Loading...
R-05-07-28-11B1 - 7/28/2005 RESOLUTION NO. R-05-07-28-11131 WHEREAS, Chapter 791 of the Texas Government Code, V.T. C.A. , authorizes local governments and agencies of the state to enter into agreements with one another to perform governmental functions and services, and WHEREAS, the City of Round Rock wishes to enter into an Interlocal Agreement with Williamson County for purposes of designing, engineering, constructing and maintaining a portion of the McNeil Road project, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Interlocal Agreement with Williamson County, a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes . The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 28th day of July, 2005 . UYI�WE-LL-, Mayor ACity of Round Rock, Texas T T: CHRISTINE R. MARTINEZ, City Secre Iry @PFDesktcl>\::ODMA/WORLDOX/O:/WDOX,'RES OLUTI/R50728BI.WPD/djc. INTERLOCAL AGREEMENT MCNEIL ROAD PROJECT THIS INTERLOCAL AGREEMENT is made and entered into effective this day of 2005, by and between WILLIAMSON COUNTY, a political subdivision of the State of Texas (the "County") and the CITY OF ROUND ROCK, a Texas home-rule municipal corporation (the "City"), for purposes of designing, engineering, constructing and maintaining a portion of the McNeil Road project. WITNESSETH: WHEREAS, V.T.C.A., Government Code, Chapter 791, the Texas Interlocal Cooperation Act, provides that any one or more public agencies may contract with each other for the performance of governmental functions and for the joint use of facilities or services for the promotion and protection of the health and welfare of the inhabitants of this State and the mutual benefit of the parties; and WHEREAS, the County is planning the design and construction of a realignment, widening and/or extension of McNeil Road from the intersection of CR 172 to Howard Lane/McNeil Road in Travis County(the"Project'); and NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the undersigned parties agree as follows: I. TERMS AND CONDITIONS 1. The County hereby agrees to pay the City for construction of the following items on the Project: Item 432-0529 RIP RAP CONC (CL 13)(5 IN)-103 CY Item 531-0537 CONCRETE SIDEWALK(5 FT)-1,276 LF Item 5249-0503 TEMP SEDMT CONT FENCE (REMOV)-5,421 LF Sidewalk ramps as required. These items are further identified and described in the bid form and plan sheets attached hereto and incorporated herein as Exhibits "A" and`B". 2. The City agrees to undertake and complete construction of these items as part of the Project. All construction shall be performed in accordance with the plans, and any specifications contained therein, attached hereto as Exhibit`B". 3. The total cost for these items to be paid by the County is $39,669.31, which does not include the cost for sidewalk ramps. The cost for the sidewalk ramps shall be determined and paid prior to construction. EXHIBIT (a PFDesktop\::ODMA/WORLDOX/O:iwdox/WMCORwnds/mcneilyd,otherdocs/00087688.WPD I I I "All A Il 4. The County will review the Project with the City and agree on the proposed design standards to be used for the Project. 5. Upon final completion of construction, the City shall accept and maintain the portions of the Project that are within the City limits, and the County shall accept and maintain the portions of the project that are outside of the City limits. II. MISCELLANEOUS 1. The parties agree that in the event any provision of this Agreement is held by a court of competent jurisdiction to be in contradiction of any laws of the State of Texas or the United States of America, the parties will immediately rectify the offending portions of this Agreement. The remainder of the Agreement shall be in full force and effect. 2. This Agreement constitutes the entire agreement between the parties hereto, and supersedes all their oral and written negotiations, agreements and understandings of every kind. The parties understand, agree and declare that no promise, warranty, statement or representation of any kind whatsoever, which is not expressly stated in this Agreement, has been made by any party hereto or its officers, employees or other agents to induce execution of this Agreement. 3. This Agreement shall be performable in Williamson County, Texas. COUNTY CITY By: By: John Doerfler, County Judge Nyle Maxwell, Mayor ATTEST: ATTEST: Christine Martinez, City Secretary 2. r.A1' c� �. ..�°`._ � ``m � �`" � � •fir � �. BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: ; Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included in the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications, and the Contract,unless separate payment Is expressly provided for therein. BID TECH DESCRIPTION BID UNIT ITEM SPEC' WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID Des i Dollars and Cents er Des 8t HT Dollars Cents per r BIS l uN My 4xia' p. q �g n..M :Ili and Des x: DOIIar$ and as a Dollars fib ax 50 CQc5 au0 X and >r s Cents per Dei ....G.' .. I I x�a Elul' : and Cents per 44 � . Des r k at pl,l�, ,gym i d " oma and Cents er p �a HMO Des at I II I '� ' ;i'1Dollars and Cents per Des �a 0r �' at " Id u9l� � �: i Dollars �k w " andCents p er •�� : ��' '�� d'r�" re u ; ��� : L:;d � :w. � Des rae � .. at :.. I!I>�'� 7.11' A Iii �� w E'71 _ til Dollar$ °eFk ��k and ^. Cents er Des R PORN' k rvn pi t'a war et .:i? �! 'IIII:nI, "ilDollars 't25� a: r and y Cents per W '-1 'Refer to the Technical Specifications section for a description of the specific reference number. 2Bid Item numbers with the'symbol indicate major items subject to the 25% limitations. p BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: Full compensation for compliance with each and eve ry provision of the BI In the unit prices for the work set forth below,and no separate payment welgl uest for be made ds compliance w ththe Bid,the eeachand a ae d the Contract will be considered as included the Specifications, and the Contract, unless separate payment is expressly provided for therein. rY provision of the Request for Bids,the Bid, BID TECH DESCRIPTION ITEM, SPEC' BID UNIT Des WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID at Dollars ' th ; and. Cents ger ,. 7 Des at n Dollars � . and Cents per • ,�� ��,� �k. Mx� F 5»���� Des „ fi at C1k Dollars „ Mjig a and Cents per " Des :�a at Dollars and Cents at Dollars and er Des at 4 � a _. and Desat c Dollars �� i k ;� is as at .. apw Dollars ��,��fi .: ,, , and Cents er AM, Des it nr,... Dollars ;p t�nil �knr ,u• �' . and , Cents per Des at d and Cents er t: M �'tM„ tJ� ' 'Refer to the Technical Specifications section for a description of the specific reference number. 281d Item numbers with the"symbol indicate major Items subject to the 25%limitations. Page 2 of 9 X" 4 , BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: RN Full compensation for compliance with each and eve ry in the unit prices for the work set forth below,and no epaorate payment will be made or compliance witsion of the Request for Bids,the Bid,the Specifications, each and eve d the provision will be considered as included the Specifications,and the Contract, unless separate payment Is expressly every P sion of the Request for Bids,the Bid, p y provided for therein. BID TECH DESCRIPTION ITEM2 SPEC BID UNIT WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID Rill Des at s andDollars Cents er Des at and Cents or p y Des at Cents per , �,i i'R '�� ;„ ,• r � ��� Des at .. M Doll � ars + and ' .. Des and Des at Dollars , r �nN ryy� and pip7. ukL tt�a�r �2II�d#VU Cents per , Des at Dollars u and Cents per UNI , 12QtQ0'n 00 as at andDollars � �� Cents peri , as F R at Dollars �� M u Des 4 yy iy at Dollars and , "::•.;�, ..,:,;:: , ,�;� �, Cents 'Refer to the Technical Specifications section for a description of the specific reference number. 2Bid Item numbers with the.*symbol indicate major items subject to the 25% limitations. Page 3 of 9 i .'��'— '� �.� ,. � -� ® j�������:.�i����� �k4_►v���.t������.� '�:"� �' r r �,,�*p�.�, � ,;� ter / ,.,.,. 'ter • • • >E s � x s :. #r��s�yr9�4{ d 2 a res✓eft?�4 i' , 's r� � r. • phI fx /• R{fit � }t` ��� t �3 �� �.. s ren _ '" a� t=` fj"�;, 9 :•, +. J ,�..{�c n' AM 4 k'K✓� / a,AFI six re'r,3 r �r� '� is f t ,:>rn�r��y � nv4,�t, � I�.� - k. :-t r,t^`a ..,,,.2 .,a3:• -** :.:;� H�,�.; �' .I�igi��{��II'�47uMy �yl�ijlk +fli.�a��r.�pN ,. 1y�5Ai�rt� '�Ae�i 6��1.�p1•*+" .,>k.z.�; �, � Bad.>3„�. .t.. i ;,,, < • �krr^' �7����t �I�I�"�I,N�4YI f'f�rl A 7� I dr t w M�� F-0 f*�x,/ - t� r a xt r �� ,,.�,„,-.- ,..:. I��...�A.� ��Ira��� T - • M'.e+14^rb.;y,,,t�4�s�1,. C7� d �a'ys�. i �,���� `5°G•' 0`® 0• !1 .�.,.t :, t a�/ i�•5f'°�`�F4iv ,�}f�)... �r`� se�'ds'� A dr z° a� 1� f'' •&f;_�A...t '�,�i'+4 , 1� j,yR.q ���,��F �t.s� ac x,,�:t s �. �•`��. ,. ,IV9iMrf'd'1��fv'P. /• - 7,Y t .�.' `na3t � ��4 t,"t S i t � :'. ,, f r- � '.',ulr(li�� I, °t t.� �li��Ci��'It�tl� - i• � ta p�::,J F� e�� `'��� � ���� � 4 d x� 3� '8 • f P�'a,�hF�r�� re � }� 4 �s,� qq.. Z �, -..+�,.�,;,J ,,��,. t--+�.,, r ��,•''�.. 'S ��••,..�_ ?. y ,,:. �. 1..�•ltl�t f�fi i.r �SA gy.AR�f 'n 'v ry 9 t r4^.. r w"> •r• ..m... '@ :,F,-..-..�i..�_.:a.,. m .iyi;. � r .,�a •,,•Y 3i" ,,a R +.. 5 ,7 •�-.����..nl' �'�+�xu �"�j t��.ti;:� t�H.II,!,���P /. �v�+ �e,�;?+ •.� t} v K"; • �'iy`,'Ihl�it�!���il,(h�Ay1111i1�v�!��, ,�' ylry�' J � .'�",d .,,y i 9 ,� },�4�&k,+'.,E2��- '`F'�.��® s • ilil R" `j,"„q' „„�°a>^,*r^-^.�-�^-s, ,!»^^g x.�^„Q, r r I t • t3{;�+7}g, •F�kt1',1, �, -;,'411 y�' 5 :;<', •♦ °- eH �® - Z "Y g� W7 k, 7,.a,-�•,� { + 0 9 a z ? ��FE a{;h _ r � y -J r�1 rrl p"Ir I t•i ti x k�•a .� u�r �, P a f '' .;I �u t I�� J im E..,rl !�+t3�, /• '' r 'e. � 4 • t � 7fp i ill i yl� ° ��� �'i1.,6"p t '�,75 "� � 7; s.e-7-7 t 4 "7" ,,. ,�"""'""rr�. r•' ,�, .. I �e��.';� f hl9,�Lj, t.�I I;vl I I r±.jr I :°.�.JI r �;•^- '' k,�.,,1� ,.�..�, rn.S'::� .,ke t'•e.Y$'�� t n �� �� r s t, t..,:r�r � tl ar,�iA�°�'dl��'Ita p};I I r•h,: ;r.;, w �,,d r t v �,6a ar 'y t F+,•�xs ;,� , ' A�� r,a. d�I ,., J��T 9 ,I. a n _.. �!, �i#n /• � (9 �# � .J- • ,:I•� 4it rRa°�t7t(ll[ha ,,, 9 JLI aa,�w� �'y '� k .`t`°�r� 4 a k �t y � 49 E11%���r t'R�,y+..: Ir+� wr 4t+• 7�������� � �'J ��+ Fn fG�r �� •v Ems. .ut r ^�.>>., Q �0 _ s+�� k_2 w at ; • �@�A� 4 ..T t„K,�,q::l^ {S+< <Ia•. r. .>r°raa£,7.t.,7, ,. qq r j �,�° � �' � � :�° i - � �-.r � ��ddPIJ �Nf��i: ry J''&;i �kd r',�n,, `�r 7r �r�./• 1,, .�. '' a�".a s G � �h �S ext .}.. ti r e ..t �/a rP�^{�,DdM ry 1 t�$ � orf x2 r9! � f-."�.,..,�,'.�" .: , wr+.�na �,.1� e9 �.I •r�. .-:;.:•�, �• �, ; ...;a� iK .:,IF ,�'sC.,. da x 5 a S�P9,��� <e>41 I� •r� ,•�.p� +.;� "'4 .� y� p 1r ,,...,,�,.r-.,....,.m,,.�„ti„.,„ � ...�����.;t�fn < A � /• a ., .. s t�j,.t ,,:� x v, � • t la,t'.I'{ y(��I`3r I�I�,I"j�ilir: - � ��� �r� rk'��p�r t F � � �.._'.'t ,t ��• ,�,� �@ 0 0 E) ;,_ =r7 � t �,.`';, � ]¢r _a��r,� }, nii Yt nr� 7" t"r ah�x Ir �d�'h� .r , r: d° ... .�..•. . ..� t ^a �,�? .r'�. d h ?�-sx, n t W _ .' • 1 '"�.."4 aWl �I�� ul,II�I�h II f•i ��x �y.:•=r v f � Fli.:�r nl�l a����� / �� ._. I�-�•�. ��• �^r.�t ,,,��,�, - •P[ n s r 11 u�����:��r�II �I � ,�8 � �mlkl;' ''ahl I�t71(4 irk •..a r^T'"'"�' -^� ,�..� �"'r� G I o,�r,�r Yds. .�,L -r 3,)177: n,R:w,. '.. �f (� •�}.��,� a' at.• ...N t7hrnl7 al'tr."�I +��:� fix "'' ,� ``A3�:5 t �w �. rt�.�� �s �.m.�a*YI�`��A� Ffi d:.r � �� 'Jssx �d�ix'I`t•4f§ •:.s :. __., � �� ¢`,atA .Y ��+'h *N- m �:P� I�u 1 ;f7ia� i T,,:' '{F".,x,: i<�>< 4",}.^; h� i /• �� { a .e<W:a,.t. s �ac�'�,.,.�:. tit t a _. . �k. ab�11:;i�a ac'��`a�F�°�'��j���i� - �d��",�'� li�k w'�: � �` �` �a+ �'' ^'��Y�•'�'3� �® ��� . 1 0 _.-_- >,�.,".�,{;..�:. - •- v,_:�' +4� �, '� P � ti 1��'� try • BID FORM SCHEDULE OF RATES AND PRICES PROJECT NUMBER: WILLIAMSON COUNTY, TEXAS Full compensation for compliance with each and eve ' in the unit prices for the work set forth below,and no Separvisionaof the Request for Bids,the Bid,the S ecifications, the Specifications, and the Contract, unless separate Payment is expressly P and the Contract will be considered as included te Payment nt will be made for compliance with each and every provision of the Request for Bids, the Bid, P P y P y provided for therein. BID TECH ITEMZ SPEC' DESCRIPTION WITH UNIT PRICES IN WORDS BID UNIT Des QUANTITY MEASURE UNIT COST AMOUNT BID at Dollars Des and :. : , -„ t Des Cents per „. 35Cab at N� Dollars � ' # and en.,: Dollars . ' Des at a i y Dollars . � k and !, Cents er as 7�Qt Yx ^ at and Dollars Cents er a Des at Dollars , Cents as at and + In, ... ns DollarsDes Cents per at and �....... DollarsDes Cents per at � . and W" Dollars A � , Des Cents er u at �* and k 3'183 'Refer to the Technical Specifications section for a description of the specific referencnumber. e ZBid Item numbers with the'symbol indicate major Items subject to the 25%limitations. Page 5 of 9 BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications, and the Contract will be considered as included` In the unit prices for the work set forth below, and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications,and the Contract, unless separate payment Is expressly provided for therein. BID TECH DESCRIPTION BID UNIT ITEM2 SPEC' WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID Des at Dollars ° a � and Cents er Des N . €� r > at I Dollars " and ; ... .... Cent$per n �� ��Ni� #!!.n� ' Des atf �u�' '' Dollars and Cents per Des rY at �! � ,iDollarsOt4 $ N and Des VIA at Dollars and Cents er . � Des r at Dollars t!. Y -, LY is and Cents per � >... � ", V 'q Des at Dollars ° x and Cents per 4� v M Des µ d at Dollars, � " ,. and Des at ° Dollars ' 3 :. Cents er and Desi at Dollars h pp, fib , and Mf k ` '- � Cents per :. •a i�t!' :..W"v" N'"I ✓ Y 'Refer to the Technical Specifications section for a description of the specific reference number. ZBid Item numbers with the*symbol Indicate major items subject to the 25% limitations. Page 6 of 9 ,�.. M M , BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included in the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications, and the Contract, unless separate payment is expressly provided for therein. BID TECH DESCRIPTION BID UNIT C UNIT COST AMOUNT BID ITEM' SPE WITH UNIT PRICES IN WORDS QUANTITY MEASURE Des at Dollars " +�S aInd Cents per Des • � at � � .... �rrnt AE:a'�!Vat� .Dollars � r 'F' �'�;; �. '��4 � �dk and Cents per Des at " � ry" I X`'"'Dollars and Cents er ti x r _ Des r a at �,xXr l9HIN Nr and Cents er I' Des at f' ....I u I Dollars 9tu " o and ents er Des y at I �h.:. 11 Dollars t ri y rk fi � �� . and Cents per Des } � atDollarsmm and Cents er Des at i X Dollars and Cents per Des at aI Dollars �d "�t'� �0 t7� and Cents er ,. Des at It�X r ". Dollars xb .��t nn 4J0 and Cents per 'Refer to the Technical Specifications section for a description of the specific reference number. 'Bid Item numbers with the`symbol indicate major Items subject to the 25%limitations. Page 7 of 9 3 1 BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: RIME Full compensation for compliance with each and eve ry provision of the In the unit prices for the work set forth below,and no separate payment will el bmade or ct for Bids,tompliance with eache Bid,the h provision of the Request for Bids,and eve d the Contract will be considered a, included the Specifications,and the Contract, unless separate payment is expressly ressl provided for thereinthe Bid, . BID TECH DESCRIPTION ITEM2 SPEC BID UNIT Des WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID 17 11 mill, at and Cents Des at Dollars ' and Cents per Des at ? a and I its per Des at Dollars and w Cents er 00 47 750170 Des at �k' : Dollars andt': i"ry �37 00 Cents per # g Des at I ; Dollars and r1 �;4t10£10.. Des .. at � >M Dollars and Cents per :�"4`u' nry�id� ,*w•tt>! ',�R� "* a �Q i Des SX at "' Dollars k Wry and Cents er Boa oa Des ' at Dollars jjqw and :I�: ..I Cents per TOTAL COST OF ALTERNATE BID H. ,�ry� .�R,i„Y;p,k�yu: M!!: P :;.,ia:: 1• x�r:�� 4M ;r�Ax+ � �, . "•��'�� ' I`:r� ''"�^Dollars a.ir. ,. �k�l�aii!•�a�,�i„ ,�,��„:„, „ Cents 'Refer to the Technical Specifications section for a description of the specific reference number. 213id Item numbers with the*symbol indicate major items subject to the 25% limitations. . Page 8 of 9 BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: r : Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included In the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications, and the Contract, unless separate payment is expressly provided for therein. BID TECH DESCRIPTION BID UNIT ITEM' SPEC' WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID TOTAL COST OF BID(INCLUDING ALTERNATE BID) 1 °1 'FO�RlY� n 'Dollars 21 and Cents Acknowledgment of Addenda Addendum No. 1��� iu s Addendum No.2: ,. r. „: � ,...,:,:,,,;,;,,,,,;;;;, Addendum No. 3: Addendum No. 4: 'Refer to the Technical Specifications section for a description of the specific reference number. 2Bid Item numbers with the"symbol indicate major items subject to the 25%limitations. Page 9 of 9 EXHIBIT --- ------------- �_ WILLIAMSON COUNTY S 1 0 MCNEIL ROAD IMPROVEMENTS YC ADT Miller SHEET INDEX 1 COVER SHEET PHASE I Blueprlrtt CO. 2 SHEET INDEX ROADWAY CLASSIFICATION:URBAN COLLECTOR 3 PROJECT LAYOUT PROJECT NO.03WC527 DESIGN SPEED:45 MPH [4-5 TYPICALCROSS•SECTIONS-7 GENERAL NOTES NET LENGTH OF PROJECT=4,689.36 FT(0.89 MILES) AREA OF DISTURBED SOIL:8.99 ACRES 8 STORM WATER POLLUTION PREVENTION PLAN Downtown9 SURVEY CONTROL LIMITS:FROM 330±FT NORTH OF FUTURE SH 45 TO CO.ROAD 172 10 CENTERLINE ALIGNMENT 501 W. 6th 11-12 QUANTITY SHEET FOR THE CONSTRUCTION OF UP GRADE 4-LANE ROADWAY 512.478.8793 13 SUMMARY OF SMALL SIGNS 14-19 TRAFFIC CONTROL PLAN-PH 1 20-25 TRAFFIC CONTROL PLAN-PH If 26 TRAFFIC CONTROL PLAN-PH III North Store 27-35 ROADWAY PLAN&PROFILE 10713 Metric 36-37 DRAINAGE AREA PLAN BEGIN PROJECT 38-39 DRAINAGE CALCULATIONS STA.200+55.64 512.837.8888 40-41 BOX CULVERT PLAN 6 PROFILE 42-45 STORM SEWER PLAN 6 PROFILE END PROJECT 46.50 PERMANENT SIGNING AND STRIPING PLAN ` STA 247+45.00 51-53 EROSION AND SEDIMENTATION CONTROL PLAN e 54-62 EROSION CONTROL DETAILS w 63-84 TRAFFIC CONTROL STANDARDS d DETAILS R j 85-91 ROADWAY STANDARDS 6 DETAILS t p,M SnN • f' 92-104 DRAINAGE DETAILS .{Ijll 105-121 SIGNING AND STRIPING STANDARDS 3 DETAILS 122-130 CROSS-SECTIONS " 3 V NO SCALE P C Stop: � VICINITY MAP TXDOT STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS,STREETS AND BRIDGES ADOPTED ON opi4s tO MARCH 1,1993 AND ALL APPLICABLE SPECIAL PROVISIONS PROJECT AND SPECIAL SPECIFICATIONS AS INDICATED IN THE BID LOCATION DOCUMENTS SHALL GOVERN ON THIS PROJECT, \\ltt WILLIAMSON COUNTY _'P��'°F TF+it PREPARED BY: iyitat Copus : '?*4j� GRAY-JA 8 ASSOCIATES,INC. APPROVED BY: APPROVED BY: D�OY JAMES M. B`ii' `tet—1 q-r8•o3 /-- s-�-! 9�ly�as iz_,.........0�.4..,.. c wuwttng c JAMES M.BREWER,PE DATE PAUL R.PETRICH,P.E. DATE ::' PE#64004 HNTB CORP.PROJECT MANAGER MIKE HEION EN IN DAT 71 '•• ,. •��� COMMISIONER IlKixatiHg tttt"`�������'q t$-o3 WILLIAMSON COUNTY PRECINCT#1 © 2003 by 4lfli-- County, 7-- All rights r ved. 4 MuBh Morel ;u Beek) __ ROADWAY _-- RO.W.I5 38, 11' BASE - CRUSHED I 5I '= LIMESTONE FLEXIBLE BASE S PAVED _SHOULDER I PGL �� 3,0 I GUARD FENCE IF 17 12• 12' I 12' 12' 2' .5' i 2.0X APPLICABLE I 4V•E TROP SOIL�� 4 4 I MULcoPsoil AND AI RETENTION AND MULCH 2.5x 2.59 1 B_ 11'BASE -CRUSHED 2'C&G PER 2.0% ROADWAY _ LIMESTONE FLEXIBLE BASE CITY OF ROUND TYPICAL BASE TAPER -� (REM 247 TYPE A GRADE 1 OR 2) ROCK DETAIL 2'TYPE C EXWING 62'RO.W. �. 4'TYPE B (REM 340 HMAC) TYPICAL ROADWAY SECTION 'C' FROM STA 207+4&94 TO SCALE d#I /i PGLq NOT V ES 11' 11.5' TO STA 210+•42.69 4 .5 4 I� �I I . 'TOPSOIL AND CONIC. MULCH i p1oT£: 1:1 Cv.+�RCfiE x2 .5Z V-*S RE* �46� - - 2.SX _-- Riots CsR4�It I--pie"R - ---- ------ ------- 2.OX 2'C&G PER ROADWAY G1ry s �R'O�� D CRY OF ROUND ROCK DETAIL- CITY OF ROUND ROCK DETAIL (L&SIJ&4TiRL F6vLE 11•BASE -CRUSHED calsnNc 62'Row. RaSC�T LIM2'TYPE C ESTONE FLEXIBLE BASE O' 49 ,z 3g• P (REIA 247 TYPE A. GRADE 1 OR 2) 4•TYPE B(ITEM 340 HMAC) .v CRAY.MaG 1S90CITn UR. GUARD O i _� I o� TYPICAL ROADWAY SECTION 'F' t,- ' - FENCE IF VARE$ 11' FROM STA 224+61.61 NOT TO SCALE "�"'" "'• 11.5 I tis' 11' I n i - APPLICABLE TO END' v I U VI EL II< 3:1 i 2.5 MU TOPSOIL AND �+`P'�,....`O.F.TfILLIf.114 I ,�- �Ft ROADWAY *; 2.0 6, I �• ,•JAMES M. BREWER w C&Gof 2•ROUND PER CrtY of ROUND 2.0% GUARD 1:3 I F CRY OF ROUNDI1 WE-CRUSHED ROCK DETAIL GUAR ` I 11.5' tt' 7 I ONAL G�y PGL :8 VAPotS t1' 11s' I.X KI 1j1"""""`i�7'�B d3 LIME$RN1E Ft.D(18LE BASE APPLICABLE ' � K (ITEM 247 TYPE A,GRADE 1 OR 2) 2' E C MI n (T I ^ I c� 4'TYPE 6(REM 340 HMAC) �IVI� �Jv� [lu', 2.5• 4•TOPSOIL AND ' 3:1 UI TYPICAL TYPICAL ROADWAY SECTION D' I MULCH I FROM STA 211+93.11 NOT To SCALE 2.5% 2.5% _ I CROSS—SECTIONS TO STA 213+57,002.0X ----- ------ ----- 2'C&C PER 2 C&G PER 2.0% O MULCH FROM BACK OF CURB TO R.O.W. CITY OF ROUND MCNEIL ROAD CITY OF ROUND ROCK DETAIL ROCK DETAIL LIMESTONE FLEXIBLE BASE IMPROVEMENTS (ITEM 247 TYPE A,GRADE 1 OR 2) 2•ME C PHASE I 4•TYPE B(ITEM 340 HMAC) TYPICAL ROADWAY SECTION 'E' FROM STA 213+57,00 NOT To SCALE TO STA 224+61.61 5 :u O MULCH FROM BACK OF CURB TO R.O.W. +ue/arc x x x wn xo�o FACE OF CURB O URB ~ v R TE ANY TOC C/) �V�i F OF CURB T. a� (, LLJ !/ A 925.26.50mo' GRAPHIC SCALE IN FEET SIGN AS REOb. .� TOC-787.8 T. ADI. t—_ SM.A.D.A. 0 25 50 75 100 I APPR SIOLV/ALX (f) APPROVED 9DEW P R/JlP P CRY OF PER CRY OF AUSTIN lS. 'STM O TIE-IN TO EXIST.SI I FACE OF CURB O ET.• wy O c7 O T ?9+ 50 x 0 9 / SW BELL BURIED 24+161.61Y- z - :1 REINF.CONC. ///��� --- • NOTES: PROTECTION, 1.SEE SHEET 9 FOR TEMPORARY _- ---UMITS OF FI LL- O 2.SEE SHEETS INFORMATION.O 50 FOR -� + PERMANENT SIGNING AND STRIPING NCA LOCATIONS AND DETAILS, 3.SEE SHEETS 51 TO 53 FOR EROSION, SEDIMENTATION AND TREE PROTECTION LOCATIONS AND DETAILS, 4.ITEMS THAT REWIRE'GRADE TO W DRAIN'SHALL BE CONSIDERED . - ..................." __ _ UBSIDUARY TO OTHER ITEMS, TYPICAL _____ _._ 5.GRADE SHOULDERS TO ENSURE ' SPRINT/MCI BURIED Lf'-' ' VElnFY 8, ..- --- ..__.. PONDING,TYPICAL POSITIVE DRAINAGE VAiH NO AREAS OF 72' ALVES AND ACRE NE _ Sw BELL BUwED _ BB%E5, -- 'F 6,EXISTING FENCE REMOVAL WILL BE ap_mi_ SUBSIDIARY TO OTHER go ITEM. _ -------- 7.DIRT,MUD,DEBRIS,ETC.SPILLED TRACKED,OR OTHERWISE DEPOSITED ON EXISTING PAVED STREET'$ANO DRIVES SHALL BE IMMEDIATELY Mn I D REMOVED AND CLEANED, PROFILE SCALE: HORIZONTAL SCALE: 1' =50 Ff. I i VERTICAL SCALE 1'= 10 FT. I I I aur Amm&AssocuTa W_ a.o + .— n ♦ i ---'--- — — —UF M PAYE/RrMW 1r Inq-q i — —————PoCN PA mm l MIyIM N 1 I e 1 �- �� - rc- m 810 =�EvaF K- N Z JAMES M. BREWER ............ Boo o.P 400 --E — I i zhh:....��q/s I I d I! 790 ROADWAY& PROFILE FROM STA. 223+00 I TO STA. 229+00 —�- - I 4— McNEIL ROAD 780 IMPROVEMENTS PHASE 31 224+00 woe 225+00 Jaz G� -- Aga Gaa '— -- Cris art '— Gots T � a "' sAµNla+wu+,I_n 226+00 227+00 228+00 2F T z z w¢uo 1 1 GRAPHIC SCALE IN FEET 0 25 50 75 100 1 1 • � I c I I 1 ! I:I PEINF.CONC. C 1 J.. SLOPE P TECTION, °i 1 la NOTES: + I.SEE SHEET 9 FOR TEMPORARY 1n BENCHMARK INFORMATION. 2.SEE SHEETS 46 TO 50 FOR PERMANENT SIGNING AND STRIPING d LOCATIONS MO DETAILS. 3.SEE SHEETS 51 TO 53 FOR EROSION, SEDIMENTATION AND TREE PROTECTION W LOCATIONS AND DETAILS, _ Z 4 ITEMS THAT REQUIRE'GRADE TO -._-_- — DRAIN'SHALL BE CONSIDERED ................ ......... Lir J AGREEI]ENT"1;fNE--- ,-----•............ ....'....' 1 U 5.SUBSIOUARY f0 OTHER ITEMS,TYPICAL. SPRINT/MCI BURIED P. GRADE SHOULDERS TO ENSURE POSITIVE DRAINAGE WITH NO AREAS OF ------'-- .ri - - PONDING,TYPICAL _ 6.EXISTING FENCE REMOVAL YPLL BE SUBSIDIARY TO OTHER BID ITEM. 7.DIRT,MUD,DEBRIS,ETC.SPILLED TRACKED,OR OTHERWISE DEPOSITED x ON EXISTING PAVED STREETS AND ORWS SHALL BE IMMEDIATELY REMOVED AND CLEWED. c PROFILE SCALE: HORIZONTAL SCALE: 1'=50 FT. i I VERTICAL SCALE: T'=5 FT. j —._--�-- ItFr art Gw d — �— —— —hart P"Em"T a wa•.n waww+r —t_, I E ! d 800 �•u�� ua OF T��v _ W *JAMES M. BREWER* ' s 790 4 p 64004 ,Q: AU 91 -- -- -- ___ ROADWAY PLAN 780 & PROFILE FIRM STA. 229+00 +— TO STA 235+00 — — — I ---j —�— — -- j —— -- — McNEIL ROAD —1-- I j I 770 IMPROVEMENTS PHASE 32 230+00 231+( 232+00 233+00 234+00 A,g i x 47 Y I a¢uo C FACE a CURB O END AAMP. I i STA.34+20.50 52.84' T. FAc a CURB 9 END a GRAPHIC SCALE IN FEET A 31 OFR' 50.0'S.O.T.- 74..0 +87.32,52.90'Lr. E NC 3- 24• CMP I I Y TOC-7 0 25 50 75 100 T RELOGTE ANY I CONST.STD.ADA CL 1 SIGN AS REO'D. II LL APPROVED SIDEWALK 4' CITY CONST,510.AOA O TTIIN OTLS,, a 1 . APPROVELI SDEWALI( I(n Q FACE CURB CURB RET. 1 \ :1 P N NPµ151P1NPDR5.�a I l-I_.I J STA 92.88, PE roc-e. NOTES; 400 TYPICAL �E CURB 9 CURB Sw BELL DRIED LE i 1•SEE SHEET 9 FOR TEMPORARY j -44.54 T' - DEPTH, 1:1 Row,DDNC. i BENCHMARK INFORMATION. ------ I-- - -- -SLOPE PROTECTION, 1 2.SEE SHEETS 46 TO 50 FOR UJIPERMANENT SIGNING AND STRIPING i Z 1 O LOCATIONS AND DETAILS. O 3.SEE SHEETS 51 TO 53 FOR EROSION, + SEDIMENTATION AND TREE PROTECTION y LOCATIONS AND DETAILS. N 4.ITEMS THAT REQUIRE'GRADE TO DRAIN'SHALL BE CONSIDERED SUBSIOUARY TO OTHER REM$,TYPICAL (n 5.OWE SHOULDERS TO ENSURE ______________ ------a— — .__ _ __.__. _ ND DRAINAGE WITH N --- - EEIAE<•Lf-UTIE' ----...----- ,---- - -•---: -• --- ------•-•-- W 0 AREAS OF .._..-----••-•-------- — PONDING,TYPICAL 1EAl1YNAT0 SPRINT/MCI BURIED CABLE,TYP. �AND VERIFY 9'h --AGREY:l.1Eg7�LINe.%� 6.EXISTING FENCE REMOVAL WILL BE SUBSIDIARY TO OTHER BID ITEM. - ------- f V 7.DIRT,MUD,DEBRIS,ETC,SPILLED F- TRACKED,OR OTHERWISE DEPOSITED ON EXISTING PAVED STREETS AND DRIVES SHALL BE IMMEDIATELY REMOVED AND CLEANED, MCNEIL ROAD PROFILE Ste: HORIZONTAL SCALE: 1•= 50 FT, VERTICAL SCALE: 1+= 10 FT. au 1 LL411111Ic It ASNwM 2Ac. M 1 �_ f]6 !q CENIEA IE GPIDE ��y�,q PAISVIM(%,m PAYEYFI/f Wm MVI�MI 1gMM4ti111 E. .07 I SOO r�V+.•F y\�. #y M BREWER 790 gip: 64004•:;Q;0 Gd Y C Gd I .f 92 91 — IAmr 4 d8 d3 --- "--- T W- ROADWAY PLAN — — � - - --I - ----- — �' --- ----- ---- I z Tao & PROFILE FROM STA. 235+00 .770.51 -- _ -----■r� wrTI Q --gg r-- — I ---�— --��' ---I —R-�--- i ---�----- — Q TO STA. 241+00 McNEII ROAD i I IMPROVEMENTS ENTS — +- - -- -- - -- —j- 770 a 4 a ao gaa. j -- �- _ ----- -- - - "--- - - ;-- - -j- 236+00 ddrr G' 236+00�—�� G a m G ff C W G' •�e mrt a� �w�,w 237+00 238+00 239+00 240+00 P --- - _ a nsr,sTo.AoGRAPHIC SCALE IN FEET ❑ aED OEWOA� ; 0 25 50 75 100 a Lu 1 ❑ Cf-bF"G9 0 CURB RET I�� STA 2b 468.48,24.80'LT. 1 D 1:1 R F.CONC. MATCH EXIST.CU REMWE EXST. PROTECTIOTYPN, ,P IQ� NOTES: 1 wBGF wecF PPFttsiAL 6 BENCHNEET 9 MARK INFORMATION, 2. O 1 _ 2 PERMANENT SHEETS 46 To 50 F SIGNING MIOSTRIPING r D DETAILS. 3.SEE SHEET+ LOCATIONS S TO 53 FOR EROSON, f 1 N SEDIMENTATION AND TREE PROTECTION tV 1 LOCATIONS AND DETAILS. N — d 4.ITEMS THAT DRAIN'SHALL BE CONSIDEREDRE GTO BSIDUARY O OTHER HDJS, Z — — .__,-- - - __: — —__.__._. _ _ _ —..—. W GRADE SHWTLDERS TO ENSURETYPICAL. ---- — -- - —_--� __________________________ -� _ Z POSITIVE DRAINAGE IN111 NO MEAS OF � -�sETaENr-u- __— -•--- - --•- �7— LIMIT _ — _ SPR •---_..___---__. PONDING,TYPICAL. F — --- — z 6. EXISTING FENCE REMOVAL GID WILL I M BE —JU — — nr Q 7.DIRT,MUD,DEBRIS,ETC.SPN3D TRACKED,OR OTHERWISE DEPOSITED mF ON EXISTING PAVED STREETS AND DRIVES SFWl BE IMMEDIATELY TNO NEW PAVF]AENf, REMOVED AND CLEANED. G,TYR CNEIL AD TTA2�"&f7 ' CONT X I cur L URB D Gu CONTINUE Y45THL CURB AND GUTTER. UMBER Et-LECTION ANGLE ELTA ANGLE GREE OF CURVE — CHORD ANGENiDNS C LENGTH HORO LENGTH PRO 11357.65 SCALE: 7 3.27.54" 1527'54' 00.59'30' 681.97 5777.0 1357.65 1354.53 HORIZONTAL SCALE: I' = 50 FT. VERTICAL.SCALE: i T� 1 ���id�ROY Mw - l I F 1 --t---- _r. — �_—IFFY PAKYFNi RWE MOM��PI �4MaWMr Oum .110 _ 1 I I PAVEIIDR 810 P� 0 0wF�f+ _ .. I I 2 JAMES M. BREWER " T '? 800 41� 64004 ;'�� 04 �hMr � ,fd X03 — ROADWAY PLAN 'd - - - --- _ - ---- `-- - 790 & PROFILE_ y 2.19 - _- �^ Z I ` -OSTi ._ ----- _ . -- - ---- - ;� FROM STA. 241+00 _�—-- -- -- ---- ----I -_ -I---- ----I I � - - TO STA. 247+00 McNEIL ROAD 780 IMPROVEMENTS PHASE I " R` 8"e c t4l 34 OCM I4,}.tl14�R-IXn ,LL >z 242+00 243+00 244+00 245+00 246+00 sa % x PROPERTY UNE. EXPANSION JOINT. E%PMISION JOINT. CONTROL JOINT. (MAXIMUM) EXISTING PROPOSED TRANSITION COUPLING. WATERLINE. STORM SEWER UNE, (AS REQUIRED) CURB &GUTTER. PLAN VARIES. VARIES. 42-(MINIMUM) 2'-0" (SEE CONSTRUCTION PLANS FOR WIDTH) 1/4-/FOOT _ SLOPE: 2% (MAXIMUM) a C3uT'JAMM a usixurm mc mal0(M_---)'\ ALL PIPE To BE 45' RESTRAINED JOINT 2"SAND CUSHION ON DUCTILE IRON. DUCTILE IRON FITTINGS. (TYPICAL) THOROUGHLY COMPACTED SUBGRADE. �14 CLASS 'A"CONCRETE. JAMES M. BREWER 6"X 6"X(40. 6 WELDED WIRE FABRIC, MID-DEPTH OR ONE 40 MAT OF 13 BARS PLACED No MORE THAN 18"O.c.E.W. NAL SECTION ROADWAY STANDARDS RECORD STONEDCOPYCopy ON"LE AAT PUBLIC woPKs— CITY OF ROUND Tit!j Ed �q]IJUnb �Rarh AND DETAILS APPROVED ROCK S-01 IL-06-wDATE N.T.S. 5317- B. RTIZ McNEIL ROAD SIDEWALK DETAIL ADJUSTMENT DETAIL ,_No DEVZ IMPROVEMENTS WATERLINE ADJUSTMENT OS[OP TD19 DCI'41f. Ownf DETAIL PHASE I C'A cW we DATE: July 22, 2005 SUBJECT: City Council Meeting - July 28, 2005 ITEM: 11.6.1. Consider a resolution authorizing the Mayor to execute an Interlocal Agreement with Williamson County regarding the McNeil Road Project. Department: Legal Department Staff Person: Steve Sheets, City Attorney Justification: This agreement would be for the purposes of designing, engineering, constructing and maintaining a portion of the McNeil Road Project. Funding• Cost: . N/A Source of funds: N/A Outside Resources: N/A Background Information: A portion of Williamson County's McNeil Road project is being constructed within the area where Round Rock is constructing a barrier wall. In order to better coordinate construction activities, Williamson County has asked that Round Rock construct a portion of the sidewalk for the McNeil project in this area, the cost of which is to be fully funded by Williamson County. Public Comment: N/A No Text INTERLOCAL AGREEMENT MCNEIL ROAD PROJECT Q th /f THIS INTERLOCAL AGREEMENT is made and entered into effective this�0 day of 2005, by and between WILLIAMSON COUNTY, a political subdivision of the SlUte of Tiocas (the "County") and the CITY OF ROUND ROCK, a Texas home-rule municipal corporation (the "City"), for purposes of designing, engineering, constructing and maintaining a portion of the McNeil Road project. WITNESSETH: WHEREAS, V.T.C.A., Government Code, Chapter 791, the Texas Interlocal Cooperation Act, provides that any one or more public agencies may contract with each other for the performance of governmental functions and for the joint use of facilities or services for the promotion and protection of the health and welfare of the inhabitants of this State and the mutual benefit of the parties; and WHEREAS, the County is planning the design and construction of a realignment, widening and/or extension of McNeil Road from the intersection of CR 172 to Howard Lane/McNeil Road in Travis County(the"Project"); and NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the undersigned parties agree as follows: I. TERMS AND CONDITIONS 1. The County hereby agrees to pay the City for construction of the following items on the Project: Item 432-0529 RIP RAP CONC (CL 13)(5 IN)-103 CY Item 531-0537 CONCRETE SIDEWALK(5 FT)-1,276 LF Item 5249-0503 TEMP SEDMT CONT FENCE (REMOV)-5,421 LF Sidewalk ramps as required. These items are further identified and described in the bid form and plan sheets attached hereto and incorporated herein as Exhibits "A" and "B". 2. The City agrees to undertake and complete construction of these items as part of the Project. All construction shall be performed in accordance with the plans, and any specifications contained therein, attached hereto as Exhibit`B". 3. The total cost for these items to be paid by the County is $39,669.31, which does not include the cost for sidewalk ramps. The cost for the sidewalk ramps shall be determined and paid prior to construction. ((/&n✓PPFFDessklop\::ODMA/WORLDOX/O:/wdon/WMCO/bonds/mcneil,d/othei docs!00087688.WPD 4. The County will review the Project with the City and agree on the proposed design standards to be used for the Project. 5. Upon final completion of construction, the City shall accept and maintain the portions of the Project that are within the City limits, and the County shall accept and maintain the portions of the project that are outside of the City limits. II. MISCELLANEOUS 1. The parties agree that in the event any provision of this Agreement is held by a court of competent jurisdiction to be in contradiction of any laws of the State of Texas or the United States of America, the parties will immediately rectify the offending portions of this Agreement. The remainder of the Agreement shall be in full force and effect. 2. This Agreement constitutes the entire agreement between the parties hereto, and supersedes all their oral and written negotiations, agreements and understandings of every kind. The parties understand, agree and declare that no promise, warranty, statement or representation of any kind whatsoever, which is not expressly stated in this Agreement, has been made by any party hereto or its officers, employees or other agents to induce execution of this Agreement. 3. This Agreement shall be performable in Williamson County,Texas. COUNTY CITY By: By: John Doerfler, County Judge Maxw , Mayor ATTEST: ATTEST: Christine Martinez, City Secretary 2. INTERLOCAL AGREEMENT MCNEIL ROAD PROJECT THIS INTERLOCAL AGREEMENT is made and entered into effective this 0, day of A, ust 2005, by and between WILLIAMSON COUNTY, a political ubdivision of the State of Texas (the "County") and the CITY OF ROUND ROCK, a Texas home-rule municipal corporation (the "City") , for purposes of designing, engineering, constructing and maintaining a portion of the McNeil Road project . WITNESSETH: WHEREAS, V. T. C.A. , Government Code, Chapter 791, the Texas Interlocal Cooperation Act, provides that any one or more public agencies may contract with each other for the performance of governmental functions and for the joint use of facilities or services for the promotion and protection of the health and welfare of the inhabitants of this State and the mutual benefit of the parties; and WHEREAS, the County is planning the design and construction of a realignment, widening and/or extension of McNeil Road from the intersection of CR 172 to Howard Lane/McNeil Road in Travis County (the "Project") ; and NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the undersigned parties agree as follows : I . TERMS AND CONDITIONS 1. The County hereby agrees to pay the City for construction of the following items on the Project: Item 432-0529 RIP RAP CONC (CL 13)(5 IN)-103 CY Item 531-0537 CONCRETE SIDEWALK(5 FT)-1,276 LF Item 5249-0503 TEMP SEDMT CONT FENCE (REMOV)-5,421 LF Sidewalk ramps as required. These items are further identified and described in the bid form and plan sheets attached hereto and incorporated herein as Exhibits "A" and "B". 2. The City agrees to undertake and complete construction of these items as part of the Project. All construction shall be performed in accordance with the plans, and any specifications contained therein, attached hereto as Exhibit`B". C:\DOCOMENT,S AND SETTINGS\WCOCO.WILCO.ORG\LOCAL SETTINGS\TEMPORARY INTERNET FILES\OLK14D\MCNEIL--INTERLOCAL AGREEMENT WMSN CTY- CORR FOR SIDEWALKS (00087688)1.DOC 3. The total cost for these items to be paid by the County is$39,669.31,which does not include the cost for sidewalk ramps. The cost for the sidewalk ramps shall be determined and paid prior to construction. 4. The County will review the Project with the City and agree on the proposed design standards to be used for the Project. 5 . Upon final completion of construction, the City shall accept and maintain the portions of the Project that are within the City limits, and the County shall accept and maintain the portions of the project that are outside of the City limits . II . MISCELLANEOUS 1. The parties agree that in the event any provision of this Agreement is held by a court of competent jurisdiction to be in contradiction of any laws of the State of Texas or the United States of America, the parties will immediately rectify the offending portions of this Agreement. The remainder of the Agreement shall be in full force and effect. 2. This Agreement constitutes the entire agreement between the parties hereto,and supersedes all their oral and written negotiations, agreements and understandings of every kind. The parties understand,agree and declare that no promise,warranty,statement or representation of any kind whatsoever, which is not expressly stated in this Agreement,has been made by any party hereto or its officers, employees or other agents to induce execution of this Agreement. 3. This Agreement shall be performable in Williamson County, Texas. COUNTY CITY By: OL By: J Doerfler, Cou ty Judge Nyle Maxwell, Mayor ATTEST: ATTEST: County Ci rk, Nancy E. Rister Christine Martinez, City Secretary C:\DOCUMENTS AND SETTINGS\WCOCO.W ILCO.ORG\LOCAL SETTINGS\TEMPORARY INTERNET FILES\OLK14D\MCNEIL--INTERLOCAL AGREEMENT WMSN CTY- CORR FOR SIDEWALKS (00087688)1.1)OC BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: ' Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications, and the Contract will be considered as included in the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications, and the Contract,unless separate payment is expressly provided for therein. BID TECH DESCRIPTION BID UNIT UNIT COST AMOUNT BID ITEM' SPEC' WITH UNIT PRICES IN WORDS QUANTITY MEASURE Des �w o at Dollars �� h and Cents Des earc�r ' ` ~ at and Cents per n,l illl i ydv M rr 4 a s ^rk Des d' at :�,clllf(�9i l !"�';i YiDOlIBr$ i i•s"'1,� 4"'fiF^�: +➢. t y Y �� and Cents per Des at pad " " Dollars 5flQ 00 $ ��5,4x0 and DesrY at '�1ti' sr,DoliarS , 94 h and Cents er D@$ Dollars and Cents per i• r';;i w, u :: n F 4 ":: .:.s Des + at Dollars � s i and Cents per .,.� Des at �i: d I, Dollars ++In k and Cents perpX1 r, DBS t'a §L : ' :. tabbkr k at and Cents @fRMk Dei X • -" at kM II.. and Cents per ? ; ;'� lid' V(�` �! >.� :,a.. .:... _� 1 'Refer to the Technical Specifications section for a description of the specific reference number. 2Bid Item numbers with the'symbol indicate major items subject to the 25% limitations. P - — _.� ;...■ �..� .ate .ow MW wow BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included In the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications, and the Contract, unless separate payment is expressly provided for therein. BID TECH DESCRIPTION BID UNIT ITEM' SPEC' WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID Des at Dollars and Cents per Des at Dollars ��fi and Cents er ' � ^� R�wIU Des �.. N w': at Dollars and ''•'" Cents per Des Dollars ' 1 and Cents as at Dollars and Cents er , Des at r s Dollars � �I� k and Cents er k ,k Des at Dollars ~' and Cents er as at Dollarsa 114' U and Cents er u Des at Dollars and Cents per Des at Dollars k, k and Cents per ... .:: ::; • " k a',.' n: 'Refer to the Technical Specifications section for a description of the specific reference number. 2BId Item numbers with the"symbol indicate major items subject to the 25%limitations. Page 2 of 9 doll Ww BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included in the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications,and the Contract, unless separate payment Is expressly provided for therein. BID TECH DESCRIPTION ITEM' SPEC' WITH UNIT PRICES IN WORDS BID UNIT UNIT COST AMOUNT BID QUANTITY MEASURE Des at k Dollars , and Cents er Des at and Cents er De$ �a.W3 nk4p. at t s and Cent$ er Des at vi �;; Dollars g s bfff 7: 0 and Cents er Des Dollars k at N Dollars '* 0 Cents per at �. Dollars k� � 12tk�t� and Cents per Des at Dollars Y and WN Des at Dollars and Cents N il Des a at Dollars x�� )b and Centser p 'Refer to the Technical Specifications section for a description of the specific reference number. 2Bid Item numbers with the.*symbol indicate major Items subject to the 25%limitations. Page 3 of 9 A171 7 . .x BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included in the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications, and the Contract, unless separate payment is expressly provided for therein. BID TECH DESCRIPTION ITEM SPEC BID UNIT WITH UNIT PRICES IN WORDS IT MEASURE UNIT COST AMOUNT BID Des at ; Dollars and Cents per �bQ Desat � C and Y 092>CJO : Cents er Dei at � .,�i�j .. : and Cents perx„ c 'K �Ot7t3l�: Dei at and Cents per Des at yPOA Dollars r and Cents perQ0 -.V Des ,'• wli at . .. Dollars p and Des Des at Dollars r , and Des r at and Des at kDollars and Cents per 'Refer to the Technical Specifications section for a description of the specific reference number. 2Bid Item numbers with the”symbol Indicate major Items subject to the 25%limitations. Page 4 of 9 BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: 40 Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the compliSpecifications,and the Contr in the unit prices for the work set forth below,and no separate payment will be made for ance with each and eve act will be considered as included the Specifications,and the Contract, unless separate payment is expressly provided for therein. rY Provision of the Request for Bids, the Bid, BID TECH ITEMZ SPEC' DESCRIPTION BID UNIT Des WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID atm . Q � and .:.. ,. Dollars Des Cents per `' 52�T10 at and .: m :'� Dollars r - Cents per ' at and Cents ' Des at Cents eri, 0 atF pi M and ; ! ;. Dollars t ,' E Des k at and Gents er ;k x � f +9fi+ of , t Des at k ram rx�4 C fl ..i Dollcrk and ars Cents erV3 ..Des at a •xAx• w$*a r and ::... DollarsP Cents per Des at y • � Gsri� 5 Dollars �r r yrs „ e tik r and Cents er * 3r �d0x � � «� Dollars F EMIR Cents per 'Refer to the Technical Specifications section for a description of the specific reference number. ZBid Item numbers with the*symbol indicate major items subject to the 25%limitations. Page 5 of 9 �a BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: Nil Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included In the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications,and the Contract, unless separate payment is expressly provided for therein. BID TECH DESCRIPTION BID UNIT ITEM' SPECUNIT COST AMOUNT BID WITH UNIT PRICES IN WORDS QUANTITY MEASURE [at s Dollars q�$ d r Cents er ` 'N " A , si fI Dollars �yp RA41 $IJ„. ' Can er s p Dollars $ 3J1 �0 and Cents per Des u t� atIDollars0 96,00 and "I Cents er Des :.. x at Dollars R � Oryx and Cents er Des at Dollars � and Cents er Desi at Dollars and Cents per Des at Dollars � � 3'Ci and Cents pH;o5i er ' r 1 Des w at ° Dollars and Cents per Des ��� w , at 0: i .Dollarsn. r. and yrs 'Refer to the Technical Specifications section for a description of the specific reference number. ZBid Item numbers with the'symbol indicate major items subject to the 25%limitations. Page 6 of 9 7. BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included in the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications,and the Contract, unless separate payment is expressly provided for therein. BID TECH DESCRIPTION BID UNIT UNIT COST AMOUNT BID ITEM' SPEC' WITH UNIT PRICES IN WORDS QUANTITY MEASURE Des £ ° at Dollars '* ,,I8t)4I0 and Cents per Des : at and F&IDesy. yyW7yyp at s : and Cents per Des 'non at 4� ° Dollars 6fl ` , I i. � .l� and Cents per h.., .k Des k at p Dollars F �K F M.. and ,Cents per Des iliNa 2a11M axu �� and Cents per Dei ;n M 4 h .� .. � ? at d, r",I�E a I' n Dollars �a 1 k' and Cents per Des ate, w Dollars i' :IMr :,r fir. ._ i A and Cents per Des T. Y� x at Dollars Nor ', �I sly xtaNa�� Ow SM and Cents pergm ,,:, m Des E Y Y at a Dollarsy� k Ex�Q I and Cents per �`•�. 'Refer to the Technical Specifications section for a description of the specific reference number. 'Bid Item numbers with the"symbol Indicate major items subject to the 25%limitations. Page 7 of 9 BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: ,. 1,10 1 41 Full compensation for compliance with each and every provision of the Request for Bids,the Bid the Specifications, ,the Specifications,and the Contract will be considered as included In the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, fications,and the Contract, unless separate payment Is expressly provided for therein. BID TECH DESCRIPTION ITEM2 SPEC BID UNIT WITH UNIT PRICES IN WORDS QUANTITY MEASURE UNIT COST AMOUNT BID Des at w, Dollars a and Cents er Des r` at u Dollars a a �4 and �.: Cents per xis Dollars Cents per 1 68 Ott Des "Dollars T x and .:k .,- Des at ; Dollars rr� and Cents per Des a and Dollars N 1400©0, Cents per a Des at Dollars and Cents per Desy R&REM K. at I, Dollars a k and Cents per Des , h� Dollars and '� I,6OOb TOTAL COST OF ALTERNATE BID „� S;R�:,i„lnh;xi.•r iti:�:�•°.a,.. P ':i:+" �; 'I �' ..a'.n ?x ,�•',x.ess .. ..., i Dollars Cents 'Refer to the Technical Specifications section for a description of the specific reference number. 26id Item numbers with•the*symbol indicate major Items subject to the 25% limitations. Page 8 of 9 awl R" BID FORM SCHEDULE OF RATES AND PRICES WILLIAMSON COUNTY,TEXAS PROJECT NUMBER: 510i1c I& Full compensation for compliance with each and every provision of the Request for Bids,the Bid,the Specifications,and the Contract will be considered as included In the unit prices for the work set forth below,and no separate payment will be made for compliance with each and every provision of the Request for Bids,the Bid, the Specifications, and the Contract, unless separate payment Is expressly provided for therein. BID TECH DESCRIPTION BID UNIT UNIT COST AMOUNT BID ITEM' SPEC' WITH UNIT PRICES IN WORDS QUANTITY MEASURE TOTAL COST OF BID(INCLUDING ALTERNATE BID) �° f-'�RT��t rf T Dollars $.154,044: 2 ,.... �Wai#n.dx Fk...d`k —L .. and _ !? Cents ._V In_�. _..., Acknowledgment of Addenda Addendum No. 1: Addendum No. 2: Addendum No. 3: pi''�''� � Addendum No.4: 'Refer to the Technical Specifications section for a description of the specific reference number. 2Bid Item numbers with the"symbol indicate major items subject to the 25%limitations. Page 9 of 9 EXHIBIT WILLIAMSON COUNTY Since 1 0 Miller SHEET INDEX MCNEIL ROAD IMPROVEMENTS ADT 1ee� e PHASE I Blueprint Co. 2 SHEET INDEX 1 COVER SHEET ROADWAY CLASSIFICATION:URBAN COLLECTOR 3 PROJECT LAYOUT PROJECT NO. 6-7 GENERAGENERAL NOTES DESIGN SPEED:45 MPH 4-5 CROSS-SECTIONS . ECTIONS AREA OF DISTURBED SOIL:8.99 ACRES B STORM WATER POLLUTION PREVENTION PLAN OTES NET LENGTH OF PROJECT=4,689.36 FT(0.89 MILES) DO Wnto W h9 SURVEY CONTROL LIMITS:FROM 330±FT NORTH OF FUTURE SH 45 TO CO.ROAD 172 10 CENTERLINEALIGNMENT 501 W. 6th 11-12 QUANTITY SHEET FOR THE CONSTRUCTION OF UP GRADE 4-LANE ROADWAY 512.478.8793 13 SUMMARY OF SMALL SIGNS 14-19 TRAFFIC CONTROL PLAN-PHI 20-25 TRAFFIC CONTROL PLAN-PH II 26 TRAFFIC CONTROL PLAN-PH III North Store 27-35 ROADWAY PLAN 6 PROFILE BEGIN PROJECT 10713 Metric 36-37 DRAINAGE AREA PLAN aou�o wrr 38-39 DRAINAGE CALCULATIONS STA 200+55.64 512.837.8888 40-41 BOX CULVERT PLAN 6 PROFILE END 42-45 STORM SEWER PLAN PROJECT 3 PROFILE STA PROJECT .T 46-50 PERMANENT SIGNING AND STRIPING PLAN f 51-53 EROSION AND SEDIMENTATION CONTROL PLAN w 54-62 EROSION CONTROL DETAILS i 63-84 TRAFFIC CONTROL STANDARDS 3 DETAILS _ 65-91 ROADWAY STANDARDS a DETAILS ti M g N 92-104 DRAINAGE DETAILS If 105-121 SIGNING AND STRIPING STANDARDS 3 DETAILS {( 122-130 CROSS-SECTIONS I NO SCALE Q I SAD tStop IONS FOR VICINITY MAP OF�HITGHWAYSSTREETSAND TBRIDGES ADOPTED ON CONSTRUCTION MARCH 1,1993 AND ALL APPLICABLE SPECIAL PROVISIONS 1 PROJECT AND SPECIAL SPECIFICATIONS AS INDICATED IN THE BID 4�Cs O LOCATION DOCUMENTS SHALL GOVERN ON THIS PROJECT. aAt121lTttS OF\yy1 WILLIAMSON COUNTY ='l"`............fi94, PREPARED BY: y;' s O GRAY-JA 8 ASSOCIATES,INC. APPROVED BY: iyitAl Cots # APPROVED BY: .............................GG JAMES M. BREWER Y I$-D /�O3 alor i.............................y PE#64004 4 3 HNT( UL R. T .1� --HATE AMES M.BREWER,PE DATE PAUL R.PETRICH,P.E. DATE ` r CORP.PROJECT MANAGER MI�HEILInGENINNDAT COMMISIONER WILLIAMSON COUNTY PRECINCT#1 © 2003 by WKIiunson County. Texas. All rights reserved. ltd Mudh Morel Set&eek) Q RG"AY R0.k.LAVES 11'BASE-CRVSHE0 j 62' j LIMESTONE ELE%ISLE BASE 2'PAVED `I SHOULDER I PCL I 3.0' GUARD FENCE 1F 17 12' 12' ! 2.0K APPLICABLE 4'TOP SOIL RTIVE LI LI I MULCH AND UI _J AND MULCH RETEMPON 255I o JI_, -11BASE_ 2'CRC PER 2-O'T !ROWMY L&Cj T''(TEM 247 TYPE FU � ROCK oAa"D i TYPICAL BASE TAPER -'" 2•TYPE C EJ45IYIG . 4•TYPE B(OFN 347 TANG) PICAL N, TYROADWAY SECTION 'C' _! �! PBL I j FROM STA 2o7+4a94 MDT ro sr.Lt I � i TO STA 210+4269 sj 4•TOPSOIL No �I CpjC, ! MULCU T3ar6: 1:1 c—o-6TE 23X I _ QR+I«4 V-�5 RE.44yg� X Lt1E'Eb20% 11 2'CRC PER Y ROADWAY 61 r{S 1'P+Y4;cD CITY or Raw ROCK DETNL-CRUSHED CITY OF DROOUND AIL w� 'T'h•�,� MFSTDW FFUEKIBE BASE DmT7xc 4Y Ro.W. %. 'PRo3-0,-T. (REM 242 TYPE A.GRADE 1 OR 2) 4'TYPE-TYPE B(RFL 341 IWC) Atli•4tl®I4 A WaaamA rt «MRD al W Pa i TYPICAL ROADWAY SECTION 'F' FROM STA 224+61.61 WT ro salt APPLICABLE 11' 11.8' I ¢RI TO END I I 1< 4•TOPSOIL Aw iSl �tF'-OF Tf 3:1MU I 2Z%1C • LJ I LCH It ROAMY N•�'. +1•f 2SX • _ _ _ 3r: * :• E> �• *.::.....................:.fi. j ;� 1 JAMES ..BREWER 2' i Q 2'Cac PER 2'CRC PER 2oX di ~• j a 64004 :1„ COY OF ROUND ROC*DETAE. ��. FjLyp Q � i t il•BASE-CI*7sITED vRas 11' 113' I 113' 11' j I ZONAL .-gads 11MESIONE WM It BASE � I . (11ET4 24i TYPE A cAIOE 1 OR 2) 2•TYPE C - I j !•TYPE B(IIFII 340 IR41C) 2P ""D �i TYPICAL TYPICAL ROADWAY SECTION 'D' '' 23X 2SX CROSS—SECTIONS FROM STA 211+93.11 NOT TO SCALE -- --- _ --- MULCH j TOSTA 213+57.00 2.09 ------------ ----- 2'CRC PER 2 CRC PER 20% O Mu t FaoM B�3c OF CURB ro RA.W. CITY OF Roue RaGc OETAL OIY OF MIND MCNEIL ROAD it•RISE-aa7slFn ROC*DEwI. 1AIESTONE FLE]OBIt BASE IMPROVEMENTS (ITEM 247 TYPE J%cRIDE 1 OR 2) 2•TYPE C PHASE I 4•TYPE B(REM 34o IWC) TYPICAL ROADWAY SECTION 'E' FROM STA 213+57.00 NOT TO SCALE TO STA 224+61.61 cA la�+ew n�I 5 Oi MULCH FROM BAC*OF CURB TO R.O.W. M/M TACE OF CURB O URO ~ STA 22{ 70,47.' ' f A 2OF CUM 25 ANY TOC. 6{ +26 S0 49.0' T v GRAPHIC SCALE IN FEET scN As Rmb. _ -767 0 25 50 75 100 ADA ,\ Sip,AAA SXIEMADI J (/) M �+ IPPR' S10Ew RPA7 P CRY OF I p PER CRY pFµJ$iW AU911N TLS. TIE-IN I 11E-IN TO EXIST. I FACE OF CURB O E7,. 0 U O T 790 960 2 sw BELL Bumm 24+61.81 Z _ 1 .1 ROW CONC. NOTES: TT.--- --- SW BE11 eUpm e� TECTM, 1.SEE SHEET 9 FOR TEMPORARY BENCHMARK INFORMATION, UM1TS-OF ML ---- O 2.SEE SHEETS 46 TO 50 FOR ---------- --- + PERMANENT SIGNING AND STRIPING N LOCATIONS AND DETAILS. N 3.SEE SHEETS 51 TO 53 FOR EROSION, SEDIMENTATION AND TREE PROTECTION LOCATIONS AND DETAILS. 4.ITEMS THAT REQUIRE'GRADE TO =_ - TYPICAL W SHALL BE CONSIDERED Z 5.GRADE SHOULDERS TO ENSURE ENN -..-- _ _ _______•_ ---------_________ — = DRAINAGE WITH NO MEAS OF __ __•____________________________ AND VEAfl 8't 2 PoNDING,TYPICAL SIN BELL B RN1E0 SPRINT/MCI BURI- `t.E� 19�� ALVES AND AGR NE ~V 6.EXISTING FENCE REMOVAL WILL BE Mrv- - , 7SUBSIDIARY.DIRT,MUD,TO OTHER BIDSITEM. _ PILLED TRACKED,OR OTHERWISE DEPOSITED ON EXISTING PAVED STREETS AND DRIVES SHALL BE IMMEDIATELY M C N D REMOVED MD CLEANED. R C PSCALE: HORIHORIZONTALL SCALE: LE; 1 SO FT. VERTICAL SCALE 1'= 10 FT. I d pVDE OW-1010110 t ASKIRIM Rr- CL- 1Ca .- I =- —U]?PAVFLfpT NMWF�bI IoIM�MFwr + -- PAVFNpi 19 r- 810 -'-N- l"%%% I� N- o � 't......... C- w11 N .* Z .......................IA. BREWER � Z •�ONAI `�G` '.e �IIiI --------- -- - 1 ROADWAY PLAN �' - .---- ----� ---- -------- -------- -— 1 Iso ,I ----- -- - - & PRonLE FROM STA. 223+00 TO STA. 229+00 i 1 McNEIL ROAD 780 IMPROVEMENTS PHASE 1 ILL GiL LS Goff ` - Edi l:of `•: �'•: Ma> _� `; 9A Nwe«-a�xl 31 2f C a Li G t3 C -T— r`.g Lf Y;a Lf `G Lf G` yf aac Cann 224+00 225+00 226+00 227+00 228+00MW aart. azr, aart. I ' • 1 1 -•I I ] 1i1 Ii'I� it log— I > . it •.i 1 1 it IL 3w r I• , , •ir.�..� ROADWAY PROME FRN STA. 2n+00 M STA. 235+00�•"hlat'Ep©v©m 1 `yam,•-+y.L-y YI V1•� .a, i ] a I �j�l���-7GTG�.;•itlYa�,���I��i��.����i�Za�aZ�G.�i"a��.��ZJG/�t�i�e��.i�="i/'G.—�����>• 1 a al Loy r 1 -__ 0011 MINES � _- ____ Qffll§ 000100111000 �� � ��� iiTtl _�1� ��= 111♦ :► no 10000001 mm _.r.�...r.i...r . _ ""�. tcU_0 � ��s��ji����.■� wm—iEVOWa���.+!rr� �' fEk�l��\iii .:���i�����■■t�■�����! ���� �� :� ..� . MOMMON! 0 MENUIENE 236+00 237+00 238+00 239+00 240+00 � o©®® GRAPHIC SCALE IN FEET IST.Sip.ADA D1Lc , OF LL/ 0 25 50 75 100 1 1 • 1 _Q LLl 1 ❑ SrA 244+6&46,24m LT. 1�� 1 1:1 1 r. WE110VL oast Prro1 4 wA1al exist IQ CZ) NOTES: 1 MBGF MXF 1.BEENCHSHEET MMK INFOR FORMATION.RMY — 0 2 PERMANENTSEE S SIGHI46 NG AND SIGHING + 50 FOR 1 LOCATIONS AND DETAILS. N 3.SEE SHEETS 1TO 53 OEROSION, SEDIMENTATION AND TREE PROTECTION N 1 LOCATIONS AND DETAILS. j 4.ITEMS THAT REOINL BE�TO Z — _ _-_______-_.____— —:---_ -_ W 5.GRADE SHOULDERS TO OSTO ENSURETYPICAL -- _ _ -: ------------------------- z_____-•-_--_______ POSITIVE DRAINAGE WITH NO AREAS OF -- �7 ----_ LIMITS --- SP -- = 6.PONDING,TYPICAL ENCE EXISTING F ENCE REMOVAL WILL BE _ ------- -- ---- = SUBSIDIARY 4To OTHER BID ITEM. 7.DIRT.MUD.DEBRIS.ETC.SPILLED .� TRACKED.OR OTHERWISE DEPOSITED ON EXISTING PAVED STREETS AND DRIVES SHALL BE IMMEDIATELY END NTN PAVEMENT REMOVED AND CLEANED. STA 146+6443 • 4 C N E I L A D BWEQMN SAW CDT Of EIOST PVMT. CDa1EA a INSTALL CURB AND GUTTER. UMBER FLECTION ANGLE ELTA ANGLE GREE OF CURVE - CHORD ANGENT IUs LENGTH - HORD LENGTH PROFILE SCALE: 7 3.27'54" 132754" 00'59'30' 681.97 5777.0 1357.65 1354.53 HORIZONTAL SCALE: 1"=50 Ff. 11CVERTICAL SCALE 1'= 10 FT. —• OLVE cw-✓YID s moa m.w- �o.. w.. — — —1 Ppmm 4uMin 10{114IIII�a♦ —— —— PAVpIDN 4ww -110 810 f.*..:............�............!.. JAMES M. BREWER a a n 800 11% 64004 � oF .1 N •.0 +� 3 I <� Gd d t OVAL• ,(d,o3 11 _-------% ROADWAY PLAN $ _ ---- 790 do PRORLE y .2.49 _-.m`.•'� --_—_ - ____ _____ -x _ R Z FROM STA 241+00 > I TO STA. 247+00 d I i MCNEIL ROAD z 780 IMPROVEMENTS ~ I _ PHASE I pq % ` lit, &`&'' `. „'' . . I e-1 IL eA11.LW lull 34 dtf F` G dt4 G LS G``d O` ti „ XL TUAs z 1luwsox 242+00 243+00 244+00 245+00 246+00 sm .e/— 1 1 1 mN10 No Text