ORDER NO '~E945 APF~ROVE PIDS RND ACCEPT RECDMENDRTION RORD RND BRIDGE DEPRRTMENT On this the :6th day of March c00i, upon motion made by Commissioner Let z, seconded by Commissioner Williams, the Co~_irt uanimously approved by a vote of 4-0-0, to accept r•ecomendation of Road R Gr-idge Deptartment and award the bids for• various items in the pr^iority order r•ecomended, s~..ibject to the law in procurement, and that Mr•. L~_tcas and Mr. Odom consult and make s~_~er• that all legal r•equir•ements ar•e satisfied. COMMISSIONERS' COURT AGENDA REQUEST -- PLEASE FURNISH ONE ORGINAL AND NINE COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT. MADE BY: Leonazd Odom, Jr. MEETING DATE: Mazch ~ 2001 OFFICE: Road & Bridge TIME PREFERRED: SUBJECT: (PLEASE $E SPECIFIC) Consider deRaztmental recommendations for azmual bids on Cold laid asphalt Base Material A~reeate Emulsion. Culverts and Equipment by the Hour. EXECUTIVE SESSION REQUESTED: (PLEASE STATE REASON) NAME OF PERSON ADDRESSING THE COURT: Frattklut Jolutstott/Leonard Odom, Jr. ESTIMATED LENGTH OF PRESENTATION: iv minutes ,-- IF 1'EKSONNEL MA l"CER- NAME OL^` l,Ml'LOYL,E: Time for submitting this request for Court to assure that the matter is posted in aceordance :vith Title ~, Chapter 55 i and 55~, juvernmeni Code, is a (ittiows: Tvlccting scheduled Cor Mondays: ~:D(i F.M. previous Tuesday TiliS REQUEST RECEi`vED BY: THIS REQUEST PcI:CEI`v'b'D ON: All Agenda Requests v~,nll be screened by the County Judge's OfFee to deterrnirte if adequate informatio.^. has been prepared Cor the Cuurt's Cortxtal consideration and action at time of Cuurt iVfeetings. Your woperaiion will be appreciated and contribute ±owards year request being addressed at ?he eazlies*. opportunity. See z'.gtttda Rcqucst Rutc Adupiui by Cuuunissiun:;r~ Cuurt. Franklin Joluiston, P.E. County Engineer Leonard Odom. Jr. Roed Administrator Truby Hardin Administrative Assistant Iva Gass Saretary Kerr County Road & Bridge 4010 San Antonio Hwy Kerrville, Texas 78028 March 19, 2001 The following aze my recommendations on annual bids. Hot Mu-cold laid asphalt concrete pavement 1. Smyth Mines 2. Vulcan .--. Base Material (recommended due to location) Type A (Crushed Limestone) 1. Wheatcraft's Red Rose Pit 2. Reeh 3. Masters Construction Type B (Uncrushed Gravel /Pit Run) 1. Wheatcraft's Red Rose Pit 2. Rountree 3. Wheatcraft's Hwy 173 Pit 4. Bedrock Type C (Crushed Gravel) 1. Rountree 2. Bedrock Equipment by the hour with operator Telephone:830-257-2993 FAX: 830-896.8481 Email: kaoads®lac.oom 1. Schwarz ($345.00 per how) 2. Bobby Jenschke ($475.00 per how)* 3. Edmond Jenschke ($406.00 per how) *I think going with this contractor as 2nd place is more cost effective, I will get more productivity due to larger equipment. '- Paving Aggregates Type B (CYushed Gravel, Crushed Stone or Natural Limestone Rock Asphalt) I. Bedrock 2. Wheatcraft 3. Smyth (Due to location in Uvalde) 4. Drymala (Does not have Crushed Rock) PB 1. Smyth 2. Vulcan Traprock 1. Vulcan Corrugated Metal Pipe 1. Walters 2. Texas Comigators Emulsion 1. Ergon 2. Koch 3. Champion (see attached) If you have any questions please call me. Thank you, Leonard Odom, Jr. Ftanldin Johiuton, P,E. camty Engineer Leonard Odom, Jr. hoed Adminishator Truby [iardin Administrative Assistmt Iva Gass Secretary Kerr County Road & Bridge 4010 San Atrtanio Hwy Kerrville, Texas 78028 Mazch 19, 2001 Telephone: 830.257-2993 FAX: 830-896-8481 Email: kaoadsa~Racom Notes on references for Champion Oil. City of San Antonio could not give reference. Champion has only been on board since October and they have already had some good and some bad experiences with them Champion cut them off because the city owed them $1,000 (a load of oil costs approx. $3,000). Bexar County could not give good reference. They have had problems and have some concerns about Champion TX DOT in Brownwood could not give good reference. Per one source they have had problems making the oil stick. Per second source they recommended checking viscosity of oil for each load. Per second source they check the viscosity with a hand held device and do not accept the oil on occasions. He stated that if the oIl does meet standazds they are at the bottom of the standazds. City ofHelotes could not give good reference. They said Champions (RE.L.) work was not satisfactory. Cummings Pavement could not give reference. He said his last 3 loads of oil were bad. The following is a history of the problems with oil from Champion Date Cold Gallons Short Hours Late Gallons Overbilled Notes 04/27/gg X 150 1.5 05/19/99 05!20!99 05/21/99 X _ X X - 1 Leakin oil Pump leaking & No reverse on pump causing large amount of oil spilled on round when thru unloadin Overbilled, did not honor noted rice. 06/17/99 X 06/25/99 06/28/gg 07/01/99 X 150 300 0.5 1.5 Valve was o en on trans ort tank & leaked. No um .Had to ull oil 1 load at a time. 07/14/99 X 828 07/23/99 100 08/06/99 X 08!10199 X 100 08/17/99 X 08/19/99 X 0.75 08/24/99 X 08/25/99 300 08/26/99 X 09/28/99 X 150 09/29/99 100 09/30/99 10/22/99 1 765 Bad oil. Came out in strin Sent back 765 allons. Still of billed for it. 11 /18/99 2.5 11/19/99 X 300 11 /22/99 X 400 \!. 300.2 TABLE 8 CATIONIC EMULSIONS Rapld fkWn[ MMlum 9eWry 81u~8etOnt Type.CMe CP9-3 CR4A CMS-i CA59-iu (9Sl C84-Ih ~b Mln Mn[ Mln Mu Mlo Men Mln toe Mlo Mee Mln Mu Y iry, Syboh Fuel u n F, eec - - - - 70 100 ]0 100 .1 III F, ea 150 [00 ISO [Ofl 100 000 100 300 - ScsTat>< - 0.10 0.10 0.10 0.10 O.IO 0.10 Cmzm Mivi[, F - - - - - 3.0 i.0 Drm.I.bJip. SS m10A pr.rsa .otiw dionyl eWfwu>vr~c, >< tl b Slap: Sub0iry, 1 d.y, F - 1 I I ~ I 1 1 Catiu[ Abi0ry .d W.ur Pauu~: Cnliot. dry uttm[e~e - - - [w5 tm5 Cauo[, Ncr M.Yint - - f.'v fw ~ - - Cati.t, wa eMm4u - - - - l.'v f.'u - - Cativt, Ncr eP•Yint - - - f.u 6'v Puticie Ch.r[e Tat paitic paitic pai4.c po.itiK paiYw paiti.c anul.am rm~: Purim M D'utiWUaq S h' n 65 65 65 65 GD l0 Oil Di.tiWlc. F H voles d em~Liw IR IR ] 5 IR IR Tau m Ruidm fpm D'udll.tim: Rrclntim el TI F, 100 4 3 .x IID I67 90 I10 IZl 300 l00 131 1b0 A 110 SdWiliry wTmLlwwSylac, 9]S 9].5 9'!.5 9].5 9]3 - 91.5 P tililY al'I1 F. 5 adndg m. 100 80 IOD - - - 100 p Kerr County Road 8 Bridge Attention: Iva Part Rta. Qescriptiort 28000 Rheometer Hand Operated Model 280 28055 Cup Sample, M'odet 280 Rheometec 28080 Case Model 280 Rheometer, Plastic Total. EquipmenT Value ~~pM ~ax~n U Fann Instrument Company Quf3te: DA-1603 C11tarrtityc UrtitPrfce TotatR,rice = 1 $ 1,435.00 $ 1,435.00 i $ 14.35 $ 14.35 1 $ 182.40 $ 182.40 $ " 1,61.75 Quotation valid for 90 days Freight terms: Ex-Works,. Fann. Warehouse, Ho}~ston Payment terms: Net 30 Days with Credit Appro al We also accept VPsa, Mastercard, Rmerican Ex4ress Delivery: Stock to 2 weeks Prepared by: Q.R. (DickjRttison Fann Instrument Company P Q Box 4350 Houston, TX 77210 i6 Mar-01 Phone: 281 87i 4481 Fax: 281 87't 435B Email: dallison~fann.com Please visit our Website: wwW.fann.com ~J Rodriguez Engineering Laboratories April 4, 2000 Mr. Frank Johnston, P.E. County Engineer Kerr County 4010 San Antonio Highway Kemille, Texas 78028 RE: Sealcoat Problems Dear Mr. Johnston: C~Op~ On Friday, March 24, 2000, I visited with you and Leonard Odom, County Road Administrator, regarding some of last year's sealcoat projects on which you are losing rock. We looked at ali three of the problem projects plus some of your other jobs which are performing satisfactorily. -~ You indicated the three problem projects were done with CRS-2 from a new supplier, which might indicate there was a problem with the asphalt. It is possible that asphalt variance from ..-. specifications could be part of the reason for the rock loss. In my opinion, the three most likely asphalt problems are low emulsion viscosity, low asphalt content and a residue that is too hard and brittle or poor quality. Low viscosity can result in the emulsion running to the low areas, which results in insufficient rock inbedment in the higher areas. Low asphalt content will result in lower residual asphalt on the road and lower rock inbedment than intended. Both of these properties must be determined on the emulsion when received. The consistency of the asphalt cement in the emulsion can be determined by its penetration at 77F and the ductility of the residue at 77F is a measure of the asphalt quality. These properties could be determined on the existing asphalt than the roadway, but it is difficult to remove an existing sealcoat without getting some of the underlying material. In other words, it would be difficult to say that results obtained are truly representative of the original asphalt. In order to insure the quaUty of the asphalt you are receiving, I suggest you consider having the material tested. Since you are transferring emulsion directly from the transport to the distributor, you could pull a sample from the transport or from one of the distributor loads at about mid-point of the total transport load. You could sample each transport, but test only on a random basis or test if the viscosity appears to be a problem. A minimum of one quart is required for testing and R is best to have a full container for shipping, i.e., quart cans would be best. The sample of course, pn be taken in a larger container and transferred to quart pns for shipment. Samples need to be tested soon after they are taken, because emulsion viscosity can change with time. The first sealcoat we looked at was Scenic Hilis Drive, which Leonard indicated was done with ,.,.. 0.35 gal./ydZ of CRS-2 and Grade 4 modified trap rock at a rock rate of 1:100. There is moderate shelling out of the rock. The fact that this is a hilly curving roadway means there is more acceleration and braking which Is more likely to cause rock loss. 13806 Dragline Drive ~ Austin, TX 78728 (512) 251-4454 ~ Fax (512) 251-1380 Rodriguez Engineering Laboratories The double seal on Stone Lee Road, which was shot with CRS-2 and Grade 3 and 5 gravel was losing much of the top cover rock. The single seal on Lary Valley Road was done with 0.35-gal./ydz CRS- 2 and Grade 4 gravel at a rate of 1:100. It was losing rock all across the roadway in spots -I noticed it was worse on hills. Further into the job, the mat looked better. At this location, the rock gradation appeared to be finer and the inbedment was greater. We also looked at a double surface treatment over new base using Grade 3 and Grade 5 rock plus CRS-2, which was done in December of 1998. This is a good tight mat, but is beginning to bleed a little. The rock inbedment is high, indicating a heavier overall asphalt rate. We also looked at a sealcoat on Stone Lee Road done with Grade 4 gravel and CRS-2 which you indicated was about seven years old. The mat is good and the rock is well imbedded in the asphalt-probably about 70 to 80 percent depth. Leottard indicated you have had problems with the gradation varying on the gravel you've used for sealcoats. It is difficult to pick a shot rate and rock rate that will work if the gradation varies or is off- spec and I think this is a factor on the gravel seals you're having problems with. - Leonard has done a good job with the gravels, based on the overall success you've had. I believe his decision to go to the Grade 4 modified trap rock is a good one. I also think CRS-2 emulsion is a good material for your area. I would like to see deeper rock inbedment with the Grade 4 modified than I saw on Scenic Bills Drive. Considering these are low traffic roads, with this rock, I suggest a target shot rate of 0.38 gal./ydZ. Obviously, this may need to be adjusted up or down some depending on the condition of the old surface. I suggest a lower rock rate with the Grade 4 modified -about 1:120. This will allow the rock to orient on the flattest side during rolling and initial traffic and will result in overall better inbedment. I appreciate the opportunity to meet with you and Leonard and review your sealmat operations. If we can be of help to you in the future, please contact us. Sincerely, Donald L. O'Connor, P.E. DLO:mjl 13806 Dragline Drive Austin, TX 78728 (512) 251-4454 Fax (512) 251-1380 PAVING AGGREGATES SPECIFICATIONS AND BID FORM 1. Speclficattons: 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. $ids are to be in cost (in dollars) per cubic yard. paving aggregate must be clean and free from dirt and clay. AggregateZhat is not clean will be rejected. All 2. Bid Form BID UNIT COST TYPE GRADE F.O.B. iJNIT B (Crushed gravel, crushed 3 Supplier Plana $ /CY B stone or natural limestone 4 Supplier Plant $ 7.9 0 /CY B rock asphalt) 5 Supplier Plant $ 6.9 0 /CY PB 3 *Kerr County $ /CY PB 4 *Kerr County $ /CY PB 5 *Kerr County $ /CY Trap Rock 3 *Kerr County $ /CY Trap Rock 4 *Kerr County $ /CY Trap Rock 5 *Kerr County $ /CY * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "I.ow Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' dependirtg on the locations of job sites. I do that I ha read the attached Special Instructions to Bidders and that prices quoted herein to , 2001 and be ' effect until Marrh l5, 2002. P~ 3-6-01 Si ~ Date Firm Name: Drymala Sand & Gravel Address: RT. 1 Box 48 Seal in Corporation Telephone: Com ort, Texas 780 3 830-995-2094 ~Op}~ f~ PAVIIITG AGGREGATES SPECIFICATIONS AND BID FORM 1. Specifications: Paving aggregates shall conform to the requirements in 1993 Texas Highway Depamnent 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 and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Fotm BID UNIT COST -' TYPE GRADE F.O.B. iJMT B (Crushed gravel, crushed B stone or natural limestone B mck asphalt) PB PB PB Trap Rock Trap Rock Trap Rock Kerc County = 25 mile radius of Kerrville Supplier Plant $ 8. a5 /CY Supplier Plant $ 8.015 /CY Supplier Plant $ .a5 /CY 3 *Kerc County $ No g11~ /CY 4 *Kerr County $ pl.! gfp_/CY 5 *Kerr County $ fio R1D/CY 3 *Kerc County $ No BID /CY 4 *Kerc County $ tJ0 BID /CY 5 *Kerc County $ No of D/CY Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations aze shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "I.ow Bid" for a paztiwhu job site. This may result in more than one supplier being "Low Bidder,' depending on the locations ofjob sites. I do hereby certify that I have read the attached Special LLmuctions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March IS, 2002. C'~ ~~~4 signature 3-3-cool Date Firm Name: <3EDRoCk MATtRIALS~ LTD. Address: a90- A SAN A r\rrplJlo N W ~~Ftrrt: R POINT, -C' Seal in Corporation Telephone: $30-634- a4 e5 78010 ~'~~' ~ I I ~ I I ~ ~, , I r ~~',~ ., L= l.~ ~ ~ ~ ,,l .1 i~ ~ .i 1 ~ - b I, „ I L, Il .I ^ , ~~ ~~ PAVING AGGREG,p>,TTI,S I' ~ ~. , 1 1 1. ' i 1 ~SPECIFxICATIONS AND BID FORM ~, • I i I 1 I~~ i III ..I ~ ~ ' h 1'.- ~ i A' I I I ~ p.l .11: I: 1. I i ~ l i siL L 1 ,. 1. $pecifications: 4 ill ~; ~~ I ~ 'I f I ` ~~ ' 11 ' 1 F I 1 I',. ~ uirements in 1993 Texas Highway Department form to the re h ll u . b q fpn a Paving aggregates s , Standard Specifications, Item 302 Aggregates for Surface Treatments. All sections apply gxcept 302',5. Bids are to be in cost,~~ diollars) per cubic yard. All paving aggregate I. ~,I, „r, must ba clean, free from dirt and clay. A~gragate that is not clean will be rejected. _ , I `` 2. Bid Form: , BID UNIT CAST ' TYPE i GRADE RO.B Unit ~ r/ ' ' $ $. 00 /CY A (Gravel, crushed stone, natural 3 Supplier Plant ~ ' A limestone rock asphalt) 4 Suppliot Plant $N/~ /CY ~0 /CY i l $ 2 3~~ er P ant • A 5~ Suppl B (Crushed gravel, crushed 3 Supplier Plant $ R .5 0 /Cy 5~g ('i ~ B stone or natural limestone 4 Supplier Plant $ ~„o n /CY 1Ja:~~ B rock asphalt) 5 Supplier Plan(, $ ~O~fCY ~Jg (~ PB 3 * Karr County $ N_LA !CY PB 4 * Kerr County $ N/A /CY PB 5 * Kerr County $ N/A /CY ^ Trap Rock 3 * Kerr County $ N/A /CY Trap Rock 4 * Kerr County, % $ NSA /CY -- /CY Trap Rock 5 * Korr County $ R~~ * Kerr County = 25 mile radius of Kerrville ~' Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shovm in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (See attached). ' Type PB ~ Trap Rock shall moet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifica4ons (See attached). ' Kecr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder," depending on the locations of job sites. 1 do hereby certify that 1 have read the attached Special Instructions to Bidders and that prices quoted herein era begin March l5, 200Q and ba in effect until March 15, 2001. to ` ` - Si na ur V Data ' ^ - Firm Name & Address W hP ~Cx'G.~~r ZnG - SEAL if Corporation Phone (Rio) 89S-3o3o PAVING} AGi(~B.EG~ATES SPECIFICATIONS AND BID FORM . 1. Specffications: Paving aggregates shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 302 Aggregates for Surface Treatments. Ali sections apply except 302.5. Bids are to be in cost (in dollars) per cubic yard. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID UNIT COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed 3 Supplier Plant $ 7.95 /CY B stone or natural limestone 4 Supplier Plant $ 8•y5 /CY B mck asphalt) 5 Supplier Plant $ 7 •'f5 /CY PB 3 *Kerr County $ l8• ~•5/CY PB 4 *Kerr County $ 1 Q• ~S /CY PB 5 *Kerr County $ / .~ /CY Trap Rock 3 *Kerr County $ i1//8 /Cy `. Trap Rock 4 *Kerr County $ ~7~/Cy Trap Rock 5 *Kerr County $ ~/Cy * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB R: Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine dre "Low Bid" for a particular job site. This may result in more than one 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, 2001 and be in effect until March 15, 2002. Signa~~~ ~ e Firm Name: sIYW ~1 /Yll.n25 ~• ~. P Address: .SQL ~~202 200 F nJopQG 5f l.(Va.(dLgo x Seal in Corporation Telephone: ($3pZ$q/_0'7~'7 PAVIIITG A(~GiSE(~TElS SPECIFICATIONS AND BID FORM 1. Specificatlons: 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 and free from dirt and clay. Aggregate ~ is not clean will be rejected. 2. Bid Form BID UNIT COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed 3 Supplier Plant $ NB /CY B stone or natural limestone 4 Supplier Plant $ ~_/CY B rock asphalt) 5 Supplier Plant $ NB /CY PB 3 'Kerr County $ 22.69 /CY PB 4 *Kerr County $ 22.69 /CY PB 5 *Kerr County $ 22.69 /CY Trap Rock 3 ''Kerr County $ 28.22 /CY Trap Rock 4 *Kerr County $ 28.22 /CY Trap Rock 5 *Kerr County $ 28.22 /CY * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Tntp Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determinc the "Low Bid" for a particulaz job site. This may result in more than one supplier being "Low Bidder,' dependirtg on the locatioac of job sites. I do hcreby certify that I have read the attached Special Instructions to Bidders and that prices quoted here' U/Yb~0(Al h 1ST 1 and be in effect nrrtil March l5, 2002. 0 3/01/01 Signature Pat Wootton, Sr. Sales Representative Date Firm Name: Vulcan Construction Materials, 1P Address: P. 0. Box 791550, San Antonio, TX 78279-155 Sea( in Corporation Telephone: - TERMS: Net 30 Days BASE MATERIAL O~ SPECIFICATIOl~$ AND BID FORM O ^O V 1. Specifications: Base material shall conform to the regtt¢~ements 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 cubic yard. 2. Bid Form BID UNIT COST ' F.O.B. SUPPLIER'S PLANT GRADE 1 GR.9ddE 2 (1'/. down) (2'/ down) Type A (crushed limestone) 0 $~~ /CY ap $ J, ~ /Cy Type B (uncrushed graveVpit run) $ /CY $ /CY Type C (crushed gravel) $ /CY $ /Cy F.O.B. KERB COUNTY GRADE 1 GRADE 2 (25 Mlle radios of Kerrvllie) (I '/. down) (2 Y down) Type A (crushed limestone) 23 $ ~3 ; ~' /CY 3 $~ 3 /CY Type B (uncrushed graveUpit run) $ /CY $ /Cy Type C (crushed gravel) $ /CY $ /Cy Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid' for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I have read the attached Special Instnrctions to Bidders and that prices quoted herein are to begin March I5, 2001 and be in effect until March 15, 2002. 3-8-01 afore paw Firm Name: Addt~ess: 3 0 Seal in Corporation Telephone: A3o- 49~- 587 ~~ I i 1 I i• I .~ `1 ,. ~.i '.: , ..,. ~ I i ~• ,. . , ~ 4. I 1 1-, tli , ~ ~ ', '~~• ~ ,, ., t`I , iS~1•;C~FICATI,O~rTS ANA BIA FORM Ipi ~'; ~ I I I i "' ,.„ a 'I. ~ ~ +o-: ' ,~ h•+ + ~• , +~ ill ~i . ,~ jy 's 1 I .I f F. ~ '1 t ~ I' ~ M I ~ (' Specifications; 'I' + ~ ~ '~ d4 , ~ III ,ii + , ~• ,. ` s Base m~erial shall conform to the requirpments in 1993 Texas Highway Department I. , "~3ard Specifications, Item 247, Flexible Base, Typo A, TypeB (See attached.) Bids are to be in cost (dollars) per cubic yard ( r ,, ~ ,ff s t :.1,. 2. Bid Form: 't :,:.~ .G ~~~'~_,II i I;'~ ,t, .1 ,. {,. .,.' '' ~ . ~ `~~ ~ r I.,., r IY4UI i j I,r,1Red Rose Quarry " ' F.O.B. Supplier's Plant tl . Grade 1 ~ . • Grade 2 t=rade 2 Rock ' (1'/, down) .'. (2'/s down) (3/4" Down) 3"-E ~. 'T'ype A (crushed limestone) $ /CX $7. °-° /CY* ~$B.°-° 1cy* $9.Oc ~ I Type B (uncsushed gravellpit run) $ ~ !CY $ 6.00 /CY Pit Road -Screened Type C (crushed gravel) pit Run $ !CY $_~,~ICY F.O.B. Kerr County Grade'I '. Grade 2 ^ (25 mile radius of Kerrville) (1'/~ dowtQ (2 Y: down) 'See Attached 'type A (crushed limestone) $ (CY :: $ iCY I! Typc B (uncrushed graveiJpit run) $ 1CY ~ ~ $ (CY ,. Type C (gushed gravel) $ 1CY $ ICY I do hereby certify that 1 have read ttte attached Special Instructions to Bidders and that prices quoted herein are to bogie March I/S, 2000, and be in effect until March 1S, 2001. Si na re I^I Date Firm Nama &. Address 1 Y hfl~'Ct'Ct ~ n.G . 02 Y~~ Ua Phone ~ 830 $95- o~ SfiAL if Corporation ~ * Add $3.00 When loaded at HWY 173 Pit. r. 1 . i, I .+1 i. Ih I ' ' 1 ~ .. ' ' 1,, vam: ~~tvurvv i To: Kerr Co. 1' Phone: ' FAx: . , Attn: Kerr County Clerk 1 1, i , + The tollowing is our quote for Freight on Road Base. ;' ~ ~ ~;' i Miles ~! sy" " I '"' 6 3.25 - ~eh~uh~~t ~~~ I I ~; I 10 4.41 S'^r~. c ~ ~_ r ~ ;i' . 15 5.I4 ~ ~ ' ~ !j 20 5.87 , 25 G. 25 ' '~ ', ~ , I' ~ i i' jjljl'n ,I Thank you for giving Whaatcralt, Inc. the opportunity to quote on your project. •. ' i +. ~ i j, ', - JJeryI y ~ccr~~ ~/ , ~ ' ~ +. ,, , ~; + WHEATCRAFTI "+• ~ ~ '' ,,`, ~ n1 , + P.P. BOX 68 ~' I ,,~ t.. I it ,; ' , ,i '~ KERRV[LLE, TEXAS 78029-006$ ' , q 'I~+ I PHONE (830) 895-3030 I+ i ~ I + i ~, ~ j ;.. ; FAX (830 896' 3038~~$ ~ I'; ~ 1 l; r ~ ~ '' ~ .. + i I 1 ~;, r u ~ , i •~ , i. I ~ , ,. I ~ ~.~.~~ i Ifni';} I' i ~'•,~ {~.,;{' III ~ t1t w I~ ,~ ' .'111 i i i i ~ ,~ 1 iI I ' i I 1 1 1i + ' ,. ,, I- , P /:' ;BASE.IVIATERW. ,._, ;$1!F.CI]E) $ /CY $ ~~/CY $~CY GRADE 2 (2 Y, down) $ /CY $~~ ~~J/CY $ /2. ACY Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one 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 herein are to begin Marche/ I5, 2--0~~0---1--and be in effect until March 15, 2002. Signatr ~ -/- pa- to " ' Firm Name:RO U N I (' e P M {~~ f~ /~ ~ ~j Address: S `~ D ~ ~;~ ~,~ P~{~Prr, 1 Seal in Corporation Telephone: R ~~,~ ~' ~ - > 9 ~ g X08. ~3o-4Sq- oq~g ~i~ LoC~t~`oN : 52 ~t0 S. A. ff~y~WRY Z7 F('e rr, T' x C~}CCroSS ~foM Iseri-, ~i~ par ~ r;,;BASE MATERIAL. .. .-.. S)'ECIFI' ~ $ PS, m/per hr. (or equivalent) 930 Loader 9~'~ ek Ln,o1~12 19 P'7 $/~°dper hr. i/ (or equivalent) 12 Ton Flat Wheel Roller $ /per hr. ,t., 12 Ton Pneumatic Roller $ /per hr. 1500 Gallon Water Truck ZOOn G,sLLdN Tnuek /9~d $(~{~/per hr. / Optional bid: Asphalt Distributor $ /per hr. Chip Spreader $ /per hr. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March I5, 2001, and be in effect until March 15, 2002. .~~ ~,~~,) D.~~ .cam, ~ z - z c - o Signature~~~ Date Firm Name: ,~,.~_ ~,~~~,, 1 ~,o~_ /1/ Address: po. Q, v L 9 ~ 19' '~ Telephone: (p,7yJ L] ~-1oS~ 7.,79 - z ~,~'~ / . _`~`' ? Y~,.: ~, a _EM~~l~O1~T~0 ... ., ~J -; .. ~; srECti~iica~f`or~S?n'rtn'B~n~iro>~li~c t: Specificatigns: Emulsion oils shall conform to the requirements in 1993~Texas Highway Department Standard Specifications, item 300, Asphalt; Oils and Emulsions, CRS-2 or IiNI2S=2, and AEP (see attached). Bids are to be in cost (dollars) per gallon, delivered to Kerr County Texas work sites, 2. Bid Form: Type CRS-2 Or HFRS-2 AEP Bid Unit Cost 5 ~ (y ~ /Gallon S _ ;~o _/Gallon S ~ ~~ /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, 2001 and be in effect until March 15, 2002. Signature Date Firm Name: ~~ngwtpta~J tt5~~t~t(-~ t~' ~ix'~S Address:~ ~o ~~t, „ 2 _ Seal in Corporation Telephone: ~/c~ -.~90 - ~D i ~f ~ OAS `~' dcl,t,~ oP ~~~ ~ ~ ~~ MELISSADORAN ~~'t~' ~ wun , suu a rraa ~' ~' ~.bCaN; iry 2n 2Expises ..~~ Vf1Y~p~o~ 9960 Braun Road ~/ San Antonio, Texas ~p~~(~au~ (210) 680-7014 (210) 509-6695 Fax March 09, 2001 Kerr County Commissioners Court Kett County Road & Bridge Department 700 Main Street Kemille, TX 78028 Dear Sirs: Champion Asphalt Products appreciates this opportunity to submit a bid for Kerr County's asphalt emulsion contrnct. Champion Asphalt Products is in its th'vd yeaz of producing asphalt emulsions for the State of Texas ,local cities and counties. [n 2000, Champion produced 1.9 million gallons of CRS -2 and CRS-2h, 1.2 minion gallons of CRS-2P for the Texas Departrnent of Transportation Brownwood District, 300,000 gallons of CRS-2P for Bexar County ,and is currently under contract and producing CRS- 2P for the City of San Antonio and Bexar County. °t The following if a list of customer references: ~ ~ ~' ;1~~ r Frank Rameriz ~~asdr } ~0 `,~ ~ ~~ City of San Antonio t s.°l o /~' ~ ~ •~ ~,~/~ 2;S-ii~~0 3 S9 • S l0O ~,I, • Q ~,.~ ;~'„ a~ ,~ or'"~'`YO"' Jim Mergle C p r° {t~ y~'~ , _„~+ ~ Bexar County Public Works ~ ~°` Ir" ^rpV~ . 3tO33?-3TOIf ~ V ~V Y i~u.3ys- t.70oe.rq~-sM-it~L b°P ~"~' m6lu": ~ay icing ~ ~,'"~ ¢°~ TX DOT Brownwood 3~,~°~ a ~" E`` 915-643-0320 31` 1°t' R~`t+a3ryLO1 ~ l 5~~ .~~~ [f successful on Ketr County's bid I look forward in doing bus"mess with you. Sincerely, ~~ I.ce Crowder President EOEIMIFfV/H ,: . EMZJL`15U~ OYI.tS C , x, skK~~4':.~.'~Ir::,^4.~°*~.~ti't!!tt•.t"~"7l rl'1...%`:~(si,3 SPECCATIONS ANIa BID FORM 1. Specifications: Emulsion oils shall conform to the reguicewents in 1493 Texas Iiighway.Depaitlrient Standaifi ~Specifications,'item 300; Aspha}t, Oils and Emulsions, CRS-2 or HFRS-2; and AEP (see attached). -- Bids are to be in cost (dollars) per gallon, delivered to Kerr County Texas work sites. 2. Bid Form: Type Bid Unit Cost CRS-2 ~ .7300 /Gallon Or AFRS-Z ~ .7300 /GaIIOII ~p $ .ssfie /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prCces q/uoGtreidoherein are to begin Mar+oh 15, 2001 and be in effect until March I5, 2002. v -Y`- ~ ~ ~ 03/06/01 Signature Q ' Date Seal in Corporation Firm Name: Address: Telephone: ERGON ASPHALT ~ EMULSIONS, INC. 11612 RN 2244,BLDG. 1, STE. Z50 RUSTIN, TX (512) 469-9292 78738 _' Lf rnw~,:, 1o-+.{ + , :' ~ ,._. r t > f < n tt~ r + i` Y~ ~ s~Y ,,aa a~SdK' ;J C~ 4~pF ~'4 ~4£ ~ >~ ie,< ~. ~.~ F :~~ ~, ~ $_ ` ,SE ;F.CIF'ICA'TIOS. SS~~ BID FARM 1. Specifications: > ~ es +,{ ~ ~ „~^~--~• Emulsion oils shall conform to"the regwrbtnetrts m 1993 Texas Iiighway;]]epartment Standard Specifications, item 300, Asphalt, Oils and Emulsions, CRS-2 or HFRS-2, and AEP (see attached). 0 Bids are to be in cost (dollars) per gallon, delivered to Kerr County Texas work sites. Z. Bid Form: Type Bid Unit Cost CRS-2 $ .75 /Gallon Or HERS-2 $ no bid /Gallon AEP $ no bid /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are t~o/be~gJin March 15, 2001 and be in effect until March 15, 2002. Signature Date FlrmName: Koch Materials Comoanv Address: 701 Brazos Suite 490 Austin TX 78701 Seal in Corporation Telephone: (512) 236-6705 HOT MIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT ANNUAL BIDS 01!02 TYKE sMYTH MINE$ VGie~AN BEDROCK BLACK AS $22.2D : 1 $58.00 CO p IX $21.9 $2-ir11 $59.00 ~~..~ ~Z _ _ ~~.~ ~OoQ~ 03/1?J01 1 ANNUAL BlD 01!02 ~'v BASE MATEF21Al ~~ HWy 173 I ~e ~ FT 1~ MEA~Ci~r 1 nn ~ TC/ NB : Np BID r~~'O'Q 7 /' ABOVE FOB 25 MILE RADIUS KERFZV~~~~ ~.~~~ ~ 5 ~ 2 ~,~~~ ~ 3 ~' ~ .~ ~ 'L ~3 ~~ ~ C ~ ~ ~ ~'Q'e- o~ R. ~``` /~ ,,~~e K~c~/V a~"°`~. , `^- ~1 031iyp1 ~ 1 EQUIPMENT BY THE HOURS WITH OPERATOR SCrWARZ ` EDMOND'JENSCHKE SPECIFICATIQN MEETS MEETS MEETS POST AGE SPEC COST AGE SPEC COST AGE SPEC CA7 D-6 gOZER $70.00 5 NO $100.00 1 YES $110.00 2 YES SCRAPER $x}0.00 16 ____ YES $100.00 5 YES $110.00 10 YES CA 12G MOTpR 4RADER $7 .00 30 YES $76.00 7 YES $85.00 13 YES 830 OADER $75.00 3 YES _ $80.00 5 YES $105.00 13 YES 12 TON FLAT WMEEL ROLLER $55.00 26 NO $70.00 1 YES NB 12 ON PN UMATIp ROL4ER $55.00 13 NO $60.00 5 YES NB 1500 GAL WATER TR CK $50.00 29 YES _ $50.00 YES $65.00 20 YES ASPHALT DISTRIBUTOR NB __ ~ $120.00 3 YES NB CHIP SPREADER NB $120.00 2 YES NB NB t NO BID t SG1t,.,~ct.r~ ~ 3 ~ ao~~~ ~~e.ti.5~~ F~ 03l12I01 1 PAVING AGGREGATES 1 NB ^ Np BID VULCAN MyTHE ANNUAL BICJS 01102 WHPpTGRA~ pCK $7,95 B BEpR B GRp,~E 'RRY~`LA ~ $8.25 '~ ~-~.45 NB TYPE ~.~--~ $1g2b $ B SUPPLIER PANT NB F.O. NB NB 1825 `CHE ABpVE ARE 3 NB NB NB ' q NB NB NB PB _, 5 NB NB NB PB 3 NB ~~ NB NB CRAP RACK q NB NB NB ~P ROGK 5 NB ~fRA~ ~-- IlE RADIUS OF KERRVILLE a~ 4 AgpVE 25 M `, 0.. ~ 5 ~ ~ ~r ~~ ~ 3 ~~ _~ # C~ ~~, ~M '~ a c ~ ~ 5 vw .~a ~ ~~~ ` ~ ~~ ~ 6 ~ Z ~~~~~^"' ~ . vim` `u^"~ - - ~ ~- ~ \ 4 03t12t01 CORRUGATED METAL PIPE ANNUAL BIDS 01/02 DESCRIPTION WALTE~i3 TEXAS CORRUGATORS 15"ARCM .85 $7.45 18" ARCH $5:8 $8. 5 24" ARCM $7:74 $11.75 30" ARCM $9,70 $14.25 15"COUPLING BANDS $7,00 $11.b0 18" COUPLING BANDS ffi8.00 $13.00 24" COUPLING BANDS $11.60 $16.00 30" COUPLING BANDS $14.50 $19.50 #~ ~ \,v~./Q-~-ems 5 03/12/01 .. • ANNUAL BIDS 01102 dESGRIPtIdN NB ~ NO BID EMUL510NS ~KOCH E~C,ON Lr_o ~~- ~3 03t121~1 COMMISSIONERS' COURT AGENDA REQUEST PLEASE FURNISH ONE ORIGINAL AND NINE COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT. MADE BY: W.R. Hierholzer OFFICE: Kerr County Sheriff s Office MEETING DATE: March 26.2001 TIME PREFERRED: SUBJECT: (PLEASE BE SPECIFIC) Consider and discuss granting extension for receipt of 1tFP'S for new communication system EXECUTIVE SESSION REQUESTED: (PLEASE STATE REASON) NAME OF PERSON ADDRESSING THE COURT: ESTIMATED LENGTH OF PRESENTATION: IF PERSONNEL MATTER -NAME OF EMPLOYEE: W.R. Hierholzxa _~ 2 minutes Time for submitting this request for Court m assure that the matter is posted in accordance with Title 5, Chapter 551 and 552, Govetnmem Code, is as follows: Meeting scheduled for Mondays: THIS REQUEST RECEIVED BY THIS REQUEST RECEIVED ON: 5:00 P.M. previous Tuesday. All Agenda Requests will be screened by the County Judge's Office to determ ine 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 Rules Adapted by Commissioners' Court. BID DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PIPE KERB COUNTY ROAD & $RIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII,LE, TX 78028 (830)237-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: PAVING AGGREGATE ASPHALT EMULSION OII.S CORRUGATED METAL PIPE BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m Mazch 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kerrville, Texas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m, Monday, March 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Sealed Bid for Paving Aggregate or Sealed Bid for Asphalt Emulsion Oil Or Sealed Bid for Corrugated Metal Pipe and Mazch 9, 2001 at 5:00 p.m. "Name and address of Contractor" Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Pazagraph 5.06 through 5.09 (see attached). PAVING AGGB.EGATEB 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 aze to be in cost (in dollars) per cubic yazd. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID UNIT COST TYPE GRADE F.O.B. iJD1IT B (Crushed gravel, crushed 3 Supplier Plant $ /CY B stone or natural limestone 4 Supplier Plant $ !CY B mck asphalt) 5 Supplier Plant $ /CY PB 3 *Ken County $ /CY PB 4 *Kerr County $ /CY PB 5 *Ken County $ /CY Trap Rock 3 *Ken County $ /CY Trap Rock 4 *Kerr County $ /CY Trap Rock 5 *Ken County $ /CY * Ken County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 301.4, Texas Departrnent of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Depattrnent of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I bave read the attached Special Lrstructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March I5, 2002. Signature Date Firm Name: Address: Seal in Corporation Telephone: EMULSION OII.S SPECIFICATIONS AND BID FORM 1. Specifications: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, item 300, Asphalt, Oils and Emulsions, CRS-2 or HFRS-2, and AEP (see attached}. Bids aze to be in cost (dollazs) per gallon, delivered to Kerr County Texas work sites. 2. Bid Form: Type Bid Unit Cost CRS-2 $ , (v ~ /Gallon Or HFRS-2 $ ~ ~ /Gallon AEP $ r .7 S /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that pri~ce~Js quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. Signature Date Firm Name: ~'~~'`Nvt~fa~J A~ R({ C~~x~cz~5 Address: tn', f~t~ r~3r~-, ..,_, 2 ~ . Seal in Corporation Telephone: .~/u - ~ 80 - ~o i ~ ~-I } ~~ ~'' ~3~1C~ ~`'~'i(ZIV ~ r~' C1Ct,~) U~ ~ ~"V1Ct;iC~'~ 2! Y.) I ;.•~~y, . MELISSA DORAN S' ~ '~'~`-_ Notary Public, Stste of Taxes t My Commission Expires €y'~, February 02, Y005 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 (dollars) per linear foot. 2. Bid Form BID UNIT COST Type Design F.O.B. Kerr Connty Road & Bride Yard 15" Arch 1 $ /L.F 18" Arch 2 $ 2F 24" Arch 3 $ /LF 30" Arch 4 $ /L.F 15" Coupling Band $ _/each 18" Coupling Band $ _/each 24" Coupling Band $ _/each 30" Coupling Band $ _/each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March I5, 2001 and be in effect until Mazch 15, 2002. Signature Seal in Corporation Firm Name: Address: Telephone: Date Champion 9960 Braun Road San Antonio. Texas Asphalt Products ~z;o; 680.714 (210) 509-6695 Fax March 09, 2001 Kerr County Commissioners Court Kerr County Road & Bridge Department 700 Main Street Kerrville, TX 78028 Dear Sirs Champion Asphalt Products appreciates this opportunity to submit a bid for Kerr County's asphalt emulsion contract. Champion Asphalt Products is in its third year of producing asphalt emulsions for the State of Texas ,local cities and counties. In 2000, Champion produced 1.9 million gallons of CRS -2 and CRS-2h, 1.2 million gallons of CRS-2P for the Texas Department of Transportation Brownwood District, 300,000 gallons of CRS-2P for Bexar County ,and is currently under contract and producing CRS- 2Pfor the City of San Antonio and Bexar County. The following if a list of customer references: Frank Rameriz City of San Antonio 210-335-0700 Jim Mergle Bexar County Public Works 210-359-3100 Randy King TX DOT Brownwood 915-643-0320 If successful on Kerr County's bid 1 look forward in doing business with you. Sincerely, ~~~ Lee Crowder President EOE/M/F/U/H 1 ~~. ~'~ ~~s ~~ ~~~ ~ ~~~~ ~~ L ~ ~~~ ~~ ~~'P~ ~G~ o ..UISh;Bt~r ~R' hl~~ ~ ~~ ~ ~1~ ~ BID DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PIPE KERB COiJNTY ROAD & BRHIGF, DEPARTMENT 4010 SAN ANTONIO HWY. KERRVILLE, TX 78028 (830)257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: PAVING AGGREGATE ASPHALT EMULSION OILS CORRUGATED METAL PIPE BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received until 5:00 p.m Mazch 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kerrville, Tezas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m., Monday, Mazch 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Sealed Bid for Paving Aggregate or Sealed Bid for Asphalt Emulsion Oil Or Sealed Bid for Corrugated Metal Pipe and Mazch 9, 2001 at 5:00 p.m "Name and address of Contractor" Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Pazagraph 5.06 through 5.09 (see attached). 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 aze to be in cost (in dollars) per cubic yard. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID UNIT COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed 3 Supplier Plant $ N G BID /CY B stone or natural limestone 4 Supplier Plant $ N o 6 I D !CY B rock asphalt) 5 Supplier Plant $ N n n r n /CY PB 3 *KerrCounty $ND BID/CY PB 4 *KerrCounty $ND eID/Cy PB 5 *Kerr County $Na BID JCY Trap Rock 3 *Kerr County $ND BID /CY Trap Rock 4 *KerrCounty $ND sID/Cy Trap Rock 5 *KerrCounty $NO 6IDlCY * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations aze shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one 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 aze to begin March 1515 2001,aS(nd be in effect until March 15, 2002. ~ """ a/Jo--~ n3/DS/n1 Signature Date F1rm Name: ERGDN RSPHRLT & ENULSIONS, INC. AddieSS: 11612 RN 2244, BLDG. 1, SUITE 250, AUSTIN, TX Seal in Corporation Telephone: 45121 469-9292 _ 78736 EMULSION OILS SPECIFICATIONS AND BID FORM 1. Specifications: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, item 300, Asphah, Offs and Emulsions, CRS-2 or HFRS-2, and AEP (see attached). Bids are to be in cost (dollars) per gallon, delivered to Kerr County Texas work sites. 2. Bid Form: Type Bid Unit Cost CRS-2 S • 7300 /Gallon Or HFRS-2 S. 7 3 D D /Gallon AEP $ . s s a e /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are~tolbeginSMarch 15, 2001 and be in effect until March 15, 2002. Signature Date F1rm Name: ERGON RSPHRLT & ENULSIONS, INC. Address: 11612 Rm 2244,BLDG. 1, STE. 250, AUSTIN, TX Seal in Corporation Telephone: (s1z) 4ss-szsz 7s7se COB.RUGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. Specifcationa: 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 (dollars) per linear foot. 2. Bid Form BID UNIT COST Type Design F.O.B. Kerr County Road & Bride Yard 15" Arch I8" Arch 24" Arch 30" Arch 15" Coupling Band 18" Coupling Band 24" Coupling Band 30" Coupling Band 2 $ N 0 BID /[,F $ NO BID /LF $ ND eID /LF $ N^ 8ID /L•F $ N D B Ip /each $ N 0 B Io ^/each $ N0 BI[I /each $ NO BID /each I do hereby certify that I have read the attached Special Instructions to Bidders and that pricCes quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. \ / ~ at/ ~ 03/06/01 Signature/ Date F1rmName: ERGON RSPHRLT & Eh7UL5I0NS, INC. Address: irsrz RN 2244,BLDG.I,SUITE 250, RUSTIN,TX 78738 Seal in Corporation Telephone: (s i z) 4 s s- s z s z 11612 PM 22A4 gld9 1. Suhe 25~ Austin, TX 78733 USA ~~~ J n Erg°~ t & Emuls/Ons KERR COUNTY GLERK HOUSE a, I KERR COUNTY COURT ~sp~ 40D MAIN STREET 79D2g KERRUILLE+ TEXAS gID FOR ASPRRLT E~ULSIDN OIL SEALED CN 9, 2D01 AT 5:00 P.N. NpR BID DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PIPE KERB COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVILLE, TX 78028 (830) 257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: PAVING AGGREGATE ASPHALT EMULSION OILS CORRUGATED METAL PIPE BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m March 9, 2001, by the Kerr County Clerk Kerr Couuty Court House 700 Main Street Kerrville, Texas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m., Monday, Mazch 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Sealed Bid for Paving Aggregate or Sealed Bid for Asphalt Emulsion Oil Or Sealed Bid for Corrugated Metal Pipe and Mazch 9, 2001 at 5:00 p.m. "Name and address of Contractor" Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Pazagraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). EMULSION OILS SPECIFICATIONS AND BID FORM 1. Specifications: Emulsion oils shaft conform to the requirements in 1993 Texas Highway Department Standard Specifications, item 300, Asphah, Oils and Emulsions, CRS-2 or HFRS-2, and AEP (see attached). Bids are to be in cost (dollars) per gallon, delivered to Kerr County Texas work sites. 2. Bid Form: Type Bid Unit Cost CRS-2 $ .75 /Gallon Or MFRS-2 $ no bid /Gallbn AEP $ no bid /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted h/erein ar~ejtfo beg/in March 15, 2001 and be in effect until March 15, 2002. ~Z-z~ ~•"v!- ~/~e~2~ 3/1/01 Signature Date FlrrnName: Koch Materials Comoanv Address: 701 Brazos Suite 490 Austin TK 78701 Seal in Corporation Telephone: (512) 236-6705 G ~~ ~O ~ ~ 701 Brezos Swte 490 Austin, Texas 78701 KOCH MATERIALS COMPANY is _ _ _ ` a~K ~ ~ + ~1 , ~ ~~~ .~ ~ : ~'~ ~ ~ 1 is ,4 F . ~. 4 ' - ~ ~ .._ } -. ~, ~~,~\ z KERR CO_-- .LPq COUNTY COURT ti0U5t <<;.`, .. ~~~;~,, 700 MAIN STRE7802$ KERVILLE TX ~or As.pHa.f~' ~M,.ly~b.. Qil S~aa~ ~t,id 5 : oo~ M __ - - 16„it„Ltl„„d,lt„f„l,{„d61,;1,6L,ti„d ma«~ q t 2..~0 t r~3:.r::~t-..~n~ BID DOCUMENTS EQUIPMENT WITH OPERATOR sy HOUR KERB COUNTY ROAD & BRIDGE llEPARTMENT 4010 SAN ANTONIO HWY. KERRVILLE, TX 78028 (830) 257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: Bid for Equipment by the Hour with,Operator BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m March 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kemille, Texas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m, Monday, Mazch 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Tetras 78028. Bidders shall place the following information on the outside of the sealed envelope: Hourly Equipment Bid Mazch 9, 2001 at 5:00 p.m. "Name and address of Contractor" To bid for Kerr County work the contractor must have the minimum equipment listed on the bid document. Equipment must be maintenance worthy to be able to complete the roadwork. The Ken County Engineer will make the final decision of low bid based upon the hourly rate, equipment condition, and how the bid meets minimum requirements. This may be anon-exclusive contract and Kerr County shall have the right to contract with others as needed in the discretion of the County. Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). EQUIPMENT BY THE HOUR WITH OPER~TOB SPECIFICATIONS AND BID FORM 1. Specifications: Bids are to be in cost (dollars) per hour for EQIJIPMENT & OPERATOR 2. Bid form is for equipment listed or a machine of equal performance. SPECIFICATION TYPE AGE OF U NIT MEETS EQUIPMENT EQUIP. COST SPECS BID (Years) (Yes/no) Minimum Bid: CAT D-6 Dozer w/Ripper s c> ~ `, ~ • ~ .. ~ ~ ~ ~: , ~. \ : ~ ~> $ zc /per hr. ~ , < (or equivalent) Scraper ~- ~-~ ~ ~t ~ z a ~ ~ $ ~'c• /per ht. ' +_ `- (heaped capacity 11 CY) CAT 12G Motor Grader c aT \~+ ~. ~ <' $ zc" /per lu, y _. (or equivalent) 930 Loader C ~- g ~ r~ c. - - - $ ~.', /per hr. y = ~. (or equivalent) 12 Ton Flat Wheel Roller z: ^.~~ ~..., " \; f ~- ~ _ i-_' ` ~. z c.. $ /per hr. .. 12 Ton Pneumatic Roller G~ ~- •--.._ C ~ -~' P- \ ~ $ ' . ` /fir ~., •- 1500 Gallon Water Truck ~ .•.: ~ C=_ ~ ~ ~~ -~ `\ $ ' ~ ~ ' /per hr. :y . •- Optional bid: Asphah Distributor Chip Spreader $ /per hr. $ /per hr. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein aze to begin Mazch 15, 2001, and be in effect until Mazch 15, 2002. ~, Signature Date FlrmName: ~~[tl~wAQZ_ < <~r~,-~4 ~~~c~on C~~ . Address: ~ F^ \ 1 -Z ~ ~~ r -~~ c n ~ ~ .A ~~ ~t 4 ~ ~ , l~ c`_ Telephone: ~~~> - -s~3~~ i n,.. SCHWARZ COIYSTRUCTIOIY CO. i e ~ i ,wnrnon nwv. KERRVILLE, TEXAS 78028 tt `2 ~ ~ . ~ wit'-r ~ ~ h -F~o ~u.~.-~ ~~nS~w~T~u'^ 10 ti(LEviI~A~ V BID DOCUMENTS EQUIPMENT WITH OPERATOR sy HOUR KERR COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVILLE, TX 78028 (830)257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: Bid for Equipment by the Hour with Operator BH) DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received until 5:00 p.m Mazch 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kerrville, Texas 78028 All bids must be on the Unit Price Bid Form. Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m, Monday, March 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Hourly Equipment Bid March 9, 2001 at 5:00 p.m. "Name and address of Contractor" To bid for Ken County work the contractor must have the minimum equipment listed on the bid document. Equipment must be maintenance worthy to be able to complete the roadwork. The Kerr County Engineer wfll make the final decision of low bid based upon the hourly rate, equipment condRion, and how the bid meets minimum requirements. This may be anon-exclusive contract and Kerr County shall have the right to contract with others as needed in the discretion of the County. Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). EQUIPMENT BYTHE HOUR WITH OPE8~ITOR SPECIFICATIONS AND BID FORM 1. Specifications: Bids are to be in cost (dollars) per hour for EQUIPMENT & OPERATOR 2. Bid form is for equipment listed or a machine of equal performance. SPECIFICATION TYPE AGE OF UNIT MEETS EQUIPMENT EQUIP. COST SPECS BID (Years) (Yes/no) inimam Bid: CAT D-6 Dozer w/Ripper ~j~ /' ~~ /' / (,. f' ~q~ i $ ~~ /per hr. e S (or equivalent) scraper l / 3 G ~: t ,~~s $ wiper hr. ,~ (heaped capacity 11 CY) CAT 12G Motor Grader /02 ~ ~ ¢- 7 (/mo~5 -' "- $ ~~per hr. (or equivalent) 930 Loader ~T~ Sjlo ~ ~ Sj/m.5 $ ~/per hr. (or equivalent) 12 Ton Flat Wheel Roller / ~ f SF~J ~~ / v~ 7t r $~O /per hr. ~S 12 Ton Pneumatic Roller ~ 9 - -F-- (.~ ~ $ ~~ /per hr. /~ S 1500 Gallon Water Truck ~ $ ,~_/per hr. ~S Optional bid: Asphalt Distributor ili. ~ ---z~-~ ^S $ ~/per hr. ~S Chip Spreader ~ ' Z feu -c $~~/per hr. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March I5, 2001, and be in effect until March 15, 2002, ;~---- 3-. 9 _~em ~ /1 Date 7 0,' Firm Name: ~'/n-~// 7,•,./ f~ ~ Z -~ ~ Address: - ( c~ Telephone: ( - 7a to ~~-~~ ~° ,, z zs ~~tl~k 7~,zf KL,~J ~~ `~ '~ ~~ ~~~ y ,~,~ ~'r. ylpo // ~ ~~°~~ k~Fi,.,` f~c ~ BID DOCUMENTS EQUIPMENT WITH OPERATOR By HOUR KERB COiJNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII~LE, TX 78028 (830)257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: Bid for Equipment by the Hour with,Operator BH) DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids For the above reference project will be received until 5:00 p.m March 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kerrville, Texas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m., Monday, March 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Hourly Equipment Bid March 9, 2001 at 5:00 p.m. "Name and address of Contractor" To bid for Kerr County work the contractor must have the minimum equipment listed on the bid document. Equipment must be maintenance worthy to be able to complete the roadwork. The Ken County Engineer will make the fmal decision of low bid based upon the hourly rate, equipment condition, and how the bid meets minimum requirements. This may be anon-exclusive contract and Kerr County shall have the right to contract with others as needed in the discretion of the County. Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). EQUIPMENT BYTHE HOUR WITH OPERATOR SPECIFICATIONS AND BID FORM 1. Specifications: Bids are to be in cost (dollars) per hour for EQUIPMENT & OPERATOR 2. Bid form is for equipment listed or a machine of equal performance. SPECIFICATION TYPE AGE OF UNIT MEETS EQUIPMENT EQUIP. COST SPECS BID (Yeazs) (Yes/no) CAT D-6 Dozer w/Ripper ©- 7 ~/ 9 9 $ /d riper hr. _~ (or equivalent) ~ Scraper ~ 2/ /~ 2 o C % /990 $ lio,wrlper hr• ' (heaped capacity 11 CY) CAT 12G Motor Grader / ~/o ~ ~ $ P,fm/per hr. / (or equivalent) 930 Loader ~d~ T p e ~ L4,,arrt / ~ F'7 $/ate'°„lper hr. i/ (or equivalent) 12 Ton Flat Wheel Roller $ /per hr. 12 Ton Pneumatic Roller $ /per hr. 1500 Gallon Water Truck Zorn (`,sLLrN Tnr.rk /~Pd $~~/per hr• _~ Optional bid: Asphalt Distributor Chip Spreader $ /per hr. $ /per hr. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein aze to begin March 15, 2001, and be in effect until March 15, 2002. .Leg ~ /.i3o~~, ~ ~GBa. ~~ ~~~ Z - ~. ~ - Signatur~ Date Firm Name: ,~,_~~,~~, 1 Qi~,,.o,c~.y/1/ Address: [~o. .~3a v L~/~- Telephone: ~p,2DT L~ y - i o S7 :~,,. LEO R. (BOBBY) JENSCHKE, JR. P.O. BOX 1218 KERRVILLE,TEXAS 78029 -~ ~L ~n'DoP~ Q ~ ~ ~, BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifcatious: 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 cubic yard. 2. Bid Form BID I7NIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (1'/, down) (2'/: dowa) i Type A (crushed limestone) $~/CY $Jr. /CY Type B (uncrushed gravel/pit run) $ /CY $ /CY Type C (crvshed gravel) $ /CY $ /CY F.O.B. KERB COUNTY (25 Mile radios of Kerrville) Type A (crushed limestone) Type B (uncrvshed graveUpit run) Type C (crushed gravel) GRADEI GRADE2 (1'/. down) (2'/~ down) $ /CY $ ICY $ /CY $ /CY Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I have read the attached Special Instrvctions to Bidders and that prices quoted herein are to begin March, I~S, 20/01 and be in effect until March I5, 2002. ~ g~-arJ. /CC¢/7 ~Ol afore Date Firm Name: Reef I rxhn E +AI P r ~+~a rr u Address: 3Z ronf..St. Corn cr-I- '- SealinCorporation Telephone: Sr~y- y95- 35S'7 ~~~ ~oad ~e ~(Y~a~er;al fool a} 5: coo Q• vr~ . march ~'1 ~ R,ee~r, James D. 3-l ~t'o+n'r , s~ , Cpm-~or~ , ~ . '~ ~Of3 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 yazd. Ail paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID I1PiIT COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed B stone or natural limestone B rock asphalt) PB PB PB Trap Rock Trap Rock Trap Rock * Ken County = 25 mile radius of Kerrville Supplier Plant $ /CI' Supplier Plant $ 7.9 0 !CY Supplier Plant $ 6.9 0 /CY *Kerr County $ /CY *Kerr County $ _ /CY *Kerr County $ /CY *Kerr County $ /CY *Kerr County $ /CY *Kerr County $ /CY Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation chazges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do her that I ha read the attached Special hrstructions to Bidders and that prices quoted herein,aie to egin , 2001 and be ' effect until March I5, 2002. 3-6-01 Si a Date Seal in Corporation Firm Name: Address: Telephone: Drymala Sand & Gravel RT. 1 Box 48 CoiiiTort, Texas 780 3 830-995-2094 z~ Sealed Bid for Paving Aggregate pyarch 9, 2001 at S:p.m. Joe Drymala ravel Drymala Sand & RT. 1 Box 98 78013 Comfort, Texas .tk /~D.2o X1.09 Pr p CO.~~. ,t BID DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PIPE KERB COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVILLE, TX 78028 (830) 257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: PAVING AGGREGATE ASPHALT EMULSION OILS CORRUGATED METAL PIPE BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m Mazch 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kerrville, Texas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m, Monday, Mazch 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kenville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Sealed Bid for Paving Aggregate or Sealed Bid for Asphalt Emulsion Oil Or Sealed Bid for Corrugated Metal Pipe and Mazch 9, 2001 at 5:00 p.m. "Name and address of Contractor" Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Pazagraph 5.06 through 5.09 (see attached). PAVING AGGBEGATEIS 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 aze to be in cost (in dollars) per cubic yard. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID LTTTIT COST TYPE GRADE F.O.B. iJNIT B (Crushed gravel, crushed 3 Supplier Plant $ /CY B stone or natural limestone 4 Supplier Plant $ /CY B rock asphalt) 5 Supplier Plant $ /CY PB 3 *Kerr County $ /CY PB 4 *Kerr County $ /CY PB 5 *Kerr County $ !CY Trap Rock 3 *Kerr County $ /CY Trap Rock 4 *Kerr County $ /CY Trap Rock 5 *Kerr County $ /CY * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "I.ow Bid" for a particular job site. This may result in more than one supplier being "I.ow Bidder,' depending on the locations of job sites. I do hereby certify that I have read the attached Special Iactructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. Signature Seal in Corporation Firm Name: Address: Telephone: Date EMULSION OIL~t SPECIFICATIONS AND BID FORM 1. Specifications: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, item 300, Asphalt, Oils and Emulsions, CRS-2 or HFRS-2, and AEP (see attached). Bids are to be in cost (dollars) per gallon, delivered to Kerr County Texas work sites. 2. Bid Form: Type Bid Unit Cost CRS-2 $ /Gallon Or HF'RS-2 $ /Gallon AEP $ /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, 2001 and be in effect until March 15, 2002. Signature Date Firm Name: Address: Seal in Corporation Telephone: COR.R.UGATED 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 (dollars) per linear foot. 2. Bid Form BID UNIT COST Type Design F.O.B. Kerr County Road & Bride Yard 15" Arch 1 $ ~ . d 5 lI.F 18" Arch 2 $ ~_. ~/LF 24" Arch 3 $ Il_.15 ~-F 30" Arch 4 $ ~~, 2~/LF 15" Coupling Band $ I~.~.QQ/each 18" Coupling Band $ 13 . QQ/each 24" Coupling Band $ ~~2.~Q/~h 30" Coupling Band $ 19 . ~/~h I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March I5, 2002. ~ arlrhttehtu.~ 3 7 0( Signature Date Firm Name: TERA$ CoRRUGATORS -SourH TexgSREy-o-J~LnIC. Address: 18231 fM2252 # I .,rSaNANroNio,Texas Seal in Corporation Telephone: ~ZiO) 653-Ib0O '182bb ~, ~ -, u'' ~a,,`r `%i ~"d,,d •USC~i +1 TEXAS CORRUGATORS South Texas Region,lnc. 18231 FM 2252 ul SAN ANTONIO, TEXAS 78266 ,~ w,e9~ a Ie~D,700/ p~ ~ItC0.Cl9[ 19~~ ~S7 /~h ERR COUNTY C~eRK ~,. >~eitR CouNry COURT NoUSs "l0O MAIN STREET ICERRYIL~E,TEKAS 18028 SEALED BOO FOR CORRUGATED MErA~ PIPE MAQeN 9, 200 ~ at 5:00 P.M. C08RUGATED METAL PIPE SPECIFICATIONS AND BID FORM I. Specifications: Calvert pipe shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 460 unless otherwise noted herein. Bids are to be in cos[ (dollars) per lineaz foot. 2. Bid Form BID UNIT COST Type Design F.O.B. Kerr Connty Road & Bridge Yard 15" Arch 1 $ _~!. ~/I,F 18" Arch 2 $ _~. ~/LF 24" Arch 3 $ -Z Z/LF 30" Arch 4 $ ~. 7O /LF 15" Coupling Band $ _1. ~Q/each 18" Coupling Band $ _~. ~/each 24" Coupling Band $ ^[L. ~~/each 30" Coupling Band $ ~~._ 5`/; leach I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. f /~n~Q~~~~~~ 1'_~ /narah 7 zoo! S gee Date Firm Name: (,i!R I l-e.'s '~ Id -I- S Address: ''t t~ ~„x ~3 I- f~r,~ E,,~k ~8~ay Seal in Corporation Telephone: '~3 0 - i 9 ~ - 3a ~/ 7 J~ This b,d i5 fc,~ F~~" 7`o be de%u~r~d by the /~Jwnktc~_'l~rrr ~~ y~« r ,t aYcl, ~T~l%5 ~,'.CG cloC~ ha> //7C./~c ,1 ;~P~ , ~'c ktd uP in c~, r'ya rd ~- RLIl-DING & SUPPLY WALTER S " ~ O. Box 83 - Ph. 997-3241 predericksbur8~ 'Cexas 78624 ~_J .for CcrrwJk s~4lcd 2 po 1 w# S.ooQ,*~. marsh ~1, ,. ~ f ~ ~o i %~~~~~ ~ ~~ ~~ ~~~ CI ~{ k KL{r COuny "part 7p0 mQ i~ Tyt.' 7gpa8 K~rrv,ll~ ~~~ ,, I i ti ~ ~ ~a, ~' SPGCIFICATIIJNS ANU BID FORM ~; i i 1. Specifications:. i I ~~ Base m terial shall conform to the requir,empnts in 1993 Texas Highway Department Sian~ard Specifications, Item 247, Flexible Base, Type A, Type B (See attached.) Bids are to be in cost (dollars) per cubic yard. i r~ i,i 2. Bld lrorm: I I ~~ ~ ~ i ~ ~ i 7 ~i ~ i ~ ~ ~ ~~('~;i R Rose Ouarrv ~~ ~ ~ ~ Grade 1 F.O.B. Supplier's Plant ' ~ ' Grade 2 grade (3/4" ' 2 Rock llown) 3"_6" (1'/a down) /: down) (2 'Type A (crushed limestone) $ ~__/CY~ $'7. °-° /CY* ~ $8.°-`' /cy* $9, 00 Type B (uncrushed gravel/pit run) $ /CY $ 6.00 /CY Pit Road - Screened ~„ 1 /CY ~ A Type C (crushed gravel) pit P.un $ _____ 1CY $ / ^ N'.O.I3. Kerr County Grade 1 Grade 2 (25 mile radius of Ker[ville) (I'/, down) ~ (Z Yz down) see attached 'Type A (cnislted limestone) $ _ I, /CY $ /CY Type B (uncrushed gravel/pit run) $ !CY ,. $ /CY Type C (crushed gravel) $ /CY $_ _/CY I do hereby certify drat 1 have read the attached Special Instructions to Bidders and that prices quotad herein are to begin March 15, 2000, and be in effect wrtil March l5, 2001. Si~aa ire < ~ ~^~ Date Pirm Name ~ Address W {1eG,fCYYA F~ _~c+, . oZ (a n r(A ~~y_,~erVV~ll~ Phone 830) 895-,~o3p SEAL if Corporation * Add $3.00 When Loaded at 11WY ].73 Pit. ' ! PAVING AGGREGt1TIGS I' SPECIFIICATIONS AND 13IA FORM ~ 1 ~ $pecifications: ~ ~i II ~~ Pavurg aggregates shall ~onform to the requirements in 1493 Texas Highway Department Standard Specifications, Item 302 Aggregates for Surface Treaunents. All sections apply gxcept 302'.5. Bids are to be in cost „(in dollars) par cubic yard. All paving aggregate i must be clean, free from dirt and clay. Aggregate that is not clean will be rejected. ~'' 2. Bid Form: B1D UNIT COST i , i 'CYYt G12ADL' F.O.B Unir , /~ A (Gravel, crushed stone, natural 3 Supplier Plant $'~. 00 /CY ' ' A limestone rock asphalt) 4 Supplier Plant $N/A (CY A 5 Supplier Plant $ 7 .~0 /CY ~'I~ li B (Crushed gravel, crushed 3 Supplier Plant $ 8 ` 0 /CY i ~~ B stone or natural limestone 4 Supplier Plant $ 9, o Q_/CY ~~a ~,~~ B rock asphalt) S Supplier Plant, $ ~0~_/CY °>/~ C,- pB 3 * Kerr County $ N~_!CY PB 4 * Kerr County $ N/A _/CY pB 5 * Kerr Cormty $ N/A /CY Trap Rock 3 * Kerr County ~ ~ N/A __ /CY Trap Rock 4 * Kerr Cowrty; $ ~ !CY Trap Rock 5 * Korr County $ ~F_/CY * Kerr County = 25 mile radius of Kerrville ' Type A X. B Suppliers shall match as closely as possible, the gradation as required for the above Grades. Tho gradations are shown m Item 302.4, Texas Department of Transportation 1993 Stzurdard Specifications (See attached). Type PB ~ Trap Rock shall meet the gradations are shown hr Item 302.4, Texas Departrueut of Tra~rsportatien 1993 Standard Specifications (See attached). Ken' County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder," depending on the locations ofjob sites. l do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein arc to bogie March I5, 200 and be in effect until March 15, 2001. ~ 3 ~1~i ~~~~c`~a. _ _~lo o/ Si~na ur~`~ ~T ~ Date ' Firm Name c@ Address W h PG-~'Crlx~~-t ~nG . o1~~yo l~c~v.d~'r~--~~--- SEAL if Corpwatiai Phone (R lo) 895-3030 llate; 03/06/00 ~~ ~~ ~ ~ ~ ~~ 'fo: Kerr Cc. ' Phone: ~' rAx: ', Attn: Kerr C:uunty Clerk ~ I i 'Cha Collowing is our quote for P'reighC an Road Base. Miles $ / c v t~~ 6 3.25 - ~.ehn,v._~~t ~c~ ' U" I 1 U 4.41 S°..~ . ~ «.~~~. ~ , _ ~ 15 x.14 20 5.8 7 ~'' 25 6..25 Thwik yuu 1'ur giving Whaatoraft, Inc. the opporluniry to quota on your projecC. i ~ \ Vv-Cn~~t~ JenFy eatcraft I'II' ~. :i j ~, ~, ~ ~~ ~~~,- ~~~ ~Q ~~ ~ c?\~~r~ ~tiC~L ~~*ay ,~~ ooU ~a J~'S-, t ~,~M }a'd ~~ ~~ ~M~~ aaa~ ~~~~ ti ~~~"~~"~ ..fit bf'•~a'~"`"~ ~6~89~Z"~ LZ •Smtl,~so~1M .~ BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifcations: Base material shalt 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 cubic yazd. 2. Bid Form BID iJNIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 (1'/, down) Type A (crushed limestone) Type B (uncrushed graveVpit run) Type C (crushed gravel) F.O.B. KERR COUNTY (25 Mite radius of Kerrville} Type A (crushed limestone) Type B (unctvshed graveUpit run) Type C (crushed gravel) $ ~. ~ !CY $ /CY $ /CY GRADE 1 (I'/. down) $ .oo/CY $ /CY $ /CY GRADE2 (2 i4 down) $ /CY $ /CY $ /CY GRADE 2 (2 '/, down) $ /CY $ /CY $ 1CY Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I have read the attached Special Tnstnrctions to Bidders and Thai prices quoi~i herein are to be in Mazch 15, 2001 and be in effect until March 15, 2002. /~~1,~a~ 3 ~ ai Signature ~~ Date Firm Name: ~~z,u~ C~z4.~ Address: f~CQ7.Dot ~/ H t"n-~ R~4.3~ Iii" 78az S- Seal in Corporation Telephone: ~ G 7 rZ `? ~ / ~~ ~~ 3/~~~/ ~~~~,+~- ~~.~ BASE MATERIAL SPECIFICATIONS AND BID FORM 1. 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 cubic yazd. 2. Bid Form BID UNIT COST F.O.B. SUPPLIER'S PLANT GRADE i GRADE 2 (1'/. down) (2'/ down) Type A (crushed limestone) $ /CY $ (CY Type B (uncrushed graveVpit run) $ ~.7 1CY $ ~7.~/CY Type C (crushed gravel) $ ~/CY $ ~ Cy F.O.B. KERB COUNTY GRADE 1 GRADE 2 (25 Mile radius of Kerrville) (1'/. down) (2 '/ down) Type A (crushed limestone) $ /CY $ /Cy Type B (uncrushed graveUpit run) $/~~/CY $~2 -~.S/CY Type C (crushed gravel) $~_j, (~Q/CY $ /Z, rj QCY Ken• County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one 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 I5, 2001 and be in effect until March I5, 2002. signat~je' Date Seal in Corporation (~CCrU55 Firm Name: J~O to N t('2P IY' ~fer ~ ~ ~ 5 Address: 5 ~ (~ ~-~,Yh-GGtc~. Il~_I_ I~Pr~, 1 X Telephone: g ~_~;, 7 _ 79~~,5 '\ ~oae ~~~-4.Sq- oq~g (~;t Loc~rti~oru : _52yD ~A. ~t,ytiW,~r Z~ r(e/'T. T x ~fptti Isere. /~ir ~a r ~~ ~~~~ ~~t~r~ ~ i ~~fi~~ ~, 20o I ~ R~~~n~s S8U-8~~0~ ~g_ Kem"lle''TX ,~,-.. BID DOCUMENTS ANNUAL BH) FOR ROAD BASE MATERIAL BLACK BASE COLD MIX TYPE CC KERB COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII.LE, TX 98028 (830)237-2993 MARCH 2001 BASE MATERIAL SPECIFICATIONS AND BID FORM 1. 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 aze to be in cost (in dollars) per cubic yard. 2. Bid Form BID iJNIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (1'/. down) (2'/s dowe) Type A (crushed limestone) $ No BID /CY $ No gINCY Type B (uncrushed graveUpit run) $ ~.OD /CY $ 9.~s /CY Type C (crushed gravel) $ No 81 D/CY $ 9 :75 /CY F.O.B. KERR COUNTY GRADE 1 GRADE Z (25 Mlle radios of Kerrville) (1'/+ down) (2 Ys down) Type A (crushed limestone) $ No BID /CY $ N~ Blp/CY Type B (uncrushed graveUpit run) $ ~a.3s /CY $ 13.10 /CY Type C (crushed gravel) $ O b D /CY $13. t o /CY Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I gave read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. C.IM IJ> ~~M Signature UU II 3-3-air Date Firm Name: BEDROCK MATERIAC~ LTD. Address: a90-A SAN ANTOIJto ••W~,, l'ENTEKPOiNT,TX Seal in Corporation Telephone: $30-~3y-a965 -]8010 HOT MIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 334 (see attached). Bids are to be in cost (in dollars) per TON. 2. Bid Form BID UNIT COST F.O.B. KERR COUNTY (25 Mr7e radios of Kerrville) BLACK BASE $ 5 H.00 /TON COLD MIX Type CC $ 59Too /fON I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. ( gun nth Signature 3-3-aoo/ Date Firm Name: S~DROCk MATE-R/Rt_S~ L?~ Address: oZ9a.A SAN ANTd~!/o !F y Cfl~rrcPPO/IV>•,'I)C 7$O/D Telephone: _ $30-G3y- a96S Seal in Corporation Sealed Q,;a SASE MATeRIRL> RORp~tpck ~,p`~. CC co~D N--X TYPE y:oo P.M• MpRCP `1 cool ak AtERtRLS~ W4• BEp ROCK SAN p`~~ aqo-A BH) DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PIPE KERR COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVILLE, TX 78028 (830) 257-2993 MARCH 2001 PAVING AGGREGATES SPECIFICATIONS AND BID FORM 1. Specifications: Paving aggregates shall conform to the requirements in t 993 Texas Highway Department Standard Specifications, Item 302 Aggregates for Surface Treatments. All sections apply except 302.5. Bids aze to be in cost (in dollars) per cubic yard. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID UNIT COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed 3 Supplier Plant $ 8 • as /CY B stone or natural limestone 4 Supplier Plant $ 8 . a5 /CY B rock asphalt) 5 Supplier Plant $ . a5 /CY PB 3 *Kerr County $ No BI I~ /CY pB 4 *Kerr County $ o D /CY pB 5 *KerrCounty $NO KiD/CY Trap Rock 3 *Kerr County $ No BID /CY Trap Rock 4 *Kerr County $ fJo B ID /CY Trap Rock 5 *Kerr County $ tJO e~D/CY * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Departrnent of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one 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, 2001 and be in effect until March 15, 2002. C,G~ .t~4 Signature 3-3-cool Date Firm Name: t3EpROCK MAT~RIALS~ LTD. Address: a90- A SAN A lyfot\llo N tiJY. CEtJtFRPo1NT, T'( Seal inCorporaiion Telephone: Sao-634-a9Co5 78010 P4~ A 99`9"}e Sp„-ed Bid ~°a ~ a ~~:oo Y•"'. MARc 8&9Rao MA'C£RIAt''`>~'~}WY. ~ RN ~ ?8ot0 a~~E~cT~R o~~, . c ~ ~,_v~ ~` : ~~~ BID DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PIl'E KERR COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII.LE, TX 78028 (830)257-2993 MARCH 2001 PAVIl~TG AGGREGATES SPECIFICATIONS AND BID FORM 1. Specificatlons: Paving aggregates shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 302 Aggregates for Surface Treatments. All sections apply except 302.5. Bids aze to be in cost (in dollars) per cubic yard. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID iJNIT COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed 3 Supplier Plant $ NB /CY B stone or natural limestone 4 Supplier Plant $ ~_/CY B rock asphalt) 5 Supplier Plant $ NB /CY PB 3 *Kerr County $ 22.69 /CY pB 4 *Ken County $ 22.69 /CY PB 5 *Kerr County $ 22.69 ICY Trap Rock 3 *Kerr County $ 28.22 /CY Trap Rock 4 *Kerr County $ 28.22 /CY Trap Rock 5 *Ken• County $ 28.22 /CY * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations aze shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations arc shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particulaz job site. This may result in more than one 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 be ~ March 15, 2001 and be in effect until March 15, 2002. ~ ~,~. ~~,~~,~, 3/01/01 Signature Pat Wootton, Sr. Sales Representative Date Firm Name: Vulcan Construction Materials, 1P Address: P. 0. Box 791550, San Antonio, TX 78279-1550 Seal in Corporation Telephone: - TERMS: Net 30 Days CHUBB GROUP OF INSURANCE COMPANIES CF'IUBB 15 Mountain View Road. P O Box 1615, Warren. New Jersey 0 70 61-1 61 5 FEDERAL INSURANCE COMPANY BID BOND Bond No. 0 3 0 °.012 Amount $ Know All Men By These Presents, That we, Vulcan Materials Company P.O. Box 791550 San Antonio, TX 78279 1550 (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the~Surety), as Surety, are held and firmly bound unto Kerr County Texas 4010 San Antonio highway Kerrville, Texas 78028 (hereinafter called the Obligee), in the sum of Five Percent (5~) of Principal' s Greatest Amount Eid Dollars ($ ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 16th day of February x~ 2ao1. WHEREAS, the Principal has submitted a bid, dated March 9th ~XtR 2001. for Furnish Faving Aggregate D4aterial NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the penal sum hereof, then this obligation shall be null and void, otherwise, to remain in full force and effect. Vulcan Materials Company Pri ipal .t BY: Emmitt King - Cont ller FEDERAL INSUR NCE CQMPANY ~l ~ /~ aawreo f8 _ - _ Fo,m ~s~oao2ssta~ a-9oi (Forfeiture) M~0960a osn Y: ~ ~ ~~ ~ ' _ POWER OF ATTORNEY FEDERAL INSURANCE COMPANY ATTN: SURETY DEPARTMENT 15 Mountain View Road, Warren, NJ 07059 Telephone: (906) 903-2000 Fax No.: (908) 903-3656 Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby constitute and appoint Robert C. Siddons, Steven B. Siddons, Robert C. Fricke, Bettye Ann Rogers, James F. Siddons and Linda Couey of Austin, Teaas each its true and lawfulAttomey-in-Factto execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2 Surety bonds to the United States o5 America or arty agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Pertnff Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument Bonds; Lease Bonds, Workers' Compensation Bonds, Miscellaneous Surety Bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or wntrecis. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to ks By-Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this 13th day of February 1g 97 c" ~< AselataM Secretary STATE OF NEW JERSEY l ss, County of Somerset f FEDERAL INSURANCE COMPANY BY F k RobeRso rrb PrcsidsM On this 13th day of February 19 97, before me personally came Kenneth C. Wendel to me known and by me known to beAssistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attomey, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power ofAttomey is such corporate seal and was thereto affixed by authority of the By-taws of saitl Company, and that he signed said Power of Attomey as Assistant Secretary of said Company by like authority; and that he is acquainted with Frank Robertson and knows him to be the Vice President of said Company, and that the signature of said Frank Robertson subscribedto said Power ofAttomey is in the genuine handwriting of said Frank Robertson and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal Acknowledged and Swarm Yo before me on the date above written, ~) ' Notary Public IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE. Fam tit0-01B3 (EQ 605) GENEARL Ncta:~ Pu_ :: CERTIFICATION STATE OF NEW JERSEY 1 ss. County of Somerset f I, the undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By-Laws of the said Company as adopted by its Board of Directors and that this By-Law is in full foroe and effect. 'ARTICLE XVIII. Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charterto execute, may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice Chairman or the President or a Vice Presidem, jointly with the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or attorneys-in-fact designated in any resolution of the Board of Directors or the Executive Committee, ar in any power of attomey executed as provided for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attomey. Section 3. All powers of attomey for and on behaff of the Company may and shall be executed in the name and on behaK of the Company, either by the Chairman or the Vice Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, Vice Chair- man, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company maybe affixed by facsimile to any power of attomey or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fad for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attomey or cer'rficate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signa- ture and facsimile seal shall be valid and binding upon the Company with respell to any bond or undertaking to which it is attached.' I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the Slates of the United States d America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the exception of Prince Edward Island; and is also duly licensed to become sole surety on bonds, undertakings, etc., permitted or required by the law. I, the undersigned Assistam Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the Toregoing Power of Attorney is in full force and effect. Given under my hand and the seal of said Company at Wanen, N.J., this 16th day of February ~ y~X2 0 00 O 1 . ~ Assistant Sseretary IIdIPORTANT NOTICC To obtain information or make a complaint: You may contact the Texas Dcparhnent of Insurance to obtain information on companies, coverages, rights or complaints at: 1-soo-s~8-4c~~ Yon may write the Texas Department of Insurance: P.O. 13ox 149104 Austin, TX. 787 ] 4-9104 rAx ~r ~s12~ 4~s-1771 I'Rl',MIUM CLAIMS OR DISPUTrS Should you have a dispute concerning your premium or about a claim you should contact the agent or company first If the dispute is not resolved, you may contact the 'Texas Department of insurance. ATTACH TIIIS NOTICC TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document 19 POR g1D Fpft~ GGREGA E 001 5 DO PM PAVINGE MPµGH 9,2 g~9 OU ~f-~`~~n aax weer. 8 M San Antona• Texas ~~'15`~ , {nn{~~i^` 4 ~ B0% jgt5`~ ' ~athwest Div~°^ KERR ~ GUl~1RTNU~ E ~~UN IN 51' 78D28 KER VVI~R.SX BID DOCUMENTS ANNUAL BID FOR ROAD BASE MATERIAL BLACK BASE COLD MIX TYPE CC KERB COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVQ.LE, TX 78028 (830)257-2993 MARCH 2001 HOT MIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 334 (see attached). Bids are to be is cost (in dollars) per TON. 2. Bid Form BID iJNIT COST F.O.B. KERB COUNTY (25 Mile radios of Kerrville) BIDDING ON LIMESTONE ROCK ASPHALT, ITEM 330 BLACK BASE $ Z4.11~ON BIDDING ON LIMESTONE ROCK ASPHALTUM 330 COLD MiX Type CC $ 24.11~.I.ON I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein begi March I5, 2001 and be in effect until March I5, 2002. (,~~' ,~ ^-'~f f ice. 3/1/01 Signature Pat ~Aootton, Sr. Sales Representative Date Firm Name: Vulcan Construction Materials, LP Address: P. 0. Box 791550, San Antonio. TX 78279-1550 Telephone: (210)524-3500 Terms: Net 30 Days Seal in Corporation Texas Department of Transportation STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE bF 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 aad grades shown on the plant or established by the Eng'meer. 247.2. Materials. The flexble 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) Pirysical Requirements. (a) GenernL All types shall meet the physical requirements for the specified grade(s) as set forth in Table 1. Additives, such as, but not 1'nnited to, limey 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 R. 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 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 No. 4 sieve with two (2) or more crushed faces as determined by Test Method Tex-460, Part 1. (e) Type D. As shown on the plans. (1 of4) TABLE I PHYSICAL REQUIREMENTS GRADE 1 GRADE 2 ~ GRADE 3 Triaxiai Class 1: Min. Triaxial Class lto 2..3: Triaxial Class-Unspecified compressive strength, Min. compressive psi: 45 at 0 psi lateral strength, psi: 35 at 0 psi pressure and 175 at 15 ]~~ pressure and 175 at psi lateral pressure 15 psi lateral pressure Master Grading ~~. Grading Master Grading 1-3/4" 0 2_1/2" 0 2-1/2" 0 T/8" 10-35 1-3/4" 0-10 1-314" 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 ...... 40 Max LL ...... 40 Max LL ...... 35 Max PI ...... 12 Max PI ...... 12 Max PI ...... 10 ~/~ Ball Milt ~'~ Sall Mi(( Wet BaII Mill Max ....... 45 Max ....... 50 Max ....... 40 Max increase in passing Max increase in passing Max increase in passing No_ 40 ....... 20 No. 40 ....... 20 No.40....... 20 GRADE 4 GRADE 5 GRADE 6 Triaxial Class Triaxial Class Unspecified Unspecified Master Grading Master Grading As Shown as 1-3/4" ....... 0 1-3/4" ......... 0 the Plans No.4..... 45-75 No.40........ 50-85 No. 40.......50-85 Max LL ....... 40 Max LL ....... 40 Max PI ....... IZ Max PI ....... 12 Notes: 1. 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 accordance with Test Method Tex-4li-A. 3. When lightweight aggregates are used, the wet ball mill requirements wilt not apply and the lightweight aggregate shall meet the Los Angeles Abrasion, Pressure Slaking and Freeze Thaw requirements of Item 303, "Aggregate for Surface Treatment (Lightweight)". (2 of 4) (3) Pilot Grading. When pilot grading is required on the plans, the fleauble base shall ant vary from the dasigaated pilot gradiag of each sieve size by amore than five (5) percentage points. However, the fleruble base grading shall be within the master grading limits as shown in Table I. The pdot grading maybe varied by the Engiaes as necessary to insure that the base material produced will meet the physical requirements shown in Table 1. (4) Testing. Testing of flexible base materials shall be in accordance with the following Department standard laboratory test procedures: Moisture Content Tex-103-E Liquid Limit Tex 104-E Plasticity Index Tex-106-E Bar Linear Shrinkage Tex-107-E, Part II Sieve Analysis Tex-110.E Moisture-Dcesity Determination Tex-113-E Roadway Density Tex-i ] 5-E Wet Ball Mil( Tex-116-E Triaxial Tests Tex-I 17-E (Part I or II as selected by the Engirtes) Particle Count Tex-460-A, Part I Samples for testing the base material for trivial class, soil constants, gradation and wet ball mill will be taken prior to the compaction operations. (5) Tolerances. Unless otherwise shown on the plans, the limits establishing reasonably close conformity with the specified gradation amd plasticity index are defined by the following: (a) Gradation. The Engineer may accept the material, providing not more than one (1) out of the most recent five (5) consecutive gradation tests performed are outside the specified limits for master grading or pilot grading, as applicable, on any individual sieve by no more than five (5) percentage points. (b) Phrstictty Indez The Engineer may accept the material providing net more than one (1) out of the most recent five (5) consecutive plasticity index samples tested are outside the specified limit by no more than two (2) percentage points. (6) Material Sources. The flexible base material shall be furnished by the Contractor. When a noncommercial source is utilized, it shall be opened in such manna as to immediately expose the vertical faces of all the various strata of acceptable material. Unless otherwise approved by the Engines, the material shall be secured and processed by successive vertical cuts extending through all of the exposed strata Unless othswisa shown on the plans, the flexrble base material shall be temporarily stocl~iled prior to delivery to the roadway. Unless other wise shown on the plans, the stockpile shall not be Less than tan (10) feet in height and shall be made up of layers not greats than two (2) feet is thickness. After a sufficient stockpile has been constructed the Contractor may proceed with k>ading from the stoclg>ile for delivery. In loading from the stockpile for delivery, the material shall be loaded by making successive vertical cuts through the entve depth of the stockpile. (3 of 4) When tanpcuary stockpiles .are to be tested fa acceptance prior to delivery to its intended use, any stocl~ile that Las been sampled and accxpted shall not have material added ~ removed unless otherwise approved by the Engines'. The Contractor will be charged for addition sampling and testing required as a resuk of material being moved from a previously approved stockpile without the approval of the Engraeer. Such charges will be deducted from the Contractor's estimate. Blending of materials from more than one (I) source to produce Type B C or D flexible base will be allowed when approved by the Engineer. (4 of 4) 332.8 to 334.1 334.2 Ga = Average actual specific gravity of three molded specimens as prepared by Test Method Tex-206-F and determined in accordance with Test Method Tex- 207-F 1' = Weight of water and light hydrocarbon volatiles in pounds in excess of 4.0% of total weight of mix at time of weighing 332.8. Payment. (1) The work performed and materials famished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the 'Limestone Rock Asphalt Pavement (Class B)" of the type specified. Measurement Method $id Item Unit of Measttre Weight Volumetric Limestone Rock Asphalt Pavement (Class B) Limestone Rock Asphalt Pavement (Class B) these courses as shown on the plans, each course being composed of a compacted mixture of aggregate and asphaltic material mixed hot in a °uxmg Plaut, in accordance with the details shown on the plans and the requirements herein. The mizNre covered by this Item has been designed for cold placement. Should the placement temperature of the mixture be 175 F or greater, the mizNre is not considered as being placed cold and shall be designed, mixed, placed and compacted in accordance with Item 340, "Hot Miz Asphaltic Concrete Pavement", to include any applicable requirements for the use of reclaimed asphalt pavement. 334.2. Materials. The Contractor shall famish materials to the Protect meeting the following requirements prior to mixing. Additional test requirements affecting the quality of individual materials or the paving mixNre shall be required when indicated on the plans. Ton (1) Aggregate. The aggregate shall be composed of a coarse aggregate, a fine aggregate, and if required or allowed, a mineral filler. Samples of each aggregate shall be submitted for approval in accordance Cubic Yard with Item 6, "Control of Materials". The payment, based on the unit bid price, shall be full compensation for quarrying, famishing all materials, additives, and freight involved; for all heating, [nixing, hauling, cleaning the existing base course or pavement, tack coat, placing limestone rock asphalt mixture, rolling and finishing; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. (2) All templates, straightedges, scales and other weighing and measuring devices necessary for the proper construction, measuring and checking of the work shall be famished, operated and maintained by the Contractor at his expense. TTEM 334 HOT MIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT 334.1. Description. This Item shad govern for the construction of a base course, alevel-up course, a surface course or any combination of Aggregate from each stockpile shall meet the quality requirements of Table I and other requirements as specified herein. (a) Coarse Aggregate. Coarse aggregate is defined as that part of the aggregate retained on a No. 10 sieve. The aggregate shall be naNral, lightweight or manufactured, and be of uniform quality throughout. When specified on the plans, certain coarse aggregate material may be allowed, required or prohibited. Lightweight aggregate is defined as expanded shale, clay or slate produced by the rotary kiln method. Manufactured aggregate is defined as any aggregate other than naNral or lightweight. Lightweight or manufactured materials with the same or similar gradation, whose unit weights vary by more than 6.0 percent from that used in the mixture design, may require a redesigtt. Gravel from each source shall be so crushed as to have a minimum of 85 percent of the particles retained on the No. 4 sieve with two or more mechanically induced crushed faces, as determined by Test Method Tex- 460-q (part I). The material passing the No. 4 sieve and retained on the 34` ~ 343 334.2 ate that was ongmally No. 10 sieve must be the product of crushing aB8re8 retained on the No. 4 sieve. coarse a88te8ate used in the surface oc value shown on the Plans' when The Polish value for the ise shown shall not be less than the Unless otherw finish course t Method Tex-438-A• I only to aggLeBate used tested in accordance with Tes fish value requirement will app Y aterials and Tests' on the p the Tans' ~ the Dwill be used to determine Polish on travel lanes. For rated sources, Value (RSPV) catalo8 on the plans, coarse a88ie8ates Rated Source Polish ise shown ethod Tex-438-A, Part [l, value compliance' Unless o0i c'w with Test M When blending is maY be blended in sccordan value requiretttent• rebates of to meet the Polish lisping aS8 Method B, ales shall coataia non-po w for the allowed, the blended a88te8 not less than the Percent by volume of the critical size sh°'T'n be ° specified mixture. TYP Type D TYPe P eC 4 sieve 503'0 SOS'0 5090 Retained on the No• Retained on the No. 10 sieve art of The fine ag8re8ate is defined as that p d shall be of uniform quality (b} Fine Ag8te8ate. the a88Segate~en specified onltheiplan~ Howeverea maximum ofn15 throughout. or rohibited. d or other uncrushed fine maY be allowed, required P be field son Percent of the total ag8ie8ate may agBTegate. re ate Screenings shall be suPPl'~ from sources `NS Mate soundness Boss and magnesium l~,s. meets d1~ Los Angeles abrasion on the p requirements shown in Table 1, unless otherwise shown shown on tke plans, stone screenings are shing operation and meet the l Unless otherwise m ancordanca with Test required and shall be the result of a rock c ~~ , following gradation requiremenu, when Method Tex-200-1•, Pad I• Weight Percent b}' • . ......... ... .100 _ 70-100 Passing the 3t8" sieve . • • • , , . , .. - • ' , , 0.15 Passin8 the No. 10 sieve ... ...... . Passin8 the NO' 200 sieve be used with, or in lieu of, stone ravel screenings must be 2, Crushed gravel screenings may screenings when shown on the plans. Crushed 8 ,, .i ate that was originally retained on the No. 4 s shown above. the Product of crushin8 a88feg hl dried sieve and meat the gradatton for stone screening (c) Mineral Mine flfiller soflotherlmineraodus~approved Biller. matter. t lime, Y ash' free from foreign stone dust, podland cemen , by the Engineer. T7te mineral filler shall be fans' fines of mineral filler is specified °n the P or dust collectin8 equipment When a specific type ~ filler is not b the baghottse or other air cleatt'nig When min collected Y used ~ meat this requirement• fines will shall not be Dose or other collet~tha opinion aired, the addition of ba8h 1 of{acted in tkte No. specifically req store quality is not adverse Y terial passing be permitted if the mt o case shall the amount of tna rmula or the master of the Engineer. In of the j°b-°"x 200 sieve exceed the tolerances gradation limits. or allowed by the Engineer, or feed store, it shall be When mineral filler a be ~d~ to the r~u mix by a vane meter or an egnivalent measiinn8 baghouse fines are perm' A poppet or ocher acceptable storage ro dinned into the ineer. neral filler to P ~ table to the E~ gmajntain a constant supP1Y of tni device accep aired system shall be req the measuriti8 device. tied into the ring device for adding mineral filler n all filler will be The ineasn that the supP1Y °f mi s consistent lain Production and Provide device automatic Plant controls so the measuring tically adjusted to P on the plans, autorna When shown the plant control room percentage to the mixture. tch lent production for adding ba8h°use fines u [ltnent of feedrroatas to rna P ual adj which will allow man rate adjustments. ethod Tex-200-F (Part I or ce with Test M radation When tasted m accordan t the following 8 the mineral filler shall ~ gaghouse fines are not Pad III, as aPPlica6le), on the P requirements. unless otherwise shown required to moat the gradation requirements. percent by Weight or Volume ..95-106 ,..........• 75 passing the No. 30 sieve .... .... • ~ 55 passing the No. 80 sieve, not less than Passin8 tlta No. 200 sieve, not less than ..... . 345 334.3 334.2 TABLE 1 AGGREGATE Re4atrmte°t p~, )poet unit wtid+t, lb(ct, 24 Rout Water Absorption, pe{;p • Ssmp{t~ during delivery otherwise shown on the plena. .• Un{ess atherwist shown on the plans, combined ~•• ABgttgstea, without added mineral filler, or additives, as uxd in the )ob-mix formula. (2) Asphaltic Material. (a) Paving Mixtttre. Asphalt for the paviag mixture shall be of the type shown on the plans or designated by the Engineer and shall meat the requirements of Item 300, 'Asphalts' Orls and Emulsions". The Con ~mto shall notify the Engineer of the source of the asphaltic material p design of the asphaltic mixture. 'this source shall not be changed during the course of the Pro)ect wtthout the suthoriration of the Engiaeer. Should the haltic material be changed, the moisture resistan uirements of source of asp that the req material combinatioare ~ebe evaluated to vorify Subarticle 334.3(1) halt cement and (b) printer. Asphalt primer shall beoval of the Engineer hydrocarbon volatiles meeting with the aPP (~) Tack Coat. Asphaltic materials, shown oa the Plans or approved by the Engineer, shall meet the requirements of Item 300, "Asphalts, Oils and Emulsions"• (3) Additives. Additives to facilitate mixing andJor improve the quality of the asphaltic mixture or tack coat shall be used when noted on the plans or may be »sed ~~ the authorization of the Equipment. Unless otherwise shown on the plans, the Coniractar tray choose to use either lime or a liquid antistripping agent to reduce the moismro susceptibility of the aggregate. The evaluation and addition of w tiAnents"B agents will be in accordance with Item 301, "Asphalt AntistriPP g g 334.3. Paving Mixtures' The Paving mixtures shall consist of a re ate, asphaltic material, and Primer, additives and aired. The materials may be mixed on the job or at uniform mixture of egg g that do not water if allowed or,~ and shipped ready to use. Mixtures loading, a central mixing P unit -oading, remain workable a sufficient periodtllfntomebeto~epmble. hauling, placing, and compacting An asphalt mixture design is a laboratory Process which includes the ualit of the asphaltic materials and the indi of t~6e determination of the 9 y ob-mix formula, and the testing aggregates, the development of the ,l combined mtxture. Went to be used The job-mix formula lists the quantity of each compo in the mix and the combined gradation of the aggregates used. CHUBB GROUP OF INSURANCE COMPANIES CNUBB 15 Mountain View Road, P O Box 1615 Warren, New Jersey 07061-1615 FEDERAL INSURANCE COMPANY BID BOND Bond No. 0309011 Amount $ Sg Of GAB Know All Men By These Presents, That we, Vulcan Materials Company P.O. Box 791550 San Antonio, TX 78279 1550 (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto Kerr County, Texas 4010 San Antonio Highway Kerrville, Texas 78028 in the sum of Five Percent (So) of Principal's (hereinafter called the Obligee), Greatest Amount Bid Dollars ($ ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 16th day of February X~ 2001. WHEREAS, the Principal has submitted a bid, dated March 9th ~'C 2J01 . for Annual Bid to Furnish Road N'aterials ' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the penal sum hereof, then this obligation shall be null and void, otherwise, to remain in full force and effect. Vulcan Materials Companv Pri pal BY: mmitt King - ontro of r FEDER L INSUR NCE COMPANY ~ , i j ~ T. vR,Hreo (! ~- Po~m t6~0202661Rev 49or (Forfeiture) M-09604 u5n BY~ ~~~ l .lJ' POWER OF ATTORNEY FEDERAL INSURANCE COMPANY ATTN: SURETY DEPARTMENT 15 Mountain View Road, Warren, NJ 07059 Telephone: (908) 903-2000 Fax No.: (908) 903-3656 Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby constitute and appoint Robert C. Siddons, Steven B. Siddons, Robert C. Fricke, Bettye Ann Rogers, James F. Siddons and Linda Couey of Austin, Tezas each its true and IawfulAttomey-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and Undertakings (other than Bail Bonds) fi{ed in any suit, matter or proceeding in any Court, or tiled with any Sheriff or Magistrate, for the doing or not doing of anything specrfied in such Bond or Undertaking. 2. Surety bonds to the United States of Amedca or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Pennft Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, Gity, Town, Yllage, Board or other body or organization, public or pdvate; bonds to Transportation Companies, Lost Instrument Bonds; Lease Bonds, Workers' Compensation Bonds, Miscellaneous Surety Bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this 13th davof February tg 97 FEDERAL INSURANCE COMPANY BY STATE OF NEW JERSEY ~ ss. County of Somerset F k Robertso rb Presitlem On this 13th day of February t9 97, before me personally came Kenneth C. Wendel to me known and by me known to beAssistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in.and which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Powet of Attomey is such corporate seal and was thereto affixed by authority of the By-Laws of said Company, and that he signed said Power of Attomey asAssistant Secretary of said Company by like authority; and that he is acquainted with Frank Robertson and knows him to be the Vice President of said Company, and that the signature of said Frank Robertson subscribed-to said Power ofAttomey is in the genuine handwriting of said Frank Robertson and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal B CI Acknowledged and Swgm to before me wSP ~bo on the date above written. 'x NOTARY 4_ ~ ~, m - S PURLi;. ,~' i r ~„ Notary Public ~~;}:c ~ IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR i NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE. Fam t&160183IEtl. &95)GENEML TMci~c2.~n r~n4n,f •~•1 AaaistaM Secretary CERTIFICATION STATE OF NEW JERSEY 1 ss. County of Somerset f I, the undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By-Laws of the said Company as adopted by its Board of Directors and that this By-Law is in full force and effect. ARTICLE XVill. Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed in the name and on behaH of the Company etther by the Chairman or the Vice Chairman or the President or a Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or attorneys-in-fact tlesignated in any resolution of the Board of Directors or the Executive Committee, or in any power of attomey executed as provided for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attomey. Section 3. All powers of attomey for and on behalf of the Company may and shall ba executed in the name and on behaH of the Company, either by the Chairman or the ice Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or IHhogrephed. The signature of each of the following officers: Chairman, Vice Chair- man, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attomey or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attomey or cert'rficate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signa- ture and facsimile seal shall be valid and binding upon the Company with respell to any bond or undertaking to which it is attached." I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the exception of Prince Edward Island; and is also duly licensed to become sole surety on bonds, undertakings, etc., permitted or required by the law. I, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney is in full fome and effect. Given under my hand and the seal of said Company at Waren, N.J., this 16th day of Februar~~ Xly 2 0 O 1 ~~Q~~~~ ~ G~t_ ~~ Aasiatant Secretary ~'j , ImPORTAI~~ No~r,ICc To obtain information or make a complain[: You may contact the T cxas Dcpartment of Insurance to obtain Inf01'InatlOn on companies, coverages, rights or complaints at: 1-soo-s7s-4c~7 You may write the Texas Dcpartment of Insurance: P.0.13ox 14)104 Austin, TX. 78714-9104 I~AX # (sl2) 47s-1771 PRLMIIJM CLAIMS OI2 DI51'U'I'1!JS Should you have a dispute concerning your premium or about a claim you should contact the agent or company first. If the dispute is not resolved, you may contact thc'fcxas Dcpartment of insurance. AT'hACII TI-IIS 1~O1'ICE TO YOUR POLICl' This notice is for information only and does not become a part or condition of the attached document '~ Tea:ot !~" {~bT,~co.ara~ WIIpiITP6W~L`1~U~~`-'_ r 4s1 SEALS ANNUAL gID FOR glp FOR BLACK BAS~E~~H s 2001 5:00 pm gip DUE. ~,atex;~s~°""~ P Q gox 791550 • ~^ Antonio. Texas ~~~i5~ ~~tnwesf pimsion KERR COUNTY CLERK COUNTY COURTHOUSE 700 MAIN ST 78026 KERRVVLLE,TX t t l BID DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PIPE KERR COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII.LE, TX 78028 (830)257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: PAVING AGGREGATE ASPHALT EMULSION OILS CORRUGATED METAL PIPE BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m March 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kerrville, Tezas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will no[ be accepted. Bids will be opened publicly and read aloud at 10:00 a.m, Monday, March 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kemille, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Sealed Bid for Paving Aggregate or Sealed Bid for Asphalt Emulsion Oil Or Sealed Bid for Corrugated Metal Pipe and March 9, 2001 at 5:00 p.m "Name and address of Contractor" Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). PAVING AGGREGATES SPECIFICATIONS AND BID FORM 1. Specifications: Paving aggregates shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 302 Aggregates for Surface Treatments. All sections apply except 302.5. Bids aze to be in cost (in dollazs) per cubic yazd. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID UNTl' COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed 3 Supplier Plant $ 7.95 /CY B stone or natural limestone 4 Supplier Plant $ 8•Y5 !CY B rock asphalt) 5 Supplier Plant $ 7 •'f5 /CY PB 3 *Kerr County $ /8• a.5/CY PB 4 *KerrCounty $ l~.aslCY PB 5 *Ken County $ / .2 /CY Trap Rock 3 *Ken• County $ ~/CY Trap Rock 4 *Ken• County $ tU~/CY Trap Rock 5 *Kerr County $ ~~/CY * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations aze shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particulaz job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I have read the attached Spceial Instructions to Bidders and that prices quoted herein aze to begin March 15, 2001 and be in effect until Match 15, 2002. 2 Signature~~~ a~t't~ Firm Name: ~/12(~'~'l /YZl.h25 L• ~./' Address: ~L ~ 202 200 ~ Nopa.L 51- va(~8D X Seal in Corporation Telephone: ($,~) 59/- D767 EMULISION OILlS SPECIFICATIONS AND BID FORM 1. Specifications: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, item 300, Asphah, Oits and Emulsions, CRS-2 or HFRS-2, and AEP (see attached). Bids aze to be in cost (dollazs) per gallon, delivered to Kerr County Texas work sites. Z. Bid Form: Type Bid Unit Cost CRS-2 $ Nobicl /Gallon Or HFR.S-2 $ N°~Jid /Gallbn AEP $ ~_/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, 2001 and be in effect until Mazch 15, 2002. -~~ ~~s a/ Signat a Date Firm Name: SYNa.I~'IIYI.~nQJ L.~.f Address: ,~q 20~ 200 E. No4~S!' I1~ialda~TSc 78801 Seal in Corporation Telephone: 8301 S`i l - 077 CORRIIGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. Specifcationa: 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 (dollars) per linear foot. 2. Bid Form BID UNIT COST Type Design F.O.B. Kerr County Road & Bride Yard 15" Arch 1 $ N o Q ~ D~F 18" Arch 2 $ !LF 24" Arch 3 $ /I,F 30" Arch 4 $ /L.F I S" Coupling Band $ /~ch 18" Coupling Band $ /each 24" Coupling Band $ leach 30" Coupling Band $ /each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to„begin March I5, 2001 and be in effect until March 15, 2002. Signature ~;S 'D/ Date l/ II nA • Firm Name: YYIU•CYtlr`.lf1ES ~•~•P Address: 202 20o t. NoTai U..unldv_,Tx Z88D1 Seal in Corporation Telephone: t 830 Sq I - D71~? 7 ~" BID DOCUMENTS ANNUAL BID FOR ROAD BASE MATERIAL BLACK BASE COLD MIX TYPE CC KERB COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO IIWY. KERRVII.LE, TX 78028 (830) 237-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: Annual Bid for: Road Base Material Black Base Cold Miz Type CC BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received until 5:00 p.m March 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kerrville, Tezas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m, Monday, Mach 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Road Base Material Or Black Base Or Cold Mix Type CC March 9, 2001 at 5:00 p.m "Name and address of Contractor" This may be anon-exclusive contract and Kerr County shall have the right to contract with others as needed in the discretion of the County. Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifcations: 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 aze to be in cost (in dollars) per cubic yazd. 2. Bid Foam BID iJIVIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 (I'/. down) Type A (crushed limestone) Type B (uncrushed graveVpit run) Type C (crushed gravel) F.O.B. KERR COUNTY (25 Mile radius of Kerrville) Type A (crushed limestone) Type B (uncrushed gaveUpit run) Type C (crushed gavel) $ NB /cY $ ~/CY $ !CY GRADE I (1'/, down) $ ~_/CY $ ~/CY $ /CY GRADE 2 (2'/ down) $N6/cY $ ~/CY $ /CY GRADE2 (2 3i down) $ ~ /CY $ ~/CY $ /CY Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I have read the attached Special Inshvctions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March I5, 2002. li 35 of Sign e II Date Firm Name: m,(Il[?5 L~~ Address: +I o 8~ I Seal in Corporation Telephone: HOT MIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT SPECIFICATIONS AND BID FORM 1. Specifcations: Base material shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 334 (see attached). Bids are to be in cost (in dollars) per TON. 2. Bid Form BID UNIT COST F.O.B. KERB COUNTY BLACK BASE COLD MIX Type CC (25 M7e radios of Kerrville) s ~.a3rroN $ aI~/I'ON I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin Mazch 15, 2001 and be in effect until March I5, 2002. 3 501 Signatu a C. I1 ~p Date. Firm Name: d1YlU-YVt I~ll~nes Ll. P Address: `.S1't ~2 20o G. eonl Lltlalrl~ Tx 78$01 Telephone: (S~) 5q l DT(e~ Seal in Corporation ~_ . G~ , , .. aaani~/snA+~ _.«'r. ~'1ti2 .H~ I Seated~~d ~'ar~aving, ~•g~re~t~ Cold ~+x iyPe ~-~- 3id ~a~e and Ti m~ • Mareh q, 2001 5pm BID DOCUMENTS ANNUAL BID FOR ROAD BASE MATERIAL BLACK BASE COLD MIX TYPE CC KERB COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO IiWY. KERRVILLE, TX 78028 (830) 237-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: Annual Bid for: Road Base Material Black Base Cokl Mia Type CC BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m March 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Maiu Street Kerrvilte, Texas 78028 All bids must be on the Unit Price Bid Form. Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m, Monday, March 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Road Base Material Or Black Base Or Cold Mix Type CC Mazch 9, 2001 at 5:00 p.m. "Name and address of Contractor" This may be a nonexclusive contract and Ken Couny shall have the right to contrail with others as needed in the discretion of the County. Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Pazagraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifcations: 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 cos[ (in dollars) per cubic yard. 2. Bid Form BID UNIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (1'/.ppdown) (2 Y down) Type A (crushed limestone) $ ~D /CY $ ~ Pj /CY Type B (uncrushed gravel/pit run) $ ~/CY $ ~/CY Type C (crushed gravel) $ /CY $ /CY F.O.B. KERB COUNTY GRADE 1 GRADE 2 (25 Mile radius of Kerrville) (1'/, down) (2 Ya down) Type A (crushed limestone) $ ~~/CY $ ~~/CY Type B (uncrushed graveVpit run) $ ~/CY $ ~/CY Type C (crushed gravel) $ /CY $ /CY Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sties. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March I5, 2001 and be in effect until March 15, 2002. 3~ot Si a Date Firm Name: ~YYUJ~ m,1.nQ5 ~~P Address: ~f.+t2o~ 200 ~ fsow.l u~alcle, 7"x 781 Seal in Corporation Telephone: l~ t 5q I - 07(0 7 HOT MIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT SPECIFICATIONS AND BID FORM 1. Specificatiots: Base material shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 334 (see attached). Bids are to be in cost (in dollars) per TON. 2. Bid Form BID UNTf COST F.O.B. KERB COUNTY (25 M7e radios of Kerrville) BLACK BASE $ aa. a3/I'ON COLD MIX Type CC $ a~~/TON I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. ,~-,~ 3 s I o I Signa a e. I1 ,,n Date Firm Name: ~-Y1U~YV~ Iv`~v~es LL P Address: fie, 202 200 ~. eo 1 i 1 . Tx 78$01 Telephone: (~) ,5q t DT G 7 Seal in Corporation 9 re~ja~"P~ u^ 'Pa~m°~ ~- 9 ~or '4xa P. ~• BOTexas 75839 EIk„a~~ 1 '. u5 v„~ , !'~;~ ~ _ . KERR COUNTY Co RT NpUSE SA+~ KERRMPIK $TREEAS 78020C8 KERRVILLE' TEX C~c,VFQIRe°.~. ~RUGATEO METArL PIPE S~ BEALEp 8~ 20FOOR at05:p0 P•m• ~`°'~> MARCH 9' Ze Z 3' ~ ~~ L~~ F- ~~~~