invitation to bid - gatlinburg

55
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.

Upload: others

Post on 28-Oct-2021

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO BID - Gatlinburg

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.

Page 2: INVITATION TO BID - 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.

Page 3: INVITATION TO BID - Gatlinburg

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.

Page 4: INVITATION TO BID - Gatlinburg

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)

Page 5: INVITATION TO BID - Gatlinburg

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

[email protected]

Duracap

Attn: Brian Smith

P.O. Box 53426

Knoxville, TN 37950

865-524-3365 Fax 865-524-1263

[email protected]

Southern Constructors

Attn: Wes Carpenter

Southern Constructors, Inc.

865-579-5351 Office

865-389-1701 Cell

[email protected]

Whaley Construction, LLC

Attn: Zach Whaley

P.O. Box 90

Kodak, TN 37764

865-932-0003

[email protected]

Page 6: INVITATION TO BID - Gatlinburg

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

Page 7: INVITATION TO BID - Gatlinburg

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.

Page 8: INVITATION TO BID - Gatlinburg

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

Page 9: INVITATION TO BID - Gatlinburg

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

Page 10: INVITATION TO BID - Gatlinburg

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

Page 11: INVITATION TO BID - Gatlinburg

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.

Page 12: INVITATION TO BID - Gatlinburg

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,

Page 13: INVITATION TO BID - Gatlinburg

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,

Page 14: INVITATION TO BID - Gatlinburg

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

Page 15: INVITATION TO BID - Gatlinburg

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

Page 16: INVITATION TO BID - Gatlinburg

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

Page 17: INVITATION TO BID - Gatlinburg

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.

Page 18: INVITATION TO BID - Gatlinburg

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.

Page 19: INVITATION TO BID - Gatlinburg

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

Page 20: INVITATION TO BID - Gatlinburg

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

Page 21: INVITATION TO BID - Gatlinburg

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.

Page 22: INVITATION TO BID - Gatlinburg

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:

Page 23: INVITATION TO BID - Gatlinburg

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

Page 24: INVITATION TO BID - Gatlinburg

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.

Page 25: INVITATION TO BID - Gatlinburg

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

Page 26: INVITATION TO BID - Gatlinburg

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.

Page 27: INVITATION TO BID - Gatlinburg

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.

Page 28: INVITATION TO BID - Gatlinburg

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.

Page 29: INVITATION TO BID - Gatlinburg

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.

Page 30: INVITATION TO BID - Gatlinburg

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.

Page 31: INVITATION TO BID - Gatlinburg

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

Page 32: INVITATION TO BID - Gatlinburg

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

Page 33: INVITATION TO BID - Gatlinburg

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]

Page 34: INVITATION TO BID - Gatlinburg

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

Page 35: INVITATION TO BID - Gatlinburg

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

Page 36: INVITATION TO BID - Gatlinburg

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

Page 37: INVITATION TO BID - Gatlinburg

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

Page 38: INVITATION TO BID - Gatlinburg

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

Page 39: INVITATION TO BID - Gatlinburg

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

Page 40: INVITATION TO BID - Gatlinburg

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

Page 41: INVITATION TO BID - Gatlinburg

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

Page 42: INVITATION TO BID - Gatlinburg

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

Page 43: INVITATION TO BID - Gatlinburg

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

Page 44: INVITATION TO BID - Gatlinburg

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

Page 45: INVITATION TO BID - Gatlinburg

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

Page 46: INVITATION TO BID - Gatlinburg

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

Page 47: INVITATION TO BID - Gatlinburg

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

Page 48: INVITATION TO BID - Gatlinburg

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

Page 49: INVITATION TO BID - Gatlinburg

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

Page 50: INVITATION TO BID - Gatlinburg

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

Page 51: INVITATION TO BID - Gatlinburg

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

Page 52: INVITATION TO BID - Gatlinburg

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

Page 53: INVITATION TO BID - Gatlinburg

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

Page 54: INVITATION TO BID - Gatlinburg

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

Page 55: INVITATION TO BID - Gatlinburg

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