Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Hanson Professional Services Inc.PROJECT ADDENDUM
Project Title: County Road Improvement Program for Miles Rd and Rhodes Ranch Rd
Owner: McMullen County
TCDP Project No: Hanson Project No: 19L0050
Addendum Number: Two (2) Date of Issue: 07/21/2020
Bid Date & Time: August 4, 2020 Page 1 of 74
NOTICE TO ALL BID DOCUMENT HOLDERS:The following changes to the Contract Documents and Bid Date are issued by the Engineer and shall have the same force and affect as though part of the original issue. Bidders are hereby notified that they shall incorporate this addendum into their bids, and it shall be construed that the contractor's bid shall reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders shall acknowledge receipt of this addendum in the space provided on the bid form, Section 000110 - Table of Contents, have been revised. This addendum consists of 74 pages.
CHANGES TO THE TABLE OF CONTENTS :
1. Revision of Technical Specifications:a. Revision to Section 000110 Technical Specifications to:
i. Remove specification listing of items: 112. Add specification item 666ii. Remove Geogrid Reinforcement specification. Add specification item DMS-
6240b. Revision to Section 004200 Proposal to:
i. Add item 46 and item 47ii. Edit item 34 to read DMS 6240 for Geogrid.
CHANGES TO THE PLANS : 1. Revision of Index of Sheets
a. Add Pavement Marking pages to the Index of Sheets. 2. Revision to the General Notes
a. Edit the Notes for Roadway and for the Ditch grading.3. Revision to the Typical Section
a. Edit Notes for the geogrid and the ditch regrading4. Revision to the Ditch Typical Section
a. Edit Notes to show that the ditch regrading is subsidiary to the Earthwork cut/fill5. Revision to the Summary of Small Signs
a. Edit the quantity and the location of small signs.6. Revision to the Driveway Detail
a. Add note concerning privately owned cattle guards.
ACTION ITEMS:1. Remove sheets 1-15, of the Contract Documents and Specifications from Addendum No.
1 and replace/update with the following pages.
ADDENDUM NO. 2Page 2
2. Remove sheets 2-4, 7-8, 18-19, 59C-59R, and 120E-120HH of the Construction Plans and replace with the following pages.
ALL OTHER REQUIREMENTS OF THE DRAWINGS AND SPECIFICATIONS REMAIN IN EFFECT. THIS ADDENDUM SHALL BE ATTACHED TO AND MADE A PART OF THE DRAWINGS AND SPECIFICATIONS.
Signed : Gregory Howard, P.E. Project Engineer
Hanson Professional ServicesFirm Registration No. F-417
Project ID: 19L0050: Miles and Rhodes Ranch Road
Procurement and Contracting Requirements
Page 1 of 15 PROPOSAL – 00 42 00.00
SECTION 00 42 00.00PROPOSAL
DATE:
PROPOSAL of (hereinafter called "Bidder"),
either a corporation organized and existing under the laws of the State of Texas, or a partnership, or an
individual doing business as .
TO: MCMULLEN COUNTY(Hereinafter called "Owner")
RE: COUNTY ROAD IMPROVEMENTS FOR MILES ROAD AND RHODES RANCH ROAD Gentlemen:
The Bidder, in compliance with your invitation for Bids for the above referenced project together with all
appurtenances, having examined the Drawings and Specifications and related documents and the site of the
proposed work and being familiar with all the conditions surrounding the construction of the proposed Project
including the availability of labor and materials, hereby proposes to furnish all labor, materials, and supplies,
and to construct the Project in accordance with the Contract Documents and Addenda thereto, within the time
set forth therein, for the price stated below. This price is to cover all expenses incurred in performing the
work required under the Contract Documents, of which this Proposal is a part.
The Bidder hereby agrees to commence work under this Contract on or before a date to be specified in a
written "Notice to Proceed" from the Owner and to complete portions of the Project as shown by the
milestone dates as indicated on this Proposal.
Bidder hereby acknowledges receipt of the following Addenda:
The Bidder agrees to perform all work shown on the Drawings and described in the Specifications for the
following prices:
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 2 of 15 PROPOSAL – 00 42 00.00
BASE BID
1. 1 LS Traffic Control, including all labor, materials, equipment, maintenance, and incidentals required for installation and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Total Price (Figures) Total Price (Figures in Written Words)
2. 1 LS Storm Water Pollution Controls, including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of required devices, required permits and drawings in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Total Price (Figures) Total Price (Figures in Written Words)
3. 1 LS Mobilization, including all labor, materials, equipment, maintenance, and incidentals required for the installation and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Total Price (Figures) Total Price (Figures in Written Words)
4. 15,486.92 CY Earthwork Cut Volume, including, delivering, watering, lay down, rolling, materials, equipment, and incidentals in accordance with Plans and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
5. 17,653.27 CY Earthwork Fill Volume (Density Control), including, delivering, watering, lay down, rolling, materials, equipment, and incidentals in accordance with Plans and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 3 of 15 PROPOSAL – 00 42 00.00
6. 2,169.4 SY Surface Treatment Driveways (Seal Coat), including, delivering, lay down, rolling, materials, equipment, and incidentals in accordance with Plans and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
7. 171 LF Removal of Drainage Pipe (CMP) single barrel 12” diameter, including all labor, materials, equipment, excavation, maintenance, and incidentals required for removal of indicated structures including but not limited to headwalls, safety end treatments, and piping and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
8. 60 LF Removal of Drainage Pipe (CMP) single barrel 15” diameter, including all labor, materials, equipment, excavation, maintenance, and incidentals required for removal of indicated structures including but not limited to headwalls, safety end treatments, and piping and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
9. 110 LF Removal of Drainage Pipe (CMP) single barrel 18” diameter, including all labor, materials, equipment, excavation, maintenance, and incidentals required for removal of indicated structures including but not limited to headwalls, safety end treatments, and piping and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 4 of 15 PROPOSAL – 00 42 00.00
10. 110 LF Removal of Drainage Pipe (CMP) single barrel 20” diameter, including all labor, materials, equipment, excavation, maintenance, and incidentals required for removal of indicated structures including but not limited to headwalls, safety end treatments, and piping and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
11. 64 LF Removal of Drainage Pipe (CMP) single barrel 24” diameter, including all labor, materials, equipment, excavation, maintenance, and incidentals required for removal of indicated structures including but not limited to headwalls, safety end treatments, and piping and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
12. 69 LF Removal of Drainage Pipe (CMP) single barrel 30” diameter, including all labor, materials, equipment, excavation, maintenance, and incidentals required for removal of indicated structures including but not limited to headwalls, safety end treatments, and piping and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
13. 76 LF Removal of Drainage Pipe (CMP) single barrel 36” diameter, including all labor, materials, equipment, excavation, maintenance, and incidentals required for removal of indicated structures including but not limited to headwalls, safety end treatments, and piping and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 5 of 15 PROPOSAL – 00 42 00.00
14. 51 LF Removal of Drainage Pipe (CMP) single barrel 48” diameter, including all labor, materials, equipment, excavation, maintenance, and incidentals required for removal of indicated structures including but not limited to headwalls, safety end treatments, and piping and maintenance in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
15. 310 LF Installation of Drainage Piping (RC Pipe Cl. III, tongue and groove) single barrel 18” diameter, including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words
16. 60 LF Installation of Drainage Piping (RC Pipe Cl. III, tongue and groove) double barrel 18” diameter, including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words
17. 120 LF Installation of Precast Concrete Box Culvert) Double Barrel 5’x2’, Fill <2’ including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 6 of 15 PROPOSAL – 00 42 00.00
18. 210 LF Installation of Precast Concrete Box Culvert Triple Barrel 5’x2’, Fill <2’ including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words
19. 160 LF Installation of Precast Concrete Box Culvert Quadruple Barrel 5’x2’, Fill <2’ including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words
20. 30 LF Installation of Precast Concrete Box Culvert Single Barrel 5’x3’, Fill <2’ including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words
21. 120 LF Installation of Precast Concrete Box Culvert Double Barrel 5’x3’, Fill <2’ including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 7 of 15 PROPOSAL – 00 42 00.00
22. 280 LF Installation of Precast Concrete Box Culvert Quadruple Barrel 5’x3’, Fill <2’ including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words
23. 2 EA Concrete Headwalls (CH-PW-0), Double Barrel 18” Diameter RCP including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
24. 4 EA Concrete Wingwalls (PW-0), 5’x2’ Double Barrel Concrete Box Culvert including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
25. 4 EA Concrete Wingwalls (PW-0), 5’x2’ Triple Barrel Concrete Box Culvert including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 8 of 15 PROPOSAL – 00 42 00.00
26. 2 EA Concrete Wingwalls (PW-0), 5’x3’ Single Barrel Concrete Box Culvert including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
27. 4 EA Concrete Wingwalls (PW-0), 5’x3’ Double Barrel Concrete Box Culvert including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
28. 2 EA Concrete Wingwalls (PW-0), 5’x3’ Quadruple Barrel Concrete Box Culvert including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
29. 2 EA Concrete Wingwalls (FW-0) (3:1), 5’x2’ Quadruple Barrel Concrete Box Culvert including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 9 of 15 PROPOSAL – 00 42 00.00
30. 2 EA Concrete Wingwalls (FW-0) (3:1), 5’x3” Quadruple Barrel Concrete Box Culvert including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of indicated structures in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
31. 14.59 CY Concrete Riprap Cl. B (Concrete Box Culvert Flared Wingwall Apron), including all labor, materials, equipment, excavation, delivering, spreading, shaping, compaction to acceptable density, maintenance, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
32. 22 EA Object Markers TY 2 (Drivable), including all labor, materials, equipment, excavation, backfill, compaction, maintenance, and incidentals required for the installation of Object Marker Shurtite Product [(D-SW) SZ 4 (FLX) (GND) (BI)] in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
33. 542 STATIONS Reworking Existing Subgrade/Base Ty. C – 6” depth, including all labor, equipment, excavation, spreading, shaping to 2% cross-slope, compaction to ordinary compaction density at optimum moisture content, maintenance, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 10 of 15 PROPOSAL – 00 42 00.00
34. 176,003 SY GeoGrid Base Reinforcement Ty II, including all labor, materials, equipment, delivering, placement, maintenance, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
35. 176,003 SY 6” Limestone Rock Asphalt Base (LRA Base) ONLY, Ty. A, Grade 3, (Min. Plasticity Index = 0), including all labor, materials, equipment, excavation, delivering, spreading, shaping, compaction to acceptable density, maintenance, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
36. 56,863 GAL 1st Course Surface Treatment Asphalt (AC-10), including Asphalt application, delivering, lay down, labor, materials, equipment, and incidentals in accordance with Plans and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
37. 1,912 CY 1st Course Surface Treatment Aggregate (TY PE Gr. 3 or 3S – SAC-B), including, delivering, lay down, rolling, materials, equipment, and incidentals in accordance with Plans and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 11 of 15 PROPOSAL – 00 42 00.00
38. 51,989 GAL 2nd Course Surface Treatment Asphalt(AC-15P), including Asphalt application, delivering, lay down, labor, materials, equipment, and incidentals in accordance with Plans and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
39. 1,414 CY 2nd Course Surface Treatment Aggregate (TY PE Gr. 4 or 4S – SAC-B), including, delivering, lay down, rolling, materials, equipment, and incidentals in accordance with Plans and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
40. 515 SY Mailbox Turnouts (Surface Treatment), including all labor, materials, equipment, tools, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
41. 2 EA Connection to TxDOT Highways, including all permits, labor, materials, equipment, excavation, delivering, spreading, shaping, compaction to acceptable density at optimum moisture content, maintenance, and incidentals required for the repairs to the pavement in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 12 of 15 PROPOSAL – 00 42 00.00
42. 72 SF TYPE A - ALUMINUM SIGN 36”x36”, (IN SM RD SN SUP&AM TY10BWG(1)SA(P)), (REFER TO SIGN HOUSING AS SHOWN IN THE PLAN DETAILS) including all labor, materials, equipment, tools, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
43. 20 EA Chevron Sign Assemblies (Back-to-Back Chevrons)(18”x24”) (REFER TO SIGN HOUSING AS SHOWN IN THE PLAN DETAILS) including all labor, materials, equipment, tools, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
44. 14 EA Solar Chevron Sign Assemblies (Back-to-Back with regular Chevron Assembly)(18”x24”) (REFER TO SIGN HOUSING AS SHOWN IN THE PLAN DETAILS) including all labor, materials, equipment, tools, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
45. 42 EA (IN SM RD SN SUP&AM TY10BWG(1)SA(P)), Warning Sign Assemblies (REFER TO SIGN HOUSING AS SHOWN IN THE PLAN DETAILS) including all labor, materials, equipment, tools, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $Total Price (Figures) Total Price (Figures in Written Words)
Project ID: 19L0050 Procurement and Contracting Requirements
ITEMNO. ESTIMATED QUANTITY & UNITS DESCRIPTION
Page 13 of 15 PROPOSAL – 00 42 00.00
46. 11,480 LF REFL PAV MRK TY II (Y) 4” (BRK) Paint with glass beads including all labor, materials, equipment, tools, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $
47. 8,366 LF REFL PAV MRK TY II (Y) 4” (SLD) Paint with glass beads including all labor, materials, equipment, tools, and incidentals required for the installation in accordance with the Drawings and Specifications, complete in place, for the unit price of:
$ . $Unit Price (Figures) Unit Price (Figures in Written Words)
$ . $
TOTAL BASE BID
$ . Total Base Bid (Items 1-44) (Figures)
$Total Base Bid (Items 1-44) (Figures in Written Words)
The Bidder agrees to complete the entire Base Bid Work within 200 calendar days.
Departmental Materials Specification DMS-6240
Construction Division 1 – 4 Effective Date: July 2017
DMS-6240
Geogrid for Base / Embankment Reinforcement Effective Date: July 2017
1. DESCRIPTION
This Specification governs the materials, composition, quality, sampling, testing, and Quality Monitoring Program (QMP) for synthetic geogrid. Install geogrid in accordance with the lines and grades shown on the plans. Two grades of geogrid, Types 1 and 2, are specified for different loads.
2. UNITS OF MEASUREMENTS
The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard.
3. DEFINITIONS
3.1. Geogrid—a synthetic planar structure formed by a regular network of integrally connected polymeric tensile elements with apertures designed to interlock with the surrounding fill material. Geogrid is used for the reinforcement of roadway base or embankment materials. Other uses are in accordance with the governing Specification and the plans.
3.2. Producer—a manufacturer of any of the products covered by this Specification or a company that sells its product under a private label agreement with a manufacturer.
4. MATERIAL PRODUCER LIST
The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this Specification. Materials appearing on the MPL, entitled “Geogrid for Base / Embankment Reinforcement,” require no further sampling and testing before use, unless deemed necessary by the Project Engineer or CST/M&P.
5. BIDDERS’ AND SUPPLIERS’ REQUIREMENTS
The Department will only purchase or allow on projects those products listed by producer and product code or designation shown on the MPL.
Use of pre-qualified product does not relieve the Contractor of the responsibility to provide product that meets this Specification. The Department may inspect or test material at any time and reject any material that does not meet the specifications.
6. PRE-QUALIFICATION PROCEDURE
6.1. Independent Testing. Prospective producers must have an independent laboratory test their material in accordance with the requirements listed in Section 8.
6.2. Pre-Qualification Request. Submit a request for evaluation under DMS-6240 to [email protected].
Departmental Materials Specification DMS-6240
Construction Division 2 – 4 Effective Date: July 2017
Include the following information in the request:
company name;
physical and mailing addresses;
contact person, phone number, and email address;
product name and designation;
independent laboratory test report with test data showing compliance of the material
with all requirements listed in this Specification; and
name of product manufacturer, if private labeling.
6.3. Pre-Qualification Sample. CST/M&P will contact producers and request samples for evaluation. Submit sample to the Texas Department of Transportation, CST/M&P (CP51), 9500 North Lake Creek Parkway, Austin, TX 78717.
Submit all materials for pre-qualification at no cost to the Department.
6.4. Evaluation. CST/M&P will notify prospective bidders and suppliers after completion of material evaluation.
6.4.1. Qualification. If approved for Department use, CST/M&P will accept the product to the QMP and add it to the MPL.
Report changes in the composition or in the manufacturing process of any material to CST/M&P. Significant changes reported by the producer, as determined by the Director of CST/M&P, may require a re-evaluation of performance. The Department reserves the right to conduct whatever tests it deems necessary to identify a pre-qualified material and determine if there is a change in the composition, manufacturing process, or quality that may affect its durability or performance. In case of variance, the Department’s tests will govern.
6.4.2. Failure. Producers not qualified under this Specification will neither be accepted to the QMP nor added to the MPL and may not furnish materials for use on Department projects.
Producers failing to qualify may submit a request for re-evaluation after 3 months have elapsed from the date of the original request. CST/M&P may modify this time limit at its discretion. In the request for re-evaluation, document the cause of the issue and corrective action taken.
The Department normally bears the costs of sampling and testing; however, the producer will bear the costs associated with materials failing to conform to the requirements of this Specification. The Director of CST/M&P will assess this cost at the time of testing, and amounts due will be billed to the producer.
7. QUALITY MONITORING REQUIREMENTS
CST/M&P will re-qualify materials in the QMP every 2 years.
7.1. Quality Monitoring (QM) Sample. Submit a sample of each pre-qualified material to CST/M&P every 2 years for testing. Include with the sample a recent test report from an independent laboratory showing compliance with the requirements of Article 8.
Submit samples and test reports at least 1 month before the beginning of the pre-qualification period to allow sufficient time for testing. Late submittals may cause delayed posting on the MPL.
7.2. Quality Control (QC) Test Reports. Producers accepted to the QMP must perform their own QC testing to verify compliance with this Specification. Testing is required for every material that is pre-qualified under the QMP.
Departmental Materials Specification DMS-6240
Construction Division 3 – 4 Effective Date: July 2017
Suppliers who private label geogrid may keep QC reports from the material manufacturer, but these records must be readily available for inspection by Department representatives Producers must maintain a complete record of all QC test reports for the previous and current calendar year.
7.3. Periodic Evaluation. The Department reserves the right to conduct random sampling and testing of pre-qualified materials to verify performance and Specification compliance and to perform random audits of documentation. Department representatives may sample material from the project site and the warehouse. Sampling will be in accordance with Tex-735-I, and testing will be in accordance with Tex-621-J.
Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the QMP and the MPL. In case of variance, the Department’s tests will govern.
7.4. Disqualification. Causes for disqualification and removal from the QMP and the MPL may include, but are not limited to:
falsification of documentation,
producer fails to report any change in material composition or manufacturing process to CST/M&P,
material fails to meet the requirements of this Specification as a result of periodic evaluation,
producer fails to comply with the documentation requirements of this Specification, or
producer has unpaid charges for failing samples.
CST/M&P will remove disqualified producers from the QMP and the MPL and will not allow submission of material for re-qualification for 12 months, at the discretion of the Department.
7.5. Re-Qualification. Once the disqualification period established by CST/M&P has elapsed, producers disqualified and removed from the MPL may begin the re-qualification process by submitting a request in accordance with Section 6.2, including additional documentation identifying the cause of the problem and corrective action taken. The re-qualification process will then follow all subsequent Sections of Articles 6 and 7.
The Department normally bears the costs of sampling and testing; however, the disqualified producer will bear the costs associated with re-qualification. The Director of CST/M&P will assess this cost at the time of re-evaluation, and amounts due will be billed to the producer.
8. MATERIAL REQUIREMENTS
8.1. General Requirements. The structure should be capable of maintaining dimensional stability during placement and under normal construction traffic.
The geogrid must be resistant to damage during construction, including ultraviolet degradation, and it must have long-term resistance to chemical and biological degradation caused by the materials being reinforced.
8.2. Physical Requirements. The geogrid must meet the requirements listed in Table 1 when tested in accordance with Tex-621-J.
Departmental Materials Specification DMS-6240
Construction Division 4 – 4 Effective Date: July 2017
Table 1 Geogrid Requirements
Property Type 1 Type 2
Aperture Size, mm (in.) 25–51 (1.0–2.0) 25–51 (1.0–2.0)
Percent Open Area, % 70 Min 70 Min
Thickness, mm (in.) MD ribs CMD ribs Junctions
0.77 (0.03) Min 0.64 (0.025) Min 1.50 (0.06) Min
1.27 (0.05) Min 1.15 (0.045) Min 2.54 (0.10) Min
Junction Efficiency, % of rib ultimate tensile strength
MD & CMD 90 Min 90 Min
Aperture Shape Square or Rectangular Square or Rectangular Equilateral Triangular
Ribs per Node 4 4 6
Tensile Modulus @ 2% elongation1, N/m (lb./ft.)
MD & CMD
204,260 (14,000) Min -
291,000 (20,000) Min 175,080 (12,000) Min
1. Determined as a secant modulus without offset allowances.
Note—MD and CMD do not necessarily refer to the machine (warp) and cross machine (fill) directions in the manufacturing process. They refer, for drawn products, to the more (CMD) or less (MD) highly drawn ribs where the aperture dimensions are unequal.
9. PACKAGING AND IDENTIFICATION
9.1. Packaging. Package the geogrid in rolls of the length and width specified on the plans, as directed by the Engineer, or as specified in the purchase order awarded by the State.
Each roll should be one continuous piece packaged in a suitable sheath, wrapper, or container to protect the geogrid from damage due to ultraviolet light, moisture, and normal storage and handling.
9.2. Identification. Identify each roll with a tag or label securely affixed to the outside of the roll on one end. List the following information on the label:
unique roll number, serially designated,
lot or control number,
name of producer,
style or catalog description of product, and
roll width and length.
10. MEASUREMENT AND PAYMENT
10.1. Procurement by the State. Measurement and payment for all materials governed by this Specification will be in accordance with the conditions prescribed in the purchase order awarded by the State.
10.2. Contracts. Measurement and payment for all materials governed by this Specification and utilized in the performance of work specified in the Contract will be considered subsidiary to the governing bid item in the Contract.
11. ARCHIVED VERSIONS
Archived versions are available.
Project ID: 19L0050 Procurement and Contracting Requirements
Page 14 of 15 PROPOSAL – 00 42 00.00
IMPORTANT
Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.
The above prices shall include all labor, materials, overhead, profit, bonding, insurance, etc., to cover the finished work of the several kinds called for, including that of that of all subcontractors.
The Bidder understands that the Owner reserves the right to reject any or all Bids and to waive any informalities in the Bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he agrees to do the work and that no representations made by the Owner are in any sense a warranty, but are mere estimates for the guidance of the Contractor.
The undersigned Bidder hereby declares that he agrees to do the work, and that no representations made by the Owner are in any sense a warranty, but are mere estimates for the guidance of the Contractor.
Upon receipt of the notice of acceptance of the Bid, the Bidder will execute the formal Contract attached within ten (10) days and will deliver Performance and Payment Bonds, as required by the Contract.
The undersigned agrees that if awarded the Contract for the work, he will guarantee the work against defects in materials and workmanship for a period of one (1) year following completion of the work and acceptance by the Owner.
The business entity must have completed Form 1295 electronically with the Texas Ethics Commission by the time the entity submits the signed contract to the County. Instructural videos and a FAQ about how to register and file a Form 1295 are available on the Texas Ethics Commission’s website: https://www.ethics.state.tx.us/filinginfo/1295/ .
Respectfully submitted,
By:
Title: (SEAL)(If Bid is by Corporation)
Bidder Information:Physical Address:
Street Suite
City State Zip code
Mailing Address: Street Suite
City State Zip code
Phone Number: ( )
Facsimile Number: ( )
Project ID: 19L0050 Procurement and Contracting Requirements
Page 15 of 15 PROPOSAL – 00 42 00.00
END OF SECTION
SHEET INDEX
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
22
SHEET INDEX
DRAINAGE DURING CONSTRUCTION1. THE CONTRACTOR SHALL MAINTAIN ADEQUATE DRAINAGE AT ALL TIMES DURING CONSTRUCTION.2. DRAINAGE FROM ADJACENT PROPERTIES SHALL NOT BE BLOCKED AT ANYTIME PRIOR, DURING, AND AFTER CONSTRUCTION AND WILL BE HANDLED AS SHOWN ON THE
DRAWINGS OR AS INDICATED BY THE OWNER'S REPRESENTATIVE.
POLLUTION AND EROSION PREVENTION DURING CONSTRUCTION1. ALL CONSTRUCTION ACTIVITIES SHALL BE SUBJECT TO THE EROSION AND RUNOFF PREVENTION REQUIREMENTS OF THE CITY, COUNTY, TEXAS COMMISSION ON
ENVIRONMENTAL QUALITY (TCEQ), ALL APPLICABLE PERMITS, AND ALL LAWS AND REGULATIONS.2. THE CONTRACTOR IS TO OBTAIN ALL REQUIRED POLLUTION PREVENTION PERMITS AND POST REQUIRED COPIES ONSITE AT ALL ENTRANCES PRIOR TO COMMENCING
CONSTRUCTION.3. THE CONTRACTOR WILL BE REQUIRED AT ALL TIMES DURING CONSTRUCTION TO PROVIDE AND MAINTAIN ALL REQUIRED POLLUTION PREVENTION DEVICES THAT ARE
INDICATED WITHIN THE DRAWINGS AND ALL REQUIRED DEVICES AS REQUIRED BY ANY PERMIT.4. THE CONTRACTOR SHALL PERFORM AN INSPECTION OF ALL POLLUTION CONTROL DEVICES DAILY AND REPAIR OR REPLACE ANY DAMAGED OR COMPROMISED DEVICES
IMMEDIATELY.5. THE CONTRACTOR SHALL PERFORM AN INSPECTION OF ALL POLLUTION CONTROL DEVICES AND LOG ON A REPORT FORM THAT IS RECOGNIZED BY THE OWNER'S
REPRESENTATIVE EVERY SEVEN (7) CALENDAR DAYS AND WITHIN 12 HOURS AFTER A WEATHER EVENT RESULTING IN A PRECIPITATION OF ONE-HALF INCH (1/2") ORGREATER.
5.1. INSPECTION REPORT IS TO BE PROVIDED TO THE OWNER'S REPRESENTATIVE WITHIN 24 HOURS OF COMPLETION.6. STORM SEWER PIPES, INLETS, MANHOLES, AND OUTFALLS SHALL BE PROTECTED AS THEY ARE INSTALLED WITH APPROPRIATE POLLUTION CONTROL DEVICES.7. SEDIMENT AND DEBRIS SHALL BE REMOVED FROM STREETS, STORM SEWER INLETS, MANHOLES, OUTFALLS, AND OTHER STRUCTURES WITHIN AND ADJACENT TO THE
PROJECT PRIOR TO AND AFTER EACH WEATHER EVENT AND PRIOR TO COMPLETION OF WORK.8. THE CONTRACTOR SHALL PROVIDE COVER OR STABILIZE DISTURBED AREAS AS SOON AS POSSIBLE BY MEANS OF SEEDING, MULCHING, SODDING, AND / OR OTHER
APPROVED METHODS BY THE OWNER'S REPRESENTATIVE.9. ALL POLLUTION CONTROL DEVICES SHALL BE MAINTAINED, BY THE CONTRACTOR, UNTIL 70% OF THE DISTURBED AREA IS COVERED OR STABILIZED, AND / OR THE OWNER'S
REPRESENTATIVE APPROVES THE REMOVAL OF THE DEVICES.10. THE PROJECT AREA SHALL BE KEPT, AT ALL TIMES, FREE OF DEBRIS AND EXCESS MATERIAL TO THE SATISFACTION OF THE OWNER'S REPRESENTATIVE.11. THE CONTRACTOR SHALL KEEP THE ON-SITE AND ADJACENT OFF-SITE STREETS CLEAN AT ALL TIMES BY CLEANING WITH A SWEEPING OR VACUUM TRUCK.13. SEE ALSO EROSION CONTROL PLAN(S) WITHIN THESE DRAWINGS.
EXCAVATION AND TRENCHING FOR UTILITIES, ROADWAY, AND STRUCTURES1. EXCAVATIONS SHALL NOT BE MADE DURING INCLEMENT WEATHER.2. WATER ACCUMULATION IN EXCAVATIONS EXCEEDING ONE-INCH (1") SHALL BE PUMPED OUT PRIOR TO CONTINUING CONSTRUCTION, OR AS APPROVED BY THE OWNER'S
REPRESENTATIVE.3. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR THE DESIGN AND IMPLEMENTATION OF A TRENCH SAFETY PROGRAM.
3.1. THE CONTRACTOR SHALL APPOINT A TRENCH SAFETY FOREMAN WHO WILL BE ON SITE AT ALL TIMES WHILE TRENCHING OR EXCAVATION IS BEING PERFORMED.3.2. ALL EXCAVATIONS AND BACKFILL OPERATIONS SHALL BE IN ACCORDANCE WITH THE LATEST OSHA EXCAVATION SAFETY STANDARDS, STATE REGULATIONS, AND
LOCAL REGULATIONS. THE CONTRACTOR SHALL PROVIDE AN EXCAVATION PLAN PREPARED BY AN ENGINEER REGISTERED IN THE STATE OF TEXAS PRIOR TOBEGINNING TRENCHING OPERATIONS.
3.3. THE EXCAVATION PLAN SHALL INDICATE THE PROCEDURES TO BE USED BY THE CONTRACTOR TO COMPLY WITH THE OSHA, STATE, AND LOCAL REQUIREMENTS.3.4. THE EXCAVATION PLAN SHALL IDENTIFY THE "COMPETENT PERSON" THAT WILL WORK WITH EACH CREW.3.5. THE TRENCH SAFETY PROGRAM AND EXCAVATION PLAN SHALL BE SUBMITTED TO THE OWNER'S REPRESENTATIVE FOR RECORD PURPOSES ONLY AND NOT FOR
APPROVAL OR VERIFICATION.4. TRENCH EXCAVATION SHALL NOT PRECEDE BACKFILL BY MORE THAN 200 FEET.5. TRENCHES SHALL NOT BE LEFT OPEN OR UNSECURED AFTER NORMAL WORKING HOURS, OR WHILE WORKERS ARE NOT PRESENT ON-SITE.
5.1. IF TRENCHES ARE LEFT OPEN THEY SHALL BE COVERED AND APPROPRIATE BARRICADES SHALL BE PLACED TO PREVENT ACCESS INTO THE TRENCH AREA.
ROADWAY1. EMBANKMENT MATERIAL
1.1. WHEN IMPORTED FROM OFF THE PROJECT SITE, TO BE USED AT THE SITE, SHALL HAVE A MAXIMUM LIQUID LIMIT OF FORTY-PERCENT (40%) AND A PLASTICITYINDEX BETWEEN 5 AND 40.
1.2. THE EMBANKMENT SHALL BE PLACED IN NO GREATER THAN EIGHT-INCH (8") THICK LOOSE LIFTS.1.3. THE EMBANKMENT SHALL BE FREE OF ORGANICS, TRASH, RUBBLE, AND OTHER DELETERIOUS MATERIALS AND SHALL HAVE NO PARTICLE SIZE GREATER THAN
THREE-INCHES (3") IN DIAMETER.2. FLEXIBLE BASE
2.1. SHALL MEET THE REQUIREMENTS OF TxDOT ITEM 247, LRA BASE TYPE A GRADE 3, MINIMUM PLASTICITY INDEX = 0, UNLESS OTHERWISE NOTED ON THE DRAWINGSOR INDICATED WITHIN THE CONTRACT.
2.2. SHALL BE PLACED AND COMPACTED IN LIFTS NOT TO EXCEED SIX-INCHES (6").3. GEOGRID
3.1. THE CONTRACTOR WILL USE A GEOGRID CONFORMING TO TxDOT DMS 6240.3.2. GEOGRID SHALL MEET THE REQUIREMENTS OF TYPE 2 SQUARE OR RECTANGULAR OR EQUILATERAL TRIANGLE.3.3. A PRODUCT SAMPLE OF THE GEOGRID WILL BE PROVIDED TO THE ENGINNER PRIOR TO BEING DELIVERED TO THE PROJECT.
4. STRIPING4.1. THE CONTRACTOR WILL USE STRIPING MATERIAL CONFORMING TO TxDOT DMS 8200 TRAFFIC PAINT AND DMS 8290 GLASS TRAFFIC BEADS.
DEWATERING1. DEWATERING ACTIVITIES MAY BE REQUIRED TO CONSTRUCT PORTIONS OF THE PROJECT
1.1. THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL REQUIRED PERMITS AND POLLUTION PREVENTION DEVICES TO CONTROL THE EFFLUENT, AND SHALL INSTALLTHOSE DEVICES PRIOR TO COMMENCING DEWATERING ACTIVITIES.
1.1. THE LOCATION OF THE(SE) DEVICES SHALL BE INSTALLED AT APPROVED LOCATION(S) BY THE OWNER'S REPRESENTATIVE.2. ALL DEWATERING ACTIVITIES SHALL BE IN ACCORDANCE WITH LOCAL, STATE, AND FEDERAL REGULATIONS.3. THE CONTRACTOR WILL ALSO BE REQUIRED TO TEST THE SURROUNDING SURFACE WATER(S) AND THE WATER FROM THE DEWATERING ACTIVITIES FOR WATER
COMPOSITION PRIOR TO DISCHARGING EFFLUENT.3.1. CONTRACTOR SHALL FURNISH THE OWNER'S REPRESENTATIVE WITH A COPY OF THE TEST REPORT.3.2. IF THE WATER IS DETERMINED TO BE OF COMPOSITION THAT MAY HARM THE SURROUNDING ENVIRONMENT, THEN THE CONTRACTOR WILL BE RESPONSIBLE FOR
THE DISPOSAL IN A MANNER THAT IS IN ACCORDANCE WITH LOCAL, STATE, AND FEDERAL REGULATIONS.4. WATER REMOVED FROM EXCAVATIONS SHALL BE HANDLED IN SUCH A MANNER AS TO PREVENT DAMAGE TO ADJACENT PROPERTY AND OTHER WORK.
4.1. DAMAGED CAUSED BY DEWATERING OPERATIONS TO ADJACENT PROPERTY OR WORK SHALL BE REPAIRED OR REMEDIED BY THE CONTRACTOR AT HIS SOLEEXPENSE.
5. IF THE WATER IS TO BE DISPOSED OF OFFSITE, THE CONTRACTOR WILL BE REQUIRED TO LOCATE AND ACQUIRE THE DISPOSAL SITE, OBTAIN ALL PERMITS, AND DISPOSE OFIT IN ACCORDANCE WITH LOCAL, STATE, AND FEDERAL REGULATIONS.
TRAFFIC CONTROL
1. THE CONTRACTOR IS SOLELY RESPONSIBLE TO PROVIDE, IMPLEMENT, AND COMPLY WITH A TRAFFIC CONTROL PLAN MEETING THE REQUIREMENTS OF THE COUNTY, TxDOT,THE ENGINEER, AND THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) (LATEST EDITION) FOR ANY WORK ALONG THE ROAD AND ALL ADJACENTROADS TO THE PROJECT SITE.
2. THE PLAN SHALL CONTAIN PROVISIONS FOR ALL PROJECT PHASES.3. THIS PLAN IS TO BE SUBMITTED TO AND APPROVED OF BY THE APPROPRIATE AGENCIES AND TO THE ENGINEER BEFORE CONSTRUCTION ALONG THE ROAD IS TO
COMMENCE.3.1. IF A PLAN IS INCLUDED WITHIN THE DRAWINGS IT SHOULD BE USED AS A GENERAL GUIDELINE.
4. THE CONTRACTOR WILL BE SOLELY RESPONSIBLE FOR VERIFYING AND MAINTAINING ALL TRAFFIC CONTROL DEVICES ARE IN THE PROPER POSITION, WORKING ORDER, ANDMEET THE SPECIFICATIONS EACH DAY PRIOR TO COMMENCING WORK AND PRIOR TO LEAVING FOR THE DAY, AND VERIFYING AT LEAST ONCE PER DAY WHEN NO WORKIS DONE INCLUDING WEEKENDS, HOLIDAYS, AND WEATHER DAYS.
5. MAINTENANCE OF TRAFFIC CONTROL DEVICES ARE TO OCCUR IMMEDIATELY WHEN NOTICED THAT THE DEVICE DOES NOT MEET THE TRAFFIC CONTROL PLAN ANDSPECIFICATIONS.
6. ALL PAVEMENT MARKINGS SHALL BE IN ACCORDANCE WITH THE TMUTCD AND ANY DRAWINGS.7. WHEN BARRICADES AND SIGNS ARE REMOVED THE CONTRACTOR SHALL FILL ANY HOLES LEFT AND RESTORE THE AREA IN WHICH THE SIGNS WERE REMOVED TO ITS
ORIGINAL CONDITION.
EXCESS, DEMOLITION, AND SALVAGED MATERIALS1. EXCESS AND DEMOLITION MATERIALS WHICH ARE NOT TO USED ON THE PROJECT SHALL BECOME THE PROPERTY OF THE CONTRACTOR, UNLESS THE OWNER'S
REPRESENTATIVE STATES OTHERWISE.2. DISPOSAL OF ALL EXCESS AND DEMOLITION MATERIALS SHALL BE THE SOLE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE DISPOSED OF IN ACCORDANCE WITH
LOCAL, STATE, AND FEDERAL REGULATIONS.3. MATERIALS LARGER THAN FOUR-INCHES (4") IN SIZE WITHIN THE CONSTRUCTION LIMITS AND NOT INCORPORATED INTO THE PROJECT SHALL BE REMOVED BY THE
CONTRACTOR FROM THE PROJECT AND DISPOSED OF IN ACCORDANCE WITH LOCAL, STATE, AND FEDERAL REGULATIONS, UNLESS OTHERWISE DIRECTED BY THEOWNER OR OWNER'S REPRESENTATIVE.
4. MATERIALS THAT ARE DEEMED SALVAGEABLE SHALL BE HANDLED BY THE CONTRACTOR IN A MANNER TO PREVENT DAMAGE AND SHALL BE STORED AT A LOCATION THAT ISSUITABLE FOR THE OWNER'S REPRESENTATIVE.
5. IF WASTE AREAS OR MATERIAL SOURCE AREAS RESULT FROM THIS PROJECT, THE CONTRACTOR IS TO FOLLOW ALL LOCAL, STATE, AND FEDERAL REGULATIONS.
FINAL CLEAN-UP AND SITE PREPARATION1. THE CONTRACTOR WILL BE REQUIRED TO REMOVE EXCESS MATERIALS AND CONSTRUCTION DEBRIS FROM THE PROJECT SITE, CLEAN ALL ROADS AND SIDEWALKS, CLEAR
THE STORM SEWER OF SILT AND DEBRIS, CLEAR THE SANITARY SEWER OF DEBRIS, AND CLEAR THE SITE OF ALL EQUIPMENT TO THE SATISFACTION OF THE OWNER'SREPRESENTATIVE.
2. STORM WATER POLLUTION PREVENTION DEVICES SUCH AS, BUT NOT LIMITED TO, REINFORCED SILT FENCE, INLET PROTECTION, HAY BALES, AND OTHER DEVICES ASDIRECTED BY THE OWNER'S REPRESENTATIVE SHALL BE VERIFIED AND REMEDIED TO MEET THE REQUIREMENTS OF THE DEVICE AND OWNER'S REPRESENTATIVE.
2.1. THE CONSTRUCTION ENTRANCE SHALL BE REMOVED IN IT'S ENTIRETY, UNLESS OTHERWISE STATED BY THE ENGINEER.2.2. ADDITIONAL STORM WATER POLLUTION PREVENTION DEVICES MAY BE REQUIRED, AND THE DRAWINGS SHALL BE VERIFIED TO ENSURE COMPLIANCE.
3. THE CONTRACTOR SHALL GRADE AND STABILIZE THE SITE TO PREPARE THE SITE FOR THE INTENDED USE TO THE SATISFACTION OF THE OWNER'S REPRESENTATIVE.
AS-BUILT DRAWINGS1. THE CONTRACTOR WILL BE RESPONSIBLE FOR MAINTAINING TWO (2) SETS OF "AS-BUILT" DRAWINGS SHOWING ILLUSTRATIONS AND/OR NOTES ALL FIELD CHANGES AND
MODIFICATIONS TO THE DRAWINGS AS ISSUED FOR THE PROJECT.1.1. SHALL BE SIGNED BY ALL CONTRACTOR DESIGNEE(S) AND INSPECTOR(S).
2. THE SUBMISSION OF BOTH OF THE "AS-BUILT" DRAWINGS TO THE OWNER'S REPRESENTATIVE AT COMPLETION OF THE PROJECT WILL BE REQUIRED PRIOR TO PROJECTFINAL ACCEPTANCE AND FINAL PAYMENT IS RELEASED.
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
33
GENERAL NOTES
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
44
TRAFFIC CONTROL
PROPOSED TYPICAL SECTION RHODES RANCH ROAD24' WIDTH TYPICALSCALE:1"=5'
Two Course Surface Treatment
6" Minimum Scarifying and Reshaping of Existing Materialto a 0.02'/ft Cross-Slope (Ordinary Compaction)
GeoGrid
6" Limestone Rock Asphalt Base(LRA Base) ONLY
*ShoulderUp
0.02 FT/FT 0.02 FT/FT
*ShoulderUp
Two Course Surface Treatment
6" Minimum Scarifying and Reshaping of Existing Materialto a 0.02'/ft Cross-Slope (Ordinary Compaction)
GeoGrid
6" Limestone Rock Asphalt Base(LRA Base) ONLY
*ShoulderUp
0.02 FT/FT 0.02 FT/FT
*ShoulderUp
PROPOSED TYPICAL SECTION MILES ROAD24' WIDTH TYPICALSCALE:1"=5'
77
PROPOSED TYPICAL SECTIONS
Specification Data· 1st Course Seal Coat Asphalt (AC-10) @ 0.35 gal/sy· 1st Course Seal Coat Aggregate (Type PE Gr. 3s/Gr. 3) @ 85
sy/1cy· 2nd Course Seal Coat Asphalt (AC-15P) @ 0.32 gal/sy· 2nd Course Seal Coat Aggregate (Type PE Gr. 4s/Gr. 4) @ 115
sy/1cy
NOTE:· Pre-Coated Type PE Aggregate shall consist of
ONLY Limestone Rock Asphalt (LRA).
*Shoulder Up:· Refer to Proposed Typical Ditch Regrade Sheet.· Shoulder up work is subsidiary to earthwork fill pay Item.
Prime Coat:· Not required on LRA Base.
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
R.O
.W. L
INE
C C
OU
NTY
RO
ADL
2)SCARIFYING AND RESHAPE AMINIMUM OF 6" OF EXISTING
MATERIAL TO A 0.02'/FTCROSS-SLOPE (ORDINARY
COMPACTION) BOTH SIDES.
ExistingCounty Road
SEE PROPOSEDTYPICAL SECTION
1) WINDROW EXISTING VEGETATION (PLACE AT R.O.W. LINE)
0.02'/FT. (BOTH SIDES)12
R.O
.W. L
INE
C C
OU
NTY
RO
ADL
3) PLACE PROPOSED GEOGRID
4) PLACE PROPOSED 6" LRA BASE
5) PLACE PROPOSED TWO COURSESURFACE TREATMENT AS REQUIRED
6) REPLACEEXISTINGVEGETATION AFTERCUT/FILL ITEMS ARECOMPLETE. 0.02'/FT. (BOTH SIDES)
6
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
88
PROPOSED TYPICAL DITCH REGRADE
1818
----SIGN SUMMARY - MILES ROAD
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
1919
----SIGN SUMMARY - RHODE RANCH ROAD
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
MILES CO RD
ST
AR
T O
F M
ILE
S C
O R
OA
D P
AV
EM
EN
TC
ON
ST
RU
CT
ION
ST
A. 5
1+00
MA
TC
HLI
NE
AT
ST
AT
ION
- 49
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 55
+00.
00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 55
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 61
+00.
00
W
S
N
E
59C59C
MILES CO RD PAVEMENT MARKINGLAYOUT STA.51+00.00-STA.61+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 61
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 67
+00.
00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 67
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 73
+00.
00
W
S
N
E
59D59D
MILES CO RD PAVEMENT MARKINGLAYOUT STA.61+00.00-STA.73+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 73
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 79
+00.
00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 79
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 85
+00.
00
W
S
N
E
59E59E
MILES CO RD PAVEMENT MARKINGLAYOUT STA.73+00.00-STA.85+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 85
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 91
+00.
00
MILES CO RD
MA
TC
HLIN
E
AT
ST
AT
ION
- 91+00.00
MATCHLINE
AT STATION - 97+00.00
W
S
N
E
59F59F
MILES CO RD PAVEMENT MARKINGLAYOUT STA.85+00.00-STA.97+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLIN
E
AT
ST
AT
ION
- 97+00.00
MA
TC
HLIN
EA
T S
TA
TIO
N - 103+00.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 10
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 10
9+00
.00
W
SN
E
59G59G
MILES CO RD PAVEMENT MARKINGLAYOUT STA.97+00.00-STA.109+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
SN
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 10
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 11
5+00
.00
MILES CO RD
MATCHLINE
AT STATION - 115+00.00
MA
TCH
LINE
AT STA
TION
- 121+00.00
W
SN
E
59H59H
MILES CO RD PAVEMENT MARKINGLAYOUT STA.109+00.00-STA.121+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
PROPOSED OBJECT MARKER TYPE 2
PROPOSED OBJECT MARKER TYPE 3
WS
NE
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 12
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 12
7+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 12
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 13
3+00
.00
W
S
N
E
59I59I
MILES CO RD PAVEMENT MARKINGLAYOUT STA.121+00.00-STA.133+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
PROPOSED OBJECT MARKER TYPE 2
PROPOSED OBJECT MARKER TYPE 3
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 13
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 13
9+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 13
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 14
5+00
.00
W
S
N
E
59J59J
MILES CO RD PAVEMENT MARKINGLAYOUT STA.133+00.00-STA.145+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
PROPOSED OBJECT MARKER TYPE 2
PROPOSED OBJECT MARKER TYPE 3
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 14
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 15
1+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 15
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 15
7+00
.00
W
S
N
E
59K59K
MILES CO RD PAVEMENT MARKINGLAYOUT STA.145+00.00-STA.157+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 15
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 16
3+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 16
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 16
9+00
.00
W
S
N
E
59L59L
MILES CO RD PAVEMENT MARKINGLAYOUT STA.157+00.00-STA.169+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 18
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 18
7+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 18
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
3+00
.00
W
S
N
E
59N59N
MILES CO RD PAVEMENT MARKINGLAYOUT STA.181+00.00-STA.193+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
3+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
9+00
.00
W
S
N
E
59M59M
MILES CO RD PAVEMENT MARKINGLAYOUT STA.169+00.00-STA.181+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
L ICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
9+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 20
5+00
.00
W
S
N
E
59O59O
MILES CO RD PAVEMENT MARKINGLAYOUT STA.193+00.00-STA.205+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 20
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
1+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
7+00
.00
W
S
N
E
59L59L
MILES CO RD PAVEMENT MARKINGLAYOUT STA.157+00.00-STA.169+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
3+00
.00
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
9+00
.00
W
S
N
E
59M59M
MILES CO RD PAVEMENT MARKINGLAYOUT STA.169+00.00-STA.181+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
MILES CO RD
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
9+00
.00
W
S
N
E
59N59N
MILES CO RD PAVEMENT MARKINGLAYOUT STA.181+00.00-STA.193+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 7+
00.0
0
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 7+
00.0
0
MA
TC
HLI
NE
AT
ST
AT
ION
- 13
+00.
00
W
S
N
E
120E120E
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.1+00.00-STA.13+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 13
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
+00.
00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 25
+00.
00
W
S
N
E
120F120F
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.13+00.00-STA.25+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 25
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 31
+00.
00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 31
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 37
+00.
00
W
S
N
E
120G120G
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.25+00.00-STA.37+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 37
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 43
+00.
00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 43
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 49
+00.
00
W
S
N
E
120H120H
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.37+00.00-STA.49+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 49
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 55
+00.
00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 55
+00.
00
MA
TCH
LINE
AT STA
TION
- 61+00.00W
S
N
E
120I120I
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.49+00.00-STA.61+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLIN
E
AT
ST
AT
ION
- 61+00.00 MAT
CHLI
NE
AT S
TATI
ON
- 67
+00.
00
RHODES CO ROADMATCHLINE
AT STATION - 67+00.00
MATCHLINE
AT STATION - 73+00.00
W
S
N
E
120J120J
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.61+00.00-STA.73+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W S
N E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 73
+00.
00 MA
TC
HLIN
EA
T S
TA
TIO
N - 79+00.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 79
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 85
+00.
00
W
S
N
E
120K120K
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.73+00.00-STA.85+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 85
+00.
00
MA
TC
HLIN
E
AT
ST
AT
ION
- 91+00.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 91
+00.
00
MA
TCH
LIN
EA
T ST
ATI
ON
- 97
+00.
00
W
S
N
E
120L120L
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.85+00.00-STA.97+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 97
+00.
00
MA
TC
HLI
NE
AT
ST
AT
ION
- 10
3+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 10
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 10
9+00
.00
W
S
N
E
120M120M
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.97+00.00-STA.109+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 10
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 11
5+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 11
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 12
1+00
.00
W
S
N
E
120N120N
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.109+00.00-STA.121+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 12
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 12
7+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 12
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 13
3+00
.00
W
S
N
E
120O120O
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.121+00.00-STA.133+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 13
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 14
5+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 14
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 15
1+00
.00
W
S
N
E
120P120P
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.139+00.00-STA.151+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 15
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 15
7+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 15
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 16
3+00
.00
W
S
N
E
120Q120Q
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.151+00.00-STA.163+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 16
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 16
9+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 16
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 17
5+00
.00
W
S
N
E
120R120R
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.163+00.00-STA.175+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 17
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 18
1+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 18
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 18
7+00
.00
W
S
N
E
120S120S
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.175+00.00-STA.187+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 18
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
3+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
9+00
.00
W
S
N
E
120T120T
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.187+00.00-STA.199+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 19
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 20
5+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 20
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
1+00
.00
W
S
N
E
120U120U
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.199+00.00-STA.211+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
7+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 21
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
3+00
.00
W
S
N
E
120V120V
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.211+00.00-STA.223+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
9+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 22
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 23
5+00
.00
W
S
N
E
120W120W
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.223+00.00-STA.235+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 23
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 24
1+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 24
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 24
7+00
.00
W
S
N
E
120X120X
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.235+00.00-STA.247+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 24
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 25
3+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 25
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 25
9+00
.00
W
S
N
E
120Y120Y
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.247+00.00-STA.259+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 25
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 26
5+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 26
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 27
1+00
.00
W
S
N
E
120Z120Z
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.259+00.00-STA.271+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 27
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 27
7+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 27
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 28
3+00
.00
120AA120AA
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.271+00.00-STA.283+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 28
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 28
9+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 28
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 29
5+00
.00
120BB120BB
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.283+00.00-STA.295+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 30
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 30
7+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 29
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 30
1+00
.00
120CC120CC
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.295+00.00-STA.307+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 30
7+00
.00
MA
TC
HLIN
EA
T S
TA
TIO
N - 313+00.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 31
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 31
9+00
.00
W
S
N
E
120DD120DD
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.307+00.00-STA.319+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 31
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 32
5+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 32
5+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 33
1+00
.00
W
S
N
E
120EE120EE
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.319+00.00-STA.331+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 33
1+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 33
7+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 33
7+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 34
3+00
.00
W
S
N
E
120FF120FF
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.331+00.00-STA.343+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 34
3+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 34
9+00
.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 34
9+00
.00
MA
TC
HLI
NE
AT
ST
AT
ION
- 35
5+00
.00
W
S
N
E
120GG120GG
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.343+00.00-STA.355+00.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 35
5+00
.00
MA
TC
HLIN
EA
T S
TA
TIO
N - 361+00.00
RHODES CO ROAD
MA
TC
HLI
NE
AT
ST
AT
ION
- 36
1+00
.00
120HH120HH
RHODES CO RD PAVEMENT MARKINGLAYOUT STA.355+00.00-STA.363+20.00
Hanson Professional Services Inc.
Corpus Chrisiti, Texas 784114501 Gollihar Rd.
Phone: (361) 814-9900
Offices Nationwidewww.hanson-inc.com (800) 677-2831
NUMBER REVISION DATE DRAWNTBPE F-417
TBPGTBPLS F-10039500
TBAE F-BR 2458F-50556
COUNTY ROAD IMPROVEMENTS PROGRAMMcMULLEN COUNTY, TEXAS 241
01/07/2020
McMullenCounty
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
71530JOHN A. HERNANDEZ
STATE OF TEXAS
LICENSED
PROFESSIONAL ENGINEER
63382GREGORY C. HOWARD
07/20/2020
W
S
N
E
W
S
N
E