ORDER NO. 41~ ACCEDTANCE OF BID FROM WHEATCRAFT INC. FDR BASE MATERIAL FOR REGDNSTRl1CTION ON RANCHERO ROAD On this the Pth day of J~_~1y 1997, ~ipvn motion made by Cammissianer~ Lackey, seconded by Commissioner Letz, the Ga~_irt unani®ously approved by a vote of 3-~-~, to accept the bid of ~~. `.? a ton from Wheatcraft, Inc. for, base material far recanstrt~ction on Rancher,a Road. Order N0. 24102 Acceptance of bid from Wheatcraft Inc for Base Material for Reconstruction on Ranchero Road July 28, 1997 Vol.. V Page 299 COMMISSIONERS' COURT AGENDA REQUEST PLEASE FURNISH ONE ORIGINAL AND FIVE COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT MADE BY: Franklin Johnston, P.E. OFFICE: Road & Bridge Department Leonard Odom, Jr. MEETING DATE: July 28, 1997 TIME PREFERRED:10:00 a.m. advertised SUBJECT:(PLEASE BE SPECIFIC): Open bids for base material to be delivered to Ranchero Road and consider acceptance of same. EXECUTIVE SESSION REQUESTED: YES NO XX PLEASE STATE REASON: Open and consider bids for base for Ranchero Road tSTIMATED LENGTH OF PRESENTATION: 10 minutes PERSONNEL MATTER -NAME OF EMPLOYEE: NAME OF PERSON ADDRESSING THE COURT: Franklin Johnston, P.E. Time for submitting this request for Court to assure that the matter is posted in accordance with Title 5, Chapters 551 & 552 of the Government Code is as follows. Meetings held on first Monday: 5:00 P.M. previous Tuesday Meetings held on Thursdays: 5:00 P. M. previous Thursday THIS REQUEST RECEIVED BY: THIS REQUEST RECEIVED ON: (c~ All Agenda Requests wiN be screened by the County Judges Office to determine if adequate information has been prepared for the Court's formal consideration and action at time of Court meetings. Your cooperation will be appreciated and contribute towards your request being addressed at the earliest opportunity. See Agenda Request Guidelines. i WHEATCRAFf P.O. BOX 68 KERRVILLE, TEXAS 78029-0068 ..~ P R IA DYE Jerk C Court, rr C n teza~ 9 e?cty p, D, Bo7c b8 k's.~w~ Tx' . 78oz'7 SPECIFICATIONS AND BID FORM 1. SpeciScations: Base material shall conform to the requirements in Texas Highway Departrnebt Standard Sptxifications (1995), Item 247, Flexible Base, Type A, Grade 2 (Crushed Limestone) Bids are to be in cost (in dollars) per tan, FOB Ranchero Road for a fatal of 2600 Tons 2. Bid Form: - ---- - FOB Ranchero RD Bid Unit Cost Type, Grade 2 S , 23 /ron 1 do hereby certify that 1 have read th_e attached Special Instructions to Bidders and prices quoted are for material FOB Plant. ~ -4- ~,~_ I$,1947 Si store U D~4e Firm Name and Address: ~ ~~~-~~r Z`"~ P. o, Box b8 ke,,,.N.AIe~+Tx .78029 Seal if Corporation '.\ -~ SPECIFICATIONS AND BID FORM Specifications: Base material shall conform to the requirements in Texas Highway Department Standard Specifications (1995), Item 247, Flexible Base, Type A, Grade 2 (Crushed Limestone) Bids are to be in cost {in dollars) per ton, FOB Ranchero Road for a total of 2600 Tons 2. Bid Form: FOB Ranchero RD Type, Grade 2 Bid Unit Cost ~ , 23 Cfon I do hereby certify that 1 have read the attached Special Instructions to Bidders and prices quoted are for material FOB Plant. Si tore ~ ~~7 De Firm Name and Address: y~1 ~..f-c~e ~~~~~~ ~,~r , P ~, ate- 6 $ ~~,=~ n . 78~~.9 Seal if Corporation wxEA~~R~ F o pox bs~g029-0068 K~RR~~LLE ~~XpS iA ;~~~~. ~~~~~ ~ ~,,~ ~~~., N~ 1P4YE ~ ~~,~. ~ppT1, ~~ ~ ~~,kf,t ~ / + r,~'~~~, ~(,,.. S ,. "uu ~I `J C~~ ~~' ~~ F ~p.o0 ~'"'~ ~~~~~ ,~ ~ ~ ~ °~ ~~' ~~~~ ~`~ 02~ {~^~~, BID DOCUMENTS FOR BID FOR 2600 TONS OF ROAD BASE MATERIAL F.O.B. RANCHERO 1.9 MILES FROM HWY. 16 (See enclosed map) July 1997 KERR COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII.LE, TEXAS 78028 830/257-2993 NOTICE TO CONTRACTORS PROJECT: Bid for 2640 Tons of Type A -Grade 2 Flexible Base Material (Crushed Limestone) F.O.B. Ranchero Road, 1.9 miles from Hwy 16, Kerr County BID DATE AND TIME: July 25, 1997, 5:00 p.m. Sealed Bids for the above referenced project will be received by the Kerr County Clerk, at 700 Main Street, Kerrville, Texas 78028. All bids must be on the Bid Form, attached to all Bid Documents. Bids received after time shown will not be accepted. Bids will be opened publicly and read aloud in Commissioners' Court, July 28, 1997, at 10:00 a.m. and as recommended by the County Engineer awarded or rejected. Contract Documents maybe obtained for the Kerr County Road & Bridge, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following in the outside of their sealed bid envelope: "Sealed Bids for Road Base FOB Ranchero Road" "Opening date: July 28, 1997 at 10:00 a.m." "Name and Address of Contractor" Franklin Johnston, P.E. Kerr County Engineer PROPOSAL TO KERR COUNTY ROAD & BRIDGE DEPARTMENT PROJECT: Bid for 2600 Tons of Type A, Road Base Material, Ranchero Road, (see attached map) Kerr County The undersigned, as a bidder, certifies that the Contractor has not, wither directly or indirectly, entered into a~ agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for the above captioned road construction; that he leas carefully examined the form of contract, instructions to bidders, profiles, grades, specifications, and the plans therein referred to, and has carefully examined the locations, conditions and classes of materials of the proposed work; and agrees that he will provide all necessary machinery, tools, apparatus, and the other means of construction, and will do all the work and furnish all the materials called for in the requirements of the County Engineer as therin set forth. It is understood that the following quantities of work to be done are approximate only, and are intended principally to serve as a guide in determining the lower bidder. It is understood that the quantities of materials to be fiunished maybe increased or diminished as may be considered necessary, in the opinion of the County Engineer or County Road Administrator, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth below except as provided for the specifications. bids. It is understood that the Kerr County Road & Bridge Department reserves the right to reject any and all SPECIFICATIONS AND BID FORM Specifications: Base material shall conform to the requirements in Texas Highway Department Standard Specifications (1995), Item 247, Flexible Base, Type A, Grade 2 (Crushed Limestone} Bids are to be in cost (in dollars) per ton, FOB Ranchero Road for a total of 2600 Tons 2. Bid Form: FOB Ranchero RD Bid Unit Cost Type, Grade 2 $~ /'Ton ItCO ~G ~ L B-t1~i~IL~~_" .rtil~ G~ ,~., P~ ihg ~~~~.a ~ ~'~~ ~nf /S ~ `~~1 ~~ 1 do hereby certify that 1 have read the attached Special lnstructions to Bidders and prices uoted are r erial FOB F4a~. ~,.-~~.«o ~~Q :2~ ~ 7 Signa re Date Firm Name and Address: ~~~~ ~P ~.,,. s ~ ~ ~c ~ ~ c z~ ~ ~ N !~ Seal if Corporation S9G- 67o G Fa~c ~yG - Z (3S 247,1 to 247.2 TEEM 247 FLEXIBLE BASE 247.1. Description. This Item shall' govern for the delivery, stockpiling and/or the conshvction of foundation or base courses as herein specified and in conformity with the typical sections and to the lines and grades shown on the plans or established by the Engineer. 247.2. Materials. • The! flexible base material shall be crushed or uncrushed as necessary to meet the requirements herein, and shall consist • of durable coarse aggregate particles and binding materials. (1) General. When off right'of way sources are involved, the Contractor's attention is directed to Item 7, "Legal Relations and Responsibilities to the Public". (2) Physical Requirements. (a) General, All types shall meet the physical requirements for the specified grade(s) as set forth in Table 1. Additives, such as, but not limited to, lime, cement or fly ash, shall not be used to alter the soil constants or strengths shown in Table 1, unless otherwise shown on the plans, , Unless otherwise shown~on the'plans the base material shall have a minimum Bar Linear Shrinkage of ~ 2 percent as determined by Test Method Tex-107-E, Part II. The.flexible base shall be one of the following types, as follows: (b) Type A, Type A material shall be crushed stone produced from oversizequarried ; aggregate,' sized by ~ crushing'and'• produded'-from - a naturally occurring single source. Crushed gravel'oruncrushed gravoLshall not be acceptable for Type A material. 'No blending of sources: nndlor additive materials will be allowed in Type A material. (c) Type B. Type B material shall be crushed or uncrushed gravel. 1811 247.2 (d) Type C. Type C material shall be crushed gravel. Unless otherwise shown on the plans, crushed gravel shall have a minimum of 60 percent of the particles retained on the 4.75 millimeter sieve with two (2) or more crushed faces as determined by Test Method Tez-460-A, 'Part I. ~ (e) Type D. As shown on the plans• TABLE 1 PHYSICAL REQUIREMENTS GRADE 1 GRADE 2 GRADE 3 Triaxial Class 1: Triaxial Class 1 to Triaxial Class - Min. compressive 2.3: Min. Unspecified strength, kPa: 310 at compressive strength, 0 kPa lateral pressure kPa: 241 at 0 kPa ~ and 1206 at 103 kPa 'lateral pressure and lateral pressure - 1206 at 103 kPa • lateral pressure Master Grading Master Grading Master Grading 45 mm 0 63 mm 0 63 mm 0 22.4 mm 10.35 45 mm 0-10 45 mm 0-10 9,5 mm 30.50' 4s75 mm 45-75 4.75 mm 30-75 4.75 mm 45-65 425 µm 60-85 425 µm 50-85 425 µm 70-85' Max LL ...... 35 Max LL ...... 40 Max LL .... 40 Max PI ...... 10 Max PI ...... 12 Maz PI .... 12 Wet Ball Mill Wet Ball Mill Wet Ball Mill Max . , :..'. , 40 MAx ....... 45 Max . , . • . 50 Max increase in,' , • , Maz increase in Maz increase in P~~g Pas~nB ,. P~~ 425 µm .. '. ,,.20 425 µm ... 20 425 µm . 20 181 247.2 GRADE 4 GRADE s GRADE 6 Triaxial Class Triaxial Class Unspecified Unspecified Master Grading Master Grading As Shown on the Plans 45 mm...,....0 45mm........0 4.75 mm ... 45-75 425 µm .... 50-85 a2s µm ....sass Max LL .... , . 40 Max LL ...... 40 Max PI 12 Max PI 12 Notes: 1. Gradation requirements acs percent retained on square sieves. 2, When a magnesium soundness value is shown on the plans the material will be testod in accordance with Test Method Tex-411-A. 3. When lightweight aggregates are used, the wet ball mill requirements will not apply and the lightweight aggregate shall meet the Los Angeles Abrasion, Pressure Slaking and Freeze Thaw requirements of Item 303, "Aggn;gate for Surface Treatment (Lightwdght)". (3) Piiot Grading. When pilot grading is required on the plans, the flexible base shall not vary from the designated pilot grading of each sieve size by more than five (5) percentage paints. ,However, the flexible base grading shall be within the master grading limits as shown in Table 1. The pilot grading may be varied by the Engineer as necessary to insure that the base material 'produced will meet the physical requirements shown in Table 1. (4) Testing. Testing of flexible base materials shall be in accordance with the following Department standard laboratory test procedures: 247.; Sieve Analysis Tex-110-E Moisture-Density Determination Tex-113-E Roadway Density Tez-115-E Wet Ball Mill Tex-116-E Triaxial Tests Tex-117-E (Part I or iI as selected by the Engineer) Particle Count Tex-460-A, Part I Samples for testing the base material for triazia] class, soil constants, gradation and wet ball mill will be taken prior to the compaction operations. (5) Tolerances. Unless otherwise shown on the plans, the limits establishing reasonably close conformity with the specified gradation and plasticity index are defined by the following: (a) Gradation. The Engineer may accept the material, providing not more than one (1) out of the most recent five (5) consecutive gradation tests performed are outside the specified limits for master grading or pilot grading, as applicable, on any individual sieve by no more than five (5) percentage points. (b) Plastidty Index. The Engineer may accept the material providing not more than one (1) out of the most recent five (s) consecutive plasticity index samples tested are outside the specified limit by no more than two (2) percentage points. (ti) Material Sources. The flexible base material shall be furnished by.the Contractor. When anon-commercial source is utilized, it shall be opened in such manner as to immediately expose the vertical faces of all the various strata of acceptable material Unless otherwise approved by the Engineer, the material shall be secured and processed by successive vertical cuts extending through all of the exposed strata. Moisture Content Tex-103-E Unless otherwise shown on the plans, the flexible base material shall be temporarily stockpiled prior to delivery to the roadway. Unless other- Liquid Limit Tex-104-E wise shown on the plans, the stockpile shall not be less than three (3) Plasticity Index Tex-106-E meters in height and shall be made u of la ers not rester than Bar Linear Shrinkage Tex-107-E, Part II 600 millimeters in thickness. After a sufficient stockpile has been conshucted 182 ~ 183 rle for delivery' 241.3 p~~d with loadie8 frt~m~aterial hall a sltockPae.Y the Contractor may file for delrv~ a entire depth °f th In loading from the stockp throng al cuts lance prior to making successive vertic tested for accep and rles are to ~ been sampled nary stockp any pie that has otheCwise When tempo ~ stockp~ or removed u~BeS to its tnt04ded charged for additional terial added delive ~ shall not have ~ Zye Contractor ~ltenal being removed fro ~ act ro ed Y the E~ineer. ~ sutt of ma ineer. app lin8 and testing requires a with~t the aPPiOVaI of the Eng same the Contractor's esttmat~' a previously abPePa~~ ed from l source to pradu°e Type charges ~ ore than one () h the Engmeec' of materials fromamoWed when approved Y y Blending will be B, C ar D flexible bye y11.3• Co~truction Methods. ~~) Complete bn Place Roadbed, prior t0 dad de or E~s~ roadbed shall be shaP (a) ft~mation of Sub~'81 ado or existing lashed y the material, the sir ~ e lens or ~~ . , b the of the base shown ou ~ P the prov'sion of livery to the typtcal sections, ce with to conform This work shall be done in accordan Engineer. the Eng>˘e0T the applicable bid items' red Y ~~ Item 216, and direr b When shown on the Plain m accordance corrected as d'uected by the shall pr0°f roll the roadbed Soft spots shall ~ Contactor " "Rolling (PTpOfl • of the Contractor to Engineer' billty It shall be the resP°~ each 3t) metere' Base (b) first Co~e•ount of material to ~ Y ~ deliver I ~d base da am and shape the ~ c~~stances re deliver ~ ll~be spread uniformly er nnfore~ material she weather or oth as soon as practical. in the event inclem~t ll be shape shall this mpractical, the material she a material e i the flexible bas the fleuble base, ~ sh0~ oted or acting orm to the typical sections corset Prior to ° ~ p~ to conf or fine material shalld~~ted by the be bladed ~ egated parse material, ~ . Pl&AS• plt areas of sass well graded ved and placed with re remo Contractor s exile . E~eer and at the 184 247.3 t control as directed by the ~~ .fhe Contractor shall spnr~la for dus I Engineer ction methods shall be 'i msh Courses, Constrn entire opemaon, (c) Suc~~" o~the first course. Thb b~~IIB upon complet n the same as rectum shall ~ mainmined Y ical secno th and rn rAnfornutY wikh the tYP , lacing the shape of each course and gr~eS' Pnnr to P the surface shale and the ~t~l~sbed~ bye shall be cured to the extent shown on the P completed base, the surfacing on the the Engineer. acted by directed by 11 be comp i The flexibleeaon shall conform to the I (d) Compaction MethOd~ for comps Control". Water us mg". ~ "Density "Sprmkl i, material requirements of Item 204, and compacted to the rinkled as reQutred ~ determined 100 percent deo the plans. After The flexible bas0 de not less than shown extent necessary tTex-113-E, unless otherw~ will be made '~I leted, tests ~ Tez i15-E• When the by Test MathOd each sacra°n °f flexible base is comp Test Method the required near in accatdance with Tements, or it loses by the Engl eat the density re4m Ced or the project is material fails tom before the next courseaccordancewath Section stability, density or finish retested in it shall be reworked and completed, 247.3,(1)(e?• d~ t0 any seas°n Should the base course, a 5˘ction. sh before the surfacing (e) Reworkir-g fired stability, density or fmi had at the sole the requ reCOmpacted and refmis or cause, lose reworked, is complete, it shall helot. expense of the Contr to the following {~ Tolerances. Tolerances shall conform accept the work The Engin~r may consecutive Tolerances• of the most ~~ five (5) (1) Density and providing that not more than one (t) °tho spectfied density, below the providing rformed is below cubic meter I density tests Pe . than 50 kilograms PeT the failing test is no more specified density• is to be placed, In areas on which surfacing llimeterssn cross section or six (b) ". (fl) Grade ~ol~sart{ ~' (6) ~ any deviation in 185 2a7:5 the CnbIG meter, 3 MGasurement o l~e~ble base '~11 b~ (~) Measurem~ PC°si~°n~ The iol~a ~d ~e tQp of the stocl~p 1 i ens alg the fine stockp ern ~ tar in m place betty areas, ~ course ~~'~ d longitudinally shells ~ ~ m~e~ thod of average end ~,sureinent will biome of ~$e ~tese m ensure reshaping Y 4. M final sub$rade or subba as h of five (5) met a oving material ~ Measurement C ted final position. Gourse in a lengt of () and accep een the origi Ce red base millimete~b loosemn$~ adding~lbng, b the in the comPl~ed in Flace ~~ slo es of the ac P corrected Y by spn~clin8 and m~rement is 8304 will be computed" codes and P e end ~'~ impacting when the ~ in ututs of surfaces, and the lines, the me~od of averag Item and the re ~~nent• for dep aeon(s) b ent don ~ Ivieas 1 be fissured will be at loc on the plans Y uantiry measurem roposal an l8) Thi ~ flexible base wil The meas'iremen~nce ~~ Test Meths shown 4 is plan q shown in the P may be meter, thereof. accords than ~surement Class that q,~nhry lam, except ~ 1 dent Y M for will be t of the ~ntract P iced, additio squar e m or fraGti~~ rfarm base is b b o scarifYing> aid „ etets, q~ntity to be P ra ent will be , oar b r and Pe de o~~ted y at the uantiry shee no ~~ustment is ~" sq ned Y the Eng t where flexible shall ~ shin$ the ie and Q N° paym or deternu In any uemss the deficiencYtecomPachng and refim "Esdma q,8. If required' ical section Article will n be the tyP 140E of on Tex• modified by calculations fat shown millimeters rn t ~G~yuired, reshaping • the measurements or or width exceeding material ibility °f thickness a meter adding , s expense' It shall be the rasp°~ al to each made for fl-e plans• be by the syuai Contractor materi will ,lhe surface area punt e with provided on 5 ~{easurement Delivery aired am °f b~accorda the ement Class acceQy conformiig to ~ flmished Y mrial is w g s will ~ Class 5); and ecified and P for securing and sMeas Equip ~~~, shah nor Wh~thB ~ ~ in the ~ ~ an~ ~ ~s Fri eeshall be full compeman0n wring ro the E &i will n neC feria , a loGatioont b ching+ rewe1$~t~ mass of the mo~~ al '~je tnoistu,03-E at 187 mixing deducting s of the ~ Mefl'°d Tex- ~ determine by from the gross ~ ce with T warrant. time Qf w~ ~ determii oTe oft n~ COn~tior~ • material ch day and m . least °~e ~ 1$6 - ~ ~ l~ ~I{P ~P W PP r P~ tal \t. 5P Y a" ~b~~~~~P~~ ~ ~X~P Eg _I U R˘E~ S1pOP w A r ~V PID"'","~0~-1 oti /b,•, yD TA ~m oo ~ ~~' O ~r .- PALpNpI~~Pai~',1~iP 'off i Pp ~POG ~0=-, 0 y / ~ ~ l`O~EPPiJU SfONEY~AXER ': ~~ e GOL PV '.: b ~ ~ !; A. ~/ ˘ _ cX/ Z 6 ~NbryO`JD VAC !A ~ 0 0 VpPPI~ ~ b)~ ~ ~~ POti~ • ~ ~~ ~~5 ~EPPS \bP~o b~~~ ~~G RJ`~5`OE r ~ ~ ~~ 1 PP~O ,y ~f fsi v'qy _ dj DP . of ~ .y~00 r,) 30 r~Ir~Ifi..:~I~P4P0 OPNP .t ~ a s~ Pn y tib P~p~.>~ JtP~i a~ ~~ ;~ ~~~P ~ rd P~ .>IS ~~ ,y P EpDO A,IjO /~ 17 ~ i ~~° POQ ~,~P 5. ~ •~ I EOi ~m~ {yy//~ i0 ~0~ ~ G ~ N oPJO~~/~,~lp~~pP ~ ~~ r ~:.fhD s n;s ~ / J P~ ~E Ppi~ fol~Dt! tJ P~ b PIDr'~i ~~i N y,' S ~p/iE PE1 Pmp')GTON ~f.P 5,~ 2y0 ~; ', ~ \ r~ ~' ~ 02 P/ pN OE~p ~P~SOJp\P0\PO~Pay~))o V' ~N~~~ .. l\ ." ~' r ~yN v 0 00 j GG~GP GEPS ~~ yP ~y ~ti~ VO G 60 ti a1 PJ : N ~ / 4P P . W2 ~ z P PG ~~ 0~ DJ~O ? V GE \~ .. i" a ,P W o N.~ oQ~L''~J F, c IP E b J -Y i m R r 7`/pp~~y'~~pLP e~' ~ PP PLO) •/ Jb~ ~~2 fC'~~ .,~ ~~\ti9 a~ . ? y ~,~ < ' U , .Qr OP P0P=Q )y,(,O,JG~P,Oti ~))A~ F.PyS~ ~ ~~w ~t~~j//~r ~~~.,J ~' 2p "2 ~ > i 0 ~_ ,PPGNV7y.l`N SAP -,y~/ ~,` ~, 1., y I 11"}) `purl ~ ,..:ltJ .S ~ 0 di O~ P.ESJ~GIP 6 G 0 ~~P~'E'y w ~~ 'h.: ~ c o ~ ~G1 Y Q~ o~ tP1 ~ G AEE p ~ v P ?: ti N ~ r''DLD 0 D) Zj , OP . , © I ~ ~,L jov vR ~ ti7 ~Rlgq C q ~ ~ ~ ~ / i P Q '~~ ~gE ^ ~~ M~CKpR ~~ ~ D: ~'d:~.. ~" PO s ~1.. 3 Y P ~'~ OPPP i ~l 0'6~ s ~SEPeJ ~ HiLLS ~"' \ ~ G w ~ / Jg~ ':, 0P~ m ˘ u ` ~,y y, o OP . FP\~ > ~ ib ~.: I w oy _ ~ ~ 0_, o y ~ x y`t~ Z ° ~~ ~ , z 1y02om\i~0,i,~~ J . Y.; 3 U GREEN >AEELp Nl 3'3bIN / `~_~ MEDINA. ~~,yn + 6P w':~~ 'i w \\~ ` 1 SOU7H OOpa ~Pt y Y a. \\ ,.~ ,....V(~ ~ /i0 ~ SP OQN`v y1E'J'~ tr Q ~~ ~ w. ~ \ ~~~ r R 0 315 ~e pL}5, 6 ~: ,.~ ~ \ ~ '~.~•.:'e•;^;: _y / . o o Q ~., EOMA p X51 OaP P `~ )`' ~ '4~l ~ ~ W ~ / ~ ~ \ j ~~ ~ 0 5 Q 0'P C~. ~ ~ 6:t:`:;p.Ar• \ ,, Ryti .. \ :' 1 ro ~ `~ 3 wAGGb ~ JIgtP ,{o OJP Pp x ~ - \ .: ..~' ~~ ~ `~ ~~~ 3 MqN o P000 PAID ~ d e~E _ ~~ _ y ~ ~~'. \ _• _.. ~ ~ l 0 ` ~, P SPY 0 6 PEE ))a ~ P ,' a DP ~ G~p55 ~ .DOJO .G GED 0 ?) ~~~ o\ ~' ASP DP OIP Y 16~ iii NO~EO ~d 'J ti ~ ~ PIDGE GEDP~~, ~.. ` ~N ~, ~ 1'E ~NrpINrG~u `pL~E N J Z +n ~iS~Ad fEPIGp rOP )'v ~, ~` ;~~' `EYPID * . ,Y) s y ,~ ~~ b~ MO ~ K ALVIN DP a p J OO ~ LNP ~LOYVpLLEY DP . ~C p~y2 )~~ ~~,~,i~~ ~ SDP VPL ~-._, ~ ~ l7 DIG ~P ~y 1pG ///\~ b0'~.:, Oby~ ~0'd ~ ~Y CP 1~2 t+EP / {~sdp~~?°~,~.~ 1, ~ ~,( oil jjINE P ~~,OEP eP ~- SAD tlEgIDGE~P ~~~~ ~ ~i ~ '4,~ A '.y'tAo ~ Y N 0 r I T J f~ \. oy ~i`~ 1 yry P C dp 570 I 0 ~ SECRET VALLEY ~ 0 PJE' ~~~ P ~ f _ , -- ~ ~, pP 00 a~ DO ~ 0 310 0 G~2 S a' ' - SOVTNRIDGE PG C P o '' , ~ ~W y Q U 6 ~~ W ~ 3 «I p p ~~pP /boa Ov 60 I J ti~ 3~PDE ~, ~ ° Q , RI M~OCkgG 3~06~60 ~.~2P0~ 60 ebb 0'~P D22P ~ b''r p SpJIP ~ // Oa ~~' .~ ~ ~e p ,PPPV 6JEP E ~ J . 9p~L ~b ANN tiy1LD CH~~ 3 P~~ EPDE o ~~ ~ W Oy pJt' OP \ ~ 'yfy,~y OJpVE f "f bM3pp~y N3pLlEV ~P`,1 -DJIGK DPp WHISPER ypLL~Y J t I,AO ~ ~Pi 6 Q i d W du` 3 0 ~d J D ~ 1 NO 30tlNOW OfH ~ O~2ppE ROBI J ,A ~ ~ p'7 A~y~, yp Q P HILL 2 ~ ~ 02 mb a z bo + ~ °~ , ~ ~ ~ i C y~ _ ~ 0 I ' 2 OP ~ L fl ~h ~ / to ~ I 0 1 "1 ~' ~ Kerr County Road & Bridge Advertisement for Bids on Base Material Sealed bids will be received at the Ken County Clerks Office, 700 Mam St., Kerrville, Texas 78028, until Friday, July 25, 1997, at 5:00 p.m. Bids will be publicly opened and read aloud July 28, 1997, at 10:00 a.m. in Commissioners Court. They will be awarded or rejected as recommended by the County Engineer. Bid forms and specifications are available at the Kerr County Road & Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas, 78028. (830) 257-2993. Bids submitted, should have the bidders name, and "Sealed Bid for Base Material" noted on the envelope. Kerr County reserves the right to reject any or all bids. ,~schln00r, charges than roved by the E ding of ~ea,N l~be awed when app B1eD fl07vble B, C o?p7.3. Construcdoo Mefl'o~. or to de- ll) Compl~e ~ place or Existin8 Roads shall ~ shap0d ul>gtade flot1 of S ode or extsrrng roadr eStablish?d by he la) prep material, th0 sub ~°~ on th0 pla ~ the pr0wsion of Liven °o m ~ ~ typical ~~odone in accordance `~ to conf Thy work shat eer, the ant! d'u~ted by the ~ m 216, applicable bid items, ~ on ~ plans db bet correc~n~ drr~ted by the when sh0 f roll the roe tad ~ Contractor shall prpQSoft sp°~ sh~l (proof! ' of the C°t`ttactot to ^Roll'tng ryribiGtY ~mrs• Base Eng~,~r. It shall be the serial to each, 30 ~ delivered• lb) First ~rnt of base ~shap0a the sam0 ~~~~ rendor read unffarmlYr ether onf° n as Practical. d~mria~ha ~ sp flier ° In the event in0lerae4t wee l shall be sha40d a material shall ma tee the flexible bas as shown onmd or this impractical, th0 ~ fleuble b~ s~tions acting to the typical al shall b0 correc ~ e Prior t0 comp to conf°rm materi ~t0d by l~ bladed and sh o~ gregated coare0 ° d~ material, as du plar+s• ~ ad placed '~'th w5lexp~, Emir and at tl-e COntt~tor 18d 247.3 l ~ directed by the shall spnnkle for dust COntf ° The Contractor ethos shall be gngineeT• ~„ Cortstmction afire ope1ation, ~' h Co s e letton, (c1 Succee~ ° ~~fi t course ~ ~y ~ Eng. Up°n ~ motion ~ the same ~ required l be msm with ~ ~ to lacing ch course~th and ' cvnf orrniryand grad0s' ~ to the extent the sha~~ °e S all ba sm ~tablish~ linen the sir and the sae shall be cur shown on the plans completed bas0' th0 b the surf b ~ ~ineer. shall be compacted h0 En8 ~ directed Y d Th0 flexibla~~ shall conform t0 ~ ~t (d) Campaction~ ~ ased {or comp " Control ' of Item 204, "Spn~clmg ' acted to the ~~ ^pensiry nirem0nts required and comp ed material rW ~ ~, i as detettnin shall be ~n than 100 percent dens ~ plans• After Tate fle>uble bas0 , will be to provide not less othen"'lse shown o~ssaty made ease 113- tests as net when the extent net E, unl0~ by Test Method Tax- base is completed, Tex-1]5-E• or it loses the required of flexible th Test Method each section r in accordance `~ r~rrements, laced os the protect is by th0 Engit~ set tali density t cpD neaccorda~ th Section ' {ails- t° m More rho Hex a wl material it of ftnl fed stability, de~ shall be reworked and retes epmpleted, to arry reason I e base course, due acing 24'!.3.(11(0)' Should th sh before the surf (e) R~york-n8 aim stability, densitac e ~d re~shed at th0 SOIe or cause, lose the re9° ed, recomp it shall be rework expe~0 °f the Contractor. wing Tolerances shall conform to th0 folio EnBmOer may accept0 work ({) Toleranc~• 5 ~ugve c~' ~ st runt five () that li) pertsltY ~ ~ (1) out of ~1 ~ density+ ~d per l&j w the providing not more ed is below tl>e sPOC ems pet cubic me dorm ore ilia SO kilo8t density tests p0 n the failing test is nom laced, density. w)uch srrr{acing is toor six ( ) sp0cified 6 e Tolerances. In ~ llunoters in ci0~ $ecti°n lii) Gra a oxcess of six (61 tn' any deviation 185 ~a7 s eter will be by tba cubic m be M~'uemeIlt exible base will Melurement C n1~p ' The vole a ~°a ~ trip of the stockpile ~~ final stockpile ~ ~ natural groan in 1aCe betty a end arm' eter really shall be compute e~od of avera$ aril will be by the cubic m surem e of base course `~~ ~7'A 5 me~rs measur ~1t nal~reshaPmg ~d by them e~m~~t Class ; position. 'the vn~u ~ or subbase ', ve {) nal bade gth of fi removing (4) M accept een the onSr base course miUimem~~n loos mng', ads d rolling• b in t~ completed anon place ~tw of the accepted corr~ted Y rng urement is 3~ competed o a s acting by s4 wren the mess ~ inumts of will be the lines, grades a~ verage end area • the ri~ Item and tecomp ~ent• redfor deF ation{s) susfacesori ~ plans by the meth m~surement s1 and on ass M~ ~ will be measu ements will be a~c~ Method shown lan q"antity in the pr0~ be (g) fle%ible f ThemeaseT tdancewith 11~n 13 nt Class 4 e thhat quantity shat Flans, except additional ~'~ Th ~ a square meter, coon thereo ed rn acco M~'ueme will b , eters as fro r and Pe~orrn is deficient by ~ scarifyrng, aid for t of the contr required be square mad the Engm wh flexible basil corrected by shing at the uantity to be p nti~~, shs ad•eStment is ayment will determv' b In any aril er deficiency be and refim he "F stimate and c~ 9 8, 1f nonot ~ required' ~e ypieal secrlnn or .tex.lAO-E• • ~ickne~+ the a rng, teco-nPacting modified by ~ ations will t shown on calcul the millimeters rn re4e1red, rash p merits nr exceeding I terial ~ of the measure or width afar adding ma the responsibiGtY to each made for thicko~s by the square m s expe~• It shall be base material provided on the plat>s• The soh e area actor ~ Conn e with the Measurement will of accordant aril C~~ and accepted position. e ~ s awn on Delivere~ired amount {~) goadway will be rn (5) Measurnn ~ based on exible bas deliver mhear manipulations in the comp the width of fl Cnntractor toMl process g of the of surface area 3Q metals. risibility of the base course will the hcabte bid items• be the reeP° the re9e1red urement Item and on app eliverY• It shall rn~de and deliv~ tonsttuct the the P~°s• 5 is a plans quantity wn the 4reposal ~y be St~pile ~ ile site • i° p ile site and all not be Class in {3) led stotkp sh that gi'anhtY sh act plans, except ~ to repare the scot desi~ lat-s, the statlc4rle err not to Measurement for will ~ ~ contr a aired, additiomil Contractor p to the the p de up of Y to be paid miry" sheet of aril is r o payment will be d Qua ~ adjustor material on la quanhtY amount of bas ass o8retrvis shownt and shall ~ ~ the "Bstimate aAtticle 9.8• 1wiU not be reAuisn on the typical section or I stockpile. Unl meters in 1re18h by either modified by calculations that show than ~~ {3) thickness, assured urements or idth exceeding rn ~~~d Q,6 meter in ant. This 1~ wK, an the p~re'• made for tQ ct~h P~°s' ed and materials fu~rn'rement" urem she ~~ q Meal ~ 3 b ar 5 ~ 1 be by ilia cubic meter provided work Pei°rm under "M e The ta,~ded fete in plat )" • Measurement Class 1 ~ 1 Measurement `~' ~ •5' pa~eltem and measureA Flexible Base (Come ified {for uc ant C~ e g accordance with att~the un-t price bid for ified and depth ~ ~ type, (1) M~ ~ ~pacity• b the m ga rams I be aid for urement class ~oadway Delivery)" easurement ified (fnt m of uniform ~surement will be Y ck ~ will p e grade, m~ are ( , rd platfo~ ~ for "Flexible B de ~ spy " of the type, gm 5) • in vehicles 2 M ~ of the typ ' ified and p , t o{ scams " rig and ant Class 5)+ anent C1~ . s item 524, V1eig measurem ile Delivery) ~s laced at ant class s1i~ Stockp urement Clas (~) M delivered, A b the Contractor and p ~ utem Base ( ified (for meal 1 ss in vehicles ~ tegettements lied doting grade, mess for "Flexible and furnishing a t of d~ o ormfn8 tn" thehall be furnished the material is weig mss v''il1 ` Class 5); and ified and dept' ~securin8 scale en measurement class s~`1 compensation for e t i merit ilia BnSmW~` ~ neCessarY ; ~1e ~tial at ~ ~ all ~ Measuring EquoVed by ~ to rn the ~ in the '('his price sh a location app tag rewerghi g mass of the mo~~ al. The moistu 03-~ at ', 187 dung ar >~ b deducting the ~~ of the ma ethod Tex ~~ Y the gross with Test M , ode of weighinga t ~~ed nn acc0rdaconditions warrant' ti~ niaterie~"'il~ h day and more often least 186 251.1 materials, including royalty and freight involved; for furnishing scales and labor involved in weighing the material when required; for loosening, blasting, excavating, screening, crushing and temporary stockpiling when required; for loading all materials; for aII hauling and delivering and for all manipulations; sprinkling; for rolling, except for proof rolling; sprinkling for dust control, for labor, tools and incidentals necessary to complete the work except as follows: ('' When the plans specify "Flexible Base (Complete in Place)", the unit ,1 ~ price bid shall be full compensation for shaping and fine grading the ~;~;~', roadbed; and for spreading, mixing, blading, compacting, shaping, ~';~' finishing, and curing the base material. When the plans specify "Flexible Base (Roadway Delivery}", the unit ' ~~ ' price bid will not include processing at the roadway. Measwemeni will be I~' only by Measwement Class 1 or 2. When the plans specify "Flexible Base (Stockpile Delivery)", the unit '~' price bid also will be full compensation for preparing the stockpile area and ~'. . '1i , for spreading and shaping the material in the stockpile. Measwement will ' ' be only by Measwement Class 1, Z, or 3. ~ ~; ' ~~ ~' When proof rolling is shown on the plans, and when directed by the +~ Engineer, it will be paid for in accordance with Item 216, "Rolling i ~; (Proof)". 1 3~~ ~~ ~F Il, ~, When subgrade is constructed under this project, correction of soft? j ; spots will be at the Contractor's expense. When subgrade is not constructetl~ under this project, correction of soft spots in the subgrade or existi i roadbed will be in accordance with Article 4.3. ~'~'~ ~~~ ~ ~1,1 ITEM 251 ~~~ ~' ~ ~ REWORKING BASE MATERIAL . ~ ,' !` 251.1. Description. This Item shall govern for reworking existin= + base material (with or without an asphaltic concrete pavemen4)' ^~ 'I '; accordance with the requirements as herein specified and as shown on .r• f~ ~; ` plans. This Item shall also govern for incorporation of new base mate when shown on the plans. 188 ~ ~ ryd~~ 5~ ~ N~,i yp~ ~tN% ~/PPP~~ ~ ,I,~ „~ ~ ~~ 0~0~ . E ~~, a ~ I fr `~04. ~'Ti<~ ,` `i\/SP/~ {~G IPES EPPt ~mio~ b~~, ~\ 1,if,RS1p - r * 11 i rr, 6 d' <y ~JOlr~IM tfi~0 '~,., d ~ vt~0 ~' ~O~i °' ~Pµr ~` r b P~P~Pi~ J ~P~i Q W ~~ ~ \ -. 4 1 t 5 °Y ODJI ~Y b Mp i ~~'~ \o i ~~~ OP~~P S ' \\~ ~ s r rf S 4~~ ua ~ MOP aY //M~~0 ~Ot ~ ? ~ N 9p.J0~ fGi~OP ~ tP - ~~:~. ˘ ~:~ MOP` dj n~a! r ~~ ~F.~'; '(iPAll \m~ BgDYNN~NP~~P/S{0 ap ~, ,~ ( {~ P `PO ~ ~ .~ µ1D~y, . ~i N m'i'l 55 ~'0~~1EtDYE ~ P D9JDTD S~,E O5~ y6's ~'~ \ 0 t~ o~ ~'' err zr ~ q~PrAN ~,p a OJ ~P ~P .IE A ~ \~.' ~ \ ~ bOy s ~~ 9~ S l~f 6 y ` ,~~, i 02 ˘ Q N OPEO 5E\µ 5 yyG' 0 E t'y0 >oy pJ0\\\~ 'N a ,J {~~' S ~'j !r ,~ ! ~y ° 0 ~ L~' Eµ 0 ~P ~~ 9~ 0 ~ ~ by t'~ ~ ~\/ o r~ ~, .~ o G c~ b o o u e 4 !d. .1, b ~ r b N~ ov `. ' QQ 4 . W ~ i P ~,OY ~~ o~ ~ G ~ QQ ,~, ~G ~ \~ / { - \I'3, o ~, 1P {!' ' ~ , aQ ° '' „.~ffooj~ ~o c~•~ v, pia PE o y J Jr~ S1 S1 b~ }"'' / umi ~~a~ ~' ~ , / ~~ P°CP? JJ~oP`'o>>G ,~~ <~ s~ ~ ~ ' '1'i SYSNVbY P N ~ S `µy ,!> 2h ~ J~`16 0 2~. 2 ~6N < ,\' QP•1GP ~`J?°Q' P6`G''0\P,'L ',~ EP5 v ~~~ °~ s ,r t ~ . ~~ 2 ~ o'o o \ p aNVI,yO tE ~r ~'r ~.~' o s r t~' E ' r 5 ~ i r g ,a b o rg 1~ ,~ s eROADwAr v y"> m i ~ ,S~ e ~ o ` ~ ~ c~E'~p GR ,~?+~ 1 I f Y .r e l ~. s.~ %y y R~qq .~ W s Op < ,~ m _, ..,rD 0 y (' . '_ Dp _ ~ . . ~E,N~E7D OP J / C!H ~ ~ ~ }• Y~ . J a ~ o r r pP ti 3 ! . ~ vr/ \ .. m ~ ~ 3 wAGG a5t '~`' ~ Po ~ N ~ ~ \ / p- v b A ~,{0 E ,- ~ m ~ ,~~ ~, z MHO W PALO eP ~ '\'~' \ •r ~ 0 y ~' OP °~ p~A55 ` _ 'o~, ~ ~ O o GE ~ p ~J< p~','- ~~ / ~ ! ~ try / ~ a Jo ~ ~ PD ˘ ~. ~ v ~~ E Oa. 0 ~ ~; P Z,6O _ ECM / tOP'P CIR `E~ J1~,~ ~u µAN~PEOµ ... ba PJ yr ''~. ~ ~~ aIDG EYaIDpE ~, - y ~~S '~, ~ MDUNtAN u Cpl OR as W Y UP~LDYAE EPYDP ''gyp r,Jr~: ~ ~ +'' Jp1.1 i o * :: ~'~i. ~ p \ & AEVM O J QDP~F`N ˘ ~ALEE ~C Oat ;`€~°y ~' EOa , PO c 'O ~ ~.~ ~ ~~~4 ~p01pM. ~ P,PP 3a P a10G PP0 by ..~yd` i 1 DR Oi . ~ EPJ P LOPE I P Oy JE P g S D ~a+ `': i ~, ~ ~ r UNE a T E 0 0 '~r \ o OPT oP' M STDNE PIDG 0~ d ~ ~ SECRET VALLEY'" PJE ~~`'~ ~ yos ~ ~~ ~~ o0o w, p°P ' rd~ ~ ~i SOUTH RIDGE ap ~ ~ Q ~ ~ 6Gµ ~~s I , 1 o StC '' U g ~ A Q Gv _ h0 - ~ 1 y~ JEa0 , `~ r ~ ° ~ RlMR ~~ ~oob~ ~; pG bo c e ~`Ar rod i\ x v, i ~; ~_ ~ C RO sa l~ ?e ~ y~' 0?2 ~, SOJi~ 'cla` \ ~ N ~ J bLE~Ea ~ pILN DPAV! 61 ''~'d o ~ o ~y s~'.y PvE { NVP ~OM9~~ V "~~_ ~ wriisPEA JA y6 4 d 2 b L ,~ _ O ~` \~'P P1 G~ I "~ti 1 ~~ ~ e~ 3odNOw o!N ~ o\o QP ! ~ ,~ ~ N~rt~,~ yJ ~ °\ ~ ti a 2 eo ~~ +0 br _ J i 2• ~ P y q a p 0 2 bp, 0 2 2 ~, y ~, 0 I ~I ~ Ken County Road & Bridge Advertisement for Bids on Base Material Sealed bids will be received at the Ken County Clerks Office, 700 Main St., Kerrville, Texas 78028, until Friday, July 25, 1997, at 5:00 p.m. Bids will be publicly opened and read aloud July 28, 1997, at 10:00 a.m. in Commissioners Court. They will be awarded or rejected as recommended by the County Engineer. Bid forms and specifications are available at the Ken County Road & Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas, 78028. (830) 257-2993. Bids submitted, should have the bidders name, and "Sealed Bid for Base Material" noted on the envelope. Kerr County reserves the right to reject any or all bids. r If undeliverable return to: Redland Stone Products Company 17910 IH-10 West San Antonio, Texas 78257 Telephone: 210; 696-8500 Fax: 210 696-8500, Ext. 260 Kerr County Clerk ~ ~ ~ 700 1~ain Street Kerrville, TX 780028 "Sealed Bids for Road Base FOB Ranchero Road" "Opening ®ate: July 28, 1997 at 10:00 a.m." Clerk Caunty Cau~rt.,~f~r/r County, Texas Fi led `_~5 Day o ~A.D.1997 TIME o? : 3!v Pi?'l ATFiICIA DYE SEALED BIDS FOR ROY $BI 97 p ~0 p~MCHERO ROAD OPENING DATE: IUL5 COMPANY VULCAN MATED p, 0, BOX 791550 78279 SAN ANTONIO, TX '~ ~i~an Materials Company nio Texas 78279.1550 Southwest Division P.O. Box 791550 ~ San Anto , ^ , KERB COUI'ITY CLERK 700 MAIN STREET KERRVILLE, TEXAS 78028 ~, BID DOCUMENTS FOR BID FOR 2600 TONS OF ROAD BASE MATERIAL F.O.B. RANCHERO 1.9 MII.ES FROM HWY. 16 (See enclosed map) July 1997 KERR COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII~LE, TEXAS 78028 830/257-2993 NOTICE TO CONTRACTORS PROJECT: Bid for 2600 Tons of Type A -Grade 2 Flexible Base Material (Crushed Limestone) F.O.B. Ranchero Road, 1.9 miles from Hwy 16, Kerr County BID DATE AND TIl~IE: July 25, 1997, 5:00 p.m. Sealed Bids for the above referenced project will be received by the Kerr County Clerk, at 700 Main Street, Kerrville, Texas 78028. All bids must be on the Bid Form, attached to all Bid Documents. Bids received after time shown will not be accepted. Bids will be opened publicly and read aloud in Commissioners' Court, July 28, 1997, at 10:00 a.m. and as recommended by the County Engineer awarded or rejected. Contract Documents maybe obtained for the Ken County Road & Bridge, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following in the outside of their sealed bid envelope: "Sealed Bids for Road Base FOB Ranchero Road" "Opening date: July 28, 1997 at 10:00 a.m." "Name and Address of Contractor" Franklin Johnston, P.E. Kerr County Engineer PROPOSAL TO KERR COUNTY ROAD & BRIDGE DEPARTMENT PROJECT: Bid for 2600 Tons of Type A, Road Base Material, Ranchero Road, (see attached map} Kerr County The undersigned, as a bidder, certifies that the Contractor bas not, wither duectly or indirectly, entered into a~ agreement, participated in a~ collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for the above captioned road construction; that he has carefully examined the form of contract, instructions to bidders, profiles, grades, specifications, and the plans therein referred to, and has carefully examined the locations, conditions and classes of materials of the proposed work; and agrees that he will provide all necessary machinery, tools, apparatus, and the other means of construction, and will do all the work and furnish all the materials called for in the requirements of the County Engineer as therin set forth. It is understood that the following quantities of work to be done are approximate only, and are intended principally to serve as a guide in determin;ng the lower bidder. It is understood that the quantities of materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the County Engineer or County Road Administrator, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth below except as provided for the specifications. bids. It is understood that the Kerr County Road & Bridge Department reserves the right to reject any and all SPECIFICATIONS AND BID FORM Specifications: Base material shall conform to the requirements in Texas Highway Departmer Standard Specifications (1995), Item 247, Flexible Base, Type A, Grade 2 (Crushed Limestone) Bids are to be in cost (in dollars) per ton, FOB Ranchero Road for a total of 2600 Tons 2. Bid Form: FOB Ranchero RD Bid Unit Cost Type, Grade 2 ~~n I do hereby certify that I have read the attached Special Instructions to Bidders and prices quoted are for material FOB Plant. r July 22, 1997 Signature Date Firm Name and Address:Vul can Materials Company P. 0. Box 791550 San Antonio, TX 78279-1550 Seal if Corporation 241.= 241.1 to X1.2 1TEM 2A1 , • FL~~RI'E BASE' for the delivery, shall"govern ~here• d p~,crlP~oa, its o f fa ndation °t b an coot Vie, ling an d to i~g andlor tbreforn~t~witb the t~~ by ~c E g~~r. stoc ~~ and to c0 lens or established the be'crushe4sst all the P , tnrial sb 11 co B es sho'n'e on The fle~ble base ~ hefein, and she ~ Ma~rmEto meet-the requd b riding ~ter o F~ BEES m E ~ C~ ~ TZ\~ 9 I m 9 PO ~c T !• ~ '~ DA ~ ~~ ~YJDA i y ~ t RicPard p 00.p ~tl' Z I n~OMA ARPAL DRJ y> F H ~ Park VS1 92 ~ ~ n PEG I m ~ M A P........."......... o G T ~~ /. !t'~~ in , ~ ~ y .......... -~ ~ 2 D :::::::::::::::.. ..,,:.: [:::::::::~ ... _ ..... :...::........ ~ r _ a1MROC n ~0 ~ O ::;+ G St I H ~'~,.: c c , P'~ N a v P, P~ ~ ~~ i ~ -~ a Q x ~• !OVERLOOK OR (__..;. O~sE :'. ~JO $c~1t'd1~tCF ~': ~s; G > N O C? 1 HIGHP01NrE DR I 5 0 (~~~, Z f ` ~ C y J NK:NFOINTE CT ~C~. - ~ ~P t m <_ M r p ~ DEERw000 DR E~ P ~ S ~ G~ f Y ,D a m 1 a O O v 2 ~ ~~ 9 90 SNP °v o c ~ °~ ~ c i ~ 1 .: ~ ~ o ~P" ~ H/OpE n ~ D Eas ~ ~v ~ ~. kn ~~ F GP O y0< ~ ~j `O O ~ / ~2_ t\:. Cem O v, 1 ~ ° 50 ~ ~,Eb~P `rOOi Q ~::::~ .~ v9 `°~ _. :.yam' ym m ~ . P P .~5~~ ~' ~p °' GLEN F4 J\ ~ c~'DO~9p~, v s ° °:. _' ~a ~ ~ ~ro~s ~ P~ 9 °,~ QPSGp ~ /:~ ! ~i, ~ r o r~ O ~ o0AK5 9FF G.p v~ q;: i a ~(/~. ~ ~ ~ E it y J O m : OP F9N ?;F p 9plO ~ 3 ~ ~ Oq~ y/ls~~` ~-.- ZR~NPS~p ~ ~ ~y~ l ~ ~ z CZpPGE TO O X00 FAIR a\O ~ ~Np '` t-- cP O - ~~YY Z 9 ERO O GQ J, p ANDREWS ~ H~ S ~ `'._G~„-_ ~' 0\ ~ I` -. ,~ ~ ~KF WA r` F^NGN 4 ~ `tF pR ~ r:.:~ RIVER ~! ~ 534P \\ ~ S\ C't'FO .1/p Y OR ~ O'L C: m 'I'SFj~ , >~'~'~'4,= ~ CLUB •ti r AES, \ ~::. P~ ~~ ~~. F ~ ~! it ~ ~Z ~ O OP 9r v i Hq~ Off, s \. ~'F ?~ ti` ! ~ i ~. ZO O 4y •~ P~' Fq "' ~.-..y0~~0 ~ ~WAV ROL(iNG ` y$ O..\;O-9 y 2 - 0~ OA OC ~ ~ m 91 Vv ~ '~ p}~ g ~ GREEn,. ~ ~ o\ v c' ti9 vvv ~ ? o JP ~ ROYAL GE ~ ~ r G~ 9 ND OQ~9 'L \: ~p ~b ~ `F',~ ° t P~' GP: ?0 /~P P1'l. 5 bN ~ °oA `moo ~ ~ ~~ ! S~Q ~ or ~\ v {~~ ,^,?~-0AKS ...yP ~ P,sa 3~~ OH~~~ ~ 5 Z~ ~F ;~ `\, o 3 ,9 Ooo ' \ t/ QP ../~ OP AND H LL ~, !r f -. W ~, OCE Z! _ i.F ..yi'k~ ~./F, O OAKS p ~•' i~- ~ ~~=P v ° tysr ~ 0 GP PING z.~.` ~ y0 - 'F ? ~` -. o f F ° ~oG "yL ;.MET River Hill Golf C urse ~ r r / ~N9~` r^ ~ F9 ° N 9 N O z ° OON 2~'ti ,~t'P ~" \ j KE H, .q . ~\ il, s , 9 gp N~~Np" pcH 9 ~ n 'Y4 O BP ~,~ :?=.'!.j::'• 4 :`._ ~: -000 D ~ ' T x ~ r Z 9! OoOCE 'v 6\'COi~o SGPH~ SOP / y tF y o,9 N%~, ~P~ .:..~ .... LEWCCD O f \\1Y~ m 2 -1< oEP ~, ~ P _\ f:::.c;...`..' l -. ~`~ w EN, ~ CtR ^p ` O~c~`l V~rG CA,Lt'CGSrsc°G~.fdOG °z (((~~~ r ~ 14, 0 ~E ~ ] ~. S,o O 11 C~ 2' R rt~ 1 9 Fz ~ v . _' (~\ ~ a`` f'`'; ;~ ~ Tl` ~ `Fa mq° /i(,~' ~~~: :. ~.: :: .,.~~ ' I a.: ~~ 9'~C i F \~F`P.~ OR BFR'9Y°o e9 9LO(~`99 ~ y. ° Z - ~ ::.: nr ~ f !~' C? F9 \~•d :y Clq .F}OSZ ]~q, ` . 9 O ~lFi;f~~`[Eta ~ err 9 o ~ m s ~ ,~ .- SH~R~~~c /:! .i' i 9 Q-~\9 oa ~2F o oy .,~ ~ Liz 9 ~ f'I ~ R~~~~ ~ / ': .`T RIVER ~ Q\a~,o,9 ~" aP ~ o~'s~~ r ' Pl9 . _ :: _ "O °i ° ? ~ - f ~~` / F `T HILL? a ~~ p :9~0~ ~~~~'POP 9 m # ~2 OP y~ y~ / :,,~ p~~~ ~ a .>~ ~P PGA 9`F"` v - a / O m G~ / 2 ~ n. pP ~.F,9 / y O O / / / D +~; ~ / - m O 9 / , ' :~i1• J ..-F G~ O - 2 J . °v / :`: Q~ I :~` 2 :: KERRVFLIE..: : ~ :.:,fir U , ~ PARK ~ ~. J,, '9 •.::. ~ L m \\ / °9 -~. ~\ i / +f`~ - ~ ~ Oq / i Sv't'r. J -- ~ ~Dr~_ Fh, OP P ~, ~_ i SUN ~ O, I .-- - tiav = ~ EN to . ~F.f`~ y r J, 9-i _ i , n O Ham' x O~ v x n 4 - ~ ~ m 9r, ~ o ,~,~~i _cFK/ Ken County Road & Bridge Advertisement for Bids on Base Material Sealed bids will be received at the Ken County Clerks Office, 700 Main St., Kerrville, Texas 78028, until Friday, July 25, 1997, at 5:00 p.m. Bids will be publicly opened and read aloud July 28, 1997, at 10:00 a.m. in Commissioners Court. They will be awarded or rejected as recommended by the County Engineer. Bid forms and specifications are available at the Kerr County Road & Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas, 78028. (830) 257-2993. Bids submitted, should have the bidders name, and "Sealed Bid for Base Material" noted on the envelope. Kerr County reserves the right to reject any or all bids. SE FOB Rp,NCHERO ROAD BIDS FOR R Y 281 g110 X00 A.M 0 ~~G D.ATE'• ~' pANY ~.tEg1ALS COM 0 Bp 791550 18279 SAN AN`FONIO' TX _ .. V Texas 78279-1550 Ulan .San Antonio, Matenals P O gox 791550 ~ Southwest Division .. KERR CO~Ty CLERK 700 MAC S`PREET S 78028 KE~Vn,LE, TEXA I ,. ~• 5 ''~ I Pace ~~g in This ~~ ~a~i an~~n~rc o~~ ddress a~ Iter tape awe the address label Opt14n5' ~ uPPla a the T~ckin9 LabelNum~ or piece P~ Stamp Y0°r tips Sfi~ QNE '~ Q UPS Air Shippin9 ~ument ®UPSWaybill EIGHT ~'w~p7 L ~' ' i f .. .. , "~ ~R T ~ r~ ~~ j+~ /A ~ rll r ~ I • ~~e r, ~F ~ ~r ~ ,~ F ~. w ,~ .r i ~~ ~ . ~ ~~ r ,. ~ ~. .. r yl ~• i • a " i ii w ~''~ r~ "~ ~l i 1 ~i w IIN i $H~PPER NUr~R ~ ~' , ....noNUN~r3MORE 601fl1~~ w ~~ o~Y p,~~t~ 0~ Y Q SKN~'' ^ ~,ni PppY p~4lERY TS ~~~~II~I~~III~IV~III~I~II ~II ~~~ N175 gi14 44 3 (+it'l5 9{14 44 3 N115 9it+F~44 3 <. r a RECEEWEA v 1~ ~ r '~'~ ~` 9 DATE of 75gtt44a3 lr ~ ~ ,~;,;~,1~ ~I VULC~'a '•1gT~.~`i'~L, 0: IS~,,ti, ~d~ .~~ ,~ t~ ,.~w.~, E~pNpNE r',pk my ~,~, ;err C,;tl rl t ~Wpt. Kerr Clur,ty Fr,~rs ~~ 4~r; r ~ C N1 ~, a;,in Stree~ t~..._. ~ .~„p~ K?rrville, TEXAS Wore Partner piymp ' ,1 ~r ~a p t11ME:..~~ ~Ii~'"'"' y ~ PATRIC A DYE rk County Coud, Kerr Cou ry,lezu pp,~~~ ~ ~utl v} •- ~t r 1l wirer TELEPHONE ~0 j'~i;~ ~, , t~)_,„4^