Loading...
HomeMy WebLinkAboutFI09-083 - Original - Cintas Corporation - Linen and Unifrom Services - 04/16/2009 i Records M s. eme KENT Document WASHINGTON CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: - I¢S rQ Vendor Number: �(�[/ �?C/ JD Edwards Number / r Contract Number: ,3 )�Pw This is assigned by City 'Clerk's/Office / Project Name: G��'1 ✓ Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment XContract ❑ Other: Contract Effective Date: /�!( Q �w Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: s Department:r� c-EZ Detail: (i.e. address, location, parcel number, tax id, etc.): S Publlc\RecordsManagement\Forms\ContractCover\adcc7832 11/0B KENT WASHINGTON GOODS & SERVICES AGREEMENT between the City of Kent and C I NTAS CORPORAT I ON THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Cmtas Corporation organized under the laws of the State of Washington, located and doing business at 631 Valley Ave NW, Puyallup,Washington 98371 (hereinafter the "Vendor") AGREEMENT 1. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City Linen and uniform services in accordance with Vendor's January 5, 2009, response to the City's November 19, a008, Request for Proposals Copies of the City's Request for Proposals is attached and incorporated as Exhibit A, and Vendor's Response is attached and incorporated as Exhibit B Uniforms will be provided under this Agreement on a mixed rental and purchase basis All rented uniforms will be replaced with new garments after 18 months of use Purchased uniforms will be replaced as the City may determine is necessary. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources 11. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services through March 12, 2012. However, upon the parties' mutual agreement, this Agreement may be extended on a month-to- month basis, up to an additional one year term However, in no event shall the term of this Agreement be extended beyond March 9, 2013 111. COMPENSATION. The City shall pay the Vendor an amount not to exceed $382,000 for the original three year term of this Agreement, including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement This "not to exceed" amount is provided as an estimate only and is in no way a guarantee of the payment the Vendor can expect to receive during the term of this Agreement This estimate is based on the number and type of uniform garments that the City reasonably expects it needs to purchase and rent from the Vendor during the term of this Agreement However, because the City's uniform needs depend on the number of employees it has on staff, this amount may fluctuate up or down. If the parties agree to extend this Agreement after the initial three year GOODS & SERVICES AGREEMENT - 1 (Over$10,000 00, including WSST) term, and should the "not to exceed" amount provided for in this section prove insufficient to cover the costs associated with that extension, the parties shall properly negotiate and execute an amendment to this Agreement However, by its execution of this Agreement, the Vendor agrees that the rental and purchase rates it charges the City during that extension period shall remain locked at the rates originally provided for within this Agreement, unless the City agrees otherwise. The City shall pay the Vendor the following amounts according to the following schedule Vendor will be paid on a monthly basis for services rendered and goods received during the prior month The City has elected to contract with Vendor to provide a mix of uniform rental, uniform purchase, and uniform laundry services. During the term of this Agreement, the City will purchase the following uniform garments, at the stated purchase price, for the employees and in the quantities as the City may designate • Carhartt Pants, Item No J01 - $31 .99 ea. • Carhartt Non-Insulated Duck Overall, Item No R01 - $39 99 ea. • Carhartt Insulated Duck Overalls, Item No R02 - $64 50 ea • Carhartt Insulated Blue Coveralls, Item No 914 - $63 37 ea. • Carhartt Insulated Duck Coveralls - $63 37 ea • Carhartt Detroit Jacket, Item No J01 - $44 50 ea. • Parka, Item No 80180 - $75 00 ea • Carhartt Chore Coat, Item No C01 - $48 50 ea • Carhartt Duck Artic Vest, Item No V01 - $36 75 ea. All other uniform garments will be rented at the rental cost provided for in Exhibit B For those uniform garments that are rented, the weekly laundry service and all mending or repair services are included within the rental cost For those uniform garments purchased by the City, and which require laundry service, the Vendor shall invoice the City $1 50 per laundred item The Vendor shall not repair or mend any purchased item that has been sent to Vendor for laundry service, unless first requested by the City. Invoices will be paid within (30) days after the City's receipt and acceptance of the goods or completion and acceptance of the services Payment periods will be computed from either the date of delivery of all goods ordered, the date of completion of all services, or the date of the City's receipt of a correct invoice, whichever of these dates is later No payment shall be due prior to the City's receipt and acceptance of the items identified in the invoice thereof If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute In that event, the parties will immediately make every effort to settle the disputed portion A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall GOODS & SERVICES AGREEMENT - 2 (Over$10,000 00, including WSST) i be liable to the City for any additional costs incurred by the City "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor B. Final Payment Waiver of Claims VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement By their execution of this Agreement, and in accordance with Ch. 51 08 RCW, the parties make the following representations A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement B The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed C The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement D The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business V. TERMINATION. This Agreement may be terminated by the City for good cause, or by either party upon providing the other with notice as provided for in this Section V A Good Cause. The City may immediately terminate this Agreement for good cause "Good cause" shall include, without limitation, any one or more of the following events 1 The Vendor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of this Agreement 2. The Vendor's failure to complete this Agreement within the time specified in this Agreement GOODS & SERVICES AGREEMENT - 3 (Over$70,000 00, Including INSST) 3. The Vendor's failure to make full and prompt payment to subcontractors or for material or labor. 4 The Vendor's persistent disregard of federal, state, or local laws, rules, or regulations 5. The Vendor's filing for bankruptcy or becoming adjudged bankrupt 6. The Vendor's breach of any of the terms of this Agreement If the City terminates this Agreement for good cause, the Vendor shall not receive any further monies due under this Agreement until the goods, materials, and services required by this Agreement are completed and fully performed B. Termination on Notice Notwithstanding subsection (A) above, either party may terminate this Agreement, with or without cause, upon providing the other party one hundred and eight (180) days written notice at its address set forth on the signature block of this Agreement V1. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work, however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below The Vendor accepts all requirements of an amendment by- (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change V11. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively GOODS & SERVICES AGREEMENT - 4 (Over$10,000 00, including WSST) deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim Provide a signed written notice of claim that provides the following information 1 . The date of the Vendor's claim; 2 The nature and circumstances that caused the claim, 3 The provisions in this Agreement that support the claim, 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined, and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption B. Records The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim The City shall have access to any of the Vendor's records needed for evaluating the protest The City will evaluate all claims, provided the procedures in this section are followed If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement D Failure to Protest Constitutes Waiver By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination) E. Failure to Follow Procedures Constitutes Waiver By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination) VII1. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD GOODS & SERVICES AGREEMENT - 5 (Over$10,000 00, including WSST) IX. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1 2, and upon completion of the contract work, file the attached Compliance Statement X1. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER The provisions of this section shall survive the expiration or termination of this Agreement. XI 1. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit C attached and incorporated by this reference XII11. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose All work shall be done at Vendor's own risk, and Vendor shall be responsible for any GOODS & SERVICES AGREEMENT - 6 (Over $10,000 00, including WSST) loss of or damage to materials, tools, or other articles used or held for use in connection with the work X I V. MISCELLANEOUS PROVISIONS. A. Recyclable Materials Pursuant to Chapter 3 80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable A price preference may be available for any designated recycled product B Non-Waiver of Breach The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect C Resolution of Disputes and Governing Law This Agreement shall be governed by and construed in accordance with the laws of the State of Washington If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules andjurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law, provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement D Written Notice All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor G Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement All of the above documents are hereby made a part of this Agreement However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail GOODS & SERVICES AGREEMENT - 7 (Over$70,000 00, including WSST) H Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations I. Counterparts This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR: CITY: CINTAS CORPORATIO CITY OF KENT ozv�/ By. By' (signature) gnature) Print Name Dennis Bussell Print Name ze e Cooke Its General Manager Its Mai or '/ / (title) DATE Y /0109 DATE GOODS & SERVICES AGREEMENT - 6 (Over $70,000 00, including WSST) NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Shawn Epperson Thomas Vetsch Cintas Corporation City of Kent 631 Valley Ave NW 220 Fourth Avenue South Puyallup WA 98371 Kent, WA 98032 253-231-8287 (telephone) (253) 856-5234 (telephone) 253-926-4637 (facsimile) (253) 856-6200 (facsimile) A ROVED 26S TO FORM: KI L�w De artment P\Civil\Files\OpenFaes\0024-2009FFnanmGeneral\QntasAgreement-CLEAN doc GOODS & SERVICES AGREEMENT - 9 (Over$10,000 00, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement, The questions are as follows 1 1 have read the attached City of Kent administrative policy number 1 .2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer 4 During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities 5 Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above By signing below, I agree to fulfill the five requirements referenced above Dated thi /0� day of 200E By For /IA�/nS /4Vf1 o" &6 Title r�IlPla l /' Date: �f 1 0/0 9 EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER 1 2 EFFECTIVE DATE, January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES- April 1 , 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY Equal employment opportunity requirements for the City of Kent will conform to federal and state laws All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps 1 Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer 2 Actively consider for promotion and advancement available minorities and women Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments 1 Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy 2 Monitoring to assure adherence to federal, state and local laws, policies and guidelines EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement /) / I, the undersigned, a duly represented agent of L/ Rs� ( (i�0ar�7loit Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Adis' Rr/Al V-s that was entered into on the (date) �110 O? , between the firm I represent and the City of Kent I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1 2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of ff/rrL- 200-L. By LaV For �1/l�Gl �rporc.f A Title: 4 'C�1qa4'%K_ Date el0/09 EEO COMPLIANCE DOCUMENTS - 3 of 3 EXHIBIT A 1 i CALL FOR PROPOSALS Notice is hereby given that the City of Kent, Washington, is accepting proposals for Uniform and Linen Services. Proposals will be received at the City Clerk's office through January 5, 2009 up to 2:30 p.m. as shown on the clock in the lobby of City Hall located at 220 Fourth Avenue South, Kent, Washington. Proposals received later than 2:30 p.m. on January 5, 2009 will not be considered. Detailed information about this proposal and a set of specifications, along with details of what must be submitted as a response to this proposal, may be obtained from the Finance Department. You may contact the Finance Department by calling (253) 856-5235 or by emaiiing at PRoseto@ci.kent.wa.us. The Finance Department is located at 400 West Gowe, Suite 406, Kent, Washington. A pre-submittal meeting will be held on Tuesday, December 16, 2008, from 1:00 -2:00 p.m. at The Centennial Center in Suite 402, 400 West Gowe, Kent, Washington. The City of Kent reserves the right to reject any and all proposals and to waive irregularities and informalities in the submittal and evaluation process. No bidder may withdraw its' proposal for a period of one- hundred twenty (120) days after the proposal due date. Dated this 19th day of November, 2008. Brenda Jacober, CIVIC City Clerk City of Kent Published: Kent Reporter/Sound Publishing On November 26 & December 3, 2008. Uniform and Linen Services Proposal The City of Kent seeks proposals from qualified vendors of uniform and linen services for the purpose of servicing the City's uniform and linen needs. The proposal will have a duration period of three years from the date of execution of this agreement. Proposals of service are to be completed on the City's form, which is attached and must be received at City Hall located at 220 Fourth Avenue South, Kent, Washington 98032, on or before 2:30 p.m. on January 5, 2009. General Information The City of Kent has approximately 130 full-time employees, 40 eight- month employees, and 5 four-month employees that will be serviced by this contract. • Full-time employees are entitled to the following: 11 shirts, it pants (combination of pants and non-insulated overalls), 3 jackets, and 3 coveralls/overalls. • Eight-month employees are furnished with 11 shirts, 2 pants (combination of pants and non-insulated overalls), and 3 rental jackets. • Four-month employees only received 11 shirts and 1 rental jacket. These numbers may vary with the needs and operational goals of the City. Requirements and Services 1. Unit prices shall remain constant during the life of the contract. 2. The contract period for Uniform and Linen Services shall be three (3) years beginning approximately April 1, 2009 to March 31, 2012. A full replacement of all rental uniforms after eighteen (18) months into the contract is required. 3. Delivery of uniforms, mats, towels, etc. may be required at any or all of the following locations: and in good repair. The suppliers shall mend, alter, or replace said garments to the extent necessitated by normal wear and tear. The supplier will furnish all necessary repair tags. 10. It is the intent of the city to award this proposal as to give the successful bidder a sixty (60) day lead time to measure, order and be prepared to install on April 1, 2009. It is expected that current vendor, if not the successful bidder, will be prepared to pick up their product during the same week. 11. The City will work with the vendor to come up with an implementation plan. It is the intent of the city to install all locations within a five day period of time. Exceptions to this plan will be agreed upon in writing. 12. Names: The employee's first name will be stitched over the left breast pocket of shirts and jackets. The City of Kent' will be stitched over the right breast pocket of shirts and jackets. 13. Uniforms that require mending shall be properly labeled by the city and returned mended to the city within one laundering cycle. 14. The supplier will properly measure each employee before supplying uniforms. Measuring may need to be scheduled to accommodate shift changes. The measuring is the responsibility of the vendor. Employees will be measured by using size samples to insure accurate measurements for each employee. This process should be completed prior to the beginning of the new contract and new uniforms should be ready for installation by April 1, 2009. 15. Garments shall be deemed unsatisfactory if the employee, for cause refuses the garments when delivered by the supplier. Since employees are usually in the field at the time of delivery they shall have one day (24 hours) to refuse delivery of garments, at which time the supplier will replace the articles. 16. Vendor will count all dirty uniforms removed from each site by employee and provide a report to the City. The report will be provided to the city no later than 24 hours after pickup of dirty uniforms. The preferred method of reporting is through 4 5. This contract is subject to all the terms and conditions of WISHA and OSHA as amended. 6. If requested, bidder shall supply samples of materials on which they have bid. Materials shall be as specified or the equivalent. 7. Photos of all proposed garments must be attached to the proposal if different from the garments on the bidder form. 8. For questions or concerns contact: Patty Roseto Senior Financial Analyst 253-856-5235 Selection Process 1. The City reserves the right to reject any or all proposals, and to wave any informality in the process, or determine which proposals or bidder is lowest and most reasonable and shall be the sole judge thereof. The Contract will be awarded to the lowest responsible bidder. 2. In awarding the contract, the City will consider among other things, the reliability of the supplier, services offered by the vendor, as well as the price quoted. Bidders shall furnish a list of five references of contracts approximately equal to our volume. 3. No proposal may be withdrawn after having been opened by the City Clerk. Any bidder who refuses to enter into a contract after the proposal has been awarded will be declared non-responsive. The City of Kent is an Equal Opportunity Employer and encourages women and minority contractors to submit proposals. The winning contractor and subcontractors must conform to the requirements listed in the City's Personnel Policy and Procedure Manual, Number 1.2, entitled "Minority and Women Contractor" as adopted on January 1, 1998. The winning Contractor and subcontractors shall be required to pay prevailing wages. There is no exception to any of the above. 4. This contract will be awarded to one supplier only. EXHIBIT B 1 Cfiqv& L 14OR'FHWEST GROUP Cintas Contact List Justin Ackley-Service Sales Repre3antative i Phone: 1.800-732-2022 i Email:acklevi c(�i cmtas com Amanda Putney- Customer Care Phone• 1-800-732-2022 Email, putneva2 a Cintas com Shawn Epperson- Service Manager Phone. 1-253-231-8287 Email: Wpersons a,cmtas com a i Chris Mitchell-Senior Service Manager Phone: 1-25 3-231-8 3 07 Email: mitchelic a,cuitas com i Dennis Bussed- General Manager Phone. 1-253-231-8284 Email busselld a.cmtas com i I Darrin Wellentin-Catalog Manager Phone 1-253-231-8291 Email: Rellentind�cgwatas.com Laurie Ridge- Office Manager Phone 1-253-231-8285 Email ndgelgemtas com f i j i t _Fri r OtI ® i NORTHWEST GROUP Uniform Change Out For Full Time Employee Name: Department: Shirts: Pants: Jackets: Approval: I I i • Full time employees can have any combmation of 11 shuts, 11 pants,and 3 jackets, f • Pants can be a combo of regular pants and non-insulated coveralls. • Please notate any size changes needed for your new umforms next to the item. i t I i W>RTHWEST GROUP Uniform Change Out For Eight Month Employee Name: Department: Shirts: Pants: Jackets: i i I Approval: • Full time employees can have any combination of 11 shirts,2 pants, and 3 Jackets • Pans can be a combo of regular pants and non-insulated coveralls I • Please notate any size changes needed for your new umforms neat to the item. i 3 r I i I f PF NOR-rHWE5T GROUP Uniform Change Out For Four Month Employee i Name: Department: Shirts: Pants: Jackets: Approval: • Full time employees can have any combination of 11 shirts and 3 jackets. • Please notate any size changes needed for your new uniform next to the item I i z i 3 I m NtORTHWEST GROI.iP Questions 1. What kind of turn-around time can we expect for repairs?How do you determine if a garment should be repaired or replaced? Answer-All repairs are a 1--week turn For determining if a garment should be replaced or repaired we look at each garment individually.If the garment is not gomg to lut the standards of a acceptable garment for the City of Kent we will reorder the garment.If it is a simple repair for example,a button or Honor patch,we will Bien repair the garment 2. From time to time an employee will leave the City.What is the process to remove an employee from an invoice and what kind of timeframe can we expect .Answer-Once we are notified an employee is no longer with the City,Jusnn will do a full ; inventory of all the garments.He will then let the point of contact know what is missing and remove the employee from the invoice Any missing garments can be returned and a full credit will be given on any replacement costs related that employee. 3. How quickly will we receive new uniforms for our employees?Please cover the initial j installation as well as new hires.What kind of things will help speed up the process r and what things can delay the process? is the turn-around time on the mats the same as the garments? Answer-90 percent of our uniforms come in time to make the 1 week turn Some things that delay the process is extreme sizes I will explain this in more detail i 4. How will you ensure that we get our uniforms when promised? Answer-Preparation and better communication. E 5. How does your company keep track of the uniforms? Answer-On site count will be done on all garments turned in Cintas has an assigned partner who will then recount all the uniforms to ensure everything is complete before the uniforms are loaded onto the truck 6. Do you manufacture your garments or do you purchase yourgarments? Answer-mantas manufactures all of its garments 'Ilre only garments we don't manufacture gaim y garm facture is the Carhartt items that you purchase through Cmtas. CUSTOMER REQUEST FORM Request #: 330755 Company . : CITY OF KENT -SEWER Loc Rt D Cust Date 2/Z1/09 Acqdress . : 5821 S 240TH ST 461 - 30 - 5 - 02557 Time 8: 59: 51 KENT WA 98032 Phone : 253/856-5235 Volume 68 .27 Jeopardy: N Renewal: 12/31/08 Status . : Active Spoke To . : EPPERSON Title . . . Resolve by: 8/01/10 Taken by : AMANDA PUTNEY Source CSR Req type : RI _Routine Info Sub-type: PI INFO FROM PARTNER C/I/P: C Customer Concern: issue prepare City of Kent uniform change out i i Responsible : epperson Department: SERVICE Carbon Copy : Call Date: Visit Date: 1 n of Action: Date : Final Resolution: Date: , Date called back: Rating: 1-Highly Satisfied 2-Somewhat Satisfied j 3-Not Satisfied 4-Do Not Know Customer Comments: . ao NORTHWEST GROVP e y I Service Improvements I • Garments will be counted and documented on the customer's site Cnntas auditor will then recount all garments prior to being loaded on the truck.Thts auditor wdl check for quality as well when doing the Final count • Documented systems in place with timelines to ensure change out will take place on specific dates. f • Email access to Customer Service,Sales Service Representative,and Service Manager to E ensure requests are handled in a timely business manner i • Quarterly meeting with Cintas Service Manager and City of Kent. i I 1 i I I CI NORTHWEST GROUP f i E References Brown&Haley 110 East 26,h Street Tacoma,VIA 98421 David Armstrong CFO (253) 620-3077 SC Fuels 2406 Port of Tacoma Road € Tacoma,WA 98421 I David Beattie Commercial Operations Manager f t (253)396-6872 Mostly Muffins 22330 686 Ave S. Kent,WA 98032 Monte Mathison Facilities Manager (253)872-8390 Ext 116 Titus Tools 22020 72-d Ave S Kent,WA 98032 ! Drake Doyte Director of Operations i (253)796-4794 i Auto Warehousing 2810 Marshall Ave#B Tacoma,WA 98421 Bred Weiland Admuustative Manager (253)719-1701 +1 i i Picture Description Rental Purchase Cost Price .20 13.00 _ t Work Pants 8.25 oz. twill 65% polyester/35% combed cotton pants heavy duty brass ratchetmg zipper Sizes and styles for both men and women should be available _ ! Regular cut with slashed pocket, a _- western jean cut, and double pleated slacks _ Color: Navy 1.14 31.99 Carhartt Pants 12-ounce, 100% ring-spun cotton duck with plied yarns for added durability • Chap style double front with cieanout bottom • Multiple tool and utility pockets, and a hammer loop • 19-inch leg opening easily fits over work boot • Carhartt 1.26 39.99 Non-insulated Overalls • High back bib overalls -,1 & 100% cotton12 oz. • full cut - • bib pocket with flap • Deep scoop front pockets n • Tool and rule pocket on right leg • Hammer loop on left leg • traditional button fly • Carhartt a • Color: Brown duck 1.84 64.50 IInsulated Overalls • 100%, 12 oz. cotton duck over a nylon quilted Immg • zippered front closure LL • chest pocket • front hip pockets • side entry slits • back hip and tool pocket Leg zipper opens to the knee with protective wind flap .52 24.00 Coveralls • 10 oz., 100%cotton fisher stripe r' • concealed zipper i • front closure aF f I 1.57 63.37 Insulated Coveralls: • Durable 65/35 poly/cotton twill shell with a quilted lining • Two-way zippered front closure chest pocket • front hip pockets • side entry slits elastic side waist band • back hip and tool pocket • leg side seam zipper • Color: Navy Insulated Coveralls and Overalls 1.57 63.37 • 100%, 12 oz. cotton duck • nylon quilted lining • zippered front closure - 0 chest pocket • front hip pockets r side entry slits • elastic side waist band • back hip and tool pocket • Leg zipper opens to the knee with protective wind flap =5` • Carhartt • Color- Brown duck. c .16 12.00 Industrial Shirts 1 . 65% polyester/35% combed cotton _ • Double chest pocket • sewn in stay collars • Long sleeve and short sleeve lengths • Sizes for both men and women • Colors. Navy and light gray, striped and solid .29 14.50 Denim Shirt • 100% cotton denim shirt • Long oversized cut with a fully constructed button-down collar • Two-button cuffs and sleeve Button-through chest pocket • Color: Denim Blue .29 14.50 Knit Polo Shirt: • 100% Polyester • Three button placket \ _ - • Rib knit cuffs Chest pocket ' • Men &Women styles Color: Navy &Navy/White 1.96 75.00 Parka • Insulated, water resistant shell • two way zipper • insulated collar with roll-away hood • Fleece inner jacket zips in for extra warmth or worn separately • Chest and side pockets • Color Navy • Cintas or something similar 4 1.32 44.50 Duck Detroit Jacket— Blanket Lined AM • 12-ounce, 100% cotton duck with _=_ plied yams firm hand • Water-repellent - . 60% acrylic and 40% polyester - blanket lining • Corduroy top collar with snaps on under collar for optional hood Zipper front • Left chest zipper pocket and two - front welt pockets • Two snap adjustable waist tabs Carhartt 1.30 48.50 Duck Chore Coat— Blanket Lined • 12-ounce, 100% cotton Duck • 70%-acrylic and 30%-polyester Blanket lining � • Corduroy top collar with snaps on under collar for optional hood Five metal button front • Four patch pockets, including two - chest pockets, one with button Rap • Carhartt 1.20 36.75 Duck Arctic Vest — Quilt Lined • 12-ounce, 100% cotton Duck with plied yams, firm hand Water repellent 100%-nylon quilted to polyester i arctic weight lining • Rib-knit collar • Zipper front with inside wind flap x • Two large quilted front pockets • Elastic side tabs at waist • 3.5 inch kidney flap h�elf9r� • Carhartt Ike Jacket .40 22.00 Short-waisted, 65/35 poly/cotton - twill jacket sports a • quilted nylon Inver ideal for all climates. Adjustable waist, single- button • adjustable cuff and two large button-down patch pockets. .69 25.00 High-Image Jacket 65/35Polyester/cotton poplin shell • quilted nylon lining • Elasticized waist • Designer detailing includes stand- up collar with contrasting trim accent Stylish Range chest panel • Adjustable wood-tone 2-button tip cuffs • Cintas or something similar . Cirltas .40 22.00 Perma-Lined Sport Jacket • All-weather twill jacket " . 65/35 poly/cotton blend angled side pockets ribbed knit collar cuffs, and waist Permanent quilted nylon lining • Cintas or something similar Linen Description Current Quantities Umt Cost(Weekly) Shop Towels 1529 05 Fender Covers 16 45 Glass Towels 40 14 Terry Towels 700 15 Bath Towels 80 24 Wash Clothes 0 150 24"Dust Mop 74 90 36"Dust Mop 14 101 48"Dust Mop 16 124 wet Mop 8 1.23 3'x 4'Entry Mat 82 142 3'x 5'Entry Mat 24 142 4'x 6'Entry Mat 44 255 3' x 10'Entry Mat 18 3 21 Tnsponde &hearra"nthat their proposal is genuine and that it is not the result of collusion with other re ) /J �A/llS 6�S1G�� Signature Name Printed (el?<rd /�� //s/09 Title Date NON-COLLUSION CERTIFICATE STATE OF t-J&stiti1-�A ) COUNTY OF ) The undersigned, being duly sworn, deposed and says that the person, firm, association, co-partnership or corporation herein names, has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in the preparation and submission of a proposal to the City of Kent for consideration in the award of a contract on the project described as follows: Uniform and Linen Services Contract. (I '0.5 (Na Firm) By: �/J, (Authorized Signature Title: 6c4ar-W 4sK Sworn to before me this day of �� 2009. (Notary Public) Corporate Seal: Roseto, Patty From: Epperson, Shawn [EppersonS@cintas comj Sent: Thursday, February 19, 2009 12 32 PM To: Roseto, Patty Subject: RE NOG Cost 1 50 From: Roseto, Patty [mailto•PRoseto@ci.kent.wa.us] Sent:Thursday, February 19, 2009 9:21 AM To: Epperson, Shawn Subject: NOG Cost f Shawn: What would be the cost of laundering the purchased garments? Thanks!! Patty This e-mail transmission contains information that is intended to be confidential and privileged If you receive this e-mail and you are not a named addressee you are hereby notified that you are not authorized to read, print,retain, copy or disseminate this communication without the consent of the sender and that doing so is prohibited and may be unlawful. Please reply to the message immediately by informing the sender that the message was misdirected. After replying,please delete and otherwise erase it and any attachments from your computer system Your assistance in correcting this error is appreciated. i ' J EXHIBIT C INSURANCE REQUIREMENTS Insurance The Vendor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with products and materials supplied to the City. A. Minimum Scope of Insurance Contractor shall obtain insurance of the type described below: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover products liability. The City shall be named as an insured under the Vendor's Commercial General Liability insurance policy using ISO Additional Insured-Vendors Endorsement CG 20 15 or a substitute endorsement providing equivalent coverage. B. Minimum Amounts of Insurance Vendor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $2,000,000 products liability aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Commercial General Liability insurance: 1. The Vendor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Vendor's insurance and shall not contribute with it. 2. The Vendor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Vendor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Vendor before goods, materials or supplies will be accepted by the City. DATE(MM DD/YYYY) ACORDa =GERIFICE=C� TXTYIISURC =f = o3�s/2oo9 PRODUCER THIS CERTIFICATE IS ISSUED AS A hFATTER OF INFORMATION ONLY Aon Risk services Northeast, Inc. c/o client Service center AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS 1000 Milwaukee Avenue CERTIFICATE DOES NOT AMEND,EXTEND ORALTER THE Glenview IL 60025 USA COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC 0 v PHoxe- 866 283-7122 FAx- 847 953-5390 URERA Greenwich insurance company 22322 WSURED EiS CTntas corporation and its Subsidiaries INSURERB XL specialty insurance co 37885 Z 6800 Cintas Blvd P.O. Box 625737 INSURERC Westchester Fire Insurance Co 21121 Cincinnati OH 45262 USA u INSURERD .0 O R:SURER E x R7►'GES�_=`----`�-;=s '-�`G;T�.--- '�.u�,==�. i,�: _ - _�;x =- __- -_—'•-L�i�i-n"�`.���-=��`�'ri,=..=LL""- -—'3 THE POLICIES OFLN'SURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUREDNAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREAMi T,TERI,i OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTA aM,THE.INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONMITIONS OF SUCH POLICIES AGOREGATH LILTS SHOWNMIAY HAVE BEEN REDUCED BY PAID CLAIMS LIMITS SHOWN ARE AS REQUESTED LISR POLICYEFFEMVi POLICI EXPIRATIM LTR UISRE TYPE OFASURANCE POLICYAUMBER DATE(MMXDD)YY) DATE(MMIDDIYY) LIMITS A rrABILiCY RGD943715703 07/01/08 07/01/09 EACH OCCURRENCE $2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $100,000 CLAIMS MADE D OCCUR PREM1TISES a or P M (Am•ooe ernn ON X Contractual Liability PERSONAL&ADV INJURY $1,000,Ooo K GENERAL AGGREGATE $2,000,000 � GENL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMWOP AGO S1,000,000 p ❑ POLICY Pact LOC JECr N A AUTOMOBILE LIABILITY FLAD943715803 07/01/08 07/01/09 CONIBLYEDSWULELMIT o X ANY AUTO A05 (Ea Welded) $5,000,000 Z A RAU943715903 07/01/08 07/01/09 ALLOWNEDAUTOS MA BODILY INJURY SCHEDULED AUTOS (Per Pemn) a HIRED AUTOS BODU.YINJURY d V NON OWNED AUTOS (7"accide°I) ComF/toll coy. Incl. PROPERTYDALAGE with $0 Ded. (Per accui nt) GARAGE LGHR.TTY AUTO ONLY-EA ACCIDENT e ANYAUID OTHBRTHAN EAACC AUTO 04LY AGO C EXCESS JUMBRPLLA LIABILTY G22035277003 07/01/08 1 EACH OCCURRENCE $5,006, X�OCCUR ❑ CLAIMS MADE AGGREGATE S5,000,00D ®DEDUCTIBLE RETENTION E RWD J( 1wc STATU- 01H- B WORKERS COMPENSATION AND RWR943511403 07/01/08 07/01/09 ER EAIPLOYERS'LIAHIIlIY ELEACRACCIDE7 $1,000,000 B RWE943512103 07/01/08 07/01/09 ANY PROPRIETOR/PARTNER/HXECIJIIVH OITICEiuXTENfBER EXCLUDED? E.L DISEASE-P.\EA@LOYEE $1,000,000 I3e,dexnbe under SPECIAL FROVISIONS E.L DISEASE-POUCYLIITI $1,000,000 below OTHER DESCRIPTION OFOPERATIONS4.00AIIONSNEMCLrs/ LUSIONSADDPDBYENDORSE%fENDSPECIALPROVISlO.Js City of Kent is included as Additional insured on the Gereral Liability, but only with respect to work performed i under contract between the Certificate Holder and the Insured. T1 5 D R-r :_5 - CAfiT77 a� City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLEDDFFOKETHEEXPDLATION "— Attn: Thomas vetsch DATE THEREOF,THE ISSUING INSURERUILL ENDEAVOR TO MAIL r I 220 4th Ave. s. 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDEKNAXS TO THE LEFT, rz— BUT FAILURE TO DO SO SHALLIfPOSE ND OBLIGATION OR LIAUM= Kent WA 98032 USA OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES BX AUTHORIZED REPRESENTATIVE TAG `25 200I109 - __ =-n>'"_ _ _ _ _ =, _---=_5a,_0o7�u-7.1--O a R ✓1 — — ✓ POLICY NUMBER: RGD943715703 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Locations Of Covered Operations Any person or organizations where required by written All locations contract. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the Insurance afforded to these Include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply. with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury' "property damage"occurring after. caused, In whole or In part, by 1. Your acts or omissions, or 1. All work, including materials, parts or equip- ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project(other than service,maintenance behalf, or repairs) to be performed by or on behalf of In the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed,or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to Its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project CG 2010 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 ❑ REQUEST FOR MAYOR'S SIGNATURE Ns:qr KENT Please Fill to All Applicable Boxes WASHINGTON Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator: %�o�' �s (�e ���� Phone (Originator) Date Sent: Date Required. y/7- aq Return Signed Document to: CONTRACT TERMINATION DATE: VENDOR NAME: DATE OF COUNCIL APPROVAL: -l�—a�D9 Brief Explanation of Document: C c c e/� /f y ozi � � `/� O 6 s 47 C�tar�v �L'�2D 3r2 � 00 All Contracts Must Be Routed Through the Law DepartmentPSGBVED n (This Area to be Completed 8y the Law Department) Received Approval of Law Dept.: City of Kent Law Dept. Comments: APR 2009 ffrce of the Mayor Date Forwarded to Mayor: 00)- J J � t Shaded Areas to Be Completed by Administration Staff Received: Recommendations & Comments: D 11 Disposition: �� APR 17 2M9 c�, tIII Date Returned: Ct�CLERK age-)870 • 3105