Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
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 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 ****
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.
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.
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
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.
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
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
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.
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
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.
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.
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.
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”
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_____________________
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.
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: __________________________
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 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 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 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:
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
CITY OF MISSION
SPECIFICATIONS/PLANS
BID NAME/NO.:
Replacement of Traffic Signal Loop Detectors at
Various Intersections /
18-153-03-19
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
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
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)
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)
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)
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)
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
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