(:If~'Gi:hl i11~II7 61(::(::Ii~G''T' I3:I:I)fii (:hi tai:i.<.:> t;hrr:r :L :Ll;li d<:ty c:rF I'1~arc>hi "ri?Ca(ik?,, t.tl:ar:ari nicrl::i.c;n m:i.c:anr>rr, Ci~r:i.f^F:i.it, +:>r~crc:rriclr:ata I:ay C:unrrn:i.=.>=.:>:i.t:rrx~r I3~aaclw:i.n,, l:hua (:a:i t.l~r t; t.u~i~u'i:i nu:au~7.y <':ipl:rravt.uurL (';ca 'f;Mt:~ rr-.~gt.tc:' hr+clua.r~~cl nxrt•;rt::i.ria., wh7:i.<:~h w:i.:La. h<± I~I<:t-rra'i tht:~ i?t".;41'a,, Yca<:ir ii?fl(o)c.'.,. COMMISSIONERS' COURT AGENDA REQUEST I -- PLEASE FURNISH ONF. ORGINAL AND NINE COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT. MADE BY_ Franklin_J~hnston ,P.E_._ __ OFFICE: Koad & Bridge MEETING DATP.: March 1 t, 2002 TIME PREFERRED: 10:00 a.m. SUBJEC"I': (PLEASE BE SPECIFIC) Onen Sealed Bids on the followin 6,500 Tons of Base for Sheppard Rees 5 yr Lease on 924 Loader Annual Bids on Base Material, Cold Mix, Black Base, Pavin¢ Aggre ~at~ e, Asphalt Emulsion Oil, Corrugated Metal Pipe. EXF,CIITIVF, SF,SSION REQUESTED: (PLEASE STATE REASON) NAME OF' PF,RSON ADDRESSING THE COURT: Franklin Johnston, P.E. EST[MA'hF,D LENGTH OF PRF,SENTATION: ]0 minutes IF PERSONNEL MA"fTF.R NAMF, OF EMPLOYEE: "Time for submitting this request for Court to assure that the matter is posted in accordance with Title 5, Chapter 551 and 552, government Code, is a follows: Meeting scheduled for Mondays: 5:00 P.M. previous Tuesday THIS REQUEST RECEIVED BY: THIS RF.QUF.ST REC'F.IVF:D ON: All Agenda Requests will be screened by the County Judge's Office to determine if adequate information has been prepared for the Court's formal consideration and action at time of Court Meetings. Your cooperation will be appreciated and contribute towazds your request being addressed at the earliest opportunity. See Agenda Request Rule Adopted by Commissioners' Court. ADVERTISEMENT FOR BID Kerr County will be accepting Sealed Bids for Annual Bids Road Base Material Cold Mix Black Base Paving Aggregate Asphalt Emu-sion Oil Corrugated Metal Yipe Equipment by the Hour with Operator Other Bids 5 yr Lease on 924 Loader 6,500 "tons (Type B, Grade 2) Base for Sheppazd Rees Sealed bids will be accepted by the Kerr County Clerk, Kerr County Court House, 700 Main Street Kemille,'I'exas 78028, until 5:00 P.M., March 8, 2002. All bids must be submitted on the [ Init Price Bid Form. Bids will be opened publicly and read aloud at 10:00 A.M., Monday, March 11, 2002, in Commissioners' Court. Bid documents may be obtained from Kerr County Road & Bridge Department, 4010 San Antonio, Hwy., Kerrville, Texas 78028 or call 1-830-257-2993. BID FORMS for LEASE Of ONE (1) WHEEL LOADER Ken County Road & Bridge 4010 San Antonio Hwy. Kemille, Texas 78028 830-257-2993 SPECIFICATION # 0035-02 PAGE 2 2/13/02 Invitation For Bid No. 0035-02 Wheel Loader Bid Date: Mazch 8, 2002 5:00 p.m Opening date: March 11, 2002 10:00 a.m Thu entire bid packet must be completed and returned General A. Ken County Clerk will accept sealed, competitive bids for the lease of one (1) Wheel Loader. B. Bids must be submitted no later than 5:00 p.m, Friday, Mazch 8, 2002, at the Kerr County Clerks Office. Bids will be opened at 10:00 a.m, Monday, Mazch 11, 2002, at the Kerr County Commissioners Court. Bids must be original and in sealed envelopes cleazly marked "Sealed Bid 0035-02." Bidders aze invited to attend the bid opening. C. Bids must be submitted on the Bid Forms as provided with this Invitation for Bids, or a copy thereof. Bidders must provide unit prices for each Item Number on the Bid Sheet. A "No Bid" or blank quote for any Item Number on the bid Sheet will be considered a rejection of the entire bid. A "No Charge" or "Zero" quote will be considered as incurring no cost to the County. D. Kerr County is not responsible for late delivery by the United States Postal Service or any independent carrier. Late bids will be returned unopened without consideration. Facsimile transmittals aze not acceptable. E. Bid awazd will be made to the responsible bidder offering equipment meeting specifications at the lowest total price as shown on the Bid Form. F. Kerr County reserves the right to accept or reject any or all bids. G. As this bid is expected to exceed $25,000.00, a bid bond often percent (10%) of the bid price must accompany each bid. Bonds submitted by unsuccessfiil bidders will be returned within ten (10) days of bid opening. The bond submitted by the successful bidder will be returned upon equipment delivery. H. All equipment ordered by the County must be delivered, at no cost to the County, to Kerr County Road & Bridge, 4010 San Antonio Hwy., Kerrville, Texas 78028. SPECIFICATION # 0035-02 PAGE 3 2/13/02 II. Guazanteed Total Maximum Repair Costs A. The bidder shall state on the Bid Form the guaranteed maximum total costs to the County for repair of the wheel loader specified herein, pursuant to the terms stated herein. B. The County will assume responsibility for all repair costs resulting from damage due to fire, windstorm, flood and rising waters, lightning, theft and pilferage, vandalism, accidents, and operator and mechanic's negligence. Total cost of the repairs due to the above circumstances will not be included in computing the guazanteed maximum total cost of repass covered under the contract. C. The successful bidder shall pay for all repays (including parts and labor) to the equipment covered by the manufacturer's warranty, and these costs shall not be included in the guaranteed total costs of repairs. D. The County shall assume, at it's expense, all costs including labor to repair or replace all parts and components normally consumed in day-to-day operations such as tires, tubes, fire repairs, lubricating oil, filters of all types, grease fuel, antifreeze, cutting edges, batteries, headlights, glass breakage, belts, braked lining, cleaning and painting. These costs will not be included in computing the guazanteed maximum total cost of repairs under this contract. E. At the termination of the contract, the vendor agrees to pay to the County the cost of repairs that aze in excess of the amount bid on REPAIR EXPENSE. F. The County shall maintain the equipment in accordance with manufacturer's recommendations. G. The successful bidder has the right to inspect the equipment during normal department working hours and to make recommendations for repairs and improved maintenance in keeping with the requirements stated by the manufacturer in the shop manual for the maintenance and repair of the equipment. H. Any repairs, other than those covered in subpazagraphs B, C, and D of this section, which exceed $100.00 may be repaired by the vendor, at his option. If the vendor chooses to repair the equipment, repairs shall commence within one (1) day after notification by the County. I. The accumulation of charges from County labor and parts, as well as vendor invoices for repairs, other than those covered in subpazagraphs B, C, and D of this section shall be the basis for computing the guaranteed maximum total cost of repairs under this contract. SPECIFICATION # 0035-02 PAGE 4 2/13/02 J. The vendor shall have the right to examine repair costs at any reasonable time. Should a dispute occur between the County and the vendor, as to whether a charge should be included in computing the guaranteed maximum total cost of repairs, then the entire matter shall become subject to azbitration as set forth in the bid documents. Name of individual authorized to bid: C (e ~1 /~ SZO "~'~ '~ Signature: ~titi~l ~~~ -~ Firm Name: Iti~J~25~1d - ~ er~~C~ ~~(JS~1~s Z~c-. Address: 3~ y C S' ~ ' Lc c ~ I ~ Telephone: z( ~ c) (oi-1 Y - c14 N cl ~<- (grc~ gcc, - ~ 4l~ FAX: 2~ ° !r~'-f 8 - rl (~c ~- SPECIFICATION # 0035-02 PAGE 5 2/13/02 DATA SHEET for Kerr County Road & Bridge 4010 San Antonio Hwy. Kerrville, Texas 78028 (830)257-2993 Thu specifuatwn packet must be completed and returned as part ojyour bid Bidders Name l~a~'Kf sly? - ~~w~Ce ~tiQ~~~,eS .mac. Address: 3~1~ ~ =- C . (.;.c~ ail c ~.~ f-ln-Ioy i c ~ ~C ~J 42 a Z Telephone: Zic/ /r~18-U444 ~~ ~c'8co- =(n4to TO BIDDER: We will be accepting bids to lease one (1) Wheel Loader in the best interest of Kerr County according to; parts, service, warranty, proven reliability, and not necessarily low bid. Wheel Loader 1. Model New -Current CAT 924 GZ or Equivalent ~o r/\ r'l'S ~i /,VA18~- 3Y''IG 2. Engine Four-stroke cycle, six cylinder turbo charged diesel engine Gross HP 122 3. Transmission 4. Reaz Axle Power Shift transmission - 4F. 3R x/25 _ /rig ~vo55 F/ 1? s - ~If ~iK Oscillating, Conventional differentials with limited slip or no spin 5. Brakes Hydraulic inboazd wet disc Dual pedal braking Secondary brake feature 6. Standard Lights and Gages 7. Cab 8. Wheels and Tires 9. Hydraulic Pump Including flashers, tachometer, hour meter, and Rotating Beacon Sound suppressed enclosed ROPS cab 17.5 -25, 12PR 35gpm at 3,600 psi - LrM iftt~ -S7 i~ Vey V e5 ycs° ice' !1'l~'~++ Dise. ')(~S Ves VC_~~M ~ 3C0o p5r re I ~e~ set+'~n~ SPECIFICATION # 0035-02 PAGE 6 2113/02 10. Cycle Time 11. Bucket Capacity With Edge 12. Breakout Force 13. Operating Weight 14. Warranty 15. Dehvery 8.3 seconds 2.3 Yds General Purpose With Edge 21,720 Lbs 21,700 Lbs Standazd Warranty 60-90 days or sooner FOB Kerr County !lo- ~'s srccncts c~'I fD'~ ~t~ yes - ~.5 ycP. nc - I~~~ 2-c ~~l 3. S yd boc-P:et vlc ' ac, ri g l 11~s. } mom.,-Hh S isco h~~~,-s 5 Any specifications that do not meet required specifications will not be considered. Ken County reserves the right to reject any and all bids. Sealed bids will be accepted until 5:00 p.m, Mazch 8, 2002, at the Kerr County Clerks Office. Sealed bids are to be addressed to the Kerr County Road & Bridge Department and be stated "SEALED BID 0035-02 WHEEL LOADER" on the envelope. Bids will be publicly opened and read at 10:00 a.m., March 1 1, 2002 in Commissioners Court. SPECIFICATION # 0035-02 PAGE 7 2/13/02 Bid Form for Lease of WHEEL LOADER BID DATE: March 8, 2002 @ 5:00 p.m. Do not include Federal Tax or State Sales Tax. The necessary exemption cert~eates will be issued upon request. ITEM DESCRIPTION 1. ONE (1) NEW CURRENT WHEEL LOADER Manufacturer and Model No: K onna~-5 ~ - w' ~ I $ L - -3 r'~ ~- Warranty: Io0 monJ~s) Syoo ~,;; s F~^II n'lx~w~e v>Ki"ra~ 'n~cloc~'~~9 c~~ I s~~•~~les Time Needed for Delivery: (oc -ro °o D2ys 2. Five (5) year Lease (60 months @ $ 1211 1. 45 /mo) GUARANTEED REPAIR EXPENSE (from delivery to 5 years or 7,500 hours whichever comes first)--- SHALL NOT EXCEED 4. TOTAL COST BID (Add Item 2, and Item 3) BIDDER MUST SUBMIT A COPY OF THE LEASE AGREEMENT WITH THIS BID FORM 5 . (r 8'l . ~ reo .p0 8 `l .°` I certify that the above WHEEL LOADER to be delivered under this bid will meet or exceed all of the minimum specifications and conditions set forth by the County of Kerr. DATED THIS rJ~` DAY OF f~1r ~c~ , 2002. Bidding Firm: j/t)r~r; Ke s~ - ~r+rte 1.r~~VS-Ft-ieS snc . Address: 3r1y0 S.6• L°o~ ylo ' An-1e«1i0 -"~C r18ZZZ Telephone: Lio, fD~l$-~ly4y cr Sc°~SCO"~(rU(o (Seal if Corporation) By: ~,~Nw\ ~J Title: ~es ~~.ese•~+~-4iV2 MILLENNIUM CORPORATE PARK BLDG. C 78400 NE UNKM4 HILL ROAD REDMOND, WA 98052 BID BOND BOND NO. 2002-87 Conforms with The American Institute of Architects, A.I.A. Document No. AJ70 KNOW ALL BY THESE PRESENTS, That we, WAUKESHA-PEARCE INDUSTRIES, INC. as Principal, hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA , of 7600 W. Tidwell, Suite 302, Houston, Texas 77040 , a corporation duly organized under the laws of the Stale of Washington , as Surety, hereinafter called the Surety, are held and firmly bound unto KERR COUNTY ROAD AND BRIDGE, KERRVILLE, TEXAS as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of theTotalAmountBid--------------------------------------------------- Dollars (S 10% of Bid Amount ), for the payment of which sum well and [Wily to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Bid No. 0035-02, One (1) Wheel Loader NOW, TI~REFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contras and for the prompt payment of labor and material famished in the prosecution thereof, or in the event of the failure of [he Principal [o enter such Contract and give such bond or bonds, if the Principal shall pay [o the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contras with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11th day of March 2002 WAUKESHA-PEARCE INDUSTRIES, INC. (S~) \~ ~_ ( Principal Witness S( V.R ruwrre.[ Y~/gOrwrA, as~'~tH"w Title _ SAFECO INSURANCE COMPANY OF AMERICA ~ ~ _ ~/~ , erry Skinne Q,R. /~ Witness { By u, t C~~ ~ ~~~-~-- y1'~?~'"^"''~, ~v Ph fli Ramirez tta -in-Fas 1i_ ~~ ¢f' ~ ~w ~ (. a M 'q r; ~in ~ O ~ . ;.'.. y .~ ~ m v .f~ ° s 3 ,,., , ~~ s ~~e -~>\~, ESL f` I ~ re :~~4'v 95 ~',: h~i k~ ~•........ , 5-0054/SAFE 10/99 ®Repistered irhder119r1c dSAFECO Caporat(on. S A F E C O° pF A ORNEY ~- KNOW ALL BY THESE PRESENTS: SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 BOND N0. 2002-87 No. 6485 That SAFECO INSURANCE COMPANY OF AMERICA ant GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint •rrrrPHYLLiS RAMH2EZ; JAMIE CERMENO; PHILIP N. BAIR; NANCY THOMAS; VICIE COLEMAN; ]IMMYE LANGFORD; MILDRED L. MASSEY; ERIC S. FEIGHL; JOYCE A JOHNSON' Houston, Texas+++'+•+•ruu+u+r++rpu+rr+rrr++r+r+rnnrwrrrrrrrrrrrrrraaaa++nauuaurarrrrrrrrasaaaaaa++rrrrrsasar+++trrrraaaarar+ its true znd Izw~ful attorney(s)-in-fad, whh full authcriy to execW,e on hs behalf fdelity and surety bonds or undertakings and other documents of z a~mi!ar charzC,er issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 12th . a GT.~'~~o-n- RA. PIERSON, SECRETARY day of May 2001 MIKE MC~ICK, PRESIDENT CERTIFICATE EMrad from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. -FIDELITY AND SURETY BONDS ... the President, any Vce President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fad or under other appropriate Idles whh authority to execute on behalf of the company fidelity and surety bonds and other documents of similar chareder issued by the company in the course of its business... On any instrument making or evidendng such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking:' Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Artide V, Section 13 of the By-Laws, and (ii) A copy of the powerof-attorney appointment, executed pursuant thereto, and (iii) Certifying that said powerof-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extreds of the By-Laws and of a Resolution of the Board of Directors of these cerporetbns, and of a Power of Attorney issued pursuant thereto, are true and cemed, ant that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 11TH 5-0974/SAEP2/O7 s ~~~~ ~1 <.. ~I •~aa ~:~ ~;_ day of MARCH 2002 RA. PIERSON, SECRETARY ®A registered trademark of SAFECO Corporation 7/12/01 PDF :r~`..~- `"<-' IMPORTANT NOTICE To obtain information or to make a complaint: You may contact the Texas Department of Insurance to Obtain information on Companies, coverage, rights or complaints at: 1-800-252-3439 You may write: TEXAS DEPARTMENT OF INSURANCE P. O. BOX 149104 AUSTIN, TEXAS 78714-9104 FAX #(512) 475-1771. -ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Sections 2253.021(f) and 2253.048, Texas Government Code, and Section 53.202, Texas Property Code, effective September 1, 2001. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact John L. Wortham & Son, L.L.P. first. If the dispute is not resolved, you may contact the Texas Department of Insurance. WAUNFSR4PnXGEINWSIflIFS, dIC. T40 S.E. LOOP 410 HEN gNTONIO,T%. )E]]] (210) 819~MC1 THE POWER PEOPLE' ~ ~q~ +$ffiyrA Kerr County Road & Bridge 4010 San Antonio Hwy. Kerrville, TX 78028 "SEALED BID #0035-02." TO BE OPENED 10:00 A.M., MARCH 11, 2002 02/15/2002 09:33 8968481 K C ROAD & BRIDGE PAGE 02 HOT MILK-COLD LAID ASPHALTIC CONCRETE PAVEMENT SPECIFICATIONS AND $ID FORM 1. SpetiBcatbna: Base material shall conform to the requircements in 1993 Texas Highway Department. Standard Specifications, Item 334 (see attached). $ids are to be is cost (in dollars) per TON. 2. Bid Form F O.B. KERB COUNTY BLACK BASE COLD 11iQC lyrpe CC BID UNIT COST (25 Mlk nadi- of KerrvBk) S 23.97/CON S 23.97fTON 1 do hereby certify that I have read the attached Special Instructions to Bidders and that prig quoted heaeip are to b/ (,~ h 15, 2 02 and be in effect tattil March 15, 2003. 3-4-02 SlBnstras Pat Kerry vat Firm Name: Vulcan Construction Materials, LP N C04~ ``~~; Address; P. 0. Box 791550, San Antonio, TX 79279-1550 ~~` 5~~,~. Telephone: (210) 524-3500 ~J CQ Gc+`~`~' 'x_ P w C.Qx~oation L ~ 'S3d1V :K°- ~'~ ~ _~ .• 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 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 TYPE BID UNIT COST GRADE F B (Crushed gravel, crushed 3 Supplier Plant $ ~/CY B stone or natural limestone 4 Supplier Plant $ NB /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 $ ~~/CY Trap Rock 3 *Kerr County $ 28.22 /CY Trap Rock 4 *Kerr County $ _28.22JCY 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 in1Item 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 Standazd 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 hereby certify that I have read the attached Speciai Instructions to Bidders and that prices quoted herein are to begin 15, 2002 and be in effect until March 15, 2003. .,~ 3-4-02 Signature Pat Kerry Date ~l~l. rU , 4`~~°'1 ~ ~~``. i Firm Name: Vulcan Construction Materials LP ;{`„~ R-~~~ "'`~ Address: P. 0. Box 791550 - an An onin^TX 78279-1550 ' ~' ~,![in`~orporation Telephone: (210) 524-3500 BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 247, Flexible Base, Type A, Type B (see attached). Bids aze to be in cost (in dollazs) per cubic yazd. 2. Bid Form BID UNIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (I sh down) (2'/s down) Type A (crushed limestone) $ NB /CY $ NB /CY Type B (uncrushed graveUpit run) $ NB /CY $ NB /CY Type C (crushed gravel) $ N B /CY $ ~/CY F.O.B. KERR COUNTY GRADE 1 GRADE 2 (25 Mile radius of Kerrville) (1'/. down) (2'/s down) Type A (crushed limestone) $ NB /CY $NB /CY Type B (uncrushed graveUpit run) $ NB /CY $NB /CY Type C (crushed gravel) $1(lI/CY $Ng/CY Kerr County retains the rights to add transportation chazges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that [have read the attached Special Instructions to Bidders and that prices quoted herein are to begin h 15, 2002 and be in effect until March 15, 2003. (~/~ 3-4-02 Signature Pat Kerry Date Firm Name: Vulcan Construction Materials. LP Address: P. 0. Box 791550, San Antonio, TX 78279-1550 Telephone: (2101 524-3500 KERR COUNTY CLERK KERB COUNTY COURT HOUSE 700 MA[N STREET KERRVILLE, TX 78028 SEALED BID FOR: (]) HOT MIX-COLD LAID ASPHALTIC ~,(/y ~°,• CONCRETE PAVEMENT ~ ~ ~~ ,~~ .~~ (2) PAVING AGGREGATES C CHUBB GROUP OF INSURANCE COMPANIES CHUBB 15 Mountain View Road, P O Box 1615 Warren. New Jersey 07061 1615 FEDERAL INSURANCE COMPANY BID BOND Bond No. 03080201 Amount g5 `o of GAB Know All Men By These Presents, That we, Vulcan Materials Company P.O. Box 791550 San Antonio, TX 78279-1550 (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto Kerr County, Texas (hereinafter called the Obligee), in the sum of Five Percent (5~) of Principal's Greatest Amount Bid Dollars ($ ), 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 5th day of "larch ~~ 2Q02. WHEREAS, the Principal has submitted a bid, dated N.arch 8 ,~S 2002 , for Furnishing Paving Aggregate and Hot Mix-Cold Laid Asphaltic Concrete 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 Principal ,r,,,,. t !v ' ;fit" 'c ~.. FEDERAL INSURANCE COMPANY`n ~ ~~ ;{~ 4 :,~~ `~. ,miry*Fn • : ~~`~• •' C Form ~so2-ozsa iae~a-soi (Forfeiture) M09604 ~,'~"A BY: /`'„~!`,..•'~~t'~;~ f~f!n 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, Teaas each its true and lawfulAttomey-in-Fad to execute under such designation in its name and to affix its corporete 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 suk, 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 of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or IMemal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Vllage, 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 behaH of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contrails. In Wkneas 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 day of February 19 97 er ~c Assistant Sscrotary STATE OF NEW JERSEY i ~, County of Somerset f FEDERAL INSURANCE COMPANY BY F k Robertso ce ProskhM On this 13th day of February t9 97, before me personally came Kenneth C. Wendel to me known and by me known to be Assistant 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 of Attomey is such corporate seal and was thereto affixed by authodty of the By-Laws of said Company, and that he signed said Power of Attomey asASSistant Secretary ct 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 authodty of said By-Laws and in deponenYS presence. Notarial Seal xSP$ CIC~O Acknowledged and Swofrt to before me on the date above written. ~ OTARY S .~ 9 PLTLi.~ .~` ~ t ~+~#~~ ,` ~ , 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. Form 1&10-0183 (Ed 6%) GENERAL ~. - .. Note.; i'L_ .:; . . CC.^..Y:.~b^..:.._.........y ..1 CERTIFICATION STATE OF NEW JERSEY i ss. Covnty of Somerset f I, the undersigned, Assistant Secretary d 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 Beard of Directors and that this By-Law is in full force and effect. 'ARTICLE XVIII. Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behaH 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 either by the Chairman or the Vice Chairman or the President or a Vice President, jointly with the Secretary or an A`~istant Secretary, under their respective designations, except that any one or more officers or attorneys-in-fad designated in any resolution of the Board of Directors or the Execu[Ne 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 behaH of the Company 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 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 may be affixed by facsimile to any power of attomey or to any certrficate 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 certificate bearing such facsimile signature orfacsimile seal shall be valid and binding upon the Company and any such power so executed and certfied by such facsimile signa- ture and facsimile seal shall be valid and binding upon the Company with rasped to any bond or undertaking to which it is attached.' 1 further certify that said FEDERAL INSURANCE COMPANY is duy licensed to transact fidelity and surety business in each of the States of the Unhed States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the exception of Pdnce 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 foroe and effect. and and the seal of said Company at Warren, N.J., this 5th day d~N,ar ch Yjtj2~0 0 2 ~~e~~~~"~~-~ L~-'i!tw+-mil Auistent Sserota IMPORTANT NOTICE 1b obtain information or make a complaint: You may contact the Texas Dcparlmcnt oPlnsurance to obtain information on companies, coverages, rights or complaints at: 1-soo-s7s-4c~7 You may write the Texas Department of.Insurance: P.O. 13ox 149104 Austin, TX. 78714-9104 FAX l~ (s 12) 47s-1771 I'RLMIUM CLAIMS OR llI5I'UTrS Should you have a dispute concerning your premium or about a claim you should contact the went or company first. IF the dispute is not resolved, you may contact thc'I'cxas Dcparlmcnt of Insurance. ATTACII'I'HI5 NOTICIC TO YOUR POLICY 'Chis notice is for information only and flocs not become a part or condition of the attached document 6,5011 TONS OF BASE MATERIAL SPECIFICATIONS AND BID FORM 1. SpecificaNona: Banc material shall conform td the requirements in 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type B (see attached). Bids are to be in cost (in dollars) per ton. 2. Bid Form BID UP1IT COST F.O.B. SiTPPI.IER'S PLANT Type B (uocrushed graveUpit run) GRADE2 (2 '/: down) O $ ~/I'ON F.O.B. KERR COUNTX (Sheppard Rees Road) Type B (uncnushed graveUpitrun) GRADE2 (2 Y: down) $ 0 ~ /I'ON [ do hereby certify that I have rrdd the attached Spacial Instructions to Bidders and that prices quoted herein are for 6,500 Tons of matcxial~for the Sheppard Rees Project. Signature Date Firm Name: ~ li`nl >'' ~j-, [?e eves Address: 7 8.3 3ohN5o~1 A ~P,PRd~~ ~T~ Seal in Corporation Telephone: 83o-635f -.~39~ ~- ~` ~,~ ~~' e~ ~pse ~aR 51.eP Rees ~~ S ~ ~bo~ ~~~~~~~ ~~~ ~ 02!25/2002 14:00 8968481 K C ROAD & BRIDGE ADDENDUM ~ 1 6,500 TONS OF BASE MATERIAL SP$ClFICATION3 AND BID FORM PAGE 02 1. SpeeiIInfions: Bme mtrtnrial shall conform to tha regtur+ements in 1993 Texas Highway bepertmerrt Staadard Specifications, Item 24'7, Floxdbk Base, Type A (Crushed Litrteslorte; see attached). Buds arc ib be in cost (in dollars) per ton. 2. Bid Form BID UNIT COST F.O.B. SUlPL]lER'8 PLANT GItAD1C x (Z ~ dewrt) 'I~pe A (crushed limestone) F.O.B. ICERR troUNTY (5Yspp~rd Ross Road) Type A (aruslfed limestone) ~~,~E iON GRADE 2 (= 5S dow~a) t~,'la`'rutkh~ ~ P,~$ rroN I do hereby oaiify trot [have read the ansched 5peelsl Ltsatuxlons to Bidders end that prices quoted bnreie arc far 6,5 of metaial for the Sheppard Roos Projcet. `~ t'G ~ /2 X2.2 L L Firm Name; ,~i ~ /C~- ~ ~ _ _ Address: E~ ~ ~ o..~.~ f~y 7s~e/c' 9ea1 in Corporation Telephone: fC 3ca -G Y!- ~o!/ av, X30 -~/.; e - i ~ z b -~~ g-'°-~G''~l-3°~~ ~~ /~ ~~~ 3 ~~ ~gDr~ ?,~`l _ p ~~ ~ __~~ jj..j2~~ r`1' sY~ ~~.~gg~` F`~~-- ~r ~~ s~®°~~` EgUIPMENT BY THE HOUR WITHf OPEB,AT08 SPECIFICATIONS AND BID FORM 1. Specifications: '~ Bids arc to be in cost (dollars) per how for EQUIPMENT ~ OPERATOR 2, Bid form is for oquipment listed ors machine of equal perfdrtnance. SPECIFICATION TYPE AGE QF UNIT MEET5 EQUIPMENT EQUIP. COST SPECS BID (Years) (Yesino) CAT D-6 Dozer w/Ripper ~ ~ 7 (or equivalent) Scraper C L/ ~ 2 v G ~' (heaped capacity 11 CY) ~ CAT 12G Motor Grader 1_y~ (or equivalent} 930 Loader fr'~~fR~L°w0~/+ (or equivalent) 12 Ton Flat Wheel Roller /999 ~y~ '~+~/I-- /9 $ I/pmlper hr. $//v;~/per hr. r~ $/~Gd[/Per hr. t.~ $ /per hr. 12 Ton Pneumatic Roller 1500 Gallon Water Truck 2aoo GitL to a/ T.o~.~ b Optional bid: Asphalt Distributor Chip Spreader S /per hr. _, $ Lfd~ /per hr. _~ /per hr. $ /per hr. I do hereby certify that I have read the attached Special InsUuctions to Bidders and that prices quoted herein are to begin March 15, 2002, and be is effect until Iylarch 15, 2003. i 5~-~~.~- Firm Name: Address: Telephone: Z_ 2P~-o2 Date LEO R. (BOBBY) JENSCHKE, JR. P.O. BOX 291218 KERRViLLE, TEXAS 78029-1218 Hourly EquiPment5 OOPM March 8, 2002 CR Leo R. Jenschke, Jr. P.O. Box 291218 Kerrville, Texas 78029 p~,l(gRAC0.CIBRK'!t>~.1! ~ a 3 1i/*-~ EQUIPMENT BY THE HOUR RrITH OPEB~TOR 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. SPECIFICATIONS AND BID FORM SPECIFICATION TYPE AGE OF UNIT MEETS EQUIPMENT EQUIP. COST SPECS BID (Years) (Yes/no) Minimum Bid: CAT D-6 Dozer w/Ripper (or equivalent) Scraper (heaped capacity i l CY) CAT 12G Motor Grader (or equivalent) 930 Loader (or equivalent) 12 Ton Flat Wheel Roller 12 Ton Pneumatic Roller JD650G w/HD ripper intl. 412B CAT 14E CAT 928G Ingram 8 ton Hyster 10 ton 5 $70.OLyperhr. no 16 $80.0(Yperhr. ves 31 $70.00/perhr, yes 3 $75.Oq~perhr. yes 2 6 $5 5. 0 (Yper hr. no 13 $55.OQ'perhr. no 29 $50.0(Yperhr. ves 1500 Gallon Water Truck Ford F600 2000 qln Optional bid: Asphait Distributor no bid no bid $ Iper 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 15, 2002, aad be in effect until March 15, 2003. `_-~ Signature 3/4/02 Date Firm Name: Schwarz Construction Co. Address; 1811 Junction Hwy., Kerrville Telephone: - nx~ ~ossTRU°,Trni°p co SCti~ IsII ~uxc~n°x s ~so2a ~ggVILLE.1'E~` $OUr1Y Eg2002 a~ $1p0Co- S~hw zr ~Onstz H YyOn 187 3unct1TX 7802$ Kexrvi].le r EQITIPMEN'1` BY THE HOi)R WITH OPERATOR SPECIFICATIONS AND BID FORM ~. y- ; 1. Specifications: >~ Bids aze 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) ~~• • T. l_ CAT D-6 Dozer w/Ripper (or equivalent) Scraper (heaped capacity 11 CY) CAT 12G Motor Grader (or equivalent) 930 Loader (or equivalent) 12 Ton Flat Wheel Roller 12 Ton Pneumatic Roller 1500 Gallon Water Truck ~~~ ~f G/~C ~ ~~ f 93~ /~ ~/ ,~~ y ~~ 9~~ $ ~/per hr..~S $ ,~40 /per hr. _~S $ ~~/per hr. ~S $ ,~!~Tper hr. ~ $ Optional bid: Asphalt Distributor Chip Spreader $ ~l~ /per hr. ~f°S $ /7 -//per hr. YP 5 I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein aze to begin March 15, 2002, and be in effect until March 15, 2003. L~ Z.. w~ Ep JENS oHKEc+a°, M~N'~ ~,o~ pONSZZg Interstate Kerrville, Texapps 78}}0.~,,2,8 ~Ors~~t~~n vQnUQCt~~ ~gRCO~COURT B U5E KE~~~ T~ Eg 78e28 ~. CORRUGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. Specifications: Culvert pipe shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 460; unless otherwise noted herein. Bids aze to be in cost (dollazs) per lineaz foot. 2. Bid Form Type IS" Arch 18" Arch 24" Arch 30" Arch 15" Coupling Band 18" Coupling Band 24" Coupling Band 30" Coupling Band BID UNIT COST Desigr- F.O.B. Kerr County Road & Bridee Yan 1 $ ~. ~/LF 3 $ _~. J~/LF 4 $ ~. 7I) /LF $ ~. Teach $ _~. c7L~ /each $ ~L. f~_/each $ ~~{. ~/each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin Mazch 15, 2002 and be in effect until March 15, 2003. Signature Date Firm Name: 7.) ¢c9 ~ ~3 .~_.llcl.:,. t~w,raQ,. Address: ~ ax 3 Seal in Corporation Telephone:,„ ,4, rLnT 7AGd~{ ~?38~ 497-.3a~7 WALTER'S BUILDING & SUPPLY P. O. BO%83 ~ RUBEN 5T EREDERICKSBURG, TEXAS ]8624 (512) 9973247 -~~~~ ~, t r wb Y^~~'~ ~~°~ 8~p8L ~ C~ ~n ~~ ~~ ~ ~- ~~ ~~ M CORRUGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. SpeciScations: Culvert pipe shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 460, unless otherwise noted herein. Bids aze to be in cost (dollars) per linear foot. 2. Bid Form BID UNIT COST Type Design F.O.B. Kerr County Road & Bride Yard 1 S" Arch ? $ ~ ~ (, /LF 18" Arch 2 $ ~ ~8 /LF 24" Arch 3 $ 7 4 3 /LF 30" Arch 4 $ 9 . 30 /LF 1 S" Coupling Band $ V 9 q /each 18" Coupling Band $ ~ . 37 /each 24" Coupling Band $ ~ ( ~ ~ /each 30" Coupling Band $ 1'S 95 /each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices(c~qu~~oted hereinDDare1 tobegi~ln Mazch 1S, 2002 and be in effect until Mazch 1S, 2003. .~.P~ h • W ""r'y~ Z. 2t~ 02 Signature Date Firm Name: W t~SoN V ~.t4VERTS F =-J c . Address: V.O.P,lox gN01E~KHgRT,TX '15939 Seal in Corporation Telephone: i - $OO - 234 - 0o gy P' ~~ Texas 75839 Elkhad, ~ r Y .t71~ "') 00 D~.S a ~6Ft0.y141r~ l~~X '1~p~~ e 1 tn~h,l -_ '*\ f' ~ ~+ ~y{f~,...,r"1 +` SS. C.` K 1~.~cza ~uu~ Cou0.~ ~o~,s~. ~uu~ ~~T ~ Sfi °. vsA~ ~~R' ~ Aga `~~. 1~'+~~ M~~~~~ Fot~. `.40.A`V"GA~ n ~~~'~~9 41,„il„Lf{,„chit>,1„1,1„d1+~~1~1,dhUi,+ BID FORMS for LEASE Of ONF, (1) WHEEL LOADER Ken County Road & Bridge 4010 San Antonio Hwy. Kerrville, Texas 78028 830-257-2993 SPECIFICATION # 0035-02 PAGE 2 2/13/02 Invitation For Bid No. 0035-02 Wheel Loader Bid Date: Mazch 8, 2002 5:00 p.m Opening date: Mazch 11, 2002 10:00 a.m This entire bid packet must be completed and returned General A. Kerr County Clerk will accept sealed, competitive bids for the lease of one (1) Wheel Loader. B. Bids must be submitted no later than 5:00 p.m, Friday, Mazch 8, 2002, at the Kerr County Clerks Office. Bids will be opened at 10:00 a.m, Monday, Mazch 11, 2002, at the Kerr County Commiccioners Court. Bids must be original and in sealed envelopes clearly mazked "Sealed Bid 0035-02." Bidders aze invited to attend the bid opening. C. Bids must be submitted on the Bid Forms as provided with this Invitation for Bids, or a copy thereof. Bidders must provide unit prices for each Item Number on the Bid Sheet. A "No Bid" or blank quote for any Item Number on the bid Sheet will be considered a rejection of the entire bid. A "No Chazge" or "Zero" quote will be considered as incurring no cost to the County. D. Kerr County is not responsible for late delivery by the United States Postal Service or any independent carrier. Late bids will be returned unopened without consideration. Facsimile transmittals aze not acceptable. E. Bid awazd will be made to the responsible bidder offering equipment meeting specifications at the lowest total price as shown on the Bid Form. F. Kerr County reserves the right to accept or reject any or all bids. G. As this bid is expected to exceed $25,000.00, a bid bond often percent (10%) of the bid price must accompany each bid. Bonds submitted by unsuccessfiil bidders will be returned within ten (10) days of bid opening. The bond submitted by the successfiil bidder will be returned upon equipment delivery. H. All equipment ordered by the County must be delivered, at no cost to the County, to Kerr County Road & Bridge, 4010 San Antonio Hwy., Kerrville, Texas 78028. SPECIFICATION # 0035-02 PAGE 3 2/13/02 II. Guazanteed Total Maximum Repair Costs A. The bidder shall state on the Bid Form the guaranteed maxhnum total costs to the County for repair of the wheel loader specified herein, pursuant to the terms stated herein. B. The County will assume responsibility for all repair costs resulting from damage due to fire, windstorm, flood and rising waters, lightning, theft and pilferage, vandalism, accidents, and operator and mechanic's negligence. Total cost of the repairs due to the above circumstances will not be included in computing the guazanteed maximum total cost of repairs covered under the contract. C. The successful bidder shall pay for all repairs (including parts and labor) to the equipment covered by the manufacturer's warranty, and these costs shall not be included in the guazantced total costs of repairs. D. The County shall assume, at it's expense, all costs including labor to repair or replace all parts and components normally consumed in day-to-day operations such as tires, tubes, tire repairs, lubricating oil, filters of all types, grease fuel, antifreeze, cutting edges, batteries, headlights, glass breakage, belts, braked lining, cleaning and painting. These costs will not be included in computing the guazanteed maximum total cost of repairs under this contract. E. At the temtination of the contract, the vendor agrees to pay to the County the cost of repairs that are in excess of the amount bid on REPAIR EXPENSE. F. The County shall maintain the equipment in accordance with manufacturer's recommendations. G. The successful bidder has the right to inspect the equipment during normal department working hours and to make recommendations for repairs and improved maintenance in keeping with the requirements stated by the manufacturer in the shop manual for the maintenance and repair of the equipment. H. Any repairs, other than those covered in subpazagraphs B, C, and D of this section, which exceed $100.00 may be repaired by the vendor, at his option. If the vendor chooses to repair the equipment, repairs shall commence within one (1) day after notification by the County. L The accumulation of chazges from County labor and parts, as well as vendor invoices for repairs, other than those covered in subpazagraphs B, C, and D of this section shall be the basis for computing the guazanteed maximum total cost of repairs under this contract. SPECIFICATION # 0035-02 PAGE4 2/13/02 J. The vendor shall have the right to examine repair costs at any reasonable time. Should a dispute occur between the County and the vendor, as to whether a charge should be included in computing the guaranteed maximum total cost of repairs, then the entire matter shall become subject to azbitration as set forth in the bid documents. Name of individual authorized to bid: xirk Anderson Signature: /~~~,~~- t'~C) Firm Name: Anderson Machinery San Antonio, Inc. Address: 9415 N. E. Loop 410 San Antonio, Texas 78219 Telephone: 2( 10) 661 - 2366 FAX: 2~ 10) 661 _ 4971 SPECIFICATION # 0035-02 PAGE 5 2/13/02 DATA SHEET for Ken County Road & Bridge 4010 San Antonio Hwy. Kerrville, Texas 78028 (830)257-2993 This specification packet must be completed and returned as part ojyour bid Bidders Name Anderson Machinery San Antonio, Inc. Address: 9415 N. E. Loop 410, San Antonio, Texas 78219 Telephone: (210) 661-2366 TO BIDDER: We will be accepting bids to lease one (1) Wheel Loader in the best interest of Ken County according to; parts, service, warranty, proven reliability, and not necessarily low bid. Wheel Loader 1. Model New -Current CAT 924 GZ or Equivalent Nero Holland Lw110 2. Engine Four-stroke cycle, six cylinder turbo chazged diesel engine Gross HP 122 120 HP Gross 3. Transmission Power Shift transmission - 4F, 3R 4 Forward & 4 Reverse 4. Reaz Axle Oscillating, Conventional differentials with limited sGp or no spin yes 5. Brakes Hydraulic inboazd wet disc Yes Dual pedal braking Single pedal Secondary brake feature Yes 6. Standazd Lights Including flashers, tachometer, Yes and Gages hour meter, and Rotating Beacon yes 7. Cab Sound suppressed enclosed ROPS cab Yes 8. Wheels and Tires 17.5 -25, 12PR Yes 9. Hydraulic Pump 35gpm at 3,600 psi 43.6 gpn SPECIFICATION # 0035-02 PAGE 6 2/13/02 10. Cycle Time 11. Bucket Capacity With Edge 12. Breakout Force 13. Operating Weight 14. Warranty 15. Delivery 8.3 seconds 2.3 Yds General Purpose With Edge 21,720 Lbs 21,700 Lbs Standazd Warranty 60-90 days or sooner FOB Kerr County 7.8 seconds 2.2 Yds.3 17,640 Lbs. 20,727 Lbs. See attactment A YPs Any specifications that do not meet required specifications will not be considered. Kerr County reserves the right to reject any and all bids. Sealed bids will be accepted unti15:00 p.m, Mazch 8, 2002, at the Ken• County Clerks Office. Sealed bids aze to be addressed to the Kerr County Road & Bridge Department and be stated "SEALED BID 0035-02 WHEEL LOADER" on the envelope. Bids will be publicly opened and read at 10:00 a.m, Mazch 11, 2002 in Commissioners Court. SPECIFICATION # 0035-02 PAGE 7 2/13/02 Bid Form for Lease of WHEEL LOADER BID DATE: Mrch 8, 2002 @ 5:00 p.m Do not include Federal Tax or State Sales Taz. The necessary exemption certificates will be issued upon request. ITEM DESCRIPTION 1. ONE (1) NEW CURRENT WHEEL LOADER Manufacturer and Model No: New Holland Lw-110 W~an~,: One (1) Year 12,000 Hours (See Attaclment "A" for details) Time Needed for Delivery: 30 - 60 days ARO 2. Five (5) year Lease (60 months @ $ 1, 452.00 /mo) 3. GUARANTEED REPAIR EXPENSE (from delivery to 5 yeazs or 7,500 hours whichever comes first)--- SHALL NOT EXCEED 4. TOTAL COST BID (Add Item 2, and Item 3) $87,120.00 $ 3,530.00 $ 90,650.00 BIDDER MUST SUBMIT A COPY OF THE LEASE AGREEMENT WITH THIS BID FORM I certify that the above WHEEL LOADER to be delivered under this bid will meet or exceed all of the minimum specifications and conditions set forth by the County of Kerr. DATED THIS 5th DAY OF March , 2002. Anderson Machinery San Antonio, Inc. Bidding Firm: Address: 9415 N. E. Loop 410 San Antonio, Texas 78219 Telephone: (210) 661-2366 (Seal if Corporation) By: ~ ~ ~-~ Crt"J' Title: C.E.O. ANDERSON MACHINERY SAN ANTONIO, iNC. P.O. BOX 200380 SAN ANTONIO, TE%AB ]8220-0380 PHONE 210$61-2386 FA% 210681-d9]t March 5, 2002 Kerr County Road & Bridge 4010 San Antonio Highway Kerrville, Texas 78028 ATTACHMENT "A" WARRANTY TERMS & CONDITIONS A. Standard Warranty: (New Holland Machines) One (1) yeaz/2,000 hours, whichever comes first: Full Coverage. 1. All wazranties are FOB ............. Dealership. 2. Deductible: 1-90 days .............. Zero & FOB Jobsite 91+ days ............... $200.00/occurance* *Deductibles aze independent of freight and/or delivery chazges. A N D E R S O N M A C H I N E R Y Highway 290 East 9415 N.E. Loop 410 6535 Leopard Street Austin, Texas San Antonio, Texas Corpus Christi, Texas (512) 272-8133 (210) 661-2366 (361) 289-6043 LEASE AND RENTAL AGREEMENT C O M P A N Y 700 West Expressway 83 Pharr, Texas (956) 781-5995 LESSEE: Kerr County Road & Bridge (301730) ADDRESS: 4010 San Antonio Hwy. CITY & STATE: Kerrville, Texas 78028 Description: One (1) NEW New Holland LW110 Wheel Loader And all Standard Equiprtent VALUE: $ 110,000.00 The single shift base rate per Month shall be ............ $ 1,452.00 Insurance charge (in lieu of required) or carrier shall be ................... .......... $ -0- Applicable tax (Tax Exemption Certificate may be furnished in lieu of payment) ........... $ -0- Total single shift base charge per Month including tax..... $ 51,452.00 The guaranteed term of this rental is 60 Months extension beyond the guaranteed minimum term shall be at the appropriate rate, payable in advance. SHIPPING BY: ^ LESSEE ®LESSOR CHARGES JOBSITE LOCATION: Kerr County Road & Bridge FUEL: Unit will be furnished with a Lull tank of fuel on delivery. Lessee agrees to return the unit with a full tank or reimburse the Lessor for the cost of filling the fuel tank. ACCEPTANCE: This "Lease and Rental Agreement" is tendered by Lessee for acceptance and shall become a binding agreement only when accepted by an Officer of Anderson Machinery Company (herein referred to as "Lessor"), at its business offices. USE: Lessee shall have the right to make lawful and reasonable use of equipment in the conduct of Lessee's business and agrees during the period covered by this lease, or any extension thereof to use said equipment in a careful and prudent manner. Lessee agrees to make at Lessee's expense and using only authorized paAS and qualified personnel, any and all repairs thereon which may be necessary to keep said equipment in good condition and upon [he termination of this lease to return said equipment to Lessor in as good condition as received, normal wear excepted. Lessee further agrees to use said equipment only for the purposes and in the manner recommended by the manufacturers thereof and, further, not to load said equipment beyond the capacities recommended by the manufacturers. REPAIR: Lessee agrees that time required to complete repairs to the above tlescribed equipment after return from rental, whether necessltatetl by physical damage and covered by Lessee's insurance or resulting from repairs, required as a result of damage beyond normal wear, will be billed at SOWa of the appropriate single shift base rate above and Lessee agrees to pay the charges therefor. REPAIR CLAUSE: Lessee agrees to pay all repair cost except normal wear. Lessee also agrees to pay for high wear items like cutting edges, teeth, tires, hammer points and undercarriage (tires and undercarriage will be pro-rated). NON-WAIVER: Time is of the essence, Lessor's failure at any lime to require strict pertormance by lessee of any of the provisions hereof shall not waive or diminish Lessor's right thereafter to demand strict compliance therewith or with any other provision. Waiver of any default shall not waive any other default. No remedy of Lessor hereunder shall be exclusive of any other remedy herein or by law provided, but each shall be cumulative and in addition to every other remedy. Lease payments and use tax are payable at the offices of ANDERSON MACHINERY COMPANY, San Antonio, Inc. (Bexar) Texas. Transportation, service, repairs and damages are the responsibility and expense of the Lessee. All conditions on the face and reverse hereof are accepted by: ANDERSON MACHINERY COMPANY LESSEE: Kerr County Road & Bridge BY: BY: TITLE: DATE: TITLE: and any DATE: l1ABILITY: Lessee shall protect, indemnity and save Lessor and its assigns harmless against any and all claims, demands antl causes of action of every kintl and character whatsoever, including attorney's fees, arising in favor of any person, including but not limited to employees of Lessee, on account of personal injuries or death or damages to property occuring, growing out of, incident to or resulting directty or indirectly Irom the use, maintenance, operation and/or delivery o1 [he equipment during the exestence of this lease, or any extension thereat, and Lessee shall Drovitle adequate liability Insurance therefor at Lessee's own expense. TAXFS: Lessee shall comply with antl conform to all laws, ordinances and requlalions relating tp the ownership, possession, use or maintenance of the equipment, and save Lessor harmless against actual or asserted violations. and pay all costs and expenses of every character occasionetl by or arising out of such use lessee agrees that, during the term of this lease. in adtlition to the rent antl all other amounts Orpntlen herein to De paid, it will promDlry pay all taxes, assessments and other governmental charges (including penalties and interest, if any, and fees for titling or registration, if requiters) levietl gr assessed: (a) upon the interest gf the Lessee in the equipment or any part thereat; or [he use or operation thereof or on the earnings arising therefrom, and Ih) against Lessor on account of its acquisition or ownership of the equipment pr any part thereof; or the use or operation thereof or the leasing thereof tp the Lessee, or the rent herein provided tor, or the earnings arising therefrom. exclusive, however, of any taxes based on net income of Lessor Lessee agrees to file, in behalf of Lessor, all required tax returns antl repgns concerning the equipment with all aDDropriale governmental agencies, antl within not more than 45 days aRer Me due date of such filing, to send Lessor confirmation, in form sansfaclory to Lessor. of such tiling. INSPECTION: Lessee shall, whenever requested, anvise Lessor of the exact location antl condition of the equipment and shall give Lessor immetliate notice of any attachment or other judicial process affecting the equipment, and intlemniry and save Lessor harmless Irom any loss or damage caused thereby. Lessor may, for the purpose of inspection, at all reasonable times enter upon any job. building, or place where the egwpmenl is located; antl may remove the equipment forthwith, wlmout nonce to Lessee, it the equipment is. in the Opinion of the Lessor, being usetl heyand its capacity or in any manner Improperly cared for or abusetl. CHANGES: Lessee agrees that the hose rate far use of the egwpmenl during the term of the lease, or any extension thereof, is haled on "single stilt use" which is defined as a maximum of eight (6) hours on a daily rental or a maximum al forty (40) hours on a weekly rental or a maximum of one hunnretl seventy three (173) hours on a monthly rental. Lessee agrees to pay a charge of 150% of the base rate for "double shin use" which is definetl as any usage in excess of eight (6) pours Der tlay up to a maximum of sixteen (16) (lours per day on a daily rental or for any usage in excess of forty (40) hours per week up to a maximum of eighty (60) (lours per week on a weekly rental or for any usage in excess of one hundred seventy three (173) hours per month uD to a maximum of three auntlretl lorry six (346) hours Der month on a monthly rental. Lessee agrees to pay a charge of 200% of Me base rate fora "triple shih use' which is definetl as any usage in excess of sixteen (16) hours per tlay on a daily rental or eighty (60) hours per week on a weekly rental or three hundred forty six (346) hours Der month on a monthly rental. Provided the Lessee has paid the minimum guaranteed lease amount, the charges for use of the equipment heyand the term of the lease shall be computed at one-Third ph) of the proper monthly "shih use" rate per week antl one-third (Ih) of the prober weekly "shift use" rate Der day Conversion to a longer term guarantee is available, at the Lessor's option, when advance written notice is given by the Lessee. Conversion will become effective for the current belling period forward but will not be retroactive to any prior rental periotl. Rate calculations for the extended periotl will be made by multiplying the daily or weekly rate by three (3) to arrive at the weekly or montly rate, respectively NO WAflflANTY: Lessor, not being the manufacturer of the equipment, nor manufacturer's agent, makes no warranty ar representation, either express or implied, as to tae Iftness, quality, design, condition, capacity, suitability, merchantaDlllry or penormance of lea equipment or of the malarial or workmanship thereat, it Oeinq agreed that the equipment b leased "af is" and Thal all sash risks, as Delween the lessor and the lessee, are to be borne Dy tae Lessee al Its sole risY and a:penaa. Lessee accordingly agrees not [o assert any claim whatsoever against the Lessor based thereon. Lessee further agrees, regardless of cause, not to assert any claim whatsoever against tae Lessor for loss of anticipatory profits pr consequential damages. No oral agreement, guaranty, promese, condition, representaton or warranty shall De Dinning; all prior conversations, agreements or representations relaletl hereto and/or to said equipment are integrated herein. No modification hereol shall be bintling unless in writing signed Dy Lessor TITLE: All saitl equipment shall remain personal DroDerty, and title thereto shall remain in Lessor exclusively Lessee shall keep the equipment free from any and all liens. and shall tlo or permit no act or thing whereby Lessor's title or rights may be encumbered or impauetl. PEflFOflMANCE OF OBLIGATIONS OF LESSEE 8Y LESSDfl: In the event that the Lessee shall fail tluly and promptly to perform any of its obligations under the provisions of This lease, the Lessor may, at its option, perform the same for the account of Lessee without thereby waiving such nefault and any amount paitl or expense (inclutling reasonable attorney's fees), penalty or other liability incurretl by the Lessor in such performance, together with interest at the rate of 14x% Der month thereon until paitl by ;he Lessee to tae Lesspr, shall be payable by the Lessee upon demantl as additional rent for the egwpmenl. DEFAULT: An event of nefault shall occur iF. (a) Lessee tails to pay when due any instalment of rent and such failure continues for a period of 10 days; (b) Lessee shall fail to perform or observe any covenant, contlition gr agreement to De penormed or observetl by i1 hereuntler antl such failure continues uncured for 15 days; (c) Lessee ceases doing business as a going concern, makes an assignment for the benefit of creditors, atlmils in writing its inability to pay its debts as they become due, tiles a voluntary petition in bankruptcy, is atljunicated a bankrupt or an insolvent bees a petition seeking for itself any reorganization, arrangement, composition, reatllustmenl liquidation, Dissolution or similar arrangement antler any present or future statute, law or regulation or files an answer atlmi[ting the material allegations of a petition filetl against it in any such proceeding, consents to or acquiesces in the appointment of a trustee, receiver, or liquitlalor of it or of all or any substantial pan of its assets or properties, or if it or its shareholtlers shall take any action looking to its dissplulion qr liquidation, (d) within 60 days after the commencement of any proceedings against Lessee seeking reorganization, arrangement, readlustment liqudation, tlissolulion or similar relief relief antler any present or future statute, law ar regulation, such proceedings shall not have been dismissetl, or it within fig days abet the appointment without Lessee's cons¢nl or acquiescence pf any trustee, receiver, or liquitlator of it or of all or any substantial part of its assets an0 properties, such appointment wall not be vacatetl: or le) Lessee ahempts to remove. sell, transfer. encumber, pan with possession or sublet the equipment or any item thereof. Uppn the occurrence of an event of tlefaull Lessor, at its option, may. (a) tleclare all sums due ann to become due hereuntler immetliately due and payable; (b) proceed by appropriate court action or actigns or other Droceetlings either at law or equity to enforce pertormance by the Lessee of any and all covenants al this lease and to recover damages for the hreaca taereol Ic) demand that Lessee Deliver tae equipment fonhwim to Lessor al Lessee's expense at such place as Lessor may designate; antl (d) Lessor and/or its agents may, witaout notice or liability or legal process, enter into any premises of or antler control or Jurisdiction of Lessee or any agent gl Lessee where the equipment may be or by Lessor is Delievetl to be, and repossess all or any item taereol disconnecting and separating all taereol from any Omer property and using all force necessary or permitted by applicable law sp to do, Lessee hereby expressly wainnq all further rights to possession of the equipment antl all claims for injuries suffered [hrouph or loss caused by such repossession; Dut tae Lessor shall, nevertheless, De entitled to recover immenialely as liquidalen damages for loss of the bargain and not as a penalty any unpain rent that accrued on or before the occurrence of the event of nefault plus an amount equal to the difference between the aggregate rent reservers hereuntler for tae unezDiretl term of this lease and the then aggregate rental value of tae equipment for such unexpired term, provided, however, that if any statute governing the proceening in which such tlamages are to be proved specifies tae amount of such claim, Lessor shall De entitletl tq prove as ann for damages for the breach an amount equal to that allowen under such statute. The provisions of this paragraph shall be without prejudice to any rights given to the Lessor Dy such statute to prove for any amounts allowetl thereby Should any proceedings be institutetl by or against Lessor for monies due tc Lessor hereunder and/or for possession of any or all al the equipment or for any other relief, Lessee shall pay a reasonable sum as attorney's tees. ASSIGNMENTS: Neither mil lease nor Lessee's rights hereunder shall De assignable except with Lessor's written consent tae contlrtions hereol shall hind any permitted successors and assigns of Lessee. Lessor may assign the rents reserved herein or all or any of Lessor's other rights hereunder Lessee on receiving notice of any such assignment shall ahitle thereby and make payment as may therein be directetl. Following such assignment, coley for the purpose of determining assignee's rights hereunder, tae term "Lessor" wall be deemed to include or refer [o Lessor's assignee. MISCELLANEOUS: Lessee will not change or remove any insignia or lettering on tae equipment and shall conspicuously itlentity each Item of me leased equipment by suitable lettering thereon to indicate Lessor s ownership. All transportation charges shall be borne by Lessee. All notices relating hereto shall be mailers registered to Lessor or Lessee at its respective address abpve shown qr at any later antlress last known to the sender I1 any part hereof is contrary to, prohibited Dy or deemen invalitl under applicable laws or regulations of any juristlic[ion, such provision shall be inapplicable ann deemed omitted but shall not invalidate tae remaining provisions hereof. Lessee waives all rights under all exemption laws. Lessee atlmils the receipt of a true copy of tail Equipment Lease. This lease is irrevocable for the full term hereof and for the aggregate rental herein reservetl, and the rent shall not abate by reason ql ferplinalion of Lessee's nght of possession antl/or the taking of possession by Lessor or for any other reason, ann, Delinquent instalments of rental shall bear interest at 1yx% Der manta if not prohibited by law, otherwise at the highest lawful contract rate. INSURANCE: Lessee agrees, during the period of this tease, or any extension thereof, to indemnify and reimburse the Lessor against any and all loss or damage to said equipment, and to that end Lessee agrees to keep said equipment insured for the full insurable value thereof against fire, theft and combined additional coverage. Lessee agrees to procure such insurance protection in amounts satisfactory to Lessor and that Lessee shall, on request of Lessor, deliver to Lessor the policies or evidence of insurance with a standard long form endorsement showing loss, if any, payable to Lessor. LESSEE: BY: ANDERSON MACHINERY SAM AMrowo, IMC. 9415 N.E. LOOP 910 P.O. BOX 200380 SAN ANTONIO, TEXAS ]0220-0380 Kerr County Road 6 Bridge GEparhnent 4010 San Antonio Rwy. Kerrville, Texas 78028 KERR COUNTY ROAD i BRIDGH DEPARTMENT 'SHALHD BID 0035-02 NHHHL LOADER' BID DUE DATE: MARCH 8, 2002, 5:00 P.M. BID DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PIPE ROAD BASE MATERIAL BLACK BASE TYPE AA COLD MIX TYPE CC KERR COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVILLE, TX 78028 (830) 257-2993 MARCH 2002 NOTICE TO CONTRACTORS PROJECT: PAVING AGGREGATE ASPHALT EMULSION OH.5 CORRUGATED METAL PIPE BASE MATERIAL HOT MIX-COLD LAID ASPHALTIC CONCRETE BID DATF, AND TIME: March 8, 2002 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m. Mazch 8, 2002, 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 11, 2002, 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 Or Sealed Bid for Base Material Or Sealed Bid for Hot-Mix-Cold Laid Asphalt and Mazch 8, 2002 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, Pazagraph 5.06 through 5.09 (see attached). EMULISION OILS SPECIFICATIONS AND BID FORM 1. Specifications: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standazd 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 $ R7 /Gallon Or HFRS-2 $ .87 /Gallon AEP $ 1. oo /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein aze to begin Mazch 15, 2002 and be in effect until Mazch 15, 2003. Signature Date Firm Name: Koch Materials Company Address: ~m u zos ste 440., Austia~ TX, 78701 Seal in Corporation Telephone: (51 1 6-670 cN 4~ Austin, Tsxas 79701 ~~ Kp KOCH MAlER{ALS CAMPANY ' 701 Brazos .~ ~.. ~ ~,1 ,~ KERB GOUN'~ G{.ER T HOUSE KERR COUNTY LOUR 700 Mp1N STREET KERR~ILLE TX 78028 1Qd ~j,~ ~e(~ D~t J 1s, CJ t'a' k ~ Mw a ~ .' :~'' ~. h ~ ~ ~ ~UO2 ~~ 11,,t, fl:,,,,t,it „t„t,},,,lt,,,l,t„1t,1 d,.t.1,,,t„tt 11,t5 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 yazd. 2. Bid Form BID IJivIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (1 '/, down) (2 '/: down) Type A (crushed limestone) $ /CY $ ~~ 67 /CY Type B (uncrushed gaveUpit run) $ /CY $ /CY Type C (crushed gavel) $ /CY $ /CY F.O.B. KERB COUNTY GRADE 1 GRADE 2 (25 Mile radius of Kerrville) (1'/. down) (2 '/a down) Type A (crushed limestone) $ /CY $ _ _ _ _/CY Type B (uncrushed gaveUpit 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 Instructions to Bidders and that prices quoted here' re to begin I5, 2002 and be in effect until March 15, 2003. ~- O ~ S' lure Date Firm Name: u f. yy~,~i.c.~,la' Address: , 0 Seal in Corporation Telephone: d3O- 3~/-3m/I /~y,~'! X30-L1S6-7~Z~' /~ ~~~.~~ ~ ~ 1, ~ n"1 ' `.~ - 3. oa c~,e a, io . - ~,~o e~.. ~1. ~ ~ -may _ S-, ~~, ~`/ r`~'~„ ~~,,~°_-~ cam, r ,~,,~.~ )~~ ~~ ~'4 0 ^~% ''` ~1 j ~ ~, 4S-L J ~,7''"~ ,y„'~tl ~~~/ .rte t ~a ~,fi ~ ~~«~ BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 247, Flexible Base, Type A, Type B (see attached). Bids aze to be in cost (in dollazs) per cubic yazd. 2. Bid Form BID 17NIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (I'/d down) (2'/2 down) Type A (crushed limestone) $ /CY $ /CY 0 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'/, down) Type A (crushed limestone) $ /CY $ /CY vv Type B (uncrushed graveVpit run) $ /CY $ ~8 ~/CY Type C (crushed gravel) $ /CY $ /CY 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 hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to beginnMarch I5, 2002 and be in effect until March 15, 2003. Signature //~~ /~ Date Firm Name: (i~nJ~' ~` ~e/~5 Address: X83 Svh~~ ~2 ~e-r",Py~%/~ ~~ Seal in Corporation Telephone: 830- 63Y-a34s tea""` ,1A~ p~ ~IaRch 8,a©©~ mss-°p P-~, CUNT 6. REEVES ~ D~~ TDtAS 78028 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 dollazs) per cubic yazd. 2. Bid Form BID iJNI'I' COST F.O.B. SUPPLIER'S PLANT Type A (crushed limestone) Type B (uncrushed graveVpitrun) Type C (crushed gavel) GRADEI (1'/. down) $ / Ik /CY $ ~St> /CY $ ~',Gr /CY GRADE2 (2 '/: down) $ ~/CY $ 6•cp/CY $ ..50 /CY F.O.B. KERB COUNTY (25 Mile radius of Kerrville) Type A (crushed limestone) Type B (uncrushed graveUpit run) Type C (crushed gravel) GRADE 1 (I 3/. down) $ AI/A /CY $ //. 7 O/CY GRADE 2 (2 '/ down) $ /U%4 /CY $ y. ~ o /cY $%O-~O/CY Kerr County retains the rights to add llransportation 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 [have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March t S, 2002 and be in effect anti! Mazch 1 S, 2003. ~ ~ ~_ ,., t ~! ~' Z afore Date Firm Name: R,o;.t,+L1T~ez 17?p~-¢r, ~t !~ Address: 2 1 f -~, Seal in Corporation Telephone: 2 "l ~ ~ep,~ ec~ ~'~~ FDC Z ~~ ~+ ti !.C ~ P~~ ~~ 3 Zoo2 oQ ~,m. a~ ~ ~j~c Rau~~~`e~~Rd. ~~~~o2g PAVING AGGREGATES SPECIFICATIONS AND BID FORM I. 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 TYPE BID UNIT COST GRADE F.O.B. B (Crushed gravel, crushed 3 Supplier Plant $ r ",' /CY B stone or natural limestone 4 Supplier Plant $ ; .' "; /CY B rock asphalt) 5 Supplier Plant $ -~ .,-'-i /CY PB 3 *Kerr County $ _ , ? /CY pB 4 *Kerr County $ - I . : /CY PB 5 *Kerr County $ _~r.,'t~.ICY 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 Departrnent 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 Standazd Specifications (see attached). Kerr Coumy 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 tdr begin March I5, 2002 and be in effect uazil March 15, 2003. ~., Signature ; '~ Date Firm Name: ~7~~'-'V'~t~` ~' ~ r'' i--~-1 Address: 1, ,= t~,.,; .. --- ;: ,~l~i-( i,:_... Seal in Corporation Telephone: ~'. ~~ ~I -111, ~ 1 ~' ~ ~I~ ~ ~' ' ~ ~' ~ ~~ ~e~akP J;;i\PG,~~'~50+~~~~~`~~ ~ ~ ~ ~~ ~~ BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 247, Flexible Base, Type A, Type B (see attached). Bids aze to be in cost (in dollazs) per cubic yazd. 2. Bid Form BID UNIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (1'/. down) (2 Y: down) Type A (crushed limestone) $ /CY $ /CY Type B (uncrushed graveUpit run) $ /CY $ 6.2 0 /CY • 4.60 Ton Type C (crushed gravel) $ /CY $ /CY F.O.B. KERB COUNTY GRADE I GRADE 2 (25 Mile radius of Kerrville) (1'/s down) (2 %, down) Type A (crushed limestone) $ /CY $ _/CY Type B (uncrushed graveUpi[ run) $ /CY $ /CY Type C (crushed gravel) $ /CY $ /CY Kerr County retains the rights [o add ~ansportation 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 I have read the attached Special Instructions to Bidders and that prices quoted herein are~o begin Ma h 1 S, 2002 and in effect until March 15, 2003. 3-7-02 Sig Date Firm Name: Drymala Sand & Gravel Address: RT. 1 Box 48 Comfort, Tex. 78013 Seal in Corporation Telephone: g3A-QQS-2A44 4 l _.._~ - ~ .. h.~_~l Drymala Sand & Gravel Joe DrYmala RT. 1 $OX 98 78013 Comfort, Texas FOR BASE MATERIAL SEALED BID KERB COUNTY CLERK HOUSE KERR COUNTY COURT 700 MAIN STREXAS 78028 KERRVILLE~ _ /f ~ oy.~~: 4 S ~~' ~0-~-~_" .AG /~ V EMULISION OILS SPECIFICATIONS AND BID FORM 1. Specifications: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 3001 Asphalt, Oils and Emulsions, CRS-2 or HFRS-2, and AEP (see attached). Bids are to be in cost (dollazs) per gallon, delivered to Kert County Texas work sites. 2. Bid Form: Type Bid Unit Cost CRS_Z $ • 6922 /Gallon Or HFRS-2 $ .6922 /Gallon AEP $ .8622 /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein/ulazY,,,QeA~~t~~o, 'be///g~ in Mazch 15, 2002 and be in effect until March 15, 2003. -'n'om""''' 03/05/02 Signature Date Flrm Name: ERGON ASPHALT & EMULSIONS, INC. AddreSS: 11612 RM 2244, BLDG. 1, SUITE 250, AUSTIN, Seal in Corporation Telephone: (512) 469-9292 TEXAS 78738 BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 247, Flexible Base, Type A, Type B (see attached). Bids aze to be in cost (in dollazs) per cubic yard. 2. Bid Form BID IINI1' COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (I'/1 down) (2'/2 down) Type A (crushed limestone) $ NO BIYCY $ /CY Type B (uncrushed graveVpit run) $ NO BI~y $ /Cy Type C (crushed gravel) $ NO BII~1, $ /CY F.O.B. KERB COUNTY GRADE 1 GRADE 2 (25 Mile radius of Kerrville) (1'/. down) (2 '/, down) Type A (crushed limestone) $ NO BI$CY $ /CY Type B (uncrushed graveVpit run) $ NO BIPCY $ /CY Type C (crushed gravel) $ NO BIpCY $ /CY Kerr County retains the rights to add ~ansportation 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 hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted hereifn~a~r~e~to•bengin(M~arch ISn, 2002 and be in effect until March 15, 2003. (c~Gf.(~t~ ~1~~/tdtCd~ 03/05/02 Signature ~l Date Firm Name: ERGON ASPHALT & EMULSIONS, INC. Address: 11612 RM 2244, BLDG. 1, SUITE 250, AUSTIN, Seal in Corporation Telephone: (512) 469-9292 TEXAS 78738 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 aze to be in cost (dollazs) per lineaz foot. 2. Bid Form BID iTNIT COST Type Design F.O.B. Kerr Connty Road & Bridge Yard 15" Arch 1 $ No BID /LF 18" Arch 2 $ No BIp /I,F 24" Arch 3 $ No BID /I.F 30" Arch 4 $ NO BID /I,F 15" Coupling Band $ Nn xrn _/each 18" Coupling Band $ No BID /each 24" Coupling Band $ No BID _/each 30" Coupling Band $ No BID /each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin Mazch 15, 2002 and be in effect until Mazch 15, 2003. l~-l.Gl~[ cP .~/ T~~N" 03/05/02 Signature Date Firm Name: ERGON ASPHALT & EMULSIONS, INC. Address: 11612 RM 2244, BLDG. 1, SUITE 250, AUSTIN, Seal in Corporation Telephone: (512) 469-9292 TEXAS 78738 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 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. UNIT B (Crushed gravel, crushed B stone or natural limestone B rock asphalt) PB PB PB Trap Rock Trap Rock Trap Rock * Kerr County ~ 25 mile radius of Kemille 3 Supplier Pant 4 Supplier Plant 5 Supplier Plant 3 *Kerr County 4 *Kerr County 5 *Kerr County 3 4 *Kerr County *Kerr County *Kerr County $NO BID/CY $NO BID/CY $NO BID/C~( $NO BID/CY $NO BID/Cy $NO BID/CI, $NO BID/CY $NO BID/CY $~-~/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 Standazd Specifications (see attached). Kerr Coumy retains the rights to add transportation charges to the unit price shown above to determine Ute "Low Bid" for a paRicular 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, 2002 and be in effect until March 15, 2003. ~~ u't'~'~ ~' ~ 03/05/02 Signature Date Firm Name: ERGON ASPHALT & EMULSIONS, INC. Address: 11612 RM 2244, BLDG. 1, SUITE 250, AUSTIN, Seal in Corporation Telephone: (512) 469-9292 TX 78738 Lek2 ~ce ~~ 11612 RM 2244 (bee Cam Ra3l~ Ns~, ~ 78138 US-0 ~, on Asphalt & Emulsion, Inc. ~''9 KERR COUNTY CLERK KERR COUNTY COURT 700 MAIN STREET KERRVILLE, TEXAS SEALD BID FOR ASPHALT EMULSION OIL MARCH g, 2002 at 5:00 p~m• ~, o~-- ~ t HOUSE 78028 EMULSSION OIL~i SPECIFICATIONS AND BID FORM 1. Specifications: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standazd 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 $ 0.7 3 /Gallon Or HFRS-2 $ 0.71 /Gallon AEP $ /Gallon vered prices are based on 5,000 gallon loads.*** I do hereby certi that I have read the attached Special Instructions to Bidders and that pr' s uoted rein a to begin Mazch 15, 2002 and be in effect until March 15, 2003. 02-28-2002 nat Date Firm Name: Gulf States Asphalt Co., L.P. Address: P.O.Box 508 S.H®uston, Tx. 77587 Seal in Corporation Telephone: 8 0 0- 6 6 2- 0 9 8 7 GS®C GULP STATES ASPHALT GO.. L. P. KEER COUNTY CLERK KEER COUNTY COURT HOUSE 7pD MAIN STREET KERVILLE, TX. 78028 SEALED BID FOR ASPHALT EMULSION OIL `~ ~~}~ repeat' cn.a~'in~'Ua 1 ~_j)epia~ 03/06/200^ 07:15 895E~45'1 K C ROAD & BRIDGE PAGE 01 ADDENDUM#1 6,500 TONS OF BASE MATERIAL SPECIFICATIONS AND BID FORM L SpaeiBcations: Base material shall conform to ehe roquircmcttts in 1993 Texas Highway Llepartnaemt Standard Specifications, Item 247, Flexible Base, Type A (Crushed Limestone; see attached). Bids are to be in cost (irt dollars) per ton. 2. Bid Form BID I1NIT COST F.O.B. SUP'P'LIER'S PLANT GRADE T (2'h dmro) Typo A (crushed lumstone) S ~~ /CON F.O.B. KERR COUNTY GRADE 2 (Sheppard Reps Roaxl) (2'h dowry ~~ Type A (crushed limestone) S 7/ - /CON 1 do hereby certify that i have reed the attached Special Instructions to Bidders and that prices quoted herein are For 6,500 Tons of material for the Sheppard Roes Project. .~,~,.o ,~ ,~~ ~~ ~ -- ~-ate ~ignature Date~Cr~~ Firm Name: ~„~~~ i ~' r ~~~.____ _ J Address: ~~ ~rC1yZ-~,~{ (~'r~yv~-~„r+ Seal in Corporation Telephone: ~, ;.. qG 5 - 3 ~ 3 7_ ~~ taon ~1 xon~-,o6pr ~aS e 1 ~ 'ale ria~ for S~~,aro~ ~ees Sp..v~es L"~. 3"'i ~t`or~rF-. Co'm~ orb-, ~e e(1 S~. Tu. "18x3 6,500 TONS OF BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform td the requirements in 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type B (see attached). Bids are to be in cost (in dollars) per ton. 2. Bid Form BID UNIT COST F.O.B. SUPPLIER'S PLANT Type B (uncrushed graveUpit run) GRADE 2 (2'/: down) $ 00 /TON F.O.B. KERR COUNTY (Sheppard Rees Road) Type B (uncrushed gravel/pit run) GRADE 2 (2 Y: down) $ ~~0 /TON I do hereby certify that [have read the attached Special Instructions to Bidders and that prices quoted herein are for 6,500 Tons of materiai`for the Sheppard Rees Project. Signature Date Firm Name: ~EDROCk MATERIAI..s, LTD. Address: a90•A SAN A-JToNfO #wS? CEN7ERP0/NTT~C Seal in Corporation Telephone: 830-~3~/-a965 78010 92125/2©?2 13:53 89E8481 K L'. READ & BRIDGE PAGE 92 ADDENDUM#1 6,500 TONS OF BASE MATERIAL 9PECIFICATiONS AND BID FORM 1. 3peci6cations: Base mmateriai shall conform to the requirements in 1993 Texas Highway Department Standard Speciflcations,Itern 247, Pkxible Base, Type A (Ctvahed Limestooe;aee attached). Bids ere to be in cost (in dollars) per ton. 2. Bid Form BID UNTO C03T F.0.13. SIJPPI.~R'S PLANT GRADE Z (2 'A tiotn) IJo BIA Type A (crushed limestone) S __ /1'ON F.O.H. KERB COUNTY GRADE 2 (Sheppard Req Roed} (S X down) No BID Type A (crushcd limestnne) S - /I'O1V t do hereby certify that I hrve rmd the attached Special ]nstructioro to Bidders girl that prices quaed herein are fa 6,500 Toro of material fa the Sheppard Roes Project. (MA lna rcN 7. aG~ Signature rote Firm Name: _ BEDIPOCK Mi~TERIALS~LTD• Address: a9o.A seal g 1.17oNla }~L~' CENTi~RPo/IJT, TX Seal in Corporation Telephone: _ _ $ 30 - G3N- ?9/ S 7$O 10 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 Standazd 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 (25 Mile radius of Kemille) BLACK BASE $ 58.50 /I'ON COLD M-X Type CC $ 5$.50~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, 2002 and be in effect until Mazch I5, 2003. cMAAp ~ ,tM Signature Y11 ~c 8 aooa Date Firm Name: BEDROCK MaTERIA(.S. t.TD. Address: a90•A SqN ANTdNIo NWj~. Cf1~LTFRPOINT, T~C Telephone: 830-(034-o?96S -7$010 Seal in Corporation BEDROCK MAtERIALS,CTD. P. o. Box 347 CENTERPOINT TX x$010 ~~ ~y~ ~~ BASE MATERIAL FoR SNaPPARD BEES Marcti S, aooaa-I s:ooP.m. B6DROCk MATERIAcS~ STD. ,?9o-A SAN An/i'ONIa HUIy CEt~ITERPO(NT,'~k 78°10 KERR COUNTY CLERK KERR COUNTY CouRT HouSE boo MAIN sT KERRVI~cF,Tx ~7Soa8 BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 247, Flexible Base, Type A, Type B (see attached). Bids aze to be in cost (in dollazs) per cubic yazd. 2. Bid Form BID IJNI'I' COST F.O.B. SUPPLIER'S PLANT GRADE 1 (I x/. down) Type A (crushed limestone) Type B (uncrushed graveUpit run) Type C (crushed gravel) F.O.B. KERB COUNTY (25 Mile radius of Kerrville) Type A (crushed limestone) Type B (uncrushed gravel pit run) Type C (crushed gravel) $ /CY $ /CY $ /CY GRADE 1 (1 '/, down) $ /CY $ /CY $ /CY R~ ~:x. (j u(xrrr ~ Cxractt ~- GRADE 2 QocK ( 3/, f ~ DG~~yI.~~ (2 ~7Yx down) 3'~~ 4~'~ $ b pO /cY $ H_~ /CY GRADE2 (2'/x down) Sew u~A~hed $ /CY $ /CY $ /CY Kerr County retains the rights to add ~ansportation 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, 2002 and be in effect until March 15, 2003. rr~ ~~ 3 '7 I6.~, Sign a Date Firm Name: W hea+erci~ t Tne, Address: a ~ ~cuneler'a, ~,~; Seal in Corporation Telephone: $ 3a - Xy 5 3p~j ~*;~ ~3~ When. l,ec~led. ~' i Q i . ~a„ fd •. ',,...~~MM ~< ~i~y X73 ~~~. i i, Qate: ~3l06l~2- 1'0: Kerr Co. r' Attn: Kerr County Clerk The following is our quote for Freight on Road Base. Miles $ LSuY.~ 6 3.2.5 - ~hluM.P~ r t1~Jv~G~ lU 4.41 ~~.~~o,,~ 15 5.14 20 5.87 25 6.25 Thtu~k yuu for giving Wheatcratt, lnc. the opportunity to quote qn your prvaect. Jegry V~cra~~~ ~ ~ ,, W 3 i._ ~. '~ ~~.:~ '~ r : y, T .. .r .•~.. ~. ;'~a ~'~ 6,500 TONS OF BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform td the requirements in 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type B (see attached). Bids are to be in cost (in dollars) per ton. 2. Bid Form BID UHIT COST F.O.B. SUPPLIER'S PLANT Type B (uncrushed graveVpit run) F.O.B. KERR COUNTY (Sheppard Rees Road) Type B (uncrushed graveVpit run) GRADE2 (2'/: down) $ J•y0/TON GRADE 2 (2 Y: down) 2,'ll ~np-~~ $ ~ ? r (CON I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are for 6,500 Tons of material1for the Sheppard Rees Project. Si <~ Date Firm Name: W~`~c~~.~.Q't' ~ ~~ . Address: P. D~_ Seal in Corporation Telephone: ~ 3 D - g`1 S - 3Q3p ;~'S~RGFp ~,., - ,~~,~ V' y~ ~''. `~~ .•~ ~9 9 ~~~"-~~~, „pro.... LJI-tee. VYY,~~e-r«f for ShePPAx'd '~ees march g, aka at S'.ooprn Whaatcrefl, Ina. 2760 Handers Hwy. P.O. Box 290068 TCemIDe, TX 78(129-0068 ~~~~ >~ mo>~ 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 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. i1NIT B (Crushed gravel, crushed 3 Supplier Plant $ 8. S° /CY B stone or natural limestone 4 Supplier Plant $ 9. °O /CY B rock asphalt) 5 Supplier Plant $ ~/CY PB 3 *Kerr County $ N A /CY PB 4 *Kerr County $ N/p /CY PB 5 *Kerr County $ N~A /CY Trap Rock 3 *Kerr County $ N A /CY Trap Rock 4 *Kerr County $ N A /CY Trap Rock 5 *Kerr County $ N R /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 Standazd Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standazd Specifications (see attached). Kerr Courrty 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,' 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 Mazch 15, 2002 and be in effect until March 15, 2003. _ ~~y~~~l~~tclCJ~~~ Si e O ;~~~~RA.P; ' ~ .,, ~, : T .> ~.': - ~ ~ ,s~~'~ % Seal }tt Corporation -- //~~~ -;~•~'J• 3 ~ oa Date Firm Name: whF.CrttCrG~~ ~t`IG Address: ', `l o $ rAr,d e rc.. I-I w v Telephone: 5330 - 95 3o3n ~ Se~eo~ l3ld for ~a~i~ ~`~1cr`~-}e- mp„rch 8, acaa uk 5',0o e+ti Whcatcxah, Inc. 2760 Bandeca Hwy. P.O. Boz 290068 Y.errville.'17C 7R029-0068 aCC.GLZ=Rp ®1zOgaep[70 ~ Q~~~~~ EQUIPMENT BY THE HOUR, R'ITH OPERATOR SPECIFICATIONS AND BID FORM 1. Specifications: Bids are to be in cost (dollars) per hour for EQUIPMENT & OPERATOR 2. Bid form is for equip ment listed or'a machine of equal performance. SPECIFICATION TYPE AGE OF UNIT MEETS EQUIPMENT EQUIP. COST SPECS BID (Years) (Yes/no) Minimum Bid: CAT D-6 Dozer w/Ripper b (. G ~!~ $ i~ /per hr. ]~c ~ (or equivalent) ~ Scraper Csr, bl3 G l e $ I DO /per hr. (heaped capacity 11 CY) ' ~ ~ ~ CAT 12G Motor Grader wr ~ 7 Cs ~ .Z/ /per hr. $ ~~ (or equivalent) ,o 930 Loader I, KatSF,iGm l.K4oo ~:~ $ Gs.`/per hr. /~. (or equivalent) 12 Ton Flat Wheel Roller ('/ / TNAPLIM J i.,[ ~_ $ .SS,~/per hr. 12 Ton Pneumatic Roller TwI6K.vM ~ $ $5.~per hr. 1500 Gallon Water Truck T 1~,~e„in1,..SaZ. ~Q $ Sa°=~/per hr. ~ s Optional bid: Asphah 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 Mazch 15, 2002, and be in effect until March 15, 2003. ~ r 1.~ ,3-`7- oZ Signature Date Firm Name: M i~ 1~ ~',,1G . Address: ice. Q 3fl x Z q 448D e,t~thl~ Telephone: Bolo- zL ZZ MPB INC. PO BOX 294480 KERRVILLB.TX 78029-0480 HOURLY EQUIPMENT BID MARCH 8,2002 AT 5:00 P.M. MPB INC. Car new/O fT/h PAVING AGGREGATES SPECIFICATIONS AND BID FORM I. Specifications: Paving aggregates shall conform to the requirementssn 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 dollazs) per cubic yazd. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. Z. Bid Form BID UNIT COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed 3 Supplier Plant $ q,~~o /CY B stone or natural limestone 4 Supplier Plant $ 9,SE~ /CY B rock asphalt) 5 Supplier Plant $ SZ~ ICY PB 3 *Kerr County $ ~e e: ~ /CY pB 4 *Kerr County $ ,vn ~3,~ 1CY pB 5 *Kerr County $ ~~CY Trap Rock 3 *Kerr Couuty $ ~la,`~ICY Trap Rock 4 *Kerr County $ o ~• d /CY Trap Rock 5 *Kerr County $ No ,~/CY * Kerr County = 25 mile radius of Kemille 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 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 ofjob sites. I do hereby certify that I havc read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2002 and be in effect until March I5, 2003. Signature Date Firm Name: .~a.~~c/ /Yt, Jl S~-<-, Address: ~_c • 1=3 ~~ /- SS' 7 Seal in Corporation Telephone: C'o.n~c-~~ ~X )f~ci3 (gje) yap bsvo r?E.i?~~vc > ~~ % k- :-e~ ~ s ~Jl~ ~.t~~%eld ~~u~, r ~ ` ~ C/ ~ ~,t. wry ~~~~ ~~ i ,~ ~s ~ m o~ BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Depaztment Standazd Specifications, Item 247, Flexible Base, Type A, Type B (see attached). Bids aze to be in cost (in dollazs) per cubic yazd. 2. Bid Form BID LJNI1' COST F.O.B. SUPPLIER'S PLANT Type A (crushed limestone) Type B (uncrushed gravel pit run) Type C (crushed gravel) F.O.B. KERB COUNTY (25 Mile radius of Kerrville) Type A (crushed limestone) Type B (uncrushed gravel/pit run) Type C (crushed gravel) GRADE 1 (1'/. down) ~/CY $ /CY $ /CY GRADE 1 (1'/s down) $1, 23 /CY $ /CY $ /CY GRADE 2 (2 '/, down) $~ /~ /CY $ /CY $ /CY GRADE 2 (2 '/: 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 Instructions to Bidders and that prices quoted herein are to begin March 15, 2002 and be in effect until March 15, 2003. ignature 3- 8-D„2 Date Firm Name: Reef I Schn 1 t'f' LYIa!~ Y'('fl Address: 3~r'or,}, S-}-. Corv~or-F Seal in Corporation Telephone: 8 ~n _ qq5 - _~~g ~'] `' ti '~,~~,~ ~ - - Seal ed 3id ~a~ ~~ YY~a~-er i al YY1orch ~ , ~~o ~ 0.~ 5: Ott P. rY1. 3c~w~~5 ~D 3-1 ~c-on~-. Com-~or ~- j ~ee11 51-. Tx. `lgo~3 BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 247, Flexible Base, Type A, Type B (see attached). Bids aze to be in cost (in dollazs) per cubic yazd. 2. Bid Form BID UNIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (1'/. down) (2'/s down) Type A (crushed limestone) $ NO BID /CY $ NO BID /CY Type B (uncrushed graveVpit run) $ i,.5o /CY $ . 50/CY Type C (croshed gravel) $ No Q14/CY $ NO BID/CY F.O.B. KERR COUNTY GRADE 1 GRADE 2 (25 Mile radius of Kerrville) (1'/. down) (2 '/s down) Type A (crushed limestone) $ N ID /CY $ No BID/CY Type B (uncrushed gravel pit run) $ -1.~5 /CY $1.75 /CY Type C (crushed gravel) $ NO 61p/CY $ No BID/CY 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 hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2002 and be in effect until March 15, 2003. ~fl/IAD Signature 3-o7-oa Date FhmName: l3ED-ttKk MATER(aL5 LTD. Address: .~0-A SANAMfON10 +~WY. CENTfRa71~TX Seal in Corporation Telephone: 830- ~3y -x965 ']gyp Ip BEDROCK NjATERIALS, LTD. P. o. Box 347 cENrERPoIN"r TX 7 8010 r :~yNn~ SEALED BID FoR BASE MATERIAL SEALED aID FOR NDLMIX-coCD Lalp AaPHALT MARCN 8, aao~ ni S o0p rn. BEDROCK MA7eRIA~,L~D ago-A SANAnriafJio +~wY. [EnnERPai NT, TX 78o f0 KERB courvrY CLERK KERB couNTy COURT HOUSE -J00 MAID ST. KERRVICCE, Tx ~$oa8 EMULSION OILS SPECIFICATIONS AND BID FORM I. Specifcations: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standazd 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 $ LF 1Gallon Or HFRS-2 $~~~ /Gallon AEP $ , ~L /Gallon I ereby certi that I have read the attached Special Instructions to Bidders and that pn ed h din aze to begin Mazch 15, 2002 and be in effect until Mazch 1~5, ~2~00~3~ _~,_ id Signature Date Ffi~m Name: ? ~ i j Address: ^,, I ~ N~-~~?~~,SX " _~'8~;~ 3 Seal in Corporation Telephone: ' - C - 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 dollazs) per cubic yazd. 2. Bid Form BID UNIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (1 'b down) (2 '/: down) Type A (crushed limestone) $ ~CY $ /CY Type B (uncrushed graveUpit run) $ ~/CY $ /CY Type C (crushed gravel) $ /CY $ /CY F.O.B. KERB COUNTY GRADE 1 GRADE 2 (25 Mile radius of Kerrville) (I 'b down) (2 Y: down) Type A (crushed limestone) $ ~/CY $ /CY Type B (uncrushed gaveUpit run) $ ~/CY $ /CY Type C (crushed gavel) $ _/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. y certify t t I have read the attached Special Instructions to Bidders and that prices quoted h ein are to begin arch 15, 2002 and be in effect until March 15, 2003. Signature Date Firm Name; T ~1~t~S Address: ~. ~ = - ~G~}3 Seal in Corporation Telephone: (- l CORRUGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. Specifcations: Culvert pipe shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 460, unless otherwise noted herein. Bids aze to be in cost (dollars) per lineaz foot. 2. Bid Form BID i1NIT COST Type Design F.O.B. Kerr County Road & Bridge Yard 15" Arch 18" Arch 24" Arch 30" Arch I S" Coupling Band 18" Coupling Band 24" Coupling Band 30" Coupling Band 4 $ ~ /LF $ ~ /LF $ V j3-/LF $ ~i, /LF $ ~'~/each $ ~~/each $ 1~/each $ '~~ J~ /each I reby certify t t I have read the attached Special Instructions to Bidders and that ices quoted her ' aze to begin Mazch 15, 2002 and be in effect until Mazch 15, 2003. o - ! ~ Signature Date Firm Name: Address: - `1 ~i G ~ '?~ Seal in Corporation Telephone: I ~ ~` :-_j`I nl1 . 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 are 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 UNIT COST TYPE GRADE F.O.B. UNIT 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 $ `N I /CY Trap Rock 3 *Kerr County $ '~1 /CY Trap Rock 4 *Kerr County $ /CY Trap Rock 5 *Kerr County $ ~ (3 /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 Departrnerrt of Transportation 1993 Standazd Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standazd 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 doh by certifyI have read the attached Spceial Instructions to Bidders and that prices quoted atC to begin ch 15, 2002 and be in effect until March 15, 2003. rgnature Date ~ _ Firm Name:-" Address: ~Z -~~~ `~5 ~ ~ ~. Seal in Corporation Telephone: C - ~ ~~ `~3 ~a.~ ~~ ~ ~~- ~,~.o~. ono :~eoe~,ad Q~ ~ C.o~ ~YV~ta9 f~~pe `~eQ.~ ~~t ~, Sao ~~C~ ~ .~-?.QLtAACt ~~~ ~, ~- ~.,x- Cotd ~auo~. Q.gpr,o.~-t. i ~ A ~pr~cz~.t ~ ~ ~ ~'~C ~. ~ ~x .a Hex.~+e5, JfX.~tl~ ~ ~,~ , ~ ,s~,r 02/15/2002 09:38 0968481 K C ROAD & BRIDGE PAGE 02 HOT MLX-COLD LAID ASPHALTIC CONCRETE PAVEMENT SPECIFICATIONS AND BID FORM 1. Speeflkatione: Base material shall conform to the requircmenta itt 1993 Texas Highway Depertmem Standard Specifications, Item 334 (see attached). Bids are to be in rnst (in dollars) per TON. 1. Bid Form BID lJ1VIT COST F.O.B. KERB COUNTY BLACK BASE COLD MIX lype CC (23 MBe tydim otKerrvilb) S .~~ ~ IRON S ~~'. a ~ TON 1 do hereby certify dtst I have reed the atuehed Special Instructions to Bidders and that prices quoted herein ere to begin March I S, 2002 slid be in effect wdil March 15, 2003. ~; V _ =` ; ~~~~ ~~,,n, ~'~ L; ~'.~x. ';~ ~~% Sigoetwt ~ I~ Firm Name: ~ri~ "` ~~~ '1 U1~ `~, ~~~ ~ _ Address: ,I,..i- ice, ~~+_ 1 '~tC _-(~._ ,+.I".. ~~' ~~~'= Telephone: `' - "~ I +y -' ~ r': i 1 r >tl i~~rs ~ " Seal in Corporation ~.e~~~~-a`~`~S ~~~ m °~'c ~ f ~.3 T I-Ipur~~ Ec} u~Ppn'12n1 Bid ~ ~ March 8, 2b~2 ak 5~~ p~m• Edmund Je.nschKe,=nc• 225 2n+er5~a-Fe.10 Kerrvi I le., l X -78028 Kerr Coun-~~1 Cl2rK K2,rr Coun-E-y CouJr~ 4-louse 100 Main Str~e.~ Kerrville, Texas 78028 a~.,~,1L~n +n"m~aa~ ~• a~>~'