Loading...
Contract - ABM Industry Groups, LLC - 2/13/2025 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�pr�4( , 2025, (the "Effective Date") by and between the CITY OF ROUND ROCK, TEXAS, a hoAe-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 1� - 2615 -03� 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 term 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. 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-UJ 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.bis.gov/cpi 2. Procedure to Request Increase: (i) Email the written price increase request to purchasing_(d,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 TAXES 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 edady(&,roundrocktexas.jzov 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 terminate 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, LegalNotice(a)abm.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 timing 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: S D v1 Title: a,nGl\ Date Signed: 12- 30 - 2-o z nq City of Round R k, Texas By: _ A / Printed Name: Title: Date Signed: 2 For Ci Attest: By: Ann Franklin, City Clerk For City,Approved as to Form: BY tephan4L.'-Sandre, City Attorney 10 EXFIIBIT"A" 00 QUOTE ABM'n, Building Value Quote delivered via: e-mail DATE June 12,2024 Mark DeMoussett EXPIRATION DATE September 10, 2024 713-539-8676 Mark.Demoussett(aDabm.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 Clay Madsen Ree 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) 1142.651 $133.30 1 $ 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 $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 Materials/Supplies $136.40 ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS SUBTOTAL(without tax) $ 19,015.75 40 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(a)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 Clay Madsen Ree Center(CMRC) All prices below subject to state and local taxas at applicable rate DESCRIPTIONITEM TOTAL High Rafter Cleaning for Clay Madsen Rec Center(CMRC) 1142.651 $136.64 1 $ 19,491.15 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 $907.50 Boom/Scissor lift equipment- Unit#1 -32'Slab Scissor Lift $907.50 Materials/Supplies $136.40 ABM TO PROVIDE ALL LABOR, • r MATERIALS SUBTOTAL(without tax) $ 19,491.15 40 QUOTE ABM- Building Value Quote delivered via: e-mail DATE June 12, 2024 Mark DeMoussett EXPIRATION DATE September 10, 2024 713-539-8676 Mark.DemoussettC@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) 1142.65 $140.05 1 $ 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 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 Materials/Supplies $136.40 ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS SUBTOTAL(without tax) $ 19,978.43 40 QUOTE ABM.m Building Value Quote delivered via: e-mail DATE June 12, 2024 Mark DeMoussett EXPIRATION DATE September 10, 2024 713-539-8676 Mark.Demoussett@_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 Board Contract# 726-24 (Facility Maintenance and Operations Services) 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 $133.30 1 $ 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#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 FMa�t ��Supplies ssor lift equipment-Unit#1 -32' Slab Scissor Lift $412.50 $69.30 ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS SUBTOTAL(without tax) $ 8,425.36 40 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(d)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 i•. • 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 .- TOTAL PRICE High Rafter Cleaning - CMRC - Pool Room 63.201 $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 $412.50 Materials/Supplies $69.30 ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS SUBTOTAL(without tax) $ 8,635.99 40 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@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 i•. • 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 TOTAL High Rafter Cleaning - CMRC - Pool Room 163.201 $140.05 1 $ 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) $ 8,851.89 4„ 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(d)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 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 PRICE High Rafter Cleaning - (PD) "Sally Port" and Small Garage 191.401 $133.304 1 $ 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 $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 $106.15 ABM TO PROVIDE ALL LABOR, SUPERVISION SUBTOTAL(without tax)FS 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(Wabm.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 i•. • Contract# 726-24and 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 ITEM DESCRIPTION Hrs/perper • High Rafter Cleaning - (PD) "Sally Port" and Small Garage 191.401 $136.637 $ 12,489.16 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 $106.15 ABM TO PROVIDE ALL LABOR, SUPERVISION AND MATERIALS SUBTOTAL(without tax)F$ 12,489.16 QUOTE ABM,, Building Valua Quote delivered via: e-mail DATE June 12,2024 Mark DeMoussett EXPIRATION DATE September 10, 2024 713-539-8676 Mark.Demoussett(cDabm.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 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 $140.053 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 $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 $106.15 ABM TO PROVIDE ALL LABOR, SUPERVISION SUBTOTAL(without tax) $ 12,801.39 QUOTE ABM .: Building Value Quote delivered via: a-mail DATE June 12, 2024 Mark DeMoussett EXPIRATION DATE June 12,2025 713-539-8676 Mark.Demoussett(ayabm.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 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 subiect to state and local taxas at applicable rate DESCRIPTIONITEM TOTAL High Rafter Cleaning for Round Rock Sports Center(RRSC) 1437.50 $136.64 $ 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 $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 $1,183.050 Boom/Scissor lift equipment-Unit#1 -32' Slab Scissor Lift $1,183.050 Materials/Supplies $214.500 ABM TO PROVIDE ALL LABOR, • • MATERIALS SUBTOTAL(without tax) $ 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.DemoussettCa)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 subiect to state and local taxas at applicable rate DESCRIPTIONITEM .- TOTAL PRICE High Rafter Cleaning for Round Rock Sports Center(RRSC) 1437.501 $140.05 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 $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 $1,183.050 Boom/Scissor lift equipment-Unit#1 -32'Slab Scissor Lift $1,183.050 Materials/Supplies $214.500 ABM TO PROVIDE ALL LABOR, • • MATERIALS SUBTOTAL(without tax) $ 61,272.35 QUOTE Building Value Quote delivered via: a-mail DATE June 12, 2024 Mark DeMoussett EXPIRATION DATE June 12, 2025 713-539-8676 Mark.DemoussettCcDabm.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 i•. • 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 DESCRIPTIONITEM TOTAL High Rafter Cleaning for Round Rock Sports Center(RRSC) 437.501 $143.55 1 $ 62,804.16 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 $1,183.050 Boom/Scissor lift equipment-Unit#1 -32' Slab Scissor Lift $1,183.050 Materials/Supplies $214.500 ABM TO PROVIDE ALL LABOR, SUPERVISION SUBTOTAL(without tax)1 $ 62,804.16 Exhibit "B" ROUND ROCK TEXAS 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 aqainst 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 "B" ROUND ROCK TEXAS 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 TEXAS 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 OW NER 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 "B" y ROUND ROCK TEXAS 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 OWNER 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 _ Page 1 of 3 �� ® DATE(MM/DD/VYYY) A C4 CERTIFICATE OF LIABILITY INSURANCE 03/27/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT W,w Certificate Center NAME: Willis Towers Watson Southeast, Inc. c/o 26 Century Blvd PHONE , 1-877-945-7378 NC No: 1-888-467-2378 E-MAILCorti ficates 8wtwco.COR P.O. Box 305191 ADDRESS: Nashville, TN 372305191 USA INSURERS AFFORDING COVERAGE NAIC/ INSURER A: ACE American Insurance Company 22667 INSURED INSURER B: ACE Property i Casualty Insurance Company 20699 ABM Industry Groups, LLC an ABM Industries Incorporated Company INSURER C: Indemnity Insurance Company of North Ameri 43575 4151 Ashford Dunwoody Road, Suite 600 INSURER D: QBE Specialty Insurance Company 11515 Atlanta, GA 30319 Federal Insurance Company 20281 INSURER E: � y INSURER F: AIG Specialty Insurance Company 26883 COVERAGES CERTIFICATE NUMBER: W38412212 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL.S VD, POLICPOLICY NUMBER MM/DDY EFF APAMfDD EXP LJMITs LTR X COMMERCIAL GENERAL LIABILITYEACH OCCURRENCE $ 2,000,000 A GETU CLAIMS-MAGE X OCCUR PREMISES Ea occurrence $ 2,000,000 A X $1,000,000 SIR MED EXP(Any one person) $ lzcluded X XCU Y Y XSL 648949757 11/01/2024 11/01/2025 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 6,000,000 X POLICY❑JECT PRO- 7 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT Ea accident $ 5,000,000 t BODILY INJURY(Per person) $ A SCHEDULED Y Y ISA H11374311 11/01/2024 11/01/2025 BODILY INJURY(Per accident) $ LY AUTOS NON-OWNED PROPERTY DAMAGE $ LY X AUTOS ONLY Per accident $ B UAB X OCCUR EACH OCCURRENCE $ 10,000,000 AB CLAIMS-MADE Y Y XEU G27910865 010 11/01/2024 11/01/2025 AGGREGATE $ 10,000,000 RETENTION$0 S WORKERS COMPENSATIONX PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER C YIN ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBEREXCLUE No NIA Y WLR C72624804 11/01/2024 11/01/2025 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If es,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D Professional Liability 130007484 07/01/2024 07/01/2025'Each Claim $5,000,000 Aggregate $5,000,000 Retention 1$1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) SEE ATTACHED CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Round Roc, Texas AUTHORIZED REPRESENTATIVE 221 East Main Street Round Rock, TX 78664 k—,/ ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD sR 1n. 27507366 -TCe 3894894 AGENCY CUSTOMER ID: LOC#: ADDITIONAL REMARKS SCHEDULE Page 2 of 3 AGENCY NAMED INSURED Willis Towers Watson Southeast, Inc. ABM Industry Groups, LLC an ASM Industries Incorporated Company POLICY NUMBER 4151 Ashford Dunwoody Road, Suite 600 See Page 1 Atlanta, GA 30319 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Any person or organization whom you have agreed to is included as Additional Insured as respects General Liability and Automobile Liability (Umbrella follows Form) as required by written contract with the Named Insured. If required by the written contract or agreement with said Additional Insured, this insurance shall be primary insurance to any other insurance available to said insured covering the same loss. Such other insurance available to said Additional Insured shall be excess to and non-contributing to this insurance. Waiver of subrogation applies in favor of Additional Insured as respects General Liability, Automobile Liability and Workers Compensation, where allowed by law, (Umbrella follows form) as required by written contract with the Named Insured. Umbrella/Excess policy applies excess of General Liability, Auto Liability and Employers Liability Policies. INSURER AFFORDING COVERAGE: Federal Insurance Company NAIC#: 20281 POLICY NUMBER: J06105798 EFF DATE: 11/01/2024 EXP DATE: 11/01/2025 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Crime/Employee Dishonesty/ Each Occurrence $5,000,000 Fidelity INSURER AFFORDING COVERAGE: ACE American Insurance Company NAIC#: 22667 POLICY NUMBER: WCU C72624762 EFF DATE: 11/01/2024 EXP DATE: 11/01/2025 SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Workers Compensation EL Each Accident $1,000,000 WC-Statutory/CA-$1M SIR EL Disease-Pol Limit $1,000,000 OH, WA, OR, IL, MI - $500K SIR EL Disease-Each Empl $1,000,000 ADDITIONAL REMARKS: ANY PROPRIETOR/PARTNER/EXECUTIVE/ OFFICER/MEMBER are included under Excess Workers Compensation policy #WCU C72624762 INSURER AFFORDING COVERAGE: AIG Specialty Insurance Company NAIC#: 26883 POLICY NUMBER: CPO 16081985 EFF DATE: 05/01/2024 EXP DATE: 05/01/2025 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Contractor's Pollution Liability Each Loss $10,000,000 Aggregate $10,000,000 SIR $500,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 27507366 BATCH: 3894894 CERT: W38412212 AGENCY CUSTOMER ID: LOC#: A�® ADDITIONAL REMARKS SCHEDULE Page 3 of 3 AGENCY NAMED INSURED Willis Towers Watson Southeast, Inc. ABM Industry Groupe, LLC an ABM Industries Incorporated Company POLICY NUMBER 4151 Ashford Dunwoody Road, Suite 600 See Page 1 Atlanta, GA 30319 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE:See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance INSURER AFFORDING COVERAGE: American Some Assurance Company NAIC#: 19380 POLICY NUMBER: 080768613 EFF DATE: 05/01/2024 EXP DATE: 05/01/2025 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Property Coverage Per Policy $5,000,000 ADDITIONAL REMARKS: All Risk of Physical Damage at any location including customer's premises, subject to policy terms. INSURER AFFORDING COVERAGE: ACE American Insurance Company NAIC#: 22667 POLICY NUMBER: ISA 511374311 EFF DATE: 11/01/2024 EXP DATE: 11/01/2025 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Garage Keepers Legal Liability Limit $2,000,000 ADDITIONAL REMARKS: Automobile Liability includes Excess Garage keepers Liability. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 27507366 BATCH: 3894894 CERT: W38412212 WILLIS TOWERS WATSON CANCELLATION NOTICE NAMED INSURED POLICY NO. ABM Industry Groups, LLC All policies listed on the enclosed certificate EFFECTIVE DATE SEE PAGE 1 Holder Name: City of Round Roc, Texas 221 East Main Street Round Rock, TX 78664 Project: See Page 1 Cancellation Terms: IN ADDITION TO THE NOTICE PROVISIONS IN THE POLICY, WILLIS TOWERS WATSON HAS AGREED WITH THE CARRIER THAT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, WILLIS TOWERS WATSON WILL SEND WRITTEN NOTICE TO THE CERTIFICATE HOLDER WITHIN 30 DAYS EXCEPT FOR NONPAYMENT OF PREMIUM. WILLIS TOWERS WATSON WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED. Cancellation Terms Apply to the Following Coverages: All policies listed on the enclosed certificate Willis 102 BLANKET ADDITIONAL INSURED Named Insured ABM Industries Incorporated Endorsement Number 26 Policy Symbol Policy Number Policy Period Effective Date of Endorsement XSL G48949757 11/01/2024 TO 11/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: EXCESS COMMERCIAL GENERAL LIABILITY POLICY Any person or organization whom you have agreed to include as an additional insured in a written contract is included as an additional insured under this policy, but only to the extent required by and in accordance with the terms of such written contract executed prior to loss, provided that written contract does not specify an ISO endorsement or other specific wording, and only with respect to liability for"bodily injury", "property damage", or"personal and advertising injury"arising out of your ongoing or completed operations. MS-309963.2 (11/20) ©Chubb.2016.All rights reserved. Page 1 of 1 4 NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured Endorsement Number ABM Industries Incorporated 21 Policy Symbol Policy Number Policy Period Effective Date of Endorsement XS L G48949757 11/01/2024 to 11/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: EXCESS COMMERCIAL GENERAL LIABILITY POLICY Schedule Organization Additional Insured Endorsement Any additional insured with whom you have agreed to provide such non-contributory insurance, pursuant to and as required under a written contract executed prior to the date of loss. (If no information is filled in, the schedule shall read:All persons or entities added as additional insureds through an endorsement with the term Additional Insured"in the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy, the following is added to Section IVA: If other insurance is available to an insured we cover under any of the endorsements listed or described above (the "Additional Insured") for a loss we cover under this policy, this insurance will apply to such loss and is primary (subject to satisfaction of the "retained limit"), meaning that we will not seek contribution from the other insurance available to the Additional Insured. Your"retained limit"still applies to such loss, and we will only pay the Additional Insured for the"ultimate net loss"in excess of the"retained limit"shown in the Declarations of this policy. Authorized Representative XS-20288a(05/14) ©Chubb.2016.All rights reserved. Page 1 of 1 CHUBB` 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Named Insured Endorsement Number ABM Industries Incorporated 1 Policy Symbol Policy Number Policy Period Effective Date of Endorsement XSL G48949757 11/01/2024 to 11/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: EXCESS COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Person or Organization: Any person or organization against whom you have agreed to waive your right of recovery in a written contract,provided such contract was executed prior to the date of loss. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this policy. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s)or organization(s)shown in the Schedule above. All Other Terms And Conditions Remain Unchanged. Authorized Representative XS-6W34a(02/20) Page 1 of I 8 ADDITIONAL INSURED — DESIGNATED PERSONS OR ORGANIZATIONS Named Insured ABM Industries Incorporated Endorsement Number 1 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA H11374311 11/01/2024 To 11/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM Additional Insured(s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. A. For a covered "auto,"Who Is Insured is amended to include as an "insured,"the persons or organizations named in this endorsement. However, these persons or organizations are an "insured"only for"bodily injury"or"property damage"resulting from acts or omissions of: 1. You. 2. Any of your"employees"or agents. 3. Any person operating a covered "auto"with permission from you, any of your"employees"or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. Authorized Representative DA-91J74c(03/16) Page 1 of 1 3 NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured ABM Industries Incorporated Endorsement Number 13 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA I H1 1374311 1To 11/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM Schedule Organization Additional Insured Endorsement Any additional insured with whom you have agreed to provide such non-contributory insurance, pursuant to and as required under a written contract executed prior to the date of loss (If no information is filled in, the schedule shall read: All persons or entities added as additional insureds through an endorsement with the term Additional Insured'in the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy, the following is added to the Other Insurance Condition under General Conditions: If other insurance is available to an insured we cover under any of the endorsements listed or described above (the "Additional Insured") for a loss we cover under this policy, this insurance will apply to such loss on a primary basis and we will not seek contribution from the other insurance available to the Additional Insured. Authorized Representative DA-21886b(06/14) Page 1 of 1 4 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured ABM Industries Incorporated Endorsement Number 11 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA H11374311 11/01/2024 To 11/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto. The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Authorized Representative DA-13115a(06/14) Page 1 of 1 Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number ABM INDUSTRIES INCORPORATED ONE LIBERTY PLAZA,7TH FLOOR Policy Number NEW YORK NY 10006 Symbol: WLR Number:C72624804 Policy Period Effective Date of Endorsement 11-01-2024 TO 11-01-2025 11-01-2024 Issued By(Name of Insurance Company) INDEMNITY INS.CO.OF NORTH AMERICA Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS . For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6)of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent WC 00 03 13(11/05) ©Copyright 1983-2017 National Council on Compensation Insurance,Inc.All Rights Reserved. 3 RECOVERY FROM OTHERS Named Insured Endorsement Number ABM Industries Incorporated 2 Policy Symbol Policy Number Policy Period Effective Date of Endorsement WCU C72624762 11/01/2024 to 11/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: Specific Excess Workers Compensation and Employer's Liability Policy Solely with respect to a written contract with the organization named in the Schedule below, the final paragraph of 1. Recovery From Others in PART SIX-CONDITIONS is deleted and replaced with the following: In the event of any payment under this policy for a Loss for which you have waived the right of recovery in a written contract entered into prior to the Loss, we hereby agree to also waive our right of recovery but only with respect to such Loss and only for the organization named in the Schedule below. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. This endorsement does not apply to policies in Missouri where the employer is in the construction group of classifications. Authorized Representative WC 99 04 91 (10/08) Page 1 of 1 Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number ABM INDUSTRIES INCORPORATED ONE LIBERTY PLAZA,7TH FLOOR Policy Number NEW YORK NY 10006 Symbol: WLR Number:C72624804 Policy Period Effective Date of Endorsement 11-01-2024 TO 11-01-2025 11-01-2024 Issued By(Name of Insurance Company) INDEMNITY INS. CO.OF NORTH AMERICA Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the schedule. Schedule 1. ( ) Specific Waiver Name of person or organization: ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2 . 0 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: $46, 557 Authorized Representative WC 42 03 04B(06/14) ©Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved.