invitation to bid - gatlinburg
TRANSCRIPT
INVITATION TO BID The City of Gatlinburg is accepting Bids for Pedestrian Improvements at the Intersection of Airport Road/Historic Nature Trail in Gatlinburg, TN. These bids will be received at the office of the Finance Director, Gatlinburg City Hall, 1230 East Parkway, P.O. Box 5, Gatlinburg, Tennessee 37738, until 2:30 p.m., February 6, 2020 (Thursday) at which time they will be publicly opened and read aloud, and the contract awarded as soon thereafter as practicable. Please indicate on your bid to be submitted "Bid for Traffic Light #3 and River Road Intersection Improvements” on the outside of sealed envelope. For questions concerning the Bid Documents, Bidders may contact City of Gatlinburg, Robert L. Holt, Finance Director at 865-436-1403 or [email protected]. For specific questions about the project, contact Police Chief Randy Brackins at 865-436-5181. Email address is [email protected] A site visit is suggested to be able to offer a proposal. A non-mandatory Pre-bid meeting is scheduled for Thursday, January 30, 2020, 2:30p.m. at Gatlinburg City Hall to review the project with interested bidders and answer any questions. Interested parties are encouraged to attend. Each vendor shall possess proper insurance and licensing to be able to perform necessary services on a project of this scope. Contractor information that includes Contractor Number, Type, Insurance limit, etc. should be placed clearly on the front of the envelope. A full list of Insurance Requirements is contained herein. A Prime Contractor must prequalify with the TN Department of Transportation in accordance with Section 54-5-117 of the “Tennessee Code Annotated” and Tennessee Department of Transportation Rule 1680-5-3 prequalification of contractors. The City of Gatlinburg, Tennessee hereby notifies all bidders that it will affirmatively insure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises (DBE’s) will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of age, race, color, religion, sex or disability in consideration for an award. The City of Gatlinburg, Tennessee is an equal affirmative action employer, drug-free with policies of non-discrimination on the basis of race, sex, religion, color, national origin, age, disability or military service. A Five (5%) Bid Bond will be required to participate in this project. No bidder will be permitted to withdraw their bid for a period of thirty (30) days following the date of the bid opening. The City of Gatlinburg reserves the right to waive any informalities in or to reject any or all bids and to accept the bid deemed favorable to the interest of the City of Gatlinburg.
GENERAL PROVISIONS Prices quoted shall not include Federal or State taxes, if any are applicable. The successful bidder shall furnish tax exemption forms, if required, with their invoices. The prices quoted are that for which the materials or services will be delivered F.O.B. Gatlinburg, Tennessee. Any additions, deletions, or variations from the following specifications must be noted. Inspection of the materials or equipment will be made by an agent of the City of Gatlinburg, and if found defective or fails in any way to meet the terms of this agreement, it will be rejected. Rejected materials or equipment will be replaced at the expense of the bidder. All technical specifications must accompany bid. The City of Gatlinburg reserves the right to extend this agreement for an additional twenty-four (24) months if mutually agreeable. The City of Gatlinburg reserves the right to defer payment for thirty (30) days after delivery. The City of Gatlinburg also reserves the right to reject any and/or all bids. The bidder agrees to indemnify the City of Gatlinburg from any and all liability, loss or damage the City may suffer as a result of claims, demands, costs, or judgments against it arising from any and all work under this agreement. The bidder agrees to notify the City, in writing, within thirty (30) days, by registered mail, at the City's address as stated in this agreement, of any claim against the bidder on the obligations indemnified against.
SPECIFICATIONS Locations: Intersection Improvements at the intersections of S.R. 71 (Parkway) & River Road and S.R. 73 (East Parkway) in Gatlinburg. The project includes the construction of roadway, crosswalk and signal items, including but not necessarily limited to: Roadway, Sidewalk, Curb, Drainage, Pavement Markings, Signage, and Signals. Services: Perform the necessary work contained and described in the Sample Contract and Notice to Proceed prepared by CDM Smith, our project engineers. See Exhibit A (Sample Contract) and Exhibit C (Technical Plans) for details. Exhibit B contains Work Restrictions associated with this project. Contract Police Chief Randy Brackins at 436-5181 for any questions regarding these. Any scheduling issues must be discussed with Chief Brackins. Liquidated damages of $750.00/day will be assessed if project goes beyond final completion deadline of May 21, 2020 unless delays are mutually agreed to by bidder and City. It is desired that work can begin as soon as project is awarded in order to achieve completion of project on or before project deadline. All bids must be made on the blank unit price bid schedule with the Grand Total also listed on the Pricing Page contained herein.
PRICING PAGE
Robert L. Holt, Finance Director City of Gatlinburg 1230 Parkway East, P.O. Box 5 Gatlinburg, Tennessee 37738 We have reviewed the Specifications in Exhibit A and Exhibit C and Work Restrictions in Exhibit B regarding Intersection Improvements for Intersections at Traffic Light #3 and River Road and offer the following price: (transferred from Unit Price Bid Schedule) $__________________________________________ Total Cost Number of Days after award that work will begin _____________ Anticipated Days to complete the project ________________ Signed/________________________ _________________________ ___________________ Name (Print) Date _________________________ ___________________ Company Name Telephone Number _________________________ ___________________ Address Fax Number ________________________________ ____________________ City State Zip Email (if applicable)
BIDDERS
Any Qualified Bidder may participate in project
Charles Blalock & Sons, Inc.
P.O. Box 4750
Sevierville, TN 37864
(865)453-2808• Fax (865)429-2746
Duracap
Attn: Brian Smith
P.O. Box 53426
Knoxville, TN 37950
865-524-3365 Fax 865-524-1263
Southern Constructors
Attn: Wes Carpenter
Southern Constructors, Inc.
865-579-5351 Office
865-389-1701 Cell
Whaley Construction, LLC
Attn: Zach Whaley
P.O. Box 90
Kodak, TN 37764
865-932-0003
EXHIBIT A SAMPLE Page 1
CITY OF GATLINBURG
TENNESSEE
Contract Agreement
Notice to Proceed
For
River Road & S.R. 71 (Parkway)
And
S.R. 73 (East Parkway) & S.R. 71 (Parkway)
Intersection Improvements
Roadway, Sidewalk, Curb, Drainage,
Pavement Markings, Signage, Signals
ENGINEERS
CDM Smith
1100 Marion Street, Suite 300
Knoxville, Tennessee 37921
January 21, 2020
EXHIBIT A SAMPLE Page 2
CONSTRUCTION CONTRACT
THIS CONTRACT, made this day of
2020, at The City of Gatlinburg State of Tennessee
by and between THE CITY OF GATLINBURG, TENNESSEE , Party of the
First Part, hereinafter called the “Owner” and _ ___________________________________
Party of the Second Part, hereinafter called the “Contractor”.
WITNESSETH
In consideration of the mutual covenants and conditions hereinafter set forth, it is agreed as
follows:
1. Statement of Work: You are invited to bid on the River Road & S.R. 71 (Parkway) and
S.R. 73 (East Parkway) & S.R. 71 (Parkway) Intersection Improvements project in
Gatlinburg. The project includes the construction of roadway, crosswalk and signal items,
including but not necessarily limited to: Roadway, Sidewalk, Curb, Drainage, Pavement
Markings, Signage, and Signals.
2. Completion of Work: The Contractor shall commence work on the date to be specified in
a written “Notice of Proceed” by the Owner and shall complete the project within the
conditions as set forth in the bid schedule, unless the period for completion is extended as
hereinafter provided.
3. Contract Sum: The Owner shall pay the Contractor for the performance of said work,
subject to additions and deductions provided herein _____________________________
($ ) as he contracts bid in conformity with the bid schedules.
4. Payment: Payment shall be made to the Contractor for work performed under this
contract for quantities of work as determined in accordance with this contract as set forth
in Special Provisions-Item VI, Page 1.
5. Intent of Plans and Specifications: The Contractor will keep on the project a copy of the
plans and specifications and shall at all times give the Owner access thereto. Anything
mentioned in the specifications and not shown on the plans or shown on the plans and not
mentioned in the specifications, shall be of like effect as if shown or mentioned in both.
In case of differences between the plans and specifications, the specifications shall
govern. The Contractor shall not take advantage of any errors, discrepancies or omissions
which may exist in the plans and specifications but shall immediately call them to the
attention of the Owner whose interpretation or correction thereof shall be conclusive.
EXHIBIT A SAMPLE Page 3
6. Extra Work and Charges: Extra work shall be work for which no unit bid was received in
the proposal and which was not included in the bid schedule and will be construed to
mean work for which unit bids were received but which is in excess of the quantity
mentioned in the proposal. The Owner, without invalidating the contract, may order extra
work or make changes in the work, the contract sum being adjusted accordingly. All such
work shall be executed under the conditions of the original contract except that any claim
for extension of time caused thereby shall be adjusted at the time of ordering such change.
All such changes shall be agreed to and recorded on “Contract Change Order” form. In
giving instructions, the Owner shall have authority to make minor changes in the work
not involving extra cost and not inconsistent with the purpose of the work, but otherwise,
except in an emergency endangering life or property, no extra work or change shall be
made unless covered by Contract Change Order, and no claim for an addition to the
contract sum shall be valid unless so covered. Before becoming effective, all Change
Orders must be signed by all parities indicated.
The value of such extra work or change shall be determined in one or more of the
following ways:
(a) By estimate and acceptance in a lump sum.
(b) By unit prices named in the contract or subsequently agreed upon.
(c) By cost plus a percentage, the latter agreed upon prior to starting the extra or
changed work.
In method (c) “cost” shall include all labor, materials, power, fuel, and rental on major
items of equipment. The Contractor shall keep and present in such form as the Owner
may direct, a correct account of the several items of cost, together with vouchers. This
definition and requirement applies equally to work done by subcontractors.
The above accounts shall be understood to include all other costs and compensation such
as insurance, small tools, superintendence, office and overhead costs and profits. Rental
on equipment shall be charged against the extra or changed work only for the actual time
the equipment is used specifically therefor.
Changed work shall be adjusted, considering separately the work added and the parts
omitted. Amount of adjustment for parts omitted shall be estimated at the time omission
of work is authorized and the agreed adjustment will be deducted form the subsequent
monthly estimates.
The Owner reserves the right to contract with any person or firm other than the
Contractor for any or all extra work. The contractor’s attention is especially called to the
fact that he shall be entitled to no claim for damages for anticipated profits on any portion
of work that may be omitted.
7. Claims for Extra Cost: If the Contractor claims that any changes in the work or any
instructions by means of drawings or otherwise involve extra cost, he shall give the
Owner written notice thereof within a reasonable time after receipt of such instructions or
EXHIBIT A SAMPLE Page 4
of notice of such changes and, in any event, before proceeding to carry out such
instructions or to put such changes into effect, except in case of an emergency
endangering life or property. In all such cases the Contractor shall keep a correct account
of the extra cost in such form as the Owner may direct and shall present such account
supported by receipts supplied by the Contactor. The Owner shall be entitled to reject
any claim for extra cost concerning which the foregoing procedure is not followed.
8. Performance and/or Payment Bond: The Contractor shall within seven (7) days after the
receipt of the Notice of Award and before the commencement of any operations
hereunder execute the contract and furnish the Owner with a performance and/or payment
bond in a sum equal to the amount of the contract price, conditioned upon the
performance by the Contractor of all undertakings, covenants, terms, conditions, and
agreements of this contract, and upon the prompt payment by the Contractor to all
persons supplying labor and materials in the prosecution of the work provided by this
contract. Such bond shall be executed by the Contractor and a corporate bonding
company licensed to transact such business in the State of Tennessee and acceptable to
the Owner. The expense of this bond shall be borne by the Contractor. All bonding
companies must be listed in the Federal Register Dept. of the Treasury Fiscal Service,
companies holding Certificates of Authority as acceptable sureties on Federal Bonds and
as acceptable reinsuring companies; notice. If at any time a surety on such bond becomes
irresponsible or loses its right to do business in the State of Tennessee, the Owner may
require another surety which the Contractor shall furnish within ten (10) calendar days
after receipt of written notice to do so.
Evidence of authority of any attorney in fact acting for the corporate surety must be
provided in the form of a certificate terminated and remains in full force and effect on the
date of the bond. The form of the bond shall be subject to approval by the Owner.
9. License and Permits: The Owner will secure and pay for permits required for permanent
structures. The Contractor shall obtain and pay for all other necessary licenses and
permits and shall faithfully comply with all laws, ordinances, and regulations Federal,
State, or local which may be applicable to the operations to be conducted hereunder.
10. Other Work: Wherever work being done by the Owner or by other contractors is
contiguous to work covered by this contract, the interest involved of the parties shall be
secured to protect the rights of the owner and to complete each work portion in general
harmony.
11. Responsibility of the Engineer: The term “Engineer”, wherever used in this Contract,
shall be the person, firm, corporation, or representative of the Owner as its engineering
representative during the course of construction. The Owner shall advise the Contractor
in writing of the name and address of the Engineer. Notices of any change in the
Engineer shall be given in writing by the Owner to the Contractor. The Owner and/or its
representative shall have full authority to interpret the plans and specifications and shall
determine the amount, quality and acceptance of the work and supplies to be paid for
under this Contract and every question relative to the fulfillment of the terms and
EXHIBIT A SAMPLE Page 5
provisions therein. Unless otherwise specifically provided in the specifications, all
workmanship, equipment, and materials incorporated in the work are to be the best grade
of their respective kinds for the purpose.
It shall be the duty of the Owner and/or its representative to enforce the specifications in a
fair and unbiased manner, although he has the right to waive any term of the
specifications if that term is found to be unreasonable and inconsistent with the general
spirit of the specifications. If a variation from any requirement is allowed, the City and/or
its representative shall grant the same in writing with the reasons for his action outlined,
and such action will not violate or change the contract in any other manner.
12. Waiver: It is expressly understood and agreed that any waiver granted by Owner of any
term, provision, or covenant of this contract shall not constitute a precedent nor breach of
the same or any other terms, provisions, or covenants of this Contract. Any such waiver
granted by the Owner shall be made in writing and signed by all parties under this
contract.
Neither the acceptance of the work by the Owner nor the payment of all or any part of the
sum due the Contractor hereunder shall constitute a waiver by the Owner of any claim
which the Owner may have again the Contractor or surety under this contract or
otherwise.
13. Superintendent: The Prime Contractor shall assign and provide a superintendent, who
will be identified by name to the Owner. He will provide constant on-site supervision
during any and all construction under the contract whether by the prime or a
subcontractor. The superintendent shall have full authority to act for the Contractor and
to carry all instructions given by the Owner.
14. Labor Provisions: The Contractor and his subcontractors shall discharge, whenever
ordered to do so by the Owner, any employee who is disorderly or whose conduct in the
opinion of the Owner is detrimental to the prosecution of the work.
No person whose age or physical condition is such as to make its employment dangerous
to his health and safety or to the health and safety of others shall be employed on the
work, and in no event shall any person under the age of sixteen years be employed.
The work shall at all times be prosecuted under safe working conditions, and the
conditions of work shall subject to inspection and correction by the Owner or safety
inspectors of the Owner.
15. Liability Insurance: The Contractor shall procure and maintain, at his own expense,
during the life of the contract liability insurance as necessary to indemnify the Owner and
his agents. All such insurance shall be subject to the approval of the owner for adequacy
of protection and shall contain a provision preventing cancellation without ten days prior
written notice to the owner. The liability insurance will be that required in Contractor’s
General Public Liability and Property Damage Insurance issued to the Contractor and
EXHIBIT A SAMPLE Page 6
protecting him from all claims for destruction of or damage to property arising out of or
in connection with any operations under this contract, whether such operations were
performed by himself or by any other subcontractor under him or anyone directly or
indirectly employed by the Contractor or by a Subcontractor under him.
All such insurance shall be written on a comprehensive policy form and in the event
blasting operations are required in performance of the work shall cover all blasting
operation. Certificates evidencing the issuance of such insurance shall be filled with the
owner prior to the commencement of any operations under this contract.
16. Workmen’s Compensation Insurance: The Contractor shall procure and maintain, at his
own expense during the life of this contract in accordance with the provisions of the laws
of the State of Tennessee, Workmen’s Compensation Insurance for all of his employees at
the site of the project, and in case any work is sublet, the Contractor shall require each
subcontractor similarly to provide Workmen’s Compensation Insurance for all the latter’s
employees unless such employees are covered by the protection afforded by the
Contractor.
In case any class of employees engaged in work under this contract at the site of the
project is not protected under Workmen’s Compensation Insurance, the Contractor shall
provide and shall cause each subcontractor to provide adequate and suitable insurance for
the protection of these employees not otherwise protected.
Certification evidencing the issuance of such insurance shall be filed with the Owner
prior to the commencement of any operations under this Contract.
17. Payment for Work Completed: See Special Provision regarding Payments to contractor,
Item VI.
18. Payments Withheld: The Owner may withhold or, on account of subsequently discovered
evidence, nullify the whole or part of any estimate to such extent as may be necessary to
protect the Owner from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating probable filing or claims.
(c) Failure of the Contractor to make payments properly to subcontractors or for
materials or labor.
(d) A reasonable doubt that the contract can be completed for the balance then
unpaid.
(e) Damage to another Contractor.
(f) Failure of the Contractor to keep his work progressing in accordance with his
time schedule.
When the above grounds are removed, payment shall be made for amounts withheld
because of them.
EXHIBIT A SAMPLE Page 7
19. Assignment and Transfer of Contract: The Contractor shall not assign or transfer this
contract or any part thereof or any interest therein without the consent in writing of the
Owner and the Contractor’s surety and any such assignment or transfer without such
written consent shall be null and void.
20. Indemnity: The Contractor shall indemnify and hold harmless the Owner, the Owner’s
agent and employees from and against all losses and all claims, demands, payments, suits,
or action recoveries and judgments of every nature and description brought or recovered
against them by reason of any act or omission of the said Contractor, his agents or
employees in the execution of the work or in guarding the same.
21. Subcontractors: The Contractor shall cause appropriate provisions to be inserted in all
subcontracts relating to the work to insure the fulfillment of all the provisions of this
contract affecting subcontractors.
22. Protection of work and property: The Contractor shall continuously maintain adequate
protection of all his work and materials from damage or theft and shall protect the
Owner’s property and all adjacent property from injury or loss arising in connection with
activities under this contract. The Contractor shall make good any such damage, injury,
or loss, except such as may be directly due to errors in the Contract Documents or such as
may be caused by agents or employees of the Owner.
The Contractor shall take, use provide, and maintain all necessary precautions,
safeguards, and protection to prevent accidents on the site of the work. The Contractor
shall post danger signs warning against any hazards created by the work being done under
this contract. He shall designate a responsible member of his organization on the work,
whose duty shall be the prevention of accidents, and the name of the person so designated
shall be reported to Owner in writing. In an emergency affecting the safety of life, or of
the work or adjoining property, the Contractor without special instruction or authorization
from the Owner is hereby permitted to act, at his discretion, to prevent such threatened
loss or injury, and he must take such action if so instructed or authorized by the Owner.
Additionally, in order to further protect the lives and health of his employees under the
contract, the Contractor shall comply with all pertinent provisions of the “Manual of
Accident Prevention in Construction” issued by the Associated General Contractors of
America, Inc. and shall maintain an accurate record of all cases of death, occupational
disease, and injury requiring medical attention or causing loss of time from work under
the contract.
The Contractor shall also protect property as required by law.
23. Land of Owner, Use of, by Contractor: The Owner shall provide the land upon which the
work under this Contract is to be done, and will so far as is convenient, permit the
Contractor to use as much of this land as is required for the erection of temporary
construction facilities and storage of materials, together with the right of access to same,
EXHIBIT A SAMPLE Page 8
but beyond this, the Contractor shall provide, at his cost and expense, any additional land
required.
24. Liens: If at any time there shall be evidence of lien or claim for which the Owner might
become liable and which is chargeable to the Contractor, the Owner shall have the right
to retain out of any payment then due or thereafter to become due, an amount sufficient to
complete indemnification against such lien or claim. In the event the Owner has already
paid to the Contractor all sums due under this contract or the balance remaining unpaid is
insufficient to protect the Owner, the Contractor and his surety shall be liable to the
Owner for any loss so sustained.
25. The Contractor will provide the necessary construction staking for the fulfillment of this
contract. If re-staking of reference stakes provided by the Owner/Engineer is required
due to negligence of the Contractor or his subcontractors, the cost of re-staking will be
borne by the Contractor.
26. Preservation of Stakes: The Contractor and his subcontractors shall carefully preserve
bench marks, reference points and stakes, and in case of willful or careless destruction, he
will absorb the charge of the resulting expense and shall be responsible for any mistakes
that may be caused by their unnecessary loss or disturbance.
27. Inspection: The Contractor shall do all work to the approval of the inspector. The
inspector’s log and project progress video / photographs will constitute the construction
record for the project. The Owner shall at all times have access to the work during its
construction and shall be furnished with every reasonable facility for ascertaining that the
stock and materials used and employed, and the workmanship are in accordance with the
requirements and intentions of the specifications. All work done and all materials
furnished shall be subject to their inspection and approval.
The inspection of the work shall not relieve the Contractor of any of his obligations to
fulfill his contract as prescribed, and defective work shall be made good and unsuitable
materials shall be rejected, notwithstanding that such defective work and materials have
been previously overlooked and accepted on estimates for payment. Materials of
construction shall be subject to inspection and testing to establish conformance with
specifications and suitability for uses intended. All work and material shall be tested to
the satisfaction of the Owner before acceptance. The Owner shall be provided copies of
all testing performed for the project.
No work shall be done at night without the previous approval of the Owner.
28. Minimize Siltation: The Contractor, at his own expense, will be required to minimize
siltation and bank erosion during construction and to restore disturbed areas to present or
better conditions.
29. Defective Work or Material: The Contractor shall promptly remove from the premises all
work and materials condemned by the Owner as failing to conform to the contract,
EXHIBIT A SAMPLE Page 9
whether incorporated or not, and the contractor shall promptly replace and re-execute his
own work in accordance with the Contract and without expense to the Owner and shall
bear the expense of making good all work of other contractors destroyed or damaged by
such removal or replacement.
30. Other Contracts: The Owner may award other contracts. The Contractor shall fully
cooperate with such other Contractors and carefully fit his work to that provided under
other contracts as may be directed by the Owner. The Contractor shall be liable for any
act which will damage or interfere with the performance of work by any other Contractor.
31. Owner’s Right To Take Over the Work: If the Contractor should be adjudged bankrupt,
or if he should make a general assignment for the benefit of his creditors, or if a receiver
should be appointed to take over his affairs, or if he should fail to prosecute his work with
due diligence and carry the work forward in accordance with his work schedule and the
time limits set forth in the Contract Documents, or if he should fail to substantially
perform one or more of the provisions of the Contract Documents to be performed by
him, the Owner may serve written notice on the Contractor and the surety on his
performance bond, stating its intention to exercise one of the remedies hereinafter set
forth and the grounds upon which the Owner bases its right to exercise such remedy.
In any event, unless the matter complained of is satisfactorily cleared within ten days after
service of such notice, the Owner may, without prejudice to any other right or remedy,
exercise one of such remedies, at once, having first obtained a certificate that sufficient
cause exists to justify such action.
(a) The Owner may terminate the services of the Contractor, which termination shall take
effect immediately upon service of notice thereof on the Contractor and his surety, where
upon the surety shall have the right to take over and perform the contract. If the surety
does not commence performance of the contract within ten days after service of the notice
of termination, the Owner may itself take over the work, take possession of and use all
materials, tools, equipment, and appliances on the premises and prosecute the work to
completion by such means as it shall deem best. In the event of such termination of his
service, the Contractor shall not be entitled to any further payment under this contract
until the work is completed and accepted. If the Owner takes over the work and if the
unpaid balance of the contract price when the owner takes over the work, exceeds the cost
of completing the work, including compensation for any damages or expenses incurred by
the Owner thought the default of the Contractor, such excess shall be paid to the
Contractor. In such event, if such cost, expenses, and damages shall exceed such unpaid
balance of the contract price, the Contractor and his surety shall pay the difference to the
Owner. Such cost, expenses, and damages shall exceed such unpaid balance of the
contract price, the Contractor and his surety shall pay the difference to the Owner. Such
cost, expenses and damages shall be certified by the Owner.
(b) The Owner may take control of the work and either make good the deficiencies of the
Contractor itself or direct the activities of the Contractor in doing so, employing such
additional help as the Owner deems advisable. In such event the Owner shall be entitled
EXHIBIT A SAMPLE Page 10
to collect from the Contractor and his surety, or to deduct from any payment then or
thereafter due the Contractor, provided the Owner approved the amount thus charged to
the Contractor.
(c) The Owner may require the surety on the Contractor’s bond to take control of the work
at once and see to that all deficiencies of the Contractor are made good with due
diligence. As between the Owner and the surety, the cost of making good such
deficiencies shall all be borne by the surety. If the surety takes over the work, either upon
termination of the services of the Contractor or upon instructions from the Owner to do
so, the provisions of the Contract Documents shall govern in respect to the work done by
the surety, the surety being substituted for the Contractor as to such provisions, including
provisions as to payment for the work and provisions of this section as to the right of the
Owner to do the work itself or to take control of the work.
32. Contractor’s Right To Stop Work or Terminate Contract: If the work shall be stopped
under an order of any court or other public authority for a period of three months through
no act or fault of the Contractor or any one employed by him, then the Contractor may on
seven days written notice to the Owner stop work or terminate this contract and recover
from the Owner payment for all work executed, and losses sustained on any plant or
material, and a reasonable profit. If the Owner shall fail to issue any certificate for
payment within ten days after it is due, or if the Owner shall fail to pay the Contractor
within fifteen days after its maturity and presentation any sum certified by the Owner,
then the Contractor may on seven days written notice to the Owner stop work and give
written notice of intention to terminate this contract. If the Owner shall thereafter fail to
pay the Contractor within seven days after receipt of such notice, then the Contractor may
terminate the contract and recover from the Owner payment for all work executed, and
losses sustained upon any plant or materials, and a reasonable profit.
33. Delays and Extension of Time: If the Contractor be delayed at any time in the progress of
the work by an act or neglect of the Owner, or if any employee of the Owner, or by any
separate Contractor employed by the Owner, or by changes ordered in the work, or by
strike, lockouts, fire, unusual delay in transportation, unavoidable causalities, or any
causes beyond the Contractor’s control, or by delay authorized by the Owner, or by any
cause which the Owner shall decide to justify the delay, then the time of completion shall
be extended for such reasonable time as the Owner may decide. No such extension shall
be made for delay occurring more than seven days before claim therefore is made in
writing to the Owner. In the case of a continued cause of delay, only one claim is
necessary.
This section does not exclude the recovery of damages for delay by either party under
other provisions in the Contract Documents.
34. Right of Occupancy: The Owner shall have the right, if necessary, to take possession of
and to use any completed or partially completed portion of the work, if such use be
approved by the Owner even if the time for completing the entire work or such portions
of the work has not expired and even if the work has not been finally accepted. Such
EXHIBIT A SAMPLE Page 11
possession and use shall not constitute an acceptance of such portions of the work. The
Owner shall not have the right of such possession and use if it materially interferes with
the Contractor’s operations. The Owner shall also have the right to enter the premises for
the purpose of doing work not covered by its contract with the Contractor.
35. Underground Obstructions: The Contractor shall anticipate all underground obstructions
such as water lines, gas lines, sewer lines, utility lines, concrete and debris. No extra
payment will be allowed for the removal, replacement, repair or possible increased cost
caused by underground obstructions. Any such lines or obstructions indicated on the map
show only the approximate location and must be verified in the field by the Contractor.
The Owner will endeavor to familiarize the Contractor with all known underground
utilities and obstructions, but this will not relieve the Contractor from full responsibility
in anticipating all underground obstructions. All excavation shall be done in accordance
with TCA 65-31-102, “Underground Utility Damage Prevention”.
36. Acceptance: Final inspection and acceptance of the work shall be made by the Owner.
Such inspection shall be made as soon as practical after the Contractor has notified the
Owner in writing that the work is ready for such inspection.
37. Final Estimates: Upon completion and acceptance of the work the Owner shall issue a
certificate that the whole work provided for in this contract has been completed and
accepted by him under the conditions and terms thereof, and shall make the final estimate
of the work. The final estimate of work must be checked and approved by the Owner;
whereupon, the entire balance found to be due the Contractor, excepting such sums as
may be retained lawfully by said Owner that all payrolls, material bills and outstanding to
the Owner indebtedness in connection with this contract have been paid.
38. Cleaning Up: Upon completion or termination of the work, the Contractor shall, as
directed by the Owner, remove from the vicinity of the work all equipment and all
temporary structures, waste materials, and rubbish from his operations, leaving the
premises in a neat and presentable condition. In the event of his failure to do so, the same
may be done by the Owner at the expense of the Contractor, and his surety shall be
responsible therefore.
39. Guarantee and Correction of Work After Final Payment: Neither the final certificate nor
payment nor any provisions in the Contract Documents shall relieve the Contractor of
responsibility for faulty materials or workmanship and, unless otherwise specified, he
shall remedy any defects due thereto and pay for any damage to other work resulting
therefrom, which shall appear within a period of one year from the date of final
acceptance of the work by the Owner. The Owner shall give notice of observed defects
with reasonable promptness. All questions arising under this article shall be decided by
the Owner subject to arbitration.
The Contractor and through him each subcontractor, in accepting the contract for this
construction or respective portions of the construction covered by these plans and
specifications, does hereby agree to replace and make good, without expense to the
EXHIBIT A SAMPLE Page 12
Owner, any work or material which may be found to be defective within one year from
the date of the final certificate of payment to said Contractor. The deterioration due to
ordinary use and normal wear is excepted from this guarantee. This guarantee shall
include damage done by settlement of backfills, such damage and sinking of backfills
being considered as defective workmanship. Backfilled areas that are unpaved shall be
refilled if the filled material settles more than two inches below original grade.
The Contractor shall reimburse the Owner for cost of damage if any, as well as cost of
replacing defective materials or workmanship.
If replacement is not made within ten days after notice is given of such defect in
workmanship, or thirty days in case of materials, then the Owner shall have the right to
make replacements and charge cost of same to Contractor or his bondsman.
40. OSHA: The Contractor shall comply with the Department of Labor Safety and Health
Regulations for construction promulgated under the Occupational and Health act of 1970
(O4PL 91-596) and under Section 107 of the Contract Work House and Safety Standards
Act (PL 92-54).
41. Chemicals: All chemicals used during project construction or furnished for project
operation, whether herbicide, pesticide, disinfectant polymer, reactant, or of other
classification, must show approval of either EPA and USDA. Use of all such chemicals
and disposal or residues shall be in strict conformance with instructions.
42. Safety: Vendor will ensure that its employees observe and exercise all necessary caution
and discretion so as to avoid injury to person or damage to property of any and all kinds.
All buildings, appurtenances and finishings shall be protected by the vendor from
damage, which might be done or caused by work performed under this contract.
Such damages to the foregoing shall be repaired and/or replaced by approved methods so
as to restore the damaged areas to their original condition at the expense of the Vendor.
The Vendor shall erect, install and maintain all temporary public walks, warning signs,
barricades, and other protective means as may be necessary for the protection of the
public from injury. The Vendor shall assume all responsibility for properly securing the
work area for the safety of its employees and the general public.
43. Obligations, Rights and Remedies: The following items are Obligations, Rights and
Remedies that shall be part of the Contract. The Owner reserves the right to negotiate
other terms and conditions it deems appropriate and necessary under the circumstances to
protect the public interest.
(a) INCORPORATION: All specifications, drawings, technical information, invitation to
bid, bid, award and similar items referred to or attached or which are the basis for this
contract are deemed incorporated by reference as if set out fully herein.
EXHIBIT A SAMPLE Page 13
(b) ALTERATIONS OR AMENDMENTS: No alterations, amendments, changes,
modifications or additions to this Contract shall be binding on The City of Gatlinburg,
Tennessee without the prior written approval of the City.
(c) ASSIGNMENT: Contractor shall not assign or sub-contract this agreement, its
obligations or rights hereunder to any party, company, partnership, incorporation or
person without the prior written specific consent of The City of Gatlinburg, Tennessee.
(d) WARRANTY: Contractor warrants to The City of Gatlinburg, Tennessee that all items
delivered, and all services rendered shall conform to the specifications, drawings, bid
and/or other descriptions furnished and/or incorporated by reference, and will be fit for
the particular purpose purchased, of merchantable quality, good workmanship, and free
from defects. Contractor extends to The City of Gatlinburg, Tennessee all warranties
allowed under the U.C.C. Contractor shall provide copies of warranties to the City of
Gatlinburg, Tennessee. Return of merchandise not meeting warranties shall be at
contractor's expense.
(e) REMEDIES: The City of Gatlinburg, Tennessee shall have all rights and remedies
afforded under the U.C.C. and Tennessee law in contract and in tort, including but not
limited to rejection of goods, rescission, right of set-off, refund, incidental, consequential
and compensatory damages and reasonable attorneys’ fees.
(f) INSPECTION AND ACCEPTANCE: Warranty periods shall not commence until The
City of Gatlinburg, Tennessee inspects and formally accepts the goods and/or services.
The terms, conditions and timing of acceptance shall be determined by The City of
Gatlinburg, Tennessee. The City of Gatlinburg, Tennessee reserves the right to reject any
or all items or services not in conformance with applicable specifications, and Contractor
assumes the costs associated with such nonconformance. Acceptance of goods or
services does not constitute a waiver of latent or hidden defects or defects not readily
detectable by a reasonable person under the circumstances.
(g) ORDER OF PRECEDENCE: In the event of inconsistent or conflicting provision of this
Contract and referenced documents, the following descending order of precedence shall
prevail: (1) Item Description, (2) Invitation to Bid, (3) Bid, (4) Award, (5) Special Terms
and Conditions, (6) General Terms and Conditions, (7) Specifications, (8) Drawings.
(h) SEVERABILITY: If any provision of this Contract is declared illegal, void or
unenforceable, the remaining provisions shall not be affected but shall remain in force
and in effect.
(i) GOVERNING LAW: This Contract shall be governed by the laws of the State of
Tennessee, and all obligations of the parties are performable in Sevier County, Tennessee.
The Chancery Court and/or the Circuit Court of Sevier County, Tennessee, shall have
exclusive and concurrent jurisdiction of any disputes which arise hereunder.
EXHIBIT A SAMPLE Page 14
(j) DEFAULT: If Contractor fails to perform or comply with any provision of this contract
or the terms or conditions of any documents referenced and made a part hereof, The City
of Gatlinburg, Tennessee may terminate this contract, in whole or in part, and may
consider such failure or noncompliance a breach of contract. The City of Gatlinburg,
Tennessee expressly retains all its rights and remedies provided by law in case of such
breach, and no action by The City of Gatlinburg, Tennessee shall constitute a waiver of
any such rights or remedies. In the event of termination for default, The City of
Gatlinburg, Tennessee reserves the right to purchase its requirements elsewhere, with or
without competitive bidding.
(k) TERMINATION: The City of Gatlinburg, Tennessee may terminate this agreement with
or without cause at anytime. In the event of termination by either party, fees due for
services satisfactorily performed or goods accepted prior to the termination date shall be
paid.
(l) APPROPRIATION: In the event no funds are appropriated by The City of Gatlinburg,
Tennessee for the goods or services in any fiscal year or insufficient funds exist to
purchase the goods or services, then the Contract shall expire upon the expenditure of
previously appropriated funds or the end of the current fiscal year, whichever occurs first,
with no further obligations owed to or by either party.
(m) COMPLIANCE WITH ALL LAWS: Contractor is assumed to be familiar with and
agrees to observe and comply with all federal, state, and local laws, statutes, ordinances,
and regulations in any manner affecting the provision of goods and/or services, and all
instructions and prohibitive orders issued regarding this work and shall obtain all
necessary permits.
(n) INDEMNIFICATION/HOLD HARMLESS: Contractor shall indemnify, defend, save and
hold harmless The City of Gatlinburg, Tennessee, its officers, agents and employees from
all suits, claims, actions or damages of any nature brought because of, arising out of, or
due to breach of the agreement by Contractor, its subcontractors, suppliers, agents, or
employees or due to any negligent act or occurrence or any omission or commission of
Contractor, its subcontractors, suppliers, agents or employees.
(o) INDEPENDENT CONTRACTOR: Contractor shall acknowledge that it and its
employees serve as independent contractors and that The City of Gatlinburg, Tennessee
shall not be responsible for any payment, insurance or incurred liability.
(p) RIGHT TO INSPECT: The City of Gatlinburg, Tennessee reserves the right to make
periodic inspections of the manner and means the service is performed or the goods are
supplied.
(q) NONDISCRIMINATION AND NON-CONFLICT STATEMENT: Contractor agrees that
no person on the grounds of handicap, age, race, color, religion, sex or national origin,
shall be excluded from participation in, or be denied benefits of, or be otherwise
subjected to discrimination in the performance of this agreement, or in the employment
EXHIBIT A SAMPLE Page 15
practices of Vendor. Contractor shall upon request show proof of such non-
discrimination and shall post in conspicuous places available to all employees and
applicants notices of non-discrimination. Contractor covenants that it complies with the
Fair Wage and Hour Laws, the National Labor Relations Act, and other federal and state
employment laws as applicable. Contractor covenants that it does not engage in any
illegal employment practices.
Contractor covenants that it has no public or private interest, and shall not acquire directly
or indirectly any interest, that would conflict in any manner with the provision of its
goods or performance of its services. Contractor warrants that no part of the total
contract amount provided herein shall be paid directly or indirectly to any officer or
employee of The City of Gatlinburg, Tennessee as wages, compensation, or gifts in
exchange for acting as officer, agent, employee, subcontractor or consultant to Contractor
in connection with any good provided or work contemplated or performed relative to the
agreement.
(r) BOOKS AND RECORDS: Contractor shall maintain all books, documents, accounting
records and other evidence pertaining to the goods and services provided under this
Contract and make such materials available at its offices at all reasonable times during the
contract period and for three (3) years from the date of the final payment under this
agreement for inspection by The City of Gatlinburg, Tennessee or by any other
governmental entity or agency participating in the funding of this agreement, or any
authorized agents thereof; copies of said records to be furnished if requested. Such
records shall not include those books, documents and accounting records that represent
the Contractor's costs of manufacturing, acquiring or delivering the products and services
governed by this agreement.
(s) CHILD LABOR: Contractor agrees that that no products will be provided or used under
this Contract which have been manufactured or assembled by child labor.
This Contract shall be binding upon the parties hereto and their respective heirs,
executors, administrators, successors and assigns.
44. CONSTRUCTION PROJECTS: Any construction undertaken for which the total cost of
the project is twenty-five thousand dollars ($25,000) or more, is subject to the
“Contractor’s Licensing Act of 1994”. In accordance with the Act, no bid will be opened
unless the outside of the sealed envelope containing the bid provides the following
information: the Contractor’s license number, the date of the license’ expiration, and a
dollar quotation of that part of his classification applying to the bid. In addition, each
HVAC, plumbing, and electrical subcontractor’s license number, date of the license
expiration, and that part of each classification applying to the bid if the value of the work
is $25,000 or greater, must be annotated. If the value of the subcontractor’s work is less
than $25,000, the bid envelope is to be annotated with the phrase “Subcontractor’s Bid is
Less than $25,000” after each appropriate heading. In the case of joint ventures, this
information must be provided by each party submitting the bid. If no subcontractors are
being used, the outside of the envelope must state, “No Subcontractors are being used on
EXHIBIT A SAMPLE Page 16
this project.” All bids must be submitted in one envelope; use the Bid Envelope Cover
provided with the Invitation to Bid.
45. INSURANCE CHECKLIST: Vendors and their insurance agents must sign the attached
Insurance Checklist form and submit it with their bid. This serves as proof that the
vendor can and will obtain and maintain the insurances required for this project.
46. DRUG-FREE WORKPLACE: If CONTRACTOR has five or more employees
receiving pay: CONTRACTOR shall have a drug-free workplace program that compiles
with Title 50, Chapter 9 of the Code of Tennessee, shall obtain a certificate of compliance
with the applicable portions of the Drug-Free Workplace Act from the Department of
Labor and Workforce, and shall Provide the Affidavit required by Public Acts, 2000,
Chapter 918. CONTRACTOR shall ensure that it is in compliance with Public Acts,
2000, Chapter No. 918.
The City has a drug and alcohol program that complies with the Drug Free Work Place
Act of 1988. In addition to this, any employee who holds a Commercial Driver’s License
(CDL) or who is classified as a safety sensitive employee (Police, Fire, Communications,
Parks and Recreation, Community Development) is subject to random drug and alcohol
testing. On an annual basis, a total of 50% of eligible employees will be randomly tested
for drug use and a total of 10% of eligible employees will be randomly tested for alcohol
use. Drug and alcohol testing procedures are contracted through a private firm. Anyone
bidding on this project must have a testing program for its employees at least as stringent
as the City’s program.
47. TITLE VI OF THE 1964 CIVIL RIGHTS ACT: “Nondiscrimination in Federally
Assisted Programs” – No person in the United States shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be
subjected to discrimination under any program or activity receiving Federal financial
assistance.” 42 U.S.C. section 2000 et seq.
It is the policy of The City of Gatlinburg, Tennessee Government that all its services and
activities be administered in conformance with the requirements of Title VI.
EXHIBIT A SAMPLE Page 17
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed the day
and year first above written.
ATTEST
Owner
BY: BY:
TITLE: TITLE:
ATTEST
Contractor
BY: BY:
TITLE: TITLE:
EXHIBIT A ITEM IV
Page 1
PPEERRFFOORRMMAANNCCEE BBOONNDD
KNOW ALL MEN BY THESE PRESENTS: THAT
(Name of Contractor)
(Address of Contractor)
a , hereinafter
(Corporation, Partnership, or Individual)
called Principal, and
(Name of Surety)
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto
(Name of Owner)
(Address of Owner)
hereinafter called OWNER, in the penal sum of
Dollars
($ ) in lawful money of the United States, for the payment of which sum well and truly
to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain
contract with the OWNER, dated the , 20 ,a copy of which is
hereto attached and made a part hereof for the construction of
EXHIBIT A ITEM IV
Page 2
NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all the undertakings,
covenants, terms, conditions, and agreements of said contract during the original term thereof, and any
extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the
one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall
fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of
failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in
making good any default, then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to work to be performed thereunder of
the Specifications accompanying the same shall in any wise effect its obligation on this BOND, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or
to the work or the Specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right
of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in
(Number)
counterparts, each one of which shall be deemed an original, this the
day of , 20 .
ATTEST:
_____________________________________ _________________________________
(Contractor) Corporate Official (Contractor)
(Seal)
By: _________________________
Title: _________________________
Address: ________________________
______________________________
Witness to Contractor
______________________________
Address
______________________________
Attest:_________________________ _________________________________
Witness to Surety Surety
_______________________________ By:__________________________________
Address Attorney-in-Fact
_______________________________ _____________________________________
Address
NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all
partners should execute BOND.
IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located.
EXHIBIT A ITEM V
Page 1
PPAAYYMMEENNTT BBOONNDD
KNOW ALL MEN BY THESE PRESENTS: that
(Name of Contractor)
(Address of Contractor)
a , hereinafter
(Corporation, Partnership, or Individual)
called Principal, and
(Name of Surety)
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto
(Name of Owner)
(Address of Owner)
hereinafter called OWNER, in the penal sum of
Dollars
($ ) in lawful money of the United States, for the payment of which sum well
and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly
by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain
contract with the OWNER, dated the day of , 20 ,
a copy of which is hereto attached and made a part hereof for the construction of
NOW THEREFORE, if the Contractor shall promptly make payment to all persons, firms,
Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the
work provided for in such contract, and any authorized extension or modification thereof, including all
amounts due to materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and
tools, consumed or used in connection with the construction of such work, and all insurance premiums
EXHIBIT A ITEM V
Page 2
on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then
this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the contract or to work to be performed
thereunder of the Specifications accompanying the same shall in any wise effect its obligation on this
BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the contract or to the work or the Specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge
the right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in
(Number)
counterparts, each one of which shall be deemed an original, this the
day of , 20 .
ATTEST:
_____________________________________ _________________________________
(Contractor) Corporate Official (Contractor)
(Seal)
By: _________________________
Title: _________________________
Address: ________________________
______________________________
Witness to Contractor
______________________________
Address
______________________________
Attest:_________________________ _________________________________
Witness to Surety Surety
_______________________________ By:__________________________________
Address Attorney-in-Fact
_______________________________ _____________________________________
Address
NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all
partners should execute BOND. Bond is not valid unless accompanied by Power of Attorney.
IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most
current list (Circular 570 as amended) and be authorized to transact business in the state where the
PROJECT is located.
EXHIBIT A ITEM VII
Page 1
SPPEECCIIAALL PPRROOVVIISSIIOONN
RREEGGAARRDDIINNGG
PPAAYYMMEENNTTSS TTOO CCOONNTTRRAACCTTOORRSS
The Contractor will be paid monthly based on an estimate of completion. The Contractor will
submit the monthly construction estimate to the Owner for review and payment. The Contractor
is advised that a minimum of 30 days is required to process invoices for payment.
EXHIBIT A ITEM VII
Page 2
SSPPEECCIIAALL PPRROOVVIISSIIOONN
RREEGGAARRDDIINNGG
PPRROOJJEECCTT CCOOMMPPLLEETTIIOONN AANNDD LLIIQQUUIIDDAATTEEDD DDAAMMAAGGEESS
Beginning from the day the Notice to Proceed is issued, the project is to be constructed as
follows:
Project shall be substantially completed on or before May 15, 2020. This includes all
work required to safely open all lanes of traffic and safely open all sidewalks to
pedestrian traffic as shown in the contract plans.
The following work restrictions apply:
• The work to relocate the current midblock crosswalk just west of the Parkway /
East Parkway intersection as depicted in the plans shall be completed and open to
pedestrian traffic on or before March 13, 2020. This existing unprotected
crosswalk shall be removed, and the new crosswalk at the traffic signal shall be
completed, including the pedestrian signal, new signal phasing, ADA ramps, and
striping.
• No work activities shall be allowed during the following timeframe:
3:00PM Friday March 13, 2020 to 8:00AM Monday, March 23, 2020
During this timeframe, all lanes of traffic and all sidewalks shall be free flowing,
free of obstructions, and open to traffic and pedestrian activities.
Regular construction may commence at 8:00AM on Monday, March 23, 2020.
It is understood that some lead time may be required for the new traffic signal pole at
River Road. In such case, all roadway work with the exception of the new traffic signal
pole may be completed, and the pedestrian crossing at this location may operate for a
short time without signal control, as long as appropriate MUTCD signage is installed.
The new traffic signal may be installed at any point during construction but must be
covered until the signal is fully operational. Upon completion of the work at River Road,
the new signal heads shall be uncovered and activated for normal "stop and go" operation
during a morning off peak traffic period. The signal contractor shall be on-hand for new
signal activation to immediately evaluate and correct any problems that may arise.
Final completion date for the project shall be on or before May 21, 2020.
In the event the project is not completed within the specified timeframes above, the Contractor
will be charged $750.00 per calendar day, not as a penalty but as liquidated damages for failure
to complete the project in its entirety.
EXHIBIT A ITEM VII
Page 3
SPECIAL PROVISION
REGARDING
DISBARRED CONTRACTORS
All bidders are hereby advised: that no award of this contract will be made to any firm or
individual that is currently debarred by the STATE OF TENNESSEE or the FEDERAL
HIGHWAY ADMINISTRATION.
EXHIBIT A ITEM VII
Page 4
TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONNSS
Technical Specifications: The Tennessee Department of Transportation, Bureau of Highways,
Nashville, Tennessee Standard Specifications for Road and Bridge Construction, January 1,
2015, and all applicable TDOT Supplemental Specifications and Special Provisions will be
used as the technical specifications for the project.
Testing and Sampling: All testing, sampling, and inspection of materials will be performed by
the Contractor as set forth in the TDOT-Sampling and Testing Procedures and Policies,
current edition.
Re-testing, sampling and inspection of materials either ordered by the Owner or the Contractor
and re-testing, sampling and inspection ordered by the Contractor for his own convenience will
be at the Contractor’s expense. Results and reports of these tests shall be provided to the
Owner.
ITEM NO. DESCRIPTION
RIVER
ROAD
QUANTITY
EAST
PARKWAY
QUANTITY
TOTAL
QUANTITYUNIT UNIT PRICE TOTAL PRICE
105-01 CONSTRUCTION STAKES, LINES AND GRADES 1 1 2 L.S.
201-01 CLEARING AND GRUBBING 1 1 L.S.
202-03.01 REMOVAL OF ASPHALT PAVEMENT 405 405 S.Y.
202-03 REMOVAL OF RIGID PVMT. AND SIDEWALK 55 200 255 S.Y.
202-08.15 REMOVAL OF CURB & GUTTER 60 195 255 L.F.
202-04.01 REMOVAL OF STRUCTURES (HANDRAIL) 1 1 2 L.S.
203-03 BORROW EXCAVATION (UNCLASSIFIED) 100 100 C.Y.
203-06 WATER 0.5 0.5 MGAL
203-07 FURNISH AND SPREAD TOPSOIL (6 INCHES) 50 50 C.Y.
209-03.20 FILTER SOCK (8 INCH) 625 730 1355 L.F.
209-05 SEDIMENT REMOVAL 50 50 100 C.Y.
209-09.43 CURB INLET PROTECTION (TYPE 4) 3 3 6 EACH
303-01 MINERAL AGGREGATE, TYPE A BASE, GRADING D 2.5 2.5 5 TON
307-01.08 ASPHALT CONCRETE MIX (PG64-22) (BPMB-HM) GRADING B-M2 1 1 2 TON
403-01 BITUMINOUS MATERIAL FOR TACK COAT (TC) 0.5 0.5 1 TON
407-02.14 ASPHALT PVMT. REPAIR (FULL DEPTH) 35 35 S.Y.
407-20.05 SAW CUTTING ASHPHALT PAVEMENT 280 200 480 L.F.
411-01.10 ACS MIX (PG64-22) GRADING D 40 2 42 TON
SPECIAL A REWORK PULLBOXES 1 1 2 L.S.
SPECIAL B REWORK ELECTRIC VAULTS 1 1 2 L.S.
415-01.02 COLD PLANING BITUMINOUS PAVEMENT (1.25") 500 500 S.Y.
611-09.02 REWORK CATCH BASIN 1 1 EACH
620-15 HANDRAIL ASSEMBLY 170 25 195 L.F.
701-01.01 CONCRETE SIDEWALK (4") 410 815 1225 S.F.
701-02.01 CONCRETE CURB RAMP (RETROFIT) 310 310 S.F.
701-02.03 CONCRETE CURB RAMP 330 850 1180 S.F.
701-02.06 DETECTABLE WARNING SURFACE (REHABILITATION) 80 80 S.F.
702-01 CONCRETE CURB 10 5 15 C.Y.
702-03 CONCRETE COMBINED CURB AND GUTTER 5 5 C.Y.
705-08.10 PORTABLE IMPACT ATTENUATOR NCHRP350 TL-3 1 1 2 EACH
712-01 TRAFFIC CONTROL 1 1 2 L.S.
712-02.02 INTERCONNECTED PORTABLE BARRIER RAIL 100 230 330 L.F.
712-04.01 FLEXIBLE DRUMS (CHANNELIZING) 60 50 110 EACH
712-05.01 WARNING LIGHTS (TYPE A) 12 14 26 EACH
712-06 SIGNS (CONSTRUCTION) 131 113 244 S.F.
712-07.03 TEMPORARY BARRICADES (TYPE III) 160 56 216 L.F.
712-08.03 ARROW BOARD (TYPE C) 2 2 EACH
713-15.36 REMOVE SIGN, SUPPORT & FOOTING 3 3 6 EACH
713-99.91 SIGNS (PROPOSED PERMANENT SIGNAGE) 1 1 2 L.S.
714-08.29 REMOVE AND RELOCATE LIGHT STANDARD 1 1 EACH
716-02.03 PLASTIC PAVEMENT MARKING (CROSS-WALK) 100 100 L.F.
716-02.04 PLASTIC PAVEMENT MARKING (CHANNELIZATION STRIPING) 25 15 40 S.Y.
716-02.05 PLASTIC PAVEMENT MARKING (STOP LINE) 40 35 75 L.F.
716-02.06 PLASTIC PAVEMENT MARKING (TURN LANE ARROW) 2 2 EACH
716-02.09 PLASTIC PAVEMENT MARKING (LONGITUDINAL CROSS-WALK) 150 150 L.F.
UNIT PRICE BID SCHEDULE
Bid Schedule P. 1 of 2
Intersections of River Road and S.R.73 (East Parkway)with S.R. 71 (Parkway)
01/21/2020
EXHIBIT A
716-02.11 PLASTIC PAVEMENT MARKING (6IN DOTTED LINE) 90 90 L.F.
716-03.01 PLASTIC WORD PAVEMENT MARKING (ONLY) 5 5 EACH
716-03.09 PLASTIC WORD PAVEMENT MARKING (CROSS WALK)(WITH YIELD TRIANGLE) 1 1 EACH
716-04.01 PLASTIC PAVEMENT MARKING (STRAIGHT-TURN ARROW) 1 1 EACH
716-04.04 PLASTIC PAVEMENT MARKING (TRANSVERSE SHOULDER) 160 75 235 L.F.
716-04.05 PLASTIC PAVEMENT MARKING (STRAIGHT ARROW) 2 2 EACH
716-04.12 PLASTIC PAVEMENT MARKING (YIELD LINE) 20 20 L.F.
716-08.20 REMOVAL OF PAVEMENT MARKING 1 1 2 L.S.
716-13.02 SPRAY THERMO PVMT MRKNG (60 mil) (6IN LINE) 420 125 545 L.F.
717-01 MOBILIZATION 0.5 0.5 1 L.S.
730-02.09 SIGNAL HEAD ASSEMBLY (130 WITH BACKPLATE) 5 1 6 EACH
730-02.10 SIGNAL HEAD ASSEMBLY (130 A2 WITH BACKPLATE) 3 3 6 EACH
730-02.13 SIGNAL HEAD ASSEMBLY (140 A1 WITH BACKPLATE) 1 1 EACH
730-02.30 SIGNAL HEAD ASSEMBLY (130 A3 WITH BACKPLATE) 2 2 EACH
730-03.21 INSTALL PULL BOX (TYPE B) 5 3 8 EACH
730-03.23 INSTALL PULL BOX (FIBER OPTIC-TYPE A) 1 1 EACH
730-03.24 INSTALL PULL BOX (FIBER OPTIC TYPE B) 3 1 4 EACH
730-03.31 FIBER ENCLOSURE (MOUNTED TO ABUTMENT) 1 1 EACH
730-03.32 FIBER OPTIC DROP CABLE (INCLUDING MOUNTING TO WALL AND ABUTMENT) 500 100 600 L.F.
730-03.33 FIBER OPTIC SPLICE FUSION 6 6 12 EACH
730-08.02 SIGNAL CABLE - 5 CONDUCTOR 1800 1200 3000 L.F.
730-12.02 CONDUIT 2" DIAMETER (PVC) 375 150 525 L.F.
730-12.13 CONDUIT 2" DIAMETER (JACK AND BORE) 190 190 L.F.
730-13.13 VEHICLE DETECTION RADAR 1 1 EACH
730-15.32 CABINET (EIGHT PHASE MCCAIN ATC ex2 BASE MOUNTED)(FIBER OPTIC READY) 1 1 2 EACH
730-16.02 EIGHT PHASE ACTUATED CONTROLLER 1 1 2 EACH
730-23.30 PEDESTRIAN POLE (10') 3 4 7 EACH
730-23.48 CANTILEVER SIGNAL SUPPORT (1 ARM @ 20') 1 1 EACH
730-26.06 PEDESTRIAN PUSHBUTTON POST 3 2 5 EACH
730-26.11 COUNTDOWN PED SGNL HEAD W/AUDIBLE PUSH BUTTON & 15IN SIGN 10 6 16 EACH
795-51.01 BOLLARD (POWDER COAT FOREST GREEN REMOVABLE BOLLARD) 6 6 EACH
801-01.07 TEMPORARY SEEDING (WITH MULCH) 1 1 UNIT
801-03 WATER SEEDING & SODDING 1 1 MGAL
803-01 SODDING (NEW SOD) 315 315 S.Y.
TOTAL BID PRICE (In Numbers)
(In Words)
Bid Schedule P. 2 of 2
EXHIBIT A
Exhibit B
WORK RESTRICTIONS
TRAFFIC LIGHT #3 AND RIVER ROAD INTERSECTION IMPROVEMENT PROJECT
1. No road or sidewalk work on Fridays from 12 noon until Monday morning. 2. Area must be cleared and safe for pedestrian traffic after work hours. 3. No work performed after 3:00PM on Friday, March 13, 2020 to 8:00AM on Monday,
March 23, 2020. 4. No work on Good Friday, April 10, 2019. 5. IF PROJECT EXTENDED or DELAYED – No work after 4:00PM on Thursday,
May 21, 2020 to 8:00AM on Tuesday, May 26, 2020.
Any questions regarding these restrictions can be addressed to Police Chief Randall Brackins at 865-436-5181 or [email protected]
441
73
321
CHER
OKEE
ORCHARD
RO
ARIN
G
... W
est
Roberts
Br.
Sen
g
Br.
Roaring
Baskins
Grassy
Br.
Le Conte
Holy
Br.
Twomile
Sawmill Br.
Dudle
y
71
CDM SmithDESIGNED BY
DESIGNER
CHECKED BY
SHELBY FAYETTE
TIPTON
HAYWOOD
LAUDERDALE CROCKETT
LA
KE
DYER
OBION
WEAKLEY
GIBSON
CARROLL
MADISON
McNAIRY
HARDE
MAN
CHESTER
HE
NDERS
ON
HARDIN WAYNE
DE
CA
TU
RB
EN
TO
N
HENRY
STEWART
HOUSTON
PERRY
LEWIS
DICKSON
LA
WRE
NCE
HUMPHREYS
HICKMAN
MONTGO
MERY
CH
EA
TH
AM
ROBERTSON
SUMNER
MACON
DAVIDSONWILSON
WILLIAMSON
MAURY
RUTHERFORD
MA
RS
HA
LL
GILES
LINCOLN FRANKLIN
BEDFORD COFFEE
GRUNDY
MARION
SE
QU
AT
CHIE
MO
OR
E
CA
NN
ON
WARREN
DEKALB
WHITE
PUTNAM
VA
NB
URE
N
TROUSDALE
CLAY
JACKSONOVERTON
PICKETT
FENTRESS
CUMBERLAND
BLE
DS
OE
RHE
A
SCOTT
MORGAN
ROANE
CLAIBORNE
CA
MP
BELL
ANDERSON
MEI
GS
M MINN C
HA
MI
LT
ON
BR
AD
LE
Y
POLK
MONROE
BLOUNT
KNOX
LOUDON
UNION
HANCOCK
GRAINGER
HAWKINS
HAMBLEN
JEFFERSON
SEVIER
COCKE
GREENE
SULLIVAN
CARTER
JO
HNS
ON
WASHINGTON
UNICOISMITH
SCALE: 1"=2000'
0 2000 4000 6000
1
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
TYPE YEAR PROJECTNO.
SHEET
1
www.cdmsmith.com
865-963-4300
KNOXVILLE, TENNESSEE 37921
1100 MARION STREET, SUITE 300
1/15/2020 3:5
4:5
4 P
M
3:5
4:5
4 P
M
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\01_
Title
_Sheet.S
HT
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
BOB HALL
CONSTRUCTION
CONST. 2019
SEVIER COUNTY, TENNESSEECITY OF GATLINBURG
SEVIER COUNTY
CITY OF GATLINBURG
CHRIS KIRBY, P.E.
HIS
TO
RIC
NA
TU
RE
TR
AIL
EITHER EXCESSIVE OR BELOW THE REASONABLE COST ANALYSIS VALUE.
OF THE UNIT PRICES CONTAINED THEREIN ARE OBVIOUSLY UNBALANCED,
PROPOSALS MAY BE REJECTED BY THE CITY OF GATLINBURG IF ANY
IN THE PLANS AND IN THE PROPOSAL CONTRACT.
AND ADDITIONAL SPECIFICATIONS AND SPECIAL PROVISIONS CONTAINED
OF THE TENNESSEE DEPARTMENT OF TRANSPORTATION DATED JANUARY 1, 2015
TDOT STANDARD TRAFFIC OPERATIONS DRAWINGS, AND UNDER THE STANDARD SPECIFICATIONS
THIS PROJECT TO BE CONSTRUCTED USING TDOT STANDARD ROADWAY DRAWINGS,
INTERSECTION IMPROVEMENTS
N
GRADE, DRAIN, SIDEWALK, CURB, SIGN, STRIPE, SIGNALIZATION
RIVER ROAD INTERSECTION
PROJECT LOCATION
EAST PARKWAY INTERSECTION
PROJECT LOCATION
INDEX OF SHEETS
TDOT STANDARD DRAWING LIST
SAFETY PLAN AT SIDEROADS OR PRIVATE DRIVES10-10-16S-PL-2
SAFETY PLAN AT ROADSIDE HAZARDS S-PL-1
CLEAR ZONE CRITERIAS-CZ-1
ALTERNATE DETAILS FOR CONCRETE SIDEWALK (REHABILITATION) MM-SW-2
DETAILS FOR CONCRETE SIDEWALKS MM-SW-1
ALTERNATIVE CURB RAMP DETAILS MM-CR-9
MONO-DIRECTIONAL SINGLE CROSSWALK CURB RAMP DETAILS MM-CR-8
CURB RAMPS IN CURVE Bl-DIRECTIONAL DUAL CROSSING MM-CR-7
DUAL CROSSING CURB RAMP PLACED OUTSIDE CURVE MM-CR-6
SINGLE CROSSING CURB RAMP IN CURVE MM-CR-5
PARALLEL CURB RAMP MM-CR-3
PERPENDICULAR CURB RAMP MM-CR-2
DETECTABLE WARNING SURFACE PLACEMENT ON CURB RAMPS MM-CR-1
VERTICAL CONCRETE CURBS AND CONCRETE CURBS AND GUTTERSRP-VC-10
STANDARD LEGEND FOR EROSION PREVENTION AND SEDIMENT CONTROL05-24-12RD-L-7
STANDARD LEGEND FOR EROSION PREVENTION AND SEDIMENT CONTROL03-30-10RD-L-6
STANDARD LEGEND FOR EROSION PREVENTION AND SEDIMENT CONTROL05-01-08RD-L-5
STANDARD LEGEND FOR SIGNALIZATION AND LIGHTING07-16-18RD-L-4
STANDARD LEGEND FOR SIGNALIZATION AND LIGHTING03-16-17RD-L-3
STANDARD LEGEND FOR UTILITY INSTALLATIONS09-05-01RD-L-2
STANDARD LEGEND10-26-94RD-L-1
STANDARD ABBREVIATIONS12-18-99RD-A-1
CURB INLET PROTECTION TYPE 3 & 4EC-STR-39A 08-01-12
FILTER SOCK 06-10-14EC-STR-8
T-SG-6 06-27-16 PEDESTRIAN SIGNAL DETAILS
T-SG-3 07-11-17 STANDARD NOTES AND DETAILS OF INDUCTIVE LOOPS
T-SG-2 06-27-16 LOOP LEAD-INS, CONDUIT AND PULL BOXES
SIDEWALK TRAFFIC CONTROL10-10-16T-WZ-55
T-WZ-51 04-02-12 TC FOR SIGNALS ONLY PROJ 4 OR 5 LANE MAJOR ROUTES
CENTER LANE CLOSURES AT NEAR SIDE OF INTERSECTIONS03-05-17T-WZ-42
LEFT LANE CLOSURES AT NEAR SIDE OF INTERSECTIONS03-05-17T-WZ-41
RIGHT LANE CLOSURES AT NEAR SIDE OF INTERSECTIONS03-05-17T-WZ-40
LANE CLOSURE ON LOW-VOLUME 2-LANE HIGHWAY03-05-17T-WZ-36
TRAFFIC CONTROL 2-LANE, 2-WAY DIVERSION (40 MPH OR LESS)09-01-05T-WZ-30
LANE CLOSURE WITH LEFT HAND MERGE AND LANE SHIFT03-05-17T-WZ-21
DETAIL FOR FLEXIBLE DELINEATORS 03-16-17T-PBR-2
FLASHING YELLOW ARROW BOARD05-27-97T-FAB-1
STANDARD INTERSECTION PAVEMENT MARKINGS08-02-18T-M-4
MARKING STANDARDS FOR TRAFFIC ISLANDS, MEDIANS & PAVED SHOULDERS 07-24-14T-M-3
DETAILS OF PAVEMENT MARKINGS FOR CONVENTIONAL ROADS08-02-18T-M-2
DETAILS OF PAVEMENT MARKINGS ABBREVIATIONS07-05-17T-M-1
SIGNAL PLAN (EAST PARKWAY)...........................................................................11
TRAFFIC CONTROL (EAST PARKWAY).................................................................10A & 10B
EROSION CONTROL (EAST PARKWAY)...............................................................9
COORDINATE TABLE (EAST PARKWAY)............................................................8C
GRADING AND DRAINAGE (EAST PARKWAY)...................................................8B
LAYOUT SHEET (EAST PARKWAY).......................................................................8A
DEMOLITION PLAN (EAST PARKWAY).................................................................8
SIGNAL PLAN (RIVER ROAD).................................................................................7
TRAFFIC CONTROL (RIVER ROAD)......................................................................6A - 6C
EROSION CONTROL (RIVER ROAD).....................................................................5
COORDINATE TABLE (RIVER ROAD) ..................................................................4C
GRADING AND DRAINAGE (RIVER ROAD)..........................................................4B
LAYOUT SHEET (RIVER ROAD).............................................................................4A
DEMOLITION PLAN (RIVER ROAD).......................................................................4
SIGNAL NOTES & INTERCONNECT SCHEMATIC...............................................3C
GENERAL NOTES ..................................................................................................3A & 3B
ESTIMATED ROADWAY QUANTITIES .................................................................2
TITLE SHEET ............................................................................................................1
DESCRIPTION SHEET NUMBER
S.R. 73 (EAST PARKWAY) WITH S.R. 71 (PARKWAY)INTERSECTIONS OF RIVER ROAD AND
01/21/2020
EXHIBIT C
FOOTNOTE ITEM NO. DESCRIPTION
RIVER
ROAD
QUANTITY
EAST
PARKWAY
QUANTITY
TOTAL
QUANTITYUNIT
105-01 CONSTRUCTION STAKES, LINES AND GRADES 1 1 2 L.S.
201-01 CLEARING AND GRUBBING 1 1 L.S.
202-03.01 REMOVAL OF ASPHALT PAVEMENT 405 405 S.Y.
202-03 REMOVAL OF RIGID PVMT. AND SIDEWALK 55 200 255 S.Y.
202-08.15 REMOVAL OF CURB & GUTTER 60 195 255 L.F.
202-04.01 REMOVAL OF STRUCTURES (HANDRAIL) 1 1 2 L.S.
203-03 BORROW EXCAVATION (UNCLASSIFIED) 100 100 C.Y.
203-06 WATER 0.5 0.5 MGAL
203-07 FURNISH AND SPREAD TOPSOIL (6 INCHES) 50 50 C.Y.
7,8 209-03.20 FILTER SOCK (8 INCH) 625 730 1355 L.F.
209-05 SEDIMENT REMOVAL 50 50 100 C.Y.
7,8 209-09.43 CURB INLET PROTECTION (TYPE 4) 3 3 6 EACH
19 303-01 MINERAL AGGREGATE, TYPE A BASE, GRADING D 2.5 2.5 5 TON
19 307-01.08 ASPHALT CONCRETE MIX (PG64-22) (BPMB-HM) GRADING B-M2 1 1 2 TON
403-01 BITUMINOUS MATERIAL FOR TACK COAT (TC) 0.5 0.5 1 TON
18 407-02.14 ASPHALT PVMT. REPAIR (FULL DEPTH) 35 35 S.Y.
407-20.05 SAW CUTTING ASHPHALT PAVEMENT 280 200 480 L.F.
411-01.10 ACS MIX (PG64-22) GRADING D 40 2 42 TON
SPECIAL A REWORK PULLBOXES 1 1 2 L.S.
SPECIAL B REWORK ELECTRIC VAULTS 1 1 2 L.S.
415-01.02 COLD PLANING BITUMINOUS PAVEMENT (1.25") 500 500 S.Y.
611-09.02 REWORK CATCH BASIN 1 1 EACH
1 620-15 HANDRAIL ASSEMBLY 170 25 195 L.F.
701-01.01 CONCRETE SIDEWALK (4") 410 815 1225 S.F.
2 701-02.01 CONCRETE CURB RAMP (RETROFIT) 310 310 S.F.
2 701-02.03 CONCRETE CURB RAMP 330 850 1180 S.F.
701-02.06 DETECTABLE WARNING SURFACE (REHABILITATION) 80 80 S.F.
3,4 702-01 CONCRETE CURB 10 5 15 C.Y.
5 702-03 CONCRETE COMBINED CURB AND GUTTER 5 5 C.Y.
705-08.10 PORTABLE IMPACT ATTENUATOR NCHRP350 TL-3 1 1 2 EACH
712-01 TRAFFIC CONTROL 1 1 2 L.S.
712-02.02 INTERCONNECTED PORTABLE BARRIER RAIL 100 230 330 L.F.
712-04.01 FLEXIBLE DRUMS (CHANNELIZING) 60 50 110 EACH
16 712-05.01 WARNING LIGHTS (TYPE A) 12 14 26 EACH
712-06 SIGNS (CONSTRUCTION) 131 113 244 S.F.
712-07.03 TEMPORARY BARRICADES (TYPE III) 160 56 216 L.F.
712-08.03 ARROW BOARD (TYPE C) 2 2 EACH
713-15.36 REMOVE SIGN, SUPPORT & FOOTING 3 3 6 EACH
20 713-99.91 SIGNS (PROPOSED PERMANENT SIGNAGE) 1 1 2 L.S.
714-08.29 REMOVE AND RELOCATE LIGHT STANDARD 1 1 EACH
17 716-02.03 PLASTIC PAVEMENT MARKING (CROSS-WALK) 100 100 L.F.
716-02.04 PLASTIC PAVEMENT MARKING (CHANNELIZATION STRIPING) 25 15 40 S.Y.
17 716-02.05 PLASTIC PAVEMENT MARKING (STOP LINE) 40 35 75 L.F.
17 716-02.06 PLASTIC PAVEMENT MARKING (TURN LANE ARROW) 2 2 EACH
716-02.09 PLASTIC PAVEMENT MARKING (LONGITUDINAL CROSS-WALK) 150 150 L.F.
716-02.11 PLASTIC PAVEMENT MARKING (6IN DOTTED LINE) 90 90 L.F.
716-03.01 PLASTIC WORD PAVEMENT MARKING (ONLY) 5 5 EACH
716-03.09 PLASTIC WORD PAVEMENT MARKING (CROSS WALK)(WITH YIELD TRIANGLE) 1 1 EACH
17 716-04.01 PLASTIC PAVEMENT MARKING (STRAIGHT-TURN ARROW) 1 1 EACH
17 716-04.04 PLASTIC PAVEMENT MARKING (TRANSVERSE SHOULDER) 160 75 235 L.F.
17 716-04.05 PLASTIC PAVEMENT MARKING (STRAIGHT ARROW) 2 2 EACH
17 716-04.12 PLASTIC PAVEMENT MARKING (YIELD LINE) 20 20 L.F.
716-08.20 REMOVAL OF PAVEMENT MARKING 1 1 2 L.S.
716-13.02 SPRAY THERMO PVMT MRKNG (60 mil) (6IN LINE) 420 125 545 L.F.
717-01 MOBILIZATION 0.5 0.5 1 L.S.
10 730-02.09 SIGNAL HEAD ASSEMBLY (130 WITH BACKPLATE) 5 1 6 EACH
10 730-02.10 SIGNAL HEAD ASSEMBLY (130 A2 WITH BACKPLATE) 3 3 6 EACH
10 730-02.13 SIGNAL HEAD ASSEMBLY (140 A1 WITH BACKPLATE) 1 1 EACH
10 730-02.30 SIGNAL HEAD ASSEMBLY (130 A3 WITH BACKPLATE) 2 2 EACH
730-03.21 INSTALL PULL BOX (TYPE B) 5 3 8 EACH
730-03.23 INSTALL PULL BOX (FIBER OPTIC-TYPE A) 1 1 EACH
730-03.24 INSTALL PULL BOX (FIBER OPTIC TYPE B) 3 1 4 EACH
730-03.31 FIBER ENCLOSURE (MOUNTED TO ABUTMENT) 1 1 EACH
21 730-03.32 FIBER OPTIC DROP CABLE (INCLUDING MOUNTING TO WALL AND ABUTMENT) 500 100 600 L.F.
730-03.33 FIBER OPTIC SPLICE FUSION 6 6 12 EACH
730-08.02 SIGNAL CABLE - 5 CONDUCTOR 1800 1200 3000 L.F.
730-12.02 CONDUIT 2" DIAMETER (PVC) 375 150 525 L.F.
730-12.13 CONDUIT 2" DIAMETER (JACK AND BORE) 190 190 L.F.
15 730-13.13 VEHICLE DETECTION RADAR 1 1 EACH
11,13 730-15.32 CABINET (EIGHT PHASE MCCAIN ATC ex2 BASE MOUNTED)(FIBER OPTIC READY) 1 1 2 EACH
11,12 730-16.02 EIGHT PHASE ACTUATED CONTROLLER 1 1 2 EACH
730-23.30 PEDESTRIAN POLE (10') 3 4 7 EACH
14 730-23.48 CANTILEVER SIGNAL SUPPORT (1 ARM @ 20') 1 1 EACH
9 730-26.06 PEDESTRIAN PUSHBUTTON POST 3 2 5 EACH
9 730-26.11 COUNTDOWN PED SGNL HEAD W/AUDIBLE PUSH BUTTON & 15IN SIGN 10 6 16 EACH
795-51.01 BOLLARD (POWDER COAT FOREST GREEN REMOVABLE BOLLARD) 6 6 EACH
801-01.07 TEMPORARY SEEDING (WITH MULCH) 1 1 UNIT
801-03 WATER SEEDING & SODDING 1 1 MGAL
6 803-01 SODDING (NEW SOD) 315 315 S.Y.
ESTIMATED ROADWAY QUANTITIES
1 SEE LAYOUT SHEET FOR LOCATION. TO BE INSTALLED PER CITY OF GATLINBURG STANDARD. CITY
DECORATIVE PRESSURE TREATED POST WITH BLACK IRON RAIL. CONTACT CITY PUBLIC WORKS FOR
DETAILED SPECIFICATION.
2 INCLUDES REMOVAL AND REPLACEMENT OF DETECTABLE WARNING SURFACE IN EXISTING RAMP
AREAS WHERE INDICATED ON THE PLANS. INCLUDES DETECTABLE WARNING SURFACE IN PROPOSED
RAMP LOCATIONS. SEE LAYOUT SHEET FOR LOCATION.
3 INCLUDES 0.8 C.Y. FOR LOWERED CURB ON RIVER ROAD.
4 INCLUDES 1.1 C.Y. FOR LOWERED CURB ON EAST PARKWAY.
5 INCLUDES 0.6 C.Y. FOR LOWERED CURB AND GUTTER ON EAST PARKWAY.
6 INCLUDES WATER FOR NEW SOD
7 TO BE USED AS DIRECTED BY THE ENGINEER.
8 SEE SUBSECTION 209.07 OF THE STANDARD SPECIFICATIONS FOR MAINTENANCE REPLACEMENT.
9 INCLUDES R10-3E SIGNS
10 COST OF SIGNAL HEADS SHALL INCLUDE THE SPECIFIED MOUNTING HARDWARE.
11 CONTRACTOR IS RESPONSIBLE FOR DETERMINING ANY FEES ASSOCIATED WITH OBTAINING
ELECTRICAL SERVICE.
12 CONTROLLER AND CABINET SHALL BE MCCAIN ATC EX2 AND 352I ATC CABINET (TYPE 1 CABINET, TYPE
2 CONTROLLER).
13 INSTALLATION COST OF CABINET AND CONTROLLER SHALL INCLUDE THE FOUNDATION AND FIELD
WIRING TERMINATIONS. CABINET AND CONTROLLER SHALL BE FIBER OPTIC COMPATIBLE AND SHALL
INCLUDE ALL FIBER OPTIC APPURTENANCES INCLUDING, PATCH PANEL, FIELD SWITCH, JUMPERS,
CONNECTORS, POWER CABLES, ETC. THE CONTRACTOR MUST SHOW THAT BOTH THE RIVER ROAD
AND EAST PARKWAY SIGNALS ARE COMMUNICATING PROPERLY BEFORE ACCEPTED BY THE CITY.
14 COST ASSOCIATED WITH THE DESIGN OF FOUNDATIONS AND SIGNAL SUPPORTS SHALL BE INCLUDED
IN THE ITEM COST.
15 THE VEHICLE DETECTION SYSTEM SHALL BE WAVETRONICS.
16 FOR USE WITH TYPE III BARRICADES.
17 THE CONTRACTOR MAY ELECT TO SUBSTITUTE PREFORMED PLASTIC FOR THERMOPLASTIC.
PREFORMED PLASTIC SHALL BE PAID FOR AT THE SAME UNIT PRICE AS BID FOR THERMOPLASTIC.
18 CONTRACTOR SHALL USE A FULL DEPTH PATCH INCLUDING:
1.25" SURFACE MIX GRADING "D"
2" BITUMINOUS BINDER GRADING "B-M"
3" BITUMINOUS PLANT MIX BASE GRTADING "A"
8" MINERAL AGGREGATE BASE "TYPE A", GRADING "D"
19 CONTINGENCY ITEMS FOR MAINTENANCE OF TRAFFIC
20 SEE SIGNS TABULATION ON THIS SHEET.
21 COST OF FIBER OPTIC DROP CABLE INCLUDES RISER STRUCTURES, HANGERS, AND SUPPORTS TO
ATTACH THE CABLE TO THE ABUTMENT AND WALL. THE COST OF THE 2"PVC CONDUIT IS INCLUDED IN
ANOTHER ITEM.
FOOTNOTES
SIGN TABULATION
MUTCD Code Size (inches) Size (S.F.) Number of Signs
RIVER ROAD
a R5-1 30x30 6.25 1 6.25
b R6-1R 36x12 3 2 6
c W1-8R 12x18 1.5 2 3
d R3-8(mod) 54x30 11.25 1 11.25
e R3-8(mod) 48x30 10 1 10
f R10-30 30x36 7.5 1 7.5
g R4-7 24x30 5 1 5
R3-5LT 30x36 7.5 2 15
R3-5 30x36 7.5 1 7.5
R3-5RT 30x36 7.5 1 7.5
R3-2 24x24 4 1 4
EAST PARKWAY
R10-11b 36x36 9 1 9
R10-11a 30x36 7.5 1 7.5
TOTAL 99.5 S.F.
TOTAL (S.F.)
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
NOTES
GENERAL
3A
KNOXVILLE, TENNESSEE1/15/2020 3:5
5:3
7 P
M
3:5
5:3
7 P
M
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\03_
Ge
neral_
Notes.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
3B
NOTES
GENERAL
KNOXVILLE, TENNESSEE1/15/2020 3:5
6:4
3 P
M
3:5
6:4
3 P
M
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\03_
Ge
neral_
Notes.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
KNOXVILLE, TENNESSEE1/15/2020 3:5
7:2
3 P
M
3:5
7:2
3 P
M
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\03
C_Sig
nal_
Notes_an
d_Interco
nnect_Sche
matic.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019 3C
SCHEMATIC
AND INTERCONNECT
SIGNAL NOTES
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
REMOVE
REMOVE SIGN
REMOVE SIGN
REMOVE SIGN
0 20 30 6010
STOP
DOTTED W
REMOVE
REMOVE STOP BARRE
MO
VE
DY
REMOVE DOTTED W
REMOVE (RIVER ROAD)
DEMOLITION PLAN
4
REMOVE RAMP
MARKING
SIMILAR
REMOVE
REMOVE
REMOVE
FOR PROP. RAMPAND CURB & GUTTER
REMOVE EXIST. SIDEWALK
EDGE LINEREMOVE EXIST.
FOR PROP. RAMPAND CURB & GUTTER
REMOVE EXIST. SIDEWALK
EVEN CLEAN EDGEPAVEMENT / SAW CUT
REMOVE EXIST. ASPHALT
ASPHALT PAVEMENT.CROSSWALK. REPAIR WITH
REMOVE CONC.
YIE
LD
YIE
LD
CROSS
WALK
CROSS
WALK
CROSS
WALK
A/C
UNITS
BUSINESSFRAME3-
STORY
BUSINESSFRAME2-
STORY
POLE (T
YP)SIGNAL
CONTROLLERSI
GNAL
YIE
LD
G.V.
KNOXVILLE, TENNESSEE1/21/
2020 4:2
0:3
6
PM
4:2
0:3
6
PM
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\04_
DE
MO.S
HT
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
YIE
LD
YIE
LD
CROSS
WALK
CROSS
WALK
HANDRAIL
REMOVE
HANDRAIL
REMOVE
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
6"S
W
6"
SW
STRIPE12" CHANNEL
24" STOP BAR
6"SW
6"SW
6"DOTTED W
24" STOP BAR
0 20 30 60100 20 30 6010
4A
STRIPE12" CHANNEL
(RIVER ROAD)
PROPOSED LAYOUTDETECTABLE WARNING SURFACE (MM-CR-1)
1
2
3
REFER TO TDOT STND. DRAWING T-M-1 FOR MARKING ABBREVIATIONS
8" STRIPING (TYP.)
8` WIDE CROSSWALK
SIGN LEGEND:
DO NOT
ENTER30" X 30"
R5-1
b
ONE WAY
36" X 12"R6-1R
a
a
b
b
c
c
g 14'
12'
WEST
1
8" STRIPING (TYP.)
8` WIDE CROSSWALK
6"DBSYL
12'
c
12" X 18"
W1.8R
6"DBSYL
d
54" X 30"
R3-8modONLY
d
STRIPE12" CHANNEL
6"SW
REFER TO COORDINATE TABLE (RIVER ROAD) SHEET FOR COORDINATE VALUESe
48" X 30"
R3-8modONLY ONLY
e
f
30" X 36"
R10-30
U TURN
YIELD TO
MUST
ON RED
RIGHT TURN
f
PERPENDICULAR CURB RAMP (MM-CR-2)
PARALLEL CURB RAMP (MM-CR-3)
4 MONO-DIRECTIONAL SINGLE CROSSWALK CURB RAMP DETAILS (MM-CR-8)
g
24" X 30"
R4-7
OF EXIST. CONC. CROSSWALK
REPAIR FOR REMOVAL
FULL DEPTH PAVEMENT
A/C
UNITS
BUSINESSFRAME3-
STORY
BUSINESSFRAME2-
STORY
TRANSFORMER
DI
PV
C
RCP
RC
PR
CP
DI
TRANSFORMER
BOX
WOODEN
(TYP)BASI
NCATCH
MANHOLETELE
POLE (T
YP)SIGNAL
CONTROLLERSI
GNAL
ELEC
INV-18
7.22
RC
P60"
INV-18
7.95
RC
P60"
W.V.
G.V.
G.V.
PIV
VALVE
W.V.
G.V.
W.V.
W.V.
IN
V-
UN
OB
TAI
NA
BL
E
TO
P-196.28
W.M.
W.V.
G.V.
INV-18
5.77
TOP-19
6.79
INV-UNOBTAI
NABLE
TOP-19
6.85
W.V.
ELEC
ELEC
(TYP)PULL BOX
ELECTRICAL
W.M.
BOXELEC
KNOXVILLE, TENNESSEE1/21/
2020 4:2
0:4
1 P
M
4:2
0:4
1 P
M
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\04
A_Pro
pose
dLay
out.S
HT
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
OR
CH
AR
D
RD
CH
ER
OK
EE
PARKWAY (HWY
441)
RIVER RD
GR
EY
ST
ON
E
HEI
GH
TS
RD
A
C
B
D
F
R = 46'
E
G=4'RH
R=240'
J
K
L
R=390' M
N
=8'R P
R
S
T
UV
W
X
Y
Z
AAAB
AC
AD
AE
AG
AF
TYPE 'A' CURB
8'
SI
DE
WA
LK
AH
AJ
1 1/4" MILLING AND RESURFACING
AK
AL
R=23.1'
TYPE 'A' CURB
=10'R
AMAN
PROP. HANDRAIL
AP
AR
HANDRAIL
PROP.
SOD
SOD
2
1
1
33
HANDRAIL
PROP.
=12'R
4
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
HANDRAIL
CONC SIDEWALK
HANDRAIL STEPSGAZEEBO
COLUMNSTONE
A/C
UNITS
BUSINESSFRAME3-
STORY
CONC SI
DEWALK HANDRAIL
MONUMENTCOLUMNSTONE
GRATETREE
GRATETREE
HA
ND
RAI
L
GRATETREE
WALL
HANDRAIL
LITTLE PIGEON RIVER
HANDRAIL
HANDRAIL
CONC SI
DEWALK
LITTLE
PIGEON
RIVER
BUSINESSFRAME2-
STORY
PLANTER
RCP
RC
PR
CP
196
196
197
197
(TYP)BASI
NCATCHPOLE
(TYP)SI
GNAL
CONTROLLERSI
GNAL
INV-18
7.22
RC
P60"
INV-18
7.95
RC
P60"
INTO RI
VERINV-
DROPSTOP-
194.
30
INV-19
1.06
TOP-19
4.45
INV-19
1.82
TOP-19
5.20
INV-FULL OF SILT
TOP-196.05
G.V.
KNOXVILLE, TENNESSEE1/15/2020 4:4
3:0
3 P
M
4:4
3:0
3 P
M
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\04
B_
Grade
Drain.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
OR
CH
AR
D
RD
CH
ER
OK
EE
PARKWAY (HWY
441)
RIVER RD
GR
EY
ST
ON
E
HEI
GH
TS
RD
CAP EX. INLET
RC
P60"
DI
197
197
XW
TC 196.63
BC 196.20
196.14196.07
BC 196.01
TC 196.34
196.99
196.80196.44
196.11196.18
196.47
196.51
196.51
BC 196.22
TC 196.72
TC 196.79
BC 196.29
TC 196.86
BC 196.36
BC 196.51
TC 197.01
BC 196.40
TC 196.90
BC 196.55
TC 197.15196.90
197.15
BC 196.4
1T
C 196.9
1
197.0
4
196.6
6
196.5
3B
C 196.6
3T
C 197.1
3
BC 196.7
6T
C 197.2
6
196.87
BC 196.28
TC 196.56
196.35
196.63
196.74
196.81
196.84
196.88
196.93
196.92
196.92
BC 196.59
TC 196.78
0 20 30 6010
INSET "A"
INSET "B"INSET "C"
INSET "D"
4B
SEE INSET "A"
SEE INSET "B"
SEE INSET "C"
SEE INSET "D"
(RIVER ROAD)
DRAINAGE
AND
GRADING
196
MATCH EXIST.
MATCH EXIST.
EXIST.
MATCH
(TYP.)
ROADWAY ELEV.
MATCH EXIST.
MATCH EXIST.(TYP.)
MATCH EXIST.(TYP.)
MATCH EXIST.(TYP.)
BC 196.20
TC 196.70
x197.50
197.50x
x197.50
197
197
x
197.07
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
4C
(RIVER ROAD)
TABLE
COORDINATE
COORDINATE TABLE - CONSTRUCTION POINTS
KNOXVILLE, TENNESSEE1/15/2020 3:5
8:3
9
PM
3:5
8:3
9
PM
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\04
C_
CO
OR
DIN
AT
E.S
HT
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
YIE
LD
YIE
LD
CROSS
WALK
CROSS
WALK
CROSS
WALK
HANDRAIL
CONC SIDEWALK
HANDRAIL STEPSGAZEEBO
COLUMNSTONE
A/C
UNITS
BUSINESSFRAME3-
STORY
CONC SI
DEWALK HANDRAIL
MONUMENTCOLUMNSTONE
GRATETREE
GRATETREE
HA
ND
RAI
L
GRATETREE
WALL
HANDRAIL
HE
RO
KE
E
OR
CH
AR
D
RD.
RIVER RD.
LITTLE PIGEON RIVER
HANDRAIL
HANDRAIL
CONC SI
DEWALK
LITTLE
PIGEON
RIVER
PARKWAY (US
441)
BUSINESSFRAME2-
STORY
PLANTER
GR
EY
ST
ON
TRANSFORMER
DI
PV
C
RCP
RC
PR
CP
DI
TRANSFORMER
BOX
WOODEN
196
196
197
197
(TYP)BASI
NCATCH
MANHOLETELE
POLE (T
YP)SIGNAL
CONTROLLERSI
GNAL
ELEC
YIE
LD
INV-18
7.22
RC
P60"
INV-18
7.95
RC
P60"
INTO RI
VERINV-
DROPSTOP-
194.
30
INV-19
1.06
TOP-19
4.45
INV-19
1.82
TOP-19
5.20
W.V.
G.V.
G.V.
INV-FULL OF SILT
TOP-196.05
PIV
VALVE
W.V.
G.V.
W.V.
W.V.
IN
V-
UN
OB
TAI
NA
BL
E
TO
P-196.28
W.M.
W.V.
G.V.
INV-18
5.77
TOP-19
6.79
INV-UNOBTAI
NABLE
TOP-19
6.85
W.V.
ELEC
ELEC
(TYP)PULL BOX
ELECTRICAL
W.M.
BOXELEC
KNOXVILLE, TENNESSEE1/21/
2020 4:2
0:4
9
PM
4:2
0:4
9
PM
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\06_
Erosio
n
Co
ntrol_
Ph1.sht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
OR
CH
AR
D
RD
CH
ER
OK
EE
PARKWAY (HWY
441)
RIVER RD
GR
EY
ST
ON
E
HEI
GH
TS
RD
CAP EX. INLET
0 20 30 6010
5
4
EC-STR-39A(TYPE 4)
CURB INLET PROTECTION
SYMBOL ITEM STD. DWG.
EROSION PREVENTION AND
SEDIMENT CONTROL LEGEND
EC-STR-8FILTER SOCK
THE SITE FREE-DRAINING.
POND ON-SITE. PROVIDE NECESSARY MEASURES TO KEEP
2. APPLY TEMPORARY SEEDING WHENEVER GRADING OPERATIONS
ARE HALTED FOR OVER 14 DAYS AND FINAL GRADING OF
EXPOSED SURFACE IS TO BE COMPLETED WITHIN ONE YEAR.
3. CONTRACTOR TO PROVIDE EROSION CONTROL INCLUDING
1. DO NOT ALLOW WATER TO ACCUMULATE IN EXCAVATIONS OR
CATCH BASIN PROTECTION AND FILTER SOCKS AS NECESSARY.
SPECIAL NOTES:
4
TDOT DWG NO EC-STR-8AROUND PERIMETER OF WORK AREAPLACE 8" DIAMETER FILTER SOCK
TDOT DWG NO EC-STR-8AROUND PERIMETER OF WORK AREAPLACE 8" DIAMETER FILTER SOCK
4
4
(RIVER ROAD)
EROSION CONTROL
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
0 20 30 6010
DEVICES"(MUTCD) AND TDOT.
ON UNIFORM TRAFFIC CONTROL
COMPLIANCE WITH THE "MANUAL
ACTIVITIES SHALL BE IN
TRAFFIC CONTROL DEVICES AND
THEIR USE ARE NOT PRESENT.
CONDITIONS NECESSITATING
BE REMOVED OR COVERED WHEN
SPORADIC, THE DEVICES SHALL
WHEN DEVICE USAGE IS
NECESSITATING CONTROL DEVICE.
CONDITIONS ARE PRESENT
NOT BE DISPLAYED UNLESS
TRAFFIC CONTROL DEVICES SHALL
CONSTRUCTION.
PROPERTIES AT ALL TIMES DURING
3. ACCESS SHALL BE MAINTAINED TO ALL
2.
1.
GENERAL TRAFFIC CONTROL NOTES :
SYMBOL
TRAFFIC CONTROL LEGEND
ITEM
WORK ZONE
FLEXIBLE DRUMS (CHANNELIZING)
SIGN (CONSTRUCTION)
ARROW BOARD TYPE C
ARROW BOARD TYPE C (SINGLE ARROW)
TEMPORARY BARRICADE (TYPE III)
WARNING FLAGS (ON SIGN)
TYPE III BARRICADE
FLEXIBLE DRUM
THE PROPOSED CONSTRUCTION AREA.
PUBLIC AND THE RESIDENTS ALONG
AND CONVENIENCE OF THE GENERAL
RESPONSIBILITIES TOWARD THE SAFETY
RELIEVE THE CONTRACTOR OF HIS
4. THIS TRAFFIC CONTROL PLAN DOES NOT
6A
(RIVER ROAD)
DETOUR PLAN
TRAFFIC CONTROL
RIV
ER
RD
RIVER
RD
RIV
ER RD
KNOXVILLE, TENNESSEE1/15/2020 3:5
9:2
0
PM
3:5
9:2
0
PM
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\06
A_
MO
T_
DE
TO
UR2.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
A 48" X 30"
R11-2
ACLOSED
ROAD
WARNING LIGHTSw/ TYPE A
TYPE III BARRICADE ROAD CLOSURE
DETOUR
A
48" X 3
0"
R11-2
AC
LO
SE
D
RO
AD
WA
RNIN
G LIG
HTS
w/ T
YP
E A
TY
PE III B
AR
RIC
AD
E R
OA
D C
LO
SU
RE
1500 F
T
WORK
ROAD
1000 FT
WORK
ROAD
500 FT
WORK
ROAD
GR
EYS
TO
NE
HEI
GH
TS
RD
ROAD WORK
END36" X 36"
G20-2
ROAD WORKEND
36"
X 36
"G2
0-2
36" X 36"
W20-1
36"
X 36"
W20-1
36"
X 36"
W20-1
OR
CH
AR
D
RD
CH
ER
OK
EE
ROAD WORK
END
36" X 36"
G20-2
36" X 36"W20-1
AHEAD WORK ROAD
36" X 36"
W20-1
AHEAD
WORK
ROAD
36"
X 36"
W20-1
AHEAD
WORK
ROAD
ROAD
WORK
END
36"
X 36"
G20-2
WORK ZONE
AHEAD
DETOUR
36" X 36"
W20-2
AHEAD
CLOSED
ROAD
36" X 36"
W20-3
36" X 36"
W20-3
AH
EA
DC
LO
SE
DR
OA
D
RIV
ER
RD
RIVER RD
AH
EA
D
CL
OS
ED
RO
AD RIV
ER
RD
36"
X 36"
W20-3
THR
U TRAFFIC
TO
ROAD CLO
SED
DET
OUR
A
A
WA
RNIN
G LIG
HTS
w/ T
YPE A
TYPE III B
AR
RIC
AD
E
MAPLE L
N
RIVER
RD
RIVER RD
RE
AG
AN
DR
36"
X 36"
W20-1
AHEA
DWORK
ROAD
ROAD
WORK
END 36"
X 36"
G20-2
AHEA
DDET
OUR
36"
X 36"
W20-2
DET
OUR 30"
X 24"
M4-9(L)
DETOUR
30" X 24"
M4-9(R)
DETOUR
30"
X 24
"
M4-9(R)
AH
EA
D
CL
OS
ED
RO
AD
36" X 36"
W20-3
AH
EA
D
CL
OS
ED
RO
AD
36" X 36"
W20-3
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
0 20 30 6010
DEVICES"(MUTCD) AND TDOT.
ON UNIFORM TRAFFIC CONTROL
COMPLIANCE WITH THE "MANUAL
ACTIVITIES SHALL BE IN
TRAFFIC CONTROL DEVICES AND
THEIR USE ARE NOT PRESENT.
CONDITIONS NECESSITATING
BE REMOVED OR COVERED WHEN
SPORADIC, THE DEVICES SHALL
WHEN DEVICE USAGE IS
NECESSITATING CONTROL DEVICE.
CONDITIONS ARE PRESENT
NOT BE DISPLAYED UNLESS
TRAFFIC CONTROL DEVICES SHALL
CONSTRUCTION.
PROPERTIES AT ALL TIMES DURING
3. ACCESS SHALL BE MAINTAINED TO ALL
2.
1.
GENERAL TRAFFIC CONTROL NOTES :
SYMBOL
TRAFFIC CONTROL LEGEND
ITEM
WORK ZONE
FLEXIBLE DRUMS (CHANNELIZING)
SIGN (CONSTRUCTION)
ARROW BOARD TYPE C
ARROW BOARD TYPE C (SINGLE ARROW)
TEMPORARY BARRICADE (TYPE III)
WARNING FLAGS (ON SIGN)
TYPE III BARRICADE
FLEXIBLE DRUM
THE PROPOSED CONSTRUCTION AREA.
PUBLIC AND THE RESIDENTS ALONG
AND CONVENIENCE OF THE GENERAL
RESPONSIBILITIES TOWARD THE SAFETY
RELIEVE THE CONTRACTOR OF HIS
4. THIS TRAFFIC CONTROL PLAN DOES NOT
(RIVER ROAD)
PHASE I
TRAFFIC CONTROL
6B
KNOXVILLE, TENNESSEE1/15/2020 3:5
9:2
4 P
M
3:5
9:2
4 P
M
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\06
B_
MO
T_P
HA
SE1.sht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
A 48" X 30"
R11-2
ACLOSED
ROAD
WARNING LIGHTSw/ TYPE A
TYPE III BARRICADE ROAD CLOSURE
DETOUR
1500 F
T
WORK
ROAD
1000 FT
WORK
ROAD
500 FT
WORK
ROAD
GR
EYS
TO
NE
HEI
GH
TS
RD
WORK ZONE
ROAD WORK
END36" X 36"
G20-2
ROAD WORKEND
36"
X 36
"G2
0-2
36" X 36"
W20-1
36"
X 36"
W20-1
36"
X 36"
W20-1
OR
CH
AR
D
RD
CH
ER
OK
EE
ROAD WORK
END
36" X 36"
G20-2
36" X 36"W20-1
AHEAD WORK ROAD
36" X 36"
W20-1
AHEAD
WORK
ROAD36"
X 36"
W20-1
AHEAD
WORK
ROAD
ROAD
WORK
END
36"
X 36"
G20-2
CL
OSE
D
SID
EW
AL
K
CLOSED
SID
EW
ALK
ON
BA
RRI
CA
DE
24"
X 12"
R9-9
ON
BA
RRI
CA
DE
24"
X 12"
R9-9
PEDESTRIAN WALKWAY
SIDEWALK CLOSED
WORK ZONE
DO
NO
T
EN
TE
R
30"
X 30"
R5-1
MAPLE L
N
RIVER
RD
RIVER RD
RE
AG
AN
DR
36"
X 36"
W20-1
AHEA
DWORK
ROAD
ROAD
WORK
END 36"
X 36"
G20-2
DET
OUR 30"
X 24"
M4-9(L)
DETOUR
30"
X 24
"
M4-9(R)
RIVER
RD
RIV
ER
RD
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
0 20 30 6010
DEVICES"(MUTCD) AND TDOT.
ON UNIFORM TRAFFIC CONTROL
COMPLIANCE WITH THE "MANUAL
ACTIVITIES SHALL BE IN
TRAFFIC CONTROL DEVICES AND
THEIR USE ARE NOT PRESENT.
CONDITIONS NECESSITATING
BE REMOVED OR COVERED WHEN
SPORADIC, THE DEVICES SHALL
WHEN DEVICE USAGE IS
NECESSITATING CONTROL DEVICE.
CONDITIONS ARE PRESENT
NOT BE DISPLAYED UNLESS
TRAFFIC CONTROL DEVICES SHALL
CONSTRUCTION.
PROPERTIES AT ALL TIMES DURING
3. ACCESS SHALL BE MAINTAINED TO ALL
2.
1.
GENERAL TRAFFIC CONTROL NOTES :
SYMBOL
TRAFFIC CONTROL LEGEND
ITEM
WORK ZONE
FLEXIBLE DRUMS (CHANNELIZING)
SIGN (CONSTRUCTION)
ARROW BOARD TYPE C
ARROW BOARD TYPE C (SINGLE ARROW)
TEMPORARY BARRICADE (TYPE III)
WARNING FLAGS (ON SIGN)
TYPE III BARRICADE
FLEXIBLE DRUM
THE PROPOSED CONSTRUCTION AREA.
PUBLIC AND THE RESIDENTS ALONG
AND CONVENIENCE OF THE GENERAL
RESPONSIBILITIES TOWARD THE SAFETY
RELIEVE THE CONTRACTOR OF HIS
4. THIS TRAFFIC CONTROL PLAN DOES NOT
6C
(RIVER ROAD)
PHASE II
TRAFFIC CONTROL
KNOXVILLE, TENNESSEE1/15/2020 3:5
9:2
8 P
M
3:5
9:2
8 P
M
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\06
C_
MO
T_P
HA
SE2.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
A 48" X 30"
R11-2
ACLOSED
ROAD
WARNING LIGHTSw/ TYPE A
TYPE III BARRICADE ROAD CLOSURE
DETOUR
1500 F
T
WORK
ROAD
1000 FT
WORK
ROAD
500 FT
WORK
ROAD
GR
EYS
TO
NE
HEI
GH
TS
RD
WORK ZONE
ROAD WORK
END36" X 36"
G20-2
ROAD WORKEND
36"
X 36
"G2
0-2
36" X 36"
W20-1
36"
X 36"
W20-13
6"
X 36"
W20-1
OR
CH
AR
D
RD
CH
ER
OK
EE
ROAD WORK
END
36" X 36"
G20-2
36" X 36"W20-1
AHEAD WORK ROAD
36"
X 36"
W20-1
AHEAD
WORK
ROAD
ROAD
WORK
END
36"
X 36"
G20-2
AH
EA
D
CL
OS
ED
RO
AD
36"
X 36"
W20-3
RIV
ER
RD
36" X 36"
W20-1
AHEAD
WORK
ROAD
36" X 36"
W20-1
AHEAD
CLOSED
ROAD
36" X 36"
W20-1
AHEAD
DETOUR
RIVER RDMAPLE L
N
RIVER
RD
RIVER RD
RE
AG
AN
DR
36"
X 36"
W20-1
AHEA
DWORK
ROAD
ROAD
WORK
END 36"
X 36"
G20-2
DET
OUR 30"
X 24"
M4-9(L)
DETOUR
30"
X 24
"
M4-9(R)
RIVER
RD
RIV
ER
RD
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
KNOXVILLE, TENNESSEE1/20/2020 11:0
2:5
5
AM
11:0
2:5
5
AM
M:\
Gatlinburg\
Riv
er
Road Intersectio
n
Desig
n\
Sheets\07_Sig
nal_
Lay
out.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
OR
CH
AR
D
RD
CH
ER
OK
EE
PARKWAY (HWY
441)
RIVER RD
GR
EY
ST
ON
E
HEI
GH
TS
RD N
EXISTING MAST ARM
EXISTING MAST ARM
EXISTING MAST ARM
SIGNAL DISPLAYS
P2,P4,P5
P5
5
5
A
6/A
4A
4A
4B
P2
3A3B
1/B
B
4A
D
P3
P5
P5
2 1
6
4
4
3
5OLB
OLC
OLA
OLD
OR
CH
AR
D
RD
CH
ER
OK
EE
3
OLC
4
56
OLA
4 OLD
1
OLB
2
3
OLC
4
56
OLA
4 OLD
1
OLB
2
MODIFICATION
PROPOSED SIGNAL
RIVER ROAD
C
C
P3
P3
O1,5,OLA,OLB,OLC,OLD O2,5,OLA,OLB,OLC
2
2
P2
P3
SIGNAL PHASING
PUSH BUTTON POST
TYPE B
P.B.
A
B
3C
PUSH BUTTON POST
PUSH BUTTON POST
RF4
4B
3-23-1
TYPE B
P.B.
TYPE B
P.B.
& CONTROLLER
REPLACE CABINET
TYPE B
F.O.P.B.
D 1/B,6/A3B
SIGNS
ONLYTO CROSS
PUSH BUTTON
FLASHING
DONT START
FINISH CROSSING
IF STARTED
STEADY
VEHICLES
DON'T CROSS
START CROSSING
WATCH FOR
TIMER
TO FINISH CROSSING
TIME REMAINING
TO CROSS
PUSH BUTTON
FLASHING
DONT START
FINISH CROSSING
IF STARTED
STEADY
VEHICLES
DON'T CROSS
START CROSSING
WATCH FOR
TIMER
TO FINISH CROSSING
TIME REMAINING
R10-3e
B
R3-5(MOD)
NO.
ZONE
(FT)
SIZE
BAR (FT)
FROM STOP
DISTANCE
PHASE
NEMAMODE MEMORY
RF DETECTION ZONE SCHEDULE
3-2
3-1
6X40
6X40
0
0
3
3
DELAY
PRES
NL
L
APPROACH
HEADS FOR RIVER RD
REMOVE EXISTING
PEDESTAL (10')
MAST ARM (20')
PEDESTAL (10')
PEDESTAL (10')
RGS
2-2"C
RGS2-2
"C
PV
C1-2"C
PVC
1-2"C
RG
S
1-2"C
TYPE B
P.B.
WIRING DIAGRAM
SIGNAL HEADS
DISPLAY AND
FOR PED APS AND
5-5C
SIGNAL HEADS
1-5C FOR VEHICLE
AND DISPLAY
2-5C FOR PED APS
COAX CABLE
HEADS, AND RF
DISPLAYS, VEHICLE
PED APS AND
ADD 10-5C FPR
DETECTION
RF VEHICLE
COAX CABLE FOR
PED APS AND
INSTALL 2-5C FOR
FOR PED APS
INSTALL 2-5C
FOR PED APS
INSTALL 3-5C
TYPE B
P.B.
7
O2,6,OLA,OLB,OLC
ONLY
A
R3-5LT
C
R3-5RT
A
C
TYPE B
F.O.P.B.
TYPE B
F.O.P.B.
EXIST. FIBER ON WALL
INTO FIBER PULL BOX
TO WALL AND TURN 1-2" PVC
SECURE RISER
ON WALL / ABUTMENT
1-2"C PVC SECURED
6' x 40' DETECTION ZONE (TYP.)
A,B,C
2,3C, 4B,5, 3A,4A
D
R3-2
PUSH BUTTON POST
D
1-16-1
4-1
4-2
4-3 4-44-4
EXIST. C
ONDUIT
P5
EXIST. PED.
EXIST. PED.
O3,OLA O4,OLC, OLD
2 1
6
4
4
3
5OLB
OLC
OLA
OLD
2 1
6
4
4
3
5OLB
OLC
OLA
OLD
6 FIBER DROP
6 FIBER DROP
PV
C1-2"C
RG
S
1-2"C
ABUTMENT
ENCLOSURE SECURED ON
FIBER SPLICE
0 30 6010
MARKINGSREMOVE PAVEMENT
REMOVE CROSSWALK
REMOVE CROSSWALK
REMOVE CROSSWALK
CROSS WALK
YIE
LD
YIE
LD
YIE
LD
CROSS WALKCROSS WALK
CROSS
WALK
CROSS
WALK
YIE
LD
YIE
LD
AT NEW CROSSWALKREMOVE EDGE LINE
AT NEW CROSSWALKREMOVE SHOULDER STRIPE
8
(EAST PARKWAY)
DEMOLITION PLAN
REMOVE STOP BAR
CROSSWALKCENTERLINE AT NEW REMOVE DOUBLE YELLOW
CROSSWALKSTRIPING AT NEW REMOVE CHANNELIZATION
AT NEW CROSSWALKREMOVE EDGE LINE
AT NEW CROSSWALKREMOVE DOTTED LINE
AND POSTREMOVE SIGNS(2)
AND SIGN SUPPORTREMOVE SIGNS(2)
PARKWAY (HWY
441)
EAST PARK
WAY (H
WY 321)
METERS
11 WATER
PULL BOX
LIGHTING
VALVES
WATER
PV
C
CONC
PV
C
PVC
PVC
INV-494.39
CONC
CI
CROSS
WALK
18"
X24"
RCP
RCP
18"
X24"
RC
P
HDPE
HDPE
G.V.
G.V.
G.V.
ST
EE
L
PE
PE
W.M.
W.M.
W.M.
VAULTELEC.
TRANSFORMER
VAULT
ELEC.
W.M.
POLE
SIGNAL
POLE
SIGNAL
PULL BOX
LIGHTING
W.M.
HAND RAIL
RAIL
HAND
RAIL
HAND
PLANTER
TRANSFORMER
BOX
PULL
FOUNTAIN
GR
AS
S
HAND RAIL
PLANTER
PED.
TEL.
YIE
LD
YIEL
D
YIE
LD
CP-S2
INV-492.98
TOP-496.84
BOLLARD
INV-495.71
TOP-499.91
CP-S4
CP-S1
NAIL
EL. 502.82
E 5093.6927
N 5162.2804
CP-S3
PK NAIL
EL. 500.23
E 5112.7522
N 5068.4417
CP-S1
PK NAIL
EL. 496.78
E 4992.4473
N 5113.4571
CP-S2
PK NAIL
EL. 500.00
E 5000.0018
N 5000.0031
CP-S4
INV-496.93
TOP-501.42
INV-497.43
TOP-501.77
CP-S3
KNOXVILLE, TENNESSEE1/15/2020 3:5
9:5
6
PM
3:5
9:5
6
PM
M:\
Gatlinburg\
Park
way-
East
Park
way
Cross
walk\
Sheets\05_
De
mo
_East
Pk
wy.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
0 30 6010
8A
24" STOP BAR
CROSSWALK
2'X10'
(EAST PARKWAY)
PROPOSED LAYOUT
PAVEMENTREPLACE WITH 4" SIDEWALKREMOVE CURB RAMP &
(MATCH EXISTING)PROPOSED CURB & GUTTER
PERPENDICULAR CURB RAMP (MM-CR-2)
BLENDED CURB RAMP (MM-CR-7)
1
3
4
EAST PARK
WAY (H
WY 321)
PARKWAY (HWY
441)
CROSSWALK
2'X10'
1
1
2
2
4
2 PARALLEL CURB RAMP (MM-CR-3)
PEDESTRIAN REFUGE (MM-CR-4)
CURB & GUTTER
PROPOSED
6'SW
STRIPE
12" CHANNEL
STRIPE
12" CHANNEL
6"SW
6"DBYL
6"DBYL
REFER TO TDOT STND. DRAWING T-M-1 FOR MARKING ABBREVIATIONS
(TYP.)
REMOVABLE BOLLARDS
PROPOSED
HANDRAIL
PROPOSED
HANDRAIL
PROPOSED
REFER TO COORDINATE TABLE (EAST PARKWAY) SHEET FOR COORDINATE VALUES
METERS
11 WATER
PULL BOX
LIGHTING
VALVES
WATER
PV
C
CONC
PV
C
PVC
PVC
INV-494.39
CONC
CI
18"
X24"
RCP
RCP
18"
X24"
RC
P
HDPE
HDPE
G.V.
G.V.
G.V.
ST
EE
L
PE
PE
W.M.
W.M.
W.M.
VAULTELEC.
TRANSFORMER
VAULT
ELEC.
W.M.
POLE
SIGNAL
POLE
SIGNAL
PULL BOX
LIGHTING
W.M.
HAND RAIL
RAIL
HAND
RAIL
HAND
PLANTER
TRANSFORMER
BOX
PULL
FOUNTAIN
GR
AS
S
HAND RAIL
PLANTER
PED.
TEL.
CP-S2
INV-492.98
TOP-496.84
BOLLARD
INV-495.71
TOP-499.91
CP-S4
CP-S1
NAIL
EL. 502.82
E 5093.6927
N 5162.2804
CP-S3
PK NAIL
EL. 500.23
E 5112.7522
N 5068.4417
CP-S1
PK NAIL
EL. 496.78
E 4992.4473
N 5113.4571
CP-S2
PK NAIL
EL. 500.00
E 5000.0018
N 5000.0031
CP-S4
INV-496.93
TOP-501.42
INV-497.43
TOP-501.77
CP-S3
AB C
D
E
F
H J
K
L
M
NP R
T U
V
W
=90R G
=95'RS
L
R=290' X
YZ
AA
AB
ACAD
AE AF AG AHAJ
AK
AL
AM
AN
AP
AR
AS
=2'R
=2'R
KNOXVILLE, TENNESSEE1/15/2020 4:0
0:0
1 P
M
4:0
0:0
1 P
M
M:\
Gatlinburg\
Park
way-
East
Park
way
Cross
walk\
Sheets\05
A_la
yo
ut_
East
Pk
wy.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
CROSSWALK
YIEL
D
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
0 30 6010
INSET "C"INSET "A"
INSET "D"
BOX
PULL
INSET "B"
SEE INSET "B"
SEE INSET "C"
SEE INSET "A"
SEE INSET "D"
8B
(EAST PARKWAY)
DRAINAGE
AND
GRADING
PARKWAY (HWY
441)
EAST PARK
WAY (H
WY 321)
SIDEWALK AND CURB & GUTTERREMOVE RAMP AND RECONSTRUCT
MATCH EXIST
MATCH EXIST
MATCH EXIST
MATCH EXIST
MATCH EXIST
BOLLARD (TYP.)REMOVABLE
MATCH EXIST TC ELEVATIONSFOR NEW CURB AND GUTTERMODIFY EXIST. CATCH BASINS
DECORATIVE LIGHT POLEREMOVE AND REINSTAL
TOPS OF VAULT AND PULL BOXMATCH / MINOR ADJUST
PULL BOXADJUST
PULL BOXADJUST
SIGNREMOVE CROSSWALK
METERS
11 WATER
PULL BOX
LIGHTING
VALVES
WATER
INV-498.95
PV
C
CONC
PV
C
PVC
PVC
INV-494.39
CONC
CI
18"
X24"
RCP
RCP
18"
X24"
RC
P
HDPE
HDPE
G.V.
G.V.
G.V.
ST
EE
L
PE
PE
W.M.
W.M.
W.M.
VAULTELEC.
TRANSFORMER
VAULT
ELEC.
W.M.
POLE
SIGNAL
POLE
SIGNAL
PULL BOX
LIGHTING
W.M.
HAND RAIL
RAIL
HAND
RAIL
HAND
PLANTER
TRANSFORMER
BOX
PULL
FOUNTAIN
GR
AS
S
HAND RAIL
PLANTER
PED.
TEL. 495
CP-S2
INV-492.98
TOP-496.84
BOLLARD
INV-497.16
TOP-499.49
INV-496.99
TOP-499.51
INV-495.71
TOP-499.91
500
500
500
500
CP-S4
CP-S1
INV-496.52
TOP-500.61
INV-497.50
TOP-501.09
NAIL
EL. 502.82
E 5093.6927
N 5162.2804
CP-S3
PK NAIL
EL. 500.23
E 5112.7522
N 5068.4417
CP-S1
PK NAIL
EL. 496.78
E 4992.4473
N 5113.4571
CP-S2
PK NAIL
EL. 500.00
E 5000.0018
N 5000.0031
CP-S4
INV-496.93
TOP-501.42
INV-497.43
TOP-501.77
CP-S3
METERS
11 WATER
KNOXVILLE, TENNESSEE1/15/2020 4:4
3:2
7 P
M
4:4
3:2
7 P
M
M:\
Gatlinburg\
Park
way-
East
Park
way
Cross
walk\
Sheets\05
B_
Grade
Drain
_East
Pk
wy.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
497.05
497.09
497.51
497.61
498.04
498.15
497.33
497.26
496.89
496.85
496.79
496.87
497.31
497.41
497.16
497.09
FOUNTAIN
GR
AS
S
CP-S1
INV-497.43
TOP-501.77
BC 500.05TC 500.55
BC 499.80TC 500.30499.95
499.98
BC 500.77TC 501.27
BC 500.11TC 501.15
BC 500.14TC 501.01 BC 500.47
TC 500.97
499.98
500.01
BC 499.74TC 500.24
BC 499.64TC 500.16
499.65
499.70
BC 500.31TC 500.87
BC 499.81TC 500.16
BC 499.84TW 501.08
BC 500.35TW 500.80
PULL BOX
LIGHTING
POLE
SIGNAL
BC 498.71TC 499.21
BC 499.25TC 499.75
BC 499.53TC 500.23
BC 498.45TC 498.95
BC 498.78TC 499.28
BC 498.55TC 499.05
BC 499.04TC 499.54
BC 499.08TC 500.36
4.6%
2.0%
2.3%
8.33
%
BC 498.90TC 499.53
BC 498.99TC 499.57
8.33
%
5%
0.6%
2.9
%
3.4
%
HAND RAIL
CP-S4
BC 499.57
TC 499.64
499.46499.33
BC 499.24
TC 499.62
499.98
499.91
500.57
500.57
499.50
500.56
500.56
499.86
499.79
499.37
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
8C
COORDINATE TABLE - CONSTRUCTION POINTS
(EAST PARKWAY)
TABLE
COORDINATE
KNOXVILLE, TENNESSEE1/15/2020 4:0
0:11 P
M
4:0
0:11 P
M
M:\
Gatlinburg\
Park
way-
East
Park
way
Cross
walk\
Sheets\05
C_
CO
OR
DIN
AT
E.S
HT
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
METERS
11 WATER
PULL BOX
LIGHTING
VALVES
WATER
INV-498.95
PV
C
CONC
PV
C
PVC
PVC
INV-494.39
CONC
CI
CROSS
WALK
18"
X24"
RCP
RCP
18"
X24"
RC
P
HDPE
HDPE
G.V.
G.V.
G.V.
ST
EE
L
PE
PE
W.M.
W.M.
W.M.
VAULTELEC.
TRANSFORMER
VAULT
ELEC.
W.M.
POLE
SIGNAL
POLE
SIGNAL
PULL BOX
LIGHTING
W.M.
HAND RAIL
RAIL
HAND
RAIL
HAND
PLANTER
TRANSFORMER
BOX
PULL
FOUNTAIN
GR
AS
S
HAND RAIL
PLANTER
PED.
TEL.
YIE
LD
YIEL
D
YIE
LD
495
CP-S2
INV-492.98
TOP-496.84
BOLLARD
INV-497.16
TOP-499.49
INV-496.99
TOP-499.51
INV-495.71
TOP-499.91
500
500
500
500
CP-S4
CP-S1
INV-496.52
TOP-500.61
INV-497.50
TOP-501.09
NAIL
EL. 502.82
E 5093.6927
N 5162.2804
CP-S3
PK NAIL
EL. 500.23
E 5112.7522
N 5068.4417
CP-S1
PK NAIL
EL. 496.78
E 4992.4473
N 5113.4571
CP-S2
PK NAIL
EL. 500.00
E 5000.0018
N 5000.0031
CP-S4
N
INV-496.93
TOP-501.42
INV-497.43
TOP-501.77
CP-S3
KNOXVILLE, TENNESSEE1/15/2020 4:0
0:3
9
PM
4:0
0:3
9
PM
M:\
Gatlinburg\
Park
way-
East
Park
way
Cross
walk\
Sheets\07_
Erosio
n_Ph1_
East
Pk
wy.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
CROSSWALK
YIEL
D
0 30 6010
9
4
EC-STR-39A(TYPE 4)
CURB INLET PROTECTION
SYMBOL ITEM STD. DWG.
EROSION PREVENTION AND
SEDIMENT CONTROL LEGEND
EC-STR-8FILTER SOCK
THE SITE FREE-DRAINING.
POND ON-SITE. PROVIDE NECESSARY MEASURES TO KEEP
2. APPLY TEMPORARY SEEDING WHENEVER GRADING OPERATIONS
ARE HALTED FOR OVER 14 DAYS AND FINAL GRADING OF
EXPOSED SURFACE IS TO BE COMPLETED WITHIN ONE YEAR.
3. CONTRACTOR TO PROVIDE EROSION CONTROL INCLUDING
1. DO NOT ALLOW WATER TO ACCUMULATE IN EXCAVATIONS OR
CATCH BASIN PROTECTION AND FILTER SOCKS AS NECESSARY.
SPECIAL NOTES:
TDOT DWG NO EC-STR-8 (TYP.)AROUND PERIMETER OF WORK AREAPLACE 8" DIAMETER FILTER SOCK
4
4
4
(EAST PARKWAY)
EROSION CONTROL
N
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
0 20 30 6010
DEVICES"(MUTCD) AND TDOT.
ON UNIFORM TRAFFIC CONTROL
COMPLIANCE WITH THE "MANUAL
ACTIVITIES SHALL BE IN
TRAFFIC CONTROL DEVICES AND
THEIR USE ARE NOT PRESENT.
CONDITIONS NECESSITATING
BE REMOVED OR COVERED WHEN
SPORADIC, THE DEVICES SHALL
WHEN DEVICE USAGE IS
NECESSITATING CONTROL DEVICE.
CONDITIONS ARE PRESENT
NOT BE DISPLAYED UNLESS
TRAFFIC CONTROL DEVICES SHALL
CONSTRUCTION.
PROPERTIES AT ALL TIMES DURING
3. ACCESS SHALL BE MAINTAINED TO ALL
2.
1.
GENERAL TRAFFIC CONTROL NOTES :
SYMBOL
TRAFFIC CONTROL LEGEND
ITEM
WORK ZONE
FLEXIBLE DRUMS (CHANNELIZING)
SIGN (CONSTRUCTION)
ARROW BOARD TYPE C
ARROW BOARD TYPE C (SINGLE ARROW)
TEMPORARY BARRICADE (TYPE III)
WARNING FLAGS (ON SIGN)
TYPE III BARRICADE
FLEXIBLE DRUM
THE PROPOSED CONSTRUCTION AREA.
PUBLIC AND THE RESIDENTS ALONG
AND CONVENIENCE OF THE GENERAL
RESPONSIBILITIES TOWARD THE SAFETY
RELIEVE THE CONTRACTOR OF HIS
4. THIS TRAFFIC CONTROL PLAN DOES NOT
(EAST PARKWAY)
PHASE I
TRAFFIC CONTROL
PORTABLE BARRIER RAIL
PA
RK
WA
Y (
HW
Y 441)
EAS
T P
AR
KW
AY (
HW
Y 321)
PARKWAY (HWY
441)
10A
KNOXVILLE, TENNESSEE1/15/2020 4:0
0:4
8 P
M
4:0
0:4
8 P
M
M:\
Gatlinburg\
Park
way-
East
Park
way
Cross
walk\
Sheets\10
A_
MO
T_Ph1_
East
Pk
wy.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
1500 FTWORKROAD
36" X 36" W20-1
36" X 36" W20-5 1000 FTCLOSEDLANE
RIGHT
36" X 36" W4-2R
DETOUR
ROAD WORKEND
36"
X 36
"G20-
2
ROAD WORK
END
36" X 36"
G20-2
ROAD
WORK
END
36"
X 36"
G20-2
1000 FT
WORK
ROAD
36"
X 36"
W20-1
500 FT
WORK
ROAD
36"
X 36"
W20-1
36"
X 36"
W20-1
1500 FT
WORK
ROAD
DETOUR
30"
X 24
"
M4-9
BL
SEE STD. DWG. T-FAB-1
(96" X 48")
TYPE 'C' ARROW BOARD
CLOSED
SIDEWALK
24"
X 12
"
R9-9
24" X 12"
W16-7P
CLOSED
SIDEWALK
24" X 12"
R9-9
CLOSED
SIDEWALK
24" X 12"
R9-9
24" X 12"
W16-7P
CLOSED SIDEWALK24" X 12"R9-9
24" X 12"W16-7P
AHEAD
WORK
ROAD
36"
X 36
"
W20-
1
30" X 24"
M4-9BR
TO ACCESS PROTECTED AREA
PEDESTRIANS TO USE CURB RAMP
AREA
ACCESS PROTECTED
LOWERED CURB TO
PEDESTRIANS TO CROSS
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
KNOXVILLE, TENNESSEE1/15/2020 4:0
0:5
5 P
M
4:0
0:5
5 P
M
M:\
Gatlinburg\
Park
way-
East
Park
way
Cross
walk\
Sheets\10
B_
MO
T_Ph2_
East
Pk
wy.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
1500 FTWORKROAD
36" X 36" W20-1
36" X 36" W20-5 1000 FTCLOSEDLANE
RIGHT
36" X 36" W4-2R
ROAD WORKEND
36"
X 36
"G20-
2
ROAD WORK
END
36" X 36"
G20-2
ROAD
WORK
END
36"
X 36"
G20-2
1000 FT
WORK
ROAD
36"
X 36"
W20-1
500 FT
WORK
ROAD
36"
X 36"
W20-1
36"
X 36"
W20-1
1500 FT
WORK
ROAD
SEE STD.
DWG. T-F
AB-1
(96" X
48")
TYPE 'C'
ARROW BOARD
36"
X 36
"
W4-2
R
36"
X 36
"
W4-2
R
36"
X 36
"
W20-
5
1000
FT
CLOS
ED
LANE
RIGHT
36"
X 36
"
W20-
5
1000
FT
CLOS
ED
LANE
RIGHT
1500 F
T
WORK
ROAD15
00 F
T
WORK
ROAD
36"
X 36
"
W20-
1
CLOSED
SIDEWALK
24" X 12"
R9-9
DETOUR
DETOUR
30"
X 24
"
M4-9
BL
CLOSED
SIDEWALK
24"
X 12
"
R9-9
30" X 24"
M4-9BL
36" X 36"
W12-1
SEE STD. DWG. T-FAB-1
(96" X 48")
TYPE 'C' ARROW BOARD
(O
N
BA
RRI
CA
DE)
24"
X 12"
R9-9
CL
OSE
D
SID
EW
AL
K
TURN RIGHT
MUST
RIGHT LANE
36" X 36"
R3-7
36" X 36"
W4-2
R
CROSS
WALK
YIEL
D
0 20 30 6010
DEVICES"(MUTCD) AND TDOT.
ON UNIFORM TRAFFIC CONTROL
COMPLIANCE WITH THE "MANUAL
ACTIVITIES SHALL BE IN
TRAFFIC CONTROL DEVICES AND
THEIR USE ARE NOT PRESENT.
CONDITIONS NECESSITATING
BE REMOVED OR COVERED WHEN
SPORADIC, THE DEVICES SHALL
WHEN DEVICE USAGE IS
NECESSITATING CONTROL DEVICE.
CONDITIONS ARE PRESENT
NOT BE DISPLAYED UNLESS
TRAFFIC CONTROL DEVICES SHALL
CONSTRUCTION.
PROPERTIES AT ALL TIMES DURING
3. ACCESS SHALL BE MAINTAINED TO ALL
2.
1.
GENERAL TRAFFIC CONTROL NOTES :
SYMBOL
TRAFFIC CONTROL LEGEND
ITEM
WORK ZONE
FLEXIBLE DRUMS (CHANNELIZING)
SIGN (CONSTRUCTION)
ARROW BOARD TYPE C
ARROW BOARD TYPE C (SINGLE ARROW)
TEMPORARY BARRICADE (TYPE III)
WARNING FLAGS (ON SIGN)
TYPE III BARRICADE
FLEXIBLE DRUM
THE PROPOSED CONSTRUCTION AREA.
PUBLIC AND THE RESIDENTS ALONG
AND CONVENIENCE OF THE GENERAL
RESPONSIBILITIES TOWARD THE SAFETY
RELIEVE THE CONTRACTOR OF HIS
4. THIS TRAFFIC CONTROL PLAN DOES NOT
(EAST PARKWAY)
PHASE 2
TRAFFIC CONTROL
PORTABLE BARRIER RAILPORTABLE BARRIER RAILPORTABLE BARRIER RAIL
TO PROTECTED AREA
TO ENABLE PEDESTRIAN ACCESS
PROVIDE TEMPORARAY RAMP
TO PROTECTED AREA
TO ENABLE PEDESTRIAN ACCESS
PROVIDE TEMPORARAY RAMP
INSET
SEE INSET
PARKWAY (HWY
441)
EAS
T P
AR
KW
AY (
HW
Y 321)
PA
RK
WA
Y (
HW
Y 441)
PA
RK
WA
Y (
HW
Y 441)
PA
RK
WA
Y (
HW
Y 441)
EAS
T P
AR
KW
AY (
HW
Y 321)
AT ALL TIMES FOR PEDESTRIAN USE.
MAINTAIN 5 FEET OF SIDEWALK WIDTH
PEDESTRIAN USE.
WIDTH AT ALL TIMES FOR
MAINTAIN 5 FEET OF SIDEWALK
10B
HEADS.
AND PEDESTRIAN SIGNAL
TEMPORARY PUSH BUTTON
CROSSWALK INCLUDING
PROVIDE TEMPORARY
PROTECTION.
FOR PEDESTRIAN
PORTABLE BARRIER
PROVIDE TEMPORARY
TENNES
SEES
TA
TE OF
YBRIK SIRHC .N
RE
E
NIGNE DERETSI
GE
R
ECREMMOC
AGRICULTURE
300701 .oN
01/21/2020
PO
LE
SI
GN
AL
PO
LE
SI
GN
AL
HA
ND
RAI
L
RAI
L
HA
ND
RAI
L
HA
ND
PL
AN
TE
R
FO
UN
TAI
N
GRASS
HA
ND
RAI
L
PL
AN
TE
R
BO
LL
AR
D
KNOXVILLE, TENNESSEE1/15/2020 4:0
1:02 P
M
4:0
1:02 P
M
M:\
Gatlinburg\
Park
way-
East
Park
way
Cross
walk\
Sheets\11_Sig
nal_
Lay
out_
East
Park
way.s
ht
i:\cadd\
microstatio
n\plot\pe
ntable
s\
TD
OT
Plot-prese
nt.t
bl
NO.
SHEETPROJECTYEARTYPE
CITY OF GATLINBURG
CONST. 2019
CROSS
WALK
YIEL
D
N
11
SIGNAL DISPLAYS
1/6 2/3
P4
P4
2
2/3
22
3
3
6 1/6
P4
P4
P4
P4
P4
MODIFICATION
PROPOSED SIGNAL
EAST PARKWAY
SIGNAL PHASING
USEDNOT
1 2 3 4
5 6 7 8
USEDNOT
USEDNOT
TYPE B
P.B.
A
B
TYPE B
P.B.
SIGNS
TO CROSS
PUSH BUTTON
FLASHING
DONT START
FINISH CROSSING
IF STARTED
STEADY
VEHICLES
DON'T CROSS
START CROSSING
WATCH FOR
TIMER
TO FINISH CROSSING
TIME REMAINING
TO CROSS
PUSH BUTTON
FLASHING
DONT START
FINISH CROSSING
IF STARTED
STEADY
VEHICLES
DON'T CROSS
START CROSSING
WATCH FOR
TIMER
TO FINISH CROSSING
TIME REMAINING
R10-3e
NO
RED
ON
TURN
A
R10-11b
B
R10-11a
NO
ON RED
TURN
PEDESTAL (10')
PEDESTAL (10')
PEDESTAL (10')
2/3
PEDESTAL POLE
REMOVE EXISTING
PEDESTAL (10')
TYPE B
P.B.
3
TYPE B
F.O.P.B.
NEW SIGNAL HEAD DISPLAYS
3 2/3
WIRE DIAGRAMP
VC
1-2"C
PVC1-2"C
PUSH BUTTON POST
PUSH BUTTON POST
HEAD
AUXILIARY SIGNAL
AND DISPLAY AND
3-5C FOR PED APS
AND DISPLAY
2-5C FOR PED APS
INSTALL ADDITIONAL
8-5C CABLES
INSTALL ADDITIONAL
1-6 FIBER DROP
5-5C FOR PED APS
AND INSTALL ADDITIONAL
3-5C FOR PED APS
INSTALL ADDITIONAL
2-5C FOR PED APS
INSTALL ADDITIONAL
2,3,6
AND CONTROLLER
REPLACE CABINET