R-2025-034 - 2/13/2025 RESOLUTION NO. R-2025-034
WHEREAS,the City of Round Rock ("City") desires to purchase high rafter cleaning services;
and
WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local
governments to participate in cooperative purchasing programs with other local governments; and
WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") is a cooperative
purchasing program administered by the Texas Association of School Boards for the purpose of
procuring goods and services for its members; and
WHEREAS, the City is a member of Buy Board; and
WHEREAS, ABM Industry Groups, LLC is an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from ABM Industry Groups,
LLC through Buy Board Contract No. 726-24, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement with ABM Industry Groups, LLC for the Purchase of High Rafter Cleaning Services, a
copy of said Agreement being attached hereto as Exhibit"A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
0112.20252:4902-2610-3060
RESOLVED this 13th day of February, 2025.
/Z7 ?41
CRAIG MORG , Mr
City of Round Rock, Tr/as
ATTE
ANN ORANKLIN, City Clerk
2
EXHIBIT
„A„
AGREEMENT BETWEEN THE CITY OF ROUND ROCK
AND ABM INDUSTRY GROUPS,LLC
FOR THE PURCHASE OF
HIGH RAFTER CLEANING SERVICES
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
This Agreement for the purchase of high rafter cleaning services (the "Agreement") is
made and entered into this the day of , 2025, (the "Effective Date") 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
ABM INDUSTRY GROUPS, LLC, whose offices are located at 11651 Plano Road, Suite 200,
Dallas,Texas 75243,referred to herein as"Vendor."
RECITALS:
WHEREAS,City desires to purchase high rafter cleaning services; and
WHEREAS, City is a member of the Buy Board Cooperative Purchasing Program (the
"Buy Board") and Vendor is an approved Buy Board vendor through Buy Board Contract#726-
24; and
WHEREAS,City desires to purchase certain goods and/or services from Vendor through
Buy Board as set forth herein; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights,duties, and obligations;
NOW, THEREFORE, in consideration of the mutual promises contained herein and
other good and valuable consideration, the receipt and sufficiency of which are hereby
acknowledged,the parties mutually agree as follows:
1.0 DEFINITIONS
A. Agreement means this binding legal contract between City and Vendor whereby
City agrees to purchase specified goods and/or services and Vendor is obligated to sell same.The
Agreement includes any exhibits,addenda,and/or amendments thereto.
4924-9160-7307/ss2
B. City means the City of Round Rock,Williamson and Travis Counties,Texas.
C. Effective Date means the date set out in the introductory paragraph above.
D. Goods and Services mean the specified services, supplies, materials,
commodities,or equipment.
E. Vendor means ABM Industries Group,LLC,or any successors or assigns.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall remain in full force and effect until it expires as indicated
herein or is terminated in accordance with Section 14.0.
B. The term of this Agreement shall begin with the Effective Date and end on the
28th day of February,2027.
3.0 SCOPE OF WORK
A. The goods and related services which are the subject matter of this Agreement are
described generally herein and referenced in in the attached Exhibit "A," incorporated herein by
reference for all purposes
B. This Agreement shall evidence the entire understanding and agreement between
the parties and shall supersede any prior proposals,correspondence or discussions.
C. Vendor shall satisfactorily provide all deliverables and services described herein
and referenced in Exhibit "A" within the contract term specified. A change in the Scope of
Services or any tern of this Agreement, including bonding requirements, must be negotiated and
agreed to in all relevant details, and must be embodied in a valid Supplemental Agreement as
described herein.
4.0 COSTS
A. In consideration for the Goods and Services to be provided by Vendor, City
agrees to pay Vendor the amounts set forth in Exhibit"A."
B. The City is authorized to pay the Vendor an amount not-to-exceed $305,729.00,
for the term of this Agreement.
D. If there is a change in either the service area or frequency of services, the parties
agree to negotiate a reasonable price adjustment. However, provided that Vendor shall not
increase its pricing without City's prior written approval, Vendor may, in its sole discretion,
adjust the number of its personnel needed to sufficiently perform the scope of services specified
herein.
2
E. Prices shall remain firm throughout the initial twelve (12) month term of the
Agreement. A price increase to the Agreement may be considered on the anniversary date of the
Agreement each year and shall be equal to the consumer price index for that year, but at no time
can the increase be greater than 10% unless otherwise approved by the City.
I. 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 Customers. The price adjustment rate shall 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.�lov/cpi
v/cpi
2. Procedure to Request Increase: (i) Email the written price increase request to
purchasingli%,roundrocktexas.gov with the rate detail comparison, a
comprehensive calculation, and any supporting documentation to the
designated City Contract Specialist a minimum of 45 days prior to the annual
Agreement anniversary date. 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; and (ii)
Upon receipt of the request, the City reserves the right to either accept the
escalation, negotiate with Vendor, or either party may terminate the
Agreement with thirty (30) days' written notice if an agreement cannot be
reached on the value of the increase.
5.0 INVOICES
All invoices shall include, at a minimum, the following information:
1. Name and address of Vendor;
2. Purchase Order Number;
3. Description and quantity of items received; and
4. Delivery dates.
6.0 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
3
agreed that City shall have the right to terminate this Agreement if the governing body of City
does not appropriate funds sufficient to purchase the Goods and Services as determined by City's
budget for the fiscal year in question. City may affect such termination by giving the Vendor
written notice of termination.
7.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251,V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be made within thirty(30)days of the date City receives Goods and
Services under this Agreement, the date the performance of the services under this Agreement
are completed, or the date City receives a correct invoice for the Goods and Services, whichever
is later. Vendor 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). This Prompt Payment Policy does not apply to
payments made by City in the event.
1. There is a bona fide dispute between City and Vendor, a contractor,
subcontractor, or supplier about the goods delivered or the service performed that
cause the payment to be late; or
2. There is a bona fide dispute between Vendor 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
3. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
4. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
8.0 GRATUITIES AND BRIBES
City may,by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition,Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
9.0 TADS
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
4
10.0 INSURANCE
Vendor shall meet all City insurance requirements as set forth in the attached Exhibit
"B," incorporated herein by reference for all purposes.
11.0 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Eric Dady, Facilities Manager
General Services Department
212 Commerce Boulevard
Round Rock, TX 78664
(512) 218-5472
edadv(&.roundrocktexas.gov
12.0 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.
13.0 DEFAULT
If Vendor abandons or defaults under this Agreement, Vendor shall be declared in default
of this Agreement if it does any of the following and fails to cure the issue within thirty (30)days
of receipt of written notice:
1. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States
and is unable to perform its material obligations under the Agreement.
14.0 TERMINATION AND SUSPENSION
A. City has the right to tenninate this Agreement, in whole or in part, for
convenience and without cause, at any time upon sixty(60)days' prior written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor provided Vendor has been
noticed and given a commercially reasonable opportunity to cure and fails to cure default.
5
C. Vendor has the right to terminate this Agreement with cause, that being in the
event of a material and substantial breach by City, or without cause, in whole or in part, at any
time upon sixty(60)days'prior written notice.
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 Vendor, Vendor 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 the Date of Termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement up to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
15.0 INDEMNIFICATION
Vendor 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, reasonable attorney's fees, and
any and all other costs or fees arising out of,or incident to,concerning or resulting from the fault
of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's
obligations under this Agreement, no matter how, or to whom, such loss may occur to the extent
caused by Vendor's willful negligence, willful misconduct or other fault in Vendor's
performance under this Agreement. Nothing herein shall be deemed to limit the rights of City or
Vendor (including, but not limited to the right to seek contribution) against any third party who
may be liable for an indemnified claim. Except as may be owed to a third party under a party's
indemnification obligations, neither party shall be liable one to the other whether under contract,
statute, tort (including negligence) or otherwise for any indirect, exemplary, unforeseeable, loss
of profits, loss of use,punitive or consequential, incidental, or special damages,even if that party
is notified in advance of such possibility,regardless of the form of the claim or action.
16.0 COMPLIANCE WITH LAWS,CHARTER, AND ORDINANCES
A. Vendor, 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. In accordance with Chapter 2271,Texas Government Code,a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1)does not boycott Israel; and(2)will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott
Israel during the term of this Agreement.
6
C. In accordance with Chapter 2274,Texas Government Code, a governmental entity
may not enter into a contract with a company with at least ten (10) full-time employees for a
value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract
has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
during the term of the contract against a firearm entity or firearm trade association. The signatory
executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association, and
it will not discriminate during the term of this Agreement against a firearm entity or firearm trade
association.
D. In accordance with Chapter 2274, Texas Government Code, a governmental entity
may not enter into a contract with a company with at least ten (10) full-time employees for a
value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract
has a provision verifying that it: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement. The signatory executing this Agreement on
behalf of Vendor verifies Vendor does not boycott energy companies, and it will not boycott
energy companies during the term of this Agreement.
17.0 ASSIGNMENT AND DELEGATION
The parties 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.
18.0 NOTICES
A. All notices and other communications in connection with this Agreement shall be
in writing and shall be considered given as follows:
1. When delivered personally to recipient's physical or email address as stated
below; or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated below.
Notice to Vendor:
Vendor: ABM Industry Groups, LLC
Address: 11651 Plano Road
Suite 200
Dallas,TX 75243
Attn: Mark S. DeMousset
With a copy to: ABM Legal Department, Legal NoticeOabm.com
7
Notice to City:
City Manager Stephanie L. Sandre, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock,TX 78664
B. Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
19.0 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.
20.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing.
21.0 DISPUTE RESOLUTION
City and Vendor 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.
22.0 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.
23.0 MISCELLANEOUS PROVISIONS
A. Standard of Care. Vendor represents that it employs trained, experienced, and
competent persons to perform all of the services, responsibilities and duties specified herein and
8
that such services, responsibilities, and duties shall be performed in a manner according to
generally accepted industry practices.
B. Time is of the Essence. The parties agree that, from time to time, certain unique
transactions may have special requirements relative to timing and, accordingly, the parties will
identify those transactions and exercise best efforts to accomplish those transactions within the
stated timeframe. Other riming requirements will be met in a commercially reasonable manner.
Where damage is caused to City due to Vendor's failure to perform in the special timing
requirement circumstances, City may pursue any remedy available without waiver of any of
City's additional legal rights or remedies.
C. Binding Agreement. This Agreement shall extend to and be binding upon and
inure to the benefit of the parties' respective heirs, executors, administrators, successors and
assigns.
D. 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.]
9
IN WITNESS WHEREOF,City and Vendor have executed this Agreement on the dates
indicated.
ABM Industry Groups,LLC
By:
AX�
Printed Name: JD
d jw MIA (S N
Title:
Date Signed: 12— 30 - 20 Z
City of Round Rock,Texas
By:
Printed Name:
Title:
Date Signed:
For City,Attest:
By:
Ann Franklin,City Clerk
For City,Approved as to Form:
By:
Stephanie L. Sandre,City Attorney
10
i
i
I
EDIT"A"
i
t
I
QUOTE
ABM
Building Value
Quote delivered via: e-mail
DATE June 12, 2024
Mark DeMoussett EXPIRATION DATE September 10, 2024
713-539-8676
Mark.Qemoussett(ci abm.com
Prepared for: City of Roundrock
221 E.Main Street Year 1 of contract-2025
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy :•. • Contract# 726-24 (Facility Maintenance and Operations
Per Cleaning Price for High Rafter Cleaning; for Clay Madsen Rec Center(CMRC)
All prices below subject to state and local taxas at applicable rate
ITEM DESCRIPTION Hrs/perper TOTAL
High Rafter Cleaning for Clay Madsen Rec Center(CMRC) 1142.65 S133.30 I S 19,015.75
Personnel, Equipment and Supplies included in Sq.Ft. Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#1 S57.200
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#2 557.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#I 544.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 $44.946
Facility Maintenance&Operations Skilled Labor position-All Crew $27.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $907.50
Boom/Scissor lift equipment -Unit#1 -32'Slab Scissor Lift S907.50
Materials/Supplies S136.40
ABM TO PROVIDE ALL LABOR, SUPERVISION
SUBTOTAL(without tax) $ 19,015.75
4W QUOTE
ABM
Building Value
Quote delivered via: a-mail
DATE June 12,2024
Mark DeMoussett EXPIRATION DATE September 10,2024
713-539-8676
Mark.Demoussett@abrnxonl
Prepared for: City of Roundrock
221 E.Main Street Year 2 of contract-2026
Round Rock,TX 78664
ATTN: Amanda Crowell
C(eaning Services Requested:
Buy C•. • Contract# 726-24 (Facility Maintenance and Operations
Per Cleaning Price for High Rafter Cleaning for Clay Madsen Rec Center (CMRC)
All prices below subject to state and local taxas at applicable rate
ITEM DESCRIPTION Hrs/peiper TOTAL
High Rafter Cleaning for Clay Madsen Rec Center(CMRC) 142.651 $136.64 1 $ 19,491.15
Personnel, Equipment and Supplies included in Sq.Ft. Pricing of Rafter Cleaning listed below.
FacilityOperations Operator/Manager-Boom/Scissor Lift-Unit#1 $57.200
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#2 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 $44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 $44.946
Facility Maintenance&Operations Skilled Labor position-All Crew $27.148
Boom/Scissor lift equipment-Unit#1 -32' Slab Scissor Lift $907.50
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $907.50
Matcrials/Supplies $136.40
ABM TO PROVIDE ALL LABOR, SUPERVISION
SUBTOTAL(without tax) $ 19,491.15
QUOTE
ABM
Building V/Slue
Quote delivered via: e-mail
DATE June 12, 2024
Mark DeMoussett EXPIRATION DATE September 10, 2024
713-539-8676
Mark.Demoussett(d)abm.com
Prepared for: City of Roundrock
221 E.Main Street Year 3 of contract-2027
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy Board Contract# 726-24 (Facility Maintenance and Operations Services)
Per Cleaning Price for High Rafter Cleaning for Clay Madsen Rec Center (CMRC)
All prices below subject to state and local taxas at applicable rate
DESCRIPTIONITEM .- per •
High Rafter Cleaning for Clay Madsen Rec Center (CMRC) 142.65 S 140.05 1 5 19,978.43
Personnel, Equipment and Supplies included in Sq.Ft. Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#1 $57.200
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#2 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 $44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 $44.946
Facility Maintenance& Operations Skilled Labor position-All Cre�N $27.148
Boom/Scissor lift equipment -Unit#1 -32' Slab Scissor Lift $907.50
Boom/Scissor lift equipment - Unit#1 -32' Slab Scissor Lift $907.50
Materials/Supplies $136.40
ABM TO PROVIDE ALL LABOR, SUPERVISION
SUBTOTAL(without tax)l S 19,978.43
QUOTE
ABM
Building Value
Quote delivered via: e-mail
DATE June 12, 2024
Mark DeMoussett EXPIRATION DATE September 10, 2024
713-539-8676
Mark.Demoussett(c_.abm.com
Prepared for: City of Roundrock
221 E.Main Street Year 1 of contract-2025
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy :•. • Contract# 726-24and Operations
Per Clean for High Rafter Cleaning for Clay Madsen Rec Center(CMRC) POOL. ROOM
All prices below subject to state and local taxas at applicable rate
ITEM DESCRIPTION Hts!perTOTAL
High Rafter Cleaning-CMRC-Pool Room 163.201 $133.30 $ 8,425.36
Personnel, Equipment and Supplies included in Sq.Ft.Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit 92 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 $44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 $44.946
Facility Maintenance&Operations Skilled Labor position-All Crew $27.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $412.50
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $412.50
Materials/Supplies $69.30
ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS
SUBTOTAL(without tax) $ 8,425.36
QUOTE
ABM
Building Value
Quote delivered via: e-mail
DATE June 12,2024
Mark DeMoussett EXPIRATION DATE September 10, 2024
713-539-8676
Mark.Demoussett(c�abm.com
Prepared for: City of Roundrock
221 E.Main Street Year 2 of contract-2026
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy C•. • Contract # 726-24and Operations
Per Clean for High Rafter Cleaning for Clay Madsen Rec Center(CMRC) POOL ROOM
All prices below subject to state and local taxas at applicable rate
DESCRIPTIONITEM per •
High Rafter Cleaning - CMRC - Pool Room 163.201 $136.64 1 $ 8,635.99
Personnel, Equipment and Supplies included in Sq.Ft.Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#2 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 $44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 $44.946
Facility Maintenance&Operations Skilled Labor position-All Crew $27.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $412.50
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift 5412.50
Materials/Supplies $69.30
ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS
SUBTOTAL(without tax) $ 8,635.99
FOR • OFF AREA WHERE WORKTO BE PERFOR�ED
4W QUOTE
ABM
Building Value
Quote delivered via: e-mail
DATE June 12, 2024
Mark DeMoussett EXPIRATION DATE September 10,2024
713-539.8676
Mark.Demoussett6a,abrrl.com
Prepared for: City of Roundrock
221 E.Main Street Year 3 of contract-2027
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy C•. • Contract# 726-24and Operations
Per Clean for lligh Rafter Cleaning for Clav Madsen Ree Center(CMRC) POOL ROOM
All prices below subject to state and local taxas at applicable rate
ITEM DESCRIPTION Hrs/perTOTAL
High Rafter Cleaning-CMRC- Pool Room F 63.20 $140.05 $ 8,851.89
Personnel, Equipment and Supplies included in Sq.Ft.Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#2 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 $44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 $44.946
Facility Maintenance&Operations Skilled Labor position-All Crew $27.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $412.50
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $412.50
Materials/Supplies $69.30
ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS
SUBTOTAL(without tax)l $ 8,851.89
QW QUOTE
ABM :
Building Value
Quote delivered via: e-mail
DATE June 12,2024
Mark DeMoussett EXPIRATION DATE September 10,2024
713-539-8676
Mark.Demoussett0_)abm.com
Prepared for: City of Roundrock
221 E.Main Street Year 1 of contract-2025
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy i•. • Contract# 726-24 (Facility Maintenance and Operations
Per Cleaning for High Rafter Cleaning-(PD) "Sally Port" and Small Garage
All prices below subject to state and local taxas at applicable rate
DESCRIPTIONITEM . TOTAL
High Rafter Cleaning - (PD) "Sally Port"and Small Garage 91.401 5133.304 S 12,184.55
Personnel, Equipment and Supplies included in Sq.Ft.Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#1 $57.200
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#2 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 $44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 544.946
Facility Maintenance&Operations Skilled Labor position-All Crew S27.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $522.50
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $522.50
Materials/Supplies $106.15
ABM TO PROVIDE ALL LABOR, • • MATERIALS
SUBTOTAL(without tax) S 12,184.55
QUOTE
ABM
Building Value
Quote delivered via: e-mail
DATE June 12, 2024
Mark DeMoussett EXPIRATION DATE September 10,2024
713-539.8676
Mark.Demoussett(c�abm.com
Prepared for: City of Roundrock
221 E.Main Street Year 2 of contract-2026
Round Rock,TX 78664
AT-TN: Amanda Crowell
Cleaning Services Requested:
Buy Board Contract# 726-24 (Facility Maintenance and Operations Services)
Per Cleaning for High Rafter Cleaning- (PD) "Salle Port" and Small Garage
All prices below subject to state and local taxas at applicable rate
ITEM DESCRIPTION His/perper TOTAL
High Rafter Cleaning- (PD) "Sally Port"and Small Garage 1 91.401 $136.637 5 tz,a89.16
Personnel, Equipment and Supplies included in Sq.Ft.Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#1 $57.200
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#2 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 $44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 $44.946
Facility Maintenance&Operations Skilled Labor position-All Crew $27.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $522.50
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $522.50
Materials/Supplies $106.l5
ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS
SUBTOTAL(without tax) S 12,489.16
QUOTE
ABM
Building Value
Quote delivered via: e-mail
DATE June 12,2024
Mark DeMoussett EXPIRATION DATE September 10,2024
713-539.8676
Mark.Denioussett C1-abm.COnl
Prepared for: City of Roundrock
221 E.Main Street Year 3 of contract-2027
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy Board Contract# 726-24 (Facility Maintenance and Operations Services)
Per Cleaning for High Rafter Cleaning- (PD) "Sally Port" and Small Garage
All prices below subject to state and local taxas at applicable rate
DESCRIPTIONITEM .- per •
High Rafter Cleaning - (PD) "Sally Port"and Small Garage 91.401 5140.053 5 12,801.39
Personnel, Equipment and Supplies included in Sq.Ft. Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#1 557.200
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#2 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#I 544.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 544.946
Facility Maintenance&Operations Skilled Labor position-All Crew 527.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift 5522.50
Boom/Scissor lift equipment- Unit#1 -32'Slab Scissor Lift $522.50
Materials/Supplies $106.15
ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS
SUBTOTAL(without tax) S 12,801.39
QUOTE
ABM
Building Value
Quote delivered via: e-mail
DATE June 12, 2024
Mark DeMoussett EXPIRATION DATE June 12, 2025
713-539-8676
Mark.Qemoussett(c_�abm.com
Prepared for: City of Roundrock
221 E.Main Street Year 1 of contract-2025
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy C•. • Contract # 726-24and Operations
Per Cleaning Price for High Rafter Cleaning for Round Rock Sports Center (RRSC)
This includes RRSC expansion of additional 35,951 sq.ft. completed in 2025
All prices below subject to state and local taxas at applicable rate
ITEM DESCRIPTION Hrs/petTOTAL
High Rafter Cleaning for Round Rock Sports Center(RRSC) 437.501 5136.64 5 59,777.90
Personnel, Equipment and Supplies included in Sq.Ft. Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#1 $57.200
Facility Operations Operator/Manager-Boom/Scissor Lift- Unit#2 $57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 S44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 S44.946
Facility Maintenance&Operations Skilled Labor position-All Crew $27.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Litt S1,183.050
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lilt 51,183.050
Materials/Supplies $214.500
ABM TO PROVIDE ALL LABOR,
SUBTOTAL(without tax) 5 59,777.90
QUOTE
ABM
Building Value
Quote delivered via: e-mail
DATE June 12,2024
Mark DeMoussett EXPIRATION DATE June 12,2025
713-539-8676
Mark.Demoussett(c�abm.com
Prepared for: City of Roundrock
221 E.Main Street Year 2 of contract-2026
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy Board Contract# 726-24 (Facility Maintenance and Operations Services)
Per Cleaning Price for High Rafter Cleaning for Round Rock Sports Center (RRSC)
This includes RRSC expansion of additional 35,951 sq.ft. completed in 2025
All prices below subject to state and local taxas at applicable rate
ITEM DESCRIPTION Hrs/perper •
High Rafter Cleaning for Round Rock Sports Center(RRSC) 437.501 S140.05 1 $ 61,272.35
Personnel, Equipment and Supplies included in Sq.Ft.Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boom/Scissor Lift-Unit#1 557.200
Facility Operations Operator/Manager-Boom/Scissor Lift- Unit#2 S57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 S44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 S44.946
Facility Maintenance&Operations Skilled Labor position-All Crew 527.148
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Litt S1,183.050
Boorn/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift S1,183.050
Materials/Supplies $214.500
ABM TO PROVIDE ALL LABOR, SUPERVISION
SUBTOTAL(without tax) $ 61,272.35
FOR • OFF AREA WHERE WORKTO BE PERFORMED
QUOTE
ABM
Building value
Quote delivered via: e-mail
DATE June 12, 2024
Mark DeMoussett EXPIRATION DATE June 12, 2025
713-539.8676
Mark,Demoussett(ubabm.com
Prepared for: City of Roundrock
221 E.Main Street Year 3 of contract-2027
Round Rock,TX 78664
ATTN: Amanda Crowell
Cleaning Services Requested:
Buy Board Contract# 726-24 (Facility Maintenance and Operations Services)
Per Cleaning Price for High Rafter Cleaning for Round Rock Sports Center (RRSC)
This includes RRSC expansion of additional 35,951 sq.ft. completed in 2025
All prices below subject to state and local taxas at applicable rate
DESCRIPTIONITEM .• per TOTAL
High Rafter Cleaning for Round Rock Sports Center(RRSC) 437.501 S143.55 15 62,804.16
Personnel, Equipment and Supplies included in Scl.Ft. Pricing of Rafter Cleaning listed below.
Facility Operations Operator/Manager-Boon1/Scissor Lift-Unit#1 557.200
Facility Operations Operator/Manager-Boon1/Scissor Lift -Unit#2 S57.200
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#1 $44.946
Facility Operations Tech/Supervisor-Boom/Scissor Lift-Unit#2 $44.946
Facility Maintenance &Operations Skilled Labor position-All Crew $27.148
Boon-/Scissor lift equipment - Unit#1 -32'Slab Scissor Lift 51,183.050
Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift 51,183.050
Materials/Supplies $214.500
ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS
SUBTOTAL(without tax) 5 62,804.16
Exhibit "B"
ROUND ROCK 1 FXiV
City of Round Rock
Insurance Requirements
1. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the
duration of the agreement or purchase order resulting from a response to the
Solicitation/Specification, insurance against claims for injuries to persons or damages to property
which may arise from or in connection with the performance of the work as a result of the
solicitation by the successful respondent, its agents, representatives, volunteers, employees or
subcontractors.
1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by
the
City before work commences.
1.2. The following standard insurance policies shall be required:
1.2.1. General Liability Policy
1.2.2. Automobile Liability Policy
1.2.3. Worker's Compensation Policy
1.3. The following general requirements are applicable to all policies:
1.3.1. Only insurance companies licensed and admitted to do business in the State of
Texas shall be accepted.
1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only
on a per occurrence basis for property damage only.
1.3.3. Claims made policies shall not be accepted,except for Professional Liability
Insurance.
1.3.4. Upon request,certified copies of all insurance policies shall be furnished to the City.
1.3.5. Policies shall include, but not be limited to,the following minimum limits:
1.3.5.1. Minimum Bodily Injury Limits of$300,000.00 per
occurrence.
1.3.5.2. Property Damage Insurance with minimum limits of$50,000.00 for
each occurrence.
1.3.5.3.Automobile Liability Insurance for all owned, non-owned,and hired
vehicles with minimum limits for Bodily Injury of$100,000.00 each
person, and
$300,000.00 for each occurrence,and Property Damage Minimum limits of
$50,000.00 for each occurrence.
1.3.5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00
Employers Liability Insurance.
1.3.6. Coverage shall be maintained for two years minimum after the termination of the
Agreement.
1.4. The City shall be entitled, upon request, and without expense to receive copies of
insurance policies and all endorsements thereto and may make reasonable request for
deletion, revision,or modification of particular policy terms,conditions, limitations, or
exclusions(except where policy provisions are established by law or regulation binding
either of the parties hereto or the underwriter of any of such policies). Upon such request
Page 1 of 4 DATED:JULY 2011
Exhibit T'
ROUNDROCK
by the City, the Vendor shall exercise reasonable efforts to accomplish such changes in
policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the
requirements of the solicitation specification and the insurance endorsements stated
below.
1.5. Vendor agrees that with respect to the required insurance, all insurance contracts and
certificate(s)of insurance will contain and state, in writing, on the certificate or its
attachment, the following provisions:
1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's
insurance as primary.
1.5.2. Name the City and its officers, employees, and elected officials as additional
insured's,
(as the interest of each insured may appear)as to all applicable coverage.
1.5.3. Provide thirty days' notice to the City of cancellation, non-renewal, or material
changes.
1.5.4. Remove all language on the certificate of insurance indicating:
1.5.4.1. That the insurance company or agent/broker shall endeavor to notify the
City; and,
1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon
the company, its agents, or representatives.
1.5.5. Provide for notice to the City at the addresses listed below by registered mail:
1.5.6. Vendor agrees to waive subrogation against the City, its officers, employees, and
elected officials for injuries, including death, property damage, or any other loss to
the extent same may be covered by the proceeds of insurance.
1.5.7. Provide that all provisions of the agreement concerning liability, duty, and
standard of care together with the indemnification provision, shall be underwritten
by contractual liability coverage sufficient to include such obligations within
applicable policies.
1.5.8. All copies of the Certificate of Insurance shall reference the project name,
solicitation number or purchase order number for which the insurance is being
supplied.
1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give
such notices not less than thirty days prior notice to the change, which notice shall
be accomplished by a replacement Certificate of Insurance.
1.5.10. All notices shall be mailed to the City at the following addresses:
Assistant City Manager City Attorney
City of Round Rock City of Round Rock
221 East Main 309 East Main
Round Rock, TX 78664-5299 Round Rock, TX 78664
2. WORKERS COMPENSATION INSURANCE
2.1. Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage
for all persons providing services on building or construction projects for a governmental
entity.
2.1.1. Certificate of coverage ("certificate")-A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the Texas Workers'Compensation
Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or
Page 2 of 4 DATED:JULY 2011
Exhibit "B"
ROUND ROCK
TWCC-84), showing statutory workers'compensation insurance coverage for the
person's or entity's employees providing services on a project,for the duration of
the project.
2.1.2. Duration of the project- includes the time from the beginning of the work on the
project until the CONTRACTOR'S/person's work on the project has been
completed and accepted by the OWNER.
2.2. Persons providing services on the project("subcontractor") in Section 406.096—includes all
persons or entities performing all or part of the services the CONTRACTOR has undertaken to
perform on the project, regardless of whether that person contracted directly with the
CONTRACTOR and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-
operators,employees of any such entity, or employees of any entity, which furnishes persons
to provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to
a project. "Services"does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets.
2.3. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44)for all employees of the
CONTRACTOR providing services on the project, for the duration of the project.
2.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being
awarded the agreement.
2.5. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends
during the duration of the project, the CONTRACTOR shall, prior to the end of the coverage
period, file a new certificate of coverage with the OWNER showing that coverage has been
extended.
2.6. The CONTRACTOR shall obtain from each person providing services on a project, and provide
to the OWNER:
2.6.1. a certificate of coverage, prior to that person beginning work on the project, so the
OWNER will have on file certificates of coverage showing coverage for all persons
providing services on the project; and
2.6.2. no later than seven (7) calendar days after receipt by the CONTRACTOR, a new
certificate of coverage showing extension of coverage, if the coverage period shown on
the current certificate of coverage ends during the duration of the project.
2.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the
project and for one (1) year thereafter.
2.8. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery,
within ten (10)calendar days after the CONTRACTOR knew or should have known, or any
change that materially affects the provision of coverage of any person providing services on the
project.
2.9. The CONTRACTOR shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons providing
services on the project that they are required to be covered, and stating how a person may
verify coverage and report lack of coverage.
2.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide
services on a project, to:
2.10.1. provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, that meets the statutory requirements
Page 3 of 4 DATED:JULY 2011
Exhibit T"
ROUND ROCK
of Texas Labor Code, Section 401.011(44)for all its employees providing services on
the project, for the duration of the project;
2.10.2. provide to the CONTRACTOR, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees of the
person providing services on a project,for the duration of the project;
2.10.3. provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
2.10.3.1. obtain from each other person with whom it contracts, and provide to the
CONTRACTOR:
2.10.3.1.1.a certificate of coverage, prior to the other person beginning work
on the project; and
2.10.3.1.2.a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project
2.10.3.2. retain all required certificates of coverage on file for the duration of the
project and for one (1) year thereafter;
2.10.3.3. notify the OW NER in writing by certified mail or personal delivery, within ten
(10) calendar days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
2.10.3.4. contractually require each person with whom it contracts, to perform as
required by paragraphs (2.1 thru 2.7), with the certificates of coverage to be
provided to the person for whom they are providing services.
2.10.3.5. By signing the solicitation associated with the specification, or providing, or
causing to be provided a certificate of coverage, the Contractor is
representing to the Owner that all employees of the Contractor who will
provide services on the project will be covered by workers'compensation
coverage for the duration of the project, that the coverage will be based on
proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in
the case of a self-insured, with the Commission's Division of Self-Insurance
Regulation. Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties, civil penalties, or
other civil actions.
2.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of
contract by the Contractor that entitles the Owner to declare the agreement
void if the Contractor does not remedy the breach within ten (10) calendar
days after receipt of notice of breach from the owner
Page 4 of 4 DATED:JULY 2011