Loading...
2015-12-10 (#1)Regular 2015 Term THE STATE OF TEXAS § COUNTY OF CALHOUN § Held December 10, 2015 BE IT REMEMBERED, that on this 10th day of December, A.D., 2015 there was begun and holden in the Commissioners' Courtroom in the County Courthouse in the City of Port Lavaca, said County and State, at 10:00 A.M., a Regular Term of the Commissioners' Court within said County and State, and there were present on this date the following members of the Court, to -wit: Michael J. Pfeifer Roger C. Galvan Vern Lyssy Neil Fritsch Kenneth W. Finster Anna Goodman Josie Sampson County Judge Commissioner, Precinct #1 Commissioner, Precinct #2 Commissioner, Precinct #3 Commissioner, Precinct #4 County Clerk Deputy County Clerk Thereupon the following proceedings were had: Commissioner Galvan gave the Invocation. Commissioner Finster led the Pledge to the US Flag and Commissioner Fritsch led the Pledge to the Texas Flag. APPROVE MINUTES OF NOVEMBER 12, 2015 MEETING: Commissioner Lyssy made a motion to approve minutes of the November 12, 2015 meeting. Commissioner Galvan seconded the motion. Commissioners Galvan, Lyssy, Fritsch, Finster and Judge Pfeifer seconded the motion. lul4ucl:i(_1*u14A]WAIts]4�k94:a:»Y1l:i6 Memorial Medical Center CEO Jason Anglin stated there was a Net Loss of $179,331 in the month of October resulting in a Net Loss for the year of $336,216. December 24th is the projected completion date for the new clinic project. Open House is scheduled for December 30thand the opening date is planned for January 4, 2016. Memorial Medical Center - Port Lavaca, Texas CEO Report November 20, 2015 Financial Results: In October we had a Net Loss of $179,331 resulting in a Net Loss for the year of $336,216. New Clinic Proiect We are now planning for a January opening. Unfortunately, K&T has updated the completion schedule to be December 241n Waiver 1115 Roshanda will give a presentation at the board meeting regarding our milestone achievements. With this we expect to IGT approximately $835,000 in January for our project accomplishments and expect to receive back $2,040,446 at the end of January. Insurance renewals We are intensely working on our employee health insurance renewal. As you know our claim cost this year is up. We are looking at plan redesign along with asking for fully insured options. Coming up in December are renewals of our employee health, dental, life, and long term disability insurance, Workers Compensation, Professional General Liability, Directors and Officers, Regulatory/Billing Errors and Omissions policies. Physician Recruitment Activity At this juncture I have put the orthopedic search on hold. We have recently had a promising initial meeting with a Family Practice candidate. I look to host a formal meeting in the near future. If an agreement with this candidate was to be reached I would expect that they would not join us until 6 months after reaching the agreement and we could make it longer if necessary. Information on Board Items: 1. Medical Staff Bylaw updates- With the addition of our Hospitalist Program we have some updates to the bylaws. 2. Equipment Disposal —We have a list of items that we recommend disposal of in the chamber auction. 3. Update Presentation of Waiver 1115 program- Roshanda will give a presentation at the board meeting regarding our milestone achievements. 4. Closed Sessions- We have closed sessions posted. Jason Anglin, CEO Memorial Medical Center Memorial Medical Center Financial Report For the Month of: October 2015 Overview: Hospital performance improved in October, but not to the point of profitability. The hospital lost $194,585 from operations, bringing the year to date loss to $586,478 from the hospital. The Nursing Home MPAP has brought in $250,262 so far this year and reduces our overall loss to $336,216. There are two factors that drove October's loss. The first was a continuation of our less robust payor mix— Private Pay decreased from 16.4%to 15.7% of total revenues and Medicare increased from 38.8% to 41.9%, both of which increased our bottom line from its September low. We are almost back to breakeven from a payor mix standpoint. The big driver in our loss for October was a $269,918 group health cost for the month compared to an average of $151,000 through the first none months of 2015. This resulted from a single claim for which we paid over $120,000. Through four months of negotiation, our TPA drove cost down from an original payment of $210,000 so it might have been even more devastating than it was. We knew the claim had been incurred, but we did not know how much we were going to pay until last month. Here are some of hospital administration's actions taken to reverse the negative trend: 1. Engaged a local firm to assist us in qualifying targeted uninsured patients for SSI/SSDI to reduce charity care and bad debt. There are some Calhoun County patients who will greatly benefit from this service and our staff will be trained to identify patients when they are first seen to help minimize our losses. 2. Began holding ACA sign up opportunities on Saturday mornings. The first session was not well -attended though we were able to assist two people with questions. 3. Reviewing product lines and productivity for opportunities to increase operating profits. This is always happening, but we expanded our view given the hospital's loss over the past two months. 4. Scheduling training with an experienced advisorfrom another hospital to help us market our Swing Bed services. These patients are almost 100% Medicare which improves our cost report performance and this is an inexpensive training. 5. Restructured Physical Therapy to provide dedicated staff to care for swing bed patients. In addition to improving our cost report, this removes one of the barriers to the success of our program. 6. Preparing for Cardiopulmonary Rehab for implementation shortly after the new clinic is open. This also should improve our cost report. 7. Starting process of moving to a single GPO. We expect this to decrease supply costs by about $40,000/year. It is important to remember that many of these were already in process and were presented to the Board for approval in prior months. Some of these pieces are beginning to lock into place. Statistics: Overall average daily census dipped to 11.97 in October and is now at 12.57 for the year. Average Length of Stay for the past two months is a concern — the hospital averaged 4.11 days in October, which is better than the 4.21, but we need to get better. CMS regulations limit critical access hospitals to 4 days (96 hours) so we must stay under that limit for all patients, not just Medicare beneficiaries. We have enough volume to offset the occasional 5- or 6-day stay, but we cannot exceed 4 days at December 31. As of October 31, the hospital had an average length of stay for acute care patients of 3.81. Changing Medicare beneficiaries to Swing Bed status after three or more days in acute care helps, but since commercial plans and Medicaid rarely have long term care coverage we need to be diligent in our admissions. The hospital's Case Manager and I are reviewing all inpatients every day to help us monitor the situation. Emergency Room visits continue to decline as we encourage non -emergency users to seek appropriate levels of care in the clinic. Outpatient visits held steady with September's high level at 1,861. Memorial Medical Clinic business grew slightly to 1,084, the second new high in a row. We believe that we are currently at the maximum capacity of our space until the new clinic building is on line. Surgery and Endoscopy procedures for decreased slightly to 109 and are now at 998 for the year. Imaging volume as a whole increased from 1,380 to 1,400, with CT Scan leading the increase. October's pink ribbons had a very positive effect on Mammograms —volume more than doubled from 49 in September to 120 in October. Balance Sheet Highlights: ASSETS Bank Accounts The balance in Cash and Investments decreased due primarily to progress payments made on the new clinic. The county has reached their pledge limit and the hospital is now paying the bills. Cash consists of $778,988 in operating cash, $325,069 in the Private Waiver 1115 Clearing Account, $1,291,074 in MMC Clinic Construction, $500,000 in CD investments and $494,637 in the MMC Nursing Home Cash account, which is payable to Cantex. Accounts Receivable Gross A/R increased to $9,945,363, with Gross Days Revenue at 52.3 and Net is 38.3. Our percent of accounts over 4 months continues to improve as old accounts are collected. Here is where we stand as of October: Payor 12/31 10/31 Medicare 5.3% 1.9% Medicaid 3.2% 7.0% Blue Cross 8.4% 7.7% Commercial 8.5% 18.7% Private Pay 32.0% 32.4% We have some very real challenges getting our VA accounts paid on time so these make up the bulk of the Commercial balances over 120. For help we reached out to our local congressman's office. We received some payments and will be hosting a seminar for local PF5 departments soon. There is one large Medicaid account, pending payment for almost a year, hurting our performance there. I want to get Medicare at 5% over 90 days and all other payors to 5% over 120 days. The new Bad Debt collection agency began working accounts the first week of November and we expect improved performance soon. Accounts Receivable — Other The total in this account is $3,594,396 consisting mainly of expected payments from the DSRIP component of the Waiver 1115 program, the Uncompensated Care program and supplemental payments due under the NH MPAP program. Accounts Receivable Nursing Home There is a balance of $5,174,014 in accounts receivable on the five nursing home books. Accounts Receivable Est. 3'd Party Paver Settlements We estimate that we have $156,034 due from Medicare at this point in the year. LIABILITIES Accounts Payable The hospital owed $481,972 to vendors for open accounts payable at the end of the month, Due to Cantex The balance of $5,668,149 consists of $494,637 in Cash that MMC has received on behalf of NH (less $500 MMC contributed to set the accounts up and $1 rounding) and $5,174,014 in accounts receivable also reflected in MMC's accounts receivable. Accrued Expenses Our books reflect accruals for payroll taxes and amounts due employees for benefit hours totaling $1,112,540. Both accrued salaries and PTO increased, which is not unusual as employees "save up" for the holidays. Accrued Intergovernmental Transfers Our books reflect IGT accruals of $1,367,140, mostly for contribution to the Nursing Home MPAP (formerly UPL) and DSRIP programs. Accrued Payable — EST 3'd Party Paver There is no expected payable to Medicare at this time. Notes Payable The hospital has a note payable to Calhoun County for $1,453,379, which reflects the loan they advanced in the amount of $953,379 for the funding of the nursing home MPAP IGT in September. Leases Payable The hospital has $582,281 in long term debt of which $209,724 is due over the next 12 months. Current Ratio The ratio between our current assets and current liabilities is 1.53 compared to a 2.3 benchmark. Income Statement Highlights: Gross patient revenue for decreased to $5,584,598 in October but payor mix improved. This decreased our Revenue Deductions to 63% of Revenue and allowed us to record over $2 million in collectible charges. This should lead to increased collections in November & December. We are still seeing Private Pay patients at a higher rate that early in the year, but the amount dropped from over $900,000 in September to 15.7% in October and is currently at 11.1% this month. Total Operating Expense was $2,321,283 compared to a budget of $2,085,614. The major area of concern was the Group Health claims. We do not know of any more large claims that have not been paid. Currently the hospital is $1,240,022 under our expense budget year to date. Performance improved in October, but not to the point of profitability. PFS is engaged in not only collecting money from insurance companies, but becoming even more active in seeking to sign uninsured patients up for Medicaid, SSI/SSDI, or ACA coverage through the exchange. Hospital management continues to seek opportunities for top line growth as well as increasing profitability of our current product lines. We believe that the new clinic will help, but we need to keep working. leo9® leog}o% se suolpallo001A— leO )JO% se suopallo701W-- aa0 noN to daS Anv In[ unf AeW jdtl ieW qaj ue( Wo %O'OZ %009 YT'L8 .. %S'68_ %Z'SS 49'06 -%CB6. __ .%b'06- _ ... ..... _ _. o .... ___ .. _ .. _ o - _.%6'bfi - %0'08 -oE'9iT %0'OOT aaueuaao}aad suol;oapoD IeoO® suolpapo7 angelnwn:)® oa0 noN 130 daS 8nv In[ un( AeW AV JeW qaj uel' 00'00(y000'ST 00'000'000'0Z — - — — — 00 000'000'sz suolIoalloj anljelnwnD leOE)— suoBaapo7® aa0 AON 130 daS 8ny Inf unr AeW AV JeW qai uer ' 94'bb0'LL9`i 8Z'Zb9`TL9£8'61T'LLS'T 'T 60'0969L9'L 00'000005'T ' . _... .. __ ... _ - - .. 00'000'000'Z 6T'9Z9'TbL'T 9T'bOL'066'1 9L'Z96'9SL'T T8'bLZ'Z9T'Z _ 61'6b0'980'Z On 000'oos'z 00 000'000% suol7oalloD A14}uoUV XIN JOAed aagoloo xiW aoAed AeW s „ m _ p PFn� a FFR m0��n� !$`$�kjN 2 mEnm'$ oFn W 92>a mrn ,„, 13 ^' nn _ n eN N m oFA N n a.. o "df u^, i2 6 V ao�mm F o m „ oge3oWa o m�R'd„ A� �o o� p9 F &6m e u Hnry mN fin.- "nv n ne m �.n e v w$c�oar Ramn,a un_ a m mW� x. n 'eh om Gm g A nge„n „ & n o73� A m ,- no npf a ^.- n"de a ten„ .- v vo C ,�^'„° G„' m ,u a, 7 j N O_ tt U p �00i rc„ "g'Jm Memorial Medical Center Income Statement - Hospital For the Month Ended October 31, 2015 Current Period Revenue Fiscal Year To Date Actual This Budget This Month Month Last Year Actual YTD Budget YTD Last Year YTD $1,265,216 $1,266.696 $1,152,077 Inpatient Revenues $13,041,207 $12,666,961 $12,765,677 $2,688,240 $3,766,364 $2,881,972 Outpatient Revenues $26,254,379 $37,663,637 $23.555,891 $1,631.142 $18,326 $1,600,678 ER Revenues $16,980,630 $183,262 $16,400,979 $5,584,598 $5,051,386 $5,634,727 Total Patient Revenue $56,276,216 $50,513,860 $52,722,547 $2,571,797 $2,416,279 $2,818,633 $282,626 $85,022 $60,939 $99,256 $58,855 $140,655 723 $2,064,989 $2,026,698 $2,138,007 $52.238 $91,778 $45,208 Revenue Deductions Contractuals Charity Indigent Care DSH/Walver Revenue Net Patient Revenue Other Operating Revenue $31,588.240 $24,162,792 $26,884,873 $1,119,466 $850,220 $868,096 $345,845 $588.545 $487,117 $18,540,409 $20,266,984 $18,249,514 $551,785 $917,778 $449,897 $2,117,227 $2,118,476 $2.183,215 Total Operating Revenue $19,092,194 $21,184,763 $18,699,411 Current Period Actual This Budget This Month Month Last Year $877,580 $839,985 $802,466 $419,772 $240,328 $309,584 $429,738 $454,233 $342.523 $192.816 $146,189 $15l.323 $283,388 $243,581 $241.216 $4,260 $4,390 $6,714 $46,782 $42,238 $53,470 $71,330 $76,587 $85,258 Operating Expenses Salaries & Wages Employee Benefits & PR Taxes Professional Fees Purchased Services Supplies Insurance Utilities Other Expenses Depreciation Fiscal Year To Date Actual YTD Budget YTD Last Year YTD $7,856,448 $8,399,846 $7,226,165 $2,603,275 $2,403,281 $2,134.180 $2,378,644 $4,542,327 $3,378,966 $2,923,439 $1,461,885 $1,429,153 $2,621,156 $2,435.811 $2,350,800 $74.721 $43,902 $43,692 $440,155 $422,383 $451,602 $786,387 $765,871 $777,326 $2,392,613 $2,162,201 $2,061.127 Total Expenses $20,402,501 $21,622,007 $18,403,686 ($275,386) ($43,724) $122,088 Net Operating Income/(Loss) ($1,310,307) ($437,244) . $295,725 Non Operating Income / (Exp) $23 $518 ($1) Investment Income $1,210 $5,182 $345 ($3,431) ($2,083) ($5,086) Interest Expense ($36,894) ($20,833) ($19,598) $0 $2,842 $0 Contributions and Grants $350 $28,417 $7,950 ($196,534) ($279,367) ($156,932) IGT Expense ($1,787,957) ($2,793,668) ($1,204,075) F780 783 %363.481 $224.189 Service Contribution by SOH $2,547,120 $3,634,813 $1.881,168 ($194,565) $41,667 $184,258 Total Net Income / (Loss) ($586,478) $416,667 $961,515 -2- Current Period Actual This Budget This Month Month Last Year $3,935,987 $0 $0 Memorial Medical Center Income Statement - Nursing Home For the Month Ended October 31, 2015 Revenue Resident Revenues Fiscal Year To Date Actual YTD Budget YTD Last Year YTD $29,703,455 $0 $0 $3,935,987 $0 $0 Total Operating Revenue $29,703,455 $0 $0 Current Period Fiscal Year To Date Operating Expenses Actual This Budget This Month Month Last Year Actual YTD Budget YTD Last Year YTD $3.935,987 $0 $0 Nursing Home Fee $29,703,455 $0 $0 $3,935.987 $0 $0 Total Expenses $29,703,455 $0 $0 $0 $0 $0 Net Operating Income / (Loss) $0 $0 $0 $15,234 $0 $0 Total Net Income / (Loss) $260,262 $0 $0 -3- Memorial Medical Center Income Statement - Combined For the Month Ended October 31, 2015 Current Period Revenue Fiscal Year To Date Actual This Budget This Month Month Last Year Actual YTD Budget YTD Last Year YTD $1.265,216 $1,266.696 $1.152,077 Inpatient Revenues $13,041,207 $12,666,961 $12,765,677 $2.688,240 $3,766,364 $2,881,972 Outpatient Revenues $26,254,379 $37,663,637 $23,555,891 $1,631,142 $18.326 $1,600,678 ER Revenues $16,980,630 $183,262 $16,400,979 $3,935,987 $0 $0 Resident Revenues $29,703,455 $0 $0 $9,520,585 $5,051,386 $5,634,727 Total Patient Revenue $85,979,671 $50,513,860 $52,722,547 $2,571,797 $2,416,279 $2,818,633 $282,626 $85,022 $60,939 $99,256 $58,855 $140,655 ($155,793) ($214,536) ($155,466; $6,000,976 $2,026,698 $2,138,007 $52,238 $91,778 $45,208 Revenue Deductions Contractuals Charily Indigent Care DSHANaiver Net Patient Revenue Other Operating Revenue $31,588,240 $24,162,792 $26,884,873 $1,119,466 $850,220 $868,096 $345,845 $588,545 $487,117 ($1,595,433) ($2,145,360) ($1,649,654) $48,243,864 $20,266,984 $18,249,514 $551,785 $917,778 $449,897 $6,053,214 $2.118.476 $2,183,215 Total Operating Revenue $48,795,649 $21,184,763 $18,699,411 Current Period Actual This Budget This Month Month Last Year $877,580 $839,985 $802,466 $419.772 $240,328 $309,584 $429,738 $454,233 $342,523 $192,816 $146,189 $151.323 $283.388 $243,581 $241,216 $4,260 $4,390 $6,714 $46,782 $42,238 $53,470 $66,947 $114,670 $68,573 $71,330 $76,587 $85,258 Operating Expenses Salaries & Wages Employee Benefits & PR Taxes Professional Fees Purchased Services Supplies Insurance Utilities Other Expenses Nursing Home Fee Depreciation Fiscal Year To Date Actual YTD Budget YTD Last Year YTD $7.856,448 $8,399.846 $7,226,165 $2,603,275 $2,403,281 $2,134,180 $2,378,644 $4,542,327 $3,378.966 $2,923,439 $1,461,885 $1,429,153 $2,621,156 $2,435,811 $2.350,800 $74,721 $43,902 $43,692 $440,155 $422,383 $451,602 $718,276 $1,146,703 $611,802 $786,387 $765,871 $777,326 $6,328,600 $2,162,201 $2,061,127 Total Expenses $50,105,956 $21,622,007 $18,403,686 ($275,386) ($43,724) $122,088 Net Operating Income / (Loss) ($1,310,307) ($437,244) $295,725 rNon Operating Income $23 $518 ($1) Investment Income $1,210 $5,182 $345 ($3,431) ($2,083) ($5,086) Interest Expense ($36,894) ($20,833) ($19,598) $0 $2,842 $0 Contributions and Grants $350 $28,417 $7,950 ($196,534) ($279,367) ($156,932) IGT Expense ($1,787,957) ($2,793,668) ($1,204,075) $280,763 $363,481 $224,189 Service Contribution by SOH $2,547,120 $3,634,813 $1,881,168 $15,234 $0 $0 Nursing Home UPL $250,262 $0 $0 SBR 055 585.391 $62.170 Total Non -Operating Revenue $974,091 $853,911 $665.790 ($179,331) $41,667 $184,258 Total Net Income/(Loss) ($336,216) $416,667 $961,515 -4- MEMORIAL MEDICAL CENTER PATIENT ACCOUNTS RECEIVABLE OCTOBER 2015 AGED TRIAL BALANCE: CURRENT FINANCIAL CLASS SOURCE: ATB BY FINANCIAL CLASS FINANCIAL CLASS MEDICARE $ 0y. MEDICAID $ BCBS $ 0/ COMMERCIAL $ 0/1 PRIVATE $ TOTAL $ 01, 0 - 30 31- 60 61 - 90 91 -120 121 -150 151 -180 >180 TOTAL 1,905,553 208,277 123,075 15,799 617 16,517 24,712 2,294,549 83.1% 9.1% 5.4% 0.7% 0.0% 0.7% 1.1% 23.1% 630,927 217,914 93,830 21,925 9,661 22,598 29,609 1,026,464 61.5% 21.2% 9.1% 2.1% 0.9% 2.2% 2.9% 10.3% 495,979 137,934 64,418 38,796 16,675 13,857 26,795 794,453 62.4% 17.4% 8.1% 4.9% 2.1% 1.7% 3.4% 8.0% 820677 548,083 213,861 89,508 171,930 31,357 159,568 2,034,983 46.3% 26.9% 10.5% 4.4% 8.5% 1.5% 7.8% 20.5% 641,377 790,481 494,000 627,262 313,365 191,757 736,683 3,794,914 16.9% 20.8% 13.0% 16.5% 8.3%1 5.1% 19.4% 38.2% 4,494,511 1,902,689 989,183. 793,291 512,238 276,085 977,367 9,945,364 45.2% 19.1% 10.0% 8.0% 5.2% 2.8% 9.8% 100.0% NOTE -- Amounts and percentages may sum to '+' or - 1 and 1% of the total or 100%, respectively, of their particular category due to rounding. AVERAGE DAYS IN PATIENT ACCOUNTS RECEIVABLE: DECEMBER 2014 JANUARY FEBRUARY GROSS 49.76 50.891 50.75 JUNE 54.70 1 56.77 JULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER L 54.20 ( 52.541 54.991 54.48 1 - ( - AGED TRIAL BALANCE: ORIGINAL FINANCIAL CLASS SOURCE: ATB BY FINANCIAL CLASS FINANCIAL CLASS MEDICARE $ o� MEDICAID $ BCBS $ COMMERCIAL $ PRIVATE $ TOTAL $ 0/1 0-30 31-60 61-90 91-120 121-150 151-180 >180 TOTAL 1,991,971 326,437 197,799 68,069 42,315 52,947 111,463 2,791,002 71.4% 11.7% 7.1% 2.4% 1.5% 1.9% 4.0% 28.1% 601,860 216,451 93,856 28,621 20,614 15,181 41,241 1,017,824 59.1% 21.3% 9.2% 2.8% 2.0% 1.5% 4.1% 10.2% 472,797 181,632 105,534 100,036 62,919 60,513 108,189 1,091,619 43.3% 16.6% 9.7% 9.2% 5.8% 5.5% 9.9% 11.0% 764,590 567,361 264,189 166,363 241,151 82,650 328,7.28 21415,032 31.7% 23.5% 10.9% 6.9% 10.0% 3.4% 13.6% 24.3% 663,294 610,809 327,804 430,201 145,239 64,795 387,747 2,629,888 25.2% 23.2% 12.5% 16.4% 5.5% 2.5% 14.7% 26.4% 4,494,511 1,902,689 989,183 793,291 512,238 276,085 977,367 9,945,364 45.2% 19.1% 10.0% 8.0% 5.2% 2.8% 9.8% 100.0% NOTE -- Amounts and percentages may sum to '+' or '-' 1 and 1% of the total or 100%, respectively, of their particular category due to rounding. MEMORIAL MEDICAL CENTER CAPITAL ACQUISITIONS FOR PERIOD ENDED 10/31/16 MONTHI DESCRIPTION BUILDING EQUIPMENT I TOTAL 01/15 CLINIC - CIP -K&T CONSTRUCTION FEE 66,128 - 66,128 PROFESSIONAL SERVICES- ENGINEERING SERVICES 3,328 - 3,328 PROFESSIONAL SERVICES- ENGINEERING SERVICES 489 - 489 CLINIC-CIP- ACT PROFESSIONAL FEE 4,566 - 4,566 HOSPIRA WORLDWIDE- INFUSION PUMPS, 2 PUMPS - 6,416 6,416 RECONDO INTERFACE - 4,500 4,500 JANUARY 2015- COMPUTER PURCHASES - 5,180 6,180 SUB TOTAL JANUARY 74,510 16,096 9006 02115 FEBRUARY 2015- COMPUTER PURCHASES - 11,458 11,458 HOSPIRA WORLDWIDE- INFUSION PUMPS, 4 PUMPS - 12,833 12.833 CLINIC - CIP - ENGINEERING PROFESSIONAL FEE 944 - 944 SUB TOTAL FEBRUARY 944 24,291 25,235 - 3,214 3.214 03/15 HOSPIRA WORLDWIDE -INFUSION PUMPS, 1 PUMP SECURITY GLASS IN EMERGENCY ROOM 6,BB3 - 6,883 CLINIC - CIP -K&T CONSTRUCTION FEE 749,926 - 749,926 CLINIC - CIP - RETAINAGE 50,298 - 50,298 SUB TOTAL MARCH 807.107 3.214 810,321 04116 FAN COIL UNIT - 8,700 8,700 MICROSOFT WINDOWS SERVER 2012 - 5,726 5,726 APRIL 2016- COMPUTER PURCHASES - 2,382 2,382 SUB TOTAL APRIL 16,808 16,808 05/15 MAY 2015- COMPUTER PURCHASES - 9,532 9,532 E-MDS- SOFTWARE LICENSE - 8,252 8,252 REPAIRING WATER LEAK ON 3RD FLOOR 7,995 - 7,995 CLINIC - CIP -K&T CONSTRUCTION FEE 174,524 - 174,624 CLINIC - CIP - RETAINAGE 14,792 - 14,792 SUB TOTAL MAY 197,311 17.783 215,094 06/15 IMMTRAC INTERFACE - 4,500 4,500 CLINIC INTERFACE - 750 750 MEANINGFUL USE - 104,995 104,995 E-MDS- SOFTWARE LICENSE - 7,752 7,752 CLINIC-CIP- ENGINEERING PROFESSIONAL FEE 8,669 - 8,669 CLINIC-CIP- XRAY MACHINE, 40% DOWNPAYMENT - 30,160 30,160 SUB TOTAL JUNE 8,669 148,157 156,826 07115 CLINIC - CIP -K&T CONSTRUCTION FEE 412,886 - 412,886 CLINIC-CIP- ENGINEERING PROFESSIONAL FEE 3.455 - 3,455 JULY 2015- COMPUTER PURCHASES - 1,683 1,683 E-MDS- EMR SOFTWARE FOR P.A.-112 - 7,935 7,935 EVIDENT- DEPOSIT ON TRIVE LICENSES - 649 649 SUB TOTAL JULY 416,341 10,267 426,608 145,914 - 146,914 08115 CLINIC - CIP -K&T CONSTRUCTION FEE CLINIC-CIP- ENGINEERING PROFESSIONAL FEE 490 - 490 CLINIC - CIP - ITERSOURCE NETWORK CABLE INSTALL 10,654 - 10,654 EXAM PROCEDURE TABLE -SURGICAL CLINIC - 8,690 8,690 AUGUST 2015- COMPUTER PURCHASES - 11,868 11,868 MATTRESSES-6 UNITS - 8,342 8,342 ER MONITORING EQUIPMENT - 79,861 79,861 E-MDS- EMR SOFTWARE FOR DR. BUNNELL - 7,604 7,604 E-MDS - EMR SOFTWARE FOR P.A -2/2 - 7,335 7,335 SUB TOTAL AUGUST 157.057 123.701 280,768 09115 CLINIC-CIP- ENGINEERING PROFESSIONAL FEE 5,695 - 5,696 CLINIC-CIP- FURNITURE DEPOSIT - 66,565 66,865 LAB INSTRUMENT INTERFACE -10%DOWNPAYMENT - 506 506 HOSPITALPORTAL NET- INTRANET PORTAL LICENSE - 11,250 11,250 MATTRESSES-6 UNITS - 8,342 8,342 PKG L9000 LIGHT SOURCE - 7,854 7,854 NETWORK REDESIGN PROJECT - 7,040 7.040 10 TRIVE LICENSES - EVIDENT/CPSI - 5,840 5,840 SUB TOTAL SEPTEMBER 5,696 107,697 113.394 562 - 562 10/15 CLINIC-CIP- ENGINEERING PROFESSIONAL FEE CLINIC-CIP- COW COMPUTERS FOR CLINIC - 2,817 2,817 CLINIC-CIP- COW COMPUTERS FOR CLINIC - 2,457 2A57 CLINIC - CIP -K&T CONSTRUCTION FEE 637,359 - 637,369 CLINIC-CIP- ITERSOURCE NETWORK CABLE INSTALL 6,105 - 6,105 SUBTOTALOCTOBER 644,026 5,274 649300 TOTAL $ 2,311,663 $ 473,289 $ 2,784,952 -7- Memorial Medical Center YTD YTD YTD 1013112015 _ Statistical Comparison 10/31113 10131/14 10131/15 OVER(UNDER) %OF (10 months) (10 months) (10 months) 10/31/2014 CHANGE Total Admissions 886 1,104 917 (187) -16.9% ER Admissions S45 776 779 3 0.4% Total Patient Days 3,957 4,319 3,821 (498) AVERAGE DAILY CENSUS Medic.!/Surgical/ICU 9.66 11.09 9.77 (1.33) -12.09' Obstetrics 0.88 1.00 0.83 (0.17) -17.4% Swing Bed 2.48 2,11 1.97 (0.14) -6.5% TOTAL AVG DAILY CENSUS 13.02 14.21 12.57 (1.64) -11.5% TOTAL AVG LOS - Acute care 3.79 3.55 3.81 0,26 7.4% Observation - Patients 223 407 410 3 0.7% Newborns -Births 87 100 103 3 3.091. MM Clinic Visits 4,566 7,428 9,632 2,204 29.79/u Surgical Clinic Visits 0 0 460 460 #DIV/O! Women Clinic Visits 0 532 0 (S32) N/A Outpatient Visits 15,952 20,160 18,545 (1,615) -8.0% Emergency Room Visits 8,908 8,598 8,407 (191) -2.2% Specialty Clinic Visits 4,401 4,326 4,721 395 9.1% Total Surgery & Endoscopy 829 980 998 18 1.8% Total Laboratory Procedures 244,928 274,497 275,515 1,018 0.4% Radiology Procedures 7,981 7,987 8,009 (35) -6.9% Bone Density 111 123 125 2 1.6% Nuclear Medicine 153 200 140 (60) -30.0% Ultrasound 1,512 1,914 2,063 149 7.89' CT Scans 2,170 2,400 2,240 (160) -6.7% MRI 856 983 945 (38) -3.9% Mammograms 922 830 685 (145) -17.5% Total Radiology Procedures 13,705 14,437 14,207 (230) -1.6% Respiratory Therapy IP Procedures 12,559 9,237 9,498 266 4.5% Stress Test 47 96 60 (36) -37.5% EKG Exams 2,525 3,015 3,158 143 4.7% EEG Exams 9 10 20 10 100.0% Sleep Studies 0 91 61 (30) N/A Total Respiratory 15,140 12,403 12,797 394 3.29/n Physical Therapy Total 22,615 21,077 16,467 (4,610) -21.9% Pharmacy Total 107,656 92,829 124,047 31,218 33.6% Dietary Total 74,164 96,112 113,470 17,358 18.1% Pounds of Linen 0 2.11,254 198,221 (13,033) -6.2% W-M O 'i n NM n M Ol Vl OJ I'1 � b V O N Ol VI O N 'i V N O V N m LO N a O e1 n V O V N ryj � N O1 W V N N N N V OI N l0 V In TW LL a ei ti M y O O rl O N N r1 N Ol o V C (O N O O n n IR LQ Ol V M O l0 W �m-1 n Vl I-1 W vl n 'I N N N N V VI O m W N ei V ri ei N rl fl 'I N N rl e�i O O O N m p N N a I -I Ol N a V M V N N W F V O n~ N N M T N N O M W N O I-1 M V � � a O rl N N pJ N O l0 N m O M M n V M O W n N VI tO M ✓1 V N n 'i Ol m�vI N n 'i N O W V O rl Ol n O y V P n OJ m N m N O Vl m m O a ul Vl Ol "I O ei n N ei l0 'i I-1 oio.io Q N VI O VI O VI N a M O n N N VI n O M rt N� VI N N m m n n N •i ul O V n r W II M O tnD N ,NI r VI OJ a M N N on oim •+ .i o7 0 ry momvvoi�o.00I an nmowarv.�m �I+mlmnolO1.Io mm�o.-Im maNm m �Ma.y n ,�N v m m n In F'.7o ono,-i .gym 7 ------------------------------------ l0 O O Vl lD ID VI N N M n O F W N m N n N p tV N N n N O jI OOLq I'1 r1 N fl N N N R ei 1M-1 'i Ol l0 n MN MI.i IrcD� O NN n N W%O M m pp�� b M y l0 aei M NOa c� Ol n Oy O Ot VI lO OI-1 pWI-O of .. 1l N 14Il1 N N eMi Uq C M h p F W V W OO NWONN N 'I O WN V IMl1 100 W W m M N rl ei N N eMi w N U m p +� (A O O ei IU O C Ol ro O1 m m a n ryry�� �-1 V N IO ei N O O Vl N n n V1 'i M O n rl W y� ei OI O I-1 V I-1 a OI IO N T N O ei V 01 O 14 ei O n at O n 01 N n E N N N N n V n � Iy ei N rl ei ei '1 rtl O N N LL a rl O n N VI OI n Ol I-1 N O O Ol 'f1 n V H I/1 M I-1 M N n M M m m O 10 N M O N 01 1 ri n V m IU VI •i V N I-1 VI O N n VI OI N V Ol O M I-1 n 'i `Y 01 IM�I N M O a 2 O b N V OO OO fV V ffl �-1 ei' N C N ei ei rl N eai ti N 7 O OJ O N N W y N O V O W 'tl' M W n N m INO O 'i T m N n O m O M ICI n p m m ri O W rl p1 yy a pI (OYI n N N ei r-I V O N m m N 1M n y N O N d Iy V '1 H II'i � O N a O n l0 O n O l0 N n V1 O V m V1 N ifl 01 N rl Ip V 'i N OJ VI N IO V CO V O M IO O rl lD N O VI IO N IR M N n O m O V1 n M W C M h N I -I N O 'i ei ei O1 m M O1 N N O m R IYI a N a N OO ei a IIl N N W O N j O I-1 ei N Z ---------------------------- a m c � F c p m ❑ c m .O li l9 O u U C 9 O t E O o _„ O M U F' Z'v g w m m J o E n th Ij m C E rc > „ � E' o m co „ m m o w« Y w d o t o o o 3 0 0 oz w EI.13o S w n o G emir z�I �,r d'oo- r wr aEol.Irr mrr rcMz'S M*Z Memorial Medical Center Accounts Receivable Oct-15 Aging 0-30 31-60 61-90 91-120 I 121-150 1 151-180 1 181-365 I Total Gross j % Over120Daysj %Over90Dnys Total Nov-14 4,157,789 1,899,222 1,192,857 794,431 401,470 202,057 1,115,010 9,762,835 17.6% 25.7% Dec-14 3,687,451 1,662,826 1,263,049 660,955 355,926 184,373 946,841 8,761,426 17.0% 24.5% Jan-15 4,275,625 1,367,704 1,063,287 620j552 369,230 217,191 1,053,863 8,967,452 18.3% 25.2% Feb-15 4,295,936 1,584,162 882,367 654,822 352,167 199,453 969,131 8,938,039 17.0% 24.3% Mar-15 4,470,448 1,548,886 984,487 769,008 394,974 243,992 1,115,129 9,526,925 18.4% 26.5% Apr-15 4,352,417 2,082,736 1,003,055 695,166 467,586 232,652 1,119,884 9,953,497 18.3% 25.3% May-15 4,000,090 1,842,378 1,407,295 820,331 557,057 308,728 1,139,681 10,075,560 19.9% 28.0% Jun-15 4,133,895 1,510,662 1,241,723 1,243,493 626,368 389,743 1,149,362 10,295,246 21.0% 33.1% Jul-15 3,562,298 1,621,175 1,035,310 997,656 742,269 284,822 1,204,150 9,437,681 23.6% 34.1% Aug-15 3,607,480 1,408,947 1,078,471 929,022 649,954 388,583 1,214,435 9,276,891 24.3% 34.3% Sep-15 4,230,100 1,341,698 1,008,209 737,889 426,320 328,638 1,174,645 9,247,499 20.9% 28.8% Oct-15 4,132,891 1,739,955 886,566 778,319 497,520 268,244 946,539 9,250,034 18.5% 26.9% Medicare Nov-14 1,943,820 288,941 117,955 85,770 58,161 11,406 96,969 2,603,023 6.4% 9.7% Dec-14 1,514,858 317,405 99,208 44,590 33,105 5,246 71,490 2,085,902 5.3% 7.4% Jan-15 1,902,475 240,965 116,907 37,301 26,555 32,343 68,659 2,425,205 5.3% 6.8% Feb-15 1,952,237 247,659 25,930 25,958 12,398 3,428 76,591 2,344,202 3.9% 5.0% Mar-15 1,834,678 185,177 36,952 3,880 14,361 11,233 66,108 2,152,389 4.3% 4.4% Apr-15 1,859,672 271,879 44,659 8,508 9,174 1,388 10,374 2,204,654 0.9% 1.3% May-15 1,824,741 348,117 58,977 1,952 3,524 9,055 11,437 2,257,802 1.1% 1.2% Jun-15 1,669,082 136,964 90,621 30,379 1,893 1,165 16,308 1,946,413 1.0% 2.6% Jul-15 1,465,507 244,351 92,541 67,727 29,204 908 18,114 1,918,352 2.5% 6.0% Aug-15 1,538,445 123,643 35,690 36,141 29,886 3,478 10,603 1,777,885 2.5% 4.5% Sep-15 1,639,192 167,487 42,425 13,226 21,046 21,853 6,375 1,911,604 2.6% 3.3% Oct-15 1,827,551 191,015 86,296 11,701 392 16,038 24,332 2,157,325 1.9% 2.4% Medicaid Nov-14 476,662 163,655 94,369 19,941 9,035 8,424 17,535 789,622 4.4% 7.0% Dec-14 535,717 179,765 123,291 73,056 13,078 8,369 8,416 941,694 3.2% 10.9% Jan-15 500,040 124,816 72,067 38,218 50,168 2,976 30,145 818,429 10.2% 14.8% Feb-15 510,658 146,202 86,140 39,934 23,836 32,368 24,305 863,444 9.3% 13.9% Mar-15 470,612 180,153 60,752 39,795 28,691 400 37,385 817,787 8.1% 13.0% Apr-15 578,559 140,554 125,289 51,129 10,281 3,694 37,494 947,000 5.4% 10.8% May-15 379,796 175,913 82,616 65,327 33,625 3,284 34,178 774,739 9.2% 17.6% Jun-15 367,730 109,737 86,070 51,630 44,711 22,985 7,991 690,854 11.0% 18.4% Jul-15 364,592 115,976 56,372 62,129 28,021 12,696 28,524 668,311 10.4% 19.7% Aug-15 395,504 93,338 53,284 46,884 20,376 3,474 19,026 631,887 6.8% 14.2% Sep-15 500,303 108,531 27,163 22,473 26,297 12,577 26,213 723,558 9.0% 12.1% Oct-15 530,940 169,669 43,916 17,527 8,331 21,594 27,729 819,707 7.0% 9.2% BCBS Nov-14 386,014 96,688 36,428 5,756 18,612 33,396 18,185 595,080 11.8% 12.8% Dec-14 349,012 53,851 8,211 29,573 8,889 18,429 12,913 480,878 8.4% 14.5% Jan-15 364,869 70,937 20,047 7,724 30,588 10,160 6,460 510,785 9.2% 10.8% Feb-15 476,389 135,736 33,431 18,791 10,256 12,678 23,665 710,944 6.6% 9.2% Mar-15 390,437 104,136 34,920 30,203 13,086 2,838 33,089 608,709 8.1% 13.0% Apr-15 499,438 62,908 28,844 11,645 14,938 4,689 20,469 642,932 6.2% 8.0% May-15 467,998 152,287 27,928 17,504 5,370 5,386 9,087 685,560 2.9% 5.4% Jun-15 704,018 90,929 69,722 15,633 9,247 4,027 9,837 903,414 2.6% 4.3% Jul-15 465,460 58,659 32,386 37,579 6,075 5,750 5,993 611,902 2.9% 9.1% Aug-15 446,922 149,393 65,078 23,812 19,164 3,074 5,139 711,581 3.8% 7.2% Sep-15 419,377 85,776 82,063 20,264 22,734 12,438 20,364 663,016 8.4% 11.4% Oct-15 425,220 87,036 55,057 34,662 11,539 12,571 26,445 652,530 7.7% 13.1% Commercial Nov-14 837,730 477,142 126,290 98,081 57,341 5,931 69,126 1,671,642 7.9% 13.8% Dec-14 695,638 439,089 252,058 67,031 56,483 51,114 27,886 1,589,299 8.5% 12.7% Jan-15 815,661 302,972 218,694 197,361 41,225 57,559 24,038 1,657,509 7.4% 19.3% Feb-15 762,470 360,883 157,507 136,282 105,886 25,903 38,928 1,588,858 10.8% 19.4% Mar-15 1,190,587 431,887 138,100 100,284 40,311 69,488 58,725 2,029,381 8.3% 13.2% Apr-15 736,374 794,060 181,941 113,458 46,302 32,578 75,366 1,980,079 7.8% 13.5% May-15 771,269 356,341 582,582 104,261 44,362 42,471 81,008 1,982,295 8.5% 13.7% Jun-15 915,148 435,702 149,775 487,234 32,042 18,390 83,081 2,121,372 6.3% 29.3% Jul-15 687,256 505,663 165,344 82,918 97,621 29,643 82,235 1,650,680 12.7% 17.7% Aug-15 741,138 319,594 264,164 117,579 56,461 77,277 102,345 1,678,559 14.1% 21.1% Sep-15 801,684 373,378 153,886 175,497 41,895 31,570 132,234 1,710,132 12.0% 22.39' Oct-15 736,778 507,615 207,480 87,290 167,632 29,753 157,700 1,894,248 18.7% 23.4% Private Pay Nov-14 513,562 872,796 817,815 584,882 258,320 142,900 913,195 4,103,469 32.0% 46.3% Dec-14 592,226 672,717 780,280 446,705 244,370 101,220 826,135 3,663,653 32.0% 44.2% Jan-15 692,581 628,014 635,572 339,949 220,694 114,153 924,561 3,555,524 35.4% 45.0% Feb-15 594,182 693,684 579,358 433,857 198,790 125,076 805,642 3,430,590 32.9% 45.6% Mar-15 584,134 647,533 713,763 594,846 298,525 160,033 919,824 3,918,659 35.2% 50.4% Apr-15 679,374 813,335 622,321 510,426 386,891 190,304 976,182 4,178,832 37.2% 49.4% May-15 556,286 809,720 655,192 631,287 470,175 248,532 1,003,972 4,375,164 39.4% 53.8% Jun-15 477,917 737,329 845,534 658,618 538,474 343,176 1,032,145 4,633,193 41.3% 55.5% Jul-15 579,483 696,526 688,667 737,303 581,349 235,825 1,069,285 4,588,437 41.1% 57.2% Aug-15 485,470 723,980 660,255 704,606 524,067 301,280 1,077,322 4,476,979 42.5% 58.2% Sep-15 869,544 606,526 702,672 506,429 314,357 250,201 989,459 4,239,188 36.7% 48.6% Oct-15 612,402 784,620 493,817 627,140 309,625 288,289 710,332 3,726,225 32.4% 49.3% -11- Physician Revenue Trend Memorial Medical Center As of October 2015 October 2015 2015 YTD PRIOR YEAR TD Memorial Medical Center Clinic 011005 William Crowley $ 514,906 $ 5,553,225 $ 4,964,893 009293 Serina Danielson $ 141,065 $ 2,336,280 $ 738,815 000966 Thao Truong $ 47,822 $ 451,559 $ - 041743 Angela Dobbins $ 2,053 $ 515,358 $ 96,927 058001 Court Thurlkill $ 15,963 $ 39,833 $ - 002099 Traci Shefcik $ 40,943 $ 40,943 $ - 009292 Charles Fillingane $ - $ 243,396 $ 1,969,606 $ 762,752 $ 9,180,595 $ 7,770,240 14% 17% 15% Memorial Medical Surgical Clinic 022000 Peter Rojas $ 230,589 $ 735,899 $ - $ 230,589 $ 735,899 $ - 4% 1% 0% Hospitalist 130006 Hospitalist $ 748,940 $ 2,252,918 $ $ 748,940 $ 2,252,918 $ 14% 4% 0% Port Lavaca Clinic 013000 Don Paul Bunnell $ 37,640 $ 3,206,542 $ 4,336,064 050001 John Wright $ 426,258 $ 3,878,930 $ 3,247,095 019000 Ric Arroyo -Diaz $ 138,824 $ 2,640,487 $ 2,881,035 013001 Leigh Anne Falcon $ 180,976 $ 2,125,193 $ 1,536,158 008800 Nirtas Kwi Timu $ 265,212 $ 1,962,908 $ 1,862,087 001500 Jewel Lincoln $ 138,841 $ 1,377,518 $ 1,745,131 320001 Shanna Odonnell $ 32,588 $ 349,289 $ 321,747 012000 Jeannine Griffin $ 44,721 $ 348,466 $ 276,037 700003 Bludua/Bunnell $ - $ - $ 27,622 320000 John Lee $ $ 35,860 $ - 610000 Craig Shaffer $ $ - $ 3,296 $ 1,265,061 $ 15,925,193 $ 16,236,272 23% 29% 31% Specialty Clinic 022000 Peter Rojas $ - $ 849,215 $ 1,222,034 012100 Donald Breech $ 80,185 $ 751,995 $ 809,984 000404 Aye Adu $ 100,300 $ 821,298 $ 774,373 070002 Richard Steinberg $ 5,859 $ 144,186 $ 119,415 525225 Azhar Malil< MD $ 9,962 $ 70,533 $ 140,463 900000 Dakshesh Parikh $ 13,843 $ 48,956 $ 38,255 057006 A Qadri $ - $ - $ 113 $ 210,149 $ 2,686,182 $ 3,104,637 4% 5% 6% -12- Physician Revenue Trend Memorial Medical Center As of October 2015 October 2015 2015 YTD PRIOR YEAR TO Coastal Medical Clinic 011000 Tim McFarland $ 57,039 $ 446,448 $ 656,568 903700 Siver McFarland $ - $ - $ 432 000806 William McFarland $ 14,784 $ 194,366 $ - $ 71,823 $ 640,814 $ 657,000 1% 1% 1% Independent 006000 M S Lin $ 109,632 $ 1,410,264 $ 2,182,586 004000 G A Williams $ 3,953 $ 93,071 $ 1,292,509 310001 Michelle Cummins $ 101,180 $ 739,660 $ 502,391 330000 Nhi Le MD $ 8,903 $ 79,516 $ 152,027 004002 Laura Deming $ - $ - $ 52,492 $ 223,668 $ 2,322,511 $ 4,182,005 4% 4% 8% Other Medical Staff 065002 George Boozalis $ 19,772 $ 127,637 $ 169,355 075000 Laborator Ramos $ - $ 604 $ 5,588 $ 19,772 $ 128,241 $ 174,943 0% 0% 0% Total E/R Physicians $ 1,554,251 $ 16,156,329 $ 16,062,574 $ 1,554,251 $ 16,156,329 $ 16,062,574 28% 29% 31% Other Ordering Physicians Other Ordering Physicians $ 293,977 $ 3,394,058 $ 2,801,943 004004 Neese/Twin Foun $ 23,399 $ 390,575 $ 504,756 000359 EarnestAlsop $ - $ 22,656 $ 125,111 000080 Marcus Caughron $ - $ - $ 25,196 807077 Nilesh Patel $ 52,075 $ 803,216 $ 559,066 800003 Bryan Kestler $ - $ 11,272 $ 37,421 900327 Dharmendr Verma $ 21,556 $ 122,828 $ 96,801 000077 Scott Stein $ - $ 31,052 $ 21,450 900116 Sabbagh Mohamme $ - $ 69,031 $ 21,294 012102 Jerr Followwill $ 5,823 $ 109,203 $ 95,996 142001 Greg Cowart $ - $ - $ 10,017 $ 396,830 $ 4,953,891 $ 4,299,051 7% 9% 8% Totals $ 5,483,834 $ 54,982,575 1 $ 52,486,721 -13- V p m � W M f9 K f9 W M eR m O N M N 0 6 V W fA bi W '- N 7 � W Zi f9 W tN0 N M< M N m N 1` M N b N V M b Q h N N Z (O �- V e- y � 7 y � U Q w wrnM n N� 2.< Y M y 0 dj O N T M d' (n _ 2 W q� LL W W 4i W O a a »enw M M a W LL W Mi M M m �aam nn���v v�ry wn`°in `.°en�'r" °'mvav rE Q Q N N T WFLL Z a io¢a ttebLL m Ka Ed �"i. F= p v a aQ.�9 ?00 Ty 0 Q > •-• a C y i J U F- 6l F- W U' Z O > w F- Q a 6 0 0 0 F Q K--- p ----- N N N N N N N Z -14- Payer Mix Memorial Medical Center As of October 31, 2015 Medicare 45.0 43.5 42.8 45.7 43.0 40.3 46.6 41.3 40.1 39.3 38.8 42A Medicaid 11.6 13.3 12.6 11.9 11.6 15.2 9.0 8.7 9.6 12.1 13.5 12.0 Blue Cross 14.7 17.3 16.0 16.5 14.3 18.1 17.7 20.0 20.4 18.4 14.4 15.5 Commercial 14.8 13.0 14.2 13A 12.0 11.2 12.0 15.7 13.4 14.8 15.0 12.2 Private 9.9 10.9 12.2 10.2 10.1 12.3 11.3 10.7 14.0 12.5 16.4 15.4 Other 4.0 2.0 2.2 2.6 9.0 2.9 3.4 3.6 2.5 2.9 1.9 2.8 Medicare Medicaid Blue Cross.C.ommefcla Private Other Nov 45.0 11.6 14.7 14.8 9.9 4.0 Dec 43.5 13.3 17.3 13.0 10.9 2.0 Jan 42.6 12.6 16.0 14.2 12.2 2.2 Feb 45.7 11.9 16.5 13.1 10.2 2.6 March 43.0 11.6 14.3 12.0 10.1 9.0 April 40.3 15.2 18.1 11.2 12.3 2.9 May 46.6 9.0 17.7 12.0 11.3 3.4 June 41.3 8.7 20.0 15.7 10.7 3.6 July 40.1 9.6 20.4 13.4 14.0 2.5 August 39.3 12.1 18.4 14.8 12.5 2.9 September 38.8 13.5 14.4 15.0 16.4 1.9 October 42.1 12.0 15.5 12.2 15.4 2.8 -15- 0 RUN ➢ATE:11/16/15 MEMORIAL MEDICAL CENTER TIME:11:27 CHECK REGISTER 10/01/15 THRU 10/31/15 CODE NUMBER DATE AMOUNT PAYEE ------------------------------------------------------------------- A/P 000678 10/05/15 352.02 MCKESSON A/P 000679 10/05/15 563.49 MCKESSON A/P 000680 10/05/15 981.15 1CKESSON Alp 000681 10/12/15 661.72 MCKESSON A/P 000682 10/12/15 724.05 1CKESSON A/P 000683 10/12/15 1,974.30 14CRESSON A/P 000684 10/19/15 1,052.73 MCKESSON A/P 000685 10/19/15 537.81 MCKESSON A/P 000686 10/19/15 30939 1CKESSON A/P 000687 10/26/15 669,47 1CKESSON A/P ' 000688 10/26/15 322.04 MCKESSON A/P ' 161392 10/29115 644.38CR HOLOGIC INC A/P ' 162849 10/13/15 85.000R HENRY TROEMNER, LLC A/P ' 163171 10/13/15 1,973.00CR LCA BANK CORPORATION A/P 163301 10/01/15 586,72 COST014 MEDICAL SPECIALTIES A/P 163302 10/01/15 9,495.98 US FOOD SERVICE A/P 163303 10/01/15 578.23 MERCE➢ES MEDICAL A/P 163304 10/01/15 215.00 ECPTOTE A/P 163305 10/01/15 353.94 WHOLESALE ELECTRIC SUPPLY A/P 163306 10/01/15 1,312.15 CENTURION MEDICAL PRODUCTS Alp 163307 10/01/15 1,312.13 DEWITT POTH & SON Alp 163308 10/01/15 275.62 PRECISION DYNAMICS CORP (PDC) A/P 163309 10/01/15 .00 VOIDED A/P 163310 10/01/15 14,402.43 140RRIS & ➢ICKSON CO, LLC A/P 163311 10/01/15 573.10 PLATINUM CODE A/P 163312 10/O1/15 25,525.00 CPP WOUND CARE #28,LLC A/P 163313 10/01/15 35,619.87 NOBLE AMERICAS ENERGY Alp 163314 10/01115 2,778.90 PENLON, INC A/P 163315 10/01/15 545.27 CENTURYLINK A/P 163316 10/01/15 274.43 FIVE STAR STERILIZER SERVICES A/P 163317 10/01/15 395,85 SIGN AD, LTD. A/P 163318 10/01/15 1,274.00 THERACOM, LLC Alp 163319 10/01/15 5,209.42 PER FILINGS Alp 163320 10/01/15 4,104.00 TEXAS SELECT STAFFING, LLC A/P 163321 10/01/15 295.00 TEXAS HOSPITAL ASSOCIATION A/P 163322 10/01/15 64.00 MASAN MEDICAL A/P 163323 10/01115 125.00 WAGEWORKS A/P 163324 10/01/15 24,477.48 MRC EMPLOYEE BENEFIT PLAN A/P 163325 10/01/15 7,141.50 NIGHTINGALE NURSES, LLC A/P 163326 10/01/15 1,725,28 WAGE111ORKS A/P 163327 10/01/15 230.10 ROSHANDA GRAY A/P 163328 10/01/15 1,457,50 14 G TRUST A/P 163329 10/01/15 110.00 DANIELLE SALINAS A/P 163330 10/01/15 75.00 FIRST CLEARING A/P 163331 10/01/15 900.84 BIRCH COMMUNICATIONS A/P 163332 10/01/15 2,079.00 FUSION MEDICAL STAFFING, LLC A/P 163333 10/01/15 685.50 STRATUS VIDEO INTERPRETING A/P 163334 10/01/15 17,500.00 STUDER GROUP, LLC Alp 163335 10/01/15 311,72 TELEVOX A/P 163336 10/01/15 1,935.00 DESIGNS FOR VISION, INC. PAGE 1 GLCKREG -16- RUN DATE:11/16/15 MEMORIAL MEDICAL CENTER PAGE 2 TIME:11:27 CHECK REGISTER GLCKREG 10/01/15 THRU 10/31/15 BANK --CHECK--------------------------- CODE NUMBER DATE AMOUNT PAYEE ______________________________________________________________________________________________. A/P 163337 10/01/15 421.35 THOMAS LAND PUBLISHERS INC A/P 163338 10/01/15 7,040.00 EXEBRIDGE A/P 163339 10/01/15 250.00 K & 14 SPORTS A/P 163340 10/01/15 66,864.83 BUSINESS INTERIORS BY STAPLES A/P 163341 10/01/15 94.08 KELLY SCHOTT AN 163342 10/01/15 533.24 GULF COAST HARDWARE / ACE A/P 163343 10/01/15 302,40 A14BRISOURCEBERGEN DRUG CORP A/P 163344 10/01/15 2337 AMTEC MEDICAL INC A/P 163345 10/01/15 27.59 AQUA BEVERAGE COMPANY A/P 163346 10/01/15 731.65 BAXTER HEALTHCARE CORP A/P 163347 10/01/15 25,004.05 BECKMAN COULTER INC A/P 163348 10/01/15 25.00 CAL CON FEDERAL CREDIT UNION A/P 163349 10/01/15 283.50 CERTIFIED LABORATORIES A/P 163350 10/01/15 775.00 CERTIFIED PROSTHETICS & A/P 163351 10/01/15 263,00 CYGNUS 14EDICAL LUC AN 163352 10/01/15 6,216.14 CITY OF PORT LAVACA A/P 163353 10/01/15 119.76 CONMED CORPORATION A/P 163354 10/01/15 6,334.95 EVIDENT A/P 163355 10/01/15 70.00 DOWNTOWN CLEANERS A/P 163356 10/01/15 79.95 DUE PAPER & PACKAGING AN 163357 10/01/15 8,015.17 FISHER HEALTHCARE A/P 163358 10/01/15 878.23 GULF COAST PAPER COMPANY A/P 163359 10/01/15 134,45 GOLDEN CRESCENT COMMUNICATIONS A/P 163360 10/01/15 430.17 H E BUTT GROCERY A/P 163361 10/01/15 254.02 HAYES ELECTRIC SERVICE A/P 163362 10/01/15 271.71 HILL -ROM COMPANY, INC A/P 163363 10/01/15 33.95 INDEPENDENCE MEDICAL A/P 163364 10/01/15 1,571.67 WERFEN USA LLC A/P 163365 10/01/15 121.43 J & J HEALTH CARE SYSTEMS, INC A/P 163366 10/O1/15 1,421.30 SHIRLEY KARNEI A/P 163367 10/01/15 73.00 LABCORP OF AMERICA HOLDINGS A/P 163368 10/01/15 460.30 MARKS PLUMBING PARTS A/P 163369 10/01/15 792.42 14ARKETLAB, INC A/P 163370 10/01/15 145.63 14ARTIN PRINTING CO AN 163371 10/01/15 1,952.00 MCKESSON MEDICAL SURGICAL INC AN 163372 10/01/15 214.28 MEDLINE INDUSTRIES INC A/P 163373 10/01/15 185.62 NEC AUXILIARY GIFT SHOP A/P 163374 10/01/15 1,507,73 MERRY X-RAY/SOURCEONE HEALTHCA A/P 163375 10/01/15 490.40 MEDIVATORS AN 163376 10/01/15 108.04 OFFICE DEPOT AN 163377 10/01/15 83.50 OLYMPUS A14ERICA INC A/P 163378 10/O1/15 .00 VOIDED A/P 163379 10/01/15 A VOIDED A/P 163390 10/01/15 8,022.70 OWENS & MINOR A/P 163381 10/01/15 733.96 POLYMEDCO INC, AN 163382 10/01/15 36.89 POWER ELECTRIC A/P 163383 10/01/15 900.00 RADIOLOGY UNLIMITED, PA A/P 163384 10/01/15 289.00 MARISSA SUTHERLAND A/P 163385 10/01/15 213.54 SERVICE SUPPLY OF VICTORIA INC A/P 163386 10/01/15 247.06 SMITH & NEPHEW A/P 163387 10/01/15 4,376.00 SO TEX BLOOD & TISSUE CENTER -17- RUN DATE:11/16/15 14BI40RIAL MEDICAL CENTER PAGE 3 TINE:11:27 CHECK REGISTER GLCKREG 10/01/15 THRU 10/31/15 BANK -CHECK ---------------------------------------------------- CODE NUMBER DATE AMOUNT PAYEE ________________________ ___ A/P 163388 10/01/15 340.00 STANFORD VACUUM SERVICE A/P 163389 10/01/15 408.71 STRYKER SALES CORP A/P 163390 10/01/15 298.24 DANETTE BETHANY A/P 163391 10/01/15 2,086.72 SYSCO FOOD SERVICES OF A/P 163392 10/01/15 536.16 STERIS CORPORATION A/P 163393 10/01/15 1,312.73 TLC STAFFING A/P 163394 10/01/15 6,028.00 TEXAS 14UTUAL INSURANCE CO A/P 163395 10/01/15 895.00 THYSSENKRUPP ELEVATOR CORP A/P 163396 10/01/15 135.35 TG A/P 163397 10/01/15 4,555.00 T-SYSTEM, INC A/P 163398 10/01/15 150.20 UNIFIRST HOLDINGS A/P 163399 10/01/15 704.60 UNIFORM ADVANTAGE A/P 163400 10/01/15 ,00 VOIDED A/P 163401 10/01/15 6,667,79 UNIFIRST HOLDINGS INC A/P 163402 10/01/15 1,200.00 US POSTAL SERVICE A/P 163403 10/01/15 74.40 THE VICTORIA ADVOCATE A/P 163404 10/01/15 192.48 NALMART COMMUNITY A/P 163405 10/01/15 .00 YOUNG A/P 163406 10/01/15 7.60 YOUNG PLUMBING CO A/P 163407 10/08/15 520.00 CHRIS KOVAREK A/P 163408 10/08/15 6,125.00 TEXAS A & M A/P 163409 10/08/15 340.82 DSHS CENTRAL LAB 6IC2004 A/P 163410 10/08/15 .00- VOIDED A/P 163411 10/08/15 19,515.72 MORRIS & DICKSON CO, LLC A/P 163412 10/08/15 2,326.63 LUMINANT ENERGY COMPANY LLC A/P 163413 10/08/15 240.00 REVISTA de VICTORIA A/P 163414 10/08/15 1,260.00 SIGN AD, LTD. A/P 163415 10/08/15 295.00 OSCAR TORRES A/P 163416 10108/15 56.82 ROSHANDA GRAY A/P 163417 10/08/15 2,832.30 COMBINED INSURANCE CO A/P 163418 10/08/15 660.00 CALHOUN CO INDIGENT ACCT A/P 163419 10/08/15 1,057.50 PABLO GARZA A/P 163420 10/08/15 57,000.00 VICTORIA PROFESSIONAL A/P 163421.10/08/15 249.00 COLA RESOURCES, INC. A/P 163422 10/08/15 47.15 MISTY RECTOR A/P 163423 10/08/15 351.73 KELLY I COX A/P 163424 10/08/15 64.42 CAREFUSION AN 163425 10/08/15 27.59 AQUA BEVERAGE COMPANY A/P 163426 10/08/15 664.00 EDWARDS PLUMBING INC A/P 163427 10/08/15 662.00 FIRESTONE OF PORT LAVACA A/P 163428 10108/15 125.00 GULF COAST DELIVERY A/P 163429 10/08/15 61.00 INTEGRATED MEDICAL SYSTF14S A/P 163430 10/08/15 2,127.91 MCKESSON MEDICAL SURGICAL INC A/P 163431 10/09/15 110.34 MMC AUXILIARY GIFT SHOP A/P 163432 10/08/15 94.67 NMC VOLUNTEERS A/P 163433 10/08/15 37.50 RED HAWK A/P 163434 10/08/15 370,00 RADIOLOGY UNLIMITED, PA A/P 163435 10/08/15 112.63 RECEIVABLE MANAGEMENT, INC A/P 163436 10/08/15 340.00 STANFORD VACUUM SERVICE A/P 163437 10/08/15 610.70 UNIFORM ADVANTAGE A/P 163438 10/08/15 343.49 UPS c" RUN DATE:11/16/15 14E140RIAL MEDICAL CENTER PAGE 4 TIME:11:27 CHECK REGISTER GLCKREG 10/01/15 THRU 10/31/15 BANK--CHECK---------------------------------------------------- CODE NUMBER DATE A14OUNT PAYEE ----------------------------------------------------------------------------------------------- A/P 163439 10/08/15 112.67 VERIZON SOUTHWEST A/P 163440 10/08/15 165.00 CARMEN C. ZAPATA-ARROYO A/P 163441 10/08/15 6,202.36 AETNA MEDICARE A/P 163442 10/08/15 2,092,45 AETNA MEDICARE A/P 163443 10/08/15 25.72 PENTECOST OEM A/P 163444 10/08/15 167.71 ACCENT A/P 163445 10/08/15 47.20 AMERICAN PIONEER A/P 163446 10/08/15 297.55 TATOM TRAVIS A/P 163447 10/08/15 390.80 AMERICAN PIONEER A/P 163448 10/08/15 41.07 AETNA A/P 163449 10108/15 118.11 ACCENT A/P 163450 10/08/15 94.87 ORION MARINE GROUP CLAI A/P 163451 10108/15 12037 ALLIED BENEFIT SYSTE14S A/P 163452 10/08115 2,352,53 THE BROADMOOR AT CREEKS A/P 163453 10/13/15 1,973.00 I,CA BANK CORPORATION A/P 163454 10/13/15 85.00 HENRY TROEMNER, BIC A/P 163455 10/15/15 1,137.22 BECTON, DICKINSON & CO (BD) A/P 163456 10/15/15 2,626.58 PHILIPS HEALTHCARE A/P 163457 10/15/15 151.94 ERBE USA INC SURGICAL SYSTE14S A/P 163458 10/15/15 2,513.59 US FOOD SERVICE A/P 163459 10/15/15 146.91 MERCEDES 14EDICAL A/P 163460 10/15/15 415.55 PHARMEDIUM SERVICES LLC A/P 163461 10/15/15 207.10 S.T.E.D., INC. A/P 163462 10/15/15 3,850,36 GE HEALTHCARE A/P 163463 10115/15 8,333.33 HITACHI MEDICAL SYSTEMS A/P 163464 10/15/15 43.69 DOE, INC A/P 163465 10/15/15 54.34 WHOLESALE ELECTRIC SUPPLY A/P 163466 10/15/15 56.32 HEALTH CARE LOGISTICS INC A/P 163467 10/15/15 1,314,36 CENTURION MEDICAL PRODUCTS A/P 163468 10/15/15 .00 VOIDED A/P 163469 10/15/15 1,875,00 DEWITT POTH & SON A/P 163470 10115/15 3,883.51 CARDMEMBER SERVICES A/P 163471 10/15/15 .00 VOIDED A/P 163472 10/15/15 22,491.98 14ORRIS & DICKSON CO, LIC A/P 163473 10115/15 1,254.08 PLATINUM CODE A/P 163474 10/15/15 10,561.20 BKD, LLP A/P 163475 10/15/15 682.59 PENLON, INC A/P 163476 10/15/15 239.00 GLOBAL EQUIPMENT CO, INC. A/P 163477 10/15/15 321,36 FIVE STAR STERILIZER SERVICES A/P 163478 10/15/15 390.00 SIGN AD, LTD. A/P 163479 10/15/15 485.23 STRYKER SUSTAINABILITY A/P 163480 10/15/15 60.33 RR DONNELLEY A/P 163481 10/15/15 2,268.95 ICA BANK CORPORATION A/P 163482 10/15/15 144,943.39 HIIC EMPLOYEE BENEFIT PLAN A/P 163483 10/15/15 561.39 DOOR CONTROL SERVICES, INC A/P 163484 10/15/15 381.90 RECALL SECURE DESTRUCTION SRV A/P 163485 10/15/15 95.00 PROCESSOR & CHEMICAL SERVICES A/P 163486 10/15/15 1,725.28 WAGEWORKS A/P 163487 10/15/15 799,00 AMERICAN APPLIANCE A/P 163488 10/15/15 50,00 THE UPS PRINT STORE A/P 163489 10115/15 1,400.00 ACUTE CARE INC -19- RUN DATE:11116/15 MEMORIAL MEDICAL CENTER PAGE 5 TIME:11:27 CHECK REGISTER GLCKREG 10/01/15 THRU 10/31/15 RANK -CHECK ---------------------------------------------- CODE NUMBER DATE AMOUNT PAYEE ------------------ -------------------- A/P 163490 10/15/15 170.00 MFI40RIAL MEDICAL CLINIC A/P 163491 10/15/15 1,457.50 M G TRUST Alp 163492 10/15/15 562.10 PROFESSIONAL SERVICE A/P 163493 10/15/15 75,00 FIRST CLEARING A/P 163494 10/15/15 2,520,00 FUSION MEDICAL STAFFING, LLC A/P 163495 10/15/15 3,655.03 THE US CONSULTING GROUP A/P 163496 10/15/15 34.50 SANDRA DURHAM Alp 163497 10/15/15 34.50 KELLY SCHOTT A/P 163498 10/15/15 170.70 GULF COAST HARDAVARE / ACE A/P 163499 10/15/15 70.60 INERISOURCEBERGEN DRUG CORP A/P 163500 10/15/15 2,453.44 AIRGAS-SOUTHWEST A/P 163501 10/15/15 4,294.53 CARDINAL HEALTH 414,LLC A/P 163502 10/15/15 38.00 ANNOUNCEMENTS PLUS TOO AGAIN Alp 163503 10/15/15 42.40 AUTO PARTS & MACHINE CO. A/P 163504 10/15/15 216,75 BARD ACCESS A/P 163505 10/15/15 1,258.31 BAXTER HEALTHCARE CORP Alp 163506 10/15/15 8,166.94 BECY14AAN COULTER INC A/P 163507 10/15/15 52.50 BOSART LOCK & KEY INC A/P 163508 10/15/15 25.00 CAL C014 FE➢ERAL CRE➢IT UNION A/P 163509 10/15/15 512.00 CAD SOLUTIONS, INC A/P 163510 10/15/15 28.00 CALHOUN COUNTY WASTE MGMP A/P 163511 10/15/15 440.00 CENTRAL DRUGS A/P 163512 10/15/15 439.00 CYGNUS MEDICAL LLC A/P 163513 10/15/15 711.37 CON14ED CORPORATION A/P 163514 10/15/15 26,818.23 EVIDENT A/P 163515 10/15/15 1,000.00 DIGITAL INOVATION, INC. A/P 163516 10/15/15 362.85 DIVERSIFIED BUSINESS SYSTEMS A/P 163517 10/15/15 100.00 DOLPHIN TALK A/P 163518 10/15/15 545.70 DYNATRONICS CORPORATION A/P 163519 10/15/15 4,071.03 FISHER HEALTHCARE A/P 163520 10/15/15 119.76 GRAPHIC CONTROLS LLC A/P 163521 10/15/15 626.58 GULF COAST PAPER COMPANY A/P 163522 10/15/15 116.21 HAYES ELECTRIC SERVICE A/P 163523 10/15/15 302.36 INDEPENDENCE MEDICAL A/P 163524 10/15/15 7,612.61 RICOH USA, INC. A/P 163525 10/15/15 3,469.63 J & J HEALTH CARE SYSTEMS, INC A/P 163526 10/15/15 1,388.60 SHIRLEY KARNEI A/P 163527 10/15/15 49.45 KENTEC MEDICAL INC A/P 163528 10/15/15 240.50 LABCORP OF AMERICA HOLDINGS AN 163529 10/15/15 610.06 LANDAUER INC A/P 163530 10/15/15 110.28 MARTIN PRINTING CO Alp 163531 10/15/15 4.04 MCKESSON MEDICAL SURGICAL INC A/P 163532 10/15/15 53.70 MEDIBADGE A/P 163533 10/15/15 220,10 MEDLINE INDUSTRIES INC A/P 163534 10/15/15 1,062.24 BAYER HEALTHCARE AN 163535 10/15/15 102.57 NBC AUXILIARY GIFT SHOP A/P 163536 10/15/15 2,016.26 14HRRY X-RAY/SOURCEONE HEALTHCA A/P 163537 10/15/15 46.70 MOORE MEDICAL LLC A/P - 163538 10/15/15 A VOIDED A/P 163539 10/15/15 .00 VOIDED A/P 163540 10/15/15 9,103.41 OWNS & MINOR -20- RUN DATE:11116115 ME140RIAL MEDICAL CENTER PAGE 6 TI149:11:27 CHECK REGISTER GLCKREG 10/01/15 TURD 10/31/15 CODE NUMBER DATE AMOUNT PAYEE -------------------------------------------------------------------- A/P 163541 10IMS 110.00 PALACIOS BEACON A/P 163542 10/15/15 270.00 PHILIP TROMAE PHOTOGRAPHER A/P 163543 10/15/15 2,850.00 PREMIER SLEEP DISOR➢ERS CENTER AN 163544 10/15115 207.00 PITNEY BOWES INC Alp 163545 10/15115 999.50 PORT LAVACA WAVE A/P 163546 10/15/15 20.78 P0WER ELECTRIC A/P 163547 10/15/15 854.30 CULLIGAN OF VICTORIA A/P 163548 10/15/15 853.91 SANOFI PASTEUR INC A/P 163549 10/15/15 1,465.58 SIEMENS MEDICAL SOLUTIONS INC A/P 163550 10/15/15 511.38 SMITH & NEPHEW A/P 163551 10115/15 2,130.00 SO TEX BLOOD & TISSUE CENTER A/P 163552 10/15/15 408.71 STRYKER SALES CORP AN 163553 10/15/15 1,758.16 STERICYCLE, INC Alp 163554 10/15/15 9,000.00 TOSHIBA AMERICA MEDICAL SYST• A/P 163555 10/15/15 140.00 TEXAS DEPARTMENT OF A/P 163556 10115115 5,041.55 THYSSENKRUPP ELEVATOR CORP A/P 163557 10/15/15 278.37 TRI-ANIM HEALTH SERVICES INC A/P 163558 10/15/15 77.00 UNIFIRST HOL➢INGS A/P 163559 10/15/15 463.85 UNIFORM ADVANTAGE A/P 163560 10/15/15 5,751.62 UNIFIRST HOLDINGS INC A/P 163561 10115/15 1,200.00 US POSTAL SERVICE A/P 163562 10115/15 132.57 THE VICTORIA ADVOCATE A/P 163563 10/15/15 67.96 GRAINGER A/P 163564 10/15/15 1.50 YOUNG PLUMBING CO A/P 163565 10/16/15 .00 VICTORIA PROFESSIONAL Alp 163566 10121/15 1,269.00 SPECTRUM TECHNOLOGIES A/P 163567 10/21115 750.00 BANES A DANIEL Alp 163568 10/21/15 52.50 HEALTH CARE LOGISTICS INC A/P 163569 10/21/15 1,018.52 CENTURION MEDICAL PRODUCTS A/P 163570 10/21/15 .00 VOIDED A/P 163571 10/21/15 25,657.21 MORRIS & DICKSON CO, LLC A/P 163572 10/21/15 604.87 PLATINUM CODE A/P 163573 10/21/15 274.04 CENTURYLINK A/P 163574 10/21115 495.00 FASTHEALTH CORPORATION A/P 163575 10/21/15 115,00 MAGAW MEDICAL A/P 163576 10/21/15 54,087.41 MMC EMPLOYEE BENEFIT PLAN A/P 163577 10/21/15 28,735.19 ALLIED BENEFIT SYSTEMS A/P 163578 10/21/15 2,770.04 HEALTHSTREAM, INC. A/P 163579 10121/15 284,85 GENESIS DIAGNOSTICS A/P 163580 10/21/15 14,298.22 HUNTER PHARMACY SERVICES Alp 163581 10/21/15 15,000.00 VICTORIA PROFESSIONAL MEDICAL A/P 163582 10/21/15 2,309.85 REVCYCLE+, INC. A/P 163583 10/21/15 425.00 SHIFTHOUND A/P 163584 10/21/15 7,682,67 CSI LEASING INC A/P 163585 10/21/15 4,050.00 RECONDO A/P 163586 10/21/15 450.00 CALHOUN CO INDIGENT ACCT Alp 163587 10/21/15 11,001.20 PORT LAVACA RETAIL GROUP LLC A/P 163SBB 10/21/15 2,000.00 PETER A. RIPPER & ASSOCIATES, A/P 163589 10/21/15 40.22 AMERISOURCEBERGEN DRUG CORP A/P 163590 10/21/15 99,97 ASPEN SURGICAL PRODUCTS INC A/P 163591 10/21/15 1,864.97 AIRGAS-SOUTHWEST -21- RUN DATE:11116/15 MEMORIAL MEDICAL CENTER PAGE 7 TIME:11:27 CHECK REGISTER GLCKREG 10/01/15 THRU 10131/15 BANK--CRECK ---------------------------------------------------- CODE NUMBER DATE AMOUNT PAYEE ----------------------------------------------------------------------------------------------- A/P 163592 10/21/15 954.00 ALCON LABORTORIES INC A/P 163593 10/21/15 196.20 ALIMED INC. A/P 163594 10/21/15 3,473.75 AFLAC A/P 163595 10/21/15 3,651.35 BAXTER HEALTHCARE CORP AIR 163596 10/21/15 531.62 BECKMAN COULTER INC A/P 163597 10/21/15 457.00 BOSTON SCIENTIFIC CORPORATION A/P 163598 10/21/15 440.47 BRIGGS HEALTHCARE A/P 163599 10/21/15 1,400.00 CABLE ONE A/P 163600 10/21/15 141.01 CALHOUN COUNTY A/P 163601 10/21/15 180.87 CDW GOVERNMENT, INC. A/P 163602 10/21115 255.30 C R BARD, INC A/P 163603 10/21/15 850.57 ENTERPRISE RENT -A -CAR A/P 163604 10/21/15 156,38 FEDERAL EXPRESS CORP. A/P 163605 10/21/15 530.00 FORT BEND SERVICES, INC A/P 163606 10/21/15 103.33 GULF COAST PAPER COMPANY A/P 163607 10/21/15 31.74 JESUSITA S. HERNAND& A/P 163608 10/21/15 89.13 INDEPENDENCE MEDICAL A/P 163609 10/21/15 2,232.41 J & J HEALTH CARE SYSTEMS, INC A/P 163610 10/21/15 120.23 JOHNSTONE SUPPLY A/P 163611 10/21/15 142.46 MARKS PLUMBING PARTS A/P 163612 10/21/15 123.72 MEDLINE INDUSTRIES INC A/P 163613 10/21/15 147.25 NEDTRONIC USA, INC. A/P 163614 10/21/15 153.88 14ERRY X-RAY/SOURCEONE HEALTHCA A/P 163615 10/21115 266.39 MICROTEK MEDICAL INC A/P 163616 10/21/15 .00 VOIDED A/P 163617 10/21/15 .00 VOIDED A/P 163618 10/21/15 6,508.38 OWENS & I4INOR Alp 163619 10/21/15 37.50 RED HAWK Alp 163620 10/21/15 162.30 RANDY'S FLOOR CO14PANY A/P 163621 10/21/15 64.01 RECEIVABLE MANAGEMENT, INC A/P 163622 10/21/15 199,00 MARISSA SUTHERLAND A/P 163623 10/21/15 87.29 SEARS COMMERCIAL ONE A/P 163624 10/21/15 6,000.00 SOUTHEAST TEXAS HEALTH SYS Alp 163625 10/21/15 609.14 SMITH & NEPHEW A/P 163626 10/21/15 456.11 STRYEER SALES CORP A/P 163627 10/21/15 1,173.21 TLC STAFFING A/P 163628 10/21/15 10,531.36 TEXAS ASSOCIATION OF COUNTIES A/P 163629 10/21/15 137,90 TEXAS WIRED MUSIC INC A/P 163630 10/21/15 4,555.00 T-SYSTEM, INC AN 163631 10/21/15 4,617.93 UNUN LIFE INS CO OF AMERICA A/P 163632 10/21/15 75,10 UNIFIRST HOLDINGS A/P 163633 10/21/15 296.90 UNIFORM ADVANTAGE A/P 163634 10/21/15 2,004.89 UNIFIRST HOLDINGS INC A/P 163635 10/21/15 680.00 VICTORIA RADIOW'ORKS, LTD A/P 163636 10/20/15 83.52 CUSTOM MEDICAL SPECIALTIES A/P 163637 10/28/15 974.40 PHILIPS HEALTHCARE A/P 163638 10/28/15 10,916.10 US FOOD SERVICE A/P 163639 10/28/15 456.30 DSHS CENTRAL LAB MC2004 A/P 163640 10/28/15 571.80 MERCEDES MEDICAL A/P 163641 10/28/15 365.80 PHARMEDIUM SERVICES LLC A/P 163642 10/28/15 139.60 S.T.E.D., INC. -22- RUN DATE:11/16/15 14E140RIAL MEDICAL CENTER TIME:11:27 CHECK REGISTER 10/01/15 TURD 10/31/15 BANK--CHECK------------------------------------------ CODE NOMBER DATE AMOUNT PAYEE A/P 163643 10/29/15 199.54 CYTO THER14 L.P. A/P 163644 10/28/15 285.00 WHOLESALE ELECTRIC SUPPLY A/P 163645 10/28115 2,073.36 PRINCIPAL LIFE A/P 163646 10/28/15 796.86 CENTURION MEDICAL PRODUCTS A/P 163647 10/28/15 869.56 DEWITT POTH 6 SON A/P 163648 10/28/15 380.91 PRECISION DYNAMICS CORP (PDC) A/P 163649 10/28/15 111.80 AMU INC A/P 163650 10/28/15 215.04 GE HEALTHCARE IITS USA CORP A/P 163651 10/29/15 1,129.23 BIOMET INC A/P 163652 10/28/15 5,179.72 ALERE NORTH AMERICA INC A/P 163653 10/28/15 .00 VOIDED A/P 163654 10/28/15 8,804.74 MORRIS & DICK80N CO, LLC A/P 163655 10/28/15 603.43 PLATINUM CODE A/P 163656 10/28/15 21,575.00 CPP WOUND CARE 128,LLC A/P 163657 10/28/15 6,162.00 BED, LLP A/P 163658 10/29/15 986.83 PENLON, INC A/P 163659 10/28/15 97.30 GLOBAL EQUIP14ENT CO. INC, A/P 163660 10/28/15 1,592.50 THERACOM, LLC A/P 163661 10/28/15 1,225.36 STRYKER SUSTAINABILITY A/P 163662 10/28/15 516.95 CCI A/P 163663 10/28/15 6,227.03 CLINICAL PATHOLOGY A/P 163664 10/28/15 455.50 UNITED STATES ENDOSCOPY GROUP A/P 163665 10/28/15 9,00 TEXAS PRESCRIPTION PROGRA14 A/P 163666 10/28/15 40,417.51 MMC EMPLOYEE BENEFIT PLAN A/P 163667 10/28/15 2,246.88 HEALTHSTREAM, INC. A/P 163668 10/28/15 1,944,00 NIGHTINGALE NURSES, LLC A/P 163669 10/28/15 8,762.19 ACCLARENT, INC. OF 163670 10/28/15 90.80 GENESIS DIAGNOSTICS A/P 163671 10/28/15 1,725.28 WAGEWORKS A/P 163672 10/28/15 1,333.33 SIE14ENS FINANCIAL SERVICES A/P 163673 10/28/15 6,145.37 BANK OF THE WEST A/P 163674 10/28/15 1,978.75 TRUVEN HEALTH ANALYTICS INC A/P 163675 10/28/15 80.00 14EI40RIAL MEDICAL CLINIC A/P 163676 10/28/15 1,457.50 M G TRUST A/P 163677 10/28/15 75.00 FIRST CLEARING A/P 163678 10/28/15 901.98 BIRCH COMMUNICATIONS A/P 163679 10/28/15 698,00 TRIZETTO PROVIDER SOLUTIONS A/P 163680 10/28/15 735,00 PABLO GARZA A/P 163681 10/28/15 4,459.10 BIO-RAD LABORATORIES, INC A/P 163682 10/28/15 1,071.00 STRATUS VIDEO INTERPRETING A/P 163683 10/28/15 662.27 MARLIN BUSINESS BANK A/P 163684 10/28/15 6,655.11 MINDRAY CAPITAL A/P 163685 10/28/15 215,34 DELTA MANAGEMENT ASSO., INC. A/P 163686 10/28/15 103.99 LISA HINOSOSA A/P 163687 10/28/15 4,311.88 TEXAS MEDICAL LIABILITY TRUST A/P 163688 10/28/15 405.00 YOURMF14BERSHIP A/P 163689 10/28/15 62.46 GULF COAST HAR➢WARE / ACE A/P 163690 10/28/15 1,790.93 AMERISOURCEBERGEN DRUG CORP A/P 163691 10/28/15 807.36 AIRGAS-SOUTHWEST AN 163692 10/28/15 691.69 CAREFUSION A/P 163693 10/28/15 260.00 BARD PERIPHERAL VASCULAR PAGE 8 GLCKREG -23- RUN DATE:11/16/15 ME14ORIAL MEDICAL CENTER PAGE 9 TIME:11:27 CHECK REGISTER GLCKREG 10/01/15 THRO 10/31/15 CODE NUMBER DATE AMOUNT PAYEE ______________________________________________________________ _____ A/P 163694 10/28/15 745.73 BAXTER HEALTHCARE CORP A/P 163695 10/29/15 .00 VOIDED A/P 163696 10/28/15 35,850.57 BECKMAN COULTER INC A/P 163697 10/28/15 604.61 BOSTON SCIENTIFIC CORPORATION A/P 163698 10/28/15 635.35 CABLE ONE A/P 163699 10/28/15 25.00 CAL C014 FE➢ERAL CREDIT UNION A/P 163700 10/28/15 6,291.19 CITY OF PORT LAVACA A/P 163701 10/28/15 349.76 CONNED CORPORATION A/P 163702 10/28/15 5,540,04 COW GOVERNMENT, INC, A/P 163703 10/28/15 381.15 COOPER SURGICAL INC A/P 163704 10/28/15 265.31 C R BARD, INC A/P 163705 10/28115 399.51 FEDERAL EXPRESS CORP. A/P 163706 10/28/15 14,856.93 FISHER HEALTHCARE A/P 163707 10/28/15 230.24 GULF COAST PAPER COMPANY AN 163708 10/28/15 442.71 H E BUTT GROCERY A/P 163709 10/28/15 663.62 HOLOGIC INC A/P 163710 10128/15 257.35 HILL -ROM COMPANY, INC A/P 163711 10/28/15 110.20 INDEPENDENCE MEDICAL A/P 163712 10/28/15 2,937.00 WERFEN USA LLC A/P 163713 10/28/15 1,472.04 J & J HEALTH CARE SYSTEMS, INC A/P 163714 10/28/15 400.75 DECKER FLOOR & GLASS A/P 163715 10/28/15 1,199.80 SHIRLEY KARNEI A/P 163716 10/28/15 16.20 LANGUAGE LINE SERVICES A/P 16 M 10/28/15 134.57 MARTIN PRINTING CO A/P 16371S 10/28/15 245.75 MEDLINE INDUSTRIES INC A/P 163719 10/28/15 531.12 BAYER HEALTHCARE A/P 163720 10/28/15 147.25 MEDTRONIC USA, INC. A/P 163721 10/28/15 258,52 METLIFE A/P 163722 10/28/15 1,499.26 MERRY X-RAY/SOURCEONE HFALTHCA A/P 163723 10/28/15 227.60 NATIONAL BUSINESS FURNITURE A/P 163724 10128115 3,000.00 NUTRITION OPTIONS A/P 163725 10/28/15 61.74 OFFICE DEPOT A/P 163726 10/28/15 50.07 ORIENTAL TRADING CO INC A/P 163727 10/28/15 .00 VOIDED A/P 163728 10/28/15 6,293.84 OWENS & MINOR A/P 163729 10/28/15 110.00 PITNEY BONES INC A/P 163730 10/29/15 25.96 POWER ELECTRIC A/P 163731 10/28/15 725.00 RED HAWK AN 163732 10/28/15 257.37 SANDY RUDDICK A/P 163733 10/28/15 384,97 EVOQUA iIATER TECHNOLOGIES LLC A/P 163734 10/28/15 976.14 SMITH & NEPHEW A/P 163735 10/29/15 2,735.00 SO TEX BLOOD & TISSUE CENTER A/P 163736 10/28/15 1,488.02 SYSCO FOOD SERVICES OF A/P 163737 10/28/15 128.91 TG A/P 163738 10/28115 174.21 TRI-ANIM HEALTH SERVICES INC A/P 163739 10/28/15 75.10 UNIFIRST HOLDINGS A/P 163740 10/28/15 187.89 UNIFORM ADVANTAGE A/P 163741 10/28/15 5,102,87 UNIFIRST HOLDINGS INC A/P 163742 10/28/15 24.80 THE VICTORIA ADVOCATE A/P 163743 10/28/15 416.13 WALMART COMMUNITY A/P 163744 10/28/15 28.85 YOUNG PLUMBING CO -24- RUN DATE:11/16/15 MEMORIAL MEDICAL CENTER PAGE 10 TIME:11:27 CHECK REGISTER GLCKREG 10/01/15 THRU 10/31/15 CODE NUMBER DATE A14OUNT A/P 163745 10/28/15 A/P 163746 10/28/15 A/P 163747 10/28/15 AN 163748 10/28/15 A/P 163749 10/28/15 A/P 163750 10/28/15 A/P 163751 10/28/15 A/P 163752 10/28/15 A/P 163753 10/28/15 A/P 163754 10/29/15 TOTALS: PAYEE 240.29 CONTINENTAL LICE INS CO 19.54 NOVITAS SOLUTIONS INC 36.00 AMERICAN RETIREMENT LIE 96.28 UNITED HEALTHCARE COMMIS 89.46 UNITED HEALTHCARE COMRU 344.56 LAI APRIL CHUN-PE 118.54 QUINTANILLA ERNESTO 53.00 BENAVIDES PAUL R 2,058.47 THE BROADMOOR AT CREEKS 644.38 HOLOGIC INC 1,290,738.38 -25- RUN DATE: 11/17/15 1EMORIAL MEDICAL CENTER PAGE 1 TIME: 14:03 DEFAULT FORMAT FROM DBO19 PRTitle PRDeptName REGISTERED NURSE EMERGENCY ROOM DEPARTMENTAL ASSIST MAINTENANCE ABUT PURCHASE BUYER CENTRAL SUPPLY CENTRAL STERILE TECH SURGERY PURCHASING SUPERVISR CENTRAL SUPPLY IP/EH/RM NURSE INFECTION PREVENTION REGISTERED NURSE MED/SURG FOOD SERVICE STAFF DIETARY 0 R AIDE SURGERY TRAUMA COORDINATOR EMERGENCY ROOM SHIFT SUPERVISOR -AM ENVIRONMENTAL SERVICES REGISTERED NURSE SURGERY MANAGER-SURGERY-OPC SURGERY PAYROLL CLERK ACCOUNTING REGISTERED NURSE MED/SURG LICENSED VOCATIONAL OBSTETRICS LICENSED VOCATIONAL MED/SURG REGISTERED NURSE ICU REGISTERED NURSE OBSTETRICS REGISTERED NURSE EMERGENCY ROOM DIRECTOR OF INPT SVC MED/SURG REGISTERED NURSE OBSTETRICS LICENSED VOCATIONAL MED/SURG ADMINIST ASSISTANT ADMINISTRATION REGISTERED NURSE EMERGENCY ROOM REGISTERED NURSE ICU PRE -ADMISSION NURSE SURGERY REGISTERED NURSE SURGICAL CLINIC LICENSED VOCATIONAL SURGERY RADIOLOGICAL TECH DIAGNOSTIC IMAGING MICRO MT LABORATORY MEDICAL LAB TECH LABORATORY LAB DIRECTOR LABORATORY LAB ASSISTANT LABORATORY MEDICAL LAB TECH LABORATORY MEDICAL TECHNOLOGIST LABORATORY REGISTERED NURSE EMERGENCY ROOM PT TECH II PHYSICAL THERAPY REGISTERED NURSE MED/SURG TRANSCRIPTIONIST-RIC HEALTH INFORMATION MANAGEMENT REGISTERED NURSE OBSTETRICS REGISTERED NURSE OBSTETRICS ED MANAGER EMERGENCY ROOM REGISTERED NURSE MED/SURG REGISTERED NURSE OBSTETRICS REGISTERED NURSE OBSTETRICS REGISTERED NURSE OBSTETRICS REGISTERED NURSE OBSTETRICS REGISTERED NURSE OBSTETRICS CNO-DIRECTOR OF QA QUALITY ASSURANCE REGISTERED NURSE SURGERY REGISTERED NURSE MED/SURG LICENSED VOCATIONAL MED/SURG PRACT AD14INISTRATOR MEMORIAL MEDICAL CLINIC PRTotGross ---------------- 5379.10 2525.25 2209.46 3028,84 2385.48 5826.25 2755.75 1594.14 1810,67 5735.08 2169.38 1692.19 6492.60 3599.22 7450.55 3363.26 3791.43 412,75 2734.46 6674.40 6213.80 5152.68 2374.13 3368.20 927.45 5169.27 3720.54 6338.79 3875.66 5224.74 709.66 1507.50 4786.60 3037.50 3980.65 4177.02 5764.18 2002.50 1822.00 2079.00 5005.90 4866.39 5850.60 469.00 5046.39 115,50 1906.00 3329.15 4131.11 6597.80 5198.60 3762.75 1387.64 7061.80 oc'A a L - VZ D-0 1 S -26- RUN DATE: 11/17/15 MEMORIAL MEDICAL CENTER TIME: 14:03 DEFAULT FORMAT FRO14 DB019 PRTitle PRDeptName PRTotGross -------------------------------------------------------------------- REGISTERED NURSE ICU 6012.65 MEDICAL LAB TECH LABORATORY 452.63 NURSE PRACTIONER MEMORIAL MEDICAL CLINIC 7538.40 LICENSED VOCATIONAL MED/SURG 273.88 CERTIFIED NURSE AIDE MED/SURG 1474.55 SUPERVISOR LVN/RPhT PHARMACY 3202.77 REGISTERED NURSE MED/SURG 1320.25 CASE MANAGER/UR/DP UTILIZATION REVIEW 4342.96 REGISTERED NURSE MED/SURG 4093.52 REGISTERED NURSE MED/SURG 5480.31 REGISTERED NURSE OBSTETRICS 4901.40 CERTIFIED NURSE AIDE MED/SURG 1834.13 REGISTERED NURSE MED/SURG 4372.00 CERTIFIED NURSE AIDE MED/SURG 1579.77 REGISTERED NURSE MED/SURG 6418.61 LICENSED VOCATIONAL MED/SURG 2121.70 REGISTERED NURSE MED/SURG 1141.75 REGISTERED NORSE MED/SURG 4349.68 REGISTERED NURSE ICU 4057.51 REGISTERED NURSE MED/SURG 1290.75 CERTIFIED NURSE AIDE MED/SURG 1772.80 REGISTERED NURSE MED/SURG 4165.79 REGISTERED NURSE ICU 5355.25 REGISTERED NURSE EMERGENCY ROOM 883.13 LICENSED VOCATIONAL MED/SURG 2160.09 REGISTERED NURSE MED/SURG 3556.54 LICENSED VOCATIONAL MEMORIAL MEDICAL CLINIC 2013.15 REGISTERED NURSE MED/SURG 3868.01 LICENSED VOCATIONAL MED/SURG 2628.22 REGISTERED NURSE OBSTETRICS 33.00 REGISTERED NORSE EMERGENCY ROOM 4651.56 LICENSED VOCATIONAL MEMORIAL MEDICAL CLINIC 2741.90 CERTIFIED NURSE AIDE MED/SURG 1613.03 CERTIFIED NURSE AIDE MED/SURG 3091.70 LICENSED VOCATIONAL MEMORIAL MEDICAL CLINIC 2963.34 CERTIFIED NURSE AIDE MED/SURG 1625.09 FAM NURSE PRACTIONER MEMORIAL 14EDICAL CLINIC 7538.40 REGISTERED NURSE EMERGENCY ROOM 4647.53 REGISTERED NURSE ICU 5917.90 REGISTERED NURSE ICU 1720.50 REGISTERED NURSE ICU 5404.37 REGISTERED NURSE ICU 3949.92 REGISTERED NURSE ICU 6709.61 REGISTERED NURSE ICU 5192.23 REGISTERED NURSE ICU 1471.18 RN -OR SCRUB NURSE SURGERY 4768.68 REGISTERED NURSE SURGERY 5523.83 0 R TECH SURGERY 2885.30 REGISTERED NURSE SURGERY 6198.43 RN-PERIOPERATIVE SURGERY 6044.42 PRESCRIPTION CLERK INDIGENT CARE PROGRAM 1841.66 COURIER -CS TECH CENTRAL SUPPLY 1690.00 CENTRAL SUPPLY TECH CENTRAL SUPPLY 1770.12 REGISTERED NURSE EMERGENCY ROOM 6302.50 REGISTERED NURSE EMERGENCY ROOM 876.94 PAGE 2 -27- RUN DATE; 11/17/15 MEMORIAL MEDICAL CENTER TIME; 14:03 DEFAULT FORMAT FROM DB019 PRTitle PRDeptName PRTotGross ------------------------------------------------------------------ REGISTERED NURSE EMERGENCY ROOM 4624.76 REGISTERED NURSE EMERGENCY ROOM 4573.56 REGISTERED NURSE SPECIALTY CLINIC 4267.36 MT TECH SUPERVISOR LABORATORY 4217.00 MEDICAL TECHNOLOGIST LABORATORY 3719.01 LABORATORY ASSISTANT LABORATORY 2617.35 REGISTERED NURSE NED/SURD 4188.79 MEDICAL LAB TECH LABORATORY 3332.80 MEDICAL LAB TECH LABORATORY 3465.85 LABORATORY ASSISTANT LABORATORY 816.50 LABORATORY ASSISTANT LABORATORY 865.25 LAB ASSISTANT LABORATORY 2141.23 LABORATORY ASSISTANT LABORATORY 744.63 LAB ASSISTANT LABORATORY 2180.50 MEDICAL TECHNOLOGIST LABORATORY 535.63 LAB ASSISTANT LABORATORY 1380.76 LAB ASSIST/SECRETARY LABORATORY 2388.43 ME➢ICAL LAB TECH LABORATORY 3309.38 MEDICAL TECHNOLOGIST LABORATORY 1250.13 MEDICAL LAB TECH LABORATORY 3921.84 LAB ASSISTANT LABORATORY 2130.17 REGISTERED NURSE MED/SURG 1007.75 LICENSED VOCATIONAL MEMORIAL MEDICAL CLINIC 2247.07 REGISTERED NURSE EMERGENCY ROOM 4199.09 RADIOLOGICAL TECH DIAGNOSTIC IMAGING 4855.66 RADIOLOGICAL TECH DIAGNOSTIC IMAGING 405.00 RECEPT/SECRETARY DIAGNOSTIC IMAGING 2049.59 DIRECTOR DIAGNOSTIC IMAGING 6607.03 DIAG IMAG SUPERVISOR DIAGNOSTIC IMAGING 6414.27 RADIOLOGY TECH DIAGNOSTIC IMAGING 6863.09 RADIOLOGICAL TECH DIAGNOSTIC IMAGING 3512.78 RADIOLOGICAL TECH DIAGNOSTIC IMAGING 2981.11 RADIOLOGICAL TECH DIAGNOSTIC IMAGING 2793.60 RADIOLOGICAL TECH DIAGNOSTIC IMAGING 2173,56 RADIOLOGICAL TECH DIAGNOSTIC IMAGING 3341.07 REGIST PHARMACY TECH PHARMACY 2466.95 LVN-CHG-CHART AUDITR PHARIACY 2749,85 REGIST PHARMACY TECH PHARMACY 2915.01 RECEP-MED ASST-PhT PHARMACY 2684.27 INS FOLLOW UP CLERK MEMORIAL MEDICAL CLINIC 2283.10 RECEPT/MEDICAL ABET MEMORIAL MEDICAL CLINIC 1943.46 LICENSED VOCATIONAL MEMORIAL MEDICAL CLINIC 3281.36 MEDICAL ASSISTANT 14EI40RIAL MEDICAL CLINIC 2034.56 RECEPTIONIST MEMORIAL MEDICAL CLINIC 1799.02 INSURANCE F/U CLERK MEMORIAL MEDICAL CLINIC 2366.62 OUT -PT COORDINATOR SPECIALTY CLINIC 1924.25 PHYSICIAN ASSISTANT MEMORIAL MEDICAL CLINIC 7538.40 MEDICAL ASSISTANT MEMORIAL MEDICAL CLINIC 1799.98 RECEPTIONIST MEMORIAL MEDICAL CLINIC 370.08 MEDICAL ASSISTANT MEMORIAL MEDICAL CLINIC 2095.49 PT ASSISTANT PHYSICAL THERAPY 4383.68 IT ASSISTANT PHYSICAL THERAPY 4893.80 PT TECHNICIAN PHYSICAL THERAPY 131.07 OCCUPATION THERAPIST PHYSICAL THERAPY 6013.97 DIRECTOR OF PT PHYSICAL THERAPY 8596.25 PAGE 3 Ims RUN DATE: 11/17/15 MEMORIAL MEDICAL CENTER TIME: 14:03 DEFAULT FORMAT FROM DBO19 PRTitle PRDeptName PRTotGross -------------------------------------------------------------------- OPS/BUS DEV MANAGER PHYSICAL THERAPY 3961.60 PHYSICAL THERAPIST PHYSICAL THERAPY 4471.63 REGISTERED NURSE EMERGENCY ROOM 1196.00 PT ASSISTANT PHYSICAL THERAPY 175.00 IT TECH 1 PHYSICAL THERAPY 868.66 IT ASSISTANT PHYSICAL THERAPY 357.41 PT ASSISTANT PHYSICAL THERAPY 4378.53 PT TECHNICIAN PHYSICAL THERAPY 1828.47 THERAPIST BEHAVIORAL HEALTH 3814.40 CIHCP COORDINATOR INDIGENT CARE PROGRAM 1535.73 DISCHARGE ANALYST HEALTH INFORMATION MANAGEMENT 1683.81 BR -ER CODING SPCLST HEALTH INFORMATION MANAGEMENT 2112.50 TRANSCRIPTIONIST HEALTH INFORMATION MANAGEMENT 2613.60 HIM SPECIALIST HEALTH INFORMATION MANAGEMENT 1568.89 FOOD SERVICE STAFF DIETARY 1646.04 ES AIDE ENVIRONMENTAL SERVICES 901.13 FOOD SERVICE STAFF DIETARY 2021.38 FOOD SERVICE STAFF DIETARY 1628.47 RECEPTIONIST -PBX 1EMORIAL MEDICAL CLINIC 1739.42 FOOD SERVICE STAFF DIETARY 692.49 SHIFT SUPERVISOR DIETARY 2354.58 FOOD SERVICE STAFF DIETARY 1737.54 DIETARY DIRECTOR DIETARY 3353.00 FOOD SERVICE STAFF DIETARY 1407.48 FOOD SERVICE STAFF DIETARY 1454.17 GROUNDSKEEPER-PAINTR MAINTENANCE 2225.42 SECURITY OFFIER SECURITY 1394.04 BIO-MED TECHNICIAN BID MEDICAL ENGINEERING 712.50 BIO-MED TECHNICIAN BIG MEDICAL ENGINEERING 4466.46 SUPERVISOR MAINTENANCE 3892.24 SECURITY SUPERVISOR SECURITY 2197.21 ES AIDE ENVIRONMENTAL SERVICES 1460.17 FLOOR TECHNICIAN ENVIRONMENTAL SERVICES 1863.51 ES MANAGER ENVIRONMENTAL SERVICES 3248,40 DIR OF PLANT SERVICE MAINTENANCE 5825.00 ES AIDE ENVIRONMENTAL SERVICES 1631.01 ES AIDE ENVIRONMENTAL SERVICES 1397.28 ES AIDE ENVIRONMENTAL SERVICES 1507,32 ES AIDE ENVIRONMENTAL SERVICES 1802.89 LICENSED VOCAT NURSE MED/SURG 1796.75 REGISTRATION CLERK DES - REGISTRATION 2037.70 ES AIDE ENVIRONMENTAL SERVICES 1750.40 FLOOR TECHNICIAN ENVIRONMENTAL SERVICES 1827.68 ES AIDE ENVIRONMENTAL SERVICES 1330.56 ES AIDE ENVIRONMENTAL SERVICES 1332.98 ES AIDE ENVIRONMENTAL SERVICES 1544.41 SECURITY OFFICER SECURITY 1794.00 PLANT UPS SPECIALIST MAINTENANCE 3440.50 SELF PAY CLERK PATIENT FINANCIAL SERVICES 1902.90 RECEPTIONIST/INS ADJ MEMORIAL MEDICAL CLINIC 136.10 OFFICE MANAGER MEMORIAL MEDICAL CLINIC 2584.00 INSURNCE COORDINATOR PATIENT FINANCIAL SERVICES 1634.02 REGISTRATION CLERK PATIENT FINANCIAL SERVICES 1959.28 BILLING CLERK PATIENT FINANCIAL SERVICES 1724.85 CASHIER -SWITCHBOARD PATIENT FINANCIAL SERVICES 1687.78 PAGE 4 -29- RUN DATE: 11/17/15 MEMORIAL MEDICAL CENTER TIME: 14:03 DEFAULT FORMAT FROM DBO19 PRTitle PRDeptName PRTotGross -------------------------------------------------------------------- INSUR COORDINATOR PATIENT FINANCIAL SERVICES 1812.80 SECRETARY/RECEPTION MEMORIAL MEDICAL CLINIC 2344.16 TEAM LEADER PATIENT FINANCIAL SERVICES 2449.60 REGISTRATION CLERK PFS - REGISTRATION 2278.04 PFS DIRECTOR PATIENT FINANCIAL SERVICES 3178.60 REGISTRATION CLERK PFS - REGISTRATION 1650.05 REGISTERED NURSE EMERGENCY ROOM 410.94 SECRETARY/RECEPTION PHYSICAL THERAPY 1924.61 REGISTRATION CLERK PFS - REGISTRATION 1619,48 CLINICAL IT SPECIALI ADMINISTRATION -CLINICAL SERVIC 4391,76 REGISTRATION CLERK PFS - REGISTRATION 890.05 SECURITY OFFICER SECURITY 1805.12 REGISTRATION CLERK PATIENT FINANCIAL SERVICES 2424,37 DIRECTOR OF HIM HEALTH INFORMATION MANAGEMENT 2795.40 MEDICAID COORDINATOR PATIENT FINANCIAL SERVICES 1651.08 REGISTRATION CLERK PFS - REGISTRATION 1335.77 MEDICARE COORDINATOR PATIENT FINANCIAL SERVICES 2169.35 REGISTERED NURSE EMERGENCY ROOM 4830,50 RADIOLOGICAL TECH DIAGNOSTIC IMAGING 3838.28 REGISTRATION CLERK PFS - REGISTRATION 514.29 I,T. DIRECTOR INFORMATION TECHNOLOGY 5537.50 IT SYSTEM ANALYST INFORMATION TECHNOLOGY 4497.89 REGISTERED NURSE EMERGENCY ROOM 2180.82 ACCOUNTANT ACCOUNTING 4621.00 ASSIST ADMINISTRATOR ADMINISTRATION 8799.40 C.F.O. ADMINISTRATION 10769.22 C.E.O. ADMINISTRATION 14350.00 ADMIN ASST TO AA-CNO ADMINISTRATION -CLINICAL SERVIC 2317.54 SPEC PROJECTS COORD ADMINISTRATION 2871,64 Grand totals 768687.42 Total lines = 248 PAGE 5 -30- ©iHS Source Totals Report Issued 1Ill 1/15 Calhoun Indigent Health Care 10-01-15 through 10-31-15 For Vendor: All Vendors Source Description Amount Billed Amount Paid 01 Physician Services 20,991.70 5,588.35 01-1 Injections 265.00 23.60 02 Prescription Drugs 895.30 895.30 08 Rural Health Clinics 2,055.00 1,243.36 13 Mmc - Inpatient Hospital 48,223.00 27,969.34 14 Mmc - Hospital Outpatient 76,198.04 25,978.68 15 Mmc - Er Bills 3,129.00 1,053.66 Expenditures 152,223.78 63,219.03 Reimb/Adjustments-466.74 -466.74 Grand Total 151,757.04 62,752,29 Fiscal Year 347,272.46 Applied Co-Pay's (580.00) Payroll/Expenses 8979.51 Monthly Total 71,151.80 —31— Calhoun County Indigent Care Coordinator 2015 Calhoun Indigent Care Patient Caseload Approved Denied Removed Active Pending January 5 10 4 54 34 February 0 14 7 56 32 March 3 6 6 53 30 April 1 4 2 53 32 May 6 13 3 56 24 June 5 0 0 61 22 July 2 14 2 58 36 August 6 9 5 59 32 September 6 6 8 57 26 October 3 12 3 57 13 November December YTD 37 88 40 564 281 Monthly Avg 5 11 5 71 35 -32- PRESENTATION OF LEADERSHIP ACADEMY CERTIFICATE TO COMMISSIONER VERN LYSSY: Commissioner Vern Lyssy was presented a Leadership Academy Certificate for successfully completing 15 hours of educational training during the Commissioners Court Leadership Academy — Session 2. V.G. Young Institute of County Government Tuesday, November 3, 2015 Calhoun County Extension Office Rhonda Cummins 186 CR 101, Ste l Port Lavaca, TX 77979 Ms. Cummins, TEXAS A&M 10VOULIFE EXTENSION Please find the completion certificate for your County Commissioner that participated in the Commissioners Court Leadership Academy Class VI — Session 1. We ask that you present the completion certificate at the next regularly scheduled County Commissioners Court meeting. For more than 40 years the V.G. Young Institute of County Government has served local governments in Texas. Since 2005, the Institute, a part of the Texas A&M AgriLife Extension Service, has offered the Commissioners Court Leadership Academy (CCLA) to further enhance the professionalism, broaden the knowledge, and enrich the experience of county judges and commissioners in Texas. CCLA involves four sessions over a 2-year period: three 3-day sessions in Texas counties and one 7-day session in Washington, D.C. Presentations, workshops, discussions, and networking opportunities during the sessions guide participants through complex leadership topics. Topics are carefully selected and developed to be timely and relevant to county judges and commissioners. Continuing education credits are reported to the Texas County Judges and Commissioners Association following each session. Thank you for taking this opportunity to engage with the participating county judges and commissioners to strengthen their relationship with the Texas A&M AgriLife Extension Service. If you have any questions for need more information please call the V,G. Young Institute of County Government at (979) 845-4572. Sincerely, Pete>'J. McGuill Director, V.G. Young Institute Texas A&M AgriLife Extension Service Jeff Ripley P Associate Di ector for County Operations Texas A&M AgriLife Extension Service Agriculture and Life Sciences Building Texas A&M Agril-Ke Extension Service 600 John Kimbrough Blvd., Suite 518 1 2137 TAMU I College Station, Texas 77843 Tel. 979.845.4572 1 Fax, 979.862.1516 1 AgdLi(eExtension.tammedu Educaticna/pmgmms olthe Texas A&M AgnCire Extension SaNkp am open to oli people without regard to race, color, rellglon, sex, netlonel origin, age, disability genetic Information or veteran status, The Texas A&M UnlversAySystam, US. Oapa hunt ofAgdoultum, and The County Commissioners Courts o/ Texas CaopemtMg REPORT FROM VETERANS SERVICE OFFICER, RON LANGFORD: Ron Langford, Veterans Service Officer reported on the financial impact that Calhoun County veterans have on the local economy. X ❑ 0 ui W I� LLI Z LL W Q 7 LL c 2 c f 0 F u C 7 C L L j C N N V d � m a n ro� M m a .- co m N m o V tnN m ao to V tU00m M rn o V o rn MNnOJ�n V'nOOON rOl�r U �ln V � O1 th Tao MR�N N V 'O fA f9 fA f9 EA HT 4A f9 f9 eA fA fA FA V! M f9 4A fA to Vi fA N O N M V N N Nro O W M N S eb 0M N c M W u� Nt+1 C C C G vi t9 fA di f9 fA fA fA fA W fA f9 fA fA fA (H k9 fA fA !A V I I n M o d d m a O 6 6 4i fA !A f9 E9 fA 43 H3 fA (A fA EA EA EA f9 di 1 b9 f9 Ni I fA C C I m J q 41 tH to 4h N3 fA fA f9 (n EA tH M fA fA di iA f9 fA f9 e9 T a Q C M��t� rNNON tN NTMN�(Mn� r a00`�I m e aE� d._ d tpNO V Mn O>n tnCNM a M�� 0 E ri cu 0 s E ! w� o W�zw 10 v N m Z v 0 n N i d x - E x - u C a o U vif»wf»f»f»»�»e»F»ua t»t»t»»uf f»ui en e» � C N InN n to NOMtUO d'n M 111M� N mM W C O t0 V n m V aD O G G(O �M 7 V'tl t»f»vaf»t»t»us vi vi F»E»E»»rsr vs ei v�t»en e> r N O O O N N m Q aD M V m cO)NN�mOd' O N M n 0 0 N W `mmnNmNm�- MOMNNnN V NOD�N mcq L Y F N a w W N W NNE V. VO'�_(mp N�Tc�n� OaD� O [n� oND t+l�Or V' MMtn aD Mtn M tnM Of 6 C G c d C. 7 p a 0 z O OZw < ozNw� m W Z "ZOKCzl n Z W Z a KM a zz ¢Z¢¢ wwg oo0c ¢¢¢¢¢¢¢¢mmmmmmmmmmm� NN V t0M(A rNd' fp �y11 vvraD V fND_trtlNNaMp_(MO,7 ezep W eDNO�f)jN V tOrN _ � tt t()Or(O V o d' m 1� 1` d' M (O � m m 7 q SA s...F n. y Hr(y�OMfrnEpvAMf�M»�fiO..NNMNMNliOOr OD rrNM rNr r rMtf rO rNM rnO( i��O1O�EI cNN�rH MOa(`f�MMfVwVRM 'Yi rWEfrVE NafW rRrnMrr�0rf 0A(�oWNn�fM fKNY$-<l W H O (0A Orr (rE rfOMME mOf'EVf 0rrNE,NtW'i VvmrNfMNr' NfVm�E V rf yNr EaNOtf qMOAKcONNfrWr�f�� qN�HN09�OBNtoNt-tONMo MEeM{MI�M0m�iF�MY O O0 tN0MM CM MC2J �G00?�_«_,�pmQC OfE Ntf No RH ONE tf (Vmr1riV C M Mry i N :. c W LQ11 M O C11 r M a QW iD9 uO Mc e0phANNOMtMr�oi uArM<VMrGiN�Ni iD i vVMNWraMW i- vn9h9NfMVfNrtNrE0 i9 voN1Nti-ZrVimVNiH aARtNdMofO��Ni9 eA E9A�rVrNHl�GNM�-O EOA+tNrnr»M i vi9O�rNi'MMd i eo90arN'irM)r +9c PSNa3ONYiOx2E�Qtt0 bC�� M9a7MfiM(MWrfi — — — — — — — — — - 'L 4'aC0�UJC NO CW ���>CC0UC'VCC�O N -- — — r(3> '.: O0by6 dETGGC 1i zi CC o6c,irLrimr ' . WW (yK —------- ' ----- �DA ii D � i � � n UC•O oO — — — — — — — - P — — D — 1 O :. 1.2 _OcrrHN0M 0A ? -UONrndD —(Nr�4fMOp0i 9 iNOrV0M�0VNeMirMr���fi'i A A �OOENMdp9' prON Erd[pI �O0a�f0Dl1 —�NdreEOO_ —MO0rcV�1 —trNVoM(1i —�rWtt(pUO —OOONcNo!) —ONNNrV — CONN�frMOA OW(lOONH0D) uN<NEONM0A> rM�MOE(rVAO O�dMNOdNI' .i C?9 Nt0 r W O r MM<MMHWaOpi N r0 0=DNd� 'CCNC�y pFN 4CVMOWw q: Nr — — — — — — — — — — — Vmww—NNrr — ' CO I�r(q O-It 0 m w i '' ' rNO1)rNaOV ' YNNM C t01k N M f0 • C S I-FF-I-FHi-I-1-1-t-r�i-wU3wwr f- •�9 O N M M M In M N N N (!) M M N M 0 a O D 0 0 0 0 m 0 0 0 0 0. a UU' (7 C9 U' (7 U' f9 C7 C7. C9d C7 U' U' C:1 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z ,U O O O O O O O O O O O O O V O 0 0 0 0 V X 0 fA W D 7 r 0 Z W a W LL O O D m_ N U_ S IL O W <7 V' LL C 0 0 42 7 N c E m a E v z c 8 ac 3 Qn o m x a 5 N w E m ° m U n aci c 2` E U p c > r K m o a m m G C 12 c U C n d" c L°m rn 0 w Q i. `02 c C off- n om nO d (7 x O W v °: E a m 10 m U e d c d � o J Q c o a n n c J o (7 v v m w C C C O N jp L m U N@ d d U m m i. 6l Z O J o p c m Cc m m N E c KN O O> 8 3 m n w ,0 o m U o to c p N O y m C a 9> a p a N m U > m O o y 0 Op i. _ F T o n m N o m' _ '� 2 > o_ 't m E y N c N L N J O m W J a s c p= i w K Q i y Y 75 C n O p d d m .V D• 75 cpi m go X V p � o No cg' F m wr. U Ea 1 Q>> mLL O in c sa U >eCd a E oo nw'Eo E N - V _ 23 :V oa 9 N 0 c a m n CO p O. T p O. m 0.0 J U N O d m A C a? c w _T c c y m a 0 d m m d C �a - vtof andw aXi£w c� Cetl ' e n cCc y�rny L c c N c O c uiE c m m m U v a E Q o m c m li L' yz c= 5 a m > o.0 c V a s Z A? c N d v p c- c m m c m p m 9 jQ o p c6 L° , m E U u 'a j y u c E p d o F m C, p if IY d N 12 UN m .'Jt" O d N pl LY N J O m O Cp m c'v mac ca N a.mii E'- o� c x nc°.na x N m� co n ym '� c a m 3 U o J 0 c N m v N> v m E i'c' p y m 7 c isc c at vc y to C7 2 NHN 6 p 0 O` °� c U C J 00 ❑ C Cp (l m y 0 C (p X a UI p d v jp OJ > 9 0 C C ,rd, v m O N c v o U m o a QI 2m] m c -__m.�1 oLLEc m t0 gUH9 g EocU m U T `J U L N C m N C111 7 N O d a c� c � yaw X O .c U# 7�mpp55 r AWARD BIDS FOR FUEL TO BE DELIVERED FOR THE PERIOD DECEMBER 16, 2015 THROUGH JANUARY 15, 2016: Commissioner Fritsch made a motion to accept the low bid from Diebel Oil for $1.83 per gallon for Diesel Fuel and for $1.84 per gallon for Regular Unleaded. Commissioner Lyssy seconded the motion. Commissioners Galvan, Lyssy, Fritsch, Finster and Judge Pfeifer all voted in favor. CINDY MUELLER COUNTY AUDITOR, CALHOUN COUNTY COUNTY COURTHOUSE ANNEX - 202 S ANN ST, STE B PORT LAVACA, TEXAS 77979 (361) 553-4610 MEMORANDUM TO: JUDGE PFEIFER & SUSAN RILEY COUNTY JUDGE'S OFFICE FROM: AUDITORS OFFICE - PEGGY HALL RE: AGENDA ITEM FOR DECEMBER 10, 2015 COMMISSIONERS' COURT MEETING AGENDAITEM ►Consider and take necessary action to award bid for Fuel to be Delivered for the period beginning December 16, 2015 and ending January 15, 2016. Diesel Fuel — Diebel Oil Company Inc was the Only Rid ® $1.83/gallon m Um Q 0 w w w J w Y J Z) 0o J w D LL v E m 0 K a Y 0 x W W w� O N L) U� Z_ W C /e- U y (L Y a p ayi m °w' 0 v m m IL CALHOUN COUNTY, TEXAS BID SHEET- FUEL -BULK DELIVERED INVITATION TO BIDDER DIEBEL OIL CO INC SAM DIESEL PO BOX 71 PORTLAVACA TX 77070 BID ITEM FUEL -BULK DELIVERED"I PERIOD FRONL DECEMBER 16, 2015 PERIOD TO: JANUARY 15, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL PFEIFER, CALHOUN COUNTYJUDGE, 2ll SANN ST, 3RD FLOOR, ROOM301, PORT LAVACA, TX77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID- FUEL-BULKpEL1VEREp BIDS ARE DUE AT THE TUDGE'S OFFICE ON OR BEFORE: /0.00 AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE AWARDED AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN BID lmAfr FUEL -BULK DELIVERED DEPARTMENT; VARIOUS DELIVERY FOB COUNTY FUEL TANKS DEST/NAT/ON VARIOUS sPEcincATioNs: DIESEL FUEL >>DELIVERY must be made within 24 hours after receiving order from the County Department in the quantity ordered. If vendor cannot deliver within 24 hours or refuses to deliver, the County Department will order from the next lowest bidder. >>PRICE Per Gallon MUST INCLUDE all fees and charges including all Taxes/Fees the County is not exempt from (for example: $0.20 State Excise Tax, State Delivery/Environmental Fees, Federal Oil Spill Recovery Fees and Federal LUST Tax) >>FREE FROM WATER AND SUSPENDED MATTER UNIT UNIT PRICE GALLON // ; 8 ___________.___,.._._.__,_._.-...___.-..___....__—.__—,—_._-__._—.-- srEct icATioNs: REGULAR UNLEADED GASOLINE >>DELIVERY must be made within 24 hours after receiving order from the County Department in the quantity ordered. If vendor cannot deliver within 24 hours or refuses to deliver, the County Department will order from the next lowest bidder. >>PRICE Per Gallon MUST INCLUDE all fees and charges including all Taxes/Fees the County is not exempt from (for example: $0.20 State Excise Tax, State Delivery/Environmental Fees, Federal Oil Spill Recovery Fees and Federal LUST Tax) >>FREE FROM WATER AND SUSPENDED MATTER AND A MINIMUM OCTANE OF 87 (AVERAGE METHOD) UNIT pjUNIT PRICE GALLON /II L� 4 DATE OF BSI: � — 1 5 AUFBORIZEDSICNATURE AM TITlk:______ PRINT NAME PLEASE LIST ANY EXCEPTIONS TO TBE ABOVE SPECIFICATIONS: AWARD BIDS FOR ROAD MATERIALS FOR THE PERIOD BEGINNING JANUARY 1, 2016 AND ENDING JUNE 30, 2016: Commissioner Lyssy made a motion to approve all low bids for Road Materials for the period beginning January 1, 2016 and ending June 30, 2016. Each Road Material was individually discussed and awarded as follows: • GeoGrid: Tensar TXS, Tensar TX-130S, Tensar BX-1200 or Equivalent: No Award • PE 5 Aggregate: All Precincts - Awarded to Vulcan Materials Co. SW Division • Limestone-3/4 Inch to Dust: All Precincts - Awarded to 4 C Services Inc. • Type PB (Topping Rock), Grade 4: All Precincts - Awarded to Quality Hot Mix • Item 249, Type A Limestone, Grade 3 [1 Yz Inch]: All Precincts - Awarded to 4 C Services Inc. • Item 249, Type B (Flexible Processed Base), Grade 3:(MIN PI 6): All Precincts - Awarded to Prihoda Gravel Co. • Item 302, Type PE (Topping Rock), Grade 3: All Precincts - Awarded to Vulcan Materials Co. SW Division • Item 304 (should be 302), Type PE (Topping Rock), Grade 4: All Precincts - Awarded to Vulcan Materials Co. SW Division • Item 330 Limestone Rock Asphalt; Precincts 1, 2, 4-P, & 4-S - Awarded to Vulcan Materials Co. SW Division Precinct 3 - Awarded to Martin Marietta Materials • Item 330, Type D (Pre -Mix Limestone): All Precincts - Awarded to Martin Marietta Materials • Item 332, Limestone Rock Asphalt: All Precincts - Awarded to Vulcan Materials Co. SW Division • Item 334, Type D, Hot Mix Cold Laid Asphalt Concrete Pavement: All Precincts - Awarded to Quality Hot Mix Commissioner Fritsch seconded the motion. Commissioners Galvan, Lyssy, Fritsch, Finster and Judge Pfeifer all voted in favor. CINDY MUELLER COUNTY AUDITOR, CALHOUN COUNTY CALHOUN COUNTY COURTHOUSE ANNEX 11- 202 S ANN ST PORT LAVACA, TEXAS 77979 (361) 553-4610 MEMORANDUM TO: JUDGE PFEIFER & SUSAN RILEY COUNTY JUDGE'S OFFICE FROM: AUDITORS OFFICE - PEGGY HALL RE: AGENDA ITEM FOR DECEMBER 10, 2015 COMMISSIONERS' COURT MEETING AGENDAITEM ` 1 t a, 10, ► Consider and take necessary action to award bids for Road Materials for the period beginning January 1, 2016 and ending June 30, 2016. ►7PTO • ;:..- ITEM 1,(TOPPING.O See Exceptions on Tabulation — Low Bidder changed Item Number from Item 304o Item 302• ?, • .. co CD m N N W O7 n: a El x y B B 53 CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS INVITATION TO BIDDER GeoSolutions Inc Corpus Christi 1218 S MINERALS RD CORPUS CHRISTI TX 78409 BID ITEM IGEOGRID: TENSAR TX5, TENSAR TX-130S, JANUARY 1, 2016 TENSAR BX-1200, TERRA GRID RX-1200 or PERIOD FROM: EQUIVALENT PERIOD TO: DUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAELI PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVA CA TX 77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID 4 G£OGRID: TENSAR TX5, TENSAR Tx ISOS TENSAR BX-1100 TERRA GRID RX 1200 Or EQUIVALENT BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICEAT: 10.00 AM, THURSDAY. DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSERIBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: GEOGRID: TENSAR TX5, TENSAR TX-130S, TENSAR BX-1200, TERRA GRID RX-1200 or EQUIVALENT Must meet all TXDOT Specifications & Installed per manufacturers recommendations; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DELIVERY FOB DESTINATION; SEE ATTACHED SPECIFICATIONS I The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have no een communicated by the undersigned nor by any employee or agent to any other person engaged in this typSA4business prio to official opening of this bid. AUTHORIZER SIGNATURE and TITLE: PRINT NAME DATE OF DDE PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS: TELEPHONE and EMAIL Product SpecificatJ n - Structural Ge®grid BX4200 The structural geogrid shall be an integrally funned grid structure manufactured of a stress resistant polypropylene material with molecular weight and molecular characteristics which impart (a) high resistance to loss of load capacity or structural integrity when the geogrid is subjected to mechanical stress in installation; (b) high resistance to deformation when the geogrid is subjected to applied force in use; and (c) high resistance to loss of load capacity or structural integrity when the geogdd is subjected to long-term environmental stress. The structural geogrid shall accept applied force in use by positive mechanical interlock (i.e. by direct mechanical keying) with: (a) compacted soil or construction fill materials; (b) contiguous sections of itself when overlapped and embedded in compacted soil or construction fill materials; and (c) rigid mechanical connectors such as bodkins, pins or hooks. The structural geogrid shall possess sufficient cross sectional profile to present a substantial abutment interface to compacted soil or particulate construction fill materials and to resist movement relative to such materials when subject to applied force. The structural geogrid shall possess sufficient true initial modulus to cause applied force to be transferred to the geogrid at low strain levels without material deformation of the reinforced structure. The structural geogrid shall possess complete continuity of all properties throughout its structure and shall be suitable for reinforcement of compacted soil or particulate construction fill materials to improve their long tens stability in structural load bearing applications such as earth retention systems. The structural geogrid shall otherwise have the following characteristics: Product Type: Integrally Formed Structural Geogrid Load Transfer Mechanism; Positive Mechanical Interlock Product Properties Index Properties Units MD Values' XMD Values' • Aperture Dimensions mm (in) 33(1.3) 33(1.3) • Minimum Rib Thickness? mm (in) 1.27 (0.05) 1.27 (0.05) Load Capacity • True Initial Modulus in Use kN/m(lb/R) 280 (19,190) 420 (28,790) • True Tensile Strength @2% Strain kN/m(lb/ft) 5.5(380) 7.4(510) • True Tensile Strength @5% Strain kN/m(lb/ft) 10.5 (720) 14.6 (1,000) Structural Integrity • Junction Efficiency" % 93 • Flexural Stifinesss mg -cm 750,000 • Aperture Stability" kg-cm/deg 4.6 Durability • Resistance to Installation Damage 7 %SC / %SW / %GP 90 / 83 / 75 • Resistance to Long Tenn Degradation" % 100 Dimensions and Delivery The structural geogrid shall be delivered to the jobsite in roll form with each roll individually identified and nominally measuring 3.0 meters (9.8 feet) or 4.0 meters (13.1 feet) in width and 50.0 meters (164 feet) In length. A typical truckload quantity is 260 rolls. On special request, the structural geogdd may also be custom cut to specific lengths or widths to suit site specific engineering designs. Notes 1. Unless indicated otherwise, values shown are minimum average roll values determined in accordance with ASTM D-4759. Brief descriptions of test procedures are given in the following notes. Complete descriptions of test procedures are available on request from Tenser Earth Technologies, Inc. 2. Nominal Dimensions. 3. True resistance to elongation when initially subjected to a load measured via ASTM D8637 without deforming test matedals under load before measuring such resistance or employing "secant" or "offset" tangent methods of measurement so as to overstate tensile properties. 4. Load transfer capability measured via GRI-GG2-87. Expressed as a percentage of ultimate tensile strength. 5. Resistance to bending force measured via ASTM D-5732-95, using specimens of width two dbs wide, with transverse ribs cut Bush with exterior edges of longitudinal dbs (as a "ladder), and of length sufficiently long to enable measurement of the overhang dimension. The overall Flexural Stiffness is calculated as the square root of the product of machine -and cross -machine -direction Flexural Stiffness values. 6. Resistance to in -plane rotational movement measured by applying a 20 kg -cm moment to the central junction of a 9Inch x 91nch specimen restrained at its perimeter (U.S. Army Corps of Engineers Methodology for measurement of Torsional Rigidity). 7. Resistance to loss of load capacity or structural integrity when subjected to mechanical installation stress in clayey sand (SC), well graded sand (SVV), and crushed stone dassified as poorly graded gravel (GP). The geogdd shall be sampled in accordance with ASTM D5818 and load capacity shall be measured in accordance with ASTM 06637. 8. Resistance to loss of load capacity or structural integrity when subjected to chemically aggressive environments measured via EPA 9090 immersion testing. Tensar Earth Technologies, Inc. 5883 Glenridge Drive, Suite 200 Atlanta, Georgia 30328-5363 (800)836-7271 February 1, 2004 This product specification supersedes all prior specifications for the product described above and is not applicable to any products shipped prior to February 1, 2004. CALHOUN COUNTY, TEXAS 010 SHEET- IROAD MATERIALS BIDDER HANES GEO COMPONENTS 4101 S INDUSTRIAL AUSTIN TX 78744 BID ITEM GEOGRID: TENSAR TXS, TENSAR TX-130S, TENSAR BX-1200, TERRA GRID RX-1200 or PERIOD FROM: JANUARY 1, 2016 PEAIOB T0: JUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFER, COUNMUDGE, CALHOUN COUNTYCOURTHOUSE, 211 SANNST, 3RDFLOOR, ROOM301, PORTIAVACA TY77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID= GEOGR/D: TENSAR TXS, TENSAR 7X-l3OS, j TENSAR 8X-1100, TERRA GRIP RX-1100 or EQUIVALENT_ BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK 1N THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS SPECIFICATIONS: GEOGRID: TENSAR TX5, TENSAR TX-130S, TENSAR BX-1200, TERRA GRID RX-1200 or EQUIVALENT Must meet all TXDOT Specifications & Installed per manufacturer's recommendations; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DELIVERY Dfi AwAw FOB DESTINATION; SEE ATTACHED SPECIFICATIONS � yt . S The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in t s type sr es pr r a the official opening of this bid. PAINT NAM \1-1/ DATE OF BilkG 3 �e e..b � -9 ' 1 S 291 PIRSEUSTANYEXCEPTIONSTOSPEC CATIONS: TEIRIBINEBndEm a 33is-%I II _ I�^2 t� to b t�i�i'lata25[oM tOv �' eSo HANESVGF_0 COMPONENTS" A *'eC'C&VV COMPANY TerraGrid° RX1200 Product Data Sheet Hanes Goo Product38377 815 Buxton Street I Winston Salem, NC 127101 PH: 888.239A539 1 FAX: 336.747.1652 www.HanesGeo.com TerraGrid RX1200 is composed of quality polypropylene resin with no post -consumer recycled resin inclusion and carbon black. The punched -and -stretched (drawn) manufacturing process used for TerraGrid RX1200 produces the following interrelated characteristics. TerraGrid RX1200' PROPERTY PROCEDURE MD TD MD TD Geometric - - Ape ure Size Measured 1.0 inch 1.3 inch 26 mm 33 mm Rib Depth (Height or Thickness Measured 1 0.05 inch 0.05 inch 1.27 mm 1.27 mm Mechanical - Tensile Strength - Ultimate ASTM D6637-10 Method A 1,310 Ibs/ft 1.970 Ibs/ft 19.2 kN/m 28.8 kN/m Tensile Load 2% Strain 410 Ibs/ft 620lbs/ft 6.0 ON 9.0 / Tensile Load 5% Strain 81016E/ft 1,340lbs/ft 11.8 kN/m 1 19.6 kN/m Junction Efficiency ASTM D7737-11 93% 93% Flexural Stiffness ASTM D7748-12 750,000 mg -cm 750,000 mg -cm Aperture Stability' GRI-GG9 0.65 m-N/deg 0.65 m-N/deg Durability UV Degradation Resistances ASTM D4355-05 100% 100% Chemical Damage Resistances EPA 9090A 100% 100% Installation Damage Resistance ASTM D5818ID6637 SC>_ 95% SW >_ 93% GP >_ 90% SC 2 95% SW > 93% GP 2 90% Standard Packaging Width - Length - - Area Width .. Length Area 13.1 ft 164 It 238.7 yd2 4 m 1 50 m 1 200 mz Footnotes: ' The values presented on this Product Data Sheet are applicable to product shipped after January 1, 2015. The geogrid specified herein has not been tested, calibrated or validated in relation to any design methodology for either unpaved or flexible pavements. The manufacturer reserves the right to alter or modify products and descriptions without prior notice. - 2 Nominal dimensions a Unless otherwise indicated, values shown are minimum average roll values determined in accordance with ASTM D4759-02 ° Resistance to bending force determined in accordance with ASTM D7748-12, using specimens of width two ribs wide, with transverse ribs cut flush with exterior edges of longitudinal ribs, and of length sufficiently long to enable measurement of the overhang dimension a Resistance to in -plane rotational movement measured by applying a 20 kg -cm (2 m-N) moment to the central junction of a 9 inch x 9 Inch specimen restrained at its perimeter In accordance with GRI GG9 6 Resistance to loss of load capacity or structural integrity when subjected to 500 hours of ultraviolet light and aggressive weathering in accordance with D4355-05 ' Resistance to loss or load capacity or structural integrity when subjected to chemically aggressive environments in accordance with EPA 9090 Immersion testing. a Resistance to loss of load capacity or structural integrity when subjected to mechanical installation stress in clayey sand (SC), well graded sand (SW), and crushed stone classified as poorly graded gravel (GP). The geogrid shall be sampled in accordance with ASTM D5818 and load capacity shall be determined in accordance with ASTM D6637. TerraGrid is registered trademark of Leggett & Platt, Inc. -DISCLAIMER: Hanes Geo Components warrants that the product characterized on this Product Data Sheet, when delivered, shall conform to the specifications described herein, and will replace the product or refund the purchase price upon notice of defect made within sixty days of delivery and priorto installation. ALL OTHER WARRANTIES, INCLUDING MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, ARE EXCLUDED. The final determination as to the suitability of the product in any particular application rests solely with the purchaser. Hanes Geo Components reserves the right to alter or modify its products and descriptions at any time without notice. 2015-07 S ry N 0 rn Cl)=G OD G z z zm m D r 0 O O N 0 m m w 0 N 0 m 9 I I 0)=G OD G Z 59 z>4 m D r O O O N 0 rn CDG= �D G Z z5K m m D r O O O N 0 rn X m n z PO rn 0 O z N 0 rn CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS INVITATION TO BIDDER VULCAN MATERIALS CO SW DIVISION PO BOX 791550 SAN ANTONIO TX 78279-1550 BID ITEM IPE 5 AGGREGATE JANUARY 1, 2016 JUNE 30, 2016 PEAIDO FROM: PERIOD T0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL ]PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 901, PORT LAVACA TX 77979 ------ ---- BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SF✓iLED BID -I PE5AGGREGATE } BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00 AM THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ------------- SPECIFICATIONS: PE 5 AGGREGATE Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT.• DESTINATION DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS Mff TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON mffpw �S�3s The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have t been communicated by the undersigned nor by any employee or agent to any other person engaged in this type�f business pOCA he official opening of this bid. and PRINT NAME �j c%QS 2t�AU+ PLEASE LIST ANY EXCEPTIONS TO SPECIRCATIONS: TELEPHONE of moj'. DATEOFIND: kk—k_645 V ffl 3� �g i �u al 9 m 3 N N 0 0 m 0 0 m w w 0 0 N N O_ O_ m m Fi RI L k 52 2 0Oi W UNi 0 0 O O z Z N N 0 0 m m m m 0 0 0 0' m m i CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS BIDDER 4C SERVICES INC PO BOX 699 SEADRIFT TX 77983 BID ITEM LIMESTONE-3/4 INCH TO DUST JANUARY 1, 2016 JUNE 30, 2016 PERIDD FROM: PENOD i8: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL I PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANN ST 3RD FLOOR, ROOM 301, PORT LAVA CA 7X77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED 81D LIMESTONE--3/4 INCH TO DUST BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10:00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2013 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSEPUBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. SPECIFICATIONS: LIMESTONE-3/4 INCH TO DUST Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT.• DESTINATION DELIVERY Mff U�IHZgE r7C fUU PRECINCT 9 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON r PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON PRECINCT 443 SEADRIFT AREA FOB DESTINATION, SEE ATTACHED SPECIFICATIONS TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business pr' to the official opening of this bid. AUMOMSISNATUREBIB�Tl1=IT v - p PRINI N E DATE OF OR / P S i.4 G �Lt ?Yl�ir PLEASE LIST ANY EXCEPTIONS TOSPECDTCATIONS. TREPHONEand EMAD: R7Y F lei 003 '�t, CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS 7 ti r t �� lu771 BIDDER QUALITY HOT MIX JEFF SNYDER PO BOX 1244 EL CAMPO TX 77437 BID ITEM I LIMESTONE-3/4 INCH TO DUST JANUARY 1, 201s DUNE 30, 201s PERIOD HLONL• PLTOOD TO: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFER, COUNTYJUDGE, CALHOUiV COUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM301, PORT LAVACA TX 77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED B1Dj 1 sTONEJ/4 /NCH TO noST BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER -T, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSERIBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. SPECIFICATIONS: LIMESTONE-3/41NCH TO DUST Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT.• DESTINATION DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-3 SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS f=i TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON mffmiw ,)16.TO 0O.To c2l7,0 oc.m The undersigned affirms that they are duty authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by t1.r undersigned nor by any employee or agent to any other person engaged in this type o6busmn ss prior to the official opening of this bid. AUIMRMSIGNATURE and V .•V " PAINT NAME DATE OF BR I'i h i I i n� TFTFPNONEa1NEEUAU �i�4 �a3 qU �twtl @ ul G ec,—uk.nvr PLEASE LIST ANY EXCEPTIONS TO SPECUICATIONS: z z A A mm 0 0 z z o� ry co r a � W ao A X D 0C D � r z D = � O D X m m Tl co N N rn rn rn rn w w' 0 0 O O ' 0) 0) XI X 8 8 9 XI kJ D � r z D = O D X m m D ti N N 0 0 rn rn Q m w cw 0 0 O O rn rn h x n n z z 0 0 00 z z o, _ N O r n 0 W _ N A X I > D -I r z D = A O D X m m D r N N 0 0 rn rn rn rn w w 0 0 N N 0 0 rn m a_ C CMD O �1 yC am 0 mo CPU M4 co Z vi CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS BIDDER QUALITY HOT MIX JEFF SNYDER PO BOX 1244 EL CAMPO TX 77437 BID ITEM ITYPE PB (TOPPING ROCK), GRADE 4 PERIODFRDM: JANUARY 1, 2016 Ppppp TO: JUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFER, COUNTYJUDGE, CALHOUN COUNTYCOURTHOUSE, 211 SANK ST, JRD FLOOR, ROOM301, PORT LAVACA TX77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED B1D; TYPEPBJ7aFP[Nc BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10;00 AM, THURSDAY, DEC£MBER .T,2013 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER lo, 2o15 THE CLOCK IN THE COUNTY JUDGE'S OFFICE 15 THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A DID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSEWIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ------------------- SPECIFICATIONS: TYPE PB (TOPPING ROCK), GRADE 4 Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT,• DESTINATION DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4+S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS /J TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON wim s7 S7,60 S-7y co The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this Win collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of bA(slnesf, prior to the official opening o` this bid. MI PRINT NAME II DATE OF DID: W- 911 r PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS - TELEPHONE 81d EMAIL- Qz 9 �a 3 qg w 2f4 wt� (� (a} C, -e G —W �.. n CALHOUN COUNTY, TEXAS DID SHEET- IROAD MATERIALS I il i1i I fill I [I] L, I BIDDER MARTIN MARIETTA MATERIALS 5710 W HAUSMAN RD STE 121 SAN ANTONIO TX 78249-1646 BID ITEM ITYPE PB (TOPPING ROCK), GRADE 4 PENDD FIBM:JANUARY 1, 2016 PEDDD TB:JUKE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL ]PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID P PB (TOPP/NG ROCKJ, GRADE4_________j BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSEWBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: TYPE PB (TOPPING ROCK), GRADE 4 Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to Insure reliability of the product See attached Specifications and General Conditions DEPARTMENT. DESTINATION DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS M7 TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON V/T% /Aw tP� 6v40 ( ;; 20 The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type /of business prior to the official opening of this bid. AUTHBRM SIGNAM and TIRE: PRINT NAME L t5 a Avg i ) d M BATE BF BI4 I d' 1(1/ 21 a - 2 09. If 070 ha Q i m z z C) 0 N N rn � 0 0 O 0 z z �i 0 0 m .UNi 0 0 O O z z rmi CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS BIDDER BID ITEM 4C SERVICES INC SEADRIFT TX 77983 249, TYPE A LIMESTONE, E 3 I1 1/2 INCHI PERIOD FROM: JANUARY 1, 2016 PERIOR TO: JUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL IPFEIFER, COUNTYJUDGE, GILHOUNCOUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID- I7EM24P, TVPEA LIMESTONE GRADE3(I 112 INCH) BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: ITEM 249, TYPE A LIMESTONE, GRADE 3 [1 112 INCH] Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT' DESTINATION DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS w TON WAW R��5• TON TON TON TON DCS> OU ACw `yy The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or !nd!vldaal has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or, conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of liminess prior.to the off(eio! opening of this bid. AUTRDRQID SIGNATURE and V PRINT NAME / RATE OF OR I o2/ z 'i TELIWONE and EMAIL-_09? R 19 PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS: CALHOUN TEXAS BID 'ROA MATERIALS INIAN ' t1,{� � TO u,f )q Si' ' ! D BIDDER QUALITY PO BOX 1244 Ti7, II flO 1 'T ii 1 1 . YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFIZFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM301, PORT LAVACA 7X77979 BIDS SHOULD BE SUBMITTED 1N A SEALED ENVELOPE PLAINLY MARKED: SEALED B(DJ /TEM299, TYPEA L/MLsroNE cRAnET(7 1/2 INCH; .... _... _...... ____.______..__._. BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSERIBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- 5PECIFICATIONS: ITEM 249, TYPE A LIMESTONE, GRADE 3It 112 INCH; Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any othersource they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT.' DESTINATION DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS Wr TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON 36.M a7TO 27,T0 6. U The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type qf bus{gess prior to the official opening o! this bid. AUTMRQID SIGNATURE and TITLE PRINT NAME PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS: RATE OF OR 1 l() � l i �79 q,q It o1,i,, (� 4) r.2 C -- uJ�. APi- ZI Z1 O Q INOi A A W � w 0 0 0 O 0 Z Z DAD M03 ;DZ� ovm oAN r < D V 0. Z D V1 m x 0 0 m rn x I N N 0 0 rn m X Fm z a 9 Z Z 0 0 W W 169 w N 0 0 O O Z Z SAD m 0'= T>nZ � O vrm m o ;o 0) 0 Z D rn m x 4 ra X 70 O O 1 N N an r� A tD o � Z Z SAD MOB ;UZa (n = o -u OAg N {O� D z 20 D co m XI N N 0 0' m rn m rn w w 0 0 0 0 J 0)m �I I Z Z w w o � O O Z Z DAD m03 ;DZ» �Z7i O. m O ;u N r < O � D 0.0� Z D ti m x' -�I = Z O K D �u D m D r O D O m m U) looKt rm 3C W r X W T a T_ 9 T W 3 CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS llililillf,1,11113 BIDDER PRIHODA GRAVEL CO 1210 MEADOW CREEK DR EL CAMPO TX 77437 BID ITEM ITEM 249, TYPE B (FLEXIBLE PROCESSED PERIOD FROM: JANUARY 1, 2016 BASEI. GRADE 3:(MIN PI 6) PERIODTO: JUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFL'R, COUNTYJUDGE, 211 SANNST, TRD FLOOR, ROOM 301, PORT LAVACA 7X 77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALEDBID- 1TEM24P, TYPES (FIFXIBLE PROCESSED BASE), 1 GRADE3.•(M1NP76J__.._______,._ BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DEC£MBER IQ 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSEPUBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------- SPECIFICATIONS: ITEM 249, TYPE B (FLEXIBLE PROCESSED BASE), GRADE 3:(MIN PI 6) Must meet all TXDOTSpecifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT.• DEST/NAT/ON DEL/VERY //II%% /III %%��HY[[a PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON 57D PRECINCT 4•P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON /• 7S PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON Ong, PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON 19. The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business priory to the official opening of this bid. ADTRORM SICNATNRE and TITLE ,1 i`, � Lr , O W " PRINT NAME � N t6' ( D DATE OF BID: PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS: 41 NONE and EMNL CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS I fill I [I] k, I OF I I'A BIDDER MARTIN MARIETTA MATERIALS 5710 W HAUSMAN RD STE 121 SAN ANTONIO TX 78249-1646 BID ITEM JITEM,249, TYPE A LIMESTONE, 3 PERIOD FROM: JANUARY 1, 2016 PERIOD TO: JUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE , 211 SANN ST, 3RD FLOOR, 00 I PORT LAVACA TX 77P79 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALEDBID- /ITE 49, TYPEA L/NESTOAT GRADET [1 112 BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM THURSDAY DECEMBER J, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER, THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ECIFICATIONS: ITEM 249, TYPE A LIMESTONE, GRADE 3 [1 112 INCH] Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT.• DESTINATION DEL/VERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS MT TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. AUTRORU M SIGNATURE and TUBE PRINT NAME Am DATE OF DID: I � O I Ig ,�N��� & TETEPNONEandEMAIL- 0• aioe• 010 S •AVO d mar I}rYIAV( PlF11SElJSTL EXCEPTIONS PT sf' cALOA' I /YI 121A� SI1W _PN v m n n a 0 A A u -O O � [_ � A Az c Z W 9 pm �D z m m g C) 0 0 0�o J 0 0 xlll xi -ol xlC xlll xll C < D <C LOn Z z Z 3 9 A A A D 3 � 4 O m El F y 0c m � �n Z zZ m m m' D rD � w m n m 0 y �c �n m < � Z zZ A m m m � m D � m n m 0 m CD D CD s D CC' m_I CO) 0 Z zZ 3 $ m � m D 3 � m m Ow CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS INVITATION TO BIDDER VULCAN MATERIALS CO SW DIVISION J9Rq3ATGE OSccs �e��u deS PO BOX 791550 SAN ANTONIO TX 78279-1550 BID ITEM I ITEM 302, TYPE PE (TOPPING ROCK), GRADE 3 JANUARY 1, 201s JUNE 30, 2016 PERIDO FRDM: PERIODTO: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL]PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE , 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID4 % M302, TPPEPE (TOPPING ROCK1,_ORADE9 j BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10:00AM THURSDAY, DECEMBER -T, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. --------------- ---- SPECIFICATIONS: ITEM 302, TYPE PE (TOPPING ROCK), GRADE 3 Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOR DESTINATION; SEE ATTACHED PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS 1w TON TON TON C/li/—%7Hf V l� LS TON TON v�5 The undersigned affirms that they are duly authorized to execute this contract, that th(s company, corporation, firm, partnership or individual has not epored this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions o satd bid hav not been communicated by the undersigned nor by any employee or agent to any other person engaged in this ty e a businessor to the official opening of this bid, AUTHORM SIGNATURE and TITLE - PRINT NAME (J ��S DATEOFDllk PLEASE LIST ANY EXCEPTIONS ITOSPECD1CATIONS: TELEPHONE Ong EMAIL l �e �0.(kV\ XeS 0 @ V's�lc .'� t • C0 NN CALHOON COUNTY, TEXAS BID SHEET- 1BOAD MATERIALS INVITATION TO BIDDER MARTIN MARIETTA MATERIALS 5710 W HAUSMAN RD STE 121 SAN ANTONIO TX 78249-1646 BID ITEM JITEM 302, TYPE PE (TOPPING ROCK), GRADE 3 IANUARY 1, 2016 DUNE 30, 2o1s PERIOD FROM: PERIOD TO: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEffiR, COUNTYJUDG£, CALHOUN COUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED B/DjJTEM302,_TVPEPE(TOPPINGROCRJ,GRADe-Jj BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.•00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS 15 AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSEPUBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----- ----------------------------------------- SPECIFICATIONS: ITEM 302, TYPE PE (TOPPING ROCK), GRADE 3 Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT.• DEST/NAT/ON DEL/VERY OA%J M %Pyw PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON • 0 PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON_ PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON Q PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON �////����� •O PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of businessspriior to the official opening of this bid. AUTHORM SISNATUUE and TITIE ��k✓1,,v�r�hrAAPW PAINT NAME L { §q � DATE OFD10I4 G U 5 P� Pn t TEEEPDONEandEMAIL-A j0•; , 0 1%aram)e�mAV�jA��(�;l"'•RA PLEASE LIST ANY EXCEPAIINSMSPECIFICATIQN$; „ - , A., VIA A I /' n I f. 12 —rn m m A A 8 B Ga N N O o rn rn m m m m A A O W cn m O O z z D A o 1 1 v 3 w Z C N Z Z O Om 3m 6;u �m �D m p0 A Z Cl) K m a N y �C A G i U)n z zz 3 � 2 w m -mi n m O rD- co N N a e i m x a N D C �1 = 0n z zz 2 m m ;1 D 1 n m O 0) cn x M B 8 m m 0 n N N � m O Cwl� 0 0 z z A � N 1 1 a 3 v, 2Z p N N Z O O"o 3m o�ca Om �D OO a Z Cl) N X N D �C ;u Wn Z z z m D � 00 m m e' �I Fri NE x' 2s N N N N O O O O O O O 0) 0)0) rn 0 o z o o x l rn rn rn rn m m o 0 � J O O z z m0 S w Z N m Z o 1 Ov oA �m o 1D 0o A Z N N O O m rn m rn 0 0', 0 0', m rn 18 B �A CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS INVITATION TO BIDDER VULCAN MATERIALS CO SW DIVISION E D.SLas� �et\ cAu "i c�eS PO BOX 791550 SAN ANTONIO TX 78279-1550 BID ITEM JITEM W, TYPE PE (TOPPING ROCK), GRADE 4 PERIOD FROM. JANUARY 1, 2016 PERIODTO: DUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANNST, 3RDFLOOR, ROOM301, PORTLAVACA TX77979 3�J....----.____— BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID 1T M36tq,.TYPEPE (TOPPING ROCK), GRADE4_ I BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM THURSDAY, DECEMBER, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: ITEM 3G4, TYPE PE (TOPPING ROCK), GRADE 4 Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of lest reports. 3o a' County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DESTINAT/ON DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS M% TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON m7AW t,S l,"J 5ig?-S S8 The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or Individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of�d bid have t been communicated by the undersigned nor by any employee or agent to any other person engaged in this typ, of, business Rri r toffie official opening of this bid. PRINT NAME SC05 p �v v DATE OF OIO: �J TELEPHONE Md EMAIL PLEASE LIST ANY EXCEPTIONS TO SPECDICATIONS: t — MC tea � CALHOUN COUNTY, TEXAS BID SHEET- 1BOAD MATERIALS IAN I fill 1 [113 BIDDER MARTIN MARIETTA MATERIALS 5710 W HAUSMAN RD STE 121 SAN ANTONIO TX 78249-1646 BID ITEM JITEM 304, TYPE PE (TOPPING ROCK), GRADE 4 JANUARY 1, 201s JUNE 30, 2016 PERIOD FROM: PENOD i0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL I PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED B1D _MW 304, TWEPE (TOPPING ROCK), GRADE 4 I BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10. 00 AM THURSDA Y, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSERAIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: ITEM 304, TYPE PE (TOPPING ROCK), GRADE 4 Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT, DESTINATION DELIVERY M % mffmCE TON PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON TON -70 PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON (P PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS R 2-0 PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON lV The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official openingofthis bid. AUTHOMZEDSICNATUREand DUE MINT NAME L M Ay d DATE DF DID: J1 b 111q nmal7 VUm 2 �! TELEPHONEandEMAIL PLEASE LIST ANY EXRWRONJO $PECIFIC4110NA n ✓ _e 1 n . , A� I - A r r\ —� ..1 ac Cy. A � D zA K5; � o D{ O0 Z Z Z A zX E> ZCD T O � o CO Dj O CO Z x�10 x1101 x��� y C Cl) n � z zz � m D � D 0 m 0 CD rD- � cn H 3 O< > con Z z z U) i 0 m cn rn rn 0 0 O NO m m C D E (Dn -i z Z Z D D m m m m D D 3 O m D N N zt 0 0 rn rn m rn w w O O O NO F� y �C A G z zz 3 m m m m D co D O m 0 CO CO N N 0 0 0 m m m W w 0 0' O NO J m m H N N 0 0 rn m m m 0 0 O O J rn rn CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS I il i1i I fill I [I] L, I BIDDER VULCAN MATERIALS CO SW DIVISION PO BOX 791550 SAN ANTONIO TX 78279-1550 BID ITEM JITEM 330, LIMESTONE ROCK ASPHALT JANUARY 1, 2016 DUNE 30, 2016 PERIOD FROM: PEROD i0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL]PFEIFER, COUNTYJUDGE, CALHOUNCOUNTY COURTHOUSE , 211 SANNST, 3RD FLOOR, ROOM301, PORTLAVACA TX77.979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID ITED73JQ L/MESTONEROCKASPHALT _ BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM. THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. SPECIFICATIONS: ITEM 330, LIMESTONE ROCK ASPHALT Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT.- DESTINATION DELIVERY Mf #wfiw PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON �( PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON-I`\�qD PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON ''7 l l 35 PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of strid bid have t been communicated by the undersigned nor by any employee or agent to any other person engaged in this typ a business p' to the official opening of this bid. TLED AUTHORSIGNATUREandTIRE �os r•II PRINTNAME OSCC,r ��naU�c�2S DATEOFOID: TELEPNONEMdEMAIL Z�&)- Say- 3S �,-I MRSE UST ANY EXCEPRONS TO SPECMCATIONS- eCNa\1 "C\es it (?�') V mc-mai 1, c l) N-N CALHOUN COUNTY, TEXAS BID SHEET- 1BOAD MATERIALS INVITATION TO BIDDER MARTIN MARIETTA MATERIALS 5710 W HAUSMAN RD STE 121 SAN ANTONIO TX 78249-1646 BID ITEM JITEM 330, LIMESTONE ROCK ASPHALT JANUARY 1, 2016 JUNE 30, 2016 PEAI00 FROM: PEN00 i0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL I PFEIFER, COUNTYJUDGE, CALHOUNCOUNTYCOURTHOUSE , 211 SANN ST, 3RD FLOOR, ROOM301, PORT LAVACA TX 77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID;4TEH J3a, LIHESTOly, ASPHALT BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10:00AM THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSERIBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: ITEM 330, LIMESTONE ROCK ASPHALT Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS Mff TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON A AW 1 . ,o 7q,7 o Uq.66 jq o The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged In this type of business prior to the official opening of this bid. / ADMORQEB SICNARK and TITLE ykn- w! wvr l y' VUlAwl/ f ,WUv war r PRINT NAME 1 �� �n d OATS OF BIB: 1 7n� PLEASE LIST ANY EKCEPHOR$TO SPECI CATIOAL ,,, I . I and E�/ ILI d A Og� 0n ✓ (nu h m T n 0 -1 -1 A A CD U) (Wn o 0 0 Z Z 0 0 Z Z A Z Rml Zm TO mo 03 D� Od Z S 0 0 Z Z a3 D Z X �5; ZW TO � o co D{ 00 Z x l 6 I x I O I x Gc D zz z � D A m D y 0) O D O IT cn ;u D N N O o m rn m 0 0 0 N N 0 0 m rn C �D mn -j zZ Z � D Di ;u m A � D O D m D N N 0 0 rn m m m 0 0 0 0 m m 0c D m 0 A OZ z' Z D D �m, D y', cn 00 �I m D N N 0 0 rn rn m m 0 0 O O rn m GC D m o A zZ z D A m m m D D co 3 00 m m m w w 0 0 N N 0 0 m 'm LJ 9 Hai 0 0 0 0 o .{ 0 z z Ag ZA �� zm v0 ;o Oj D� 00 Z 0C D m n A z Z Z 3 D m A m A D y O D CO) m D J � O O rn rn m m 0 0 0) m m LJ CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS INVITATION TO BID BIDDER MARTIN MARIETTA MATERIALS 5710 W HAUSMAN RD STE 121 SAN ANTONIO TX 78249-1646 BID ITEM JITEM 330, TYPE D (PRE -MIX LIMESTONE) JANUARY 1, 2016 JUNE 30, 2016 PERIDD FRDM: PERIDD iD: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAELI PFEIFER, COUNIrYJUDGE, CALHOUNCOUNTYCOURTHOUSE , 211 SANNST, 3RD FLOOR, ROOM.T01, PORT LAVACA TX77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID=;fIEM330, TYPED (PRE -MIX LIMESTONE) __J BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. SPECIFICATIONS: ITEM 330, TYPE D (PRE -MIX LIMESTONE) Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT: DESTINATION DELIVERY 07 pM/pw TON 4 PRECINCT I FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON PRECINCT 3 OLIVIA AREA FOR DESTINATION; SEE ATTACHED SPECIFICATIONS TON 1706 PRECINCT 4-113 PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to pricer, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged In this type of business prior to the official opening of this bid. AUTHORIZED SIGNATURE and TITLE PRINT NAME DATE OF DID: PLEASE LIST ANY Ell t D PE CAP TELEPHONE and EMAIL: d a 0 i MIEET M�i[1? RV I 2 D IJ M w , No CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS BIDDER VULCAN MATERIALS CO SW DIVISION JEFF=PA4eE )S C-6s PO BOX 791550 SAN ANTONIO TX 78279-1550 BID ITEM JITEM 330, TYPE D (PRE -MIX LIMESTONE) JANUARY 1, 2016 JUNE 30, 2016 PERIOD FROM: PERIOD i0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL]PFEIFER, COUNTYJUDGE, CALHOUNCOUNTYCOURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 7797P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED B/D; LlLaf 7o, TYPED (PRE-MIXLIMESTONEI ____ i BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10;00AM THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER, THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER(BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. -------------------- SPECIFICATIONS: ITEM 330, TYPE D (PRE -MIX LIMESTONE) Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DEPARTMENT• DES TINAT/ON DEL/VERY Mw PRECINCT 1 PRECINCT 3 PRECINCT 4-P FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON TON TON�� �(O V PRECINCT 4-S SEADRIFT AREA FOR DESTINATION; SEE ATTACHED SPECIFICATIONS TON SS PRECINCT 2 SIX MILE AREA FOR DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this id /n collusion with any other or Bidder, and that the contents of this bld as to prices, terms or conditionsftf d bid hav of be n communicated by the undersigned nor by any employee or agent to any other person engaged in thisbusiness i o the official opening of this bid. L AUTHORIZED SIGNATURE and Tlttf �\ sk ,` rn PRINTNAME t)SC� DATEDFDIO PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS; INDNE and EMAIL 0 W W w rn 0 0 z z z z I x1� aF9 1 xNI xIII xNI xII N N o_ 0 rn rn rn m w w O o N N 0 0 rn rn g 0< > =r chn Z Z z D 3 rn m 0 0 N N 0 0 m rn H y O c A n z zz D � m O m ch rn � w w 0 0 N N 0 0 m rn H h H M W GD N am O cma C ''I mm cov a a— �1 CALHOUN COUNTY, TEXAS BID SHEET- IROAD MATERIALS INVITATION TO BIDDER VULCAN MATERIALS CO SW DIVISION EFFP E 0SC6s 1�es�o v�c�eS PO BOX 791550 SAN ANTONIO TX 78279-1550 BID ITEM JITEM 332, LIMESTONE ROCK ASPHALT PERBB ROM:JANUARY 1, 2016 PEABD :JUKE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE , 211 SANN ST, 3RD FLOOR, ROOM301, PORT LAVACA TX 77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID �i ITEMfSTON£RocKASPNALT. _. __-__ I BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10;00AM, THURSDAY, DECEMBER J, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: ITEM 332, LIMESTONE ROCK ASPHALT Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to Insure reliability of the product See attached Specifications and General Conditions DEPARTMENT, DESTINATION DELIVERY M f M fPB PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON PRECINCT 3 OLIVIA AREA FOR DESTINATION; SEE ATTACHED SPECIFICATIONS TON �S3S PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON d �, - 35 PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions said bid ha of been communicated by the undersigned nor by any employee or agent to any other person engaged in this t�p of business to the official opening of this bid. AUMORQFD SIGNATURE and HTLE P( � i 4, M L PRINT NAME BATE BF BID: l " 3 _ � 5 �SCc�r �-eno.v�c�es PLEASE UST ANY EXCEPTIONS i0 SPECUICATIBNS: TELEPHONE and EMAIL V l-�cc c�ai �• (x�lv� CALHOUN COUNTY, TEXAS DID SHEET- IROAD MATERIALS INVITATION TO BIDDER MARTIN MARIETTA MATERIALS 5710 W HAUSMAN RD STE 121 SAN ANTONIO TX 78249-1646 BID ITEM JITEM 332, LIMESTONE ROCK ASPHALT JANUARY 1, 2016 JUKE 30, 2D16 PERIOD FROM: PERIOD T0; YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFNFZR, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANNST, 3RDFLOOR, ROOM301, PORTLAVACA TX77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID; /TEM332, L/MESTONE ROCKASPHALT _ BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00 AM THURSDAY, DECEMBER -T, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ------------------- SPECIFICATIONS: ITEM 332, LIMESTONE ROCK ASPHALT Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre -qualified materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specifications and General Conditions DESTINATION DEL/VERY PRECINCT 7 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS Mw TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid /n collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged /n this type of business pr/or to the j0 o�fficiat opening of this bid. AUTHORQED SIGNATURE and HUE Wd n _ �' `�' ( `� PRINT NAME L I � A ��� ///� d ✓ DATE OF BID: l "6 °"M TELEPHONE a ioa TEE and EMAIL o v PLEASE LIST ANY,EX ff PTION$ 10,$RECIRCU IS- I A, An Nn I-'-A0 I A A rtn r r\ n % / m $ m m @ $ m $ ■ § _M. Q § m §S. Q � j � j / ) - \ ■ ■ _ § _ ■ _ ■ k o _ § ■ _ f ■ 7 ■ § ■ § ■ � � & § , o § o § 9 / ( d % ] § § d ■ § ■ § § 7 0 \ \ \SE \ IE \ ME <COD � 0 / § 0 / § c § c / § o / 2 ow § \ ) \ ( x ; o � 5 § 2 k 2 k \ \ \ \ \ ® � k ® k ® § ® § ® # h - - � § 2 $ $ 2 j i,3 k k \ 5 R � k CALHOUN COUNTY, TEXAS DID SHEET- 1BOAD MATERIALS Alt L £,� it i1i `fir ,.a x X d BIDDER QUALITY HOT MIX JEFF SNYDER PO BOX 1244 EL CAMPO TX 77437 BID ITEM (ITEM 334, TYPE D, HOT MIX COLD LAID CONCRETE PAVEMENT PERIOOERORQ: JANUARY 1, 2016 PEEIOOTO: ,TUNE 30, 2016. YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: M/CHAELJPFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANNST, 3RD FLOOR, ROOM301, PORTLAVACA 7X77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID-1rhM3T4, TYPED, HOTMIX COLD LAID ASPHALT CONCWTEPA VEMENT BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10;00 AM THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMEER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: ITEM 334, TYPE D, HOT MIX COLD LAID ASPHALT CONCRETE PAVEMENT Must meet all TXDOT Specifications; Calhoun County reserves the right to conduct random sampling of pre-quallBed materials for testing and to perform random audits of test reports. County representatives may sample material from the manufacturing plant, terminal, shipping container and any other source they deem necessary to insure reliability of the product See attached Specificalions and General Conditions DEPARTMENT. DESTINATION DELIVERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 3 OLIVIA AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4•P PORT O'CONNOR AREA FOR DESTINATION; SEE ATTACHED SPECIFICATIONS PRECINCT 4•S SEADRIFT AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS Xff TON TON TON TON PRECINCT 2 SIX MILE AREA FOB DESTINATION; SEE ATTACHED SPECIFICATIONS TON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type( ¢usinPss prior to the official opening of this bid. AUTHOR® SIGNATURE and PRINT NAME n I V RATE GFRU: l l bl l S- PLEASE LIST ANY EXCEPEONS TO SPECIRCATIONS- THHHONE Md EMIL Q 7 9 ItI3 Ll4610 % Il wO 0 W C 2 G - W L n Pi} COMMISSIONERS' COURT, DECEMBER 10, 2015 9. Award bids for Road Materials for the period beginning January 1, 2016 and ending June 30, 2016. Each Road Material was individually discussed and awarded as follows: i • GeoGrid: Tensar TXS, Tensar TX-130S, Tensar BX-1200 or Equivalent: No Award • PE 5 Aggregate: All Precincts - Awarded to Vulcan Materials Co. SW Division • Limestonestone-3/4 Inch to Dust: All Precincts - Awarded to 4 C Services Inc. • Type PB (Topping Rock), Grade 4: All Precincts - Awarded to Quality Hot Mix • Item 249, Type A Limestone, Grade 3 [1 % Inch]: All Precincts - Awarded to 4 C Services Inc. • Item 249, Type B (Flexible Processed Base), Grade 3:(MIN PI 6): All Precincts - Awarded to Prihoda Gravel Co. Item 302, Type PE (Topping Rock), Grade 3: All Precincts - Awarded to Vulcan Materials Co. SW Division Item 304 (should be 302), Type PE (Topping Rock), Grade 4: All Precincts - Awarded to Vulcan Materials Co. SW Division • Item 330 Limestone Rock Asphalt: Precincts 1, 2, 4-P, & 4-S - Awarded to Vulcan Materials Co. SW Division Precinct 3 - Awarded to Martin Marietta Materials • Item 330, Type D (Pre -Mix Limestone): All Precincts -Awarded to Martin Marietta Materials • Item 332, Limestone Rock Asphalt: All Precincts - Awarded to Vulcan Materials Co. SW Division • Item 334, Type D, Hot Mix Cold Laid Asphalt Concrete Pavement: All Precincts - Awarded to Quality Hot Mix AWARD BIDS FOR PRESCRIPTION DRUGS FOR THE CALHOUN COUNTY INDIGENT PROGRAM FOR THE PERIOD BEGINNING JANUARY 1, 2016 AND ENDING DECEMBER 31, 2016: Judge Pfeifer made a motion to award the bid for prescription drugs for the Calhoun County Indigent Program for the period beginning January 1, 2016 and ending December 31, 2016 to HEB Pharmacy. Commissioner Lyssy seconded the motion. Commissioners Galvan, Lyssy, Fritsch, Finster and Judge Pfeifer all voted in favor. CINDY MUELLER COUNTY AUDITOR, CALHOUN COUNTY COUNTY COURTHOUSE ANNEX II - 202 S ANN ST, STE B PORT LAVACA, TEXAS 77979 (361) 553-4610 MEMORANDUM TO: JUDGE PFEIFER & SUSAN RILEY COUNTY JUDGE'S OFFICE FROM: AUDITORS OFFICE - PEGGY HALL RE: AGENDA ITI'E1M FOR DECEMBER 10, 2015 COMMISSIONERS' COURT MEETING AGENDAITEM 1 " ► Consider and take necessary action to award bids for Prescription Drugs for the Calhoun County Indigent Program for the period beginning January 1, 2016 and ending December 31, 2016. CALHOUN COUNTY, TEXAS -INVITATION TO BID FORM PRESCRIPTION DRUGS Calhoun County Indigent Program JANUARY 1, 2016 Thru DECEMBER 31, 2016 ► Do Not Fold Bid Form ► Please Type • Calhoun County Indigent Program I�g' NET COST to be computed in accordance with the Department of State Health Services, County Indigent Health Care Program Handbook, Payment Standard for Prescription Drugs. (Section Four, Page 10, from the DSHS Handbook attached — Handbook may be updated at various times during the year) Fill in appropriate blanks Net Cost: a oe - ri o Qg�pXIL totU� Generic--) AWP Minus 50/LESS Additional Discount 2� - / �/ rye, Minimum Amount gq Additional Discount Total Discount Percentage off ofAWP (Minimum is 50%) Dispensing Fee— PLUS_ C Z'O0 du�,se_ Fez + , g11 Qtdw\\ r\ 4,e:) Plus Dispensing Fee, If any ($3.00 maximum) Net Cost: a o/ Name Brand--) AWP Minus 15% LESS Additional Discount = '1� • 5 Minimum Amount , OQ Additional Discount Total Discount Percentage off of AWP (Minimum is 15%) — Dispensing FeePLUS gy Plus Dispensing Fee, if any ($3.00 maximum) CIO -t' \ i n all, %irro_ O�sPJlt �Dri r_rz rI� O W PAAC,-) l o e9-2-1 iAdcwl �u The undersigned arms that they are duly authorized to execute this bid form, that this company, corporation, firm, partnership, or individual has not prepared this bid in collusion with any other bidder, and that the contents of this bid as to prices, terms, or conditions ofsaid bid have not been communicated by the undersigned nor by any employee at- agent to any other person engaged in this type of business prior to the official opening of this bid. Date of Bid: 11 — —' Company: Authorized Signature & Title: Print Name & Title of 0jr 111i'1 Signature: �c-r� TelephoneNumber:2Lc) cl-3" 423 Fax Number: Email: barSencts • sandra.@heb.Com Contact Person: ,210 q38 4>413 Name &L 6 - • /^3 J c) q3 14 —3 ba rseAoZ, S4AdMJLC fled . Caft Contact Information: ///�i/� (�G �G.�V Telephone Number, Fax Number & Email List any exceptions to the given bid specifications OR outside billing company (processor/partner), if any, that process payments SPECIFICATIONS FOR PRESCRIPTIONS DRUGS FOR THE CALHOUN COUNTY INDIGENT PROGRAM 1. The County of Calhoun is requesting sealed bids for Prescription Drugs for the Calhoun County Indigent Program. The Indigent Program is administered by Calhoun County Memorial Medical Center. 2. The bid shall be in effect for a period of twelve (12) months, beginning January 1, 2016 and ending December 31, 2016. 3. The CIHCP Handbook will be followed unless noted in specifications. 4. The formula taken from Section Four, Page 10 of the CIHCP Handbook will be used for the Calhoun County Indigent Program less any additional discounts, if any given. (see attached copy of Section Four, Page 10 of the CIHCP Handbook) 5. All charges must be included in bid price (as allowed by the CIHCP Handbook or Calhoun County). 6. Pharmacy benefits will be limited to a maximum of three (3) prescriptions monthly not exceeding $30 per month. 7. Only generic drugs will be paid for by the County Indigent Program, unless generic drugs are not available. 8. No other charges may be added to the bid price when invoiced unless noted as an exception on the Invitation to Bid Form. Exceptions may disqualify your bid. 9. Calhoun County may audit the billing and invoicing at any time deemed necessary. All costs incurred for such audits will be at the cost of the bidder. 10. If bidder uses a billing company (processor/partner) to process payments for the billing, the name of the billing company that processes these payment must be listed on the Invitation To Bid Form. 11. "Average Wholesale Pricing" will be made available to Calhoun County. Each monthly billing will include, at minimum, the following: • Pharmacy Name & Address • Date • Patient Name & Address • Physician Name • New or Refill • Quantity • RX# • Drug Name (Only Generic unless generic is not available) • AWP AMOUNT • PRICE THAT IS CHARGED TO CALHOUN COUNTY (INCLUDE CALCULATION & FEE) Page 1 of 2 12. CALHOUN COUNTY will use the below formula taken from Section Four, Page 10 of the CIHCP Handbook less any additional discounts, if any are given. (CIHCP Handbook may be updated at various time during the year) MAXIMUM OF 3 PRESCRIPTIONS NOT EXCEEDING $30 per MONTH Prescription Drugs: This service includes up to three prescription drugs per month. New and refilled prescriptions count equally toward this three prescription drugs per month total. Drugs must be prescribed by a physician or other practitioner within the scope of practice under law. The quantity of each prescription depends on the prescribing practice of the Physician and the needs of the patient. Payment Standard: Use the following information and formula • Utilizing any pharmaceutical company's database that provides average wholesale pricing, look -up the drug's 11-digit NDC number and the quantity dispensed to determine the average wholesale price (AWP). • Net Cost is: Generic prescription drugs is AWP minus 50% Brand name prescription drugs is AWP minus 15% • The drug dispensing fee is $3.00 • The formula for computing the TDSHS Payable is: Net Cost + drug dispensing fee = TDSHS Payable Example: Prescription is written for 34 generic tablets AWP for 25 tablets is $100.00. 1. $100.00 divided by 25 = $4.00 per tablet 2. $4.00 per tablet x 34 tablets (prescribed quantity)_ $136.00 3.$136.00-$68.00(50%for generic)_$68.00 4.$68.00 + $3.00 (dispensing fee)= $71.00 TDSHS Payable • A payment amount may be negotiated with the provider for: Prescription compound drugs, Prescription drugs not found in any pharmaceutical database, or Prescription drugs that do not have an NDC number 13. No person has the authority to verbally alter these specifications. Any changes to Specifications will be made in writing (Addendum approved by Commissioners' Court) and sent to each person having a bid package. 14. All disputes or protests will be held in Calhoun County, Texas. Page 2 of 2 SECTION FOUR SERVICE DELIVERY Page 10 Basic Health Care Services (continued) This service includes up to three prescription drugs per montn. New and Prescription refilled prescriptions count equally toward this three prescription drugs per Drugs month total. Drugs must be prescribed by a physician or other practitioner within the scope of practice under law. The quantity of each prescription depends on the prescribing practice of the physician and the needs of the patient. Payment Standard. Use the following information and formula. • Utilizing any pharmaceutical company's database that provides average wholesale pricing, look -up the drug's 11-digit NDC number and the quantity dispensed to determine the average wholesale price (AWP). • Net Cost for: o Generic prescription drugs is AWP minus 50% o Brand name prescription drugs is AWP minus 15% • The drug dispensing fee is $3.00. • The formula for computing the TDSHS Payable is: Net Cost + drug dispensing fee = TDSHS Payable Example: Prescription is written for 34 generic tablets AWP for 25 tablets is $100.00. 1. $100.00 divided by 25 = $4.00 per tablet 2. $4.00 per tablet x 34 tablets (prescribed quantity) _ $136.00 3. $136.00 - $68.00 (50% for generic) _ $68.00 4. $68.00 + $3.00 (dispensing fee)_ $71.00 TDSHS Payable • A payment amount may be negotiated with the provider for: o Prescription compound drugs, o Prescription drugs not found in any pharmaceutical database , or o Prescription drugs that do not have an NDC number. RHC services must be provided in a freestanding or hospital -based rural Rural Health health clinic and provided by a physician, a physician assistant, an Clinic (RHC) advanced practice nurse (including a nurse practitioner, a clinical nurse Services specialist, and a certified nurse midwife), or a visiting nurse. Payment Standard: Use the Rate per Visit in the "Medicare -Approved Rural Health Clinic Rates" included in Appendix A. January 2012 AWARD BIDS FOR ASPHALTS, OILS AND EMULSIONS FOR THE PERIOD BEGINNING JANUARY 1, 2016 AND ENDING JUNE 30, 2016: Commissioner Lyssy made a motion to award all low bids for asphalts, oils and emulsions for the period beginning January 1, 2016 and ending June 30, 2016 with the exception of the bid for Primer Oil being awarded to Cleveland Asphalt. Each Asphalts, Oils and Emulsions were individually discussed and awarded as follows: • Primer Oil: All Precincts — Awarded to Cleveland Asphalt Products Inc. • AC-5: All Precincts — Awarded to Martin Asphalt Co. • RC250: All Precincts — Awarded to Cleveland Asphalt Products Inc. • CRS-2: All Precincts — Awarded to Cleveland Asphalt Products Inc. • CRS-2P: All Precincts — Awarded to Cleveland Asphalt Products Inc. Commissioner Fritsch seconded the motion. Commissioners Galvan, Lyssy, Fritsch, Finster and Judge Pfeifer all voted in favor. CINDY MUELLER COUNTY AUDITOR, CALHOUN COUNTY COUNTY COURTHOUSE ANNEX II - 202 S ANN ST PORT LAVACA, TEXAS 77979 (361)553-4610 FE MEMORANDUM TO: JUDGE PFEIFER & SUSAN RILEY COUNTY JUDGE'S OFFICE FROM: AUDITORS OFFICE — PEGGY HALL RE: AGENDA ITEM FOR DECEMBER 10, 2015 COMMISSIONERS' COURT MEETING ►Consider and take necessary action to award bids for Asphalts, Oils and Emulsions for the period beginning January 1, 2016 and ending June 30, 2016. Note: Primer Oil: P2 Emulsions did not put a bid amount per gallon. Only listed price when diluted with water at 7-1 rate. ** P2 Emulsions did not put a bid amount per gallon for CRS-2 & CRS-2P BUT under Exceptions, they said see attached. I have attached to this bid tabulation the information that was sent in with their bid. o 0 C) z z 0 w w w N N O 0 0 0 Z Z Z om mo3.m 0m0o cT 3==p 3oo'n 00 03m c = Ogg, o m m D mOQ m = y N 9 O c S L Ci rn S N "0 N ry 3 O C 3 oN °N' 7.' —m N <n mma Vt a'.. O �m 0 w ��o= o o n 6 c- O b C = O M O N 9 N N o .Q N N � 1yD O N � ' x �I m om m sl CM Oz z m 0 0 E zD Z C 0 U) � Cl) O D Z Eq q Z O N N N 0 0 0 rn rn rn m w w w 0 0 0 N N N O O O s Q a m 0 z z z N N N N �> N o o c� rii 0 0 0 Z Z Z 3'D o3D o�mC� CN 3 03. c Egg o (p Q N j Q .• m m 0 3 > = v m Qp d O F C cSR,d„3 O 0 J—O N = m N fD Sm = II o v o 3 n O a N C c o y o V n Oo ti3O�ry 'O O tD 0 p N 3 O x -0 n C m 0< N m m Z uJ z -'i m �0 0 C n Cl) Z z D Z Z C� N N N 0 0 0 rn rn rn w ca w 0 0 0 N N N O O O rn rn rn 0 0 0 z z z 0 0 N 71 N O 0 0 0 Z Z Z c m '3 T ao � a c3� 3 cF, o;@ n o c ff 3 N C = ID N o �O m m D m= Q m A o N S 3 O i oMm O F C cm?:o 3 ONb �1�JN ==a W ��a � i 3 N II N y o y O Jn A n (D N V O S(jN O (D UNQ � N 3 O x � C N m m 0m o< m o Z z o0 Ln 0'' m C z D () (n Z (n z D Z � Z Q N N N rn rn rn m 0) w w 0 0 0C:l rn m rn'I m 0 m m m m Z Z z A � A In 0 in N�> 0o N io o r r fr' O O O z z z o m .0 m 'o C. 'm 9 c 3� c= o o ul 3 3 a y c o o mmD �Djo'm o�s0 � .0 S' 3 3 ONtOI, �O�N u, ova RA'mn m V o m o N � S z 110 p m 3 91 Ut �+•oo m d o O Vt cowo m o o m O m o o a m N y y O N 0 O X m C r N m m m o< m m z z m O O O C D) z Cl) O x r z 0 z 0 to N tD O N O N W W 0 N 0 rn 3 s 9 -0 -o A m m n 0 Z z Z A A A N �> ou N � O D D D r r r O O O z z z om 03m o��o c 3 �., � oo. p c 3 I003N 0-- G) m3�0 o3 sc� s p = m c : 3 c 3 oo�w -nOym (D N N �mO 0 O ma V 0 0 0 3 moo c- o 'm o�� < S N N O N N 0 O X m m r N X m o< CM 9: z z -O-I v) m 00 0' C z n cn O � m r z Cl) z 0 m m N N O N 0 o ea o O) W x O O 0 o z O o N N N 0 o y o rn w 0) aE O N 0 m m f 9 R x y 6 53 n_1 MODER P2 EMULSIONS 516 S MCLENNAN LOOP ELM MOTT TX 76640 gain I -rpm PRIMER OIL - _ pM Ri1F9nBS. JANUARY 1, 2016 pM6T6; JUNE 30, 2016 Ty DYOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAAEL JPF I3RD FLOOR,, k ILL G' �, PORT LA OAUNT COUR OUSE, BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALEDBIDI� PRIMER 011 BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM. THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID 15 RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS INCURREDIN BYEANY PROPOSER/BIDDER. R IN THE COURSE OF RERESPONSIBILITY FOR ANY COSTS RESPONDING TO THESE S ECCIFICATIONS. —e--.--a—_—_o—ee—e—e_.-----.a SPECIFICATIONS, ----®___— PRIMEROIL MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPAiETMEIyT' DESTINATlORf DELli/EBdy PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price Includes Frelght GALLON PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price Includes Freight GALLON PRECINCT 4S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON The undersigned affirms that they are duly authorized to execute this contract, that this company, eorparation, fine, partnership or Individual has not prepared this bid he collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been eammunfcated by the undersigned nor by any employee ar agent to any other person engaged in this type of business prior to the official opening of this bid. AOTNOIiM&IOIIATUHE> iiSLE� Gs�t `� r� el...1 MINA DATEOFID iEil�f&EEI�i%, / � %% f' //�rd'>n� ✓ zery� `� 7 �� -�--�� AS�_rc -s'A' E9.EbiSEHSI MYEXCIP RSTO&P&�AT N&: Cr,a AFr%r6� CQ�Icc�v1 fv�rU ��P - flu �el1�d i'YI Cov1 c¢.�fr�/td �`orwl �vacE' �tlu��C t4IM pVa%r a� 7-lam = .37 cenh 5 par ya(1on- /l�ivtl`rnuol 7Tnkk,r l l,Ve 5-DOO��//aris. -Dl&mu F`r6f 2hours . CALHOUN COUNTY, TEXAS BID SHEET- 1ASPHALTS. OILS AND EMULSIONS INVITATION TO BIDDER CLEVELAND ASPHALT PRODUCTS INC C MOORE, SALES MANAGER PO BOX 1449 SHEPHERD TX 77371 BID ITEM 1PRIMER OIL AE—PRIME JANUARY 1, 2016 JUKE 30, 2016 PERIOD FROM: PERIOD i0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL ]PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANNST, 3RDFLOOR, ROOM301, PORTLAVACA 7X77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED B/D -PRIMER 02 _AE-Prime ___ _I BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2013 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSERIBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. --------------- -------- ---------_ SPECIFICATIONS: PRIMER OIL MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. 7EPARTMENT• DES TINAT/ON DEL/VERY hw Ob%AW PRECINCT 7 FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight GALLON $1 99 PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON $1.90 96a6't PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price Includes Freight GALLON $1.90 #d6i6 $1.90 PRECINCT 4S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON $1.90 ^ ^ *** All prices are based on 5000 gallons minimum dleivery. Please call for smaller, quantity The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, price partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type b5siness prior tothe official opening of this bid. DEMURRAGE CHARGE:$80.00 AUMONFZED SIGNATURE end TITLE PRINTNAME CLAYTON MOORE, SALES REP PLEASE LIST ANY EXCEPTIONS i0 SPECIFICATIONS: Sales DATE OF OKI 12/3/ 15 ier hr after 2 free hrs M PHONE andEMIUL• 800-334-0177: ccmcmapco@msn.com CALHOUN fiOUNTY, TEXAS BID SHEET- 1ASPHALTS, OILS AND EMULSIONS INVITATION TO BIDDER WESTERN EMULSIONS INC RANDY WOODS, TECHNICAL MKTG REP 304 LOMETA DR PLAINVIEW TX79072 BID ITEM PRIMER OIL JANUARY 1, 2016 JUNE 30, 2016 PERIOD MOM: PEDIOD i0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFER, COUNTYJUDGE, CALHOUNCOUNTYCOURTHOUSE, 211 SANNST, 3RDFLOOR, ROOM301, PORTLAVACA TX77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID P /MER O/L BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: PRIMER OIL MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT., DESTINATION DELIVERY //IY/I I/A%IHiCE PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price Includes Freight GALLON PRECINCT 4-5 SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged In this type of business prior to the official opening of this bid. AUTDOWD SIGNATURE and TITLE PRINT NAME DATE OF BID: PLEASE LIST AN CEPTIONSTO$PECIFlCATION: �UONEandEMAI �.lo-�i`o�'c`336L' w Ww�S�weS�ernem��5,a�`- (� _ �<o n,\ hxgc\%A , n ,00 V� . LkE � @ oaer '2I- \D o-I u 'D C -0 _ 'U -0 A A i3 A A A A '� A A 0 A A 4'] n n ^ 0 3 0 n 0 n 3 n 0 3 -i -i A -1 4 Cf) U) V e 0) e 0) v b> V e M J �I o O W z O w p o N p O co o W ----ii x x �I Dr > O O O O O O O O O O z z Z z z z Z z z z S.S'e' 0 > S. S'e' O¢D N Se o o o v d <a o v d <a o v d <a o v d <a o m d M. o t0 N 2. O � !� ? loo L) � fD ? c�'n � m � 8 O =1 54 �2 2 O w d O Ey M d O Ey N d O � d d O y� uN d OJ n d p = O) n d O x W n d 0 x W n d p x OJ n d 0 cxrl N y H S W¢ n 3 ¢ 3 n 3 ¢ 3 o C �N O 3 � d 0 C �0 o o3i 0 C o—� 3 o—m 3 0—� 3 0=� 3 0—� 3 O ��N O O ��a O ��N O d a o a d 9 o a d a o a d a o a d a o a do 5R0 o two mu�io Nn�i o N a O � �0 O N a O N a 0 N a O 'd bl N d N c .v�i 3. 0f0^ 3 0N3. c �3. 3. J > > > N�C NOC HOC y0D d0C q 3 a 3 a 3 3 � 3 @ m m i m f0 l0 l0 to l0 d m m m m o ^e e e re Q M x e x e x e x a x e oQ m �O K m �(� K v -00 3 v 'a0 K v' Ar > B Ar y B Ar > 6 Ar y e Ar y Om A e Om A e Om A v Om A e Om vm 59 om �+ 19 om Eg 00 5"0 om 9I �z �z c 0z C �Z � �z � OD -0 'D 00 - �0 m -0 'o zD = zD = zD = zD = zD = O0 D ow D Oto D oU) D O m D 2 2 _� 2Ei 2 r O -i r ri -O O rI O r O -1 --i rWn rrn m m 1Wirn N N N N O'a N N M N N 09 N N a'a 0 o v9 0 o ea o o va o o ea o 0 9v rn rn T rn rn M 0) T rn rn M 0) rn rn rn rn rn 5"e rn rn Rr' rn rn i 0) 0)z e e e e v 0 o s o o x o o x o o x o o x N N M N N N N G9 N N N N va 0 o y o o y o o a o o y o o y M 0) m rn rn rn 0) rn rn rn 0) CALHOUN COUNTY, TEXAS BID SHEET- 1ASPHALTS. OILS AND EMULSIONS INVITATION TO BIDDER MARTIN ASPHALT CO JACK NIMMO 3 RIVERWAY, STE 1250 HOUSTON TX 77056 BID ITEM AC-5 JANUARY 1, 2016 JUNE 30, 2016 PERIOD FROM: PERI00 i0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL]PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANNST, SRDFLOOR, ROOM301, PORT LAVACA TX77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALEDBID4AC- ' BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY. DECEMBER .T, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: AC-5 MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT. DESTINATION DELIVERY w ( JAW PRECINCT t FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight GALLON I.-Te PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON 1," V PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight GALLON :'76' PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON I,iFS The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. AUTHORIZED SIGNATURE PRINT NAME U DATE OF RR It l yr &2 i 5 :�ALIC. 1�a�LI.iLt i, PLEASE LIST ANY EXCEPTIONS TO SPECDICADONS: TEIfPHONE end EMAIL �i 3s 33`;t Ca'/!Y Ta/i �t x� tiJ�h�1�i.�n.• Eu/- *- er hail".✓' OYI .v'�iNVJA Gtbtl .� CALHOUN COUNTY, TEXAS Big SHEET- 1ASPUALTS, OILS AND EMULSIONS 71 INVITATION TO BIDDER CLEVELAND ASPHALT PRODUCTS INC C MOORE, SALES MANAGER PO BOX 1449 SHEPHERD TX 77371 BID ITEM AC-5 JANUARY 1, 2016 JUNE 30, 2016 PERIOD FROM: PENOD T0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE , 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BIDS A� _—_ _._._.._._..j BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSERIBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----- SPECIFICATIONS: --------------------------------------_-- AC-5 MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT• DESTINATION DELIVERY UT%% laffAw PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight GALLON $2.60 1'•E' PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON $2.60 PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight GALLON $2•60 3Ei1# PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON $2.60 PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON $2.60 * * **x All prices are based on 5000 gallons minimum delivery. Please call for smaller quantity The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, prices partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type business prioro the official opening of this bid, R ph DEMURRAGE CHARG: $80.00 per AUMORM SIGNATURE and TITLE PRINTNAME Clayton Moore , Sales Rep PLEASE LIST ANY EXCEPTIONS TO SPECMCATIONS: TELEPHONE and Sales Rep. after 2 free hrs DATE Of Oft 12/3/15 800-334-0177: ccmcapco@msn.com D �r m 1 v m Z C r D Z U O v a czi (n -o x O D O q N N 0 0 rn rn rn rn 0 0 N N 0 0 rn rn �1 N N D D O O Z Z o 0 g > O via p mow O 00I O O N m 3 m O ¢ I N N N O (D N 3 y 3. o 3 3 a Q m m R i x x O n m x N N 0 0 rn rn 0 rn w w 0 0 N N 0 0 tiZ B 8 EB B N N 0 0 rn rn 0 0'' O O rn rn I CAL,HOUN COUNTY, TEXAS BID SHEET- IASPHALTS. OILS AND EMULSIONS BIDDER CLEVELAND ASPHALT PRODUCTS INC C MOORE, SALES MANAGER PO BOX 1449 SHEPHERD TX 77371 BID ITEM RC250 JANUARY 1, 2016 JUNE 30, 2016 PERI00 FROM: PERIOD T0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAELJPFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE , 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77P7P —_._.--------'-------- BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID RC2.J $0 — BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10:00AM THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COURT MEETING ON: THURSDAY, DECEMBER 10 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. _---_------------------------------------------ SPECIFICATIONS., RC250 MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT.• DESTINATION DELIVERY SIT 7 Ml ffAw PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price Includes Freight GALLON $2.75 iP'PiC PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON $2.75 PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight GALLON $2.75 PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON $2•75 PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON $2.75 'tF** ** All prices are based on 5000 gallons minimum delivery. Please call for smaller quantity The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, prices partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. *** Demurrage charge • $80.00 per /'z, / hr after 2 free Ars RUNT NAME Clayton Moore , Sales Rep DATE OF OR 12/3/15 PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS: TELEPHONE and EMAIL 800-334-0177 ccmcauco(crosn com CALHOUN COUNTY, TEXAS BID SHEET- 1ASPHALTS, OILS AND EMULSIONS INVITATION TO BID BIDDER MARTIN ASPHALT CO JACK NIMMO 3 RIVERWAY, STE 1260 HOUSTON TX 77066 BID ITEM RC250 JANUARY 1, 2016 JUNE 30, 2016 PERIOD FROM: PERIOD TO: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPFE>FER, COUNTYJUDGE, CALHOUNCOUNTYCOURTHOUSE , 211 SANN ST, 3RD FLOOR, ROOM301, PORT LAVACA TX 77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID i R? _ BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER -T 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: RC250 MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump R Hoses are to be furnished by vendor at no extra charge. DEL/VERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price Includes Freight PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight //6%% /177IAW GALLON 2+fr GALLON 5.44 b GALLON+ GALLON GALLON • `� The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. r i S AUTHORM SIGNATURE and TIRE A N PRINT NAME J DATE OF OR 19 PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS:TELEPHONE end EMAIL �i7 3 s� •-rj r ��r°.�1,6W v -D -o 0 0 C) co (j) co O m N D D D O O O Z Z Z D 0 0 amv N G) AAA > > O9 0 N 00 O N 3 3 » O o. xa u m 3 - m " 3 � 3 c3 N s C � � m � C) C) 0 0 0 0 W W W 0 m N D D D O O O z z z O O N -- O G) G) 0 0 0 o pdm 3 � OOQ 2 N N 3 c s "BM S 0? N =3 C � i i iC e x : x e m D x0 om c z m z co oZ m a �' o C r p� (A i = p O D Z O ri co m D A� 1 C G z m z � Oi Z m v �0 C n (1) Cp [i = p O D Z O Ei co B m D [� m I o< Z m z � �Z m O 0 C D ZO co p n D Z O Eii Z 0 m m m 9 n n n y z z z -1 y N N N ffl EA fA O W N C > O O O z Z Z cn u s y_ 0 m - 00 m m o00 N Z 0 0 O N y D OOQ N q O C C 3 w a 3 3 W -o m � 0 m 3 m'Z m N � p1 0 2. =3 N � C N N D v A m o< Z m z 0) �Z (no m m C > n> p O D Z O -r O 9 m) 0 c c 01 01 c m D XF R mA oC R Z z > �z m m -c C D nU ZO r Z p O Z "e I 8 r' s CAIHOUN COUNTY, TEXAS BID SHEET- 1ASPHALTS. OILS AND EMULSIONS INVITATION TO BID BIDDER CLEVELAND ASPHALT PRODUCTS INC C MOORE, SALES MANAGER PO BOX 1449 SHEPHERD TX 77371 BID ITEM CRS-2 I JANUARY 1, 2016 DUNE 30, 2016 PERIOD FROM: PENODTO: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAELI PFEIFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED B/D CRS2 BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: CRS•2 MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT., DESTINATION DELIVERY /hT%f / 7AW PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight GALLON $1.62 PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON $1.62 PRECINCT 4•P PORT O'CONNOR AREA FOB DESTINATION; Bid Price Includes Freight GALLON $1.62 PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON 1.62 PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON $1.62 "•"•'^"^ x All �rices are based odn 5000 gallons minimu ,delivery. Pl se call for smpllef Ruantity The underrigne affirms that they are u/y authorized to execute is contract, that th�s company, corpora Ion, Ir prices partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of bu"ess prior to the official opening of this bid. *** DEMURRAGE CHARGE: $80. 00 per and PHINTNAME Clayton Moore,`Sales Rep PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS: TELEPHONE at Sales Rep. hr after 2 free hrs. DATE OF BID: 12/3 800-334-0177: CALHOUN`COUNTY, TEXAS BID SHEET- 1ASPHALTS. OILS AND EMULSIONS INVITATION TO BIDDER MARTIN ASPHALT CO JACK NIMMO 3 RIVERWAY, STE 1250 HOUSTON TX 77056 BID ITEM CRS-2 PERIOD FROM: JANUARY 1, 2016 PEMOOTO: DUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL JPF£IFER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE , 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID; CRS2 BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10:00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: CRS-2 MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT: DESTINATION DELIVERY Mff t7/A4iAw PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price Includes Freight GALLON i.6 PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight GALLON 1 - b PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON I, f,,e PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON it. b!i The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. AUTHORIZED SIGNATURE and TITLE ' � i PRINT NAME OATS OF OIO 11 riS / o+� A,14 ljfm, a PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS: TELEPHONE and EMAIL -11 •ES L- iFily !tliSrN r� iy aP4 � :uw1L �v� 'k- e ictt tAlkw, A4;"W,'*ww"k Gl�di� CALHOON COUNTY, TEXAS BID SHEET- 1ASPUALTS. OILS AND EMULSIONS INVITATION TO BID BIDDER WESTERN EMULSIONS INC RANDY WOODS, TECHNICAL MKTG REP 304 LOMETA DR PLAINVIEW TX 79072 BID ITEM CRS-2 PERIOD FROR JANUARY 1, 2016 PERIODTO: DUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL J PFEIFER, COUNTYJUDGE, CALHOUNCOUNTYCOURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED B1D4:CBS--2 BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10:00AM, THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: CRS-2 MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEST/NAT/ON DEL/VERY PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price Includes Freight PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight UA7l L %%'W GALLON GALLON l� GALLON GALLON GALLON l • tp7��� J� The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. AUTHORIZED SIGNATURE and PLEASE LIST DATE OF BID: �\ - TO SPECIFICATIONS- TREPRONEandEMAd Io-�J1 `33b`1 earl w« S�tae3ietnem��S�on •Cam ! rrn.:�,�.,,,.� � �-7•00 �ea.v.iro�'F 0.'S�pE �-�ov.CS -v T -o 0 0 0 vt 0 ut o i � D 0 0 y - <a d m m 0 0 in? WO, N J J N O 7 J 9 y N N c c 3 a 3 3 �m o O 3 O ut m EL N o NN O O ti 0 El a >•9 y N n N 3 m m S m � N �3 O C � (D m D m z vM Z Z m v U o C D n� Z 0 (D Z 0 0) is w w 0 0 0 o C) rn rn rn c1 i Q Ca 9 -o 0 0 0 14 aJ I x M W D m m z oM Z m �o O C D n� U) ri _ 2 0 0 D Z 0 ri Cn Z ' 0 9 09 O O � � rn rn rn m � m o o 0 0 osa a � rn rn rn m m m 0 0 0 C) 0 0 W W W * 9: �� m 0m rn Z Z Z ( No m C u D nZn U � � p 0 D Z 0 Cn Zii m m 0 n N N m D Am M A 0m Z Z --IZ m v coo C D 0 CDA U M p 0 D Z 0 Ei Cn Z 0 m x O O O O 0 O O m rn rn rn rn rn z y o N o m m o N 0 rn o N o rn 4 z O y o N 0 rn 0 N o rn o N O rn ME z L9 y m m m 0 0 0 —�i-)i CA w 0 0 O 0 Z Z Z 0 o m - 0 a Q m 9. m m v? 0 0 pOd 2 2 0 0- J � 9 N 3 c p J t» o a c o � N NNO 3 Nam= Jv � y N n VI m N 3 S �p O 3 N c3 O � C 3 4 8 3 0 O B m D D 0 Am Cv o mo Sel Z m Z �Z c D Di cZ> Z 0 D Z 0 W Z ' 0 ee N N N PxJ 0 0 o a rn rn rn � m NO 0 0 0 o o a rn rn rn � CALHOUN COUNTY, TEXAS BID SHEET- IASPHAITS, OILS AND EMULSIONS INVITATION TO BIDDER CLEVELAND ASPHALT PRODUCTS INC C MOORE, SALES MANAGER PO BOX 1449 SHEPHERD TX 77371 BID ITEM CRS-2P PERIOD FROM: JANUARY 1, 2016 PENODIO: JUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAEL]PFEIFER, COUNTYIUDGE, CALHOUNCOUNTYCOURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEA1EDB1Dy CRS2P BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10:00AM, THURSDAY, DECEMBER 1,, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----- SPECIFICATIONS: -------------------------------_--------- CRS-2P MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT• DESTINATION DEL/VERY //M% OII%IPA�i`E PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price Includes Freight GALLON $1.90 ae ` PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON $1 .90 PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight GALLON $1 .90 #"^ PRECINCT 4•S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON $1 .90 dHEir PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight GALLON $1 .90 ^#* *** ALL PRICES ARE BASED ON 5000 GALLONS MINIMUM DLEIVERY. PLEASE CALL FOR SMALLER QUANTITY The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, PRICES partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior tt the official opening of this bid. ' * Demurrage Charge: $80.00 per hr after 2 free hrs. AUTHORIZED SIGNATURE and BILE PRINT NAME Clayton Moore, Sales Rep BATEBFBIB: PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIONS: MEIIHONEand EMAIL 800-334-0177• rcmcanrofdmGn rom CALHOUN COUNTY, TEXAS BID SHEET- 1ASPHALTS. OILS AND EMULSIONS INVITATION TO Big BIDDER MARTIN ASPHALT CO JACK NIMMO 3 RIVERWAY, STE 1250 HOUSTON TX 77056 BID ITEM CRS-2P JANUARY 1, 2016 JUNE 30, 2016 PERIOD FROM: PERIOD iD: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAELI PFEIFER, COUNTYJUDGE, CALHOUN COUNTYCOURTHOILSE, 211 SANNST, 3RDFLOOR, ROOM301, PORTLAVACATX77979 BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID; CRS-2F_,____ BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10:00AM, THURSDAY, DECEMBER -T, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 1Q 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ----------------------------------------------- SPECIFICATIONS: CRS-2P MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT• DEST/NAT/ON DEL/VERY Mw O/i%fAw PRECINCT 1 FAIRGROUNDS AREA FOB DESTINATION; Bid Price includes Freight GALLON iv 98 PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON 1,95 IS, PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight GALLON ( Y PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 2 SIX MILE AREA FOR DESTINATION; Bid Price includes Freight GALLON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this ty a of business prior to the official opening of this bid. AUTHORIZED SIGNATURE and TITLE PLANT NAME BATE Of OR ' I'2 I2 m A�I� %�t✓�ra+1s� TELEPHONE andEMAIL: -743-9g2,—E y9 Nou.s.;ralLlr��.✓.*T�✓c'u�. PLEASE LIST ANY EXCEPTIONS TO SPECIFICATIBNS: CALHOUN-COUNTY, TEXAS BID SHEET- 1ASPHALTS. OILS AND EMULSIONS INVITATION TO BID BIDDER WESTERN EMULSIONS INC RANDY WOODS, TECHNICAL MKTG REP 304 LOMETA DR PLAINVIEW TX 79072 BID ITEM CRS-2P JANUARY 1, 2016 JUNE 30, 2016 PENDO FROM: PEAIDO i0: YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAELIPFEIFER, COUNTYJUDGE, CALHOUNCOUNTYCOURTHOUSE, 211 SANN ST, 3RD FLOOR, ROOM 301, PORT LAVACA TX 77P7P BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SEALED BID .CRS-j BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10.00AM THURSDAY, DECEMBER 3, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IN EMPLOYMENT OR THE PROVISION OF SERVICES. CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED BY ANY PROPOSER/BIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ---------------------------------_--_---------- SPECIFICATIONS: CRS-2P MUST MEET ALL TXDOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. DEPARTMENT: DESTINAT/ON DEL/VERY M % I/A%%H%BE GALLON it PRECINCT 1 FAIRGROUNDS AREA FOR DESTINATION; Bid Price includes Freight PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight GALLON �r I PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight GALLON GALLON PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON IJ PRECINCT 2 SIX MILE AREA FOB DESTINATION; Bid Price includes Freight The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. AURIORQEO SISNATORE and IIU- PRINT NAME OATS DF BRk (� < PHUNE31111 EMAIL 7J.a 336`� C'e, 4 w , 2wes�e ne �t�\s o�S' C-0 PLEASEIISTANYEKCEPiIDNS.iQSPECO1GAilUNS: _ , , 1 1. m.. Emulsions � i� � returned the} attached tta/w} information ,: CRS�2 regarding � .��d� (\� �� � and : x .� , � � ,.. > <� : CRSm2P. rr t i pp 1 I Iull m � n� 2., F 35 1 �i § ?t 111 F3a S3 Y OMER P2 EMULSIONS S96 S MCLENNAN LOOP ELM MOTT TX 76640 BID ITEM CRS-2 PEBt�BIIi9i� JANUARY 1, 2016 G]r.� iB; JUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: MICHAELI pFE1FER, COUNTYJUDGE, CALHOUN COUNTY COURTHOUSE 211 SANK ST, 3RD FLOOR, ROOM301, PORT LAVACA TX77979 BIDS SHOULD BE SUBMITTED 3N A SEALED ENVELOPE PLAINLY MARKED: SEALED BID?&fZT_ SIDS ARE DUE AND W ILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: 10-'00AM, THURSDAY DECEMBER 9, 2015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2015 EPTS THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID IS FINANCIAL RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT DEEMED MOST ADVANTAGEOUS OUS O CACHOU COUNTY AES HE NDOTO BE 7NE SOLEWAIVE I UDGE IIJ DEEOXEJ N)ECT ANY OG WHICHP. ALL IBIDS WILL BE MOSTDS, To ACCEPT RID ADVANTAGEOUS TO THE COUDITY- THE COUNTY OF CALHOUN, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX, RELIGION, AGE OR HANDICAPPED STATUS IIN NURED OR THE ROPOSER/BIDION DER IN THE COURSE OF RE PONDING TO THE E SPEUN COUNTY ACCEPTS OCIFTIESICATIONS. FINANCIAL RESPONSIBILITY FOR ANY COSTS SPECIFICATIONS: CRS-2 MUST MEET ALL TXOOT SPECIFICATIONS; Product must be delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no extra charge. 17EPARTn9ENt DES17MATldN DELIVERY f PM PRECINCT It FAIRGROUNDS AREA FOB DESTINATION; Bid Price Includes Freight GALLON PRECINCTS OLIVIA AREA FOB DESTINATION; Bid Price Includes Freight GALLON PRECINCT 4•P PORT O'CONNOR AREA FOB OESTINATION; Bid Price Includes Freight GALLON PRECINCT 43 SEADRIFT AREA FOB DESTINATION; Bid Price includes Freight GALLON PRECINCT 2 SINMILE AREA FOB DESTINATION; Bid Price includes Freight GALLON The undersigned affirms that they are duly alltharized to execute this contract, that this company, corporation, firsrl, partnership or individual has not prepared this bid in collusion with any other or Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to alT other person engaged in this type of business prior to�the official opening of this bid. Al1EE€IIREZ633fl fTll#iE&i63iiTiE i I it i��a' 2/Vwz Z,4- t�ztyrl d @ it�P �j �FPJOs7 /� BRIE ffM % IsmsElfol Lw E1Swmms IB smiRcRTialls. i s rit tow E 3 �! _, 7 7 a y a�tg s� -wells yiJ�c% e�Ti I. ;�t`Bt Ft I+\ �i�)� I1 r•,'•ei )Til} �.: �°�i _i�d t tl{� _ BEER P2 EMULSIONS 516 S MCLENNAN LOOP ELM MOTT TX 76640 rem ITFBn CRS-2P _ _ _ _ _ �RIRB F1104S• JANUARY 1, 2016 F0i4 I& JUNE 30, 2016 YOU ARE INVITED TO SUBMIT A BID ON THE ABOVE ITEM TO: COUR 211 ANNST,i3RD FLOOR, OOM30 PORT LAVACA TX 7"79 OUSE, BIDS SHOULD BE SUBMITTED IN A SEALED ENVELOPE PLAINLY MARKED: SFAL6D ulD; CB 2P BIDS ARE DUE AND WILL BE PUBLICLY OPENED IN THE COUNTY JUDGE'S OFFICE AT: IO;OOAM, IHURSDAY DECfMBER .T, 1015 BIDS WILL BE CONSIDERED FOR AWARD AT THE COMMISSIONERS' COURT MEETING ON: THURSDAY, DECEMBER 10, 2013 THE CLOCK IN THE COUNTY JUDGE'S OFFICE IS THE OFFICIAL CLOCK THAT WILL BE USED IN DETERMINING THE TIME THAT A BID 15 RECEIVED AND THE TIME THAT BIDS WILL BE OPENED. BIDS RECEIVED AFTER THE OPENING TIME WILL BE RETURNED UNOPENED TO BIDDER. THE COMMISSIONERS' COURT RESERVES THE RIGHT TO WAIVE TECHNICALITIES, REJECT ANY OR ALL BIDS, TO ACCEPT THE BID DEEMED MOST ADVANTAGEOUS TO CALHOUN COUNTY AND TO BE THE SOLE JUDGE IN DETERMINING WHICH BIDS WILL BE MOST ADVANTAGEOUS TO THE COUNTY. THE COUNTY OF CALHOUF RACE, COI .N, TEXAS IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. THE COUNTY DOES NOT DISCRIM114ATE ON THE BASIS PED INEMP EMPLOYMENT OR THE PROMSERVICES. • ONAL IN, SEX, RELIGION, AGE LIP S ON OF CALHOUN COUNTY ACCEPTS NO FINANCIAL RESPONSIBILITY FO P R ANYCOS SATVS INCURRED BY ANY PROPOSERIBIDDER IN THE COURSE OF RESPONDING TO THESE SPECIFICATIONS. ------------------------------- SPECIFICATIONS; CRS-2P MUST MEET ALL TXDOT SPECIFICATIONS; Product must he delivered at the required temperature. SEE SPECIFICATIONS FOR ASPHALTS, OILS AND EMULSIONS Pump & Hoses are to be furnished by vendor at no e:dm charge. DEPARTMENY DES TdNAT/ON VELIVERV PRECINCT 1 FAIRGROUNDS AREA FOB DESTUdATIONI Bid Price Includes Freight PRECINCT 3 OLIVIA AREA FOB DESTINATION; Bid Price includes Freight PRECINCT 4-P PORT O'CONNOR AREA FOB DESTINATION; Bid Price includes Freight PRECINCT 4-S SEADRIFT AREA FOB DESTINATION; Bid Price Includes Freight PRECINCT 2 SIX MILE AREA Pon DESTINATION; Bid Price includes Freight GALLON GALLON GALLON GALLON GALLON The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, parmership or individual has not prepared this bid in collusion with any other ar Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged In this type of husiness prior to the offieial opening of this bid. 516 S. McLennan Loop Elm Mott, Texas 76640 Rhone (254) 829-0330 Fax (254) 829-0337 Salesman: Es oduct Price Sh9ee ��®>� - --- - 9®_.._ yrit , Effective _-... _. �...,. P2 Prime "Lucky 7-�RTU"...$1.20/Gallen....... $1.451Gailon.......... $ .4®GaIIo . n Premixed, ready to use P2 "Tack 41- RTU.............. $1.65 Gallon... ... $1.90 Gallon .... ,......$1.85 Gallon Premixed, ready to use P2 "Prinne 11 ConcentPate"..$1.99/Galion ...... $2.24/Gallon.......... $2.19/Gallon Mixes with G pans water to make a prime, 4 parts water to make a tack P2 Stabilizer ... ....... -- ... ...$2.44/Gallon......... $2.69/Gallon.......... $2.GA/Gallon Asphalt Base Stabilizer P2 Rejuv6nattor ................$2.47/Gallon.....,...$2.72/Gallon..........$2.67/Gallon Asphalt Rejuvenator CWE-2.......... ...................... $2.74,/Gallon...... ...$2.99/Galloaa..........$2.94/Gal Ion All Weather Chip Seal Emulsion CWP (Cold Weather Patch)..$2.74/Gallon....... $2.99/Gallon.......... $2.94/Gallon Year Round Pot Hole latch Emulsion R.G.0........ ..................... $2.57/Gallon,........ $2.82/Gallon.......... $2.77/Gallon "Road Over Coat" for Chip Seal Roads *All P2 products are Proprietary/Sole Source products formulated without VOC's, and to fulfill TxDOT 300.2_ particle charge procedure T59. Note: Positive/Cationic material. DO NOT CONTAMINATE WITH DIESEL. Demurrage (trucking charge): First 2 hours free, $80.00 per hour there after. Pump Charge (trucking charge): $80.00 if needed. Minimum Tanker Delivery: 5,000 Gallons. Smaller Quantities Available, Subject to Freight Differential. CONTAINERS AVAILABLE FOR CUSTOMER CONVENIENCE when doing smallerjobs than a tanker amount: "Tote" Containers (275 gallons size each) cost $129.00 per container, "Drum" Containers (55 gallons size each) cost $26.00 per drum. Containers are re -usable and can be rinsed out, brought bail:, and be re -filled at customer discretion. Containers priced separate and sold only with orders for material. *NOTE: In the event of national crisis or war, affecting extreme changes in petroleum pricing, P2 reserves the right to change quoted or bid prices with 30 days proper written notice. COMMISSIONERS' COURT, DECEMBER 10, 2015 11. Award bids for Asphalts, Oils and Emulsions for the period beginning January 1, 2016 and ending June 30, 2016. Each Asphalts, Oils and Emulsions were individually discussed and awarded as follows: Primer Oil: All Precincts —Awarded to Cleveland Asphalt Products Inc. • AC-5: All Precincts — Awarded to Martin Asphalt Co. • RC250: All Precincts —Awarded to Cleveland Asphalt Products Inc. • CRS-2: All Precincts — Awarded to Cleveland Asphalt Products Inc. • CRS-2P: All Precincts —Awarded to Cleveland Asphalt Products Inc. AWARD BIDS FOR INSECTICIDES FOR MOSQUITO CONTROL FOR THE PERIOD BEGINNING 7ANUARY 1, 2016 AND ENDING DECEMBER 31, 2016: Commissioner Lyssy made a motion to award the following bids for Insecticides for mosquito control for the period beginning January 1, 2016 and ending December 31, 2016. Each Insecticide for Mosquito Control was individually discussed and awarded as follows: • Mineral Oil: 50 Gallon Drum — All Precincts — Awarded to Univar USA 55 Gallon Drum — All Precincts — Awarded to Adapco Inc. 275 Gallon Tote — All Precincts — Awarded to Adapco Inc. • Malathion: 55 Gallon Drum — All Precincts — Awarded to Adapco Inc. 260 Gallon Tote — All Precincts — Awarded to Adapco Inc. • 30-30 ULV: 5 Gallon Pail — All Precincts — Awarded to Target Specialty Products 30 Gallon Drum — All Precincts — Awarded to Adapco Inc. 55 Gallon Drum — All Precincts — Awarded to Target Specialty Products 275 Gallon Tote — All Precincts — Awarded to Target Specialty Products • 31-66 ULV: 4x1 Gallon Case — All Precincts — Awarded to Adapco Inc. 30 Gallon Drum — All Precincts — Awarded to Target Specialty Products • 20-20: 2.5 Gallons — All Precincts — Awarded to Target Specialty Products • 4-4 ULV: 2x2.5 Gallon Case — All Precincts — Awarded to Clarke Mosquito Control Products Inc. 30 Gallon Drum — All Precincts — Awarded to Clarke Mosquito Control Products Inc. 55 Gallon Drum — All Precincts — Awarded to Univar USA 275 Gallon Tote — All Precincts — Awarded to Target Specialty Products • 4-8: 5 Gallon Pail — All Precincts — Awarded to Adapco Inc. 30 Gallon Tote — All Precincts — Awarded to Adapco Inc. • Deltagard or Equivalent: 2x2.5 Gallon Case — All Precincts — Awarded to Adapco Inc. • ULV Mosquito Master 412 or Equivalent: 55 Gallon Drum — All Precincts — Awarded to Clarke Mosquito Control Products Inc. • Provect 5G XRG Granules or Equivalent: 40 LB Bag — No Award • 1.5 ULV: 2.5 Gallon Jug — All Precincts — Awarded to Adapco Inc. 30 Gallon Drum — All Precincts — Awarded to Clarke Mosquito Control Products Inc. 55 Gallon Drum — All Precincts — Awarded to Adapco Inc. • Altosid 30 Day Briquets or Equivalent: 400 Per Case — All Precincts — Awarded to Univar USA • Altosid XR Extended Residual Briquets or Equivalent: 220 Per Case — All Precincts — Awarded to Univar USA • Altosid SR-20 Liquid Larvicide Concentrate or Equivalent: 2x2.5 Gallon — No Award • Altosid A.L.L. SR-5 Liquid Larvicide Mosquito Growth Regulator or Equivalent: 4x1 Gallon — No Award • Altosid Pellets Mosquito Growth Regulator or Equivalent: 2x22 LB Case — No Award • Altosid Pellets WSP Mosquito Growth Regulator or Equivalent: 800 Pouches — No Award • Altosid XR-G or Equivalent: 40 LB Bag — No Award • Altosid SBG Single Blood Granule or Equivalent: 40 LB Bag — No Award • Fourstar Sustained Release 45/90/180 Day Microbial Briquets or Equivalent: 45 Day 200 Case — All Precincts — Awarded to Adapco Inc. 90 Day 200 Case — All Precincts — Awarded to Adapco Inc. 180 Day -- 200 Case — All Precincts — Awarded to Adapco Inc. • Summit BTI Briquets or Equivalent: 100 Per Case — All Precincts — Awarded to Univar USA • Sustain MBG Biological Larvicide or Equivalent: 40 LB Bag — All Precincts — Awarded to Target Specialty Products • Zenivex E4% RTU or Equivalent: 2x2.5 Gallon — No Award 30 Gallon — No Award 120 Gallon Mini Tote — No Award 275 Gallon Tote — No Award • Zenivex E20% or Equivalent: 2x2.5 Gallon — No Award 30 Gallon — No Award 120 Gallon Mini Tote — No Award 275 Gallon Tote — No Award Commissioner Finster seconded the motion. Commissioners Galvan, Lyssy, Fritsch, Finster and Judge Pfeifer all voted in favor. CINDY A UELLER COUNTY AUDITOR, CALHOUN COUNTY COUNTY COURTHOUSE ANNEX II - 202 S. ANN ST. PORT LAVACA, TEXAS 77979 (361) 553-4610 MEMORANDUM TO: JUDGE PFEIFER & SUSAN RILEY COUNTY JUDGE'S OFFICE FROM: AUDITORS OFFICE - PEGGY HALL RE: AGENDA ITEM FOR DECEMBER 10, 2015 COMMISSIONERS' COURT MEETING ► Consider and take necessary action to award bids for Insecticides for Mosquito Control for the period beginning January 1, 2016 and ending December 31, 2016. Unit Size, e Price BUT PLEASE y ALL BIDS TO VERIFY (Univar has a lessor amount on 2 of the Altosid Items, But the amounts are last bid prices — these prices are controlled le by 'manufacturer.Please Review) ( **** In the event of Tie Bids, the •winning bid is determined per the Texas Local Government Code Calhoun County, Texas i262.027(b). BID TABULATION - INSECTICIDES IT CONTROL - ALL PRECINCTS wwAw • rr _ _•�__ _ •�I•�Alll�wwrf r•"f nA AAA@ For Period Beginning JANUA cT -1 AUIt) anu r_nuing UCVCIYIQGR J 1IILV IV CLARKE MOSQUITO CONTROL TARGET SPECIALTY BID ITEM ACTIVE INGREDIENTS ADAPCO INC PRODUCTS INC PRODUCTS UNIVAR USA MINERAL OIL- CALPAR 80 ULV Oil Paraffin oils, petroleum, catalytic dewaxed light 100% $6.69/GAL-50 GAL DRUM MINERAL OIL- CALPAR 80 ULV Oil Paraffin oils, petroleum, catalytic dewaxed light 100% $6.49/GAL-55 GAL DRUM MINERAL OIL - CALPAR 80 ULV Oil Paraffin oils, petroleum, catalytic dewaxed light 100% $6.39/GAL - 275 GAL TOTE MINERAL OIL- ENVIROTECH ULV DILUENT White Mineral Oil 100% $7.00/GAL-50 GAL DRUM MINERAL OIL- ENVIROTECH ULV DILUENT White Mineral Oil 100% $7.00/GAL-55 GAL DRUM MINERAL OIL- ENVIROTECH ULV DILUENT White Mineral Oil 100% $6.90/GAL - 275 GAL TOTE MINERAL OIL-BVA SPRAY 13 Severely Hydro treated Paraffinic Oil 100% $7.19/GAL-50 GAL DRUM MINERAL OIL-BVASPRAY 13 Severely Hydro -treated Paraffinic Oil 100% $7.19/GAL-55 GAL DRUM MINERAL OIL-BVASPRAY 13 Severely Hydro -treated Paraffinic Oil 100% $7.40/GAL - 275 GAL TOTE $6.59/GAL- 50 GAL DRUM MINERAL OIL - MAX PAR G2 Hydra treated Distillate, Heavy/Light Paraffin 0-100% $S2.07/GAL - 55 GAL DRUM MALATHION- FYFANON ULV MOSQUITO Malathion 96.5% Other 3.5% $51.28/GAL FOR 4OR MORE $47.87/GAL - 260 GAL TOTE MAIATHION - FYFANON ULV MOSQUITO Malathian 96.5% Other 3.5% $46.95/GAL FOR 4 OR MORE 30-30 ULV- PERMANONE 30-30 Permethrin 30%Piperonyl Butoxide 30% Other 40% $57.48/GAL-5 GAL PAIL 30-30 ULV - PERMANONE 30-30 Permethrin 30% Piperonyl Butoxide 30% Other 40% $56.48/GAL- 30 GAL DRUM 30-30 ULV - PERMANONE 30-30 Permethrin 30% Piperonyl Butoxide 30% Other 40% $55.98/GAL- 275 GAL TOTE 30-30 ULV- BIOMIST 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $58.60/GAL-5 GAL PAIL 30-30 ULV- BIOMIST 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $58.60/GAL - 30 GAL DRUM 30-30 ULV- BIOMIST 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% other 40% $58.60/GAL - 55 GAL DRUM 30-30 ULV -WOMIST 30-30 ULV Permethrin 30% Plperonyl Butaxide 30% Other 40% $58.60/GAL - 275 GAL TOTE 30-30 ULV- EVOLUER 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% other 40% $S7.00/GAL-5 GAL PAIL 30-30 ULV-EVOLUER 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $57.00/GAL - 30 GAL DRUM 30-30 ULV - EVOLUER 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $55.50/GAL- 55 GAL DRUM 30-30 ULV - EVOLVER 30-30 ULV Permethrin 30% Piperonyl Butoxide 30%Other40% $55.00/GAL-275 GAL TOTE $56.26/GAL-50 GAL DRUM Noommala 30-30 ULV- KONTROL 30-30 Permethrin 30% Piperonyl Butoxide 30% Other 40% i .... � In the event of Tie Bids, the winning bid is determined per the Texas Local Government Code Calhoun County, Texas i 262.027(b). BID TABULATION m INSECTICIDES IT CONTROL tl ALL PRECINCTS For Period Beainnina JANUARY 1 2016 and Endinq DECEMBER 31, 2016 CLARKE MOSQUITO CONTROL TARGET SPECIALTY BID ITEM ACTIVE INGREDIENTS ADAPCO INC PRODUCTS INC PRODUCTS UNIVAR USA 31-66 ULV Permethrin 31.28% Piperonyl Butoxide 66%Other 2.72% $134.74/GAL-30 GAL DRUM $128.00/GAL - 30 GAL DRUM $97.35/GAL-30 GAL DRUM 31-66 ULV Permethrin 31.28% Piperonyl Butoxide 66%Other 2.72% $129.43/GAL - 4XI GAL CASE $134.00/GAL - 4XI GAL CASE 20-20 - AQUA -PURSUIT ULV (20.6%) OR AQUA-RESLIN (20.0%) Permethrin 20.6%Piperonyl Butoxide 20.6%Other 58.8% $176.87/GAL-2x2.5 Gal Pails 20-20-AQUALUER 20-20 ULV Permethrin 20.6%Piperonyl Butoxide 20.6%Other 58.8% $157.16/GAL-2.5 GAL BIOMIST 4+4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92% $17.50/GAL - 2X2.5 GAL CASE BIOMIST 4+4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92% $17.50/GAL - 30 GAL DRUM BIOMIST 4+4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92% $17.50 /GAL - 55 GAL DRUM BIOMIST 4+4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92% $17.50/GAL - 275 GAL TOTE EVOLUER 4-4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92.% $18.74/GAL- 2.5 GAL EVOLUER 4-4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92.% $18.33/GAL- 30 GAL DRUM EVOLUER 4-4 ULV Permethrin 4%Piperonyl Butoxide 4% Other 92.% $17.18/GAL- 55 GAL DRUM EVOLUER 4-4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92.% $17AB/GAL - 275 GAL TOTE 4-4 ULV Permethrin 4.6%Piperonyl Butoxide 4.6%Other 90.8% $16.10/GAL - 55 GAL DRUM PERMANONE RTU 4-8 (Ready to Use) Permethrin 3.98% Piperonyl Butoxide 8.48%Other 87.54% $33.00/GAL - 5 Gal Pail PERMANONE RTU 4-8 (Ready to Use) Permethrin 3.98% Piperonyl Butoxide 8.48%Other 87.54% $33.00/GAL-30 GLTOTE DELTAGARD Deltamethrin 2% Other 98% $170.29/GAL - 2X2.5 GAL CASE DELTAGARD Deltamethrin 2% Other 98% $164.80/Gal - 30 GAL Drum ULV MOSQUITO MASTER 412 Chlorpyrifos 12%Permethrin 4% Other 84% $35.00/GAL - 55 GAL DRUM $33.OW4Ak-"S-GRLTOTE ULV MOSQUITO MASTER 412 Chlorpyrifos 12%Permethrin 4% Other 84% P ROVECT 5G XRG GRANULES Temephos 5%Other 95% - SEE EXCEPTION ON CLARKE BID NATULAR G30-SEE EXCEPTION 5588.58 BAG = 4616 BAG _ { .... I In the event of Tie Bids, the iwinning bid is determined per the Texas Local Government Code Calhoun County, Texas I 262.027(b). BID TABULATION - INSECTICIDES IT CONTROL - ALL PRECINCTS For Period Beginning JANUARY 1 2016 and Ending DECEMBER 31, 2016 CLARKE MOSQUITO CONTROL TARGET SPECIALTY BID ITEM ACTIVE INGREDIENTS ADAPCO INC PRODUCTS INC PRODUCTS UNIVAR USA MOSQUITO MIST 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $35.00/GAL-30 GAL DRUM MOSQUITO MIST 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $35.00/GAL - 55 GAL DRUM MOSQUITO MIST 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $35.00/GAL - 275 GAL TOTE VECTOFOS 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $33.12/GAL - 55 GAL DRUM PYROFOS 1.5 ULV Chlorpyrifos 19.36% Other 80.64% $35.62/Gal - 2.5 Gal lug PYROFOS 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $29.49/Gal - 55 Gal Drum ALTOSID 30 DAY BRIQUETS (S) Methoprene 8.62%Other 91.38% $448.00/CASE - 400/CASE $448.00/CASE - 400/CASE $448.00/CASE - 400/CASE $440/CASE - 400/CASE ALTOSID XR EXTENDED RESIDUAL BRIQUET (S) Methoprene 2.1%Other 97.9% $710.60/CASE - 220/CASE $710.60/CASE - 220/CASE $710.60/CASE - 220/CASE $697.40/CASE - 220/CASE ALTOSID SR-20 LIQUID LARVICIDE $4,500.00/CASE - $4,500.00/CASE - $4,500.00/CASE - CONCENTRATE (S) Methoprene 20%Other 80% 2X2.5 GAL (5 GAL CASE) 2X2.5 GAL (5 GAL CASE) 2X2.5 GAL (5 GAL CASE) ALTOSID A.L.L. SR-5 LIQUID LARVICIDE $1,012.00/CASE - $1,012.00/CASE - $1,012.00/CASE - MOSQUITO GROWTH REGULATOR (S) Methoprene 5%Other 95% 4X1 GAL (4 GAL CASE) 4X1 GAL (4 GAL CASE) 4X1 GAL (4 GAL CASE) ALTOSID PELLETS MOSQUITO GROWTH $1,124.20/CASE - $1,124.20/CASE - $1,124.20/CASE - REGULATOR (S) Methoprene 4.25%Other 95.75% 2X22 LB CASE (44 LBS) 2X22 LB CASE (44 LBS) 2X22 LB CASE (44 LBS) ALTOSID PELLETS WSP MOSQUITO $648.00/CASE - $648.00/CASE - $648.00/CASE - GROWTH REGULATOR (5) Methoprene 4.25%Other 95.75% 800 POUCHES/CASE 800 POUCHES/CASE 800 POUCHES/CASE ALTOSID XR-G (5) Methoprene 1.5%Other 98.5% $338.00/BAG - 40 LB BAG $338.00/BAG - 40 LB BAG $338.00/BAG -40 LB BAG ALTOSID SBG SINGLE BROOD GRANULE (S) Methoprene 0.2%Other 99.8% or 0.3%& 99.7% $122.40/BAG - 40 LB BAG $122.40/BAG - 40 LB BAG $122.40/BAG - 40 LB BAG FOURSTAR SUSTAINED RELEASE 45 DAY Bacillus sphaericus 6%Bacillus thuringiensis subspecies MICROBIAL BRIQUETS israelensis l%Other 93% $248.73/CASE - 200/CASE FOURSTAR SUSTAINED RELEASE 90 DAY Bacillus sphaericus 6%Bacillus thuringiensis subspecies MICROBIAL BRIQUETS israelensis l%Other 93% $413.71/CASE - 200/CASE FOURSTAR SUSTAINED RELEASE 180 DAY Bacillus sphaericus 6% Bacillus thuringiensis subspecies MICROBIAL BRIQUETS israelensis l%Other 93% $649.68/CASE - 200/CASE Bacillus thuringiensis subspecies israelensis serotype H-14 SUMMI76716RIQUETS 10.31%Other 89.69% $71.88/CASE - 100/CASE $68.50/CASE - 100/CASE $71.10/CASE - 100/CASE $68.00/CASE - 100/CASE lizaam i **** In the event of Tie Bids, the iwinning bid is determined per the Texas Local Government Code Calhoun County, Texas I 262.027(b). BID TABULATION - INSECTICIDES FOR MOSQUITOT L- ALL PRECINCTS Pnr anrie%rl Roninninn-1nNuoRY 1 2016 and Endina DECEMBER 31. 2016 - L V CLARKE MOSQUITO CONTROL TARGET SPECIALTY BID ITEM ACTIVE INGREDIENTS ADAPCO INC PRODUCTS INC PRODUCTS UNIVAR USA Bacillus thuringiensis subspecies iraelensls serotype H-14 5.71% $289.00/BAG-40 LB BAG SUSTAIN MBG BIOLOGICAL LARVICIDE Other 94.29% VECTOBAC GR (ALTERNATIVE TO SUSTAIN Bacillus thuringiensis, subspecies israelensis, strain AM 65-52, MBG BIOLOGICAL LARVICIDE fermentation solids & solubles 2.80%, Other 97.20% $124.00/BAG - 40 LB BAG Bacillus thuringiensis, subspecies israelensis, strain AM 65-52, VECTOBAC G (ALTERNATAIVVE TO fermentation solids, spores, & insecticides toxins 2.80%, SUSTAIN MEG BIOLOGICAL LARVICIDE) Other 97.20% $98.00/BAG - 40 LS BAG Bacillus thuringiensis, subspecies israelensis, strain AM 65-52, VECTOBAC GS (ALTERNATIVE TO SUSTAIN fermentation solids, spores, & insecticides toxins 2.80%, MEG BIOLOGICAL LARVICIDE) Other 97.20% $100.00/BAG - 40 LB BAG ZENIVEX E4% RTU Etofenprox 4% Other 96% $82.3 6/GAL - 2X2.5 GAL CASE $82.3 6/GAL - 2X2.5 GAL CASE $403.75/GAL - 2X2.5 GAL ZENIVEX E4% RTU Etofenprox 4% other 96% $81.40/GAL - 30 GAL DRUM $81.40/GAL- 30 GAL DRUM ZENIVEX E4% RTU Etofenprox 4% Other 96% $80.42/GAL -120 GAL MINI TOTE $80.42/GAL-120 GAL MINI TOTE ZENIVEX E4% RTU Etofenprox 4% Other 96% $80.42/GAL - 275 GAL TOTE $80.42/GAL - 275 GAL TOTE ZENIVEX E209/ Etofenprox 20%Other 80% $301.90/GAL - 2X2.5 GAL CASE $301.90/GAL - 2X2.5 GAL CASE $1,480.00/GAL - 2X2.5 GAL ZENIVEX E20% Etofenprox 20%Other 80% $299.80/GAL - 30 GAL DRUM $299.80/GAL- 30 GAL DRUM $287.60/GAL- $287.60/GAL- ZENIVEX E209/ Etofenprox 20%Other 80% 120 GAL MINI TOTE 120 GAL MINI TOTE ZENIVEX E20% Etofenprox 20%Other 80% $287.60/GAL- 275 GAL TOTE $287.60/GAL- 275 GAL TOTE CALHOUN COUNTY, TEXAS - INSECTICIDES FOR MOSQUITO CONTROL Ado INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Mineral Oil - Oil Base Calpar 80 ULV Oil List Mineral Oil Name Price Per Gallon 50 Gallon Drum $6.69 /per gallon 55 Galion Drum $6.49 /per gallon 275 Gallon Tote $6.39 /per gallon Mineral Oil - Water Base List Mineral oil Name Price Per Gallon 50 Gallon Drum No Bid /per gallon 55 Gallon Drum No Bid /per gallon 275 Gallon Tote No Bid /per gallon Malathion Fyfanon ULV Mosquito List Insecticide Name Active Ingredients: Malathion 96.5%; Other 3.5% Price Per Gallon 55 Gallon Drum $52.07 /per gallon $51.28 for 4 or more 55 gl drums. 260 Gallon Tote $47.87 /per gallon $46.95/gl for 4 or more 260 gl totes 30-30 ULV Permanone 30-30 List Insecticide Name Active Ingredients: Permethrin 30%; Piperonyl Butoxide 30%; Other 40% Price Per Gallon 5 Galion Pail $57.48 /per gallon 30 Gallon Drum $56.48/per gallon 55 Gallon Drum No Bid /per gallon 275 Gallon Tote $55.98 /per gallon 31-66 ULV Permanone 31-66 — List Insecticide Name Active Ingredients: Permethrin 31.28%; Piperonyl Butoxide 66%; Other 2.72% Price Per Gallon 30 Gallon Drum $134.74 /per gallon 4 X 1 Gallon Case $129.43 /per gallon Page 1 of 5 AJ& f cc, CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid form 20-20 Aqua -Pursuit ULV (20.6%) or AquaReslin (20.0%) List Insecticide Name Active Ingredients: Permethrin 20.6%; Piperonyl Butoxide 20.6%; Other 58.8% Price Per Gallon Unit Size 2x2.5 gl palls $176.87 /per gallon 4-4 ULV � List Insecticide Name Active Ingredients: Permethrin 4%; Piperonyl Butoxide 4%; Other 92% Price Per Gallon 2.5 Gallon Case /per gallon 30Gallon Drum /pergallon 55 Gallon Drum /per gallon 275Gallon Tote /pergallon 4-8 Permanone RTU 4-8 (Ready to Use) List Insecticide Name Active Ingredients: Permethrin 3.98%; Piperonyl Butoxide 8A8%; Other 87.549a Price Per Gallon 5 Gallon Pail $33.00 /per gallon 30 Gallon Tote $33.00 /per gallon 55 Gallon Drum No Bid /per gallon Deltagard OR Equivalent DeltaGard OR List Insecticide Equivalent Active Ingredients: Deltamethrin 2%; Other 98% Price Per Gallon 2x2.5 gl case 2 x 2.25 allon Case $170.29 /per gallon 30 gl drum $164.80/ per gallon ULV Mosquito Master 412 OR Equivalent No Bid OR List Insecticide Equivalent Active Ingredients: Chlorpyrifos 12%; Permethrin 4%; Other 84% Price Per Gallon SS Gallon Drum No Bid /per gallon Page 2 of 5 Aaofca CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Provect 5 XRG Granules OR Equivalent No Bid OR List Insecticide Equivalent Active Ingredients: Temephos 5%; Other 95% Price Per Bag 40 lb Bag No Bid /per bag 1.5 ULV Pyrofos 1.5 ULV List Insecticide Name Active Ingredients: Chlorpyrifos 19.36%; Other 80.64% Price Per Gallon 2.5 Gallon lug $35.62 /per gallon 30 Gallon drum No Bid /per gallon 55 Gallon Drum $29.49 Jper gallon Altosid 30 Day Briquets OR Equivalent Altosid 30 Day OR List Insecticide Equivalent Active Ingredients: (5) Methoprene 8.62%; Other 91.38% Price Per Case 400 Per Case $448.00 /per case Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Altosid XR Extended Residual Briquets OR Equivalent As specified OR List Insecticide Equivalent Active Ingredients: (5) Methoprene 2.1%; Other 97.9% Price Per Case 220 Per Case $710.60 /per case Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Altosid SR-20 Liquid Larvicide Concentrate OR Equivalent As specified OR List Insecticide Equivalent Price Per Case 2 x 2.5 Gallon (5 GL Case) $4,500.00 /per case Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Altosid A.L.L. SR-5 Liquid Larvicide Mosquito Growth Regulator OR Equivalent As specified— OR List Insecticide Equivalent Price Per Case 4 x 1 Gallon (4 GL Case) $1,012.00 /per case Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Page 3 of 5 CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Altosid Pellets Mosquito Growth Regulator OR Equivalent As specified OR List Insecticide Equivalent Active Ingredients: (5) Methoprene 4.25%; Other 95.75% Price Per Case 2 x 22 lb Case (44 LBS) $1,124.20 /per case Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Altosid Pellets WSP Mosquito Growth Regulator OR Equivalent As specified OR List Insecticide Equivalent Active Ingredients: (5) Methoprene 4.25%; Other 95.7591. Price Per Case 800 Pouches (Case) $648.00 /per case Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Altosid XR-G OR Equivalent As specified OR List Insecticide Equivalent Active Ingredients: (5) Methoprene 1.5%; Other 98.5% Price Per Bag 401b Bag $338.00/Per bag Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Altosid SBG Single Blood Granule OR Equivalent As specified OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 0.2%; Other 99.8% or Methoprene 0.3%; Other 99.7% Price Per Bag 40 Ib Bag $122.40 /per bag Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Fourstar Sustained Release 45/90/180 Day Microbial Briquets OR Equivalent As specified-- OR List Insecticide Equivalent Active Ingredients: Bacillus sphaericus 6%; Bacillus thuringiensis subspecies israelensis 1%; Other 93% Price Per Case 45 Day ----- 200 Per Case $248.73 /per case 90 Day --- 200 Per Case $413.71 Jper case 180 Day-----200 Per Case $849.68 /per case Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Summit BTI Briquets OR Equivalent qs specified OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies israelensis serotype H-1410.31%; Other 89.69% Price Per Case 100 Per Case $71.88 /per case Page 4 of 5 CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL Ada INVITATION TO BID 1ANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Sustain MBG Biological Larvicide OR Equivalent OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies iraelensis serotype H-14 5.71%; Other 94.29% Price Per Bag 40 lb Bag No Bid /per bag Zenivex E4% RTU OR Equivalent — OR List Insecticide Equivalent Active Ingredients: Etofenprox 491; Other 96% Price Per Gallon 2 x 2.5 Gallon case $82.36 /per gallon 30 Gallon drum $81.40 /per gallon 120 Gallon mini tote $80.42 /per gallon 275Gallon tote $80.42 /pergallon Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. Zenivex E20% OR Equivalent — OR List Insecticide Equivalent Active Ingredients: Etofenprox 20%; Other 80% Price Per Gallon 2x2.5 Gallon case $301.90 /per gallon 30Gallon dnm $299.80 /pergallon 120 Gallon mini tote $287.60 /per gallon 275 Gallon tote $287.60 /per gallon Manufacturer Rebates may apply for all Altosid, Fourstar and Zenivex Purchases, please see enclosed Brochure for details. ► A request for a bid item does not guarantee that the bid item will be ordered by Calhoun County during the bid period. ► All charges must be included in bid price. ► No other charges may be added to the bid price when invoiced unless noted as an exception on the bid form. Exceptions may disqualify the bid. LIST ANY EXCEPTIONS TO THE GIVEN BID SPECIFICATIONS: Company Name: ADAPCO, INC. Address: Authorized Signature & Title: Type Name & Title of Authorized Signature : JASON TRUMBETTA, ASST. SECRETARY Date of Bid: NOVEMBER 24, 2015 Page 5 of 5 CALHOUNCOUNTY,TEXAS - INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE )o 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Mineral Oil - Oil Base Envirotech Oil List Mineral Oil Name Price Per Gallon 50 Gallon Drum 7.00 /pergallon 55 Gallon Drum 7.00 /pergallon 275 Gallon Tote 6.90 /pergallon Mineral oil - Water Base No Bid < List Mineral Oil Name Price Per Gallon 50 Gallon Drum No Bid /pergallon 55 Gallon Drum No Bid /pergallon 275 Gallon Tote No Bid /pergallon Malathion No Bid List Insecticide Name Active Ingredients: Malathion 96.5%; Other 3.5% Price Per Gallon 55 Gallon Drum No Bid /pergallon 260 Gallon Tote No Bid /per gallon 30-30 ULV Biomist 30-30 , List Insecticide Name Active Ingredients: Permethrin 30%; Piperonyl Butoxide 30%; Other 40% Price Per Gallon 5 Gallon Pail 58.60 /pergallon 30 Gallon Drum 58.60 /pergallon 55 Gallon Drum 58.60 /pergallon 275Gallon Tote 58.60 /pergallon 31.66 ULV Biomist 31-66 t List Insecticide Name Active Ingredients: Permethrin 31.28%; Piperonyl Butoxide 66%; Other 2.72% Price Per Gallon 30 Gallon Drum 128.00 -/pergallon 4 X 1 Gallon Case 134.00 /per gallon Page 1 of 5 CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form 20-20 No Bid List Insecticide Name Active Ingredients: Permethrin 20.6%; Piperonyl Butoxide 26. Other 58.8% Price Per Gallon Unit Size No Bid /per gallon 4-4 ULV Biomist 4-4 � List Insecticide Name Active Ingredients: Permethrin 4%; Piperonyl Butoxide 4%; Other 92% Price Per Gallon 2.5 Galion 2x2.5Qal case 17.50 /per gallon 30 Gallon Drum 17.50 /per gallon 55 Gallon Drum 17.50 /per gallon 275Gallon Tote 17.50 /pergallon 4-8 No Bid t— List Insecticide Name Active Ingredients: Permethrin 3.98%; Piperonyl Butoxide 8.48%; Other 87.50o Price Per Gallon 5 Gallon No Bid /per gallon 30 Gallon Tote No Bid /per gallon 55 Gallon Drum No Bid /per gallon Deltagard OR Equivalent No Bid OR List Insecticide Equivalent Active Ingredients: Deltamethrin 2%; Other 98% Price Per Gallon 2 x 2.25 Gallon Case No Bid /per gallon ULV Mosquito Master 412 OR Equivalent OR List Insecticide Equivalent :__._. Iu_--...:c.,.. I1W_. o,,....et6.:., AN_. nth dt AQN Price Per Gallon 55 Gallon Drum 35.00 /per gallon _275 Gallon Tote_ _33.00 /per gallon Page 2 of 5 C(at�le CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Provect 5 XRG Granules OR Equivalent Alternative: Natular G30 OR List insecticide Equivalent Active Ingredients: Temephos 5%; Other 95% Price Per Bag 40 lb Bag 588.58 /per bag *Alternative 1.5 ULV MoS UltO MlSt 1.5 �— List Insecticide Name Active Ingredients: C lorpyrifos 19.36%; Other 80.64% Price Per Gallon 2.5Gallon n/a /pergallon 30 Gallon Drum 35.00 /per gallon 55 Gallon Drum 35.00 /per gallon 275 Gallon Tote_ _35.00_/ per gallon Altosid 30 Day Briquets OR Equivalent OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 8.62%; Other 91.38% Price Per Case 400 Per Case 448.00 /per case Altosid XR Extended Residual Briquets OR Equivalent « OR List Insecticide Equivalent Active Ingredients: (5) Methoprene 2.1%; Other 97.9% Price Per Case 220 Per Case 710.60 /per case Altosid SR-20 Liquid Larvicide Concentrate OR Equivalent OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 20%; Other 80% Price Per Case 2 x 2.5 Gallon (5 GL Case) 4,500.00 /per case Altosid A.L.L. SR-5 Liquid Larvicide Mosquito Growth Price Per Case 4 x 1 Gallon (4 GL Case) 1,012.00 /per case OR Equivalent � OR List Insecticide Equivalent Page 3 of 5 d Iaxv-t CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED — PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Altosid Pellets Mosquito Growth Regulator OR Equivalent OR List Insecticide Equivalent . _....._ _-.-. m� u_w------ a cw. n.6. or 7ca_ Price Per Case 2 x 22 lb Case (44 LBS) 1,124.20 /Per case Aitosid Pellets WSP Mosquito Growth Regulator OR Equivalent OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 4.25%; Other 95.75% Price Per Case 800 Pouches (Case) 648.00 /per case Aitosid XR-G OR Equivalent OR List Insecticide Equivalent Active Ingredients: (5) Methoprene 1.5%; Other 98.5% Price Per Bag 40lb Bag 338.00 /per bag Aitosid SBG Single Blood Granule OR Equivalent Active Ingredients: (S) Methoprene 0.2%; Other 99.8% or Methoprene 0.3%; Other 99.7% Price Per Bag 40 lb Bag 122.40 /per bag Fourstar Sustained Release 45/90/180 Day Microbial Briquets OR Equivalent Price Per Case 45 Day ----- 200 Per Case No Bid /per case 90 Day ----- 200 Per Case No Bid /per case 180 Day-----200 Per Case No Bid /per case , OR List Insecticide Equivalent � OR List Insecticide Equivalent Summit BTI Briquets OR Equivalent � OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies israelensis serotype H-1410.31%; Other 89.69% Price Per Case 100 Per Case 68.50 /percase Page 4 of 5 Cla,rKe-, CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Sustain MBG Biological Larvicide OR Equivalent Vectobac GR OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies iraelensis serotype H-14 5.71%; Other 94.29% Price Per Bag 40 lb Bag 124.00 /per bag Zenivex E4% RTU OR Equivalent No Bid OR List Insecticide Equivalent Active Ingredients: Etofenprox 4%; Other 96% Price Per Gallon 2 x 2.5 Gallon No Bid /per gallon 30 Galion No Bid /per gallon 120 Gallon No Bid /per gallon 275 Gallon No Bid /Per gallon Zenivex E20% OR Equivalent No Bid OR List Insecticide Equivalent Active Ingredients: Etofenprox 20%; Other 80% Price Per Gallon 2 x 2.5 Gallon No Bid /per gallon 30 Galion No Bid /per gallon 120 Gallon,_No Bid /per gallon 275 Gallon No Bid /per gallon No A request for a bid item does not guarantee that the bid item will be ordered by Calhoun County during the bid period. ► All charges must be included in bid price. ► No other charges may be added to the bid price when invoiced unless noted as an exception on the bid form. Exceptions may disqualify the bid. LIST ANY EXCEPTIONS TO THE GIVEN BID SPECIFICATIONS: Per page 3, Provect 5XRG Temephos no longer available for mosquito control- Natular G30 as an alternative CompanyName: Clarke Mosquito Control Products Inc. Address: Authorized Signature & Title: _ 61t4 Type Name & Title of Authorized Sigdzuure : Joel Fruendt Vice President and General Manager Date of Bid: 12/3/15 Page 5 of 5 G le, r.140 CALHOUNCOUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Sustain MBG Biological Larvicide OR Equivalent Vectobac G OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies iraelensis serotype H-14 5.71%; Other 94.29% Price Per Bag 40 lb Bag 98.00 /per bag Zenivex E4% RTU OR Equivalent No Bid OR List Insecticide Equivalent Active Ingredients: Etofenprox 4%; Other 96% Price Per Galion 2 x 2.5 Gallon No Bid /pergallon 30 Gallon No Bid /per gallon 120 Gallon No Bid /per gallon 275 Gallon No Bid /pergallon Zenivex E20% OR Equivalent No Bid OR List Insecticide Equivalent Active Ingredients: Etofenprox 20%; Other 80% Price Per Gallon 2 x 2.5 Gallon No Bid /pergallon 30 Gallon No Bid /pergallon 120 Gallon No Bid /per gallon 275 Gallon No Bid /pergallon ► A request for a bid item does not guarantee that the bid item will be ordered by Calhoun County during the bid period. ► All charges must be included in bid price. ► No other charges may be added to the bid price when invoiced unless noted as an exception on the bid form. Exceptions may disqualify the bid. LIST ANY EXCEPTIONS TO THE GIVEN BID SPECIFICATIONS: Per pages, Sustain MBG Alternatives: Vectobac G Vectobac GS, Vectobac GR CompanyName: Clarke Mosquito Control Products Inc. Address: 675 Sidwell Court. St. Charles, IL 60174 Authorized Signature & Title: 1/P`�L6 Type Name & Title of Authorized Sig Lure : Joel Fruendt, Vice President and General Manager Date of Bid: 12/3/15 Page 5 of 5 A Cfar Itr- CALHOUNCOUNTY, TEXAS - INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID 1ANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Sustain MBG Biological Larvicide OR Equivalent Vectobac GS OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies iraelensis serotype H-14 5.71%; Other 94.29% Price Per Bag 40lb Bag 100.00 /per bag Zenivex E4% RTU OR Equivalent No Bid « OR List Insecticide Equivalent Active Ingredients: Etofenprox 4%; Other 96% Price Per Gallon 2 x 2.5 Gallon No Bid /per gallon 30 Gallon No Bid /per gallon 120 Gallon No Bid /per gallon 275 Gallon No Bid /Per gallon 2enivex E20% OR Equivalent No Bid OR List Insecticide Equivalent Active Ingredients: Etofenprox 20%; Other 80% Price Per Gallon 2 x 2.5 Gallon No Bid /per gallon 30 Gallon No Bid /per gallon 120 Gallon No Bid /per gallon 275 Gallon No Bid /per gallon ► A request for a bid item does not guarantee that the bid item will be ordered by Calhoun County during the bid period. ► All charges must be included in bid price. ► No other charges may be added to the bid price when Invoiced unless noted as an exception on the bid form. Exceptions may disqualify the bid. LIST ANY EXCEPTIONS TO THE GIVEN BID SPECIFICATIONS: Per Page 5 Sustain MBG Alternative: Vectobac G, Vectobac GS and Vectobac GR Company Name.• Clarke Mosquito Control Products Inc. Address: 675 Sidwell Court. St. Charles,jl, 60174 Authorized Signature & Title: pi-t;, Type Name & Title of Authorized Signjtturrd" Joel Fruendt, Vice President and General Date of Bid: 12/3/15 Page 5 of B CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL 7aqe+. INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Mineral Oil -Oil Base BVA-13 List Mineral Oil Name % Price Per Gallon 50 Gallon Drum $ 7.19 /per gallon 55 Gallon Drum $ 7.19 /pergallon 275 Gallon Tote $ 7.40 /per gallon d l Mineral Oil - Water Base � List Mineral Oil Name Price Per Gallon 50 Gallon Drum NO BID /pergallon 55 Gallon Drum NO BID /pergallon 275GallonTote NOBID /pergallon Malathion List Insecticide Name Active Ingredients: Malathion 96.5%; Other 3.5% Price Per Gallon 55 Gallon Drum NO BID /pergallon 260GallonTote NO BID /pergallon t 30-30 ULV Evoluer 30-30 ULV List Insecticide Name /)e Active Ingredients: Permethrin 30%; Piperonyl Butoxide 30%; Other 40% Price Per Gallon 5 Gallon Pail $ 57.00 /pergallon 30 Gallon Drum $ 57.00 /pergallon 55 Gallon Drum $ 55.50 /per gallon 275 Gallon $ 55.00 /pergallon ~j) 31.66 ULV Evoluer 31-66 ULV List Insecticide Name Active Ingredients: Permethrin 31.28%; Piperonyl Butoxide 66%; Other 2.72% Price Per Gallon 30 Gallon Drum $ 97.35 /per gallon 4 X 1 Gallon Case NO BID /per gallon Page 1 of 5 �Q�yefi- CALHOUNCOUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED — PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form 6) 20-20 Aqualuer 20-20 ULV— ListInsecticideName Active Ingredients: Permethrin 20.6916; Piperonyl Butoxide 20.6%; Other 58.8% Price Per Gallon Unit Size 2.5 Gallon $ 157.16 /per gallon 1' 4-4 ULV Evoluer 4-4 ULV — List Insecticide Name J Active Ingredients: Permethrin 0o; Piperonyl Butoxide 4%; Other 92% Price Per Gallon 2.5Galion $ 18.74 /pergallon 30 Gallon Drum $ 18.33 /per gallon 55 Gallon Drum $ 17.18 /per gallon 275 Gallon $ 17.18 /per gallon 4-8 List Insecticide Name Active Ingredients: Permethrin 3.98%; Piperonyl Butoxide 8.48%; Other 87.54% Price Per Gallon SGallon NOBID /per gallon 30 Galion Tote NO BID /per gallon 55 Gallon Drum NO BID /per gallon �t Deltagard OR Equivalent OR List Insecticide Equivalent Active Ingredients: Deltamethrin 2%; Other98% Price Per Gallon 2 x 2.25 Gallon Case NO BID /per gallon I'D/ ULV Mosquito Master412 OR Equivalent — OR List Insecticide Equivalent Active Ingredients: Chlorpyrifos 12%; Permethrin 4%; Other 84% Price Per Gallon 55 Gallon Drum NO BID /pergallon Page 2 of 5 -fit CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Provect 5 XRG Granules OR Equivalent OR List Insecticide Equivalent / Active Ingredients: Temephos 5%; Other 95% Price Per Bag 40 lb Bag NO BID /per bag 1.5 ULV Vectofos 1.5 ULV List Insecticide Name Active Ingredients: Chlorpyrifos 19.36%; Other 80.649a Price Per Gallon 2.5Gallon NO BID /pergallon 30Gallon NO BID /per gallon 55 Gallon Drum $ 33.12 /Per gallon Altosid 30 Day Briquets OR Equivalent «— OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 8.62%; Other 91.38% Price Per Case 400 Per Case $448.00 /per case �) Altosid XR Extended Residual Briquets OR Equivalent OR List Insecticide Equivalent Active Ingredients: (5) Methoprene 2.1%; Other 97.9% Price Per Case 220 Per Case $710.60 /per case jc1 Altosid SR-20 Liquid Larvicide Concentrate OR Equivalent OR List Insecticide Equivalent ✓✓JJ Active Ingredients: (S) Methoprene 20%; Other 80% Price Per Case 2 x 2.5 Gallon (5 GL Case) $4,500.00 Jper case J� Altosid A.L.L. SR-5 Liquid Larvicide Mosquito Growth Regulator OR Equivalent s OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 5%; Other 95% Price Per Case 4 x 1 Gallon (4 GL Case) $1,012.00 /per case Page 3 of 5 CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED — PLEASE TYPE ► S Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Altosid Pellets Mosquito Growth Regulator OR Equivalent OR List Insecticide Equivalent Active Ingredients: (SI Methoprene 4.25%; Other 95.75% Price Per Case 2 x 22 Ib Case (44 LBS) $1,124.20 /per case Altosid Pellets WSP Mosquito Growth Regulator OR Active Ingredients: (S) Methoprene 4.25%; Other 95.75% Price Per Case 800 Pouches (Case) $ 648.00 /percase « OR List Insecticide Equivalent Altosid XR-G OR Equivalent .— OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 1.5%; Other 98.5% Price Per Bag 40lb Bag $ 338.00 /per bag 1t \ Altosid SBG Single Blood Granule OR Equivalent � OR List Insecticide Equivalent l Active Ingredients: (S) Methoprene 0.2%; Other 99.8%or Methoprene 0.3%; Other99.7% Price Per Bag 40 lb Bag $ 122.40 /per bag Fourstar Sustained Release 45/90/180 Day Microbial Briquets OR Equivalent OR List Insecticide Equivalent Active Ingredients: Bacillus sphaericus 67a; Bacillus thuringiensis subspecies israelensis 1%; Other 9397c Price Per Case 45 Day ---- 200 Per Case NO BID /per case 90 Day ---- 200 Per Case NO BID /per case 180 Day ----- 200 Per Case NO BID /percase Summit BTI Briquets OR Equivalent � OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies israelensis serotype H-1410.31%; Other 89.69% Price Per Case 100 Per Case $ 71.10 /per case Page 4 of 5 T q e", CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID 1ANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED — PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form 3 J Sustain MBG Biological Larvicide OR Equivalent . OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies iraelensis serotype H-14 5.71%; Other 94.29% Price Per Bag 40 Ib Bag $ 289.00 /per bag y) Zenivex E4% RTU OR Equivalent OR List Insecticide Equivalent / Active Ingredients: Etofenprox 4910; Other 96% Price Per Gallon 2 x 2.5 Gallon $ 82.36 /pergallon 30Gallon $81.40 /pergallon 120Gallon $80.42 /pergallon 275 Gallon $ 80.42 /per gallon )� 1 Zenivex E20% OR Equivalent « OR List insecticide Equivalent Active Ingredients: Etofenprox 207o; Other 80% Price Per Gallon 2 x 2.5 Gallon $ 301.90 /per gallon 30Gallon $ 299.80 /pergallon 120 Gallon $ 287.60 /pergallon 275 Gallon $ 287.60 /per gallon ► A request for a bid item does not guarantee that the bid item will be ordered by Calhoun County during the bid period. ► All charges must be included in bid price. ► No other charges may be added to the bid price when invoiced unless noted as an exception on the bid form. Exceptions may disqualify the bid. LIST ANY EXCEPTIONS TO THE GIVEN BID SPECIFICATIONS: None Company Name: Target Specialty Products Address: 5042 Service Center Drive, San Antonio, TX 78218 Authorized Signature & Title: Vector Business Manager Type Name & Title of Authorized Signature • Mike Nichols, Vector Business Manager Date of Bid: 11-30-2015 Page 5 of 5 urlIgct.f CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Mineral Oil - Oil Base Price Per Gallon 50 Gallon Drum , S 9 /per gallon 55 Gallon Drum /per gallon 275 Galion Tote /per gallon Mineral Oil - Water Base Price Per Gallon 50 Gallon Drum /per gallon 55 Gallon Drum /per gallon 275 Gallon Tote /pergallon , List Mineral Oil Name . List Mineral Oil Name Malathion List insecticide Name Active Ingredients: Malathion 96.5%; Other 3.5% Price Per Gallon 55 Gallon Drum /per gallon 260 Gallon Tote /per gallon �D 30-30 ULV List I lSec"C' Active Ingredients: Permethrin 30%; Piperonyl Butoxide 30%; Other 40% ^ Co M Mom} Price Per Gallon 5 Gallon Pail gallon 30 Gallon Drum /per gallon 55 Gallon Drum /per gallon 275 Gallon /per gallon Added 31-66 ULV « List Insecticide Name Active Ingredients: Permethrin 31.28%; Piperonyl Butoxide 66%; Other 2.72% Price Per Gallon 30 Gallon Drum /per gallon 4 X 1 Gallon Case /per gallon Page 1 of 5 CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form 20-20 , List Insecticide Name Active Ingredients: Permethrin 20.6%; Piperonyl Butoxide 20.6%; Other 58.8% Price Per Gallon Unit Size /per gallon 4-4 ULV List Insecticide Name Active Ingredients: Permethrin 4%; Piperonyl Butoxide 491; Other 92% Price Per Gallon 2.5 Gallon /per gallon 30 Gallon Drum /per gallon 55 Gallon Drum 10 /per gallon 275 Gallon /per gallon 4-8 � List Insecticide Name Active Ingredients: Permethrin 3.98%; Piperonyl Butoxide 8.48%; Other 87,54% Price Per Gallon 5 Gallon /per gallon 30 Gallon Tote /per gallon 55 Gallon Drum /per gallon Deltagard OR Equivalent OR List Insecticide Equivalent Active Ingredients: Deltamethrin 2%; Other98% Price Per Gallon 2 x 2.25 Gallon Case /per gallon ULV Mosquito Master 412 OR Equivalent OR List Insecticide Equivalent Active Ingredients: Chlorpyrifos 12%; Permethrin 4%; Other 84% Price Per Gallon 55 Gallon Drum /per gallon Page 2 or 5 Un;Ja(' CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Provect 5 XRG Granules OR Equivalent OR List Insecticide Equivalent Active Ingredients: Temephos 5%; Other 95% Price Per Bag 40lb Bag bag 1.5 ULV +— List Insecticide Name Active Ingredients: Chlorpyrifos 19.36%; Other 80.6491 Price Per Gallon 2.5 Gallon /per gallon 30 Gallon /per gallon 55 Gallon Drum /per gallon i Altosid 30 Day Briquets OR Equivalent « OR List Insecticide I:quivent .Active Ingredients: (5) Methoprene 8.62%; Other 91.38% Price Per Case i 400Per Case qt).Do /per case ComMeA+ Altosid XR Extended Residual Briquets OR Equivalent oR5l9?ecttdhulM Xe Active Ingredients: (5) Methoprene 2.1%; Other 97,9% V', S 1 5; 4 220 Per Case Price Per Case * G91.Y lP %caS � er case NPT. � Altosid SR-20 Liquid Larvicide Concentrate OR Equivalent OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 20%; Other 80% Price Per Case 2 x 2.5 Gallon (5 GL Case) Altosid A.L.L. SR-5 Liquid Larvicide Price Per Case 4 x 1 Gallon (4 GL Case) /percase Growth Regulator OR /per case , OR List Insecticide Equivalent Page 3 of 5 un;VQ( CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID 1ANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED -- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Altosid Pellets Mosquito Growth Regulator OR Equivalent OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 4.25%; Other 95.75% Price Per Case 2 x 22 lb Case (44 LBS) Altosid Pellets WSP Mosquito Growth Price Per Case /per case OR 800 Pouches (Case) /per case , OR List Insecticide Equivalent Altosid XR-G OR Equivalent OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 1.5%; Other98.5% Price Per Bag 40 lb Bag /per bag Altosid SBG Single Blood Granule OR Equivalent , OR List Insecticide Equivalent Active Ingredients: (S) Methoprene 0.2%; Other 99.8% or Methoprene 0.3%; Other 99.7% Price Per Bag 40 lb Bag /per bag Fourstar Sustained Release 45/90/180 Day Microbial Briquets OR Equivalent . OR List Insecticide Equivalent Price Per Case 45 Day ----- 200 Per Case /per case 90 Day ----- 200 Per Case /per case 180 Day-----200Per Case /per case Summit BTI Briquets OR Equivalent , OR List Insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies israelensis serotype H-14 10.31%; Other 89.69% Price Per Case 100 Per Case O.JJ /per case Page 4 of 5 ul~: \;a- r CALHOUN COUNTY, TEXAS -INSECTICIDES FOR MOSQUITO CONTROL INVITATION TO BID JANUARY 1, 2016 thru DECEMBER 31, 2016 ► BID FORM MUST BE TYPED •- PLEASE TYPE ► 5 Copies of the Material Safety Data Sheets for each item bid on Must Be Returned with this Bid Form Sustain MBG Biological Larvicide OR Equivalent • OR List insecticide Equivalent Active Ingredients: Bacillus thuringiensis subspecies iraelensis serotype H-14 5.71%; Other 94,29% Price Per Bag 40lb Bag /per bag Zenivex E4% RTU OR Equivalent OR List Insecticide Equivalent Active Ingredients: Etofenprox 495; Other 96% Price Per Gallon 2 x 2.5 Gallon 4tiO3,1J /per gallon 30 Gallon /per gallon 120 Gallon /per gallon 275 Gallon /per gallon Zenivex E20% OR Equivalent OR List Insecticide Equivalent Active Ingredients: Etofenprox 20%; Other 80% Price Per Gallon 2 x 2.5 Gallon / ygD. )0 /per gallon 30 Gallon /per gallon 120 Gallon /per gallon 275 Gallon /per gallon ► A request for a bid item does not guarantee that the bid Item will be ordered by Calhoun County during the bid period. ► All charges must be included in bid price. ► No other charges may be added to the bid price when invoiced unless noted as an exception on the bid form. Exceptions may disqualify the bid. LIST ANY EXCEPTIONS TO THE GIVEN BID SPECIFICATIONS:- _d l�v_�,� Company Name: tu) t-V14Z Address: Authorized Signature & Title: Type Name & Title of Authorized Signature: 0111 e /2"; D % 5A1_.Es /QFl(� Date of Bid: // I/ x� Page 5 of 5 Calhoun County, Texas i **** In the event of Tie Bids, the ;winning bid is determined per the Texas Local Government Code i262.027(b). BID TABULATION - INSECTICIDES IT CONTROL - LL PRECINCTS For Period Beginning JANUARY 1 2016 and Ending DECEMBER 31, 2016 BID ITEM ACTIVE INGREDIENTS ADAPCO INC CLARKE MOSQUITO CONTROL PRODUCTS INC TARGET SPECIALTY PRODUCTS UNIVAR USA MINERAL OIL- CALPAR 80 ULV Oil Paraffin oils, petroleum, catalytic dewaxed light 100% $6.69/GAL-50 GAL DRUM MINERAL OIL- CALPAR 80 ULV Oil Paraffin oils, petroleum, catalytic dewaxed light 100% $6.49/GAL- 55 GAL DRUM MINERAL OIL- CALPAR 80 ULV Oil Paraffin oils, petroleum, catalytic dewaxed light 100% $6.39/GAL- 275 GAL TOTE MINERALOIL- ENVIROTECH ULV DILUENT White Mineral Oil 100% $7.00/GAL-50 GAL DRUM MINERALOIL- ENVIROTECH ULV DILUENT White Mineral Oil 100% $7.00/GAL-55 GAL DRUM MINERALOIL- ENVIROTECH ULV DILUENT white Mineral Oil 100% $6.90/GAL-275 GALTOTE MINERALOIL- BVA SPRAY 13 Severely Hydra -treated Paraffinic Oil 100% $7.19/GAL-50 GAL DRUM MINERALOIL-BVASPRAY13 Severely Hydro -treated Paraffinic Oil 100% $7.19/GAL-55 GAL DRUM MIN ERAL OIL-8VA SPRAY 13 Severely Hydro -treated Paraffinic 011100% $7.40/GAL - 275 GAL TOTE MINERAL OIL- MAX PAR G2 Hydrotreated Distillate, Heavy/Light Paraffin 0-100% $6.59/GAL-50 GAL DRUM MALATHION- FYFANON ULV MOSQUITO Malathion 96.5% Other 3.5% $52.07/GAL - 55 GAL DRUM $51.28/GAL FOR 4 OR MORE MALATHION - FYFANON ULV MOSQUITO Malathion 96.5% Other 3.5% $47.87/GAL - 260 GAL TOTE $46.95/GAL FOR 4 OR MORE 30-30 ULV- PERMANONE 30-30 Permethrin 30%Piperonyl Butoxide 30% Other 40% $57.48/GAL-5 GAL PAIL 30-30 ULV- PERMANONE 30-30 Permethrin 30% Piperonyl Butoxide 30% Other 40% $56.48/GAL - 30 GAL DRUM 30-30 ULV - PERMANONE 30-30 Permethrin 30% Piperonyl Butoxide 30% Other 40% $55.98/GAL- 275 GAL TOTE 30-30 ULV- BIOMIST 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $58.60/GAL-5 GAL PAIL 30-30 ULV- BIOMIST 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $58.60/GAL - 30 GAL DRUM 30-30 ULV- WOMIST 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $58.60/GAL - 55 GAL DRUM 30-30 ULV- BIOMIST 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $58.60/GAL - 275 GAL TOTE 30-30 ULV - EVOLUER 30-30 ULV Permethrin 30%Piperonyl Butoxide 30% Other 40Y $57.00/GAL- 5 GAL PAIL 30-30 ULV - EVOLUER 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $57.00/GAL-30 GAL DRUM 30-30 ULV - EVOLUER 30-30 ULV Permethrin 30%Piperonyl Butoxide 30% Other 40% $55.50/GAL - 55 GAL DRUM 30-30 ULV- EVOLUER 30-30 ULV Permethrin 30% Piperonyl Butoxide 30% Other 40% $55.00/GAL - 275 GAL TOTE 30-30 ULV-KONTROL 30-30 Permethrin 30% Piperonyl Butoxide 30% Other 40% 1 1 $56.25/GAL- 50 GAL DRUM nootom am i i In the event of Tie Bids, the winning bid is determined per the Texas Local Government Code Calhoun County, Texas i 262.027(b). BID TABULATION - INSECTICIDES FOR MOSQUITOCONTROL - LL PRECINCTS For Period Beginning JANUARY 1 2016 and Ending DECEMBER 31, 2016 BID ITEM ACTIVE INGREDIENTS ADAPCO INC CLARKE MOSQUITO CONTROL PRODUCTS INC TARGET SPECIALTY PRODUCTS UNIVAR USA 31-66 ULV Permethrin 31.28% Piperonyl Butoxide 66%Other 2.72% $134.74/GAL-30 GAL DRUM $128.00/GAL - 30 GAL DRUM $97.35/GAL - 30 GAL DRUM 31-66 ULV Permethrin 31.28% Piperonyl Butoxide 66%Other 2.72% $129.43/GAL - 4XI GAL CASE $134.00/GAL - 4XI GAL CASE 20-20- AQUA -PURSUIT ULV (20.6%) OR AQUA-RESLIN (20.0%) Permethrin 20.6%Piperonyl Butoxide 20.6%Other 58.8% $176.87/GAL- 2x2.5 Gal Pails 20-20 - AQUALUER 20-20 ULV Permethrin 20.6% Piperonyl Butoxide 20.6%Other 58.8% $157.16/GAL-2.5 GAL BIOMIST 4+4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92% $17.50/GAL - 2X2.5 GAL CASE BIOMIST 4+4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92% $17.50/GAL - 30 GAL DRUM BIOMIST 4+4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92% $17.50 /GAL - 55 GAL DRUM BIOMIST 4+4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92% $17.50/GAL- 275 GAL TOTE EVOLUER 4-4 ULV Permethrin 4% Piperonyl Butoxide 4%Other 92.% $18.74/GAL- 2.5 GAL EVOLUER 4-4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92.% $18.33/GAL- 30 GAL DRUM EVOLUER 4-4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92.% $17.18/GAL - 55 GAL DRUM EVOLUER 4-4 ULV Permethrin 4% Piperonyl Butoxide 4% Other 92.% $17.18/GAL - 275 GAL TOTE 4-4 ULV PERMANONE RTU 4-8 (Ready to Use) Permethrin 4.6%Piperonyl Butoxide 4.6%Other 90.8% Permethrin 3.98%Piperonyl Butoxide 8.48%Other 87.54% $33.00/GAL- 5 Gal Pail $16.10/GAL- 55 GAL DRUM PERMANONE RTU 4-8 (Ready to Use) Permethrin 3.98%Piperonyl Butoxide 8.48%Other 87.54% $33.00/GAL- 30 GL TOTE DELTAGARD Deltamethrin 2% Other 98% $170.29/GAL - 2X2.S GAL CASE DELTAGARD Deltamethrin 2% Other 98% $164.80/GaI - 30 GAL Drum ULV MOSQUITO MASTER 412 Chlorpyrifos 12%Permethrin 4% Other 84% $35.00/GAL - 55 GAL DRUM ULV MOSQUITO MASTER 412 PROVECi SG XRG GRANULES Chlorpyrifos 12%Permethrin 4% Other 84% Temephos 5%Other 95% -SEE EXCEPTION ON CLARKE BID $33.00/GAL-275 GAL TOTE NATULAR G30 - SEE EXCEPTION I I $588.58/BAG - 40 LB BAG i i i In the event of Tie Bids, the winning bid is determined per the Texas Local Government Code Calhoun County, Texas i 262.027(b). BID TABULATION - INSECTICIDES IT T - ALL PRECINCTS For Period Beginning JANUARY 1 2016 and Ending DECEMBER 31, 2016 BID ITEM ACTIVE INGREDIENTS ADAPCO INC CLARKE MOSQUITO CONTROL PRODUCTS INC TARGET SPECIALTY PRODUCTS UNIVAR USA MOSQUITO MIST 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $35.00/GAL- 30 GAL DRUM MOSQUITO MIST 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $35.00/GAL-55 GAL DRUM MOSQUITO MIST 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $35.00/GAL-275 GALTOTE VECTOFOS 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $33.12/GAL - 55 GAL DRUM PYROFOS 1.5 ULV Chlorpyrifos 19.36%Other 80.64% $35.62/Gal - 2.5 Gal Jug PYROFOS 1.5 ULV ALTOSID 30 DAY BRIQUETS Chlorpyrifos 19.36%Other 80.64% (S) Methoprene 8.62%Other 91.38% $29.49/Gal - 55 Gal Drum $448.00/CASE - 400/CASE $448.00/CASE - 400/CASE $448.00/CASE-400/CASE $440/CASE - 400/CASE ALTOSID XR EXTENDED RESIDUAL BRIQUET (S) Methoprene 2.1%Other 97.9% $710.60/CASE - 220/CASE $710.60/CASE - 220/CASE $710.60/CASE - 220/CASE $697.40/CASE - 220/CASE ALTOSID SR-20 LIQUID LARVICIDE CONCENTRATE (5) Methoprene 20%Other 80% $4,500.00/CASE - 2X2.5 GAL (5 GAL CASE) $4,500.00/CASE - 2X2.5 GAL IS GAL CASE) $4,500.00/CASE - 2X2.5 GAL (5 GAL CASE) ALTOSID A.L.L. SR-5 LIQUID LARVICIDE MOSQUITO GROWTH REGULATOR (5) Methoprene 5%Other 95% $1,012.00/CASE - 4X1 GAL (4 GAL CASE) $1,012.00/CASE - 4X1 GAL (4 GAL CASE) $1,012.00/CASE - 4X1 GAL (4 GAL CASE) ALTOSID PELLETS MOSQUITO GROWTH REGULATOR ALTOSID PELLETS WSP MOSQUITO GROWTH REGULATOR (S) Methoprene 4.25%Other 95.75% G) Methoprene 4.25%Other 95.75% $1,124.20/CASE- 2X22 LB CASE (44 LBS) $648.00/CASE - 800 POUCHES/CASE $1,124.20/CASE - 2X22 LB CASE (44 LBS) $648.00/CASE - 800 POUCHES/CASE $1,124.20/CASE - 2X22 LB CASE (44 LBS) $648.00/CASE - 800 POUCHES/CASE ALTOSID XR-G (5) Methoprene 1.5%Other 98.5% $338.00/BAG - 40 LB BAG $338.00/BAG - 40 LB BAG $338.00/BAG - 40 LB BAG ALTOSID SBG SINGLE BROOD GRANULE (5) Methoprene 0.2%other 99.8% or 0.3%& 99.7% $122.40/BAG - 40 LB BAG $122.40/BAG -40 LB BAG $122.40/BAG - 40 LB BAG FOURSTAR SUSTAINED RELEASE 4S DAY MICROBIAL BRIQUETS Bacillus sphaericus 6%Bacillus thuringlensls subspecies israelensis 1%Other 93% $248.73/CASE - 200/CASE FOURSTAR SUSTAINED RELEASE 90 DAY MICROBIAL BRIQUETS Bacillus sphaericus 6%Bacillus thuringiensis subspecies israelensis l%Other 93% $413.71/CASE - 200/CASE FOURSTAR SUSTAINED RELEASE 180 DAY MICROBIAL BRIQUETS Bacillus sphaericus 6%Bacillus thuringiensis subspecies israelensis l%Other 93% $649.68/CASE-200/CASE SUMMIT BTI BRIQUETS Bacillus thuringiensis subspecies Braelensls serotype H-14 10.31%Other 89.69% $71.88/CASE-100/CASE $68.50/CASE - 100/CASE $71.10/CASE - 100/CASE $68.00/CASE-300/CASE i I **** In the event of Tie Bids, the winning bid is determined per the Texas Local Government Code Calhoun County, Texas 262.027(b). BID TABULATION - INSECTICIDES FOR MOSQUIT CONTROL - L CI TS For Period Beginning JANUARY 1 2016 and Ending DECEMBER 31, 2016 CLARKE MOSQUITO CONTROL TARGET SPECIALTY BID ITEM ACTIVE INGREDIENTS ADAPCO INC PRODUCTS INC PRODUCTS UNIVAR USA Bacillus thuringiensis subspecies iraelensis serotype H-14 5.71% SUSTAIN MEG BIOLOGICAL LARVICIDE Other 94.29% $289.00/BAG -40 LB BAG VECTOBAC GR (ALTERNATIVETO SUSTAIN Bacillus thuringiensis, subspecies israelensis, strain AM 65-52, MBG BIOLOGICAL LARVICIDE fermentation solids & solubles 2.80%, Other 97.20% $124.00/BAG - 40 LB BAG Bacillus thuringiensis, subspecies israelensis, strain AM 65-52, VECTOBAC G (ALTERNATAIVVE TO SUSTAIN fermentation solids, spores, & Insecticides toxins 2.80%, MEG BIOLOGICAL LARVICIDE) Other 97.20% $98.00/BAG - 40 LB BAG Bacillus thuringiensis, subspecies israelensis, strain AM 65-52, VECTOBAC GS (ALTERNATIVE TO SUSTAIN fermentation solids, spores, & insecticides toxins 2.80%, MBG BIOLOGICAL LARVICIDE) Other 97.20% $100.00/BAG -40 LB BAG ZENIVEX E4% RTU Etofenprox 4%Other 96% $82.36/GAL-2X2.5 GAL CASE $82.36/GAL - 2X2.5 GAL CASE $403.75/GAL - 2X2.5 GAL ZENIVEX E4% RTU Etofenprox 4% Other 96% $81.40/GAL - 30 GAL DRUM $81.40/GAL- 30 GAL DRUM ZENIVEX E4% RTU Etofenprox 4%other 96% $80.42/GAL - 120 GAL MINI TOTE $80.42/GAL - 120 GAL MINI TOTE ZENIVEX E4% RTU Etofenprox 4%Other 96% $80.42/GAL- 275 GALTOTE $80.42/GAL- 275 GAL TOTE ZENIVEX E20% Etofenprox 20%Other 80% $301.90/GAL - 2X2.5 GAL CASE $301.90/GAL - 2X2.5 GAL CASE $1,480.00/GAL-2X2.5 GAL ZENIVEX E20% Etofenprox 20%Other 80% $299.80/GAL- 30 GAL DRUM $299.80/GAL- 30 GAL DRUM $287.60/GAL- $287.60/GAL- ZENIVEX E20% Etofenprox 20%Other 80% 120 GAL MINI TOTE 120 GAL MINI TOTE ZENIVEX E20% Etofenprox 20%Other 80% $287.60/GAL- 275 GALTOTE $287.60/GAL- 275 GAL TOTE COMMISSIONERS' COURT, DECEMBER 10, 2015 12. Award bids for Insecticides for Mosquito Control for the period beginning January 1, 2016 and ending December 31, 2016. Each Insecticide for Mosquito Control was individually discussed and awarded as follows: • Mineral Oil: 50 Gallon Drum —All Precincts —Awarded to Univar USA 55 Gallon Drum —AII Precincts —Awarded to Adapco Inc. 275 Gallon Tote —All Precincts —Awarded to Adapco Inc. 3TIAMPRI, am, 55 Gallon Drum —All Precincts —Awarded to Adapco Inc. 260 Gallon Tote —All Precincts —Awarded to Adapco Inc. • 30-30 ULV: 5 Gallon Pail —All Precincts —Awarded to Target Specialty Products 30 Gallon Drum —All Precincts —Awarded to Adapco Inc. 55 Gallon Drum —All Precincts —Awarded to Target Specialty Products 275 Gallon Tote —All Precincts —Awarded to Target Specialty Products • 31-66 ULV: 4x1 Gallon Case —All Precincts —Awarded to Adapco Inc. 30 Gallon Drum —All Precincts —Awarded to Target Specialty Products • 20-20: 2.5 Gallons —All Precincts —Awarded to Target Specialty Products • 4-4 ULV: �� 2x2.5 Gallon Case —All Precincts —Awarded to Clarke Mosquito Control Products Inc. 30 Gallon Drum —All Precincts —Awarded to Clarke Mosquito Control Products Inc. 55 Gallon Drum —All Precincts —Awarded to Univar USA 275 Gallon Tote —All Precincts —Awarded to Target Specialty Products 5 Gallon Pail —All Precincts —Awarded to Adapco Inc. 30 Gallon Tote —All Precincts —Awarded to Adapco Inc. • Deltagard or Equivalent: 2x2.5 Gallon Case —All Precincts —Awarded to Adapco Inc. • ULV Mosquito Master 412 or Equivalent: 55 Gallon Drum —All Precincts —Awarded to Clarke Mosquito Control Products Inc. • Proved 5G XRG Granules or Equivalent: 40 LB Bag — No Award 12. continued • 1.5 ULV: 2.5 Gallon Jug —All Precincts —Awarded to Adapco Inc. 30 Gallon Drum —All Precincts —Awarded to Clarke Mosquito Control Products Inc. 55 Gallon Drum —All Precincts —Awarded to Adapco Inc. • Altosid 30 Day Briquets or Equivalent: 400 Per Case —AII Precincts — Awarded to Univar USA • Altosid XR Extended Residual Briquets or Equivalent: 220 Per Case —AII Precincts —Awarded to Univar USA • Altosid SR-20 Liquid Larvicide Concentrate or Equivalent: 2x2.5 Gallon — No Award • Altosid A.L.L. SR-5 Liquid Larvicide Mosquito Growth Regulator or Equivalent: 4x1 Gallon — No Award • Altosid Pellets Mosquito Growth Regulator or Equivalent: 2x22 LB Case — No Award • Altosid Pellets WSP Mosquito Growth Regulator or Equivalent: 800 Pouches — No Award • Altosid XR-G or Equivalent: 40 LB Bag— No Award • Altosid SBG Single Blood Granule or Equivalent: 40 LB Bag — No Award • Fourstar Sustained Release 45/90/180 Day Microbial Briquets or Equivalent: 45 Day -- 200 Case — All Precincts —Awarded to Adapco Inc. 90 Day 200 Case —AII Precincts —Awarded to Adapco Inc. 180 Day-- 200 Case —AII Precincts — Awarded to Adapco Inc. • Summit BTI Briquets or Equivalent: 100 Per Case —AII Precincts —Awarded to Univar USA • Sustain MBG Biological Larvicide or Equivalent: 40 LB Bag —AII Precincts —Awarded to Target Specialty Products • Zenivex E4% RTU or Equivalent: 2x2.5 Gallon — No Award 30 Gallon — No Award 120 Gallon Mini Tote— No Award 275 Gallon Tote — No Award • Zenivex E20% or Equivalent: 2x2.5 Gallon — No Award 30 Gallon — No Award 120 Gallon Mini Tote — No Award 275 Gallon Tote — No Award PUBLIC HEARING ON THE MATTER OF LOWERING THE SPEED LIMIT FROM 45 MPH TO 30 MPH ON WOOLDRIDGE ROAD AND LOOP ROAD IN PRECINCT #4: Judge Pfeifer opened the public hearing at 10:56 a.m. and asked if there were any comments from the public. Caitlyn Davenport stated she lives on Wooldridge Road and there are "lots of children that live on that road" and that she thinks the speed limit should be lowered as it would be much safer. Judge Pfeifer closed the public hearing at 10:57 a.m. as there were no additional comments from the public at this time. Susan Riley From: April Townsend<april.townsend@calhouncotx.org> Sent: Tuesday, November 24, 2015 9:22 AM To: Susan Riley Subject: Wooldridge Road & Loop Road Public Hearing to change speed limit from 45 mph to 30 mph on Wooldridge Road and Loop Road in Precinct 4. Thank you, April May -Townsend Calhoun County, Pct. 4 361.785.3141 361.785.5602 (fax) anri_ town scn �dcalho neotr. Life's a journey, enjoy the ride!! 1 NOTICE OF PUBLIC HEARING NOTICE IS HEREBY GIVEN that Calhoun County Commissioners' Court will hold a public hearing in the Commissioners' Courtroom, 211 S. Ann Street, in Port Lavaca, Texas, at 10:00 a.m. on December 10, 2015 on the matter of lowering the speed limit from 45 mph to 30 mph on Wooldridge Road and Loop Road in Precinct #4. The public shall have the right to be present and participate in such hearing. Michael J. Pfeifer Calhoun County Judge We, the undersigned individuals who live on Wooldridge Road, respectuflly request Calhoun County Commissioner's Court to xaise the posted speed limit from the current 45 mph to 30 mph. 6&Y4%& 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. Telephone Name /% Address Number For ,� Aeainst .--;� -rah f �12.b65 e 3 vlr �; ON di W&&IVAO 0 2 re "i" d,ri f "lot 0 �% tv✓ ✓ vi Zi` P ��f�A" t/`-"�"✓ � � P d �i 21 �Y (`�.1,.1+ -L C-`. /' Y � fry �. i ��. We, the undersigned individuals who live on Loop Road, respectuflly request Calhoun County Commissioner's Court to raise the posted speed limit from the current 45 mph to 30 mph. e, C- 1. 2. 3. 4. s. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. Telephone Name Address Number For Against t 73 -77 r 0 / { LIZ' t ASS /.. MATTER OF LOWERING THE SPEED LIMIT FROM 45 MPH TO 30 MPH ON WOOLDRIDGE ROAD AND LOOP ROAD IN PRECINCT #4: Commissioner Finster made a motion to lower the speed limit from 45 mph to 30 mph on Wooldridge Road and Loop Road in Precinct #4. Commissioner Lyssy seconded the motion. Commissioners Galvan, Lyssy, Fritsch, Finster and Judge Pfeifer all voted in favor.