33
Page 1 of 2 CITY OF MISSION SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION REQUEST FOR BIDS (RFB) 1. BID NO.: 18-153-03-19 4. BRIEF DESCRIPTION: 2. ISSUE DATE: March 05, 2018 Replacement of Traffic Signal Loop Detectors at Various Intersections 3. FOR INFORMATION CONTACT: (No collect calls) NAME: Crissy Cantu, Buyer TELEPHONE: (956) 580-8667 FAX: (956) 580-8798 E-MAIL: [email protected] 5. PRE-BID CONFERENCE/GENERAL CONTRACTORS MEETING: *** There will be a conference. *** LOCATION: CITY OF MISSION 1201 E. 8 TH STREET MISSION, TX 78572 DATE: March 12, 2018 TIME: 10:00 am 6. ADVERTISING DATES: 1 st Week of Advertisement Date: __03__/__05__/_18___ 2 nd Week of Advertisement Date: __03__/__12__/_18___ 7. SUBMIT OFFER TO: 8. OFFER SUBMISSION DUE DATE AND TIME: Mailing/Hand/Commercial Courier Delivery City of Mission Purchasing Department 1201 E. 8 th Street Room R-101 Mission, TX 78572 Bid # 18-153-03-19 DATE: March 19, 2018 TIME: 2:00 PM CST 9. No Facsimiles or late arrivals will be accepted. Any bids received after offer submission due date and time will not be opened and will be returned. City of Mission Purchasing Department time stamp clock will be the governing time for acceptability of bids. Overnight mail must also be properly labeled on the outside of the express envelope or package in reference to RFB. 10. SUBMIT WITH OFFER: Original offer and 2 photocopies including documents and attachments so indicated on Page 2 of this form. 11. Offers submitted in response to an RFB will be opened publicly by The City of Mission Purchasing Department, immediately after the submission due date and time. Offers submitted in response to an RFP will NOT be publicly opened. 12. FIRM OFFER PERIOD: Offers submitted shall remain firm for a period of 60 calendar days from the final due date for bids. 13. NOTE: For Invitation for Bids, “offer” and “offeror” mean “bid” and “bidder”. OFFER (To be completed by Offeror) 14. In compliance with the above, the undersigned agrees, if this offer is accepted within the period specified in Block 12, above, to furnish any or all items, or provide the service(s), upon which prices are offered in the Schedule at the price set opposite each item or service, and to deliver the item(s) and or perform the service(s) at the designated location(s) within the time specified. 15. BIDDERS NAME, ADDRESS: (Type or Print) 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN THE OFFER: (Type or Print) TELEPHONE: CELL PHONE: E-MAIL: FAX: 17. BIDDERS SIGNATURE & DATE: AWARD (To be completed by City of Mission) 18. TOTAL AMOUNT OF AWARD: 19. PURCHASING AGENT SIGNATURE & DATE OF AWARD: Name: Signature: ____________________________________ Date: ____/____/____

Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Page 1 of 2

CITY OF MISSION SOLICITATION, OFFER AND AWARD FORM

SOLICITATION INFORMATION

REQUEST FOR BIDS (RFB)

1. BID NO.: 18-153-03-19 4. BRIEF DESCRIPTION:

2. ISSUE DATE: March 05, 2018

Replacement of Traffic Signal Loop

Detectors at Various Intersections

3. FOR INFORMATION CONTACT: (No collect calls)

NAME: Crissy Cantu, Buyer

TELEPHONE: (956) 580-8667 FAX: (956) 580-8798

E-MAIL: [email protected]

5. PRE-BID CONFERENCE/GENERAL CONTRACTORS MEETING: *** There will be a conference. ***

LOCATION: CITY OF MISSION 1201 E. 8TH STREET MISSION, TX 78572

DATE: March 12, 2018 TIME: 10:00 am

6. ADVERTISING DATES: 1st Week of Advertisement Date: __03__/__05__/_18___ 2nd Week of Advertisement Date: __03__/__12__/_18___

7. SUBMIT OFFER TO: 8. OFFER SUBMISSION DUE DATE AND TIME:

Mailing/Hand/Commercial Courier Delivery

City of Mission Purchasing Department

1201 E. 8th Street Room R-101 Mission, TX 78572

Bid # 18-153-03-19

DATE: March 19, 2018

TIME: 2:00 PM CST

9. No Facsimiles or late arrivals will be accepted. Any bids received after offer submission due date and time will not be opened and will be returned. City of Mission Purchasing Department time stamp clock will be the governing time for acceptability of bids. Overnight mail must also be properly labeled on the outside of the express envelope or package in reference to RFB.

10. SUBMIT WITH OFFER: Original offer and 2 photocopies including documents and attachments so indicated on Page 2 of this form.

11. Offers submitted in response to an RFB will be opened publicly by The City of Mission Purchasing Department, immediately after the submission due date and time. Offers submitted in response to an RFP will NOT be publicly opened.

12. FIRM OFFER PERIOD: Offers submitted shall remain firm for a period of 60 calendar days from the final due date for bids.

13. NOTE: For Invitation for Bids, “offer” and “offeror” mean “bid” and “bidder”.

OFFER (To be completed by Offeror)

14. In compliance with the above, the undersigned agrees, if this offer is accepted within the period specified in Block 12, above, to furnish any or all items, or provide the service(s), upon which prices are offered in the Schedule at the price set opposite each item or service, and to deliver the item(s) and or perform the service(s) at the designated location(s) within the time specified.

15. BIDDERS NAME, ADDRESS: (Type or Print) 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN THE OFFER: (Type or Print)

TELEPHONE: CELL PHONE:

E-MAIL: FAX:

17. BIDDERS SIGNATURE & DATE:

AWARD (To be completed by City of Mission)

18. TOTAL AMOUNT OF AWARD:

19. PURCHASING AGENT SIGNATURE & DATE OF AWARD:

Name:

Signature: ____________________________________

Date: ____/____/____

Page 2: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Page 2 of 2

SOLICITATION INDEX

20. CONTENTS: (DOCUMENTS WITH A YES ARE TO BE SUBMITTED WITH OFFER)

NAME FORM DESCRIPTION SUBMIT WITH OFFER?

Cover Sheet

Solicitation, Offer and Award Form (Complete in its entirety to include Sign and Date)

YES

Instructions to Bidders

General Terms & Conditions

YES

Bid Bond of 5% of Total Amount of Bid YES

Delivery Terms YES

Insurance Certificate NO

Specifications/Scope of Work

Description of Replacement of Traffic Signal Loop Detectors at Various Intersections

YES

Non-Collusive Bidding Certificate Vendor Acknowledgement Form YES

Pricing Schedule Signed and Completed YES

Addenda Checklist Confirmation Receipt of Addendum(s) YES

Disclosure of Interested Parties Certificate of Interested Parties NO

Bidder’s General Questionnaire General Questions (Supporting Documentations) YES

Schedule of Subcontractor(s)/Subconsultant(s)

Attachment #1

YES

CIQ Questionnaire Conflict of Interest Questionnaire YES

Contractor Site Visit Checklist Contractor Site Visit Checklist YES

21. ACKNOWLEDGMENT OF ADDENDUMS: ADDENDUMS # DATE ADDENDUMS # DATE

Offeror acknowledges receipt of the following addendum(s) to the solicitation: (Identify addendum number and date of each.)

****Firm name and authorized signature must appear on each page that calls

For this information. Failure to do so may disqualify your Bid ****

Page 3: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 1 of 16

Revised 09-06

City of Mission

Instructions to Bidder – General Terms & Conditions

Replacement of Traffic Signal Loop Detectors at Various Intersections Bid#18-153-03-19 Please read your scope of service thoroughly and be sure that the offered complies with all requirements. If you are

the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various

Intersections” be provided as specified.

(1) Sealed bids will be received for “Replacement of Traffic Signal Loop Detectors at Various Intersections” in

accordance with the scope of service attached hereto.

(2) The Scope of Service are the minimum requirements. There is no intention to disqualify any bidder who can

exceed the scope of service.

(3) One (1) original and two (2) copies of RFB must be enclosed in a sealed envelope with vendor’s name and

return address clearly typed/printed on upper left hand corner and proper notation clearly type/printed on

the lower left hand corner “Request for Bids” –“Replacement of Traffic Signal Loop Detectors at Various

Intersections” and delivered to City of Mission Purchasing Department, 1201 East 8th Street, R-101, Mission,

Texas 78572 on or before 2:00 p.m., Monday, March 19, 2018. No Facimiles or late arrivals will be accepted.

Any RFB received after that time will not be opened and will be returned. Overnight mail must also be

properly labeled on the outside of express envelope or package in reference to RFB.

(4) Bids must give full firm name and address of bidder, and be manually signed. Failure to do so may disqualify

your Bid. Person signing bid must show title or AUTHORITY TO BIND HIS FIRM IN A CONTRACT.

Firm name and authorized signature must appear on each page that calls for this information.

(5) Interest of Public Officials

The offeror represents and warrants that no employee, official, or member of the Council (Executive

Committee) of the City is or will be peculiarly interested in or benefited directly or indirectly as a result of

this contract.

(6) Covenant Against Gratuities

The offeror represents as part of its offer that neither it nor any of its employees, representatives or agents

have offered or given gratuities (in the form of entertainment, gifts or otherwise) to any director, officer or

employee of the City with the view toward securing favorable treatment in the awarding, amending, or the

making of any determination with respect to the performing of the contract.

(7) Preparation of Bids

(a)Bidders are expected to examine the Pricing Schedule, General Terms & Conditions, all drawings,

specifications, the statement of work, and all other provisions of, and attachments to, the solicitation,

whether incorporated by reference or otherwise, prior to the submission of bids. Failure to do so will be at

the bidder's risk.

(b)Each bidder shall furnish the information required by the solicitation. Bids shall be submitted on the bid

form contained in the solicitation. Bidders shall sign and print or type their name on the bid form and each

continuation sheet on which they make an entry. Erasures or other changes must be initialed by the person

signing the bid. Bids signed by an agent of the bidder (other than an officer or a partner of the bidder) are

to be accompanied by evidence of the agent's authority (unless such evidence has been previously furnished

to the City).

(c)All blanks on the bid form shall be filled in by typewriter or printed in ink with a firm fixed unit price

for items bid. Unit prices shall include packing unless otherwise specified. In case of any discrepancy

between a unit price and any extended or total price required by the bid form, the unit price will be

presumed to be correct, subject, however, to correction to the same extent and in the same manner as any

other mistake.

Page 4: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 2 of 16

Revised 09-06

(d)Bids for property or services other than those specified in the Schedule will not be considered unless

specifically authorized in the solicitation. Any condition, qualification, or limitation of the bid may be a

basis for rejection of the bid as nonresponsive.

(e)The bidder must state a definite time for delivery of property or for performance of services unless

otherwise specified in the solicitation. All measurements shall be in the system of weights and measures in

common usage in the United States, and pricing shall be in U.S. dollars.

(8) Submission of Bids

(a) Bids and modifications thereof shall be enclosed in sealed envelopes or sealed cartons and submitted to

the Buyer of the City of Mission at the address specified in the solicitation. The bidder shall show the hour

and date specified in the solicitation for receipt of bids, the solicitation number, and the bidder's name,

address, and telephone number on the face of the envelope or carton.

(b) Telegraphic bids will not be considered unless authorized by the solicitation; however, bids may be

modified or withdrawn by written or telegraphic notice, provided such notice is received prior to the hour

and date specified for receipt of bids.

(c) Samples of items, when required, must be submitted within the time specified and, unless otherwise

specified in the solicitation, at no expense to the City. If not destroyed by testing, samples will be returned

at the bidder's request and expense, unless otherwise specified in the solicitation.

(d) Each copy of the bid shall include the legal name of the bidder and a statement whether the bidder is a

sole proprietorship, a corporation, or any other legal entity. A bid for a corporation shall further give the

state of incorporation and have the corporate seal affixed to it.

(9) Explanation to Bidders

Any explanation desired by a bidder regarding the meaning or interpretation of the solicitation, drawings,

specifications, etc., must be requested in writing from the City’s authorized representative and with

sufficient time allowed for a reply to reach bidders before the submission of bids. Any communication

held with city employees, council members, or representatives other than the purchasing staff may be

subject to rejection of bid. Oral explanations or instructions given before the award of any contract, at

any pre-bid conferences or otherwise, will not be binding on the City. Any information given to a bidder

concerning an interpretation of the solicitation will be furnished to all bidders as an addendum to the

solicitation, if such information is necessary to bidders in submitting bids on the solicitation or if the lack of

such information would be prejudicial to uninformed bidders.

(10) Acknowledgment of Addendums to Invitation for Bids

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(b) Bidders shall acknowledge receipt of any addendums to this solicitation: (1) by signing and returning the

addendums; or (2) by identifying the addendums number and date in the space provided for this purpose on the

bid form; or (3) by letter or telegram. The City must receive the acknowledgment by the time and at the place

specified for receipt of bids.

(11) Bids cannot be altered or amended after opening time. Alterations made before opening time must be initialed

by bidder guaranteeing authenticity. No Bid may be withdrawn after opening time without acceptable reason in

writing and only after approval by the City of Mission.

(12) STATE SALES TAX MUST NOT BE INCLUDED IN BID.

(13) No substitutions or cancellations permitted without written approval of the City of Mission.

Page 5: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 3 of 16

Revised 09-06

(14) Any additions, deletions, or variations from the following specifications will not be allowed. Any parts not

specifically mentioned which are necessary for the work to be complete and for use or which are normally

furnished as standard equipment shall be furnished by the successful Bidder and shall confirm in strength, quality,

and workmanship to the accepted standard of the industry.

(15) Number of days required to deliver “Replacement of Traffic Signal Loop Detectors at Various

Intersections” after receiving order must be stated in bid. Failure to so state will obligate bidder to complete the

project within forty-five (45) calendar days.

a) Completion/Acceptance of project should not exceed 45 calendar days. Exceeding the number of

days shall result in rejection of bid.

Days to complete work as per scope of work/specs after receipt of notice to proceed: _________ calendar

days.

(16) When delay can be foreseen, bidder shall give prior notice to the City of Mission. Bidder must keep City of

Mission advised at all times of status of order. Default in promised delivery (without acceptable reasons) or

failure to meet specifications, authorizes the City of Mission to purchase such deliver “Replacement of Traffic

Signal Loop Detectors at Various Intersections” off contract. The contractor will be liable for any increase in

cost incurred due to defaulting for “Replacement of Traffic Signal Loop Detectors at Various Intersections”.

a. Acceptable reasons for delayed delivery(ies) are as follows; Act of God (floods, tornadoes, hurricanes,

etc.), acts of government, fire strikes, war or any actions beyond the control of the successful Bidder.

(17) Construction Schedule

(a) Promptly after contract award within seven (7) calendar days, the Contractor shall meet with the City

Engineer and Purchasing Staff to discuss project scheduling and, at that meeting, shall submit a practicable

schedule showing the order in which the Contractor proposes to perform the work and the dates on which

the Contractor contemplates starting and completing the several salient features of the work (including

acquiring materials, plant, and equipment). The schedule shall be in the form of a network analysis of

suitable scale to indicate appropriately the percentage of the Contractor's work breakdown schedule which

will be completed by any given date during the period. If the Contractor fails to submit a schedule within

the time prescribed, Purchasing may proceed with termination and collection on bonds.

(b) The Contractor shall enter the actual progress on the schedule as directed by the City Engineer and, upon

doing so, immediately shall deliver a copy of the annotated schedule to the City Engineer. If, in the opinion

of the City Engineer, the Contractor falls behind the approved schedule, the Contractor shall take steps

necessary to improve its progress, including those that may be required by the City Engineer, without

additional cost to the City. In this circumstance, the City Engineer may require the Contractor to increase

the number of shifts, overtime operations, days of work, and/or the amount of construction plant, and to

submit for approval any supplementary schedule or schedules in chart form as the City Engineer deems

necessary to demonstrate how the approved rate of progress will be regained.

(c) Failure of the Contractor to comply with the requirements of the City Engineer under this clause shall be

grounds for a determination by the City Engineer that the Contractor is not prosecuting the work with

sufficient diligence to ensure completion within the time specified in the contract. Upon making this

determination, the City Engineer and Purchasing Director may terminate the Contractor's right to proceed

with the work, or any separable part of it, in accordance with the terms of this contract.

(18) Default

(a) If the Contractor refuses or fails (i) to commence the work within the time required by this contract, (ii)

to prosecute the work or any separable part with the diligence that will ensure its completion within the

time specified in this contract, including any extension, (iii) to provide sufficient and properly skilled

workmen or proper materials or equipment to complete the work in an acceptable manner and without

delay, (iv) to promptly pay its subcontractors, laborers, and materialmen, (v) to perform any of its other

obligations under this contract, or (vi) to complete the work within the time specified in this contract

Page 6: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 4 of 16

Revised 09-06

("events of default"), the City may, by written notice to the Contractor, terminate the right to proceed

with the work (or the separable part of the work). In this event, the City may take over the work and

complete it by contract or otherwise, and may take possession of and use any materials, appliances, and

plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable

for any damage to the City resulting from events of default, whether or not the Contractor's right to

proceed with the work is terminated. This liability includes any increased costs incurred by the City in

completing the work.

(b) The Contractor's right to proceed shall not be terminated because of delays nor the Contractor charged with

damages under this clause, if --

(1) the delay in completing the work arises from unforeseeable causes beyond the control and without

the fault or negligence of the Contractor (examples of such causes include (i) acts of God or of the public

enemy, (ii) acts of the City in either its public or contractual capacity, (iii) acts of another Contractor in

the performance of a contract with the City, (iv) fires, (v) floods, (vi) epidemics, (vii) quarantine

restrictions, (viii) strikes, (ix) freight embargoes, (x) unusually severe weather, or (xi) delays of

subcontractors or suppliers at any tier arising from unforeseeable causes beyond the control and without

the fault or negligence of both the Contractor and the subcontractors or suppliers); and

(2) the Contractor, within 10 days from the beginning of any delay (unless extended by the City

Engineer), notifies the City Engineer and Purchasing Staff in writing of the causes of delay. The City

Engineer shall ascertain the facts and the extent of the delay. If, in the judgment of the City Engineer,

the findings of fact warrant such action, the time for completing the work shall be extended.

(c) The rights and remedies of the City in this clause are in addition to any other rights and remedies

provided by law or under this contract. Time is of the essence for all delivery, performance, submittal,

and completion dates in this contract.

(19) Evaluation and Basis for Award

(A) One Award

One lump sum contract award is anticipated under this solicitation. Multiple contract awards shall not be

made. It is the intent of the City of Mission to award the bid to the lowest responsive and responsible

bidder or to the bidder who provides goods or services at the best value for the municipality. Upon the

City’s issuing an award of this bid, this bid shall be countersigned by an authorized representative of the

City which will result in a binding contract without further action by either party.

(B) In determining the responsibility of a bidder, the city will consider several factors, including but not limited

to:

1. Experience;

2. Capacity;

3. Past performance with previous government contracts; and

4. Safety record.

If after reviewing all relevant factors, the lowest bidder is deemed not responsible, the city will reject said

bidder’s bid and proceed to evaluate the next lowest bidder. This process will continue until the lowest

responsible bidder is determined.

Any bidder that has been deemed not responsible will be given an opportunity to present written evidence

of responsibility upon request.

(20) The City may hold Bids 60 days after Bid opening without taking action. Bidders are required to hold their

Bids firm for same period of time.

(21) The City of Mission reserves the right to reject any or all bids, to waive any or all formalities or technicalities,

and to make such awards of contract as may be deemed to be the best and most advantageous to the City of

Mission.

Page 7: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 5 of 16

Revised 09-06

(22) Unless otherwise specified, any catalog or manufacturer’s reference or brand name used in describing an item is

merely descriptive, and not restrictive, and is used only to indicate type, style or quality of material desired. If a

bidder quotes on an article other than the one specified, which he/she considers comparable, the name and grade

of said article must be specified in the bid and sufficient specifications and descriptive date must accompany

same to permit thorough evaluation. In the absence of these qualifications, he/she will be expected to furnish the

article called for.

(23) The Bidder agrees to indemnify and save harmless the City, the Purchasing Agent and any assistants from all

suits and actions of every nature and descriptive brought against them or any of them, for or on account of the use

of patented appliances, products or processes, and he/she shall pay all royalties and charges which are legal and

equitable. Evidence of such payment or satisfaction shall be submitted upon request of the Purchasing Agent, as

a necessary requirement in connection with the final estimate for payment in which such patented appliance,

products or processes are used.

(24) Bidder shall carefully examine the bid forms, general terms and conditions, specifications, and

instructions to Bidder. Should the Bidder find discrepancies in, or omissions from Bid forms, specifications, or

other documents, or should he/she be in doubt as to their meaning, he/she should at once notify the Purchasing

Agent (Mission City Hall, (956) 580-8667) and obtain clarification by addendum prior to submitting any Bid.

(25) BILLING AND PAYMENT INSTRUCTIONS:

Invoices must include:

a. Name and address of successful vendor

b. Name and address of receiving department or official

c. Purchase Order Number (if any)

d. Notation - “Replacement of Traffic Signal Loop Detectors at Various Intersections”

e. Descriptive information as to the items or services delivered, including product code, item number,

quantity etc.

The City of Mission will execute payment by mail within thirty (30) working days after each percentage of

work has been completed and found to meet specifications for “Replacement of Traffic Signal Loop

Detectors at Various Intersections” as indicated below. No other method of payment will be considered.

Payment will be authorized in the following manner:

Payment #1: 45% of price at 50% completion

Payment #2: 45% of price at 100% completion

Payment #3: (10% Retainage) 31 days after completion of project

The City of Mission will execute payment by mail within thirty (30) working days after “Replacement of Traffic

Signal Loop Detectors at Various Intersections” have (has) been received/completed and found to meet the

City of Mission requirements. No other method of payment will be considered.

(26) The geographical location(s) of bidder’s facilities referenced “Replacement of Traffic Signal Loop Detectors

at Various Intersections” are given due consideration in determining the lowest responsible bidder. All items

will be evaluated and awarded individually on in any combination thereof.

(27) Funds for this procurement have been provided through the City budget for this fiscal year only. City, on an

annual basis, has the right to reconsider a contract during the budget process for the ensuing years if financial

resources of City are insufficient to meet the liabilities of said contract. The award of a bid or contract hereunder

will not be construed to create a debt of the City which is payable out of funds beyond the current fiscal year.

(28) The bidder is specifically advised that the bid must be accompanied by a bid bond from a reliable surety

company licensed to operate in the State of Texas, totaling five percent (5%) of the total amount of the bid for

each project, as a guaranty that if awarded the bid, the bidder shall meet all specification requirements and

delivery date(s). A certified cashier’s check will be allowed in lieu of a bid bond for five (5%) of the total

amount for each project.

a) Bidder’s failure to comply with specification requirements and delivery date(s) shall forfeit the

check(s) or bid bond(s) as identified in this paragraph of these general terms and conditions to

Page 8: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 6 of 16

Revised 09-06

bidders. Such check(s) or bid bond(s) will be returned to all except three lowest bidders within

ten(10) business days after opening of bids, and the remaining check(s) or bid bond(s) to exclude the

successful bidders will be returned promptly after an official awarded of contract.

b) Certified cashier’s check or bid bond from a reliable surety company of the awarded bidder shall be

returned upon receipt of final delivery/acceptance of said goods or services along with

payment/performance bond(s) by the Owner. If no award has been made within (60) days after

opening of bids, check(s) and/or bid bond(s) will be returned accordingly.

(29) All contracts shall require the contractor, before beginning the work, to execute to the City a payment of bond

of the contract amount if in excess of $25,000.00 and a performance bond if the contract is in excess of

$100,000.00.

(30) Bidders are advised that any part of the scope of service/specifications that are not met within the time of

delivery regardless of how major or minor it might be or shall be grounds for none acceptance of delivery and

forfeiture of bid bond.

(31) The City of Mission reserves the right to waive or take exception to any part of the specifications when in the

best interest of the City of Mission.

(32) LIQUIDATED DAMAGES FOR DELAY: And the CONTRACTOR agrees that time is the essence of this

contract, and that for each day of delay beyond the number of working days herein agreed upon for the completion

of the work herein specified and contracted for (after due allowance for such extension of time as is provided for

under Extension of Time herein) above the OWNER may withhold permanently for the CONTRACTOR’S total

compensation, the sum of two hundred per day Dollars $200.00/day) as stipulated

damages for such delay.

(33) Accident Prevention

(a) In performing this contract, the Contractor shall provide for protecting the lives and health of employees

and other persons; preventing damage to property, materials, supplies, and equipment; and avoiding work

interruptions. For these purposes, the Contractor shall: (1) provide appropriate safety barricades, signs,

and signal lights; (2) comply with all safety standards required by federal, state, or local law and any

additional standards customarily employed in connection with the type of work being performed or the

conditions at the site; and (3) ensure that any additional measures the City Engineer determines to be

reasonably necessary for this purpose are taken.

(b) The Contractor shall maintain an accurate record of exposure data on all accidents incident to work

performed under this contract resulting in death, traumatic injury, occupational disease, or damage to

property, materials, supplies, or equipment. The Contractor shall report this data in the manner prescribed

by the Purchasing Staff.

(c) The Contracting Officer shall notify the Buyer of any noncompliance with these requirements and of the

corrective action required. This notice, when delivered to the Contractor or the Contractor's representative

at the site of the work, shall be deemed sufficient notice of the noncompliance and corrective action

required. After receiving the notice, the Contractor shall immediately take corrective action. If the

Contractor fails or refuses to take corrective action promptly, the City Engineer may issue an order stopping

all or part of the work until satisfactory corrective action has been taken. The Contractor shall not base

any claim or request for equitable adjustment for additional time or money on any stop order issued under

these circumstances.

(d) The Contractor shall be responsible for its subcontractors' compliance with this clause.

(34) Permits and Responsibilities

The Contractor shall, without additional expense to the City, be responsible for obtaining any necessary licenses and

permits and for complying with any federal, state, county, and municipal laws, codes, and regulations applicable to

the performance of the work, including, but not limited to, any laws or regulations requiring the use of licensed

Page 9: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 7 of 16

Revised 09-06

contractors to perform parts of the work. The Contractor also shall be responsible for all damages to persons or

property that occur as a result of the Contractor's fault or negligence and shall take proper safety and health

precautions to protect the work, the workers, the public, and the property of others. The Contractor also shall be

responsible for all materials delivered and work performed until completion and acceptance of the entire work,

except for any completed unit of work which may have been accepted under the contract.

(35) Insurance Requirements for Supply/Services and/or Construction

(a) Required Coverage. The Contractor shall, at all times during the term of this contract and extended terms

thereof, provide and maintain the following types of insurance protecting the interests of the City of Mission

and the Contractor with limits of liability not less than those specified below.

Commercial General Liability insurance or its equivalent, listing City of Mission as an additional insured,

providing limits of not less than $500,000 for bodily injury and property damage per occurrence, consistent with

potential exposure to City under the Texas Tort Claims Act. Coverage should include injury to or death of

persons and property damage claims arising out of the services, construction, etc. provided with a general

aggregate of $1,000,000, and a products and completed operations aggregate of $1,000,000. Coverage should

include: Damaged to rented premises at a minimum of $100,000 per occurrence. There shall not be any policy

exclusions or limitations for the following as well:

Contractual Liability covering Contractor's obligations herein

Personal Injury Advertising Liability

Medical Payments

Fire Damage Legal Liability

Broad Form Property Damage

Liability for Independent Contractors

(b) Automobile liability insurance policy with combined single limit of at least Five Hundred Thousand Dollars

($500,000.00) per occurrence, consistent with potential exposure to City under the Texas Tort Claims Act.

(c) Uninsured/Underinsured motorist coverage in an amount equal to the bodily injury limits set forth immediately

above;

(d) A Five Hundred Thousand Dollar ($500,000.00) Comprehensive General Liability insurance policy providing

additional coverage to all underlying liabilities of City consistent with potential exposure of City under the

Texas Tort Claims Act;

(e) Workers’ Compensation and Employers’ Liability- insurance is equivalent to State of Texas Workers’

Compensation Statutory Limits, providing limits of not less than $1,000,000 for each accident, each disease

per employee $1,000,000, and policy limit of no less than $1,000,000. There shall not be any policy

exclusions or limitations.

(f) Certificates of Insurance. Before commencing execution of this contract, and within 7 calendar days from date

of award of contract, the Contractor shall furnish Original proof of insurance via Certificates of Insurance

satisfactory to the City of Mission at the following addresses,

City of Mission

Eduardo Belmarez, Purchasing Director

1201 E. 8th Street, R-101

Mission, TX 78572

Bid # 18-153-03-19

evidencing that insurance as required by paragraph (a) above is in force, stating policy number dates of

expiration and limits of liability thereunder. All copies of policies and Certificates of Insurance submitted to

the City shall be in a form and content acceptable to the City.

Page 10: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 8 of 16

Revised 09-06

(g) Approval of Forms and Companies. All coverage described in this contract shall be in a form and content

satisfactory to the Purchasing Agent. No party subject to the provisions of this contract shall violate or

knowingly permit to be violated any of the provisions of the policies of insurance described herein. All

insurance should be provided by insurance companies with a Best’s rating of A- or better. Please include

proof of such rating with your coverage documents.

(h) Additional Insured Endorsement. The policy or policies providing Commercial General Liability, and as

otherwise required above, shall be endorsed to name City of Mission, their directors, officers, representatives,

agents, and employees as Additional Insurers with respects to operations performed by or on behalf of the

Contractor in the performance of this contract via ISO endorsements CG 2037 or its equivalent. The policy

shall also be endorsed to name other interests as directed by City of Mission.

(i) Notice of Cancellation or Material Changes. Policies and/or Certificates shall specifically provide that a

thirty (30) day notice of cancellation, non-renewal, or material change be sent to the City.

(j) Multiple Policies. The limits of liability as required above may be provided by a single policy of insurance

or a combination of primary, excess, or umbrella liability policies. But in no event shall the total limit of

liability of any one occurrence or accident be less that the amount shown above.

(k) Deductibles. Companies issuing the insurance policies and the Contractor shall have no recourse against the

City for payment of any premiums or assessments for any deductibles, as all such premiums and deductibles

are the sole responsibility and risk of the Contractor.

(l) Subcontractors. If any part of the work is sublet, the Contractor shall require any and all subcontractors

performing work under this contract to carry General Liability and Products, and Construction Liability

Insurance, with limits of liability that Contractor shall deem appropriate and adequate to protect the interests

of the City. In the event a subcontractor is unable to furnish insurance in accordance to section (a) above,

the Contractor shall endorse the subcontractor as an Additional Insured. Insurance certificates for

subcontractors shall be furnished to the City of Mission upon request.

(m) No Release. The carrying of the above-described coverage shall in no way be interpreted as relieving the

Contractor of any other responsibility or liability under this agreement, or any applicable law, statute,

regulation, or order.

(36) Inspection of Construction

(a) The word "work" includes, but is not limited to, materials, workmanship, and manufacture and fabrication of

components.

(b) The Contractor shall maintain an adequate inspection system and perform such inspections as will ensure that

the work called for by this contract conforms to contract requirements. The Contractor shall maintain

complete inspection records and make them available to the City. All work shall be conducted under the

general direction of the Engineer and is subject to inspection and testing by the City at all places and at all

reasonable times before acceptance to ensure strict compliance with the terms of the contract.

(c) Inspections and tests by the City are for the sole benefit of the City and do not: (1) relieve the Contractor of

responsibility for providing adequate quality control measures; (2) relieve the Contractor of responsibility for

damage to or loss of the material before acceptance; (3) constitute or imply acceptance; or (4) affect the

continuing rights of the City after acceptance of the completed work under paragraph (i) below.

(d) The presence or absence of an inspector from the City does not relieve the Contractor from any contract

requirement, nor is the inspector authorized to change any term or condition of the specifications without the

Engineers written authorization.

(e) The Contractor shall promptly furnish, without additional charge, all facilities, labor, and material reasonably

needed for performing such safe and convenient inspections and tests as may be required by the Engineer.

The City may charge to the Contractor any additional cost of inspection or test when work is not ready at the

Page 11: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 9 of 16

Revised 09-06

time specified by the Contractor for inspection or test, or when prior rejection makes reinspection or retest

necessary. The City shall perform all inspections and tests in a manner that will not unnecessarily delay the

work. Special, full size, and performance tests shall be performed as described in the contract.

(f) The Contractor shall, without charge, replace or correct work found by the Engineer not to conform to

contract requirements, unless in the public interest the City consents to accept the work with an appropriate

downward adjustment in contract price. The Contractor shall promptly segregate and remove rejected

material from the premises.

(g) If the Contractor does not promptly replace or correct rejected work, the City may (1) by contract or otherwise,

replace or correct the work and charge the cost to the Contractor or (2) terminate for default the Contractor's

right to proceed.

(h) If, before acceptance of the entire work, the City decides to examine already completed work by removing it

or tearing it out, the Contractor, on request, shall promptly furnish all necessary facilities, labor, and material.

If the work is found to be defective or nonconforming in any material respect due to the fault of the Contractor

or its subcontractors, the Contractor shall defray the expenses of the examination and of satisfactory

reconstruction. However, if the work is found to meet contract requirements, the Engineer shall make an

equitable adjustment for the additional services involved in the examination and reconstruction, including, if

completion of the work was thereby delayed, an extension of time.

(i) Unless otherwise specified in the contract, the City shall accept, as promptly as practicable after completion

and inspection, all work required by the contract or that portion of the work the Engineer determines can be

accepted separately. Acceptance shall be final and conclusive except for latent defects, fraud, gross mistakes

amounting to fraud, or the City's rights under any warranty or guarantee.

(37) Municipality's Right to Carry Out the Work

If the Contractor fails or refuses to carry out all or any part of the work in accordance with the contract

requirements or within the contract schedule and fails or refuses to correct such deficiency within seven (7) days

of receipt of written or verbal notice thereof from the City of Mission, the City, in its sole discretion and without

waiving any other rights it may have, may elect to correct such deficiencies and charge the Contractor the cost of

such corrections. Nothing in this clause shall relieve the Contractor of its obligation to perform the remainder of

the work in accordance with the contract.

(38) Bidders must comply with all applicable federal, state, and local laws, rules, regulations and ordinances and

statues relating to purchasing in the State of Texas in addition to the requirements of this form.

(39) Bidders are advised that they must be in compliance with the below mentioned law:

CHAPTER 176 OF THE TEXAS LOCAL GOVERNMENT CODE

Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or

person considering doing business with a local government entity disclose in the Questionnaire Form CIQ,

the vendor or person’s affiliation or business relationship that might cause a conflict of interest with a local

government entity. By law, this questionnaire must be filed with the records administrator of the City of

Mission not later than the 7th business day after the date the person becomes aware of facts that require the

statement be filed. See Section 176.006, Local Government Code. A person commits an offense if the person

violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor.

For more information or to obtain Questionnaire CIQ go to the Texas Ethics Commission web page at

www.ethics.state.tx.us/forms/CIQ.pdf.

IF YOU HAVE ANY QUESTIONS ABOUT COMPLIANCE, PLEASE CONSULT YOUR OWN

LEGAL COUNSEL. COMPLIANCE IS THE INDIVIDUAL RESPONSIBILITY OF EACH

PERSON OR AGENT OF A PERSON WHO IS SUBJECT TO THE FILING REQUIREMENT. AN

OFFENSE UNDER CHAPTER 176 IS A CLASS “C” MISDEMEANOR.

Page 12: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 10 of 16

Revised 09-06

(40) Disclosure of Interested Parties

Contractor is to comply with Government Code Section 2252.908 enacted by H.B. 1295, which prohibits a

government entity or state agency from entering into certain contracts with a business entity unless the business

entity submits a disclosure of interested parties. For more information go to the Texas Ethics Commission web

page at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm

(41) Termination of Contract: The City of Mission reserves the right to terminate the contract if, in the opinion of

the City of Mission, the successful vendor’s performance is not acceptable, if the City is being repeatedly

overcharged, improperly charged, no funds available, or if the City wishes, without cause, to discontinue this

contract. Termination will be in written form allowing a 30-day notice.

(42) Appeal Process

An appeal may be brought by the lowest bidder deemed to have been non-responsive and/or not responsible. Appeals

are limited to the following:

1. Matters of bias, discrimination, or conflict of interest

2. Computing errors and alleged improprieties or ambiguities in bid specifications; and

3. Non-compliance with procedures described in solicitation or City Policy.

The appeal must be in writing and shall be filed with the Purchasing Director at:

City of Mission

1201 E. 8th Street, Room R-101

Mission, Texas 78572

Appeals must include the following information:

a. Name, address, email, telephone and fax number of appellant;

b. Bid identification number;

c. A detailed description of the legal and factual basis of the appeal (include any and all relevant

documents, diagrams, photos, etc.);

d. The desired outcome/solution;

e. Signed and dated

All appeals must be filed within three (3) working days from the date of award by City Council. Untimely appeals

will not be considered. Upon receipt of the appeal, the Purchasing Director will have three (3) working days to attempt

to clarify or resolve any issues addressed in the request for appeal.

If the appeal is not resolved with the Purchasing Director, then it shall be considered at a public hearing at the next

City Council meeting. All determinations made by the City Council are final.

Page 13: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 11 of 16

Revised 09-06

CITY OF MISSION

Scope of Work BID NAME/NO.: “Replacement of Traffic Signal Loop Detectors at Various Intersections” /

Bid #: 18-153-03-19

Scope of Work: The City of Mission is accepting bids for Replacement of Traffic Signal Loop

Detectors at Various Intersections

Site Preparation

I. SIGNING AND TRAFFIC CONTROL PLAN

The CRP will comply with the Manual on Uniform Traffic Control Devices. Signs, sign stands and safety

flags required to protect the traveling public shall be furnished by the CRP. The CRP will be responsible for

the maintenance, repairs and replacement of all signs, and flags.

Place “Mowers Ahead” signs a maximum of 2 miles apart plus an additional 750’ (feet) spacing ahead of the

beginning point of the Mowing area.

Page 14: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 12 of 16

Revised 09-06

CITY OF MISSION

PRICING SCHEDULE BID NAME/NO.: “Replacement of Traffic Signal Loop Detectors at Various Intersections” / 18-153-03-19

No. Qty UOM Item Description Lump Sum Total

1.

1

LS

Replacement of Traffic Signal Loop

Detectors at Various Intersections

$____________________

2. Miscellaneous Allowance $ 20,000.00

3.

Total Lump Sump Amount $____________________

For any questions directly regarding the “Replacement of Traffic Signal Loop Detectors at Various

Intersections””, please call Crissy Cantu, Purchasing Director at (956) 580-8667.

Company Name: __________________________________________

Owner or President Name: __________________________________________

Company Address: __________________________________________

City, State, Zip Code: __________________________________________

Telephone Number: __________________________________________

Fax Number: __________________________________________

Email: __________________________________________

Tax ID Number: __________________________________________

__________________________________ ________

*Company Representative’s Signature Date

_________________________________________

Company Representative’s Name (Please Print)

_________________________________________

Company Representative’s Title

*Signature on this form indicates agreement with “Instructions to Bidder-General Terms and Conditions and Pricing Schedule”

Page 15: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 13 of 16

Revised 09-06

CITY OF MISSION Attachment 1 to General Terms and Conditions - Schedule of

Subcontractor(s)/Subconsultant(s) Offerors should provide information on all of their prospective subcontractor(s)/subconsultant(s) who submit bids/proposals in support of this solicitation. Use additional sheets as needed. Project Name: “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Solicitation Number: Bid No: 18-153-03-19

Name of Prime Contractor: ________________________________________________

NAMES AND ADDRESSES OF

SUBCONTRACTOR(S)/SUBCONSULTANT(S) TYPE OF WORK TO BE

PERFORMED MINORITY OR

WOMAN FIRM? (Check all that apply)

PREVIOUS YEAR'S

ANNUAL GROSS

RECEIPTS NAME:

ADDRESS:

PHONE:

FAX: E-MAIL:

TAX ID #: CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME:

ADDRESS:

PHONE:

FAX: E-MAIL: TAX ID #:

CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME: ADDRESS:

PHONE: FAX: E-MAIL:

TAX ID #:

CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME:

ADDRESS:

PHONE:

FAX: E-MAIL: TAX ID #:

CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME: ADDRESS:

PHONE: FAX: E-MAIL:

TAX ID #:

CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME:

ADDRESS:

PHONE:

FAX: E-MAIL:

TAX ID #: CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

Name/Title of Person completing this form: ___________________________________

Signature____________________________________________ Date_____________________

Page 16: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 14 of 16

Revised 09-06

CITY OF MISSION

VENDOR ACKNOWLEDGMENT FORM - NON-COLLUSIVE BIDDING CERTIFICATION

Bid Name/No.: “Replacement of Traffic Signal Loop Detectors at Various Intersections” / 18-153-03-19

I/We have read instructions to bidder and specifications. My/Our bid conforms to all bid specifications, conditions,

and instructions as outlined by CITY OF MISSION.

Signing the Acknowledgment Form confirms that our company will enter into a binding contract with CITY OF

MISSION for item(s) awarded to our company. I/We have read instructions to bidder and specifications.

The undersigned Bidder, by signing and executing this bid, certifies and represents to the CITY OF MISSION that

Bidder has not been offered, conferred or agreed to confer any pecuniary benefit, as defined by §1.07(a)(6) of the

Texas Penal Code, or any other thing of value as consideration for the receipt of information or any special

treatment or advantage relating to this bid; the Bidder also certifies and represents that Bidder has not offered,

conferred or agreed to confer any pecuniary benefit or other things of value as consideration for the recipient's

decision, opinion, recommendation, vote or other exercise of discretion concerning this bid; the Bidder certifies and

represents that Bidder has neither coerced nor attempted to influence the exercise of discretion by any officer,

trustee, agent of employee of the CITY OF MISSION concerning this bid on the basis of any consideration not

authorized by law; the Bidder also certifies and represents that Bidder has not received any information not available

to other bidders so as to give the undersigned a preferential advantage with respect to this bid; the Bidder further

certifies and represents that Bidder has not violated any state, federal or local law, regulation or ordinance relating to

bribery, improper influence, collusion or the like and that Bidder will not in the future offer, confer, or agree to

confer any pecuniary benefit or other thing of value to any officer, trustee, agent or member of the CITY OF

MISSION in return for the person having exercised the person's official discretion, power or duty with respect to

this bid; the Bidder certifies and represents that it has not now and will not in the future offer, confer, or agree to

confer a pecuniary benefit or other thing of value to any officer, trustee, agent or member of CITY OF MISSION in

connection with information regarding this bid, the submission of this bid, the award of this bid or the performance,

delivery or sale pursuant to this bid.

Date: _________________________________

Company Name: _________________________________

Signature: _________________________________

Title: _________________________________

Note: This form must be filled in and submitted with the sealed bid.

Page 17: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 15 of 16

Revised 09-06

ADDENDA CHECKLIST

Bid of: ___________________________________

(Bidder Company Name)

To: City of Mission

Ref.: Replacement of Traffic Signal Loop Detectors at Various Intersections RFB No.: 18-153-03-19

Ladies and Gentlemen:

The undersigned Bidder hereby acknowledges receipt of the following Addenda to the captioned RFB (initial if

applicable).

No. 1 _____ No. 2 _____ No. 3 _____ No. 4 _____ No. 5 _____

Respectfully submitted,

Bidder: ________________________

By: ___________________________

(Authorized Signature for Bidder)

Name: _________________________

Title: __________________________

Date: __________________________

Page 18: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

City of Mission – “Replacement of Traffic Signal Loop Detectors at Various Intersections RFB: 18-153-03-19” Page 16 of 16

Revised 09-06

CITY OF MISSION

CONTRACTOR SITE VISIT CHECKLIST

Bid Name/No.: “Replacement of Traffic Signal Loop Detectors at Various Intersections” / 18-153-03-19

Bid of: ___________________________________

(Bidder Company Name)

To: City of Mission

Ref.: “Replacement of Traffic Signal Loop Detectors at Various Intersections” / 18-153-03-19

Ladies and Gentlemen:

The undersigned Bidder hereby acknowledges site visit was done for the following projects:

(Please concur with a check mark and signature below)

Griffin Pkwy (F.M. 495) & Bryan Rd. _____________________

Griffin Pkwy (F.M. 495) & Stewart Rd. _____________________

Griffin Pkwy (F.M. 495) & Los Ebanos Rd. _____________________

Griffin Pkwy (F.M. 495) & Gold Ave. _____________________

Griffin Pkwy (F.M. 495) & Mayberry Rd. _____________________

Griffin Pkwy (F.M. 495) & Conway Ave. _____________________

Griffin Pkwy (F.M. 495) & Shary Rd. _____________________

Shary Rd. & 4th St. _____________________

Shary Rd. & Victoria Rd. _____________________

Shary Rd. & Los Indios _____________________

Shary Rd. & Los Milagros _____________________

Shary Rd. & Colorado St. _____________________

Shary Rd. & Plantation Blvd. _____________________

Coordinate Site Visit with: Roberto Salinas

Public Works Director

(956) 580-8780

Respectfully submitted,

Bidder: ________________________

By: ___________________________

(Authorized Signature for Bidder)

Name: _________________________

Title: __________________________

Date: __________________________

Page 19: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Page 1 of 3

City of Mission

GENERAL BUSINESS QUESTIONNAIRE (SUPPLIES, SERVICES AND CONSTRUCTION)

This questionnaire, the requested list of references and the authorization to release financial information are used in part to assist in determining a potential contractor’s responsibility. Offerors shall submit the General Business Questionnaire information within two (2) work days from the date of notification by the City, or with the offer, if so indicated in the Table of Contents page 2 of the Solicitation, Offer and Award Form. All information must be current and traceable. Each venturer of a joint venture must submit a separate signed form. City of Mission reserves the right to make additional inquiries based on information submitted, or the lack thereof. Questions concerning this questionnaire or the authorization form should be directed to the contact person identified on the Solicitation, Offer and Award Form. In cases where a question does not apply or if unable to respond, offeror should refer to the item number, repeat the question, and indicate N/A (Not Applicable) or N/R (No Response), as appropriate. Offeror will explain the reason when responding N/A or N/R. 1. Name of Offeror ("Business"): ___________________________________________________

2. List name(s) and business address of officers and directors for corporations, partners for

partnerships, and venturers for joint ventures (attach additional pages as necessary). ___________________________________________________________________________

___________________________________________________________________________ ___________________________________________________________________________

3. Number of years in business under present business name: _________ 4. If applicable, list all other names under which the Business identified above operated in the last

5 years. ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

5. Annual Gross Revenue (Past year): (M represents millions, K represents thousands)

$100K or less $100K-$500K $500K-$1M $1M-$5M $5M-$10M $10M-$16M $16M or Over

6. Will bidder/proposer provide a copy of its financial statements for the past two (2) years, if

requested by City of Mission? Yes No 7. Number of current employees: __________ 8. Has the Business, or any officer or partner thereof, failed to complete a contract? Yes No 9. Is any litigation pending against the Business? Yes No 10. Is offeror currently for sale or involved in any transaction to expand or to become acquired by

another business entity? If yes, offeror needs to explain the expected impact, both in organizational and directional terms. Yes No

___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

Page 20: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Page 2 of 3

11. Has the Business ever been declared "not responsible" for the purpose of any governmental agency contract award? Yes No

12. Has the Business been debarred, suspended, proposed for debarment, declared ineligible,

voluntarily excluded, or otherwise disqualified from bidding, proposing, or contracting? Yes No 13. Are there any proceedings pending relating to the Business' responsibility, debarment,

suspension, voluntary exclusion, or qualification to receive a public contract? Yes No 14. Has the government or other public entity requested or required enforcement of any of its rights

under a surety agreement on the basis of a default or in lieu of declaring the Business in default? Yes No

15. Is the Business in arrears on any contract or debt? Yes No 16. Has the Business been a defaulter, as a principal, surety, or otherwise? Yes No 17. Have liquidated damages or penalty provisions been assessed against the Business for failure to

complete work on time or for any other reason? Yes No 18. Does offeror have a contingency plan or disaster recovery plan in the event of a disaster? If so,

then Bidder will provide a copy of the plan. Yes No 19. Does offeror have quality assurance program? If yes, offeror will describe its quality assurance

program, its quality requirements, and how they are measured. Yes No 20. If a "yes" response is given under questions 9 through 19, please provide a detailed explanation

including dates, reference to contract information, contacts, etc. (attach additional pages as necessary).

___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

I, individually and on behalf of the business named in this Business Questionnaire, do by my signature below, certify that the information provided in this questionnaire is true and correct. I understand that any false statements or misrepresentations regarding the Business named above may result in: 1) termination of any or all contracts which City of Mission has or may have with the Business; 2) disqualification of the Business from consideration for contracts; 3) removal of the Business from City of Mission’s vendors’ list; or/and 4) legal action(s) applicable under federal, state, or local law. Name: ________________________________________ Title: ____________________________ Signature: _____________________________________ Date: ________________________ (Owner, CEO, President, Majority Stockholder or Designated Representative)

Page 21: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Page 3 of 3

LIST OF REFERENCES FOR SIMILAR PROJECTS

Use additional pages as necessary. 1. Project: Date of Completion (if applicable): Contact Person: Company Name: Address: Telephone Number: Fax Number: E-mail Address:

2. Project: Date of Completion (if applicable): Contact Person: Company Name: Address: Telephone Number: Fax Number: E-mail Address:

3. Project: Date of Completion (if applicable): Contact Person: Company Name: Address: Telephone Number: Fax Number: E-mail Address:

4. Project: Date of Completion (if applicable): Contact Person: Company Name: Address: Telephone Number: Fax Number: E-mail Address:

Page 22: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Adopted 06/29/2007

FORM CIQ

OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session.

This questionnaire is being filed in accordance with Chapter 176, Local Government Codeby a person who has a business relationship as defined by Section 176.001(1-a) with a localgovernmental entity and the person meets requirements under Section 176.006(a).

By law this questionnaire must be filed with the records administrator of the local governmentalentity not later than the 7th business day after the date the person becomes aware of factsthat require the statement to be filed. See Section 176.006, Local Government Code.

A person commits an offense if the person knowingly violates Section 176.006, LocalGovernment Code. An offense under this section is a Class C misdemeanor.

CONFLICT OF INTEREST QUESTIONNAIREFor vendor or other person doing business with local governmental entity

Check this box if you are filing an update to a previously filed questionnaire.

(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)

Name of person who has a business relationship with local governmental entity.1

2

3

Date Received

Name of local government officer with whom filer has employment or business relationship.

Name of Officer

This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has anemployment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additionalpages to this Form CIQ as necessary.

A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investmentincome, from the filer of the questionnaire?

Yes No

B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at thedirection of the local government officer named in this section AND the taxable income is not received from the localgovernmental entity?

Yes No

C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the localgovernment officer serves as an officer or director, or holds an ownership of 10 percent or more?

Yes No

D. Describe each employment or business relationship with the local government officer named in this section.

Signature of person doing business with the governmental entity Date

4

Page 23: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

CITY OF MISSION

SPECIFICATIONS/PLANS

BID NAME/NO.:

Replacement of Traffic Signal Loop Detectors at

Various Intersections /

18-153-03-19

Page 24: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Project Name:

Project No:

Date:

Sheet Number:

80

91NI

DEDNU

OF

,

SA

XE

T

NOISS

IMF

O

YTI

C

CITY OF MISSION

CIT

Y

OF

MIS

SIO

N

CITY OF MISSION

TR

AF

FIC

SIG

NA

L

LO

OP

DE

TE

CT

OR

S

PR

OJE

CT

LOOP

DETECTORS PROJECT

02-14-18

002-18

T-8

CONCHOESTATES

CONCHO ESTATES

PH II.

NO. ONEBODINE SUBD.

EL DORAL

14131211

22232425

8 7 6 5

2933

32

26

10

27

28

9

1615

2021

17

19

18

2

34

35

3634

1

38

30 31

3 2 1

37 39

34

65

2 1

7

3

25-10

RIO CONCHO

WO

OD

LA

ND

S

KICKAPOO CREEKW

ARJ

EB

O

SUNRISE AVE.

200' H.C.I.D. No. 1 EDINBURG MAIN CANAL R.O.W.

ENCHANTED VALLEY

SHARY TERRACE

STEWART TERRACE

STEWART VILLAGE

STEWART VILLAGE PH I

FIR

ST A

SS

EM

BL

Y

HIGHLAND ESTATES

OF G

OD C

HU

RC

H

4 5 6 7 8 9 10 11 122 31 13

2627 28 29 30 31 32

3536

37

5 6 7 8 9 10 11

17181920212223

3 4

2425

2

26

1

27

12

16 15

13

14

3135 3334 32 272930 28 2637

36 2425

151413121110922

21201918171687654321

23

23

17

21

20

21

22

23

24

25

26

27

28

29

30

31

32 3

3

14 1

5

16

17

18

19

20

11

12

13

10

7543 62 81

1

34

3031323338

39

40

4

5

6

3

1

2

22

TERRACE DR.

MERLIN DR.

E. 21st. ST.

TONI LN.

BA

LC

ON

ES D

R.

E. 21st. ST.

SUMMER BREEZE ST.RIVER OAKS ESTATES

RIVER OAKS PLAZA

303132

1 2 3 4 5 6 7 8 9

UM

BE

L

(UNRECORDED)

MOBILE GARDENS

7 8 9 10

1 2 3 4 5 6

JO

NQ

UIL A

VE.

20th. S

T.

NEELY

NILE

HALLAM

ERVINPHASE II

SHARYWOOD MANOR7 8 9 10 11 12 13 14 16153 4 5 621

38 37 36 35 34 33 32 31 30 29 28 2742 41 40 394345 4446

24

26

25

18

241

19

22nd. S

T.

SA

ND

Y

PHIPHII

BR

YA

N H

EIG

HT

S

MISSION MANOR

PH

AS

E I

II-A

SOUTHWIND ESTATES

LAS BRISAS

II

GE

RL

AC

H

SU

BD.

RO

YA

L P

AL

MS

NO. 2

NO.4

JU

STIN

TO

WN

E

SIEGEL SUBD.

SU

BD.

MIL

LE

R

NO. 3

SUBD.LOS LAURELES

MIGNET

PENA ESCONDIDA

14

52

3

2A

3A

25

26

27

28

29

111

112

113

114

115

116122

123 124

125126

127

130

131

132

133 14151617184142434445464713

32

33

1

2

34

5

6

7 89

4A

5A

1 2 3 4 5 6 7 8 9

10

11

12

13

14

15

16

17 18

19

20

21

22

23

24

98

99

100

101

102

103

104

105

106 107

108

109

110117

118119120

121134

135

136

137

12

11

3

10

45625262728293031

98754535251504948

8

9

11 12

18

19

20

21 22

23

24

15

14

1310

3

27

7 16 17

25

26

12

28

6

37 36 3435

3

7

6

11

10

21

22

23

2425

26

27

28

29

12

13

14

15

2627

28 29

34 35 36 37 38 39

404142434445

46

47

48

49

5057

4 5

8

9

22232425

30 31 32 33

6

7

5

3

1

4

25

4

2

18

7

6

5

4

9

8

8

7

51 52 53 54 55 56 58

18

19

20

17

16

10

11

16 17

10

18 19 20 21

62

14

33

2

1

6

5 11

69

5

E5 1 78

345 12 4

3 3

4

B 1 2 3

2

1 32 1

4 3 2C 7654 1098 2

1

A

12

29

CA

MIL

LIA

SS

UB

DIV

ISIO

N

BRYAN RD.MEDICAL PLAZA

14

1

2

12

GA

ST

EL

CIR.

RIO

TERRACE DR.

BE

TT

Y

DR.

GASTEL CIR. MERLIN DR.

GA

ST

EL C

IR.

BE

TT

Y D

R.

ME

LIN

DA D

R.

E. 22nd ST.

ALICIA LN.

SP

RIN

G G

LE

N

2

E. 22nd ST.

MIGENT CRT.

BR

YA

N R

D.

10

SU

GA

R L

N.

TA

NG

EL

O3

TONI LN.1

RO

BY

N L

N.

CLIN

TO

N A

VE.

EMERALD

RO

YA

L P

AL

M D

R.

E. GRIFFIN PARKWAY (F.M. 495)

PR

OF

ESSIO

NA

L

SH

AH E

YE C

EN

TE

R YOUNG

PLAZACOMMERCIAL

3233

4

5 31

3

21

1 2

3C

15

B

A

3

4

2

1 LOT 1

30

CE

NT

ER

ST

EW

AR

T

1

DO

N'S D

R.

ST

EW

AR

T R

D.

EPISCOPALCHURCH

SH

AR

Y G

AR

DE

NS

STEWART ESTATES

TAURUS No. 8

SUBDIVISION

GLASSCOCK VILLAGE

PLAZA SUBD.BOUGAINVILLEA

LA HACIENDA SUBDIVISION

3 4

56

1 2 3 4

BLOCK 2

1 2

78

1112

1314

2

42

43

26 25 24 23 229

10

11

41

28 29 30 31

343536373839

40

27

7

8

BLOCK 1

56

10

13

18 19

12 11

20

8 9

44

45

46

47

48

15

16 17

14

6 7

13

14

12

15

16

17

9 10

1516

1110987654321

5 6 7 8 9 10 11 12 13 14 152 3 41

16

18192021222324252627

17

2829303132

B

1913 25 4

49

50

20

BLOCK 217 18

1

C A

87

10

9

16

43

65

BLOCK 3

21

11

1213

1415

21

32

33

12

13

56

55

54

53

57

58

59

61

62

60

8472 73

21

22

23

24

25

26

13141516171819

1

2

20

9

3

4

5

7

8

200' H.C.I.D. No. 1 EDINBURG MAIN CANAL R.O.W.

E. 24 1/2 ST.E. 24 1/2 ST.

E. 24TH ST.

E. 23 1/2 ST.

E. 24TH ST.

GA

RD

EN V

IEW D

R.

E. 23 1/2 ST.

THORNWOOD DR.

SOLAR DR.

SU

ND

RO

P

AV

E.

E. 23RD. ST.

E. 23 RD. PLACE

TU

LIP

AV

E.

638371 74

16

15

14

13

12

11

10

64

65

6680

81

82

79

68

69

70

77

76

75

7867

E. 23 RD. ST.

UM

BE

L

VIO

LA

141516171819202122

PH II

HER-VILLA SUB.

(AGAPE SCHOOL)

BARNES BIRDWELL SUBD.

W. RUSSELL AND NORMA

VA

LE

NCIA HIG

HT

S

SU

DB.

CH

UR

CH S

UB

D.

KIN

G J

AM

ES B

AP

TIS

T

YE

SSIC

A P

ED

RA

ZA

FALCON CREST

1 2

10

1 2

9

8

9

11

10

7

22

12

13

14 15

16

17 18

19

20

21

123456

HEIG

HT

S

RE-SUB.

PEREZ

PE

RE

ZS

UB.

ST

EW

AR

T

ST

EW

AR

T P

LA

CE II

PL

AC

E I

1

2

3

8

9

10

2

1

4

5

6

7

FIR

ST

SE

CU

RIT

Y

FC

S

BE

L-

AIR

E25-11

26-11

.

6

.

26-12.

7

.

ROSE MARIE AVE.

BR

YA

N R

D.

LIL

AC A

VE.

ME

LIN

DA D

R.

THORNWOOD DR.

E. 24TH ST.

DO

RA J

EA

NN

E D

R.

ST

EW

AR

T R

D.

4

511

12

134

5

6

7

8

2

31

2

14

15

3 2

16

17

18

2

4

5

1

2

3

A

1

1 1

1A

1

LIL

AC

AV

E.

OR

AN

GE

AV

E.

E. GRIFFIN PARKWAY (F.M. 495)E. GRIFFIN PARKWAY (F.M. 495)

1

1

2 3 4 5 6 7 8 9 10

11

12

13 14

15

16

17

181920212223242526272829

30

SUNRISE LN. (PRIVATE)

TU

LIP A

VE.EL LEGADO

PALM VALLEY CHURCH II1

TAFF

TEOLIFO DR. (PRIVATE)

NO

RT

H

sc: 1" = 400'

6.0'X40.0' LOOP

PROPOSED (14)

LOCATION 12&13

Page 25: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Project Name:

Project No:

Date:

Sheet Number:

80

91NI

DEDNU

OF

,

SA

XE

T

NOISS

IMF

O

YTI

C

CITY OF MISSION

CIT

Y

OF

MIS

SIO

N

CITY OF MISSION

TR

AF

FIC

SIG

NA

L

LO

OP

DE

TE

CT

OR

S

PR

OJE

CT

LOOP

DETECTORS PROJECT

02-14-18

002-18

T-7

ST

OR

AG

E D

EP

OT

PHASE I

NORTH STAR PLAZA

21

22

22

6

7

16

LOT 1

2

200' H.C.I.D. No. 1 EDINBURG MAIN CANAL R.O.W.NEWPORT SQUARE

WAGON CITY SOUTH NO. 2

WAGON CITY SOUTH

117

118

119

120

121

122

123

124

129

128

127

126

125

111

112

113

114

115

116

154

137

136

135

134

133

132

131

130

67

68

69

70

71

51

52

53

54

48

49

50

47

79

78

77

76

72

73

74

75

19

20

92

93

94

95

96

104

103

102

101

99

100

97

98

21

61

62

63

64

65

66

55

56

57

58

59

60

191

192

85

84

83

82

81

80

174

173

190

189

86

87

88

89

90

91

110

109

108

107

106

105

155

172

171

BUNDLE DR.

TA

CK D

R. CHUCK WAGON DR.

STAGECOACH DR.

BO

OT

DR.

COVERED WAGON DR.

LAS FUENTES SUB

PALM ACRES NO. 2 CONCHOESTATES

CONCHO ESTATES

PA

LM A

CR

ES N

O.1

PH II.

EL DORAL

SPANISH GROVES

MAYBERRY TERRACE

31 30 29 28 27 26 25 24 23

21

9

10

11

12

13

14

15

16

17

18

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

26

8

7

9 10 11 12 13 14 15 16 1718

19

1

2

223031

34

33

32

24

27 26 25

29

28

23

49

53 52

50

51

394048

45 44 43

47

46 42

41

36 35

38

37

5758

61

59

60

54

56

55

44

3

21

161520

1817 195 76 8 9 10 11 1312 1421 43

27

2829

30

31

32

33

34

35

36

3738

1211

2425

8 7

2933

32

26

10

27

28

9

4

6

5

4

3

2

1 49

48

47

46

45

38

39

40

41

42

43

37

36

35

34

33

32

26

27

28

29

30

31

25

24

23

22

21

204

5

6

7

8

9

30 31

9 10 1112 13 14 15 16 17 1819

20

22

19

20

21

22

23

24

25

4

5

37 36 35 34 33 32

39

38

1 2 3 4 5 6 7 8

40

41

59

60

61

62

63

64

65

66

39

3 4 5 6 7 81 2

PA

LM

ET

TO

SIE

RR

A

HIG

HL

AN

D D

R.

FU

EN

TE

S D

R.

PA

LM

ET

TO D

R.

THORNWOOD DR.

RIO CONCHO

WO

OD

LA

ND

S

KICKAPOO CREEK

W.

PA

LM C

IR.

PA

LM

ET

TO

DR.

E.

PA

LM C

IR.

BRIARWOOD DR.

HIG

HL

AN

D P

AR

K

SUNRISE AVE.

SOLAR DR.

200' H.C.I.D. No. 1 EDINBURG MAIN CANAL R.O.W.

SUNRISE LN.

BRAIRWOOD SUBD.

SUBDIVISION

FU

NE

RA

L H

OM

E

RIC B

RO

WN

CHANTICLEER

CONDY

PLACEN

o.2

NORTH CONWAY

DR.-IN

SUBD. NO.1

UNIT

ED

GERLACH SUBD. NO.2

LA TIERRA

DE LOS ENCINOS

PUEBLO DEL NORTE

No.3

DR.-IN

OVERSTREET SUB. NO.2

UNIT

ED

5

6

9

8

119

10 58

1213161720212425

26 23 22 19 18 15 14 11

50

53

54

49

14 15

8

59

3

28

27

31

30

29

13

4

7

434241403938373635

45

443433

32

5657

55

52

51

48

60

47

46

1210

1

2

1

1

2

23

1098

4567

7

5

6

1

2

7

683

4

8

62 61

63 64

67 6566

9 10 11 12

8 7 69

2 3 4 5 6

11 10 9 8 7

5432

6789

54

5

10 11 12 13 14

10

1

12

1

10

9

1

321

10 9 8

6 7 8

11 10 9

76

456

321

2

5

12

5

11

4

4

6 7 85

3 4

14 13

12

3

3 4

1 2

1516

14 13

21

1 2

6

7

1

2

3

4

5

52 51

8

13 14 15 16 191817 20 21 228 9 10 11 12 23 24

26

25

7576 7374

5857 59 60

72 71 70 69

61 62 63 64

68

65

77

56

80 7879

53 5554

67

66

31

30

29

28

27

4344 42 41 40 39 38 37 364549 48 47 46 35 34

32

3350

6

4 5 6 7 8

2

7 1 2 3

9 10 11 12 13

4 5 6 7 8

3

3 4 5 6 7 8

7 1 2 3

12111098765432

5 6

2

5 6

1

5

4

1

4

4

3433 35 3637

29 30 31 32282726

1 6 7 9 10 11 12C2 3 4 5 13 14 15

3220212223

24

2526 B2728293031 19 18 17

4 5 6 7 87 1 2 35 64

5

76 7 87 41 2 35 64

8

3

3

3

BRIARWOOD DR.

BRIARWAY ST.

BRIA

RW

OO

D D

R.

KE

RA

LU

M

AV

E.

TANGLEWOOD DR. MA

YB

ER

RY

AV

E.

VIOLET AVE.

OB

LA

TE S

T.

ROSE MARIE AVE.

STACIE

SUNRISE LN.

AU

GU

ST

A D

R.

KE

RA

LU

M A

VE.

FR

AN

CIS

CO

AV

E.

THORNWOOD DR.

SUNRISE LN.

PU

EB

LO D

EL N

OR

TE C

RT.

SOLAR DR.

MIL

LE

R A

VE.

PLAZA II

CITRIANA

LOT 2

1

150

151

152

153

141

140

139

138

193

194

195

196

177

176

175

188

187

186

159

158

157

156

170

169

168

148

147

145

146

143 144

197

198

199

179

184

180

183

182

181

161

166

162

165

164

163

149

142

178

185

160

167

SP

UR D

R.

BO

OT D

R.

GULF BREEZE ADDITION

BE

RG

ER

CO

NW

AY

NO. 1 S

UB

D.

NO

RT

HT

OW

N U

NIT

1

3

1

2

4

3

5

1

2

3

4

6

5

7

8

2

21

21

21

1

NO

RT

H

No. 2

DO

UG

HE

RT

Y

ST.

C.O.W.

1

SUBD.SANCHEZ

MARINEL SUB'D

MANORVIS

TA

GOLF VIEW

1617

19

20

43

21

44

213

1415

12

11

5

1

1 2 3 4 5

18

6

8

16

FAIRWAY CIR.

VOLZ LN.

21st. ST.

VE

RD

E

9

10

E. GRIFFIN PARKWAY (F.M. 495)AUGUSTA

A

1

B 1 2 3 4 5

1 2

SHARY

SHARY

SUBD.VIEW

SUB'D

SA

NTA F

E

WINDSOR

CO

M.

GLEN

MISSION

VILLAGE

CONWAY PLAZARE-SUB LOTS 1&1L

SUBD.

WALTERS

20

19

153

6

7

8

2

4

3

22

3

4

6

7

8

C21

1 2 3 4 5

14 13 12 11 10

18

27

3

6 7

9 8

DRIVING RANGE

4

5

5

6

1

3

LOT 2

1

1

2

3

1-J

1-I

1-K

1-H1-

G

HIGHLAND

SHARY MUNICIPAL

MA

YB

ER

RY R

D.

POIN

TS

ET

TIA A

VE.

EAST 20th St.

VILLAGECONTINENTAL ST.

17

HIG

HL

AN

D G

LE

N

4

AU

GU

ST

ACONWAY

HEIGHTS

PLAZACONWAY

CONWAY GARDENS

8

7

6

1

1-

F

1-

E

1-

D

5

4

3

2

1

LOT 1

1-

C

1-

B

1-

A

1

1

EAST 19th ST.

RIO

S U

NIT "

B"

MISSION PARK

TREBOL SUBD.

SAIN

T A

NN P

AR

K

RIO

S S

UB

D.

BEST LITTLE WAREHOUSE IN TEXAS

MISSION

CENTER

CENTER

RE-SUB. MISSION

PLAZA

SU

B.

RE-SUB MISSIONPARK PLAZA

5

6

7 7

6

516

15

14

5

14

15

16

6

D 1 11

8

7

6

5

1

2

3

4

9

8

7

3

4

3

2

1

4

3

2

14

13

12

10

9

8

7

6

5

20

19

18

17

16

15

3

4

1

2

4

318

17

2

120

19

21-D 1-C

21 31

16

15

14131211

10

9

20

19

18

17

24

23

22

34

33

32

1

30

29

28

27

26

25

40

39

38

37

36

35 2

3

4

5

6

7

1

17

18

19

204

1-E1-F

CU

MMIN

GS A

VE.

W. 20th ST.

W. 22nd ST.

PE

RKIN

S A

VE.

W. GRIFFIN PARKWAY (F.M. 495)

UNIT "

A"

& EATS

Church

TREATS

OR

AN

GE

TR

EE S

UB

D.

RIC-CIN

3

45

6

1

3

2

7

6

5

4

8

9

2

7

3 2

RIO

S U

NIT "

D"

1

2

13

57

24

6

1

1

1

2A

2B

1

DU

NL

AP A

VE.

12

34

5

J.R.I.

CO

NW

AY (S.

H. 107)

12

24-7

GOLF COURSE

DICK HALL'S

TEOLIFO DR. (PRIVATE)

E. GRIFFIN PARKWAY (F.M. 495)

NO

RT

H

sc: 1" = 400'

6.0'X40.0' LOOP

PROPOSED (14)

LOCATION 10&11

Page 26: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Project Name:

Project No:

Date:

Sheet Number:

80

91NI

DEDNU

OF

,

SA

XE

T

NOISS

IMF

O

YTI

C

CITY OF MISSION

CIT

Y

OF

MIS

SIO

N

CITY OF MISSION

TR

AF

FIC

SIG

NA

L

LO

OP

DE

TE

CT

OR

S

PR

OJE

CT

LOOP

DETECTORS PROJECT

02-14-18

002-18

T-6

FAIRVIEW SUBDIVISION

SANCHEZ HOMES No.2

NO. 2

AZIZ SUBD.

TROSPER GARDENS

SOLIS SUBD.

THE OAKS @ HOLLAND SUB.

11

12

31

30

7 8 9

101 2 3 4 5 6

41

40

39

38

37

36

35

34

33

32

10 11 121 2 3 4 5 6 7 8 9

303132333435363738

24

1 2

6 7 8 9 10

151617181920212223

2221201918

1211

LOT A

1 2 3 4 5

2827 2625242329

2 76543 10981

26-5

25-5

200' H.C.I.D. No. 1 EDINBURG MAIN CANAL R.O.W.

FAIRVIEW DRIVE

W. 27TH ST.

NEWPORT SQUARE

24 TH PLACE

W. STACIE LN.

CHAPARRAL HEIGHTS

HOLLAND ESTATES

PHASE 2 PHASE 1

CHAPARRAL TERRACE

Reservoir

91

49

50

51

52

53 54

55

56

58

59

60

61

62

63

64

65

66

67

68

76

89

82

83

81

80

84

85

78

87

79

86

77

88

72

93

74

75

90

73

92

70

95

71

94

69

96

1

2

3

4

5

6

123456789

10

11

12

57

55

56

54

53

52

50

51

49

1234567891011121314151617

61

64

60

65

59

66

58

67

57

68

56

69

55

70

54

71

53

72

52

73

51

74

50

75

49

76

48

77

47

78

46

79

45

80

13

14

15

16

17

18

19

20

22

21

23

24

36

34

35

31

32

33

29

30

26

28

27

25

76

80

79

78

77

75

74

73

69

66

65

68

67

71

70

72

37

38

39

40

41

42

43

44

46

45

47

48

93

89

90

92

91

94

95

97

96

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

3536

37

19

47

48

46

45

44

104

110

109

108

106

107

105

100

102

103

101

98

99

97

38

39

40

43

42

41

145

139

140

141

142

143

144

149

147

146

148

151

150

152

132

138

137

136

134

135

133

128

130

131

129

126

127

125

117

111

112

113

115

114

116

121

119

118

120

123

122

124

7

8

9

10

11

12

13

14

15

16

17

18133

57

61

59

58

60

62

63

64

65

70

66

67

68

69

72

71

105

106

96

92

94

95

93

91

90

89

88

83

87

86

85

84

81

82

107

108

109

110 111

112

113

114

115

116

117

118

119

120

121

122

123

124

125

126

127

73

75

74

76

80

78

79

77

128

129

130

131

59

58

60

61

1819

20

62

63

81

64

62

63

82

83

84

85

86 87 88

21

22

23

26-3

W. 23 rd ST.

SOLAR DR.

W. 27 TH ST.

SIL

VE

R A

VE.

W. 26 TH ST.

24 TH PLACE

23 rd PLACE

W. 24 TH ST.

AM

ET

HY

ST

AV

E.

CRIM

SO

N

AV

E.

DR

AIN DIT

CH W. 25 TH ST.

GO

LD A

VE.

GO

LD A

VE.

3456789

10

11

12

13

14

15

16

17

18

19

23

21

20

22

24

25

26

27

28

29

30

31

32

33

34

98

99

100

101

102

97

35

38

37

1

2

36

56

52

54

55

53

51

50

49

48

43

47

46

45

44

41

42

103

104

40

39

W. 24 TH ST.

W. 24 TH PLACE

GO

LD

AV

E.

HO

LL

AN

D R

D.

LAS PALMAS

EL VALLE SUBD. PH II

EL VALLE SUBD.

DR

S S

UB

D.

PH I

PH II

WOODLAND RIDGE

OA

KW

OO

D

GIRASOL SUBD.

RA

NC

H

CIN

CO

OA

KW

OO

D E

ST

AT

ES

6

11

12

13

14

15

16

17 10

11

12

13

14

15

16

17

4 5

4

5

6

7

8

9

10

9

10

11

12

13

14

15

16

17 18192021

23 2422 2625

18 19 20

21222524 23

17

394016

4138

37 42

15

14

4336

443513

FEDC

18192021

18

19

20 7

8

9

1

2

3

6

7

8

47

3445

4633

32

11

10

127

8

9

10

11

12

13 13

12

11

10

9

8

7

14

1 2

14 1516 1718

19202122

18

1923

13

1617

20 2122

4

2

3

5

4B A

2

1

3

1

2

3

4

5

C

4

5

4

5

6 6

1 2 3 45

6

1

2

1

2

1234

59

8765

3 3

1

15

16

17

18

19

20

12

11

10

7

39

8

65

76

6

7

21

22

23 4

5

6

25

26 1

2

24 3

18 19 20 21

3130 29 28

18 19 20 21

22

27

22

12 13 14 15 16 17

36 35 34 33 32

12 13 14 15 16 17

6 7 8 9 10 11

3738394041424344

6 7 8 9 10 11

18 19 20 212212 13 14 15 16 176 7 8 9 10 11

1

2

3

4

5

6

7

8

11

10

9

23 24

1

2

3

4

5

26 25

23 24

6

7

8

1

2

61

62

63

64

65

66

67

68

69

70

6

12

4

5

3

71 72 73

23 24 22 23 24 252

1

21 20 19

74

107

106

105

104

103

102

101

100

99

109

110

111

112

113

114

115

117

116

108

118

83 84 85

52

53

54

55

56

57

58

59

60

50

49

48

47

46

45

44

42

43

32

33

34

35

36

37

38

39

40

98

97

96

95

94

93

92

90

91

51

41

31

89

76 77 78 79 80 81 8275

12512412326 27 28 29 30128127126

13313413518 17 16 15 14 129130131132

119

120

121

122

86 87 88

136

137

138

3130 29 28 2736 35 34 33 323738394041424344 26 25

1415

ES

TA

TE

S N

o. 2

DE M

AY

O

200' H.C.I.D. No. 1 EDINBURG MAIN CANAL R.O.W.

25-2

KRISTI LN.

LIZ DR.

SA

LIN

AS D

R.

KIR

K A

VE.

KIM M

ARIE A

VE.

BE

TO D

R.

WE

DN

ES

DA

Y

GIRASOL DR.

SIL

VE

R O

AK A

VE.

TU

ES

DA

Y A

VE.

THURSDAY ST.

TIM

BE

RW

OO

D A

VE.

W. 26th ST.

W. 26 1/2 ST

GA

BRIE

L S

T.

W. 27th ST.

SIL

VE

R O

AK D

R.

WA

SHIN

TO

N A

VE.

LIN

CO

LN A

VE.

W. 25th ST.

TIM

BE

RW

OO

D A

VE.

W. 27th ST.

TR

UM

AN A

VE.

LO

S E

BA

NO

S R

D.

SchoolKitchen

K. WhiteCentral

EL PORVENIR SUBD.

Junior High

CARLOS G.

M.E.

KIL

LIA

N S

UB

D.

8910111213 7

11121314151617181920

21

22

6

10

235 4

1

2

1

2

56789

23

24

25 4748495051525354

55 56 57 58 5960 6162 63

264546

27 28 2930 3132 3334 35 36 37 38 3940 41

64

44

3

43

1 2 3 4 5 6 7 8 9

4

5

3465

66

42 A

B CD

1

2

3

4

5

6

7

8

9

10

11

1213

14

15

16

17

18

19

20

21

22

23

24

1

2

24-4

FORTUNA DRIVE HILDA ST.

W. 20th ST.

CA

RD

EN

AS

OK

LA

HO

MA S

T.

YO

LA

ND

A S

T.

LEAL, JR.

24-3

2

NO

RT

HW

ES

T

No. 1

NORTHSIDE SUBDIVISION

5

6

7

5

6

7

16

15

14

16

15

14

215

6

7

10 A B C

1 2 3

1

2

3

4

5

6

7

8

9 9

8

7

6

5

4

3

2

1

9

8

7

4

3

2

118

17

16

15

14

13

12

11

10 9

8

7

1

4

3

2

1

3

4

1

2

3

4

18

17

18

17

1

2

20

19

20

19

3

4

2

JO A

NN

A A

VE.

NIC

HO

LS

ON A

VE.

W. 22nd ST.

W. 20th ST.

24-5

6

5

CA

SA D

EL P

RA

DO

LO

S E

BA

NO

SH

EIG

HT

S

SIT

AL

SU

GA

RT

RE

E

58595011

51

5265

66

5364

40

41

42 4344

45

46

6

7

55

6

7

97

10111213

14

15

16

17

18

19

20

21

22

2324252627

28

29

30

31

32

33

34

35

36

37

38

39

67

68

69

70

71

72

73

74

75

7677

78

79

80

81

82

83

84

85

862

14

13

12

10

11

9

8

15

16

17

18

18

9

10

11

12

13

14

15

87

1

54

5562

6347

48

4

33

4

56

5760

61

4922

1 2

1

5

6

7

CANAL

8

9

2

3

4

5

6

3

4

2

KR

YS

TA

L

JE

AN

LIN

CO

LN

WA

SHIN

GTIO

NE

ST

AT

ES

ROOSEVELT

PE

NA A

VE

TR

UM

AN

BOBBYVALADEZ

R & E L

OP

EZ

SU

BDIV

ISIO

N

LAS MISIONES

& B

O S

UB.

OBREGON

BARRERAESTATES

75

1

2

3

4

5

6

"A"

3

2318 19 20 21 22

55

56

40

71

39

6766

45

50

61

51

44 43 42 41

52

5960 58

5453

57

68 69 70

383534 36 37

2429 28 27 26 25

72

73

74

15 16 17

12

13

14

47

8

48

46

49

63

64

62

65

9

32 3310

31 3011

1 2

7

4

3

2

1

6

5

21

W. 22ND.

W. 21ST.

KIR

K A

VE.

W. 22nd. 1/2

24-1

PH

AS

E II

LA

S M

ISIO

NE

S E

ST

AT

ES

62

61

6017

19

188

7

6

64

63

65

66

67

74

75

76

68

69

70

71

72

73

4

5

3

2

1

23-1

HA

RM

S W

AY

SA

LIN

AS D

R.

W. 2OTH. ST.

ZA

PA

TA

LA ESCONDIDA

EBONY TRAILS

ZAPATA

HEIGHTS

12345678910

11

3

4 12

13

14

1 2 3 4 5 6 7

1

8

9

98

18 17 16 15 14 13 12 11 10

W. 20th ST.

RIV

ER O

AK A

VE.

VA

LE

RIE M

ICH

AE

L

KRIS

TI

LN.

W. GRIFFIN PARKWAY (F.M. 495)

394041

WEST VIEWPh V1

W. GRIFFIN PARKWAY (F.M. 495)

NO

RT

H

sc: 1" = 400'

LOCATION 8&9

6.0'X40.0' LOOP

PROPOSED (12)

Page 27: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”
Page 28: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”
Page 29: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Project Name:

Project No:

Date:

Sheet Number:

80

91NI

DEDNU

OF

,

SA

XE

T

NOISS

IMF

O

YTI

C

CITY OF MISSION

CIT

Y

OF

MIS

SIO

N

CITY OF MISSION

TR

AF

FIC

SIG

NA

L

LO

OP

DE

TE

CT

OR

S

PR

OJE

CT

LOOP

DETECTORS PROJECT

02-14-18

002-18

T-4

PHASE I

LAS PALMAS DEL REY

LAS PALMAS DEL SOL

PASEO LINDO

PH I

PASEO LINDO

PH IV

LAGO ESCONDIDO

PH I

SHARYLAND PLANTATION

ELEMENTARY SCHOOL No.1

LA

S VIL

LA

SL

AG

O E

SC

ON

DID

OP

H I

LAS VILLAS @LAGO ESCONDIDO

PH II

LAGO ESCONDIDO

PH II

PH III

LO

S

MIL

AG

RO

S

PH II

LO

S

MIL

AG

RO

S

PH I

PH V

9 10 11

282930

414039

63 62 61 60

79

80

81

82

138

137

136

135

8

31

38

64

78

139

5 6 7

323334

373635

67 66 6575

76

77

142

141

140

4

68

74

1

2

3

71

70

69

71

72

73

12 13 14 15 16 17 18

19

2021222324252627

474645444342 48 49 50

59 58 57 56 55 54 53 52 51

83

A

83

B

84

85

86

87 8

8

89

90

91

134

133

132

131

130

129

40

1

2

3

4

5

6

7

8

9 86 87 88 89 90 91 92

85

61 62

84

63

83

64

82

65

81

66

80

67

79

68

78

69

77

70

76

71

72

73

74

75

60 59 58 57 56 55 54 53 52 51 50 49

98

97

96

9594

93

10

11

12

13

99114113112 115116117118 119 120

121

122

123124125126127128129130131

33

37

35

7271

8587

7069

46

4586 80

7675747377

83 82 8184

2221

19

20

4849

434241

47

44

50

O

O

OO

O

O

O

OO

O

O

7

91013141516

36 5 4

18

40

23

51

63

62

10

9

8

51

5261

60

53

54

1

2

3

4 56

7

17

20

21

24

25

18

19

22

23

26

81112

15

14

1716

59

30

11

31

3635

24

27

3837

32

2928

2625

1312

39

58 57 56 55 54 53

3433

52

2 1

51

454647

50

30

45

4655

5661

62

32

33

38

8

7

25

26

42

43

44

57

58 59

60

39

40

41

1

2

34

5

6

27

28

2930

31

47

48

49

50 51 66

52

53

5463

64

6522

24

23

34

35

36

379

10

11

12 13

14

20 21

19

18

17

15

16

29

31

32

34

36

49

48

38

39

40

41

42

43

2728

44

SA

NT

A R

ITA

SA

NT

A R

ITA

SAN RODRIGO

SAN DANIEL

SAN GERARDO

SA

N E

UG

ENIO

SAN

SAN

SA

NT

A

LO

RE

NA

SA

NT

A T

ER

ES

A

SAN DANIEL

SAN RODRIGO

SA

NT

A L

AU

RA

SAN GERARDO

SAN ROMAN

SA

NT

A T

ER

ES

A

IBIZ

A C

RT.

ALIC

IA C

RT.

SAN EFRAIN

SA

N C

LE

ME

NTE

SA

NT

A R

ITA

SAN CLEMENTE

CRT.

EL JARDIN

GRANADA

FLORENCIA

ESTELLA

IBIZ

A

DENIA CRT.

SA

NT

A

SA

NT

A

LOS

SA

NT

A

MILAGROS

SA

NT

A

TE

RE

SA

LA

UR

A

ES

PE

RA

NZ

A

AN

A

LOS INDIOS PKWY

SA

NT

A E

NG

RA

CIA

CA

PRI

CR

T.

SAN EFRAIN

SA

NT

A L

OR

EN

A

SAN CLEMENTE

CRT.

CRT.

BENITO

PH 5

PH 4

PH II

LOS NOGALES

PH I

LOS NOGALES

LOS NOGALES

PH I

CAMINO REAL

PH II

PH II

EL JARDIN DE LAS FLORES

EL JARDIN DE LAS FLORES

SA

DDLE C

LU

B

RE-P

LAT

ANTIGUA

PH II

PH I

ANTIGUA

SOLERA SUB

PH I

SOLERA SUB

PH II

PH III

SAN MARINO

PH I

LOS NOGALES

PARK

SEVILLA PH I

QUINTA REAL

PH II

PH II

PH II

PH VII

103

7

8

9

10

11

12

13

14

15

16

17

64

2

3

4

5

6

7

8

1

62

69

63

68

65

67

66

183

193

194

184

185

186

187

188

189

190

191

192

196

216

195

203

204

205

213

214

215

136137

138139 140 141

146147148149

150

151

152

155156157158

197 198 199

200201202

206207208

209210211212

217 218 219220

221222223

128

129

130

131

132133134135

142 143

144145

153154

LOT 'A'

PARK

63 62 61 60

5956 57 58

868584

13 14 15

323130

333435

68 67 66

51 52 53

818079

69

78

70

77

71

76

72

75

50494847

5 6 7 8 9 10

262524232221

38394041424344

65 64

54 55

8382

11 12

292827

3637

73

74

46

4

2019

45

127

126

125

124

123

122

121

3

18

2

17

115

116

117

118

119

120

1

16

2

321

1

20

22

4

5

18

19

6

56

41

42

40

578

9

1013

14

15

16

53

51

50

49

48 45

44

23

24

25

26

5554

43

1112

32 33 34 35 36

47 46

3130

27

28

29 37

38

39

717 52

121 120128

107106

111110109108

105104

103

102

113

112

127122

119101114

95 94 93 929697 91 90 89 88

126

125 124

123 118100

99

98

116117

115

73 7465 66 67 68 69 70 71 72

64636261

757680818283 77787984858687

31

25

24

23

22

4

5

6

3

18

2

19

1

20

44 45 46

4748

7

8

9

10

11

12

36 37 38 39 40 41

5152535455

42 43

4950

17

16

15

14

13

35

5657

34

58

26

27

28

29

30

21

32 33

5960

LOT 7A

LOT 6A

5

6

7

8

9

10

1

8

9

21A

23

10

18

19

20

12

7

6

4

5

14

15

10

11

13

6

4

5

1

2

3

7

8

9

4

2221

20

19

18

11

12

13

14

15 16 17

1 2 3 4 5 6

37

38

39

40

41

42

43

44

52

51

50

49

48

47

46

45

7374

46454443

910111213

26 27 28 29

33 32 31 30

5150494847

52

53

545556

61

6059

5857

7071

72

34

40 39

37 38

9

8

7

10

9 8 7 6 5

3

2

124

23

PH II

SA

NT

A O

LIV

IA

SA

NT

A S

US

AN

A

SAN ROMAN

SAN RODRIGO

SAN ARMANDO

SA

NT

AS

AN

TA

SAN BENITO

SAN ARMANDO

LOS INDIOS PKWY SOUTH

SA

NT

A I

NE

Z

SA

NT

A F

E

SA

NT

A

SA

NT

A O

LIV

IA

SAN EFRAIN

SA

NT

A L

YDIA

SU

SA

NA

ELJARDIN

LY

DIA

SA

NT

A

SAN CLEMENTESA

NT

A O

LIV

IA

SA

NT

A

LOS INDIOS PKWY NORTH

SA

NT

A

SO

FIA

SAN CLEMENTE

SA

NT

A A

LEJ

AN

DR

A

SO

LE

RA D

RIV

E

EL JARDIN

AN

TIG

UA D

R.

SO

LE

RA D

R.

LOS INDIOS PKWY

GL

AS

SC

OC

K R

D.

SA

NT

A F

E

LOS MILAGROS

ILIA

NA

SA

NT

A M

ONIC

A

LOS MILAGROS

SAN EFRAIN

SAN DIEGO

SA

NT

A M

ONIC

A

CARLOS CRT

SAN CARLOS

SAN

SAN MIGUEL

SA

NT

A M

ONIC

A

SAN RODRIGO

SA

NT

AID

ALIA

SAN EFRAIN

SA

NT

A

DIEGO

ROMAN

LY

DIA

GL

AS

SC

OC

K R

D.

SU

SA

NA

SAN

SO

FIA

SA

NT

A I

NE

Z

SA

N G

RE

GO

RIO

SA

NT

A

LY

DIA

SAN

LOS NOGALES

13

12

11

10

20

6261

60

59 58

57

56

55

54

535251

19 18 17 16 15

14

654321

PH I

LOS INDIOS PKWY

SA

NT

A M

ONIC

A

SAN CLEMENTE

ILIA

NA

SA

NT

A

22

SAN MIGUEL DR.33

181920212223242526272829303132

5 6 7 8 9 10 11 12 13 14 151 2 3 4

1

RIVERSIDE PLAZA

SAN MIGUEL DR.

AT SHARYLAND

RIVERSIDE ESTATES

AT SHARYLAND PH I

GRANADA SUB.

CA

PRI

CR

T.

SA

NT

A R

ITA

SAN CLEMENTE

CR

T.

SAN EFRAIN

CRT.

NO

RT

H

sc: 1" = 400'

LOCATION 5&6

6.0'X40.0' LOOP

PROPOSED (12)

Page 30: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Project Name:

Project No:

Date:

Sheet Number:

80

91NI

DEDNU

OF

,

SA

XE

T

NOISS

IMF

O

YTI

C

CITY OF MISSION

CIT

Y

OF

MIS

SIO

N

CITY OF MISSION

TR

AF

FIC

SIG

NA

L

LO

OP

DE

TE

CT

OR

S

PR

OJE

CT

LOOP

DETECTORS PROJECT

02-14-18

002-18

T-3

LOT 2

SU

BDIV

ISIO

N

Mc

MA

NU

S

145

146

1

156

155

MAIN FLOODWATER PIL

OT CHANNEL

MIS

SIO

N CIT

Y LIM

ITS

SHARYLAND PLACE TINSELTOWN

MOVIES 17 -MISSION

LOTS 1 & 5 OF

SHARYLAND PLACE SUBD.

LOTS 1-A, 1-B, 5-A, 5-B & 5-C

32

LOT 1LOT 3

LOT 41-B

1-A

5-C

5-B

COLORADOSUBDIVISION

NA

VIN

SH

AR

YL

AN

DLOT 1

165LOT 2A

WAL-MART STORE

HO

LDIN

G

PO

ND

11

SHARYLANDTERRACE

LOT A

5-A

PE

DIA

TRIC

S @

COLORADO STREET

COUNTRY CLUB

CIMARRON

LA

S VIL

LA

S D

E CIM

AR

RO

N

CLUB HOUSE

THE OAKS @ CIMARRON

LOS JARDINEZ

LO

T 1 T

HE R

ET

RE

AT

AM

EN

DE

D M

AP

PH I

CR

OSSIN

G

CIM

ARR

ON

J.G.

OR

TE

GO

N

AT CIM

AR

RO

N

CR

OSSIN

GP

H II

CIM

AR

RO

N

LA

GO D

ECIM

AR

RO

N

AT CIM

AR

RO

N

TH

E R

ET

RE

AT

26

1

6

1617

1819

2021

2223

24

25

23

11

17

1510

101112

13

14

945-A8

18

9

1

6

7

8

9

1 2 3 4 5 6 7 8 91011

45

1 2 31

2

5

2

4

54

32

11

2

3

4

40

39

38

37

36

35

20

21

6

16

7

8

15

32

31

30

29

28

5 334

33

10

1

27

1

1

2

3

4

1415A 16A

17

18

19

14

26

25

24

23

22

2

21

13

20

5

6

7

8910

1

2

11

6

5 6

7

12

1 2 3 43

2122

244

5

6

12

810

1112

139

778

14

1314

6

272829

89 10 11

12

1011

1213 15 16 17 18

15161718192021

1 2 3 4 5 6

5

2223242526

44

42

41

5

8

7

6

5

13

1

2

34 5 6 7 8 9 10 11 12 13 14 15 16 17

16

2

3

4

5

6

7

10

11

4

5

6

7

8

9

101112

1314

1516171819202122 23242526 27A

8

9

15

2

31323334353627B

3

4

37

18

1

19

40

39

38

2

3

4

1

LOT 5

19

1617

18

15

2

56

7

9 1314

1

20

3

2

8 910

1112

32

31

32

33

34

35

36

37

38

5 6 7

15

16

2

3

45

6

7

8

9

13

14

11

103

9

8

13

3

4

1

2

3

4

5

6

7

8

15

10

11

12

13

14

9

16

17

18

19

12

105

90

81

66

106

89

82

65

107

88

83

64

108

87

84

63

109

86

114 113 112 111

110

85

62

46

47

48

49

50

51

52

53

54

24

41

25

40

26

39

27

38

50

51

52

53

55

54

60

61

58

57

56

3839

4041

42

135 137

49

136

3456

20191817

23

42

43

44

45

46

4344

47

48

22

45

12

21

4

1

2

3

4

5

67

14

15

16

17

2

34

5

LOT 1

LOT 2

LOT 3

LOT 4

2

3

8

9

10

11

12

13

3A

3B

60 59 5861 57 56 55

13

LOT 5A

PH II

RIO

GRANDE

RIO B

AL

SA

S

BR

AZ

OS

CT.BRAZOS

CIM

AR

RO

N D

R.

PECOS

SABINAL

COLORADO

CIM

AR

RO

N D

R.

CO

LO

RA

DO

CR

T.

DRIVE

AUDREY DR.

JONATHON DR.

SEBASTIAN DR.

RE

D R

IVE

R

UNIO

N C

RT.

PECOS

SABINAL

ALEX DR.

TRINITY RD.

RE

D R

IVE

R

GL

AS

SC

OC

K R

D.

J.R.

DR.

CE

CILIA L

N.

YVETTE AVE.

SA

N

DE CIMARRON

CROSSINGCIMARRON

CIMARRON DR.

CIMARRONCRT.

ENTERPRISES

O.E. INVEST

SUB.SUB.2 LOT 11 LOT 2

GALLAGHER

HO

ER

NE

R R

D.

SANTA LUCIA

LOT 1 LOT 2

1

2

345

6

7

89

1011

12

13

14151617

18

19202122

BL

OC

K 1

BLOCK 2

DEVELOPMENTSANTA LUCIA

LU

CIA D

R.

(PRIV

AT

E)

U.S. EXPRESSWAY 83

1

COLORADOLOT 2A

TREMELOT 1

SH

AR

Y R

D. (

F.M.4

94)

NO

RT

H

sc: 1" = 400'

LOCATION 4

6.0'X40.0' LOOP

PROPOSED (2)

Page 31: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Project Name:

Project No:

Date:

Sheet Number:

80

91NI

DEDNU

OF

,

SA

XE

T

NOISS

IMF

O

YTI

C

CITY OF MISSION

CIT

Y

OF

MIS

SIO

N

CITY OF MISSION

TR

AF

FIC

SIG

NA

L

LO

OP

DE

TE

CT

OR

S

PR

OJE

CT

LOOP

DETECTORS PROJECT

02-14-18

002-18

T-2

ACRES

27

28

29

18

19

20

OP

EN

AR

EA

23

24

25

26

14

15

16

17

22

13

21

12

89

10

11

34567 2

789

10

11

3456 2 1

CIRCLE

"C" STREET

No.2

KEY

STO

NE

HAIDAR

SHARY-TAYLOR EXPRESSWAY COMMERCIAL SUB.

SHARYLAND I.S.D. SUB'D

EL LUGAR

BLOCK A

LOT 1-B

BLOCK A

LOT 10

BLOCK A

LOT 8

BLOCK ALOT 11

BLOCK A

4 3 2 1

62

61

63

64

6065

5966

58

57

67

68

69

3486 7118

1

2

1

LOT 14

LOT 13BLOCK A

64

4446

6162

45

63

393837

36

5960

1413

1211

3332

3130

29

28

7087

88

48

50

58

49

47

18

19

1716

15

51

52

5554

53

5657

2726

2524

19

20

21

22

23

33

185

LOT 1 LOT 2

LOT 1-A

BLOCK A

BL

OC

K A

LOT 2

BLOCK A

LOT 3

BLOCK A

LOT 7

LOT 4

BLOCK A

BLOCK A

BLOCK A

LO

T 1

2

BLOCK A

LOT 6

1

RE

DS

TO

NE E

ST

AT

ES

TAYLO

R O

AKS

98 7 6 5

51

5046 45 4443

196

10

1277

7879

80

11

54

53

52

49

48

47

13 7681 55

14 7582 56

3

15

16

17

35

74

72

73

83

84

857

6 5 4

4039

3837

36

89

10

GR

OV

EW

OO

D A

VE.

DRIF

TW

OO

D A

VE.

SELE

NA S

T.

ROSALINDA ST.

CR

T.

VICTORIA AVE.

VICTORIA AVE.

E. 4th ST.

REDSTONE DR.

SONORA AVE.

MO

CKIN

GBIR

D A

VE.

SO

NO

RA A

VE.

E. 4th ST.

GL

ASS

CO

CK

GLASSCOCK SOUTH

WANI'S

ENTERPRISES

AC

RE

S

31 22

182

36

37

38

39

40

32

33

34

35

31

30

16171819

95 96 97 98

103104105106

20

94

107

48 49 50 51 52

65 66 67 68 69

7475767778

5758596061

1415

99100

101102

53 54

70 71

7273

5556

13

26

27

28

29

30 21

20

19

18

17

25 16

24 15

9

10

11

12

13 4

3

2

1

7

8

6

12

9

10

11

8

2

1

6

7

3

4

5

14 5

192

32 23

UNIO

N

SELENA ST.

CASSANDRA

ROSALINDA

UNIO

N

VICTORIA ST.

CA

RL

OT

TA

UNIO

N A

VE

E. 4th ST.

PHASE I

3

4

5

54555657585960616263

44454647484950515253

34353637383940414243

24252627282930313233

77

78

79

80

81

82

83

84

6

7

8

9

276

164656667686970717273

74

75

1415161786

129130131132133134

13513613713887

148147146145144143

142141140139

155156157158

88

89

90

18192021222385

10

13

128

127

126

125

124

12

11

149150151152153154

91

160159

92

16316216193

123

122

121

AVE.

E. 5th.St.

CARIANNA HA

CK

BE

RR

Y A

VE.

CHRISTINA

SY

CA

MO

RE A

VE.

E. 6th.St.

AVE.

LEANNAAVE.

DENAE

HORSESHOE

BUSINESS PLAZA

1

HORSESHOE

Martinez Elementary

LAREDO

MESCAL

PALO VERDE

PECOS

HOUSTONCACTUS

POINSETTA

CHAPARRAL

ORCIDWACO

HIBISCUS

MA

ZA

TL

AN

YUCCA

MO

NT

ER

RE

Y

DALLASBLUE BONNET

LEMON

PECAN

HAMPTON INN&SUITES

35323130292827 342322 2625242120

ROAD EASEMENT

MO

CKIN

GBIR

D

DRIF

TW

OO

D

GR

OV

EW

OO

D

CASSANDRA21

42

43

44

45

26

27

28

29

25

24

23

22

41

40

39

38

34

35

36

37

33

32

31

30

201918171615141312 1110 9 8 7 6 5 4 3

VILLAS SAN GABRIEL

E. 2 1/2 St.

SUB.

HOFLAND SUBDIVISION

SHARY STORAGE

L. RICE

SUB.

SUBDIVISION No.2

HOME DEPOT

SUBDIVISION

BUSINESS PLAZA

SHARYLAND

GALLAGHER

SUBD.

R.C. VACKARMAZDA

TEJAS BUILDING

ESTATESWINFIELD

LOT 1

LOT 1A LOT 1

-45

-51

LOT 1

LOT 1

-40

LOT 3

LOT 2

1

1 1

LOT 2A

HO

ER

NE

R R

D. BERT OGDEN

SH

AR

Y R

D. (

F.M.4

94)

GL

AS

SC

OC

K R

D.

SH

AR

Y R

D. (

F.M.4

94)

VALLEY VIEW ESTATES

VALLEY VIEW ESTATES1 2 3 4 5 6 7 8 9

10

11

12

13

14

15

16 531 2 4 6 7

76

8 9

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

12

13

14

15

16

17

18

531 2 4 6 7 8 9

10

11

12

13

14

15

16

1

8

532 4

9

6 7

10

11

8 9

28

32

30

31

29

26

27

25

24

23

22

21

20

19

18

17

18

14

16

17

15

12

13

11

10

1 532 4 6 7 8 9 11

17 1 5432 6 7 8 9

531 2 4 6 7 8 9

10

11

12

13

14

15

16 531 2 4 6 7

32

8 9

32

28

30

31

29

27

26

25

24

23

22

21

20

19

18

17

14

16

18

17

15

13

12

11

10

89 12

13

14

15

16

17

18

10

11

10

11

12

13

14

15

16

17

18

19

20

21

22

23

1010

12

13

14

15

16

11

41

7

6

6421 3 5 7 98

582 3 4 5 6 71

AMY AVE.

VERNON AVE.

KELLY AVE.

LOKER AVE.

BRACEY AVE.

RA

GL

AN

D

RD.GL

AS

SC

OC

K R

D.

CITRUS GROVE ADDITION

GUTIERREZALVAREZ

SOUTH SHARY

COMMERCIAL

TWIN LAKES MOBILE

HOME SUBDIVISION

MARTIN

VILLARREAL JR.

TRES RIOS184

1

1

1

1

E. 1st ST.

JASON ST.

OLIVIA CIR.

BANKSHARYLAND

183

HOME SUBD. #2TWIN LAKES MOBILE

L A K E

LOT 1

NORTH SHARYANDCOMMONS

1

2

NORTH SHARYANDCOMMONS

RE-SUBDIVISION OF LOT 1

INSTITUTOBILINGUESAN JOSE

LOT 1

1

NAVY ARMYCOMMUNITY

CREDIT UNION

SHARY CROSSINGFALCON

1

CROSSINGMISSION

ANGO1

VEGAESDRAS

1

x

TREATS & EATS

No. 21

CONVENTION CENTER BLVD.

2

PLAZAPREMIUM

1

NORTH SHARYANDCOMMONS LOT 3

3

NO

RT

H

sc: 1" = 400'

LOCATION 2&3

6.0'X20.0' LOOP

PROPOSED (1)

6.0'X40.0' LOOP

PROPOSED (3)

6.0'X40.0' LOOP

PROPOSED (6)

Page 32: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Project Name:

Project No:

Date:

Sheet Number:

80

91NI

DEDNU

OF

,

SA

XE

T

NOISS

IMF

O

YTI

C

CITY OF MISSION

CIT

Y

OF

MIS

SIO

N

CITY OF MISSION

TR

AF

FIC

SIG

NA

L

LO

OP

DE

TE

CT

OR

S

PR

OJE

CT

LOOP

DETECTORS PROJECT

02-14-18

002-18

T-5 No.9

SERVICE CENTER

SHARYLAND

No.8

SERVICE CENTER

SHARYLAND PLAN.

GROVE No. 6

SHARYLAND PLANTATION

GR

OVE T

EC

H-C

ENTER N

o. 1

REPLAT L

OT 5 P

LA

NTATIO

N

TE

CH-C

EN

TE

R N

o. 2

PL

AN

TA

TIO

N G

RO

VE

HOTEL/BUNGALOW

PLANTATION GROVE

PHASE II

LAS PALMAS DEL SOL

PASEO LINDO

PH II

CENTER No. 5

SHARYLAND

ME

DIC

AL P

LA

ZA

PL

AN

TA

TIO

N G

RO

VE

MEDICAL PLAZA

RE-PLAT PLANTATION GROVE

76

86

LOT 2

LOT 13

LOT 14

LOT 2LOT 1

LOT 4A

LOT 5

LOT 3A

LO

T 1

LOT 1

LOT 2

LOT 1

LOT 2

LOT 3

LO

T 2

63 62 61 60

79

80

81

82

119

138

120

137

121

136

122

135

64

78

118

139

67 66 65

75

76

77

115

142

116

141

117

140

68

74

71

72

73

114

113

59 58 57 56 55 54 53 52 51

83

A

83

B

84

85

86

87 8

8

89

90

91

93123

134

124

133

125

132

126

131

127

130

128

129

112

111

979899101

103

104

105

106

107

108

109

110

100

102

94

9596

409 86 87 88 89 90 91 92

98

97

96

9594

93

10

11

12

13

14

99

100101102103104105106107108109110111

114113112 115116117118 119 120

121

122

123124125126127128129130131

15

16

17 18 19 20 21 22 23 24 25 26 27 28 29 30

LOT 15-B

LOT 15-A

LOT 1BLOT 1A

SA

NT

A E

NG

RA

CIA

SA

NT

A E

NG

RA

CIA

PLANTATION BLVD.

SAN MATEO

SA

NT

A R

ITA

SAN GERARDO

SAN ROMAN

SA

N E

UG

ENIO

SAN

SA

NT

A L

AU

RA

SAN GERARDO

SAN ROMAN

SA

NT

A T

ER

ES

A

SAN ROMAN

SA

NT

A E

NG

RA

CIA

SAN GABRIEL

PLANTATION BLVD.

SA

NT

A

LO

RE

NA

ROMAN

SA

NT

A E

NG

RA

CIA

MARBELLA

SHARYLAND I.S.D.

ELEMENTARY No.7 SUB.

LAS CRUCES LAS PLACITAS

PHASE II PHASE I

EL SENDERO

EL SENDERO PH II

PH I

LOMA VERDE

PH II

LOMA VERDEPH III

PH I

LOMA VERDE

PH I

PH 5LOS NOGALES

PH I

PH III

LOS NOGALES

LOS NOGALES

PARK

EL SENDEROPARK

PH I

PH III

LOS

PH I

15

17

18

19

20

2122

23

24

25

26

27

31

32

33

34

35

36

37

38

39

40

41

42

43

46

47

48

49 50

51

53

44

45 54

55 56 57 58 59 60 61 62 63 6465

66

67

68

69

70

86 87

717279 80 81 82 83 84

737475767778

85

1

2

3

4

567891011121314

97

95929394

91 90 89 8898 99 100 101 102 103 104

96

52

LOT 1

8

1

2

3

52

51

50494847464544

616059585756

626364656667

8032

33

34

35

36

37

38

39 43424140

5554

6869

53

70

71

4

5

6

7

81

82

83

84

85102103 90

91

92

939495

79787776

28

29

30

31

1011009998

9697

72

7374 75

3

2

1

8

29

28

27

33

32

31

30

26

76

77

75

78

74

79

73

80

252423

105

72

81

71

82

70

83

69

84

68

85

67

86

222120191817161514131211109

66

87

65

88

64

89

63

90

62

91

94

93

92

34

35

36373839

127

108

107

106

109

104

126125124

110111112

1031021011009998979695135

136113114115116117

123122121

118

59

60

61

83

81

80

82

78

79

75

76

7374

101

45

44 46

5139

56

5750

49

40

41

4260

594842

58

43 47

31

30

32

28

27

29

36

33

35

341

26

22

23

24

25

100

110

109

108

107

106

9998

97

92

91

118

113

112

111

105

104

103

102

90

96

95

94

93

89

88

87

86

85

84

16 15

52

53 54 55

38

891011121314

37

17

4

5

6

71819

20

21

3

2

119

117

116

115

114

72

125

124

121

122

120

71

123

70 6968

67

66

65

64

63

62

61

194

193

192

191

190

195

2526

106105

68

102 103104

112113

101

114

115

116

117

118

119

120

9596979899 100

122

121

9493

125

124

123

92919089

126

127

88

87

86

85

151

152

153

154

109

149150

155

110

146147

158 157

156

111

143

144

145148

168

167

166

165 164

163

162161

160172

171

170

169

159

133

134135

136

137

138 139

140

141

142

132

131

178

183

182

181

180

179177

176

175

174

173

130

129

188

187

186

185

184

196189

12884

18 1920

30

21

22

23

24

17

31

15 16

323334

27

28

2965

66

67

6 7 8 9 1011 12 13 14

353637383940414243

646362616059585756

697071727374757776

3 4 5

444546

555453

807978

2

47

52

81

1

4849

5150

8283

107

108

75 74

6766

26

8

7

6

5

4

321

73 72 71

706968

27

16 15 14 13 12 11 10

9

13

14

15

16

17

18

19

20

21

183

182

184

185

186

216

214

215

179

180

151

152

155156157158

159160 161162

209210211212

217 218 219220

221222223

224225226

153154

163164

165

166

167

LOT 'A'

PARK

178 168172173174175176177 169170171

63 62 61 60

8685

87

88

89

84

68 67 66

98

99

818079

69

78

70

77

71

76

72

75

101

100

104

105

107

106

65 64

92

9394

95

8382

73

74

110

111

127

126

125

124

123

113

114

115

116

117

118

9097102103108 9196109112

4

5

6

7

71

72

73

74

75

70

69

68

78

77

76

79

84

83

82

81

80

10

9

8

7

6

5

4

3

2

1

F.F.=107.50

F.F.=107.50

F.F.=

107.5

0

76

65

64

63

62

3029 28

SAN MATEO

SAN EDUARDO

60

59

58

57

3332

31

25

24

23

17

6156

55

54

22

21

2019 18

37

38

39

40

52

51

50

49

32 33 34 35 36

2223242526

6667

6465

6263

61

909192

93

94108

10989

88

30

29

28

27

26

25

24

23

22

95

96

97

87

86

85

21

20

19

18

17

16

15

14

13

12

11

31

102

101

100

99

98

105

104

103

107

106

PH II

PH II

EDUARDOSAN

RICARDOSAN

SA

NT

A I

NE

Z

SA

NT

A S

OFIA

PLANTATION GROVE BLVD.

SA

NT

A

LU

CIA

SAN ANGELO

SAN RAFAEL

SA

NT

A L

YDIA

SAN ANDRES

SA

NT

A O

LIV

IA

SAN ANGELO

SAN RAFAEL

SA

NT

A S

OFIA

SA

NT

A

SAN ANDRES

SA

NT

A I

NE

Z

FA

BIO

LA

SAN ANDRES

SA

NT

A O

LIV

IA

CRT.

SAN

SU

SA

NA

SA

NT

A

SAN PATRICIO

SA

NT

A M

ARIN

A

SA

NT

A L

YDIA

SANTA ROCIO

ESTEBAN

SA

NT

A L

YDIA

SAN

SAN GABRIEL

GABRIEL

RE

YL

AN

DO

SAN FABIANS

AN

LU

CIA

SAN FABIAN

SA

NT

A

SA

NT

A I

NE

Z

SANTA ROCIO

ES

TE

BA

NC

OU

RT

SA

NT

ASAN ESTEBAN

SA

NT

A F

ABIO

LASAN MATEO PARKWAY SOUTH

SA

NT

A F

E

SA

NT

AV

ER

ONIC

A

SAN RICARDO

SA

NT

A O

LIV

IAS

AN

TA O

LIV

IA

SAN ROMAN

SAN FEDERICO

SA

NT

A

SAN BENITO

SAN ROMAN

SA

NT

A I

NE

Z

SA

NT

A F

E

SA

NT

A

SA

NT

A

SA

NT

A

SAN MATEO

ILIA

NA

SA

NT

A M

ONIC

A

SANTO TOMAS

GABRIEL

VE

RO

NIC

A

SAN

SA

NT

A

CRT.

CT.

SANTA SUSANA

ROMAN

SO

FIA

LU

CIA

IDA

LIA

GL

AS

SC

OC

K R

D.

SA

NT

A I

NE

Z

SA

N G

RE

GO

RIO

SA

NT

A

LY

DIA

SAN

MA

RIA

SA

NT

A

CABOS

LAS PLACITAS

SH

AR

Y R

D. (F.M.4

94)

GL

AS

SC

OC

K R

D.

SA

NT

A F

E

SA

NT

A S

US

AN

A

SHARYLAND PLANTATION VALENCIA

SA

NT

A M

ARIA

SUBDIVISION

PLANTATION GROVE

SAN ANGELO

SAN

NO

RT

H

sc: 1" = 400'

6.0'X40.0' LOOP

PROPOSED (12)

LOCATION 7

Page 33: Replacement of Traffic Signal Loop Detectors at Various ... · the successful bidder, it will be required that “Replacement of Traffic Signal Loop Detectors at Various Intersections”

Project Name:

Project No:

Date:

Sheet Number:

80

91NI

DEDNU

OF

,

SA

XE

T

NOISS

IMF

O

YTI

C

CITY OF MISSION

CIT

Y

OF

MIS

SIO

N

CITY OF MISSION

TR

AF

FIC

SIG

NA

L

LO

OP

DE

TE

CT

OR

S

PR

OJE

CT

T-1

LOOP

DETECTORS PROJECT

02-14-18

002-18

MARBLE FALLS

PLAZA SUBDIVISIONSPARKS & TOWNSEND

SUBD.BORIQUEN

EXPRESS

SHARYLANDPLAZA

VALLEYSUBDIVISION

WHITNEY-ROSS

SUBDIVISION

HA

CK

BE

RR

Y

SHARY VILLAS

CENTER

SANABRIA SUB.

HIGHLAND ESTATES

SHARY VILLASPH II

27 32 35 40

28 31 36 39

434624

23

26 33 34 41 42 4725

45

67

89

10

11

12

13

14

15

16

17

18

19

20

21

22

24

26

28

23

25

27

19

20

9 12 21 24

39

40

41

56

57

187

8

14

13

19

20

26

25

3858

1234

5

6

16

15

17

18

28

27

29 30 31 32

59 17

36

37

262 4 6 8

10

12

14

16

18

20

22

241

12345 6 789

10

11

12

13

14

15

16

1

22 29 30 37 3844 45

236

43

44454647484950515253

21

10 11 22 23

42

54

55

41 40 39 38 37 36 35891011121314

19 20 21 22 23 24 25 26 27 28 29 30 31 32

33

34

15

16

17

18

60

61

62

21

20

19

18

17

16

15

14

13

12

11

10

22

23

9

2 86543 71

345678

20212223242526

132

1819

16151413121110

3456789

6 7 8 9 10 11 12 131 2 3 4 5

SUMMER BREEZE AVE.

KA

RIN

A D

R.

SUMMER BREEZE ST.

MA

RB

LE C

RT.

DRIF

TW

OO

D L

N.

WA

GN

ER L

N.

TO

RRIE L

N.

E. 23RD ST.

HA

CK

BE

RR

Y A

VE

E. 21st. ST.

GR

AP

EF

RUIT

AV

E.

E. 22nd ST.

BROCK ST.

SUMMER BREEZE ST.RIVER OAKS ESTATES

RIVER OAKS PLAZA

2223242526

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

2021

32

SHARY BUSINESS

(UNRECORDED)

MOBILE GARDENS

13 14 15 16 17 18 19

1112131415 16 17

3132A383940

28

29

29A

30 17

18

19

33

33A

34

38

B

38

A

38C

38D

2324157156155

27

27A 20A

2035

25 22

262135A

36

36

A

36

B

37

37

A

37

B

16

14 2

18A

12

13 3

4

78

11 5

9 6

10 5A

115

KE

RRIA A

VE.

LA

MA

LO

NGHARE

LA

NAI

33

111213141516

34

35 910

CA

R S

PA

GLENWOOD NORTHEAST JUNCTION

9 8 57 61

SPRINGFIELD SUBDIVISON

5 6 7 8 910

11

12

13

14

15

16

17

18

193 5 6 7 8 94 10

11

12

13

14

15

16

1 2 3 421

20

PHASE II

SUNRISE MEADOWS

PHASE III

SHARY OAKS

OAK GLEN

GLENWOOD TERRACE

SHARY PALMS IV

SHARY PALMS

UNIT II

97

98

99

100101

102

10352

6263

6486

87

88

107

108

109

110

6572

60 6159

73

2196

104105

46

50

515354

55 89

106565758

17

18

19

20

93 949543

44

45

47 48

49 90

9192

41

42 22

1814151619

20

21

174 7 9 10 11 13123 5 6 8

1

2

2726 23 222524313234 2928303537 36 33

115116

7 8 9 10 11

119120121122

1 2 3 4 5 6

67

6869

70

7980 81

82

83

123124125126127

117118

85

111112113114

6671 84

75

76

77

78

74

15

12

13

14

16

12

21

3

45678910

11

2 3 4 5 6 7 8 9 10111213141516

23

1718 19

1

20 21

3 A

9101112131415161718192021 78 456 B

1

12345678

910

11

12

13

14

15

16

17

18

19

20

21

22

36

37

38

39

23

24

32

33

34

35

31 30

13 14 15 16 17 18 19

25

26

27

28

29

202

1

495051525354555657585960

61

63

65 66 67 68 6970 71 7273 74 75

62

45464748

76 77 78 79

44

41

43

42

64 40

SUMMER

E. 21st. ST.

CA

RDIN

AL S

T.

TURTLE LN.

ROAD

BREEZE

TU

RT

LE C

RT.

E. 22nd. ST.

MO

RNIN

G

LN.

LIL

LY C

OV

E

LA

WN

DA

LE R

OA

D

SUMMER BREEZE

BROCK ST.

E. 23RD ST.

E. 21th ST.

HE

LE

N A

VE.

GR

ANIT

E A

VE.

E. 22nd. ST.

GL

EN

WO

OD A

VE.

DO

VE S

T.

SPRINGFIELD SUBDIVISON

PHASE I

23

22

2440

252627282930313233343536373839

HE

LE

N A

VE

QUAIL LN. CR

EE

K R

UN

3A SUB. LAS CANTERAS

TIERRA GRANDE ESTATES

ST

AR

S S

UB

D.

ADAMS CROSSING

TIERRA GRANDE

COMMERCIAL PLAZA

TAYLOR VILLAGE

1

34567

891011

12

13 1415 16 17

1819202122

30 31 32

23

2

24 25 26 27 28 29

1

2

28 29 30 31 32 33 34 35 36 37 38 39

404142434445464748495051

52 53 54 55 56 57 58 59 60 61 62 63

646566676869707172737475

76

77

78

7998

99

100

101

102

103

3 17

18192021222324252627

57 8 9 10 11 12 13 14 15 16

A

6

4

13

14

12

11 9

10 8 7 6

18 17

5 4 3 2

16

1

256

80 97

81

82 83 84 85 86 87 88 89 90 91 92 93 94 95

96

1 3 4 5 6 7 8 9

10

11

12

13

14

15

16

16

15

14

13

12

11

109876543 19

18

17 202

200' H.C.I.D. No. 1 EDINBURG MAIN CANAL R.O.W.

266265

13141516171819202122232425

2611

12

27 10

23 24 29 30 31

36

37 38 45 46

25

26

28

27

32

33

234567891011121314151617

18

35

22

19

20

21

39 44 47

34 41 42

40 43 48

49

LIVE OAK

DRIF

TW

OO

D

COTTONWOOD

COTTONWOOD

LIVE OAK

WILLOW

MIMOSA

SY

CA

MO

RE

MIMOSA

HA

CK

BE

RR

Y

E. 27th ST.

GR

AP

EF

RUIT A

VE

HA

RM

ON

Y C

RT.

ME

LO

DY C

RT.

E. 25th ST.

DRIF

TW

OO

D

WA

GN

ER L

N.

PHASE II

ATTIC No. 5

FOX RUN SUBDIVISION

FOX RUN SUBDIVISION No. 2

GLASSCOCK PRIMARY SCHOOL SUBD.

HUT

BIG ORANGE

PIZZA

RGVSUBD.

JOEL OCHOA

PHASE II

DUBLIN ESTATES

HIDDEN VILLAGE

CANYON GATE

JASEN HARDISON

32.70' ST.

45678

9 10 11 12

23

13

1

14

71

2 5 61 2

3 4

9

10

11

12

1

2

3

45

6

7

816HARDISON INV.

11 129 10

8

16

1413

24

23

1211

16

15

30

2914 111213

109876

15

53 4

17

2

4849

474618

5051

4544

17

525354555657

434241403938

58

37

23 22 2120

19

25 2430 29 28 27 263133 3234

18

1

36

35

2 3 208

7654

9

22

21

1028

1

49

48

47

44

45

46

8

9

10

11

63 64 65 66 67 68 69 70

52

51

50

61 62

41

42

43

12345

6

7

22

21

20

29

30

31

193235

36

37

38

39

252653

24

23

27

2840

54

55 56 57 58 59 60

1516 1314 1217183334

13

19

FOX RUN DR.

HOUND DR.

CIT

RU

S

FOX RUN DR.

SH

AR

Y R

D. (

F.M.4

94)

E. 27th AVE.

DO

VE A

VE

E. 25th 1/2 ST.

E. 25th ST.

CA

RDIN

AL

LN.SUNRISE

E. 25th ST.FL

AMIN

GO S

T.

SUNRISE LN.

MA

Y D

R.

WE

RN

EC

KE A

VE.

E. 25th ST.

PHASE III

PHASE II

LONE STAR BANK SUBDIVISION

PH. I1

2 3 4 5 6 7 8 9

10

11

12

13

14

15

16

17

18

16

15

14

13

12

11

1098765

17432

1-

A

1

1

26

27 2425 23 1922 21 20

32

3126272930 28

15

164644 45 47

17

16

15

35

36

37

4139 4038 42 43

25

495150

18

48

34

53 525457 56 55

33SOLAR DR.

E. 27th St.

FL

AMIN

GO S

T.

TIE

RR

A D

R.

ST

AR

R Q

UIC

K

SUBDIVISION

GLASSCOCK VILLAGE

LA HACIENDA SUBDIVISION

46

45

44

43

42

49

48

47

108 10997

30

31

32

33

34

40

41

120

35

36

56789 34

36

3738

39

121

37

38

12

262

24TH ST.

200' H.C.I.D. No. 1 EDINBURG MAIN CANAL R.O.W.

E. 23 RD. PLACE

107 11098 119 35122

25

24

23

22

21

20

19

104

105

106

113

112

111

114103

101

100

99

102

26

27

115

116

117

118

28 29

30

31

32

33

34

126

125

124

123

XA

NT

HIS

MA

YA

RR

OW

ZIN

NIA

E. 23 RD. ST.

E. GRIFFIN PARKWAY (F.M. 495)

GL

AS

SC

OC

K R

D.

1-

BP

H. III

GL

AS

SC

OC

K R

D.

E. GRIFFIN PARKWAY (F.M. 495)E. GRIFFIN PARKWAY (F.M. 495)

SUB.

1

234

5

6

7

8

9

10

TRES PICOS

SH

AR

Y R

D. (

F.M.4

94)

T.R.B. MISSION

1 2

1

PH I

MIMOSA

HA

RM

ON

Y L

N.

TR

ES PIC

OS

PH II

NO

RT

H

sc: 1" = 400'

6.0'X40.0' LOOP

PROPOSED (8)

LOCATION 1