specifications and contract documents landscaping … · 402 bna drive, suite 208 nashville, tn...

46
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

Upload: others

Post on 03-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 2: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal
Page 3: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 4: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 5: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 6: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 7: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 8: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 9: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 10: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 11: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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,

Page 12: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 13: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 14: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 15: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

_________________ ________________

_________________ ________________

_________________ ________________

Page 16: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 17: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 18: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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. .

Page 19: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.: ___________________________________________

Page 20: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 21: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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: ____________________

Page 22: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 23: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 24: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 25: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 26: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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)

Page 27: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 28: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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 ___________________

Page 29: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

021518 81597.22

M070596-EU AFFIDAVIT OF CONTRACTOR 00571 - 2

NAME KIND OF MATERIAL AND/OR SERVICE

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

_____________________________________ ___________________________________

END OF DOCUMENT

Page 30: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 31: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 32: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 33: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 34: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 35: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 36: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 37: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 38: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 39: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 40: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 41: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 42: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

Page 43: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 44: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.

AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
TVA LINE GREAT FALLS- MURFEESB0RO- SOUTH NASHVILLE
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
X0
AutoCAD SHX Text
X1
AutoCAD SHX Text
X2
AutoCAD SHX Text
X3
AutoCAD SHX Text
H2
AutoCAD SHX Text
H3
AutoCAD SHX Text
H1
AutoCAD SHX Text
X0
AutoCAD SHX Text
X1
AutoCAD SHX Text
X2
AutoCAD SHX Text
X3
AutoCAD SHX Text
H2
AutoCAD SHX Text
H3
AutoCAD SHX Text
H1
AutoCAD SHX Text
13 kV
AutoCAD SHX Text
SWITCHGEAR
AutoCAD SHX Text
SECONDARY CONTAINMENT
AutoCAD SHX Text
STATION SERVICE
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
TWACS
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
P
AutoCAD SHX Text
L
AutoCAD SHX Text
STATION SERVICE
AutoCAD SHX Text
TWACS
AutoCAD SHX Text
MASONRY WALL
AutoCAD SHX Text
SP
AutoCAD SHX Text
SP
AutoCAD SHX Text
SP
AutoCAD SHX Text
5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
10
AutoCAD SHX Text
3
AutoCAD SHX Text
4
AutoCAD SHX Text
6
AutoCAD SHX Text
7
AutoCAD SHX Text
11
AutoCAD SHX Text
12
AutoCAD SHX Text
13
AutoCAD SHX Text
8
AutoCAD SHX Text
9
AutoCAD SHX Text
6"BP
AutoCAD SHX Text
6"RB
AutoCAD SHX Text
4"RB
AutoCAD SHX Text
6"RB
AutoCAD SHX Text
8"CH
AutoCAD SHX Text
8"CH
AutoCAD SHX Text
8"CH
AutoCAD SHX Text
8"L
AutoCAD SHX Text
8"BE
AutoCAD SHX Text
8"L
AutoCAD SHX Text
8"L
AutoCAD SHX Text
8"L
AutoCAD SHX Text
6"L
AutoCAD SHX Text
6"RB
AutoCAD SHX Text
6"BP
AutoCAD SHX Text
6"BP
AutoCAD SHX Text
OHP
AutoCAD SHX Text
OHP
AutoCAD SHX Text
OHP
AutoCAD SHX Text
%%UHORIZON LAND LLC.
AutoCAD SHX Text
TAX MAP 91I, GROUP "A", PARCEL 15.00
AutoCAD SHX Text
DEED BOOK 24, PAGE 553
AutoCAD SHX Text
(R.O.R.C., TN)
AutoCAD SHX Text
42' M.B.S.L.
AutoCAD SHX Text
W (APPROX. LOCATION)
AutoCAD SHX Text
599
AutoCAD SHX Text
600
AutoCAD SHX Text
601
AutoCAD SHX Text
603
AutoCAD SHX Text
602
AutoCAD SHX Text
603
AutoCAD SHX Text
604
AutoCAD SHX Text
600
AutoCAD SHX Text
599
AutoCAD SHX Text
605
AutoCAD SHX Text
606
AutoCAD SHX Text
605
AutoCAD SHX Text
607
AutoCAD SHX Text
607
AutoCAD SHX Text
607
AutoCAD SHX Text
605
AutoCAD SHX Text
605
AutoCAD SHX Text
604
AutoCAD SHX Text
OHP
AutoCAD SHX Text
OHP
AutoCAD SHX Text
OHP
AutoCAD SHX Text
10'
AutoCAD SHX Text
10' M.B.S.L.
AutoCAD SHX Text
10' M.B.S.L.
AutoCAD SHX Text
10' M.B.S.L.
AutoCAD SHX Text
20' M.B.S.L.
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
CHECKED:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
JOB NO.
AutoCAD SHX Text
SHEET:
AutoCAD SHX Text
ENGINEERING SURVEYING LAND PLANNING
AutoCAD SHX Text
%%uSITE ENGINEERING CONSULTANTS
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
850 MIDDLE TENNESSEE BOULEVARD MURFREESBORO, TENNESSEE 37129
AutoCAD SHX Text
PHONE: (615) 890-7901 E-MAIL: FAX: (615) 895-2567
AutoCAD SHX Text
NO PORTION OF THIS DRAWING MAY BE REPRODUCED WITHOUT THE EXPRESSED WRITTEN CONSENT OF S.E.C. INC.
AutoCAD SHX Text
REVISED:
AutoCAD SHX Text
The site as shown on these construction drawings is intended to achieve specific engineering design criteria and objectives. It is the sole responsibility of the owner/developer to ensure that the construction of the site shown on these construction drawings is in total accordance with the design as noted, described, and illustrated. The engineer assumes no administrative liability or responsibility in the assurance that the site is constructed in accordance with the construction plans.
AutoCAD SHX Text
LANDSCAPE ARCHITECTURE
AutoCAD SHX Text
MED Substation Robert Rose Drive
AutoCAD SHX Text
Murfreesboro, TN
AutoCAD SHX Text
Landscape Plan
AutoCAD SHX Text
L1.0
AutoCAD SHX Text
BPG
AutoCAD SHX Text
05-18-2017
AutoCAD SHX Text
RSM
AutoCAD SHX Text
17066project_LA.dwg
AutoCAD SHX Text
1" = 20'
AutoCAD SHX Text
17066
AutoCAD SHX Text
UTILITY BOX SCREENING
AutoCAD SHX Text
NOT TO SCALE
AutoCAD SHX Text
20'
AutoCAD SHX Text
40'
AutoCAD SHX Text
SCALE: 1"= 20'
AutoCAD SHX Text
0
AutoCAD SHX Text
20'
AutoCAD SHX Text
N
AutoCAD SHX Text
MULCH: SHREDDED HARDWOOD 75mm (3") MAX.
AutoCAD SHX Text
SOIL SAUCER: GENTLY COMPACTED TOPSOIL
AutoCAD SHX Text
SHRUB PLANTING - BALL AND BURLAP - SINGLE
AutoCAD SHX Text
NOT TO SCALE
AutoCAD SHX Text
GURDLING. REMOVE OR BEND BACK TOP OF BURLAP
AutoCAD SHX Text
FROM THE CROWN OF THE SHRUB TO PREVENT
AutoCAD SHX Text
TWINE AT TOP OF BALL SHALL BE CUT AWAY
AutoCAD SHX Text
TAMPED TOPSOIL OR NATIVE SOIL BACKFILL SETTING BED
AutoCAD SHX Text
2X BALL DIA. MIN.
AutoCAD SHX Text
SET TOP OF ROOTBALL TO BE 1"-3" HIGHER
AutoCAD SHX Text
EXISTING SUBGRADE
AutoCAD SHX Text
FINISHED GRADE
AutoCAD SHX Text
THAN FINISHED GRADE
AutoCAD SHX Text
OR WIRE BASKET TO BELOW FINISHED GRADE.
AutoCAD SHX Text
NON-BIODEGRADABLE MATERIAL SHALL BE
AutoCAD SHX Text
TOTALLY REMOVED.
AutoCAD SHX Text
MIN.
AutoCAD SHX Text
4"
AutoCAD SHX Text
1"-3"
AutoCAD SHX Text
MIXTURE 150mm (6") MIN.
AutoCAD SHX Text
MULCH: SHREDDED HARDWOOD 75mm (3") MAX.
AutoCAD SHX Text
SOIL SAUCER: GENTLY COMPACTED TOPSOIL
AutoCAD SHX Text
SHRUB PLANTING - BALL AND BURLAP - MULTIPLE
AutoCAD SHX Text
NOT TO SCALE
AutoCAD SHX Text
GURDLING. REMOVE OR BEND BACK TOP OF BURLAP
AutoCAD SHX Text
FROM THE CROWN OF THE SHRUB TO PREVENT
AutoCAD SHX Text
TWINE AT TOP OF BALL SHALL BE CUT AWAY
AutoCAD SHX Text
TAMPED TOPSOIL OR NATIVE SOIL BACKFILL SETTING BED
AutoCAD SHX Text
SET TOP OF ROOTBALL TO BE 1"-3" HIGHER
AutoCAD SHX Text
EXISTING SUBGRADE
AutoCAD SHX Text
FINISHED GRADE
AutoCAD SHX Text
THAN FINISHED GRADE
AutoCAD SHX Text
OR WIRE BASKET TO BELOW EXISTING GRADE.
AutoCAD SHX Text
NON-BIODEGRADABLE MATERIAL SHALL BE
AutoCAD SHX Text
TOTALLY REMOVED.
AutoCAD SHX Text
SPECIFIED O.C. SPACING
AutoCAD SHX Text
SEE PLANT LIST
AutoCAD SHX Text
6" MIN.
AutoCAD SHX Text
TYP.
AutoCAD SHX Text
MIN.
AutoCAD SHX Text
4"
AutoCAD SHX Text
1"-3"
AutoCAD SHX Text
MIXTURE 150 mm (6") MIN.
AutoCAD SHX Text
GROUND COVER & PERENNIAL PLANTING
AutoCAD SHX Text
NOT TO SCALE
Page 45: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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

Page 46: SPECIFICATIONS AND CONTRACT DOCUMENTS LANDSCAPING … · 402 BNA Drive, Suite 208 Nashville, TN 37217-2518 JOB NO.: 81597.22 DATE: April, 2018. 021518 ... Acceptable Sureties on Federal

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.