Order No. 25234 Accept sealed bids for 1) Equipment by the Court, 2) VulVer, Agcrregate, Emulsions & Oils, and 3) Road Base Material and turm the over to the Road and Bridge Department for Final Approval March 9, 1998 Vol V Page 585 ACCEP'T' SEALED BIIilB FOR :I.) I:::(7(.1:I:F'I.11":I•IY' I'SY 'Y'h•II": h~l(:)U~i, %?) f::UL..VI":F'.'Y', 6•ll'i(3fiF::(:it-l'Y'I:::, C:I•It.JI_S:I:[:)hIL~> L~' faIl...>, (1ND 3) Fi(]faT) B(•.)?:iF- IhAI'F:Pi:F.fll... (3hID 'T'1.1F:N 'Y'hIF_I•I (:IVF:h 'Y'C.) 'Y'I•ili~ FiCJ(lY7 (lI~IY} T:tli'T.DY:;F.:: X}k::l~'fiFi'Y'I*11=:h1'Y" F'CYFi F-:ChI(dl... 6dF~'I'-'Fi(:1VAI_. Y:h't i;his> d<•:~y ia'i+a 9tl'l clay of 1*Icrrr.~h, :L `3913 ul:~rm nu:rt:i.crri m<:u7ra I:~y Lionmi7.5iSi].C.)YlE''(` I_.ei;7., 'iief:`IJndeCl by F.:(71fl1fl7.Si557.CIllP?'f` Y:Jeh~.F.'Yry 'hh(_~ 1~t'.)l.Crj: unanimously ~pp'roved by a vote of k-0-0, 'l:c:~ eal.erl bi.rl<.:; for :1.} I:qui.pmerrh: by 'I:h+a I-If:)U'f`, r') Ct.ta.vr•.~rt, f11~I~re~Y<~te, I:::mu7.<_~>:it:m<.:> & t:1i.:Lt+ I"I::~teri.<:i:l. ::u'id turn t:Iiem over 'to the howl cu•ul I3r:i.df~c•+ Depcrrtm+:rnt for I""iruaa. (--lpl:rrova7.., 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. MEETING DATE: March 9. 1998 OFFICE: Road & Bridge Department TIME PREFERRED: Advertised 10:00 SUBJECT:(PLEASE BE SPECIFIC): Open Sealed Annual Bids for 1) Equipment by the Hour 2) Culvert. Aooeroate Emulsions & Oils and 31 Base material EXECUTIVE SESSION REQUESTED: YES NO XX PLEASE STATE REASON: Open Annual Bids ESTIMATED 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 Monday Meetings held on Thursdays: 5:00 P. M. previous Thursday THIS REQUEST RECEIVED BY: THIS REQUEST RECEIVED ON: All Agenda Requests will 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 'quest being addressed at the earliest opportunity See Agenda Request Guidelines. 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 Tvae Grade F.O.B. Suppliers Plant A 3 $ 6.75 /CY A 4 $ 6.75 /CY A S $ 6.75 /CY B 3 $ 6.75 /CY B 4 $ 6.75 /CY B S $ 6.75 /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 ofjob sites. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted here are to b in March 1 S, 1998 and be in effect until March 1 S, 1999. . March 5, 1998 ig atur Date Firm Name & Address: Her>r~ Griffin Con r ction 709 4nntcey Mtn. I7r. Kerrville, TX 18028 SEAL if Corporation Phone:(g30) 25'1-564} ANHII)S3.S.4iM1 PAVING AGGREGATES SPECIFICATIONS AND BID FORM 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 Pant 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 particularjob 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 .~- March 6, 1998 Signature Date Firm Name & Address: WHEATCRAFT, INC. P 0 BOX 68 KERRVILLE, TEXAS 78028 SEAL if Corporation Phone (83DI 895 _ 3030 ~hHU>si snn+ 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 Tvae Grade F.O.B. Suppliers Plant A 3 $ 7.50* /CY *when A 4 $ 7.50* /CY available A 5 $ 7.25* /CY B 3 $ N() RTT) /CY B 4 $ NO~Tn /CY B S $ Nn 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 ] 993 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. 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 1 S, 1999 ~ ~`:y Sig ure 3-5-98 Date Firm Name & Address: SEAL if Corporation KERRVILL.E, TX 7R(17A Phone(83d 757 TiStt ~WHIn53.5.4M 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. Supaliers Plant A 3 $ A 4 $ A 5 $ B 3 $ B 4 $ B 5 $ 5.90 /CY /CY /CY /CY Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in [tem 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-1>e bin are to @gin March 15, 1998 and be in effect until March I5, 1999. ~ _/ 3-5-98 Sig ature C,+~ Date Firm Name & Address: Drymala Sand & Gravel Rt. 1 Box 48 Comfort, Texas 78013 SEALifCorporation Phone.(839 995-2Q94 nvntl~sssa~ 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 SPECIFICATION EQUIPMENT BID UNIT COST 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 w/operator DW 20 Hyster Roller (or equivalent) --------------------- $ _/per hour w/operator 12 Ton Pneumatic Roller ---------------------- $ /per hour w/operator 2000 Gallon Water Truck ---------------------- $ _/per hour w/operator Asphalt Distributor --------------------- $ /per hour w/operator Supervision by the Hour ---------------------- $ /per hour Labor by the Hour ---------------------- $ /per hour MEETS SPECS (yes/no) I do hereby certify that [have read the attached Special Instructions to Bidders and that prices quoted herein are to be in force from March ] 5, 1998 until March 15, 1999. NO BID ON PACKAGE A Signature SEAL if Corporation 3/5/98 Date Firm Name & Address: Schwarz Construction Co. 1811 Junction IIwy Kerrville, TX 78028 Phone (839 895 - 5851 .'\VBIDS.SAM 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) --- Int' 1,_412B w/operator CAT 12G Motor Grader (or equivalent) --CAT__~4E______ w/operator 930 Loader (or equivalent) ______?nt' 1 __520B w/operator 12 Ton Flat Wheel Roller ------z>>~lsm------ w/operator BID MEETS UNiT COST SPECS (yes/no) $ 62.5/aer hour no (equiv. to DS with heavy rippers) $ 70.O~er hour $ SS.O~er hour $ 60.O~er hour $ 40.O~er hour 12 Ton Pneumatic Roller ______Hyster C530A 40. 0 - - $ 9per hour w/operator _____FOrd F-600 40 0 1500 Gal Water Truck - - ---------- $ bier hour w/operator Asphalt Distributor ---------- NSA ------ $ /per hour w/operator ems 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 I5, 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 r\IJQIDS.SAM PACKAGE A 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 BID MEETS SPECIFICATION EQUIPMENT BID UNIT COST SPECS /~ s~ CAT D7 Dozer w/Ripper (minimum 250 H P )t-'-~-Q~y $~` / er hour (yes/no) ~ S . . p r w/operator /fit ~~~ ~ Scraper (heaped capacity 22 CY) -('- ---- - --- --- v~ $~/per hour 5 rs w/operator CAT 140G Motor Grader (or equivalent) ~_q_f"1/1~G w $ 7sfer hour yes w/operator Track Loader (Breakout Force 35 300#)~°- ~ -~~~ - ~ $~~er hour yr S , , w/operator DW 20 Hyster Roller (or equivalent) -~O ~ --j,-WZ~- $ (~S7er hour y r S w/operator 12 Ton Pneumatic Roller -2-'=~-=-'-^-'~-~""-~^ $~~r hour yt S w/operator 2000 Gallon Water Truck ---------------------- $y~~r hour ye S w/operator Asphalt Distributor ,E~'`rl!^-'~~_~ Z oeJ r„ $~/per hour r S w/operator Supervision by the Hour ---------------------- $~%Per hour Labor by the Hour ---------------------- $~~~er hour do hereby certify that [have read the attached Special Instructions to Bidders and that oted herein a~fj6~~l force from March 15, 1998 until March 15, 1999. z- r L -~ ~ Sign re Date Firm Name & Address: ~,.,,,,,,~ T,..ie~.. Z--~ Zz~ =H io ~P~-~.; /~a Tim v2 SEALifCorporation Phone:($~) ~yL - OG :ANH[DSBA~f 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 BID MEETS SPECIFICATION EQUIPMENT BID UNIT COST SPECS // CAT D-6 Dozer (or equivalent) --4'~-t---~~-~- ~ $~/per hour (yes/no) w/operator Scraper (Heaped Capacity of 11 CY) - --O-t----~~-~ ~ ~ e, $~/per hour y ~ S w/operator /~ CAT 12G Motor Grader (or equivalent) G-i-~----~~~--- $~~er hour 7r S w/operator 930 Loader (or equivalent) ____y3s'e___Cq r___ r, $~jper hour yt 5 w/operator 12 Ton Flat Wheel Roller =~-t -56-~------- a, $ 70 /per hour c S w/operator 12 Ton Pneumatic Roller ~"~'-'-~ =--------- ~+~~/ $ S ~ /per hour P 5 w/operator ] 500 Gal Water Truck ---------------------- $~'~jer hour r S w/operator Asphalt Distributor ~~~''~!-~-~?~?O $~/per hour r S w/operator do hereby certify that I have read the attached Special Instructions to Bidders and that oted herei~re ~~e in force from March 15, 1998 until March 15, 1999. SEAL if Corporation Z - /~ -9 ~ Date Firm Name & Address: t~(w...-.~ Tom,. 5<~~ Z ~ , 2z S-?h/ /a Phone:(8aq ~y~ - ~7uG ~VJHIDS SA,\t 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 Type Design Road & Bridee Yard 15" Arch 1 $ 4 . 6 6 ~.F 18" Arch 2 $ s . s 8 /LF 7.42 24" Arch 3 $ /L,F 30" Arch 4 $ 9 . 2 9 15" Coupling Bands $ 6 ' 9 9 each 18" Coupling Bands $ $ • 3 7 each 24" Coupling Bands g 11 . 13 each 30" Coupling Bands $ t 3 • 9 4 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. 03-02-98 Signatu Date Firm Name & Address: Wilson Culverts Inc . P.O. Box 940 Elkhart TX 75839 SEAL if Corporation Phone.(~o31 764 _ 560s ~nfiu~si s.a~i CORRUGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. Specifications: Culvert pipe shall conform to the requirements in 1993 Teaas 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 Tvoe Design Road & Bridee Yard 15" Arch 1 $ 5.05 /I,F 18" Arch 2 g 5.9 5 /L,F ~4" Arch 3 $ 7.90 ,ZF 30" Arch 4 $ 9.90 ~F 15" Coupling Bands $ 6.60 each 18" Coupling Bands $ 7.75 each 24" Coupling Bands $ 10.30 each 30" Coupling Bands $ 12.90 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.~t. z3 1998 Signature Date Firm Name & Address: CONTECH Construction Products 4414 Centerview Dr, #221 San Antonio, TX 78228 SEAL if Corporation Phone.(219) 737 - 1112 4.tinIUS3.SA.\I i 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 Type Design Road & Brid eg Yard IS" Arch 1 SIX ~ tJINETY ~ $ b.90 /LF 18" Arch 2 Ei6HT ;~ TWENTY-FIVE ¢ $ 8.25 /LF 24" Arch 3 Et.EVEN ~ $ I ~ .nn /LF 30" Arch 4 TNIRTEEN'~' S1xTY•fivE ~ $ 13,5 /LF 15" Coupling Bands TWELVE >~ -Fi~TY ~ $ 12.50_each 18" Coupling Bands INIRTEEN~ SixTY ~ $ 13.b0 each 24" Coupling Bands ~IFTEEt9 ~ FIFTY ~ $ 15.50 each 30" Coupling Bands SEVENTEEN ~ SEVENTY ~ $ I `i,'ID each [ 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 Signature Date Firm Name & Address: TEZas Cor -5 Taxas Reg~on~IRc. 18231 fM 252 ~' 1 man ntoni rFxaS 7826(0 SEALifCorporation Phone:(21o) X53 - IboO I - 800 - 922 - 4'162 :WnID53 1A\I 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-I or AEP (See attached). Bids are to be in cost (in dollars) per gallon, delivered to, Ken County Texas Work Sites. 2. Bid Form: Type Bid Unit Cost CRS-2h $ .s77s /Gallon or HFRS-2 $ .szoo /Gallon SS-1 $ .szoG /Gallon or AEP $ .7G7s /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 15, 1999. ignature SEAL if Corporation 03 /04/9R Date Firm Name & Address: ERGON RSPHALT 8 Eh1ULSI0N5, INC. 823 CONGRESS R1/ENUE, SUITE 618 RUSTIN, TEXRS 78701 Phone:(51 z) ass - szsz WnID53 Sh~l 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 BID /Gallon or HFRS-2 $ 0.7855 /Gallon SS-1 $ 0.7855 /Gallon or ~p $ NO BID /Gallon PRICE IS BASED ON 5,000 GALLON MINIMUM LOAD. DEMURRAGE -FIRST TWO HOURS UNLOADING TIME FREE, THIN IT WILL BE $40.00 PER HOUR. 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. Signature FEBRUARY 24, 1998 Date Firm Name & Address: TEXAS FUEL & ASPHALT CO., INC. P.0. BOX 9605 CORPUS CHRISTI, TX 78469 SEAL if Corporation Phone:(517 289 - 1707 ~tiEnuss.snrVi EMULSIONS SPECIFICATIONS AND BID FORM 1. 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, Ken County Texas Work Sites. 2. 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 15, 1999. ~~~' Signature Firm Name & Address: SEAL if Corporation 2/27/98 Date Koch Materials Co. 701 Rra2nc Snito LQ~ Austin TX 78701 Phone: (512) 476 - 951G ~`nu>sssana EMULSIONS SPECIFICATIONS AND BID FORM 1. 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 $ tiv /3~p /Gallon or HFRS-2 $ NO I~iI~ /Gallon SS-1 $ No Rio /Gallon or t+ AEP $ . k 9 /Gallon ar=A,N sHf,ST~r~n~v(. EPR i PRiM~ Fo4 AEp. L=PR1 _-"Ri~ I ~Q AGE' AS AdYe.Ril!@4 ~N '1TIar' AtT.OiGR-@'4 SA~za/k.• -4~ECYI$ftW. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March I5, 1998 and be in effect until March 15, 1999. 339' Si a Date Firm Name & Address: E~• (~/t}pt/SIv.V iNG.. N8i18 6u~ su rer ~~o tJZI^L.V, 'rfc ~7 Ca? SEAL if Corporation Phone:~/9,1 6 ~ - / y Z 1IJn[US1.SAti1 Section I -Component Data CMarkd Cornpossenb CAS. Nussber % Wf Petroleum Resin 64742.047 60 Asphalt CemenT 805242-4 5 Emulsifiers & Water 35 Section II -Physical Data eoay Poinr (-F) 2Ir Vapor Prenrxe (mN1G 20 °C) Svne of water Wpor OerrN (AIR-)) SmrB a water SoxCery h VWrer Readry f%ipersde SpecMlc GroNty (rd) - 1) Approx 1 Percent lbloth DV Wlrro Len Ttxxr d5~ O 25'C Ev~ordlve Rote (Etrryl Ether-I) Some awoter PH hfomglbn SS - 7 5 Appearance and Odor Sown Color No Ogxtkxwbb Odor NFPA CLASSIFICATION 0=LFJiST 1~SLIGHi 2-MOOEM7'E 3=HIGH 4.EXTAEME HFJU.TH1 FlREO REACTIVfTYO Section III -Fire & Explosion Hazard Data FLASH POINT ('F): 4(]0°MeMOd Used: C.O.C. FIAMMA&LI11' LAARS l%VbI): N/A LEL N/A UEL: N/A AUTO-IGNRION TEMPER41IH2E CF): N/A EXTYJGl115HING MEDIA: C02, Foam. Dry Ctrernicd, Woterspray SPECIAL FIRE-FIGMMG INSrRL1CTKJNS: None UNUSUAL RRE AND E%PLOSION HAIAROS: Dense Smoke Pre Flgnters shall wear seKCOnrohed breaMnp appaoha. Section IV -Reactivity Data $TA&LIIV CCasdtbro to Avoid); None tNCOMPATI&LITV (MaterbE to Avoid): Shang oxlORers such as Hytlropen peror4tle. bromine !* chromb «id. HA7ARDOUS DECOMPOSITION PRODUCTS: Carbon monoxide. Aldehydes and carbon dbzide ham burnhg. Oxide3 of Nihogen and surtax may dso be produced. HA)ARDOUS POLVMERVATION: N/A Section V -Health Hazard Data PRIMARY ROUTE(S) OF ENTRY: Skh co~t«t, irYwksfbn, hgestbn. aFSas a E)vwuss: IOhGIaIloO: Probrged exheme exposure to hbh coneenhatbns of met may cosae txo«hial a lure kmatbn. aas•~ IARC ras determined the 17afe ob shWOr M those under me elassHbatbn CAS number 60742-047 may cause carcinogeNC enacts h bbaday animals iMOUgh drect co~t«t with their skh for bog periods Of tkne. Our emulsified base oAS. properly handled as outNned in the MSOS. Ore not expected so have any harmful effects to humors. Ew aetieef. May cause mild untatbn. May cause eritation of the digesiNe hart. Ea7oeO.Ym91: ChenYCal OSHA l4L ! Har/tWA HR IASC Carnponeree erp/rre Om0/m+) UpeA lWea q rrrr 6 .2 NO rq MFierd Section VI -Emergency & First-Aid Procedures INHALATION: M a krge amount of rtrt b irrioled. move exposed person to hash ai and can a phykian. SKIN: M skh heCar)Be wet, worn e>rposed area whh soup and wrier. EVES: K eye contoet «cus, hush eyes wOh water for TS mkxdee. - MIGESRON: N swabwed, do not kxklce vomlflng. CaIINO'siolan hvrtedlatMy. Section VII -Special Handling Informatloln VENIS/eION. Ua kxd e>a~arr ar aulbn venrbtbn l expoaxs exceed rM oemYnCle kro. RESgaATOrar PROTEO1gN: ue rAOSMq~piaved iBykalar r« aanlalorr r asererwpn+e b art occur PROTEC7NE cLaTHmc: Prsvgrt probrgeacmtacrdlan wlmd and clean espaeo Ltr+aroa wim eocp and war«. EVE PROTKTION: Crerr.caFrype 0000les ar ran sNeltl srorid lx useo m sWmhas ro me eyes may xcur. Section VIII -Spill, leak & Disposal Procedures ACTKJN TO TAKE FOR SPILL (USE APPROPRIATE SAFETY E9UIPIlAEND: Absorb h venNeulte, drY sand, earth. a aknla materld and dSPae h a secured sorutary bndflp. WASTE 01SPOSAL METHOD: Mdend 6 not Cb55iIIBd OS d fsozordorn wosrB. Section IX -Special Precautions/Additional Information PRECAUTIONS TO BE TAXEN IN HANDLING AND STORAGE: Do not use near sources of pnitkxs such as flames a sparks. Avoid Probnged brealtvng of vapors. Avoid strong oxid'¢ers. Launder contamhated cbttung before resae. D.O.T. INFORMATION: Hazardous MdeAOI Proper Shipping Name: N/A Flotad Coss: N/A k]enfllkatbn Number: N/A EPA Hozardas Wasre Number: N/A Additiond Information: Preparatkxu should be mode f0 protect product ham heezing. The hfartwtion contained herein was obrahed ham sources we believe to be resoble. However, ftxj infamatkm a provided wehosrt wananty, exlxess a implied. Becatae the hmdlhg, storage, roe and d'sposal d the product are beyond our contrd. we do rot assume resPOnslbiYry arw expressly dfsClarn eobify fa ba. damage a expense ham the tsandirq, storage. use a dLSpoxd of the product. Prime "Envbomnertegy Sete" Duet Cant Curing Sesl 74DOT MPROVED "ipCE" Eraion Cantr GEORGEGAYLE EPRII/Houston, Inc. Off. p13) 626-14• 4848 Guiton, Suite 110 Faz p13) 626-53. Houston, T% J7027 Pager p 13) 607-36< EPR-1 Prime ' 1993 Spec ificationa SPECIAL PROVISION TO ITEM 300 ASPHALTS, OILS AND EMUL,SSONS For this project, Item 300, "Asphalts, Oils and Emulsions", of the Standard Specifications, is hereby amende4 with respect to the clauses cited below and no other clausac or requirements of this Item are waived or changed hereby. i Article 300.2. Materials, Subartiele (4) Emulsified Asphalt is supplemented by the following: Type. trade. Slow Setting. PCE. Descziotion. PCE shall be a slow Curing anionic Or cationic emulsion of a petroleum based material in water. The supplier must state whether the material supplied is cationic or anion ic- PCE may be used for the following purposes: priming of base 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 Co achieve the decired concentration of residual. The fallowing maximum rates may be used as guidelines. Use Priming of Base Materials Curing Seal Erosion Control Recommended Maximum Dilution Aats (1) part PCE to (3) parts water (1) part PCE to (3) parts water (1) part PCE to (7) parts water P o erties Y.ih Max viscosity, Saybglt Furol, Sieve Test, t Miscibility Residue by Evaporation, ; Teets on Residue from Eva FlasF. Fpint, C.O.C., (Cinematic Vis coS ity, 25C, sec. by WC.** Porat ion C 60 C, cst 10 100 0.1 Passing 60 200 100 350 • Miscibility shall be det¢rmined in accordance with ASTM D244, excepC the dilution shall use 350 ml of disc filled or deionized water and a 1000 ml beaker. 1-2 300---002 11-93 ' "~ Residue by Evaporation shall be determined according to ASTH D241, except that the sample shall remain in the oven until foa:oinq ceases, then ccoled and weighed. Each shipment of PCE destined !or use on a Depaztsnent project cha11 be accompanied by the following: 1) a copy of a laboratory report, from an analytical laboratory approved by the Engineer, signed by an authorised laboratory off ieial, indient inq that the material, ae rapreeeated by the preducer'a currant ingredients and formulation, does not meet any of the charactaricticc ofi a Recouroe Conaexvation and Recovery ret iRCRA) hazardous waste. (Any change in product ingredients or formulntion will require retesting.), 2) a certification from the producer, signed by an authorized company official, ctatinq that the pzeduct formulation supplied conforms to that tasted by the analytical laboratory, and that no listed RCRA hasardvua waste or Polychlorinated Biphanyla (PCE'a) have been mixed with the prcduct, and 3) a Material Safety Oata Sheet for the product. 2-2 300---002 I1-93 PROPOSAL. TO KERR COUNTY ROAD & BRIDGE. DEPARTMEN'h 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 the above captioned road construction; that he has carefully examined the form of contract, instructions to bidders, profiles, grades, specifications, and [he plans therein referred to, and has carefully examined [he locations. conditions and classes of materials of [he proposed work; and agrees [hat he will provide all necessary machinery, tools, apparatus, and the other means of constmction, and will do all the work and furnish all the materials called for in the requirements of [he Roads Administrator as therein se[ forth. [t is understood that the following quantities of work to be done arc approximate only. and arc intended principally to serve as a guide in determining [he lower bidder It is understood that the quantities of materials to be furnished may be increased or diminished as ma}' be coasidcrcd nccessa.-y, in [he opinion of the County Engineer or County Road Administrator, to complete the work Cully as planned and contemplated, and that all quantities of work, whether increased or decreased, arc to be performed at the unit prices set forth below except as provided for [he specifications. bids. It is understood that the Kerr County Road & Bridge Department reserves the right to reject am and all SPECIFICATIONS AND BID FORM Specifications: Base matenal 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 m cos[ (in dollars) per fair, F.O B Plant. Bid Form. C H,..r U,,,,l N,il,~.. ~o~t F_ O B Plant Grade I Grade 2 _ Type A $ Ne B+n /C Y $ No Rtp_/C Y Type B`~C R u SN E O ~~ $ ~ ~_~_/C Y $-3- i /C Y {'rl++Me p,~ ll.+~ ~` Cr I --------_----- ---- __ ~ -- -----_ --- Yam ~ y J I do hereby certify that l have read the attached Special Instructions to Bidders and pnces quoted are for material F O. Plan[, and that prices quoted herein are to begin March I S, 1998 and be in effect until arch ~S, 19 Stgnauire Firm Name & Address SH:AL if Corporation Phone AA [ate1 f i-;twr Otis 'rw.+: oYt _-- (3ox SS~-Z .1N I`z w. 1 7~ 725 __ ~~isiosz..c.i PROPOSAL TO KERB 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 restrain[ of free competitive bidding in connection with [he contract for the above captioned road construction; [hat he has carefully examined the form of contract, instructions [o bidders, profiles, grades, specifications, and the plans therein referred to, and has carefully examined [hc locations, conditions and classes of materials of the proposed work; and agrees [hat 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 [he Roads Administrator as [herein set forth. It is understood that the following quantities of work to be done arc approximate only, and arc intended principally [o serve as a guide in determining the lower bidder. [[ is understood that the quantities of materials [o be furnished may be increased or diminished as may be considered necessary, in [he 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 [o 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 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 $ tvo BID /C Y. $ No am /C Y. TypeB $_;; a.75 /C.Y. $ 4.75 /C.Y. I do hereby certify that I have read the attached Special Instnrctions 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 l5, 1999. Gc Sig lure Firm Name & Address: SEAL if Corporation Phone. 3--5-98 Date KERR MATERIALS CO. PO BOX 1272 KERRVILLE .TX__ (83Q-257 -8511 .~unIDS2 S:AAI 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 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 m Table 1. Additives, such as, but not limited to, lime, cement or fly ash, shall no[ 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 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 quamed aggregate, sized by crushing and produced from a naturally occurring single source. Crashed 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. TABLE 1 PHYSICAL REQUD3EMENTS GRADEI GRADE2 GRADES Triaxial Class I:Min. Triaxial Class 1 to 2.3: Triaxial Class- compressive strength, Min: compressive strength, Unspecified psi: 45 at 0 psi lateral psi: 35 at 0 psi lateral pressure and 175 at IS pressure and 175 at IS psi psi lateral pressure lateral pressure Master Grading Master Grading Master Grading 7/8" 10-35 1?/." 0-10 I '/," 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 .......... 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 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 1?/," .... .. 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 PT ..... 12 Notes: L Gradation requirements are percent retained on square sieves. 2. When a magnesium soundness value is shown on the plans the material will be tested in accor- dance with Tes[ Method Tex-411-A. 3. 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 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 agreement, participated in any collusion, or otherwise taken any restraint of frce competitive bidding in connection with [he 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 [o, and has carefully examined the locations, conditions and classes of materials of [he 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 [he requirements of the Roads Administrator as [herein set forth. I[ is understood that [he following quantities of work [o be done are approximate only, and are intended principally to serve as a guide in determining [he lower bidder. [t is understood that the quantities of materials to be furnished may be increased or diminished as may be considered necessary, in [he opinion of the County Engineer or County Road Administrator, to complete the work fully as planned and contemplated. and [hat all quantities of work, whether increased or decreased, are to be performed a[ 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 [o 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 Grade 1 Grade 2 Type A $ 6.00 /C Y $ 6.00 /C Y. Type B $ 6.00 /C Y. $ 6.00 /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 m effect until March 15, 1999 March 5, 1998 nay re ~ Date Firm Name & Address: Henr Griffin Construction 709 9nolcey Mtn. I?r. Kerrville, TX 78028 SEAL if Corporation Phone: (830)257-5647- n~istosz.s.t~i Texas Department of Transportation STANDARD SPECIFICATIONS FOR CONSECUTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES 1993 (Later years nre 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 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 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 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 determflred 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 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 irr 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 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 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 with [he contract for the above captioned road constmction; that he has carefully examined the form of contract, instructions to bidders, profiles, grades, specifications, and the plans therein referred to, and has carefull}' 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 Roads Administrator as therein set forth. [t is understood that the following quantitics of work to be done arc approximate only, and are intended principally to serve as a guide in determining the lower bidder [[ is understood that the quantities of materials [o be famished 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 quantitics of work, whether increased or dccrcased, arc [o be performed at [he unit prices set forth below except as provided for the specifications. [[ is understood [hat the Kerr County Road & Bridge Department reserves the right to reject anv and all bids. SPECIFICATIONS AND BID FORM Specifications: Base material shall conform to the requirements in 1993 Texas Higltway 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. BidFotm: Red Rose Ouarry Oehler Ouarry Wheatcraft Pit Cypress Creek Rd, Highway 479 HA7Y 173 F.O.B. Plant Grade 1 Grade .2 Grade 2 Grade 2 Type A l~" $ N/A $ 4.44/ TOT] $ 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 I5, 1999. Signature SEAL if Corporation Firm Name & Address: Phone MARCH 6, 1998 Date WHEATCRAFT, INC. P 0 BOX 68 KERRVILLE, TEXAS 78028 (830) 895 - 3030 A~e~ns2sn~~ 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 agreement, participated in any wllusion, or otherwise taken any restrain[ 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 [he plans therein referred [o, 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 Roads Administrator as therein set forth. I[ is understood [hat the following quantities of work to be done arc approximate only, and are intended principally to serve as a guide in determining the lower bidder. It is understood that the quantities of materials [o be furnished may be increased or diminished as may be considered necessary, in [he 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 Depariment 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: F.O.B. Plant Gr de 1 Grade 2 Type A $ ~ /C.Y. $3 % /Cruz. ~« f"~ Type B $ /C Y. $~C Y. [ do hereby certify that I have read the attached Special Instructions to Bidders and prices quoted for material F9- BJ Pl and that prices quoted herein are to begin March 15, 1998 and be in effect unfit March t5,~9yg'~/1 ~~~~ mss- 9 ~' Signature Date Firm Name & Address: ~~,,~ ,,, ~ T s c _~ ~c 1.^~ 22S 2 N fd kr-.-~ llc- T~ -lSof3 SEAL if Corporation Phone. (~30) 89 ~o - L 70Co ANBIDS2 Sabl 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 hr confonnity 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 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 ur Type A material. (c) Type B. Type B material shall be croshed 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 croshed faces as determined by Test Method Tex-460Part 1 (e) Type D. As shown on the plans. TABLE 1 PHYSICAL REQUIREMENTS GRADEI GRADE2 GRADE3 Triaxial Class 1:Min. Triaxial Class 1 to 2.3 Triaxial Class- compressive strength, Min: compressive strength, Unspecified psi: 45 at 0 psi lateral psi. 35 at 0 psi lateral pressure and 175 at IS pressure and 175 at I S psi psi lateral pressure lateral pressure Master Grading Master Grading Master Grading 1'/a" 0 2-Yz" 0 2-'/2" 0 7/8" 10-35 1?/e" 0-]0 I?/e" 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 P[ 10 Max Pl . 12 Max PI 12 We[ Ball Mill Wet Ball Mill Wet Ball Mill Max .... 40 Max ..... ... 45 Max ... 50 Max increase m 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 '/e" 0 1?/<" .. 0 the Plans No.4 45-75 No 40 50-85 No. 40 .... 50-85 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-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)". 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. MEETING DATE: March 9. 1998 OFFICE: Road & Bridge Department TIME PREFERRED: SUBJECT:(PLEASE BE SPECIFIC): Consider addendum to Standard Kerr Count~General Conditions to Agreement Section 2.11 EXECUTIVE SESSION REQUESTED: YES NO XX PLEASE STATE REASON: Consider addendum to Standard Kerr County General Conditions to Agreement, Section 2.11 .,ESTIMATED LENGTH OF PRESENTATION: 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 8 552 of the Government Code is as follows. Meetings held on first Monday: 5:00 P. M. previous Monday Meetings held on Thursdays: 5:00 P. M. previous Thursday THIS REQUEST RECEIVED BY: THIS REQUEST RECEIVED ON: All Agenda Requests will 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. -- Memorandum TO' Commissioners' Court FROM: Franklin Johnston, P.E., County Engineer DATE: March 2, 1998 RE: Addendum to Standard Kerr County General Conditions to Agreement, Section 2.11 items put out to bid. 2.11 WARRANTY -Contractor affirms that he has reviewed in detail the Plans and Specifications, the Special Conditions, and all other documents relating to the design and construction of the work and warrant that there are no design defects and that the work can be completed as called for in those documents. Seller further represents and warcants to Buyer that the occurcence in or use by the goods containing computer code of dates on or after January 1, 2000 (Millennial Date"), will not adversely affect the performance of such goods with respect to date-dependent data, computations, output, or other functions (including, without limitation, calculating, comparing, and sequencing) and that such goods will create, store, process, and output information related to or including Millennial Dates without _ ercor or omissions and at no additional cost to Buyer. At Buyer's request, Seller will provide evidence sufficient to demonstrate such goods meet the foregoing. (To expire 1/1/2000) _µ ~ 2.08 PRELIMINARY APPROVAL. No failure or omission of KERB COUNTY to discover, object to or condemn any defective work or material shall release the CONTRACTOR from the obligations to fully and properly perform the contract, including without limitations, the obligation to at once tear out, remove and properly replace the same at any time prior to final acceptance upon discovery of said defective work or material; provided, however, that KERB COUNTY shall, upon request of the CONTRACTOR, inspect and accept or reject any material furnished. Any questioned work may be ordered taken up or removed for re-examination by KERR COUNTY prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re-examination and replacement to proper specification shall be borne by the CONTRACTOR, otherwise the expense incurred shall be allowed as EXTRA WORK, and shall be paid for by KERR COUNTY. 2.09 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by KERR COUNTY as unsuitable or not in conformity with the spedfications, the CONTRACTOR shall, after receipt of written notice thereof forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.10 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that KERB COUNTY may make such changes and alterations as KERR COUNTY may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance and Payment Bonds. If the amount of work is increased, and the work can fairly be classified under spec~cafions, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, otherwise, such additional work shall be paid for as provided under Extra Work. 2.11 WARRANTY. Contractor affirms that he has reviewed in detail the Plans and Specifications, the Special Conditions, and all other documents relating to the design and construction of the work and warrant that there are no design defects and that the work can be completed as called for in those documents. S peciel Instructions & Gencral Conditions Pagc 7