Loading...
HomeMy WebLinkAbout24C126 - UniFirst CorporationCONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Uniform Rental and Cleaning Services UniFirst Corporation Ryan Adams ryan_adams@unifirst.com Uniform rental and cleaning services $66,119.80 3 Years, with two optional one-year renewal terms N/A Jorge Flores; Jorge_flores@unifirst.com Dan Como; Daniel_Como@UNIFIRST.COM Public Works/Facilities David McAbee/Daniel Martinez 24C126 Yes Yes Yes Department N/A No 040920-UFC Sourcewell Yes 06/6/2024 Tabitha Richards DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 6/19/2024 4.13.2023 COOPERATIVE PURCHASE OF AGREEMENT NO. 24C126 UNIFORM RENTAL AND CLEANING SERVICES SOURCEWELL CONTRACT 040920-UFC This Cooperative Purchase of uniform rental and cleaning services Agreement (“Agreement”) is entered into by and between the City of Palm Springs, a California charter city and municipal corporation (“City”) and UniFirst Corporation, a Massachusetts corporation with its principal place of business at 68 Jonspin Road Wilmington, MA 01887 (“Contractor”). City and Contractor are sometimes individually referred to as “Party” or collectively as “Parties” in this Agreement. 1. Background. a. This Agreement is made and entered into in reference to the competitively solicited Sourcewell Contract No. 040920-UFC with Contractor (“Cooperative Agreement”). b. The City desires to have uniform rental and cleaning services attached hereto as Attachment “A”, the content of which is incorporated by reference to this Agreement as if fully set out here in its entirety. c. Contractor desires to perform said services on the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement is three-years beginning on July 1, 2024, and continuing through June 30, 2027. The parties may mutually extend the term of this Agreement for up to two additional one-year periods (“Option Period(s)”), provided, the parties do so in writing prior to the expiration of the original term of the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $66,119.80, subject to approved amendments and changes. All pricing must be in accordance with the attached Quote, as shown as Attachment “B”, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 4. Appropriations. This Agreement is subject to, and contingent upon, funds being appropriated by the City Council of City for each fiscal year. If such appropriations are not made, this Agreement shall automatically terminate without penalty to City. 5. Insurance. Contractor shall procure and maintain, at its sole cost and expense, policies of insurance as set forth in the attached Attachment "C", incorporated herein by reference. If no insurance is required Attachment “C” will reflect that there are no requirements. DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 6. Indemnification. To the fullest extent permitted by law, Contractor shall defend (at Contractor’s sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the “Indemnified Parties”), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively “Claims”), including but not limited to Claims arising from injuries to or death of persons (Contractor’s employees included), for damage to property, including property owned by City, for any violation of any federal, state, or local law or ordinance or in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct committed by Contractor, its officers, employees, representatives, and agents, that arise out of or relate to Contractor’s performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the Indemnified Parties. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Contractor’s indemnification obligation or other liability under this Agreement. Contractor’s indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. 7. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed, or hand delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO THE CITY: IF TO THE CONTRACTOR: City of Palm Springs UniFirst Corporation Attn: City Manager/City Clerk Attn: Jose Flores 3200 E Tahquitz Canyon Way 700 South Etiwanda Ave Palm Springs, CA 92262 Ontario, CA 91761 Phone: (760) 323-8204 Phone: (909) 390-8670 8. Compliance with Law. Contractor shall comply with all applicable federal, state, and local laws, statutes and ordinances and all lawful orders, rules, and regulations when performing the Services. Contractor shall be liable for all violations of such laws and regulations in connection with this Agreement. 9. Changes. In the event any change or changes in the work is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 A. To provide for revisions or modifications to documents, work product, or Work, when required by the enactment or revision of any subsequent law; or B. To provide for additional work not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor’s profession. 10. Termination Prior to Expiration of Term. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon receipt of the notice of termination, Contractor shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Contractor shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Contractor shall not be entitled to payment for unperformed Services and shall not be entitled to damages or compensation for termination of Work. If the termination is for cause, the City shall have the right to take whatever steps it deems necessary to correct Contractor's deficiencies and charge the cost thereof to Contractor, who shall be liable for the full cost of the City's corrective action. Contractor may not terminate this Agreement except for cause, upon 30 days written notice to City. 11. Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a “prohibited basis”). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City’s lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 12. Compliance with Economic Sanctions in Response to Russia's Actions in Ukraine. When funding for the services is provided, in whole or in part, by an agency controlled of the State of California, Consultant shall fully and adequately comply with California Executive Order N-6-22 (“Russian Sanctions Program”). As part of this compliance process, Consultant shall also certify compliance with the Russian DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 Sanctions Program by completing the form located in Attachment “D” (Russian Sanctions Certification), attached hereto and incorporated herein by reference. Consultant shall also require any subconsultants to comply with the Russian Sanctions Program and certify compliance pursuant to this Section. 13. Entire Agreement. This Agreement, along with the Cooperative Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written between the parties. In the event of conflict or inconsistency between this Agreement and the Cooperative Agreement, this terms and conditions in this Agreement shall prevail. [Signature Page Follows] DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 SIGNATURE PAGE TO COOPERATIVE PURCHASE OF UNIFORM RENTAL AND CLEANING SERVICES AGREEMENT BETWEEN THE CITY OF PALM SPRINGS AND UNIFIRST CORPORATION IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. CONTRACTOR: By: _____________________________ By: _____________________________ Signature Signature (2nd signature required for Corporation) Date: ___________________________ Date: ___________________________ CITY OF PALM SPRINGS: APPROVED BY CITY COUNCIL: Date: ___N/A____ Item No. __N/A______ APPROVED AS TO FORM: ATTEST: By: _____________________________ By: _____________________________ City Attorney City Clerk APPROVED: By: _____________________________ Date: ____________________________ City Manager – over $50,000 Deputy/Assistant City Manager – up to $50,000 Director – up to $25,000 Manager – up to $5,000 DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 6/10/20246/10/2024 6/19/2024 4.13.2023 ATTACHMENT A SCOPE OF WORK Uniform Rental and Cleaning Services 1. Scope of Work: Purpose: The purpose is to perform uniform rental and cleaning services for the City of Palm Springs. Background: The City of Palm Springs Facilities Maintenance Department has five different divisions that have employees that are required to wear uniforms during the performance of their work duties. The City provides each employee with a clean uniform to wear each day while at work. Scope of Work: The Contractor shall furnish uniforms on a rental basis, uniform cleaning services and pickup/delivery services for all participating City divisions/locations listed and any additional City divisions/locations that the City from time to time may designate. The Contractor shall do all work and furnish all management supervision, labor, materials, equipment, tools, and appurtenances necessary for the performance and completion of the contract in a manner called for herein and to the satisfaction of the City. 2. Uniform Specifications: The Contractor shall understand and agree that each new uniform shall consist of one (1) shirt and one (1) pair of trousers, as described below. 2.1. Shirts: shall be regular style with short or long sleeves (City’s option), two pockets with buttons, and City’s choice of solid color (white or various shades of blue). 2.2. Trousers: Shall be City employees choice of “Cotton or Blend”, “straight” cut of flex pant with elastic waist gathers on two sides. Trousers shall be vat dyed and sanforized with zipper fly, double stitched seat seams, bar tacked at points of stress, hemmed, not cuffed, City’s choice of color(s). 2.3. Patches: Shall be dacron/cotton blend sanforized and embroidered of matching color. 2.4. Name and division emblems: Shall be 1 ½” x 3 ½” and shall be sewn onto the uniform shirt above the pocket. A 4” round City seal emblem shall be sewn on the left shoulder. Employee names and divisions will be furnished to the Contractor within five (5) days of award of Contract. 2.5. Fabric: Shall be the City’s option of 65% dacron/35% cotton or 100% cotton. The City reserves the right to designate which employee shall be outfitted with which fabric on an individual basis. Divisions may have a portion of their employes in blends and a portion in 100% cotton. All electrician personnel must wear 100% cotton. 2.6. Coveralls: Shall be City employee’s choice of blend or 100% cotton. 3. Proper Fit: The Contractor must individually measure each City employee to assure the uniforms to be suppled will fit properly. Following initial delivery, each employee shall have an opportunity to secure adjustments to make certain their personal requirements are being met. Contractor shall contact each employee within seven (7) of initial delivery to check for proper fit. 4. Starting Inventory: The City’s work week is a four (4) day work schedule. The Contractor shall begin the Contract period by furnishing ten (10) uniforms per employee which must consist of ten (10) long or short sleeve shirts (whichever is appropriate as described herein) and ten (10) pairs of trousers (as described herein). 5. Specifications for Uniform Rental and Cleaning Services: 5.1. Pickup and Delivery: All garments are to be maintained in a clean condition, DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 satisfactory to the City. The Contractor shall deliver laundered garments and pick-up dirty garments once a week from each location serviced. The Contractor shall launder, and return clean the same number of garments turned in the previous week. The City and the Contractor shall mutually agree upon which day(s) of the week the Contractor shall pick up and deliver the uniforms. 5.2. Pressing: All blend garments may be tunnel finished and all 100% cotton garments must be pressed. Following pressing, Contractor shall protect the uniforms from wrinkling during the storage and delivery process. The city may reject any uniforms delivered with wrinkles. 5.3. Continual Replacement: Contractor shall maintain garments with a constant good appearance. Garment-for-garment replacements shall be made by Contractor as garments become worn out or are damaged beyond repair. Worn garments shall be replaced at no cost to the City after normal wear and tear at an agreed upon timespan. Garments damaged beyond repair shall be replaced and the City shall pay the applicable damage charge, as set forth in the Bid Pricing page. 5.4. Repairs: Contractor shall understand and agree that repairs which are made to a uniform must be neat, of professional quality, and can only be made to a uniform's seam. 5.5. Garment Control: At the time of garment pick-up and for each City location, Contractor shall provide a copy of the shipping report that shows the rotating garments throughout contractor’s facility. 5.5.1. Prior to departure from each City location, Contractor shall acquire on the garment list prepared, the countersignature of the location’s Contract Manager (or their designee). The countersignature shall represent the City’s agreement as to the accuracy of the list. 5.5.2. TO facilitate comparison of the number of garments delivered to the prior week’s list of garments picked up, Contractor shall deliver garments on hangers separated by individual employees. 5.6. Repair Tags: Contractor shall supply each City location in the uniform program with service tags which may be affixed to any garment(s) requiring repair. Said tag must provide an opportunity for an employee to identify the nature of the required repair so that the item can be pulled for repair during the next processing cycle. Uniforms turned in tagged for repair shall be returned by Contractor repaired within the next delivery cycle or replaced with a substitute garment if the repair cannot be made to comply with the next delivery cycle. 5.7. Condition of Materials on Delivery: All uniforms shall be protected from precipitation and against other damage while transit. The uniforms shall be in a dry, clean and serviceable condition upon delivery. If, upon unloading, uniforms are found damaged or otherwise unsuitable, they may be rejected by the City, at no cost to the City. 5.7.1. If rejected, the respective Contract Manager(s) will notify the Contractor and will forward an affidavit descriptive of all such damages to the Contractor. The uniforms will be reloaded onto the same carrier's truck for return to the Contractor or for other disposition as the Contractor sees fit. 5.8. New Employees: New employees shall be supplied with uniforms within fourteen DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 (14) business days of written notification to the Contractor by the City and measurement of employee by the Contractor's representative unless special sizing is needed in which it can take longer. Such notification, including the name(s) of new employee(s), shall be given to the Contractor's Customer Service Representative (route man) at the time agreed upon for delivery/pickup at that location. The Contractor may supply used uniforms to new employees provided such uniforms are in good repair, are of proper fit, and conform to all other City specifications. 5.9. Terminated Employees: The City shall provide Contractor with written notification of terminated employees. Such notification, including the name(s) of such terminated employee(s), shall be given to the Contractor's Customer Service Representative (route man) at the time agreed upon for delivery/pickup at that location. Rental charges shall cease upon delivery of such notification. Concurrent with, or within ten (10) calendar days of, such notification of termination the City shall return the rental garments of the terminated employee. City will pay any lost or damaged charges on the returned garments in accordance with the provisions of the contract. 6. Quantities: The City is obligated during the term of the Contract to rent needed uniforms from the Contractor, and the Contractor is obligated to supply the quantities which the City requires. The City reserves the right to increase or decrease the number of employees served, at the unit rental rates per the Bid Proposal/Pricing page. The quantities stated herein in "Special Conditions: Supplement A” are given as a general guide for bidding and are NOT guaranteed amounts, but they do represent the best estimate of the City based on most recent usage. 7. Delivery and pick-up, City facility locations: The uniforms, as allocated, shall be delivered and picked up at the following City facility locations on a weekly basis: DEPARTMENT/DIVISION ADDRESS Facilities Maintenance: 425 N. Civic Drive, Palm Springs, CA 92262 Downtown, Parks, Streets Fleet Operations 459 N. Civic Drive, Palm Springs, CA 92262 8. Contact Manager(s): The Contract will be performed under the direction and supervision of the following Contract Manager(s) for their respective City facility location: CONTRACT MANAGER DEPARTMENT PHONE NUMBER Administrator Facilities/Parks/Downtown/Streets to be determined Administrator Fleet to be determined Any reference to the Contract Manager in the contract shall mean the respective and appropriate Contract Manager or their designated representative. 9. City Inspectors: City Inspectors (Contract Inspectors) are the Contract Managers and shall inspect all work done and all materials furnished. Such inspections may extend to all or any DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 part of the work and to the preparation, furnishing or cleaning of the uniforms to be used. The Inspector is not authorized to revoke, alter, or waive any requirements of the contract, nor is he/she authorized to approve or accept any portion of the complete project. He/she is authorized to call the attention of the Contractor to any failure of the work or Uniforms to conform to the contract. He/she will have the authority to reject uniforms or to suspend the work until the questions at issue can be referred to and decided by the Contract Officer. 10. Lost Charge: The City understands and agrees that all rental garments remain the property of the Contractor; therefore, if a uniform is lost or stolen, a charge will be recovered by the Contractor. Lost and stolen charges are to be charged at the unit prices identified on the pricing pages of these Bid documents. The Contractor shall identify the employee responsible for any loss and identify the date said loss occurred. Notification to the City of any losses must be made by the Contractor in a timely manner to provide an opportunity for the City to identify problem areas and to take corrective action. 11. Damage Charges: The Contractor shall accept all normal wear and tear free of charge. In the event that a garment is damaged in a situation other than normal wear and tear, the City understands and accepts the fact that a damage charge will be assessed. Damage charges are to be identified on the pricing pages of these Bid documents. 12. Additional Charges: Charges identified on the pricing pages of these Bid documents shall be inclusive of all charges for rental, cleaning, delivery, pickup and any other service necessary for performance of the contract. No additional charges for uniform rental, cleaning, pickup and delivery will be honored by the city. 13. Correction of the Work: The Contractor shall promptly remove from the City facility locations all Work rejected by the respective Contract Manager for failure to comply with the contract, whether incorporated in the delivery or pickup count or not, and the Contractor shall promptly replace and re-execute the work in accordance with the contract and without additional expense to the City. 13.1. If the Contractor does not take action to remove such rejected Work within ten (10) days after receipt of written notice, the respective Contract Manager may remove such Work, store the materials, and replace the rejected Work with another Contractor's Work and deduct charges therefore from monies due or to become due to the Contractor. 14. Warranty: The Contractor shall expressly represent, warrant, and agree that all uniforms for rental and/or cleaning services or Work provided or performed on or off City premises relative to this Contract will: 14.1. Conform in all respects to the City’s specifications, requirements, or other descriptions. 14.2. Be fit for the purpose or purposes of intended use. 14.3. Conform to all applicable local, State, and Federal lows and regulations. 14.4. Be of good quality, merchantable, of good workmanship, of materials best suited for the intended purposes, and free from defects of any kind or nature whatsoever. 14.5. Additionally, any usage statement, guarantee, or warranty stated in the Contractor’s Bid relating to uniform rental and cleaning services, or Work will be superseded by the terms and conditions stated in the contract or in their absence by the following: 14.6. If said uniform rental and cleaning services or work which is found to be DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 defective in material, workmanship or design fails or is found to be nonconforming with the terms and conditions of the Agreement on any exchange date after the date of commencement of the Agreement, it shall, at the City's option, be repaired or replaced by the Contractor at absolutely no expense to the City. 14.7. All items delivered or supplied here under will be free and clear of all liens, encumbrances, claims and security interests of whatever nature and substance. Upon request, the Contractor will supply the city with documents satisfactory to it, evidencing the absence of such liens, encumbrances, claims and security interests. 15. Public Access: The Contractor shall always conduct the work in such a manner to ensure the least obstruction to traffic practicable. The convenience of the public and the City employees shall be provided for in an adequate and satisfactory manner. Fire hydrants shall be always kept accessible to fire apparatus. 16. Parking: the Contractor's representatives may only park or leave their vehicle(s) in areas designated by the respective Contract Managers. 17. Uniform Disposition Upon Contract Expiration/Termination: Upon expiration of the Agreement term, or termination of the Agreement, the City will not "buy-out” uniforms that are in service. All uniforms that are in service will be returned to the Contractor in an "as-is" condition, with no additional cost to the City for normal wear and tear. Upon return of garments the City will pay any lost or damaged charges that apply. 18. Samples: Contractor shall submit samples of uniforms, representative of the uniforms to be supplied under the Contract. These samples must be submitted within 14 calendar days after Notice of Award. All samples must be tagged with the Contract Number and the Contractor's name. The Contractor shall submit for City approval male and female samples, where applicable, of the following items: One Shirt; One Pair of Trousers; One Pair of Shorts; One Coverall; One City Seal Emblem; One Name Emblem; and One Division Emblem. 18.1. The City may retain or destroy articles of the uniforms, or the uniforms submitted as samples for the purpose of determining Contract compliance with specifications throughout the duration of the Contract by testing. The city will be free from any redress of claim on the part of the Contractor as a result of such actions. Upon notification by the City that a sample is available for return, it should be retrieved within 30 days, or the City will not be responsible for the disposition of said sample. 19. Inspection: The City reserves the right to tour the Contractor's plant and inspect Work in progress, receiving, holding, and shipping areas to insure to the City's satisfaction that Work is being performed in accordance with the City's Specifications. Such inspection(s) may take place prior to award of the Contract or at any time during the term of the Contract. SPECIAL CONDITIONS 20. Project Coordinator: The Contractor will be required to assign a Project Coordinator to the Contract. This individual represents and has full authority to act for the Contractor and shall be the City's key contact throughout the duration of the Contract. A space is DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 provided on the Information Required of Bidder page for the Project Coordinator to be named with a telephone number for contact with the respective Contract Manager(s). 21. Business License: The contractor will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". 22. Term Of Contract: The term of this Contract will be for (3) three years from date of award, with two (2) one (1) year renewal options upon mutual consent of the City and Contractor. 22.1. Option to Renew: Upon mutual consent of the City and Contractor, the Contract may be renewed for two additional years or any portion thereof. If the City exercises its option to extend, the unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Riverside/Ontario/San Bernardino. 22.2. Schedule of Work - The Contractor shall furnish to the City Representative a detailed delivery and pick-up schedule showing how the Contractor will accomplish the Contract requirements. This schedule shall indicate personnel, and tasks to be performed to insure successful uniform measurements and Installation. Provide a delivery schedule for regular service as well as handling of any complaints, service issues or replacements/repairs. The schedule shall be kept throughout the duration of the Contract and shall be modified and re- submitted to the City Representative as required. Any work to be performed not conforming to this schedule shall be approved by the City Representative prior to such occurrence. 22.3. Adjustment of Services -The City reserves the right to reduce or increase, or otherwise adjust the scope of services. 23. Pricing: Prices to remain firm for period of (1) one year; and a (5) five percent increase each additional year with two (1) one year renewal options upon mutual consent of the City and the Contractor. The unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Riverside/Ontario/San Bernardino. 24. Payment: For all services which the Contractor is obligated to perform under the Contract, the City shall pay to the Contractor a monthly price per facility/cost center per appropriate unit prices as set forth in the Contract. 24.1. Payment shall be made by cost center upon submittal of a detailed Monthly Statement to the respective Contract Manager(s) of the City of Palm Springs. The Contractor shall submit a detailed Monthly Statement for each cost center. The cost centers are listed in Special Conditions, Supplement "A". Said Statements shall be submitted within the two weeks following the end of a billing period defined as a calendar month. 24.2. Prior to the City payment of the Monthly Statements, the respective Contract Manager(s) shall review and approve payment based on the satisfactory completion of service. Payment shall be issued within thirty days of receipt of an accurate monthly statement (Net 30). DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 ESTIMATED CITY RENTAL USAGE AND CLEANING BY NUMBER OF EMPLOYEES OER DIVISION AND CONTENT/TYPE OF UNIFORM REQUIRED (SUBJECT TO CHANGE AT CITY’S DISCRETION) SHIRTS Division No. of uniformed Employees Shirts Long/Short Sleeve Trousers Coveralls Jacket Parks 13 13 13 0 13 Downtown 13 13 13 0 13 Facilities 10 10 10 0 10 Streets 8 8 8 0 8 Fleet 8 8 8 3 8 Totals 52 52 52 3 52 MISCELLANEOUS SUPPLIES Division Fender Covers Floor Mats Rags Parks 0 2 0 Downtown 0 2 0 Facilities 0 2 0 Streets 0 2 0 Fleet 10 2 350 Totals 10 10 350 SHIRTS: - Short Sleeve o 4 Day Rotation (5 clean, 1 in use, 4 cleaning) - Long Sleeve o 4 Day Rotation (5 clean, 1 in use, 4 cleaning) Trousers: - Cotton o 4 Day Rotation (5 clean, 1 in use, 4 cleaning) - Shorts o 4 Day Rotation (5 clean, 1 in use, 4 cleaning) DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 COVERALLS, MATS, AND RAGS: - Coveralls (Blend) o Quantity 3 (1 clean, 1 in use, 1 cleaning) - Fender Covers o Quantity 10 - Mats o Quantity 5 3x5 (Provide cleaned mat every week) o Quantity 5 3x10 - Rags o Quantity 350 (Provide cleaned rags each week to maintain required stock) - Jackets (Blend) o Quantity 1 DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 ATTACHMENT B QUOTE / PRICING Uniform Rental and Cleaning Services, the Contractor proposes and agrees to provide the required services in good faith and as per customary market/trade quality in accordance with the General Conditions and Scope of Services, and Special Conditions. The Contractor shall provide the herein specified Uniform Rental and Cleaning Services to the various City of Palm Springs’ delivery and pick-up locations and will accept as full payment therefore the following unit prices: Item # Uniform Rental & Cleaning Employee Count Inventory per Employee Unit Price Weekly Cost 1 Shirts 52 X 11 $0.18 102.96 2 Trousers 52 X 11 $0.24 137.28 2 Jacket 52 X 1 $0.49 25.48 4 Coveralls 3 X 3 $0.39 3.51 Weekly Total $269.23 52 Weeks/Annual $13,999.96 Contract Year 2 (3% increase) $14,419.96 Contract Year 2 (3% increase) $14,852.56 Item # Miscellaneous Equipment Quantity Unit Price per Week Weekly Extension 5 Soil Bins 5 X $0 $0 6 Hamper Rack 5 X $0 $0 7 3x5 Mats 5 X $1.33 $6.65 8 5x10 Mats 5 X $2.66 $13.30 9 Fender Covers 10 X $0.58 $5.80 10 Rags 350 X $0.06 $21.00 11 Rag Replacement 2& of total inventory $13.86 12 DEFE (Delivery, Fuel, Environment, Energy) 1 X $12.50 $12.50 Weekly Total $73.11 52 Weeks/Annual Total $3,801.72 Contract Year 2 $3,915.77 Contract Year 3 $4,033.24 Item # Initial 1x Set-up Charges Description of Services Quantity Unit Price Extension 13 Set-up charge for initial installation & measurement per employee 65 X Waived upon initial install $0 14 Name patches for rental only *For initial set-up only (52 employeesx9 patches) 468 X Waived upon initial install $0 DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 15 Department patches for rentals only *For initial set- up only (approximately 52 employeesx9patches) 468 X Waived upon initial install $0 16 City emblems for rentals only *Fore initial set-up only (approximately 52 employeesx9 emblems) 468 X Waived upon initial install $0 17 Embroidery charge (polo’s only) *For initial set-up only (approximately 19 employees x9 embroidery) 171 X Waived upon initial install $0 Subtotal $0 When discrepancies occur between unit prices and extended amounts the unit prices shall govern. Grand Total Lump Sum Price for 3-year term: (in figures) Items 1 through 17 $56,119.79 Year 1: $17,801.68 Year 2: $18.691.76 Year 3: $19,626.35 CPI INCREASE: It is understood and agreed that this Bid may not be withdrawn until ninety (90) days from the date of the opening thereof, and at no time after award of Bid. Prices to remain firm for period of (1) one year; and a (3) three percent increase each additional year with two (1) one year renewal options upon mutual consent of the City and the Contractor. The unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Riverside, Ontario, San Bernardino Areas. EMPLOYEE COUNT AND GARMENT SELECTION CHANGES DURING CONTRACT TERM: Due to the inability to predict future employee count and employee garment selection changes during the term of the agreement, the Contract Administrator, Director of Maintenance and Facilities, shall have the authorization to approve any additions or deletions from the employee count as well as any changes in garment selections made by employees without formally amending the agreement. All garment prices shall be per the Unit Prices as reflected on these Bid Pricing pages, subject to the CPI discussed below. DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 ONE-TIME COST Item # After Initial Set-up Charges Description of Services Unit Price 18 Set-up charge for new installation & measurement per new employee $0.83/garment 19 Name patches *after initial set-up $0.50/garment 20 Department patches *after initial set-up $1.67/garment 21 City emblems *after initial set-up $1.67/garment 22 Embroidery charge (polo’s only) *after initial set-up $3.94/garment Items # Change out Fees Description of Service Unit Price 23 Change out fee per item *For exchanges in size or style (i.e. trousers to shorts, long sleeve to short sleeve) **No fee is to be charged for exchanges due to worn-out garments. $0/garment Item # Oversize Fee for XXL and up Unit Price 24 Upcharge for larger sizes above XL $0/garment Item # Casualty Charges Description of Service Unit Price 25 Shirts Lost/Stolen/or Damaged (0102) $15.20 26 Trousers Lost/Stolen/or Damaged (1002) $21.40 27 Blend Coveralls Lost/Stolen/or Damaged (3002) $33.25 28 Jackets Lost/Stolen/or Damaged (1527) $41.80 Total Allowance for One-Time costs $10,000.00 Prices above for Lost/Stolen/or Damaged garments shall be the same, regardless of time in service. DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 ATTACHMENT C INSURANCE REQUIREMENTS DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 INSURANCE 1. Procurement and Maintenance of Insurance. Contractor shall procure and maintain public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Contractor’s performance under this Agreement. Contractor shall procure and maintain all insurance at its sole cost and expense, in a form and content satisfactory to the City, and submit concurrently with its execution of this Agreement. Contractor shall also carry workers’ compensation insurance in accordance with California workers’ compensation laws. Such insurance shall be kept in full force and effect during the term of this Agreement, including any extensions. Such insurance shall not be cancelable without thirty (30) days advance written notice to City of any proposed cancellation. Certificates of insurance evidencing the foregoing and designating the City, its elected officials, officers, employees, agents, and volunteers as additional named insureds by original endorsement shall be delivered to and approved by City prior to commencement of services. The procuring of such insurance and the delivery of policies, certificates, and endorsements evidencing the same shall not be construed as a limitation of Contractor’s obligation to indemnify City, its elected officials, officers, agents, employees, and volunteers. 2. Minimum Scope of Insurance. The minimum amount of insurance required under this Agreement shall be as follows: 1. Comprehensive general liability and personal injury with limits of at least one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two million dollars ($2,000,000) general aggregate; 2. Automobile liability insurance with limits of at least one million dollars ($1,000,000.00) per occurrence; 3. Professional liability (errors and omissions) insurance with limits of at least one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000) annual aggregate is: _________ required __x______ is not required; 4. Workers’ Compensation insurance in the statutory amount as required by the State of California and Employer’s Liability Insurance with limits of at least one million dollars $1 million per occurrence. If Contractor has no employees, Contractor shall complete the City’s Request for Waiver of Workers’ Compensation Insurance Requirement form. 3. Primary Insurance. For any claims related to this Agreement, Contractor’s insurance coverage shall be primary with respect to the City and its respective elected officials, officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City and its respective elected officials, officers, employees, agents, and volunteers shall be in excess of Contractor’s insurance and shall not contribute with it. For Workers’ Compensation and Employer’s Liability Insurance only, the insurer shall waive all rights of subrogation and contribution it may have against City, its elected officials, officers, employees, agents, and volunteers. 4. Errors and Omissions Coverage. If Errors & Omissions Insurance is required, and if Contractor provides claims made professional liability insurance, Contractor shall also agree in writing either (1) to purchase tail insurance in the amount required by this Agreement to cover claims made within three years of the completion of Contractor’s services under this Agreement, or (2) to maintain professional liability insurance coverage with the same carrier in the amount required by this Agreement for at least DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 three years after completion of Contractor’s services under this Agreement. Contractor shall also be required to provide evidence to City of the purchase of the required tail insurance or continuation of the professional liability policy. 5. Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best’s Key Rating of B++, Class VII, or better, unless otherwise acceptable to the City. 6. Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor’s insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers’ Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured…” ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). B. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). C. "Should any of the above-described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, “endeavor to” mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. D. Both the Workers’ Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor’s obligation to provide them. 7. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City prior to commencing any work or services under this Agreement. At the option of the City, either (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its elected officials, officers, employees, agents, and volunteers; or (2) Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Certificates of Insurance must include evidence of the amount of any deductible or self-insured retention under the policy. Contractor guarantees payment of all deductibles and self-insured retentions. 8. Severability of Interests (Separation of Insureds). This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer’s liability. DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 4.13.2023 ATTACHMENT D EXECUTIVE ORDER N-6-22 CERTIFICATION Executive Order N-6-22 issued by Governor Gavin Newsom on March 4, 2022, directs all agencies and departments that are subject to the Governor’s authority to (a) terminate any contracts with any individuals or entities that are determined to be a target of economic sanctions against Russia and Russian entities and individuals; and (b) refrain from entering into any new contracts with such individuals or entities while the aforementioned sanctions are in effect. Executive Order N-6-22 also requires that any contractor that: (1) currently has a contract with the City of Palm Springs funded through grant funds provided by the State of California; and/or (2) submits a bid or proposal or otherwise proposes to or enter into or renew a contract with the City of Palm Springs with State of California grant funds, certify that the person is not the target of any economic sanctions against Russia and Russian entities and individuals. The contractor hereby certifies, SUBJECT TO PENALTY FOR PERJURY, that a) the contractor is not a target of any economic sanctions against Russian and Russian entities and individuals as discussed in Executive Order N-6-22 and b) the person signing below is duly authorized to legally bind the Contractor. This certification is made under the laws of the State of California. Signature: Printed Name: Title: Firm Name: Date: DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 Jorge Flores 6/10/2024 UniFirst Corporation General Manager SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Willis Towers Watson Northeast, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA UniFirst Corporation and its Subsidiaries 68 Jonspin Road Wilmington, MA 01887 Division/Location: 325 RE: For any and all work performed with the City SEE ATTACHED City of Palm Springs 06/05/2024 1-877-945-7378 1-888-467-2378 certificates@wtwco.com ACE American Insurance Company 22667 Indemnity Insurance Company of North Ameri ACE Fire Underwriters Insurance Company 43575 20702 W33819306 A 2,000,000 1,000,000 5,000Contractual Per Loc Aggregate $2M 2,000,000 20,000,000 4,000,000 Y HDOG47359624 10/01/2023 10/01/2024 A 4,000,000 10/01/202410/01/2023YISAH10773544 WLRC50739004 (AOS)B Y 1,000,000No10/01/2023 10/01/2024 1,000,000 1,000,000 A Workers Compensation and Employers Liability EL Each AccidentWCUC50739181(OH)10/01/2023 10/01/2024 EL Disease -Pol Limit Y Per Statute EL Disease - Each Emp 348843525970656SR ID:BATCH: $1,000,000 $1,000,000 $1,000,000 WTW Certificate Center Page 1 of 2DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: UniFirst Corporation and its Subsidiaries 68 Jonspin Road Wilmington, MA 01887 The City of Palm Springs, its elected officials, employees, agents, and volunteers are included as Additional Insureds as respects to General Liability and Auto Liability as required by written contract. General Liability policy shall be Primary and Non-Contributory with any other insurance in force for or which may be purchased by the Additional Insureds as required by written contract. Waiver of Subrogation applies in favor of the Additional Insures with respects to Workers Compensation as required by written contract but only where permitted by law INSURER AFFORDING COVERAGE: ACE Fire Underwriters Insurance Company NAIC#: 20702 POLICY NUMBER: SCFC50739065 (WI) EFF DATE: 10/01/2023 EXP DATE: 10/01/2024 SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation and EL Each Accident $1,000,000 Employers Liability EL Disease -Pol Limit $1,000,000 Per Statute EL Disease - Each Emp $1,000,000 2 2 Willis Towers Watson Northeast, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W33819306CERT:3488435BATCH:25970656SR ID: DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 DA-9U74c (03/16) Page 1 of 1 ADDITIONAL INSURED – DESIGNATED PERSONS OR ORGANIZATIONS Named Insured Unifirst Corporation Endorsement Number Policy Symbol ISA Policy Number H10773544 Policy Period 10/01/2023 TO 10/01/2024 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM Additional Insured(s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. A.For a covered “auto,” Who Is Insured is amended to include as an “insured,” the persons or organizations named in this endorsement. However, these persons or organizations are an “insured” only for “bodily injury” or “property damage” resulting from acts or omissions of: 1.You. 2.Any of your “employees” or agents. 3.Any person operating a covered “auto” with permission from you, any of your “employees” or agents. B.The persons or organizations named in this endorsement are not liable for payment of your premium. Authorized Representative DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 POLICY NUMBER: HDO G47359624 Endorsement Number: COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any Owner, Lessee or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. All locations where you are performing ongoing operations for such additional insured pursuant to any such written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: HDO G47359624 Endorsement Number: COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. All locations where you perform work for such additional insured pursuant to any such written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498 Workers' Compensation and Employers' Liability Policy WC 00 03 13 (11/05) © Copyright 1983–2017 National Council on Compensation Insurance, Inc. All Rights Reserved. Named Insured UNIFIRST CORPORATION 68 JONSPIN ROAD WILMINGTON MA 01887 Endorsement Number Policy Number Symbol: WLR Number: C50739004 Policy Period 10-01-2023 TO 10-01-2024 Effective Date of Endorsement 10-01-2023 Issued By (Name of Insurance Company) INDEMNITY INS. CO. OF NORTH AMERICA Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent DocuSign Envelope ID: DDB8A891-4C2F-4073-B72C-EC8C8BAB2498