specifications and contract documents landscaping … · 402 bna drive, suite 208 nashville, tn...
TRANSCRIPT
SPECIFICATIONS AND CONTRACT DOCUMENTS
LANDSCAPING & IRRIGATION SYSTEM
LABOR AND MATERIALS
FOR
GATEWAY SUBSTATION
MURFREESBORO ELECTRIC DEPARTMENT
MURFREESBORO, TENNESSEE
engineers • planners 402 BNA Drive, Suite 208
Nashville, TN 37217-2518
JOB NO.: 81597.22
DATE: April, 2018
021518 81597.22
M092896-EU CONTENTS 00003 - 1
DOCUMENT 00003
CONTENTS
DIVISIONS 0 and 1 - CONTRACT DOCUMENTS AND GENERAL REQUIREMENTS
Pages
00001 TITLE SHEET 1
00002 CERTIFICATIONS 1
00003 TABLE OF CONTENTS 3
00004 LIST OF DRAWINGS, TABLES & SCHEDULES 2
00020 INVITATION TO BIDDERS 1
00100 INSTRUCTIONS TO BIDDERS 8
00100F BID ENVELOPE INFORMATION FORM 2
00300 BID FORM 7
00482 DRUG-FREE WORKPLACE AFFIDAVIT 1
00500 AGREEMENT 5
00570 WAIVER AND RELEASE OF LIEN 1
00571 AFFIDAVIT OF CONTRACTOR 1
00610 PERFORMANCE BONDS 1
00620 PAYMENT BONDS 1
00650 CERTIFICATES OF INSURANCE 1
00820 EQUAL OPPORTUNITY PROVISIONS 2
01012 SUMMARY OF WORK 5
DIVISION 2 - SITE WORK
02810 IRIGATION SYSTEM 4
02900 LANDSCAPING 4
END OF DOCUMENT
021518 81597.22
M092096-EU LIST OF DRAWINGS, TABLES & SCHEDULES 00004 - 1
DOCUMENT 00004
LIST OF DRAWINGS, TABLES & SCHEDULES
The following is a list of Contract Drawings which this contract is to be based. These drawings are
entitled Gateway kV Substation and dated March 2018 with revision dates (if any), as noted. They
will be supplemented by additional shop and dimensional drawings of materials and equipment and
other drawings where specified.
Drawing Revision
Number Sub-Title Date
L1.0 LANDSCAPING PLAN
L1.1 IRRIGATION PLAN
L1.2 IRRIGATION DETAILS
END OF DOCUMENT
021518 81597.22
M062912-EU INVITATION TO BID 00020 - 1
DOCUMENT 00020
INVITATION TO BID
Sealed proposals for the construction of Gateway Substation Irrigation System will be received by Murfreesboro Electric Department at 205 North Walnut Street, Murfreesboro, TN 37130 until 2:00 pm local time on May 14, 2018, and immediately thereafter will be opened and publicly read.
The Owner reserves the right to reject any or all bids and to waive any informalities or technicalities therein. Bids shall be on a Lump Sum basis for the Base Bid. The work to be done consists generally of: Furnishing materials and labor for the construction of the irrigation system and other related work, as shown on the drawings and/or described in the specifications. Drawings and specifications may be obtained from Allen & Hoshall, Engineers Planners, 402 BNA Drive, Suite 208, Nashville, Tennessee, 37217 for a deposit of $50.00 per set non-refundable.
Drawings and specifications may be examined at:
Allen & Hoshall Murfreesboro Electric Department Engineers Planners 205 North Walnut Street 402 BNA Drive, Suite 208 Murfreesboro, TN 37130 Nashville, Tennessee 37217-2514
Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder's Bond issued
by a Surety Company licensed to operate in the State of Tennessee, in the amount of five percent of the total bid price, as a guarantee that if the bid is accepted, the Bidder will enter into a contract and execute the Performance and Payment Bonds in the form and within the time specified.
The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100 percent of the Contract, issued by a Surety Company licensed to operate in the State and shall be named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.
Each Bidder shall be a licensed Contractor as required by the regulations of the State of Tennessee General Assembly's Contractor's Licensing Act of 1976, and all amendments thereto in effect on bid receipt date. License number, expiration date, and license classification shall be shown on the outside of the envelope containing the bid of the General Contractor. The license number, expiration date, and license classification shall also be shown for the electrical subcontractor, plumbing subcontractor, mechanical subcontractor and masonry subcontractor, as applicable. Failure to show these items on outside of envelope will result in bid being returned to Bidder unopened.
No Bidder may withdraw his bid for a period of forty-five (45) days after date of actual bid opening, without Owner's consent. By: Mr. PD Mynatt Murfreesboro Electric Department END OF DOCUMENT
021518 81597.22
M092112-EU INSTRUCTIONS TO BIDDERS 00100 - 1
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS.
1.1 The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a
sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest,
qualified, responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement
or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents
(including all Addenda issued prior to receipt of Bids).
2. COPIES OF BIDDING DOCUMENTS.
2.1 Complete sets of Bidding Documents for the sum stated in the Advertisement or
Invitation to Bid may be obtained from Engineer. This sum is non-refundable.
2.2 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner
nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents.
2.3 Owner and Engineer in making copies of Bidding Documents available on the above
terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant
for any other use.
3. QUALIFICATIONS OF BIDDERS.
3.1 Each Bid must contain evidence of Bidder's qualification to do business in the State of
Tennessee. The Bidder must provide evidence of the Contractor License Classifications for this
Project (the proper license classifications may be a combination of the Bidder or submitted
subcontractors) listed below:
Project Required License Classifications:
1. BC-29 or
2. HRA-E.1
3.2 Each Bidder shall submit Document 00420 - BIDDERS QUALIFICATION STATEMENT.
4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE.
2.1 It is the responsibility of each Bidder before submitting a Bid, to (a) examine the
Contract Documents thoroughly, (b) visit the site to become familiar with the local conditions that
may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and
local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work,
(d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify
Engineer of all conflicts, errors or discrepancies in the Contract Documents.
2.2 Reference is made to the Supplementary Conditions for identification of:
a. Those reports of explorations and tests of subsurface conditions at the site which
have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the
accuracy of the technical data contained in such reports but not upon non-technical data,
interpretations or opinions contained therein or for the completeness thereof for the purposes of
021518 81597.22
M092112-EU INSTRUCTIONS TO BIDDERS 00100 - 2
bidding or construction.
b. Those drawings of physical conditions in or relating to existing surface and subsurface
conditions (except Underground Facilities) which are at or contiguous to the site which have been
utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy
of the technical data contained in such drawings but not upon the completeness thereof for the
purposes of bidding or construction.
c. Copies of such reports and drawings will be made available by Owner to any Bidder
on request. Those reports and drawings are not part of the Contract Documents but the technical
data contained therein upon which Bidder is entitled to rely as provided in Paragraphs 4.2(a) and
4.2(b) are incorporated therein by reference. Such technical data has been identified and
established in the Supplementary Conditions.
2.3 Information and data reflected in the Contract Documents with respect to
Underground Facilities at or contiguous to the site is based upon information and data furnished to
Owner and Engineer by owners of such Underground Facilities or others, and Owner and Engineer
do not assume responsibility for the accuracy or completeness thereof unless it is expressly
provided otherwise in the Supplementary Conditions.
2.4 Provisions concerning responsibilities for the adequacy of data furnished to
prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions,
and possible changes in the Contract Documents due to differing conditions appear in Section
00500.
2.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain
any additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical 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 and which Bidder deems necessary to determine its Bid for
performing and furnishing the Work in accordance with the time, price and other terms and
conditions of the Contract Documents.
2.6 On request, in advance, Owner will provide each Bidder access to the site to
conduct such explorations and tests as each Bidder deems necessary for submission of a Bid.
Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of
such explorations.
2.7 The submission of a Bid will constitute an incontrovertible representation by Bidder
that Bidder has complied with every requirement of this Article 4, that without exception the Bid is
premised upon performing and furnishing the Work required by the Contract Documents and such
means, methods, techniques, sequences or procedures of construction as may be indicated in or
required by the Contract Documents, and that the Contract Documents are sufficient in scope and
detail to indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
3. AVAILABILITY OF LANDS FOR WORK
3.1 The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work are
identified in the Contract Documents. All additional lands and access thereto required for
temporary construction facilities or storage of materials and equipment are to be provided by
Contractor. Easements for permanent structures or permanent changes in existing structures are to
021518 81597.22
M092112-EU INSTRUCTIONS TO BIDDERS 00100 - 3
be obtained and paid for by Owner unless otherwise provided in the Contract Documents
4. INTERPRETATIONS AND ADDENDA.
4.1 All questions about the meaning or intent of the Contract Documents are to be
directed to Engineer. Interpretations or clarifications considered necessary by Engineer in response
to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer
as having received the Bidding Documents. Questions received less than seven days prior to the
date for opening of Bids may not be answered. Only questions answered by formal written
Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.
4.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable
by Owner or Engineer.
5. BID SECURITY.
5.1 Each Bid must be accompanied by Bid security made payable to Owner in an amount
of five percent of the Bidder's maximum Bid price and in the form of a bank check or a Bid Bond
issued by a surety.
5.2 The Bid security of the Successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon the Bid security
will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish
the required contract security within fifteen days after the Notice of Award, Owner may annul the
Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other
Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained
by Owner until the earlier of the seventh day after the Effective Date of the Agreement or the forty-
sixth day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned.
Bid security with Bids which are not competitive will be returned within ten days after the Bid
opening.
6. CONTRACT TIME.
6.1 The number of days within which, or the dates by which, the Work is to be
substantially completed and also completed and ready for final payment (the Contract Time) are set
forth in the Bid Form and the Agreement.
7. LIQUIDATED DAMAGES.
7.1 Provisions for liquidated damages are set forth in the Agreement.
8. SUBSTITUTE OR “OR EQUAL” ITEMS.
8.1 The Contract, if awarded, will be on the basis of materials and equipment described in
the Drawings or specified in the Specifications without consideration of possible substitute or "or-
equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a
substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if
acceptable to Engineer, application for such acceptance will not be considered by Engineer until
after the Effective Date of the Agreement.
9. SUBCONTRACTORS, SUPPLIERS, AND OTHERS
9.1 If the Bid Form or Supplementary Conditions require the identity of certain
021518 81597.22
M092112-EU INSTRUCTIONS TO BIDDERS 00100 - 4
Subcontractors, Suppliers and other persons and organizations (including those who are to furnish
the principal items of material and equipment) the Bidder shall list the requested data. If requested
by the Owner, the apparent Successful Bidder, and any other Bidder so requested, shall within five
days after Bid opening submit to Owner an experience statement with pertinent information
regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier,
person or organization listed. An Owner or Engineer who after due investigation has reasonable
objection to any proposed Subcontractor, Supplier, other person or organization, may before the
Notice of Award is given request apparent Successful Bidder to submit an acceptable substitute
If apparent Successful Bidder declines to make any such substitution, Owner may award the
contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers and
other persons and organizations. The declining to make requested substitutions will not constitute
grounds for sacrificing the Bid security of any Bidder. Any Subcontractor, Supplier, other person or
organization 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 Owner and Engineer subject to
revocation of such acceptance after the Effective Date of the Agreement.
10. BID FORM.
10.1 The Bid Form is included with the Bidding Documents.
10.2 All blanks on the Bid Form must be completed in ink or by typewriter.
10.3 Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other corporate officer accompanied by evidence of authority to sign) and the
corporate seal must be affixed and attested by the secretary or an assistant secretary. The
corporate address and state of incorporation must be shown below the signature.
10.4 Bids by partnerships must be executed in the partnership name and signed by a
partner, whose title must appear under the signature and the official address of the partnership
must be shown below the signature.
10.5 All names must be typed or printed below the signature.
10.6 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of
which must be filled in on the Bid Form).
10.7 The address and telephone number for communications regarding the Bid must be
shown.
10.8 Bids must be priced on a Lump Sum basis for the base contract. The Total Lump Sum
Bid Price shall include all amounts stipulated on the BID FORM for Authorized Contract
Amendments, Cash Allowances, and Quantity Allowances.
The Bidder shall provide quantities for Cash Allowance items. The amount of the Cash Allowance
to be inserted on the BID FORM will be the Engineer’s specified item allowance unit price multiplied
by the Bidder’s quantity.
The Bidder shall provide unit prices for Quantity Allowance items. The amount of the Quantity
Allowance to be inserted on the BID FORM will be the Engineer’s specified item allowance quantity
multiplied by the Bidder’s item unit price.
The value of OWNER FURNISHED MATERIALS is not to be included in the LUMP SUM BASE BID.
021518 81597.22
M092112-EU INSTRUCTIONS TO BIDDERS 00100 - 5
Provide a separate price for each Alternate described in the Specifications and as provided for in
the Bid Form. The price of the Bid for each Alternate will be the amount to be added to or
deducted from the price of the Lump Sum Base Bid if Owner selects the Alternate. Unit Price data
is to be provided for all units listed on the Bid Form to allow contract price adjustment based on
Change Order.
10.9 The Bid price shall include such amounts as the Bidder deems proper for overhead
and profit on account of cash allowances named in the Contract Documents.
11. SUBMISSION OF BIDS.
11.1 Bids, Bid security, and other required documents shall be submitted at the time and
place indicated in the Advertisement or Invitation to Bid.
11.2 BID ENVELOPE. The Bid shall be enclosed in an opaque sealed Bid Envelope
separate from the postal/mailing/delivery service envelope when such delivery envelope is required.
The Project Title, Owner's name and address, Bidder’s (and All submitted Subcontractor’s) name
and address, Contractor License Classification, License Number, and Expiration Date shall be
marked on the outside of the Bid envelope in accordance with State Law (TCA § 62-6-119).
Document 00100-F is provided for the Bidder’s convenience. Failure to show these items on the
outside of the envelope will result in the Bid being listed as “NON-RESPONSIVE” and returned to
the Bidder unopened.
11.3 DELIVERY ENVELOPE shall be used for the postal/mailing/delivery service envelope
when such delivery envelope is required. Delivery Envelope shall be marked “Bid Enclosed” with
Project Name, Bid time and date. Delivery Envelope shall be separate from the Bid Envelope.
11.4 Prospective Bidders are furnished one copy of Bidding Documents with one separate
unbound copy of the Bid Form. The Bidding Documents are to be retained by the Bidder. Two
copies of the BID FORM are to be completed and submitted with the Bid security and other required
documents.
11.5 A copy of the State Contractor’s License certificate for the General Contractor and
all submitted Subcontractors shall be submitted with the Bid.
11.6 Document 00482 – DRUG-FREE WORKPLACE AFFIDAVIT, is to be submitted with
the BID FORM.
11.7 Document 00820, EQUAL OPPORTUNITY PROVISIONS, is to be submitted with the
BID FORM.
12. MODIFICATION AND WITHDRAWAL OF BIDS.
12.1 Bids may be modified or withdrawn by an appropriate document duly executed (in
the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted
at any time prior to the opening of Bids.
12.2 If, within twenty-four hours after Bids are opened, any Bidder files a duly signed,
written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder
may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will be
disqualified from further bidding on the Work to be provided under the Contract Documents.
021518 81597.22
M092112-EU INSTRUCTIONS TO BIDDERS 00100 - 6
13. OPENING OF BIDS.
13.1 Bids without evidence of proper qualifications as described in Paragraph 3 or not
submitted as described in Paragraph 13 will be listed as NON-RESPONSIVE and will be returned
to the Bidder unopened.
13.2 Bids will be opened and (unless obviously non-responsive) read aloud publicly.
An abstract of the amounts of the base Bids and major alternates (if any) will be made available
to Bidders after the opening of Bids.
14. BIDS TO REMAIN SUBJECT TO ACCEPTANCE.
14.1 All bids will remain subject to acceptance for forty-five days after the day of the Bid
opening, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to
that date.
15. AWARD OF CONTRACT.
15.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities
not involving price, time or changes in the Work and to negotiate contract terms with the
Successful Bidder, and the right to disregard all nonconforming, non-responsive, unbalanced or
conditional Bids. Also, Owner reserves the right to reject the Bid of any Bidder if Owner believes
that it would not be in the best interest of the Project to make an award to that Bidder, whether
because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails
to meet any other pertinent standard or criteria established by Owner. Discrepancies in the
multiplication of units of Work and unit prices will be resolved in favor of the correct multiplication
of the listed units and Unit Prices. Discrepancies between the indicated sum of any column of
figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies
between words and figures will be resolved in favor of the words.
15.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or
not the Bids comply with the prescribed requirements, and such alternates, unit prices and other
data, as may be requested in the Bid Form or prior to the Notice of Award.
15.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers,
and other persons and organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Supplementary Conditions. Owner also may consider the operating costs,
maintenance requirements, performance data and guarantees of major items of materials and
equipment proposed for incorporation in the Work when such data is required to be submitted prior
to the Notice of Award.
15.4 Owner may conduct such investigations as Owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial ability of
Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and
furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the
prescribed time.
15.5 If the contract is to be awarded, it will be awarded to the Successful Bidder.
Owner’s evaluation will be based on the sum of Total Lump Sum Bid Price and chosen Alternate(s),
if any,
021518 81597.22
M092112-EU INSTRUCTIONS TO BIDDERS 00100 - 7
15.6 If the contract is to be awarded, Owner will give the Successful Bidder a Notice of
Award within forty-five days after the day of the Bid opening.
16. CONTRACT SECURITY.
16.1 Describes the Owner's requirements as to performance and payment Bonds. When
the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the
required performance and payment Bonds.
17. SIGNING OF AGREEMENT.
17.1 When Owner gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the Agreement with all other
written Contract Documents attached. Within (15) fifteen days thereafter Contractor shall sign and
deliver the required number of counterparts of the Agreement and attached documents to Owner
with the required Bonds and Insurance Certificates. Within (10) ten days thereafter Owner shall
deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a
complete set of the Drawings with appropriate identification.
18. PREBID CONFERENCE
18.1 None
19. SALES AND USE TAXES.
19.1 The Owner is exempt from State Sales and Use Taxes on materials and equipment
to be incorporated into the Work. Said taxes shall not be included in the Contract Price. Refer to
Supplementary Conditions for additional information.
20. RETAINAGE.
20.1 Provisions concerning retainage and Contractors' rights to deposit securities in lieu
of retainage are set forth in the Agreement.
21. ENGINEER.
21.1 The Engineer for this project is:
Allen & Hoshall
Engineers Planners
402 BNA Drive, Suite 208
Nashville, Tennessee 37217
Phone: (615) 399-2661
Fax: (615) 399-2657
Contact: Jody Cathey, P.E.
Alternate: Tyler Vowell
END OF DOCUMENT
021518 81597.22
M092112 TENNESSEE BID ENVELOPE INFORMATION FORM 00100F TN - 1
DOCUMENT 00100F TN
BID ENVELOPE INFORMATION FORM
STATE OF TENNESSEE
BIDDER:
This form is for the Bidder’s convenience as noted in Section 00100 - INSTRUCTIONS TO
BIDDERS. This form is not required; however, the information (excluding the Contractors
Monetary Limitation) IS required, by Tennessee State Law, on the front of the Bid Envelope for
the listed subcontractors.
Add the required information of all subcontractors listed below. Extend form as required. Refer
to Document 00100 (INSTRUCTIONS TO BIDDERS) paragraph 13.2 for additional information.
Per Tennessee State Law, failure to completely list the
subcontractor/job function information will result in bid
disqualification.
021518 81597.22
M092112 TENNESSEE BID ENVELOPE INFORMATION FORM 00100F TN - 2
Project: Landscaping & Irrigation Labor and Materials for Gateway 161/13 kV Substation_ _
Owner: Murfreesboro Electric Department________________________________________________
Address: 205 North Walnut Street, Murfreesboro, TN 37130_____________________________
BIDDER IDENTIFICATION
Bidder: ____________________________________________________________________________________
Address: _______________________________________________________________________________
BIDDER’S CONTRACTOR’S LICENSE INFORMATION
License Number: ___________________________________________________________________________
License Classification Applicable to Project: __________________________________________________
License Expiration Date: _________________ Dollar Limit: _______________________________________
(Providing the Contractor’s Monetary Limitation
outside the Bid Envelope is not required by State
Law. Bids exceeding 110% of the Contractor’s limit
will be rejected.)
SUBCONTRACTORS TO BE USED ON THIS PROJECT:
Tennessee State Law requires the following information for each listed subcontractor. Only one subcontractor
may be listed for each classification. Indicate “NONE” if Work Classification is not applicable. Failure to provide
the required information will result in Bid Rejection.
License
Number
Expiration
Classification
Mechanical
Electrical
Plumbing
HVAC
Masonry
Cut and tape securely to front of Bid Envelope. The Bid Envelope shall be separate from the
postal/mailing/delivery service Delivery Envelope (when delivery envelope is required. See also
INSTRUCTIONS TO BIDDERS).
END OF DOCUMENT
021518 81597.22
M113002-EU BID FORM 00300 - 1
DOCUMENT 00300
BID FORM
Project Identification: Gateway Substation
Contract Identification: Landscaping & Irrigation System Labor and Materials
This Bid is Submitted to:
Murfreesboro Electric Department
Street: 205 North Walnut Street
Murfreesboro, TN 37130
Mail: P.O. Box 9 (37133-0009)
This Bid is Submitted from (Contractor):
____________________________________
____________________________________
____________________________________
____________________________________
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with other terms and
conditions of the Contract Documents.
2. 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 forty-five days after the day of Bid
opening. Bidder will sign and submit the Agreement with the Bonds and other documents
required by the Bidding Requirements within fifteen days after the date of Owner's Notice
of Award.
3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that:
(a) Bidder has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged, if no addenda received, insert
"None":
Number Date
_________________ ________________
_________________ ________________
_________________ ________________
021518 81597.22
M113002-EU BID FORM 00300 - 2
(b) Bidder has familiarized itself with the nature and extent of the Contract Documents,
Work, site, locality, and all local conditions and Laws and Regulations that in any
manner may affect cost, progress, performance or furnishing of the Work.
(c) Bidder has given Architect/Engineer written notice to all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by Architect/Engineer is acceptable to Bidder.
(d) This Bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation 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.
4. LUMP SUM BID - The Bidder will complete the Work, as indicated on the Contract
Drawings and/or described in the Specifications for the following lump sum price:
BID SUMMARY
LUMP SUM BASE BID
(The Lump Sum Base bid does not include
any amounts for the ACA.)
________________________________________________Dollars ________ cents ($___________________).
AUTHORIZED CONTRACT AMENDMENTS
TEN THOUSAND Dollars NO cents ($ 10,000.00 )
TOTAL LUMP SUM BID PRICE (Total of Lump Sum Base Bid, Authorized Contract Amendments)
________________________________________________Dollars ________ cents ($___________________).
THE ABOVE TOTAL LUMP SUM BID PRICE SHALL NOT INCLUDE ANY AMOUNT THAT IS NOT
SPECIFICALLY STATED BY THIS BID FORM TO BE INCLUDED.
021518 81597.22
M113002-EU BID FORM 00300 - 3
Unit Price Adjustments of Lump Sum Bid:
Lump Sum Base Bid quantities of the Project items are to be determined by the Contractor based
on the Contract Documents, Contract Drawings, and Contract Specifications. If increases or
decreases in these quantities occur the Contract Price is to be adjusted on the basis of the Unit
Prices listed below. Prices below included material and labor costs.
Specifications Adjustment Price
Section Item Unit $ Per Unit
Water Line, 1" PVC, C200 Linear Ft. __________________
Water Line, trench Linear Ft. __________________
02810 Valve Box EA. __________________
02810 Gate Valve EA. __________________
02810 Solenoid Valve EA. __________________
02810 Drip line header 500’. __________________
50 PSI Pressure reducer EA. __________________
5. SUBCONTRACTOR LIST:
DESCRIPTION
COMPANY NAME
BUSINESS ADDRESS
Landscaping
DIVISION 2
Irrigation
DIVISION 2
6. Bidder agrees that the Work will be substantially complete in _________ weeks after notice
to proceed.
7. The following documents are attached to and made a condition of this Bid:
(a) Required Bid Security in the form of 5% Bid Bond or Bank Check in the amount of 5%
of the Bid.
(b) Drug-Free Workplace Affidavit, Document 00482.
(c) Equal Opportunity Provisions, Document 00820.
(d) Copies of Contractor’s and Subcontractor’s License Certificates
021518 81597.22
M113002-EU BID FORM 00300 - 4
8. Communications concerning this Bid shall be addressed to:
The address of Bidder indicated below.
The following address:
Principal Contact: ________________________________
Alternate Contact: ________________________________
Phone Number: ________________________________
Fax: ________________________________
Mail Address: ________________________________
________________________________
Street Address: ________________________________
________________________________
9. The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions
will have the meanings assigned to them in the GENERAL CONDITIONS or Instructions.
Submitted on , 20 .
State Contractor License No. .
021518 81597.22
M113002-EU BID FORM 00300 - 5
If Bidder is:
An Individual
(SEAL)
(Individual's Signature)
________________________________________________________
(Individual's Name - Print/Type)
doing business as: _____________________________________________________
Business address: _____________________________________________________
_____________________________________________________
Phone No.: ___________________________________________
A Partnership
(SEAL)
(Firm Name)
____________________________________________________________
(Signature of General Partner)
____________________________________________________________
(Print/Type)
Business address: _____________________________________________________
_____________________________________________________
Phone No.: ___________________________________________
021518 81597.22
M113002-EU BID FORM 00300 - 6
A Corporation
.
(Corporation Name)
By: Title: ________________________________
(Signature of person authorized to sign)
______________________________________________________________________________
(Print/Type name of person authorized to sign)
(Corporate Seal)
Attest: ______________________________________________________________________
(Secretary)
_____________________________________________________
(State of incorporation)
Business address: _____________________________________________________
_____________________________________________________
Phone No.: ___________________________________________
A Joint Venture
(SEAL)
(Joint Venture)
By: By:_______________________________________
(Signature of Joint Venturer) (Signature of Joint Venturer)
_____________________________________
(Type/Print) (Type/Print)
_______________________________________
(Address) (Address)
(Each joint venturer must sign. The manner of signing for each individual, partnership and
corporation that is a party to the joint venture should be in the manner indicated above).
END OF DOCUMENT
021518 81597.22
M101502-EU DRUG-FREE WORKPLACE AFFIDAVIT 00482 - 1
DOCUMENT 00482
DRUG-FREE WORKPLACE AFFIDAVIT
(must be attached to bid form upon submission)
STATE OF TENNESSEE DRUG-FREE WORKPLACE AFFIDAVIT
COUNTY OF _______________ OF PRIME BIDDER
NOW COMES AFFIANT, who being duly sworn, deposes and says:
1. He/She is the principal officer for _______________________________________________;
(insert name and address of bidding entity)
2. That the bidding entity has submitted a bid to ___________________________________
(insert name of city, dept, project No.)
for the construction of __________________________________________________;
(insert name of project)
3. That the bidding entity employs no less than five (5) employees;
4. That Affiant certifies that the bidding entity has in effect, at the time of submission of
its bid to perform the construction referred to above, a drug-free workplace program
that complies with §50-9-113, Tennessee Code Annotated;
5. That this affidavit is made on personal knowledge.
Further Affiant saith not.
_________________________________________
AFFIANT
SUBSCRIBED AND SWORN TO before me this ___________ day of _____________, 20______.
_________________________________________
NOTARY PUBLIC
My commission expires: ____________________
021518 81597.22
M122112 AGREEEMENT 1 of 5
SECTION 00500
AGREEMENT
SECTION I
This Contract is entered into this _______________ day of 20___ between _______________ (hereinafter
called “Contractor”) and Murfreesboro Electric Department (hereinafter called “Owner”).
Project Scope: See attached Summary of Work.
Payment: Total payment(s) shall be based on the lump sum bid price here after called the contract price,
in the amount of ________________. When the work time exceeds one (1) month, the Contractor may
request payment for work completed at the end of each month. Owner shall have ten (10) days to review
pay request and thirty (30) days to make payment for an acceptable pay request. Not more than 95% of
the Contract price will be paid until all work is accepted and the close out documents received. Close out
documents included: As Built drawings, Waver and Release of Liens from vendors / sub-contractors,
Affidavit of Contractor.
SECTION II- GENERAL PROVISIONS
Notification of Injury or Damage: The Contractor shall promptly notify the Owner of any injury, death,
loss, or damage to persons, animals, or property which is in any way related to the work performed under
this Contract, even though such occurrence was not caused or contributed to by the Contractor or the
contractor's employees and agents.
Withholding of Payments: The Owner may withhold money due for portions of the Project which have
been rejected by the Owner and which have not been corrected by the Contractor to the satisfaction of
the Owner. The Contractor shall pay each material supplier, if any, within five (5) days after receipt of any
payment from the Owner, the amount thereof allowed on account of materials furnished by each material
supplier. The Owner may withhold money due for claims which might be the subject of reimbursement to
the Owner by the Contractor. If the Owner is advised that the Contractor is not promptly paying material
suppliers as set out above, or if the Owner is advised that employees of the Contractor are not being
promptly paid, then the Owner may withhold such money due as the Owner deems sufficient to insure the
obligations incurred by the Contractor in connection with the work covered by this Contract will be paid in
full.
Changes in Project: The Owner may make changes in the Project by altering, adding or deducting from the
Project. No change in the Contract price shall be made for minor changes not involving extra cost. All
adjustments in the Contract price by reason of any other change shall be agreed to in writing by the
parties prior to commencement of the actual work in connection with such change.
Standards of Work: All work performed under this Contract shall conform to applicable current Industry
Standards and specifications. The Contractor shall furnish and be responsible for all supervision, labor,
tools, equipment, power, transportation, material, and supplies required to perform the work, except
those items specifically listed which will be furnished by the Owner. The Contractor shall pick up and
transport such material and equipment from its place of storage to the job site as needed. The Contractor
shall transport and return to a place of storage designated by the Owner unused material and equipment
belonging to the Owner.
021518 81597.22
M122112 AGREEEMENT 2 of 5
Provision of Materials:
The Contractor shall purchase materials and supplies outright and not subject to any conditional sales
agreement, bailment lease, or other agreement reserving to the seller any right, title or interest therein.
All guarantees of materials and workmanship running in favor of the Contractor shall be transferred and
assigned to the Owner on completion of construction and at such time as the Contractor receives final
payment.
The Contractor shall save harmless and indemnify the Owner from any and all claims, suits, and
proceedings for the infringement of any patent or patents covering any materials or equipment provided by
the Contractor used in construction of the Project. It shall be the duty of the Contractor to inspect all
material used in the performance of the work, whether or not furnished by the Owner. The Contractor
shall not use any defective- material in the performance of work.
The Contractor shall reimburse the Owner or shall replace at no cost to the Owner any material or
property destroyed, damaged, or lost, regardless of cause, in the performance of the Contract.
Laws and Regulations: The Contractor shall comply with all Federal, State, and Municipal Laws,
ordinances and regulations and building and construction codes applicable to the performance of the work
and give all notices that may be required. If the Contractor observes that the work to be performed is at
variance with any law, ordinance, or regulation or building or construction code, he shall promptly notify
the Owner. The Contractor shall follow the instructions of Government officials regarding maintenance of
traffic and protection of the public.
Environmental Protection: The Contractor shall perform work in such a manner as to maximize
preservation of beauty and conservation of natural resources, and minimize marring and scarring of the
landscape and silting of streams. The Contractor shall not deposit trash in streams or waterways, and
shall not deposit herbicides or other chemicals or their containers in or near streams, waterways or
pastures. The Contractor shall follow, under the general direction of the Owner, the criteria relating to
environmental protection as specified herein by the Owner.
Inspection of Work: The Owner may maintain inspectors at the job site, and to further assure compliance
with the plans and specifications and maintain quality of construction, may, after reasonable notice to the
Contractor, perform from time to time operational tests on the Project or a portion or portions thereof
selected by the Owner. However, such inspectors or other employees or agents of the Owner shall not
have authority to direct or advise the Contractor or his employees and agents concerning the method or
manner by which the work is to be performed. The Contractor has sole authority, responsibility, and
control over the method and manner by which the work is to be performed and shall remain in all respects
an independent contractor.
Duty of Safe Performance: The Contractor shall at all times take all reasonable precautions to protect all
persons and property, including property of the Owner from injury arising out of the performance of the
work. The Contractor shall make such inspections, safety checks, and tests, and shall provide such
equipment, personnel, and supervision as is necessary to insure the safe performance of the work.
Defects in Work: The Contractor shall correct at its expense all defects and deficiencies in the work which
result from labor or material furnished by the Contractor, workmanship, or failure to follow the plans,
drawings, standards, or other specifications made a part of this Contract, which are discovered within one
(1) year from the date the work is accepted. Acceptance of the work by the Owner shall not constitute a
waiver or any such defects or deficiencies. The Owner shall notify the Contractor in writing of any defects
021518 81597.22
M122112 AGREEEMENT 3 of 5
and deficiencies and if the Contractor has failed to remedy or make arrangements satisfactory to the
Owner to remedy such defects and deficiencies within twenty (20) days thereafter, the Owner may
remedy such defects and deficiencies and the Contractor shall pay the Owner the cost of making such
corrections.
Completion on Contractor's Defaults: If default shall be made by the Contractor in the performance of
any of the terms of this Contract, the Owner, without in any manner limiting its legal and equitable
remedies in the circumstances, may serve upon the Contractor a written notice requiring the Contractor to
cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such
notice upon the Contractor such default shall be corrected or arrangements for the correction thereof
satisfactory to the Owner shall be made by the Contractor, the Owner may take over the construction of
the Project and prosecute the same to completion by contract or otherwise for the account and at the
expense of the Contractor, and the Contractor shall be liable to the Owner for any cost or expense in
excess of the Contract price occasioned thereby. In such event the Owner may take possession of and
utilize, in completing the construction of the Project, any materials, tools, supplies, equipment, appliances,
and plant belonging to the Contractor which may be situated at the site on the Project. The Owner in such
contingency may exercise any rights, claims, or demands which the Contractor may have against third
persons in connection with this Contract and for such purpose the Contractor does hereby assign,
transfer, and set over unto the Owner all such rights, claims, and demands.
Indemnification: The Contractor agrees to indemnify and hold harmless the Owner from any and all claims,
actions, or causes of action to the extent the claimed loss or damage arises out of the Contractor's
negligent performance or nonperformance of work herein contracted to be done whether such claims,
actions, or causes of action are alleged to be the results of any act or omission of the Contractor, agents,
servants, employees, or any or all of them and regardless of the fact that the work may have been
completed and accepted by the Owner and regardless of the fact the Contractor may have received
payment for work. The Owner shall promptly notify the Contractor in writing of any such claims, actions,
or causes of action and give the Contractor full opportunity and authority to assume the sole defense and
settlement thereof. The Owner shall furnish to the Contractor upon request all information available to the
Owner for defense against any claim, action, or cause of action. The Contractor's liability under this
indemnity shall not exceed the value of the Contract except for those claims involving personal injury or
tangible property damage.
Securities: The Contractor shall provide a Payment Bond and Performance Bond in the amount of the
Contract.
Miscellaneous: The Contractor has made a careful examination of the Bid Documents and has notified
Owner or Owner's Engineer of any discrepancies.
Except as otherwise agreed to by the Owner, all work shall be performed with only scheduled
interruption(s) to or interference with existing service.
The Contractor shall not assign this contract or any part thereof, or enter into any contract with any
person, firm, or corporation for performance of the Contractor's obligations hereunder, or any part of such
obligations.
Nondiscrimination: The Contractor represents that it maintains a nondiscrimination policy.
021518 81597.22
M122112 AGREEEMENT 4 of 5
SECTION III - INSURANCE
During the Contractor's performance hereunder, the Contractor shall take out and maintain fully paid
insurance providing not less than the minimum coverage:
(a) Workers' compensation and employers' liability insurance, as required by law, covering
all their employees who perform any of the obligations of the contractor, engineer, and architect
under the contract. If any employer or employee is not subject to the workers' compensation laws
of the governing state, then insurance shall be obtained voluntarily to extend to the employer and
employee coverage to the same extent as though the employer or employee were subject to the
workers' compensation laws.
(b) Public liability insurance covering all operations under the contract shall have limits for
bodily injury or death of not less than $1 million each occurrence, limits for property damage of
not less than $1 million each occurrence, and $1 million aggregate for accidents during the policy
period. A single limit of $1 million of bodily injury and property damage is acceptable. This required
insurance may be in a policy or policies of insurance, primary and excess including the umbrella or
catastrophe form.
(c) Automobile liability insurance on all motor vehicles used in connection with the contract,
whether owned, non-owned, or hired, shall have limits for bodily injury or death of not less than
$1 million per person and $1 million per occurrence, and property damage limits of $1 million for
each occurrence. This required insurance may be in a policy or policies of insurance, primary and
excess including the umbrella or catastrophe form.
(d) When a Owner contracts for the installation of major equipment by other than the
supplier or for the moving of major equipment from one location to another, the contractor shall
furnish the Owner with an installation floater policy. The policy shall cover all risks of damage to
the equipment until completion of the installation contract.
The Owner may at any time require public liability insurance and property damage liability insurance
greater than that required above. In any such event, the additional premium or premium payable solely as
the result of such additional insurance shall be added to the contract price.
Where the performance of the work involves ''structural property, underground property, or blasting,” the
Contractor's comprehensive general liability insurance policy shall provide coverage to the insured for legal
liability arising from operations under this contract for property damage (1) arising out of blasting, (2)
arising out of collapse of or structural injury to any building or structure, or (3) to underground facilities
and utilities.
021518 81597.22
M122112 AGREEEMENT 5 of 5
The Contractor shall provide two (2) copies of the required insurance for Owner's review. No work on the
Owner's property or right-of-way shall be performed until the Owner accepts the insurance.
I have read, understand, and agree to all portions of this Contract.
____________________ ____________________
(Contractor) (Owner)
____________________ ____________________
(Title) (Title)
____________________ ____________________
(Signature) (Signature)
____________________ ____________________
(Date) (Date)
021518 81597.22
M070596-EU WAIVER AND RELEASE OF LIEN 00570 - 1
DOCUMENT 00570
WAIVER AND RELEASE OF LIEN
WHEREAS, the undersigned _________________________________________________ has furnished to (Name of Manufacturer, Materialman, or Subcontractor) _________________________________________ material for use in the ____________________________ (Name of Contractor) Project belonging to___________________________. NOW THEREFORE, the undersigned ___________________________________________ for and in consideration of $1.00 and other good and valuable consideration, the receipt of which is hereby acknowledged, does hereby waive and release any and all liens, or right to claim or lien, on the above described Project and premises or right to claim under any bond furnished by the Contractor relative to the Project and/or under any law, common or statutory, on account of labor or material, or both, heretofore or hereafter furnished by the undersigned to or for the account of said _________________________________ for said project. (Name of Contractor) Given under my (our) hand(s) and seal this ________ day of _____________, 20 ______
________________________________
By ________________________________ State of ________________________ County of ________________________ I, ____________________, a notary public, in and for said State and County, hereby certify that _________________________________________ whose name as ___________________________ of
(Title or Office) ______________________________________________________ is signed to the foregoing and who is (Name of Manufacturer, Materialman, or Subcontractor) known to me, acknowledged before me on this day that he, with full authority, executed the foregoing instrument voluntarily for and as the act of said _____________________________________________________ (Name of Manufacturer, Materialman, or Subcontractor) Given under my hand and seal this ________ day of _____________, 20 ______
________________________________ Notary Public My commission expires ________________ END OF DOCUMENT
021518 81597.22
M070596-EU AFFIDAVIT OF CONTRACTOR 00571 - 1
DOCUMENT 00571
AFFIDAVIT OF CONTRACTOR
STATE OF )
) SS:
COUNTY OF )
________________________________________, being duly sworn according to Law, deposes and says
(Name of Affiant)
that he is the _________________________________ of ______________________________________, the
(Title) (Name of Contractor)
Contractor, in a Construction Contract entered into between the Contractor and
_____________________________the Owner, for the _______________________________________, and
that he is authorized to and does make this affidavit on behalf of said Contractor in order to induce
the Owner to make payment to the Contractor, in accordance with the provisions of the said
Construction Contract.
Affiant further says that all persons who have furnished labor in connection with the
construction of the facilities have been paid in full; that the names of all Manufacturers,
Materialmen, and Subcontractors that furnished any material and/or services in connection with
such construction and the kind or kinds of material and/or services so furnished are as listed
hereinafter; and that the Contractor has delivered to the Owner duplicate waivers and releases of
liens executed by all such Manufacturers, Materialmen, and Subcontractors.
_________________________________________
(Signature of Affiant)
Sworn to and subscribed before me this ______ day of _________________, 20 _____.
_________________________________________
(Notary Public)
My commission expires ___________________
021518 81597.22
M070596-EU AFFIDAVIT OF CONTRACTOR 00571 - 2
NAME KIND OF MATERIAL AND/OR SERVICE
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
_____________________________________ ___________________________________
END OF DOCUMENT
021518 81597.22
M070596-EU PERFORMANCE BONDS 00610 - 1
DOCUMENT 00610
PERFORMANCE BONDS
Contractor to provide a Performance Bond, executed on standard forms. Insert immediately
following this page.
021518 81597.22
M070596-EU PAYMENT BONDS 00620 - 1
DOCUMENT 00620
PAYMENT BONDS
Contractor to provide a Payment Bond, executed on standard forms. Insert immediately following
this page.
021518 81597.22
062990 EQUAL OPPORTUNITY PROVISIONS 00820 - 1
SECTION 00820
EQUAL OPPORTUNITY PROVISIONS
The Bidder represents that:
It has [ ], does not have [ ], 100 or more employees, and if it has, that
It has [ ], has not [ ], furnished the Equal Employment Opportunity - Employers Information
Report EEO-1, Standard Form 100, required of employers with 100 or more employees pursuant
to Executive Order 11246 and Title VII of the Civil Rights Act of 1964.
The Bidder agrees that it will obtain, prior to the award of any subcontract for more than $10,000
hereunder to a subcontractor with 100 or more employees, a statement, signed by the proposed
subcontractor, that the proposed subcontractor has filed a current report on Standard Form 100.
The Bidder agrees that if it has 100 or more employees and has not submitted a report on Standard
Form 100 for the current reporting year and that if this contract will amount to more than $10,000,
the Contractor will file such report, as required by law, and notify the Owner in writing of such
filing prior to the Owner's acceptance of this Proposal.
CERTIFICATION OF NONSEGREGATED FACILITIES. The Bidder certifies that it does not maintain
or provide for its employees any segregated facilities at any of its establishments, and that it does
not permit its employees to perform their services at any location, under its control, where
segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide
for its employees any segregated facilities at any of its establishments, and that it will not permit
its employees to perform their services at any location, under its control where segregated facilities
are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal
Opportunity Clause in this contract. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating
areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of race,
color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees
that (except where it has obtained identical certifications from proposed subcontractors for specific
time periods) it will obtain identical certifications from proposed subcontractors prior to the award
of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal
Opportunity Clause, and that it will retain such certifications in its files.
The penalty for making false statements is prescribed in 18. U.S.C. 1001.
EQUAL OPPORTUNITY CLAUSE. During the performance of this contract, the Bidder agrees as
follows:
(1) The Bidder will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The Bidder will take affirmative
action to ensure that applicants are employed, and that employees are treated during
employment without regard to their race, color, religion, sex, or national origin. Such
action shall include, but not be limited to, the following: employment; upgrading;
demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
The Bidder agrees to post, in conspicuous places available to employees and applicants
for employment, notices to be provided setting forth the provision of this Equal
Opportunity Clause.
021518 81597.22
062990 EQUAL OPPORTUNITY PROVISIONS 00820 - 2
(2) The Bidder will, in all solicitations or advertisements for employees placed by or on behalf
of the Bidder, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex, or national origin.
(3) The Bidder will send to each labor union or representative of workers with which it has a
collective bargaining agreement or other contract or understanding, a notice to be
provided advising the said labor union or workers' representative of the Bidder's
commitments under this section, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
(4) The Bidder will comply with all provisions of Executive Order 11246 of September 24,
1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5) The Bidder will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to its books, records, and accounts by the
administering agency and the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
(6) In the event of the Bidder's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this contract may be
canceled, terminated, or suspended in whole or in part and the Bidder may be declared
ineligible for further contracts in accordance with procedures authorized in Executive
Order 11246 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in the said Executive Order 11246 of September 24, 1965,
and such other sanctions may be imposed and remedies invoked as provided in the said
Executive Order or by rule, regulation, or order of the Secretary of Labor, or as otherwise
provided by law.
(7) The Bidder will include this Equal Opportunity Clause in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the Secretary of Labor issued
pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such
provisions will be binding upon each subcontractor or vendor. The Bidder will take such
action with respect to any subcontract or purchase order as the administering agency
may direct as a means of enforcing such provisions, including sanctions for
noncompliance; provided, however, that in the event a Bidder becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such direction by
the administering agency, the Bidder may request the United States to enter into such
litigation to protect the interests of the United States.
END OF SECTION
021518 81597.22
M060109 R111813 SUMMARY OF WORK 01012 - 1
SECTION 01012
SUMMARY OF WORK
PART 1. GENERAL
1.01 SUMMARY
A. The "Project," of which the "Work" of this Contract is a part, is titled "Landscaping &
Irrigation for Gateway 161/13 kV Substation".
B. The "Work" of this Contract is defined in the Contract Documents to include furnishing and
paying for all necessary materials, labor, tools, equipment, and other items, and
constructing complete in every detail and ready for Owner’s beneficial use, as specified
herein, and/or indicated on the Contract Drawings listed elsewhere in these specifications.
This project shall consist generally of but not be limited to the following items:
1. Installation will be near underground electrical duct banks. Slight relocation of the
plants may be required. Contactor must give Owner four (4) days’ notice before
beginning work.
2. Excavate the two landscaping beds between the Substation and Robert Rose by 2’
or to rock and replace with top soil. Expect construction materials in these areas.
3. Pressure test existing 1” water line per Section 02810 before any other work
begins.
4. Provide irrigation control system per Section 02810.
5. Connect to the 120 volt GFI receptacle in the back flow preventer hot box.
Provide conduit and cable from the hot box to the control and from the control to
the master valve.
6. Provide concrete foundation for the control & enclosure.
7. Provide/install tees along the existing 1” water line as shown on the drawings.
8. Provide and install the tree, shrubs, plants etc. as detailed and located on drawing
L1.0. Quantities of each type plant are included on drawings L1.0.
9. Support plants as required per Section 02900.
10. Provide two (2) paper copy of the manufactures literature for each item provided.
1.02 RELATED SECTIONS
A. Documents affecting work of this Section include, but are not necessarily limited to, General
Conditions, Supplementary Conditions, and other Sections in DIVISION 1 of these
Specifications.
1.03 PROJECT CONDITIONS
A. TVA’s transmission line and Owner’s distribution lines (overheard and underground) will
remain energized during the project.
B. The Contractor shall take all necessary precautions and use the appropriate safety work
methods and Personal Protective Equipment for working within an energized substation as
may be specified by Federal, State, Local, or other appropriate regulatory authority.
C. The Contractor is responsible for all subcontractors with respect to working within an
energized substation.
021518 81597.22
M060109 R111813 SUMMARY OF WORK 01012 - 2
1.04 SEQUENCING AND SCHEDULING/SUBSTATION SERVICE OUTAGES
A. NONE
1.05 OWNER FURNISHED EQUIPMENT / MATRERIAL
A. NONE
1.06 OWNER FURNISHED WORK
A. NONE
1.07 OWNER’S SALVAGE MATERIALS
A. NONE
1.08 QUALITY ASSURANCE
A. Perform all work in accordance with applicable codes and standards.
B. Maintain at least one copy of Contract Drawings and Manufacturers’ recommended
installation methods on site at all times.
END OF SECTION
021518 81597.22
080116 UNDERGROUND LAWN IRRIGATION SYSTEM 02810-1
SECTION 02810
IRRIGATION SYSTEM
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Pipe and Fittings for Water Pressure.
B. Drip irrigation products.
C. Control Valves and Associated Controls.
D. Excavation, Installation of System to Water Source Testing, and Backfilling.
1.02 RELATED SECTIONS
A. Section 02900 - LANDSCAPING.
B. Section 02930 - LAWNS AND GRASSES.
C. Section 02940 - SODDING.
1.03 SHOP DRAWINGS
A. Submit shop drawings.
B. Clearly detail system, general construction, and installation details.
C. Indicate piping layout to water supply; plants, landscaping features, and structures on
property, control system, wiring, and list of fittings to be used.
1.04 SUBMITTALS
A. Submit manufacturer's installation instructions.
B. Submit samples of the following:
1. None
1.05 OPERATING AND MAINTENANCE DATA
A. Submit operating and maintenance data.
B. Provide instructions covering full operation care and maintenance of system and controls
and manufacturers parts catalog.
C. Include schedule showing length of time each valve is to be open to provide determined
amount of water.
D. Instruct Owner's designated maintenance personnel in proper operation of system,
including adjusting of sprinkler heads.
021518 81597.22
080116 UNDERGROUND LAWN IRRIGATION SYSTEM 02810-2
1.06 PROTECTION
A. Protect trees, shrubs, lawns, structures, and features installed or remaining as part of the
landscaping, from damage.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. The manufacturer specified is intended to indicate the standard or quality of materials and
application in this section. This manufacturer is "Rain Bird, Glendora, California 91740";
equivalent lawn irrigation system of other manufacturers will be acceptable, submit to
Architect/Engineer for final approval.
2.02 MATERIALS
A. Plastic pipe shall be rigid PVC Type I-SDR26 (Class 160) conforming to ASTM D2241
"Specifications for PVC Plastic Pipe" or rigid PVC Schedule 40 Type I conforming to ASTM
D1785 "Specifications for PVC Plastic Pipe, Schedule 40, 80, 120."
B. Fittings for pipe 1-1/2 inch and smaller shall be Schedule 40 solvent weld type. Line
couplings and fittings for pipe 2 inches and over shall be Schedule 80 PVC plastic pipe
with threaded connections or an approved removable connection for future expansion.
C. Fixtures: All control valves and fixtures shall be as manufactured by "Rain Bird" and as
indicated and/or specified herein.
D. Drip Line header: Rain Bird Type XFD-06-18, provide 1500 feet.
E. Provide manual gate valves at the low points of all mains to permit drainage of lines.
Valves shall have a maximum bury not exceeding 3 feet and not less than 1'-6".
1. Gate valves shall be 150 pound bronze body screwed, with composition disc.
Crane No. 431-UB or approved equal with 90 degree PVC elbow turned down on
outlet end into a wash rock drain pit of a minimum size of 3 foot cube. Provide
one suitable extended handle operating key.
F. Valve Boxes: Provide PVBSTD for the solenoid valve and PVB10RND for the manual valves.
G. Surge Protector:
Square D, SDSA1175T surge protector.
Axiomatic, TSP-WG6-24VAC-10A-01 24 volt AC surge protector
2.03 REMOTE CONTROLS
A. Controller: Rain Bird ESP-LX Basic Controller with a LXMMSS-PED Stainless Steel Pedestal.
120 VAC input voltage with 24 VAC 1.9 amp output voltage.
B. Electric Solenoid: Normally closed valves control wiring, controlled, timer for as many
stations as indicated. Each station system shall be pre-programmed for seven days,
including fittings and accessories.
C. Rain Sensor: Rain Bird RSD-CEX.
021518 81597.22
080116 UNDERGROUND LAWN IRRIGATION SYSTEM 02810-3
PART 3 EXECUTION
3.01 INSTALLATION
A. This section shall familiarize himself with the locations of all underground utilities,
drainage, sewer, electrical, fire lines and etc., before starting any excavation.
1. Trenches for 3 inch pipe size shall have a minimum cover of 18 inches over the top
of the pipe and compact backfill materials as required.
B. Testing: Hydrostatic test for all lines shall be 100 psi with no loss of pressure for at least
30 minutes after source of test pressure has been cut off.
C. After satisfactory completion of testing, trenches shall be backfilled with material. This
material shall be free of all stones, debris, and compacting as described below. The trench
bottom shall be free of all stones, debris or sharp objects also.
D. Suitable thrust block or concrete shall be installed between the undisturbed earth wall of
the trench and tees, ells, or acute changes in direction of pipe.
E. Backfill of all trenches shall be done as soon as testing, suitable thrust block installed and
acceptance will permit. The first 6 inches of backfill material around the pipe shall be fine
soil, free of stones or other objects and shall be placed by hand. Compacting of this layer
shall be done in such a manner as not to disturb the lay of the pipe. The balance of the
trench, except the top 6 inches shall be compacted in 6 inch layers. The top 6 inches shall
be the same materials as on each side of trench to the compaction required.
3.02 START-UP AND MAINTENANCE
A. This section shall make final adjustments required to insure complete coverage of the areas
to be irrigated. During this period he shall also instruct the owner's assigned operating and
maintenance personnel in the care and complete operation and maintenance of the system.
1. This section shall drain the system at the end of the season in which construction
has been completed and reactivate the system the following spring with the aid of
the Owners assigned maintenance personnel.
3.03 CLEAN UP
A. Keep the site free from rubbish and debris at all times and he shall arrange his materials
storage so as not to interfere with the Owners operation or other Subcontractor on the job.
At the completion of the job, all unused materials, rubbish and debris, excess excavated
materials, etc., resulting from this work shall be removed from the site.
3.04 GUARANTEE
A. This guarantee period shall be two full irrigation seasons from the date of acceptance of
this system. During this time, this section shall repair or replace at this section expense all
materials and parts of the system which prove to be defective due to faulty materials or
workmanship.
3.05 RECORD DRAWINGS
A. Upon completion, deliver to the Engineer a set of reproducible record drawings fully
describing and locating this system.
021518 81597.22
080116 UNDERGROUND LAWN IRRIGATION SYSTEM 02810-4
B. FINAL PAYMENT WILL NOT BE MADE UNTIL ACCEPTABLE RECORD DRAWINGS HAVE
BEEN SUBMITTED.
END OF SECTION
021518 81597.22
072716 LANDSCAPING 02900-1
(TREES, PLANTS, AND GROUND COVER)
SECTION 02900
LANDSCAPING
(TREES, PLANTS, AND GROUND COVER)
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Trees, plants, and ground cover.
B. Topsoil bedding.
C. Temporary supports.
D. Maintenance service.
1.02 RELATED SECTIONS
A. None.
1.03 DELIVERY, STORAGE, AND HANDLING
A. Deliver plant materials to site in original containers and ready for proper planting as
specified herein.
B. Move plant materials with solid balls wrapped in burlap.
C. Deliver plant materials immediately prior to placement. Keep plant materials moist.
D. Reject plants when ball of earth surrounding roots has been cracked or broken preparatory
to or during process of planting.
E. Reject plants when burlap, staves, and ropes required in connection with transplanting
have been displaced prior to acceptance.
1.04 PLANTING LAYOUT
A. Stake out all plants and planting areas as indicated on the Contract Drawings with plant
identification stakes; defer installation until such locations have been approved by the
Landscape Architect.
1.05 WARRANTY
A. Provide two full growing seasons, warranty from date of plant material.
B. During the planting period, plants that die or are, in the opinion of the Owner, in an
unhealthy, unsightly, or badly impaired condition, shall be replaced by the Contractor as
soon as is reasonably possible after the unsatisfactory condition has become evident. No
replacements shall be made in any season definitely unfavorable for planting.
021518 81597.22
072716 LANDSCAPING 02900-2
(TREES, PLANTS, AND GROUND COVER)
C. Three days prior to the conclusion of the work under this Contract, the Owner and the
Contractor will make an inspection of the work to determine the condition of all plants. All
plants noted to be unhealthy, unsightly, or damaged shall be removed from the site and
replaced with healthy plants of the same kinds and sizes as originally specified during the
next planting season as specified. Such replacements shall be made in the same manner
as specified for the original planting.
D. Warranty of the replacement material will commence on date of replacement.
1.06 UNIT PRICE - MEASUREMENT AND PAYMENT
A. Basis of Measurement: Sodding shall be measured by the number of square yards placed
and accepted.
B. Basis of Payment: For "sodding" payment shall be made at the Contract Unit Price per
square yard.
PART 2 PRODUCTS
2.01 MATERIALS
A. General. Plant names shall conform to the nomenclature of Standardized Plant Names.
Sizing and grading shall conform to those published in American Standard of Nursery
Stock. Plant sizes shall be equal to or greater than that indicated on the plant key included
in the construction drawings. Substitution of size or grade shall be permitted only by
written permission of the Authority having jurisdiction. All plants shall be properly
identified by name and size on legible weatherproof labels securely attached to plants.
Furnish complete information regarding the sources of all plants to be supplied.
1. All plants shall (1) be true to type and name, (2) typical of their species or variety, (3)
have a normal well developed branch structure with a vigorous root system, (4) be
sound and healthy vigorous plants free from defects, disfiguring knots, sun scald,
injuries, abrasions of the bark, plant diseases, insect eggs, borers, and all forms of
infestations, (5) possess a normal balance between height and spread.
2. Unless otherwise specified, all plants shall be nursery grown and at least twice
transplanted and shall have been growing under similar climatic conditions as the
location of this project for at least 2 years prior to the contract date. All plants shall
be freshly dug; healed in or cold storage plants will not be accepted.
B. Inspection. Plants will be inspection on the project site for conformity with the
requirements listed above. Rejected plants at the project site shall be promptly removed.
C. Backfill mixed five parts topsoil, one part peat moss, add fertilizer as required.
D. Fertilizer: FS 0-F241.
E. Peat Moss: Commercial grade.
F. Mulch: Commercial grade.
G. Water Saucer. Construct a circular water saucer around each tree and shrub, as shown on
the planting details.
021518 81597.22
072716 LANDSCAPING 02900-3
(TREES, PLANTS, AND GROUND COVER)
H. Fertilizing. After placing backfill prior to final watering and before mulching, apply fertilizer
to all plants at the following rate:
1. Small Trees - Due pound per inch of caliper
2. Shrubs - 1/4 pound per foot of height
I. Within two days after planting, mulch all planting areas (individual tree pits and entire
shrub area) with mulching material as indicated in the planting details.
2.02 ACCESSORIES
A. Wrapping Materials: Quality burlap.
B. Support Stakes: Wood.
C. Cables, Wire, Eye Bolts, and Turnbuckles: Noncorrosive; of sufficient strength to
withstand wind pressure.
PART 3 EXECUTION
3.01 PREPARATION
A. Verify topsoil is ready to receive the work of this section.
B. Prepare topsoil to receive plant materials.
3.02 INSTALLATION
A. Place plant materials for review and final orientation prior to installation.
B. Excavation for plant materials shall be in accordance with tree and shrub planting details as
shown in the Construction Drawings.
C. Set plant materials relative to grade as originally grown, after settlement.
D. Set plants in pits or beds partly filled with prepared topsoil mixture, at a minimum depth of
at least 6 inches (150 mm) under each plant. Pull away burlap, ropes, wires, etc. from the
top of the ball.
E. Place bare root plant materials so roots lie in a natural position. Backfill soil mixture in 6
inch (150 mm) layers. Maintain plant materials in vertical position.
F. Thoroughly water soil when the hole is half full, and again when full. Water plant materials
until thorough saturations of all backfill in the plant pit or bed has been achieved.
021518 81597.22
072716 LANDSCAPING 02900-4
(TREES, PLANTS, AND GROUND COVER)
3.03 PLANT SUPPORT
A. Brace plants upright in position by guy wires or stakes to:
Tree Caliper Tree Support Method
1 inch (25 mm) 3 stake with 3 tie
1 - 2 inches (25-50 mm) 3 stakes with 3 ties
2 - 4 inches (50-100 mm) 3 guy wires
over 4 inches (100 mm) 4 guy wires
3.04 MAINTENANCE SERVICE
A. Begin maintenance of plant materials immediately after planting and continue until
termination of warranty period.
B. Maintenance shall include measures necessary to establish and maintain plants in a
vigorous and healthy growing condition. Include the following:
1. Cultivation and weeding plant beds and tree pits. When herbicides are used for weed
control, apply in accordance with manufacturer's instructions. Remedy damage
resulting from use of herbicides.
2. Watering sufficient to saturate root system.
3. Pruning, including removal of dead or broken branches, and treatment of prune
wounds.
4. Disease and insect control.
5. Maintenance of wrappings, guys, turnbuckles, and stakes. Adjust turnbuckles to keep
guy wires tight. Repair or replace accessories when required.
END OF SECTION
HS59
ICP5
HP5
HP5
HP5
BG1
BG1
BG1
4IVG
HS126
EPP30
IVG5
40EPP
5JPG
BG3
5IVG
EPP47
JPG5
49HS
HS70
5IVG
1BG
5ICP
5HP
5HP
5HP
5HP
1BG
1BG
1BG
1BG
UTILITY
BOX
EVERGREEN PLANT MATERIAL SHALL
BE 6" TALLER THAN UTILITY BOX
DOOR ACCESS
NOTE: UTILITY BOXES NOT SHOWN ON
PLANS, SHALL BE IDENTIFIED IN THE
FIELD AND SCREENED WITH
EVERGREEN PLANTS AS SHOWN
ABOVE.
MED SUBSTATION
SITE DATA
SITE AREA: 0.91 ACRES
SITE ZONING: CH - COMMERCIAL HIGHWAY
PLAN NOTES:
1. ANY TREES OR SHRUBS THAT ARE DEAD, DYING OR MISSING OUTSIDE THE SCOPE OF THE CURRENT WORK WILL
NEED TO BE REPLACED PRIOR TO ISSUANCE OF CERTIFICATE OF OCCUPANCY.
2. ALL LANDSCAPE BEDS TO HAVE NEATLY TRENCHED BED EDGE AND HAVE 4" MINIMUM DEPTH OF HARDWOOD
MULCH.
3. ALL TREES AND SHRUBS SHALL BE COORDINATED WITH LIGHTING PLAN PRIOR TO INSTALLATION.
4. ALL NEW PLANT MATERIAL AND SOD AREAS SHALL BE IRRIGATED. CONTRACTOR TO TIE INTO EXISTING
IRRIGATION SYSTEM.
5. ALL SHRUBS TO BE 3' BACK OF CURB.
6. SOD ALL AREAS DISTURBED DURING CONSTRUCTION WITH FESCUE SOD.
PLANTING SCHEDULE NOTES
1. SHRUBS AND TREES SHALL BE OF THE HIGHEST QUALITY.
2. NO SUBSTITUTIONS ALLOWED WITHOUT PRIOR WRITTEN APPROVAL OF THE OWNER AND LANDSCAPE ARCHITECT
OF RECORD.
3. SUBSTITUTIONS AND DEVIATIONS MAY OR MAY NOT BE APPROVED.
4. REVISED LANDSCAPE PLANS MUST BE SUBMITTED AND APPROVED BY THE CITY OF MURFREESBORO URBAN
ENVIRONMENTAL DEPARTMENT 615-895-8059 PRIOR TO INSTALLATION.
5. ALL IRRIGATION, LAWN AND PLANT MATERIALS WITHIN THE ROW MUST BE MAINTAINED BY THE PROPERTY
OWNER.
Know what's below.before you dig.Call
R
DECIDUOUS SHRUBS CODE QTY BOTANICAL NAME / COMMON NAME ROOT HGT. MIN. SPREAD MIN. SPACING REMARKS
HP 35 Hydrangea paniculata `Limelight` TM / Limelight Hydrangea Cont. 12" 12" 4` O.C. Full, well-branched, matched
IVG 19 Itea virginica `Henry`s Garnet` / Henry`s Garnet Sweetspire Cont. 12" 12" As Shown Full, branched to ground, matched
EVERGREEN SHRUBS CODE QTY BOTANICAL NAME / COMMON NAME ROOT HGT. MIN. SPREAD MIN. SPACING REMARKS
BG 11 Buxus x `Green Mountain` / Boxwood Cont. 30" 24" 4` O.C. Full to ground, dense, good pyramidal shape
ICP 10 Ilex crenata `Sky Pencil` / Sky Pencil Japanese Holly Cont. 30" 18" 2` O.C. Dense, full, matched
JPG 10 Juniperus x pfitzeriana `Aurea Improved` / Gold Coast Juniper Cont. 12" 12" 5` O.C. Dense, full, matched
GROUND COVERS CODE QTY BOTANICAL NAME / COMMON NAME ROOT HGT. MIN. SPREAD MIN. SPACING REMARKS
EPP 117 Echinacea purpurea `PowWow Wild Berry` / PowWow Wild Berry Coneflower 1 gal 12" 12" 18" O.C. Well rooted, mature, full to edges of container
HS 304 Hemerocallis x `Stella de Oro` / Stella de Oro Daylily 1 gal 12" 12" 12" O.C. Well rooted, mature, full to edges of container
PLANT SCHEDULE
PLANSECTION
SEE PLANT
EQUAL
MIN
.
SCHEDULE
6"
MIN. 4"
MULCH
PLANTING
SOIL MIX
SUBGRADE LOOSENED
TO 12" DEPTH
SEE PLANT
EQUAL
SCHEDULE
S
E
E
P
L
A
N
T
E
Q
U
A
L
S
C
H
E
D
U
L
E
LANDSCAPE NOTES
1. THE LANDSCAPE CONTRACTOR SHALL VERIFY THE EXACT LOCATION OF ALL UTILITIES AND TAKE NECESSARY PRECAUTIONS TO PREVENT DAMAGE TO THESE UTILITIES.
2. THE LANDSCAPE CONTRACTOR SHALL COORDINATE ALL CONSTRUCTION WITH THE APPROPRIATE UTILITY COMPANY AND SHALL BE RESPONSIBLE FOR AND DAMAGE TO
UTILITIES.
3. PLANT MATERIALS AND STUMPS INDICATED FOR REMOVAL SHALL BE REMOVED AND DISPOSED OFF-SITE BY THE CONTRACTOR. BACKFILL HOLES WITH TOPSOIL FREE OF
ROOTS AND ROCKS.
4. TREAT ALL LANDSCAPE BEDS WITH PRE-EMERGENT HERBICIDE PRIOR TO PLANTING. THE LANDSCAPE CONTRACTOR IS RESPONSIBLE FOR AL WEEDING UNTIL FINAL
ACCEPTANCE.
5. THE LANDSCAPE CONTRACTOR SHALL BE RESPONSIBLE FOR THE FINE GRADING OF ALL PLANTING AREAS.
6. THE LANDSCAPE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLETELY MAINTAINING THE WORK (INCLUDING BUT NOT LIMITED TO: WATERING, MULCHING, SPRAYING,
FERTILIZING, ETC.) OF ALL PLANTING AREAS AND LAWNS PER PROJECT SPECIFICATIONS UNTIL FINAL ACCEPTANCE OF THE WORK BY THE OWNER.
7. PROVIDE TREES, SHRUBS, AND PLANTS OF QUALITY, SIZE, GENUS, SPECIES AND VARIETY SHOWN AND SCHEDULED FOR LANDSCAPE WORK AND COMPLYING WITH
RECOMMENDATIONS AND REQUIREMENTS OF ANSI Z60.1 "AMERICAN STANDARD FOR NURSERY STOCK". HEIGHT AND WIDTH SHOWN ARE MINIMUM SIZES.
8. THE LANDSCAPE CONTRACTOR SHALL COMPLETELY GUARANTEE ALL WORK FOR A PERIOD OF ONE YEAR BEGINNING AT HE DATE OF ACCEPTANCE. THE LANDSCAPE
CONTRACTOR SHALL MAKE ALL REPLACEMENTS PROMPTLY (AS PER DIRECTION OF OWNER).
9. THE LANDSCAPE CONTRACTOR SHALL PROVIDE THE OWNER WITH WRITTEN INSTRUCTIONS ON THE PROPER CARE OF ALL SPECIFIED PLANT MATERIALS PRIOR TO FINAL
PAYMENT.
10. THE QUANTITIES INDICATED ON THE PLANT SCHEDULE AND PLAN ARE FOR THE CONVENIENCE OF THE CONTRACTOR. THE CONTRACTOR SHALL BE RESPONSIBLE FOR
HIS/HER OWN QUANTITY CALCULATION AND THE LIABILITY WHICH PERTAINS TO THOSE QUOTATIONS. ANY DISCREPANCY SHALL BE CALLED TO THE ATTENTION OF THE
LANDSCAPE ARCHITECT IMMEDIATELY.
11. EXISTING TREES TO REMAIN SHALL BE PROTECTED FROM CONSTRUCTION DAMAGE. SELECTIVELY PRUNE DEAD WOOD.
12. SEED OR SOD ALL AREAS DISTURBED BY CONSTRUCTION AND NOT DESIGNATED AS GROUNDCOVER AREAS.
13. SHRUBS AND GROUNDCOVER BEDS TO BE PLANTED IN A TRIANGULAR SPACING. SEE PLANTING SCHEDULE FOR DISTANCES.
14. UPON COMPLETION AND FINAL ACCEPTANCE OF THE LANDSCAPE INSTALLATION, A THREE (3) YEAR LANDSCAPE MAINTENANCE BOND WILL BE REQUIRED. THIS BOND
SHOULD E SUBMITTED IN THE NAME OF THE PROPERTY OWNER OF RECORD OR A LEASE HOLDER WHO HAS TEN (10) YEARS OR MORE REMAINING ON A CURRENT LEASE.
THE PROPERTY OWNER/LEASE HOLDER SHOULD ALLOW ADEQUATE TIME TO OBTAIN THE BOND AS THIS PROCESS MAY BE LENGTHY AND MAY DELAY THE ISSUEANCE OF
THE CERTIFICATE OF OCCUPANCY.
1 2
A
B
3 4 5 6 7 8 9 10 11 12 13 14
D
E
F
G
H
J
K
L
1 2 3 4 5 6 7 8 9 10 11 12 13 14
No. Revision Date
DATE:
JOB NO:
DRAWN:
CAD FILE:
CHECKED:
C
COPYRIGHTAllen & Hoshall
This document is proprietary to Allen & Hoshall and shall notbe reproduced or used by others without prior written consent.
815975/20/16
GATEWAY161/13kV
SUBSTATIONMURFREESBORO, TENNESSEE
402 BNA Drive Nashville, TN 37217-2518615 399 2661 fax 615 399 2657
Allen & Hoshall
www.allenhoshall.com
MURFREESBORO ELECTRIC DEPARTMENT
MURFREESBORO, TENNESSEE
PLO
T D
AT
E:4
/19/2
018 8
:59 A
M
BID DOCUMENT
15 0 7.5
N
L1.1
IRRIGATIONPLAN
TDTRLL1.1
H9 LANDSCAPE EQUIPMENT
NO SCALE © ALLEN & HOSHALL, INC.
15 30
1 2
A
B
3 4 5 6 7 8 9 10 11 12 13 14
D
E
F
G
H
J
K
L
1 2 3 4 5 6 7 8 9 10 11 12 13 14
No. Revision Date
DATE:
JOB NO:
DRAWN:
CAD FILE:
CHECKED:
C
COPYRIGHTAllen & Hoshall
This document is proprietary to Allen & Hoshall and shall notbe reproduced or used by others without prior written consent.
815975/20/16
GATEWAY161/13kV
SUBSTATIONMURFREESBORO, TENNESSEE
402 BNA Drive Nashville, TN 37217-2518615 399 2661 fax 615 399 2657
Allen & Hoshall
www.allenhoshall.com
MURFREESBORO ELECTRIC DEPARTMENT
MURFREESBORO, TENNESSEE
PLO
T D
AT
E:4
/19/2
018 8
:59 A
M
BID DOCUMENT
L1.2
IRRIGATIONDETAILS
TDTRLL1.2
A8 PEDESTAL FOUNDATION
NO SCALE © ALLEN & HOSHALL, INC.
A1 CONTROLLER WIRING DIAGRAM
NO SCALE © ALLEN & HOSHALL, INC.