Contract - Inustrial Asphalt and Aggregate - 6/9/2016CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
AGGREGATE MATERIAL FROM
INDUSTRIAL ASPHALT AND AGGREGATE
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS:
THAT THIS Agreement for purchase of aggregate material, and for related goods and
services, (referred to he ein as the "Agreement"), is made and entered into on this the `� day
of the month of , 2016, by and between the CITY OF ROUND ROCK,
TEXAS, a home -rule municipality whose offices are located at 221 East Main Street, Round
Rock, Texas 78664 (referred to herein as the "City") and INDUSTRIAL ASPHALT AND
AGGREGATE, whose offices are located at 9020 North Capital of Texas Highway, Building 2,
Suite 250, Austin, Texas 78759 (referred to herein as the "Services Provider").
RECITALS:
WHEREAS, City desires to purchase aggregate material for the City's waterline,
maintenance and roadway surface treatments, and City desires to procure same from Services
Provider; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the Bid submitted by the Services Provider; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to sell
same. The Agreement includes the following: (a) City's Invitation for Bid designated
Solicitation Number 16-002 dated January 2016; (b) Services Provider's Response to the IFB;
(c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any
00356934/ss2
-K -9D U::, '�
inconsistencies or conflicts in the contract documents shall be resolved by giving preference in
the following order:
(1) This Agreement;
(2) Services Provider's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein, or until terminated or extended as provided herein.
B. The term of this Agreement is for sixty (60) months from the effective date
hereof.
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the services as outlined in the IFB and
Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the IFB and as offered by Services Provider in its Response to the IFB.
The services which are the subject of this Agreement are described in Exhibit "A" and,
together with this Agreement, comprise the total Agreement and they are fully a part of this
2
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED; SCOPE OF WORK
A. Items Awarded. All bid items on page eleven (11) of Exhibit "A" ("Attachment
A: Bid Form") are awarded to Services Provider.
B. Scope of Work. For purposes of this Agreement, City has issued documents
delineating the required services (specifically Invitation for Bid Solicitation Number 16-002,
dated January 2016). Services Provider has issued its response agreeing to provide all such
required service in all specified particulars. All such referenced documents are included in
Exhibit "A" attached hereto and made a part hereof for all purposes. When taken together with
the appended exhibits, this Agreement shall evidence the entire understanding and agreement
between the parties and shall supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Services Provider's undertakings
shall be limited to performing services for the City and/or advising City concerning those matters
on which Services Provider has been specifically engaged. Services Provider shall perform its
services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5.01 COSTS
City agrees to pay Services Provider the amounts set forth on page eleven (11) of Exhibit
"A" ("Attachment A: Bid Form") for the bid items listed on said page.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 27 1. 101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and
the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to
this clause in the vendor's response. However, all parties hereby expressly agree that the City is
not an agent of, partner to, or representative of those outside agencies or entities and that the City
is not obligated or liable for any action or debts that may arise out of such independently -
negotiated "piggyback" procurements.
8.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Provider will be made within thirty (30) days of the day on which City receives the
performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the
day on which the performance of services was complete, or within thirty (30) days of the day on
which City receives a correct invoice for the performance and/or deliverables or services,
whichever is later. Services Provider may charge interest on an overdue payment at the "rate in
effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
11
10.01 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Services Provider may be subject to penalties stated
in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products or services from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all requirements as stated in the attached IFB, including all
attachments and exhibits thereto, and Services Provider's bid response and as set forth at:
http://www.roundrocktexas og v/wp-content/uploads/2014/12/coil• insurance 07 20112 pdf.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Rick Whisenant
Utility Inventory Specialist
2008 Enterprise Drive
Round Rock, Texas 78664
(512) 218-5568
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
5
16.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re -advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Services
Provider.
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause, upon ten (10) days' written notice to Services Provider.
C. Services Provider has the right to terminate this Agreement only for cause, that
being in the event of a material and substantial breach by City or by mutual agreement to
terminate evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Services Provider,
Services Provider shall discontinue all services in connection with the performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice
of termination, Services Provider shall submit a statement showing in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. City shall then
pay Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
rel
18.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider's obligations under this Agreement, no matter how, or to
whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Services Provider (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Services Provider, its agents, employees and subcontractors shall use best efforts
to comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards, bureaus and agencies.
B. Services Provider acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all
operations on City -owned facilities in compliance with the City's Illicit Discharge Ordinance to
minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of
the City's stormwater control measures, good housekeeping practices and any facility specific
stormwater management operating procedures specific to a certain City facility. In addition, the
Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load
(TMDL) Requirements and/or I -Plan requirements.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Industrial Asphalt and Aggregate
9020 North Capital of Texas Highway
Building 2, Suite 250
Austin, TX 78759
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of nd Rock, Texas Industrial Asph and Aggregate
By: ` By: ti��
Printed Name: ' Pri ame:
Title: (^ Tit e: �� � --,
Date Signed: .(� • ` • (.� Date Signed: 5 -
Attest: Attest:
By: - CaAL' • RVO*
Sara White, City Clerk
For City, p rove as to orm:
B
'. PA —
an . Sheets, i y Atto ey
10
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrockte)(as.gov
INVITATION FOR BID
Aggregate Materials
SOLICITATION NUMBER 16-002
JANUARY 2016
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
CITY OF ROUND ROCK
INVITATION FOR BID
Aggregate Materials
PART I
GENERAL
1. PURPOSE: The City of Round Rock, herein after "the City" seeks quotes with a qualified Individual,
Firm or Corporation, hereafter referred to as "Respondent", to provide "Aggregate Materials" for the
City's waterline maintenance and roadway surface treatments, herein after "Materials". These
materials shall comply with the Texas Department of Transportation (TxDOT) specifications
contained herein. The format of this bid seeks pricing on aggregate materials delivered to the City
and also pricing on the City picking -up the aggregate materials from the awarded Contractor's nearest
site.
2. BACKGROUND: The City of Round Rock has requested aggregate materials on an as needed basis
for delivery to the City of Round Rock as well as picked up aggregate materials from Contractor's
site.
3. ATTACHMENTS: Attachment A through C, are herein made part of this invitation for bid:
3.1 Attachment A: Bid Sheet
3.2 Attachment B: Reference Sheet
3.3 Attachment C: Addendum Acknowledgment Form
4. CLARIFICATION: For questions or clarification of specifications, you may contact:
Mike Schurwon, CPPB, CTPM
Purchaser
Purchasing Department
City of Round Rock
E-mail: mschurwon(&roundrocktexas.ciov
The individual listed above may be contacted by e-mail for clarification of the specifications only. No
authority is intended or implied that specifications may be amended or alterations accepted prior to
solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
5. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The
Respondent shall:
5.1. Be firms, corporations, individuals or partnerships normally engaged in providing aggregate
materials as specified herein and have adequate organization, facilities, equipment, financial
capability, and personnel to ensure prompt and efficient service to the City;
5.2. Provide all labor, supplies and materials required to satisfactorily perform the services as
specified herein and own or acquire at no cost to the City all equipment and tools Respondent
deems necessary to provide for the delivery of aggregate materials. The City shall not be
responsible for any Respondent's tools or equipment lost or damaged during the performance
of the services specified herein;
Page 2 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
5.3. In order to assure the City does not encounter shipping/service delays or unforeseen problems
that can occur with out -of -area vendors, respondent's aggregate material site shall be located
within 60 - 120 miles of the City of Round Rock.
Vendor located within 60 miles from Round Rock, Texas 78665
Vendor located within 120 miles from Rock, Texas 78665
5.4. Be domiciled in or have a home office inside the United States. Respondents domiciled outside
the United States, or not having a home office inside the United States will not be included for
consideration in this procurement process;
SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to
perform required services. The City seeks to do business directly with a company experienced in
providing Aggregate Materials.
DAMAGE: The Respondent shall be responsible for damage to the City's equipment and / or
property, the workplace and its contents by its work, negligence in work, its personnel and equipment
usage.
SAFETY: The City reserves the right to remove any employee from City property for violation of
federal, state, and local health, safety and environmental laws, ordinances, rules and regulations.
The Respondent shall:
8.1. Ensure that all employees comply with all Occupational Safety and Health Administration
(OSHA), State and City safety and occupational health standards and other applicable federal,
state, and local health, safety, and environmental laws ordinances, rules and regulations in the
performance of these services;
8.2. Be held responsible for the safety of their employees and unsafe acts or conditions that may
cause injury or damage to any persons or property within and around the work site. In case of
conflict, the most stringent safety requirement shall govern;
8.3. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,
judgments, fines penalties and liability of every kind arising from the breach of the Successful
Respondents' obligations under this paragraph.
9. PRICING: The Respondent shall determine and submit a fixed cost for the delivery of all aggregate
materials and shall include all incidental costs, labor, overhead charges, travel, payroll expenses,
freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs
associated with obtaining permits, insurance, bonds and risk management. No separate line item
charges shall be permitted for either response or invoice purposes.
10. PRICE INCREASE: Contract prices for Aggregate Materials shall remain firm throughout the initial
twelve (12) month term of the contract. A price increase to the agreement may be considered at
renewal time each year and shall be equal to the consumer price index for that year, but at no time
can the increase be greater than 25% of the contract price.
10.1. Consumer Price Index (CPI): Price adjustments will be made in accordance with the
percentage change in the U.S. Department of Labor Consumer Price Index (CPI -U) for all
Urban Consumers. The price adjustment rate will be determined by comparing the percentage
difference between the CPI in effect for the base year six month average (January through
June OR July through December); and each (January through June OR July through
December six month average) thereafter. The percentage difference between those two CPI
issues will be the price adjustment rate. No retroactive contract price adjustments will be
allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer
Price Index website: http://www.bls.gov/cpi/.
Page 3 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
10.2. Procedure to Request Increase:
10.2.1. Mail the written price increase request with the rate detail comparison and
comprehensive calculation to the designated City Contract Specialist a minimum of 45
days prior to each renewal period. The detailed written calculation will be verified and
confirmed. All written requests for increases must include the City of Round Rock
contract number, solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall be
sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock, TX 79664-5299
10.2.2. Upon receipt of the request, the City reserves the right to either, accept the escalation
and make change to the purchase order within 30 days of the request, negotiate with
the Vendor or cancel the agreement or purchase order if an agreement cannot be
reached on the value of the increase.
11. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the
following:
11.1 The term of the initial agreement shall be for three (3) consecutive twelve (12) month periods
from the effective date of award.
11.2 The agreement maybe renewed for two (2) additional twelve (12) month, provided both parties
agree in writing prior to the expiration of the current term.
11.3 The City reserves the right to review the awarded respondents' performance anytime during
the contract term.
11.4 If the awarded respondent fails to perform its duties in a reasonable and competent manner,
the City shall give written notice to the respondent of the deficiencies and the respondent shall
have thirty (30) days to correct such deficiencies. If the respondent fails to correct the
deficiencies with the thirty (30) days, the City may terminate the agreement by giving the
respondent written notice of termination and the reason for the termination.
12. ACCEPTANCE/INSPECTION: Aggregate material deliveries shall be made on an as needed basis
Monday through Friday to the specified locations outlined in the bid form for each delivery location.
The awarded Contractor will be notified within one (1) business day if the aggregate materials
delivered are not in full compliance with the specifications. In the event the aggregate materials did
not performed to the satisfaction of the City of Round Rock wastewater line maintenance, the City
shall notify awarded Contractor the same business day in order to re -schedule aggregate materials
for the specific pickup. If any agreement or purchase order is cancelled for non-acceptance, the
needed aggregate materials may be purchased elsewhere and the vendor may be charged liquidated
damages.
Page 4 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
PART II
SPECIFICATIONS
SCOPE: The City of Round Rock is requesting invitation for bids for aggregate materials for the City
of Round Rock. The successful bidder shall be required to make deliveries to various City locations
as defined in these specifications. The City may also elect to pick up aggregate materials from
awarded Contractor's site.
2. PRODCUT SPECIFICATIONS: The City requires TxDOT flexible (Unbound) base material, Item
247, Type A, Grade 2 and Grade 5. All aggregate materials shall be delivered to the following:
2.1. Aggregate TxDOT Item 247, Type A, Grade 2 = TCS Item #111: Tested Super Flex Base
Delivered To: 910 Luther Peterson Place, Round Rock, Texas 78665
2.2. Aggregate TxDOT Item 247, Type A, Grade 5 = TCS Item #265: 3/8" — 7 Mesh, Type F
Delivered To: 910 Luther Peterson Place, Round Rock, Texas 78665
2.3. Aggregate TxDOT Item 247, Type A, Grade 2 = TCS Item #111: Tested Super Flex Base
Pick Up: City of Round Rock — Waterline Maintenance to pick up from Contractor quarry
location
2.4. Aggregate TxDOT Item 247, Type A, Grade 5 = TCS Item #265: 3/8" — 7 Mesh, Type F
Pick Up: City of Round Rock — Waterline Maintenance to pick up from Contractor quarry
location
2.5. Product alternate will not be considered;
2.6. Specifications can be viewed on the TxDOT website at:
httP://ftp.dot.state.tx.us/oub/txdot-info/des/specs/specbook.pdf
NOTE: Delivery and pickup dates exclude the City of Round Rock holidays as follows: New Year's
Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving
Day, Christmas Day (and either working day before or after).
3. PRODUCT DOCUMENTATION: TxDOT documentation supporting aggregate material compliance
will be required to be provided by the awarded Contractor.
4. POINT OF CONTACT / DESIGNATED REPRESENTATIVE:
4.1. Respondent's point of contact: In order to maintain consistent standards of quality work
performed across the City, the City shall be provided with a designated and identified point of
contact upon award of the contract to include contact information. The City's designated
representative shall be notified by the Respondent immediately should the point of contact
change.
4.2. The City's designated representative: The City's designated representative shall be:
Rick Whisenant
Utility Inventory Specialist
City of Round Rock
rwhisenanta-roundrocktexas.gov
5. WORKFORCE: Successful Respondent shall:
Page 5 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
5.1. Ensure Respondent's employees perform the services in a timely, professional and efficient
manner;
5.2. Ensure Respondent's employees, while working on City property, wear a company uniform
that clearly identifies them as the Respondent's employee;
5.3. Employ all personnel for work in accordance with the requirements set forth by the United
States Department of Labor. The City reserves the right to verify citizenship or right to work in
the United States.
6. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of
any minimum or maximum purchase is made or implied. The City will only order the services needed
to satisfy requirements within budgetary constraints, which may be more or less than indicated.
7. PERMITS: The successful respondent shall obtain all necessary permits, licenses, and/or certificates
required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified herein.
PART III
SCHEDULE AND RESPONSE INSTRUCTIONS
SCHEDULE OF EVENTS: It is the City's intention to comply with the following solicitation timeline:
EVENT
DATES
Solicitation released
January 7 2016
Deadline for submission of questions
January 14, 2016 @ 5:00 PM, CST
City responses to questions or addendums
January 15, 2016 @ 5:00 PM, CST
Deadline for submission of responses
January 21, 2016 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted in writing by January 13, 2016, @ 5:00
p.m., CST on the due date noted above. A copy of all the questions submitted and the City's response
to the questions shall be posted on the City's webpage in the form of an addendum
at http://www.roundrocktexas.gov/.bids.
Questions shall be submitted to the City contact named herein. The City reserves the right to modify
these dates. Notice of date change will be posted to the City's website.
2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website
at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein.
Various updates may include addendums, cancelations, notifications, and any other pertinent
information necessary for the submission of a correct and accurate response. The City will not be
held responsible for any further communication beyond updating the website.
RESPONSE DUE DATE: Signed and sealed responses are due at or before January 21, 2016 @
3:00 p.m., on the due date noted in Part III, Section 1. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Mike Schurwon, CPPB, CTPM
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
Page 6 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
3.1 Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,
number, due date and "DO NOT OPEN".
3.2 Facsimile or electronically transmitted responses are not acceptable.
3.3 Responses cannot be altered or amended after opening.
3.4 No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
3.5 The City will not be bound by any oral statement or offer made contrary to the written
specifications.
3.6 Samples and/or copies shall be provided at the Respondent's expense, and shall become the
property of the City.
5. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all
responses, or to accept any response deemed most advantageous, or to waive any irregularities or
informalities in the response received that best serves the interest and at the sole discretion of the
City. All solicitations received may be evaluated based on the best value for the City. In determining
best value, the City may consider:
5.1 Purchase price;
5.2 Reputation of Respondent and of Respondent's goods and services;
5.3 Quality of the Respondent's goods and services;
5.4 The extent to which the goods and services meet the City's needs;
5.5 Respondent's past performance with the City;
5.6 The total long-term cost to the City to acquire the Respondent's goods or services;
5.7 Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they
are proposing. This may include a presentation and/or the request for additional material/information
to clarify.
6 AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single
award, split award, primary and secondary award, non -award, or use any combination that best
serves the interest and at the sole discretion of the City. Award announcement will be made upon
City Council approval of staff recommendation and executed agreement. Award announcement will
appear on the City's website at http://www.roundrocktexas.gov/bids.
7 POST AWARD MEETING: The City and Successful Respondent(s) may have a post award meeting
to discuss, but not be limited to the following:
7.1 The method to provide a smooth and orderly transition of services performed from the current
contractor;
7.2 Provide City contact(s) information for implementation of agreement.
7.3 Identify specific milestones, goals and strategies to meet objectives.
NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues
only. It is understood and agreed the City shall have the right to terminate the Agreement at the end
of any City fiscal year if the governing body of the City does not appropriate funds sufficient to
purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in
Page 7 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
question. The City may affect such termination by giving Vendor a written notice of termination at the
end of its then current fiscal year.
9 INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities may
be extended the opportunity to purchase off of the City's agreements, with the consent and agreement
of the awarded Vendor(s) and the City. Such consent and agreement shall be conclusively inferred from
lack of exception to this clause in a Respondent's submittal. However, all parties indicate their
understanding and hereby expressly agree that the City is not an agent of, partner to, or representative
of those outside agencies or entities and that the City is not obligated or liable for any action or debts
that may arise out of such independently -negotiated "piggyback" procurements.
PART IV
RESPONSE REQUIREMENTS
The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every
requirement specified in the solicitation. This list is only a tool to assist participating Respondents in
compiling their final responses. Respondents are encouraged to carefully read the entire solicitation.
Respondents shall submit one (1) evident signed "Original" and two (2) copies of the response requirements
including any required attachments. The samples and/or copies shall be provided at the Respondent's
expense, and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents
are advised that the City will not pay for any administrative costs incurred in response preparation to this
IFB; all costs associated with responding to this IFB will be solely at the interested parties' expense. Not
responding to this IFB does not preclude participation in any future RFP/RFQ/IFB.
For your bid to be responsive, all required items identified below shall be submitted with your
proposal.
Attachment A: Responses shall be submitted on itemized, signed Bid Sheet provided herein.
Failure to itemize or sign solicitation may result in disqualification. Submission of responses on forms
other that the City's Solicitation Document may result in disqualification of the response.
Attachment B: Provide the name, address, telephone number and E-MAIL of at least three (3)
Municipal, Government agencies or firms of comparable size that have utilized similar service within
the last two (2) years. City of Round Rock references are not applicable. References may be checked
prior to award. Any negative responses received may result in disqualification of submittal.
Attachment C: Provide signed copy of the Addendum Acknowledgement Form or a signed copy of
each issued addendum with bid upon submission.
Additional Information Requested:
Contract Information: Respondent shall provide information of any current established contract
with a local City, County, Municipality, Cooperative Agreement, Comptroller of Public Accounts
(CPA) Texas Smart Buy Contract, Texas Multiple Award Schedule (TXMAS), General Services
Administration (GSA), Inter -local Agreement, or any other contractual resource.
The following items shall be made available upon request by the City prior to award and the approval
of any contract:
Proof of insurance for General Liability, Worker's Compensation and standard automobile liability
coverage as set forth by the Insurance Requirements as identified on the City's website
at: http://www. roundrocktexas.gov/bids.
Page 8of13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
PART V
CONFIDENTIALITY OF CONTENT
CONFIDENTIALITY OF CONTENT: All documents submitted in response to a solicitation shall be
subject to the Texas Public Information Act. Following an award, responses are subject to release
as public information unless the response or specific parts of the response can be shown to be
exempt from the Texas Public Information Act. Pricing is not considered to be confidential under
any circumstances.
1.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential
must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that
section of the document. The City will not be responsible for any public disclosure of
confidential information if it is not clearly marked as such.
1.2 If a request is made under the Texas Public Information Act to inspect information designated
as confidential, the Respondent shall, upon request from the City, furnish sufficient written
reasons and information as to why the information should be protected from disclosure. The
matter will then be presented to the Attorney General of Texas for final determination.
PART VI
GENERAL TERMS AND CONDITIONS / INSURANCE REQUIREMENTS
(ITEMS BELOW APPLY TO AND BECOME A PART OF THE CONTRACT)
1. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth by the
Insurance Requirements as identified on the City's website at: http://www.roundrocktexas.gov/bids.
2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's standard Definitions, Terms and Conditions, in effect at the time
of release of the solicitation, shall govern unless specifically provided otherwise in a separate
agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject
to change without notice. It is the sole responsibility of respondents to stay apprised of changes.
The City's Definitions, Terms and Conditions can be obtained from the City's
website http://www.roundrocktexas.gov/bids.
3. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt
Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within
thirty days after the acceptance of the supplies, materials, equipment, or the day on which the
performance of services was completed or the day, on which the City receives a correct invoice for
the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late fee
(fee shall not be greater than that which is permitted by Texas law) for payments not made in
accordance with this prompt payment policy; however, this policy does not apply to payments made
by the City in the event:
3.1 There is a bona fide dispute between the City and Vendor concerning the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be late;
or
3.2 The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds; or
3.3 The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor
and its suppliers concerning supplies, material, or equipment delivered or the services
performed which caused the payment to be late; or
Page 9 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
3.4 The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or agreement or other such contractual agreement.
ATTACHMENT A: BID FORM
Page 10 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
Solicitation Number:
Solicitation Name:
Opening Date:
Opening Time:
Opening Location:
PURCHASING DEPARTMENT
221 E. Main Street a Round Rock, Texas 78664-5299
#16-002
Aggregate Materials
January 21, 2016
On or Before 3:00 p.m.
CST
City of Round Rock
City Hall
221 E. Main Street
Round Rock, TX 78664
Tax ID Number: 74-2766027
Business Name: Industrial Asphalt & Anewes
Address:
9020 N. Capital of TX Huey
Address:
Bldg. II, Ste. 250, Austin TX
Unit of
Measure
Padraic Dillon
Contact:
Telephone:
908-489-4995
E-mail:
padraic.dillon@austinmaterials.com
Website:
austinmaterials.com
HOW DID YOU HEAR
ABOUTTHIS Newspaper 0 City's Website ® E-mail Announcement [:]ESBD Other
SOLICITATION?
1st TIME ARE YOU
RESPONDING TO�YCS ® No REGISTERED WITH ® Yes r-1No Registerat: ruundroektexati.y0�•h'cntlbrcrn(ral
THE CITY? VENDOR CENTRAL?
Bidder(s) to quote pricing to provide Aggregate Materials as follows:
Item #
Description
Quantity
Unit of
Measure
Unit Price
Extended Price
Aggregate TxDOT, Item 247, Type A,
Grade 2 = Texas Crushed Stone, Item
1
#111: Tested Super Flex Base
5,000
Ton
$12.25
$61,250
Delivered To: 910 Luther Peterson
Place, Round Rock, Texas 78665
Aggregate TxDOT, Item 247, Type A,
Grade 2 = Texas Crushed Stone, Item
2
#111: Tested Super Flex Base
5,000
Ton
$7.25
$36,250
Pick Up: City of Round Rock -
Waterline Maintenance to pick up
from Contractor quarry.
Aggregate TxDOT, Item 247, Type A,
Grade 5 = Texas Crushed Stone, Item
3
#265: 3/8" — 7 Mesh, Type F
2,000
Ton
$12.25
$24,500
Delivered To: 910 Luther Peterson
Place, Round Rock, Texas 78665
Aggregate TxDOT, Item 247, Type A,
Grade 5 = Texas Crushed Stone, Item
#265: 3/8" — 7 Mesh, Type F
4
Pick Up: City of Round Rock -
2,000
Ton
$7.25
$14,500
Waterline Maintenance to pick up
from Contractor quarry.
Ivu I t: ADove aggregate must meet I xuu 1, (tem z4f, I ype A, uraae z or l ub, nem m i 1, ( xuu 1, Item z4f,
Type A, Grade 5 or TCS Item #265 or approved equal.
Page 11 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
ATTACHMENT B:
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: IFB No. 16-002
RESPONDENT'S NAME: Industrial Asphalt & Aggregates DATE: January 15, 2016
Provide the name, address, telephone number and e-mail of at least three (3) Municipal and/or
Government agencies or firms of comparable size that have utilized similar service within the last two (2)
years. City of Round Rock references are not applicable. References may be checked prior to award.
Any negative responses received may result in disqualification of submittal.
Company's Name
Travis County Purchasing
Name of Contact
Rachel Fishback
Title of Contact
Buyer
E -Mail Address
rachel.fishback@traviscountytx.gov
Present Address
PO Box 1748
City, State, Zip Code
Austin TX 78767
Telephone Number
(512 ) 854-9700 Fax Number: ( )
2. Company's Name
Williamson County Purchasing
Name of Contact
Connie Singleton
Title of Contact
Senior Purchase Specialist
E -Mail Address
csingleton@wilco.org
Present Address
901 S Austin Ave
City, State, Zip Code
Goergetown, TX 78626
Telephone Number
(512 ) 943-1553 Fax Number: ( )
3. Company's Name
City of Bastrop
Name of Contact
Trey Job
Title of Contact
Public Works Director
E -Mail Address
tjob@cityofbastrop.org
Present Address
1209 Linden Street
City, State, Zip Code
Bastrop TX 78602
Telephone Number
( 512 ) 332-8920 Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 12 of 13
Exhibit "A"
City of Round Rock
Aggregate Materials
IFB No. 16-002
Class/Items: 745-02, 750-35, 750-52, 750-56
January 2016
ATTACHMENT C:
ADDENDUM ACKNOWLEDGMENT FORM
NOTE: If multiple addendums have been issued, respondents may complete and return this attachment
with their proposal in place of the individual addendums to be submitted. Failure to provide either this form
or the individual addendums with signatures may result in disqualification of the proposal.
Addenda Acknowledgment: The undersigned acknowledges the receipt of the following Addenda:
Addendum #: Dated:
Addendum #: Dated:
Addendum #: Dated:
Addendum #: Dated:
Addendum #: Dated:
Respondent (Company): Industrial Asphalt & Aggregates
k A
Signature (in ink):
Name (Typed/printed): Padraic Dillon
(r -
Title: Aggregates Manager Date: January 15, 2016
Page 13 of 13
Exhibit "A"
"��us��'d5S^'(»';;t;'�,� �: �;°, �f*. s'•M' <?�a;,', �'Tt,�-,"',f .r s �� {it� - '�y � +"�,•,,, �'�.f ryy��'r�.�,.'�i •of yka`,'"''�"W.4
F"a'.s�to�•7 ,,•t9+'9��?r��6yY,�^,...� ra': �,• •rc,}� is.
:.'�t.�, r, 5 't r '.+Y s. �,. �� K��s .•s ,g rcr l3 �}• .,,r rg�!,tti�� ,�'t t4,, V�f�^,�T�.x ti•,r i4t'�L'� 'J. �N,M s� �:s hr' t'•.
• .s �� .P t ,t )ie•�.'�k n ,1 �}.'�a� �', >�r4,sagZ`.,,� �s+�. '�`ss �7/�-�' „� i�E;\',.,1;,, °sr �, `a,Y .G '�. r?
Y� � • � ��'. "� eft,.. �. �. •� ' (� � -`�art°� :;
03 w• .� a.,1� $ •v, 4 sear b �"r�,j�y;�'tt � 1� s..d1 `•`'+tv",. 3' �,�x .,�:yY, .'t ,'t -, 'tF tet., �
•��.a sJ,. ,->,3 r., k �t. 5 `J' .mfd h:n .7�3. Jif ��, ,Cf�' t^' 2" �.,''�u. .�J' ,.vY,.
L;c4� ,s 4t ,r3A''' .S' 1 �:•FA. •�:.r ,� �, •: ..ev, f a"`�''•�5, i �sr4,. ,,�a. p ,'�.�`..w.�, � '�,Rj t, ,+�,�;t
'-'2q. ''/'x7h5 ,.V'- �`,. :`�. ' 1' 7.. .{�': a" -:$'.., r?� -Y y .f 3,• 'tY3 .�
.W„ C �! Jt� .4;. h +�a .�.�1 .'� bt,,.S'\.. +•5- .k�.. 5 .k... ,N•.. k�, i°�'. -+i�. 1. ✓ n�
,•e.•� {.F,:- y. . - >j.:, J. �� , ,°.+� . '. . ,' ,�1.} `.. .ga'..., c,�.., ,9, r,� isZh t•,I-t, ,u)'- ,•.�'t ,fie., ,o i'>, x ��a.
..rIL,. ,•x. oi.'�
.>,r ;� �... �', :t- �,., �'r; .�, �G' r..at;9�f ��a'-tr ,�r'} •wK�; a /,.. di�u � •fit, ,'c ;i,�. s;, '�y�}Nr, � ,�a
P- L,, w 1 R. �, 4 , � .:a.S'. �-.?t;�r`..t �.Y,�A`.+;'F .C l o�A°'1'� �Y t, Yi t @s919:.t,P.tib, Y J �7 •ye 3y
'�'. �- '!' ,y .'�7�. dt .��+ .Mi• 1`+zk,k'J�i "i' /� ,�ttV 77�.( z�'� ,'6t ::9' �.,5 i� >`r i4 a'1 }.. t °'fr ,R'7 '�, kfr. .,'1'
#.. .�. ':J 'A l.. �! �,... �7..9. •Sr ir. ,,F""'e t:'4 V".?Y '�lul:�1: t�• �{.f' .�L.
} . ,'^Z �`p. v, 4'. ,.:i: •41 '4 a.�'ilv,`-yti: ,..'s :'�{ F• Sa. N.•y�c�" y., m�• ��U.y�.RN:Y�7s J+,,y{(ty.�+t K!(.v'� r�'u.�•3 `tat S°is v,
�,''y:t wy �,n !ttr �,;
+9'i �,.. a-,,t ,v $S 'a m,•�P• 'Y e .1 I.�.r A P� �",,' � u1 .j "'yw
�. � q 7�' t� $r�.Y �5'. ;f •ttA,.'�} ` ,5�y �,.�i N'�a � n'f
{f� <�' •d.`.Y f„ M,� ,y„ C A >�,. '� il:' ...,�V.` .4 1i �rf� vS''tt.. /i�EA� '«y `
1' �v, 'S''+.' ,�i } °. 4 7 �1 t:f.. `"+'f.•n:.``<�, 'Y� ,}4 .ts%� 1' ,^r. h ,�', :.'q+ r r 'R
I .¢. Z�' ,k' I r,•' ,. 1' i. $. �:��"..,. 4fk.• r�+r., ��':' a ,�?1'+t t'�w,t�i �,:y,.. Y•Q "`�'',' •��.
t "��� {•, F� �'?' Ai {;t F' Az:. � ,„ .rari. � °•,. `�: xh��:,: ' IP!•�4 .,.
.+; , rp tt. C „� :•,`'• 1^, �Sar .,t ,.. •�"� r K .i , �,''s.,}rr ,3 �+,+#`, y s�J,wrt {4
4, "i'v x r'.�':, Aa- ':,3. Sw5� a, �.agg� .�/fi. r{�a}e, $�1 't,a 7•, 6 +.>�.R,
ir' "a, ,, ( �f�• �,� �,�tr* .�hz , r .} t� ,;<; �',. .� ^•, a
£
•� i. a.t M,d :!t rr ' "� ��i r�,_,�`'.� }'' �,.5,� . ,�' f' aC p2�a�#F� r [ �' n �3; ri r.< ,ter.
tl�r3, �+ .SS �;.. .;'., t ��,y� (i :°n:31, „'S„ 'P'a,. ,•.'�' .i vA3k' � s:,ct. '�'
d,.,A. � v - k r��k'^ �}��„.I •�. r�;�. '`s-U ��a'r�^"" �: vn q � ;� :.q yia,;.
;;R:� r r k. fid',.r r // u•t '�•� `}�: u��,,k �1 a'.a � ,
{, a .' 1.' ,�y •:ivy .� "'! � h'r ''�F. 4 st (@ ,.Z Vr i� _ y�
.lY.>. .'S �t' 1 u ti {^r //rr��.(. F1. V .:� ,+: t.���q t,e "'iS A', •K�"s"+ u. 'q h
ry i����t°y�7q�✓+ .�*, t� 1.fiti �� ,k 9 a1 1. ,� .S' (r. .�. �. 11 7 .
°',. f'' k s`° 4, r tf, 5tr• s,LL�''�`�" r',,�t �„ '.`.at�# ,, -QS`l 1,, �,
��� �' 7 :«. , %4.".2` q> t.. .Y.��� AL�.t ����.<3ebt�tt.'• .�.s �. �``. y� 't: .1$ YAr;
a-•-t_ 1 't r�r:. ��, n tjr'�R. .;s rt N:�cs^'G�`���1�,. �� ,�, e.r`•," -v' 1 a,.,.� ,Vi, � ,,"�,'•�,r,
7 xh '.,�['..J, Ls. Z 'J,�5 .Z �m &. tl S. ,r.. �ti � � •,:e;' Yt•r
�.r. y��a!: .y:t 4 lt' 4 n- 't yy.l. ,h� •1.ate. �pp ..�' 4 .1r
iw y44 �. ) ?��3.'� •! ."y;1 `r S ,b:-• '"4' e i '�+'�' ,:tux',i
�. ��5[ 1 r t' �y,�y..s'}�•.,C �� ,a F ,�D.. te, ,yr j, ;}yt}��'�'.JY), a qi k '',�Y
"q%. r" x>.� .L"+i'•'+ '�9:.��a:. .!' �/ 14+y.. (d'37� d,•f - . ',yn�V^ 'W './� q at.� '�'`2
.,"t,.4+Y� ( 7"t"'r C.N,' Y fp,;,• tt"'�+�' 4�'. e .sfm? .�%5•�1.,�, ', .t, �, .'Sr.e i�, v9�,
`` I ;�: L� ,,,sr�; t{.��g„ ., 'Y L .;� iu' hi' Pxa �``'•,�' '.,d' �t ,\ ,� fi'
c N N%` 4i. 'F' •'}, A �L a �. .Y•, vS ��;;� '.H-. -a l t •7
r j �.. r. b�`�s �: r. Y',�i'e1,i.,' >(� 'v`4t`c,. •fin' �.• F, e rtw,.
�{ 4 {}Y .$ ��',' �'f k (. $.`.. -r✓ 6a j'°' pp.�,,//��"ky � a,;{ R. ��� 'p'y ��
} '�t'4 !" k ,p +{ •7S ,,s�. b', Y,.• A ^K h ,p J c'f .• '� y h .4
t '+ ,d � •t� .r� +,��",:h,' ,`t4P ,'�. � � ¢; t+ Y•°'v�t r. •'(tan s� i"• .� 1•.1�� ,1' �''' n
�.t; �." +�� '7,wy�J'' a�-+v •� "�+.0 a .,�i5 431'+ a�t '� to 4r, �' '2' � x��rr +(,•., �$,(7%j; ,�'"t� v !e•r� .#t Y.Y
,�v '4'�':
A f d c,I� 3 a 1 ��''� .i:a,' ,}k J.." ,y h' ��4f �.n•1.�f �' Y `��':^r� .i,P'' .4^. '4•r'. {.'�a.�. ..1 'y�'1''.
�r f`3�4. -'DY {J�¢ n e%rss�,�l �7 \ S yT,,•;°t.,."atl�f�•�a°.Y p '�.-,.•�.. 4 5 xt 4
73? +k 'Y��# , .'9 Y9u- .P \ ��' M� 1.. 1 1. '�i:...'�'."lrn. ,LZ1.• f
.Z` .' ,� `�. £�' . f' �.r* 4 s'v .�, Y�' n}.f',� .,._r. ..I _ •. 1 .v'.k,"�>q�;. .3, ,}'�. '•+ ik .0
F�. ':•t t °i• �� ,S n.. .t. ,,�r'ks � '� --.�...,!.rY n rf1;r..�G.� a�.^• a'�,K,��!Ib�k, � ;`��'t.., k��`,'�:1��s`;��a. t4` ?�''a
'�.'}r
:�.h� 'y.. '� ,p+,�,•�, i � ? t�� t�r 1qY",`,� ,�arh,1� �, t•� 4?... ...._".....�t .r,..,,.,._..rM �t�yy, �;}ld',fi+,.+v r,2.fz fk�,.. ;•�"�°�'
�r•..,��?•`ice 1���P
r:kt F� �r3[n•, ,r', R'�°; ��l1"l f r � �.` },�yt � 8�4�;• ,t'�S tr •,[„.. ..,�`,M��r r �J'�9"N�Rt°j�. �cp'4� v ti:.R,' rl� .� �>!`;t"
?' 's C';h, t •}''. �:.t 4 u ",3r t ,rg ,;'��`�,,.
,5" 6. ,' � �° r I'. a•
�/7 tVry�rg77� ry�L�Ad
i:: r u �1 Ff.. 'kir F 7:. r� �.1, ��Mf"f£ '�'t•F ]�� �.!1.Y SL L>S.nl.u� �'�s�f ""�•1+b,:-I {t r.+,� ,�'�' �'„ 'klt 3� r f •�f�i
�1 rl�
t �.� ;:as, � 1;,•� '�YD t•.:T:x3':�ay\I: x,. t±,, Vl,, t r kk a c �•,
r' �,• q'�,,,� �'4.�„�•' � 8 , �"'�>_.� e. .y;�",±i�sj�;-� ,/t� �x�,�,': y, ��i.R „, .� 4�v,�
�✓ .6'rl:" ,?aji�� b r"Y:..a'�tr!ir��� _��� kP"'jr'3,.�{. t'� Nt �4 'i �''• ir° ?r',5 "d a1�"�� 'lt C}°'r- - I fi� '` .. �y� 'W^ 5 `:'4
.�'.�{ S �a, •.i."� n •?7. �+i �lpi� i�',,•r�'t$"`" 'S"r, u � � �'i��a�',�.ts�r e ,js�, ;, �• ,s'^rV� 'n
•`; � r.' .t{ `,��,rt'e,� `rf+' .'S=-:� r ��r'I z '� F%" �w �'4�i �+�' }.t�x- �J,..' ,=,R..' ,.'d `��' S' �'�' �` t
,
�'Q<.,'�1� �,..",y�� �a 't fY�Pa 'k` t p"''{' C r�M.`r`", 'k ; r�ti .'•F, fn-. .,;k'., 07t� '� , ',,4 �`5�' n.��qu- Tt d. r� 3"' St fi .`�f�4
4 q,. R'jl fX'
S�t`<-a��o',. �»�;� � r� ,(csr.; 6�"^✓+. q '� ;i��tst� r,y k r 9�,t .F I} � °1<' � �.:°�.m+�i 4
,
't.• '��� a �$i� � �'' t,�a'� '��v 'eft.,� ��'..
NRic;tu7�:.vL',"7iu���'�i.s ab<}^'t�6, n.+�«�'d.�lLt're' ppp.?r+%g'yy.4i ka,'P/ &vA?,Y+.f t'ii, ';.r'+".'•T:7Y�,rq,..;^',••yc'4,:�,,;NYPtr h Capital of TI9vvy.,Building
11,Suite 250
J020 Nort �.w•-K4�.,1,tct.'?7,L�h[',,(�,�.�-'C�.>�j��+ S�r.'.��\���:+r..r'-` ar:. �}Ra a •��1rrjrlL�R"�.?,.,+f'"�>;',+�E�^.a'v.q`b.�.�`'9,,.�•r`�.'�'r'�'''6Y�„}'§,,''>f'N'
�
+^
�":�� Austin,Texas 78759
a �e�.. 9y�Ar�� •.ti' ��.
4r" t I>v • M �;y
�t., � +'nib 1p I�. ..' .fit,.. .' S, 'i4�1`c�'t.r��'1 '� F.,.�,n� �?:'� ��'•�i 3''4`,�'t�'��ia r>.+;�}' UJ' T s�i•� � '�'k� "1{
ry
' is , yt .D�li� � ,#'� � v F� ,, ... •;�,:�.�.:,�..:,.: ���� '� ���� 6 �',� -�•�` � ai .r7k�
y
y�
7=7' 1 fYs-5T 'S r yC L ii,F
�,wa 'vt�f� t t`�u ia`^ gvr,�,��'.: �.� k:txer� "'�'�' Y toV',y8S3 S ��t�'rF•"5t, ' d:�+!kt ��,7 ,����y`�`�j'��r'�r�'
City of Round
Rock
'1'i C ^tF '� x �• e iv+tr , ,` ,_ '•V ''` '?aai�
Aggregates Materials
b
pid No. 16-002 j ,h ,v p• ','�
tr ; yg� f • ra ; January 21,2016
`5 �3 r lu r 31 ,r Glfi 3 ,tx41 4 ( ai `p y'"A
i�4�1F,= ° i a , "' ,�, r r'7: ,� t�' n}•i '��ry 3:00p m
S £'55 i NfMMu, �•o-� (r�r d s�s t ' Z�
,y, '.� atwry,... r t yp } Pi" 't, 1�,.` ., 1,. '4. � Y-r� �q' +7 f�7. •a k: ,,�,
�¢;"��8k x ,�� r, '�� � �� •P��1�..• ,� t'�• 'F��r �g 1 �'l�"-0�`�,°� �,,•, � t N,�j � r ��'•�''ih
k� k�,r,5�. Sr �� �}u .5 '� LM1'+ -r•rt- fit,:ii�+�"(,3:: •��;' �a Sw � � ,Fix D�'SY} :t,. 5 -5 ,.t.Y' q�q .�'
,
,:cS �Z�.t, �RC ���, '' K'•', u r 'N v•e .. _-. .._-.._.__ __._ ..- e+1�.. , �.' �'+ �. 'h. ��"- ,��+
'�3;� ;.rt, rhk s •>rf y, _ __ ;ry ^, �.���a tia.. v °s` t t. � '�,r �. �;, t�'� �fM� ' �'+,,+^ir
�`,}:.n r 'rc, r �' `q .� ,,,.�., {I, k,� ~,,' s ,> 1;' !s. °R' '� '•s^" ���,v K ,>�aSA•q:.
3�ak 9 ! c' r✓ ,,,�r A!, s
�.i'-:.1. 1"S t)' �it�4 's '1 � ,•e' �,$ 'u "a, w y,
.'.0 h•B i � ,�
1.
�i V '§'• t r � �r', M � o •fi 'f x Ry it,'
'2; %(` .L� r �c`"t, ••� ,,y.,o "t': r' i� r I. i* '3,° a.' a4 �Ij�rr{ ',d -�, ?.r; '>.
:i^d,i'4- }'- iQts" <.r i '"^.5 `'(w� ,.v*, r.•,�•J. ry", ,y � f+`. �•t. _ 5 L• ,,ll{{ Y��3
.u s _ aY '� .4 � 1- 4 ',Y w jjarr tti','�,- •,a •:}" UU'' 'P'.-•-�"lt�
p X 1. S w °A x � ,.�"° ,t ��,���� ll•&' '.r. a', t J} +.yn 1'.
°4; '�7•'P- 'k; et' �¢.0 �,y.�.. d4` d, ".1 1 .�. ra x p h'' d '4 kR' ,� s
�£ "�,.: l' �': f.. 'n� 4.� ?s�.. 9f:tw G,-,�-> `�N�..>T '., ar.+ , :r',. -,,•h
'., ':�'Z�u .f6„ `n4,. Sr '`� A+A ,'a,`��M1,�.A ,:1 .k�? .r A•. h'gSv`' h 'y�Wa „s K, t. t
Y�'Vt"' 1� x, ,�n "'� ,a. 4 ''�.� , '.;t, a ;d' ,\ ���ppL n /.,., nr• i'' t.
f++.ai 4�+p d .f 7R' >r y �(s .S 4 'ti(PY �- `F {y .�J.' ,7, .t X. 3 r i„� '�' 'f•,. ,},}7' t5'v� ,M.,9•
7,,yS (J�`,p' 11, 1� �� (, 'C'' !�r!•r� 'Y}'.l iF.. y, 4 •e� it St n 4�A
.k+r 4 rr ,.�` rM. .l�L 'SS }" #, t•1
,
..}•k�'.�'. ,i,. s °! Y�YI •f ♦ . '-•:•, ....r ".S« t,•". t [r i '�. c '�' %+' y' 't'r
,- y '�+ '£�F.•u }'F .1 idT, .s �. x,f'.,' ,-.v9.y,. .�r r7 Tx .�,.. 1
:tM i e .i :�;`,7, �q ,J ;Ia y, :j �s.'� .;� ��yy of' "1'. ',`•ist _,{�Z�,' ;o- .'�7`d } 'h 'ti�, ,} •r�4.
�`�y a 't," �.. �: "�D a�,t, r�+'. vI9�.y?k ?l:'.-rc..,w f E FS`R 't.,� 'v. } .t' •"taA�! 'n. :2` �� 4. ,�., 1 .�,� a
NNW,
\
r� :vt -' rR� 'r,7, r'�� 9 t• a4:�'y r' :,�.t Cac,. h 5
'�.•• ie �.... �'1 n I`1 'F .�7 �s. I I, r .!, f �f t� u+''!4.t6 r4T .7l
y
' � q''1 •� •l., ).} •'i', IS M,,�r •� :..r.S..II'iN' \4Y.'
'`'� �' S by � C•> ? f .ale, " D'•�ei rt, ��7, a'� v., :i, )
�x '�'Dvt`�.. s�„r �•, ,t 'lly� 4y,,��b. t". '' S�qq >1.5�7?:�1yA'', ,�..' r5,
'q�'3,t •'"t' "}.'' ��.. .R�, w o-�,,.,t,.'a' D.'h+4. +b ,tit .'sGla 1�' :A� 4,q.,..�,it
t.
93✓-., r ,.,- 7t& F,+ .r t 'vi%;{'f T"• �*,'• ra ,tyl'. 4 .S ��q� (" - h?4:4':�,''r'ta( ,.t} , �,u r„+.�
a`��`° � 'r ,, ���r �' ,17. t�, A,,P, r..e�" ;v•:t• ,,,} .�' •�`� � ;� �. ,s- �}: �rr=•:,, ,tri � ,. ��.
�. ,�1.,. § n S.r r,;,:,: J � q•,� tFr� .••��`a, ��!�,s �, ''A' � D t �, Mfr- ,. ',t�',`,,a�a3.�-1, ��
.t �. '6;a. '�i� „,tC9 �� a: .'i..(, a t .y�. .$Y '.�° �'�v'•F„�'•P �r .'4. t ,n°.'b'�. 't 'k
.,i #.. '6. .�' st i:. r N' 4 '"'�•, �,t t .'S�-3 1�: y Yra f.: 1. „"i�>;• r ,.. -"f>• tr,^k:t. .1
:• ♦,� vt` '7�W, M � gg 1N<� 1,'A M1 , .n '<•r L"4:r:' 1,7 :r` R ,f
•,r '3� } a' ,• )1�.c <°d ,Y .,{'' ?n' ,tl.:,.}'�. Li" .ria - Y �r'.�. •Y. �� �.
e.P r�;i4 ,vk� .•,tt ='e�j�^yy<�,vy s �� 'a.k 'r ."`i`s,S t+ E v2',H. .r�{' -c Q, zy� f �'��u�',`�(��1j�• y, "e, �C
l +q' },. .q,•+''4•:'AM1�g' d lS:'r(.ti 5 �. Y.' Q•. �, i+t. tjtb1} 4$'T•'S'•
t'. r t,a.•^� Ur .,i •T•3r. R'. &4 �+'.' ,/ of � j' ,�? .a,,..
r�: ,>F 1 t a q F. Y+ {j,. �,a sr4? d�Y .� .r yy •+xrU' �T.,.
f_�2'��'' ,rT, �r F, ,.� �i b F �d\4=''�+,,f- § �� .,.r' r`�' :Sl .,�•„ ,`!, , t`Y4u”. J} �, �"e y�'q?
''f ..f' x• S J '�H.�( `,;. ..al�,r�; ,i��i�'Yi,1.f it ,n, .,.,t. `V' ,rr1” °r},
d, S. 'ix �. ^�, t., �.• ,1 ¢ �3`�7:, ,iT17w: pI.a75��• 3Y L. ,y�Y tf }�r �...
(ti• ,5. ,5 lr� �+'"� st ,'/�rt.'4:7�' Jr'r+" l 4V� Wf'.'' _u ��i°. �.+�:Gr n•�'f , t `�1„^ x �. .,. 't
ir%-��rrr,•, gg__ 't��,+.���.'a:y '. t l ,t 'rt"6':'?r i .a� ia, n L;k•A.J�dr �t, ,
5� kt i.°7 �'uysJ v.�: 'f .i. -L• :iJi.N" rC,• �.'y ,'}��F '3 r r�.
P r S� phi',`.* 0 1�;. 'V" ,is h �g�'Y�'r��, t•i�i a 3 ,�..•'�•t�i 3. 3 ,q ,.a .M ) 't`� r•,J
�.rn' -�. •k'Iv. ���, 9r. � �. _ .# �',p 'Cfr'' y��i 1pe t� Vii- k �, ,�. y ,S��-i -('f�. r'
N, 8 n 't° !+ �. 1 :w'�. ,� 7�,X }� •t,. c,. J zS� ,..'q'�, �,, i '4. ,1 rA"n. ,1�a'.�.
-�. i ,y.,T pt'�"_. .6v>: ''•"� t.w .i, i`' "c�'''�J`,r .£' �' t}r 1Sf �,, F
7.
'�'. � ';4 't� �Y ,� h 6 >; t2f'rx%• ,, 7 � r <, y '��! .Y, f y t S ,' >�) 3 t {,t
F" r•--� F�i � y •..,�, ���t e •�F � \1 3'a, A da °,7�., )�
'd1,•�`49 �' i.�Y �,,".:�,�^1:., ,.rJth `�`e.�7�a. .�c, .1.,� 'k(.r.'��,," �'�• ,, .,�"�:,. i ��ittZh� 2ir�Y•L.",a1'S�PI.,� kl ..aa� •u'Y.GLS.�en4a�.L^��tt?,.:ti�
3it`�FaTUm.� ,Y'r ,.
iG'+iY .< ''E��S�:�stS�x,�K w.a ,''�'.., ,_L i`':�ut , ,ai.• .,.. � +'�
Award Recommendation — Utilities and Environmental Services
Aggregate Materials
Class/Item: 745-02, 750-35, 750-52, 750-56
January 2016
,a
�g
Award Recommendation
TO: E.E. (Ric) Bowden, CPPB
Contract Management
City of Round Rock
FROM: Michael Schurwon, CPPB, CTPM
Purchaser
City of Round Rock
RE: Invitation for Bid No. 16-002
Aggregate Materials
DATE: January 21, 2016
Invitation for bids were solicited in accordance with IFB No. 16-002 for aggregate
materials for the City of Round Rock — Department of Utilities and Environmental
Services.
Based on a total of three (3) bid responses received from Industrial Asphalt & Aggregates,
Superior Crushed Stone, and Whittlesey Landscape Supply, Utilities and Environmental
Services recommends the below respondent for a contract award with the City of Round
Rock. See attached references from City of Bastrop and Travis County.
Awarded Vendor: Industrial Asphalt & ggregate
Approved Division Director: cnJ'
Printed Name: Francisco Vincent
Utility Operations Manager
Date: Ly_
CC: File
01/21/2016 @ 3:00 p.m.
Aggregate Materials
IFB No. 16-002
Superior Crushed
Whittlesey
Industrial
Stone
Landscape & Supply
Asphalt & Aggregate
John Schuler
512-633-2988
Padriaic Dillion
512-656-7123
908489-4995
Item No.
IDescription
Quantity
Unit Price Extended Price
Quantity
Unit Price Extended Price
Quantity
Unit Price Extended Price
1
Aggregate TxDOT Item 247, Type A,
5000
$15.50
$77,500.00
5000
$17.61
$88,050.00
5000
$12.25
$61,250.00
Grade 2, TCS #111, Tested Super Flex Base
Delivered To: 910 Luther Peterson Place
Round Rock, TX 78665
2
Aggregate TxDOT Item 247, Type A,
5000
$SSO
$27,500.00
5000
$17.61
$88,050.00
5000
7.25
$36,250.00
Grade 2, TCS #111, Tested Super Flex Base
Delivered To: CoRR- Waterline Maintenance
Pick-up
3
Aggregate TxDOT Item 247, Type A,
2000
$21.30
$42,600.00
2000
$29.17
$58,340.00
2000
12.25
$24,500.00
Grade 5, TCS #265, 3/8"-7 Mesh, Type F
Delivered To: 910 Luther Peterson Place
Round Rock, TX 78665
4
Aggregate TxDOT Item 247, Type A,
2000
$11.30
$22,600.00
2000
$29.17
$58,340.00
2000
7.25
$14,500.00
Grade 5, TCS H265,3/8"-7 Mesh, Type F
Delivered To: CoRR- Waterline Maintenance
Pick-up
TOTAL:
$170,200.00
$292,780.00
$136,500.00
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lorl
Complete Nos. 1- a and 6 if there are interested parties
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested panies.
CERTIFICATION OF FILING
Certificate Number:
2016-32190
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Industrial Asphalt and Aggregates
Austin, TX United States
Date Filed:
03129/2016
2 Name of governmental entity or state agency that Is a party to the contract for which the form is
being filed.
City of Hound Rock
Date Acknowledged:
3 Provide the Identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the goods or services to be provided under the contract.
16-002
Aggregate Materials
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest (check applicable)
Controlling
Intermediary
5 Check only If there is NO Interested Party.
X
6 AF , I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
AAV
JENNDJONESNotary
ID My Cornrni„VW**1 Jrtnuuy0
AgnatL&6f authorized agent of contracting business entity
AFFIX NOTARY STAMP/ SEAL ABOVE
t
Sworn to and subscribed before me, b the said -rte ���� i h1 f t i
Y ...�_.., this the __�.. � day of �� i_. �.�.-
20_ to cenify which, witness my hand and seal of oifi
Pn`1
�§gnature of officer adir., istering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.312
Forms provided by Texas Ethics Commission www.etnics.state.tx.us version vl.u..s.i/-
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
10f1
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2016-32190
Date Filed:
03/29/2016
Date Acknowledged:
03/31/2016
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Industrial Asphalt and Aggregates
Austin, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Round Rock
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the goods or services to be provided under the contract.
16-002
Aggregate Materials
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest (check applicable)
Controlling
Intermediary
5
Check only if there is NO Interested Party.
X
6
AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said this the day of
20 , to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.etnics.state.tx.us version vl.u..s.i/-