ADDENDUM NO: 01 – Site & Structure BP NO: 01 – Site & Structure BP ... drainage studies, ......

22
Montana State University- New Dining Hall Site & Structure BP ADDENDA #1 PPA A/E #15-0103 Mosaic Architecture 0000 - 1/1 ADDENDUM NO: 01 – Site & Structure BP MONTANA STATE UNIVERSITY NEW DINING HALL – Site & Structure BP DATE: November 2, 2016 PROJECT: Montana State University New Dining Hall, PPA A/E #15-0103 GC/CONSTRUCTION MANAGER: Langlas Associates, 1019 E. Main Street, Bozeman, MT ARCHITECT: Mosaic Architecture, 428 No. Last Chance Gulch, Helena, Montana 59601 TO: All plan holders of record The above-numbered solicitation is amended as set forth below. Bidders/Offerors must acknowledge receipt of this amendment prior to the hour and date specified for receipt of bids/proposals, by completing the addendum acknowledgement on the form titled “Bid Proposal”. BID FORMS: 1. See Attached Bid Forms and project information to supersede all previous bid forms. Forms include: A. SUBCONTRACTOR/SUPPLIER GENERAL REQUIREMENTS FOR ALL BID PACKAGES, 4 pages B. MSU New Dining Hall Site & Structure Bid Package Index of Bid Package C. Bid Package No. 2C – Site/Civil D. Bid Package No. 3A – Concrete Foundations, Interior Concrete Flatwork, and Rebar E. Bid Package No. 5A – Structural Steel, Steel Joist, Steel Decking, Metal Fabrications, Metal Stairs, & Gratings. (Furnish Only – No Installation) F. Bid Package No. 5B – Structural Steel Erection G. Bid Form, 3 pages H. Construction Schedule, 2 pages PRIOR APPROVALS All material supplied to the project must meet or exceed the quality, performance, and have similar features to the product originally specified. It is the contractor’s responsibility to ensure that substituted equipment matches the exterior dimensions, weight, and configuration of the specified equipment. NO PRIOR APPROVALS AT THIS TIME 428 No. Last Chance Gulch Helena, MT 59601 406.449-2013 www.mosaicarch.com

Transcript of ADDENDUM NO: 01 – Site & Structure BP NO: 01 – Site & Structure BP ... drainage studies, ......

Montana State University- New Dining Hall Site & Structure BP ADDENDA #1 PPA A/E #15-0103 Mosaic Architecture 0000 - 1/1  

ADDENDUM NO: 01 – Site & Structure BP MONTANA STATE UNIVERSITY NEW DINING HALL – Site & Structure BP

DATE: November 2, 2016

PROJECT: Montana State University New Dining Hall, PPA A/E #15-0103

GC/CONSTRUCTION MANAGER: Langlas Associates, 1019 E. Main Street, Bozeman, MT

ARCHITECT: Mosaic Architecture, 428 No. Last Chance Gulch, Helena, Montana 59601

TO: All plan holders of record

The above-numbered solicitation is amended as set forth below. Bidders/Offerors must acknowledge receipt of this amendment prior to the hour and date specified for receipt of bids/proposals, by completing the addendum acknowledgement on the form titled “Bid Proposal”.

BID FORMS:

1. See Attached Bid Forms and project information to supersede all previous bid forms. Forms include:

A. SUBCONTRACTOR/SUPPLIER GENERAL REQUIREMENTS FOR ALL BID PACKAGES, 4 pages

B. MSU New Dining Hall Site & Structure Bid Package Index of Bid Package

C. Bid Package No. 2C – Site/Civil

D. Bid Package No. 3A – Concrete Foundations, Interior Concrete Flatwork, and Rebar

E. Bid Package No. 5A – Structural Steel, Steel Joist, Steel Decking, Metal Fabrications, Metal Stairs, & Gratings. (Furnish Only – No Installation)

F. Bid Package No. 5B – Structural Steel Erection

G. Bid Form, 3 pages

H. Construction Schedule, 2 pages

PRIOR APPROVALS

All material supplied to the project must meet or exceed the quality, performance, and have similar features to the product originally specified. It is the contractor’s responsibility to ensure that substituted equipment matches the exterior dimensions, weight, and configuration of the specified equipment.

NO PRIOR APPROVALS AT THIS TIME

428 No. Last Chance Gulch Helena, MT 59601

406.449-2013 www.mosaicarch.com

Montana State University- New Dining Hall Site & Structure BP General Requirements PPA A/E #15-0103 Langlas & Associates 0000 - 1/4

SUBCONTRACTOR/SUPPLIER GENERAL REQUIREMENTS FOR ALL BID PACKAGES The following General Requirements apply to ALL bid packages unless specifically modified within an Individually Numbered Bid Package Scope. Bidders shall carefully review and consider the requirements listed below prior to submitting their bid on the Bid Form for their respective scope. Without limiting the scope of work contained within the balance of the Bid Documents, all bidders shall include and/or comply with the following:

1. Bidder represents and warrants by submissions of a bid that he/she has carefully examined the Construction Documents, any soil test reports, drainage studies, geotechnical or other reports, and the site of the Work and that, from his/her own investigations, he/she has satisfied himself/herself as to the nature and location of the Work, the character, quality, and quantity of surface and subsurface materials likely to be encountered, the character of equipment and other facilities needed for the performance of the Work, the general and local conditions and all other materials which may in any way affect the Work or its performance. Without Construction Manager’s prior written approval, Bidder shall not be entitled to compensation for costs arising from the Bidders’ failure to visit the site or the Bidder’s failure to thoroughly study and compare all of the Bid Documents prior to submitting a bid.

2. Each Subcontractor shall be required to completely familiarize himself/herself with the plans and specifications, to visit the Work site to completely familiarize himself/herself with existing conditions, and to conduct any other appropriate investigations, inspections or inquiries prior to submission of a bid or proposal. No increases in Contract Sums shall be allowed for failure to so inspect or investigate.

3. Bids will be evaluated on the basis of the information requested on the Bid Form(s) as well as a post-bid scope and qualifications review by the Construction Manager following tabulation of the bid results. Construction Manager shall make recommendations to the Owner whether or not to accept bids from the apparent low bidders for each bid package depending upon Construction Manager’s findings during the qualification process. In the event that Construction Manager recommends against accepting an apparent low bid based on substantiated information and/or Owner elects not to accept such bid, the second bidder will be contacted for scope and qualification review. Such process shall continue until a qualified subcontractor/supplier is recommended by Construction Manager and/or accepted by Owner.

4. The CM and Owner may make such investigations as they deem necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish all such information and data for this purpose as may be requested. The CM and the Owner reserve the right to reject any proposal if the evidence submitted by, or the investigation of, such Bidder fails to satisfy the CM and/or the Owner that such Bidder is properly qualified to carry out the obligations of the Subcontract and complete the work contemplated therein.

5. The CM and the Owner reserve the right in awarding subcontracts to consider the competency, responsibility, and suitability of the Bidder, as well as the amount of the proposals. The CM and the Owner also reserve the right to reject any or all proposals, or waive any irregularities or informalities in the proposals received.

6. Successful Bidder shall require all construction workers, whether his/her own forces or the forces

of lower tier subcontractors, while on Owner’s property, to refrain from committing any criminal conduct, using tobacco products, possessing or drinking alcoholic beverages, possessing or using illegal drugs or any controlled substance, carrying weapons, speaking profane and/or offensive language, or engaging in any inappropriate interactions of any nature whatsoever with general public, including talking, touching, staring or otherwise contributing to a hostile or offensive environment in and around the project site. Successful Bidder shall also require adequate and appropriate dress and identification of his/her employees, and subcontractors carrying out the

Montana State University- New Dining Hall Site & Structure BP General Requirements PPA A/E #15-0103 Langlas & Associates 0000 - 2/4

Work. No on-site fraternization shall occur between personnel under the Subcontractor’s direct or indirect supervision and Owner’s employees and the general public. Failure of an individual to adhere to these standards of conduct shall result in the immediate termination of the employment of the offending employee from all construction on any of Owner’s property. Repeated termination of Subcontractor’s forces, or one serious infraction, can result in the immediate termination of the Subcontract Agreement between the Successful Bidder and the Construction Manager.

7. Successful Bidder releases, indemnifies and holds harmless the Construction Manager and the Owner for Bidder’s forces’ non-compliance with Owner’s drug-free, alcohol-free, weapon-free, harassment-free, and tobacco-free zones, or Bidder’s forces’ noncompliance with immigration laws or regulations. Any individual found by Construction Manager or Owner to have violated these restrictions is subject to permanent removal from the Project. Successful Bidder shall cooperate with the Construction Manager and the Owner to ensure compliance with these requirements.

8. The CM will designate a set of documents as the record documents (as-built drawings) to be kept on-site. Any changes in work that deviate from the Contract Documents will be expected to be recorded on this set of Documents by the Subcontractor responsible for the scope of work affected. Any changes that the Subcontractor makes that vary from the Contract Documents shall be recorded within a Seventy two (72) hour period after the change occurs in the field, by the Subcontractor, on the above mentioned Record Documents. The Record Documents will be reviewed weekly by the CM for compliance to this Article. If Documents are not being kept up to date, CM reserves the right to withhold progress payments and/or final payment to the Subcontractor, until the change(s) is (are) recorded in the Record Set of Documents.

9. Radios and/or portable music players will not be allowed on the Project site during the performance of the Work.

10. Subcontractor (or lower tier subcontractor) shall park company and personal motor vehicles on Owner’s property only in parking spaces designated for such use by the Owner and/or Construction Manager. Any vehicles not parked in the appropriate locations will be towed at the vehicle owner’s sole expense.

11. Subcontract Agreements for entities performing work at the site will be issued by the office of Langlas &

Associates using the format included at the end of this package. Bidders are encouraged to review this Subcontract Agreement prior to submitting their bids.

12. Prior to commencing work, Subcontractor shall furnish and thereafter maintain certificates of insurance in

accordance with the “Table of Insurance Requirements”. Certificates of insurance and the policies represented thereby shall not be cancelled or modified until thirty (30) days after written notice has been given to CM of such cancellation or modification. Required coverage’s shall be maintained without interruption from the date the Subcontractor commences work on the Project until at least the date of the Subcontractor’s receipt of final payment.

13. The CM shall promptly pay each Subcontractor/Supplier, upon receipt of payment from the Owner, out of

the amount paid to the CM on account of such Subcontractor’s/Supplier’s work, the amount to which said Subcontractor/Supplier is entitled. The CM requires each Subcontractor/Supplier to make prompt payments to its Sub-subcontractors in a similar manner. Joint check agreements may be used and can be accommodated by the CM. Progress and final payment to the Subcontractor/Supplier will only be processed upon receipt of a properly executed pay request from the Subcontractor/Supplier, on the CM’s “Subcontractor’s request for payment, certificate and interim waiver of claim and lien” form (Attached). This pay request must be received by the CM on or before the 25th of the month. Applications received after the 25th of the month will be held unprocessed until the following pay period.

14. Subcontractors shall be required to pay State of Montana prevailing wages to employees for all trades

related to the Work. Subcontractors will be required to submit certified payrolls as documentation for payment of prevailing wages per Documents.

Montana State University- New Dining Hall Site & Structure BP General Requirements PPA A/E #15-0103 Langlas & Associates 0000 - 3/4

15. Subcontractors shall be bound to Construction Manager under the same terms Construction Manager is bound to Owner, pursuant to AIA Document A133 – Standard Form of Agreement between Owner and Construction Manager, and MSU General Conditions of the Contract for Construction. These documents are available for viewing at the office of the Construction Manager or the Owner.

16. Construction scheduling for a particular bid package may overlap between site activities and building

activities.

17. Work will generally progress following the Preliminary CPM Schedule, Phasing Plan, and Calendar Schedule, included within the Bid Documents. Subcontractors/Suppliers will be required to execute their work as required to maintain the Project schedule; unless adjusted or modified by Change Order. Untimely work will not be accepted. In addition to the terms and conditions regarding delays included within their respective Subcontract or Purchase Agreements, parties responsible for project delays to the critical path of the schedule will be subject to the assessment of Liquidated Damages in the amount of $2,500 per calendar day, or proportionate amount of this sum depending upon shared responsibility for delay as determined by the Construction Manager. Prior to and during the course of the Work, Construction Manager reserves the right to modify the Project schedule for the benefit of the Project. Any such modification will be coordinated with Subcontractors and Suppliers and a revised schedule printed for distribution. Failure to meet Bid Package milestone dates as well as critical path dates on the CPM schedule will result in liquidated damages being assessed in the amount stated above.

18. Layout, permitting and inspections required to complete all work of the bid package. Layout shall begin from horizontal and vertical controls provided by the Construction Manager. Subcontractor to provide consistent layout person for entire project.

19. Coordinate construction operations included in various Sections of these Bid Packages to ensure efficient

and orderly installation of each part of the Work. Coordinate construction operations included under different Packages that depend on each other for proper installation, connection, and operation.

i. Schedule construction operations in the sequence required to obtain the best results where

installation of one part of the Work depends on installation of other components, before or after its own installation.

ii. Make provisions to accommodate items scheduled for later installation.

20. Clean up of all debris generated by this work on a DAILY basis. If the Construction Manager determines

that the contractor has failed to adhere to the Construction Manager’s high standards of cleanup, the Construction Manager will send written notice of that determination to the contractor. Such notice will include a list of the project areas or conditions requiring the contractor’s immediate cleanup. If the contractor fails or refuses to cleanup the project in response to such notice within forth-eight (48) hours after receipt thereof, the Construction Manager shall have the right, without further notice to the contractor to hire other firms or persons to cleanup the project to the Construction Manager’s satisfaction. The cost of such project cleanup shall be deducted from the Construction Manager’s payment to the contractor. Such deductions shall not be deemed the Construction Manager’s default on any payment provisions in the Contract Documents.

21. Subcontractor shall furnish warranties similar to that enclosed within the Bid Documents on its own letterhead upon completion of the project. The labor and material warranty period shall be twelve (12) months from the date of date of substantial completion as established by the owner.

22. Subcontractor shall be required to submit all payment applications on forms provided by the Construction

Manager and as required by the Subcontract or Purchase Agreements. Failure to properly submit required forms, sworn statements, proper insurance information, and/or certified payrolls shall be cause for the Construction Manager to withhold payment until such time that delinquent items have been rectified.

Montana State University- New Dining Hall Site & Structure BP General Requirements PPA A/E #15-0103 Langlas & Associates 0000 - 4/4

Subcontractor shall have no recourse against Construction Manager for failure to comply with this requirement.

23. Lien Wavers will be required for all subcontractors and all suppliers for all pay applications per CM

subcontract agreement.

24. 1% Montana Gross Receipts tax will be deducted from all Subcontractor payments and the Subcontractor can apply for a tax credit for the 1% with the State of Montana.

25. Selected bid scopes may require Bidder to provide 100% Payment and Performance Bonds for their

respective bid amount(s). Please see each Bid Package Scope for further information. Owner and Construction Manager reserve the right to waive this requirement if mutually determined such decision is in the best interest of the Owner.

26. When required, 100% Payment and Performance Bonds shall be furnished for the entire bid/contract

amount for the duration of the project. Bonds shall not be limited to the amount of each phase or provide phased coverage during construction of the project as a whole.

27. Provide site-specific safety manuals for project, and weekly safety meeting records. Subcontractors will be required to attend weekly onsite coordination meetings. Review Site Safety Requirement in the specifications. Subcontractor employees to sign in at the Langlas job trailer daily.

28. Provide all lifts, hoisting, etc. for own scope of work.

29. Construction Manager will review staging areas at pre-bid. Material deliveries and staging will be determined and approved by Construction Manager.

30. All Subcontractors to track, adhere to and comply with all LEED Requirements for this LEED Silver

Project.

END OF SECTION

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 1/12

MSU New Dining Hall Site & Structure Bid Package

Index of Bid Packages

Bid Package No. Bid Package Description

2C Site/Civil

3A Concrete Foundation, Interior Concrete Flatwork, and Rebar 5A Structural Steel Supply & Fabrication

5B Steel Erection

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 2/12

MSU New Dining Hall Site & Structure BP Bid Package No. 2C – Site/Civil The narrative description to follow is provided to assist the bidder in determining the various portions of Work related to this Bid Package. It shall in no way limit Bidder’s responsibility to consider all information provided within the complete set of Bid Documents, unless specifically noted to “exclude” a particular item within the text below. The work is described by the complete set of Bid Documents listed in the Instructions to Bidders. Division 01 General Requirements are applicable to all subcontracts. Review specification sections that are applicable to the bid scope detailed below. Review Subcontractor/Supplier General Requirements for all Bid Packages that is included in this Addendum. The scope of work generally includes, but shall not be limited to the following: SCOPE ITEMS:

1. Provide separate cost for each bid alternate as applies to this Bid Package.

2. Supply and install complete site as shown on all civil drawings, landscape drawings, and architectural site plans, including the architectural site detail sheets. Includes all tie-ins to existing streets and parking lots, as required.

3. Construction scheduling for this bid package will overlap between site activities and building

activities, and between each phase of the work

4. Engineered staking for utilities, grading, curb lines and asphalt paving shall be provided by others. Costs are excluded from this Bid Package. Staking provided one time for each scope/task; additional staking desired or replacement of stakes damaged or removed will be an added cost to the Site Contractor.

5. Contractor is responsible for all locates for this scope of work. If utility is un-locatable, it is the

responsibility of this Bid Package to locate the utility before commencing the work.

6. Testing by Others. Site Contractor responsible for costs associated for re-testing due to failure or non-compliance.

7. All utility tap fees and connection fees.

8. All onsite/offsite demolition, as required.

9. Clear and Grub site, storage is available in the fenced lot to the south of the Bison Parking Lot. Any

damage caused by this scope of work to the “storage area”, will be repaired by this Bid Package.

10. Prep for all sidewalks and ALL exterior concrete as shown, including the exterior concrete included in Bid Package 3A.

11. Footing/Foundation excavation, backfill and fine grade for all building and site related concrete flatwork to +/-

½”, unless noted otherwise. Supply and install interior underslab gravel course must be graded to +/- ¼”. Vapor barrier is in Bid Package #3A.

12. Complete all grading per bid documents, review all LN Sheets for additional grading requirements.

13. Include excavation and backfill for temporary utilities.

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 3/12

14. Remove all spoils and excess material as required per plans and specifications; for staging and stockpiling requirements, see item 9.

15. Over-excavation per Bid Documents is included. Provide unit prices as requested on the Bid Form, to be used for additional work that may be determined later.

16. Includes chlorination and flush of all required piping. Provide certification of flush test. All re-inspection

and testing required is part of this scope.

17. Includes “BacT” test, if duration between original test and connection to city water is 6 months include a retest.

18. Includes all compaction per plans and specifications. Compaction tests to be performed by Owner

(Failed test/re-test by contractor).

19. Supply, install, maintain, and remove all SWPPP Best Management Practices requirements and obtain permits, this includes SWPPP permit fees for duration of project and until final stabilization is reached. SWPPP plan to be provided by others. Includes install and removal of concrete washout and access track-off pads, as required. Include sweeping of streets as needed for own work and all other tracking from other trades, as required.

20. Supply and install all onsite and offsite storm and sewer to within 5’ of building, including exterior cleanouts.

Final connection to building systems will be by Plumbing Contractor. Include installation of all Omni markers and/or detectable warning tape, as required.

21. Supply and install all onsite and offsite domestic water and fire water to 12” A.F.F. Provide and install

OS&Y. Final connection to building systems will be by Plumbing Contractor and Fire Sprinkler Contractor, respectively. Include installation all Omni markers and/or detectable warning tape, as required.

22. Provide building pads, as required. Include any over-excavation shown on plans. Building pad and footing

excavation to be completed by 12/15/16.

23. Include all horizontal site concrete work as shown, related aggregate base material, fine grading for same, rebar and truncated domes as shown. Installation of sidewalk gratings is included. Review all LN Sheets for additional site concrete requirements. Concrete stairs, site walls, seating walls, and retaining walls are EXCLUDED from this Bid Package, excavation and prep for these same items is INCLUDED in this Bid Package.

24. Supply and install all asphalt sub-base, base course, fine grading and paving.

25. Include in the base bid a complete power washing and sweeping of all exterior concrete flatwork and

paved asphalt areas under this contract prior to grand opening to remove all gravel, dirt and debris.

26. All site signage and traffic control signs. This includes handicap / van accessible signs and bases. Also includes all striping as shown on plans, striping to include 3 coats of all striping.

27. Assure the elevations of tops of manholes, catch basins, curb inlets, cleanouts, etc., to provide

proper drainage, pavement thickness, and smooth paving transitions and elevations. Coordinate with others.

28. Sawcutting, grinding, etc. as necessary to make required transitions with existing surfaces or new

surfaces. All transitions must be straight and smooth when abutting existing pavement.

29. All excavation, backfill, import of fill, structural fill, haul-off, grading, etc. as required by drawings and specifications.

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 4/12

30. Supply, install, maintain, and remove traffic control for own work. Traffic control changes will require a written notification 3 business days in advance of commencing work. Include all permitting associated with this work.Provide a minimum of 6” of topsoil to all planting areas and grade to +/- 0.10’, and 12” of topsoil in the planters. Finish grade and final raking to be by Landscape Contractor under separate contract. Import topsoil as needed to provide enough for the quantities outlined in this project. Review LN Sheets for additional top soil requirements.

31. All sidewalks at exterior door openings shall be drilled and dowelled into building slab to prevent

movement. All sidewalks along edge of building other than at doorways shall use expansion joint with void cap. Site Subcontractor shall remove void cap and caulk joint with approved sealant following 28 day cure of sidewalk. Site Subcontractor shall protect all vertical surfaces from concrete splash and hand prints at building connections; immediate clean-up of surfaces is required.

32. Include dewatering for own work, if required.

33. Sidewalk control joint plan to be provided and approved by CM prior to placement of sidewalks, joint plan

needs to correspond with layout provided in Construction Documents.

34. Supply and install all sidewalk chases per drawings and specifications.

35. Supply and install all site bollards per details, including filling with concrete and finishing the tops of the bollards.

36. All blue-top staking for own work is included in this package.

37. All snow removal for any areas not completed with final paving or concrete.

38. All mobilization and de-mobilization costs to maintain the schedule as shown.

39. Site Contractor is responsible for protection of own work until the entire project is complete.

40. Supply of water and coordination for all site work is included in this bid package.

41. Include all cold-weather costs associated with maintaining the CPM schedule included in the bid documents

or as directed by the CM.

42. Replace all differentially cracked sidewalks prior to turnover to Montana State University personnel.

43. All areas disturbed to install utilities is to be returned to existing conditions by this scope. Landscaping is by others.

44. Includes trenching for temp power. Include 150 lf allowance.

45. Excavation and backfill for all dumpster, transformer enclosures. Concrete is by others.

46. Includes all sleeving shown on plans.

47. Provide concrete washout for all building and site concrete work, includes removal and disposal of washout as many times as required to complete the entire project. Washout area to be portable pans or above grade equal.

48. Includes trenching, backfill/compaction, and concrete/asphalt patching of gas line. Supply and install of line by others (See NWE plan).

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 5/12

49. Include supply, install, and removal of a 15’ wide all-weather access road around the entire perimeter of the building. This road will be constructed of a 12” course of 3” minus pit-run and will be completed by 4/6/17.

50. All base sections to be completed by 8/9/17. Paving to be complete by 8/21/17.

51. Supply and install all drainage mat, waterproofing and damproofing for building foundation prior to backfill.

Supply and install foundation drain.

52. Include supply and install of grease interceptor, as well as the outlet piping and connection to the sanitary sewer.

53. Exhaust scrubbers will be required when working in designated work zones, see attached restricted work

zone plan.

END BID PACKAGE #2C

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 6/12

MSU New Dining Hall Site & Structure BP Bid Package No. 3A – Concrete Foundations, Interior Concrete Flatwork, and Rebar The narrative description to follow is provided to assist the bidder in determining the various portions of Work related to this Bid Package. It shall in no way limit Bidder’s responsibility to consider all information provided within the complete set of Bid Documents, unless specifically noted to “exclude” a particular item within the text below. The work is described by the complete set of Bid Documents listed in the Instructions to Bidders. Division 01 General Requirements are applicable to all subcontracts. Review specification sections that are applicable to the bid scope detailed below. Review Subcontractor/Supplier General Requirements for all Bid Packages that is included in this Addendum. The scope of work generally includes, but shall not be limited to the following: SCOPE ITEMS:

1. Includes all items listed in the Subcontractor/Supplier General Requirements.

2. Construction scheduling for this bid package will overlap between site activities and building activities.

3. Footing/foundation drawings to be completed using Revit for review and approval by the CM. Plan will include

footing, foundation, and slab layout, anchor bolt layout, rebar layout, embed layout, reinforcing and all elements required to complete the work of this bid package. Layout shall begin from horizontal and vertical controls provided by others. Coordinate layout drawings with the framing contractor.

4. All concrete footings, foundations, interior slabs, retaining walls, site concrete walls, site seating walls, interior equipment pads, as specified and shown on the drawings and specs developed by Architect except, as specifically excluded.

5. All layout shall be done using a total station instrument to ensure accuracy.

6. Includes supply and install of all rebar, rebar chairs, form ties, bracing and mesh for this bid package.

7. Storage is available in the fenced lot to the south of the Bison Parking Lot. Any damage caused by this scope

of work to the “storage area”, will be repaired by this Bid Package.

8. Supply 4 sets of rebar shop drawings and 4 sets of final approved rebar fabrication drawings.

9. Coordinate all blockout locations with all trades. Set and secure all blockouts provided by other trades.

10. Set anchor bolts, hold downs and grout base plates as shown. Verify accuracy of installed elevation and location of base plate and provide CM an as-built drawing. Plate elevation must be within 1/8” of plan height prior to setting of structural steel. Anchor bolts and base plates furnished by Bid Package 5A. Hold downs will be furnished by Bid Package 6A

11. Coordinate with all underground work, before scheduling floor pours.

12. Supply, install, and remove all forming material for the bid package.

13. Supply all equipment for own work. Includes but is not limited to forklift for own work, if required.

14. Include all hoisting required to complete this scope of work.

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 7/12

15. Coordinate building grounding with Bid Package #16A prior to placement of footing concrete.

16. Includes any concrete pumping required for completion of work.

17. Supply and maintain all rebar caps during construction, per OSHA Standards.

18. Includes all concrete materials for own work and desired add-mixtures required to maintain the construction

schedule.

19. Supply full time onsite supervision for own work and must have a minimum OSHA 30 Hour qualifications.

20. Contractor bidding this scope is not allowed to subcontract work without prior written approval of the CM.

21. Include all architectural concrete finishes required for the site concrete included in this Bid package.

22. Include $80,000 allowance for winter conditions. This work will be billed against the allowance and approved by the CM. This work to include provisions for concrete blankets, ground heater, additional labor, plastic, framework, etc. for cold weather work, as required by CM. Admixtures for concrete are not included in this allowance and should be included in the base bid. All concrete for the foundation and slabs will be poured using cold weather ingredients. No change orders will be accepted for hot water or admixtures for concrete.

23. Furnish and install all door blockouts, slab blockouts, footing steps, and wall transitions as required.

24. Edge of slab at all exterior doors shall be coordinated with door thresholds so as not to protrude beyond the outside face.

25. Coordinate placement of all anchor bolts with CM.

26. Grind all slab on grade control joints and construction joint if/where slab “curling” occurs prior to installation of finish flooring. Clean all dust, water, slurry, or debris caused by grinding.

27. All curing agents require prior approval by flooring/tile contractors and Construction Manager.

28. Grout all structural steel column baseplates after framing is complete.

29. Place and finish all concrete at column block-outs after baseplates have been grouted.

30. Supply and install all vapor barrier and joint taping for vapor barrier under floor slabs as detailed in plans and specifications.

31. Includes all horizontal concrete flatwork within perimeter of buildings.

32. Excludes all site flatwork, sidewalks, concrete paving, mow strips, etc.

33. No chalk, red or otherwise, which contains pigment likely to permanently stain concrete, shall be used on any slab that does not get covered by flooring.

34. Verify elevation of cleanouts and floor drains prior to pouring slabs. This is very important to insure a quality

installation of flooring.

35. Includes all saw cutting for own work.

36. Includes supply and install of rebar at all outside corners protruding into slab, to control cracking.

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 8/12

37. Submit control joint and slab pour sequence plan to CM/Architect for approval 14 days prior to first interior slab-on-grade pour.

38. Supply and install of all expansion joints and cure for own work.

39. Supply and install all labor and material for epoxy of all dowels as shown.

40. Includes all blockouts for mechanical and electrical equipment where required.

41. All rebar will be tied in place. Absolutely no “wet setting” of any rebar will be allowed.

42. Provide for all recess slab requirements shown on plans.

43. Supply of portable concrete washout pans is included in this bid package.

44. Form oil will be kept to a minimum when used; any form oil spilled outside of forms will be cleaned-up

immediately to the satisfaction of the CM.

45. Rebar to be onsite 12/15/16.

46. Failed concrete tests may result in removal of failed concrete at subcontractor’s expense.

47. Includes place and finish of all CIP Stair treads, landings, stairs, nosings, seat walls, and retaining walls.

48. Basement footing and foundation to be complete by 2/2/17, basement SOG to be complete by 2/23/17, SOD to be complete by 5/15/17.

49. Concrete slabs to be complete maximum 10 days after final sign off of metal pan deck installation.

50. Include all concrete, reinforcing, waterproofing, etc. at the connection to the existing MSU Utility Tunnel.

51. Include all elevator sump pit blockouts, as required.

52. Supply and install dock leveler and bumpers

53. Supply and install skate board deterrents, as shown.

54. Install all embeds for handrail, benches, etc.

END BID PACKAGE #3A

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 9/12

MSU New Dining Hall Site & Structure BP Bid Package No. 5A – Structural Steel, Steel Joist, Steel Decking, Metal Fabrications, Metal Stairs, & Gratings (Furnish Only – No Installation) The narrative description to follow is provided to assist the bidder in determining the various portions of Work related to this Bid Package. It shall in no way limit Bidder’s responsibility to consider all information provided within the complete set of Bid Documents, unless specifically noted to “exclude” a particular item within the text below. The work is described by the complete set of Bid Documents listed in the Instructions to Bidders. Division 01 General Requirements are applicable to all subcontracts. Review specification sections that are applicable to the bid scope detailed below. Review Subcontractor/Supplier General Requirements for all Bid Packages that is included in this Addendum. The scope of work generally includes, but shall not be limited to the following: SCOPE ITEMS:

1. Supply electronic shop drawings to the Construction Manager (CM) for review. These submittals may be separated into different packages based on the schedule and materials. The CM must approve separate packages prior to submission by supplier.

2. Supply 4 sets of Construction Drawings to the CM once review is complete and approved. 3. Coordinate construction operations with CM to ensure proper delivery of materials and sequencing of erection

based on the schedule set forth at the Pre-construction meeting that will be agreed upon by CM, Supplier and Erection Contractor.

4. Construction Schedule distributed with this Bid Package by the CM shall be maintained throughout the project. The Supplier shall maintain the original schedule, unless adjusted or modified by Change Order. In the event the Supplier, at any time, is behind schedule he or she must notify the CM immediately. The CM will notify the Supplier as to what remedies will be accepted to make up for the delays.

5. Furnish all structural steel columns, steel beams, base plates, deck, masonry embeds, and miscellaneous

metal required to erect the building as shown on contract documents. This includes deck angle, embeds, and bolts. Also includes one set of bolt templates for each bolt pattern. All structural steel will be prime-painted.

6. Provide delivery to the job site for all items furnished. Coordinate with Construction Manager.

7. Furnish sufficient touch-up paint for painting of all welds, abrasions, scratches, etc. Paint is required with first

shipment of steel.

8. Furnish support steel for all mechanical and electrical roof equipment and deck openings, as shown.

9. Furnish all lintel angles or beams as shown.

10. Furnish all decking, closure angles, closure strips between decking, and misc. accessories for steel package and lap screws.

11. Furnish all steel stairs, ship ladders, handrails, cable rail, guard rail, seat wall embeds, IPE bench embeds,

decking, perimeter concrete pour angle, block-out angle, and all Nelson studs with appropriate extra studs.

12. Furnish all concrete to steel, masonry to steel and steel-to-steel connections for this bid package

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 10/12

13. Furnish expansion anchors as shown on the drawings.

14. Include all steel and embeds needed for complete construction of the canopies.

15. Include all miscellaneous steel as shown in the drawings, including the stainless steel handrail.

16. For Approval Shop Drawings to be complete by 1/2/17.

17. Include cambering of beams, as shown.

18. See attached schedule for the steel package. Final schedule will be prepared after the CM and Fabricator

review the overall schedule and determine actual durations with the Fabricators.

19. Structural steel delivery for basement by 2/7/17, remaining structure by 2/27/16.

20. Supply all roof ladders shown in Bid Documents.

21. There will be an add option on the Bid Form for erection of the steel package, the erection add will only be valid for “your” steel package.

22. Include 20 ea. 4” holes for plumbing penetrations, locations to be determined during the shop drawing stage.

23. Include 26 ea. 3 ½” and 16 ea. 1” holes for fire sprinkler penetrations, locations to be determined during the shop drawing stage.

24. Structural steel shop drawings, or revisions thereof, that contain gross errors or omissions, or that stray from plan details without cause and require extensive review (or subsequent reviews) by Construction Manager and Design Team (ie. review that is above and beyond the typical review scope) are subject to backcharge for review time from CM.

END BID PACKAGE #5A

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 11/12

MSU New Dining Hall Site & Structure BP Bid Package No. 5B – Structural Steel Erection The narrative description to follow is provided to assist the bidder in determining the various portions of Work related to this Bid Package. It shall in no way limit Bidder’s responsibility to consider all information provided within the complete set of Bid Documents, unless specifically noted to “exclude” a particular item within the text below. The work is described by the complete set of Bid Documents listed in the Instructions to Bidders. Division 01 General Requirements are applicable to all subcontracts. Review specification sections that are applicable to the bid scope detailed below. Review Subcontractor/Supplier General Requirements for all Bid Packages that is included in this Addendum. The scope of work generally includes, but shall not be limited to the following: SCOPE ITEMS:

1. Erection of all structural steel, metal decking and miscellaneous steel items required for the structure shown in the Bid Documents and included in Bid Package 5A.

2. It will be the responsibility of this Bid Package to review all Steel Shop Drawings and approve connections and details with the CM and supplier. CM will not accept additional costs for shop drawing attachments different than structural drawings, unless approved by CM at the time “approved shop drawings” are received from the subcontractor.

3. All field welding (including all architectural exposed field welding requirements, pneumatic button punching, stitch screws and connections required by the Bid Documents. Coordinate with Special Inspector, as required. Supply all stitch screws as required.

4. Includes unloading, inventory and confirmation (at each deliver) of all materials required to complete this bid package.

5. Preparation of all welds to an appropriate state to receive finish paint and inspection, all welds to be cleaned and ready for inspection within 48 hours of welding.

6. Install any additional structural members needed for roof hatches.

7. Supply all hoisting and man-lifts for own work.

8. Includes all installation and removal of all safety railing for second floor and roof per OSHA requirements. Railing to be left in place until CM authorizes removal.

9. Provide full-time onsite supervision with a minimum 30 OSHA Certification.

10. Contractor bidding this bid package is not allowed to subcontract any portion of this scope of work without prior written approval from the CM.

11. Cut metal deck for all deck penetrations shown on plans.

12. Schedule all inspections with the Independent Testing and Inspection Lab. Notify CM of inspections.

13. Include all provisions for cold weather work, as required by CM.

Montana State University- New Dining Hall Site & Structure BP Bid Package Descriptions PPA A/E #15-0103 Langlas & Associates 0000 - 12/12

14. Include all labor, material, and lifts required to adhere to the schedule included in the bid documents.

15. Coordination plan for crane and staging areas must be submitted and approved by CM.

16. Include snow removal to complete own work and required inspections to maintain CPM schedule in bid documents.

17. Provide erection capabilities onsite 5 days a week, at a minimum.

18. Includes all safety equipment required to complete own work.

19. Include erection for all miscellaneous steel shown, unless specifically excluded in this Bid Package

END BID PACKAGE #5B

Montana State University- New Dining Hall Site & Structure BP Bid Form PPA A/E #15-0103 Langlas & Associates 0000 - 1/3

BID FORM MONTANA STATE UNIVERSITY NEW DINING HALL – Site & Structure BP

Bozeman, Montana

BID PACKAGE: Each bid package requires a separate bid form

PACKAGE DESCRIPTION: _____________________________________________________ Submitted By: ____________________________________________Date:___________________

To: Langlas & Associates, Inc. C/O Montana State University 1019 E. Main St, Suite 101 Bozeman, MT 59715

We, the undersigned Bidder, having carefully read the Documents for the proposed contract, including the General Conditions, Supplemental Conditions, Specifications, Drawings, addendums, schedule, and bid scopes and having carefully ascertained the conditions under which the work is to be performed, hereby bid and offer to enter into a Contract to perform the Work as described in accordance with the Documents. We are bidding the entire Bid package as noted above and provide a bid for the entire bid scope as noted in the documents for the price of: Base Bid: _______________________________________________________________ Dollars. $_________________ Cost to Provide 100% Performance and Payment Bond (Add) $_________________ Cost to Add Steel Erection (Bid Package 5B) to Bid Package 5A (Add) $_________________ 1% Montana Gross Receipts Tax will be deducted from all subcontractor payments and the subcontractor can apply for a tax credit for the 1% with the State of Montana. Please provide pricing for each of the alternates listed above. Please circle whether the alternate pricing is to be added to or subtracted from the base bid. Alternate #1: Prep/form/place/finish slab-on-grade in remainder of basement (add/deduct): _________________________________________________________________Dollars $_________________ PERIOD OF ACCEPTANCE: The Bidder agrees that this bid shall remain open for acceptance and the price shall remain and unchanged and notwithstanding any error in the Bid at the amount stated for a period of sixty (60) days from the date of closing of this bid. CONTRACT:

Montana State University- New Dining Hall Site & Structure BP Bid Form PPA A/E #15-0103 Langlas & Associates 0000 - 2/3

The Bidder agrees that the Bid is subject to a formal AIA Contract being prepared and executed with the Construction Manager. The bidder agrees to execute the Contract within 7 days of notification of the acceptance of his bid and to provide Certificates of Insurance including Worker’s Compensation Insurance. The Bidder shall furnish 100% performance and Payment Bonds, if required by the Construction Manger. Cost of said bonds is listed as a bid item to the base bid above. Alternates will be adjusted based upon the percentage stated. Unit Prices: (FOR ACCOUNTING PURPOSES ONLY FOR CHANGES TO PLANS AND SPECS) Description: 6” MSU Standard Sidewalk Unit Price_______/sf Over-excavation/Structural Fill Unit Price_______/cy 3” Minus Pit Run (Placed) Unit Price_______/cy ¾” Washed Rock (Placed) Unit Price_______/cy 4” Basement Slab-on-grade Unit Price_______/sf

ADDENDA: Addendum No. ____________ Dated __________ Addendum No. ____________ Dated __________ Addendum No. ____________ Dated __________ Addendum No. ____________ Dated __________ SUBMITTED BY: Company: ________________________________ ________________________________ Name of Bidder: ___________________________ Signature of Bidder: ________________________ Dated: ___________________________________ MT License No: ___________________________ Phone No: _______________________________ Fax No: __________________________________ Email: ___________________________________ Your signature above constitutes your understanding of the scope of work and existing conditions of the project. This bid is complete per the documents. ATTACHMENTS TO BE INCLUDED WITH BID FORM: Attachment A – Copy of Bid Package that subcontractor is submitting this price for consideration.

Montana State University- New Dining Hall Site & Structure BP Bid Form PPA A/E #15-0103 Langlas & Associates 0000 - 3/3

Attachment B – Clarifications and Qualifications – Include any clarifications or qualifications of bid proposal. These clarifications and qualifications shall only be provided for information only and may or may not influence the award.

END OF BID FORM

ID Task Name Duration Start Finish Predecessors

1 GC/CM - Langlas & Associates 414 days Wed 10/5/16 Tue 5/22/182 Building Construction 414 days Wed 10/5/16 Tue 5/22/183 Shell 211 days Tue 11/1/16 Wed 8/30/174 Footing and foundation Drawings 15 days Tue 11/1/16 Mon 11/21/165 Construction Fencing Installed 1 day Mon 11/14/16 Mon 11/14/166 Site Survey and Building Layout 3 days Mon 11/21/16 Wed 11/23/165FS+4 days7 Clear & Grub Site 3 days Mon 11/21/16 Wed 11/23/164FS-1 day8 Building Pad and Footing Excavation 14 days Mon 11/28/16 Thu 12/15/16 7,6,1109 Basement footings 10 days Fri 12/16/16 Fri 12/30/16 8,4,13810 Elevator Pit 4 days Mon 1/2/17 Thu 1/5/17 911 Basement Walls 20 days Fri 1/6/17 Thu 2/2/17 1012 Underslab MEP Rough-in 10 days Fri 2/3/17 Thu 2/16/17 1113 Basement Slab 5 days Fri 2/17/17 Thu 2/23/17 12,1114 Basement Slab Cure 3 days Fri 2/24/17 Tue 2/28/17 1315 1st Floor Steel Erection 20 days Fri 2/24/17 Thu 3/23/17 1316 1st Floor Slab on Deck - MEP rough in 8 days Fri 3/24/17 Tue 4/4/17 1517 Backfill 10 days Fri 3/24/17 Thu 4/6/17 1518 Upper footings - Dock, dumpster, columns 3 days Fri 4/7/17 Tue 4/11/171719 1st Floor Slab on Deck - pour 6 days Fri 4/7/17 Fri 4/14/17 17,1620 West Side Retaining Wall Footing 2 days Wed 4/12/17 Thu 4/13/17 1821 Dock and dumpster area walls 4 days Fri 4/14/17 Wed 4/19/17 2022 Mezzanine Steel Erection 12 days Mon 4/17/17 Tue 5/2/17 1923 Perimeter Framing and Sheathing 40 days Mon 4/17/17 Tue 6/13/17 1924 West Retaining Wall and Columns 3 days Thu 4/20/17 Mon 4/24/17 2125 2nd Floor Slab on Deck - MEP rough in 6 days Wed 5/3/17 Wed 5/10/17 19,2226 Steel Structure to Roof 15 days Wed 5/3/17 Tue 5/23/17 2227 2nd Floor Slab on Deck - pour 3 days Thu 5/11/17 Mon 5/15/17 2528 Roofing and Dry-in 20 days Wed 5/24/17 Thu 6/22/17 2629 Storefront 10 days Wed 6/14/17 Tue 6/27/17 2330 Exterior Masonry Veneer 20 days Wed 6/28/17 Wed 7/26/17 2931 Exterior Metal Siding 30 days Thu 7/20/17 Wed 8/30/17 29,30FS-5 days32 Interior TI 256 days Thu 4/20/17 Tue 4/24/1833 Basement 131 days Thu 4/20/17 Wed 10/25/1734 Interior Framing 10 days Thu 4/20/17 Wed 5/3/17 19FS+3 days,1435 MEP Rough in 28 days Fri 6/16/17 Wed 7/26/17 34FS-2 days,28FS-5 days36 Fire Sprinkler system install 8 days Thu 7/20/17 Mon 7/31/17 35FS-5 days37 Pre-rock 5 days Tue 8/1/17 Mon 8/7/17 3638 Thermal and Acoustical Insulation 10 days Tue 8/8/17 Mon 8/21/17 35,3739 Sheetrock 10 days Tue 8/15/17 Mon 8/28/17 38FS-5 days40 Tape and Finish 12 days Tue 8/22/17 Thu 9/7/17 39FS-5 days,2841 Paint 10 days Fri 9/1/17 Fri 9/15/17 40FS-4 days42 Acoustical Ceiling Installation 5 days Mon 9/18/17 Fri 9/22/17 4143 Cabinets and Countertops 8 days Mon 9/18/17 Wed 9/27/17 4144 Doors and hardware 5 days Mon 9/25/17 Fri 9/29/17 41,4245 Flooring 10 days Thu 9/28/17 Wed 10/11/1741,44FS-10 days,42,4346 MEP Trim 5 days Thu 10/12/17 Wed 10/18/17 4547 Division 10/Locker Installation 5 days Thu 10/19/17 Wed 10/25/17 4648 Kitchen/Back of House 211 days Wed 6/14/17 Thu 4/12/1849 Interior Framing 10 days Wed 6/14/17 Tue 6/27/17 19,2350 MEP Rough in 35 days Fri 6/23/17 Fri 8/11/1728FS-5 days,23FS-5 days,49FS-3 days,2751 Fire Sprinkler system install 7 days Mon 8/7/17 Tue 8/15/17 50FS-5 days52 Pre-rock 6 days Wed 8/16/17 Wed 8/23/17 5153 Thermal and Acoustical Insulation 5 days Thu 8/24/17 Wed 8/30/17 50,5254 Sheetrock 15 days Thu 8/24/17 Thu 9/14/17 53FS-5 days55 Tape and Finish 15 days Fri 9/8/17 Thu 9/28/17 54FS-5 days,2856 Paint 20 days Mon 9/25/17 Fri 10/20/17 55FS-4 days57 Acoustical Ceiling Installation 10 days Mon 10/23/17 Fri 11/3/175658 Cabinets and Countertops 25 days Mon 10/23/17 Tue 11/28/175659 Servery Finishes 20 days Mon 11/13/17 Tue 12/12/17 58FS-10 days60 Doors and hardware 10 days Wed 11/29/17 Tue 12/12/17 56,57,5861 Flooring 35 days Wed 12/6/17 Thu 1/25/18 56,57,60FS-5 days62 MEP Trim 15 days Fri 1/26/18 Thu 2/15/18 6163 Kitchen Equipment Installation 30 days Fri 1/26/18 Thu 3/8/18 50,61,5964 Division 10 8 days Fri 3/9/18 Tue 3/20/18 62,6365 Clean 5 days Wed 3/21/18 Tue 3/27/18 6466 Health Department Inspections 12 days Wed 3/28/18 Thu 4/12/18 63,6567 Dining & Seating 209 days Wed 6/28/17 Tue 4/24/1868 Interior Framing 15 days Wed 6/28/17 Wed 7/19/17 19,23,4969 MEP Rough in 25 days Mon 7/17/17 Fri 8/18/17 28,68FS-3 days70 Fire Sprinkler system install 12 days Mon 8/14/17 Tue 8/29/17 69FS-5 days71 Pre-rock 7 days Wed 8/30/17 Fri 9/8/17 70

Footing and foundation Drawings

Construction Fencing Installed

Site Survey and Building Layout

Clear & Grub Site

Building Pad and Footing Excavation

Basement footings

Elevator Pit

Basement Walls

Underslab MEP Rough-in

Basement Slab

Basement Slab Cure

1st Floor Steel Erection

1st Floor Slab on Deck - MEP rough in

Backfill

Upper footings - Dock, dumpster, columns

1st Floor Slab on Deck - pour

West Side Retaining Wall Footing

Dock and dumpster area walls

Mezzanine Steel Erection

Perimeter Framing and Sheathing

West Retaining Wall and Columns

2nd Floor Slab on Deck - MEP rough in

Steel Structure to Roof

2nd Floor Slab on Deck - pour

Roofing and Dry-in

Storefront

Exterior Masonry Veneer

Exterior Metal Siding

Interior Framing

MEP Rough in

Fire Sprinkler system install

Pre-rock

Thermal and Acoustical Insulation

Sheetrock

Tape and Finish

Paint

Acoustical Ceiling Installation

Cabinets and Countertops

Doors and hardware

Flooring

MEP Trim

Division 10/Locker Installation

Interior Framing

MEP Rough in

Fire Sprinkler system install

Pre-rock

Thermal and Acoustical Insulation

Sheetrock

Tape and Finish

Paint

Acoustical Ceiling Installation

Cabinets and Countertops

Servery Finishes

Doors and hardware

Flooring

MEP Trim

Kitchen Equipment Installation

Division 10

Clean

Health Department Inspections

Interior Framing

MEP Rough in

Fire Sprinkler system install

Pre-rock

Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul4th Quarter 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter 1st Quarter 2nd Quarter 3rd Quarter

Construction Schedule - MSU Dining Hall

Page 1

ID Task Name Duration Start Finish Predecessors

72 Thermal and Acoustical Insulation 17 days Mon 9/11/17 Tue 10/3/17 69,7173 Sheetrock 20 days Wed 9/27/17 Tue 10/24/17 72FS-5 days74 Tape and Finish 20 days Wed 10/18/17 Tue 11/14/1773FS-5 days,2875 Paint 20 days Thu 11/9/17 Fri 12/8/17 74FS-4 days76 Acoustical Ceiling Installation 10 days Mon 12/11/17 Fri 12/22/17 7577 Cabinets and Countertops 25 days Mon 12/11/17 Tue 1/16/18 7578 Doors and hardware 10 days Tue 12/26/17 Tue 1/9/18 75,7679 Servery Finishes/Built-in Furniture/Finishes 25 days Wed 1/3/18 Tue 2/6/18 77FS-10 days80 Flooring 25 days Wed 2/7/18 Tue 3/13/18 75,76,78FS-5 days,7981 MEP Trim 8 days Wed 3/14/18 Fri 3/23/18 8082 Division 10 7 days Mon 3/26/18 Tue 4/3/18 8183 Clean 5 days Wed 4/4/18 Tue 4/10/18 8284 Seating package 10 days Wed 4/11/18 Tue 4/24/18 80,8385 Mezzanine 128 days Thu 7/13/17 Mon 1/15/1886 Interior Framing 10 days Thu 7/13/17 Wed 7/26/17 23,68FS-5 days,2787 MEP Rough in 20 days Thu 7/20/17 Wed 8/16/17 28,86FS-5 days88 Fire Sprinkler system install 7 days Thu 8/10/17 Fri 8/18/17 87FS-5 days89 Pre-rock 5 days Mon 8/21/17 Fri 8/25/17 8890 Thermal and Acoustical Insulation 5 days Mon 8/28/17 Fri 9/1/17 87,8991 Sheetrock 12 days Mon 8/28/17 Wed 9/13/17 90FS-5 days92 Tape and Finish 18 days Thu 9/7/17 Mon 10/2/17 91FS-5 days,2893 Paint 20 days Wed 9/27/17 Tue 10/24/17 92FS-4 days94 Acoustical Ceiling Installation 7 days Wed 10/25/17 Thu 11/2/179395 Cabinets and Countertops 12 days Wed 10/25/17 Thu 11/9/179396 Doors and hardware 5 days Fri 11/3/17 Thu 11/9/1793,9497 Finishes 15 days Fri 11/10/17 Mon 12/4/17 9598 Flooring 18 days Tue 12/5/17 Fri 12/29/17 93,94,96,9799 MEP Trim 5 days Tue 1/2/18 Mon 1/8/18 98

100 Division 10 5 days Tue 1/9/18 Mon 1/15/18 99101 Clean 5 days Wed 4/4/18 Tue 4/10/18 47,64,82,100102 Building Commissioning 10 days Wed 4/11/18 Tue 4/24/18 101103 GC Punchlist 5 days Wed 4/25/18 Tue 5/1/18 101,31,66,84,130104 GC Incomplete Work List 10 days Wed 5/2/18 Tue 5/15/18 103105 Owners Punch List Walk 2 days Wed 5/16/18 Thu 5/17/18 104106 Owners Punch List Work 3 days Fri 5/18/18 Tue 5/22/18 105107 Substantial Completion 0 days Tue 5/22/18 Tue 5/22/18 103,139,84,66,106,134108 Project Complete 0 days Tue 5/22/18 Tue 5/22/18 107,102,135109 Sitework 380 days Mon 11/21/16 Mon 5/21/18110 Demo Hardscapes 3 days Mon 11/21/16 Wed 11/23/167SS111 Storm Drains, Install and Re-route 8 days Tue 11/22/16 Mon 12/5/16 110FS-2 days112 North Utilities 15 days Thu 12/1/16 Wed 12/21/16 111FS-3 days113 Grease Trap Installation 5 days Mon 4/3/17 Fri 4/7/17 17FS-4 days114 Exc/Prep/Form/ Pour Site Retaining walls (north side) 8 days Wed 4/5/17 Fri 4/14/17 112,17FS-2 days115 Finish Back Fill and rough grading 6 days Mon 4/17/17 Mon 4/24/17 114116 Install Drywells & Retention Ponds 10 days Tue 4/25/17 Mon 5/8/17 115117 Approach demo and new Curb 8 days Fri 7/14/17 Tue 7/25/17 116FS+45 days118 Loading dock concrete 5 days Wed 7/26/17 Tue 8/1/17 117,113119 Back Pad ramp and Entry Conc 5 days Wed 8/2/17 Tue 8/8/17 118120 Curb Service Yard & West Drive 4 days Wed 8/9/17 Mon 8/14/17 119121 Pave Service Yard 5 days Tue 8/15/17 Mon 8/21/17 120122 Prep/Form/Pour South Sidewalks and Bike Parking 7 days Tue 8/22/17 Wed 8/30/17 121123 Exc/Prep/Form/ Pour Site seat walls (east side) 10 days Thu 8/31/17 Thu 9/14/17 122124 Prep/Form/Pour East Sidewalks 10 days Fri 9/15/17 Thu 9/28/17 123125 Prep/Form/Pour North and West Sidewalks 7 days Fri 9/29/17 Mon 10/9/17 124126 Remobilize & sidewalk Clean-up 5 days Thu 3/15/18 Wed 3/21/18 125FS+108 days127 Light poles 8 days Thu 3/22/18 Mon 4/2/18 126128 Utility Screen Fence 7 days Thu 3/22/18 Fri 3/30/18 126129 Irrigation Installation 10 days Tue 4/3/18 Mon 4/16/18 127130 Construct Outdoor Dining structures 10 days Mon 4/2/18 Fri 4/13/18 128131 Landscaping 15 days Tue 4/17/18 Mon 5/7/18 129132 De-mobilize Construction Office 1 day Tue 5/8/18 Tue 5/8/18 131133 Remove Temporary Fencing 2 days Wed 5/9/18 Thu 5/10/18 132134 Stripe Parking Lot 2 days Fri 5/11/18 Mon 5/14/18 133135 Site Punch List & Clean 5 days Tue 5/15/18 Mon 5/21/18 134136 City Of Bozeman 385 days Wed 10/26/16 Wed 5/2/18137 Permit Review 20 days Wed 10/26/16 Tue 11/22/16138 Issue Permit 0 days Tue 11/22/16 Tue 11/22/16137139 Final Inspection 1 day Wed 5/2/18 Wed 5/2/18 103

Thermal and Acoustical Insulation

Sheetrock

Tape and Finish

Paint

Acoustical Ceiling Installation

Cabinets and Countertops

Doors and hardware

Servery Finishes/Built-in Furniture/Finishes

Flooring

MEP Trim

Division 10

Clean

Seating package

Interior Framing

MEP Rough in

Fire Sprinkler system install

Pre-rock

Thermal and Acoustical Insulation

Sheetrock

Tape and Finish

Paint

Acoustical Ceiling Installation

Cabinets and Countertops

Doors and hardware

Finishes

Flooring

MEP Trim

Division 10

Clean

Building Commissioning

GC Punchlist

GC Incomplete Work List

Owners Punch List Walk

Owners Punch List Work

Substantial Completion

Project Complete

Demo Hardscapes

Storm Drains, Install and Re-route

North Utilities

Grease Trap Installation

Exc/Prep/Form/ Pour Site Retaining walls (north side)

Finish Back Fill and rough grading

Install Drywells & Retention Ponds

Approach demo and new Curb

Loading dock concrete

Back Pad ramp and Entry Conc

Curb Service Yard & West Drive

Pave Service Yard

Prep/Form/Pour South Sidewalks and Bike Parking

Exc/Prep/Form/ Pour Site seat walls (east side)

Prep/Form/Pour East Sidewalks

Prep/Form/Pour North and West Sidewalks

Remobilize & sidewalk Clean-up

Light poles

Utility Screen Fence

Irrigation Installation

Construct Outdoor Dining structures

Landscaping

De-mobilize Construction Office

Remove Temporary Fencing

Stripe Parking Lot

Site Punch List & Clean

Permit Review

Issue Permit

Final Inspection

Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul4th Quarter 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter 1st Quarter 2nd Quarter 3rd Quarter

Construction Schedule - MSU Dining Hall

Page 2