Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
UniFirst Corporation; 2022-04-20;
City Attorney Approved Version 6/12/18 1 AGREEMENT FOR UNIFORM AND FACILITIES SERVICES UNIFIRST CORPORATION THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 20___, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and UniFirst Corporation, ("Contractor"). RECITALS A. City requires the professional services of a Uniform, Towel and Mat Rental and Cleaning Company that is experienced in providing these services. B. Contractor has the necessary experience in providing professional services and advice related to Uniform, Towel and Mat Rental and Cleaning services. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of five (5) years from the date first above written. The City Manager may amend the Agreement to extend it for one additional two-year period(s) or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The Contractor shall provide uniform, towel and mat rental and cleaning services per the unit prices contained in the proposal pages of Exhibit “A” attached. The total fee payable for the Services to be performed during the initial Agreement term will not exceed one hundred thousand dollars ($100,000) per agreement year. No other compensation for the services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until the City has accepted the work and or services specified in Exhibit “A”. Incremental payments, if applicable, shall be made as outlined in attached Exhibit “A”. Contractor shall track services by city department and invoice each department separately for services received. No service charges or fees may be added to invoices without the written approval of the DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E April 20th 22 City Attorney Approved Version 6/12/18 2 person(s) authorized to give or receive notices on behalf of the city and on behalf of the contractor under this agreement. See Section 15 Notices. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E City Attorney Approved Version 6/12/18 3 insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E City Attorney Approved Version 6/12/18 4 the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Shea Sainz Name Patricia Montanez Title Sr. Contract Administrator Title Location Manager UniFirst Corp. Department Finance - Purchasing Address 3801 Ocean Ranch Blvd #105 City of Carlsbad Oceanside CA 92056 Address 1635 Faraday Avenue Phone No. 760-295-6273 Opt. 2 Carlsbad CA 92008 Email Patricia_Montanez@unifirst.com Phone No. 442-339-2467 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E City Attorney Approved Version 6/12/18 5 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes No 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E la □ City Attorney Approved Version 6/12/18 6 under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E City Attorney Approved Version 6/12/18 7 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) SCOTT CHADWICK, City Manager or GEOFF PATNOE, Assistant City Manager STEVEN SINTROS, CEO (print name/title) ATTEST: By: (sign here) for FAVIOLA MEDINA SHANE OCONNOR, CFO City Clerk Services Manager (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E fufFP~t- City Attorney Approved Version 6/12/18 8 EXHIBIT “A” SCOPE OF SERVICES AND FEES DESCRIPTION OF SERVICE The City of Carlsbad provides uniforms and laundry service for approximately 90 employees. The uniforms are to be domestic manufacture and shall consist of pants shirts and coveralls. Additionally, the City has a need for towels for use at the City’s six fire stations and shop towels and mat service at various city facilities as needed. The supplier is to furnish uniforms to each employee and to provide one change per shift. Additionally, the supplier is to furnish towels to fire stations as shown on the inventory listed below, and mats and shop towels as needed at various city facilities. This inventory is to be maintained during the life of the agreement. The measurements for all uniforms are to be made by a representative of the supplier. The city will furnish emblems which are to be sewn on the shirts/coveralls by the supplier. Emblems are subject to return to the city at end of contract. The uniforms are to be delivered on hangers and marked for easy distribution. Pick-up and delivery to be made once a week at which time four or five soiled sets of garments are to be picked up and four or five clean sets of garments delivered for each employee (numbers may vary). Garments are to be laundered in accordance with standards of county and state public health agencies. No installation or preparation charge will be made at the start of contract or for new employees during the contract period. FLAMMABILITY AND TOXICITY Materials furnished must meet or exceed minimum California State Fire Marshall’s standard for flammability and toxicity. Vendor shall provide evidence of test results and approval number upon request. PANTS Pants are to be sixty-five percent (65%) Dacron polyester, thirty-five percent (35%) combed cotton, a minimum of 7.5 ounces per square yard crease resistant fabric: vat dyed for color retention; sanforized with minimum of one percent (1 %) shrinkage; heavy duty ratcheting zipper with button closure; Colors to be dark brown, dark green, and navy blue. Choice of western cut or plain. Where specified, female cut pants shall be provided by supplier for female employees who request them. Cotton pants are to be one hundred percent (100%) preshrunk cotton twill, a minimum 8 ounces per square yard, sanforized. Colors to be dark blue or brown. Vendor should include costs for pressing pants, if necessary, in per change cost. SHIRTS Shirts are to be sixty-five percent (65%) Dacron polyester, thirty-five percent (35%) combed cotton, a minimum or 4.25 ounces per square yard crease resistant fabric; vat dyed for color DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E City Attorney Approved Version 6/12/18 9 retention; sanforized with minimum of one percent (1 %) shrinkage; short or long sleeves; long tail. Colors to be orange, light green, and light blue. Cotton Shirts are to be one hundred percent (100%) preshrunk cotton twill, a minimum 5 ounces per square yard; vat dyed for color retention; sanforized; short or long sleeves; long tail. TOWELS The City’s Fire Stations have need for three types of towels: Bath Towels, Bar Towels and Shop Towels. Bath Towels are to be minimum size 20” x 40”, white, 100% cotton terry material. Bar Towels are to be minimum size 16” x 19”, white, 100% cotton terry material. Shop Towels are to be 18” x 18”, color Red or Orange, Cotton threads. MATS AND OTHER ITEMS The following mats are needed, estimated quantities are noted below: 3’X5’, Color: Gray or equivalent, 100% Nylon Dyed carpet with rubber backing, non-slip mat. 3’X10’, Color: Gray or equivalent,100% Nylon Dyed carpet with rubber backing, non-slip mat. 3’X5’ 100% nylon carpet with rubber backing, with safety slogan included on mat. Seat/Fender Covers: Color Gray, Blue or Red, minimum 36” x 48” PICK-UP AND DELIVERY LOCATIONS Street Maint. & Building Maint., - 405 Oak Avenue Parks Dept., - 1166 Carlsbad Village Drive Library - 1250 Carlsbad Village Drive Fleet Operations, - 2480 Impala Water Dept. - 5950 El Camino Real TOWELS ONLY: Fire Station 1--1275 Carlsbad Village Drive Fire Station 2--1906 Arenal Road Fire Station 3—3465 Trailblazer Wy Fire Station 4--6885 Batiquitos Drive Fire Station 5--2540 Orion Way Fire Station 6—7201 Rancho Santa Fe Road LOST CHARGES The City will be liable for the cost value for any furnished uniform lost, damaged (beyond normal wear and tear), or destroyed by an employee. The supplier will assume the responsibility for uniforms lost or damaged while not in possession of the City or a City employee. “Lost charges” are listed in the Fee section . DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E City Attorney Approved Version 6/12/18 10 FEES Fees for goods and services are based on the publicly bid contract no. 040920-UFC with Sourcewell. Sourcewell is a service cooperative created by the Minnesota legislature as a local unit of government. UniFirst was awarded the contract for Uniforms and Related Products and Services per Resolution 2020-18 of the State of Minnesota. The City of Carlsbad Municipal Code Section 3.28.100 authorizes the purchasing officer to buy directly from a vendor at a price established by another public agency when the other agency has made their purchase in a competitive manner. DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E 'gijIB§>Brvt~~~Gf.A - Unlflrst Weekly Lost/ Une US Contract Item -Description Damage Item# Rental Rate Charge 29 Contrast Stripe Long Sleeve Shirt, 4.25 oz. 65/35 Poly/Cotton Blend. 0171 $0.24 $20.95 30 Contrast Stripe Short Sleeve Shirt, 4.25 oz. 65/35 Poly/Cotton Blend. 0276 $0.18 $15.92 31 Bold Stripe Long Sleeve Shirt w/Navy Body, 4.25 oz. 65/35 Poly/Cotton Blend. 0373 $0.21 $18.52 32 Bold Stripe Shqrt Sleeve Shirt w/Navy Body, 4.2 5 Ol. 65/35 Poly/Cotton Blend. 0482 $0.19 $16.79 33 Striped Long Sleeve Shirt, 4.25 oz.. 65/35 Poly/Cotton Blend. 0138 $0.19 $16.68 34 Striped Short Sleeve Shirt, 4.25 oz. 65/35 Poly/Cotton Blend. 0238 $0.16 I $14.14 35 Loni( Sleeve Solid Ripstop Shirt, 4.25oz. 65/35 Poly/Cotton Blend. 01MB $0.27 $23.05 36 Short Sleeve Solld Ripstop Shirt, 4.25-0i. 65/35 Poly/Cotton Blend. 02MB $0.24 $20.72 37 Heathered Long Sleeve Shirt, 65/35 Poly/Cotton Blend. 0381 $0.24 $20.74 38 Heathered Short Sleeve Shirt, 65/35 Poly/Cotton Blend. 0481 $0.21 $18.08 39 Long Sleeve Oxford Shirt, 60/40 Cotton/Poly Blend. 0111 $0.20 $17.54 40 Short Sleeve Oxford Shirt, 60/40 Cotton/Poly Blend. 0211 $0.19 $16.05 41 Women's long Sleeve Oxford Shirt, 60/40 Cotton/Poly Blend. 0112 $0.21 $18.17 42 Women's Short Sleeve OxfordShirt, 60/40 Cotton/Poly Blend. 0422 $0.21 $17.84 43 Long Sleeve canvas Weave, 60/40 Cotton/Poly Blend. 08WW $0.32 $27.55 44 Short Sleeve Canvas Weave, 60/40 Cotton/Poly Blend. 07WW $0.30 $25.72 45 Long Sleeve Button Down Shirt, 65/35 Cotton/Poly Blend. 0820 $0.24 $20.77 46 Short Sleeve Button Down Shirt, 65/35 Cotton/Poly Blend. 0636 $0.23 $19.77 47 Women's Long Sleeve Button Down Shirt, 65/35 Cotton/Poly Blend. 0960 $0.23 $19.71 48 Women's Short Sleeve Button Down Shirt, 65/35 Cotton/Poly Blend. 4248 $0.22 $18.71 49 Security Shirt long Sleeve, Epaulets, MIiitary Creases 4.25oz. 65/35 Poly/Cotton Blend. 0167 $0.31 $26.67 50 Security Shirt Short Sleeve, Epaulets, Mllftary Creases 4.25oz. 65/35 Poly/Cotton Blend. 0607 $0.27 $23.30 51 Pants &Shorts 52 Flat Front Pant, 7,75 oz.. 65/35 Poty/Cotton Blend. 1002 $0.22 $19.25 53 MIM IX Utility Pant with Color-Matched Stretch Panels, 7 .5 oz 65/35 Poly/Cotton Blend. lOMX. so.so $30.18 54 Women's MIMIX Utility Pant with Color-Matched Stretch Panels, 7.5 oz 65/35 Poly/Cotton llMX $0.52 $31.75 Blend. ss Flexwaist Pant, 8 oz. 65/35 Poly/Cotton Blend. 1138 $0.22 $19.25 S6 Pleated Pant, 7.75 oz.. 65/35 Poly/Cotton Blend. 1122 $0.24 $21.11 City Attorney Approved Version 6/12/18 11 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E UnlFlrst Weekly Lost/ Line US Contract Item -Description Damage Item# Rental Rate Charee 57 Cargo Pant, 8 oz. 65/35 Poly/Cotton Blend. lOAI $0.28 $24.60 58 Jean Style Pant, 7.75 oz. 65/35 Poly/Cotton Blend. 1060 $0.24 $20.59 59 cargo Pant, Canvas Weave 60/40 Cotton/Poly Blend. 11WW $0.36 $31.39 60 Flat Front Short, 7 .5 oz. 65/35 Poly/Cotton Blend. 1034 $0.17 $15.05 61 Pleated Short, 65/35 Poly/Cotton Blend. 1129 $0.20 $17.68 62 CarRO Short, 65/35 Poly/Cotton Blend. 1271 $0.25 $21.20 63 Cell Phone Short, 7.75 oz. 65/35 Poly/Cotton Blend. 12KB $0.23 $19.50 64 Women's Flat Front Flexwaist Pant, 7.5 oz. 65/35 Poly/Cotto n Blend. 1167 $0.22 $18.74 65 Women's Flat Front Work-N-Motlon Pant, 7.75 oz. 75/25 Poly/Cotton Blend. 12AG $0.28 $24.39 66 Women's Pleated Pant, 7.5 oz. 65/35 Poly/Cotton Blend. 1113 $0.34 $29.09 67 Women's Cargo Pant, 7.5 oz. 65/35 Poly/Cotton Blend. 10A4 $0.33 $28.73 68 Women's Elastic Back Pant, 8 oz. 65/35 Poly/Cotton Blend. 1043 $0.23 $19.97 69 Women's Flat Front Short, 65/35 Poly/Cotton Blend. ***Non-Standard Merchandise. 114D $0.26 $22.89 70 Women's Pleated Short, 65/35 Poly/Cotton Blend. 1125 $0.29 $25.28 71 Women's Cargo Short, 65/35 Poly/Cotton Blend. 10A9 $0.28 $24.64 72 Jackets, Shop Coat, Coveralls, 73 Insulated Vest, 65/35 Poly/Cotton Blend. 1640 $0.35 $30.36 74 Permalined Jacket, 7 .5 oz 65/35 Poly/Cotton Blend. 1506 $0.41 $35.12 75 Ike Jacket, 65/35 Poly/Cotton Blend. (opt. zip-In zip-out liner 1721\. 1507 $0.35 $30.12 76 Permallned Team Jacket, 65/35 Poly/Cotton Blend. 1550 $0.42 $36.57 77 Coaches Jacket, 65/35 Poly/Cotton Blend. (opt. zip-In zip-out liner 1721). 1540 $0.36 $31.19 78 Duo Tone Team Jacket, 65/35 Poly/Cotton Blend. 1581 $0.49 $42.10 79 Permallned Hip Jacket, 65/35 Poly/Cotton Blend. 1527 $0.44 $37.64 80 Zip-I n Liner, 100% Polyester. 1721 $0.22 $18.67 81 Shop Coat with 2 Chest Pockets & 2 Lower Pockets, Concealed Snap Front, 7 .5 oz. 65/35 2525 $0.33 $28.29 Poly/Cotton Blend. 82 Long Sleeve Coverall, 7.5 oz. 65/35 Polv/Cotton Blend. 3002 $0.35 $29.93 83 Short Sleeve Speed Sult, 65/35 Polv/Cotton Blend. 4022 $0.38 $32.78 84 Deluxe Insulated Coverall. 3045 $0.95 $81.92 85 Deluxe Insulated Bib-Overall. 3528 $0.74 $63.80 86 POLYESTER GARMENTS City Attorney Approved Version 6/12/18 12 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E ~'::~~.,. UnlFlrst Weekly Lost / line US Contract Item -Description Item# Rental Rate Damage Char1re 87 Polo Pocketless 3.8 oz Sport-Wick Moisture Management Polyester Tricot. 04MM $0.14 $16.S9 88 Women's Polo Pocketless 3.8 oz Sport-Wick Moisture Management Polyester Tricot. OSMM $0.15 $1S.81 89 Polo w/Pockets 3.8 oz Sport-Wick Moisture Management Polyester Tricot . 04MR $0.18 $22.37 90 Polo Pocketless 5.4 oz 100% Post Consumer recycled Polyester. 047A $0.10 $13.03 91 Women's Polo Pocketiess 5.4 oz 100% Post Consumer recycled Polyester. 057A $0.14 $17.13 92 Short Sleeve T-Shlrt w/Pocket Moisture Management 100% Spun Poly. 4277 $0.10 $12.22 93 Long Sleeve T-Shlrt w/Pocket Moisture Management 100% Spun Poly. 0871 $0.12 $15.06 94 Security Pant Flat Front, 10 oz Polyester. 10B8 $0.18 $22.77 95 COTTON GARMENTS 96 Long Sleeve Shirt, 6 oz. 100% Cotton. 0101 $0.23 $18.82 97 Short Sleeve Shirt, 6 oz. 100% Cotton. 0201 $0.20 $17.01 98 Long Sleeve, Snao Front Shirt Heavyweight 8 oz. 100% Cotton Denim. 0178 $0.23 $19.32 99 Long Sleeve Open Collar Shirt, 7 oz. 100% Cotton Denim. 0361 $0.20 $16.77 100 Short Sleeve Open Collar Shirt, 7 oz. 100% Cotton Denim. 04SS $0.18 $14.88 101 Long Sleeve Button Down Collar Shirt, 7 oz. 100% Cotton Denim. 0850 $0.20 $16.32 102 Short Sleeve Button Down Collar Shirt, 7 oz. 100% Cotton Denim. 220S $0.17 $14.S1 103 Flat Front Pant, 8.25 oz. 100% Cotton. 1001 $0.28 $23.32 104 Pleated Front Pant, 100% Cotton 1148 $0.41 $34.27 105 UniFirst Classic Fit Jean, 13.75 oz. 100% Cotton Denim. 1091 $0.25 $20.40 106 UniFirst Relaxed Fit Jean, 13.7S oz. 100% Cotton Denim. 10HD $0.29 $24.13 107 Wrangler Regular Fit Jean, 15 oz. 100% Cotton Denim. 11SO $0.33 $27.S6 108 Wrangler Relaxed Fit Jean, 14.5 oz. 100% Cotton Denim. 1144 $0.34 $27.93 109 Wrangler Cowboy Cut Jean, 14.5 oz. 100% Cotton Denim. 1118 $0.38 $31.37 110 Dickles Carpenter Jeans, 100% Cotton Denim. 12CH $0.25 $20.64 111 Dickles Carpenter Shorts, 100% Cotton Denim. 12BU $0.25 $20.80 112 Wrangle Women's Jean, 100% Cotton Denim. 1092 $0.34 $28.15 113 Women's Pleated Pant, 100% Cotton. 1146 $0.42 $34.81 114 Duck Jacket, 12 oz. 100% Washed Cot ton. 18BW $0.6S $53.67 115 LS Coverall, 8.75 oz. 100% Cotton. 3001 $0.43 $35.83 116 FR GARMENTS 117 100% Cotton FR City Attorney Approved Version 6/12/18 13 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E -~~e,"'~=1[!lllr=111r•ilil■..= . --~ ..... ~~~~=~ .. <S• -~---~~~ ll)Jfjl ,. . . . ~ . . . . .. --:-<! ' • t:,, ,I; ' \, •-• ~ -·&· • . _., . !W ~ lilll • . Uii , Jlffll ,,,,,,~ Ii. ~ .. ;, __ . ·· Jit ~ .. ~----~ .• __ ~-u~i= ·• · Unifirst Weekly Lost / Line US Contract Item -Description Item # Rental Rate Damage Char2e 118 Prewashed Relaxed Fit Denim Jean, Armorex lndura 14 oz. FR cotton. HRC-2, ATPV-20.7 11KG $0.59 $51.00 119 Wrangler Relaxed Fit FR Jean, HRC-2, ATPV 23.7 l0FB $0.77 $66.35 120 Wrangler Carpenter FR Jean, HRC-2, ATPV 23.7 l0FC $0.75 $64.64 121 88/12 cotton/Nylon Flame Resistant Blend 122 Long Sleeve Shirt, Armorex 7 oz. UltraSoft. HRC-2, ATPV-8.7 09FR $0.36 $46.54 123 Pant, Armorex 9 oz. UltraSOft. HRC-2, ATPV-12.4 10FR $0.39 $50.36 124 Coverall, Armorex 9 oz. UltraSOft. HRC-2, ATPV-12.4 30FR $0.66 $85.64 125 Enhanced Vis FR Blend Coverall w/Yllw/Slvr 3M Scotchlite Reflective FR Striping on upper 30RX $1.13 $146.67 back, under pockets, and around biceps, 7 oz. 88/12 Excel Comfortouch. HRC-2, ATPV 8.6 ·"" 126 SS Tee Shirt,6 oz 88/12 Cotton/Nylon Blend FR Fabric. HRC-2, ATPV-10.9 ***Non-Standard Merchandise. 02US $0.45 $58.65 127 TecaSafe 128 Long Sleeve Shirt w/Snap Front, 7 oz. Armorex Tecasafe Plus FR. HRC-2, ATPV-10.1 Navy, ATPV-9.0 Lt. Blue & Khaki 09AU $0.32 $58.34 129 Long Sleeve Shirt, 7 oz. Armorex Tecasafe Plus FR. HRC-2, ATPV-10.1 Navy, ATPV-9.0 Lt. Blue & Khaki 09TC $0.39 $69.87 130 Pant, 8.5 oz. Armorex Tecasafe Plus FR. HRC-2, ATPV-10.2 l0TS $0.44 $79.03 131 Coverall, 7 oz. Armorex Tecasafe Plus FR. HRC-2, ATPV-10.1 Navy, ATPV-9.0 Khaki 30TS $0.69 $123.69 132 Nomex 133 Long Sleeve Shirt, 4.5 oz. Armorex Nomex CXP. HRC-1, ATPV-5.1 0lNX $0.45 $89.54 134 Pant, 6 oz. Armorex Nomex. HRC-1, ATPV-5.8 l0NX $0.47 $94.31 135 Coverall, 6 oz. Armorex Nomex CXP. HRC•l, ATPV 6.5 30NX $0.83 $166.98 136 ENHANCED VISIBILITY GARMENTS 137 Enhanced Visibility Long Sleeve Shirt, 4.25 oz 65/35 Poly/Cotton Blend, w/Yellow 3M Scotchlite Reflecting Striping on Front, Back and Sleeves. 013C $0.32 $29.91 138 Enhanced Visibility Short Sleeve Shirt, 4.25 oz 65/35 Poly/Cotton Blend, w/Yellow 3M Scotchlite Reflecting Striping on Front, Back and Sleeves. 023C $0.28 $26.09 139 Enhanced Visibility Pant, 65/35 Poly/Cotton Blend, w/Yellow 3M Scotchllte Reflecting 123C $0.32 $29.83 Striping on Legs. City Attorney Approved Version 6/12/18 14 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E UniFirst Weekly Lost/ line US Contract Item -Description Item# Rental Rate Damage Olar e 140 Enhanced Visibility Jacket, 65/35 oly/Cotton Blend, w/Yellow 3M Scotchlite Reflecting lSEH $0.43 $39.83 Striping on Front, Dack and Sleeves. (optional liner 1721) 141 Enhanced Visibility Coverall, 65/3S Poly/Cotton Blend, w/Yellow 3M Scotchlite Reflecting 30RR $0.77 $71.67 Stri in on Front, Back and Sleeves. (Navy) 142 Enhanced Visibility Long Sleeve Shirt, 6S/35 Poly/Cotton Blend, w/Orange 3M Scotchlite 0138 $0.31 $28.49 Reflecting Striping on Front, Back and Sleeves. 143 Enhanced Visibility Short Sleeve Shirt, 65/35 Poly/Cotton Blend, w/Orange 3M Scotch lite 023B $0.28 $26.09 Reflecting Striping on Front, Bad and Sleeves. 144 Enhanced Visibility Pant, 65/35 Poly/Cotton Blend, w/Orange 3M Scotchlite Reflecting Striping on Legs. 1238 $0.32 $29.83 145 Enhanced Visibility Jacket, 65/35 Poly/Cotton Blend, w/Orange 3M Scotchlite Reflect ing 15EI $0.43 $39.84 Striping on Front, Back and Sleeves. (o tional liner 1721) 146 Enhanced Visibility Coverall, 65/35 Poly/Cotton Blend, w/Orange 3M Scotchlite Reflecting 30RQ $0.78 $72.57 Striping on Front, Back and Sleeves. "*"Non-Standard Merchandise. 147 Hi-VIS GARMENTS 148 HI-Vis Long Sleeve Shirt, 5.5 oz 65/35 Poly/Cotton Fluorescent Lime-Yellow with 1 1/2" 3M 09AH $0.60 $52.18 Scotch lite Reflective Striping on Front, Back, and Sleeves. 149 Hi-Vis Short Sleeve Shirt, 5.5 oz 65/35 Poly/Cotton Fluorescent Lime-Yellow with 11/2" 3M 06AH $0.52 $44.84 Scotchlite Reflective Stri in on Front, Back, and Sleeves. 150 Hi-Vis Long Sleeve Shirt, 65/35 Poly/Cotton Fluorescent lime-Yellow with 2" 3M Scotchlite Reflective Striping on Front, Back, and Sleeves. 09DH $0.78 $67.42 151 HI-Vis Short Sleeve Shirt, 65/35 Poly/Cotton Fluorescent lime-Yellow with 2" 3M Scotchllte 06DH $0.62 $53.80 Reflective Stri in on Front, Back, and Sleeves. 152 Hi-Vis Long Sleeve Ripstop Work Shirt, 4.25 oz 65/35 Poly/Cotton, Navy/Yellow Color-block 03TO $0.49 $42.68 with YSY Reflective Striping on Front, Back, and Sleeves. 153 Hi-Vis Short Sleeve Ripstop Work Shirt, 4.25 oz 65/35 Poly/Cotton, Navy/Yellow Color-block with YSY Reflective Striping on Front, Back, and Sleeves. 04TO $0.46 $40.20 154 Hi-Vis Short Sleeve Tee-Shirt, 5.75 oz 100% Fluorescent Lime-Yellow or Orange Polyester 02HY $0.19 $25.17 with 3M Scotchlite Reflective Strlpln on Front and Back. Hi-Vis Short Sleeve Tee-Shirt, 100% Fluorescent Lime-Yellow or Orange Polyester with 3M 155 Scotchlite Reflective Segmenterl Striping nn Front ancl Bac.k. ***Non-Standard 02IY $0.25 $32.68 Merchandise. City Attorney Approved Version 6/12/18 15 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E Line US Contract Item -Description 156 157 158 1S9 160 161 162 163 164 165 166 167 168 169 170 Hi-Vis Jacket, 100% Fluorescent Lime-Yellow Polyester with 2" 3M Scotchlite Reflective Striping on Front, Back, and Sleeves. (optional liner 1727) Optional Zip In/out Liner for Style 15EG. FOOD PREP GARMENTS Snap Front Food Prep Long Sleeve Shirt 4 .25 oz. 65/35 Poly/Cotton Blend. Snap Front Food Prep Short Sleeve Shirt 4.25 oz. 65/35 Poly/Cotton Blend. Women's Snap Front Food Prep Long Sleeve Shirt 65/35 Poly/Cotton Blend. Women's Snap Front Food Prep Short Sleeve Shirt 65/35 Poly/Cotton Blend. Snap Front Food Long Sleeve Shirt 100% Cotton. Snap Front Food Short Sleeve Shirt 100% Cotton. Food Prep Polo with Snap Placket, 100% Polyester. Snap Front Food Prep Long Sleeve Shirt w/Knit Cuffs 65/35 Poly/Cotton Blend. V-neck Baker's Short Sleeve Shirt 100% Polyester. Food Prep Pant -no Buttons 65/35 Poly/Cotton Blend. Pleated Front Food Prep Pant -no Buttons -no Pockets 65/35 Po Iv/Cotton Blend. CHEF WEAR 171 Long Sleeve Chef Coat, Double Breast ed w/Plastic Buttons 7 oz. 65/35 Poly/Cotton Blend. 172 3/4 Sleeve Chef Coat, Double Breasted w/Knotted Buttons 65/35 Poly/Cotton Blend. 173 1/2 Sleeve Chef Coat, Double Breasted w/Plastic Buttons 65/35 Poly/Cotton Blend. 174 Full Sleeve Chef Coat, Double Breasted w/Knotted Buttons 100% polyester. 17S Baggy Chef Pants 100% Spun Poly. 176 BUTCHER/LABS/SMOCKS 177 Snap Front Frock, Knit Cuffs, Inside Lower Pocket 7.2 oz. 100% Spun Poly. 178 Snap Front Frock, Open Cuffs, Inside Lower Pocket 7 .2 oz. 100% Spun Poly. 179 Snap Front Butcher Coat, Open Cuffs no Pockets 100% Spun Poly. 180 Snap Front Butcher Coat, Open Cuffs Inside Chest & 2 Lower Pockets 7.2 oz. 100% Spun Poly. 181 Snap Front Butcher Coat, Open Cuffs, Outside Chest & 2 Lower Pockets 7 oz. 65/35 ______ Poly/Cotton. Unifirst Item # 15EG 1727 0198 0240 0369 0540 0157 0626 04GM 03UA 02SF lOHE 11UM 2531 2537 5025 25GA 117A 50AY 50AZ 5026 5033 5009 Weekly Rental Rate $0.73 $0.24 $0.17 $0.14 $0.18 $0.15 $0.23 $0.20 $0.15 $0.19 $0.07 $0.23 $0.20 $0.17 $0.21 $0.15 $0.19 $0.14 $0.14 $0.13 $0.12 $0.12 $0.19 Lost / Damage Chanze $95.19 $20.97 $14.91 $12.06 $15.29 $13.09 $18.99 $16.96 $19.38 $16.68 $8.99 $19.93 $17.58 $14.99 $17.75 $12.64 $23.60 $17.06 $17.68 $16.80 $14.60 $14.77 $16.78 City Attorney Approved Version 6/12/18 16 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E 1i11Fittn.•.m1:ii'EiV~mifrt1~ --; ~ ~ -.. ~~--1 ~--1§---0 ··=i.:::-.... . ~ ..-.,;c.,-. ·'l,"•.,.1:,,;~~~::1/ ,--, .. -.~;:;,c, --" ~ • .:. .. :i~__,, ~ ,_. ,L_".····-= .. w, .... _· -·-~·-··· . __._ :,:,t,,,: __ Line US Contract Item -Description Unifirst Item Min ARC% EW EOW E4W Loss/ Bill % Damage 1 MATS - 2 Great lmoresslon 2.0'-oust Mat 3x5 76GA 50% NA $1.20 $1.80 $2.10 $68.78 3 Great Impression 2.0 Dust Mat 4x6 76GB 50% NA $1.92 $2.88 $3.36 $105.41 4 Great Impression 2.0 Dust Mat 3x10 76GC 50% NA $2.40 $3.60 $4.20 $139.20 5 Great Impression 2.0 Dust Mat 4x8 76GD 50% NA $2.56 $3.84 $4.48 $142.70 6 Great Impression 2.0 HD 90ml Dust Control Mat 3x5 76GF 50% NA $1.35 $2.03 $2.36 $81.65 7 Great Impression 2.0 HD 90ml Dust Control Mat 4x6 76GG 50% NA $2.16 $3.24 $3.78 $125.57 8 Great Impression 2.0 HD 90 ml Dust Control Mat 3x10 76GH 50% NA $2.70 $4.05 $4.73 $166.78 9 Great Impression 2.0 HD 90 ml Dust Control Mat 4x8 76GI 50% NA $2.88 $4.32 $5.04 $170.71 10 Classic lmoression Mats 3x5 7801 50% NA $1.50 $2.25 $2.63 $92.71 11 Classic lmoression Mats 4x6 7802 50% NA $2.40 $3.60 $4.20 $148.56 12 Comfort First Mat 2x3 n52 50% NA $0.48 $0.72 $0.84 $95.26 13 Comfort First Mat 3x5 7751 50% NA $1.20 $1.80 $2.10 $155.95 14 Comfort First Mat 4x6 7753 50% NA $1.92 $2.88 $3.36 $238.44 lS Comfort First Mat 3x10 7754 50% NA $2.40 $3.60 $4.20 $291.26 16 Comfort Plus, Antimicrobial, Flow-Thru Wet Mat 2x3 76AF 50% NA $0.48 $0.72 $0.84 $53.16 17 Comfort Plus, Antimicrobial, Flow-Thru Wet Mat 3x5 76AT 50% NA $1.20 $1.80 $2.10 $122.06 18 Comfort Plus, Antimicrobial, Flow-Thru Wet Mat 3x9 76AH 50% NA $2.16 $3.24 $3.78 $233.52 19 Scraper Mat 2x3 5390 50% NA $0.48 $0.72 $0.84 $59.33 20 Scraper Mat 3x5 5388 50% NA $1.20 $1.80 $2.10 $103.22 21 Scraper Mat 4x6 5389 50% NA $1.92 $2.88 $3.36 $165.46 22 Scraper Mat 3x10 5391 50% NA $2.40 $3.60 $4.20 $160.49 23 Custom Logo Mat 3x5 ***Non-Standard Merchandise. *Logo Mat designs are a local site decision. UL03/UL46 50% NA $1.95 $2.93 $3.41 $136.30 24 Custom Logo Mat 4x6 ***Non-Standard Merchandise. *Logo Mat designs are a local site decision. UL16/UL59 50% NA $3.12 $4.68 $5.46 $199.51 25 Custom Logo Mat 3x10 ... Non-Standard Merchandise. *Logo Mat designs are a local site decision. UL07/UL50 50% NA $3.90 $5.85 $6.83 $254.35 26 Custom Logo Mat 4x8 •••Non-Standard Merchandise. *Logo Mat designs are a local site decision. UL.18/Ul61 50% NA $4.16 $6.24 $7.28 $293.06 27 Quality Mat 3x5 -3 Images UM11 50% NA $1.35 $2.03 $2.36 $92.71 28 Safety Mat 3x5 English - 6 Images UM28 50% NA $1.35 $2.03 $2.36 $92.71 29 Welcome Message Mat 3x5 UM32 50% NA $1.35 $2.03 $2.36 $92.71 City Attorney Approved Version 6/12/18 17 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E "' i" ----,· 00\ • ',?.;lj. . "· ~ , t@'. ' J:~ . .. -~ Line US Contract Item -Description UniFirst Item Min ARC% EOW Loss/ Bill% EW E4W Damage 30 Welcome Message Mat 4x6 UM33 50% NA $2.16 $3.24 $3,78 $148.56 31 Coffee Message Mat 3x5 -2 Images 7827 50% NA $1.35 $2.03 $2.36 $92.71 32 Deli Message Mat 3x10 UMOl 50% NA $3,30 $4,95 $5.78 $212.16 33 Seafood Message Mat 3x10 UM02 50% NA $3.30 $4.95 $5.78 $212.16 34 · Dairy Message M at 3x10 UM03 50% NA $3.30 $4.95 $5.78 $212.16 35 Produce Message Mat 3xl0 UM04 50% NA $3.30 $4.95 $5.78 $212.16 36 Pharmacv Message Mat 3x10 UM05 50% NA $3.30 $4.95 $5.78 $212.16 37 Meats Me5sage Mat 3x10 UM06 50% NA $3.30 $4.95 $5.78 $212.16 38 Floral Messa11e Mat 3x10 UM07 50% NA $3.30 $4.95 $5.78 $212.16 39 Bakerv Message Mat 3x10 UM08 50% NA $3.30 $4.95 $5.78 $212.16 40 MOPS 41 Wet Mop Large 24 oz. 8116 50% NA $0.48 $0.72 $0.89 $11.59 42 Wet Mop Smail 12 oz. 8117 50% NA $0.24 $0.36 $0.44 $8.35 43 Wet Mop Ji-Large 28 oz. 8118 50% NA $0.56 $0.84 $1.04 $13.08 44 Wet Mop Handle 8165 100% NA $0.00 $0.00 $0.00 $13.56 45 Dust M op 18" 8318 50% NA $0.27 $0.41 $0.50 $12.14 46 Dust Mop 24" 8324 50% NA $0.36 $0.54 $0.67 $13.58 47 Dust Mop 36" 8336 50% NA $0.54 $0.81 $1.00 $17.42 48 Dust Mop 48" 8348 50% NA $0.72 $1.08 $1.33 $20.90 49 Dust Mop 60" 8360 50% NA $0.90 $1.35 $1.67 $24.26 50 Dust Mop Frame 12" 8135 100% NA $0.00 $0.00 $0.00 $9.36 51 Dust Mop Frame 18" 8134 100% NA $0.00 $0.00 $0.00 $9.74 52 Dust Mop Frame 20" 8136 100% NA $0.00 $0.00 $0.00 $9.84 53 Dust Mop Frame 24" 8132 100% NA $0.00 _.,,.$0.00 $0.00 $11.54 54 Dust Mop Frame 30" 8138 100% NA $0.00 $0.00 $0.00 $14.76 55 Dust Mop Frame 36" 8133 100% NA $0.00 $0.00 $0.00 $14.90 56 Dust Mop Frame 42" 8137 100% NA $0.00 $0.00 $0.00 $16.85 57 Dust Mop Frame 48" 8138 100% NA $0.00 $0.00 $0.00 $17.02 58 Dust Mop Frame 60" 8139 100% NA $0.00 $0.00 $0.00 $24.41 59 Dust M op Handle 11/8" x 60" 8131 100% NA $0.00 $0.00 $0.00 $15.12 60 MICRO FIBER 61 Micro Fiber Canvas Back Dust Mop 18" 8432 50% 0.50% $0.60 $0.75 -$5.40 62 Micro Fiber Canvas Back Dust Mop 24" 8433 50% 0.50% $0.75 $0.94 -$6.55 City Attorney Approved Version 6/12/18 18 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E -.. ~~ .•. ~ .. •• _-, .. . ~--•~. I' --~' line UnlFlrst Item Min ARC% loss/ US Contract Item -Description Bill % EW EOW E4W Damage 63 Micro Fiber Canvas Back Dust Mop 36" 8434 50% 0.50% $1.10 $1.38 $8.98 64 Micro Fiber Canvas Back Dust Mop 48" 8435 50% 0.50% $1.35 $1.69 . $11.59 65 Micro Fiber Canvas Back Dust Mop 60" 8441 50% 0.50% $1.60 $2.00 . $14.35 66 Micro Fiber Dust Mop 18" 8418 50% 0.50% so.so $0.63 -$4.08 67 Micro Fiber Dust Mop 24" 8424 50% 0.50% $0.64 $0.80 -$5.16 68 Micro Fiber Dust Mop 36" 8436 50% 0.50% $1.00 $1.25 $7.10 69 Micro Fiber Dust Mop Base 24" 8426 100% NA $0.39 $0.49 . $12.29 70 Micro Fiber Dust Mop Base 36" 8427 100% NA $0.47 $0.59 . $18.29 71 Micro Fiber Dust/Wet Mop Handle 8419 100% NA $0.35 $0.44 . $7.51 72 Micro Fiber Dust/Wet Mop Base 18" 8425 100% NA $0.20 $0.25 . $9.62 73 Micro Fiber Wet Mop 18" Scrubber Pad 8423 50% 0.50% $0.14 $0.18 . $3.46 74 Micro Fiber Mitt 8430 50% 0.50% $0.14 $0.18 -$2.04 75 Micro Fiber High Duster Cover 8421 50% 0.50% $0.14 $0.18 -I $1.70 76 High Duster Frame 8429 100% NA $0.50 $0.63 I $8.09 - 77 Micro Fiber Glass Towel 16x16 8437 50% 3.00% $0.09 $0.11 . $1.46 78 Micro Fiber Multipurpose Towel 12x12 8417 50% 3.00% $0.06 $0.08 -$0.65 79 Micro Fiber Multipurpose Towel 16x16 8438 50% 3.00% $0.07 $0.09 . $1.08 80 WIPERS -TOWELS 81 18 X 18 Red Wiper Bagged 8023-10 50% 2.00% $0.050 $0.063 $0.070 $0.26 82 18 X 18 Red Wiper Folded 8021·10 50% 2.00% $0.060 $0.075 $0.084 $0.26 83 18 X 18 White Wiper Folded 8021-07 SO% 2.00% $0.070 $0.088 $0.098 $0.26 84 Bath Towel 20 X 40 8523 50% 2.00% $0.300 $0.375 $0.420 $2.14 85 Bath Towel 24 x48 8574 50% 2.00% $0.360 $0.450 $0.504 $3.29 86 Bath Towel 27 X 54 8586 50% 2.00% $0.490 $0.613 $0.686 $14.28 87 Bath Towel 22 X 44 8577 SO% 2.00% $0.340 $0.425 $0.476 $4.10 88 Soda Towel Red Border 15 X 22 8560 50% 2.00% $0.100 $0.125 $0.140 $0.79 89 Grill Pad 8 X 10 9987 50% 2.00% $0.090 $0.113 $0.126 $1.25 90 Wash Cloth Terry 12 X 12 8545 50% 2.00% $0.100 $0.125 $0.140 $0.38 91 Towels Turk 16 X 27 8521 50% 2.00% $0.110 $0.138 $0.154 $1.13 92 Terry Cloths Ulst Green Stripe 16 X 19 Bagged 8581 50% 2.00% $0.090 $0.113 $0.126 $0.77 93 Terry Cloths Ulst Green Stripe 16 X 19 Folded 8554 50% 2.00% $0.100 $0.125 $0.140 $0.77 94 Glass Towel Red Striped 16 X 30 8561 50% 2.00% $0.100 $0.125 $0.140 $0.74 95 APRONS City Attorney Approved Version 6/12/18 19 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E ---...: ~ ' ' : • / •• ,., ' _; i Line US Contract Item • Description Unifirst Item Min Loss/ Bill % ARC % EW EOW E4W Damage 96 100% Cotton Shop Apron 2 Upper & ~ower Pkts 40" Long (Not Personalized) 7006 50% 1.00% $0.35 . . $17.45 97 100% Spun Poly Bib Apron No Pocket 34" Long (Not Personalized) 7046 50% 1.00% $0.15 . $3.46 98 LOCKERS/HARDWARE 99 Laundry Soil Lock-Up 8950 100% NA $0.00 . -$252.00 100 8 Compartment Hanger Standard 8951 100% NA $0.00 . -$542.40 101 Laundry Soil Lock-Up Maxi 8958 100% NA $0.00 . $410.40 102 8 Compartment Hanger Wide w/Pad Lock 8959 100% NA $0.00 . -$616.80 103 Hanger Recovery Rack 8957 100% NA $0.00 . . $16.10 104 Bag Rack 8956 100% NA $0.00 . . $14.76 105 Laundry/Linen Mesh Bags (30x40) 9075 50% NA $0.00 . $9.60 106 Towel Manager 8964 100% NA $0.00 . -$542.40 107 6 Gallon Wiper/Safety can 9949 100% NA $0.00 . -$127.20 108 4 Compartment Han11er 8962 100% NA $0.00 -$487.20 109 6 Compartment Hanger 8955 100% NA $0.00 . -$684.55 110 9 Compartment Folded 8952 100% NA $0.00 . -$582.60 111 Laundry Pipe Rail 8939 100% NA $0.00 -. $384.00 112 Hamper 9958 100% NA $0.00 . -$484.80 113 Rolling Rack 9917 100% NA $0.00 . -$264.00 114 Wiper/Towel Exchange 8917 100% NA $0.00 -. $487.20 115 15 Gallon Wlper/Safetv Can 9948 100% NA $0.00 . . $163.20 116 FENDER COVER 117 FenderCover30xSO 7521 50% NA $0.52 -. $7.18 118 Seat Cover 54x60 7522 50% NA $0.80 . . $10.92 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 THISCERTIFICATE 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 belowIf 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 HIREDAUTOS ONLY Willis Towers Watson Northeast, Inc.c/o 26 Century BlvdP.O. Box 305191Nashville, TN 372305191 USA UniFirst Corporation and its Subsidiaries68 Jonspin RoadWilmington, MA 01887 Division/Location: 361SEE ATTACHED City of CarlsbadAttn: Shea Sainz1635 Faraday AvenueCarlsbad, CA 92008 04/13/2022 1-877-945-7378 1-888-467-2378 certificates@willis.com ACE American Insurance Company 22667 Indemnity Insurance Company of North Ameri ACE Fire Underwriters Insurance Company 43575 20702 Crum & Forster Specialty Insurance Company 44520 W24541600 A 2,000,000 1,000,000 5,000Contractual 1,000,000 4,000,000 4,000,000 Y Y HDOG72495470 10/01/2021 10/01/2022 A 4,000,000 10/01/202210/01/2021YYISAH25557633 WLRC6782135A (AOS)B Y 1,000,000No10/01/2021 10/01/2022 1,000,000 1,000,000 A Workers Compensation and Employers Liability EL Each AccidentWLRC67821397 (CA, MA)10/01/2021 10/01/2022 EL Disease-Pol Limit Y Per Statute EL Disease - Each Emp 248664422471868SR ID:BATCH: $1,000,000 $1,000,000 $1,000,000 Willis Towers Watson Certificate Center Page 1 of 2DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E ACORD® I ~ ~ I X ~ □ 0 X ~ ~ Fl □ 0 ~ X ~ ~ ~ ~ ~ ~ ~ H I I x i I I □ 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 Subsidiaries68 Jonspin RoadWilmington, MA 01887 The City of Carlsbad, (or if applicable – the City of Carlsbad Redevelopment Agency, Housing Authority or Carlsbad Municipal Water District) its officials, employees and volunteers are Additional Insureds for General Liability, Auto Liability as their interest may appear if required by written contract but only with respect to liability arising out of operations of the Named Insured. It is understood and agreed that UniFirst Corporation waives its right of subrogation against The City of Carlsbad, (or if applicable – the City of Carlsbad Redevelopment Agency, Housing Authority or Carlsbad Municipal Water District) its officials, employees and volunteers, as their interests may appear which may arise by reason of a payment of claim under General Liability, Auto Liability and Workers Compensation policies, if required by written contract and as permitted by law. General Liability shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by Additional Insureds. INSURER AFFORDING COVERAGE: ACE American Insurance Company NAIC#: 22667 POLICY NUMBER: WCUC67821476 (ME, OH) EFF DATE: 10/01/2021 EXP DATE: 10/01/2022 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 INSURER AFFORDING COVERAGE: ACE Fire Underwriters Insurance Company NAIC#: 20702 POLICY NUMBER: SCFC67821439 (WI) EFF DATE: 10/01/2021 EXP DATE: 10/01/2022 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 INSURER AFFORDING COVERAGE: Crum & Forster Specialty Insurance Company NAIC#: 44520 POLICY NUMBER: CYB-103315 EFF DATE: 11/15/2021 EXP DATE: 11/15/2022 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Cyber Security Liability Aggregate Limit $5,000,000 2 2 Willis Towers Watson Northeast, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W24541600CERT:2486644BATCH:22471868SR ID: DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E I LD-21730a (08/13) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 2 ADDITIONAL INSURED WHERE REQUIRED BY WRITTEN CONTRACT Named Insured UniFirst Corporation Endorsement Number Policy Symbol HDO Policy Number G72495470 Policy Period 10/01/2021 to 10/01/2022 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: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to Section II.2 – Who Is An Insured: e. Any person or organization that you are required to include as an additional insured under this policy because of a written contract that: 1) Is in effect during this policy period; and 2) Was executed prior to the “occurrence” of the “bodily injury” or “property damage”; and 3) Qualifies as an “insured contract” as defined in this policy. Any such person or organization is an additional insured only for “bodily injury” and “property damage” resulting from: a. “your work” that you do for that additional insured pursuant to such contract; or b. “your product” distributed or sold to that additional insured pursuant to such contract; and such person is only an additional insured for “occurrences” taking place during the period of time required by such contract or until the end of the policy period, whichever is sooner. However: i) The insurance afforded to such additional insured only applies to the extent permitted by law; and ii) 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. In the event that the Limits of Insurance provided by this policy exceed the Limits of Insurance required by the written contract: x. The insurance provided by this endorsement shall be limited to the Limits of Insurance required by the written contract; and y. This endorsement shall not increase the Limits of Insurance stated in the Declarations under Item 3. Limits of Insurance pertaining to the coverage provided herein. Any coverage provided by this endorsement to an additional insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis unless the written contract specifically requires that this insurance apply on a primary or non-contributory basis. DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E I I LD-21730a (08/13) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 2 In accordance with the terms and conditions of the policy and as more fully explained in the policy, as soon as practicable, each additional insured must give us prompt notice of any “occurrence” which may result in a claim, forward all legal papers to us, cooperate in the defense of any actions, and otherwise comply with all of the policy’s terms and conditions. Authorized Representative DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured UniFirst Corporation Endorsement Number Policy Symbol HDO Policy Number G72495470 Policy Period 10/01/2021 to 10/01/2022 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. COMMERCIAL GENERAL LIABILITY COVERAGE Schedule Organization Additional Insured Endorsement Any additional insured with whom you have agreed to provide such non-contributory insurance, pursuant to and as required under a written contract executed prior to the date of loss. (If no information is filled in, the schedule shall read: “All persons or entities added as additional insureds through an endorsement with the term “Additional Insured” in the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy, the following is added to Section IV.4.a: If other insurance is available to an insured we cover under any of the endorsements listed or described above (the “Additional Insured”) for a loss we cover under this policy, this insurance will apply to such loss on a primary basis and we will not seek contribution from the other insurance available to the Additional Insured. Authorized Agent LD-20287 (06/06) Page 1 of 1 DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E I I CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: HDO G72495470 Endorsement Number: COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): 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. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E 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 H25557633 Policy Period 10/01/2021 TO 10/01/2022 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: 1548A63F-2CFD-4948-BA22-96CDFA162F1E I I Authorized Representative DA-13115a (06/14) Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured UniFirst Corporation Endorsement Number Policy Symbol ISA Policy Number H25557633 Policy Period 10/01/2021 TO 10/01/2022 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 MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto. The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. DocuSign Envelope ID: 1548A63F-2CFD-4948-BA22-96CDFA162F1E I I