Loading...
HomeMy WebLinkAboutFI16-387 - Original - Cintas Corporation - Linen and Uniform Services - 11/10/2016 Records Man KFEN T Document WA9HINoTON •+ .v�enaz+ . ""' �' S S 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: Cintas Corporation Vendor Number: V1! 36030 ID Edwards Number Contract Number: F I �t� � a This is assigned by City Clerk's Office Project Name: Linen and Uniform Services Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ❑ Contract x Other: Goods and Services agreement Contract Effective Date: I i 1[ollu Termination Date: 9/30/114 1 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: P. Roseto Department: Finance Customer Service Contract Amount: $220,000. Approval Authority: ❑ Department Director ❑ Mayor x City Council Detail: (i.e. address, location, parcel number, tax id, etc.): CM 101816 As of: 08/27/14 KF-NT GOODS & SERVICES AGREEMENT between the City of Kent and CINTAS CORPORATION THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Cintas Corporation organized under the laws of the State of Washington, located and doing business at 631 Valley Ave. N, W,, Puyallup, Washington 98371, 253-231-8316, Gene Stalder (hereinafter the "Vendor"). AGREEMENT I. 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 July 18, 2016, response to the City's June 17, 2016 Request for Proposals. Copies of the City's Request for Proposals is attached and incorporated as Exhibit A, and the Vendor's Response Is attached and incorporated as Exhibit B, with the exception of Vendor's "Facility Services Rental Service Agreement", which is specifically excluded from the parties' Agreement. 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. Purchase 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. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services through September 30, 2019. 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 September 30, 2020. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $220,000 for the original three year term of this Agreement, 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. However, because the City's uniform needs depend on the number of employees it has on staff, this amount may fluctuate up and down. If the parties agree to extend this Agreement after the initial three year 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, including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement, The City shall pay the Vendor the following amounts according to the following schedule: GOODS & SERVICES AGREEMENT - 1 (Over$20,000, including WSST) 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 and rent uniform garments in the quantities as the City may designate, as provided for in Exhibit C. 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 or employee, and which require laundry service due to contamination, the Vendor shall invoice the City $3.50 per laundered 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 thirty (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 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. 2 GOODS & SERVICES AGREEMENT - 2 (Over$20,000, including WSST) 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. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. 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. VII. 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 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. 3 GOODS & SERVICES AGREEMENT - 3 (Over$20,000, including INSSI) 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). VIII. 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. IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally 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 promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. 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 an additional year beyond the original warranty period applicable to the overall work. 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. 4 GOODS & SERVICES AGREEMENT - 4 (Over$20,000, including WSST) 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. XI. 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. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described In Exhibit D attached and incorporated by this reference. XIII. 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 loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. 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 5 GOODS & SERVICES AGREEMENT - 5 (Over$20,000, including NSST) and jurisdiction of the Kin Count Superior Court, King County, Washington, unless the parties agree in J 9 Y P writing to an alternative dispute resolution process. In any claim or lawsuit (or 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. 1-I, 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. Public Records Act. The Vendor acknowledges that the City Is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5,01 of the Kent City Code, 6 GOODS & SERVICES AGREEMENT - 6 (Over$20,000, including WSST) i. 1. K. Counterparts and Signatures by Fax or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR CITY OF KENT: By: , �� � By:_ � i (Sig, ature) (signature) Print Name:C7 Prin �am : Su ette Cooke Its SpLY 4 Cfi. V� z zG J �� Its Mayor—_ -- (title) ) DATE: lJ 3, DATE: _ NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Gene Stalder Patty Roseto Cintas Corporation City of Kent 631 Valley Ave. N W. 220 Fourth Avenue South Puyallup, WA 98371 Kent, WA 98032 253-231-8316 (telephone) (253) 253-856-5234 (telephone) 253-926-4637 (facsimile) (253) 253-856-6200 (facsimile) APPROVED AS TO FO M: Ke t Law Department r,taigm.ao. rn.mocv.n., ..zoezcua:.um¢o wieo so„ s,,asrs.c..zex n. 7 GOODS & SERVICES AGREEMENT - 7 (Over$20,000, 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. I 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. For: �n b4) rPC�, Title: _ 3-e- Date: tol31I l a EEO COMPLIANCE DOCUMENTS - 1 of 3 CITE' 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. s 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 I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), 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. BY: cJ For: 60 )9 ( .G�(�• Title: Sed'l4 Lx- Date: 0 r/3 i I I 10 EEO COMPLIANCE DOCUMENTS - 3 of 3 Exhibit A CALL FOR PROPOSALS Notice is hereby given that the City of Kent, Washington, is accepting proposals for Linen and Uniform Services. Proposals will be received at the City Clerk's office through July 18, 2016 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 July 18, 2016 may 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- 5200 or by emailing at CustomerService@KentWa.aov. The Finance Department is located at 400 West Gowe, Suite 122, 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. The decision will be qualitative and performance-based. Overall cost will be a factor but not necessarily a determinative factor. Once bids are received, the City may conduct one or more follow- up interviews and/or negotiations with selected vendors. No bidder may withdraw its proposal for a period of one-hundred twenty (120) days after the proposal due date. Dated this 17th day of June, 2016, Sue Hanson Interim City Clerk City of Kent Published: Kent Reporter/Sound Publishing On June 17 and 24, 2016. 11 KENT WAS HIIIOTn M1' Linen and Uniform Services Proposal The City of Kent seeks proposals from qualified vendors of linen and uniform services for the purpose of servicing the City's linen and limited uniform needs. The proposal will have a duration period of three years from the date of execution of this agreement. Proposals should be completed on the City's form, which is attached and should be received at City Hall located at 220 Fourth Avenue South, Kent, Washington 98032, on or before 2:30 p.m. on July 18, 2016. General Information The City of Kent has approximately 228 employees that will be serviced by this contract. Purchasing Estimates ® Parka- 228 Jackets- 75 Coveralls- 10 Set of raingear- 215 Carhartt Jackets-228 Shirts-50 Rental and Laundry ® Approximately 6 Mechanics/Full-time and 4 Human Services employees that are entitled to the following: 11 shirts, 11 pants (combination of pants and non- insulated overalls), 3 jackets, and 3 coveralls/overalls and regular weekly launderings. ® Laundry service for both leased and non-leased clothing that has been contaminated. This will be on an as needed basis for all employees. ® Payments based on items launder. ® Rental and laundry of linen. See Exhibit A. These numbers may vary with the needs and operational goals of the City. 12 Requirements and Services 1. Unit prices shall remain constant during the life of the contract. 2. The contract period for Linen and Limited Uniform Services shall be at least three (3) years beginning approximately September 30, 2016 to September 30, 2019, 3. Delivery of uniforms, mats, towels, etc. may be required at any or all of the following locations: City Hall Parks Maintenance Senior Center 220-4th Avenue S 5821 S 240th 600 E. Smith Kent, WA 98032 Kent, WA 98032 Kent, WA 98032 Centennial Center Public Works Golf Maintenance 400 West Gowe 5821 S 240th 24058 Russell Road Kent, WA 98032 Kent, WA 98032 Kent, WA 98032 Kent Commons Parks Dept. Annex 525-4th Avenue N 12607 SE 2481h Kent, WA 98032 Kent, WA 98032 4. The City of Kent has the right to decrease or increase its employees to meet the needs of the City. Quantities are estimates only. During the life of the contract the City reserves the right to change quantities (increase or decrease) as required. The City reserves the right to change locations (add or delete) as needed. 5. The successful bidder will furnish for the use of the City, all items listed on the proposal form and cleaning of same for a period beginning September 30, 2016 through September 30, 2019, 6. Pickups and deliveries will be made weekly. Deliveries and pickups should fall on the same day of the week for the duration of the contract. 7. All rental garments shall remain the property of the supplier. If the garments are lost or destroyed, or become unpresentable through misuse, the City shall pay for those garments at their depreciated value. Damaged garments will be replaced within (2) weeks. 13 f 8. The successful bidder will invoice individual City of Kent Departments as directed. Agreed billing and payment periods will be determined during contract negotiations. (Currently, the City's vendor employs a weekly billing and payment period.) i 9. The supplier's driver should check clothing regularly to ensure that name tags and City identification tags are intact and in good repair, The supplier shall mend, alter, or replace leased 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 give the successful bidder a thirty (30) day lead to measure, order and deliver all required leased items by September 30, 2016. It is expected that the current vendor, if not the successful bidder, will be prepared to pick up its products during the same week. 11. The City will work with the vendor to come up with an implementation plan. The selected supplier(s) will install all locations within a five consecutive day time period. Exceptions to this plan must be agreed 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. Style, size, format, color, etc., for names will require the City's prior approval. 13. Leased uniforms that require mending shall be properly labeled by the city, and the selected supplier will mend and return items 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. 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. 15. Garments shall be deemed unsatisfactory if the employee refuses the garments for good reason. Since employees are usually in the field at the time of delivery an employee shall have one working day (typically 24 hours) to refuse delivery of garments, at which time the supplier will replace the article(s). 16. Vendor will count all dirty uniforms removed from each site and provide a report to the City for each pick-up cycle. The report will be provided to the city no later than 24 hours after pickup of dirty uniforms. The preferred method of reporting will be determined during contract negotiations, 17. Vendor will provide at City's request an accurate and itemized listing with associated costs. I i 14 18. Vendor will provide a count of all uniforms returned to the city after laundering. The preferred method of reporting will be determined during contract negotiations. 19, Vendor shall provide cleaning services for purchased garments, on an as needed basis, where garments have been contaminated. Purchased garments lost or damaged by vendor will be replaced at full list price. 20. The city will notify the vendor in writing of any employee who is no longer in need of the vendor's service. The employee shall be removed from the invoice within one billing cycle. All garments shall be returned to the vendor at time of notification. i Any vendor selected by the City will be required to enter into an agreement in the form attached as Exhibit B. Proposal Requirements: 1. Proposals shall be clearly marked "PROPOSAL" with "Linen and Limited Uniform Services" on the outside of the envelope, addressed to the City Clerk, 220 - Fourth Avenue South, Kent, Washington 98032-5892. 2. Proposals should be made on the blank form attached to these specifications and all prices stated must be in ink or typewritten. Failure to use this form may result in rejection of your proposal. 3. The bidder shall provide the City with a replacement price list for all items and a depreciation schedule. 4. This contract is subject to all the terms and conditions of state, local, and federal law, including without limitation, WISHA and OSHA regulations. 5. Cost of the item must include any and all silk screening and embroidery costs. 6. Bidder shall supply samples of materials on which they have bid. Materials shall be as specified. 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: I Mariane Ely Senior Financial Analyst 253-856-5233 15 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. 2. In awarding the contract, the City will consider among other things, the reliability of the supplier, services offered by the vendor, product quality, as well as the price quoted. Bidders should furnish a list of five references of contracts approximately equal to the City's volume. 3. 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. i I �s II NON-COLLUSION CERTIFICATE STATE OF ) SS. 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. (Name of Firm) By: (Authorized Signature Title; Sworn to before me this day of 2016. i (Notary Public) Corporate Seal: i P:\Civil\Flies\Open Files\002.4-2012 Finance-General\PFP-Uniform And Linen Services 2012.Doc 17 KEN7" GOODS & SERVICES AGREEMENT between the City Of Kent and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and [Insert Vendor's Company Name] organized under the laws of the State of [Insert State Co. Formed Under], located and doing business at [Insert Vendor's Address, Phone Number, and Contact Person] (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: [Insert Detailed Description of goods, materials, and/or services Vendor will be providing. Please be as detailed as possible. You may also refer to an Exhibit so long as it is clearly identified by title and date.] 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, II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services [Enter either "within" or "by" depending on deadline in next form field] [Insert either a date specific or enter # of days, weeks, months, years, etc.]. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed [Insert maximum dollar amount to be paid for services. You may type out the dollar amount and place the numerical dollar amount in parentheses or you may just enter the numerical dollar amount], including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement, The City shall pay the Vendor the following amounts according to the following schedule; [Insert Detailed Description of how Vendor Is to be Paid for its Goods and Services] GOODS &SERVICES AGREEMENT - 1 (Over$20,000, including WSST) 18 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 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. i F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. 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 GOODS &SERVICES AGREEMENT - 2 (Over$20,000, including WSST) 1 a 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. VII. 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 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. GOODS & SERVICES AGREEMENT - 3 (Over$20,000, including WSST) 20 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 falling 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). VIII. 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. i IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement Is additionally 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 promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. 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 an additional year beyond the original warranty period applicable to the overall work. 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, XI. 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. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this Indemnification clause, and If that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable GOODS &SERVICES AGREEMENT-4 (Over$20,000, Including WSST) 21 attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and In the amounts described in Exhibit [Insert Exhibit #] attached and incorporated by this reference. XIII. 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 loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. 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 and jurisdiction 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 Ngtice. 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 - 5 (over$20,000, including INSST) 22 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. Public Records Act. The Vendor acknowledges that the City Is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emalls, and other records prepared or gathered by the Vendor In Its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the Clty's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received In person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR: CITY OF KENT: By: By (signature) (signature) Print Name: Print Name: Suzette Cooke Its Its Mayor (title) DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: [Insert Contact Name] [Insert Name of City Rep. to Receive Notice] [Insert Company Name] City of Kent [Insert Address] 220 Fourth Avenue South [Address - Continued] Kent, WA 98032 [Insert Telephone Number] (telephone) (253) [Insert Phone Number] (telephone) [Insert Fax Number] (facsimile) (253) [Insert Fax Number] (facsimile) APPROVED AS TO FORM: Kent Law Department (In WE field,you may enter the eleclronlc 9lepan%,here tine contract has been saved] GOODS &SERVICES AGREEMENT- 6 (Over$20,000, Including WSST) 23 4 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. I 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. S. 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. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 24 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. l 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 25 III CITY OF RENT 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 Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the _ (date), 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. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 26 CALL FOR PROPOSAL Picture Description Rental Purchase Cost Price yR .3 , Work Pants � . • 8,25 oz, twill • 65% polyester/35% combed cotton pants • Heavy duty brass ratcheting 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 r• . Color: Navy Carhartt Pants • 12-ounce, 100% ring-spun cotton duck with piled yarns for added durability • Chap-style double front with cleanout bottom Multiple tool and utility pockets, and a hammer loop • 19-inch leg opening easily fits over work boot • Carhartt I Coveralls • 10 oz., 100% cotton fisher stripe Concealed zipper ( Front closure j Fir "s. 7 %ndustrial Shirts -§ 65% polyester/35% combed cotton • Double chest pocket Sewn in stay collars s . Long sleeve and short sleeve lengths Sizes 5-6XL, for both men and women Colors: Navy • City of Kent logo required White silkscreen or embroidery Left chest 27 CALL FOP. PROPOSAL Picture Description Rental Purchase Cost Price Denim Shirt 1 • 100% cotton denim shirt • Long oversized cut with a fully constructed button-down collar • Two-button cuffs and sleeve • Button-through chest pocket • Color: Faded Denim • Sizes: S-6XL • City of Kent logo required White silkscreen or embroidery Left chest 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 • Sizes: S-6XL • City of Kent logo required White sllkscreen or embroidery Left chest Duck Detroit jacket— Blanket Lined • 12-ounce, 100% cotton duck with plied yarns firm hand Water-repellent n , +'� • 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 • Sizes: S-6XL • City of Kent logo required White sllkscreen or embroidery Left chest Women's option of thlsjacket 28 CALL FOR PROPOSAL Picture Description Rental Purchase Cost Price i 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 flap • Carhartt • Sizes: S-6XL • City of Kent logo required White slikscreen or embroidery Left chest Ike Jacket . Short-waisted, 65/35 poly/cotton twill jacket Quilted nylon liner ideal for all r' climates. Adjustable waist, single- button . Adjustable cuff and two large button-down patch pockets, • Sizes: S-6XL • City of Kent logo required White slikscreen or embroidery Left chest Jacket-Lined 7.25 oz. twill, 65% polyester/35% combed cotton • Pre-cure durable press • Light soil wash • Solid brass zipper Collar and waistband is 100% polyester lxl rib knit • Mid length • Welted slash pockets and utility pocket on left sleeve Permanently lined, black 100% nylon taffeta quilted to a 3.3oz, 1/8" polyurethane foam Colors: Navy City of Kent logo required White silkscreen or embroidery Left chest Sizes: S-6XL 29 CALL FOR PROPOSAL Picture Description Rental purchase Cost Price Green Waterproof Bib Waterproof .35mm A-serles double sided PVC- coated polyester • Resistance to oils, chemicals, acids and other abrasives I Green Waterproof3acket • Waterproof .35mm double sided PVC-coated polyester o Resistance to oils, chemicals, acids and other abrasives • 2 front pockets with storm flaps • Attached hood with drawcord Vision Rain 3acket 1 7 mil thick waterproof, breathable ' fabric with seams stitched and taped sealed 1 ANSI/ISEA 107 Class 3 compliant > Full cut shoulder with 90 degree sleeve to body angle for maximum 1 freedom of movement y F, Velcro take-up straps on the sleeves for adjustable fit 2-inch silver reflective tape for 360 degree visibility Roll-a-way hood 30 CALL FOR PROPOSAL Picture Description Rental Purchase Cost Price Vision Overall • 7 mil thick waterproof, breathable fabric wlth seams stitched and taped sealed • ANSI/ISEA 107 Class 3 compliant Suspenders shall be equipped with quick release buckles and crossover • Velcro take-up straps on the ankles for adjustable fit > 2-inch silver reflective tape for 360 degree visibility - Easy access cargo pocket with velcro enclosure Vision Pants 7 mil thick waterproof, breathable -a fabric with seams stitched and taped sealed j < ANSI/ISEA 107 Class 3 compliant { Elastic waist with adjustable i drawcord and side openings with flap enclosures Velcro take-up straps on the ankles for adjustable fit y • 2-Inch silver reflective tape for 360 degree visibility / Rain Jacket vs Level 2 waterproof, 600 denier, 100% polyester shell and fully taped seams -=r. . ANSI Class 3 Removable three piece hood with adjustable drawcord -� • 3M Scotchlite reflective material a ' Rain Pants • Level 2 waterproof 600 denier, 100% polyester shell 4, ANSI Class 3 i i 31 i CALL FOR PROPOSAL Picture Description Rental Purchase Cost Price Rain Jacket _ 100% waterproof . x �'� • .16 mm polyurethane-coated knit polyester Class 3 • Stow away hood --� "` - - Adjustable cuffs :, ` • Waist drawcords - -' 2-Inch wide 3M Scotchlite reflective t* tape around chest and arms s} 360 degree visibility Rain Bibs • 1.00% waterproof .16 mm polyurethane-coated knit polyester Class 3 • 19-inch leg openings with adjustable snap fastener at the ankle 2-inch wide 3M Scotchlite reflective tape around chest and legs . 360 degree visibility _a L Rain Pants . 100% waterproof . .16 mm polyurethane-coated knit polyester . Class 3 19-inch leg openings with adjustable snap fastener at the ankle 2-inch wide 3M Scotchlite reflective tape around lower legs �` '`1 • 360 degree visibility �a 32 CALL FOR PROPOSAL Picture Description Rental Purchase Cost Price Linen➢escription Current Quantities Unit Cost(Weekly) Shop Towels 870 j Fender Covers 8 Glass Towels 20 Terry Towels 600 Bath Towels 160 24"Dust Mop 11 36"Dust Mop 7 48"Dust Mop 8 60"Dust Mop 1 Wet Mop 5 Rubber Outdoor Scraper Mat 28 Spring Step Mat 2 3'x 4'Entry Mat 25 4' x 6'Entry Mat 40 3'x 10'Entry Mat 13 The respondent hereby warrants that their proposal is genuine and that it is not the result of collusion with other respondent(s)or any other person(s), Signature Name Printed Title Date 33 Exhibit B awAs;, Dennis Bussell 631 Valley Ave NTW Puyallup, WA 98371 June 8,2010 Sue Hanson City of Kent 400 West Gowe Kent WA Suite 122 Dear Sue Hanson i We arc pleased to enclose our proposal to continue providing Linen and Uniform f Services. Peel free to contact me with any questions at 253-231-8284. Sincerely, Dennis Bussell General Manager I 631 Vallay Ave NW,Puyallup WA 98371 (253)-926-1997 Fax(253)-926-4637 34 ® I READY FOR TIIE WORKDAY Cintas Contact List for City of Dent Darrin Wellington-Service Sales Representative I Phone; 1-800-732-2022 i i Email:Well!ngtonD@cintas.com i I Katie Twiddy-Customer Care Phone: 1-253.231-8340/1-253-231-8312 Email:TwiddvK@cintas.com i Gene Stalder-Service Manager Phone: 1-253-231-8316 Email:StalderG@Cintas.com L Dennis Bussell-General Manager Phone: 1-253-2 31-8284 Email: BussellD@Cintas.com Rebecca O'leary-Catalog Manager Phone: 1-2 5 3-2 31-8 311 Email: O'learyR@cintas.com Laurie Ridge-Office Manager Phone: 1-253-2 31-8285 Email: RidgeLCintas.com 35 i CERTIFICATE OF LIABILITY iNSURANCE bATE(MM/00/s"/YY) 0MMIDD18 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:It the cortllleato holder to an ADDITIONAL INSURED,the whoy(loo)must have ADDITIONAL INSURED proJiBlOns or he dndoread. t SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on thle 0 Dertlflcato does not confer rights to the certificate holder In lieu of such endorsoment(a), ,c PRODUCER Apo nisk services Northeast, Inc. — - C/0 ABU Client Services NC NO.EXOI (666) 283-7122 P' Hn : (800) 363-0105 9 4 overlook Point EMAIL Lincolnshire IL 60069 USA ADDRESS: _ INSURERIS)AFFORDING COVERAGE NAIC p INSURED INSURERA: The Travelers InderAnity Co of CT 25682 Cintas corporation and its Subsidiaries INSURER B; Westchester Fire Insurance Conpany 10030 6800 Cintas Blvd PO Box 625737 INSURER CI Travelers Property Cos Co of Aree PICA 25674 Cincinnati OH 45262 USA INSURER D; INSURER B: INSURER F: COVERAGES CERTIFICATE NUMBER!b70002552723 REVISION N6IMOER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW RAVE BEEN ISSUEOTO THE IN$URr:0 NAMED:AUOVG FORT E POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OFANY 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, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, Llmlls shown pro as ro unetad 1, TYPE DFINSURANCE ) p POLICYNUMaER MIUD ,Io4YYY LIMITS X COMMERCIALOENERIAL^�LIA9LLITY HC EGLSA M TCI' EACH OCCURRENCE _ sz,0od,doD CWMS.MADE 'n (OCCUR $1r000,000 PREMISES 'a anuaen e X COnIVAUVnl Llnbrily NED EXP(Any ono perwn) $5.006 PERSONAL B ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APP�ILIyE IPER: OENERALAGGREGATE $2.000,000 POLICY ❑�E T P1 LOD PRODUCTS•COMPIOPAGG $1,000,000 OTHER: A AUTOM0014ELIABILIIY HC2E-CAP-472M4651-TCT-16 07/OL/7016 07/01/2017 COMBINED GNGLE IIMIi $5,000.000 F ADS a ec idn, % ANYAUTD BODILY INJURY(PBl person) _. _ Z OWNED SCHEDULED BODILY INJURY IPereuldenl) AUTOS ONLY AUTOS AREPROPERTY DAhIAGE ONLY UTOS NON-OAUTOS ONED LY U Parnaldenl ONLY AUTOS ONLY CpngvOnll FE Oed, U B X UMBRELLIL)AS X OCCUR G27.U35277011 02/01/20IG 0710112017 EACHOCCURRENCE $50,000,000 EXCESS Line OIAIMS MADE SIR applies per policy terl5 & condt ions AGGREGATE $10,000,000 DED X RETENTION' C NORRERS COMPFNRATIOR AND HC2)UB472M47 6' 7 Ot 0 —07772MX PER STATUTG - tb EMPLOYERS'LIABILITY _ ANY PROPRIETOR/PARTNER I EXECUTIVE lY�l 5.1-FACHACCIDENT $1,000.000 reINFUM91,90 EXCIUDEM7 14�I MIA (MMIdMolyln NH) E.L.DISEASEFA EMPLOYEE $1,000,000 II 11'na,dvolbo lln40r DGGCR PiION OFOFRATIONS below E.L D)SEASEEPOLICY LIMIT 41,000,000� DESCRIPTION OF OPERATIONS/LOCATIONS(VEHICLES IACORD 10l,AdOW.O.1 ROn®rks SOhadOio,moy bo w oohed lr moro spooO to....Od) W" Evidence of coverage CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH Tile POLICY PROVISIONS, ..y�...++ Cintas corporation and its subsidiaries AUTHORIZED REPRESENTATIVE +�I P 0 Box 625737 ran Cincinnati ON 45262 USA eYNY/ ©1988.2015 ACORD rCORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 36 f ,. '� NOA2TFtWL'5T GIipUP. ' References Brown&Haley 110 East 26f Street Tacoma,WA 98421 David Armstrong CFO (253) 620-3077 SC Pads 2406 Port of Tacoma Road Tacoma,WA 98421 David Beattie Commercial Opetations Manager (253)396-6872 1 Mostly Muffins 22330 WL Ave S. Kent,WA 98032 Monte Mathison Facilities Manager (253)872-8390 Ext 116 Titus Tools 22020.72�A Ave S Kent,WA 98032 Drake Doyle Director of Opamhons (253)796-4794 i Auto Warehousing 2810 Marshall Ave#B Tacoma,WA.98421 Brad Weiland Administative Manager (253)719-1701 I 1 37 } i •k�1f f F. - MOKTtCWEST GROUP j I ! Service Improvements j I 6 Garments will be counted and documented on the customer's site,Cintas auditor will then recount all garments prior to being loaded on the truck This"auditor will check for quality as well when doing the final count n Documented systems in place with timelines to ensure change out will take place on specific dates. , F e it access to Customer Service,Sales Service Representative,and Service Manager to ensure requests are handled in a timely business manner. a Quarterly meeting with Ciatas Service Manages and City of Kent. i i i 38 CALL FOR PROPOSAL Name Description Rental Gast Linen Description Current Quantities Unit Cos((Weekly) Shop Towels 970 $.OS Fender Covers 8 $.45 Glass Towels 20 $.14 Terry Towels 600 $,15 Bath Towels 160 $,24 24"Dust Map I I $1,50 36"Dust Mop 7 $.90 48"Dust Mop 8 $1.01 60"Dust Mop 1 $1.24 Wet Mop 5 $1.23 Rubber Outdoor Scraper Mat 28 $ 1.70 Spring Step Mat 2 $1.2.5 3'x 4' Entry Mat 25 $1.42 4' x 6'Entry Ma( 40 $2.55 3'x 10' Entry Mat 13 $3.21 i i The respond,gnt hereby warrants that their proposal is genuine and that his not the result of collusion with other respaide I($�oi{ti'y�o�).pcisal I). ,. Signatwe Name Printed S -• (/i��_�1 �.� Fri�'?11 � s— r,.o — Title Date 39 CIN TAS CALL FOR PR®PSAL Rental Purchase Picture Discription Cost Price Xndustrial Shirts 65% polyester/35% combed cotton Double chest pocket Sewn in stay collars Long sleeve and short sleeve lengths $0.16 $15.00 Sizes S-6XL, for both men and women Colors: Navy City of Kent logo required White sllkscreen or embroidery 935 Left chest Work Pants . 8.25 oz. twill 65% polyester/35% combed cotton pants Heavy duty brass ratcheting zipper Sizes and styles for both men and $0.19 $15.00 women should be available Regular cut with slashed pocket, a western jean cut, and double pleated slacks 945 Color: Navy Jacket-Lined 7.25 oz. twill, 65% polyester/35% combed cotton Pre-cure durable press Light soil wash Solid brass zipper Collar and waistband is 100% polyester Ix] r1b knit Mid length $0.42 $42.00 Welted slash pockets and utility pocket on left sleeve Permanently lined, black 100% nylon taffeta quilted to a 3.3o7- 1/8"polyurethane foam Colors: Navy City of Kent logo require() White slikscreen m embroidery Lek chest 697 Sizes: S-6XL Coveralls 10 oz., 100% cotton fisher stripe Concealed zipper Front closure $0.54 $52.00 910 40 C1N'TAS CALL FOR PROPSAL Rental Purchase Picture Discription Cost Price 970 Lined Service J;tcket •("'dila`.,liy! flh'd /i(1(u"to ji ,vr'•i 3l+hl`IGp°, 1, 1' mH"hf) I(pu(,rmrul �nnni d L"�n�I„t artL'J m $0.88 $39.00 f:"7''l li pulyt�bY?r PIILrt Iwn' A 366 High•Image Jacket • Invtle +I,emlIgm <'ip liw hn^tu n41 •:lu•14 r' I nm g{t V,e•I rrt,i'irul •hS': I:+Nyltniton 11YIII $1,45 $53.00 65415 Denim Shirt • f1,1I1no dcAu 1 0::: bd a pndr . .. ....I 6 r.L • P.dr" yn,a '"Ih hi') - el Inl mnbdd/ I. "I'd hur'c n.iirat.rn9;�r n:.,,Llhs ni :,V, ,, ,l ln• .IrC,:' $0.25 $27.00 • rin rtL'-.LO mho/Ita Lui t.: :(S 5A, r.'gu Lp, �q }a I A 259 ProKnit N'G" Polo . I ; e.rC;•.I 1.51i':f. ii'.r,l. phrl-.i•• u In;1: lb :1 .0 X'v $0.27 $23.00 • rnl,or�-c %tear.. :fine fit. 5dlil. 41 CIN'R'AS CALL FOR PROPSAL Rental Purchase Picture Discription Cost Price ---- Duck etro Jacket Blanket 009 12-ounce,100%cotton duck with plied yarns firm hand Water-Repellent. 60%acrylic and 40% polyester Blanket Lining. Corduroy top } collar with snaps on under collar for $63,00 optional hood. Left Chest zipper pocket and two front welt pockets. Two Snap adustable waist tabs. Carhartt. Sized Small-6XL. City of Kent Logo Reuired. Direct Purchase Only Duck Chore Coat-Blanketlined C001. 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. Sized Small-6XL. City of Kent logo required silkscreen or $63.00 embroidery left chest. - - Direct Purchase Only Carhartt Pants 12-ounce, 100% ring-spun cotton duck with piled yarns for added durability I Chap-style double front with cleanout bottom $36.00 Multiple tool and utility pockets, and a hammer loop 19-inch leg opening easily fits over work boot Carhartt Direct Purchase Only -- Parka Insulated, water resistant shell $9®.®® Two way zipper Insulated collar with roll-away hood `` Ehrodory is Fleece Inner jacket zips in for extra warmth or worn separately $6.00 for Chest and side pockets this item Color: Navy Sizes: s-exL due to 2 City of Kent logo required E White silkscreen or embroidery pieces Left chest Direct Purchase Only , 42 CINTAS C'AL,L, FOR PROPSAL, Rental Purchase Picture Discription Cost Price D6329JG Safety Jacket: 300D Trilobal Rip-stop polyester with PU backing resistant against punctures rips,and snags ,8 Double stitched,taped,and heat sealed seams '- U, $68.50 S-XL g _ Generous sizing for comfort /$71.00 2X-4X 3 in 1 liner zipper inside that is compatible with 402NB,408BK liners i - a i- =n "D"ANSI reflective striping configuration DirectPurchase Only D68329WPG Safety Waist Pant: 300D Trilobal Rip-stop polyester with PU backing resistant - against punctures rips,and snags Double stitched,taped,and heat sealed seams $37.50 S-XL Generous sizing for comfort /$39.00 2X-4X =7 3 in 1 liner zipper inside that is compatible with 402NB,408BK liners Direct Purchase Only 100499.323/Bright Lime: High-Visibility Class 3 Waterproof Jacket. �,- 250-denier,100%polyester shell with water repellent finish. ANSI Class 3 Level 2 visibility standards 3M Scotchlite Reflective Meets ANSI/ISEA 107- ' . $120.00 ',j.. 2010. Heavy duty sipper with storm flap. Snap er T tg on/Removalble hood. f 6 IF=y Direct Purchase Only. 100497-323/Bright Lime: E High-Visibility Class 3 Waterproof Pant. 250-denier,100%polyester shell with water repellent finish. r ANSI Class 3 Level 2 visibility standards 3M Scotchlite Reflective Meets ANSI/ISEA 107- $110.00 2010. Snap-adustable leg Openings. Extended chap-style double front with clean out bottoms 9 that can accomidate knee pads. s, Direct Purchase Only 43 C1N'TAS CALL FOR PROPSAL Mental Purchase Picture Discription Cost Price SURREY RAIN COAT POLYESTER BACKED PVC WATERPROOF AND WIND RESISTANT DOUBLE FRONT STORM PLACKET : ,*,_<' Snap-detachable hood with adjustable $60.00 Neoprene inner-sleeve cuffs Reinforced elbows Direct Purchase Only ZZ Z t ' '• Z SURREY RAIN RIB OVERALL 4" SD-MM POLYESTER BACKED PVC WATERPROOF AND WIND RESISTANT �± CHAP STYLE DOUBLE FRONTr`^ Inside Bib Pocket with sipper closure $60 00 Inside Knee pad pockets with hook-and-loop c - Adjustable-length Inseams with cut-off seams Direct Purchase Only WJ130 W Sandstone Active Jac 19-ulnae I0Vi'Lofton SdfIt Won-On l'.QuBlgd tlanni I bang aI br'iy and rlmlle i m"m lining m i s.CC\C3•ARi7Ch p 1711P:ICd, +l ni chit)w Iib�d'PlRn ` - ara o-toras. 1.to Larga 10 rer rrom pacm is ann viz llk'l l RIO W11 ann V".4100auil• Tnl>eU-sib.ri-.•:f rlal+ �Nnu'S•Ru is i rn jlh 77 1'2 $73.00 Inrhas•hrporir�� Direct Woman's Carhartt JKT Sizes XS-2XL Purchase Only 44 j.- CIIVTAS CALL FOR PROPSAL Rental rurcnase Picture Description Cost Price Duck Detroit Jacke hied 1001, 12-ounce,100%cotton duck with plied yarns firm hand. Water-Repellent. 60%acrylic and 40% polyester Blanket Lining. Corduroy top collar with snaps on under collar for e"� $63.00 optional hood. Leff Chest zipper pocket and two front welt pockets. Two Snap adustable waist lob tabs. Carhartt. Sized Small-6XL. City of Direct Kent Logo Reuired, Purchase Only Duck Chore Coat-Blanket lined C001, 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. Sized Small-6XL. $63.00 City of Kent logo required silkscreen or embroidery left chest. Direct Purchase Only Carhartt Pants 12-ounce, 100% ring-spun cotton duck with piled yarns for added durability Chap-style double front with cleanout bottom $1.03 $36.00 Multiple tool and utility pockets, and a hammer loop 19-Inch leg opening easlly fits over work boot Carhartt NOG WASH Not our garment washing per piece $2.17 45 CINTAS CALL FOR PR®PSAL Picture Discri tion I Embrodory: City of Kent Flat rate: $3.00 Please note Embrodory will always be white. 46 I- Al WORT�IIV�.ST 6�.xROLtlP ' Uniform Change Out For Eight Month Employee Name: Department: Shirts: Pants: i i i Jackets: .Approval: i e Full time employees can have any combination of i 1 shirts,2 pants,and 3 jackets• e Pants can be a combo of regular pants and non-insulated coveralls. Please notate any size changes needed for your new uniforms next to the item, i. 47 r ' PdORTF1W�5Y GRd UP Uniform Change Out For Four.Month Employee Dame: Department; i Shzrts: __ Pants; 'Tackets: Approval. • Full time employees can have any combination of 11 shirts and 3 jackets. • Please notate any size changes needed for your now unif6mis nest to the item 48 1 t o Proposed By: Prepared By: Department Name: Catalog Order $ $ $ $ $ $ $ $ $ $ Shl rinc $ Tax $ Total $ Logo 1 Lo 0 2 Address De t. Name Customer Contact Initials Lo o 3 5821 S 240th St Park D s 2656 Jan A le ate I' Lo 0 4 i i 5821 S 240th St Public Works 10513 Kara Moore 400 W Cows St Meter Reader 2569 Leslle i Q Q �. . . �° 220 4th Ave S Facilities 10639 Nancy G—Iary 0M Ii,__. __ n® 1 vanm Illl�if POl�t I O14.E ,li. O O 5111N190.CR Dale Please Sign Below to Approve Order: Approval Taken By: _. Print Name Below: Clntas Employee 49 � CUSTOMER REQUEST FORM Request #: 330755 Company . CITY OF KENT' -SEWER Loa Rt D Cust pate : 2/11/09 AaYre�a, 5821 S 240TH ST 461 - 30 - 5 - 02557 Time : 8: 59 :'51 RENT WA 98032 Phone : . 253/656-5235 Volume 68 . 27 .jeopardy: N . Renewal: 12/31/08 Status . : Active Spoke To . : .EPPERSON Title, Resolve by.. 6/01/10 j i Taken%by AMMNDA PUTNEY Source : CSR Req..type ' RI Routine Info Sub-type: PT INFO FROM PARTNER C/I/P; C Customer Concern: issue--prepare City of Kent uniform change out Responsible : • epperson. Department: SERVICE Carbon Copy Call Date: Visit bate: & .n of 'Action: Date: i Final Resolution: bate: hate called back; Rating: 1-Highly Satisfied 2-Somewhat Satisfied . 3-Not .Satisfied 4-Do Not Know Customer. Comments: 50 i - FACILITY SERVICES RENTAL SMVICE AGREEMENT ca 1, Th yelomer, Its successors and assigns ("Customer") orders from CINTAS CORPORATION or XI)aIM81 subsidial't, successors and assigns ("Company") all of tho Otlstomer's requirements of facility serviof services doting the term of this agreement, all In accordance will) the pricing, terms and conditions d herein, Priclr9,�is based on 52 weeks billing per rental kern per year, 2, All Items will , cleaned and malntained by Company. All Items that require replacement due fo n will be replaced b Company at no chargo to Custontor, g 3. .The woolly rontal htarge for any item can be terminatod, but only after all Items Issued to C 'rtomer, or the v£tlue of same, have b en returned to Company,All Items remain the property of Company, An poclal products (logo math)must ba pur sed by the customer If service Is stopped. If Rams are lost or destre ed by any means, Customer will pay for saidSoth'c� s at the thou current roplaconnent values, q. Cusfoiner agrees to notifinpany, In writing, of any hazardous malorlals that may bed Icked up by Company In ilia sollod garments or textiles serviced under this agreomenl. In no case wit hazardous materials be present to the extent that they di��y be harmful to Company's employees, 5, This agreement is effective a Sf e date of execution, The initial term of this rooment shall be as set forth on the front of this agreement and hall automatically renew for the same p riod of time unless Company Is notlflod, to the contrary, In wrlUng, d0 N ys In advance of the expiration of ilhen current term. Company has the right to increase prices. 7ho Custom r has the right to reject the price/Inoroaso within ton (10) days of the notice, If Customer rejects Ilia price Inoroa o, Company may tonninate Ili(8 agreement If the Custoinor rocolvos discount pricing duo to handling of products/,,vices,Customer acknowl9dgcs that discount Is subject to Customer continuing the bundling of the producl/services, hoard Customer discdnlinue bundling, pricing may be increased to tho non discounted pricing. I// 6, Customer f)ereby agrees to defend, Indehlnify ai�d hold hat ass Company from any claims and damages arising out of or associated with this agroomenl, lncld ling any�Taints arising from defective products. 7. Company guarantees to deliver the highest quart t Zia rental sorvlre at all times. Any complaints about the quality of the service which havo noE been !, solved In the normal course of business must be cant by registered latter to Company's General MajnayKI€ Company ills[) fails to resolve any material complaint In a reasonable period of time,Customot. ey tek[)mate this agreement provided all rental Items are pall for at the then current replacement values or return d to Company In good and usable condition. 8. Addlllonal produels and services may be adds 0 this agieenlon and shall automatically b000rtte a part of and subject to the terms hereof. If this agreement�I terminated early, ill parties agree that the damages sustained by Company will be substantial and difflcult asaertain. Thorofors, if Is agroement is terminated by Customer prior to the applicable expliallon date for ayj) mason other than for docu lonlod quality of service reasons which are not cured as set forth abovo, or lermigqZed by Company for cause at an time, Cusionter will pay to Company, as liquldaled damages and nor as a por{ally, the cpeater of 60%of the averat,!!e weekly invoice total multiplied by the number of weeks remaining In�I a unexpired tarn), or buy back all FaoI Services Products allocated to Customer at the than current replappement value& CLIMOlner shall also be raspor Bible for any unpald charges on Customer's account prior to IeP$inalfon, Any dispute or matter arising In Conn ction with or relating to this a reement shall be resolved b binding and final arbitration under bosh the laws of to slate whero Customer Is 9 J located and appiicable to der laws lr'oviding for ilia enforcement of agreements to ar uale disputes, Arbitration Shall be administered by single albilialor solowed by agreement of ilia parties, An such dispute shall be determined on an Indivlff lei basis, shall be considered unique as to Its facts, and shall of be consolidated in any arbitration or othesproceeding with any claim or controversy of any other party. The xclusive Jurisdiction and forum for resolfu1ton of any such dispute shall be It) iho state whore the Customer Is Iona�Faa 0, All Invoices m1.182 paid within tan days after tine and of the Month. Interest will accrue on amounts which are not paid wh;(�i due from the data duo to the date of payment In full at an annual percentag equal to the lesser of (a) IifWee11 percent '18% or(b) the inaxlmum rate pormllted by applicable law, 10, Customer cerlifles that Company Is in no way infringing upon any existing contract betweon Cost nor and anothorjs rvlce provider. 11. This Zroomant may not be modified, amended or supplemenied except In writing signed by an auhoOed rapryssontadve of Chiles, provided, however, If a Federal, slab or local govornmental body or Its repress tatI a (s f party to this Agreement, the proposed modification, amendment or supplement must be In a writing signee ¢�a President or Senior Vice President of Milos, / 51 R,2100E.Now(B/r21 Paae P.or 2 KENO` Linen and Uniform services Proposal The City of Kent seeks proposals from qualified vendors of linen and uniform services for the purpose of servicing the City's linen and limited uniform needs. The proposal will have a duration period of three years from the date of execution of this agreement. Proposals should be completed on the City's form, which is attached and should be received at City Hall located at 220 Fourth Avenue South, Kent, Washington 98032, on or before 2:30 p.m. on July 18, 2016. General Information The City of Kent has approximately 228 employees that will be serviced by this contract. Purchasing Estimates • Parka- 228 Jackets- 75 Coveralls- 10 Set of raingear- 215 Carhartt Jackets-228 Shirts-SO Rental and Laundry • Approximately 6 Mechanics/Full-time and 4 Human Services employees that are entitled to the following: 11 shirts, 11 pants (combination of pants and non- insulated overalls), 3 jackets, and 3 coveralls/overalls and regular weekly launderings. • Laundry service for both leased and non-leased clothing that has been contaminated. This will be on an as needed basis for all employees. • Payments based on items launder. • Rental and laundry of linen. See Exhibit A. These numbers may vary with the needs and operational goals of the City. 52 Requirements and Services 1. Unit prices shall remain constant during the life of the contract. 2. The contract period for Linen and Limited Uniform Services shall be at least three (3) years beginning approximately September 30, 2016 to September 30, 2019. 3. Delivery of uniforms, mats, towels, etc. may be required at any or all of the following locations: City Hall Parks Maintenance Senior Center 220-4th Avenue S 5821 S 2401h 600 E. Smith Kent, WA 98032 Kent, WA 98032 Kent, WA 98032 Centennial Center Public Works Golf Maintenance 400 West Gowe 5821 S 240th 24058 Russell Road Kent, WA 98032 Kent, WA 98032 Kent, WA 98032 Kent Commons Parks Dept. Annex 525-4th Avenue N 12607 SE 248" Kent, WA 98032 Kent, WA 98032 4. The City of Kent has the right to decrease or increase its employees to meet the needs of the City. Quantities are estimates only. During the life of the contract the City reserves the right to change quantities (increase or decrease) as required, The City reserves the right to change locations (add or delete) as needed. 5. The successful bidder will furnish for the use of the City, all items listed on the proposal form and cleaning of same for a period beginning September 30, 2016 through September 30, 2019. 6. Pickups and deliveries will be made weekly. Deliveries and pickups should fall on the same day of the week for the duration of the contract. 7. All rental garments shall remain the property of the supplier. If the garments are lost or destroyed, or become unpresentabke through misuse, the City shall pay for those garments at their depreciated value. Damaged garments will be replaced within (2) weeks. 83 H. The successful bidder will invoice individual City of Kent Departments as directed. Agreed billing and payment periods will be determined during contract negotiations. (Currently, the City's vendor employs a weekly billing and payment period.) 9. The supplier's driver should check clothing regularly to ensure that name tags and City identification tags are intact and in good repair. The supplier shall mend, alter, or replace leased 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 give the successful bidder a thirty (30) day lead to measure, order and deliver all required leased items by September 30, 2016. It is expected that the current vendor, if not the successful bidder, will be prepared to pick up its products during the same week. 11. The City will work with the vendor to come up with an implementation plan. The selected supplier(s) will install all locations within a five consecutive day time period. Exceptions to this plan must be agreed 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. Style, size, format, color, etc., for names will require the City's prior approval. 13. Leased uniforms that require mending shall be properly labeled by the city, and the selected supplier will mend and return items 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. 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. 15. Garments shall be deemed unsatisfactory if the employee refuses the garments for good reason. Since employees are usually in the field at the time of delivery an employee shall have one working day (typically 24 hours) to refuse delivery of garments, at which time the supplier will replace the articke(s). 16. Vendor will count all dirty uniforms removed from each site and provide a report to the City for each pick-up cycle. The report will be provided to the city no later than 24 hours after pickup of dirty uniforms. The preferred method of reporting will be determined during contract negotiations. 17. Vendor will provide at City's request an accurate and itemized listing with associated costs. I i i 54 18. Vendor will provide a count of all uniforms returned to the city after laundering. The preferred method of reporting will be determined during contract j negotiations. 19. Vendor shall provide cleaning services for purchased garments, on an as needed basis, where garments have been contaminated. Purchased garments lost or damaged by vendor will be replaced at full list price. 20. The city will notify the vendor in writing of any employee who is no longer in need of the vendor's service. The employee shall be removed from the invoice within one billing cycle. All garments shall be returned to the vendor at time of notification. Any vendor selected by the City will be required to enter into an agreement in the form attached as Exhibit B. Proposal Requirements: 1. Proposals shall be clearly marked "PROPOSAL" with "Linen and Limited Uniform Services" on the outside of the envelope, addressed to the City Clerk, 220 - Fourth Avenue South, Kent, Washington 98032-5892. 2. Proposals should be made on the blank form attached to these specifications and all prices stated must be in ink or typewritten. Failure to use this form may result in rejection of your proposal. 3. The bidder shall provide the City with a replacement price list for all items and a depreciation schedule. 4. This contract is subject to all the terms and conditions of state, local, and federal law, including without limitation, WISHA and OSHA regulations. 5. Cost of the item must include any and all silk screening and embroidery costs. 6. Bidder shall supply samples of materials on which they have bid. Materials shall be as specified, 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: Mariane Ely Senior Financial Analyst 253-856-5233 55 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. 2. In awarding the contract, the City will consider among other things, the reliability of the supplier, services offered by the vendor, product quality, as well as the price quoted. Bidders should furnish a list of five references of contracts approximately equal to the City's volume. 1 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. i I 56 NON-COLLUSION CERTIFICATE STATE OF SS. 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. 7 � I (Napae of Virm ) By:C_ -- (Auth rized Signature Title, f" T- 1 Sworn to before me this -- day of �l��J �' _, 2016. (Notary Public) Corporate Seal: P:\Civn\Files\open Files\0024-2012 Flnance-General\RFf—Uniform And l In on Services 2012.Doc i 57 i 100 5� KEPT GOODS & SERVICES AGREEMENT between the City of Kent and [inselrt Vendor's Co. Name] THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and [Insert Vendor's Company Name] organized under the laws of the State of [Insert State Co. Formed Under], located and doing business at [Insert Vendor's Address, Phone Number, and Contact Person] (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: [Insert Detailed Description of goods, materials, and/or services Vendor will be providing. Please be as detailed as possible. You may also refer to an Exhibit so long as it is clearly identified by title and date.] 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. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services [Enter either "within" or "by" depending on deadline in next form field] [Insert either a date specific or enter # of days, weeks, months, years, etc.]. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed [Insert maximum dollar amount to be paid for services. You may type out the dollar amount and place the numerical dollar amount in parentheses or you may just enter the numerical dollar amount], including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: [Insert Detailed Description of how Vendor Is to be Paid for its Goods and Services] GOODS &SERVICES AGREEMENT - 1 (Over$20,000, including WSST) 58 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 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. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. 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 GOODS &SERVICES AGREEMENT - 2 (Over$20,000, including WSST) 59 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 falls 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. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another j 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 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. i GOODS &SERVICES AGREEMENT- 3 (Over$20,000, including WSST) 60 f' 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 falling 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). VIII. 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, IX. WARRANTY. Vendor warrants that It will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement Is additionally 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 promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebullt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. 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. XI. 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 S1 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal Is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable GOODS &SERVICES AGREEMENT - 4 (Over$20,000, including WSST) 61 attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described In Exhibit [Insert Exhibit #] attached and incorporated by this reference. XIII. 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 loss of or damage to materials, tools, or other articles used or held for use In connection with the work. XIV. 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 and Jurisdiction 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 arlsing 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 mall, 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 - 5 (Over$20,000, including INS5T) 62 f 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. Public Records Act. The Vendor acknowledges that the City Is a public agency subject to the Public Records Act codified In Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City In satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR!' CITY OF KENT: By: _�" By: ` ` , (signal r - (signature) Print 3me:�lc'tl,C Y�'C•�C%��� Print Name: Suzette Cooke Its �it)Y].[ j1'P�r rod; ,r Its Mayor _ (title) DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: [Insert Contact Name] [Insert Name of City Rep, to Receive Notice] [Insert Company Name] City of Kent [Insert Address] 220 Fourth Avenue South [Address - Continued] Kent, WA 98032 [Insert Telephone Number] (telephone) (253) [Insert Phone Number] (telephone) [Insert Fax Number] (facsimile) (253) [Insert Fax Number] (facsimile) APPROVED AS TO FORM: Kent Law Department pn this Reid,you may enter the electron Rlopoth when the<nmrazt has teen saved) GOODS &SERVICES AGREEMENT- 6 (Over$20,000, including V✓SST) 63 I 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. I 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. By: �,;, i For: r, ��� l , ��r: h d'F- ti Title: Date: 7�1'�ll EEO COMPLIANCE DOCUMENTS - 1 of 3 64 I,. 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. ail I EEO COMPLIANCE DOCUMENTS - 2 of 3 65 I_ 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. r I, the undersigned, a duly represented agent of I I'll 4a 6L'al L' /i r Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as j`PL!/m1t1+ that was entered into on the (date), 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. B Fe r: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 66 i Exhibit C i i CALL FOR PROPOSAL Name Description Rental Cast Linen Description Current Quantities Unit Cost(Weekly) Shop Towels 870 $,05 Fender Covers 8 $,45 Glass Towels 20 $.14 Terry Towels 600 $15 Bath Towels 160 A $,24 I 24"Dust Mop 11 $1.50 36"Dust Mop 7 $90 48"Dust Mop 8 $1.01 60"Dust Mop 1 $1 24 Wet Mop --- 5 $1,23u Rubber Outdoor Scraper Mat 28 T Spring Step Mat 2 $1.25 3'x 4' Entry Met 25 $1.42 4's G limy Mat 40 $2.55 3'x 10' Entry Mat 13 $3.21 The respondltt hereby warrants that their proposal is genuine and that it is not the result of collusion with other responde 1( �olpn of eLpQ o ) wza JAI, Ira,IK Si nature Name Printed Title Date 67 CINTAS CALL FOR PR®PSAL Rental Purchase Picture Discription Cost Price Industrial Shirts ICI 65% polyester/35% combed cotton chest Double pocket _ Sewn In stay collars - Long sleeve and short sleeve lengths $0,16 $15.00 Sizes S-6XL, for both men and women Colors; Navy City of Kent logo required White sllkscreen or embroidery 935 Left chest Work pants 8.25 oz. twill 65% polyester/35% combed cotton pants Heavy duty brass ratcheting zipper Sizes and styles for both men and $0.19 $15.00 women should be available Regular cut with slashed pocket, a western Jean cut, and double z� pleated slacks 945 Color: Navy jacket-Lined 7.25 oz. twill, 65% polyester/35% combed cotton Pre-cure durable press Light soll wash Solid brass zipper Collar and waistband is 100% polyester 1x1 rib knit Mid length $0 4,2 $42 00 Welted slash pockets and utility pocket on left sleeve Permanently lined, black 100% nylon taffeta quilted to a 3.3oz. 1/8"polyurethane foam Colors: Navy City of Kent logo required White sllkscreen or embroidery Left chest 677 Sizes: S-6XL Coveralls 10 oz,, 100% cotton fisher stripe Concealed zipper Front closure $0.54 $52.00 910 68 I CINTAS CALL FOR PROPSAL Rental Purchase Picture Discription Cost Price 970 lined Service Jacket Y Cc'ne'raled (tool aglper In ppwnnl abrasinns %hon wnfmnp,nn oginpmrnl •QiuHnl lining for addrrf warmth •65l35 pniyewrir•rdro h•ulI 0.08 $39.00 Unpatlyd Sizes.XS-AXLregul2c S kXt lo'w, '3 =; 366 High-Image Jacket -; `f •Inside slnrrn Hap In Vrcnp the hrerw nol '�' •Ouillyd lining In Imtp rho chill aul •651-5 pol./krilnn Iwdl $1.45 $53.00 • Dcmustidlmpnrlcd a Szrs;SA:tL re{;ula6 6i 4%L irk? _ blrrrdrd wrs 7n:d,91rr 65415 Denim Shirt r� o Bullowdown collar fol n prnk.A Sinugl Irit4, • Bark yokr vnlh hox pleaf Irr mobility •Gvnnrous in and huucmdann collar AvailaWi0 in 0rft artd Wrp,fiIcevi, $0.25 $27.00 • Pu• rrasru`c ]OV`C. r,n llnn • On RI rgt ir'I m pc l rd 3iccs: XS-bRL n:gula r, ±d.3aL tab' i 259 ProKnit IVG" Palo Gr,.arla<I Idhrlt. rC51til6 ,ti ar,l:!Ea Ir. Inns: lash dI!tL;y ASrsiuh` rnanagmm�r,l prnpr•,rri..v r In hrcp you dry $0.27 $21.00 • IOOti, polyr tei pique • Irnpulied 'w sues: Slim li:,S-AXL �� Leir1•AatV' Sazesr�nYrwtn'C I 69 I i CINTAS CALL FOR PROP'SAL Rental Purchase Picture Discription Cost Price Duck Detroit Jacket-Blanket Lined J001. 12-ounce, 100%cotton duck with plied yarns firm hand. Water-Repellent. 60%acrylic and 40% polyester Blanket Lining. Corduroy top collar with snaps on under collar for $63.00 optional hood. Left Chest zipper pocket and two front welt pockets. Two Snap adustable waist tabs, Carhartt, Sized Small-6XL. City of Kent Logo Reuired, Direct Purchase Only Duck Chore Coat-Blanket lined C001. 12-ounce,100%cotton Duck. 70%- acrylic and 30%polyester blanket lining.Corduroy top collar with snaps on M under collar for optional hood, Five /�\l/\ Metal button front. Sized Sntall-6XL, $63.00 City of Kent logo required silkscreen or embroidery left chest. Direct Purchase Only Carhartt Pants ounce, 300% ring-spun cotton duck with piled yarns for added durability Chap-style double front with cleanout bottom $36 00 Multiple tool and utility pockets, and a hammer loop 19-Inch leg opening easily fits over work boot Carhartt Direct Purchase Only Parka --- Insulated, water resistant shell $90.00 Two way zipper Insulated collar with roll-away hood Et9rOCl®rJ7 iS Fleece Inner jacket zips In for extra warmth or worn separately $6.00 for Chest and side pockets this item Navy Sizes: S-6XL due to Z City of Kent logo required White silkscreen or embroidery pieces Lek chest Direct Purchase Only 70 CIINTAS CALL FOR PROIDSAI, Rental Purchase Picture Discription Cost Price D6329JG Safety Jacket: 300D Trilobal Rip-stop polyester with PU backing resistant against punctures rips,and snags it= Double stitched,taped,and heat sealed seams b $68.50 S-)(L Generous sizing for comfort /$71.00 2X-4)( 3 in 1 liner zipper inside that Is compatible with 402N8,4086K liners ru- Direct "D"ANSI reflective striping configuration Purchase Otrly D68329WPG Safety Waist Pant: 300D Trilobal ` 4x Rip-stop polyester with PU backing resistant i against punctures rips,and snags .4 Double stitched,taped, and heat sealed seams $37.50 S-XL Generous sizing for comfort /$39.00 2X-4X 3 in 1 liner zipper inside that is compatible with 1 4021\18,408BK liners Direct Purchase Only i 100499-323/Bright Lime: m3 High-Visibility Class 3 Waterproof Jacket. ' 250-denier,100%polyester shell with water repellent finish. ANSI Class 3 Level 2 visibility standards 3M Scotchlite Reflective Meets ANSI/ISEA 107- $120.00 2010. Heavy duty sipper with storm flap. Snap Vki on/Removalble hood. f a Iyr E119 Direct Purchase Only 100497.323/Bright Lime: 4 3 " 'NME High-Visibility Class 3 Waterproof Pant. 250-denier, 100%polyester shell with water ja t repellent finish. ANSI Class 3 Level 2 visibility standards 3M Scotchlite Reflective Meets ANSI/ISEA 1b7- _ $110.00 i1r-- f v 2010. Snap-adustable leg openings. Extended " f Chap-style double front with clean out bottoms } that can accomidate knee pads, US Direct Purchase Only I 71 CINTAS CALL FOR PROPSAL Rental Purchase picture Discription Cost: Prue SURREY RAIN COAT POLYESTER BACKED PVC WATERPROOF AND WIND RESISTANT �,,/h\ DOUBLE FRONT STORM PLACKET ��" / $60.00 Snap-detachable hood with adjustable Neoprene inner-sleeve cuffs Reinforced elbows F Direct Purchase Only SURREY RAIN BIB OVERALL .50-MM POLYESTER BACKED PVC WATERPROOF AND WIND RESISTANT CHAP STYLE DOUBLE FRONT Inside Bib Pocket with sipper closure $60.00 Inside Knee pad pockets with hook-and-loop< i, Adjustable-length inseams with cut-off seams Direct Purchase Only WJ130 W Sandstone Active Jac f 2Kmm r, lOCli.,colter tiandslone uo+-f: 0ublyd. ttannr-I Onieg o hndy and qulhtu nylon Ihiing in (4 s:eevcS-Altar cri quilled 11anneMircO ho:d 5f w oramoras. I%w large IO'G'er r(OM POCKCIS 3M BVO Irleilut poAW•RIL)MIL cults auO walslaartl- Tnp:ed aenu:s•8ar k I rn lh 77 V2 $73.00 incrts•hnluY,[91 Direct Woman's Carhartt JKT Sizes)(S•.PXL Purchase Only 72 CINTAS CALL FOR. Pi1®PSAL Dental Purcliase Picture Description Cost Price uck Detroit Jacicet-BlanicetLine 001. 12-ounce,100%cotton duck with plied yarns firm hand. Water-Repellent. 60%acrylic and 40% polyester Blanket Lining. Corduroy top collar with snaps on under collar for $63.00 optional hood. Left Chest zipper pocket and two front welt pockets. Two Snap adustable waist tabs. Carhartt. SizedSmall-6XL. City of Direct Kent Logo Reuired. Purchase Only Duck Chore Coat-Blanket lined f,001. 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. SizedSmall-6XL. $63.00 City of Kent logo required silkscreen or embroidery left chest. Direct Purchase Only Carhartt Pants i j 12-ounce, 100% ring-spun cotton duclt with piled yarns for added durability Chap-style double front with cleanout bottom $1.03 $36.00 Multiple tool and utility pocl<ets, and a hammer loop 19-Inch leg opening easily fits over work boot Carhartt I NOG WASH Not our garment washing per piece $2.17 73 CINTAS CALL FOR PROPSAL Picture Discri tion Entbrodory: City of Kent Flat rate: $3.00 Please note Embrodory will always be white. i 74 Exhibit DATE(MM/00/Y1'YY) 7vU5I2ofs �. CERTIFICATE OF LIABILITY INSURANCE 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(es)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 statemeat on w this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MY N NAME: Arm Risk Services Northeast, Inc. PHONE (966) 2a3-J122INNNo.So): C (BUT) 363-005 0 C/a ACT Client SePV1Cea No I; ail 4 Overlook Point EJANL O Lincolnshire IL 60069 USA ADDRESS: _ INSURER(S)AFFORDING COVERAGE NAIL If INSURED INSURER A: The Travelers Indemnity Co of CT 25682 Cintas corporation and its Subsidiaries INSURER B: Westchester Fire Insurance Company 10030 6800 cintas Blvd! Po Box 625737 INSURER c: Travelers Property Cas Co of America 25674 Cincinnati OR 45262 USA _ INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570064411382 REVISION NUMBER: THIS IS TO CERTIFY TIiAT 111E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TI iG INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTW ITIIS l'ANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCI'_Al FORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT 10 ALI,111F TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LaXF C TYPE OF INSURANCE INSD WVD POLICY NUMBER MMI00 MAVOD LIMITS A % COMMERCIAL GENERAL LIABILITY RC EGLSA M fCT EACH OCCURRENCE $2.000,000 CLAIMS-MADE ❑X OCCUR PREMIESI e- - $1,D00,000 PREMISES atturtenrs X contra dual Liability MED FxP(Anymo petsem $5,000 PERSONAL&AOV INJURY $1,000,000 m GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 n POLICY PRO- �LOC PRODUCTS-COMMOPAGG $1,000,000 Jac L OTHER: r A AUTOMOBILE LIABILITY HC2E-CAP-472M4651-TCT-16 07/01/201607/01/2017 COMBINED SINGLE LIMIT $5,000,000 N AGE Fe accident _ X ANYAWO BODILY INJURY(Pet Person) O -- Z OWNED — SCHEDULED BODILY INJURY(Peracaden0 N AUTOS ONLY AUTOS -- ry IIIREO AT on NON-OWNED PROPERTY DAMAGEGE O ONLY __AUTOS ONLY Per acdtlenq N B X UMBRELLALIAe X I OCCUR G22O35277011 07/01/2016 07 Ol 2017 EACH OCCURRENCE $5,000,000 U SIR applies per policy terns & condi ions EXCESS LIAt] CIAIAISAMDE AGGREGATE $$,000,000 DED X RETENTION C WORKERS COMPENSATION AND HQ3UR472M470616 07/01/2016 07/01/2017 X STATUTE °TH EMPLOYERS'LIABILITY ANY PROPRIETOR I PARTNER'EXECUTNF YIN WC-A05 E.L.EACH ACCIDENT $1,000,000 OFFICFP/A1FM9ER EXCUDED] NIA (Mandate,In NIT, EL DISEASE FA,EMPLOYEE $1.000.000 If ye;describe under DESCRIPTION OF OPERATIONS dodo. E.L.OREASF-POI ICY LIMIT $1.,DOD,000— DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD II Additional Remarks Sebodule,may be amend If more space is required) City of Kent is inrluded as Additional insured on the General Liability policy, but only with respect to work performed under contract between the certificate Holder and the Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 5_A EXPIRATION GATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. I- city Of Kent AUTHORIZED REPRESENTATIVE Attn: Cheryl Lopez Financial Reporting Division Finance � - Department 20 4th Ave. S. %LlJre,VGO ✓V� - Kent WA 98032 USA ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HC2E-GLSA-472M4731-TCT-16 EFFECTIVE DATE: 07-01-16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. SECTION II -WHO IS AN INSURED is amended to include as an additional insured any person or organization that you have agreed in a "written contract requiring insurance" to include as an additional insured on your Commercial General Liability policy and that has not been added as an additional insured by attachment of an endorsement under this Coverage Part which includes such person or organization in the endorsement's schedule. However, such person or organization is only an additional insured with respect to liability for "bodily injury" or "property damage" (or for "personal injury" or"advertising injury" if coverage for such injury is required by the"written contract requiring insurance")that is in fact caused by your negligence or the negligence.of those acting on your behalf in the performance of"your work" in connection with services provided to the additional insured to which the"written contract requiring insurance"applies. 2. The insurance provided to the additional insured by this endorsement is further limited as follows: a. In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by a "written contract requiring insurance" for that additional insured, the insurance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of insurance described in SECTION III — LIMITS OF INSURANCE. b. The insurance provided to the additional insured does not apply to "bodily injury" or"property damage" (or "personal injury" or "advertising injury" if coverage for such injury is required by the "written contract requiring insurance") arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, or supervision of such services or activities. G. The insurance provided to the additional insured does not apply to "bodily injury" or"property damage" included in the "products-completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured. d. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization or with respect to "bodily injury" or "property damage" (or "personal injury" or "advertising injury" if coverage for such injury is required by the "written contract requiring insurance") caused by the negligence of such person or organization. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" for that additional insured specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid CG T8 01 Page 1 of 3 POLICY NUMBER: HC2E-GLSA-472M4731-TCT-16 EFFECTIVE DATE: 07-01-16 and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under such other insurance. 4. If the "written contract requiring insurance" for that additional insured specifically requires that this insurance include a provision in which the insurer waives any right of recovery against that additional insured because of payments made under the insurance provided to the additional insured, then we will waive such right of recovery. 5. As a condition of coverage provided to the additional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the"occurrence'or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence' or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or"suit"and the date received;and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. C. The additional insured must immediately send us copies of all legal papers received in connection with the claim or"suit", cooperate with us in the investigation or settlement of the claim or defense against the"suit', and otherwise comply with all policy conditions. 6. As a condition of coverage provided to the additional insured by this endorsement, the additional insured must tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 7. The following definition is added to SECTION V—DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional insured, provided that the "bodily injury" and "property damage" occurs (or the "personal injury" or "advertising injury", if coverage for such injury is required by the "written contract requiring insurance", is caused by an offense committed): CG TS 01 Page 2 of 3 REQUEST FOR MAYOR'S SIGNATURE KENT Please Fill in All Applicable Boxes WAS HI N GTON Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Or:ginatoi _ Phone (Originator). Date Sent: p"ti Date Required: Return Signed Document to. ,` ,� ,c , L CONTRACT TERMINATION DATE: VENDOR N,AME: ` % � .,< . DATE OF COUNCIL APPROVAL: `st Biief Explanation of Document. Alf Contracts Must Be Routed Through the Law Department Area to be Campleted By the law Depar[o 2eni) Received: Approval of Law Dept P11- Law Nait DE L Lk, Date Forwarded to Mayor: --- _.-- Shaded Areas to Be Completed by Administration Staff Received:` Recommendations-& Comments: E Disposition: i r Date Returned: — Iage5870 • 31105 DATE(MMIDDIYYYY) aI.,- CERTIFICATE OF LIABILITY INSURANCE 06I12,2B18 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. v 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 CONAACT L ADO Risk services Northeast, Inc, NAME:pH N� rAX, ......m----- c/o AND Client services (NGNP.Ext7: (866) 283 A22 Afd Nn : (800) 363 0105 `y 4 Overlook Point E-MAIL ....................................... L Lincolnshire It 60060 USA ADDRESS: _ INSURERUS)AFFORDING COVERAGE NAIL0 INSURED INSURERA: The Travelers Indemnity Co Of CT 25682 Ci ntas Corporation and its subsidiaries """""'""'"'" ---- — --- -- INSURER B: Travelers Property Cas Co of America 25674 6800 Cintas Blvd .._..... _ ._._...."._._ ......................._ ......... FD BOX 625737 INSURERA Westchester Fire Insurance company 10030 Cincinnati ON 45262 USA ..................._ INSURER D: ...'"'............... INSURER E: — .m............."". INSURER F. COVERAGES CERTIFICATE NUMBER: 570071699194 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, Limits shown are as requested ITP TYPE OF INSURANCE INSID Mb POLICYNUMBER 'IMMIDDIYYYYI IMMIDDM'VVI LIMITS X COMMERCIAL GENERAL LIABILITY HC EGL5A M TCT EACH OCCURRENCE $2,000,000 CLAIMS-MADE X OCCUR PRFM $1,000 000 _._._ _a_e RenDe X C—Ladual Liability MED EXP(Any one PamoN $S,OOU PERSONALa ADV INJURY $110001 000 m GEN ITAGGREGATE PRO- PPLIES PER: GENERALAGGREGATE �$2,000,000 se m POLICY VY E� PRODUCTS-COMPIOPAGG $1,000,000 r OTHER. -_..........m.m........".... 0 A AUTDMOBILE LIABILITY ADS E-CAP-472M4651-TCT-18 07/01/2018'07/01/2019 COMBINERS LIMIT ADS $5,000,000 r nt1..... X ANYAUTO BODILY INJURY i Per person) OWNED .- SCHEDULED "_...�.. .m.........._............ z BODILY INJURYIPeracdden[) N AUTOS ONLY AUTOS HIRED AUTOS NON OWNEDPROPERTY DAMAGE M ONLY ---- AUTOS ONLY 1Pera-Gcidom) w W C jA UMBRELLALIAB X I OCCUR G22035277013 07/01/2018 07/01/2019 EACH OCCURRENCE $$,UOU,000 U EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,COO'. RETENtiION 81o,o00 Y!N - ATUTE FDRH B WORKERS COMPENSATION AND HCZJU6472M470618 07 01 2018 07 01/ZO19 XSE EMPLOYERS'LIABILITY WC-ADS ANY PROPRIETORf PARTNER/EXECUTIVE N B orFICERMENIBER EXCLUDED' NIA HR7 U6472M4fi9918 07/01/2018 07/01/2019 EL EACHAccIDENT $1,000,000 (Mantl O—Fil NHl WC - MA, WI E.L.DISEASE-EA EMPLOYEE $1,000,000 If—DESCRIPTION OF OPERATIONS below Et DISEASE-POLICY LIMIT $l,000,U00..,,.,. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES ACORD 101,Additional Remarks Schedule,may be a"ohetl if more space is requlrion City of Kent is included as Additional Insured on the General Liability policy, but only with respect to work performed under contract between the certificate Holder and the insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ryF EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent AUTHORIZED REPRESENTATIVE '" Attn: Cheryl Lopez Financial Reporting Division Finance C2 2 .�Jvx• /J��-y�z Department 20 4th Ave. S. �/, ill�O�SC Jape d ,(/itt mina Lie Kent WA 98032 USA ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD