“Bidding Documents”

CONTRACT PLANS AND SPECIFICATIONS FOR

PIRTZ FIELD, STEWART PARK TO PROVIDE SYNTHETIC TURF INFIELD AND DRAINAGE IMPROVEMENTS BILLINGS,

Project No. 05133.02 September, 2018

CONTRACT

PLANS

AND

SPECIFICATIONS

FOR:

Pirtz Field, Stewart Park To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana

Prepared For:

Billings American Legion Baseball P.O. Box 22535 Billings, MT 59104

Property Owner:

City of Billings Parks and Recreation 390 North 23rd Street Billings, MT 59101

Prepared By:

Sanderson Stewart 1300 North Transtech Way Billings, Montana 59102

September 2018 05133.02 TABLE OF CONTENTS

Total No. of Pages

INVITATION TO BID ...... 2

INSTRUCTION TO BIDDERS ...... 4

BID FORM ...... 12

AGREEMENT FORM ...... 8

PAYMENT & PERFORMANCE BONDS ...... 4

CITY OF BILLINGS STANDARD MODIFICATIONS TO MPWSS, SIXTH EDITION, FEBRUARY 2018 (Refer to City of Billings Website) ...... _

SPECIAL PROVISIONS ...... 17

TECHNICIAL SPECIFICATIONS Section 02721 Artificial Grass Field Base ...... 7 Section 02731 Artificial Turf ...... 14 Section 02821 Seeded Lawns ...... 7 Section 02823 Sod Lawns ...... 5 Section 02970 Landscape Maintenance ...... 3

GEOTECHNICAL ENGINEERING REPORT ...... 7

MONTANA PREVAILING WAGE RATES (Heavy Highway) ...... 15

i INVITATION TO BID INVITATION TO BID

Sealed bids, entitled Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana, will be received by the City of Billings at the Office of the City Clerk, 210 N 27th Street, Billings, MT 59101 or P.O. Box 1178, Billings, MT 59103 until 2:00 p.m. local time, on October 9, 2018, and then publicly opened and read aloud.

The work items include:

Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana Contract Days:

Schedule I – Base Construction: 30 Calendar Days Schedule II – Turf Installation: 30 Calendar Days

The contract documents consisting of drawings and project manual may be examined at the City Park’s Office or the Montana Plan Exchanges and may be obtained from Sanderson Stewart; 1300 North Transtech Way, Billings, Montana 59102 in accordance with Article 25.01 of Instruction to Bidders. Required deposit is $100.00 per set, which is not refundable.

There will be a non-mandatory Pre-Bid Conference at the City Park’s Office, 390 North 23rd Street, Conference Room One, Billings, Montana at 9:00 a.m. on September 28, 2018. Interested Contractors are encouraged to attend.

CONTRACTOR and any of the CONTRACTOR’S subcontractors bidding or doing work on this project will be required to be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. All laborers and mechanics employed by CONTRACTOR or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of Yellowstone County, and the State of Montana. The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin.

Each bid or proposal must be accompanied by a certified check, cashier’s check, or bid bond payable to City of Billings, MT, in an amount not less than ten percent (10%) of the total amount of the bid. Successful bidder(s) shall furnish an approved Performance Bond and a Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance, as required, shall be provided by the successful bidder(s) and a certificate(s) of that insurance shall be provided.

No bid may be withdrawn after the scheduled time for the public opening of bids as listed above.

The City of Billings is an Equal Opportunity Employer.

The Contractor is required to be an Equal Opportunity Employer.

P:05133.02_Pirtz_Field_INV INVITATION TO BID (09/19/18) BSA/tc Page 1 of 2 For further information concerning this project, please contact Bryan Alexander, Project Manager for Sanderson Stewart at (406) 656-5255 or Mark Jarvis, Park Planner for the City of Billings at (406) 657-8367.

The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the OWNER.

Published at Billings, Montana, this September 20, September 27, and October 4, 2018.

Denise Bohlman, City Clerk P.O. Box 1178 Billings, MT 59103

ADVERTISE: Yellowstone County News September 20, 2018 September 27, 2018 and October 4, 2018 END OF SECTION

P:05133.02_Pirtz_Field_INV INVITATION TO BID (09/19/18) BSA/tc Page 2 of 2 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS

BIDS – All bids must be made on the forms provided by Sanderson Stewart. All bids must be legibly written in ink, with all prices given in figures and total bid amount given in words and figures. No alterations by erasures or interlineations will be permitted in the forms provided. Each bid shall be enclosed in a sealed envelope addressed to Pirtz Field Improvements c/o City of Billings at the Office of the City Clerk, 210 N 27th Street, Billings, MT 59101 or P.O. Box 1178, Billings, MT 59103, and endorsed on the outside of the envelope with the words:

Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana

Bids shall be strictly in accordance with the prescribed form. Any modifications, thereof, or deviations, therefrom, may be considered as sufficient cause for rejection.

Bids carrying riders or qualifications to the bid being submitted may be rejected as irregular.

SIGNATURE OF BIDDERS – Each bid must be signed in ink by the bidder with the bidder’s full name and business address or place of residence. In case of a firm or partnership, the name and residence of each member must be inserted. In case the bid is submitted by, or in behalf of, a corporation, it must be signed in the name of such corporation by an official who is authorized to bind the corporation and who shall also affix the corporate seal of such corporation. The bid of a corporation, which is signed by a person other than a corporate officer, must be accompanied by a Power of Attorney showing that person’s authority.

ONLY ONE PROPOSAL – No bidder may submit more than one bid. Two bids under different names will not be received from one firm or association.

RESPONSIBILITY OF AGENT – Any person signing a bid as the agent of another, or of others, may be required to submit satisfactory evidence of this authority to do so.

The title of the person(s) executing the bid or Agreement shall be clearly indicated beneath that person’s signature.

QUALIFICATIONS OF BIDDERS – Bidders may be required to submit satisfactory evidence that they have a practical knowledge of the particular work bid upon and that they have the necessary financial resources to complete the proposed work.

In determining the lowest responsive and responsible bid, the following elements will be considered: whether the bidder involved (a) maintains a permanent place of business; (b) has adequate plant and equipment to do the work properly and expeditiously; (c) has a suitable financial status to meet obligations incident to the work; and (d), has appropriate technical experience.

Each bidder may be required to show that bidder’s former completed work has been handled in such a manner that there are no just or proper claims pending against such work. No bidder will be acceptable if the bidder is engaged on any other work which impairs the bidder’s ability to finance

P:05133.02_Pirtz_Field_IB INSTRUCTIONS TO BIDDERS (09/06/18) BSA/tc Page 1 of 4 this contract. The bidder shall demonstrate any or all of the herein stipulated qualifications if asked for them.

EXAMINATION OF CONTRACT DOCUMENTS AND SITE – Before submitting a bid, each bidder must (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with location conditions that may, in any manner, affect cost, progress, or performance of the work; (c) understand the applicable federal, state, and local laws, ordinances, rules, and regulations that may, in any manner, affect cost, progress, or performance of the work; and (d) study and carefully correlate bidder’s observations with the Contract Documents.

Any bidder may, upon request, examine those reports of investigations and tests of subsurface and latent physical conditions at the site (if any), which have been relied upon in preparing drawings and specifications. These reports are not guaranteed as to accuracy or completeness. Before submitting a bid, each bidder will, at bidder’s own expense, make such additional investigations and tests as the bidder may deem necessary to determine a bid for performance of the work in accordance with the time, price, and other terms and conditions of the Contract Documents.

On request, Owner will provide each bidder access to the site to conduct such investigations and tests as each bidder deems necessary to submission of a bid. Any administrative requirements and associated costs of such investigations are the responsibility of the bidder.

The lands upon which the work is to be performed, rights-of-way for access thereto, and other lands designated for use by the Contractor in performing the work are identified in the specifications or on the drawings.

The submission of a bid will constitute an incontrovertible representation by the bidder that the bidder has complied with every requirement of this section and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work.

INTERPRETATION OF CONTRACT DOCUMENTS – If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the specifications, or other proposed Contract Documents, they may submit to the Owner a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by an addendum duly issued, and a copy of any such addendum will be mailed or delivered to each person receiving a set of such documents.

TIME OF COMPLETION – The time of completion of the work is a basic consideration of the contract. It will be necessary that the bidder satisfy the Owner of the bidder’s ability to complete the work within the stipulated time.

ADDENDA – Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the bidder for the preparation of a proposal, shall be covered in the bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the bid.

P:05133.02_Pirtz_Field_IB INSTRUCTIONS TO BIDDERS (09/06/18) BSA/tc Page 2 of 4 WITHDRAWAL OF BID – No bidder may withdraw a bid for a period as specified in the Invitation to Bid after the date and hour set for the opening declared herein. A bidder may withdraw that bidder’s submitted proposal by a written request of the bidder at any time prior to the expiration of the period during which bids may be submitted, which request must be signed in the same manner, and by the same person or persons who signed the bid.

ACCEPTANCE AND REJECTION OF BIDS – The Owner reserves the right to accept or reject the bids, or portion of bids, if denoted in the bid as separate schedules, and to award more than one bid or schedule for the same bid if any of the aforementioned combination of bids or schedules will be in the best interest of the Owner. The Owner reserves the right to waive irregularities in any bid submitted, to reject nonconforming, nonresponsive, or conditional bids, and to correct arithmetical errors in the bid prior to comparison.

SUBCONTRACTORS – Within seven days after bids are opened, the apparent low bidder, and any other bidder so requested, shall submit a list of all subcontractors the bidder expects to use in the work.

An experience statement with pertinent information as to similar projects and other evidence of qualification shall be furnished for each named subcontractor if requested by the Owner. If the Owner or Engineer, after due investigation, has reasonable objection to any proposed subcontractor, they may, before giving the Notice of Award, request the apparent low bidder submit an acceptable substitute. If the substitution results in an increase in the bid, a corresponding adjustment will be made in the contract price. If the apparent low bidder declines to make any such substitution, the contract may not be awarded to such bidder, but bidder’s refusal to substitution will not constitute grounds for forfeiture of bid security. Any subcontractor so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to the Owner and Engineer.

The Contractor shall not be required to employ any subcontractor against whom the Contractor has reasonable objection.

The use of subcontractors listed by the bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the work.

AWARD OF CONTRACT – The award of contract, if awarded, will be made within the period specified in the Invitation to Bid to the lowest responsible bidder whose bid complies with all the requirements described herein. The successful bidder will be notified, by letter mailed to the address shown on the bid, that the bid has been accepted, and that the contract has been awarded.

CANCELLATION OF AWARD – The Owner reserves the right to cancel the award of any contract at any time before the complete execution of the Agreement by all parties without any liability against the Owner.

RETURN OF BID GUARANTEE – No bid guarantee is required with this project.

PERFORMANCE AND PAYMENT BONDS – Performance and Payment Bonds are required for this project.

P:05133.02_Pirtz_Field_IB INSTRUCTIONS TO BIDDERS (09/06/18) BSA/tc Page 3 of 4

EXECUTION AND APPROVAL OF AGREEMENT – The Agreement shall be signed by the successful bidder and returned, together with the insurance and acknowledgement of LDs, within the time shown on the bid. If the Agreement is not executed by the Owner within fifteen (15) days following receipt from the bidder of the signed Agreements, the bidder shall have the right to withdraw that bid without penalty. No Agreement shall be considered as effective until it has been fully executed by all of the parties thereto.

FAILURE TO EXECUTE AGREEMENT – Failure to execute the Agreement and furnish insurance and acknowledgement of LDs shall be just cause for annulment of the award. In the event of such annulment of the award, the bid guarantee shall be forfeited to the Owner, not as a penalty but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified bidder, or the work may be readvertised as the Owner may decide.

BOUND COPY OF CONTRACT DOCUMENTS – None of the Instruction to Bidders, Bid Form, Bond Forms, Agreement, Contract Specifications, or other specifications shall be removed from the bound copy of Contract Documents prior to submission of the bid, if a hard copy is requested.

PAYMENTS – Payment for all work performed under this Agreement will be made by the Owner within the time period specified in and in accordance with the procedures outlined in the General Conditions. Payments made after the time limit will be subject to interest at the rate specified in the Agreement. When the work extends beyond 30 days, progress payments will be made monthly for any work accomplished during the preceding month, but subject to retainage as specified elsewhere.

END OF SECTION

P:05133.02_Pirtz_Field_IB INSTRUCTIONS TO BIDDERS (09/06/18) BSA/tc Page 4 of 4 BID FORM BID FORM

PROJECT IDENTIFICATION:

PIRTZ FIELD, STEWART PARK TO PROVIDE SYNTHETIC TURF INFIELD AND DRAINAGE IMPROVEMENTS BILLINGS, MONTANA

THIS BID SUBMITTED TO:

City of Billings Parks and Recreation 390 North 23rd Street Billings, Montana 59101

1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:

A . Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged:

Addendum No. Addendum Date

B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work.

BID FORM P:05133.02_Pirtz_Field_BF Page 1 of 12 (09/19/18)BSA/tc D. Bidder has carefully studied all (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazard Environmental Condition, if any, which has been identified in the Special Provisions as provided in paragraph 4.06 of the General Conditions.

E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto.

F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of the Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of the Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.

H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents.

I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder.

J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted.

4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner.

The Bidder certifies that no official of the Owner, Engineer or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the Bidder.

5.01 The Bidder will complete the Work in accordance with the Contract Documents for the following price(s):

BID FORM P:05133.02_Pirtz_Field_BF Page 2 of 12 (09/19/18)BSA/tc A. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions.

B. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents.

C. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed below after extensions are checked and corrections made, if any, the Total Amount of unit Prices Bid as corrected shall be used in awarding this Contract.

D. The owner reserves the right to reject any or all bids.

BID FORM P:05133.02_Pirtz_Field_BF Page 3 of 12 (09/19/18)BSA/tc ALL ITEMS ARE COMPLETE IN PLACE

PIRTZ FIELD, STEWART PARK TO PROVIDE SYNTHETIC TURF INFIELD AND DRAINAGE IMPROVEMENTS BILLINGS, MONTANA

SCHEDULE I – Base Construction

ITEM EST. UNIT TOTAL NO. QTY. UNIT DESCRIPTION PRICE PRICE $ $ 101 1 LS Mobilization and Insurance / LS = 102 1 LS Payment Bond / LS = 103 1 LS Performance Bond / LS = 104 1 LS Erosion Control / LS = 105 1 LS Traffic Control / LS = 106 1 LS Demolition / LS = 107 1,073 CY Unclassified Excavation / CY = 108 3,164 SY Shape Subgrade / SY = 30-mil PVC Membrane and Non- 109 3,164 SY Woven Geotextile / SY = 110 525 LF 8-inch Perforated Collector Drain / LF = 111 4 EA 8-inch Bend / EA = 112 175 LF 8-inch Storm Drain Pipe / LF = 113 6 EA 6-inch Cleanout Assembly / EA = 114 1 EA 8-inch x 8-inch x 8-inch Tee / EA = Connect New Manhole to Ex. 6-inch 115 1 LS Pipe LS 116 1 EA 8-inch Backflow Device / EA = 117 2 EA Storm Drain Manhole / EA =

BID FORM P:05133.02_Pirtz_Field_BF Page 4 of 12 (09/19/18)BSA/tc ITEM EST. UNIT TOTAL NO. QTY. UNIT DESCRIPTION PRICE PRICE $ $ 118 304 LF 6-inch x 14-inch Vertical Curb / LF = Recycled Plastic 2-inch x 4-inch 119 676 LF Nailer Board / LF = 120 176 CY Finishing Stone (2-inch Thick) / CY = 121 827 CY Base Stone / CY = 122 1 LS Pitcher's Mound LS 123 1 LS Home Plate / LS = 124 3 EA Bullpen Pitcher's Mound / EA = 125 3 EA Base Ground Anchor / EA = 126 1 LS Irrigation Repair / LS = 127 8,630 SF Turf Grass Restoration / SF = 128 156 SY Warning Track Restoration / SY = 129 1 LS Turf Grass Maintenance / LS = 130 1 EA 1.5-inch Quick Coupler Assembly / EA = 131 1 LS Site Restoration / LS =

TOTAL BID - SCHEDULE I $ (Figures)

TOTAL BID: SCHEDULE I - Base Construction

(Words)

BID FORM P:05133.02_Pirtz_Field_BF Page 5 of 12 (09/19/18)BSA/tc ALTERNATE A - Flat Drain Panels ITEM EST. UNIT TOTAL NO. QTY. UNIT DESCRIPTION PRICE PRICE $ $ A-101 1,200 LF 1-inch x 12-inch Flat Drainage Pipe / LF = Flat Drain to Collector Drain A-102 20 EA Connection / EA =

TOTAL BID - ALTERNATE A $ (Figures)

TOTAL BID: ALTERNATE A - Flat Drain Panels

(Words)

ALTERNATE B - Substitute Woven Geotextile for PVC Membrane

ITEM EST. UNIT TOTAL NO. QTY. UNIT DESCRIPTION PRICE PRICE $ $ B-101 3,164 SY Woven Geotextile / SY =

TOTAL BID - ALTERNATE B $ (Figures)

TOTAL BID: ALTERNATE B - Substitute Woven Geotextile for PVC Membrane

(Words)

BID FORM P:05133.02_Pirtz_Field_BF Page 6 of 12 (09/19/18)BSA/tc ALTERNATE C - Spring 2019 Construction Adjustment

ITEM EST. UNIT TOTAL NO. QTY. UNIT DESCRIPTION PRICE PRICE $ $ Spring Construction Schedule C-101 1 LS Adjustment / LS =

TOTAL BID - ALTERNATE C $ (Figures)

TOTAL BID: ALTERNATE C - Spring 2019 Construction Adjustment

(Words)

ALTERNATE D - Restore Turf Grass with Sod

ITEM EST. UNIT TOTAL NO. QTY. UNIT DESCRIPTION PRICE PRICE $ $ D-101 8,630 SF Sod Turf Grass Restoration / SF =

TOTAL BID - ALTERNATE D $ (Figures)

TOTAL BID: ALTERNATE D - Restore Turf Grass with Sod

(Words)

BID FORM P:05133.02_Pirtz_Field_BF Page 7 of 12 (09/19/18)BSA/tc ALL ITEMS ARE COMPLETE IN PLACE

PIRTZ FIELD, STEWART PARK TO PROVIDE SYNTHETIC TURF INFIELD AND DRAINAGE IMPROVEMENTS BILLINGS, MONTANA

SCHEDULE II - Turf Installation

ITEM EST. UNIT TOTAL NO. QTY UNIT DESCRIPTION PRICE PRICE $ $ 201 1 LS Mobilization and Insurance / LS = 202 1 LS Payment Bond / LS = 203 1 LS Performance Bond / LS = 204 28,475 SF Synthetic Turf with Infill / SF =

TOTAL BID - SCHEDULE II $ (Figures) TOTAL BID: SCHEDULE II - Turf Installation

(Words)

ALTERNATE A - Spring 2019 Construction Adjustment

ITEM EST. UNIT TOTAL NO. QTY. UNIT DESCRIPTION PRICE PRICE $ $ Spring Construction Schedule A-201 1 LS Adjustment / LS =

TOTAL BID - ALTERNATE A $ (Figures)

TOTAL BID: ALTERNATE A - Spring 2019 Construction Adjustment

(Words)

BID FORM P:05133.02_Pirtz_Field_BF Page 8 of 12 (09/19/18) BSA/tc A. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions.

B. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, complete-in-place, determined as provided in the Contract Documents.

C. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed below after extensions are checked and corrections made, if any, the Total Amount of unit Prices Bid as corrected shall be used in awarding this Contract.

D. The owner reserves the right to reject any or all bids.

6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.

6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement.

7.01 The following documents are attached to and made a condition of the Bid:

A. Required Bid Security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond identified in the Instructions to Bidders.

8.01 The terms used in this Bid with initial capital letters have the same meanings as indicated in the Instructions to Bidders, General Conditions, and the Supplementary Conditions.

Submitted on , 2018

Montana Contractor's Registration No. (if any)______

Employer's Tax ID No.______

Special Fuel User Permit No. (required)______

BID FORM P:05133.02_Pirtz_Field_BF Page 9 of 12 (09/19/18) BSA/tc If Bidder Is:

An Individual: (Name, typed or printed)

By: (Individual's Signature)

Doing Business as:

Business Address:

Phone No.: Fax No.:

A Partnership: (Partnership Name)

By: (Signature)

(Name, Typed or Printed)

Business Address:

Phone No.: Fax No.:

BID FORM P:05133.02_Pirtz_Field_BF Page 10 of 12 (09/19/18) BSA/tc A Corporation: (Corporation Name)

State of Incorporation:

Type (General Business, Professional, Service, Limited Liability): By: (Signature of Person Authorized to Sign) Title:

Attest:

Phone No.: Fax No.:

Business Address:

Phone No.: Fax No.:

Date of Qualification to do Business

(Corporate Seal)

BID FORM P:05133.02_Pirtz_Field_BF Page 11 of 12 (09/19/18) BSA/tc A Joint Venture: Each Joint Venture Must Sign

Joint Venturer Name: (Name, typed or printed)

By: (Signature of Joint Venture Partner)

Name: (Name, typed or printed) Title:

Business Address:

Phone No.: Fax No.:

Joint Venturer Name: (Name, typed or printed)

By: (Signature of Joint Venture Partner)

Name: (Name, typed or printed) Title:

Business Address:

Address of Joint Venture for Receipt of Official Communication:

Phone No.: Fax No.:

Address:

Phone No.: Fax No.:

(Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is party to the joint venture should be in the manner indicated above.)

END OF SECTION

BID FORM P:05133.02_Pirtz_Field_BF Page 12 of 12 (09/19/18) BSA/tc AGREEMENT FORM AND ACKNOWLEDGEMENT OF LIQUIDATED DAMAGES AGREEMENT FORM

This Agreement is dated as of the day of in the year 2018, by and between City of Billings Parks and Recreation, hereinafter called “Owner” and , hereinafter called Contractor. Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:

Article 1. WORK

1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana

Article 2. THE PROJECT

2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana

Article 3. ENGINEER

3.01 The Project has been designed by: Sanderson Stewart, 1300 North Transtech Way, Billings, MT 59102 who is hereinafter called Engineer and who is to act as Owner’s representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents.

Article 4. CONTRACT TIME

4.01 Time of the Essence.

A. All the time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract.

4.02 Days to Achieve Completion.

A. The Work will be substantially complete within 60 days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions.

Schedule I – Base Construction: 30 days Schedule II – Turf Installation: 30 days

4.03 Liquidated Damages.

A. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General

P:CA:05133.02_Pirtz_Field_AF AGREEMENT (09/06/18) BSA/tc Page 1 of 8 Conditions. The parties also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding, the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Three Hundred Fifty Dollars and 00/100 ($350.00) for each day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete.

Article 5. CONTRACT PRICE

5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the quantity of that item that is constructed and accepted. Unit Prices are those listed in the Unit Price Schedule of the Bid Form attached as Exhibit A to this Agreement. Estimated quantities used for bidding purposes are not guaranteed. Payment will be for actual quantities as determined by Engineer in accordance with paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03 of the General Conditions.

Article 6. PAYMENT PROCEDURES

6.01 Submittal and Processing of Payments.

A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Application for Payment will be processed by Engineer as provided in the Contract Documents.

6.02 Progress Payments; Retainage.

A. Owner shall make progress payments in accordance with Article 14 of the General Conditions on account of the Contract Price on the basis of the Contractor’s Applications For Payment as recommended by Engineer, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the number of units of each bid item completed times the bid unit price in the Unit Price Schedule of the Bid Form for that item.

1. Prior to Substantial Completion, progress payments will be made in an amount equal to the sum of the unit price items less the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, in accordance with paragraph 14.02 of the General Conditions.

a. The Owner shall retain five percent (5%) of the amount of each payment until final completion and acceptance of all Work covered by the Contract Documents.

b. Retainage will be five percent (5%) of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in paragraph 14.02 of the General Conditions).

P:CA:05133.02_Pirtz_Field_AF AGREEMENT (09/06/18) BSA/tc Page 2 of 8

2. Upon Substantial Completion and at the Owner’s discretion, the amount of retainage may be further reduced if requested by the Contractor.

6.03 Final Payment.

A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraph 14.07.

Article 7. INTEREST

7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project.

Article 8. CONTRACTOR’S REPRESENTATION

8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations:

A. Contractor has examined and carefully studied the Contract Documents (including all Addenda) listed in paragraph 9 and the other related data identified in the Bidding Documents.

B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, performance or furnishing of the Work.

C. Contractor is familiar with and is satisfied as to all federal, state and local laws and regulations that may affect cost, progress, performance and furnishing of the Work.

D. Contractor has carefully studied all: (1) reports of explorations and test of subsurface conditions at the contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Special Provisions as provided in paragraph 4.06 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor’s purposes. Contract acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site.

E. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site or otherwise, which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor including applying the specific means, methods, techniques, sequences and procedures of construction, if any, expressly required by the Contract Documents to be employed by the Contractor, and safety precautions and programs incident hereto.

P:CA:05133.02_Pirtz_Field_AF AGREEMENT (09/06/18) BSA/tc Page 3 of 8

F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract times and in accordance with the other terms and conditions of the Contract Documents.

G. Contractor is aware of the general nature of the Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents.

H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents.

I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contract has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor.

J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work.

Article 9. CONTRACT DOCUMENTS

9.01 Contents

A. The Contract Documents consist of the following:

1. This Agreement (pages 1 to 8, inclusive);

2. Performance Bond (pages 1 to 3, inclusive);

3. Payment Bond (pages 1 to 3, inclusive);

4. Other Bonds (pages 1 to ???, inclusive); a. (pages 1 to ???, inclusive); b. (pages 1 to ???, inclusive); c. (pages 1 to ???, inclusive);

5. Montana Public Works Standard Specifications, Sixth Edition, February 2018;

6. General Conditions (pages 1 to ???, inclusive);

7. Supplementary Conditions (pages 1 to ???, inclusive);

8. Special Provisions (pages 1 to 17, inclusive);

9. Specifications as listed in the table of contents of the Project Manual;

P:CA:05133.02_Pirtz_Field_AF AGREEMENT (09/06/18) BSA/tc Page 4 of 8

10. Drawings consisting of a cover sheet and sheets numbered C1.0 through C9.0 with each sheet bearing the following general title: Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana;

11. Addenda (Numbers to , inclusive);

12. Exhibits to this Agreement (enumerated as follows): a. Notice To Proceed (pages 1 to ???, inclusive); b. Contractor’s Bid (pages 1 to ???, inclusive); c. Documentation submitted by Contractor prior to Notice of Award (pages to , inclusive);

13. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments; b. Work Change Directives; c. Change Orders;

B. The documents listed in paragraph 9.01.A. are attached to this Agreement (except as expressly noted otherwise above).

C. There are no Contract Documents other than those listed above in this Article 9.

D. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.04 of the General Conditions.

Article 10. MISCELLANEOUS

10.01 Terms

A. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions.

10.02 Assignment of Contract

A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the part sought to be bound; and specifically, but without limitations, moneys that may come due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents.

10.03 Successors and Assigns

A. Owner and Contractor each binds itself, its partners, successors, assigns and legal

P:CA:05133.02_Pirtz_Field_AF AGREEMENT (09/06/18) BSA/tc Page 5 of 8 representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents.

10.04 Severability

A. Any provision of part of the Contract Documents held to be void or unenforceable under a law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision.

P:CA:05133.02_Pirtz_Field_AF AGREEMENT (09/06/18) BSA/tc Page 6 of 8 IN WITNESS WHEREOF, Owner and Contractor have signed six (6) copies of Agreement. Three counterparts have been delivered to Owner, two to Contractor and one to Engineer. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on their behalf.

This Agreement will be effective on , 2018, (which is the effect date of the Agreement).

This Agreement shall not be effect unless and until concurred by Funding Agency’s (if any) designated representative.

Owner City of Billings Parks and Recreation Contractor

By By (Signature) (Signature)

Attest Attest (Signature) (Signature)

Address for giving notices: Address for giving notices: 390 North 23rd Street, Billings, MT 59101

Phone No. (406) 657-8367 Phone No. Fax No. Fax No.

(CORPORATE SEAL) (SEAL)

(If Owner is a public body, attach evidence of Contactor Registration No. ______authority to sign and resolution or other documents authorizing execution of Owner- Agent for service of process: Contractor Agreement) ______

______(If Contractor is a corporation or a partnership, attach evidence of authority to sign)

P:CA:05133.02_Pirtz_Field_AF AGREEMENT (09/06/18) BSA/tc Page 7 of 8

Owner’s Designated Representative: Contractor’s Designated Representative:

Name: Name:

Title: Title:

Address: Address:

Phone No. Phone No. Fax No. Fax No.

AGENCY CONCURRENCE:

As lender or insurer of funds to defray the costs of this Contract, and without liability for any payments thereunder, the Agency hereby concurs in the form, content, and execution of this Agreement.

By: (Agency Official’s Signature)

Title:

Date:

END OF SECTION

P:CA:05133.02_Pirtz_Field_AF AGREEMENT (09/06/18) BSA/tc Page 8 of 8 PAYMENT AND PERFORMANCE BONDS PAYMENT BOND

Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable.

CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business):

OWNER (Name and Address): City of Billings Parks and Recreation 320 N. 23rd Street Billings, MT 59101

CONTRACT Date: Amount: Description (Name and Location): Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana. BOND Bond Number: Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form:

Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative.

CONTRACTOR AS PRINCIPAL SURETY Company:

Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal

By: Signature and Title (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.) Attest: Signature and Title

CONTRACTOR AS PRINCIPAL SURETY Company:

Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal

By: Signature and Title (Attach Power of Attorney)

Attest: Signature and Title:

EJCDC No. C-615 (2002 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors.

00615-1

1. Contractor and Surety, jointly and severally, bind themselves, their heirs, 8. Amounts owed by Owner to Contractor under the Contract shall be used for executors, administrators, successors, and assigns to Owner to pay for labor, the performance of the Contract and to satisfy claims, if any, under any materials, and equipment furnished by Claimants for use in the performance of performance bond. By Contractor furnishing and Owner accepting this Bond, the Contract, which is incorporated herein by reference. they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, 2. With respect to Owner, this obligation shall be null and void if Contractor: subject to Owner's priority to use the funds for the completion of the Work. 2.1. Promptly makes payment, directly or indirectly, for all sums due Claimants, and 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for 2.2. Defends, indemnifies, and holds harmless Owner from all claims, payment of any costs or expenses of any Claimant under this Bond, and shall demands, liens, or suits alleging non-payment by Contractor by any have under this Bond no obligations to make payments to, give notices on behalf person or entity who furnished labor, materials, or equipment for use in of, or otherwise have obligations to Claimants under this Bond. the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of 10. Surety hereby waives notice of any change, including changes of time, to the any claims, demands, liens, or suits and tendered defense of such Contract or to related Subcontracts, purchase orders and other obligations. claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or 3. With respect to Claimants, this obligation shall be null and void if Contractor part of the Work is located or after the expiration of one year from the date (1) promptly makes payment, directly or indirectly, for all sums due. on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the 4. Surety shall have no obligation to Claimants under this Bond until: last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph 4.1. Claimants who are employed by or have a direct contract with are void or prohibited by law, the minimum period of limitation available to Contractor have given notice to Surety (at the addresses described in sureties as a defense in the jurisdiction of the suit shall be applicable. Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the the amount of the claim. addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as 4.2. Claimants who do not have a direct contract with Contractor: of the date received at the address shown on the signature page.

1. Have furnished written notice to Contractor and sent a copy, or 13. When this Bond has been furnished to comply with a statutory requirement notice thereof, to Owner, within 90 days after having last performed in the location where the Contract was to be performed, any provision in this labor or last furnished materials or equipment included in the claim Bond conflicting with said statutory requirement shall be deemed deleted stating, with substantial accuracy, the amount of the claim and the herefrom and provisions conforming to such statutory requirement shall be name of the party to whom the materials or equipment were deemed incorporated herein. The intent is that this Bond shall be construed as a furnished or supplied, or for whom the labor was done or statutory Bond and not as a common law bond. performed; and 14. Upon request of any person or entity appearing to be a potential beneficiary 2. Have either received a rejection in whole or in part from Contractor, of this Bond, Contractor shall promptly furnish a copy of this Bond or shall or not received within 30 days of furnishing the above notice any permit a copy to be made. communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 15. DEFINITIONS

3. Not having been paid within the above 30 days, have sent a written 15.1. Claimant: An individual or entity having a direct contract with notice to Surety and sent a copy, or notice thereof, to Owner, stating Contractor, or with a first-tier subcontractor of Contractor, to furnish that a claim is being made under this Bond and enclosing a copy of labor, materials, or equipment for use in the performance of the the previous written notice furnished to Contractor. Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to power, light, heat, oil, gasoline, telephone service, or rental equipment Contractor or to Surety, that is sufficient compliance. used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's 6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall Subcontractors, and all other items for which a mechanic's lien may be promptly and at Surety's expense take the following actions: asserted in the jurisdiction where the labor, materials, or equipment were furnished. 6.1. Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and 15.2. Contract: The agreement between Owner and Contractor identified on the basis for challenging any amounts that are disputed. the signature page, including all Contract Documents and changes thereto. 6.2. Pay or arrange for payment of any undisputed amounts. 15.3. Owner Default: Failure of Owner, which has neither been remedied nor 7. Surety's total obligation shall not exceed the amount of this Bond, and the waived, to pay Contractor as required by the Contract or to perform and amount of this Bond shall be credited for any payments made in good faith by complete or comply with the other terms thereof. Surety.

FOR INFORMATION ONLY – Name, Address and Telephone Surety Agency or Broker: Owner’s Representative (engineer or other party):

00615-2 PERFORMANCE BOND

Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable.

CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business):

OWNER (Name and Address): City of Billings Parks and Recreation 320 N. 23rd Street Billings, MT 59101

CONTRACT Date: Amount: Description (Name and Location): Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana.

BOND Bond Number: Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form:

Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent, or representative.

CONTRACTOR AS PRINCIPAL SURETY Company:

Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal

By: Signature and Title (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.) Attest: Signature and Title

CONTRACTOR AS PRINCIPAL SURETY Company:

Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal

By: Signature and Title (Attach Power of Attorney)

Attest: Signature and Title:

EJCDC No. C-610 (2002 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects.

00610-1 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, 6. After Owner has terminated Contractor's right to complete the Contract, and if executors, administrators, successors, and assigns to Owner for the performance of the Surety elects to act under Paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of Contract, which is incorporated herein by reference. Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under 2. If Contractor performs the Contract, Surety and Contractor have no obligation the Contract. To a limit of the amount of this Bond, but subject to commitment by under this Bond, except to participate in conferences as provided in Paragraph 3.1. Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: 3. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 6.1. The responsibilities of Contractor for correction of defective Work and 3.1. Owner has notified Contractor and Surety, at the addresses described in completion of the Contract; Paragraph 10 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with 6.2. Additional legal, design professional, and delay costs resulting from Contractor and Surety to be held not later than 15 days after receipt of Contractor's Default, and resulting from the actions or failure to act of such notice to discuss methods of performing the Contract. If Owner, Surety under Paragraph 4; and Contractor and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive 6.3. Liquidated damages, or if no liquidated damages are specified in the Owner's right, if any, subsequently to declare a Contractor Default; and Contract, actual damages caused by delayed performance or non- performance of Contractor. 3.2. Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall 7. Surety shall not be liable to Owner or others for obligations of Contractor that are not be declared earlier than 20 days after Contractor and Surety have unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or received notice as provided in Paragraph 3.1; and set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, 3.3. Owner has agreed to pay the Balance of the Contract Price to: administrators, or successors.

1. Surety in accordance with the terms of the Contract; 8. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 2. Another contractor selected pursuant to Paragraph 4.3 to perform the Contract. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is 4. When Owner has satisfied the conditions of Paragraph 3, Surety shall promptly and located and shall be instituted within two years after Contractor Default or within two at Surety's expense take one of the following actions: years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of 4.1. Arrange for Contractor, with consent of Owner, to perform and complete this paragraph are void or prohibited by law, the minimum period of limitation the Contract; or available to sureties as a defense in the jurisdiction of the suit shall be applicable.

4.2. Undertake to perform and complete the Contract itself, through its agents 10. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address or through independent contractors; or shown on the signature page.

4.3. Obtain bids or negotiated proposals from qualified contractors acceptable 11. When this Bond has been furnished to comply with a statutory requirement in the to Owner for a contract for performance and completion of the Contract, location where the Contract was to be performed, any provision in this Bond arrange for a contract to be prepared for execution by Owner and conflicting with said statutory requirement shall be deemed deleted herefrom and Contractor selected with Owner's concurrence, to be secured with provisions conforming to such statutory requirement shall be deemed incorporated performance and payment bonds executed by a qualified surety equivalent herein. The intent is that this Bond shall be construed as a statutory bond and not as a to the bonds issued on the Contract, and pay to Owner the amount of common law bond. damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 12. Definitions.

4.4. Waive its right to perform and complete, arrange for completion, or obtain 12.1 Balance of the Contract Price: The total amount payable by Owner to a new contractor and with reasonable promptness under the circumstances: Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be 1. After investigation, determine the amount for which it may be liable to received by Owner in settlement of insurance or other Claims for damages Owner and, as soon as practicable after the amount is determined, to which Contractor is entitled, reduced by all valid and proper payments tender payment therefor to Owner; or made to or on behalf of Contractor under the Contract.

2. Deny liability in whole or in part and notify Owner citing reasons 12.2. Contract: The agreement between Owner and Contractor identified on the therefor. signature page, including all Contract Documents and changes thereto.

5. If Surety does not proceed as provided in Paragraph 4 with reasonable promptness, 12.3. Contractor Default: Failure of Contractor, which has neither been Surety shall be deemed to be in default on this Bond 15 days after receipt of an remedied nor waived, to perform or otherwise to comply with the terms of additional written notice from Owner to Surety demanding that Surety perform its the Contract. obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 4.4, and Owner 12.4. Owner Default: Failure of Owner, which has neither been remedied nor refuses the payment tendered or Surety has denied liability, in whole or in waived, to pay Contractor as required by the Contract or to perform and part, without further notice Owner shall be entitled to enforce any remedy available to complete or comply with the other terms thereof. Owner.

FOR INFORMATION ONLY – Name, Address and Telephone Surety Agency or Broker Owner’s Representative (engineer or other party)

00610-2 CITY OF BILLINGS STANDARD MODIFICATIONS TO MPWSS SIXTH EDITION, FEBRUARY 2018 (Refer to City of Billings Website) www.cityofbillings.net SPECIAL PROVISIONS SPECIAL PROVISIONS

SP-1 SPECIFICATIONS AND CONTRACT DOCUMENTS

The Bidding Requirements, Contract Forms, Conditions of the Contract, Standard General Conditions, and Specifications governing this contract are the Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010 and City of Billings Standard Modifications to MPWSS Sixth Edition, February 2018.

SP-2 GENERAL

The following special provision items are included to supplement the standard specifications and to clarify items specific to this contract. These provisions are part of the overall specifications and, as such, shall be regarded in a like manner during the bidding process and during the construction phase. The special provision items shall govern during the construction phase and shall supersede items of like nature in the standard specifications. Precedence shall be given in the following order: 1) Special Provisions; 2) City of Billings Standard Modifications to MPWSS Sixth Edition, February 2018; 3) Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010.

Contractor shall coordinate all construction activities through all phases of the project, the intent being to complete the proposed construction in a neat orderly fashion, in a timely manner, and with a minimum of disturbance to neighbors and the traveling public.

The Contract Drawings consist of 9 sheets. Each sheet bears the following general title: Pirtz Field, Stewart Park, To Provide Synthetic Turf Infield and Drainage Improvements, Billings, Montana.

Contractor shall construct project only using plan sheets marked “Issued for Construction”.

SP-3 PROJECT DESCRIPTION

Provide synthetic turf infield and drainage improvements for Pirtz Field located in Stewart Park, Billings, Montana.

The Bid Form contains two separate contract schedules: Schedule I – Base Construction and Schedule II – Turf Installation.

Separate contracts will be awarded for Base Construction and Turf Installation. If a Contractor chooses to bid only one schedule, “No Bid” should be indicated on the remaining bid schedule.

P:CA05133_02_Pirtz_Field_SP SP - 1 (09/19/18) BSA/tc SP-4 CERTIFICATE OF INSURANCE

Insurance coverage shall be in accordance to Montana Public Works Standard Specifications, Sixth Edition, April 2010.

SP-5 PAYMENT AND PERFORMANCE BONDS

Payment and Performance Bonds are required in accordance to the Montana Public Works Standard Specifications, Sixth Edition, April 2010. Bond forms have been provided in the Payment and Performance Bonds section of the Contract Documents.

SP-6 PREVAILING WAGE RATES

All work performed under this contract shall be subject to the Montana Prevailing Wage Rates for Heavy Construction Services. For the Contractor’s reference the wage rates have been included with Contract Documents. Contractor shall maintain payroll records in a manner readily capable of being certified for submission under MCA 18-2-423, for not less than 3 years after the Contractor’s completion of work on the project.

SP-7 PAYMENT OF CHANGE ORDERS

Additional work, above and beyond the original contract, including any additive alternate work, will not be paid for without a signed change order or contract amendment signed by the Owner prior to the start of any work.

Any work that has begun prior to obtaining approval from the Owner or the exception listed above will not be paid for by the Owner and will not be added to the contract.

SP-8 ADVERSE WEATHER SHUTDOWN

The Contractor is advised that should the Contractor request an adverse weather shutdown and should such a shutdown be approved by the Engineer, all work on the project shall cease. The Engineer will not be available for work inspection during such shutdowns and any work completed by the Contractor during such a shutdown will not be accepted by the Engineer.

In no case will an adverse weather shutdown be approved by the Engineer until all temporary services have been restored.

During adverse weather shutdown, Contractor must maintain storm water management facilities in accordance to the Storm Water Management and Erosion Control Permit, and maintain all temporary roads and walkways.

P:CA05133_02_Pirtz_Field_SP SP - 2 (09/19/18) BSA/tc SP-9 BASIS OF PAYMENT

The bid items included in the Bid Form include all items, which will receive payment under this contract. Additional work described in the Contract Documents or shown on the Plans, which is not specifically listed in the Bid Form, shall be considered incidental to the closest associated Bid Item.

The basis for payment shall be as abbreviated on the Bid Form and defined below:

LS = Lump Sum EA = Each LF = Linear Feet VF = Vertical Feet CY = Cubic Yard SY = Square Yard SF = Square Feet TN = Ton GL = Gallon

At project completion, adjustments to quantities will be made based on actual amounts installed. Adjustments will not be made for Lump Sum items unless the scope of work is substantially changed during construction as determined by the Engineer. The Engineer shall have final authority in determining if the scope of work has substantially changed. If scope of work must be changed due to negligence or fault of the Contractor, additional payment for Lump Sum items shall not be made. Quantity adjustments to all non-lump sum items shall be measured by the Engineer in the presence of the Contractor. Payment for each item shall be for the finished product including all labor, materials, equipment, overhead, profit and any other miscellaneous items unless otherwise noted in the Contract Documents.

Mobilization and Insurance Bid Items. These items include the mobilization of equipment to the site, insurance and bond costs and demobilization. Payment for Mobilization and Insurance Bid Items shall be made as follows. Sixty (60) percent of the total item shall be paid with the first application for payment. The remaining forty (40) percent of the total shall be paid with the first application for payment that is submitted to the Engineer after the Certificate of Substantial Completion has been signed by the Engineer and the Owner.

Partial Payments of Lump Sum Bid Items. Payment for all lump sum items shall be made on the basis of percent of work complete on individual items at the time the Contractor submits the Application for Payment to the Engineer. If required by the Engineer, the Contractor shall provide evidence of percent of work complete. The percent of work shall then be determined by the judgment and calculations of the Engineer.

P:CA05133_02_Pirtz_Field_SP SP - 3 (09/19/18) BSA/tc SP-10 APPLICATION FOR PAYMENT

All application for payments must be submitted to the Engineer, for approval, by the 25th of each month, including estimated percent completed through the end of the month. Any pay applications not received by the 25th, or following day if the 25th falls on a holiday or weekend, will be processed the next billing cycle.

SP-11 LIMITS OF CONSTRUCTION

The Contractor is required to confine construction activities within the limit of the public right-of-way, public easements or designated city owned utility right-of-way easements, or designated construction or staging areas. Staging areas and construction access shall be approved by Owner.

Open space, vacant lots, or undeveloped land shall not be considered for Contractor use unless the Contractor obtains separate temporary easements. Said separate temporary easements shall be in writing executed by the property owner of said land and an executed copy shall be filed with the Owner and the Engineer, prior to Contractor occupancy of land.

Unless specifically designated for removal, all trees and other improvements in or adjacent to easements and rights-of-way shall not be touched, trimmed or injured. All restoration outside the limits of the construction areas shall be at the Contractor’s expense.

SP-12 PRESERVATION AND REPAIR BY CONTRACTOR

The Contractor shall be responsible for the preservation of existing irrigated lawn areas, paved and gravel street sections, walkways, etc. which are not to be disturbed by construction. The Contractor is hereby cautioned that any damage done in any existing irrigated lawn areas, paved or gravel or surface, due to any construction or travel operations (hauling, storage, unloading, etc.), shall be repaired and/or replaced to the satisfaction of the Owner. The Contractor shall familiarize themselves with the existing sections in the area and consider self-imposed load restrictions conforming to those sections. All access roads shall be kept free and clear of all mud, gravel, debris, etc., during the project. There will be no additional payment to the Contractor for the cleaning and sweeping of all access roads. If the Contractor fails to keep access roadways clean and others are required to provide this service, the cost of this work will be deducted from the Contractor’s application for payment. All damaged areas outside the limits of construction to be restored to satisfaction of City of Billings Parks Department and Billings American Legion Baseball; paid under bid Item 131.

SP-13 CONTRACTOR’S SUPERINTENDENT

The Contractor will be required to have a full-time resident General Superintendent on the project at all times while the work is in progress. The General Superintendent

P:CA05133_02_Pirtz_Field_SP SP - 4 (09/19/18) BSA/tc shall be knowledgeable and qualified to evaluate the quality of not only the general construction work but especially the systems and installations of subcontract work.

The General Superintendent shall:

• Aggressively evaluate on a day-to-day basis and be responsible for the quality and acceptability of all work. • Make the first determination as to the fitness and compliance of all work performed. • Be the initiator in regard to rejection of unfit work. • Not passively default or abdicate, in the first analysis, these duties to the Architect/Engineer or to the Owner.

The General Superintendent shall be in a position to direct the work and make decisions either directly or through immediate contact with General Superintendent’s superior. Absence or incompetence of the General Superintendent shall be reason for the Owner to stop all work on the project.

The General Superintendent or Contractor’s designated representative shall maintain, at the project site, a “Record Set of Drawings” showing field changes, as-built elevations, unusual conditions encountered during construction, manufacturer’s catalog number of equipment supplied, and other data as required to provide the Owner with an accurate “as-constructed” set of Drawings. An approval by the Engineer shall not be given on the final payment request until complete record drawings are submitted to the Engineer.

SP-14 CONTRACTOR WORK HOURS

The schedule for this project has been figured on the basis of the Contractor working five days a week (Monday through Friday, excluding legal holidays), eight (8) hours a day. Should the Contractor and/or Contractor’s subcontractor(s) desire to work more than five (5) days per week or more than eight (8) hours per day, then approval to do so must be obtained from the Engineer. If the additional work hours result in costs above and beyond the Engineer’s contract fees, the actual cost of the additional Engineer’s services will be the responsibility of the Contractor and will be deducted from the Contractor’s application for payment. These costs shall not be considered a part of the liquidated damages. Listed below is the applied rate schedule in the event the Engineer is due additional compensation.

Hourly Fee Schedule Staff Personnel Services Expert Witness/Special Consultant = $ 250.00 Principal = $ 180.00 Senior Engineer = $ 165.00

P:CA05133_02_Pirtz_Field_SP SP - 5 (09/19/18) BSA/tc Project Engineer = $ 115.00 Staff Engineer = $ 90.00 Engineer Intern = $ 65.00 Senior Land Planner = $ 135.00 Land Planner = $ 130.00 Landscape Architect = $ 125.00 Landscape Designer = $ 80.00 Senior Professional Land Surveyor = $ 130.00 Professional Land Surveyor = $ 110.00 Staff Surveyor = $ 95.00 Field Survey Technician = $ 80.00 Marketing Director = $ 120.00 Graphic Artist = $ 100.00 Photographer = $ 180.00 Web Developer = $ 90.00 Designer = $ 90.00 CADD Technician = $ 80.00 Senior Construction Engineering Technician = $ 110.00 Construction Engineering Technician = $ 85.00 Construction Inspector = $ 80.00 Project Administrator = $ 65.00 Administrative/Clerical = $ 55.00

Survey Crew Services 1-person Crew/2-person Crew = $ Per Project

No work shall be done between the hours of 6:00 p.m. and 8:00 a.m., nor on Saturdays, Sundays, or legal holidays, without the written approval of the Owner. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the Owner’s approval.

SP-15 CONTRACTOR RESPONSIBILITIES

The Contractor shall be responsible for obtaining all permits as required by local government agencies.

The Contractor shall enforce strict discipline and good order among Contractor’s employees and other persons carrying out the Agreement. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations, and lawful orders of public authorities bearing on performance of the work.

The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Agreement. At completion of this work, the Contractor shall remove from and about the project

P:CA05133_02_Pirtz_Field_SP SP - 6 (09/19/18) BSA/tc waste materials, rubbish, tools, construction equipment, machinery and surplus materials.

To the fullest extent of the Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer from and against all claims, costs, damages, losses and expenses, including, but not limited to, attorney's fees arising out of or resulting from performance of the work caused in whole or in part by negligent acts or omissions of the Contractor, subcontractor(s), anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder.

The Contractor shall coordinate all phases of the work with Owner’s use of the building to minimize or avoid conflict, protect all existing work adjacent to new construction, and repair any damage and leave premises in original condition, except where otherwise specified by the Engineer. Contractor agrees to attend or be represented at weekly team meetings during the term of the project to assure coordination with the other project participants.

SP-16 TEMPORARY FACILITIES

Water, power, heat, and toilet facilities may not be available at the job site. The Contractor shall provide, at Contractor’s expense, temporary water, power, heat, and toilet facilities, as required.

The Contractor shall design, construct, and maintain miscellaneous services and facilities as needed to accommodate performance of the work, including but not limited to temporary stairs, ramps, ladders, staging, shoring, scaffolding, temporary partitions, waste chutes, sidewalk bridge/walkway, and similar items.

SP-17 UNCLASSIFIED EXCAVATION AND TOPSOIL

The quantities included within the plans are based upon existing ground to subgrade cuts. Unclassified excavation shall include clearing and grubbing, excavation, filling or backfilling, and subgrade preparation to the specified lines, grades and cross sections as preparation for overlying base course or other surface courses as shown in the contract documents.

Payment for excavation of the calculated quantity for stripping and stockpiling and replacement of the topsoil will be paid under the bid item for unclassified excavation.

All excess material shall be disposed of off-site and shall be considered incidental.

P:CA05133_02_Pirtz_Field_SP SP - 7 (09/19/18) BSA/tc SP-18 DUST CONTROL

The Contractor shall provide dust abatement for all roads and work areas and prevent dust from becoming a nuisance to adjacent homes and businesses. There will be no payment for dust control and shall be at the Contractor’s expense.

SP-19 WATER FOR CONSTRUCTION PURPOSES

Construction water required for compaction of embankments, subgrade, trenches, gravel courses, paving, or any other construction related work must be supplied by the Contractor at Contractor’s expense. Should the Contractor choose to approach the City of Billings Public Works Department regarding the purchase and use of such water, the necessary agreements must be in place.

SP-20 PRIVATE UTILITY COORDINATION

The Contractor will need to coordinate operations with other utility owners for the moving, crossing, support or reinstallation of services, poles, and mainlines and their appurtenances.

SP-21 UNDERGROUND UTILITY CROSSINGS

The Contractor shall be responsible for checking with the owners of the underground utilities such as the City, County, power and telephone companies, etc., as to the location of their underground installations in the project area. The Contractor shall be solely responsible for any damage done to these installations due to failure to locate them or to properly protect them when their location is known. It shall be solely the responsibility of the Contractor to fully coordinate Contractor’s work with the agencies and to keep them informed of Contractor’s construction activities so that these vital installations are fully protected at all times.

A Montana One-Call system (1-800-424-5555) has been established to facilitate requests for underground facility location information. The Contractor is cautioned that all utilities may not be on this system.

Type 1 Bedding Material and Type A Trench Backfill shall be utilized to replace material under and around such municipal and private utility lines. Compaction above the bedding material and under the utility line crossing is critical and must be maintained. No separate measurement and payment shall be made for this item. All costs shall be considered an integral part of and be included in the price bid for pipe complete-in-place.

The relocating, bracing, raising or supporting of facilities as required by this construction will be the responsibility of the Contractor. The Contractor shall schedule Contractor’s operations and establish such coordination with the respective owners as necessary so that any conflicts are avoided.

P:CA05133_02_Pirtz_Field_SP SP - 8 (09/19/18) BSA/tc The Contractor shall have full agreement and understanding with the affected utility companies on what the existing conditions are and what will be necessary to be changed for the Contractor’s construction. The Contractor will obtain any permits, agreements, or insurance required. No separate measurement and payment shall be made for this item, unless specifically noted. All costs shall be considered an integral part of and be included in the price bid for pipe complete-in-place.

SP-22 SIGNS, SIGN POSTS AND UTILITY POLES

All existing signs, sign posts and utility poles determined to be in the path of the work zone shall be temporarily removed and later replaced in their previous location. The conditions of MPWSS Section 02114 shall apply to this section with the exception that there shall be no separate measurement and payment for this item.

SP-23 SECURING WORK AREAS AND PEDESTRIAN TRAFFIC

The Contractor is reminded of the importance of securing all work areas during and after construction work hours to prevent school children, pedestrian and bicycle access. Cost of the above shall be included in related bid items.

SP-24 TRAFFIC SIGNING

Traffic signing shall comply with the Montana Public Works Standard Specifications, Fifth Edition, Manual on Uniform Traffic Control Devices, and as detailed on the plans.

SP-25 TRAFFIC CONTROL

The Contractor will be required to prepare and submit traffic control plans for review by the Engineer and approval by the City of Billings.

For each road closure that interrupts the traffic, an informational release shall be submitted to the Engineer for approval by the City of Billings within the time requirements of the traffic control plan form. This informational release shall be distributed by the Contractor in the given work area forty-eight (48) hours prior to beginning construction. The Contractor shall also take measures for publicizing road closures through the Billings Gazette for the five days prior to the closure, as well as making contact with the public services and other news media as follows:

SERVICES PHONE FAX Communications Center 657-8200 657-8400 Billings School District No. 2 281-5570 255-3582 First Student 248-3667 248-5822 Solid Waste Department 657-8260 247-8626 Fire Department 657-8423 657-8456 Police Department 657-8200 657-8400 Yellowstone County Sheriff’s Office 256-2929 256-2934

P:CA05133_02_Pirtz_Field_SP SP - 9 (09/19/18) BSA/tc Met Transit Division 657-8218 657-8419 Montana Dept. of Transportation ** 252-4138 256-6487 Montana Depart. of Justice ** Highway Patrol Division 896-4351 American Medical Response 259-9601 245-8800 City Administrator’s Office ** 657-8433 657-8390

** Additional contacts if significant traffic control impacts on a principal arterial are expected or if directed by the City of Billings Engineering Division. NOTE: All alley closures require notification of the City Solid Waste Department (657-8260).

MEDIA PHONE FAX Road/Watch Montana 628-8488 628-8838 The Billings Gazette 657-8419 657-1345 KTVQ-2 TV 252-5611 656-9938 KULR-8 TV 656-8000 652-8207 KSVI-4 TV 652-4743 652-6963 KHMT TV 652-7366 652-6963 KCTR/Cat Country, K-Bear Radio 248-7827 252-9577 KBLG, KYYA Y-93, KRKX Radio 652-8400 652-4899 KEMC Radio 657-2941 657-2977 KGHL, KRSQ, KKBX, KZRV Radio 238-1000 238-1038 KURL Radio 245-3121 245-0822

Temporary traffic signing shall comply with the City of Billings Modifications to MPWSS, Sixth Edition, February 2018, Montana Public Works Standard Specifications, Sixth Edition, April 2010, the Manual on Uniform Traffic Control Devices, and as detailed on the plans.

If during the course of work, additional signing is deemed necessary by the Contractor, the Contractor shall submit a written request to the Engineer for approval by the City of Billings. If the additional signing results in extra expenses, then the extra expenses shall be compensated through a change order to the contract and shall be executed in accordance with all references and requirements herein. No traffic control signs shall be placed on existing sign or utility poles, during construction.

SP-26 WATER MAIN DISINFECTION WATER DISCHARGE

State permits may be required for dechlorination and discharge of chlorinated disinfection water. Said permits and associated fees shall be responsibility of Contractor.

All temporary water systems, if required, shall have the same disinfection and testing as mainlines.

P:CA05133_02_Pirtz_Field_SP SP - 10 (09/19/18) BSA/tc SP-27 GEOTECHNICAL REPORT

A geotechnical investigation and report were completed for this project. The entire report is included within these bid documents, for the Contractor’s reference. The report was prepared by Rawhide Engineering, Inc. and has been reprinted here with the permission of Rawhide Engineering, Inc.

SP-28 COMPACTION REQUIREMENTS

All trench backfill shall be compacted to 97 percent of maximum dry density as determined by the standard proctor method ASTM (D-698). All other compaction shall be 95 percent of ASTM (D-698).

SP-29 STORM WATER MANAGEMENT AND EROSION CONTROL

The Contractor(s) shall make note that this project may be subject to Montana Department of Environmental Quality Storm Water General Discharge Permit authorization. Contractor shall pay the application fee, the first annual fee and additional annual fees necessary until the termination of the permit has been granted by the Montana Department of Environmental Quality (MDEQ). Contractor is responsible for securing and administering the permit and installation and maintenance of the erosion control structures, which will be paid under the Storm Water Management and Erosion Control Bid Items. All Storm Water Management and Erosion Control for this project shall comply with the requirements set forth in the General Permit for Storm Water Discharges Associated with Construction Activity which can be obtained from MDEQ at:

http://www.deq.state.mt.us/wqinfo/MPDES/StormwaterConstruction.asp

Contractor is required to complete and submit a Notice of Intent (NOI) and a Storm Water Pollution Prevention Plan (SWPPP) in accordance with the requirements stated in the General Permit. The NOI shall be completed with the Contractor as Applicant/Operator. Applicant shall be responsible for achieving final stabilization and submitting the Notice of Termination (NOT). Contractor shall transfer permit ownership to the School District once final project acceptance is achieved. The Owner (School district) shall be responsible for reseeding project site sufficient for terminating the permit.

Contractor shall comply with all requirements and conditions of the General Permit and the Storm Water Pollution Prevention Plan (SWPPP). Failure to do so will result in the issuing of an order to suspend work in addition to the potential fines that may be assessed by the Montana Department of Environmental Quality.

Contractor’s responsibilities regarding maintenance of erosion control structures, after final project acceptance, will be limited to the areas disturbed by the utility and street construction for this project only. Contractor will not be responsible for erosion control beyond the disturbed areas of this project due to adjacent

P:CA05133_02_Pirtz_Field_SP SP - 11 (09/19/18) BSA/tc construction. It is the Contractor’s responsibility to document the extent of disruption due to construction activities directly related to this project. The documentation should include pictures with a date stamp that is concurrent with the date of final project acceptance.

SP-30 MATERIALS TESTING AND CONTROL

A. The following materials and control tests may be made by the Engineer to determine the Contractor’s compliance with the specifications:

1. In place density test of subgrade backfill, subbase, base and asphalt paving courses. 2. Subbase gravel for artificial turf installation must meet gradation requirements in the “Artificial Grass Field Base” technical specification. The Base Contractor shall submit a sieve analysis, documentation of porosity, and permeability of the subbase gravel prior to installation, which the Turf Contractor/Installer and Engineer shall review for conformance with the technical specification. 3. Gradation, liquid limit and plasticity index tests of subbase, base and surfacing aggregates. Tests of subbase and base course materials shall be made from material in place. Tests of plant mix aggregates shall be made from samples obtained from the hot bins of the hot plant. Tests of concrete aggregates shall be made from samples at the mixer site. 4. Stripping tests, volume swell tests, fracture tests, wear tests and soundness tests shall be made prior to or during the Contractor’s crushing operations. 5. Concrete cylinder and beam test. 6. Marshall Field Stability tests and graded extractions of the hot plant mix asphalt concrete paving courses. 7. Periodic tests of the Contractor’s production operations of aggregate will be made for the purpose of verifying the Contractor’s control and testing of Contractor’s aggregate production. Such testing does not relieve the Contractor of their responsibility to produce material that will meet specification requirements, and Contractor will be required to make such additional tests at Contractor’s expense as required to produce aggregate meeting specification requirements. 8. Laboratory analysis of asphalt materials.

The periodic tests made by the Engineer, of the Contractor’s production may serve as the basis for rejecting stockpiles as unacceptable. The above tests - paragraphs 1. through 8. - shall be made with no cost to the Contractor, except as herein provided for test failure. Should any of these tests fail, the

P:CA05133_02_Pirtz_Field_SP SP - 12 (09/19/18) BSA/tc Contractor shall then be responsible for the cost of the failing test. The costs of the failing tests shall be deducted from the Contractor’s application for payment.

B. Prior to the start of any installation of pipe, acceptability of all concrete storm drain shall be determined by the results of the three-edge bearing test to produce a 0.01 inch crack, as described in ASTM C497. The load required to produce a 0.01 inch crack shall not be less than that described in ASTM C76 for round pipe and ASTM C506 for arch pipe. The pipe sections to be tested throughout the remainder of the project shall be selected at random by the Owner or Owner’s authorized representative.

All three-edge bearing test shall be completed by the manufacturer at no added cost to the Owner.

C. The costs of the following tests shall be paid for by the Contractor:

1. Any additional tests the Contractor requires to control Contractor’s crushing, screening or other construction operations. 2. Asphalt cement pavement and Portland cement concrete mix designs. 3. Test failure, as provided above. 4. Any additional tests required to verify acceptable quality of supplied materials. This shall include, but not be limited to, a three-edge bearing test.

D. Acceptance and rejection of materials will generally be determined from tests made of the various courses complete and in-place in the field. While the Engineer may, during course of construction, make tests at the source or point of production; it is the responsibility of the Contractor to conduct, control and test Contractor’s production operations in such a manner that the materials produced will meet the specification requirements.

SP-31 TECHNICAL SPECIFICATIONS

Technical specifications have been included in the Contract Documents and are incorporated by reference. The attached technical specifications shall be considered a part of these Special Provisions in determining precedence of the Contract Documents. Technical specifications are included for the following:

• Section 02721 - Field Base Construction • Section 02821 - Seeded Lawns • Section 02823 - Sod Lawns • Section 02890 - Artificial Grass Turf • Section 02970 – Landscape Maintenance

P:CA05133_02_Pirtz_Field_SP SP - 13 (09/19/18) BSA/tc SP-32 TURNOVER OF THE SITE TO TURF CONTRACTOR

The finished stone base shall be verified for compaction, planarity, and permeability and accepted in writing as specified in the Section 02721 - Field Base Construction.

SP-33 SHOP DRAWINGS

Shop drawings shall be submitted for all materials used in the project including, but not limited to the following:

A. Subbase Stone and Finishing Stone Gradation, Porosity, and Permeability B. Crushed Base Course (1½-inch minus) Gravel C. Asphalt Concrete Mix Design D. Concrete E. Piping and any Piping Components and Manholes F. Seed and Fertilizer Mix

SP-34 QUALITY CONTROL/MATERIALS TESTING OF MANHOLES

The Contractor shall provide to the Engineer compression tests for verification of the minimum specified concrete strength requirements. Tests shall be made as outlined within ASTM C478. A minimum of two cylinders shall be tested for each day’s production. Sampling and testing shall be performed by a qualified independent testing laboratory.

The Contractor shall provide the Engineer with a schedule of the manufacturer date of manholes for the project. The manufacturer shall allow the Engineer access to inspect the manufacturer of the manholes to assure compliance with the requirements of ASTM C478.

All required sampling and testing of the cylinder shall be completed by the Contractor at no cost to the Owner.

SP-35 TYPES OF PIPE

Listed below are the only types of pipe approved for installation for the corresponding type of underground utility.

Storm Drain - Poly-vinyl chloride pipe Storm Drain Flat Drains - ADS Advanedge or Equivalent

SP-36 PIPE DEFLECTION

PVC pipe deflection shall not exceed 1/2 of the manufacturer's recommended maximum deflection.

P:CA05133_02_Pirtz_Field_SP SP - 14 (09/19/18) BSA/tc SP-37 UNSUITABLE BACKFILL

The Contractor is responsible for stabilizing all excavated areas before backfilling. Any excavated material that is unsuitable for backfill, due to moisture content (either excessively wet or dry), shall be conditioned in a manner acceptable to the Engineer to render it suitable for backfill in accordance with the MPWSS, Sixth Edition, Section 02221. All costs associated with this work shall be considered incidental.

If the Contractor chooses not to condition the unsuitable materials, imported material, approved by the Engineer, shall be substituted for backfill. Imported material and disposal of unsuitable materials shall be considered incidental.

SP-38 EXPLANATION OF BID ITEMS

The following items are intended to clarify the scope of the following Bid Items, but are to be considered supplemental to the rest of the Contract Documents and not necessarily all inclusive of items, which must be completed for payment of each Bid Item.

Bid Item No. 106 – Demolition. This bid item shall consist of demolition within the area identified on Sheet 3.0. Demolition includes, but is not limited to, capping existing potable water line, removing existing sprinkler lines, abandoned portions of potable water line, existing base anchors, home plate, and temporary removal of fences and/or gates. Existing concrete retaining walls and dugout curbs shall be preserved. Excavation and haul-off within the demolition area is covered under Bid Item No. 107 - Unclassified Excavation.

The City Parks Department will cap and abandon the two sprinkler zones that currently irrigate the existing infield. The City Parks Department will also remove the eight existing sprinkler heads located adjacent to the infield/outfield interface and provide a riser up to grade for each head.

Bid Item No. 109 – 30-mil PVC Membrane and Non-Woven Geotextile. This bid item includes all products and labor to install the membrane and geotextile fabric on the subgrade. Membrane shall be watertight, have welded seams, and installed in accordance with the manufacturer’s recommendations. An 8-oz. non-woven geotextile fabric shall be placed between the membrane and the base stone. Bid quantity is inclusive of all required overlap of panels, watertight penetrations from pipes, and any other items penetrating membrane as well as QA/QC of welds in accordance with the manufacturer’s recommendations.

Bid Item No. 110 – 8-inch Perforated Collector Drain Pipe. This bid item includes all products and labor to install the collector drain. The collector drain bid item shall include perforated SDR-35 PVC, 1½-inch washed, crushed gravel, geotextile wrap, and excavation in the collector trench is inclusive in bid item.

P:CA05133_02_Pirtz_Field_SP SP - 15 (09/19/18) BSA/tc Bid Item No. 113 – 6-inch Clean-Out Assembly. This bid item includes all products and labor to install the cleanout assembly. Each 6-inch clean-out shall consist of the cleanout piping and fittings, fabricated aluminum cap, and recycled plastic collar in accordance to the plan detail. Turf shall be glued to the lid by the turf installer.

Bid Item No. 122 – Pitcher’s Mound. This bid item shall include all products and labor to install the mound, including but not limited to the 6-inch x 12-inch pitching rubber, base gravel, shaping, and labor to install the 18-foot diameter pitcher’s mound area as described on the detail on Sheet 9.0.

Bid Item No. 124 – Bullpen Pitcher’s Mound. This bid item shall include all products and labor to install the bullpen mound, including but not limited to the 6-inch x 12-inch pitching rubber, base gravel, curbing, shaping, and labor to install the 7-foot x 12.83-foot pitcher’s mound area as described on the detail on Sheet 9.0.

Bid Item No. 125 – Base Ground Anchor. This bid item shall include all products and labor to install ground anchors for bases at first, second, and third base. Contractor shall install base ground anchors in accordance with manufacturer’s recommendations. Anchors shall accommodate bases utilized by the Owner.

Bid Item No. 126 – Irrigation Repair. This bid item shall include all products and labor to make irrigation repairs. All irrigation repairs shall be completed by a landscape subcontractor. This bid item shall include reinstalling eight irrigation heads adjacent to the infield/outfield interface of the field and repair of any irrigation components damaged during construction activity within Pirtz Field and within Stewart Park. Mechanical fittings shall be permitted on irrigation pipes 3-inch diameter or greater; no glued pipe or fitting connections are allowed on 3-inch diameter or greater piping.

Bid Item No. 127 – Turf Grass Restoration. This bid item shall include all products and labor to restore damaged turf grass areas. All turf grass damaged during construction, including ruts greater than two inches deep, shall be restored to original grade with a smooth transition to newly-installed curbing associated with the synthetic turf system. Seedbed and seeding shall be conducted in accordance with the Seeded Lawns technical specification. Maximum pay limits are identified on Sheet C3.0. Disturbance caused outside the limits shown will be repaired by the contractor at no additional cost to the owner.

Bid Item No. 128 – Warning Track Restoration. This bid item shall include all products and labor to restore warning track areas disturbed by construction. All warning track damaged during construction, including ruts greater than two inches deep, shall be restored to original grade with a smooth transition to newly-installed curbing associated with the synthetic turf system. Surface shall have a minimum depth of four inches of infield mix.

P:CA05133_02_Pirtz_Field_SP SP - 16 (09/19/18) BSA/tc Bid Item No. 129 – Turf Grass Maintenance. This bid item shall include all products and labor to maintained restored turf grass in accordance with Section 02970.

Bid Item No. 130 – 1.5-inch Quick Coupler Assembly. This bid item shall include all products and labor to install a 1.5-inch Quick Coupler including tying into existing water service and valve box as described on the detail on Sheet 9.0.

Bid Item No. 131 – Site Restoration. This bid item shall include all products and labor and consist of repair of site due to site construction and demolition within the playing field, surrounding roadways, parking lots, and park. Site restoration includes, but is not limited to, repairing fences and/or gates removed for construction, damaged underground utilities, and repairing cracked pavements, curbs, or landscape caused by construction activity.

Bid Item No. A-101 – Flat Drain to Collector Drain Connection. This bid item includes all products and labor to connect the 1-inch x 12-inch flat drains to the 8- inch collector drain pipe.

Bid Alternate B – Substitute Woven Geotextile for PVC Membrane. This bid alternate removes the 30-mil PVC membrane with non-woven geotextile (Bid Item No. 109) and replaces it with a Mirafi HP370 woven geotextile or equivalent.

Bid Alternate C (Schedule I) and Bid Alternate A (Schedule II) – Spring 2019 Construction Adjustment. The base bid for the construction project shall be based on Fall 2018 construction with construction to begin following City Council approval, which is anticipated to occur on October 22, 2018. This bid alternate is a cost adjustment to provide the same construction services beginning on or around March 1, 2019, depending on weather. The adjustment shall be a negative number for a reduced fee or positive for a fee increase for spring construction. If selected, the cost adjustment will be paid based on the overall percentage of construction completed within the bid schedule.

Bid Alternate D – Restore Turf Grass with Sod. This bid alternate removes the Turf Grass Restoration (Bid Item No. 127) and replaces it with Sod Turf Grass Restoration. This bid item shall include all products and labor to restore damaged turf grass areas. All turf grass damaged during construction, including ruts greater than two inches deep, shall be restored to original grade with a smooth transition to newly-installed curbing associated with the synthetic turf system. Sodding shall be conducted in accordance with the Sod Lawns technical specification. Maximum pay limits are identified on Sheet C3.0. Disturbance caused outside the limits shown will be repaired by the contractor at no additional cost to the owner.

P:CA05133_02_Pirtz_Field_SP SP - 17 (09/19/18) BSA/tc SECTION 02721 ARTIFICIAL GRASS FIELD BASE SECTION 02721 FIELD BASE CONSTRUCTION

PART 1: GENERAL

1.1 REFERENCES

A. Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010.

ASTM Standard Test Methods:

D1557 – Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort.

D3385 - Standard Test Method for Infiltration Rate of Soils in Field Using Double-Ring Infiltrometer

1.2 PRE-CONSTRUCTION MEETING

A. Convene one week before starting work of this section.

1.3 DELIVERY, STORAGE, AND PROTECTION

A. Deliver products to project site in wrapped condition.

B. Store products under cover and elevated above grade.

PART 2: EXECUTION

2.1 GENERAL

A. The installation shall be performed in full compliance with approved Plans and Specifications.

B. The base work and drainage shall be performed to the satisfaction of the turf manufacturer and certified turf applicator. The Base Contractor shall have on-site a Superintendent experienced in similar base construction activities.

2.2 QUALITY ASSURANCE

A. The Contractor is responsible for verifying the quality of the work and shall perform compaction and density tests on request of the Engineer to check compliance with these specifications. A copy of the test reports shall be furnished to the Engineer.

P:05133_02_SEC0271 Artificial_Grass_Field_Base (09/06/18) BSA/tc ATIFICIAL GRASS FIELD BASE Page 1 of 7

B. The Engineer may require that an independent testing laboratory test imported materials at any time. If the material is found to be non-compliant with the Contract, the Contractor shall bear the cost of testing, removal of all non- compliant materials from the Project Site, and replacement of the materials with materials meeting the requirements of the Contract. If the materials tested are found to be compliant with the requirements of the Contract, the Owner will reimburse the Contractor for costs incurred by testing.

C. It is the responsibility of the Contractor to verify the accuracy of all survey information provided by the Owner prior to commencing excavations or filling operations. Commencement of these operations constitutes acceptance of the survey information as appropriate to meet the intent of the Contract.

D. Submittals: The Engineer shall approve in principle all products used in the execution of this section prior to their importation to the Project Site. Submit a particle gradation analysis in table form, porosity, and permeability of base and finishing stone.

E. The Turf Contractor/Installer shall verify that all sub-base, drainage and leveling is complete prior to turf installation and that the sub-base meets all tolerance-to- grade requirements.

F. The surface to receive the synthetic turf shall be inspected by the Installer, and prior to the beginning of installation, the Installer must accept in writing the sub- base surface planarity. The surface must be perfectly clean as installation commences and shall be maintained in that condition throughout the process.

G. Confirm by on-site inspection and testing that the sub-base is acceptably permeable.

2.3 INSTALLATION

A. Install in accordance with Manufacturer's instructions. The Base Contractor and the Turf Contractor shall strictly adhere to the installation procedures outlined under this section. Any variance from these requirements must be accepted in writing, by the Manufacturer’s on-site representative, and submitted to the Engineer/Owner, verifying that the changes do not in any way affect the warranty. Infill materials shall be approved by the Manufacturer and installed in accordance with the Manufacturer’s standard procedures.

B. The artificial grass sports field system requires a permeable and stable base for outdoor use.

1. All topsoil, organic, and non-compacting materials must be removed.

P:05133_02_SEC0271 Artificial_Grass_Field_Base (09/06/18) BSA/tc ATIFICIAL GRASS FIELD BASE Page 2 of 7 2. The soil bed must have a typical slope of 0.5% from the pitcher’s mound and turf outer perimeter towards the collector drains as shown on the project plans.

3. The soil bed must be compacted in both directions to attain the specified compaction rate. Refer to the attached geotechnical report by Rawhide Engineering Inc. for earthwork and compaction requirements.

4. The soil bed must be prepared to tolerances of not more than ½-inch from design grade to allow for even drainage.

5. After subgrade has been properly graded, contoured and sloped as required, it shall be compacted to 95% Proctor density. The final grade of the subgrade shall not vary from the specified grade by more than ½-inch from design grade. 6. A polyvinyl chloride (PVC) impermeable membrane, 30 mils thick, with thermally welded seams shall be placed on the prepared subgrade per the manufacturer’s recommendations and covered with an 8 oz./yd2 non- woven geo-textile fabric overlay suitable for puncture prevention. All penetrations through the membrane shall be watertight.

2.4 INSTALLATION OF PERIMETER AND COLLECTORS

A. Excavate perimeter and drainage collector trenches minimum 20 inches wide and to depth specified in the construction plans. Collection trenches should be void of all debris.

B. The trenches shall be backfilled using premium materials and compacted by hand tamping (or equivalent machinery) to a minimum 97% of the maximum density.

C. The membrane and fabric should be placed in the perimeter trench first. This fabric should be separate from the fabric on the field. Overlap field and trench liners at least 18 inches in the direction of runoff flow.

D. Overlap all seams a minimum of eight inches. When overlapping fabric, lap in direction the runoff flows. Weight down the fabric with ballast to prevent fabric movement by wind.

E. Perimeter and Collector Pipe: Place 8-inch perforated polyvinyl chloride (PVC) pipes in the collector trenches. The centerline of the pipe shall coincide with the centerline of the trench. The pipe shall be capable of withstanding the anticipated loading without deformation. Pre-manufactured fittings shall be used for all connections into the collector drainage network.

F. The collector trench aggregate shall be open-graded and all surfaces of the individual particles shall be fractured. No worn or naturally occurring faces shall

P:05133_02_SEC0271 Artificial_Grass_Field_Base (09/06/18) BSA/tc ATIFICIAL GRASS FIELD BASE Page 3 of 7 be present (see gradation table). A minimum of two inches aggregated shall be placed in the bottom of the collector trenches, on top of the geotextile. The crushed aggregate must be compacted suitably.

G. Place a minimum of four inches clean, crushed aggregate on the sides of the perimeter and collector pipes and headers. Compact suitably.

2.5 SUBBASE STONE GRADATION SPECIFICATIONS

A. Prior to the importation of any materials, the Contractor shall provide the Engineer with a certified test lab reports indicating properties of each product. The Engineer shall be the final determining factor in establishing compliance with requirements. No material shall be brought onto the job site until the initial analysis has been approved in writing. During the course of importation of materials, the Contractor shall be responsible for continually checking the materials to insure that they continue to meet the Specifications.

B. Either base stone type 1 or base stone type 2 may be used in conjunction with the finishing stone, depending on availability. A special processed stone consisting of a single-gradation specification may be substituted for this base/finishing stone design.

C. All surfaces of individual particles shall be fractured. No worn or naturally occurring faces shall be present.

D. Materials shall meet the following sieve analyses:

GRADATION SPECIFICATIONS TABLE

%PASSING

Single- Open-Graded Base Stone Base Stone Gradation Finishing Collector Trench Sieves Type 1 Type 2 Stone Base Aggregate 3” or 75mm 100 100 2” or 50mm 100 100 100 1½” or 38mm 90-100 90-100 100 1” or 25mm 75-100 100 75-100 100 ¾ or 19mm 65-95 90-100 65-100 90-100 ½” or 12.5mm 55-85 80-100 100 55-100 - 3/8” or 9.5mm 40-75 70-100 85-100 40-100 20-55 ¼” or 6.3mm 25-65 60-90 75-100 25-90 - US #4 or 4.75mm 15-60 50-85 60-90 15-85 5-10 US #8 or 2.36mm 0-40 30-65 35-75 0-65 0-5

P:05133_02_SEC0271 Artificial_Grass_Field_Base (09/06/18) BSA/tc ATIFICIAL GRASS FIELD BASE Page 4 of 7 US #16 or 1.18mm 0-20 10-50 10-55 0-50 - US #30 or 600mm 0-10 0-35 0-40 0-35 - US #60 or 250mm 0-8 0-15 0-15 0-15 - US #100 or 150mm 0-6 0-8 0-8 0-8 - US #200 or 75mm 0-5 0-2 0-2 0-5 -

RESTRICTIONS:

2 To ensure structural stability: D60/D10 > 5 and 1 < D 30 < 3 D10 D60

Fragmentation must be 100%.

To ensure separation of both stones: D85 of finishing stone > 2 (if finishing/base stone design is used) D15 of base stone

and 3 < D50 of base stone < 6 D50 of finishing stone

To ensure proper drainage: Permeability of base stone > 50 in/hr (3.5 x 10-2 cm/sec)

Permeability of finishing stone > 10 in/hr (7.0 x 10-3 cm/sec)

Porosity of both stones > 30% (When stone is saturated and compacted to 95% Proctor.)

Depending on the type of rock present in the crushed stone mix, other mechanical characteristics might be necessary for approval

- “Dx” is the size of the sieve (in mm) that lets pass x% of the stone. For example, D60 is the size of the sieve that lets 60% of the stone pass. These sizes, for calculation purposes, may be obtained by interpolation on a semi-log graph of the sieve analysis.

2.6 SUBBASE STONE INSTALLATION

A. GENERAL

1. It is the responsibility of the Contractor to protect all work in progress from damage due to extremes of cold, moisture, or drying, or mechanical damage from equipment traffic or foot traffic.

P:05133_02_SEC0271 Artificial_Grass_Field_Base (09/06/18) BSA/tc ATIFICIAL GRASS FIELD BASE Page 5 of 7 2. Do not work frozen soils.

3. Protect soils from excessive moisture. During periods of prolonged precipitation, take aggressive steps to avoid over-saturation, erosion, or homogenization of soils by covering with protective plastic sheeting, collection and controlled dewatering, detention for sediment removal, and allowing excessively wetted soils to remain fallow until approved by the Engineer as appropriate for continued work.

2.7 INSTALLATION OF THE OPEN GRADE CRUSHED STONE BASE COURSE

A. The crushed base stone must be laid without damaging the soil bed, geotextile liner or membrane. It is very important not to create any depressions in the sub- grade with heavy equipment. The specified stone or aggregate supplied must conform to the recommended specifications, as noted above. The finished crushed stone or aggregate base supplied must be stable and permeable. The stone shall be damp when transported to site and shall be kept damp during installation, to minimize segregation of the materials.

B. The compacted depth of each lift or layer shall not exceed 6 inches. If multiple lifts are required to achieve the required section thickness, they shall be of approximate equal thickness. Each lift must be compacted in both directions to attain the specified compaction rate.

C. The open graded aggregate base course must be sloped from the pitcher’s mound toward the baselines as specified in the Plans.

D. The grade of the base course shall not vary from the specified grade by more than ½-inch from design grade.

E. The base course must be compacted in both directions to attain the specified compaction rate. Refer to the attached geotechnical report by Rawhide Engineering Inc. for earthwork and compaction requirements.

2.8 INSTALLATION OF THE CRUSHED STONE FINISHING LAYER

A. The final lift of aggregate layer should not be more than 2 inches deep if the Finishing Stone is utilized in conjunction with a Type 1 or 2 Base.

B. The final lift material must be sloped from the pitcher’s mound towards the baselines as specified on the plans.

C. The final grade must be compacted in both directions to attain the specified compaction rate. Refer to the attached geotechnical report by Rawhide Engineering Inc. for earthwork and compaction requirements.

P:05133_02_SEC0271 Artificial_Grass_Field_Base (09/06/18) BSA/tc ATIFICIAL GRASS FIELD BASE Page 6 of 7 D. The final grade of the finishing stone or single-gradation stone shall not vary from the specified grade by more than ¼-inch from design grade, nor by more than ¼- inch when measured under a 10 foot straightedge, in all directions. Laser guided fine grading is mandatory. Prior to inspection for acceptance by the Turf Contractor/Installer, the Base Contractor shall verify planarity from the crown in the center of the field to the low point near each sideline along the entire length of the field by string line.

E. The Turf Contractor/Installer must inspect and approve the final tolerance-to- grade of the stone base.

END OF SECTION

P:05133_02_SEC0271 Artificial_Grass_Field_Base (09/06/18) BSA/tc ATIFICIAL GRASS FIELD BASE Page 7 of 7 SECTION 02731 ARTIFICIAL TURF

SECTION 02731 ARTIFICIAL GRASS TURF

PART 1 - GENERAL

1.1 SUMMARY

Furnish all labor, materials, tools and equipment necessary to install slit-film artificial grass as indicated on the plans and as specified herein; including components and accessories required for a complete installation. including but not limited to

1. Acceptance of prepared sub-base.

2. Coordination with related trades to ensure a complete, integrated, and timely installation: Aggregate base course, sub-base material (tested for permeability), grading and compacting, piping and drain components (when required); as provided under its respective trade section.

1.2 RELATED SECTIONS

Montana Public Works Standard Specifications, 6th Edition City of Billings Standard Modifications to the Montana Public Works Standard Specifications, 6th Edition, February 2018 Artificial Grass Field Base

1.3 REFERENCE STANDARDS

FM Factory Mutual

1. P7825 - Approval Guide; Factory Mutual Research Corporation; current edition ASTM – American Society for Testing and Materials

2. D1577 - Standard Test Method for Linear Density of Textile Fiber

3. D5848 - Standard Test Method for Mass Per Unit Area of Pile Yarn Floor Covering

4. D1338 - Standard Test Method for Tuft Bind of Pile Yarn Floor Covering

5. D1682 - Standard Method of Test for Breaking Load and Elongation of Textile Fabrics

6. D5034 - Standard Test Method of Breaking Strength and Elongation of Textile Fabrics (Grab Test)

P:05133.02_SEC02890_Artificial_Turf Page 1 of 14 (09/06/18) MAT/tc

7. F1015 - Standard Test Method for Relative Abrasiveness of Synthetic Turf Playing Surfaces

8. D4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity

9. D2859 - Standard Test Method for Ignition Characteristics of Finished Textile Floor Covering Materials

10. F355 - Standard Test Method for Shock-Absorbing Properties of Playing Surfaces

11. F1936 - Standard Test Method for Shock-Absorbing Properties of North American Football Field Playing Systems as Measured in the Field

12. D1557 - Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort

13. ASTM F355 - Gmax

1.4 SUBMITTALS

Substitutions: Other products are acceptable if in compliance with all requirements of these specifications. Submit alternate products to Engineer for approval prior to bidding in accordance Standard General Conditions.

1. Provide substantiation that proposed system does not violate any other manufacturer's patents, patents allowed or patents pending.

2. Provide a sample copy of insured, non-prorated warranty and insurance policy information.

Submit for approval prior to fabrication.

Shop Drawings:

3. Indicate field layout; field marking plan and details for the specified sports; i.e., NCAA Football; roll/seaming layout; methods of attachment, field openings and perimeter conditions.

4. Show installation methods and construction indicating field verified conditions, clearances, measurements, terminations, drainage.

5. Provide joint submission with related trades when requested by Engineer.

P:05133.02_SEC02890_Artificial_Turf Page 2 of 14 (09/06/18) MAT/tc

Product Data:

6. Submit manufacturer's catalog cuts, material safety data sheets (MSDS), brochures, specifications; preparation and installation instructions and recommendations; storage, handling requirements and recommendations.

7. Submit fiber manufacturer's name, type of fiber and composition of fiber.

8. Submit data in sufficient detail to indicate compliance with the contract documents.

9. Submit manufacturer's instructions for installation.

10. Submit manufacturer's instructions for maintenance for the proper care and preventative maintenance of the synthetic turf system, including painting and markings.

Samples: Submit samples, 6 x 6 inches, illustrating details of finished product in amounts as required by General Requirements, or as requested by Engineer. Product Certification:

11. Submit manufacturer’s certification that products and materials comply with requirements of the specifications.

12. Submit test results indicating compliance with Reference Standards.

Project Record Documents: Record actual locations of seams, drains and other pertinent information in accordance with the Standard General Conditions, General Requirements.

List of existing installations: Submit list including respective Owner’s representative and telephone number.

Warranties: Submit warranty and ensure that forms have been completed in Owner's name and registered with approved manufacturer.

Testing data to the Owner to substantiate that the finished field meets the required shock attenuation, as per ASTM F1936.

Submit Bills of Lading/Material Delivery Receipts for synthetic turf infill materials. Bills of lading shall bear the name of the project/delivery address, quantity of materials delivered, source/location of origin of infill materials and/or manufacturer, and date of delivery.

P:05133.02_SEC02890_Artificial_Turf Page 3 of 14 (09/06/18) MAT/tc

Testing Certification: Submit certified copies of independent (third-party) laboratory reports on ASTM testing:

13. Pile Height, Face Weight & Total Fabric Weight, ASTM D5848

14. Primary & Secondary Backing Weights, ASTM D5848

15. Tuft Bind, ASTM D1335

16. Grab Tear Strength, ASTM D1682 or D5034

17. Shock Attenuation, ASTM F1936

18. Water Permeability, ASTM D4491

1.5 QUALITY ASSURANCE

Manufacturer Qualifications: Company specializing in manufacturing products specified in this section. The turf contractor and/or the turf manufacturer:

1. Shall be experienced in the manufacture and installation of specified type of infilled slit-film synthetic grass system for a minimum of three years. This includes a slit-film fiber, backing, the backing coating, and the installation method.

2. Shall have 4 slit-film fields in play for at least two years. Fields shall be 28,000 ft² or more.

3. The manufacturer must have ISO 9001, ISO 14001 and OHSAS 18001 certifications demonstrating its manufacturing efficiency with regards to quality, environment and safety management systems.

4. Shall have installed a minimum of 4 high school or collegiate-level game and/or practice fields for baseball.

5. Shall have a minimum of 4 installations in North America, each of 65,000 ft² or more. Fields shall be 65,000 ft² or more of the specified material, including infill material and a slit-film fiber.

6. Artificial turf fiber proposed for the field(s) must have successfully undergone a Lisport wear test as part of Penn State University’s fiber wear testing program. This fiber must be exactly the same fiber that is being proposed for the field(s). Official Penn State test reports must be provided.

P:05133.02_SEC02890_Artificial_Turf Page 4 of 14 (09/06/18) MAT/tc

Installer: Company shall specialize in performing the work of this section. The Contractor shall provide competent workmen skilled in this specific type of synthetic grass installation.

7. The designated Supervisory Personnel on the project shall be certified, in writing by the turf manufacturer, as competent in the installation of slit-film material, including sewing or gluing seams and proper installation of the infill mixture.

8. Installer shall be certified by the manufacturer and licensed.

9. The installer supervisor shall have a minimum of 5 years’ experience as either a construction manager or a supervisor of synthetic turf installations.

Pre-Installation Conference: Conduct conference at project site at time to be determined by Engineer. Review methods and procedures related to installation including, but not limited to, the following:

10. Inspect and discuss existing conditions and preparatory work performed under other contracts.

11. In addition to the Contractor and the installer, arrange for the attendance of installers affected by the Work, The Owner’s representative, and the Engineer.

The Contractor shall verify special conditions required for the installation of the system.

The Contractor shall notify the Engineer of any discrepancies.

1.6 DELIVERY, STORAGE, AND HANDLING

Prevent contact with materials that may cause dysfunction.

Deliver and store components with labels intact and legible. Store materials/components in a safe place, under cover, and elevated above grade.

Protect from damage during delivery, storage, handling and installation. Protect from damage by other trades.

Inspect all delivered materials and products to ensure they are undamaged and in good condition.

Comply with manufacturer’s recommendations.

P:05133.02_SEC02890_Artificial_Turf Page 5 of 14 (09/06/18) MAT/tc

1.7 SEQUENCING AND SCHEDULING

Coordinate the Work with installation of work of related trades as the Work proceeds.

Sequence the Work in order to prevent deterioration of installed system.

1.8 WARRANTY AND GUARANTEE

See the Standard General Conditions, For Additional Warranty Requirements.

The Contractor shall provide a warranty to the Owner that covers defects in materials and workmanship of the turf for a period of eight (8) years from the date of substantial completion. The turf manufacturer must verify that their representative has inspected the installation and that the work conforms to the manufacturer's requirements. The manufacturer's warranty shall include general wear and damage caused from UV degradation. The warranty shall specifically exclude vandalism, and acts of God beyond the control of the Owner or the manufacturer. The warranty shall be fully third- party insured; pre-paid for the entire term and be non-prorated. The Contractor shall provide a warranty to the Owner that covers defects in the installation workmanship, and further warrant that the installation was done in accordance with both the manufacturer's recommendations and any written directives of the manufacturer's representative. Prior to final payment for the synthetic turf, the Contractor shall submit to owner notification in writing that the field is officially added to the annual policy coverage, guaranteeing the warranty to the Owner. The insurance policy must be underwritten by an “AM Best” A rated carrier and must reflect the following values:

• Pre-paid 8-year insured warranty from a single source.

• Must cover full 100% replacement value of total square footage installed, minimum of $7.00 per sq. ft. (in case of complete product failure, which will include removal and disposal of the existing surface)

• Provide a sample copy of insured, non-prorated warranty and insurance policy information.

• Policy cannot include any form of deductible to be paid by the Owner.

• Warranty coverage shall not place limits on the amount of the field’s usage or exclusions for heavily trafficked areas.

The artificial grass system must maintain a G-max of less than 165 for the life of the Warranty as per ASTM F1936.

P:05133.02_SEC02890_Artificial_Turf Page 6 of 14 (09/06/18) MAT/tc

1.9 MAINTENANCE SERVICE

Contractor shall train the Owner's facility maintenance staff in the use of the turf manufacturer's recommended maintenance equipment.

Manufacturer must provide maintenance guidelines and a maintenance video to the facility maintenance staff.

PART 2 - PRODUCTS

2.1 ACCEPTABLE MANUFACTURER

A. Approved manufacturers are as follows: 1. FieldTurf USA Inc. 175 N. Industrial Blvd Calhoun, GA 30701 P: 800-724-2969

Model: FieldTurf DoublePlay

2. AstroTurf 2680 Abutment Road Dalton, GA 30721 P: 800-723-8873

Model: AstroTurf OPS

3. Engineered Turf 525 Callahan Road Calhoun, GA 30721 P: 706-529-5735

Model: ET SF42

MATERIALS AND PRODUCTS

Artificial grass system materials shall consist of the following:

1. Carpet made of slit-film polyethylene fibers tufted into a perforated backing.

2. Infill: Controlled mixture of graded sand and ambient rubber crumb that partially covers the carpet.

3. Glue, thread, paint, seaming fabric and other materials used to install and mark

P:05133.02_SEC02890_Artificial_Turf Page 7 of 14 (09/06/18) MAT/tc

the artificial grass slit-film.

The installed artificial grass slit-film shall have the following properties:

Standard Property Specification ASTM D1577 Fiber Denier ≥8,000 ASTM D3218 Tape Thickness ≥100 Microns ASTM D5823 Pile Height 2” ASTM D5793 Stitch Gauge 3/8” ASTM D5848 Pile Weight ≥42oz/square yard ASTM D5848 Primary Backing 7+oz/square yard ASTM D5848 Secondary Backing 16+oz/square yard ASTM D5848 Total Weight 65oz/square yard ASTM D1335 Tuft Bind (Without Infill) 8+ lbs ASTM D5034 Grab Tear (Width) >200 lbs/force ASTM D5034 Grab Tear (Length) >200 lbs/force ASTM D4491 Carpet Permeability >10 inches/hour Infill Material Depth 1.25 inches Sand Infill Component Per Mfg. SBR Rubber Infill Component Per Mfg. Variation of +/- 5% on above listed properties is within normal manufacturing tolerances Carpet shall consist of slit-film fibers tufted into a primary backing with a secondary backing.

Carpet Rolls shall be 15-foot wide rolls.

4. Rolls shall be long enough to go from field sideline to sideline. 5. Where the playing field is for football, the perimeter white line shall be tufted into the individual sideline rolls.

Backing:

6. Primary backing shall be a double-layered polypropylene fabric.

7. Secondary backing shall consist of an application of porous, heat-activated urethane to permanently lock the fiber tufts in place.

8. Perforated (with punched holes), backed carpet are acceptable.

Fiber shall be ≥8,000, low friction, and UV-resistant fiber measuring not less than two inches high.

Infill materials shall be approved by the manufacturer.

P:05133.02_SEC02890_Artificial_Turf Page 8 of 14 (09/06/18) MAT/tc

9. Infill shall consist of a resilient layered granular system, comprising selected and graded sand and ambient SBR rubber crumb.

The sand infill will comply within the following characteristics:

• Average Particle size between 20 and 30 mesh [calculated based on summing the midpoint of sieve pan fractions times the % retained on given screen fractions]

• Average Particle shape > 0.4 on the Krumbein scale

• Particle structure predominantly single grain

• Produce < 0.4%, -50M in API crush test at 80psig

Non-tufted or inlaid lines and markings shall be painted with paint approved by the synthetic turf manufacturer.

Thread for sewing seams of turf shall be as recommended by the synthetic turf manufacturer.

Glue and seaming fabric for inlaying lines and markings shall be as recommended by the synthetic turf manufacturer.

2.2 QUALITY CONTROL IN MANUFACTURING

The manufacturer shall own and operate its own manufacturing plant in North America.

Both tufting of the field fibers into the backing materials and coating of the turf system must be done in-house by the turf manufacturer. Outsourcing of either is unacceptable.

The manufacturer shall have full-time certified in-house inspectors at their manufacturing plant that are experts with industry standards.

The manufacturer’s full-time in-house certified inspectors shall perform pre-tufting fiber testing on tensile strength, elongation, tenacity, denier, shrinkage, and twist i.e., turns per inch, upon receipt of fiber spools from fiber manufacturer.

Primary backing shall be inspected by the manufacturer’s full-time certified in-house inspectors before tufting begins.

The manufacturer’s full-time in-house certified inspectors shall verify “pick count”, yarn density in relation to the backing, to ensure the accurate amount of face yarn per square inch.

The manufacturer’s full-time, in-house, certified inspectors shall perform turf

P:05133.02_SEC02890_Artificial_Turf Page 9 of 14 (09/06/18) MAT/tc

inspections at all levels of production including during the tufting process and at the final stages before the turf is loaded onto the truck for delivery.

The manufacturer shall have its own, in-house laboratory where samples of turf are retained and analyzed, based on standard industry tests, performed by full-time, in- house, certified inspectors.

The manufacturer must have ISO 9001, ISO 14001 and OHSAS 18001 certifications demonstrating its manufacturing efficiency with regards to quality, environment and safety management systems.

QUALITY CONTROL IN FIBER MANUFACTURING

Synthetic turf fiber must perform in a uniform manner or manufacturer quality control issues in the extrusion processes will be suspected. Polyethylene Polymer ("PE") and batch additives obtained from a reputable manufacturer are required to manufacture superior quality slit-film yarn. The master batch formula must include a UV stabilizer package added to its polymer base.

Adequate UV protection is essential to the long-term durability of any artificial grass fiber. Typically, stabilizer packages for polyethylene fibers have three components that protect the fibers from degradation: (1) primary antioxidants; (2) secondary antioxidants; and (3) UV stabilizers (i.e., hindered amine light stabilizers ("HALS")). HALS are a particularly important aspect of the stabilizer package. A typical HALS concentration is 10,000 ppm. More developed HALS molecules are methyl stabilized to prevent from degradation.

The fiber must contain both a short-term and a long-term active ingredient for protection during the extrusion process and when installed in the field. The pigments used in the fiber must be UV stable and heavy metal free.

Artificial turf fiber proposed for the field(s) must have successfully undergone a Lisport wear test as part of Penn State University’s fiber wear testing program. This fiber must be exactly the same fiber that is being proposed for the field(s). Official Penn State test reports must be provided.

2.3 FIELD GROOMER & SWEEPER

No field grooming or sweeper products shall be part of this bid.

PART 3 - EXECUTION

3.1 EXAMINATION

Verify that all sub-base leveling is complete prior to installation.

P:05133.02_SEC02890_Artificial_Turf Page 10 of 14 (09/06/18) MAT/tc

Installer shall examine the surface to receive the synthetic turf and accept the sub-base planarity in writing prior to the beginning of installation.

1. Acceptance is dependent upon the Owner’s test results indicating compaction and planarity are in compliance with manufacturer’s specifications.

2. The surface shall be accepted by Installer as “clean” as installation commences and shall be maintained in that condition throughout the process.

Compaction of the aggregate base shall be 95%, in accordance with ASTM D1557 (Modified Proctor procedure); and the surface tolerance shall not exceed 0-1/4 inch over 10 feet and 0-½" from design grade.

Correct conditions detrimental to timely and proper completion of Work.

Do not proceed until unsatisfactory conditions are corrected.

Beginning of installation means acceptance of existing conditions.

3.2 PREPARATION

Prior to the beginning of installation, inspect the sub-base for tolerance to grade.

Sub-base acceptance shall be subject to receipt of test results (by others) for compaction and planarity that sub-base is in compliance with manufacturer’s specifications and recommendations.

Dimensions of the field and locations for markings shall be measured by a registered surveyor to verify conformity to the specifications and applicable standards. A record of the finished field as-built measurements shall be made.

When requested by Engineer, installed sub-base shall be tested for porosity prior to the installation of the slit-film turf. A sub base that drains poorly is an unacceptable substrate.

3.3 INSTALLATION - GENERAL

The installation shall be performed in full compliance with approved Shop Drawings.

Only trained technicians, skilled in the installation of athletic caliber synthetic turf systems working under the direct supervision of the approved installer supervisors, shall undertake any cutting, sewing, gluing, shearing, topdressing or brushing operations.

The designated Supervisory personnel on the project must be certified, in writing by the

P:05133.02_SEC02890_Artificial_Turf Page 11 of 14 (09/06/18) MAT/tc

turf manufacturer, as competent in the installation of this material, including gluing and/or sewing seams and proper installation of the Infill mixture.

Designs, markings, layouts, and materials shall conform to all currently applicable National Collegiate Athletic Association rules, NFHS rules, and/or other rules or standards that may apply to this type of synthetic grass installation. Designs, markings and layouts shall first be approved by the Engineer or Owner in the form of final shop drawings. All markings will be in full compliance with final shop drawings.

3.4 INSTALLATION

Install at location(s) indicated, to comply with final shop drawings, manufacturers’/installer’s instructions.

The Contractor shall strictly adhere to specified procedures. Any variance from these requirements shall be provided in writing, by the manufacturer’s on-site representative, and submitted to the Engineer and/or Owner, verifying that the changes do not in any way affect the Warranty. Infill materials shall be approved by the manufacturer and installed in accordance with the manufacturer’s standard procedures.

Carpet rolls shall be installed directly over the properly prepared aggregate base. Extreme care shall be taken to avoid disturbing the aggregate base, both in regard to compaction and planarity.

1. Repair and properly compact any disturbed areas of the aggregate base as recommended by manufacturer.

2. Full width rolls shall be laid out across the field.

3. Turf shall be of sufficient length to permit full cross-field installation from sideline to sideline.

4. No cross seams will be allowed in the main playing area between the sidelines.

5. Each roll shall be attached to the next roll utilizing standard state-of-the- art sewing or gluing procedures in accordance with the turf manufacturer requirements.

6. When all of the rolls of the playing surface have been installed, the sideline areas shall be installed at right angles to the playing surface.

Artificial turf panel seams shall be sewn or glued along the selvedge edging flap of the turf roll.

P:05133.02_SEC02890_Artificial_Turf Page 12 of 14 (09/06/18) MAT/tc

7. Seams shall be flat, tight, and permanent with no separation or fraying.

8. In the case of all lines and logos, turf carpet must be field fibers must be sheared to the backing (do not cut the backing) and adhered using hot melt adhesives.

Infill Materials:

9. Infill materials shall be applied in numerous thin lifts. The turf shall be brushed as the mixture is applied. The infill material shall be installed to a depth determined by the manufacturer.

Non-tufted or inlaid lines and markings shall be painted in accordance with turf and paint manufacturers’ recommendations. Number of applications will be dependent upon installation and field conditions.

Synthetic turf shall be attached to the perimeter edge detail in accordance with the manufacturer’s standard procedures.

Upon completion of installation, the finished field shall be inspected by the installation crew and an installation supervisor.

3.5 FIELD MARKINGS

Field markings shall be installed in accordance with approved shop drawings.

Sports markings for foul lines, batter’s boxes, and other field markings will be inlaid or tufted in accordance with the Drawings.

3.6 ADJUSTMENT AND CLEANING

Do not permit traffic over unprotected surface.

Contractor shall provide the labor, supplies, and equipment as necessary for final cleaning of surfaces and installed items.

All usable remnants of new material shall become the property of the Owner.

The Contractor shall keep the area clean throughout the project and clear of debris.

Surfaces, recesses, enclosures, and related spaces shall be cleaned as necessary to leave the work area in a clean, immaculate condition ready for immediate occupancy and use by the Owner.

P:05133.02_SEC02890_Artificial_Turf Page 13 of 14 (09/06/18) MAT/tc

3.7 PROTECTION

Protect installation throughout construction process until date of final completion.

P:05133.02_SEC02890_Artificial_Turf Page 14 of 14 (09/06/18) MAT/tc

SECTION 02821 SEEDED LAWNS SECTION 02821 SEEDED LAWNS

PART 1: GENERAL

1.1 DESCRIPTION

A. This section consists of furnishing all plant, labor, equipment, and performing all operations to finish grade topsoil and preparation thereof to receive seed, seeding of lawn areas, maintenance and protection of all planted areas.

B. All lawn areas shall be seeded as shown on Plans.

1.2 RELATED WORK DESCRIBED ELSEWHERE

Landscape Maintenance - Section 02970

1.3 QUALITY ASSURANCE

A. Qualifications of Workers

Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section.

B. Coordination of Work

All work of this section, and the installation of all irrigation systems and all plant materials shall be performed by one Contractor.

1.4 PRODUCT HANDLING

A. Protection

All seed shall be delivered to the job site in the original bags with tags certifying purity, germination, common and botanical name for each species, and percent weed seed. All tags shall be removed from the bags by the Owner's Representative. Untagged seed bags shall be rejected.

B. Storage

Seed, fertilizer, hydromulch, and hydromulch tackifier shall be kept in dry storage away from contaminants.

C. Replacements

SECTION 02821 – Seeded Lawns P:05133.02_SEC02821-Seeded Lawns.doc Page 1 of 7 (09/06/18) MAT/tc In the event of rejection of any materials, immediately make all replacements necessary to the approval of the owner's Representative and at no additional cost to the Owner.

D. Notice to Proceed

The Contractor shall not proceed with seeding operations until the irrigation system has been tested and approved by the Owner's Representative.

E. Schedules

Install seed mixes during the specified time periods. If special conditions exist that may warrant a variance in the specified plant dates or conditions, a written request shall be submitted to the Owner's Representative stating the special conditions and proposed variance.

F. Substitutions

Requests for substitutions, along with price and adjustment quotes, shall be submitted in writing to the Owner's Representative after the contract has been awarded. All requests are subject to the approval of the Owner's Representative.

PART 2: MATERIALS

2.1 SEED

A. General

All grass seed shall be:

Free from noxious weed seeds, and recleaned;

Grade A recent crop seed;

Treated with appropriate fungicide;

Delivered to the site in sealed containers with dealer's guaranteed analysis.

B. Lawn Grass Mixture: Proportion Percent Percent Weight Purity Germination Name of Grass: Pennfine Perennial Rye 30% 98% 90%

Glade Kentucky Bluegrass 30% 98% 90%

Baron Kentucky Bluegrass 30% 98% 90%

Pennlawn Creeping Red Fescue 10% 98% 90%

SECTION 02821 – Seeded Lawns P:05133.02_SEC02821-Seeded Lawns.doc Page 2 of 7 (09/06/18) MAT/tc 2.2 FERTILIZER

A. General

Fertilizer to be spread on areas to be seeded shall be commercially prepared and shall contain the following percentages by weight:

1. 16-percent Nitrogen

2. 16-percent Phosphoric Acid

3. 16-percent Potash

4. 5-percent Sulfur (SO4)

Commercial fertilizer shall be complete, uniform in composition, dry and free flowing. The fertilizer shall be delivered to the site in the original waterproof containers, each bearing the Manufacturer's statement of analysis. Fertilizer to be applied at the rate of 6-pounds bulk per 1,000 square feet.

B. Special Protection

If stored at the site, protect fertilizer from the elements at all times.

C. Grow in fertilizer shall be 20 (100 percent Polymer Coat Urea 30, 60, 90-day release) -10-10-5 (SO4) - 2 applied at the rate of 6-pounds bulk per 1,000 square feet seven weeks after seed germination and again after the third cutting. Agrium (Billings Parks Custom Mix) lawn and garden.

2.3 MULCH

All mulch for seeding shall be Jacklin Organic Mulch as manufactured by Vaughan-Jacklin Corporation, Route 2, Box 402, Post Falls, Idaho 83854 (Telephone: 208-773-7581) or equal.

2.4 MULCH TACKIFIER

All mulch tackifier shall be Terra Tack III as manufactured by grass growers, P.O. Box 584, Plainfield, New Jersey 07061 (Telephone 201-755-0923) or equal.

2.5 EROSION CONTROL FABRIC

North American Green SS – 150 or equal VTE 1 coconut netting/waddle installed per manufacturer’s directions and application on slopes greater than 4:1.

SECTION 02821 – Seeded Lawns P:05133.02_SEC02821-Seeded Lawns.doc Page 3 of 7 (09/06/18) MAT/tc 2.6 WATER

Water shall be available from a new City of Billings water service – see plans for details. The Contractor shall make all arrangements to meter and pay for water used. See Bid Form “L” Section.

PART 3: EXECUTION

3.1 SURFACE CONDITIONS

A. Inspection

Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence.

Verify that seeding may be completed in accordance with the original design and the referenced standards.

B. Discrepancies

In the event of discrepancy, immediately notify the Owner's Representative. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved.

3.2 SEED BED PREPARATION

A. Finish Grading

Grade lawn areas to finish grades, filling as needed or removing surplus dirt and floating areas to a smooth uniform grade. All lawn areas shall slope to drain. Where no grades are shown, surfaces shall have a smooth and continual grade between existing or fixed controls (such as, walks, curbs, catch basins, elevations at steps or building). Roll, scarify, rake and level as necessary to obtain true even lawn surfaces. All finish grades shall meet approval of the Owner's Representative before grass seed is sown.

B. Fine Grading

Upon completion of finish grading, perform all fine grading required in planting areas, using topsoil obtained from the site, or approved imported material.

C. Preparation

Seed bed preparation shall pertain to the preparation of the surface of the ground to receive the seed. The ground shall be hand or machine raked so as to remove all debris, clods, rocks, and other material larger than one-inch from the surface. Such debris, clods, rocks, and other material so removed shall be disposed of off the

SECTION 02821 – Seeded Lawns P:05133.02_SEC02821-Seeded Lawns.doc Page 4 of 7 (09/06/18) MAT/tc immediate property. Seed bed preparation shall not commence until the moisture conditions make the ground area and soil friable. If there has been a time lapse following the placement of the topsoil to allow it to become settled and compacted on the surface, the area to be planted with seed shall be thoroughly worked to a depth of 3 to 4 inches so as to provide a surface of such condition that it will allow application of the seed in compliance with these Specifications. Seed beds should be permitted to settle or should be firmed by rolling before seedings are made.

D. Fertilizing

Prior to application of seed, fertilizer shall be applied. Area shall then be roughed up to a depth of 1/8th inch. Following fertilizer application, moisten the seedbed to a depth of one inch. Seed immediately while seedbed is moist.

3.3 SEEDING

A. Sowing

Immediately prior to the application of the seed, the soil shall be loose to a depth of at least one inch and free from all material as specified. If soil is too loose or dry for good handling, it should be moistened and rolled lightly.

Irrigated areas may be seeded with turf grass at any time ground conditions are suitable between April 1 and October 1.

Seed shall be sown at the rate at the rates listed, exercising great care that a uniform distribution of seed is obtained. Seeding shall be done on a still day, using a grass seeder drill. One-half of the seed for each area being sown in a direction at right angles to the other half.

All seed shall be placed by a grass seed drill and cultipacker where accessible. Where unaccessible, seed and mulch shall be applied in separate and distinct operations except that a minimal amount of mulch may be added to the seed slurry as a visual aid during the seeding process. Mulch applied with seed shall not exceed one pound mulch for each five (5) gallons water. This mulch shall be deducted from the total quantity to be applied. The application of the seed slurry shall be made with the equipment having a built-in agitation system and operating capacity sufficient to agitate, suspend and homogeneously mix a slurry containing water, seed, and mulch. The slurry shall be sprayed over the soil in a uniform coat. Wherever practical, the slurry shall be applied normal to the surface being treated to effectively drill the seed into the seedbed. Hydromulch application shall follow seeding as soon as practical, with consideration for minimal soil erosion through washing. All seeded areas shall be mulched before work is terminated on any day.

B. Mulching

Mulch all seeded areas. Topsoil or seed which washes out for reasons attributable to the Contractor's activities or failure to take proper precautions, shall be replaced at

SECTION 02821 – Seeded Lawns P:05133.02_SEC02821-Seeded Lawns.doc Page 5 of 7 (09/06/18) MAT/tc the Contractor's expense. All structures shall be protected from hydraulic application of mulch material. Any material deposited on walks, streets, inlets, or other structures, shall be removed. Mulch shall not be applied in the presence of free surface water but may be applied on damp ground. Organic mulch shall be mixed with water at a rate of one pound mulch (dry weight) to one gallon of water hydraulically applied as per Manufacturer's recommendations at a rate of 2000 pounds per acre.

C. Tackifier

Mulch tackifiers shall be mixed with water at a rate specified by the manufacturer and shall be applied at a minimum rate of 40 pounds per acre.

D. Watering

Sprinkle immediately after application of the mulch with a fine spray until ground is thoroughly saturated, with particular care to avoid runoff on sloping areas. The surface layer of soil must be kept damp by frequent light watering with a fine spray during the germination period after seeding and until the young plants are rooted firmly.

E. Protection

Protect all seeded areas by erecting temporary fences, barriers, signs, etc. as necessary to prevent traffic. Barriers shall remain in place for at least six (6) weeks unless other arrangements are made with the Owner's Representative.

3.4 MAINTENANCE:

A. General

Maintain all lawn areas until final completion of the job but in no case less than 60 days. Seeded lawn shall be maintained a minimum of 80 days following germination.

B. Work Included

All areas shall be watered as required. All areas shall be watched closely so that they are not permitted to dry out or to form puddles of water, or to be washed by over- application. Mow all lawn at 3-inches, minimum three mowings.

C. Replacements

1. Any area that fails to produce an adequate stand of grass shall be resodded by the Contractor at no additional expense to the Owner.

2. Replacements required because of vandalism or other causes beyond the control of the Contractor are not part of the Contract.

SECTION 02821 – Seeded Lawns P:05133.02_SEC02821-Seeded Lawns.doc Page 6 of 7 (09/06/18) MAT/tc D. Extension of Maintenance Period

1. Continue the maintenance period at no additional cost to the Owner until all previously noted deficiencies have been corrected, at which time the final inspection shall be occur by the Owner’s Representative.

3.5 SATISFACTORY LAWNS

A. Satisfactory Seeded Lawn: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90-percent over any 10 square feet and bare spots not exceeding eight by eight inches.

B. Re-establish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory and accepted by owner.

C. Contractor shall be responsible for payment of water bill until lawn is accepted by Owner.

END OF SECTION

SECTION 02821 – Seeded Lawns P:05133.02_SEC02821-Seeded Lawns.doc Page 7 of 7 (09/06/18) MAT/tc SECTION 02823 - SOD LAWNS SECTION 02823

SOD LAWNS

PART 1: GENERAL

1.1 DESCRIPTION

A. Work in this section consists of furnishing all plant, labor, equipment, and performing all operations in connection with finish grading of topsoil and preparation thereof to receive sod, maintenance, and protection of all sodded areas.

B. Sod areas disturbed by construction activity.

1.2 RELATED WORK DESCRIBED ELSEWHERE

A. Landscape Maintenance -Section 02970

1.3 QUALITY ASSURANCE

A. Qualifications of Workmen

1. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section.

1.4 PRODUCT HANDLING

A. Protection

1. Upon delivery of sod to the work site use all means necessary to protect and maintain the sod before, during, and after installation and to protect the installed work and materials of all other trades. Sod shall not be dropped or dumped from vehicles.

B. Replacements

1. In the event of rejection of the sod, immediately make all replacements necessary to the approval of the Owner's Representative and at no additional cost to the Owner.

SECTION 02823 P: 05133.02_Pirtz_Field_Sod_Lawns_SEC02823 Page 1 of 5 (09/18/18) BSA/tc C. Notice to Proceed

1. The Contractor shall not proceed with sodding operations until the irrigation system has been tested and approved by the Owner's Representative and the finish grade has been approved by the Owner's Representative.

PART 2: MATERIALS

2.1 SOD

A. General

1. Grass and sod shall be well established lawn grass turf of approved grasses. It shall be vigorous, well-rooted, healthy turf, free from disease, insect pests, weeds, other grasses, stones, and any other harmful or deleterious matter. Cut sod in uniformly wide strips, uniformly 1-1/2 inches thick with clean cut edges. Sod shall be rolled or folded prior to lifting. Handling of sod shall be done in a manner that will prevent tearing, breaking, drying, or any other damage.

2. Sod shall be installed in place on the site not more than 24 hours after cutting. Dry or broken pieces will be rejected by consultant.

B. Material

1. Minimum 75 percent bluegrass and not less than 85 percent permanent grass suitable to the climate; not more than 5 percent weed and undesirable grasses; free from roots, stones, and foreign materials. Subject to approval by the Owner's Representative.

2.2 FERTILIZER

A. General

1. Fertilizer to be spread on areas to be sodded shall be commercially prepared and shall contain the following percentages by weight:

a. 16% Nitrogen b. 16% Phosphoric Acid c. 16% Potash

2. Commercial fertilizer shall be complete, uniform in composition, dry and free-flowing. The fertilizer shall be delivered to the site in the original waterproof containers, each bearing the manufacturer's statement of analysis.

SECTION 02823 P: 05133.02_Pirtz_Field_Sod_Lawns_SEC02823 Page 2 of 5 (09/18/18) BSA/tc B. Special Protection

1. If stored at the site, protect fertilizer from the elements at all times.

PART 3: EXECUTION

3.1 SURFACE CONDITIONS

A. Inspection

1. Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence.

2. Verify that seeding may be completed in accordance with the original design and the referenced standards.

B. Discrepancies

1. In the event of discrepancy, immediately notify the Owners Representative.

2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved.

3.2 SPREADING OF TOPSOIL

A. Finish Grading

1. Grade lawn areas to finish grades, filling as needed or removing surplus dirt and floating areas to a smooth uniform grade. All lawn areas shall slope to drain. Where no grades are shown, surfaces shall have a smooth and continual grade between existing or fixed controls (such as walks, curbs, catch basins, elevations at steps or building). Roll, scarify, rake and level as necessary to obtain true even lawn surfaces. All finish grades shall meet approval of the Owner's Representative before sod is laid.

B. Fine Grading

1. Upon completion of finish grading, perform all fine grading required in planting areas, using topsoil obtained from the site.

3.3 SODDING

A. Preparation

SECTION 02823 P: 05133.02_Pirtz_Field_Sod_Lawns_SEC02823 Page 3 of 5 (09/18/18) BSA/tc 1. Bed preparation shall pertain to the preparation of the surface of the ground to receive the sod. The ground shall be hand or machine raked so as to remove all debris, clods, stones, or other foreign matter larger than 1 inch. Such debris, clods, rocks, and other material so removed shall be disposed of off the immediate property. Bed preparation shall not commence until the moisture conditions make the soil friable.

2. If there has been a time lapse since the placement of the topsoil to allow it to become settled and compacted on the surface, the area to be planted shall be thoroughly worked to a depth of 3 to 4 inches so as to provide a surface of such condition that it will allow application of the sod in compliance with those specifications.

3. Beds should be permitted to settle or should be firmed by rolling before sodding.

B. Application

1. Sod may be placed at any time when the ground is not frozen. A string or line of boards may be used as a guide for setting the first line of sod across the area. Sods of the next course are matched against the edge of this first line in such a way that the joints between the individual sod pieces in the two lines do not coincide. Successive courses are matched against the last line laid, in the same manner. All work should be done on boards laid on top of the sod to avoid footprints or other injuries to the surface.

2. All sod is to be laid on top-soiled areas. The joint shall be closely laid. Lay sod across slope. Roll or firmly but lightly, tamp with suitable wooden or metal tamper, all new sod sufficiently to set or press sod into underlying soil. After sodding is completed, clean up and thoroughly moisten newly sodded areas.

C. Protection

1. Protect all sod by erecting temporary fences, barriers, signs, etc. as necessary to prevent traffic. Barriers shall remain in place for at least six (6) weeks unless other arrangements are made with the Owner's Representative.

3.4 MAINTENANCE

A. General

1. Maintain all lawn areas until final completion of the job but in no case less than 30 days.

SECTION 02823 P: 05133.02_Pirtz_Field_Sod_Lawns_SEC02823 Page 4 of 5 (09/18/18) BSA/tc B. Work Included

1. All areas shall be watered as required.

2. All areas shall be watched closely so that they are not permitted to dry out or to form puddles of water, or to be washed by over-application.

3. Mow all lawn at 1 ½-inch each time its height reaches 2 inches.

C. Replacements

1. Any area that fails to produce an adequate stand of grass shall be resodded by the Contractor at no additional expense to the Owner.

2. Replacements required because of vandalism or other causes beyond the control of the Contractor are not part of the Contract.

D. Extension of Maintenance Period

1. Continue the maintenance period at no additional cost to the Owner until all previously noted deficiencies have been corrected, at which time the final inspection shall be occur by the Owner’s Representative.

3.5 SATISFACTORY LAWNS

A. Satisfactory Seeded Lawn: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. and bare spots not exceeding 3 by 3 inches.

B. Re-establish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory.

END OF SECTION

SECTION 02823 P: 05133.02_Pirtz_Field_Sod_Lawns_SEC02823 Page 5 of 5 (09/18/18) BSA/tc SECTION 02970 LANDSCAPE MAINTENANCE SECTION 02970 LANDSCAPE MAINTENANCE

PART 1: GENERAL

1.1 WORK INCLUDED

A. Furnish all supervision, labor, material, equipment for maintaining items through final acceptance and through warranty period:

1. Irrigation system 2. Seeded areas

B. Related Sections and Documents

1. Section 02821 Seeded Lawns 1.2 LANDSCAPE MAINTENANCE PERIOD

A. Includes required maintenance for the following items which shall extend until the end of the warranty period. The warranty period shall extend for (1) one full year following substantial completion for all construction.

1. Irrigation system 2. Seeded areas

PART 2: PRODUCTS (Not Applicable)

PART 3: EXECUTION

3.1 IRRIGATION SYSTEM

A. Start-up:

1. The Contractor shall be responsible for the start-up of the automatic irrigation system.

2. To activate system, pressurize and then run each zone a minimum of 15 minutes. Each zone shall be observed for leaks, pressure defects, adequate coverage, and other conditions which shall impact the effective operations of the system. Any leaks or defects shall be corrected immediately.

B. Controller Settings:

SECTION 02970 – LANDSCAPE MAINTENANCE P:16001.30_Annafeld_1st_Ph1_Parks_SEC02970 Page 1 of 3 (09/06/18) MAT/tc

1. Properly program the irrigation controller to insure adequate but not excessive watering throughout the year.

C. Testing System:

1. At a minimum of once each month between May and October, manually operate each and every irrigation zone to insure continued and adequate coverage, pressure, and the absence of leaks. All system leaks or defects shall be corrected immediately.

D. Winterization:

1. The Contractor shall be responsible for the winterization of the automatic irrigation system. Unless modified by extremely mild weather conditions, the system may be shutdown and winterized by November 25.

2. In the week immediately prior to closing of the system, all landscape areas shall receive a minimum of 1.5 inch of watering (either through natural conditions or through operation of the system).

3. Winterize the system by closing the main pressure valve opening, all stop and waste valves, removing water from the lines, de-energizing the controller, and all other actions deemed prudent. Remove water from drip lines by opening flushing points and blowing out all water.

3.2 GENERAL LANDSCAPE MAINTENANCE

A. Keep landscape areas free of debris.

B. Keep planted areas weed-free. Cultivate at intervals of not more than 10 days.

C. Maintain adequate protection of work area. Repair damaged areas.

D. Clean paved areas weekly.

3.3 SEEDED AREAS

A. General: The Contractor shall be responsible for watering, mowing, spraying, weeding and all related work as necessary to ensure that seeded areas are in a vigorous growing condition. Provide all supervision, labor, material, and equipment to maintain seeded areas.

B. Watering: Water irrigated areas at regular schedule until stand of grass is established. Water in repeated short time periods. After grass is established, water irrigated grass

SECTION 02970 – LANDSCAPE MAINTENANCE P:16001.30_Annafeld_1st_Ph1_Parks_SEC02970 Page 2 of 3 (09/06/18) MAT/tc

at a regular schedule. Water shall be free of substances harmful to plant growth. Be responsible for furnishing water from underground sprinkler system, quick couplers or other source.

C. Insect and Disease Control: As required, apply insecticide and fungicide approved by City.

3.4 IRRIGATION SYSTEM

A. Provide maintenance of irrigation system consisting of cleaning and adjusting sprinkler nozzles, repairing damaged equipment, servicing valves, programming controllers and other activities required during landscape maintenance period.

3.5 FINAL WALKTHROUGH

A. At completion of landscape maintenance period, schedule a final walkthrough with Owner's Authorized Representative.

B. Owner, General Contractor and others deemed necessary by Owner's Authorized Representative may be present at final walkthrough.

C. If, during final walkthrough Owner's Authorized Representative is of opinion that landscape maintenance has been substantially completed in accordance with this Section, written notice of recommendation to allow Contractor to be released from Project will be submitted to Owner for approval. This report will note any incomplete punch list items from final walkthrough and a date on which these items must be completed. Complete remaining punch list items within five working days after final walkthrough was performed by Owner’s Authorized Representative.

3.6 CLEANUP

A. Upon completion of landscape maintenance, remove rubbish, waste and debris resulting from Contractor's operations.

B. Repair scars, ruts or other marks in landscaped areas caused by Contractor.

C. Remove equipment, implements of service, and leave work area in a neat and clean condition. Sweep clean paved areas.

END OF SECTION

SECTION 02970 – LANDSCAPE MAINTENANCE P:16001.30_Annafeld_1st_Ph1_Parks_SEC02970 Page 3 of 3 (09/06/18) MAT/tc

GEOTECHNICAL ENGINEERING REPORT

MONTANA PREVAILING WAGE RATES (Heavy Highway) MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2018

Effective: January 27, 2018

Steve Bullock, Governor State of Montana

Galen Hollenbaugh, Commissioner Department of Labor and Industry

To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact:

Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549

The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition, we’ll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act.

MONTANA PREVAILING WAGE REQUIREMENTS

The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication.

The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required each employer pay (as a minimum) the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations.

All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549.

In addition, this publication provides general information concerning compliance with Montana’s Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549.

GALEN HOLLENBAUGH Commissioner Department of Labor and Industry State of Montana

TABLE OF CONTENTS

MONTANA PREVAILING WAGE REQUIREMENTS:

A. Date of Publication ………………………………………………………………………………………………………………. 3 B. Definition of Heavy Construction ………………………………………………………………………………………...... 3 C. Definition of Public Works Contract ………………………………………………………………………………………….... 3 D. Prevailing Wage Schedule ……………………………………………………………………………………………………… 3 E. Rates to Use for Projects ………………………………………………………………………………………………………… 3 F. Wage Rate Adjustments for Multiyear Contracts ……………………………………………………………………………… 3 G. Fringe Benefits ……………………………………………………………………………………………………………………. 4 H. Dispatch City ………………………………………………………………………………………………………………………. 4 I. Zone Pay ………………………………………………………………………………………………………………………….. 4 J. Computing Travel Benefits ……………………………………………………………………………………………………… 4 K. Per Diem ………………………………………………………………………………………………………………………….. 4 L. Apprentices ……………………………………………………………………………………………………………………….. 4 M. Posting Notice of Prevailing Wages ……………………………………………………………………………………………. 5 N. Employment Preference ……………………………………………………………………………………………………...... 5 O. Projects of a Mixed Nature ...... 5 P. Occupations Definitions Website ...... 5 Q. Welder Rates ……………………………………………………………………………………………………………………. 5 R. Foreman Rates …………………………………………………………………………………………………………………. 5

WAGE RATES:

BOILERMAKERS ……………………………………………………………………………………………………………………….. 6 BRICK, BLOCK, AND STONE MASONS ………………………………………………………………………………………...... 6 CARPENTERS ………………………………………………………………………………………………………………………….. 6 CEMENT MASONS AND CONCRETE FINISHERS ……………………………………………………………………………….. 7 CONSTRUCTION EQUIPMENT OPERATORS OPERATORS GROUP 1 …………………………………………………………………………………………………………..... 7 OPERATORS GROUP 2 ……………………………………………………………………………………………………………. 7 OPERATORS GROUP 3 ……………………………………………………………………………………………………………. 8 OPERATORS GROUP 4 ……………………………………………………………………………………………………………. 8 OPERATORS GROUP 5 ……………………………………………………………………………………………………………. 8 OPERATORS GROUP 6 ……………………………………………………………………………………………………………. 8 OPERATORS GROUP 7 ……………………………………………………………………………………………………………. 9 CONSTRUCTION LABORERS LABORERS GROUP 1 ……………………………………………………………………………………………………………. 9 LABORERS GROUP 2 ……………………………………………………………………………………………………………. 9 LABORERS GROUP 3 ……………………………………………………………………………………………………………. 10 LABORERS GROUP 4 ……………………………………………………………………………………………………………. 10 DIVERS …………………………………………………………………………………………………………………………………. 10 DIVER TENDERS ………………………………………………………………………………………………………………………. 11 ELECTRICIANS …………………………………………...... 11 HEATING AND AIR CONDITIONING ...... 11 INSULATION WORKERS - MECHANICAL (HEAT AND FROST) ………………………………………………………………... 12 IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS ……………………………………………………………. 12 LINE CONSTRUCTION EQUIPMENT OPERATORS …………………………………………………………………………………...... ………………. 12 GROUNDMAN ………………………………………………………………………………………………...... ……………….. 12 LINEMAN ……………………………………………………………………………………………...... ………………………… 13 MILLWRIGHTS ………………………………………………………………………………………………………………………….. 13 PAINTERS ……………………………………………………………………………...... …...... 13 PILE BUCKS …………………………………………………………………………………………………………………………….. 13 PLUMBERS, PIPEFITTERS, AND STEAMFITTERS ……………………………………………………………………………….. 14 SHEET METAL WORKERS …………………………………………………………………………………………………………… 14 SOLAR PHOTVOLTAIC INSTALLERS ………...... …...... 14 TRUCK DRIVERS ...... 15

2 A. Date of January 27, 2018

B. Definition of Heavy Construction The Administrative Rules of Montana (ARM), 24.17.501(4) – (4)(a), states “Heavy construction projects include, but are not limited to, those projects that are not properly classified as either ‘building construction’, or ‘highway construction.’

Heavy construction projects include, but are not limited to, antenna towers, bridges (major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects (outdoor), fish hatcheries, flood control projects, industrial incinerators (other than building), irrigation projects, jetties, kilns, land drainage (not incidental to other construction), land leveling (not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings), pipe lines, ponds, pumping stations (prefabricated drop-in units – not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers (sanitary, storm, etc.), shoreline maintenance, ski tows, storage tanks, swimming pools (outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts (other than highway), water mains, waterway construction, water supply lines (not incidental to building), water and sewage treatment plants (other than buildings) and wells.”

C. Definition of Public Works Contract Section 18-2-401(11)(a), MCA defines “public works contract” as “…a contract for construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision in which the total cost of the contract is in excess of $25,000...”.

D. Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction, Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549.

E. Rates to Use for Projects ARM, 24.17.127(1)(c), states “The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised.”

F. Wage Rate Adjustments for Multiyear Contracts Section 18-2-417, MCA states:

“(1) Any public works contract that by the terms of the original contract calls for more than 30 months to fully perform must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract.

(2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3% increase. The adjustment must be made and applied every 12 months for the term of the contract.

(3) Any increase in the standard rate of prevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency.”

3 G. Fringe Benefits Section 18-2-412, MCA states:

“(1) To fulfill the obligation...a contractor or subcontractor may:

(a) pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash;

(b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund, plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or

(c) make payments using any combination of methods set forth in subsections (1)(a) and (1)(b) so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed.

(2) The fringe benefit fund, plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care, pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor.”

Fringe benefits are paid for all hours worked (straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime, unless there is a collectively bargained agreement in effect that specifies otherwise.

H. Dispatch City ARM, 24.17.103(11), defines dispatch city as “...the courthouse in the city from the following list which is closest to the center of the job: Billings, Bozeman, Butte, Great Falls, Helena, Kalispell, and Missoula.”

I. Zone Pay Zone pay is not travel pay. ARM, 24.17.103(24), defines zone pay as “...an amount added to the base pay; the combined sum then becomes the new base wage rate to be paid for all hours worked on the project. Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route from the dispatch city to the center of the job.” See section H above for a list of dispatch cities.

J. Computing Travel Benefits ARM, 24.17.103(22), states “ ‘Travel pay,’ also referred to as ‘travel allowance,’ is and must be paid for travel both to and from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job.” See section H above for a list of dispatch cities.

K. Per Diem ARM, 24.17.103(18), states “ ‘Per diem’ typically covers costs associated with board and lodging expenses. Per diem is paid when an employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer.”

L. Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2), MCA states, “…The full amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract.” Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract.

4 M. Posting Notice of Prevailing Wages Section 18-2-406, MCA, provides that contractors, subcontractors, and employers who are “…performing work or providing construction services under public works contracts, as provided in this part, shall post in a prominent and accessible site on the project or staging area, not later than the first day of work and continuing for the entire duration of the project, a legible statement of all wages and fringe benefits to be paid to the employees.”

N. Employment Preference Sections 18-2-403 and 18-2-409, MCA require contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts.

O. Projects of a Mixed Nature Section 18-2-408, MCA states:

“(1) The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heavy construction project, or a building construction project.

(2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for that project classification”

P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: http://www.bls.gov/oes/current/oes_stru.htm

Q. Welder Rates Welders receive the rate prescribed for the craft performing an operation to which welding is incidental.

R. Foreman Rates Rates are no longer set for foremen. However, if a foreman performs journey level work, the foreman must be paid at least the journey level rate.

5 WAGE RATES

BOILERMAKERS

Wage Benefit Travel: $30.25 $30.30 0-120 mi. free zone >120 mi. federal mileage rate/mi. Duties Include: Construct, assemble, maintain, and repair stationary Special Provision: steam boilers, boiler house auxiliaries, process vessels, Travel is paid only at the beginning and end of the job. pressure vessels and penstocks. Bulk storage tanks and bolted steel tanks. Per Diem: 0-70 mi. free zone >70-120 mi. $55.00/day >120 mi. $70.00/day

↑ Back to Table of Contents

BRICK, BLOCK, AND STONE MASONS

Wage Benefit Travel: $31.07 $13.90 0-20 mi. free zone >20-35 mi. $30.00/day >35-55 mi. $35.00/day >55 mi. $65.00/day

↑ Back to Table of Contents

CARPENTERS

Wage Benefit Zone Pay: $29.00 $13.07 0-30 mi. free zone >30-60 mi. base pay + $4.00/hr. >60 mi. base pay + $6.00/hr.

↑ Back to Table of Contents

6 CEMENT MASONS AND CONCRETE FINISHERS

Wage Benefit Zone Pay: $21.73 $10.51 0-30 mi. free zone >30-60 mi. base pay + $2.95/hr. Duties Include: >60 mi. base pay + $4.75/hr. Smooth and finish surfaces of poured concrete, such as floors, walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters.

↑ Back to Table of Contents

CONSTRUCTION EQUIPMENT OPERATORS GROUP 1

Wage Benefit Zone Pay: $26.41 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Air Compressor; Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman.

↑ Back to Table of Contents

CONSTRUCTION EQUIPMENT OPERATORS GROUP 2

Wage Benefit Zone Pay: $27.20 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Air Doctor; Backhoe\Excavator\Shovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float & Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts & Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumpcrete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot (Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine; Washing /Screening Plant

↑ Back to Table of Contents

7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 3

Wage Benefit Zone Pay: $28.45 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt (Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat.

↑ Back to Table of Contents

CONSTRUCTION EQUIPMENT OPERATORS GROUP 4

Wage Benefit Zone Pay: $29.45 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper.

↑ Back to Table of Contents

CONSTRUCTION EQUIPMENT OPERATORS GROUP 5

Wage Benefit Zone Pay: $30.45 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Cranes, 45 tons up to and incl. 74 tons.

↑ Back to Table of Contents

CONSTRUCTION EQUIPMENT OPERATORS GROUP 6

Wage Benefit Zone Pay: $31.45 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley (All).

↑ Back to Table of Contents

8 CONSTRUCTION EQUIPMENT OPERATORS GROUP 7

Wage Benefit Zone Pay: $32.45 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower (All); Crane Stiff-Leg or Derrick; Helicopter Hoist.

↑ Back to Table of Contents

CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL

Wage Benefit Zone Pay: $21.58 $9.99 0-30 mi. free zone >30-60 mi. base pay + $3.05/hr. >60 mi. base pay + $4.85/hr.

↑ Back to Table of Contents

CONSTRUCTION LABORERS GROUP 2

Wage Benefit Zone Pay: $24.40 $9.99 0-30 mi. free zone >30-60 mi. base pay + $3.05/hr. This group includes but is not limited to: >60 mi. base pay + $4.85/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler (dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker.

↑ Back to Table of Contents

9 CONSTRUCTION LABORERS GROUP 3

Wage Benefit Zone Pay: $24.54 $9.99 0-30 mi. free zone >30-60 mi. base pay + $3.05/hr. This group includes but is not limited to: >60 mi. base pay + $4.85/hr. Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer (Pavement Breaker) Non- Riding Rollers; Pipelayer; Posthole Digger (Power); Power Driven Wheelbarrow; Rigger; Sandblaster (excluding all surface preparation work for paint); Sod Cutter-Power and Tamper.

↑ Back to Table of Contents

CONSTRUCTION LABORERS GROUP 4

Wage Benefit Zone Pay: $26.01 $9.99 0-30 mi. free zone >30-60 mi. base pay + $3.05/hr. This group includes but is not limited to: >60 mi. base pay + $4.85/hr. Hod Carrier***; Water Well Laborer; Blaster; Wagon Driller; Asphalt Raker; Cutting Torch; Grade Setter; ***Hod Carriers will receive the same amount of travel High-Scaler; Power Saws (Faller & Concrete) and/or subsistence pay as bricklayers when requested to Powderman; Rock & Core Drill; Track or Truck Mounted travel. Wagon Drill and Welder incl. Air Arc.

↑ Back to Table of Contents

DIVERS

Wage Benefit Zone Pay: Stand-By $37.58 $16.14 0-30 mi. free zone Diving $75.16 $16.14 >30-60 mi. base pay + $4.00/hr. >60 mi. base pay + $6.00/hr. Depth Pay (Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft.

Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft.

↑ Back to Table of Contents

10 DIVER TENDERS

Wage Benefit Zone Pay: $36.58 $16.14 0-30 mi. free zone >30-60 mi. base pay + $4.00/hr. The tender shall receive 2 hours at the straight time pay >60 mi. base pay + $6.00/hr. rate per shift for dressing and/or undressing a Diver when work is done under hyperbaric conditions.

↑ Back to Table of Contents

ELECTRICIANS

Wage Benefit Travel: $32.74 $13.84 No mileage due when traveling in employer’s vehicle.

The following travel allowance is applicable when traveling in employee’s vehicle:

0-18 mi. free zone >18-60 mi. federal mileage rate/mi. >60 mi. $75.00/day

↑ Back to Table of Contents

HEATING AND AIR CONDITIONING

Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: . $0.25/mi. in employer vehicle. Testing and balancing, commissioning and retro- . $0.65/mi. in employee vehilcle. commissioning of all air-handling equipment and duct work. Per Diem: $65/day

↑ Back to Table of Contents

11

INSULATION WORKERS - MECHANICAL (HEAT AND FROST)

Wage Benefit Travel: $34.17 $19.47 0-30 mi. free zone >30-40 mi. $20.00/day Duties Include: >40-50 mi. $30.00/day Insulate pipes, ductwork or other mechanical systems. >50-60 mi. $40.00/day >60 mi. $45.00/day plus . $0.56/mi. if transportation is not provided. . $0.20/mi. if in company vehicle. >60 mi. $80.00/day on jobs requiring an overnight stay plus . $0.56/mi. if transportation is not provided. . $0.20/mi. if in company vehicle.

↑ Back to Table of Contents

IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS

Wage Benefit Travel: $27.25 $24.54 0-45 mi. free zone >45-85 mi. $55.00/day Duties Include: >85 mi. $85.00/day Structural steel erection; assemble prefabricated metal buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; handrail fabrication and ornamental steel.

↑ Back to Table of Contents

LINE CONSTRUCTION – EQUIPMENT OPERATORS

Wage Benefit Travel: $34.02 $14.41 No Free Zone $60.00/day Duties Include: All work on substations

↑ Back to Table of Contents

LINE CONSTRUCTION – GROUNDMAN

Wage Benefit Travel: $26.56 $13.56 No Free Zone $60.00/day Duties Include: All work on substations

↑ Back to Table of Contents

12

LINE CONSTRUCTION – LINEMAN

Wage Benefit Travel: $44.41 $15.54 No Free Zone $60.00/day Duties Include: All work on substations

↑ Back to Table of Contents

MILLWRIGHTS

Wage Benefit Zone Pay: $32.00 $13.07 0-30 mi. free zone >30-60 mi. base pay + $4.00/hr. >60 mi. base pay + $6.00/hr.

↑ Back to Table of Contents

PAINTERS

Wage Benefit Travel: $25.05 $16.72 No mileage due when traveling in employer’s vehicle.

Duties Include: The following travel allowance is applicable when All surface preparation for paint. traveling in employee’s vehicle:

No free zone. $0.60/mi.

Per Diem: $80.00/day

↑ Back to Table of Contents

PILE BUCKS

Wage Benefit Zone Pay: $29.00 $13.07 0-30 mi. free zone >30-60 mi. base pay + $4.00/hr. Duties Include: >60 mi. base pay + $6.00/hr. Set up crane; set up hammer; weld tips on piles; set leads; insure piles are driven straight with the use of level or plum bob. Give direction to crane operator as to speed, and direction of swing. Cut piles to grade.

↑ Back to Table of Contents

13

PLUMBERS, PIPEFITTERS, AND STEAMFITTERS

Wage Benefit Travel: $35.16 $17.86 0-70 free zone >70 mi. Duties Include: . On jobs when employees do not work Assemble, install, alter, and repair pipe-lines or pipe consecutive days: $0.55/mi. if employer doesn’t systems that carry water, steam, air, other liquids or provide transportation. Not to exceed two trips. gases. Testing of piping systems, commissioning and retro-commissioning. Workers in this occupation may . On jobs when employees work any number of also install heating and cooling equipment and consecutive days: $100.00/day. mechanical control systems.

↑ Back to Table of Contents

SHEET METAL WORKERS

Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: . $0.25/mi. in employer vehicle Testing and balancing, commissioning and retro- . $0.65/mi. in employee vehicle commissioning of all air-handling equipment and duct work. Manufacture, fabrication, assembling, installation, Per Diem: dismantling, and alteration of all HVAC systems, air $65.00/day veyer systems, and exhaust systems. All lagging over insulation and all duct lining. Metal roofing.

↑ Back to Table of Contents

SOLAR PHOTOVOLTAIC INSTALLERS

Wage Benefit Travel: $32.74 $13.84 No mileage due when traveling in employer’s vehicle.

The following travel allowance is applicable when traveling in employee’s vehicle:

0-08 mi. free zone >08-50 mi. federal mileage rate/mi. in excess of the free zone. >50 mi. $66.00/day

↑ Back to Table of Contents

14

TRUCK DRIVERS

Wage Benefit Zone Pay: Pilot Car Driver $24.85 $9.42 All Districts Truck Driver $28.88 $9.42 0-30 mi. free zone >30-60 mi. base pay + $3.05/hr. Truck drivers include but are not limited to: >60 mi. base pay + .$4.85/hr. Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment; Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks.

↑ Back to Table of Contents

15