic tools will be used on the Hangar 456 project. For example, a 90 lb jack hammer will be utilized during demolition, an impact wrench will be used at the bolted connections and a blasters will be used to remove existing corrosion and finishes. Additionally, the compressed air will be used as a cleaning medium. To provide the compressed air at the required psi for each tool, a

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 10

trailer mounted rotary screw air compressor will be utilized. The unit will be powered by a 60 hp diesel engine and will provide up to 185 cfm at 100 psig.

Cable (wire) Puller: Wire and cable installed on the Hangar 456 project will be installed in conduit by utilizing cable pullers such as those manufactured by Greenlee. Because the scope of work includes rewiring the entire facility, several different models will be used on the project. Depending on the number of conductors installed at once, the distance and the number of turns in the pull, a wire puller offering the correct applied force will be selected. Threading Machine: The mechanical, electrical, fire protection and site utility subcontractors will utilize threading machines such as those manufactured by Rigid. These units will be used to apply threads to conduit and piping systems field fitted within the Hangar 456 project. The threading machines are electrically power and cart mounted for portability and will have a capability to thread 1/8” to 6” pipe. Transit Theodolite: The precise layout of new improvements as well as the maintaining of horizontal and vertical control of the established layout will be through the use of a transit theodolite. The unit consists of a movable telescope mounted within two perpendicular (horizontal and the vertical) axes. Besides being used as a typical builder’s level to maintain horizontal control, the theodolite, which also measures angles in both the horizontal and vertical planes, will be used to accurately layout and record all project improvements. GSI-WGI will utilize its Sokkia DT610 transit theodolite on the Hanger 456 project. Mortar Mixer: The masonry subcontractor will field mix the mortar required for the CMU and brick work on the Hangar 456 project. To ensure a through mix that will meet or exceed the specified requirements and pass quality control testing, the masonry subcontractor will utilize a towable gas powered mortar mixer. The mixer will be a manual dump with a 6 to 9 cubic foot capacity. Subfactor c: Personnel Listing and Qualifications:

Offeror shall provide a resume for each Personal intended for use on this project. Each resume

shall provide general qualifications and all specific education, training, licenses, certifications and

experience necessary to fulfill the SOW requirements that Personnel will assume. At a Minimum

the qualifications shall include the number of years of design or construction experience on projects

similar in construction, type, cost, square footage and complexity to this Hangar.

The individuals represented on the following pages comprise the Design Build Team for GSI & Whitesell-Green – A Joint Venture (GSI-WGI). These individuals have been selected for the Hangar 456 project and they will be the same individuals working on/for the project from award through project close-out. To these individuals, the Hanger 456 project is job number one and their level of dedication and involvement will not diminish if favor of other business during the life of the contract. Please note Mr. Green, the Project Manager, will be available to make decisions Monday through Saturday, 8:00 AM to 5:00 PM for the life of the contract. Mr. Vaughn, the Project Superintendent, and Mr. Ladner, the Contractor Quality Control Representative, have stop work and onsite decision making authority on any and all issues except those that would constitute a contract change. As an introduction to our team, an organizational chart for the GSI-WGI Design Build Team can be found on the following page. Resumes for each individual found on the organizational chart can be found on the pages immediately following the chart. Subcontractor experience and personnel immediately follow the GSI-WGI team resumes.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 11

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 12

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

Nathan A. Green

13. Role in this Contract

Sr. Project Manager

14. Years Experience

a. Total 27 b. With Current Firm 18

15. Firm Name and Location (City and State) GSI Construction Corporation, Inc., Pace, Florida

16. Education (Degree and Specialization)

University of Florida/Bachelor of Science Building Construction

17. Current Professional Registration (State and Discipline)

State of FL-Certified General Contractor-CGC058805 State of MS-Certified General Contractor-MS18610-MC State of AL-Certified General Contracotr-AL38125 Dept of Environmental Protection-Certified Renovator

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.) First Aid/CPR Certified, U.S. Army Corps of Engineers-Construction Quality Management for Contractors, OSHA 30

19. RELEVANT PROJECTS

a

(1) Title and Location (City and State)

Construct Cage & Tact Bldgs. Additions, Hurlburt Field, FL (2) Year Completed

Professional Services Construction 2013

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Contract was for construction of the TACT Team and Cage additions (two buildings) at the 23rd Special Tactics Compound, Hurlburt Field, FL. The work included additions and interior renovations consisting of demolition, sitework, site utilities, concrete slabs, metal framing, masonry, structural steel, PEMB, doors & frames, windows, metal roofing, finishes, fire sprinklers, mechanical, electrical & FA system. ROLE: Project Manager COST: $1.5M

b

(1) Title and Location (City and State)

Renovate Educational Bldg. 2002, Keesler AFB, MS

(2) Year Completed

Professional Services Construction 2012

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Complete interior and partial exterior renovations to the three story 47,000 square foot Educational Training Lodging Facility. The renovated facility, for temporary housing of military and government personnel, included 124 suites plus other office, laundry, mechanical and maintenance rooms. Work included all new mechanical, fire protection, electrical and communications systems. ROLE: Project Manager COST: $3.5M

c

(1) Title and Location (City and State)

Replace Ft. Pickens Sewer, Gulf Islands National Seashore, FL (2) Year Completed

Professional Services Construction 2010

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Contract was for a new water main and sewer system at Ft. Pickens, Gulf Islands National Seashore, FL. The work included asphalt paving, chain link fencing, cast-in-place concrete, 30,800 LF of fusion welded HDPE force main, 18,900 LF of directional bored HDPE force main, 3,200 linear feet of gravity sewer laterals, 4,100 LF of fusion welded HDPE water main, 15 grinder stations, 4 large lift stations, water treatment stations, electrical distribution systems, 4 standby generators. Role on Project: Project Manager COST: $2.2M

d

(1) Title and Location (City and State)

Reconstruct Santa Rosa Water, Sewer, Gulf Islands National Seashore, FL (2) Year Completed

Professional Services

Construction 2009

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Contract was for the reconstruction of the Opal Beach Day Use Area of the Gulf Islands National Seashore, FL. Work included 35,532 LF of Fusion Welded HDEP mains, 6 grinder stations, large lift station, 24 shelters, 6 Comfort Stations, Ranger Station / Maintenance Facility, sidewalks, all related appurtenances. The buildings consisted of concrete piles, slab on grade, CMU masonry, heavy timber roof structures, plumbing systems, air distribution system, geothermal loop, & electrical. ROLE: Project Manager COST: $3.2M

e

(1) Title and Location (City and State)

Topsail Hill Preserve State Park Expansion, Destin, FL

(2) Year Completed

Professional Services Construction 2009

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm Contract was for major infrastructure improvements and additions to the Topsail Hill State Preserve Park. The expansion included construction of 25,000 LF of utilities, roadways, a Ranger Station, 2 Bathhouses, 2 Picnic Pavilions, 16 Extended Stay Lodging Units, a Lodging Support Facility, RV parking, 23 Tent Camping Sites, primary & secondary electrical distribution including CT cabinets & transformers, site lighting, standby generators, landscaping and irrigation. (occupied park) ROLE: Project Manager COST: $5.5M

STANDARD FORM 330 (6/2004) PAGE – 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 13

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

Doyle (Ed) Vaughn

13. Role in this Contract

Project Superintendent

14. Years Experience

a. Total 32 b. With Current Firm 32

15. Firm Name and Location (City and State) Whitesell-Green, Inc., Pensacola, FL

17. Education (Degree and Specialization)

High School Diploma 17. Current Professional Registration (State and Discipline)

N/A

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.)

OSHA 30-Hour Certified, USACE QC Certified, First Aid/CPR Certified

19. RELEVANT PROJECTS

a.

(1) Title and Location (City and State)

Design/Build Navigator Training Hangar/Instruction Facility, NAS Pensacola (2) Year Completed

Construction 2010

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Design/Build multi-site / multi–phased project includes two (2) separate buildings as well as extensive runway apron extensions and a concrete paved CALA (aircraft storage and deployment area). Ed Vaughn was Project Superintendent for the 100,000 SF, $38M Navigator Training Hangar. Components of the Hangar Facility include reinforced concrete foundations, reinforced concrete slabs on grade, structural steel superstructure, masonry veneer, standing seam metal roofing, aluminum windows and storefronts, masonry, metal stud partitions, gypsum board, flooring, paint, and complete fire suppression, mechanical, plumbing, electrical, fire alarm w/ mass notification, communication and security systems. ROLE: Project Superintendent for $38M TOTAL COST: $50.5M

b.

(1) Title and Location (City and State)

Design/Build NASA Shared Services Center, Stennis Space Center, MS

(2) Year Completed

Professional Services Construction 2009

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

The NASA Shared Services facility is a three-story, 140,000 square foot facility that accommodates NASA’s human resources, financial management, procurement, and information technology personnel. The project was undertaken by NASA to efficiently consolidate a number of NASA employee services previously performed across the Agency and in numerous unrelated locations into a single facility. Project phasing and timely construction completion were extremely critical to the project’s success considering the need to simultaneously relocate a number of NASA staff from various other facilities throughout the country to this consolidated location. ROLE: Project Superintendent COST: $32.1M

c.

(1) Title and Location (City and State)

Design/Build Consolidated Fleet Operations, Pascagoula NAS, MS (2) Year Completed

Professional Services Construction 2006

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Design and construction of a new two-story facility consisting of 15,900 SF of administrative space and 11,680 SF of warehouse space and will be home to the Base Commander and Command staff, as well as, provide support for other administrative buildings. The warehouse will serve as storage for repair parts for the Aegis Guided Missile Destroyers. Role: Project Superintendent, Site Safety Cost: $4.2M

d.

(1) Title and Location (City and State)

Renovate Hangar 1424, Whiting Field NAS, FL (2) Year Completed

Professional Services Construction 2000

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Renovation of existing two bay hangar facility for the U.S. Navy. Project was divided into three (3) phases with active flight use of one hangar bay while other bay was under construction. Additionally, three-office lean-tos were renovated in phases, alternating occupancy with construction. Role on Project: Project Superintendent, Site Safety Project Cost: $3.7M

e.

(1) Title and Location (City and State)

Renovate Hangar 1406, Whiting Field NAS, Florida (2) Year Completed

Professional Services Construction 1999

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm Project is similar in scope to the previous Renovate Hangar 1424 Above, with the Renovation of existing two bay hangar facility. Project was divided into phases with active flight line and the use of one hangar bay while renovation was being performed in another. Project was instrumental to the user for continued mission in support of current objects while renovation was being performed. Role on Project: Project Superintendent, Site Safety Project Cost: $3.1M

STANDARD FORM 330 (6/2004) PAGE – 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 14

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

Lynn Ladner

13. Role in this Contract

Quality Control Manager/SSHO

14. Years Experience

a. Total 32 b. With Current Firm 3

15. Firm Name and Location (City and State) GSI Construction Corporation, Inc., Pace, FL

16 Education (Degree and Specialization)

University of Houston/Associates of Arts Construction Management/1979, U.S. Quartermaster “A” School/1982

17. Current Professional Registration (State and Discipline)

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.) OSHA 30-Hour Certified, U.S. Army Corps of Engineers – Construction Quality Management for Contractors, First Aid/CPR Certified

19. RELEVANT PROJECTS

a.

(1) Title and Location (City and State)

Repair Mission Support Building 904 Reno, Keesler AFB, MS (2) Year Completed

Professional Services

Construction Ongoing

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Renovation of a 20,500 square foot mixed use office and storage facility, Building 904. The facility included a large storage bay, offices and cubicles, restrooms, mechanical, telecomm and maintenance rooms. Renovations consisted of selective demolition, cast-in-place concrete, interior framing, gypsum wallboard systems, acoustical ceilings, carpeting, specialties, signage, fire stopping, doors, frames, hardware, and painting. Mechanical renovations included new chiller, air handlers, water pumps, hydronic piping and a new DDC control system, fire suppression system, and plumbing piping, fixtures and equipment. Electrical renovations consisted of additional circuits, electrical connections, control systems, lighting packages, telecommunications, and upgraded fire alarm system. ROLE: Superintendent/Quality Control Manager/Safety Manager COST: $1.7M

b.

(1) Title and Location (City and State)

Basewide Gas Distribution Project, Keesler AFB, MS

(2) Year Completed

Professional Services Construction 2014

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Contract was for the installation of a new base wide natural gas distribution system including modifications to two regulating stations. The work consisted of utility locates by ground penetrating radar, roughly 100,000 LF of new gas line installation by directional bore, the overhaul of each regulating station, road closures, and site restoration. The work included safety barriers around each phase of work, warning signs, watchmen as needed, ensure a safe environment on base. ROLE: Quality Control Manager COST: $4.4M

c.

(1) Title and Location (City and State)

Renovate Educational Bldg. 2002, Keesler AFB, MS

(2) Year Completed

Professional Services Construction 2012

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Complete interior and partial exterior renovations to the three story 47,000 square foot Educational Training Lodging Facility. The renovated facility, for temporary housing of military and government personnel, included 124 suites plus other office, laundry, mechanical and maintenance rooms. Work included all new mechanical, fire protection, electrical and communications systems. ROLE: Superintendent/Quality Control Manager /Safety Manager COST: $3.4M

d.

(1) Title and Location (City and State)

HVAC & HVAC Controls for Building 1002, Keesler AFB, MS

(2) Year Completed

Professional Services Construction 2010

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Contract was for renovations to Building 1002 work included concrete housekeeping pads, core drilling, mechanical unit supports, acoustical ceiling tiles, raised computer access flooring, carpet, firestopping, painting, gypsum wallboard systems, 2 water cooled rotary screw chillers, condenser water piping, chilled water loop piping, DDC control system, VAV’s, 2 Leibert AC units, and interior electrical (occupied facility). ROLE: Superintendent/Quality Control Manager/Safety Manager COST: $1.0M

e.

(1) Title and Location (City and State)

Ordnance Railroad Modifications, Goose Creek, South Carolina (2) Year Completed

Professional Service Construction 2001

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Work included all electrical work, asphalt paving, scale installation, and rail surfacing alignment. ROLE: Quality Control Manager/Safety Manager COST: $8.9M

STANDARD FORM 330 (6/2004) PAGE – 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 15

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

Terry Sargent

13. Role in this Contract Alternate

Superintendent/Quality Control/SSHO

14. Years Experience

a. Total 31 b. With Current Firm 2

15. Firm Name and Location (City and State) GSI Construction Corporation, Inc., Pace, Florida

19. Education (Degree and Specialization)

Baker High School/Carpentry Apprenticeship 4 yr. Program 17. Current Professional Registration (State and Discipline)

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.) FDEP Stormwater Management Inspector, OSHA 30-Hour Certified, USACE QC Certified, First Aid/CPR Certified

19. RELEVANT PROJECTS

a.

(1) Title and Location (City and State)

Construct Commercial Vehicle Inspection Bldg. Hurlburt Field, FL (2) Year Completed

Professional Services

Construction Ongoing

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Contract was for construction of the Commercial Vehicle Inspection Facility at Hurlburt Field, FL. The construction consisted of a 3,780 SF inspection structure, a Visitor Center/Gatehouse, entrance roadways and associated systems. The work included demolition, site utilities, asphalt paving, concrete footings, slabs and crash attenuator, metal framing, masonry, doors & frames, metal roofing, gypsum wallboard, painting, flooring, acoustical ceilings, HVAC, plumbing, electrical system including FA, comm, and lightning protection, chain-link fencing and gates as well as a complete K12 active vehicle barrier installation. ROLE: Quality Control Manager/Safety Manager COST: $1.1M

b.

(1) Title and Location (City and State)

VOLAR Barracks/Air Quality Improvements, Ft. Stewart, GA

(2) Year Completed

Professional Services

Construction 2012

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Renovation of the Volunteer Army (VOLAR) barracks. Built between 1977 and 1984, the VOLAR barracks consists of 30 buildings and sleep 2,315 soldiers. Under this contract, the barracks underwent several exterior repairs, such as the alteration of enclosing and conditioning all stairwells and vestibules, enclosing the courtyard with an added translucent roof system. This project was presented with the Fort Stewart/HAAF Area Quarterly Safety Award six times with over one quarter million man-hours completed safely without lost time accidents. ROLE: Project Superintendent COST: $28.3M

c.

(1) Title and Location (City and State)

Design/Build 144 Room Barracks, Eglin AFB, FL

(2) Year Completed

Professional Services Construction 2009

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Design/Build of a 58,000SF dormitory. Dormitory units are configured in three buildings that are three stories in height. The program for the buildings was based on the concept of “garden style apartments” which consists of 4 sleeping rooms organized around a common living area. The architectural design for the new facility was matched to the adjacent buildings at Eglin AFB. This project was the prototype for subsequent dormitory projects for the Navy and USAF. Project is designed to USGBC LEED “Certifiable” Standards. ROLE: Superintendent COST: $13.9M

d.

(1) Title and Location (City and State)

F-22 ADAL Maintenance Facility & Pump House, Tyndall AFB, FL (2) Year Completed

Professional Services

Construction 2007

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

This project consists of the addition of a single bay to the existing fuel maintenance hangar. The construction is steel frame, standing seam metal roof, and a combination of CMU and metal panel exterior. The construction includes mechanical systems, fire detection and alarm, fire suppression systems. Site work includes paving (concrete and asphalt), grading and exterior utility work. ROLE: Quality Control COST: $2.2M

e.

(1) Title and Location (City and State)

Additions and Alterations to Mizell Memorial Hospital, Oppelika, AL

(2) Year Completed

Professional Services Construction 2006

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm This project consisted of the addition and alterations to the existing Mizell Memorial Hospital. The hospital is a 99 bed acute care facility to include complete renovation of existing space inside the facility and addition of parking lots for the emergency, same-day surgery, physical therapy, imaging, and admitting departments. Renovation of Emergency Room and Construction of a new ambulatory suite. Project Scope included Masonry, roofing, HVAC, Plumbing, Electrical, and interior & Exterior Finishes. ROLE: Superintendent COST: $2.3M

STANDARD FORM 330 (6/2004) PAGE – 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 16

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

Robert Heffernan, RA, AIA, LEED AP BD + C

13. Role in this Contract

Design Project Manager

14. Years Experience

a. Total 35 b. With Current Firm 29

15. Firm Name and Location (City and State) Heffernan Holland Morgan Architecture, P.A., Pensacola, Florida

20. Education (Degree and Specialization)

Bachelor of Architecture/1977/Architecture Bachelor of Environmental Design/1977

17. Current Professional Registration (State and Discipline)

Architecture: AL No. 3493; FL No.AR 000 9262

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.)

NCARB, AIA, LEED AP BD+C, U.S. Green Building Council

19. RELEVANT PROJECTS

a.

(1) Title and Location (City and State)

Renovate Portion Test Facility Hangar 71, Eglin AFB, FL (2) Year Completed

Professional Services

2013 Construction

Ongoing

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Renovate the high-security, 2-story electronics laboratory on the North side of Hangar 71. Multi-discipline work was designed in three phases to allow for continued mission support. Proposed phases are: 1. Temporary relocation of communications equipment from the second floor to a new area on the first floor, 2. Renovation of first floor areas, 3. Renovation of second floor areas. ROLE: Project Architect COST: $2.3M estimated.

b.

(1) Title and Location (City and State)

SOF GSB Detachment Bldg. Training Facility, Eglin AFB, FL

(2) Year Completed

Professional Services

2012 Construction

2013

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Design-build a new 15,000 sqft operations and support facility for the Mobile District USACoE to include: Headquarters section, Regional Support Detachment Cells with SCIF areas, Planning Rooms and Conference Rooms. The building systems included fire detection and suppression, energy management control, unclassified and classified communications networks, intrusion detection, surveillance, and electronic access control. LEED documented Silver, currently under review for certification. ROLE: Project Architect/LEED team member COST: $4.7M.

c.

(1) Title and Location (City and State)

Santa Rosa Runway Repairs, NOLF Santa Rosa, FL (2) Year Completed

Professional Services

2010 Construction

2011

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

The scope of this project consisted of the repairs for the following portions of the existing runways at NOLF Santa Rosa:Runway 9/27 – Eastern 3,500 feet; Runway 14/32 – Southeastern 2,100 feet; and Runway 18/36 – Southern 2,800 feet .The scope of the repair primarily focused on Cold In-Place Asphalt Recycling for the top five inches of existing asphalt with a 2” FDOT Type SP12.5 overlay. ROLE: Design QC Manager. COST: $4.5M.

d.

(1) Title and Location (City and State)

Repair/Addition for Maintenance Hangar 450, Columbus AFB, MS

(2) Year Completed

Professional Services

2010 Construction

2011

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Design/Build addition/renovation of a 28,000sf Aircraft Maintenance Hangar, including site work, selective demolition, and construction of a new administrative addition under an IDIQ contract with the Mobile District USACoE. The new administrative addition provided office spaces, controlled entry/reception area, break room, ADA compliant restrooms/locker rooms, and additional storage area. ROLE: Design QC Manager COST: $3.3M.

e.

(1) Title and Location (City and State)

Replace Hangar DoorsBuilding 2404 and 2406, Sheppard AFB, TX (2) Year Completed

Professional Services

2013 Construction

2013

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

The project consisted of replacement of hangar doors on Building 2404 and 2406 at Sheppard AFB, TX. The existing Rolling Door systems are beyond their useful life and were replaced with a modern upward acting fabric door system complete with automated operation system interfaced with fire alarm and suppression systems. ROLE: Design Project Manager COST: $2.3M.

STANDARD FORM 330 (6/2004) PAGE – 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 17

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

Paul Battle, PE

13. Role in this Contract

Professional Civil Engineer

14. Years Experience

a. Total 21 b. With Current Firm 11

15. Firm Name and Location (City and State) Rebol-Battle & Associates, LLC - Pensacola, Florida

21. Education (Degree and Specialization)

M.S. Civil/Environmental Engineering/1994 Auburn University B.S. Civil Engineering/1992 - Auburn University

17. Current Professional Registration (State and Discipline)

Professional Engineer Florida #53126, Alabama #24231, Georgia #33942,Mississippi #19316, Tennessee #113735, Kentucky #27468, Louisiana #35799, North Carolina #036738, South Carolina #28301

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.)

Florida Engineering Society, American Society of Civil Engineers

19. RELEVANT PROJECTS

a.

(1) Title and Location (City and State)

Repair/Addition Maintenance Hangar 450, Columbus AFB, MS

(2) Year Completed

Professional Services

2010 Construction

2011

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Design/Build addition/renovation of a 28,000sf Aircraft Maintenance Hangar, including site work, selective demolition, and construction of a new administrative addition under an IDIQ contract with the Mobile District USACoE. The new administrative addition provided office spaces, controlled entry/reception area, break room, ADA compliant restrooms/locker rooms, and additional storage area. Role: Design QC Manager. Cost: $3.3M.

b.

(1) Title and Location (City and State)

Duke Field Miscellaneous Building Repairs

Duke Field, Eglin Air Force Base, FL

(2) Year Completed

Professional Services

2010

Construction

2012

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm The scope of the project included design and construction improvements to hangar buildings 3078, 3020, 3053 and 3055 at Duke Field, Florida. The infrastructure support required for the project included providing miscellaneous site improvements such as ATFP bollards, new pavement striping and signage, handicap access ramps, stormwater runoff control, service & emergency vehicle access drives and site utilities. Role: Civil Engineer Cost: $14.7M

c.

(1) Title and Location (City and State)

Weapons Repair Facility, Fort Benning, GA (2) Year Completed

Professional Services

2009 Construction

2011

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Project consists of 4.15 acre site at Fort Benning, Georgia. This includes the construction of a 22,827square foot building, along with the construction of new asphalt driveways, aisles and parking stalls, concrete walkways and vehicular aprons, and stormwater runoff control measures. Role: Civil Engineer Cost: $6.4M

d.

(1) Title and Location (City and State)

Reaction Force Facility, Naval Submarine Base

Kings Bay, GA

(2) Year Completed

Professional Services

2009 Construction

2010

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

The project included the construction of an approximate +/- 5,100 square foot communications addition to an existing Reaction Force Facility (RFF). The civil system improvements to be included in the project consisted of site grading and drainage, installation of sanitary sewer and potable water services, fire hydrant assembly & equipment relocation, pedestrian sidewalks, and vehicular ingress/egress. Role: Civil Engineer Cost: $6M

e.

(1) Title and Location (City and State)

Combat Vehicle Warehouse

Marine Corps Logistics Base, Albany, GA

(2) Year Completed

Professional Services

2008 Construction

2009

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Project consists of new 70,000 square foot storage facility and associated concrete pavement design, storm water conveyance and water and fire protection utilities. Role: Civil Engineer Cost: $5.7M

STANDARD FORM 330 (6/2004) PAGE - 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 18

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

Joe DeReuil, P.E., LEED AP

13. Role in this Contract

Structural Engineer

14. Years Experience

a. Total 31 b. With Current Firm 10

15. Firm Name and Location (City and State) Joe DeReuil Associates, LLC, Pensacola, FL

22. Education (Degree and Specialization)

Georgia Institute of Technology – Bachelor of Civil Engineering, 1981, Bachelor of Science Architecture 1981

17. Current Professional Registration (State and Discipline)

Professional Engineer, FL, GA, AL, NC, SC, VA, MS, KS, AR, MO, LA, MI, AZ, TX

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.)

Threshold Inspector; Passed Florida General Contractor's Examination, 1979; Florida Engineering Society, United States Green Building Council LEED Accredited Professional

19. RELEVANT PROJECTS

a.

(1) Title and Location (City and State)

Hangar 450 SATOC Design Build, Columbus AFB, MS

(2) Year Completed

Professional Services

2009 Construction

2011

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Structural Engineer of Record. Demolish existing skin/exterior of hangar leaving only the main structure, slab and foundations (approx. 20,640 sq ft) , Construct new exterior envelope of hangar, including new hangar door, Construct new storage room – attached to hangar (approx. 558 sq. ft.), Construct new mechanical and administration area – attached to hangar (approx. 2,663 sq. ft.). Check structural adequacy of entire building, including d ability of existing truss to carry weight of new Megadoor. Construction Cost: $3.3 Million

b.

(1) Title and Location (City and State)

Hangar 2408/2410 Door Replacement, Sheppard AFB, Wichita Falls, TX

(2) Year Completed

Professional Services

2013

Construction

2014

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm Structural Engineer of Record. Modified the structures to support of a folding, fabric door. Checked structural adequacy and modified as required the existing structural steel truss to carry weight of a new Megadoor. Construction Cost: $2.3 M

c.

(1) Title and Location (City and State)

Repair of Hangar Doors 319 SOS Bldg. 90800 , Hurlburt Field, FL

(2) Year Completed

Professional Services

2013 Construction

2014 Est.

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Structural Engineer of Record. Modified the structure to support new rolling hangar doors. Built on a new “front” that supported and encased the new doors. Construction Cost: $620,000

d.

(1) Title and Location (City and State)

Hangars 2404 & 2406 Design/Build, Sheppard AFB, Wichita Falls, TX

(2) Year Completed

Professional Services

2013 Construction

2013

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Structural Engineer of Record. Modified the structure of two hangars to support a folding, fabric door. Checked structural adequacy and modified as required the existing structural steel truss to carry weight of a new Megadoor. Construction Cost: $2.3 Million

e.

(1) Title and Location (City and State)

Naval Flight Academy Hangar, Pensacola Naval Air Station, FL

(2) Year Completed

Professional Services

2008 Construction

2010

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Structural Engineer of Record. 240'-0"x233'-6" pre-engineered metal building. The building has a 53 ft eave height and a clerestory running down the ridge with an eave height of 69'-3". The rigid frames of the metal building span 210'-0" and must be capable of supporting a 20,000 lbs load anywhere along their span. "Lean-to" frames along the sides create mechanical, office and storage areas and keep the main floor open for displays. One end supports fully functioning rolling hangar doors. Our main priority was the design of the structural slab-on-grade and the large foundations to support the metal building frames which, because of the high wind loads and large size of the building, had to be coordinated with the metal building provider to determine number and locations of the braced frames that make up the building lateral support system. Construction Cost: $1.9 Million

STANDARD FORM 330 (6/2004) PAGE – 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 19

STANDARD FORM 330 (6/2004) PAGE - 1

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

Gregory D. Peterson, P.E., CxA, EMP, LEED AP BD+C

13. Role in this Contract

Mechanical Engineer

14. Years Experience

a. Total 35 b. With Current Firm 23

15. Firm Name and Location (City and State) Peterson Engineering, Inc., Pensacola, FL

23. Education (Degree and Specialization)

BS/1978/Mechanical Engineering 17. Current Professional Registration (State and Discipline)

PE-Mech.: FL#34088, AL, TX; LA; AR; MS; TN; NJ; GA, NC; IN, KY, MD, Fire Protection Eng. #9760; CxA #408-318, EMP #413-E56

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.)

Past President/Member ASHRAE, Past Officer ASME, FES State Energy Commission, Member-AABC Commissioning Group; FL State Energy Auditor, USGBC LEED Accredited Professional BD+C, Energy Management Professional

19. RELEVANT PROJECTS

a.

(1) Title and Location (City and State)

Renovate Portion Test Facility Hangar 71, Eglin AFB, FL

(2) Year Completed

Professional Services

2013 Construction

Ongoing

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Project addressed secured laboratory areas of Hangar 71. Replaced existing HVAC equipment with new VAV type equipment; new DDC system fully integral and compatible with the existing EMCS computer system. All work conformed to JAFAN 6/9, Physical Security Standards for SAPF’s. Role: Mechanical Engineer. Cost: $2.3M

b.

(1) Title and Location (City and State)

Repair Hangar 3087, Eglin AFB, FL

(2) Year Completed

Professional Services

2013 Construction

N/A

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Designed the replacement of an existing AFFF system to High Expansion Foam fire suppression system for a 19,200 SF hangar bay area. The existing fire pump was replaced with two new electric fire pumps in accordance with NFPA 13, NFPA 20, UFC 3-600-01, ETL 98-8, and ETL 02-15. New hydronic boiler, pumps, and piping were installed. Also upgraded hangar heating. Role: Mechanical, Fire Protection Engineer. Cost: $1.5M.

c.

(1) Title and Location (City and State)

Correct Fire Protection Deficiencies Hangar 422, Eglin AFB, FL (2) Year Completed

Professional Services

2012 Construction

2013

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Correct all fire protection deficiencies including fire warning and detection systems. Provided High-EX Foam and Preaction sprinkler systems in Hangar Bay Aircraft Servicing Area, wet pipe sprinkler system in the Aviation Depot, and administration areas located in the lean-tos. Design included underground piping, mass notification fire alarm system upgrades, and fire alarm control panels. New rated CMU separation wall and conditioned Fire Riser room to house fire protection. Role: Mechanical Engineer. Cost: $1.285M

d.

(1) Title and Location (City and State)

Repair/Addition for Maintenance Hangar 450, Columbus AFB, MS

(2) Year Completed

Professional Services

2010 Construction

2011

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Design included a gas furnace with “A” coil and ductless cooling only unit. The Foam, Storage, Mech, and Elec Rooms heated with gas unit heaters and Hangar is heated by overhead gas infrared heater with power exhaust, combustion air inlet, ventilated by 4 prop fans with exterior gravity shutters, manually controlled by building occupants. Design included new potable water supply line, plumbing fixtures, and compressed air system, and foam system in the hangar and wet pipe system in all other areas.. Role: Mechanical, Plumbing Engineer. Cost: $3.3M.

e.

(1) Title and Location (City and State)

Correct Fire Protection Deficiencies, Hangar 130, Eglin AFB, FL (2) Year Completed

Professional Services

2007 Construction

2008

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Removed/Upgraded existing fire protection system to include Air Force Instruction & code compliant Low Level High-EX Foam system for 90,000 SF hangar bay, overhead wet system and standard wet pipe systems for 36,000 SF of office area in 3-story lean-tos on each side of Hangar 130. Replaced wet pipe systems in Bldg 129, 20,000 SF, three 300 HP fire pumps, and fire alarm and control systems. Role: Mechanical Engineer. Cost: $4M.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 20

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person)

12. Name

David M. Bagwell, PE, RCDD

13. Role in this Contract

Electrical & Communication Engineer

14. Years Experience

a. Total

15.5 b. With Current Firm

12

15. Firm Name and Location (City and State) Bagwell Engineering, Inc. Pensacola, FL

24. Education (Degree and Specialization)

University of Florida/Bachelor of Science - Electrical Engineering / 1998

17. Current Professional Registration (State and Discipline)

PE-: FL#59251 AL#33694 MS#21355 RCDD: 072240

18. Other Professional Qualifications (Publications, Organizations, Training, Awards, Etc.) BICSI

19. RELEVANT PROJECTS

a.

(1) Title and Location (City and State)

Renovation of Maintenance Hangar 450, Columbus AFB, MS (2) Year Completed

Professional Services

2010 Construction

2011

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Project consisted of installing entirely new lighting, power, fire alarm, lightning protection, and communications systems. The project utilized T5 HO fluorescent high bay fixtures, T8 lamps and ballasts, new service, panels, power infrastructure, fire alarm system interconnected to foam sprinkler system, counterpoise with lightning protection, fiber optic, copper cabling. & network drops. Role: Electrical/Comm Engineer COST: $3.3M

b.

(1) Title and Location (City and State)

Renovate Portion Test Facility Hangar 71, Eglin AFB, Florida (2) Year Completed

Professional Services

2013 Construction

Ongoing

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

The existing 480 Volt, 208 Volt, and 400 Hz infrastructure was replaced. Lighting was designed to provide footcandles per IES standards and included energy savings ballasts/occupancy sensors. Panels in areas were served by a new UPS systems. The building systems renovated included fire detection & alarm, unclassified and classified communications networks, and electronic access control. Design and construction incorporated SCIF construction IAW DCID 6/9 and NSTISSAM 2/95. ROLE: Electrical/Comm Engineer COST: $2.3M Est.

c.

(1) Title and Location (City and State)

Replace Hangar Doors Bld 2404 & 2406, Sheppard AFB, Texas (2) Year Completed

Professional Services

2013 Construction

2013

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Contract consisted of replacement of hangar doors on Building 2404 & 2406. The existing Rolling Door systems are beyond their useful life and were replaced with a modern upward acting fabric door system complete with automated operation system interfaced with fire alarm and suppression systems. Electrical power was upgraded to provide power direct to door via transformer and not building. ROLE: Electrical Engineer COST: $2.3M.

d.

(1) Title and Location (City and State)

SOF GSB Detachment Building Training Facility, Eglin AFB, FL

(2) Year Completed

Professional Services

2012 Construction

2013

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

New 15,000 sq ft operations and support facility. The building systems included power, lighting, generator, fire detection, comm, intrusion detection, surveillance, and electronic access control. Design and construction will incorporate the following criteria: SCIF construction IAW DCID 6/9, Red Black Separation IAW NSTISSAM 2/95, Protected Distribution Systems IAW NSTISSI 7003, and Equi-potential plane grounding systems IAW Mil HndBk 419A/B. LEED documented Silver. ROLE: Electrical/Comm Engineer COST: $4.7M.

e.

(1) Title and Location (City and State)

Repair/Replace Airfield Lighting Cables, Columbus AFB, MS (2) Year Completed

Professional Services

2013 Construction

2013

(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if performed with current firm

Design/Build to replace all the airfield lighting cables on the Columbus AFB airfield. A large portion of the existing lighting cables are obsolete and need to be replaced with new non shielded airfield lighting cable. The sequential flashing lights controls were also modified to stepped with the airfield lighting. The design was done in accordance with NEC, UFC Airfield and Heliport Planning & Design, and FAA standards. ROLE: Electrical Engineer COST: $2.1M.

STANDARD FORM 330 (6/2004) PAGE -1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 21

While GSI-WGI has vetted our major subcontractors for the project, we do not know at this time which of these major subcontractors will be performing the work. Obviously, price is one of the components to the selection process and as of this writing, subcontractor pricing has not been received and analyzed. We simply do not know which of the selected subcontractors identified below will be the most advantageous to the project. Therefore, to be in full compliance with the RFP requirements, we have included below the relevant experience and key personnel qualifications for each of the pre-qualified subcontractors:

• Air Control Engineering

• James B. Donaghey Inc

• Hattaway Brothers, Inc.

• L. Pugh & Associates, Inc.

• Fireline, Inc.

• Megadoor USA, Inc. Air Control Engineering located at 1119 Pridmore Dr. Columbus, MS 39702 is currently planning on participating as a subcontractor with GSI & Whitesell-Green – A Joint Venture in responding to Request for Proposal No. FA3022-14-R-0002 for the Hangar 456 Renovation at Columbus AFB, MS. Please accept the relevant projects referenced below as evidence of this firm’s experience and technical capability to successfully complete the HVAC & Plumbing scope of work on the Hangar 456 renovation. 1. Contract No. And Title: W91278-07-D-0023 CAFB Fuel Maintenance Dock

General Contractor: Sauer, Inc. Project Owner: CAFB Project Description and Our Role on Project: Furnish and install all plumbing, HVAC and controls for Aircraft Fuel Systems maintenance dock. Performance Verification POC Name: Paul Craddock Phone: 904.262.6444 Email address: [email protected]

2. Contract No. And Title: FA-3002-08-D-0015-6Q03 CAFB Hangar 450

General Contractor: Barlovento Project Owner: CAFB Project Description and Our Role on Project: Furnish and install all plumbing, HVAC and controls for Hangar 450 at Columbus Air Force Base, MS. Performance Verification POC Name: Doug Dennan Phone: 662.374.9332

3. Contract No. And Title: FA-3022-13-C-0006 CAFB Fitness Center B704 Project Owner: Columbus Air Force Base Project Description and Our Role on Project: Furnish and install HVAC and energy efficiency upgrades for the Columbus Air Force Base Fitness Center. Performance Verification POC Name: Eric Jorgensen Phone: 662.434.3694

Please also consider our experienced and capable staff available for the Hangar 456 renovation. Should we receive a resulting subcontract award, key personnel listed below will be assigned to the project. Any proposed change to the listed personnel will be submitted in writing for approval. Key Personnel: Name: Brad Lytle Title: Site superintendent Years with Firm: 5 years Years of Experience: 5 years List Federal Experience: CAFB Fuel Maintenance Dock, CAFB Hangar 450, CAFB Fitness Center B704 List Reno Experience: CAFB Hangar 456, CAFB Fitness Center B704, CAFB UOQ, CAFB Wing HQ

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 22

Certifications: CPR Cert-2013/2014, OSHA 10 hour-1/1/2008, Fall restraint sytems-2/24/2012, Hazcom/Hazmat/Hazwaste awareness-11/15/2013, Boom & Scissor Lift Cert-2/17/2012, Rough terrain and industrial forklift cert-3/9/2012, HVAC and plumbing installations. Education/Training: 5 years experience with HVAC and plumbing experience on projects similar in construction type, cost, square footage and complexity to this Hangar Name: Willie Davis Title: Site Superintendent Years with Firm: 8 years Years of Experience: 8 years List Federal Experience: CAFB Fuel Maintenance Dock, CAFB Hangar 450, CAFB Fitness Center B704 List Reno Experience: CAFB Hangar 456, CAFB Fitness Center B704, CAFB UOQ, CAFB Wing HQ Certifications: CPR Cert-2013/2014, OSHA 10 hour-1/1/2008, Fall restraint sytems-2/24/2012,

Hazcom/Hazmat/Hazwaste awareness-11/15/2013, Boom & Scissor Lift Cert-2/17/2012, Rough terrain and industrial forklift cert-3/9/2012,HVAC and plumbing installations Education/Training: 8 years experience with HVAC and plumbing experience on projects similar in construction type, cost, square footage and complexity to this Hangar. Name: David Hudson Title: Site Superintendent Years with Firm: 22 years Years of Experience: 22 years List Federal Experience: CAFB Fuel Maintenance Dock, CAFB Hangar 450, CAFB Fitness Center B704 List Reno Experience: CAFB Hangar 456, CAFB Fitness Center B704, CAFB UOQ, CAFB Wing HQ Certifications: CPR Cert-2013/2014, OSHA 10 hour-1/1/2008, Fall restraint sytems-2/24/2012,

Hazcom/Hazmat/Hazwaste awareness-11/15/2013, Boom & Scissor Lift Cert-2/17/2012, Rough terrain and industrial forklift cert-3/9/2012, HVAC and plumbing installations

Education/Training: 22 years experience with HVAC and plumbing experience on projects similar in construction type, cost, square footage and complexity to this Hangar. Name: Kent Council Title: Site superintendent Years with Firm: 22 years Years of Experience: 22 years List Federal Experience: CAFB Fuel Maintenance Dock, CAFB Hangar 450, CAFB Fitness Center B704 List Reno Experience: CAFB Hangar 456, CAFB Fitness Center B704, CAFB UOQ, CAFB Wing HQ Certifications: CPR Cert-2013/2014, OSHA 10 hour-1/1/2008, Fall restraint sytems-2/24/2012,

Hazcom/Hazmat/Hazwaste awareness-11/15/2013, Boom & Scissor Lift Cert-2/17/2012, Rough terrain and industrial forklift cert-3/9/2012, HVAC and plumbing installations

Education/Training: 22 years experience with HVAC and plumbing experience on projects similar in construction type, cost, square footage and complexity to this Hangar. James B. Donaghey Inc. located at 1698 B Pass Road Biloxi MS 39531 is currently planning on participating as a subcontractor with GSI & Whitesell-Green – A Joint Venture in responding to Request for Proposal No. FA3022-14-R-0002 for the Hangar 456 Renovation at Columbus AFB, Mississippi. Please accept the relevant projects referenced below as evidence of this firm’s experience and technical capability to successfully complete the (Mech. & Plumbing) scope of work on the Hangar 456 renovation. 1. Contract No. And Title: FA3010-11-C-0011/ REPAIR TIER 2 PP DORM BLDG #4904

Project Owner: KEESLER AFB, BILOXI MS Project Description and Our Role on Project: MECHANICAL & PLUMBING SUBCONTRACTOR

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 23

Performance Verification POC Name: REGGIE TEMPLE Phone:228.377.3130 Email address:[email protected]

2. Contract No. And Title: W91278-07-D-0037 / HURRICANE REPAIRS STENNIS SPACE CENTER Project Owner: STENNIS SPACE CENTER Project Description and Our Role on Project: MECHANICAL & PLUMBING SUBCONTRACTOR Performance Verification POC Name: ROMAN RUDZIC Phone: 407.470.6243 Email address: [email protected]

3. Contract No. And Title: MAHG 10-9004 / KEESLER BLDG #901

Project Owner: KEESLER AFB, BILOXI MS Project Description and Our Role on Project: MECHANICAL & PLUMBING SUBCONTRACTOR Performance Verification POC Name: REGGIE TEMPLE Phone: 228.377.3130 Email address: [email protected]

4. Contract No. And Title: N69450-09-D-0064-0037 / BLDG #1009 MECHANICAL UPGRADE Project Owner: STENNIS SPACE CENTER Project Description and Our Role on Project: MECHANICAL SUBCONTRACTOR Performance Verification POC Name: JARED CHRISTMAN Phone: 228.224-0100 Email address: [email protected]

5. Contract No. And Title: 13-GSA-167 / COLMER COURTHOUSE RENOVATION Project Owner: STATE OF MISSISSIPPI Project Description and Our Role on Project: PLUMBING SUBCONTRACTOR Performance Verification POC Name: ADAM COPELAND Phone: 334.222.4388 Email address: [email protected]

Please also consider our experienced and capable staff available for the Hangar 456 renovation. Should we receive a resulting subcontract award, key personnel listed below will be assigned to the project. Any proposed change to the listed personnel will be submitted in writing for approval. Key Personnel: Name: JOHN D. KING Title: PROJECT MANAGER & ESTIMATOR Years with Firm: 10 YEARS Years of Experience: 10 YEARS List Federal Experience: KAFB BILOXI MS / BLDGS, 4904, 901, 4435. List Reno Experience: KAFB BILOXI MS / BLDG 4904, 901, 4435, HOSPITAL RENOVATIONS Certifications: OSHA 10, OSHA 30, COMPETENT PERSON, Education/Training: BACHOLORS DEGREE, AUBURN UNIVERSITY Name: WILLIAM LOWE Title: SHEETMETAL SUPT. Years with Firm: 15 YEARS Years of Experience: 25 YEARS List Federal Experience: KAFB BILOXI MS / BLDG 4904, 901, 4435 List Reno Experience: KAFB BILOXI MS / BLDG 4904, 901, 4435, HOSPITAL RENOVATIONS Certifications: OSHA 10, OSHA 30, COMPETENT PERSON, EQUIPMENT OPERATION Education/Training: SHEETMETAL TRADE 25 PLUS YEARS Name: TODD HULSEY Title: PIPING / PLUMBING SUPT.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 24

Years with Firm: 20 YEARS Years of Experience: 20 YEARS List Federal Experience: KAFB BILOXI MS / BLDG 4904, 901, 4435 List Reno Experience: KAFB BILOXI MS / BLDG 4904, 901, 4435, HOSPITAL RENOVATIONS Certifications: OSHA 10, OSHA 30, COMPETENT PERSON, EQUIPMENT OPERATION Education/Training: PIPING / PLUMBING TRADE 20 YEARS Name: DOUG SALTER Title: REFRIGERATION TECHNICIAN Years with Firm: 17 YEARS Years of Experience: 17 YEARS List Federal Experience: KAFB BILOXI MS / BLDG 4904, 901, 4435 List Reno Experience: KAFB BILOXI MS / BLOG 4904, 901, 4435, HOSPITAL RENOVATIONS Certifications: ACR REFRIGERATION CERTIFICATION, COMPETENT PERSON Education/Training: REFERIGERATION TRADE 17 YEARS

Hattaway Bros, Inc. located at 48121 HWY 17 is currently planning on participating as a subcontractor with GSI & Whitesell-Green – A Joint Venture in responding to Request for Proposal No. FA3022-14-R-0002 for the Hangar 456 Renovation at Columbus AFB, Mississippi. Please accept the relevant projects referenced below as evidence of this firm’s experience and technical capability to successfully complete the ELECTRICAL scope of work on the Hangar 456 renovation. 1. Contract No. And Title: T1 Hangar CAFB, MS

Project Owner: Department of the Air Force; Corps of Engineers for the USAF Project Description and Our Role on Project: All Electrical, Fire Alarm, Data, Lightning protection, Cathodic protection, Generator installation, Lighting and power. Performance Verification POC Name: Phone: (662)434-5360 Fax:

2. Contract No. And Title: Hangar 450 CAFB, MS Project Owner: Department of the Air Force Project Description and Our Role on Project: (sub) Electrical, Fire Alarm, Mass Evac, Data-Comm., lightning protect., cathodic protect., outside plant, power and lighting, Mule Plugs, 400 Hertz outlets. Performance Verification POC Name: Frank Murchie Phone: (662)434-7957 Fax:

3. Contract No. And Title: Hangar 246 – Fire Suppression Lab Project Owner: Dept. of the Air Force; CE Civil Engineering for USAF, Columbus AFB, MS Project Description and Our Role on Project: (sub) Electrical, fire alarm, Foam release system, cathodic protection Performance Verification POC Name: Frank Murchie Phone: (662)434-7957 Fax:

4. Contract No. And Title: New Fuel Maintenance Dock Hanger T1 Aircraft Project Owner: Department of the Air Force; Corps of Engineers for the USAF Project Description and Our Role on Project: (sub) Electrical, Fire Alarm, Massevac, outside plant, dust bank, 15KV overhead and underground utility, lighting protection, cathodic, Data, Comm, Security, UPS, Invertor system, 400 Htrz, metering, Primary 15 Kv equipment. Performance Verification POC Name: Phone: (662)434-5360

Please also consider our experienced and capable staff available for the Hangar 456 renovation. Should we receive a resulting subcontract award, key personnel listed below will be assigned to the project. Any proposed change to the listed personnel will be submitted in writing for approval. Key Personnel:

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 25

Name: Banks Hattaway Title: President Years with Firm: 27 Years of Experience: 37 List Federal Experience: Rapcon ATS, Mission Support Complex, Columbus Control Tower, Hangar

450 CAFB, T1 Hangar, CAFB, Hangar 246- Fire Suppression Lab Certifications: Master Electrical Contractor (AL, MS, GA, LA), Master Plumber & HVAC

(AL), LEED, Instructor, Electrical Engineering Principles-Bevill State CC Education/Training: Construction of Law- Tulane University, Business Management- ITT, Electrical

Engineer- Tulane University Name: Daren Gordon Title: Superintendent Years with Firm: 22 Years of Experience: 22 Certifications: Tuscaloosa City Journeyman Education/Training: Lamar County Area Vocation Name: Jerry “Bud” McReynolds Title: Project Coordinator Years with Firm: 29 Years of Experience: 38 Certifications: Alabama State Journeyman #461 Education/Training: Northwest Alabama College Name: Starcia Thompson Title: Controller/Office Manager Years with Firm: 24 Years of Experience: 24 Certifications: Mississippi University for Women- Leader Certificate, Mississippi Associated

Builders & Contractors Education/Training: BS in Business Management, AA Accounting

L. Pugh & Associates, Inc. located at 10108 North Palafox Highway, Pensacola FL 32534 is currently planning on participating as a subcontractor with GSI & Whitesell-Green – A Joint Venture in responding to Request for Proposal No. FA3022-14-R-0002 for the Hangar 456 Renovation at Columbus AFB, Mississippi. Please accept the relevant projects referenced below as evidence of this firm’s experience and capability to successfully complete the Fire Suppression scope of work on the Hangar 456 renovation. 1. Contract No. And Title: SOF Maintenance/Storage Facility, Hurlburt Field FL

Project Owner: US Air Force Project Description and Our Role on Project: Install Wet Pipe Sprinkler and High Expansion Foam Systems for aircraft hangar. Performance Verification POC Name: Mike Warnke Phone: 850-439-3533 Fax: 850-439-3170 Email address: [email protected]

2. Contract No. And Title: N69450-08-D-1295, Hangar Repair & Paraloft Relocate, NAS Meridian MS

Project Owner: US Navy Project Description and Our Role: Remove/re-install sprinkler pipe in hangar bay and offices. Performance Verification POC Name: Mike Clawson with ACT Corp. Phone: 850-932-9775 Fax: 321-415-0215 Email address: [email protected]

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 26

3. Contract No. And Title: National Flight Academy - NAS Pensacola FL Project Owner: National Aviation Flight Museum Project Description and Our Role on Project: Install wet pipe sprinkler, standpipe and fire pump in Academy and Aircraft Display Building Performance Verification POC Name: Danny Drossos - Greenhut Construction Phone:850-433-5421 Fax: 850-435-9826 Email address: [email protected]

4. Contract No. And Title: Building 3782, Corry Station, Pensacola FL Project Owner: US Navy Project Description and Our Role on Project: Installation of new wet pipe fire sprinkler systems in existing building, including zoning of LAN rooms. Performance Verification POC Name: Gary Slater - Sauer Inc. Phone: 904-262-6444 Fax: 904-268-6156 Email address: [email protected]

Please also consider our experienced and capable staff available for the Hangar 456 renovation. Should we receive a resulting subcontract award, key personnel listed below will be assigned to the project. Any proposed change to the listed personnel will be submitted in writing for approval. Key Personnel: Name: Jay Larson Title: Project Manager Years with Firm: 21 years Years of Experience: 34 years List Federal Experience: Building 3782 Corry Station, Building 3480 NAS Pensacola, SOF

Maintenance/Storage Facility, Hurlburt Field FL, 53rd Reprogramming Facility - Eglin, Building 1954, NAS Pensacola, Consolidated Support/Fitness - Whiting Field FL, Hangar Repair & Paraloft Relocation, NAS Meridian MS

Certifications: NICET Level IV Senior Engineering Technician Education/Training: B.S. from University of North Dakota Name: Brad Lowe Title: Project Manager Years with Firm: 15 years Years of Experience: 15 years List Federal Experience: NAS Flight Academy, Hurlburt 505th Building, NAS Exhibition Hall, Fuel Cell

& Corrosion Control Hanger-Dannelly Field Alabama, Hope Hull Aircraft Hanger - Alabama, Building 430 Eglin, NAS Building 1854, Eglin Hospital,

Certifications: NICET Level III Engineering Technician - Layout, NICET Level II Engineering Technician - Inspections, Clean Agent Room Integrity Testing - Level III Name: Robert Griggs Title: Foreman/Fitter Years with Firm: 10 Years of Experience: 10 List Federal Experience: Building 3782 Corry Station, Building 3480 NAS Pensacola, SOF

Maintenance/Storage Facility, Hurlburt Field FL, Hangar Repair & Paraloft Relocation, NAS Meridian MS, Building 1954, NAS Pensacola

List Reno Experience: Building 3782 Corry Station, Building 3480 NAS Pensacola, Hangar Repair & Paraloft Relocation, NAS Meridian MS, Building 1954, NAS Pensacola

Education/Training: ECATTS, OSHA 10

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 27

Name: Alvin Mosley Title: Foreman/Fittger Years with Firm: 21 Years of Experience: 35 Years List Federal Experience: Buildings 512, 3744, and 3782 Corry Station Pensacola, 53rd Reprogramming

Facility, Hangers 975/985 Eglin AFB List Reno Experience: Buildings 512, 3744, and 3782 Corry Station Pensacola, Julia Street Terminal -

New Orleans, LA

Fireline, Inc. located at 3905 R.C. Lane, Tupelo MS is currently planning on participating as a subcontractor with GSI & Whitesell-Green – A Joint Venture in responding to Request for Proposal No. FA3022-14-R-0002 for the Hangar 456 Renovation at Columbus AFB, Mississippi. Please accept the relevant projects referenced below as evidence of this firm’s experience and technical capability to successfully complete the Underground Fire Water, Fire Sprinkler & High Expansion Fire Foam Suppression Systems scope of work on the Hangar 456 renovation. 1. Project Name & Description:Columbus Air Force Base – Fire Crash Rescue Station

City: CAFB, MS Owner: Yates Construction – Lawrence Williams – 662-434-5454 Contract Amount: $82,944.00 Type of System: Wet System

2. Project Name & Description:Columbus Air Force Base - Hangar 450 City: CAFB, MS General Contractor: Barlovento, LLC – Jason Herndon – 334-983-9979 Contract Amount: $231,133.00 Type of System: Wet Systems and High Expansion Foam Suppression System

3. Project Name & Description:Stark Aerospace City: Columbus, MS General Contractor: West Brothers Construction – Rick Williams – 662-328-2438 Contract Amount: $380,930.00 Type of System: Wet Systems, Dry Systems, High Expansion Foam Suppression System with Complete Packaged FP & House

4. Project Name & Description:Columbus Air Force Base – Medical Dental Clinic *Not completed (under construction). Our men are currently installing this project.

City:CAFB, MS General Contractor: JE Dunn Construction – Craig Stearns – 816-426-8102 Contract Amount: $144,020.00 Type of System: Wet Systems

5. Project Name & Description:Columbus Air Force Base – Wing Headquarters

City:CAFB, MS Owner: DWG & Associates – Samuel Harbert – 727-216-6151 Contract Amount: $70,374.00 Type of System: Wet System

Please also consider our experienced and capable staff available for the Hangar 456 renovation. Should we receive a resulting subcontract award, key personnel listed below will be assigned to the project. Any proposed change to the listed personnel will be submitted in writing for approval. Key Personnel:

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 28

Name: Richard Reddout Title: President Years with Firm: 18 Years Years of Experience: 27 Years Federal Experience: Oxford Federal Courthouse, CAFB Fire Crash Rescue Station, Senatobia

Readiness Center, Oxford Readiness Center, Rolling Fork Readiness Center, Renov. Experience: Repair CAFB Hangar 450, CAFB Wing HQ Renovation, Magnolia Regional

Hospital Additions & Renovations – Corinth MS, Oktibbeha County Hospital Additions & Renovations – Starkville, MS

Certifications: NICET Level 3 Design Technician (Cert no 87042) Education/Training: Bachelor’s Degree in Architecture (Louisiana Tech University) Name: Keith Teeple Title: Estimator Years with Firm: 14 Years Years of Experience: 14 Years Federal Experience: Oxford Federal Courthouse, CAFB Fire Crash Rescue Station, Senatobia

Readiness Center, Oxford Readiness Center, Rolling Fork Readiness Center, Holly Springs Readiness Center

Renov. Experience: Repair CAFB Hangar 450, CAFB Wing HQ Renovation, Magnolia Regional Hospital Additions & Renovations – Corinth MS, Oktibbeha County Hospital

Certifications: NICET Level 3 Design Technician (Cert no 11493) Education/Training: Associate’s Degree in Drafting & Design (South Plains College – Levelland TX) Attended Texas Tech University – Industrial Engineering & Computer Science Name: Don Gates Title: Installation Technician / Pipefitter Years with Firm: 13 Years Years of Experience: 18 Years Federal Experience: Oxford Federal Courthouse, CAFB Fire Crash Rescue Station, Senatobia

Readiness Center, Oxford Readiness Center, Rolling Fork Readiness Center, Renov. Experience: Repair CAFB Hangar 450, CAFB Wing HQ Renovation, Magnolia Regional

Hospital Additions & Renovations – Corinth MS, Oktibbeha County Hospital Additions & Renovations – Starkville, MS, CAFB Shopping Center Renov.

Certifications: Powered Lift Truck “train-the-trainer” Certified, Aerial Lift “Scissor Lift” Certified operator, Tremstop Certified, CPR AED Certified.

Education/Training: High School Graduate. Vastly experienced in all aspects of Fire Protection due working in this trade since High School.

Megadoor USA Inc. located at 611 HWY 74 south, Peachtree City, GA 30269 is currently planning on participating as a subcontractor with GSI & Whitesell-Green – A Joint Venture in responding to Request for Proposal No. FA3022-14-R-0002 for the Hangar 456 Renovation at Columbus AFB, Mississippi. Please accept the relevant projects referenced below as evidence of this firm’s experience and technical capability to successfully complete the UFGS 08 34 16.20 – Vertical Lift Fabric Doors both Manufacturing and Installation scope of work on the Hangar 456 renovation. 1. Contract No. And Title: W912BV-09-C-2020 Tinker AFB

Project Owner: The Korte Company Project Description and Our Role on Project: Design, fabrication and installation Performance Verification POC Name: Jay Korte Phone: 314.242.0267 Fax: 618.654.4820 Email address: [email protected]

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 29

2. Contract No. And Title: Columbus AFB Project Owner: Corps of Engineers Project Description and Our Role on Project: Design, fabrication and installation Performance Verification POC Name: Erich Reichle Phone: 904.262.6444 Fax: 904.260.5180 Email address: [email protected]

3. Contract No. And Title: 11990-08B-01 Aircraft maintenance Hangar MCAS, New River Project Owner: The Whiting-Turning Contracting Co. Project Description and Our Role on Project: Design, fabrication and installation Performance Verification POC Name: Wes Feinman Phone: 919.256.6460 Fax: 919.256.6461 Email address: [email protected]

4. Contract No. And Title: 06110008 P302V Hangar NAS Jacksonville Project Owner: Mortenson Const Project Description and Our Role on Project: Design, fabrication and installation Performance Verification POC Name: Mark Schmidt Phone: 763.522.2100 Fax: 763.287.5801 Email address: [email protected]

Please also consider our experienced and capable staff available for the Hangar 456 renovation. Name: Mike Nettie Title: Federal/Military Manager Years with Firm: 5 Years of Experience: 20 yrs. construction PM & Sales List Federal Experience: PM Department Manager 4/2009-10/2012 with overall responsibility for all

Federal/Military projects; Federal & Military Manager 10/2012 - Present. Certifications: N/A Education/Training: OSHA, FAR Certification, Federal Contract Review Name: Rick Ford Title: Project Manager Years with Firm: 9 Years of Experience: 9 List Federal Experience: Tinker AFB, Columbus AFB, MCAS New River Certifications: Master PM Certification Education/Training: Electronic Engineering Technology, AA in computer aided drafting & design Name: Jim McClay Title: Installer Years with Firm: 5 Years of Experience: 14 List Federal Experience: Hickam AFB, P757 Norfolk, P111 MALS Certifications: OSHA 30, competent person, fall protection, lift certified, rigging, welding Name: Bruce Harrison Title: Install Supervisor Years with Firm: 22 Years of Experience: 25 List Federal Experience: TX ANG, Fort Wainwright, MD ANG, MS ANG, NV ANG, WV ANG, PA

ANG, GITMO, and others (list available upon request) Certifications: LA contracting license, comp. person, lift equipment certified, 1st responder

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 30

Subfactor d: Construction Plan

Offeror shall provide the Construction Plan that will fulfill the requirements of the Statement of

Work (SOW). Provide a description of the construction methods for each phase of construction.

The Construction Plan shall at a minimum include:

Before responding directly to this Subfactor (d) below, GSI & Whitesell-Green – A Joint Venture (GSI-WGI) gather, from comments within the RFP and amendments, that the government may have experienced a less than satisfactory process and end result with prior hangar renovation work on base. GSI-WGI respectfully suggests that the use of formal “Partnering” can be a very effective “starting point” for avoidance of such regrettable experience. Our team has sponsored and supported formal Partnering on more than 30 major design-build projects, with excellent results. We are happy to offer this program to the government for this particular project, including the services of an experienced “third party” partnering facilitator and an off-base meeting venue (if desired), all at our expense, if awarded this contract. Furthermore, we can offer further instructional materials regarding Partnering upon request. Regardless of whether the government chooses to accept this offer for “Partnering”, GSI-WGI pledge to conduct all project business in the true “spirit” of Partnering, with the best interests of the government in mind, as well as our own, in our conduct of all project business. GSI & Whitesell-Green – A Joint Venture (GSI-WGI) commits to perform all aspects of the work described in and/or required by the solicitation and SOW in strict accordance with those documents and to perform all functions in the most skilled and professional manner throughout the life of the contract. Successful, timely and safe project completion resulting in complete customer satisfaction is our goal. 1. Mobilization and Material Procurement:

(GSI-WGI) appreciates Amendment # 004, extending the contract performance time to 495 calendar days and clarifying that only “demolition (deconstruction) and site mobilization for construction” can take place concurrent with design (fast-track). In consideration of the clarifications in this amendment, GSI-WGI will structure this narrative to address “mobilization and material procurement for both the design / preconstruction phase and construction phase of the project, individually. Furthermore, as instructed by section M (Evaluation Factors), GSI-WGI will address “time” related to Mobilization and Material Procurement, as well as “methods”. Mobilization for the DESIGN / PRECONSTRUCTION PHASE of this project will involve, at a minimum, the following methods and timing: In accordance with the provisions of the “Design After Award” section of the SOW (Final as issued with Amendment 005), GSI-WGI expect to accomplish the following activities within the first 28 days following award:

• Provision of bonds and insurances

• Initial Site Survey of all project related existing conditions

• If access is allowed for this purpose by the government, we will conduct the required Hazardous Materials investigation during this initial 28 day period. If access is not available until after NTP (below), we will so conform.

• Notify the government within seven days of each visit as well as at the completion of these investigations

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 31

Also as addressed in the “Design After Award” section of the SOW, GSI-WGI anticipates the government issuing the “Notice to Proceed” with design upon completion of our initial site investigations or the 28th day after award, whichever comes first. Although not specifically addressed in the “Design After Award” requirements of the SOW, it will be the recommendation of GSI-WGI that the culmination of the initial Site Survey also be in the form of a coordinated design “kickoff” meeting (with the government). The “kickoff” meeting could be conducted shortly before the issuance of the NTP and would include the following basic agenda:

• Review of the site survey results and related design impacts

• Review and coordination of project design performance criteria

• Review of the initial “Design / Preconstruction” phase schedule

• Conduct formal partnering, if so elected by the government (see introduction above) This meeting should be able to occur within a single (possibly multiple-day) visit to Columbus AFB by the GSI-WGI DB team, on date(s) convenient to the government. Upon receipt of that Notice to Proceed, GSI-WGI will prepare the initial “Design / Preconstruction Phase” schedule, the 35% Design Submittal incorporating the critical findings of the investigations above, the initial design analysis and the outline specifications with expectation of presenting this information to the government within fourteen (14) days following NTP. The 65%, 95% and 100% Design Submittals and Design Conferences will follow precisely as outlines in the SOW with GSI-WGI responding with the next design submittal within 21 days of final acceptance of the previous design submittal. The design process timeline, to include all required conferences, meetings and approvals, will be completed 171 days after the “Notice to Proceed” for design is issued. Considering the clarification by Amendment 004 that “Demolition (Deconstruction and Abatement)” can occur concurrent with “design / preconstruction” activities, GSI-WGI will also commence with the set-up activities outlined on Page 1 of Subfactor 1 for the deconstruction phase immediately upon receipt of the “Notice to Proceed” (above). GSI-WGI expects these deconstruction mobilization and coordination activities precedent to commencement of deconstruction and abatement to require approximately thirteen (13) weeks following the issuance of the design Notice to Proceed. Methods and timing for Mobilization for the CONSTRUCTION PHASE of this project, which will commence prior to final design acceptance, will involve at a minimum:

• Finalizing the project CPM schedule incorporating full construction activity detail & cost loading

• Completion of the Check Estimate establishing the contractor’s final internal budget

• Vetting of vendors for remaining scopes of work

• Updates to the Dig, Work Clearance and Hot Work permits

• Updating for final approval the Preconstruction Plans initially submitted (Page 1 of Subfactor 1)

• Conducting the Mutual Understanding Meeting and Subcontractor Coordination Meetings

• Attending the Preconstruction Meeting (at the direction of the Government)

• Final installation of temporary facilities to include project offices, storage yard & lay-down areas GSI-WGI expect this combination of activities to require approximately four (4) weeks and will be timed to occur concurrent with the completion of design so that construction can commence immediately upon final approval of the “Final / For Construction” contract documents.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 32

Methods and timing for Material Procurement for the CONSTRUCTION PHASE of this project will involve at a minimum:

• Creation of Project Submittal Register (per CQC Plan)

• Finalization of project buy-out (from Check Estimate)

• Issuance of any remaining vendor contracts (from Check Estimate)

• Identification of long lead items (input from Subcontractor Coordination Meeting)

• Identification of early critical path materials (from CPM Schedule)

• Material submittal preparation in order of critical impact to project (from CPM Schedule)

• Timely GSI-WGI review of submittal compliance PRIOR to forwarding for Government review

• Establishment of credit accounts, where needed

• Procurement of materials immediately upon approval

• Quick-ships and expedited fabrication and/or delivery as necessary to maintain schedule.

• Inspection of materials immediately upon receipt (quantity, compliance, damage, etc.)

• Storage of materials per manufacturer recommendations

• Protection of delivered material

• Proper handling of material during installation.

Material procurement for the construction phase will involve all material orders being submitted, approved and placed within the first two (2) months following NTP for construction. Fabrication / delivery of the material and equipment items will continue until the construction period is approximately 80% complete. Delays in progress due to late material delivery are one of the most preventable sources of construction project delays in the industry. GSI-WGI’s recognizes this fact and through forethought and planning, will act proactively to prevent any such occurrence on this project. 2. Staging: Materials and Equipment:

GSI-WGI acknowledges there is limited free area around the project site and understands that coordination is the key to achieving the desired flow of the work. Materials, construction equipment and equipment to be installed as part of project scope will be delivered and staged (positioned on site) in close coordination with the project CPM schedule. Because deliveries will be tied to the construction schedule, the staging of materials and equipment will be a “fluid” and “changing” operation throughout the entire construction phase of the contract. Beyond consideration of when and where items are needed, consideration of accessibility and proper storing techniques is also required. Some materials and equipment will be staged locally offsite, some stored at lay-down areas at the site (to be finalized with the government after award), while others will be strategically placed direct from delivery trucks and trailers to their point of installation. In all cases where materials and equipment are staged and/or stored, proper precautions and measures for weather protection, support dunnage, traffic control, and most importantly worker safety will be implemented. Section M (Evaluation Factors) instructs the offeror to provide a “Diagram layout of materials staged on or near site”. Acknowledging the government must approve our final plan, GSI-WGI has provided a site plan that represents our suggested lay-down and storage areas within the construction limit lines. This site plan is enclosed at the end of this subfactor as Exhibit # 1 and complies with the instructions of Amendment #004 / Question # 44.

Subfactor (b) earlier in this volume identified the construction operation equipment to be used for the specific work on this project. That equipment will be properly maintained, secured during non-work hours, and only staged from within the confines of the construction limits of the project.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 33

3. Base Access and Haul Routes:

Materials and equipment delivered to and/or removed from the project site will be by commercial vehicles properly tagged, licensed and insured to operate as such. All Mississippi Department of Transportation, USAF and Columbus AFB regulations will be adhered to by the companies, workers, drivers and operators requiring access to the base for the performance of this contract. Workers shall be properly badged by security forces per base regulations. Badged employees will be required to prominently display their badge while on base. Access to and from the site and haul routes through the base will be limited to locations and roadways detailed on the GSI-WGI “Site Utilization and Area Use Plan”. This plan will be coordinated with the government as part of preconstruction planning and coordination described earlier in this narrative. GSI-WGI will comply with the instructions provided by the government in Amendment 004 / Question 105 in the initial preparation of this plan. Provisions of this plan will include:

• Designated access points to the jobsite. The access points will include temporary gravel drives that will be maintained with provisions for regular cleanup of dirt removed from exiting vehicles. Access points to the jobsite will be secured during non-work hours.

• Vehicle Identification. All construction vehicles making accessing the jobsite for deliveries or other contract related business shall be clearly identified for control purposes by prominently displaying the company name on each side of the vehicle.

• Employee parking. Worker parking will be a designated area as coordinated with the government. Parking at the jobsite or other non-approved locations by project workers will be strictly prohibited. GSI-WGI expects to comply with the provision of Amendment 004 / Question #59, in the establishment of the employee parking lot location.

• All vehicle operators having access to or in the vicinity of the aircraft movement areas will be orientated on airfield procedures for operation of ground vehicles and the consequences of noncompliance. An approved Haul Route diagram, accompanied by a copy of Columbus AFB traffic/driving regulations, will be made part of all subcontracts and purchase orders. As part of the vendor contracts, subs and vendors will be required to comply with the approved routes and base regulations or face disciplinary action.

• A copy of the published Airfield Diagram will be posted in the project field offices and distributed to GSI-WGI and subcontractor management personnel to ensure familiarity with the airfield layout and restricted area limits.

If necessitated by project operations and allowed by Columbus AFB, two-way radio communication can be continuously maintained between the GSI-WGI field staff and the air traffic authorities at Columbus AFB. Vehicular traffic located in the vicinity of an active aircraft movement area can, at the Government’s discretion, have a working two-way radio in contact with the tower or be escorted by a person in radio contact with the tower. If the team’s operations require crossing active air operations areas, after receiving instructions from the tower, a flagman will be stationed continuously in the area during the crossing and all construction vehicles/equipment will yield to any oncoming aircraft traffic. The driver, through personal observation, will observe that no aircraft is approaching the vehicle position. Any vehicles required to communicate with the tower will do so in a manner approved by Columbus AFB Air Operations.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 34

4. Foreign Object or Debris (FOD) Prevention:

The members of the GSI-WGI team have constructed and design-built more than 100 projects on military flight lines in our collective experience. These numerous projects have enabled our team to have an exceptional understanding of and experience with the demands of constructing approximate to flight operations, and have equipped us to be a well-prepared “partner” for the Air Force in developing their flight line facilities. Utilizing its years of FOD preventions experience, GSI -WGI will implement a formal and fully-detailed plan for management and control of FOD including but not limited to the following essential components:

• FOD fencing: to be installed in coordination with the Columbus AFB Air Operations Manager (AOM). If allowed by AOM, GSI-WGI will completely enclose the apron area SE of Hangar 456 with metal fencing covered with fabric with no gaps along the length of the fence. Fencing and fabric will be securely anchored to prevent displacement by winds or jet/prop blast.

• FOD checks: All vehicles working on or adjacent to the apron will be under strict surveillance to ensure that no amount of FOD is deposited on any pavements in the active air operations areas. FOD checks will include removing gravel and rocks from the tire treads and removing or securing loose parts and debris on the vehicle undercarriage. Any debris collected during the FOD check will be placed in a storage container and immediately removed from the vicinity of active air operations.

• FOD Inspections and sweeps: A visual inspection for FOD will take place at the beginning and end of each day and, if warranted by the Government, a report issued to the Contracting Officer or the Contracting Officer’s representative. Additional inspections shall be implemented during the work hours as necessary to ensure FOD control. If the area requires more that a manual pick-up, the area shall be swept. The equipment performing the sweep will include a skid steer sweeper and vacuum-type attachments to ensure debris is collected and removed in a manner acceptable to the Government.

• Clean up and site maintenance: The site will be kept clean of items that could become wind born and/or windblown across the site. Trash receptacles with lids shall be well distributed around the project site. Dumpsters and bins shall have netting or lids to keep light lose material restrained. No containers shall be left uncovered at the end of the work day.

Basic elements of GSI-WGI’s FOD plan are illustrated on the site plan enclosed at the end of this subfactor as Exhibit # 1.

5. Storm-Drain Protection:

The GSI-WGI Design Build team will prepare a formal Stormwater Pollution Prevention Plan (SWPPP), describing all aspects of erosion control and the protection of existing storm drain systems. The plan will be fully compliant with Columbus AFB and State of Mississippi regulations regarding the control of stormwater pollution. Timing for the submission of this plan is as described earlier in this subfactor. The SWPPP will, at a minimum, include the following:

• Application/Notice to the State of Mississippi

• Name the onsite Stormwater Inspector

• Certification for the named inspector

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 35

• Project description, affected areas and disturbing activities

• Identification of receiving waters

• Description of controls, stabilization practices and stormwater management

• Provisions for maintenance and inspection

• Site plan depicting limits and locations, and detail drawings of each control measure

• Inspection schedule and Inspection Form

• Termination checklist To provide a brief overview to this planning, GSI-WGI’s SWPPP limits and locations are illustrated on the site plan enclosed at the end of this subfactor as Exhibit # 1. The related SWPPP control details are illustrated on Exhibit #2 also enclosed at the end of this subfactor. These exhibits illustrate some (but not all) locations of inlet protection, as well as provide standard protection details that will be “brought forward” as applicable in the formal SWPPP prepared after award.

6. Safety and Health Management Process:

GSI-WGI is proud of our formal Safety Program which has been recognized with numerous awards from NAVFAC, USACE and other federal agencies. This Safety Program has many elements, including innovative procedures for pre-qualifying subcontractors by their safety performance record and for diligently managing subcontractor safety performance during the life of the contract. Selection of Safe-Performing Contractors: GSI-WGI will prequalify subcontractors for participation on this project (at all levels), seeking firms who have maintained an EMR and DART rate over the past three years representative of a safe-performing firm. If a firm has a questionable performance history, but is otherwise advantageous to the project, GSI-WGI will require that subcontractor to enact special safety improvement provisions for this project, which might include further personnel safety training, increased inspection frequency and/or special safety supervision. Innovative Safety Methods: GSI-WGI will establish a project-specific and “password protected” Safety Program for this project within our corporate websites. This posting will enable all project personnel and subcontractors to have electronic access to the Project Safety Plan and to the EM385 regulations. Subcontractors (at all levels) will be required to review the Project Safety Plan before mobilizing to site. The link to the Project Safety Plan will again be provided at each subcontractor’s initial (CQC) preparatory inspection and they will be encouraged to use this program for rapid access to the EM385 regulations as an informational resource, both for their home and site offices. This program will also provides access to “Click Safety,” a special safety subscription service, which will enable subcontractors (at all levels) to obtain safety and competent person training including certifications on-line before mobilizing to the site to commence their work. “Click Safety” will also provide subcontractors with up-to-date Hazard Analysis information related to their trade work and material, to assist in their preparation of submittals and other required project documentation. As part of the Safety Plan for this project, GSI-WGI will require all supervisory personnel for each subcontractor (at all levels) to have completed OSHA 30 Hour training. All onsite workers (in-house and subcontractor, at all levels) will be required to have completed OSHA 10 Hour training. These certifications will be reviewed at the (CQC) preparatory inspection for each phase of the subcontractor’s work, prior to that work getting underway. “Safety” will be the lead-off agenda item for each (CQC) preparatory inspection, both for the purpose of compliance reviews, and also to address “Safe Practices” preparations required for the subcontract work.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 36

The preparations of the subcontractor for these “Safe practices” must be signed off by the Site Safety & Health Officer (SSHO) before the work gets underway. These preparatory inspections should be scheduled at least one (1) week before the affected subcontract work is scheduled to get underway, to enable time for the subcontractor to make any corrections necessary to ”Safe Practices” preparations. However, in no case shall the subcontractor get underway until the “Safe Practices” preparations are complete and signed off by the SSHO. GSI-WGI will implement its special approach to “Tool Box” meetings for this project. Rather than conduct a project-wide toolbox meeting with a “general” topic, the SSHO will conduct two or three “15 minute” tool box meetings per day, tailored to the work being performed by subcontractors currently working at the site. The subcontractor crews who are performing work related to the tool-box topic will attend that particular session, while other subcontractors continue with their work. These individual toolbox meetings will be scheduled immediately before or after the lunch break, and staggered to enable participation while maintaining a steady work flow. GSI-WGI will employ our award-winning Safety Incentive Plan for this project. Under this plan, $1 per man per work day will be contributed by GSI-WGI to a Safety Incentive fund. For each 90-day period that the project achieves “no lost time accidents”, a “Safety Celebration” will be held, generally a barbecue or fish-fry luncheon at the site. All subcontractor on-site and home office project personnel are encouraged to attend. Our government partners are also invited to attend. Portions of the Safety Incentive fund are used to pay for the celebration itself, with the remainder distributed as safety awards in the form of lottery-drawn prizes, generally several cash prizes and safety gear prizes such as personal fall protection harnesses, etc. If a worker, for any company, served at the site during the 90-day period preceding the celebration, their name goes “in the hat” for a random drawing for the prizes. Special awards are also given at the celebration for subcontractors who most effectively have monitored and reported “near-misses” during the 90-day period for consideration as shared “lessons learned” GSI-WGI will enforce the site safety policy/program by implementing a three step system of fines for any non-life threatening safety violations. The employer of anyone violating the project safety plan will be fined $100 for first offense, $500 for second offense and the third time the employee will be removed from the project. Any serious/life threatening incident will generate a $1,000 fine and removal of the employee from the jobsite. Any employee of the GSI-WGI who violates (non-life threatening) the safety policy will be sent home for one day for first offense and for two days for the second and will be dismissed upon the third. That employee will be removed from the project upon any serious/life threatening incident and/or behavior.

7. Exhibits: Please refer to the following two pages for Exhibit #1, Site Plan and Exhibit #2, SWPPP Details.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 30

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 31

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 39

Subfactor e: Quality Assurance Plan:

Offeror shall discuss the Quality Assurance plan that will fulfill the requirements of the Statement

of work (SOW). The Quality Assurance Plan shall at a minimum include:

The GSI-WGI Quality Control (QC) System Manager will establish and maintain an effective quality control system through the use of the Contractor’s Quality Control Plan that will consist of plans, procedures and organization necessary to produce a quality end product in compliance with the contract document. The Contractor’s Quality Control (CQC) Plan has been developed under the U.S. Army Corps of Engineers Quality Assurance guidelines. The CQC Manager’s quality control system will cover all construction operations, both on-site and off-site, and will be keyed to the proposed construction schedule. The CQC System Manager will have the authority and responsibility to stop work that is not in compliance with the contract documents and/or work that presents an unsafe condition. This includes the authority to inspect, reject or accept the work and to direct the operations of this contractor and its subcontractors. Key subcontractors, such as deconstruction, roofing/siding, mechanical, utility and electrical, will provide quality control representatives for their work who will work under the direction of the CQC Manager. These additional personnel will be located at the jobsite. The CQC Manager will issue letters of direction to all other various quality control representatives outlining duties, authorities, and responsibilities to each member of the QC team. Trade Quality Control representatives will join the QC team at the appropriate phase of construction. 1. Inspection Schedule and Methods:

The CQC Manager will ensure the quality of the work and strict adherence to the contract documents through the use of the three phase inspection process. Once this contractor or a subcontractor has mobilized to the site, they will be required to participate in the Contractor’s Quality Control Plan which includes the three phase inspection process consisting of the Preparatory Inspection, the Initial Inspection and numerous Follow-up Inspections. These inspections will be conducted on definable segments of work and apply to the contractor, subcontractors and suppliers. The first inspection of the three phase inspection process is the Preparatory Inspection. This will include a sit down meeting between the CQC Manager and the other responsible parties prior to commencing the particular segment of work. The Preparatory Inspection sets the standard for the scope of work with the trade superintendent and his manager reviewing all aspects of the upcoming trade work before commencing. Pre-work documents, approved submittals, manpower, material compliance, staging and storage, safety, material handling, and direction of progress are thoroughly reviewed. The second inspection of the three phase inspection process is the Initial Inspection. The Initial Inspection will be conducted at the beginning of a definable segment of work. The Initial Inspection shall be held at such a time as to allow only enough work to be accomplished to establish workmanship standards. The intent of the Initial Inspection is to verify full contract compliance of the actual work installed to include safe performance. The third inspection of the three phase inspection process is the Follow-up Inspection. The Follow-up Inspections will be held daily until completion of the definable segment of work. The intent of the Follow-up Inspections is to verify continued compliance with the contract documents including the required control testing and safe performance. The CQC Plan with its three phases of inspection will be the tool used to verify that all required pre-work documents and submittals are in-place, to open discussion of the proposed work including schedule and safety, to verify initial contract compliance and to ensure continued contract compliance.

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 40

Quality control will be on the agenda of all weekly progress meetings. The CQC System Manager, along with the SSHO, will be in attendance to discuss current quality and safety issues with the project team. If additional meetings beyond the three phase inspection process and the weekly progress meetings are required to maintain and/or rectify quality issues, the CQC Manager will immediately organize those efforts. 2. Record Keeping Method (Detail how QA records are generated and maintained):

It will be the responsibility of the CQC Manager to submit all field reports, registers and list to the Civil Engineering Construction Manager Inspector (CMI). All field reports, registers and list shall be submitted as described in the individual sections of the plan and shall be, in most cases, submitted the next day following the activity that generated to need for reporting. Additionally, the CQC System Manager will provide the CMI any and all quality control documentation immediately upon request. The following is a list of the attached reports, registers and list the CQC Systems Manager will use for quality control management and quality control documentation. 1. Submittal Register 2. Test Register 3. Definable Segment List 4. Preparatory Inspection Checklist 5. Initial Inspection Checklist 6. Follow-up Inspection Report 7. Deficiency List 8. Contractor’s Quality Control Daily Report a. Daily Test Report Information Sheet b. Accessibility Inspection Report

Submittal Management is the responsibility of the CQC Manager. However, significant home office support is provided to the CQC Manager so as to allow him/her ample time for on-site inspection. Per the Submittal Management section of the Contractor’s Quality Control Plan, all submittals must be reviewed and approved by the contractor prior to being forwarded to the Government for review. Partial and/or rejected submittals are returned for corrections. Each submittal shall bear the contractor’s review stamp and signature attesting that the submittal is complete and in compliance with the contract documents. Deviations shall be clearly marked as such on the submittal and transmittal cover and shall be submitted in accordance with the contractual deviation procedures. Testing management and test data reporting are also the responsibility of the CQC Manager. The first procedure for testing management is the development of the Testing Register portion of the overall CQC Plan. The Testing Register is prepared by the CQC Manager after researching the plans and specifications for the project. This register is then cross checked against the Submittal Register. The Test Register will ensure that all required test are performed and the Submittal Register will, as a back-up, ensure that all required test are reported. The Test Register will include the specification section, paragraph number, test name, work to be tested, frequency, responsibility, date tested, results (pass/fail) and date reported. Testing and results of same will be reported on the Daily Test Report Information Sheet and will also be noted on the Contractor’s Quality Control Daily Report. Field copies of test results will be transmitted to the CMI as an attachment to the Daily Test Report Information Sheet which will be transmitted as an attachment to the Contractor’s Quality Control Daily Report. Final laboratory test results will be submitted to the Government as a specification section test report submittal per the submittal management plan. Six copies of the final test report submittal shall be forwarded to the CMI within five days of the

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 41

actual test. The testing laboratory will immediately notify the CMI of any test failure. The Testing Register will be updated with the test date, results and date submitted to the CMI. Tests results that do not meet the minimum requirements per the contract documents will be indicated by a “Fail” in the Results column of the Test Register. The CQC Manager will add a duplicate entry (of the failed test) to the Test Register prompting the need for a retest after the deficiencies causing the failed results have been corrected. As a back-up for corrective action, the CQC Systems Manager will also add the failed test to the Deficiency List. Additionally, the failing test results will be submitted to the CMI on the Daily Test Report Information Sheet as described above except that a proposal of remedial actions must accompany the sheet. Quality issues or deficiencies noted during the three phase inspection process or as a result of testing will be tracked using the Deficiency List maintained by the CQC Manager. The CQC Manager will assign each deficiency a number and will record the date identified, the description of the deficiency, the contract requirement not met and the source responsible for corrective action. The CQC Manager will review the list at the start of each day, identify which deficiencies remain outstanding and seek resolution. As deficiencies are corrected, including passing retest as applicable, the CQC Manager will record the action taken and date completed. The deficiency list, as it is updated, will be submitted to the CMI as an attachment to the CQC Manager’s Daily Report. The Contractor’s Quality Control Plan for this solicitation will be submitted at the request and direction of the government. The plan further defines the duties and responsibilities of each member of the CQC team and specifically outlines the procedures for Submittal Management, Testing Management, Inspection Management, Deficiency Management and Reporting Procedures that will be utilized to ensure a quality end product in compliance with the contract documents. 3. Applicable Certifications:

The GSI-WGI Contractor Quality Control (CQC) System Manager will be located at the jobsite and will have complete authority for administration and supervision of the company’s Quality Control Program, utilizing the project specific Quality Control Plan as the controlling text. The CQC Manager and the Alternate CQC Manager have up to date Construction Quality Management for Contractors Certificates issued upon completion of the U.S. Army Corps of Engineers Quality Assurance training program. Due to proposal page limitations, the certificates are not included herewith but the certificates are on hand and readily available. Their certificates will be on file at the project field office with a copy submitted as an attachment to the Contractor Quality Control Plan submittal. While the CQC Manager will communicate directly with the Design Team and Project Superintendent, he works under the direct supervision and authority of the GSI-WGI Project Manager. Assisting the CQC Manager in his duties will be the CQC Administrative Assistant located at the contractor’s home office. The primary purpose of the CQC Administrative Assistant is to assist in submittal and reporting management.

4. Contract Closeout

GSI-WGI utilizes the fully developed CPM construction schedule in conjunction with the CQC Plan to manage accurate timely contract closeout. Close out task, testing and documentation are planned for at the beginning of the project and are parts of both the CPM schedule and CQC Plan with its submittal and test registers. We require that a dedicated set of “As Built” drawings be maintained at the jobsite field office. The “As Builts” are updated weekly, typically before or after the weekly progress meeting. At the appropriate time near the end of the project, the field “As Built” drawings are removed by the Project

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 42

Manager for digital updating and copying as required by the contract documents. The initial submittal of “As Built” Field Data will be transmitted to the CMI five working days prior to the final inspection. As the pre-established due date for closeout documentation draws near, the CQC Manager produces a filtered “closeout” version of the submittal register for transmission to all affect subcontractors and suppliers. While some closeout activities cannot be accomplished due to incomplete construction, the planning and initial request are made at this time. As closeout task are accomplished and documentation received, the CQC Manager verifies compliance then records the progress in the CQC registers. The Project Manager will likewise update the CPM schedule as appropriate. Once receipt of closeout documentation is recorded as being acceptable, the documents are forwarded to the contractor’s home office for final compilation and distribution per the contract documents.

Subfactor f: Proposed Schedule:

Offeror shall describe the Proposed Construction Schedule in according to the requirements of the

Statement of Work (SOW). Provide a Detailed Project Schedule (WBS) describing each phase of

the proposed construction schedule.

GSI-WGI’s Project Managers, including the Project Managers for this solicitation, are trained and experienced in the use of Critical Path Method (CPM) schedules. GSI-WGI utilizes CPM schedules to assist in the successful completion of the project for the following reasons: 1. Ease of understanding. CPM schedules are more precise than a manual bar chart, yet similar in

layout. 2. Flexibility of information control. Utilizing CPM schedules, this firm tracks and controls more than

just production activity. This firm ties-in submittal activity revealing its critical effect on production, tracks key equipment deliveries, ties progress payments to production, monitors resource allocation and crew movements on the project and performs various other important project controls as needed.

This firm typically updates the schedule weekly or more frequently if required for control. The updates are used at the weekly progress meetings chaired by the Project Manager. Major subcontractors who are currently active on the project, or who will become active within the next several weeks, will attend the weekly meetings. The resulting updated schedule projections are used by the Project Manager to control the execution and timely completion of the current work and the overall project. It is this firm’s experience that the construction CPM schedule is a tool that, when properly used in conjunction with other management controls, plans and procedures, will result in successful timely project completion. However, to be an effective tool, the logic and input of the initial schedule must be sound and the updates preformed regularly and accurately. Additionally, consultation with all team members, from start to finish, is critical to a successful CPM scheduling process. This firm utilizes Primavera as its software for CPM Scheduling. Using Primavera, the preliminary CPM construction schedule for the Repair Hangar 456 project has been created and immediately follows this page as Exhibit #3. As described in the Construction Plan Subfactor of this Volume I, design commences first with deconstruction commencing second and running concurrent with design after the deconstruction pre-work documents are in place and approved. Construction immediately follows the completion and 100% acceptance of design (after the construction NTP issued).

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 1

GSI & Whitesell-Green – A Joint Venture FA3022-14-R-0002

Volume I, Page 1