HAFB POL Proposal PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 74

TA B L E O F C O N T E N T S

1. FAC TO R 1 - E X P E R I E N C E A N D C A PA B I L I T Y
- Preface | 1.1
- Project Summary Matrix | 1.3
- Project Information Form | 1.4

2. FAC TO R 2 - PA S T P E R F O R M A N C E
- Prime Contractor Past Performance Documents | 2.1
- Key Subcontractor Past Performance Documents | 2.9
- Authorization Letter | 2.20
- Letters of Commendation & Awards | 2.21

3. FAC TO R 3 - T E C H N I C A L A P P R O AC H
- Tab A - Subfactor 1 - Technical Approach
- Management Approach | 3.1
- Phasing of Work | 3.2
- Quality Control | 3.5
- Risk Mitigation | 3.7
- Prime Contractor Resumes | 3.11
- Key Subcontractor Resumes | 3.15

- Tab B - Subfactor 2 - Network Analysis Schedule | 3.19

P I C T U R E D O N O U R CO V E R
Jet-A Fuel Storage Facility
Kahului, Maui, Hawaii
ADAL 45 E & 45 W AMU HANGARS - HILL AFB, UT

FACTOR 1 - EXPERIENCE AND CAPABILITY


Preface
CTI Construction, along with key subcontractors Bodell Construction and Aviation Fuel Technicians (AFTEC),
look forward to providing the US Army Corps of Engineers (USACE) with timely, high quality construction
services through the capabilities of an exceedingly qualified project team. As a team, we offer Hill Air Force
Base and USACE a reputation for timely follow-up and completion, and a culture of accountability. The Army
Corps of Engineers can be assured this team will always keep our commitments to the project while working
in a safe and effective manner while on the base.

PRIME CONTRACTOR:
Creative Times Inc (CTI Construction)

Firm Summary
CTI Construction is a design-build, performance based construction firm located in Ogden, Utah. CTI and
its employees function under the motto, “Quality Service from Quality People.” We provide above standard
professional work with above standard employees. CTI has projects located in various parts of the United
States that range in size and scope from a few hundred thousand to the largest single project of over $30
million.

Firm Details
DUNS Number: 165051913
Cage Code: 1J540
2878 Commerce Way, Ogden, UT 84401
Al Syme | P: (801) 334-7250 | E: creativetimes@ctiut.com

Role and Authority


CTI, a long-time USACE vendor, has substantial experience managing complex design-build and bid-build
construction projects particularly at Hill Air Force Base. CTI will oversee all construction efforts to ensure
that the POL Pump House Facility is delivered on-time and to client satisfaction. Our in-house management
personnel will handle all quality control, safety, project management, electrical, and subcontractor
management functions.

KEY SUBCONTRACTOR:
Bodell Construction Company

Firm Summary
Key subcontractor, Bodell Construction, has recently completed many similar fueling system projects. In
addition, Bodell has successfully completed projects for the military and for commercial aircraft facilities. The
proposed team is strong with members having worked together on several fueling facility projects involving
a complex installation of pump house controls, distribution systems, and fill stands for dispensing Jet-A Fuel.

Page 1.1
FACTOR 1 - EXPERIENCE & CAPABILITY
Firm Details
DUNS Number: 061463675
586 Fine Drive, Salt Lake City, UT 84115
Mike Holland | P: (801) 261-4343 | E: mholland@bodellconstruction.com

Role and Authority


Bodell Construction is able to perform a large portion of the fueling scope of work specific to this project
and will be installing structural steel erection, equipment setting, and fuel piping assembly. They will
also provide assistance in start up and commissioning. Employees are multi-skilled, thus reducing the
need to subcontract to several different companies. USACE will benefit with increased efficiency and cost
control throughout the life of the project. This process is defined within the Technical Approach section
of this proposal. Bodell Construction can provide cost savings to the Corps of Engineers through Value
Engineering. Bodell is local to the site and savvy with delivering civil, mechanical, and structural trades
efficiently. Together, with CTI and AFTEC, they offer expertise and high quality execution for this project.

KEY SUPPLIER:
Aviation Fuel Technicians (AFTEC)

Firm Summary
AFTEC is more than just a supplier; rather, they are a fully engaged team member who is dedicated to the
success of their customers’ projects. Starting with detailed review of plans and specifications, through the
submittal and equipment delivery processes, and culminating with system commissioning, AFTEC provides
a full range of services to their customers.

David Boyle, owner of AFTEC, is a West Point graduate who served as a US Army Corps of Engineer officer.

Firm Details
DUNS Number: 071059844
4340-H Taggart Creek Road, Charlotte, NC 28208
David M. Boyle | P: (704) 521-1205 | dboyle@aftecusa.com

Role and Authority


AFTEC is a distributor and integrator of aviation fueling equipment. As an industry leader for more than 50
years, AFTEC has assisted in designing and supporting hundreds of aviation fuel facilities in both commercial
and military markets. AFTEC’s primary business is representing manufacturers in the equipment distribution
and equipment commissioning for aviation fuel facilities.

Page 1.2
CTI has 26 years of multi-disciplined construction management experience and we continue to meet our
customers’ dynamic construction needs today. Our reputation for exceptional performance is achieved
through continuous, successful performance over the 26 years we have been engaged on commercial
construction projects. In that time, CTI has completed more than 1,900 multi-discipline projects at dispersed
locations throughout the Intermountain West. CTI is particularly proud of its relationship and reputation
with the Army Corps of Engineers. The experience and lessons learned on multiple, diverse construction
contracts have resulted in an immediate time and cost-saving benefit from a proven contractor familiar with
construction processes for the USACE and the Air Force.

The proposed team for the Hill AFB POL Facilities project has a long history of working on similar military
base and fueling projects. The matrix below outlines projects of similar scope from the Prime Contractor,
Key Subcontractor, and Fuel System Supplier that demonstrate applicable experience and capability.

Summary Matrix
CTI #1 CTI #2 CTI #3 Bodell #1 Bodell #2 AFTEC #1 AFTEC #2
T-9 Noise
CAPABILITY / EXAMPLE PROJECT ADAL 45 E 3-Bay Jet-A Fuel
HC-130J Joint UPS Worldport P906 Fuel Suppressor
& 45W AMU Maintenance Storage
Use Fuel Cell Fuel Farm Farm Support
Hangars Facility Facility
Facilities

Fully-functional military and


commercial aircraft fueling
facility that includes pump
house and controls; associated
N N N Y Y Y Y
distribution system; fill stands
and off-load positions associated
with multiple pumps and in a fuel
house.

Projects that include minimum


800 GPM fuel transfer and 600
GPM truck load/unload pumps N N N Y Y Y Y
with hoist system for pump
maintenance.

Demolition and replacement of


above ground issue and receipt N N N Y Y Y Y
piping and supports.

Leak detection and cathodic pro-


Y Y Y Y Y Y Y
tection for underground piping.

Projects that include installation


of similar Programmable Logical
Controllers (PLC) based pump N N N Y Y Y Y
control systems for utilizing
multiple pumps.

Similar size and scope of this


Y Y Y Y Y Y Y
project.

US Army Corps of Engineers job. Y Y Y N N N Y

Projects that have motor control


systems, VFDs, and include sys- Y Y Y Y Y Y Y
tem remote monitoring.

Page 1.3 | Excluded from Page Count


FACTOR 1 - EXPERIENCE & CAPABILITY
PROJECT INFORMATION FORM
1. Example Project Number: 1

2. Name of Contractors that Project is Demonstrating Experience:


Creative Times Inc (CTI Construction)

3. Contract Number and Awarded Prime Contractor Name:


Contract No.: W912PL-14-C-0005
Awarded Prime Contractor: CTI Construction

4. Title and Location:


Title: ADAL 45 E & 45 W AMU Hangars
Location: Hill Air Force Base, UT

5. Month and Year Project Work Commenced and Month and Year Project was Completed:
Award Date: December 2013
Original Completion Date: May 2016
Actual Completion Date: January 2017
Description of Date Changes: The project schedule was difficult to maintain because of unforeseen
conditions, changing requirements, additional funding requests, and winter conditions. We worked
successfully to maintain the schedule adjusting activities and re-sequencing as required to successfully
complete the project ahead of schedule.

6. Project Owner:
US Army Corps of Engineers, Sacramento District

7. Point of Contact Name:


Tim Willard

8. Point of Contact Telephone Number:


(801) 586-3219

9. Description of the Project:


Contract Type: Firm-Fixed Price
Original Contract Amount: $13,800,000
Final Dollar Value: $18,565,553
Explanation for Difference: The project schedule was greatly impacted by major structural failures of the
roofing structure. This was not anticipated with the planned renovation. In the existing hangars, the Corps
and User had to acquire additional funding to complete the project. Working with the end user and the
resident corps office at Hill Air Force Base, we were able to deliver the hangars ahead of the arrival of the first
F-35 aircraft at the base.
Physical Size: 70,150 sf

Page 1.4
Project Complexities: This design-build construction project had medium complexity. The project included
a complete redesign of the hangars, while maintaining a workable completion date for the user and phasing
of the project. We worked in a restricted area requiring flight line access to keep the project moving forward
while contract modifications were being resolved. During construction, we worked with other contractors
on adjoining projects with limited space as well as met the needs of the User as new requirements to
support the F-35s were issued.

Brief Description of Prime Contracted Effort: CTI was the prime contractor on this hangar for the
maintenance of the new F-35 Lightning II Aircraft. As the prime contractor, we were responsible for
managing all on-site work and subcontracted efforts.

CTI self-performed the electrical, including security and low voltage systems, selective demo, and minor
interior finishes. The contract initially called for alteration of two existing 1950 era F-16 hangars, but during
CTI’s due diligence for design, it was discovered that the hangars were too unstable for alteration. The
existing hangars were subsequently demolished with few challenges and minimal disruption of the Base
mission critical activities and the project schedule. The two hangar facilities are constructed of a structural
steel 180 ft. liner open span truss system with a sheet metal exterior building envelope. The hangars are
connected by a 15,000 sf. masonry and steel AMU section of the building which houses support activities
for each hangar and the six F-35 aircrafts that are maintained and serviced in the hangar facilities. The office
and support areas of the building complements the maintenance bays with all H1 Division 2 requirements.
During design, we paid close attention to staff needs for the new F-35s and included locker rooms,
restrooms, break areas, and a one-hour fire wall to create a safe and functional work space.

The hangars’ high expansion foam system and fuel resistant epoxy floors allow for high performance
service with zero safety concerns. Other notable features are air piping for tools, 400 Hz converters for plane
electrical start up, Skyco panels for the 100 AMP services required for the plane, storage areas, eye wash
stations, and overhead bridge cranes. The hangars have six fully functioning mega doors, allowing individual
plane departure from the hangar without having to open the entire structure or rearrange planes. This was
designed for the winter conditions that Layton, Utah typically experiences and the north facing orientation
of the structures. The facility was constructed to meet LEED Silver certification. Particular attention was paid
to energy conscious mechanical and electrical design, careful selection of the roof and other finish colors,
and landscaping for shade and water efficiency. Site work was minimal on this project due to the existing
location. We installed new waterlines, sewer lines, and industrial waste lines for the new structure to meet
the needs of the additional square footages in addition to new codes and requirements.

Period of Performance: December 2013 - December 2016

CTI has developed an organizational structure that allows us to expand and contract to meet current
workloads. We successfully completed this project while concurrently working on 8 to 10 additional larger-
scale projects throughout the Western United States. Our project managers are assigned to not more
than 5 concurrent projects and are responsible for oversight of the project specific quality control, site
superintendent, and safety managers. These cohesive site-specific teams ensure that the project receives
the attention and commitment to success. Schedules are reviewed and updated weekly, and budgets and
scope changes are reviewed monthly. This careful and on-going management technique allows us to keep a
constant focus on your project while reducing unexpected risks.

Page 1.5
FACTOR 1 - EXPERIENCE & CAPABILITY
10. Provide name of firm(s) (prime/key subcontractor) and branch offices, if applicable, that were involved in
the example project, their roles, and their respective contract numbers:
• CTI Construction - Prime Contractor
• Green Construction - Demolition
• North Star HVAC
• KR Plumbing - Plumbing
• Tech-Steel - Structural Steel

11. Clearly describe how the example project is relevant to this project:
The ADAL 45 E & 45 W AMU Hangars project was a two-phase project to complete each hangar with both
hangars having separate completion dates. One hangar was kept operational while the other was being
completed to maintain daily operations of the base during construction.

• Work included leak detection and cathodic protection for underground piping
• Similar in size and scope to the proposed POL Facility
• Work performed for the USACE
• Project included motor control systems, VFDs, and system for remote monitoring
• Contract value over $10 million
• Familiarity and experience with Hill Air Force Base campus and personnel

Page 1.6
PROJECT INFORMATION FORM
1. Example Project Number: 2

2. Name of Contractors that Project is Demonstrating Experience:


Creative Times Inc (CTI Construction)

3. Contract Number and Awarded Prime Contractor Name:


Contract No.: W912PL-12-C-0018
Awarded Prime Contractor: CTI Construction

4. Title and Location:


Title: HC-130J Joint Use Fuel Cell
Location: Davis-Monthan Air Force Base, AZ

5. Month and Year Project Work Commenced and Month and Year Project was Completed:
Award Date: September 2012
Original Completion Date: December 2014
Actual Completion Date: May 2015
Description of Date Changes: This project unfortunately encountered some unforeseen delays primarily
due to the airfield paving subcontractor filing for bankruptcy. CTI immediately stepped in to supplement
this work and to minimize the disruptions to the project schedule. We hired and managed all the paving
personnel and equipment to complete this project. Although we faced difficulties on this project, we stayed
focused and took the initiative to come up with a solution to complete the project to the satisfaction of the
User and the Corps. As noted in our final CCASS evaluation for this project as the Corps office states they
would work with us again and we are currently completing another project for this Corps office at Davis-
Monthan Air Force Base.

6. Project Owner:
US Army Corps of Engineers, Los Angeles District

7. Point of Contact Name:


Marlowe Kulseth

8. Point of Contact Telephone Number:


(520) 468-1187

9. Description of the Project:


Contract Type: Firm-Fixed Price
Original Contract Amount: $12,361,000
Final Dollar Value: $12,970,085
Explanation for Difference: User initiated a change to move all mechanical equipment from inside the
facility to outside the facility in a separate mechanical yard.
Physical Size: 27,253 sf

Page 1.7
FACTOR 1 - EXPERIENCE & CAPABILITY
Project Complexities: This project had a medium complexity. We maintained the flight line security and
operational state of the project. We also worked to ensure the integrity of the operational fuel delivery line
along the project boundaries and coordinated long lead items for delivery and installation.

Brief Description of Prime Contracted Effort: CTI was the prime contractor on this hangar for fueling
and maintenance of HC-130J and A-10 aircrafts. The work performed in the hangar included maintenance
of work specific jet fuel systems: fuel cell and other fuel system components. As the prime contractor, CTI
was responsible for all on-site work and subcontracted efforts. Design of the facility addressed fuel fire and
fuel spill hazards as primary design criteria and included a wet-type sprinkler system and high expansion
foam fire suppression systems. The facility is ADA compliant, in accordance with US Air Force standards for
accessibility, and met Anti-Terrorism Force Protection (AT/FP) criteria.

The Fuel and Maintenance Hangar is constructed using prefabricated metal panels and masonry
wainscoting over a structural steel frame. The roof is a standing seam metal roof. Steel sliding hangar doors
open to a high bay with open space unobstructed by structural elements where maintenance activities
occur. One-hour rated CMU and fire-rated separation walls act as fire-resistant barriers between combustible
storage and other areas. Electrical, communications, administrative spaces, a conference room, restrooms,
and locker rooms are located in an attached structure. Site work included the construction of GOV and POV
parking lots, secure flight line fencing, a 5 ft. concrete paved skirt, a 24-ft. wide 20-ft. long tug apron, an
asphalt tug road, and flight line runway pavement.

A hangar door access apron extends 40 ft. from the hangar door to the new parking apron. A 40-foot wide
tow-way and two additional 20-foot lanes on either side provides aircraft access to the hangar. A concrete
aircraft test pad, with a 4-inch to 8-inch curb along two sides for fuel spill containment, connects to the
south end of the apron and tow-way. Grading to elevate the apron, test pad, and building above the 100
year flood plain was required. The facility was constructed to meet LEED Silver certification. Particular
attention was paid to energy conscious design through the provision of solar water heating, photo voltaic
electrical generation, careful selection of roof and other finish colors, landscaping for shade and water
efficiency, application of interior and exterior sun control devices and strategies, and correct detailing and
application of thermal insulation.

Period of Performance: October 2012 - May 2015

CTI has developed an organizational structure that allows us to expand and contract to meet current
workloads. We successfully completed this project while concurrently working on 8 to 10 additional larger-
scale projects throughout the Western United States. Our project managers are assigned to not more
than 5 concurrent projects and are responsible for oversight of the project specific quality control, site
superintendent, and safety managers. These cohesive site-specific teams ensure that the project receives the
attention and commitment to success. Schedules are reviewed and updated weekly, and budgets and scope
changes are reviewed at least monthly. This careful and on-going management technique allows us to keep
a constant focus on your project while reducing unexpected risk.

Page 1.8
10. Provide name of firm(s) (prime/key subcontractor) and branch offices, if applicable, that were involved in
the example project, their roles, and their respective contract numbers:
• CTI Construction - Prime Contractor
• Hard Rock Concrete - Concrete Flat Work
• R&O Construction - Metal Building
• Carlson Mechanical - Mechanical Systems
• Kazal Fire - Fire Protection Systems
• F&F Electric - Electrical Systems

11. Clearly describe how the example project is relevant to this project:
• Work included leak detection and cathodic protection for underground piping
• Similar in size and scope to the proposed POL Facility
• Work performed for the USACE
• Project included motor control systems, VFDs, and system for the remote monitoring
• Contract value greater than $10 million

Page 1.9
FACTOR 1 - EXPERIENCE & CAPABILITY
PROJECT INFORMATION FORM
1. Example Project Number: 3

2. Name of Contractors that Project is Demonstrating Experience:


Creative Times Inc dba CTI Construction

3. Contract Number and Awarded Prime Contractor Name:


Contract No.: W9128F-12-C-0017
Awarded Prime Contractor: CTI Construction

4. Title and Location:


Title: B-52 Three-Bay Munitions Maintenance Facility
Location: Minot Air Force Base, ND

5. Month and Year Project Work Commenced and Month and Year Project was Completed:
Award Date: May 2012
Original Completion Date: April 2014
Actual Completion Date: April 2014
Description of Date Changes: Project was completed on time.

6. Project Owner:
US Army Corps of Engineers, Omaha District

7. Point of Contact Name:


Trev Albright

8. Point of Contact Telephone Number:


(701) 727-6127

9. Description of the Project:


Contract Type: Firm-Fixed Price
Original Contract Amount: $10,617,150
Final Dollar Value: $10,863,785
Explanation for Difference: Some minor scope changes for additional items were initiated by the
customer. CTI happily completed the extra work included in these contract modifications.
Physical Size: 17,500 sf
Project Complexities: This project had a medium complexity. This design-build project consisted of a
complete design of a general industrial space along with maintenance bays.
Brief Description of Prime Contracted Effort: CTI was the prime contractor on this hangar for the
maintenance of the B-52 Three-Bay Munitions Maintenance Facility (MMF). As the prime contractor, we were
responsible for managing all on-site work and subcontracted efforts. The Three-Bay Maintenance Facility
provides support to the expanded mission and personnel associated with the bed down of ten additional
B-52 bombers at Minot Air Force Base. The goals and objectives of the MMF are to conduct maintenance
operations including assembly, corrosion control, and time compliance technical order. The facility is
divided into two spaces: three bays and administrative spaces.
Page 1.10
The three bays total 10,056 sf. and are classified as general industrial space. They are typical maintenance
bays with 16 foot ceilings, sloped floors with trench drains, large overhead doors, three bridge cranes, and a
tool room. The administrative space connects to the munitions bays and houses offices locker rooms, break/
training rooms, and fire pump, mechanical, and electrical rooms. Site work for the project included GOV
parking, POV parking for 72 vehicles, access roads, and a 6-foot security fencing.

The MMF is steel frame and bar joist construction with concrete slab on grade and reinforced concrete
foundation. Exterior walls are 12-inch CMU with exterior facing insulated metal panels and split faced CMU
wainscot. The administration area is constructed of load bearing masonry walls and steel joists. Design
criteria include AT/FP measures, fire protection, and LEED. The project meets LEED certification standards
and incorporates numerous building efficiency strategies, including efficient HVAC, water source heat
pumps, gas fired water heaters, and instantaneous water heaters.

Period of Performance: May 2012 - April 2014

CTI has developed an organizational structure that allows us to expand and contract to meet current
workloads. We successfully completed this project while concurrently working on 8 to 10 additional larger-
scale projects throughout the Western United States. Our project managers are assigned to not more
than 5 concurrent projects and are responsible for oversight of the project specific quality control, site
superintendent, and safety managers. These cohesive site-specific teams ensure that the project receives the
attention and commitment to success. Schedules are reviewed and updated weekly, and budgets and scope
changes are reviewed at least monthly. This careful and on-going management technique allows us to keep
a constant focus on your project while reducing unexpected risk.

10. Provide name of firm(s) (prime/key subcontractor) and branch offices, if applicable, that were involved in
the example project, their roles, and their respective contract numbers:
• CTI Construction - Prime Contractor
• Holmes Electric - Electrical Systems
• R&O Construction - Earthwork

11. Clearly describe how the example project is relevant to this project:
• Work included leak detection and cathodic protection for underground piping
• Similar in size and scope to the proposed POL Facility
• Work performed for the USACE
• Project included motor control systems, VFDs, and system for remote monitoring
• Contract value over $10 million

Page 1.11
FACTOR 1 - EXPERIENCE & CAPABILITY
PROJECT INFORMATION FORM
1. Example Project Number: 4

2. Name of Contractors that Project is Demonstrating Experience:


Bodell Construction

3. Contract Number and Awarded Prime Contractor Name:


Contract No.: A101-2007 AIA #505
Awarded Prime Contractor: Bodell Construction

4. Title and Location:


Title: Jet-A Fuel Storage Facility
Location: Kahului, Maui, HI

5. Month and Year Project Work Commenced and Month and Year Project was Completed:
Award Date: October 2013
Original Completion Date: April 2015
Actual Completion Date: June 2016
Description of Date Changes: The project delayed over a year due to a separate state-managed road
project that was behind schedule (constructed by others). We could not complete our scope until that
project reached a certain level of completion.

6. Project Owner:
Hawaiian Fuel Facilities Corporation

7. Point of Contact Name:


Don Brandenburg

8. Point of Contact Telephone Number:


Main Office: (808) 836-7787 Mobile: (808) 298-4220

9. Description of the Project:


Bodell, as prime contractor, constructed a fuel storage facility consisting of four storage tanks (7,700 barrel
each) in a spill containment basin with piping and equipment for the receiving and dispensing of Jet-A
aircraft fuel from truck tanks and aircraft re-fueler trucks. Auxiliary structures include an operations building
with an office / testing facility and canopy for the vehicle load racks. Scope also includes an 8” fuel line for
800 GPM fuel transfer which runs from the fuel storage facility to a truck loading rack located within the
Kahului Airport.

Contract Type: Fixed Price (Lump Sum)


Original Contract Amount: $17,988,586
Final Dollar Value: $21,194,859
Explanation for Difference: The permitting process was incomplete at the time the project was priced.
Several changes were required to incorporate special permitting requirements. Additionally, Client
requested additional work and increased scope to accommodate facility’s user requests.
Page 1.12
Physical Size: Spanned 1.9 acre area
Project Complexities: Cranes were used in the erection of steel for hoisting and rigging equipment
for placement. Tag lines were used with all lifts. Combustible material was removed or protected with
flameproof covers and shielded with fire-resistant guards while welding a majority of pipe and steel support
on site.

Brief Description of Prime Contracted Effort: Bodell Construction provided project management, full
time on-site superintendent, crew and safety representative, and self performed concrete, structural steel,
masonry and cathodic protection.

Period of Performance: November 2013 (NTP) - June 2016

Bodell Construction is quite proficient with a process of construction execution for identifying and
managing issues for industrial construction. The project began with overall cooperation of the entire team
including staff, subcontractors, vendors, and suppliers. Safety consciousness and awareness is key. Regular
site specific safety was addressed on the job site; and continuous quality assurance by field operations
supervision to achieve the highest level of quality. Line workers and site supervision had total focus on the
tasks at hand, performing them safely, correctly, and timely.

SCHEDULE MANAGEMENT: A CPM format of the schedule was used after receiving Notice to Proceed.
Bodell prepared and submitted an initial project schedule for review and approval. This schedule indicated
all project milestones for performing the work including dates of anticipated start and completion of each
phase of work, including acquiring materials and equipment. Additionally, monthly updated schedules were
provided to reflect any changes to the features of work and project. Creating a 3-week-lookahead schedule
each week allowed all parties to see what their specific task was each day.

BUDGET: The client/design team made changes in the work as defined by the eventual contract documents.
Such changes in scope, systems, kinds, and quality of materials, finishes, or equipment resulted in change
orders that impacted the budget.

SAFETY: Bodell reduced risk on this project with an Effective Safety Program that included:
• Written safety rules, policies, and procedures with consistent implementation, crew support, and
oversight
• Safety orientation, safety meetings, and regulatory compliance training
• Assignment of safety responsibility and employee involvement in the safety program
• Analysis of job hazards and incident investigations, training, inspections, audits, and compliance
• Inspection criteria and schedules for equipment installation, facilities, and job site

10. Provide name of firm(s) (prime/key subcontractor) and branch offices, if applicable, that were involved in
the example project, their roles, and their respective contract numbers:
• Reef Development - Concrete masonry
• T Bailey - Tank fabrication
• Beachside Roofing - Roofing
• Dorvin D Leis - Plumbing and heating
• Hawaiian Cathodic - Cathodic protection
• AFTEC - Fueling systems, controls, and instrumentation
Page 1.13
FACTOR 1 - EXPERIENCE & CAPABILITY
11. Clearly describe how the example project is relevant to this project:
• Fuel line for 800 GPM fuel transfer
• Production of pipeline construction and major pipe routings
• Integration of complex control systems and instrumentation
• Cathodic protection
• PCC pavement
• Contract value over $10 million
• Structural steel erection

Page 1.14
PROJECT INFORMATION FORM
1. Example Project Number: 5

2. Name of Contractors that Project is Demonstrating Experience:


Bodell Construction

3. Contract Number and Awarded Prime Contractor Name:


Contract No.: UPS AGR2017002150
Awarded Prime Contractor: Bodell Construction

4. Title and Location:


Title: Worldport Fuel Farm Expansion
Location: Louisville International Airport, Louisville, KY

5. Month and Year Project Work Commenced and Month and Year Project was Completed:
Award Date: April 2017
Original Completion Date: January 2018
Actual Completion Date: April 2018
Description of Date Changes: Original contract omitted unknown portions of SOW related to Package 2
SOW. Package 2 was released June 2017.

6. Project Owner:
United Parcel Services

7. Point of Contact Name:


Adam Murray

8. Point of Contact Telephone Number:


(502) 329-3753

9. Description of the Project:


Contract Type: Fixed Price (Lump Sum)
Original Contract Amount: $12,859,586
Final Dollar Value: $14,991,887
Explanation for Difference: Unsuitable soils removal and replacement, and Package 2 scope adjustments.
Physical Size: N/A
Project Complexities: Bodell Construction provided general construction, including civil, concrete,
mechanical, and electrical facility alterations and additions. SOW entails construction of two separate million
gallon API 650 tanks, installation of secondary containment liner, impressed cathodic protection, lightning
protection, Jet-A fuel piping, tie-ins to active Jet-A fuel pipes, construction of two truck offload stations,
construction of three re-fueler loading stations, replacement and upgrade of standby generator, lighting,
controls and instrumentation, upgrade of existing tank gaging, painting, testing, and commissioning.

Page 1.15
FACTOR 1 - EXPERIENCE & CAPABILITY
Brief Description of Prime Contracted Effort: Bodell Construction was prime contractor responsible
for management and leadership of the overall construction of the project. Bodell also self-performed the
demolition of earthen berm, containment, PCC pavement demolition and restoration, excavation and
backfill, utility relocations, mechanical, and concrete construction.

Period of Performance: April 2017 - April 2018

Management was in constant communication with the Client to ensure that the project was running
smoothly and issues resolved. Site supervision, subcontractors, vendors, and suppliers were included in
regular progress meetings to address contractor safety on the job site; and meeting quality standards of the
facility.

BUDGET: This is often the most important factor for many projects. During pre-construction their
Project Director provided cost estimates and cost evaluations as well as assistance with long lead item
identification, alternate material suggestions, and any other evaluations to maintain budget.

Bodell reduced performance risk by developing a Site-Specific Safety Plan (SSSP) for the UPS Worldport Fuel
Farm Expansion Project, intended to assure safe and healthful working conditions for Bodell Construction
employees, and to furnish each of its employees an environment free from recognized hazards that may
cause death or serious physical harm and to meet its corporate commitment of No Incidents. Project
Superintendent and Site Safety Representative were responsible for administering and enforcing this SSSP.
An initial safety training course was conducted by UPS for all contractors, subcontractors, and vendors
accessing the project prior to starting work. Pre-task safety meetings were conducted to review expected
work to be performed and the specific potential hazards associated with the work, requirements, and
preventative measures.

All Bodell employees and subcontractors have stop work authority for any unsafe or hazardous condition
they may observe. An imminent safety condition or behavior warrants the authority to stop the work
immediately and bring the situation to the attention of the appropriate supervisor. Health Hazard Controls
were eliminated or controlled to the greatest extent feasible during all phases of the work such as:
• Hazardous Waste Management - Hazardous chemicals known to be present were referenced on the SDS
and maintained and updated by the Safety Officer
• Pollution Controls - Bodell does not permit liquid wastes, fuels, or other potential pollutants to be
deposited on the ground or into bodies of surface water. Refueling and lubrication changes are carried
out at a minimum distance of 100 feet from a surface water body to prevent any materials spilled from
entering the water body
• Spill Prevention and Control - Bodell inspected construction equipment at frequent intervals for leaking
fuel, hydraulic fluids, and/or lubricants, and repaired immediately when necessary
• Dust Control - Uncontrolled emissions of dust (particulate matter) was minimized from its activities
on the construction work areas. Particular care was taken near public areas. These measures included
watering down the work area when high winds were present

Page 1.16
10. Provide name of firm(s) (prime/key subcontractor) and branch offices, if applicable, that were involved in
the example project, their roles, and their respective contract numbers:
• BSI Engineering - Structural engineering and process design
• Team Industrial Services - Resurface flange faces
• Sterett Crane and Rigging - Crane Services
• Clean Harbors Environment Services - rental of temp 10,000 gal water reclamation tank with portable
berm, frac tank cleaning
• Corpo - Cathodic Protection
• Amec Foster Wheeler Environment & Infrastructure - Concrete and reinforcing special inspections and
testing
• AFTEC - Fueling systems and instrumentation

11. Clearly describe how the example project is relevant to this project:
• Fueling systems valves and equipment, Fuel line for 800 GPM fuel transfer
• Production of pipeline construction and major pipe routings
• High-efficiency pumping receipt piping and distribution systems
• Integration of complex control systems and instrumentation
• Cathodic protection
• PCC Pavement demolition and restoration
• Contract value over $10 million

Page 1.17
FACTOR 1 - EXPERIENCE & CAPABILITY
PROJECT INFORMATION FORM
1. Example Project Number: 6

2. Name of Contractors that Project is Demonstrating Experience:


Aviation Fuel Technicians (AFTEC)

3. Contract Number and Awarded Prime Contractor Name:


Contract No.: N33191-09-R-0118 PTO X040
Awarded Prime Contractor: American International Construction (AICI)

4. Title and Location:


Title: P906 Fuel Farm
Location: Camp Lemonnier, Djibouti, Africa

5. Month and Year Project Work Commenced and Month and Year Project was Completed:
Award Date: July 2012
Original Completion Date: August 2013

6. Project Owner:
US Navy, Camp Lemonnier

7. Point of Contact Name:


Lt. Robert Routley, Fuels Officer

8. Point of Contact Telephone Number:


DSN 311-824-4712

9. Description of the Project:


AFTEC provided five (5) storage tanks, two (2) 600 GPM fillstands, two (2) 600 GPM offload systems, a pump
house with API 610 Horizontal Pumps, a pressurized supply and return loop with venturi meters, and a PLC
controlled facility to cycle pumps based on demand.
Contract Type: Design-build
Original Contract Amount: $1,600,000

AFTEC manages approximately fifteen (15) projects per year as the Single Source Supplier for military
and commercial projects. Their project managers are engineers who understand the equipment details in
installation, function, and commissioning. AFTEC has the organizational structure to support all the needs
of the project with engineers on staff and a procurement/expediting division. AFTEC has longstanding
relationships with key manufacturers that ensure reliable fabrication, delivery, and function.

Page 1.18
10. Provide name of firm(s) (prime/key subcontractor) and branch offices, if applicable, that were involved in
the example project, their roles, and their respective contract numbers:
• General Contractor: AICI
• Mechanical Subcontractor: AICI

11. Clearly describe how the example project is relevant to this project:
• Five (5) storage tanks,
• Two (2) 600 GPM fillstands,
• Two (2) 600 GPM offload systems
• Pump house with API 610 Pumps
• PLC controlled facility to cycle pumps based on demand

Page 1.19
FACTOR 1 - EXPERIENCE & CAPABILITY
PROJECT INFORMATION FORM
1. Example Project Number: 7

2. Name of Contractors that Project is Demonstrating Experience:


Aviation Fuel Technicians (AFTEC)

3. Contract Number and Awarded Prime Contractor Name:


Contract No.: W912BV-09-R-2024 TASK ORDER: XX1
Awarded Prime Contractor: Pond Constructors

4. Title and Location:


Title: T-9 Noise Suppressor Support Facilities, Phase 1
Location: Tinker AFB, OK

5. Month and Year Project Work Commenced and Month and Year Project was Completed:
Award Date: July 2010
Original Completion Date: December 2012

6. Project Owner:
US Army Corps of Engineers, Tulsa District

7. Point of Contact Name:


Stephanie Murphree

8. Point of Contact Telephone Number:


918-669-7495

9. Description of the Project:


Contract Type: Design-Build
Original Contract Amount: $800,000

AFTEC manages approximately fifteen (15) projects per year as the Single Source Supplier for military
and commercial projects. Their project managers are engineers who understand the equipment details in
installation, function, and commissioning. AFTEC has the organizational structure to support all the needs
of the project with engineers on staff and a procurement/expediting division. AFTEC has longstanding
relationships with key manufacturers that ensure reliable fabrication, delivery, and function.

Page 1.20
FACTOR 1 - EXPERIENCE & CAPABILITY
10. Provide name of firm(s) (prime/key subcontractor) and branch offices, if applicable, that were involved in
the example project, their roles, and their respective contract numbers:
• General Contractor: Pond Constructors
• Mechanical Subcontractor: Bolt Construction

11. Clearly describe how the example project is relevant to this project:
• Five (5) storage tanks,
• Two (2) 600 GPM fillstands,
• Two (2) 600 GPM offload systems
• Pump house with API 610 Pumps
• PLC controlled facility to cycle pumps based on demand
• Army Corps of Engineers job

Page 1.21
HC-130J JOINT USE FUEL CELL RENDERING - DAVIS-MONTHAN AFB, AZ

FAC TOR 2 - PAST PERFORMANCE


Page 2.1
FAC TOR 2 - PAST PERFORMANCE

Page 2.2
Page 2.3
FAC TOR 2 - PAST PERFORMANCE

Page 2.4
Page 2.5
FAC TOR 2 - PAST PERFORMANCE
FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503
1. CONTRACT NUMBER
W9128F12C0017
PERFORMANCE EVALUATION
(CONSTRUCTION) 2. CEC NUMBER
INCOMPLETE-RATED 165051913
IMPORTANT: Be sure to complete Part III - Evaluation of Performance Elements on reverse.

PART I - GENERAL CONTRACT DATA


3. TYPE OF EVALUATION (X one) 4. TERMINATED FOR DEFAULT
100 %)
INTERIM (List percentage _________ X FINAL AMENDED
5. CONTRACTOR (Name, Address, and ZIP Code) 6.a. PROCUREMENT METHOD (X one)
CREATIVE TIMES DAYSCHOOL, INC. DBA CREAT
2878 COMMERCE WAY
OGDEN X SEALED BID NEGOTIATED
UT 84401-327 b. TYPE OF CONTRACT (X one)
USA X FIRM FIXED PRICE COST REIMBURSEMENT
NAICS Code: 236220
OTHER (Specify)
7. DESCRIPTION AND LOCATION OF WORK
B-52 Three-Bay Conv Munitions Maint Fac, Minot AFB, ND
Minot AFB, ND

8. TYPE AND PERCENT OF SUBCONTRACTING


14% Electrical
12% Plumbing
6% Concrete
4% Asphalt Paving
4% Masonry
(continued...)
a. AMOUNT OF BASIC b. TOTAL AMOUNT OF c. LIQUIDATED d. NET AMOUNT PAID
CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR
9. FISCAL DATA
$10,617,150 $330,085 $10,863,785
a. DATE OF AWARD b. ORIGINAL CONTRACT c. REVISED CONTRACT d. DATE WORK
10. SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED
DATES 05/03/2012 04/21/2014 04/21/2014 03/31/2014

PART II - PERFORMANCE EVALUATION OF CONTRACTOR


11. OVERALL RATING (X appropriate block)

OUTSTANDING X ABOVE AVERAGE SATISFACTORY MARGINAL UNSATISFACTORY (Explain


in Item 20 on reverse)
12. EVALUATED BY
a. ORGANIZATION (Name and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include Area
Code)
CENWO-CT-M 402-995-2078
c. NAME AND TITLE d. SIGNATURE e. DATE
CHERYL BUNTING //Electronically Signed//
CONTRACTING OFFICER 04/11/2014

13. EVALUATION REVIEWED BY


a. ORGANIZATION (Name and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include Area
Code)

c. NAME AND TITLE d. SIGNATURE e. DATE

14. AGENCY USE (Distribution, etc.)

DD FORM 2626, JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSA/IRMS 6-94

Page 2.6
FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503

PART III - EVALUATION OF PERFORMANCE ELEMENTS

N/A = NOT APPLICABLE O = OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U = UNSATISFACTORY


15. QUALITY CONTROL N/A O A S M U 16. EFFECTIVENESS OF MANAGEMENT N/A O A S M U
a. QUALITY OF WORKMANSHIP X a. COOPERATION AND RESPONSIVENESS X
b. ADEQUACY OF THE CQC PLAN X b. MANAGEMENT OF RESOURCES/ X
c. IMPLEMENTATION OF THE CQC X PERSONNEL
PLAN c. COORDINATION AND CONTROL OF X
d. QUALITY OF QC X SUBCONTRACTOR(S)
DOCUMENTATION d. ADEQUACY OF SITE CLEAN-UP X
e. STORAGE OF MATERIALS X e. EFFECTIVENESS OF JOB-SITE X
f. ADEQUACY OF MATERIALS X SUPERVISION
g. ADEQUACY OF SUBMITTALS X f. COMPLIANCE WITH LAWS AND X
h. ADEQUACY OF QC TESTING X REGULATIONS
i. ADEQUACY OF AS-BUILTS X g. PROFESSIONAL CONDUCT X
j. USE OF SPECIFIED MATERIALS X h. REVIEW/RESOLUTION OF X
k. IDENTIFICATION/CORRECTION OF X SUBCONTRACTOR'S ISSUES
DEFICIENT WORK IN A TIMELY i. IMPLEMENTATION OF X
MANNER SUBCONTRACTING PLAN
17. TIMELY PERFORMANCE 18. COMPLIANCE WITH LABOR
a. ADEQUACY OF INITIAL PROGRESS X STANDARDS
SCHEDULE a. CORRECTION OF NOTED DEFICIENCIES X
b. ADHERENCE TO APPROVED X b. PAYROLLS PROPERLY COMPLETED X
SCHEDULE AND SUBMITTED
c. RESOLUTION OF DELAYS X c. COMPLIANCE WITH LABOR LAWS X
AND REGULATIONS WITH SPECIFIC
d. SUBMISSION OF REQUIRED X ATTENTION TO THE DAVIS-BACON
DOCUMENTATION ACT AND EEO REQUIREMENTS
e. COMPLETION OF PUNCHLIST X 19. COMPLIANCE WITH SAFETY
ITEMS STANDARDS
f. SUBMISSION OF UPDATED AND X a. ADEQUACY OF SAFETY PLAN X
REVISED PROGRESS SCHEDULES b. IMPLEMENTATION OF SAFETY PLAN X
g. WARRANTY RESPONSE X c. CORRECTION OF NOTED DEFICIENCIES X
20. REMARKS (Explanation of unsatisfactory evaluation is required. Other comments are optional. Provide facts concerning specific events
or actions to justify the evaluation. These data must be in sufficient detail to assist contracting officers in determining the contractor's
responsibility. Continue on separate sheet(s), if needed.)
Small Business Utilization
Does this contract include a subcontracting plan? No
Date of last Individual Subcontracting Report (ISR) / Summary Subcontracting Report (SSR): N/A
EVALUATOR REMARKS: 16a - Management at all levels was a pleasure to work with.
16e - Job superintendent was the best young superintendent I have ever worked with.
16g - Always acted in a professional manner and were eager to please or do the right
thing.
17a- Initial schedule was well thought out and complete.
17b - For the most part the project was complete two months ahead of schedule, there were
two minor items that took a while for a subcontractor to complete.

DD FORM 2626 (BACK), JUN 94

Page 2.7
FAC TOR 2 - PAST PERFORMANCE
FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503
8. TYPE AND PERCENT OF SUBCONTRACTING (...continued)
2% Roofing
2% Specialities
2% Doors, Frames & Hardware
1% Furnishings
1% Flooring/Tile
1% Drywall/Gypsum Board

DD FORM 2626 (CONTINUED), JUN 94 3

Page 2.8
NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE (Form PPQ-0)
CONTRACT INFORMATION (Contractor to comolete Blocks 1-4)
1. Contractor Information
Firm Name: Bodell Construction Company CAGE Code: OC7K1
Address: 586 Fine Drive, Salt Lake City, UT 84115 DUNs Number:
Phone Number: 801.261.4343 06-146-3675
Email Address: mholland@bodellconstruction.com
Point of Contact: Michael Holland
Contact Phone Number: 801.892.8059
2. Work Performed as: � Prime Contractor D Sub Contractor D Joint
Venture D Other (Explain)
Percent of project work performed:
If subcontractor, who was the orime (Name/Phone#):
3. Contract Information
Contract Number: Bodell #505
Delivery/Task Order Number (if applicable):
Contract Type: � Firm Fixed Price D Cost Reimbursement D Other (Please specify):

Contract Title: Jet-A Fuel Storage Facility


Contract Location: 747 Kaonawai Place, Kahului HI 96797
Award Date (mm/dd/yy): 11/1/2013
Contract Completion Date (mm/dd/yy): 12/1/2014
Actual Completion Date (mm/dd/yy): 4/15/2015
Explain Differences: The project was awarded and commenced prior to other, adjacent
projects that also began construction, which directly affected portions of the Jet-A Fuel
Storage Facility work by way of access and roadway improvements. Additional time and
effort were required to coordinate and accommodate those adjacent projects.
Original Contract Price (Award Amount): $17,998,586
Final Contract Price ( to include all modifications, if applicable): $21,194,859.00 Explain
Differences: Scope changes to add valves, electrical conduit, additional system software
setuo and confiourations and commissionino.

Page 2.9
FAC TOR 2 - PAST PERFORMANCE

4. Project Description;
Complexity of Work D High K]Med □ Routine
How is this project relevant to project of submission? (Please provide details such as similar
equipment, requirements, conditions, etc.) Fuel storage facility consisting of four storage
tanks {7,700 barrel each) in a spill containment basin with piping and equipment for the
receiving and dispensing of Jet-A aircraft fuel from, and to, truck tanks and aircraft refueller
trucks. Auxiliary structures include operations building with an office I testing facility and
cano for the vehicle load racks located within the Kahului Air ort.
CLIENT INFORMATION Client to com lete Blocks 5-8
5. Client Information Name: Don Brandeburg, Bowers+Kupota
Title: Project Manager
Phone Number: (808} 836-7787
Email Address: dbrandeburg@bowersandkubota.com

6. Describe the client's role in the project:


���-f-)14-,J�
7. Date Questionnaire

NOTE: NAVFAC/USACE REQUESTS TBAT THE CL


QUESTIONNAIRE AND SUBMITS DIRECTLY BAC THE PROPOSER. THE
PROPOSER WILL SUBMIT IBE COMPLETED QUESTIONNAIRE TO USACE WITH
THEIR PROPOSAL, AND MAY DUPLICATE TIDS QUESTIONNAIRE FOR FUTURE
SUBMISSION ON USACE SOLICITATIONS. CLIENTS ARE HIGHLY
ENCOURAGED TO SUBMIT QUESTIONNAIRES DIRECTLY TO THE PROPOSER.
HOWEVER, QUESTIONNAIRES MAY BE SUBMITTED DIRECTLY TO USACE.
PLEASE CONTACT THE PROPOSER FOR USACE POC INFORMATION. THE
GOVERNMENT RESERVES THE RIGHT TO VERIFY ANY AND ALL
INFORMATION ON TIDS FORM.

Page 2.10
TO BE COMPLETED BY CLIENT

PLEASE CIRCLE THE ADJECTIVE RATING WIIlCH BEST REFLECTS


YOUR EVALUATION OF THE CONTRACTOR'S PERFORMANCE.
1. QUALITY:
----
s u
a) Quality of technical data/report preparation efforts
cy VG M

b) Ability to meet quality standards specified for @ VG s M u


technical performance N
c) Timeliness/effectiveness of contract problem E
<±!) s M u
resolution without extensive customer guidance N

€)
d) Adequacy/effectiveness of quality control program
and adherence to contract quality assurance
E s M u
N
requirements (without adverse effect on performance)
2. SCHEDULE/fIMELINESS OF
PERFORMANCE:
a) Compliance with contract delivery/completion
schedules including any significant intermediate @ VG s M u
milestones. (If liquidated damages were assessed or the N

w
schedule was not met, please address below)
b) Rate the contractor's use of available resources to VG s M u
accomplish tasks identified in the contract N
3. CUSTOMER SATISFACTION: 
a) To what extent were the end users satisfied with the E

s M u
project? N
b) Contractor was reasonable and cooperative in dealing
u
with your staff (including the ability to successfully
resolve disagreements/disputes; responsiveness to
administrative reports, businesslike and communication)
Cf VG s M

c) To what extent was the contractor cooperative,


businesslike, and concerned with the interests of the
customer?
er ---� VG s M u

E
d) Overall customer satisfaction
N
s M u
c::_y
4. MANAGEMENT/ PERSONNEL/LA
BOR
a) Effectiveness of on-site management, including
management of subcontractors, suppliers, materials, (f) VG s M u
N
and/or labor force?

b) Ability to hire, apply, and retain a qualified workforce E (vo/ s
- M u

Page 2.11
FAC TOR 2 - PAST PERFORMANCE

to this effort .-----. N


c) Government Property Control
E

s M u
N
d) Knowledge/expertise demonstrated by contractor E �
s M u
personnel N
s u
L"""I.

e) Utilization of Small Business concerns


E
(Y5J- N
M

t) Ability to simultaneously manage multiple projects E s M u


with multiple disciplines � N

g) Ability to assimilate and incorporate changes in


requirements and/or priority, including planning,
execution and response to Government changes
E
0 s
N
M u

h) Effectiveness of overall management (including


ability to effectively lead, manage and control the
�VG s M u
N
program)

Page 2.12
5. COST/FINANCIAL MANAGEMENT
a) Ability to meet the terms and conditions within the vvG s M u
contractually agreed price(s)? N
b) Contractor proposed innovative alternative
methods/processes that reduced cost, improved
<[) VG s
N
M u
maintainability or other factors that benefited the client
c) If this is/was a Government cost type contract, please rate
the Contractor's timeliness and accuracy in submitting
monthly invoices with appropriate back-up documentation, (9 VG s M u
monthly status reports/budget variance reports, compliance N
with established budgets and avoidance of significant
and/or unexplained variances (under runs or overruns)
d) ls the Contractor's accounting system adequate for
management and tracking of costs? If no, please explain in
Remarks section. <9 No

e) If this is/was a Government contract, has/was this


contract been partially or completely terminated for default
or convenience or are �ere any pending terminations?
Indicate if show cause or cure notices were issued, or any
default action in comment section below.
Yes
€)
f) Have there been any indications that the contractor has
had any financial problems? Ifyes, please explain below.
Yes
@
6. SAFETY/SECURITY
a) To what extent was the contractor able to maintain an
environment of safety, adhere to its approved safety plan,
and respond to safety issues? (Includes: following the users
rules, regulations, and requirements regarding
E
N @
s M u
housekeeoin,z, safety, correction of noted deficiencies, etc.) �
b) Contractor complied with all security requirements for
the project and personnel securitv requirements.
:(Y VG Ns M u
7.GENERAL
a) Ability to successfully respond to emergency and/or
surge situations (including notifying COR, PM or
Contracting Officer in a timely manner regarding urgent Cf) VG s
N
M u
contractual issues). '""'
b) Compliance with contractual terms/provisions (explain if
(jj VG s M u
specific issues) N
c) Would you hire or work with this firm again? (Ifno,
please explain below) cSJ No

Page 2.13
FAC TOR 2 - PAST PERFORMANCE

d) In summary, provide an overall rating for the work �VG s M u


performed by this contractor. N
Please provide responses to the questions above (if applicable) and/or additional remarks.
Furthermore, please provide a brief narrative addressing specific strengths, weaknesses,
deficiencies, or other comments which may assist our office in evaluating performance risk
(please attach additional pages if necessary).

Page 2.14
NAVFAC/lJSACE PAST PERFORMANCE QUESTIONNAIRE Lt< orm PPQ-0)
CONTRACT INFORMATION (Contracto1· to comnlete lllocks 1-4)
1. Contractor Information
Firm Name: e,cqe \\ (Ol/\"""t:,'\Y\}C'hbV\ CAGE Code: OC. 7 \< i
Address: io-2;1(:) �1 111e oi1,1e--, S,;il{- k.1(c.e'Cr\-�/ ).Jr .•(:A-\1':;? DUNs Number:
PhoneNumber: ?-ol, 2.!.0l,t\-'84'.3 0011-l-lo:?,(Q-(<;:>
Email Address:
Point of Contact: ' 1 1ood,, ..._, Contact Phone Number;
2, Work Performed as: (gl Prime Contractor O Sub Contractor 0 Joint Venture D Other (Explain)
Percent of project work pc1formcd:
If subcontractor, who was tbe nrime (Name/Phone#);

Contract Number:
3, Contl'act Information
! 1 • 0 ')..I()
Delivery/Task Order Number (if applicable): I 7 • (')"lCo
'''
i,

Contract Type; 5a°Firm Fixed Price D Cosl Reimbursement D Other (Please specify):
ContractTitlc: llbvld Port f'\Jc\ r--d!(\11/i E-if,'C\VlStOn
_ P(o e-c+- \OL6+1t_,")I""\ ,
f
CnntrnctLocetwn,
\<'.�
1

q,, (c1fAc.l-e L"-Vl(;, u;,0,sv,1 k -4o2.28 1.w,J,11,ov\dpo;t d !.


Awe<dDate(mm/dd/yy), �?"\ 3,2-0\1 0t,nc\tov-c\ fH:l f
Contract Completion Date (mm/dd/yy): J a,!([ I) 0 '(,. \ I_Q 1,,.\') \ '?-i "
Actual Completion Date (mm/dd/yy): [ 1 · -·
Explain Differences:

Original Contract Price (Award Amount):.11' ( 2-fE/2:::P;I S'O(o, b"


Final Contract Price (to include a{/ modifications, ifapplicable):
Explain Differences:

4. Project Description:
Complexity of Work D High O Med D Routine
How is this project relevant to project of submission? (Please provide details such as similar equi_pment, requirements,
conditions, etc.) B,ry:{eH p!i Q\J td� 'tjC- 1/1 ("' >{.'._\\ C.Ol/\,1h oc'\ (o\r) �,nd fV\Q ll/l-::'C1run (0 f- (d.C_ l hi;-�,
_ �
d\tcrd..-\:tons ,,;:,V\d �ct cl tho 1/\c;;-. {-o --tvi.e Wolf\o. Pot�- f ct'.'"\ \�,,_\\'\.YI" \oc.0�cde<f -!-Vle- 1:?0ts1Jd/e
Ivitx>f\1"0--l- 1on2:l �\'<"r-o'<.\·, lYle".::f.'..�re of' Wo'f tc: 1v-ic. \1,k:.k:-''.:.. c\evv10\th\l vlt,-f- cc:\!f-\-\\f"I/\ bevv\'\
C'OV"\t c'llVl \IVl.e!/\-r, f'C..C i;:,d\fevnevlf c\t'l/l;.Q\ltlo\f\ cl nc\ Y"('Si-oY,-\ i' t·Cv1 1 l)-\ l\l�/ 'f-e\00-�10,{\S
a, \l\c\ co vi C \fe+r ecvts-\"<" .:.X:.-:ttoV\. A\0<1 lcl'" \:.-U'.lv1 �+ Y vc.-+ i 0<11, Je� A. f\Je \ n I r.fl\.11. C1 fl Tl� 1 n s,
""

CLIENT INl<'ORMATION (Client to comolete.Blocl(s 5-8)

6.,,pescdbe t"he client's role in the project:


,
f+.,, �e'"�,.,
f1. ?'•"J £er r;,,, r,.-;:,;1uu,,1, M ,j,Ifo6-&IL
7, Date QuestioJJn!iire wa como!cted (m,.,../dd/yy): / f - IO � Z,o I I
8, Client's Signature:

Page 2.15
FAC TOR 2 - PAST PERFORMANCE

ADJECT/J'E RA11,VGS AND DEFINI110NS TO BE USED TO BEST REHECT


YOUR Ef'ALUAT!ON OF 11/E CONTRACTOR'S PERFORMANCE

RATING DEFINITION NOTE


(E) Exceptional Perfomrnnce meets contractual requirements An Exceptional rating is appropriate
and exceeds many to the Government/Owner's when the Contractor successfully
benefit. The contractual performance ofthe performed multiple significant events
element or sub-element being assessed was that were of benefit to the
accomplished with few minor problems for Government/Owner. A singular benefit,
which corrective actions taken by the however, could be of such magnitude
contractor was highly effective. that it alone constitutes an Exceptional
rating. Also, there should have been NO
significant weaknesses identified.
(VG) Very Good Performance meets contractual requirements A Very Good rating is appropriate when
and exceeds some to the the Contractor successfully perfonned a
Government's/Owner's-benefit. The significant event that was a benefit to the
contractual perfonnance of the element or sub- Government/Owner. There should have;
element being assessed was accomplished with been no significant weaknesses
some minor problems for which corrective identified.
actions taken bv the contractor were effective,
(S) Satisfactory Perfonnance meets minimum contractual A Satisfactory rating is appropriate
requirements. The contractual performance of when there were only minor problems,
the element or sub-clement contains some or major problems that the contractor
minor problems for which corrective actions recovered from without impact to the
taken by the contractor appear or were contract. There should have been NO
satisfactory. significant weaknesses identified. Per
DOD policy, a fundamental principle of
assigning ratings is that contractors will
not be assessed a rating lower than
Satisfactory solely for not performing
bevond the reauirements ofthe contract.
(M) Marginal Perfonnance does not meet some contractual A Marginal is appropriate when a
requirements. The contractual performance of significant event occurred that the
the element or sub-element being as' sessed contractor had trouble overcoming
reflects a serious problem for which the which impacted the Government/Owner.
contractor has not yet identified corrective
actions. The contractor's proposed actions
appear only marginally effective or were not
fully implemented,
(U) Unsatisfactory Perfonnance does not meet most contractual An Unsatisfactory rating is appropriate
requirements and recovery is not likely in a when multiple significant events
timely manner. The contractual performance of occurred that the contractor had trouble
the element or sub-element contains serious overcoming and which impacted the
problem(s) for which the contractor's Government/Owner. A singular
corrective actions appear or were ineffective. problem, however, could be of such
serious magnitude that it alon�
constitutes an unsatisfactory rating.
(N) Not No information or did not apply to your Rating will be neither positive nor
A licable
TIT contract neaative.

Page 2.16
TO BE COMPLETED BY CLIENT
PLEASE CIRCLE THE ADJECTIVE RATING WHICH BEST REFLECTS
YOUR EVALUATION OF THE CONTRACTOR'S PERFORMANCE.

a) Quality ofteclmical data/report preparation efforts


b) Ability to meet quality standards specified for technical performance s M u N

§ u
c) Timeliness/effectiveness of contract problem resolution without extensive
customer guidance
E s M N

d) Adequacy/effectiveness of quality control program and adherence to


contract quality assurance requirements (without adverse effect on
performance)
E
@) s M u
':'·-,;, /' •. , _,, __, • .·•i · � «:_:-•_ "<· ,,_,,.,, .-._ .,...,,,.. . · :1,--'J, :- ''-"-"'•"""'-•'. ck/,>.,.,. .,
... ... lili\1
,·.- --, ,,-, -,_ ,· ._,,_ --.-- -,.,,· ,,_ ,______,, ____ . .. ...·;-" ., __ ,. ,.,--,-::.· .. ,,.. -,-.- ...,,-
/2/SDJmDUUEillMELlNESSJ:JRPERFORt'VIAS(tE!' . -,·., -,- :-."-
St/ .:;;�;�½,;,;�u;
a) Compliance with contract delivery/completion schedules including any
significant intemiediate milestones. (((liquidated damages were assessed or VG s M u
the schedule was not met, please address below)
b) Rate the contractor's use of available resources to-accomplish tasks
identified in the contract
VG s M u N

a) To what extent were the end users satisfied with the project?

®
b) Coritractor was reasonable and cooperative in dealing with your staff
(including the ability to successfully resolve disagreements/disputes; VG s M u
responsiveness to admihistrative reports, businesslike and communication)
c) To what extent was the contractor cooperative, businesslike, and concerned
with the interests of the customer?
VG s M u N

u
@
a) Effectiveness of on-site management, including management of
subcontractors, suppliers, materials, and/or labor force?
VG s M N

b) Ability to hire, apply, and retain a qualified workforce to this effort E G s M u N


c) Government Property Control E VG s M u
d) Knowledge/expertise demonstrated by contractor personnel E G s 1-1 u N
e) Utilization ofSmall Business concerns E VG s M u
f) Ability to simultaneously manage multiple projects with multiple disciplines E G s M u
g) Ability to assimilate and incorporate changes in requirements and/or
priority, including planning, execution and response to Government changes
E VG s M u
h) Effectiveness of overall management (including ability to effectively lead,
manage and control the program) 0 VG s M u N

Page 2.17
FAC TOR 2 - PAST PERFORMANCE

a) Ability to meet the terms and conditions within the contractually agreed
price(s)? s M u N

b) Contractor proposed innovative altcmative methods/processes that reduced


cost, improved maintainability or other factors that benefited the client E s tv1 u N

c) If this is/was a Government cost type contract, please rate the Contractor's

0
timeliness and accuracy in submitting monthly invoices with appropriate back"
up documentation, monthly status reports/budget variance reports, compliance E VG s M
with established budgets and avoidance of significant and/or unexplained
variances (under runs or overruns}
d) Is the Contractor·s accounting system adequate for management and
tracking of costs? Ifno, please explain in Remarks section. Yes No

e) If this is/was a Government contract, has/was this contract been partially or

@)
completely terminated for default or convenience or are there any pending
Yes
terminations? Indicate ifshow cause or cure notices were issued, or any
defim/1 action in comment section below.
f) Have there been any indications that the contractor has had any financial
problems? !fyes, please explain below. Yes

a) To what extent was the contractor able to maintain an environment of


safety, adhere to its approved safety plan, and respond to safety issues?
(Includes: following the users rules, regulations, and requirements regarding
housekee in , safe , correction of noted deficiencies. etc.
® VG s M u N

b) Contractor complied with all security requirements for the projc(..1 and
ersonnel securit re uirements.

0
a) Ability to successfully respond to emergency and/or surge situations
(including notifying COR, PM or Contracting Officer in a timely manner VG s M u
regarding urgent contractual issues).
b) Compliance with contractual tenns/provisions (explain ifspecijic issues) E VG s M u N
c) Would you hire or work with this firm again? ({(no, please explain below) Yes No
d) In summary, provide an overall rating for the work perfonne'd by this
contractor. ® VG s M u N

Please provide responses to the questions above (if applicable) and/or additional remarks, Furthermore,
please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments
which may assist our office in evaluating performance risk (please attach addilional pages ifnecesswy):

\3,,,fLc >IA< u,,,. A-&11-iAT "J•B OtJV�/1- P11-t7ec,. Tl/i1 11,4,;f iJ£,£;J

Jfw'1 --Co t,,Jo,'L,l ""'L1 Ii i//i{I.� /¼-; p,-;r,;,;£ 7• FfJ(l;:J /0D (!.,,-ICl,u,vf
Atvv vu, Pf/,,P.:,1:rf41.-; ,u.,., Dro ;.,ri-ftr ,w.i,,� ,tf,vt,H7

Page 2.18
END OF QUESTIONNAIRE

NOTE: USACE REQUESTS THAT THE CLIENT COMPLETES THIS QUESTIONNAIRE AND
SUBMITS DlRECTLY BACK TO THE OFFEROR. THE OFFEROR WILL SUBMIT THE CO:\1PLETED
QUESTIONNAIRE TO USACE WITH THEIR PROPOSAL, AND MAY DUPLICATE THIS
QUESTIONNAIRE FOR FUTURE SUBI\USSION ON USACE SOLICITATIONS. CLIENTS ARE
HIGHLY ENCOURAGED TO SUBMIT QUESTIONNAIRES DIRECTLY TO THE OFFEROR.
HOWEVER, QUESTIONNAIRES MAY BE SUBMITTED DIRECTLY TO USACE. PLEASE CONTACT
THE OFFEROR FOR USACE POC INFORMATION. THE GOVERNMENT RESERVES THE RIGHT
TO VERIFY ANY AND ALL INFORMATION ON THIS FORM.

Page 2.19
FAC TOR 2 - PAST PERFORMANCE
AU T H O R I Z AT I O N L E T T E R

September 17, 2018

Attn: Lynette Johnbull


Contracting Officer
US Army Corps of Engineers
1325 J Street
Sacramento, CA 95814

RE: Letter of Authorization for Proposed HAFB POL Pumphouse Repair for CTI Construction

Ms. Johnbull,

This letter grants authorization to the Government to discuss Bodell Construction’s past performance
and record with the offeror, Creative Times Dayschool Inc (DBA CTI Construction), in response to
solicitation no. W91238-18-R-0020, titled DESC1802 Replace POL Facilities Hill AFB, UT.

Respectfully submitted,

BODELL CONSTRUCTION COMPANY

Michael Holland, Senior Project Manager

586 Fine Drive | Salt Lake City, Utah 84115 | Tel 801.261.4343 | Fax 801.261.1020
www.bodellconstruction.com

Page 2.20
LETTER OF APPRECIATION

9 October 2017

Mr. Dan Bodell


Hawaii Operations Director
Bodell Construction

Re: Letter of Recommendation

Dear Dan:

I am writing as a private citizen to express my deep satisfaction with the


construction project Bodell Construction accomplished in support of the Marine
Corps Base Hawaii Hydrogen Fueling Station project for which I was the customer
program manager.

The project involved preparing construction drawings for approval by the base
facilities department, archeological surveys, excavation and site preparation for
a significant underground conduit and grounding system, installation of a new
high voltage electrical utility service, concrete work, and the installation of major
hydrogen equipment modules.

This was a very challenging project with many moving parts that included (1)
working on a military base with all that entails including security, base access,
and the requirement for base electrical shutdowns, (2) working with the university
of Hawaii with its own set of administrative challenges, (3) new technologies in
the form of hydrogen systems and associated safety requirements that are not
main-stream for the construction industry, (4) changing requirements, and (5) a
very tight budget. Throughout the project, Bodell met the challenges in an
exceptionally professional manner and the result was a high quality installation
that has won praise from all who have used and/or visited the station.

Thank you for a job well done!

Sincerely.

Mitch Ewan

US ARMY CORPS OF ENGINEERS


Replace POL Facilities, Hill Air Force Base

Page 2.21
FAC TOR 2 - PAST PERFORMANCE
L E T T E R O F CO M M E N D AT I O N & AWA R D S

AWARDS
Bodell aspires to perform so well on each job that it attracts significant recognition from all facets of
the project, whether from design, construction, safety, field management expertise, or environmental
sustainability. Below are awards received over the years. Also attached is a letter of recommendation
on a fuel facility built by Bodell Construction.

» Utah Safety Council’s Award of Merit (10 of the past 14 years)


» AGC of Utah Achievement of Safety Excellence (2006-2013) Platinum Level
» Nevada Mining Association 2012 Contractors Safety Award
» Utah Mine Association 2013 Outstanding Safety Performance
» Liberty Mutual’s Gold Award for Safety Excellence (2007)
» LEED - Silver Certification by the U.S. Green Building Council 2008 - For the Camp Smith Fire
Station
» Occupational Excellence Achievement Award - 2008
» LEED - Gold Certification by the U.S. Green Building Council 2007 - For the Salt Palace Expansion
- Phase III
» 2007 Masonry Institute of Hawaii Award
» Safety and Health Achievement Recognition - State of Hawaii 2006
» Intermountain Contractor - Best of 2006 - Best Green Building Project (Salt Palace Expansion -
Phase III)
» Liberty Mutual Safety Recognition Award (2005)
» Intermountain Contractor - Best of 2002 - Outstanding Mechanical Project (Utah State University
Heat Plant)

US ARMY CORPS OF ENGINEERS


Replace POL Facilities, Hill Air Force Base

Page 2.22
F-22 SYSTEMS SUPPORT FACILITY - HILL AFB, UT

FAC TOR 3 - TECHNIC AL APPROACH


TAB A - SUBFAC TOR 1 - MANAGEMENT PLAN

Management Approach Summary


The CTI Construction Team’s management approach includes the complete integration of the key
subcontractor and construction teams throughout all phases of the project. All team members are part of
each phase, so USACE can expect a well-coordinated project and an excellent final product, as well as a
smaller chance of contract modifications. CTI will manage the project through a continuous process of direct
communication and collaboration. All team members will be involved in each process, establish common
goals, and attend regular progress meetings to take place from inception to completion of the project.

By involving all team members, each will have a comprehensive understanding of the project, giving USACE
a team of project experts. Construction Project Manager, Chase Hughes, oversees the construction process
with Bodell Construction’s Senior Project Manager, Mike Holland, who will lead performance of the fueling
systems scope of work. Their relationship from working together on past projects allows the POL project a
seamless approach.

Approach to Construction
CTI has developed long-lasting relationships with our
pool of highly-qualified subcontractors. Each of our
subcontractors have been pre-qualified and selected
on an overall “best value” basis consisting of price,
dependability, and technical expertise. The Project
Manager has overall responsibility for the successful
execution of all scopes of work under the contract.
Along with his experience in working directly with
many of our preferred subcontractors, he uses CTI’s
database to evaluate the best possible subcontractors
for each scope. His evaluation incorporates not only
their past performance with our company but their ADAL 45 E & 45 W AMU HANGARS - HILL AFB, UT
general reputation and associations, small business
certifications, availability and considerations for the use of local businesses in the performance of the task.

We have used this “best value” approach for subcontractor selection in both commercial and Government
contracts and find it essential to successful performance on projects at Hill Air Force Base. With the preferred
subcontractor processes in place at the organizational level, work at the on-site level is much easier to
coordinate and manage. The Project Manager is responsible for coordinating work-flow of the varied
subcontractors. During the planning/response phase, we establish the flow plan in a process similar to a
Gantt Chart that shows task/trade dependencies, time lines, long-lead items, and time phased deliveries.

The Superintendent continually updates this product and communicates the information with
subcontractor superintendents/foremen. This information exchange makes for good working relationships,
quality, and timely delivery. Those who fail to meet expectations during the project are reviewed in process
and a corrective action plan is put in place. If the subcontractor continues to fail in quality, we either
immediately replace the subcontractor or perform the work ourselves to meet quality objectives. The
failing contractor is informed in the post-project evaluation and, unless extenuating circumstances exist,
are removed from our preferred list. Fortunately, this seldom happens because our corporate commitment
to quality and performance has created an environment of quality under which all subcontractors agree to
work.
Page 3.1
Phasing of the Work
The following is the sequence of activities required for construction from start to completion.

Complete Fuel Tank / Fuel Piping System


Key subcontractor, Bodell Construction, will be performing all fuel piping, fuel equipment setting, and all
other fuel related equipment installation, as this is their expertise. Fuel piping from all five tanks and the
system in the Pump House structure where most of the equipment is positioned will be completed. The
equipment will be set by one crew as the other crews are working on the piping equipment. A K-rail will
be set up around the perimeter to protect the area and new systems from vehicle intrusion. This same
approach will take place as crews set the supply and return line piping out into the fuel farm. This would
include all temporary 6” lines and new lines to complete the system.

Separate crews will perform all of the welding of the piping in conjunction with the excavation
subcontractor and back-fill for all concrete footings and foundations. Bodell Construction will be performing
all demolition of existing fuel piping, and fuel equipment associated with the existing facility. This will
ensure that all systems are decommissioned properly and the new temporary services, temporary pipe lines
and contamination areas are in place prior to the heavy work in Phase I, II, and III. Contaminated areas and
lead based pipe abatement will be removed by a specialized subcontractor that are pre-approved by Hill Air
Force Base.

Phase I is critical for set up of all temporary piping and project site set up before for the following phases so
as to keep the facility functioning and operational while under construction. The critical path begins for the
new Pump House and fill stations. This has been indicated in our proposed construction schedule and will
allow time for equipment that is being fabricated to fall in line with the construction activities.

We will approach Phase II building construction along with the fuel piping construction correlating with
the mission critical activities by the USACE. It is our understanding that there will be many missions that
will be performed by the USACE as it relates to air field and fueling of the aircraft, in conjunction with the
demolition of the existing, and after the support pump house is 95% complete. Phase II tanks 10882 and
10885 will be the first tanks to be decommissioned and all work associated will follow. This work will include
concrete demolition, and new piping to be installed and tested. This will limit exposure to weather and limit
the moisture to open construction areas around the functioning fuel tankers and equipment.

The majority of our welding of pipeline will be performed on stands and hoisted in place with forklifts as the
pipeline is waist high. In addition, we are going to maximize all fabrication for the pumps, skids, equipment,
and place all materials in locations at final installation. As a result, we will increase our quality and minimize
our time in the airfield with our quality control program ensuring all welds are hydro-tested prior to any fuel
being serviced through the new lines.

Phase III will be the decommissioning of tanks 10873, 10862, and 10861 for the new nozzle resizing and
pipe installation. This will also require the removal of the concrete to demo the existing lines and provide
the new service lines. This phasing approach will allow Bodell Construction to install new lines and test
all piping prior to removal of all existing lines. This will be in conjunction with the new pump house and
optional fill stand canopies and off-loading systems.

Page 3.2
TAB A - SUBFAC TOR 1 - MANAGEMENT PLAN
We anticipate having all factory coated piping prior to the installation from a certified contractor that will do
all touch up and weld painting after final testing is complete. After we have completed this process and the
commissioning of the new pump house and fill stands are properly working and in service for the Air Force,
we will begin the to demo the existing equipment.

Building / Architectural Finishes


The interior finishes will begin after all masonry walls are in place and roofing is complete over the canopy
structure, and window openings are glazed. Although the architectural finishes are minor to the overall
construction, the same attention to quality and safety will take place with the metal stud framing, sheet
rock, painting, and finishes in each room. Restroom fixtures and equipment will be installed after painting is
complete. Touch up painting and finishes such as acoustical tiles and door hardware will be installed after all
equipment and finishes are complete.

Mechanical / Plumbing
The HVAC and plumbing system for the office and control space is well designed for this facility in a
simplistic manner. Our approach is to install all underground piping prior to slab placements in these areas
with quality layout, ensuring that each system is complete and tested prior to slab placements. After all
masonry and metal stud framing is complete the rough in for all piping will be installed.

The equipment for the HVAC systems would be set and duct work would be laid out and installed with all
associated hangers and supports including seismic bracing to meet all specifications. The final setting of
the plumbing fixtures and final HVAC diffusers and trim work will be completed after all finishes have been
completed. We will have all testing and balancing of the systems complete prior to commissioning when all
systems are performing to the requirements of the contract. Although these systems are small in scope, the
same level of detail and quality will apply to complete the required design standards.

The following equipment will be installed: air handling


unit, electric unit heater, fans, air cooled condensers,
single wall duct distribution, expansion tanks, water
heater, fixtures, pump, mixing stations, and for the
safety of all employees, the eye wash station.

Electrical
CTI’s experience spans over a decade in knowing the
facility and location of the existing utilities, the local
market, and the strength of the labor force to
complete and maintain the schedule for the project.
We have assisted in constructing the proposed
schedule for the project and our approach to
constructing this project as the prime contractor. In
addition, we are “Small Business” certified which
meets and exceeds the contract requirements for use
of minority goals.

WORLDPORT FUEL FARM - LOUISVILLE AIRPORT, KY


Page 3.3
The following scopes of electrical work will be performed by our in-house electrical team:
• Lighting fixtures and lamps system
• Lighting control system
• Power and equipment systems Mechanical power systems
• Electrical switchgear system
• Transient voltage surge suppression (TVSS) system
• Emergency generator system (Note: An emergency generator system diesel fuel allowance of 1,400
gallons for testing, certification, and a full tank upon acceptance has been incorporated into this scope
of work)
• Electrical service feeder circuitry installing system
• Lightning protection system
• Counterpoise ground system
• Aircraft static receptacle grounding system
• Fueling system grounding system
• Fire Alarm system, testing, and certification
• Communication system, testing, and certification
• Installation of emergency fuel shut-off (EFSO) system equipment, devices, components and
identification/signage specified to be delivered, furnished, tested, commissioned and/or certified by
others.
• Fueling system equipment power wiring activity installations and field connections/terminations only,
to equipment and devices furnished and installed by others (motorized valves, fuel pumps, distribution
equipment, sensors, and alarms)
• Demolition and/or electrical circuit tracing of the existing electrical installations as required for new
electrical installations.
• Temporary electrical power service as necessary for this facility (office compound, storage compound,
construction lighting, and construction small power tools)
• Spare electrical materials and/or equipment
• Seismic restraints and vibration control support systems

Pump Systems / Storage Tank Electrical Distribution


Before removal of the commercial fuel lines, we will construct a temporary power and controls system
which will be set up for the temporary truck offload area. Temporary communications currently being
fed from Building 865 will be re-routed. We will utilize the existing pump system in Building 875 for the
temporary system. After the temporary system is set up, the electrical contractor will start to construct new
underground power and raceway systems. We will make sure not to damage or disrupt communications
of the existing ENRAF ATG System. Power from the existing transformers will go to the new transformer
secondary compartment through new hand holes to the new transformer.

A new outside plant communications support system made up of hand holes, duct banks, and cabling
will be provided with a minimum of 4-each 4-inch PVC conduits with one of the conduits containing inner
ducts. A 12 strand fiber will be installed at the same time new underground power is supplied to a new pole
coordinated through CLP as well as underground power for the site lighting.

Underground infrastructure for the pump house electrical will be going on as the general contractor installs
the foundations. The pump house power, lighting, grounding, communications, fire alarm, and lightning
protection will go in as the pump house is built.
Page 3.4
TAB A - SUBFAC TOR 1 - MANAGEMENT PLAN
The classification of the pump house room 101 is Class 1 Division 1 throughout all conduits and electrical
equipment will be from the explosion proof and group type required to comply with flammable jet
fuel. All wiring will be either class 1, 2, or 3 with intrinsically safe wiring and components. Equipment
needing controls will be set with connections between the MCC’s and devices will get line voltage power,
communication, and control wiring. AFTEC will program between pump house and fill/offload stations.

A fault current study will be performed to indicate available fault current and compliance with NFPA70E
requirements. Surge protection is also included on electrical equipment and panels per YFC and NFPA 780.

Quality Control
CTI, a veteran USACE contractor, is fluent with the RMS/QCS USACE software and will use this program on a
daily basis to record daily logs, safety records, QC inspections, submittals, and pay requests. Our on-going
experience with this software serves as an instant benefit to USACE by providing proficient coordination and
use with RMS/QCS.

The CTI team is an integrated and cooperative effort comprised of CTI, the key subcontractor, and
subcontractors. Members of the proposed team have worked together for many years and bring a wealth of
knowledge and experience to this project. This experience, and the established relationships between team
members, will facilitate ready and continuous communication of all elements of the project.

Quality control starts with the design process, wherein the design is reviewed by both the construction
project manager, key subcontractors, and independent reviewers, as required. A full time quality control
systems manager implements a Three-Phase Construction Quality Control Plan. Specific features of the
construction quality control plan include:
• Established responsibilities and authorities
• Established accountability at all levels of performance
• Health and safety standards and protocol
• Implementation and enforcement of the Three-Phases of Control Plan
• Comprehensive submittal reviews
• Early identification of causes and trends not meeting standards
• Verification of delivered materials to approval submittals
• Proper protection and storage of all materials furnished to the project
• An extensive program of control inspections by task
• Analysis of all levels of performance
• Processes and tracks all Requests for Information using USACE’s required processes
• Reporting of any deficiencies noted
• Corrective action to resolve and eliminate deficiencies
• Follow-up of corrective actions
• Documentation and reporting of all Quality Control activities
• Adherence to applicable ASTM International, USACE, and other required specifications

Page 3.5
Key Subcontractor Involvement
The QC representative will hold an initial QC meeting with workers, subcontractors, vendors, and
government officials to discuss quality control prior to working on the contract. Discussion topics include:
• Procedures including early recognition of potential problems
• Trend analysis
• Construction deficiencies
• Submittal process
• Materials process
• Working schedule

In addition to the initial QC meeting, meetings are scheduled on a weekly basis to ensure continual
compliance with all QC policies. Quality control inspections are performed on a daily basis by the QC
representative, more frequently if necessary, using a three-phase QC check system consisting of preparatory,
initial, and follow-up inspections.

1. Preparatory Inspection. A preparatory inspection is conducted prior to commencement of each feature


of work. This inspection includes a review of contract requirements, examination of work area to ensure
completion of all preliminary work, verification of materials to be incorporated in the work, safety hazard
analysis of the proposed activities, construction tolerances, and workmanship standards and provisions
for the required control testing. A preparatory inspection records all pertinent issues discussed and any
clarifications made to the plans and specifications.

2. Initial Inspection. An initial inspection is performed and logged as each feature of work begins. It includes
a review of the quality requirements with each laborer, material, and equipment approvals and construction
field work procedures. In addition, an examination of workmanship quality is done as well as a review of
control testing to ensure compliance with all contract requirements.

3. Follow-up Inspection. Follow-up inspections are held as needed on each feature of work as it progresses
to ensure continued compliance with contract requirements. Results of the inspections are documented in
the daily construction QC reports.

Safety
Safety is a critical component of CTI’s Quality Control
plan. The following comprises a synopsis of CTI’s
Corporate Safety Plan. The plan itself is much more
detailed and available for review upon request. The
Plan covers, in detail, the following specific
considerations:
• Compliance with OSHA and the Solicitation
• Health, safety, and first aid procedures
• Use of personal protective equipment
• Safety control measure to protect building
occupants, environmental hazards (noise, dust,
fumes, overhead obstacles, and traffic control) WORLDPORT FUEL FARM - LOUISVILLE AIRPORT, KY

Page 3.6
TAB A - SUBFAC TOR 1 - MANAGEMENT PLAN

Each employee, regardless of position, is required to accept his or her safety responsibilities and will be held
accountable for such performance as it relates to their personal safety and the safety of fellow workers. We
have developed our safety manual based on the following principles:
• All accidents and injuries are preventable
• Management and employees together are responsible for maintaining safe working conditions
• It is CTI’s responsibility to commit the necessary resources to ensure essential tools, equipment, training,
and education are available for maintaining a safe work environment
• Commitment to these principles is the responsibility of each employee

Facilities must operate within an established set of criteria for ultimate performance, energy use, and
occupant comfort and control. A commissioning effort helps to achieve these goals as the project completes
and prepares for start-up and operational use. To maximize the effort, expectations are laid out in the
early stages of the project development. Those expectations are refined and then remain in focus during
the balance of the design process. The expectations continue into the construction phase, and are then
concluded in the acceptance of the project.

In order to accomplish this, an inter-disciplinary team must be involved to develop and then later carry out
the commissioning plan. The Commissioning Agent is the leader of that team, and has overall responsibility
for its organization, coordination, and successful completion. But this responsibility cannot be achieved
unless all other team members also carry out their responsibilities.

Redzone Activities and Closeout


The CTI team’s Project Superintendent and Quality
Control Manager are responsible for performing all
close-out procedures. We will prepare a Red Zone
Plan to make sure all parties understand the contract
requirements related to effective and timely project
closeout. The Red Zone Plan will address the following:
• Operation and maintenance manuals
• As-built drawings and specifications
• Record of materials used
• Transfer of spare parts, tools, and extra materials
• Equipment/product warranties
• Pre-final and final inspections
• Final testing JET-A FUEL FACILITY - CHARLOTTE DOUGLAS INT’L AIRPORT, NC
• Commissioning
• Warranty management plan
• Final cleanup

Quality Control Issues / Risk Mitigation


The scope of this plan encompasses those activities that affect or have the potential to affect the quality
and integrity of the total construction of the POL Pump House. The Construction Team assures the highest
quality of work by maintaining supervised controls and written instructions governing procedures and
practices.

Page 3.7
These procedures and practices include:
• Establishing clearly defined lines of authority and responsibilities for quality control compliance
• Defining quality control measures and ensuring conformance to all contractual requirements by
ensuring that the specifications are followed
• Maintaining accurate records of inspections, test certifications, manufacturer’s certifications and other
documentation
• Notifying management and a representative of USACE of quality discrepancies and by taking immediate
corrective actions for all problematic issues.

No product will be considered finished in the absence of quantifiable and chronologically ordered data that
clearly indicate that the materials used for that product passed the appropriate standards for each material
used prior to their incorporation. These standards include:
• That the workmanship met the required standards for each trade that was involved
• That the subcontractors employed in connection with the product were fully qualified for the reasons
engaged
• That specific work activities were scheduled and occurred on those times considered minimally safe and
appropriate given their nature
• That all contractual requirements were fully satisfied

The Quality Control leadership team consists of a Quality Control Manager who will report to a Project
Manager. The Construction Quality and Safety Manager will be on site at all times construction work takes
place. However, establishment of this quality control structure will not reduce the obligation of each
member of our staff or subcontractors from providing consistent quality performance and monitoring
of their own services. Construction quality control is the responsibility of every on-site craft worker and
supervisor assigned to this project as well as all suppliers and subcontractors.

Establishment of this quality control structure, however, will not reduce the obligation of each member of
our staff or subcontractors from providing consistent quality performance and monitoring of their own
services. Construction quality control is the responsibility of every on-site craft worker and supervisor
assigned to this project as well as all suppliers and subcontractors.

“[The] CQC plan was well implemented. The


quality of the project exceeded expectations.
QC documentation has been above and beyond
what was expected. The QC manager used a
green pen when reviewing submittals. This
made his comments easy to distinguish. The
Submittal register for this project was extensive.”

- Mark Schuler, USACE

SJC AIRSIDE REFUELER FACILITY (SJC) - SAN JOSE INT’L AIRPORT, CA

Page 3.8
TAB A - SUBFAC TOR 1 - MANAGEMENT PLAN

Mitigating Common Technical Obstacles


Due to the extent of the new construction and demolition of the existing facility, there are many challenges
that we will face throughout the duration of the project. Our plan is to address each challenge in the
schedule, submittal, and phasing of the project along with our extended quality control program with our
key subcontractors. One of the first project challenges will be keeping the facility fully operational while
revamping each tank, fuel lines, and pumps. This will keep the mission critical activities productive.

The controls for all the tanks, piping, and pumps will need to be analyzed as we start to remove and
recondition the tanks. We anticipate purchasing new controls and electrical systems for temporary
functionality while reconditioning each tank prior to final connection to the new pumping system. This will
allow us to remove the old equipment and construct the new equipment without loss of time or production.

We will model the piping systems to allow pre-fabrication of the connections, pipe spools, and more difficult
fittings for an expedited installation. This approach will minimize any down time in our transfers from the
existing system to the new system. The engineering and layout of this project has been well thought out and
leads our approach for a more successful transfer to the new equipment. We will also use the extended site
to set up a fabrication area for all testing, inspections, and x-raying of the welding prior to installation.

Other challenges will be setting up the temporary piping and controls for spills and other environmental
issues. We will address these issues early in the project and prior to new installations. We have set up
our approach to bring our key subcontractors to the site after meeting with all the staff at the facility.
This approach will require our civil contractor to set up grades and diversion dikes while working with
Bodell Construction on the fuel piping. This will allow controls to be in place for the duration with minor
modifications throughout the construction of the project.

This will also include the new industrial waste line


that will need to be installed and connections made
prior to demolition of the existing drainage system
for installation of the new storm drainage system.
This will take place early in the project along with
the street boring.

A new water line will be installed along 6th


Avenue to complete street construction and limit
disruption to base traffic. This will allow us to have
water for dust control, masonry, concrete, and any
other activities we will need water for during the
construction process.

Electrical Technical Obstacles


CTI Construction and its own in-house electrical
team, CTI Electric, will work together to reduce risk
by utilizing our respected 15 year General Contractor
/ Electrical Contractor working relationship.
JET-A FUEL FACILITY - CHARLOTTE DOUGLAS INT’L AIRPORT, NC

Page 3.9
TAB A - SUBFAC TOR 1 - MANAGEMENT PLAN
Working under the same financial umbrella will accomplish not only the civil side of the contract, but will
also utilize the electrical division who has past performance working at Hill AFB, making us familiar with
both USACE and government expectations at that Air Force base.

This project has a high degree of electrical risk with potential critical impact. CTI has allocated the risk of the
parties that is best equipped to handle them while keeping control of all aspects of the project. As we weigh
the risk in this project, there are four major risk areas:
• Medium Voltage/Low Voltage Installation
• Temporary Electrical
• Temporary Communications
• Phase II Cut-Over

The Medium Voltage component is going to be taken on with City Light and Power installing medium
voltage for Hill AFB. They are familiar with the risks involved, and have the tools and knowledge to make the
transition go smoothly. They understand the sensitive nature of the work and the procedure for removing
and tying associated with multiple overhead power lines. The connection of the Low Voltage (Under
1000v) will tie in after the commissioning of the new Medium Voltage system.

The plans address the need for temporary power/communication and controls which will be in place
before the removal of the existing 6” commercial fuel line. CTI Electric will be working closely with AFTEC
as we place the temporary fuel line. This will ensure a combination of existing pumps are tied in and
communication where the controls are used to keep the jet fuel transfer going. Temporary communication
will be coordinated to the existing Building 875. All work will be done in accordance with the National
Electrical Code Article 590 electrical code requirements. Before the construction of tanks 10885 and
10882 has been completed, CTI Electric will have already placed the infrastructure for the power and the
communication, including the new pump house building and a cut-over processes will be initiated with
ample requested outage time to make the transition as quick as possible.

CTI wants every awarded project to go as well as possible. From the start, CTI managers help to create an
atmosphere of enthusiasm, and encourage open communication and feedback each step of the way.

“Working with CTI [Electric] over these past


years has been a pleasure. I always like it
when I get the chance to [work on their]
projects as I know they will be well run and
managed and I will always make money.”

- Mark Hutchings, H2 Power

MID-FIELD REFUELING FACILITY - RENO TAHO INT’L AIRPORT, RENO, NV

Page 3.10
CHASE HUGHES
PROJEC T MANAGER
As Senior Construction Project Manager, Mr. Hughes plans, directs,
manages, and provides oversight of assigned design and construction
projects to ensure that the User’s goals and objectives are accomplished
within the prescribed schedule and budget parameters. He has over 16
years of experience in Federal Contracting with bid-build and design-build
projects, as well as experience in electrical construction working in the field.
He is instrumental in keeping a project’s time schedule, cost, and quality at
the highest standard, while meeting the needs and goals of the client.

Mr. Hughes has proven himself to be a hard-working, and dependable


Project Manager. He is a very reliable, natural leader whose knowledge and
work ethic is implemented through all aspects of the projects he is assigned.

PROJECT EXPERIENCE E D U C AT I O N & T R A I N I N G


DESIGN-BUILD PRECISION GUIDED MISSILE • Quality Control Management Training
(PGM) MAINTENANCE FACILITY • OSHA 30-Hour Outreach Training for the
$6,000,000 | Hill Air Force Base, UT Construction Industry
• Procore Certified
DESIGN-BUILD STANDARD AIR MUNITIONS • Basic CPR / First Aid Training
PACKAGE (STAMP) MAINTENANCE & • Scheduling Training
INSPECTION FACILITY • Generator / Standby Power Training
$10,000,000 | Hill Air Force Base, UT • Uninterruptible Power Systems Training
• Medium Voltage Cable Training
DESIGN-BUILD HC-130J WASH RACK • Electrical Journeyman, Davis Applied
$10,520,203 | Davis-Monthan Air Force Base, NV Technology College - Kaysville, UT
• Advanced Photo-voltaic Systems
DESIGN-BUILD F-22 FLIGHT SIMULATOR
$11,565,733 | Nellis Air Force Base, NV | LEED Silver P R O F E S S I O N A L R E G I S T R AT I O N
• Utah Journeyman Electrical License
DESIGN-BUILD F-35 WEAPONS SCHOOL #5319503-5504, 2008
$8,029,462 | Nellis Air Force Base, NV | LEED Silver

DESIGN-BUILD FIRE CRASH RESCUE STATION AREAS OF EXPERTISE


$14,179,557| Hill Air Force Base, UT | LEED Silver • Construction Management
• Quality Control
DESIGN-BUILD F-35 ADAL HANGAR 45 E/W AMU • Safety Management
$18,565,553 | Hill Air Force Base, UT • Project Scheduling
• Design-Build & Bid-Build Construction
F-22 SYSTEM SUPPORT FACILITY, BLDG. 688
$9,600,000 | Hill Air Force Base, UT | LEED Silver S O F T W A R E A P P L I C AT I O N S
• Bluebeam Revu
• Microsoft Office Suite
• Procore

Page 3.11
R . M I TC H E L L “ M I TC H ” G O D D A R D
SITE SUPERINTENDENT
Mr. Goddard is solely responsible and accountable for the timely completion
of the assigned project, ensuring that the project is constructed in strict
accordance with plans, specifications, and local codes. He will schedule all
subcontractors, consultants, and vendors, as well as ensure their completion
of work within the allowed time frame. He will ensure that all conflicts or
revisions to the scheduled plan be communicated with the project team
for mutual resolution, prior to execution of work that deviates from the
approved plans.

Mr. Goddard has over 35 years of General Construction experience and


his numerous years of hands-on experience and knowledge provides the
ability to communicate effectively with project managers, subcontractors
and clients.

PROJECT EXPERIENCE E D U C AT I O N & T R A I N I N G


DESIGN-BUILD STANDARD AIR MUNITIONS • OSHA 30-Hour Certified
PACKAGE (STAMP) MAINTENANCE & • Procore Certified
INSPECTION FACILITY • Weber State University - Emphasis in Engineering
$10,103,927 | Hill Air Force Base, UT
P R O F E S S I O N A L R E G I S T R AT I O N
DESIGN-BUILD F-22 FLIGHT SIMULATOR • General Contractor’s License State of Utah
$11,565,733 | Nellis Air Force Base, NV | LEED Silver 1978 - Present

DESIGN-BUILD FIRE CRASH RESCUE STATION R E L E VA N T E X P E R I E N C E


$14,179,557| Hill Air Force Base, UT | LEED Silver • Construction Management: 35 years
• Construction Safety: 28 years
EASTWOOD APARTMENTS • Worked on multiple USACE jobs
$3,000,000 | Price, UT
AREAS OF EXPERTISE
RIVER WALK APARTMENTS
• Site Superintendent
$9,600,000 | Logan, UT
• Cost Efficiency
• Work Coordination
ASHFIELD APARTMENTS
• Client Satisfaction
$6,000,000 | Tremonton, UT
• Quality Control Management
LIBERTY PEAK APARTMENTS
$7,000,000 | Park City, UT S O F T W A R E A P P L I C AT I O N S
• Bluebeam Revu
• Microsoft Office Suite
• Procore

Page 3.12
JOHN RISHER
CQ C S Y S T E M M A N A G E R
Mr. Risher has over 19 years of construction experience and, within that time,
has performed as a Project Engineer, Quality Control Manager, Construction
Project Manager, and Environmental Engineer. Mr. Risher encompasses all
phases of construction work, such as submittals, procurement, storage of
materials and equipment, coordination of subcontractor’s activities and
the inspections and tests required to assure that the specified materials are
used and installation is acceptable.

As a Quality Control Manager, Mr. Risher has managed the quality


control database for submittals, RFIs, daily reports, testing/inspections,
construction punch-lists, installed equipment, monthly pay requests, and
Owner Training. He has managed electrical, mechanical, civil, and structural
quality control inspectors’ matrices and managed the Three-Phase Quality
Control Program along with building commissioning processes.

PROJECT EXPERIENCE JOB RESPONSIBILITIES


DESIGN-BUILD STANDARD AIR MUNITIONS • Developing safety programs for multiple site
PACKAGE (STAMP) MAINTENANCE & locations
INSPECTION FACILITY • Training and implementing safety and
$10,000,000 | Hill Air Force Base, UT emergency response procedures
• Hazard recognition and site analysis
DESIGN-BUILD FIRE CRASH RESCUE STATION • Conduction weekly safety meetings and weekly
$14,200,000 | Hill Air Force Base, UT training seminars
• Attending regular continuing education and
SOFTWARE SUPPORT FACILITY refresher courses to stay current on new
Hill Air Force Base, UT regulations and training

AIRCRAFT POWER SYSTEMS REPAIR FACILITY R E L E VA N T E X P E R I E N C E


Hill Air Force Base, UT • Construction Quality Control Manager: 13 years
• Military Construction: 10 years
AREAS OF EXPERTISE • Construction: 19 years
• Quality Control Management
• Project Engineering E D U C AT I O N & T R A I N I N G
• Construction Project Management • B.S. Environmental Engineering, 1994
• Environmental Engineering Montana College of Mineral Science &
Technology
Q U A L I F I C AT I O N S • B.S. Elementary Education, 1987
• U.S. Army Corps of Engineers Construction Western Montana College
Quality Management for Contractors
• OSHA 30-Hour Certified
• OSHA 10-Hour Certified S O F T W A R E A P P L I C AT I O N S
• Bluebeam Revu
• ACI Concrete Field Testing Technician - Grade I
• Microsoft Office Suite
• Procore

Page 3.13
BRIAN HOOD
S I T E S A F E T Y & H E A LT H O F F I C E R
Mr. Hood has over 27 years of Construction Industry experience,
which includes 13 years of experience in site safety and health and risk
management. He also has 14 years of experience in supervisory roles
and project management. As the Site Safety and Health Officer, Mr. Hood
successfully demonstrates the knowledge and ability to ensure employee
education and enforces job site safety protocols.

Mr. Hood is responsible for monitoring all maintenance and safety policies
at the construction site. He will update policies as necessary to ensure the
site remains as safe as possible. Mr. Hood will inspect the construction site to
ensure that everything is safe and ensure there are no hazards posing a risk
to safety. He will also conduct safety orientation, supervise project safety,
conduct incident investigations as necessary, and ensure compliance with
corporate and government safety programs standards.

PROJECT EXPERIENCE JOB RESPONSIBILITIES


DESIGN-BUILD PRECISION GUIDED MISSILE • Developing safety programs for multiple site
(PGM) MAINTENANCE FACILITY locations
$6,161,226 | Hill Air Force Base, UT • Training and implementing safety and
emergency response procedures
DESIGN-BUILD HC-130J WASH RACK • Hazard recognition and site analysis
$10,520,203 | Davis-Monthan Air Force Base, AZ • Conduction weekly safety meetings and weekly
training seminars
DESIGN-BUILD FIRE CRASH RESCUE STATION • Attending regular continuing education and
$14,179,557| Hill Air Force Base, UT | LEED Silver refresher courses to stay current on new
regulations and training
F-22 SYSTEM SUPPORT FACILITY, BLDG. 688
$9,600,000 | Hill Air Force Base, UT | LEED Silver E D U C AT I O N & T R A I N I N G
• OSHA 10-Hour Certified
309TH MAINTENANCE PROJECT • OSHA 30-Hour Certified
$12,000,000 | Hill Air Force Base, UT • OSHA 500 Trainer Course
• EM385-1-1 40-Hour Certified
BROWNING ARMORY • LEED 101: Green Building Basics & LEED
$9,000,000 | Harrisville, UT • LEED 201: Core Concepts & Strategies
• Home 252: Understanding LEED for Home Rating
AREAS OF EXPERTISE System
• Safety / Health Risk Management • Successful Project Management Course
• Construction Project Management • Weber State University - Computer Science

Q U A L I F I C AT I O N S S O F T W A R E A P P L I C AT I O N S
• OSHA 10-Hour Instructor • Bluebeam Revu
• OSHA 30-Hour Instructor • Microsoft Office Suite
• First Aid / CPR Instructor • Procore

Page 3.14
MICHAEL HOLLAND
SENIOR PROJEC T MANAGER
As Senior Project Manager, Mr. Holland will oversee the subcontracted fueling
scope. He has over 10 years in Federal Contracting with bid-build and design-
build projects. Mr. Holland is very familiar with Hill Air Force Base and the project
site. His focus will bring local specialized Bodell craftsmen to the project. His
attention to the project ensures funding stays in the local market to contribute
to the success of the POL facilities. Mr. Holland provides hands-on leadership that
translates to the successful completion of government contracted projects. As a
LEED Green Associate, Mr. Holland ensures that each project he oversees is built
using innovative environmentally friendly practices. Mr. Holland also has previous
experience working with the proposing prime firm, CTI Construction.

EXPERIENCE PROJECT EXPERIENCE


• 21 years experience in LORUSBURG BORDER PATROL FUEL SYSTEM, LORDSBURG, NM - Project Manager
construction of a 138,025 total SF facility made up of five (5) Maintenance Buildings including 13,000
• B.S. Communications SF Office Building - 75,000 SF Correctional Facility - 9,000 SF Live Fire Gun Range -
/ Public Relations - 11,000 SF Fire Suppression Tank - 50,000 gallon Fuel Facility - 10 Fill Stand Dispensers,
Minor Construction (3) 20,000 Underground Tanks, Metal Building Canopy, Fuel Lines, (3) Types of Fuel
Management 2002, Weber piping and dispensary on a 30 acre site. Contract value $25,950,000. Start: 03-2011
State University, Ogden, Complete: 01-2012
Utah
*HC-130J JOINT USE FUEL CELL HANGAR, DAVIS-MONTHAN AFB, AZ - Project
Q U A L I F I C AT I O N S Manager of a 27,235 SF LEED Silver Fuel Cell Hangar. 110,000 SF ramp expansion and
• LEED Green Associate taxi-way. Design of the facility addressed fuel fire and fuel spill hazards as primary
• Quality Control design criteria and includes wet-type sprinklers and high expansion foam fire
Certification - Army Corps suppression systems. Contract value: $13,450,000. Start: 10-2012 Complete 03-2015
of Engineers 2015
*F-35 AMU HANGARS, HILL AFB, UT - Project Manager of a 70,150 SF addition to
F-35A Hangar 45 E&W - LEED Silver Certified Design. Scope of work included reinforced
concrete foundations, floor slabs, structural steel frame, backup power for new
hangar doors, with storage tanks/pumps. Reinforced concrete floor, steel structured
frame, standing seam metal roof, utilities, fire detection/suppression, pavements, site
improvements, communication support. Contract value: $12,790,000. Start: 01-2013
Complete: 11-2015

EIE406 REPAIR ARCTIC UTILIDORS PHASE B, EIELSON AFB, AK - Project Manager


overseeing replacement and installation of new steam, condensate, domestic water,
and deluge fire lines in connection with various mission critical buildings for the Air
Force. Mechanical installation. Contract value: $8,722,045. Start: 04-2018 Est. Complete:
09-2018

*Projects experience while working with CTI

Page 3.15
CHRIS TINKER
PROJEC T MANAGER
Mr. Tinker has over 20 years’ experience in the construction industry. He is an
accomplished industrial construction professional with experience in power, oil
and gas, waste to energy, aviation, water treatment, and commercial sectors. He
understands all project phases, from the permitting phase, through construction,
to start up and commissioning. He has been an integral component and leader
of many construction projects serving various roles in project management.
Throughout his experiences, his passion for the work has permitted continuous
high-quality, seasoned and effective results. These expectations and team
leadership skills have led to many successful relationships with clients, project
teams, crews, end users, and engineering partners, while providing support to Mr.
Holland in day to day operations as the project manager.

EXPERIENCE PROJECT EXPERIENCE


• 20 years in the HFFC JET-A STORAGE FACILITY, KAHULUI AIRPORT, HI - Project Manager for
construction industry the construction of a 1.2 million gallon Jet-A fuel storage facility on a greenfield
site. Erection of (4) 7,770 barrels per day American Petrolium Insitute-650 welded
steel tanks, fuel filtering system, truck loading and off-loading stations, controls and
Q U A L I F I C AT I O N S laboratory building, support facilities, and a 4,000 linear ft buried pipeline to deliver
• Extensive knowledge
fuel to the AOA fill stands. Contract value $21,194,850. Start: 11-2013 Complete: 06-
of survey and building
2016
layout
• Accurate and complete
HFFC JET-A FUEL STORAGE FACILITY, LIHUE AIRPORT, KAUAI, HI - Project Manager
estimating experience
for the construction of pumping station equipment and fuel line connections for the
• Management of
receipt, storage tanks and dispensing of Jet-A fuel for the aircraft at Lihue Airport’s
manpower and materials
fuel depot. Scope includes installation of distribution system including equipment
organizational skills
canopies, truck unloading and loading stations, fully integrated multi-load loading
• Extensive building code
control system, ground verification system, SCADA system, EFSO system, and a full
knowledge
foam fire protection system with alarms. Contract value $12,398,000. Start: 12-2017
• Over 18 years welding
Est. Complete: 12-2018
experience
• Ability to create, manage
WAIMEA WATER TREATMENT PLANT, KAMUELA, HI - Project Superintendent for
and maintain scheduling
conversion and expansion of the existing 2 million gallon per day (MGD) Waimea Water
software
Treatment Plant using conventional water filtration processes to a 4 MGD membrane
filtration plant and related improvements. Contract value $12,000,000. Start: 01-2015
Est. Complete: 09-2018

PUNA GEOTHERMAL MECHANICAL EXPANSION, PUNA, HI - Project


Superintendent for installation of primary equipment included two Solar Titan 130
Combustion Turbine Generator (CTG) packages with combustion inlet cooling. Each
engine is rated 20,500 HP and each generator producing 12.5 MW at the plant’s
operating elevation of 4700’ AMSL. The CTGs were coupled with two Hamon Deltak
packaged Heat Recovery Steam Generator (HRSG) units, each capable of producing
in excess of 121,000 lbm/hr of saturated steam. Ancillary equipment included a 3 MW
diesel backup generator, cooling towers, chillers, fuel gas conditioning skid, point-of-
sale metering and regulator ski (and associated 8” High-Pressure Gas service lateral),
we all we all 12kV switches, gear, transformers, and load-shedding bank. A Predictive
Emissions Monitoring Systems (PEMS) was utilized for regulatory compliance. Contract
value $3,358,901. Start: 01-2010 Est. Complete: 11-2010
Page 3.16
GREGG MINNIHAN
PROJECT SUPERINTENDENT
As on site Project Superintendent, Mr. Minnihan works as the interface between
Bodell Construction, the Owner, and crews to ensure daily construction activities
are in accordance with project drawings, specifications, governing regulations and
the safety compliance thereof. He ensures that submittals meet the specifications
required, and the project follows the critical path schedule.

Mr. Minnihan has over 20 years of experience in heavy industrial and oil and gas
construction, including recent work with fabrication and erection of many types of
piping systems such as Carbon Steel, Stainless Steel, Chrome, Brass, FRP, PVC, CPVC
and HDPE. In addition to the safety concerns of his team, his main objective is the
timely execution of projects in accordance with codes and guidelines.

EXPERIENCE PROJECT EXPERIENCE


• 20 years in the MOLYCORP SEPARATIONS AREA TANK FARM HYDROCHLORIC (HCL) & ACID
construction industry SCRUBBER MOUNTAIN PASS, CA - Project Superintendent overseeing construction
of the plant’s central chemical storage facility, including 16 vertical FRP tanks,
Q U A L I F I C AT I O N S erection of pipe racks, truck loading and off-loading systems, an HCI acid scrubber
• NCCER Piping certification (FRP fabrication), PVC piping, Teflon-lined carbon steel piping, pump assemblies, and
• NCCER Site Safety complete E&I systems. Contract value $26,029,000. Start: 10-2012 Complete 03-2013
certification
• NCCER Operator BIG WEST OIL CAUSTIC SCRUBBER INSTALLATION, N. SALT LAKE, UT - Project
qualifications certification Superintendent overseeing construction through concrete foundations, installation
• CPR/First Aid Certification of modularized equipment packages, piping, supports, electrical, instrumentation,
• Computer Proficiency and controls for the new scrubber system of the existing acid plant. Contract value
• Southwest Gas $11,900,000. Start: 01-2015 Complete 06-2015
Corporation Fitters Card
BIG WEST OIL MSCC PARTICULATE REDUCTION PROJECT, N. SALT LAKE, UT -
Project superintendent overseeing installation of the flue gas stack with three levels
of platforming and pulsation dampener located near the top of the Shack, including
retractable Federal Aviation Administration lighting. Contract value $9,972,4000. Start:
10-2014 Complete: 11-2015

HOLLY FRONTIER UNIT 7 DEFLUORINATOR PROJECT, W. BOUNTIFUL, UT -


Project Superintendent overseeing of surgical demolition, construction of new
concrete foundations on helical piers, installation of the new vessel, propane vaporizer
exchanger, and electric heater. In addition, process (hydrofluoric acid), steam, and
condensate piping were fabricated in the field, testing, and installed to make the tie-
ins. Contract value $567,842. Start: 03-2016 Complete: 07-2016

PHILLIPS 66 CRUDE STORAGE TANKS ADDITION CIVIL/STRUCTURAL/


MECHANICAL PACKAGE, BUFFALO, MT - Project Superintendent overseeing
installation of necessary tanks, and equipment to make the necessary tie-ins to allow
Buffalo Station to pull crude from the Express pipeline into and from tanks and Glacier
Pipeline for shipping crude to the Billings Refinery. Work also included installation of
manifold, level gauges, meters, provers, PLC, Moni, small building, booster pumps,
piping and conduit hydro excavation, and concrete work. Contract value $2,060,118.
Start: 07-2014 Complete: 11-2014

Page 3.17
D AV I D B OY L E
FUELING SYSTEMS SPECIALIST
While a US Army Corps of Engineer officer, Mr. Boyle commanded a construction
company in support of US Air Force Europe (USAFE) runway repair missions and
civil construction projects at various air bases in Germany. Mr. Boyle has specialized
in bulk aviation fuel storage since 1994. Since his departure from the US Army
Corps of Engineers, David has continued to support Department of Defense
facility projects. As an engineer, he has designed many aviation fueling systems
around the country.

E D U C AT I O N R E L E VA N T P R O J E C T E X P E R I E N C E
• BS Degree: Civil HFFC JET-A STORAGE FACILITY, KAHULUI, HI – Responsible for fueling design
Engineering. 1980 US consulting for the construction and equipment provision of a 1.2 million gallon Jet-A
Military Academy, West fuel storage facility on a greenfield site. Erection of 3 – 7700 barrel API-650 welded
Point, NY steel tanks, fuel filtering system, (4) truck loading and (2) off-loading stations, controls
and laboratory building, support facilities, and a 4000 linear foot buried pipeline to
EXPERIENCE deliver fuel to the AOA (airside) fill stands with Bodell Construction.
• Designed and built
numerous commercial WORLDPORT FUEL FARM EXPANSION, LOUISVILLE, KY – Responsible for fueling
Aviation Fueling systems design consulting of facility for the Worldport Fuel Farm at the Louisville International
(‘94 - present) Airport. Increased fuel storage capacity by 4 million gallons with construction of 2
• Provided equipment new API-650 storage tanks and increased fueling serviceability with the addition of
procurement and (3) new fuel truck loading and (2) unloading stations, (6) tank Enraf ATG systems, with
commissioning associated interconnecting piping with Bodell Construction
services on hundreds
of Commercial and
Department of Defense ANDERSEN AFB, GUAM – Responsible to re-commission Type III Hydrant system with
aviation fuel projects over complete provision/ tuning of (11) new hydrant control valves and entire Type III
the last 2 decades pump house and PLC. The retuning was done under the observation of the Pacific
Air Force Command representative.
Q U A L I F I C AT I O N S
• Professional engineer JET-A FUEL FACILITY, DOUGLAS CHARLOTTE DOUGLAS INTERNATIONAL
registration in NC and SC AIRPORT (CLT) - CHARLOTTE, NC
• Conducts plans and Facility Functions:
specification review, 1. Bulk Storage Cla-val high level control valves and pipeline receipt into storage
systems integration, and 2. (6) 1000 gpm Jet A Hydrant Clyde Union Pumps and Velcon EI 1581 Filter separators
commissioning activities 3. PLC for pump control by TPC
4. Enraf Automatic Tank Gauging System
5. Ultrasonic Metering for ramp demand
6. 4,000 Gallon product recovery tank

Page 3.18
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A

HAFB - Replace POL Facilities - Draft Proposal 003


Project Milestones & Overview The Schedules Calandar comply with Supplemental Contract
F1000 Proposal Due 1 1 0% 10-Sep-18* 10-Sep-18 -7 7dys 0001 GENAL ITM PRIM 0% $0.00 Proposal Due Requirements number 5 Time Extensions for Unusally Severe
Weather FAR52.249-10
F1010 USACE Proposal Review Period 75 75 0% 10-Sep-18 23-Nov-18 -7 7dys 0001 GENAL ITM PRIM 0% $0.00 USACE Proposal Review Period
F1020 ProjectAward 0 0 0% 23-Nov-18 -7 7dys 0001 GENAL ITM PRIM 0% $0.00 ProjectAward Calendar*** 5/8 W/AW ***
F1030 Post Award Conference 2 2 0% 23-Nov-18 26-Nov-18 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Post Award Conference
F1060 NTP (Propose 11/26/2018) 0 0 0% 26-Nov-18 -7 7dys 0001 GENAL ITM PRIM 0% $0.00 NTP (Propose 11/26/2018)
F1070 Bond 10 10 0% 26-Nov-18 05-Dec-18 -5 7dys 0001 GENAL ITM PRIM 0% $0.00 Bond
F1080 Overall Project Duration (SF1442 Calendar Days 730) 730 730 0% 26-Nov-18 24-Nov-20 0 7dys 0001 GENAL ITM PRIM 0% $0.00 Overall Project Duration (SF1442
F1190 Submit Surety Bonds & Cert. of Insurance 0 0 0% 05-Dec-18 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Surety Bonds & Cert. of Insurance
F1260 Pre-Construction Conference 2 2 0% 18-Dec-18 19-Dec-18 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Pre-Construction Conference
F1270 Construction Coordination Conference 2 2 0% 18-Dec-18 19-Dec-18 2 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Construction Coordination Conference
F1470 Start Construction 0 0 0% 24-Dec-18 -2 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Start Construction
F3700 Phase 1 Start 0 0 0% 02-Jan-19 9 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Phase 1 Start
F3710 Phase 1 Overall Duration 99 99 0% 02-Jan-19 10-Apr-19 8 7dys 0001 GENAL ITM PRIM 0% $0.00 Phase 1 Overall Duration
F1820 Construction Power 0 0 0% 19-Mar-19 7 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Construction Power
F3720 Phase 2 Start 0 0 0% 02-Apr-19 7 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Phase 2 Start
F3730 Phase 2 Overall Duration 353 353 0% 02-Apr-19 19-Mar-20 0 7dys 0001 GENAL ITM PRIM 0% $0.00 Phase 2 Overall Duration
F1890 Phase 1 Complete 0 0 0% 10-Apr-19 6 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Phase 1 Complete
F2140 Permit Power 0 0 0% 19-Jun-19 160 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Permit Power
F2610 Phase 2B 95% Complete 0 0 0% 23-Sep-19 13 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Phase 2B 95% Complete
F2830 Phase 2 Complete 0 0 0% 19-Mar-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Phase 2 Complete
F3740 Phase 3 Start 0 0 0% 20-Mar-20 1 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Phase 3 Start
F3750 Phase 3 Overall Duration 208 208 0% 20-Mar-20 13-Oct-20 16 7dys 0001 GENAL ITM PRIM 0% $0.00 Phase 3 Overall Duration
F3690 Phase 3 Complete 0 0 0% 13-Oct-20 12 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Phase 3 Complete
F3170 Draft O&M Manuals 8 8 0% 16-Oct-20 27-Oct-20 19 5/8 w-H 0001 GENAL ITM PRIM 0% $8.00 Draft O&M Manuals
F3310 Demobilization of Trailers & Equipment 5 5 0% 19-Nov-20 24-Nov-20 0 7dys 0001 GENAL ITM PRIM 0% $0.00 Demobilization of Trailers & Equipment
F3330 FINAL Project Surveys 3 3 0% 21-Nov-20 24-Nov-20 0 7dys 0001 GENAL ITM PRIM 0% $0.00 FINAL Project Surveys
F3340 Construction Complete 0 0 0% 24-Nov-20* 0 7dys 0001 GENAL ITM PRIM 0% $0.00 Construction Complete

Pre-Construction Services
Estimating and Contracting
F1040 Prim/GC Estimating & Bidding 20 20 0% 23-Nov-18 20-Dec-18 -1 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Prim/GC Estimating & Bidding

F1210 Prim/GC Review Bids & Contracting 15 15 0% 14-Dec-18 07-Jan-19 27 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Prim/GC Review Bids & Contracting

Submittals & Procurement


Project Schedule
F1130 Create Preliminary Schedule (First 90 days) 15 15 0% 26-Nov-18 10-Dec-18 -7 7dys 0001 GENAL ITM PRIM 0% $0.00 Create Preliminary Schedule (First 90 days)

F1140 Create Initial Construction Schedule 42 42 0% 26-Nov-18 06-Jan-19 0 7dys 0001 GENAL ITM PRIM 0% $0.00 Create Initial Construction Schedule

F1180 Submit First 90 day Schedule for Approval 1 1 0% 10-Dec-18 11-Dec-18 -5 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit First 90 day Schedule for Approval

F1250 USACE Review Preliminary Construction Schedule 30 30 0% 12-Dec-18 10-Jan-19 -7 7dys 0001 GENAL ITM PRIM 0% $0.00 USACE Review Preliminary Construction Schedule

Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 1 of 9


Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.19
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A
F1420 Submit Initial Construction Schedule 1 1 0% 07-Jan-19 07-Jan-19 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Initial Construction Schedule
F1430 Govt.Review Initial Construction Schedule 30 30 0% 07-Jan-19 05-Feb-19 0 7dys 0001 GENAL ITM PRIM 0% $0.00 Govt.Review Initial Construction Schedule
F1490 USACE Approval of Preliminary Construction Schedule 0 0 0% 10-Jan-19 -5 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 USACE Approval of Preliminary Construction Schedule
F1590 Govt.Approve Initial Construction Schedule 0 0 0% 05-Feb-19 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Govt.Approve Initial Construction Schedule

General Submittals
F1050 Submit & Approval Environmental Protection Plan 25 25 0% 23-Nov-18 28-Dec-18 19 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit & Approval Environmental Protection Plan
F1100 Submit Waste Management Plan 1 1 0% 26-Nov-18 26-Nov-18 8 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Waste Management Plan
F1110 Submit SWPPP 1 1 0% 26-Nov-18 26-Nov-18 8 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit SWPPP
F1150 Submit for Dust Permit 3 3 0% 26-Nov-18 28-Nov-18 8 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit for Dust Permit
F1230 Submit Health & Safety Plan 20 20 0% 26-Nov-18 21-Dec-18 -2 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Health & Safety Plan
F1120 Submit Excavation Plan 20 20 0% 26-Nov-18 21-Dec-18 -2 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Excavation Plan
F1090 QC Plan 15 15 0% 27-Nov-18 17-Dec-18 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 QC Plan

F1160 Utility Outage Request 21 21 0% 29-Nov-18 28-Dec-18 15 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Utility Outage Request
F1170 SubmitArea Use Plan 0 0 0% 29-Nov-18 8 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 SubmitArea Use Plan
F1200 SubmitAPP Plan 0 0 0% 05-Dec-18 8 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 SubmitAPP Plan
F1280 Submit QC Plan 0 0 0% 18-Dec-18 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit QC Plan
F1290 Submission of Fire Protection Specialist 0 0 0% 18-Dec-18 2 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submission of Fire Protection Specialist

F1320 Submit Submittal Register 0 0 0% 20-Dec-18 -1 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Submittal Register

F1330 Submission of TAB Specialist 0 0 0% 21-Dec-18 -1 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submission of TAB Specialist
F1340 SubmitAccident Prevention Plan 0 0 0% 21-Dec-18 -1 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 SubmitAccident Prevention Plan
F1300 Submit Environmental Protection Plan 0 0 0% 21-Dec-18 -2 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Environmental Protection Plan
F1310 Long Lead Equipment Purchase Orders 85 85 0% 24-Dec-18 25-Apr-19 -2 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Long Lead Equipment Purchase Orders

Rebar
F1220 Submit Rebar Shop Drawings 25 25 0% 14-Dec-18 21-Jan-19 39 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Rebar Shop Drawings
F1510 GC Review & Approval 15 15 0% 02-Jan-19 22-Jan-19 39 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 GC Review & Approval

F1610 CoE Approve Rebar Shops 30 30 0% 07-Jan-19 15-Feb-19 39 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Approve Rebar Shops
F1800 Fab & Deliver Rebar 15 15 0% 11-Feb-19 04-Mar-19 39 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Fab & Deliver Rebar

Structure Steel
F1240 Submittals / Shop Drawings, Structural Steel 30 30 0% 14-Dec-18 28-Jan-19 30 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals / Shop Drawings, Structural Steel

F1520 Review & Approval of Shop Drawing 5 5 0% 24-Jan-19 30-Jan-19 30 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Review & Approval of Shop Drawing

F1560 CoE Review & Approve, Structural Steel 30 30 0% 31-Jan-19 14-Mar-19 30 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Structural Steel

F1790 Procure / Fab , Structural Steel 45 45 0% 15-Mar-19 17-May-19 30 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab , Structural Steel
F1990 Delivery to Site; , Structural Steel 10 10 0% 09-May-19 22-May-19 30 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; , Structural Steel

Pre-Engineered Steel Canopies


F3350 Submittals / Shop Drawings, Pre-Engineered Steel Canopies 30 30 0% 08-Jan-19 18-Feb-19 161 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals / Shop Drawings, Pre-Engineered Steel Canopies
F3360 Review & Approval of Shop Drawing, Pre-Engineered Steel Canopies
5 5 0% 14-Feb-19 20-Feb-19 161 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Review & Approval of Shop Drawing, Pre-Engineered Steel Canopies
F3370 CoE Review & Approve, Pre-Engineered Steel Canopies 30 30 0% 21-Feb-19 05-Apr-19 161 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Pre-Engineered Steel Canopies

Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 2 of 9


Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.20
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A
F3380 Procure / Fab , Pre-Engineered Steel Canopies 55 55 0% 08-Apr-19 24-Jun-19 161 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab , Pre-Engineered Steel Canopies

F3390 Delivery to Site; Pre-Engineered Steel Canopies 10 10 0% 14-Jun-19 27-Jun-19 161 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; Pre-Engineered Steel Canopies

Doors / Frames
F1370 Submittals & Procure Doors/Frames 25 25 0% 08-Jan-19 11-Feb-19 82 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals & Procure Doors/Frames
F1620 GC Review & Approval of Shop Drawing 5 5 0% 12-Feb-19 18-Feb-19 82 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 GC Review & Approval of Shop Drawing
F1650 CoE Review & Approve; Frames 30 30 0% 19-Feb-19 03-Apr-19 82 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve; Frames
F1770 Procure / Fab Door Frames 40 40 0% 13-Mar-19 08-May-19 82 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab Door Frames
F1840 CoE Review & Approve; Doors 30 30 0% 04-Apr-19 15-May-19 144 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve; Doors

F1940 Delivery to Site; Frames 12 12 0% 09-May-19 24-May-19 82 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; Frames
F1950 Procure / Fab Door 55 55 0% 16-May-19 05-Aug-19 144 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab Door

CMU
F1390 Submittals / Shop Drawings, CMU 10 10 0% 08-Jan-19 21-Jan-19 27 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals / Shop Drawings, CMU
F1440 Review & Approval of Shop Drawing 3 3 0% 21-Jan-19 23-Jan-19 27 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Review & Approval of Shop Drawing
F1530 CoE Review & Approve, CMU 30 30 0% 24-Jan-19 07-Mar-19 27 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, CMU
F1710 Procure / Fab , CMU 30 30 0% 08-Mar-19 19-Apr-19 27 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab , CMU
F1960 Delivery to Site; CMU 10 10 0% 11-Apr-19 24-Apr-19 27 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; CMU

Fuel Systems
Fuel Pump
F3410 Submittals / Shop Drawings, Pump 20 20 0% 08-Jan-19 04-Feb-19 128 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals / Shop Drawings, Pump
F3420 Review & Approval of Shop Drawing, Pump 5 5 0% 05-Feb-19 11-Feb-19 128 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Review & Approval of Shop Drawing, Pump
F3430 CoE Review & Approve, Pump 30 30 0% 12-Feb-19 27-Mar-19 128 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Pump
F3440 Procure / Fab, Pump 60 60 0% 28-Mar-19 20-Jun-19 128 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab, Pump
F3450 Delivery to Site; Pump 10 10 0% 12-Jun-19 25-Jun-19 128 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; Pump
MISC.. Fuel Equipment
F3610 Submittals, Equipment 25 25 0% 08-Jan-19 11-Feb-19 141 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals, Equipment
F3620 GC Review & Approval , Equipment 5 5 0% 12-Feb-19 18-Feb-19 141 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 GC Review & Approval , Equipment
F3630 CoE Review & Approve, Equipment 30 30 0% 19-Feb-19 03-Apr-19 141 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Equipment
F3640 Procure, Equipment 60 60 0% 13-Mar-19 06-Jun-19 141 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure, Equipment
F3650 Delivery to Site, Equipment 5 5 0% 31-May-19 06-Jun-19 141 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site, Equipment
Fuel Tank
F3510 Submittals / Shop Drawings, Fuel Tank 20 20 0% 08-Jan-19 04-Feb-19 114 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals / Shop Drawings, Fuel Tank
F3520 Review & Approval of Shop Drawing, Fuel Tank 5 5 0% 05-Feb-19 11-Feb-19 114 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Review & Approval of Shop Drawing, Fuel Tank
F3530 CoE Review & Approve, Fuel Tank 30 30 0% 12-Feb-19 27-Mar-19 114 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Fuel Tank
F3540 Procure / Fab, Fuel Tank 60 60 0% 28-Mar-19 20-Jun-19 114 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab, Fuel Tank
F3550 Delivery to Site, Fuel Tank 10 10 0% 12-Jun-19 25-Jun-19 114 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site, Fuel Tank
Fuel System Piping
F1410 Submittals / Shop Drawings, Piping 20 20 0% 08-Jan-19 04-Feb-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals / Shop Drawings, Piping
F1460 Review & Approval of Shop Drawing 5 5 0% 05-Feb-19 11-Feb-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Review & Approval of Shop Drawing
F1550 CoE Review & Approve, Piping 30 30 0% 12-Feb-19 27-Mar-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Piping
F1730 Procure / Fab, Piping 60 60 0% 28-Mar-19 20-Jun-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab, Piping
F1980 Delivery to Site; Piping 10 10 0% 12-Jun-19 25-Jun-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; Piping
Equipment Skids
Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 3 of 9
Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.21
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A
F3460 Submittals / Shop Drawings, Skids 20 20 0% 08-Jan-19 04-Feb-19 74 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals / Shop Drawings, Skids
F3470 Review & Approval of Shop Drawing, Skids 5 5 0% 05-Feb-19 11-Feb-19 74 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Review & Approval of Shop Drawing, Skids
F3480 CoE Review & Approve, Skids 30 30 0% 12-Feb-19 27-Mar-19 74 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Skids
F3490 Procure / Fab, Skids 60 60 0% 28-Mar-19 20-Jun-19 74 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab, Skids
F3500 Delivery to Site; Skids 10 10 0% 12-Jun-19 25-Jun-19 74 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; Skids
Fuel Values
F1400 Submittals / Shop Drawings, Values 20 20 0% 08-Jan-19 04-Feb-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals / Shop Drawings, Values
F1450 Review & Approval of Shop Drawing 5 5 0% 05-Feb-19 11-Feb-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Review & Approval of Shop Drawing
F1540 CoE Review & Approve, Values 30 30 0% 12-Feb-19 27-Mar-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Values
F1720 Procure / Fab, Values 60 60 0% 28-Mar-19 20-Jun-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure / Fab, Values
F1970 Delivery to Site; Values 10 10 0% 12-Jun-19 25-Jun-19 97 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; Values
Controls / Instrumentation
F3560 Submittals, Controls 25 25 0% 08-Jan-19 11-Feb-19 53 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals, Controls
F3570 GC Review & Approval, Controls 5 5 0% 12-Feb-19 18-Feb-19 53 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 GC Review & Approval, Controls
F3580 CoE Review & Approve, Controls 30 30 0% 19-Feb-19 03-Apr-19 53 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, Controls
F3590 Procure , Controls 60 60 0% 13-Mar-19 06-Jun-19 53 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure , Controls
F3600 Delivery to Site, Controls 5 5 0% 31-May-19 06-Jun-19 53 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site, Controls

Electrical, Equipment
F1380 Submittals 25 25 0% 31-Dec-18 04-Feb-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals
F1630 GC Review & Approval of Electrical Gear / Transformer 5 5 0% 05-Feb-19 11-Feb-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 GC Review & Approval of Electrical Gear / Transformer
F1660 CoE Review & Approve; Electrical Gear / Transformer 30 30 0% 12-Feb-19 27-Mar-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve; Electrical Gear / Transformer
F1780 Procure Electrical Gear / Transformer 50 50 0% 06-Mar-19 15-May-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure Electrical Gear / Transformer
F2010 Delivery to Site; Electrical 5 5 0% 09-May-19 15-May-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site; Electrical

HVAC / Mech
F1360 Submittals, HVAC / Mech Equipment 20 20 0% 31-Dec-18 28-Jan-19 56 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submittals, HVAC / Mech Equipment
F1640 Prim Review & Approval, HVAC / Mech Equipment 5 5 0% 29-Jan-19 04-Feb-19 56 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Prim Review & Approval, HVAC / Mech Equipment
F1680 CoE Review & Approve, HVAC / Mech Equipment 30 30 0% 05-Feb-19 20-Mar-19 56 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review & Approve, HVAC / Mech Equipment
F1880 Procure , HVAC / Mech Equipment 50 50 0% 21-Mar-19 30-May-19 56 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure , HVAC / Mech Equipment
F2030 Delivery to Site, HVAC / Mech Equipment 5 5 0% 28-May-19 03-Jun-19 56 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Delivery to Site, HVAC / Mech Equipment

Fireprotection
F1350 Shop Drawing Fireprotection System 30 30 0% 08-Jan-19 18-Feb-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Shop Drawing Fireprotection System
F1700 Prim, Review & Approval of Shop Drawings 5 5 0% 19-Feb-19 26-Feb-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Prim, Review & Approval of Shop Drawings

F1760 CoE Review and Approve Fireprotection 30 30 0% 27-Feb-19 10-Apr-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 CoE Review and Approve Fireprotection
F1920 Procure Fire Protection Wet System 50 50 0% 11-Apr-19 20-Jun-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Procure Fire Protection Wet System
F2040 Fireprotection Delivery to Site 15 15 0% 04-Jun-19 24-Jun-19 67 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Fireprotection Delivery to Site

Construction
Civil & Site Work
F1480 Mobilization / Temp Fencing / SWPPP 10 10 0% 27-Dec-18 11-Jan-19 -5 5/8 w-H 0006 GENAL ITM PRIM 0% $0.00 Mobilization / Temp Fencing / SWPPP
F1500 Clear / Grub / Grade Site 15 15 0% 04-Jan-19 25-Jan-19 7 5/8 w-H 0006 GENAL ITM PRIM 0% $0.00 Clear / Grub / Grade Site
F1580 Install Underground Wet - A (Storm, Water) 20 20 0% 25-Jan-19 22-Feb-19 7 5/8 w-H 0006 GENAL ITM PRIM 0% $0.00 Install Underground Wet - A (Storm, Water)
F1740 Install Underground Dry Utilities - A (Power, Data , Comm) 15 15 0% 22-Feb-19 19-Mar-19 7 5/8 w-H 0006 GENAL ITM PRIM 0% $0.00 Install Underground Dry Utilities - A (Power, Data , Comm)

Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 4 of 9


Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.22
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A
F1830 Install Underground Dry Utilities - B (Power, Data , Comm) 15 15 0% 19-Mar-19 09-Apr-19 74 5/8 w-H 0006 GENAL ITM PRIM 0% $0.00 Install Underground Dry Utilities - B (Power, Data , Comm)

Phase - 1
Phase 1A
F1570 FRIP Temporary Piping Piers 10 10 0% 02-Jan-19 05-Feb-19 0 5/8 w/AW 0001 GENAL ITM PRIM 0% $0.00 FRIP Temporary Piping Piers
F1600 Line 1 - Install Temporary Delivery Pipeline and Valves 10 10 0% 18-Jan-19 15-Feb-19 0 5/8 w/AW 0001 GENAL ITM PRIM 0% $0.00 Line 1 - Install Temporary Delivery Pipeline and Valves
F1670 Line 2 - Install Temporary Delivery Pipeline and Valves 10 10 0% 08-Feb-19 27-Feb-19 3 5/8 w/AW 0001 GENAL ITM PRIM 0% $0.00 Line 2 - Install Temporary Delivery Pipeline and Valves
F1690 Line 1 - Test and Commission the Temporary Pipelines and 6 6 0% 14-Feb-19 26-Feb-19 0 5/8 w/AW 0001 GENAL ITM PRIM 0% $0.00 Line 1 - Test and Commission the Temporary Pipelines and Vales
Vales
F1750 Line 2 - Test and Commission the Temporary Pipelines and 8 8 0% 21-Feb-19 11-Mar-19 0 5/8 w/AW 0001 GENAL ITM PRIM 0% $0.00 Line 2 - Test and Commission the Temporary Pipelines and Vales
Vales
F1810 Temporary Pipeline Approved and Certified for Use 4 4 0% 12-Mar-19 18-Mar-19 0 5/8 w/AW 0001 GENAL ITM PRIM 0% $0.00 Temporary Pipeline Approved and Certified for Use
F1870 Remove Above Ground Fuel Pipeline CP100 2 2 0% 20-Mar-19 22-Mar-19 0 5/8 w/AW 0001 GENAL ITM PRIM 0% $0.00 Remove Above Ground Fuel Pipeline CP100

Phase 1B
F1850 Demo 6" Commercial Pipeline 3 3 0% 20-Mar-19 26-Mar-19 0 5/8 w/AW 0005 GENAL ITM PRIM 0% $0.00 Demo 6" Commercial Pipeline
F1860 Demo 1" Water Drawoff Line 4 4 0% 27-Mar-19 03-Apr-19 0 5/8 w/AW 0005 GENAL ITM PRIM 0% $0.00 Demo 1" Water Drawoff Line
F1900 Demo / Remove Containment Berm 5 5 0% 02-Apr-19 10-Apr-19 0 5/8 w/AW 1003 GENAL ITM PRIM 0% $0.00 Demo / Remove Containment Berm

Phase - 2
Phase 2A - Pump House
Structural
F1910 Construction Building Pad & Certifiy 10 10 0% 02-Apr-19 18-Apr-19 0 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Construction Building Pad & Certifiy
F1930 FRIP Footings / Foundation Stem Walls 20 20 0% 11-Apr-19 17-May-19 0 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 FRIP Footings / Foundation Stem Walls
F2000 Install Under SOG Utilities 15 15 0% 07-May-19 31-May-19 0 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install Under SOG Utilities

F2020 Backfill & Compact Inside of Foot Print of Building / Prep for 8 8 0% 24-May-19 06-Jun-19 0 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Backfill & Compact Inside of Foot Print of Building / Prep for Slab
Slab
F2050 FRIP SOG 10 10 0% 29-May-19 13-Jun-19 0 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 FRIP SOG
F2060 Set CMU Walls (Exterior and Interior) 20 20 0% 05-Jun-19 05-Jul-19 0 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Set CMU Walls (Exterior and Interior)
F2080 Install Exterior Door Frames and Interior Window Frames 10 10 0% 21-Jun-19 05-Jul-19 0 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install Exterior Door Frames and Interior Window Frames
F2090 Backfill Around Building 5 5 0% 28-Jun-19 05-Jul-19 73 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Backfill Around Building
F2100 Set Roof Joist Steel & Steel Decking 5 5 0% 08-Jul-19 12-Jul-19 0 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Set Roof Joist Steel & Steel Decking
Exterior Finishes
F2130 Install Sub (Steel Decking, Underlayment, Water & Ice, Rigde 8 8 0% 09-Jul-19 18-Jul-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install Sub (Steel Decking, Underlayment, Water & Ice, Rigde Insulation Systems
Insulation Systems

F2190 Install Standing Seam Roofing System 10 10 0% 19-Jul-19 02-Aug-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install Standing Seam Roofing System
F2180 Install North Elev. Exterior Finishes ( Ridge Insulation and 10 10 0% 26-Jul-19 09-Aug-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install North Elev. Exterior Finishes ( Ridge Insulation and CMU Split Face)
CMU Split Face)

F2270 Install Exhaust Fans and Inlet 4 4 0% 30-Jul-19 02-Aug-19 64 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install Exhaust Fans and Inlet
F2330 Install East Elev. Exterior Finishes (Ridge Insulation and CMU 8 8 0% 12-Aug-19 22-Aug-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install East Elev. Exterior Finishes (Ridge Insulation and CMU Split Face)
Split Face)

F2520 Install South Exterior Elev. Finishes (Ridge Insulation and 10 10 0% 23-Aug-19 09-Sep-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install South Exterior Elev. Finishes (Ridge Insulation and CMU Split Face)
CMU Split Face)

F2670 Install West Elev. Exterior Finishes (Ridge Insulation and CMU 8 8 0% 11-Sep-19 23-Sep-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install West Elev. Exterior Finishes (Ridge Insulation and CMU Split Face)
Split Face)

F2720 Install Pre-Engineered Steel Canopies 8 8 0% 24-Sep-19 07-Oct-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install Pre-Engineered Steel Canopies
F2750 Install Exterior Doors and Hardware 5 5 0% 30-Sep-19 07-Oct-19 62 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install Exterior Doors and Hardware

Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 5 of 9


Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.23
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A
F2760 Install Prefinished Metal Soffit and Fasca 6 6 0% 01-Oct-19 10-Oct-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Install Prefinished Metal Soffit and Fasca
F2740 Exterior Lights 2 2 0% 08-Oct-19 10-Oct-19 60 5/8 w/AW 0002 GENAL ITM PRIM 0% $0.00 Exterior Lights
Rough-Ins and Finishes
F2110 FRIP Housekeeping Pads & Supports 5 5 0% 05-Jun-19 11-Jun-19 30 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 FRIP Housekeeping Pads & Supports
F2120 Rough-In Mechanical (Ductwork, HVAC Units & Mechical) 6 6 0% 12-Jun-19 19-Jun-19 49 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Rough-In Mechanical (Ductwork, HVAC Units & Mechical)

F2070 Rough-In Electrical (Elec, Elec Gear & Lighting Protection) 25 25 0% 12-Jun-19 17-Jul-19 30 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Rough-In Electrical (Elec, Elec Gear & Lighting Protection)

F3660 Remove Exsiting Pumps and Return to Gov't 5 5 0% 12-Jun-19 18-Jun-19 133 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Remove Exsiting Pumps and Return to Gov't
F2150 Rough-In Fireprotection (Piping & Risers) 12 12 0% 20-Jun-19 08-Jul-19 55 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Rough-In Fireprotection (Piping & Risers)
F2170 Install Low Voltage System, (Comm, Life Safety) 10 10 0% 11-Jul-19 25-Jul-19 30 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Install Low Voltage System, (Comm, Life Safety)
F2160 Rough-In Plumbing (Plumbing) 15 15 0% 18-Jul-19 08-Aug-19 46 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Rough-In Plumbing (Plumbing)
F3670 Install Fuel System Controls 15 15 0% 19-Jul-19 09-Aug-19 30 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Install Fuel System Controls
F2210 Set Fuel System Equipment and Rough-In (Pumps, Tanks 20 20 0% 05-Aug-19 30-Aug-19 102 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Set Fuel System Equipment and Rough-In (Pumps, Tanks and Fuel Equipment)
and Fuel Equipment)

F2220 Frame Studs / Door Frames/ Hang 4 4 0% 12-Aug-19 15-Aug-19 30 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Frame Studs / Door Frames/ Hang
F2230 Install Tape and Finish Drywall 3 3 0% 14-Aug-19 16-Aug-19 30 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Install Tape and Finish Drywall
F2250 Prime & Paint 8 8 0% 19-Aug-19 28-Aug-19 30 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Prime & Paint
F2280 Install Bathroom Flooring 1 1 0% 29-Aug-19 29-Aug-19 107 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Install Bathroom Flooring
F2360 Casework & Tops 1 1 0% 30-Aug-19 30-Aug-19 114 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Casework & Tops
F2240 Rough-In Piping and Values 25 25 0% 03-Sep-19 07-Oct-19 102 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Rough-In Piping and Values
F2340 Finish / Trim Out MEP & Fireprotection 5 5 0% 06-Sep-19 12-Sep-19 107 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Finish / Trim Out MEP & Fireprotection
F2370 Install Bathroom Fixtures and Accessories / FEC 1 1 0% 13-Sep-19 13-Sep-19 107 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Install Bathroom Fixtures and Accessories / FEC
F2380 OFE Equipment / Fixtures 10 10 0% 13-Sep-19 26-Sep-19 107 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 OFE Equipment / Fixtures
F2500 Install Doors & Hardware 2 2 0% 27-Sep-19 30-Sep-19 107 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Install Doors & Hardware
F2540 Touch-Up Paint 4 4 0% 08-Oct-19 11-Oct-19 102 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Touch-Up Paint
F2790 Prim Worklist 5 5 0% 14-Oct-19 18-Oct-19 102 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Prim Worklist
Commissioning
F2300 Submit & Approve As Built Drawings 0 0 0% 28-Aug-19 121 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Submit & Approve As Built Drawings
F2290 Submit & Approve O & M Manuals 0 0 0% 29-Aug-19 134 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Submit & Approve O & M Manuals
F2310 Flush & Colinate Conlinair Water System 3 3 0% 29-Aug-19 03-Sep-19 267 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Flush & Colinate Conlinair Water System
F2320 Flush & Pre-Test Fireprotection System 2 2 0% 04-Sep-19 05-Sep-19 267 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Flush & Pre-Test Fireprotection System
F2390 Submit Data & Install of Equip Report 2 2 0% 13-Sep-19 16-Sep-19 110 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Submit Data & Install of Equip Report
F2400 Final Clean & Start-Up of AHU 5 5 0% 17-Sep-19 23-Sep-19 110 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Final Clean & Start-Up of AHU
F2410 Testing & Balancing 5 5 0% 24-Sep-19 30-Sep-19 110 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Testing & Balancing
F2510 Mechanical System Pre-Commissioning 3 3 0% 27-Sep-19 01-Oct-19 109 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Mechanical System Pre-Commissioning
F2430 Point to Point Check-Out 3 3 0% 27-Sep-19 01-Oct-19 111 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Point to Point Check-Out
F2450 Submit & Approve of Test & Balancing Report 0 0 0% 01-Oct-19 113 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Submit & Approve of Test & Balancing Report
F2460 Submit & Approval of Commissioning Plan / Data 0 0 0% 01-Oct-19 113 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Submit & Approval of Commissioning Plan / Data
F2470 Submit Controls Testing Plan & Programming 2 2 0% 01-Oct-19 02-Oct-19 250 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Submit Controls Testing Plan & Programming
F2480 Equipment Identification 3 3 0% 01-Oct-19 03-Oct-19 113 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Equipment Identification
F2490 Building Envelop Air Barrier Testing 3 3 0% 01-Oct-19 03-Oct-19 110 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Building Envelop Air Barrier Testing
F2530 Electrical System Pre-Commissioning 3 3 0% 02-Oct-19 04-Oct-19 109 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Electrical System Pre-Commissioning
F2550 Communications Testing 3 3 0% 07-Oct-19 09-Oct-19 109 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Communications Testing

Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 6 of 9


Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.24
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A
F2560 Final Fire Protection System Testing (Fire Marshal) 2 2 0% 07-Oct-19 08-Oct-19 249 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Final Fire Protection System Testing (Fire Marshal)
F2570 Controls Testing 3 3 0% 07-Oct-19 09-Oct-19 248 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Controls Testing
F2580 Lightning Protection Testing 2 2 0% 09-Oct-19 10-Oct-19 249 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Lightning Protection Testing
F2590 Performance Verification Testing 10 10 0% 10-Oct-19 23-Oct-19 248 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Performance Verification Testing
F2600 Owner Training 3 3 0% 21-Oct-19 23-Oct-19 102 5/8 w-H 0002 GENAL ITM PRIM 0% $0.00 Owner Training
Site and Civil
F2200 DEMO Areas Per Plans and Specs 15 15 0% 15-Jul-19 05-Aug-19 0 5/8 w/AW 0005 GENAL ITM PRIM 0% $0.00 DEMO Areas Per Plans and Specs
F2260 FRIP Heavy Duty Concrete (Offload) 15 15 0% 23-Jul-19 15-Aug-19 0 5/8 w/AW 0006 GENAL ITM PRIM 0% $0.00 FRIP Heavy Duty Concrete (Offload)
F2350 Install the Exterior Header Equipment 20 20 0% 05-Aug-19 04-Sep-19 0 5/8 w/AW 0006 GENAL ITM PRIM 0% $0.00 Install the Exterior Header Equipment
F2440 Install the Exterior Piping Headers 20 20 0% 21-Aug-19 23-Sep-19 0 5/8 w/AW 0006 GENAL ITM PRIM 0% $0.00 Install the Exterior Piping Headers
F2420 Install Asphalt Roads 20 20 0% 05-Sep-19 10-Oct-19 0 5/8 w/AW 0006 GENAL ITM PRIM 0% $0.00 Install Asphalt Roads

Phase 2B
Tank 10882
F2620 Take Tank 10882 out of Service 1 1 0% 10-Oct-19 10-Oct-19 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Take Tank 10882 out of Service
F2650 FRIP Pipeline Piers 8 8 0% 11-Oct-19 24-Oct-19 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 FRIP Pipeline Piers
F2660 Install New Fuel Pipeline and Vales 20 20 0% 17-Oct-19 21-Nov-19 15 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Install New Fuel Pipeline and Vales
F2690 Rough-In Electrical 20 20 0% 25-Oct-19 06-Dec-19 15 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Rough-In Electrical
F2710 Make Final Connections to Tank and Header 15 15 0% 04-Nov-19 06-Dec-19 15 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Make Final Connections to Tank and Header
F2780 Pre-Commission Pipeline 5 5 0% 09-Dec-19 18-Dec-19 15 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Pre-Commission Pipeline
F2800 USACE to Approve and Certify Pipeline 2 2 0% 19-Dec-19 03-Jan-20 15 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 USACE to Approve and Certify Pipeline
Tank 10885
F2640 Take Tank 10885 out of Service 1 1 0% 11-Oct-19 11-Oct-19 7 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Take Tank 10885 out of Service
F2680 FRIP Pipeline Piers 8 8 0% 25-Oct-19 07-Nov-19 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 FRIP Pipeline Piers
F2700 Install New Fuel Pipeline and Vales 20 20 0% 30-Oct-19 16-Dec-19 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Install New Fuel Pipeline and Vales
F2730 Make Final Connections to Tank and Header 15 15 0% 11-Nov-19 16-Dec-19 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Make Final Connections to Tank and Header
F2770 Rough-In Electrical 20 20 0% 22-Nov-19 31-Jan-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Rough-In Electrical
F2810 Pre-Commission Pipeline 5 5 0% 03-Feb-20 11-Feb-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Pre-Commission Pipeline
F2820 USACE to Approve and Certify Pipeline 2 2 0% 14-Feb-20 17-Feb-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 USACE to Approve and Certify Pipeline

Phase 2C
F2630 Maintain Piping from the Existing Truck Offload 49 49 0% 10-Oct-19 11-Feb-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Maintain Piping from the Existing Truck Offload
F2840 1st Full Testing and Commissioning 15 15 0% 18-Feb-20 19-Mar-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 1st Full Testing and Commissioning

OPTION - Canopies
F3400 *** OPTION *** Install Fill Stands 15 15 0% 17-Oct-19 06-Nov-19 44 5/8 w-H 1001 GENAL ITM PRIM 0% $0.00 *** OPTION *** Install Fill Stands
A1000 *** OPTION *** Construct and Erect Fuel Station Canopies 15 15 0% 30-Oct-19 19-Nov-19 35 5/8 w-H 1001 GENAL ITM PRIM 0% $0.00 *** OPTION *** Construct and Erect Fuel Station Canopies
F3680 *** OPTION *** Install Offload Stands 15 15 0% 07-Nov-19 27-Nov-19 44 5/8 w-H 1002 GENAL ITM PRIM 0% $0.00 *** OPTION *** Install Offload Stands
A1010 *** OPTION *** Construct and Erect Offload Canopies 15 15 0% 20-Nov-19 11-Dec-19 35 5/8 w-H 1002 GENAL ITM PRIM 0% $0.00 *** OPTION *** Construct and Erect Offload Canopies

Phase - 3
Phase 3A
Tank 10873
F2850 Take Tank 10873 out of Service 1 1 0% 20-Mar-20 20-Mar-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Take Tank 10873 out of Service
F2860 FRIP Pipeline Piers 8 8 0% 23-Mar-20 03-Apr-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 FRIP Pipeline Piers
F2870 Install New Fuel Pipeline and Vales 20 20 0% 30-Mar-20 30-Apr-20 36 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Install New Fuel Pipeline and Vales

Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 7 of 9


Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.25
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A
F2890 Rough-In Electrical 20 20 0% 06-Apr-20 11-May-20 36 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Rough-In Electrical
F2920 Make Final Connections to Tank and Header 15 15 0% 14-Apr-20 11-May-20 36 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Make Final Connections to Tank and Header
F2990 Pre-Commission Pipeline 5 5 0% 12-May-20 20-May-20 36 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Pre-Commission Pipeline
F3010 USACE to Approve and Certify Pipeline 2 2 0% 21-May-20 22-May-20 36 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 USACE to Approve and Certify Pipeline
Tank 10862
F2880 Take Tank 10862 out of Service 1 1 0% 06-Apr-20 06-Apr-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Take Tank 10862 out of Service
F2900 FRIP Pipeline Piers 8 8 0% 08-Apr-20 20-Apr-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 FRIP Pipeline Piers
F2910 Install New Fuel Pipeline and Vales 20 20 0% 13-Apr-20 18-May-20 29 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Install New Fuel Pipeline and Vales
F2940 Rough-In Electrical 20 20 0% 21-Apr-20 27-May-20 29 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Rough-In Electrical
F2970 Make Final Connections to Tank and Header 15 15 0% 30-Apr-20 27-May-20 29 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Make Final Connections to Tank and Header
F3020 Pre-Commission Pipeline 5 5 0% 28-May-20 03-Jun-20 29 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Pre-Commission Pipeline
F3030 USACE to Approve and Certify Pipeline 2 2 0% 04-Jun-20 05-Jun-20 29 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 USACE to Approve and Certify Pipeline
Tank 10861
F2930 Take Tank 10861 out of Service 1 1 0% 21-Apr-20 21-Apr-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Take Tank 10861 out of Service
F2950 FRIP Pipeline Piers 8 8 0% 22-Apr-20 06-May-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 FRIP Pipeline Piers
F2960 Install New Fuel Pipeline and Vales 20 20 0% 04-May-20 04-Jun-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Install New Fuel Pipeline and Vales
F3000 Make Final Connections to Tank and Header 15 15 0% 29-May-20 22-Jun-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Make Final Connections to Tank and Header
F2980 Rough-In Electrical 20 20 0% 15-Jun-20 15-Jul-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Rough-In Electrical
F3040 Commission Pipeline 5 5 0% 16-Jul-20 22-Jul-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 Commission Pipeline
F3050 USACE to Approve and Certify Pipeline 2 2 0% 23-Jul-20 27-Jul-20 0 5/8 w/AW 0003 GENAL ITM PRIM 0% $0.00 USACE to Approve and Certify Pipeline

Phase 3B
F3060 2nd Full Testing and Commissioning 15 15 0% 27-Jul-20 17-Aug-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 2nd Full Testing and Commissioning
F3070 Demo Old Pumphouse 5 5 0% 14-Aug-20 21-Aug-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 Demo Old Pumphouse
F3080 Demo Old Exterior Pipe Headers 4 4 0% 19-Aug-20 25-Aug-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 Demo Old Exterior Pipe Headers
F3090 Demo Pump Shelters 2 2 0% 26-Aug-20 27-Aug-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 Demo Pump Shelters
F3100 Demo All above ground and Underground Pipelines 5 5 0% 28-Aug-20 03-Sep-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 Demo All above ground and Underground Pip
F3110 Demo Temporary Piping 2 2 0% 04-Sep-20 07-Sep-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 Demo Temporary Piping
F3120 New Facility All Operational 0 0 0% 07-Sep-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 New Facility All Operational

Phase 3D
F3130 Prep for New Roads 10 10 0% 04-Sep-20 21-Sep-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 Prep for New Roads
F3140 FRIP Site Concrete 10 10 0% 15-Sep-20 01-Oct-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 FRIP Site Concrete

F3150 FPU new Curb and Gutters 2 2 0% 05-Oct-20 07-Oct-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 FPU new Curb and Gutters
F3160 Install New Roads 3 3 0% 09-Oct-20 13-Oct-20 0 5/8 w/AW 0004 GENAL ITM PRIM 0% $0.00 Install New Roads

Close-Out
F3190 GC Punch-out Inspection 0 0 0% 15-Oct-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 GC Punch-out Inspection
F3180 GC Correction of Punch-out Items 10 10 0% 16-Oct-20 29-Oct-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 GC Correction of Punch-out Items
F3210 Pre-Final Inspection 0 0 0% 30-Oct-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Pre-Final Inspection
F3200 Correction of Pre-Final items 5 5 0% 02-Nov-20 06-Nov-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Correction of Pre-Final items
F3220 Final Clean 2 2 0% 02-Nov-20 03-Nov-20 5 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Final Clean
F3230 As Built Drawings 0 0 0% 06-Nov-20 9 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 As Built Drawings
F3250 Submit & Approve 1354 and installed equip lists 0 0 0% 06-Nov-20 9 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit & Approve 1354 and installed
F3260 Demobilization of Trailers & Equipment 5 5 0% 09-Nov-20 16-Nov-20 6 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Demobilization of Trailers & Equipment

Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 8 of 9


Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.26
TAB B - SUBFAC TOR 2 - NET WORK ANALYSIS SCHEDULE (NAS)

- ACT ID ACTIVITY NAME ORIG REM % CURRENT CURRENT TOTAL CAL BIDI FOW RESP Cost BUDG COST 2019 2020 2021
DUR DUR Comp START FINISH FLOAT % A S O N D J F M A M J Jul A S O N D J F M A M J Jul A S Oct N D J F M A M J Jul A
F3240 Final Inspection 2 2 0% 09-Nov-20 10-Nov-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Final Inspection
F3270 Correction of Final Inspection Items 1 1 0% 11-Nov-20 11-Nov-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Correction of Final Inspection Items
F3300 Project Close Out Documents 4 4 0% 12-Nov-20 15-Nov-20 8 7dys 0001 GENAL ITM PRIM 0% $0.00 Project Close Out Documents
F3290 Submit Transfer Documents 0 0 0% 12-Nov-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Submit Transfer Documents
F3280 Correction of Final Inspection Items 5 5 0% 13-Nov-20 19-Nov-20 0 5/8 w-H 0001 GENAL ITM PRIM 0% $0.00 Correction of Final Inspection Items
F3320 Project Complete / PROJECT TURNOVER 0 0 0% 24-Nov-20 0 7dys 0001 GENAL ITM PRIM 0% $0.00 Project Complete / PROJECT TURN

Project ID: POL-P003 Run Date: 20-Sep-18 14:47 Page 9 of 9


Data Date:
HAFB - Replace POL Facilities 01-USACE Proposal Weather - Layout 03-Sep-18
Scheduler: Ron Bracken

Page 3.27

You might also like