Order No. 25234 Accept sealed bids for 1) Fquiproent by the Court, 2) Vu1Ver, Aggregate, Emulsions & Oils, and 3) Road Base Material and tuxm the over to the Read and Bridge Department for Final Approval March 9, 1998 Vol v Page 585 ACCEPT SEALID BI]ID3 FOR 7.) Ic:f~U:1:G~'I*Il~:hl'T' BY 'T'FII=: F~I[:)UR., r".:?) C.aJL_VEF:'T, (1t~t3P:Ea:~t-l~T'F:-, C:I•It.J1...S:Ct:)I~I'~ ~ t:l:l:l..., f1hID 3) F:t]EaTS S•:+(li3G Mfa7F.F't:C.flJ_. flhlT) 'T'UhN 'T'I°ICia•I t:)Vl=a 'T'(:I 'T'I~iC_ FiCr61T) AIdT) L~R:CT)GiCi: DE:I~'flli'T'I.11=:1~1'T' f~'C)fi F-.T.1~1(al... AF~'I~~'FiOV(11._ t:hr t:hi.:ir:~n<.:. R; t:)i.7.s>, arul ;:3) Furacl Tisane hls3s.aet PAVING AGGREGATES SPECIFICATIONS AND BID FORM 1. Specifications: Paving aggregates shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 302, Aggregates for Surface Treatments. All sections apply except 302.5. Bids are to be in cost (in dollars) per cubic yard. All paving aggregate must be clean, free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form: Bid Unit Cost Type Grade F.O.B. Suppliers Plant A 3 $ 7.00 /CY A 4 $ 8.00 /CY A 5 $ 7.50 /CY B 3 $ 7.00 /CY B 4 $ N/A /CY B 5 $ 6.50 /CY Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (See attached) Kerr County retains the right to add transportation charges to the unit prices shown above to determine the "Low bid" for a particular job site. This may result in more than on supplier being "Low Bidder", depending on the locations of job sites. I do hereby certify that 1 have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 1998 and be in effect until March 15, 1999 {- March 6, 1998 Signature Date Firm Name & Address: WHEATCRAFT, INC. P 0 BOX 68 KERRVILLE, TEXAS 78028 SEAL if Corporation Phone (830j 895 _ 3030 :1^fRInS}5.44f PAVING AGGREGATES SPECIFICATIONS AND BID FORM 1. Specifications: Paving aggregates shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 302, Aggregates for Surface Treatments. All sections apply except 302.5. Bids are to be in cost (in dollars) per cubic yard. All paving aggregate must be clean, free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form: Bid Unit Cost Type Grade F.O.B. Supp liers Plant A 3 $ 7.50* /CY *when A 4 $ 7.50* /CY available A 5 $ 7.25* /CY B 3 $ Nn RTT) /CY B 4 $ N(7 RTT) /CY B S $ N() RTT) /CY Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (See attached). Kerr County retains the right to add transportation charges to the unit prices shown above to determine the "Low bid" for a particular job site. This may result in more than on supplier being "Low Bidder", depending on the locations ofjob sites. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 1998 and be in effect until March 15, 1999. ~~ Sigg ure 3-5-98 Date Firm Name & Address: SEAL if Corporation PO ROX 1272 KFRRVTi.T.F,.~TX 7Rf129 Phone:($30l 257 8511 nvHU>s;.s.~st PAVING AGGCtEGATES SPECIFICATIONS AND BID FORM 1. Specifications: Paving aggregates shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 302, Aggregates for Surface Treatments. All sections apply except 302.5 Bids are to be in cost (in dollars) per cubic yard. All paving aggregate must be clean, free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form: Bid Unit Cost Tvae Grade F.O.B. Suppliers Plant A 3 $ /CY A 4 $ /CY A 5 $ /CY B 3 $ /CY B 4 B 5 $ 7.25 /CY $ 5.90 /CY Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (See attached). Kerr County retains the right to add transportation charges to the unit prices shown above to determine the "Low bid" for a particularjob site. This may result in more than on supplier being "Low Bidder", depending on the locations of job sites. [ do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted. a in are to .gin March 15, 1998 and be in effect until March 15, 1999. ,w~~ ~_/ 3-5-98 Sig ature 4`~f~- Date Firm Name & Address: Drymala Sand & Gravel Rt. 1 Box 48 Comfort, Texas 78013 SEALifCorporation Phone.(839 995-2x94 h*fnEDS3.9Rb1 PACKAGE A EQUIPMENT SPECIFICATIONS AND BID FORM [ Specifications. Bids are to be in cost (in dollars) per hour for EQUIPMENT & OPERATOR II. Bid Form is for equipment listed or a machine of equal performance TYPE OF BID MEETS SPECIFICATION ~UIPMENT BID UNIT COST SPECS (yes/no) CAT D7 Dozer w/Ripper (minimum 250 H.P.)------------ $_ /per hour w/operator Scraper (heaped capacity 22 CY) ---------------------- $_ /per hour w/operator CAT 140G Motor Grader (or equivalent) ------------- $_ /per hour w/operator Track Loader (Breakout Force 35,300#)------------------ $~ /per hour wioperator DW 20 Hyster Roller (or equivalent) --------------------- $_ /per hour w/operator 12 Ton Pneumatic Roller ---------------------- $ _/per hour w/operator 2000 Gallon Water Truck ---------------------- $ _/per hour wioperator Asphalt Distributor --------------------- $ J/per hour w/operator Supervision by the Hour ---------------------- $ _/per hour Labor by the Hour ---------------------- $ _/per hour I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to be in force from March 15, 1998 until March 15, 1999 NO BID ON PACKAGE A 3/5/98 Signature Date Firm Name & Address. Schwarz Construction Co. 1811 Junction Fiwv Kerrville, TX 78028 SEAL if Corporation Phone (839 895 - 5851 wnu>s s,~nn PACKAGE B EQUIPMENT SPECIFICATIONS AND BID FORM I. Specifications: Bids are to be in cost (in dollars) per hour for EQUIPMENT & OPERATOR II. Bid Form is for equipment listed or a machine of equal performance: TYPE OF SPECIFICATION EQUIPMENT BID CAT D-6 Dozer (or equivalent) ___ JD 650G - --------------- w/operator Scraper (Heaped Capacity of 11 CY) ---?nt' 1__ 412B__ w/operator CAT 12G Motor Grader (or equivalent) ---SAT--~`1~------ w/operator 930 Loader (or equivalent) ______ int' 1 __520B w/operator 12 Ton Flat Wheel Roller ------~Sr~------ w/operator BID MEETS UNIT COST SPECS (yes/no) $62.5~erhour no (equiv. to D5 with heavy rippers) $ 70.O~er hour ems $ 58.O~er hour $ 60.O~er hour $ 40.O~er hour 12 Ton Pneumatic Roller ______ Hyster C530A 40. 0 - - ------- $_/per hour w/operator 1500 Gal Water Truck ______ Ford_F _600_ $ 40.O~er hour w/operator Asphalt Distributor ----------N1A------- $_/per hour w/operator yes yes no (8 ton) no (10 ton) yes (2000 gal.) I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to be in force from March 15, 1998 until March 15, 1999. 3/5/98 Signature Date Firm Name ddress: Schwarz Construction Co. 1811 Junction Hwy. Kerrville, TX 78028 SEAL if Corporation Phone:(830) 895 -5851 .WnIUS.S:~,\I PACKAGE A EQUIPMENT SPECIFICATIONS AND BID FORM I. Specifications: Bids are to be in cost (in dollars) per hour for EQUIPMENT & OPERATOR IL Bid Form is for equipment listed or a machine of equal performance. TYPE OF BID MEETS SPECIFICATION EQUIPMENT BID UNIT COST PECS /~ e~ er hour p~y $~/ 250 H P 1 4~ i i (yes/no) ~ S . .) - - mum n CAT D7 Dozer w/Ripper (m p r w/operator /1t ~~~ ~ Scraper (heaped capacity 22 CY) -(-- ---- - --- --- ,y $~/per hour ~s y wloperator CAT 140G Motor Grader (or equivalent) Ca ~1~0_G °„ $ 75~er hour yes w/operator C e ~ ~~~ Track Loader (Breakout Force 35,300#)- ------- - --- ,. $~ ~er hour ,yr S w/operator DW 20 Hyster Roller (or equivalent) -~°--~ -~W2~- ,,, $ /oS7er hour y ~ s w/operator ,o 12 Ton Pneumatic Roller -~~=~-=-'-^"- /"`~' .. $ S,~~r hour y p 5 w/operator 2000 Gallon Water Truck ---------------------- °.. $~~r hour )e S wloperator Asphalt Distributor ~~~='-"~-~?Oef' ,,~ $~2/per hour r S w/operator Supervision by the Hour ---------------------- $ `~1 fper hour Labor by the Hour ---------------------- $ ~ 9 fer hour I do hereby certify that I have read the attached Special Instructions to Bidders and that noted herein aA~kb 4'~.ih force from March 15, 1998 until March 15, 1999 Z ~ (o ~T ~ Date Firm Name & Address: _~{ .. T .-.r<~1.. Zw4 Zz~ TH /~ SEAL if Corporation Phone.l$~) ~YG - UG an~nms sn~i PACKAGE B EQUIPMENT SPECIFICATIONS AND BID FORM Specifications: Bids aze to be in cost (in dollars) per hour for EQUIPMENT & OPERATOR II. Bid Form is for equipment listed or a machine of equal performance: TYPE OF BID MEETS SPECIFICATION EQUIPMENT BID UNIT COST SPECS CAT D-6 Dozer (or equivalent) / --'~~-f---~~-~ ~~ ~ $_w_fper hour (yes/no) ~r S w/operator Scraper (Heaped Capacity of 11 C Y) -~-O-r----~~-1 ~--~~-- ., $~/per hour ~ r 5 w/operator /~ CAT 12G Motor Grader (or equivalent) ~-~-t--- ~~~--- $Z>per hour y r 5 w/operator 930 Loader (or equivalent) t, ----` =3~---~' r--- ,. $~lper hour yr 5 w/operator 12 Ton Flat Wheel Roller n L-t ~--'-~~~-~------- a, $ ~~ /per hour y r S w/operator 12 Ton Pneumatic Roller ~`-~ =-'-"--------- $ ~1er hour iP 5 wloperator 1500 Gal Water Truck ---------------------- $~~er hour r S w/operator Asphalt Distributor ~~N_~ ~-~-~ ~'AD-° $~/per hour r S w/operator I do hereby certify that I have read the attached Special Instructions to Bi dders and that pri s q oted here e t e in force from March I5, 1998 until March I5, 1999. 2 - lL-9ft Sig toe Date Firm Name & Address. Ei'~w...-~ T~..S<~~ Z ~ 2z S' ~'h / /a ~{'~ ~.. ' I l~ T,~ 78~ z Y SEAL if Corporation ~i Phone:(b3~ p y~ d -_ ~ G ~wn~uss~~~i CORRUGATED METAL PIPE SPECIFICATIONS AND BID FORM i. Specifications: Culvert pipe shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 460 unless otherwise noted herein. Bids are to be in cost (in dollars) per linear foot. 2. Bid Form: Bid Unit Cost F.O.B. Kerr County Type Design Road & Brid eg Yard 15" Arch 1 $ 4 . 6 6 /I,F 18" Arch 2 $ s . s 8 7.47_ 24" Arch 3 $ 30" Arch 4 $ 9 ' 2 9 /L,F 15" Coupling Bands $ 5 ' 9 9 each 18" Coupling Bands $ $ ' 3 7 each 24" Coupling Bands $ t t • t s each 30" Coupling Bands $ 1 3 . 9 4 each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein aze to begin March 15, 1998, and be in effect until Mazch 15, 1999. 03-02-98 Signatu Date Firm Name & Address: Wilson culverts Inc . P.O. Box 940 Elkhart TX 75839 SEAL if Corporation Phone.(0 3) 7 6 4 _ 5 6 0 5 :\KnIUS3 s:1.\I CORRUGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. Specifications: Culvert pipe shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 460 unless otherwise noted herein. Bids are to be in cost (in dollars) per linear foot. 2. Bid Form: Bid Unit Cost F.O.B. Kerr County Tvpe Desien Road & Bridee Yard 15" Arch 1 $ 5.05 /LF 18" Arch 2 $ 5.9 5 /LF 24" Arch 3 $ 7.9 0 /LF 30" Arch 4 $ 9.90 /LF ]5" Coupling Bands $ 6.60 each 18" Coupling Bands $ 7.75 each 24" Coupling Bands $ 1 0.30 each 30" Coupling Bands $ 1 2.90 each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 1998, and be in effect until March I5, 1999. o~ . ~~.~t. z3 1998 Signature Date Firm I~Tame & Address: CONTECH Construction Products 4414 Centerview Dr, #221 San Antonio, TX 78228 SEAL if Corporation Phone:(219) 737 - 1112 1tinIDS3.S.4U ' CORRUGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. Specifications: Culvert pipe shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 460 unless otherwise noted herein. Bids are to be in cost (in dollars) per linear foot. 2. Bid Form: Bid Unit !'ost F.O.B. Kerr County Type Desien Road & Bridge Yard 15" Arch 1 Slx ~ NINETY ~ $ b.90 /LF 18" Arch 2 E14HT ~ TWENTY-five $ $ 8.25 /LF 24" Arch 3 ELEVEN ~ $ I ~ •n~ A-F 30" Arch 4 THIRTEEN ~ 51xTY•fwE ~ $ 13.5 /LF 15" Coupling Bands TWELVE >~ -FIP7Y ~ $ 12..50_each 18" Coupling Bands INIRTEENYt 91xTY ~ $ I'J.IoO each 24" Coupling Bands -FIFTEEN ~ f~~ry ~ $ 15.50 each 30" Coupling Bands rJEVENTEEhI ~ SEVeNTY ~ $ I'1.'1~ each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 1998, and be in effect until March 15, 1999. ~t. . ~ L)~1111'.11 UlU 3 9 Signature Date Firm Name & Address: "(exas Cor gg -~yth_TEx 12~y~~ ~,~ FEBRUARY 24, 1998 Signature Date Firm Name & Address: TEXAS FUEL & ASPHALT CO., INC. P.O. BOX 9605 CORPUS CHRISTI, TX 78469 SEAL if Corporation Phone:(51~ 289 - 1707 ~vttu>ss.sana EMULSIONS SPECIFICATIONS AND BID FORM 1. 2. Specifications: Emulsions shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 300, Asphalt, Oils and Emulsions, CRS-2h or HFRS-2, and SS-1 or AEP (See attached) Bids are to be in cost (in dollars) per gallon, delivered to, Kerr County Texas Work Sites. Bid Form: Type Bid Unit Cost CRS-2h $ .8579 /Gallon or HFRS-2 $ .8162 /Gallon SS-1 $ .8162 /Gallon or AEP $ No Bid /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 1998 and be in effect until March I5, 1999. Signature Firm Name & Address: z/z7/9a Date Koch Materials Co. 7Q1 Rra~nc Rnito LQQ Austin TX 78701 SEAL if Corporation Phone:(512) 47F, - ~sit~ :\VBIDS3.SA.\1 EMULSIONS SPECIFICATIONS AND BID FORM I. Specifications: Emulsions shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 300, Asphalt, Oils and Emulsions, CRS-2h or HFRS-2, and SS-1 or AEP (See attached). Bids are to be in cost (in dollars) per gallon, delivered to, Kerr County Texas Work Sites. 2. Bid Form: Type Bid Unit Cost CRS-2h $ NO dig /Gallon or HFRS-2 $ ND pig /Gallon SS-1 $rtlp /qua/Gallon or f+ AEP $ • H ~ /Gallon +ir~t e.,,, s~.~esT~t+m~uy BPR-r PRiM~ Fo4 AEP. ~r'PR•I r~R~~@' rS A PC-E A S A a3cR~ AEp i~a '7*ler ,oRAc NL''4 S Arrtr/~1t. YQROYt gf Oar . I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 1998 and be in effect until March 15, 1999. Si iat~~ SEAL if Corporation Firm Name & Address: 339 Date EPR-~ ~/lovsroN .,vc.. H8M8 6u. ~+ Su rrfr pro 1~4ocltTVrv, ,r-fc ~~oa? ~\IJnID53.SA.tiI tNCOMPAn&tITV (Moterbk to Avoid): Shorrg oxidizers such w Hydrogen peroxkie. bromine 6 a+romic add. HAZARDOUS DECOMPOSITION PRODUCTS: Carbon monoxide. Aldehydes and carbon dbxide ham burnhg. Oxides of NMrogen and sWhx may also Ue produced. HAZARDOUS POLVMERVATION: N/A Section I -Component Data Cnerded Cornporrenh CAS. Number x car Petroleum Resin 64742-047 60 Asphalt Cement 8052-42-4 5 Emulsifiers 8L Water 35 Section II -Physical Data earno Pohr (°R 2)r vapor Preave (rmIHG 20 °C) some os water Vapor Oerrlh WR.I) Some ox water SoxGary in Nbrer ReadP/ DkpersDle Specinc GaNIY (ta) • 7) Apprcz. ) Percent lblolM M Voxxne Less 1Mr 45x O 25-C Evap«alrve Rare (Ehry1 Eller-1) Score of carer PH hlomralbn SS- 7.5 Appeararoe arrd Odor Bnvn Cdor tb Ogecfkxroab Odor NFPA CLASSIFICATION O.LEAST 1:SLIGHT 2=MODEMTE 3=HIGH 4-EXTREME HEALTH 1 FIRE 0 RFACTIVIN 0 Section III -fire & Explosion Hazard Data FLASH POIM ('F): 400°Metfrod Used: C.O.C. FtAMMA&LITy LMIIS (x M>t1: N/A lEl: N/A UEL N/A AUTOaGNRION IEMPERATl1RE ('F): N/A IXTrJGUtSHMlG MEDIA: C02. Foam. Dry Chemkd, Waterspray SPECIAL FwEflGt+rING INSrRUCnoNS: Nor» UNUSUAL RRE AND EXPLOSION HAZARDS: Oerrse Smoke Fte Fighters shall wea' seacoMahed breahJng apparoha. Section IV -Reactivity Data SN&LITy (Condtbro ro Avoid): Notre Section V -Hearth Hazard Data F'RIMARV ROUTE(S) OF ENTRY: Skh contact, hhakstbn, hgestbn. aFECTS a ExrowrE: IOElsldlm: FTaonged exheme exposits t0 hl(xs COnCenha}IanS Of nYSr may souse bronanlol « wog inxatlon. smc~ IAac nos aetemrk»d mat base ois sh,ia fo moss under the ckmlficarkxr CAS number 64742-047 may taus earehogenk e8ech in laboratory animas mrough direct contact with mein skrr f« bog periods of tlme. Our emulsified base ass, properly handled as outlined in mu MSDS. are not ezpecred to have any harmlW eRech to numaru. E> May cause mild untation. 1~: May cause sniatbn of me digestNe hart. Emven.LlmLt; ClMneod OSNA PR / Har/IWA MP UaC Oorrlporrer« er19/ne (rnersrs+) IIeW WIW OI mkt 5 .2 t10 fJ0 Airerd Section VI -Emergency & First-Aid Procedures INHALATION: K a large «nant of mist a kYSaled. move extsased person to hash ai and cdl a physician. SKIN: K skh becomes wet, wash exposed area wan soup and water. EvES: rc eye conraar oecvs. rilx0r eye: with wrier for 15 rtinrtea - eJGESfION: N swabwed, do not hdtAx vomrthg. Cal PnYaciarr ksYnedateN~ Section VII - Special- Handling Information VENRA710N: tka bcd sr4rasera Wlbn venrlplbnl e~owaes ezeesd rte wmleaxe erzr. RESPruTahr PROTEC110N: Lxe Fa05rFapproee I.~sot« for parlloJO1« r ovess~oaze ro con aaCUL tPR-1 Prime PROTECTIVE CLOMNG: Revant Pmwnaed co~~acfdstlrr wlmd and clean szpoeed smn area wart soap artl carer. EYE PRO1EC710N: CnenYCaFfype popgles ar race srzeM rrastl a wed m splmh« ro ms sy« mar occur. Section VIII -Spill, Leak & Disposal Procedures ACTION i0 TAIL FOR SPILL (L15E APPROPRL4TE SAFETY E9UIPMENt): Absab h vemicsite, dry sort. e«tts, «dMa md'erid and tlhpote h a Sewed sandary IarrtlfiH. WASTE DISPOSAL METHOD: Maferia is not classilled os a trozadow waste. Section IX -Special Precautions/Additional Information PRECAUTIONS TO BETAKEN IN HANDLING AND STORAGE: Do nor use nea sources or pnftbn such os llamas «sparks. Avoid Probnged breattwng of vapors. Avoid shong Oxidizers. Launder conramkwred coming bar«e reuse. D.O.T. INFORMATION: Hazadous Materia Proper SNpping Name: N/A FIaZIXd Cksss: N/A k7entificatbn Number: N/A EPA Hazardau Waste Number: N/A AddiROnd Inf«malbn: Fyepaatbns stquld be mode ro protect poduct ham heezinp. Toe irformatbn contained herein was obidned from sources we believe to de rerx7ble. Fbvrevec the inf«motion'u provided wirrrosA woeonry, express «implied. Becasae me handlhg, st«aga, use and d'sposal a the product are beyond our contra, we do rot assume resporrslbiYty and expressly dtrclaim Eab4RY f« bss. damage a expense ham tr,e h«rdfrsg, storage. use «dLSposd of the proascf. Prime "EnTrbonma,tepy Sete" Dust Cunt Curing Seal Tsi7CYf APPROVED "PCE" Erwian Contr GEORGE GAYLE EPRII/Houston, Ins. Off. p13) 626-14• 4848 Guiton, Suite 110 Fax (713) 626-53: Houston, TX 77027 Pager (113) 607-36• 1993 Specifications SRECIAL PROVISION TO ITEM 300 ASPHALTS, OILS AND EMUIySION3 For thin project, Item 300, "Asphalts, Oils and Emu lB ions", of the Standard Specifications, is hereby amended with respect to the clatieee cited below and no other clausec or requirements of this Item are waived or changed hereby. Article 300.2. Materials, Subarticle (4) Emulsified Acohalt is supplemented by the following: Tvoe. ---------- Slaw Setting. Grade. ---------- PCE. Description. PCE shall be a slow curing anionic Or eat ionic emulsion of a petroleum based material in water. The supplier must state whether the material supplied is cationic or anionic- PCE may be used far the following purposes: priming of bass materials, curing seal for stabilized base materials, and erosion control applications (dust control, soil surface stabilization, or mulch binder). PCE may be diluted with water to achieve the desired concentration of residual. The following max iroum rates may be used as guidelines. Uie Recommended Maximum Dilution Rate Prim inq of Base Materials (1) part PCE to (3) parts wa_er Curing Seal (1) part PCE to (7) parts water Erosion Control (1) part PCE to (7) parts water Proverties Min Max V iscoeity, Saybolt Furol, 26C, cec. 10 100 Sieve Test, 1c 0.1 Hiacib ility • Paoaing Residue by Evaporation, t Dy Wt-~* 60 Teets on Residue from Eva_oration Z:'1asF. Point, C.O.C., C 200 Rinematic Viscosity, 60 C, cst 100 350 ~ Hisvibility shall bo determined in accordance with ASTM D244, except the dilution shall use 350 ml of distilled or deionized water and a 1000 ml beaker. 1-2 300---002 11-93 "* Residue by Evaporation shall be determined according to ASTM D24<, except that the sample shall remain in the oven until foaming ceases, then cooled and weighed. Each shipment of PCE destined for use on a Departawnt project shail ba accompanied by the following: 1) a copy of a laboratory report, from an analytical laboratory approved by the Snginser, signed by an authorized laboratory official, indicating that the material, as represented Dy the producer's current ingredients and formulation, does not meet any of the characteristics of a Resource Conservation and Recovery set (RCRA) hazardous waste. (Any change in product ingredients or formulation will require retesting.), 2) a certification from the producer, signed by an authorized company official, stating that She product formulation supplied conforms to chat tested by the analytical laboratory, and that n0 listed RCAA hazardous waste or Polychlorinated Biphenyle (PCB's) have been mixed with the prcduct, and 3) a Material Safety Data Sheet for the product. PROPOSAL TO KERR COUNTY ROAD & BRIDGE. DEPARTMENT PROJECT Annual Bid for Type A and Type B, Road Base Material, F.O.B. Plant The undersigned, as a bidder, certifies that the Contractor has not, whether directly or indirectly, entered into an}' agreement, participated in any collusion, or otherwise taken any restraint of free competitive bidding in connection with the contract for the above captioned road constmction: that he has carefully examined the form oC contract, instmc[ions [o bidders, profiles, grades, specifications, and the plans therein reCerrcd 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 constmction, and will do all the work and Curnish all the materials called for in the requirements of the Roads Administrator as therein set forth. [t is understood that the following quantities of work to be done arc approximate only. and arc intended principall}' to scn'c as a guide in determining the lower bidder. [t is understood that the quantities of materials to be furnished may be increased or diminished as may be ccnsidercd necessar., in [he opinion of [Itc County Engineer or County Road Administrator. [o complete the work Culty as planned and contemplated, and that all quantities of work, whether increased or decreased. are ro be performed at the unit prices set forth below except as provided for the specifications. bids. II is understood [hat the Kerr County Road & Bridge Department resen-es the right to reject am and all SPECIFICATIONS AND BID FORM Spec~ficahons Base material shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type A, Type B (See Attached) C Y; Bids are to be in cost (m dollars) perterr, F O.B. Plant. Bid Form. C H:~~~ U,,.1 Noit~~. ~~ F.O.B. Plant _ Grade I _ Grade 2 Type A $ ke Btn_/C Y $__ No l3tp /C Y Type B~~CRuSNEO~~ $~__/C Y $_ 3_, Hi /C Y~T~+~ A~II.r.~ --------------- - Y.T~y ~er..t~ I do hereby certify that I have read the attached Specral Instrudwns to Bidders and prices quoted are for material F O. Plant, and that prices quoted herein are to begin March I5, 1998 and be in effect until arch J,S, 19 Signature ate SEAL if Corpurahon Firm Name & Address. Phone 11i~-;ov.r rCCohs~~a.i-:oN I~cx J ~J Sr+~y,.,,...,TK 7f3v25_ Its) 3~7___-~fi1t~~ ~~'mns- s ~•,i PROPOSAL TO KERR COUNTY ROAD & BRIDGE DEPARTMENT PROJECT: Annual Bid for Type A and Type B, Road Base Material, F.O.B. Plant The undersigned, as a bidder, certifies that the Contractor has not, whether directly or indirectly, entered into any ageemen[, participated in any collusion, or otherwise taken any 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 agees that he will provide all necessary machinery, tools, apparatus, and the other means of constmction, and will do all [he work and furnish all [he materials called for in the requirements of the Roads Administrator as therein set forth. [[ is understood that the following quantities of work [o be done arc approximate only, and are intended principally to serve as a guide in determining the lower bidder. [t 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 [he work fully as planned and contemplated and [hat 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 [hat 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 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type A, Type B (See Attached). Bids are to be itt cost (in dollars) per ton, F.O.B. Plant. 2. Bid Form: F.O.B. Plant Grade 1 Grade 2 Type A $ NO BID /C.Y $ NO RT1~ /C Y Type B $_~ a . 7 5 /C Y. $ a - ~ s /C Y I do hereby certify that I have read the attached Special Instructions to Bidders and prices quoted are for material F.O.B. Plant, and that prices quoted herein are to begin March 15, 1998 and be m effect until March l5, 1999. ,/ u Gf Sig ture Firm Name & Address: SEAL if Corporation Phone 3--5-98 Date KERR MATERIALS CO. PO BOX 1272 KERRVILLE .TX__ (83~-257 -8511 v~n~osz s.~~i Texas Department of Transportation STANDARD SPECIFICATIONS FOR CONSECUTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES 1993 (Later years are done in metric) ITEM 247 FLEXIBLE BASE 247.1. Description. This Item shall govern for the delivery, stockpiling and/or the construction 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 shalt 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 m 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 11. The flexible base shall be one of the following types, as follows: (b) Type A. Type A material shall be croshed stone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. Crushed gravel or uncrushed gravel shall not be acceptable for Type A material. No blending of sources and/or additive materials will be allowed in Type A material. (c) Type B. Type B material shall be crushed or uncrushed gravel. (d) Type C. Type C material shall be crushed gravel. Unless otherwise shown on the plans, crushed gravel shall have a minimum 60 percent of the particles retained on the 4.75 millimeter sieve w two (2) or more crushed faces as determined by Tes[ Method Tex-460Part 1 (e) Type D. As shown on the plans. TABLEI PHYSICAL REQUHtEMENTS GRADEI GRADE2 GRADES Triaxial Class I:Min. Triaxial Class 1 to 2.3: Triaxial Class- wmpressive strength, Min: compressive strength, Unspecified psi: 45 at 0 psi lateral psi: 35 at 0 psi lateral pressure and 175 at LS pressure and 175 at IS psi psi lateral pressure lateral pressure Master Grading Master Grading Master Grading 1'/a" 0 2-~h" 0 2-'/z" 0 7/8" 10-35 1?/e" 0-10 1 '/s" 0-10 3/8" 30-50 No.4 45-75 No.4 30-75 No.4 45-65 No. 40 60-85 No. 40 50-85 No. 40 70-85 Max LL ......... 35 Max LL .. .... 40 Max LL ..... 40 Max PI.......... l0 Max PI......... 12 Max PI..... 12 Wet Ball Mill Wet Ball Mill Wet BaII Mill Max ..... ... 40 Max ..... 45 Max ...... 50 Max increase in passing Max increase in passing Max increase in passing No. 40 ........ 20 No ...... 20 No. ...... 4020 GRADE4 GRADES GRADE6 Triaxial Class Triaxial Class Unspecified Unspecified Master Grading Master Grading As Shown on 1?/<" ....... .. 0 I '/." 0 the Plans No.4 ..... 45-75 No. 40 .... 50-85 No. 40 . ...... 50-85 Max LL ...... 40 Max LL ....... 40 Max PI ....... 12 Max PI ..... 12 Notes: Gradation requirements are percent retained on square sieves. When a magnesium soundness value is shown on the plans the material will be tested in accor- dance with Test Method Tex-411-A. When lightweight aggregates are used, the wet ball mill requirements will not apply and the light- weight aggregate shall meet the Los Angeles Abrasion, Pressure Slaking and Freeze Thaw requirements of Item 303, "Aggregate for Surface Treatment (Lightweight)" PROPOSAL TO ICERR COUNTY ROAD & BRIDGE DEPARTMENT PROJECT: Annual Bid for Type A and Type B, Road Base Material, F.O.B. Plant The undersigned, as a bidder, certifies that the Contractor has not, whether directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any restraint of free competitive bidding in connection with the contract for [he above captioned road construction; that he has carefully examined the form of contract, instructions to bidders, profiles, grades, specifications, and the plans [herein 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 [he other means of constrnction. and will do all the work and furnish all [he materials called for in the requirements of [he Roads Administrator as [herein set forth. [t is understood that the following quantities of work [o be done are approximate only, and are intended principally to serve as a guide in determining the lower bidder. [[ is understood that [he quantities of materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of [he 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 [o be performed at [he unit prices set forth below except as provided for the specifications. bids. [t is understood that the Kerr County Road & Bridge Department reserves [he right to reject any and all SPECIFICATIONS AND BID FORM Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type A, Type B (See Attached). Bids are to be in cost (in dollars) per ton, F.O.B. Plant. 2. Bid Form: F.O.B. Plant Grade 1 Grade 2 Type A $ 6.00 /C.Y. $ 6.00 /C.Y. Type B $ 6.00 /CY $ 6.00 /C.Y. [ do hereby certify that [have read the attached Special Instructions to Bidders and prices quoted are for material F O.B. Plant, and that prices quoted herein are to begin March 15, 1998 and be ht effect until March 15, 1999 March 5, 1998 na re ~ Date Firm Name & Address: Henry Griffin Construction 709 9nokey Mtn. Dr. Kerrville, TX 78028 SEAL if Corporation Phone. X30)257-5647- n~~imsz s:wi Texas Department of Transportation STANDARD SPECIFICATIONS FOR CONSECUTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES 1993 (Later years are done in metric) ITEM 247 FLEXIBLE BASE 247.1. Description. This Item shall govern for the delivery, stockpiling and/or the constmction 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 uncroshed 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 I . 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 I, 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 Il. The flexible base shall be one of the following types, as follows: (b) Type A. Type A material shall be crushed stone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source Crushed gravel or uncroshed gravel shall not be acceptable for Type A material. No blending of sources and/or additive materials will be allowed hr Type A material. (c) Type B. Type B material shall be crushed or uncroshed gravel. (d) Type C. Type C material shall be crushed gravel. Unless otherwise shown on the plans, crushed gravel shall have a minimum 60 percent ofthe particles retained on the 4.75 millimeter sieve w two (2) or more crushed faces as determined by Test Method Tex-460Part I (e) Type D. As shown on the plans. PROPOSAL TO KERR COUNTY ROAD & BRIDGE DEPARTMENT PROJECT Annual Bid for Type A and Type B, Road Base Material, F.O.B. Plant The undersigned, as a bidder, certifies [hat [he Contractor has not, whether directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any restraint of free competitive bidding in connection with the contract for [he above captioned road cons[mction; that he has carefully examined the form of contract.. instructions to bidders, profiles, grades, specifications, and the plans therein referred [o, and has carefully examined [he 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 [he work and furnish all the materials called for in the requirements of the Roads Administrator as [herein set forth. [[ is understood [hat the following quantities of work [o be done are approximate only, and are intended principally to serve as a guide in determining [he lower bidder. It is understood that [he quantities of materials [o be furnished may be increased or diminished as may be considered necessary, in the opinion of [he County Engineer or County Road Administrator, [o complete [he work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, arc to be performed at the unit prices se[ forth below except as provided for the specifications. bids. It is understood that [he 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 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type A, Type B (See Attached). Bids are to be in cost (in dollars) per ton, F.O.B. Plant. 2. Bid Form: Red Rose Quarry Oehler Quarry Wheatcraft Pit Cypress Creek Rd. Highway 479 ffidY 173 F.O.B. Plant Grade 1 Grade :2 Grade 2 Grade 2 Type A 1 ~" $ N/A $ 4.44 / TO`'`] $ 7.00 /C Y $ 8.00/C.Y. Type A 3/4" $ N/A $ 5.20 / ToN $ 8.00 /CY. 9.00/C.Y. I do hereby certify that [have read the attached Special Instructions to Bidders and prices quoted are for material F O. B. Plant, and that prices quoted herein are to begin March 15, 1998 and be in effect until March 15, 1999 Signature Firm Name & Address: SEAL if Corporation Phone' MARCH 6, 1998 Date WHEATCRAFT, INC. P 0 BOX 68 KERRVILLE, TEXAS 78028 (830) 895 = 3030 ,~~su~s2 s»i PROPOSAL TO KERR COUNTY ROAD & BRIDGE DEPARTMENT PROJECT: Annual Bid for Type A and Type B, Road Base Material, F.O.B. Plant The undersigned, as a bidder, certifies that the Contractor has no[. whether directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any restraint of free competitive bidding in connection «ith [he contract for the above captioned road construction; that he has carefulty examined [he form of contract, instructions to bidders, profiles, grades, specifications, and [he plans therein referred to, and has carefully examined the locations, conditions and classes of materials of the proposed work; and agrees [hat he will provide all necessary machinery, tools, apparatus, and [he other means of construction, and will do all the work and furnish all the materials called for in [he requirements of the Roads Administrator as [herein se[ forth. [t 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. I[ is understood [ha[ the quantities of materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of [he 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 [he 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 m 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type A, Type B (See Attached). Bids are to be in cost (in dollars) per ton, F.O.B. Plant. 2. Bid Form: F.O.B. Plant Gr de 1 Grade 2 Type A $ fj /C.Y. $3 % /C~f. ~« f's~ Type B $ i /C Y. $~C.Y. I do hereby certify that [have read the attached Special Instructions to Bidders and prices quoted for material F BPI and that prices quoted herein are to begin March 15, 1998 and be in effect un '1 March l5 3-5-98' Signature Date Firm Name & Address: ~,,,~,,,~, ~ T sc L ~c Z~ gas ~. N io SEAL if Corporation Phone: (j'3o) ~y ~ -~ 7~(e .li~uins2.s.~v Texas Department of Transportation STANDARD SPECIFICATIONS FOR CONSECUTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES 1993 (Later years are done in metric) ITEM 247 FLEXIBLE BASE 247.1. Description. This Item shall govern for the delivery, stockpiling and/or the construction 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 uncroshed 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 Contradoi 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 N 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-207-E, Part [I. The flexible base shall be one of the following types, as follows: (b) Type A. Type A material shall be crushed stone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. Crushed gravel or uncroshed gravel shall not be acceptable for Type A material. No blending of sources and/or additive materials will be allowed hr Type A material. (c) Type B. Type B material shall be crushed or uncrushed gravel. (d) Type C. Type C material shall be crushed gravel Unless otherwise shown on the plans, crushed gravel shall have a minimum 60 percent of the particles retained on the 4.75 millimeter sieve w two (2) or more crushed faces as determined by Test Method Tex-460Part 1 (e) Type D. As shown on the plans. TABLE 1 PHYSICAL REQUII GRADEI GRADE2 GRADES Triaxial Class l:Min. Triaxial Class 1 to 2.3: Triaxial Class- compressive strength, Min: compressive strength, Unspecified psi: 4S at 0 psi lateral psi: 3S at 0 psi lateral pressure and 175 at 1S pressure and 175 at 15 psi psi lateral pressure lateral pressure Master Grading Master Grading Master Grading 7/8" 10-35 1 '/." 0-10 1 '/." 0-]0 3/8" 30-SO No 4 45-75 No.4 30-75 No.4 45-65 No. 40 60-85 No. 40 SO-85 No. 40 70-85 Max LL ..... 35 Max LL .. .... .. 40 Max LL .... 40 Max PI ....... 10 Max PI . ....... 12 Max PI ... 12 Wet Ball Mill Wet Ball Mill Wet Ball Mill Max .... 40 Max ... .. 45 Max . 50 Max increase in passing Max increase m passing Max increase in passing No.40........ 20 No ..... .. 20 No. ...... 4020 GRADE4 GRADES GRADE6 Triaxial Class Triaxial Class Unspecified Unspecified Master Grading Master Grading As Shown on l?/." 0 1 '/." 0 the Plans No.4 45-75 No. 40 ....... SO-8S No. 40. .... SO-SS Max LL ..... 40 Max LL 40 Max PI ...... l2 Max PI .... 12 Notes: Gradation requirements are percent retained on square sieves. When a magnesium soundness value is shown on the plans the material will be tested in accor- dance with Test Method Tex-4l 1-A. When lightweight aggregates are used, the wet ball mill requirements will not apply and the light- weight aggregate shall meet the Las Angeles Abrasion, Pressure Slaking and Freeze Thaw requirements of Item 303, "Aggregate for Surface Treatment (Lightweight)".