Loading...
HomeMy WebLinkAboutCompass Group USA Inc - Coffee Ambassador Inc; 2023-05-10; PSA23-2168FACPSA23-2168FAC City Attorney Approved Version 12/28/2022 1 AGREEMENT FOR COFFEE AND TEA SUPPLIES - FARADAY BLDG. SERVICES COFFEE AMBASSADOR, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2023, by and between the City of Carlsbad, California, a municipal corporation ("City") and Coffee Ambassador, Inc., a California corporation ("Contractor"). RECITALS A. City requires the services of a consultant that is experienced in the provisoin of coffee and tea supplies, and brewing equipment. B. Contractor has the necessary experience in providing services and advice related to coffee, tea and brewing equipment. 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 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 skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager, or designee, may amend the Agreement to extend it for two (2) additional one (1) year periods 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 total fee payable for the Services to be performed during the initial Agreement term will not exceed fifteen thousand dollars ($15,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed fifteen thousand dollars ($15,000) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 May 10th PSA23-2168FAC City Attorney Approved Version 12/28/2022 2 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 attorney’s 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 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 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 PSA23-2168FAC City Attorney Approved Version 12/28/2022 3 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 the required coverages. Contractor is responsible for any payments made by City to obtain or DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 PSA23-2168FAC City Attorney Approved Version 12/28/2022 4 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 Barney Dresman Name Nikki Farkhondi Title Public Works Supervisor Title Project Manager Department Public Works Address 7920 Arjons Drive Suite A City of Carlsbad San Diego, CA 92126 Address 405 Oak Ave. Phone No. 858-453-8584 Carlsbad, CA 92008 Email nikkif@coffeeamb.com Phone No. 760-331-8272 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: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 PSA23-2168FAC City Attorney Approved Version 12/28/2022 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. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party 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. DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 □ PSA23-2168FAC City Attorney Approved Version 12/28/2022 6 Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable 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: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 PSA23-2168FAC City Attorney Approved Version 12/28/2022 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 COFFEE AMBASSADOR, INC., a California corporation By: By: (sign here) Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager Sean Curtis, Director & Secretary (print name/title) By: (sign here) Alan Mittleman, President (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: CINDIE K. McMAHON, City Attorney BY: _____________________________ City Attorney DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 PSA23-2168FAC City Attorney Approved Version 12/28/2022 8 EXHIBIT “A” SCOPE OF SERVICES Contractor shall provide coffee and tea supply delivery services and furnish brewing equipment in accordance with the following proposal dated January 11, 2023. NOTE: Contractor shall charge a fee of $9.00 for each delivery of coffee and tea supplies. DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 This information is confidential and only for use by your company. Please do not distribute. PSA23-2168FAC Exhibit “A” (Cont.) Proposal for Office Coffee Service designed specifically for: January 11, 2023 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 C ' ~ COFFEE !~ AMBASSADOR rlsbad 7920 Arjons Road Suite A San Diego, CA 92126 (858) 349-8146 NikkiF@CoffeeAmb.com This information is confidential and only for use by your company. Please do not distribute. 2 PSA23-2168FAC Exhibit “A” (Cont.) The Traditional Brewer The traditional drip-brew method is still a convenient and cost-effective to serve coffee by the pot to your office. Brewers Rental Price Features Newco® LD™ $0 per month ✓ Traditional drip-brew style coffee brews 48-56oz of coffee, depending on selected blends ✓ Brews directly into pump-style Airpots (Titanium Servers™) ✓ Pour over version available DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 This information is confidential and only for use by your company. Please do not distribute. 3 PSA23-2168FAC Exhibit “A” (Cont.) Price List- Ground Coffee Packs (Product Compatible with Newco LD) Traditional Drip Brew Coffees ITEM # AMB PRIVATE LABEL QTY CUP PRICE PER 1AB-501 Colombian Premium 40 / 1.5 240 $40.00 $0.17 1AB-519 Tiara Decaf 40 / 1.5 240 $40.00 $0.17 1AB-588 French Roast 24 / 1.5 144 $40.00 $0.28 1AB-551 Kona 40 / 1.5 240 $40.00 $0.17 1AB-502 Northwest Blend 24 / 2.0 144 $45.00 $0.31 ITEM # DON FRANCISCO QTY CUP PRICE PER 1AB-550 Vanilla Nut 42 / 2.5 126 $99.00 $0.79 1AB-547 French Roast 18 / 2.5 126 $45.00 $0.36 1AB-548 Colombian Supreme 18 / 2.5 126 $45.00 $0.36 ITEM # PEET'S COFFEE QTY CUP PRICE PER 1PC-110 Café Domingo 18 / 2.5 126 $60.00 $0.48 1PC-114 Colombia Luminosa 18 / 2.5 126 $60.00 $0.48 1PC-104 French Roast 18 / 2.5 126 $60.00 $0.48 1PC-101 House 18 / 2.5 126 $60.00 $0.48 1PC-107 House Decaf 18 / 2.5 126 $60.00 $0.48 1PC-105 Major Dickason's 18 / 2.5 126 $60.00 $0.48 ITEM # STARBUCKS QTY CUP PRICE PER 1SB-910 Starbucks Blonde Veranda 18 / 2.5 126 $60.00 $0.48 1SB-912 Starbucks Pike Place 18 / 2.5 126 $60.00 $0.48 1SB-924 Starbucks Café Verona 18 / 2.5 126 $60.00 $0.48 1SB-931 Starbucks Pike Place 18 / 2.5 126 $60.00 $0.48 ITEM # PHILZ COFFEE QTY CUP PRICE PER 1PZ-101 Tesora Blend 18 / 2.5 126 $60.00 $0.48 1PZ-102 Philtered Soul 18 / 2.5 126 $60.00 $0.48 1PZ-103 Jacobs Wunderbar Blend 18 / 2.5 126 $60.00 $0.48 ITEM # COFFEE BEAN & TEA QTY CUP PRICE PER 1CB-800 CBTL House Blend 18 / 2 oz 126 $47.00 $0.37 1CB-802 CBTL French Roast 18 / 2 oz 126 $47.00 $0.37 1CB-804 CBTL Colombia 18 / 2 oz 126 $47.00 $0.37 1CB-823 CBTL Dark Sumatra 18 / 2 oz 126 $47.00 $0.37 1CB-808 CBTL French Vanilla 18 / 2 oz 126 $47.00 $0.37 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 I I I I · I · ~ + This information is confidential and only for use by your company. Please do not distribute. 4 PSA23-2168FAC Exhibit “A” (Cont.) Single-Cup Brewers – Café Recipes Single-cup coffee brewers serve up a fresh cup of coffee one cup at a time, allowing everyone to brew their preferred blend and eliminating unnecessary waste. Brewers Rental Price Features Flavia Drinks® C500™ $0-25 per month ✓ Brews coffee, tea, lattes, cappuccinos, mochas, and chai latte ✓ No cross-contamination between drinks ✓ Easy-to-use LCD interface ✓ Recycling program available DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 This information is confidential and only for use by your company. Please do not distribute. 5 PSA23-2168FAC Exhibit “A” (Cont.) Price List – Flavia Packets (Product Compatible with Flavia C500 and C600) ITEM # COFFEE QTY PRICE PER 1FL-180 Alterra Colombia 100 $57.00 $0.57 1FL-182 Alterra Morning Roast 100 $57.00 $0.57 1FL-183 Alterra French Vanilla 100 $57.00 $0.57 1FL-184 Alterra French Roast 100 $57.00 $0.57 1FL-185 Alterra Hazelnut 100 $57.00 $0.57 1FL-186 Alterra House Decaf 100 $57.00 $0.57 1FL-198 Alterra Donut Shop 100 $57.00 $0.57 1FL-200 Peet's Cafe Domingo 76 $77.00 $1.01 1FL-201 Peet's Colombia Luminosa 76 $77.00 $1.01 1FL-207 Starbucks Veranda 80 $77.00 $0.96 1FL-208 Starbucks Pike Place 80 $77.00 $0.96 1FL-210 Starbucks Café Verona 80 $77.00 $0.96 1FL-175 La Colombe Corsica 76 $77.00 $1.01 1FL-176 La Colombe Monaco 76 $77.00 $1.01 1FL-173 Lavazza Intenso 85 $77.00 $0.91 1FL-174 Lavazza Classico 85 $77.00 $0.91 1FL-170 Lavazza Gran Aroma 85 $63.82 $0.75 1FL-171 Lavazza Gran Selezione 85 $63.82 $0.75 1FL-172 Lavazza Gran Perfetto 85 $63.82 $0.75 ITEM # TEA QTY PRICE PER 1FL-501 Chai Spice 100 $55.00 $0.55 1FL-506 Earl Grey 100 $55.00 $0.55 1FL-507 English Breakfast 100 $55.00 $0.55 1FL-508 Green Select 100 $55.00 $0.55 1FL-503 Green with Jasmine 100 $55.00 $0.55 1FL-502 Lemon Herbal 100 $55.00 $0.55 1FL-505 Peppermint Herbal 100 $55.00 $0.55 1FL-512 Immunity Tea 100 $55.00 $0.55 ITEM # SPECIALTY QTY PRICE PER 1FL-3307 Real Milk Froth 72 $50.00 $0.69 1FL-3203 Dove® Hot Milk Chocolate 72 $55.00 $0.76 1FL-499 Chai Latte 100 $55.00 $0.55 1FL-500 Matcha Latte 100 $55.00 $0.55 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 ♦ ~ ~ ~ +-~ + ~ + ~ +-+ +-+ + ~ +-+ + ~ + ~ +-~ + ~ +-~ +-~ .. +- +- +-+ +- +-+ + ~ This information is confidential and only for use by your company. Please do not distribute. 6 PSA23-2168FAC Exhibit “A” (Cont.) Bean to Cup Brewer Bean to cup equipment offers a fresh and convenient coffee experience, grinding and brewing whole bean coffee just for your cup. Brewers Rental Price Additional Features de Jong Duke® Virtu™ $100-150* per month ✓ Ideal for accommodating higher volume needs (75+ people) ✓ Brews gourmet coffee and Espresso with multiple strength options ✓ Creates espresso-based café style beverages: Cappuccinos, Lattes, Vanilla Lattes, and Mochas ✓ Grinds and brews whole bean coffee, fresh for your cup ✓ Large touchscreen interface makes beverage customization simple • This unit is best suited for ~75 employees per machine, or ~$1000/m average consumption per machine • Requires daily maintenance for proper functionality ( daily basic rinse, tablet rinse, mixing bowl removal and weekly deep cleaning) DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 This information is confidential and only for use by your company. Please do not distribute. 7 PSA23-2168FAC Exhibit “A” (Cont.) Price List – Whole Bean & Powders (Product Compatible with Duke virtu and Bean Brewers) Whole Bean Coffee & Powders ITEM # AMBASSADOR WHOLE QTY CUP YOUR PER CUP 1AB-506 Northwest Blend 5LB 200 $71.42 $0.36 1AB-595 Havanna Espresso 5LB 200 $75.85 $0.38 1AB-507 Colombia Supremo 5LB 200 $71.45 $0.36 ITEM # PEETS WHOLE BEAN QTY CUP YOUR PER CUP 1PC-213 Major Dickason's 20/1LB 800 $369.07 $0.46 1PC-200 House Blend 20/1LB 800 $369.07 $0.46 1PC-206 Café Domingo 20/1LB 800 $369.07 $0.46 1PC-211 House Decaf 20/1LB 800 $387.59 $0.48 ITEM# STARBUCKS WHOLE QTY CUP YOUR PER CUP 1SB-949 Café Verona 6/1LB 240 $130.05 $0.54 1SB-944 Pike Place 6/1LB 240 $127.76 $0.53 1SB-946 Veranda Blonde Blend 6/1LB 240 $140.04 $0.58 ITEM# CAFÉ MOTO WHOLE BEAN QTY CUP YOUR PER CUP 1CM-100 Café Moto Blue Sky Organic 5LB 162 $120.45 $0.74 1CM-01 Café Moto Espresso Moto 5LB 162 $120.45 $0.74 1CM-02 Café Moto Vienesse 5LB 162 $120.45 $0.74 ITEM# PHILZ WHOLE BEAN QTY CUP YOUR PER CUP 1PZ-101 Philz Jacob's Wunderbar 20/1LB 800 $397.80 $0.50 1PZ-103 Philz Tesora 20/1LB 800 $397.80 $0.50 ITEM# SOLUBLES (POWDERS) QTY CUP YOUR PER CUP 4PS-105 Perfect Server French Vanilla 6/2LB 550 $59.91 $0.11 4RC-101 AMB Cocoa Powder 6/2LB 550 $66.81 $0.12 4RC-102 AMB Milk Powder 15/1LB 685 $118.22 $0.17 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 I I I I I I I I This information is confidential and only for use by your company. Please do not distribute. 8 PSA23-2168FAC Exhibit “A” (Cont.) Filtered Water Coolers The Brio Premium line offers the standard hot and cold water for any office environment Water Coolers Rental Price Features Brio™ Countertop $35 per month ✓ Premium-quality drinking water; works with all types of water filters ✓ Hot and cold ✓ .85-gallon cold water tank and .33-gallon hot tank ensures plenty of cold and hot water is always available Brio™ Stand Alone $35 per month ✓ Premium-quality drinking water; works with all types of water filters ✓ Hot and cold ✓ Easy to use bottle-push dispense ✓ .85-gallon cold water tank and .33-gallon hot tank ensures plenty of cold and hot water is always available DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 This information is confidential and only for use by your company. Please do not distribute. 9 PSA23-2168FAC Exhibit “A” (Cont.) Dress Up Your Cup Creamers & Sweeteners ITEM # LIQUID CREAMERS QTY PRICE PER UNIT 4LC-002 I.D. French Vanilla 192 $18.50 $0.10 4LC-003 I.D. Hazelnut 192 $19.82 $0.10 4LC-012 CHI Irish Cream 288 $30.93 $0.11 4LC-013 CHI Caramel Macchiato 288 $31.09 $0.11 4LC-206 CHI Half & Half 180 $16.46 $0.09 4LC-209 CHI Half & Half 384 $25.91 $0.07 4LC-212 Coffeemate Vanilla Pump 1 $25.80 $25.80 4LC-213 Coffeemate Liquid Pump 1 $25.80 $25.80 4LC-218 Coffeemate Hazelnut Pump 1 $25.96 $25.96 ITEM # POWDERED CREAMER QTY PRICE PER UNIT 4SC-202 CASE C.D. Creamer - Canister 24 $56.39 $2.35 4SC-203 Coffeemate Creamer 1 $2.48 $2.48 4SC-209 Coffeemate Lite 1 $2.74 $2.74 4SC-211 Coffeemate French Vanilla 1 $5.94 $5.94 4SC-213 Coffeemate Hazelnut 1 $5.94 $5.94 4SC-219 CASE Coffeemate Creamer Packets 1000 $87.91 $0.09 ITEM # SUGAR & SWEETENERS QTY PRICE PER UNIT 4SC-101 Sweet N Low (400) 400 $10.04 $0.03 4SC-111 Cafe Delight Sugar - Canister (15 oz.) 1 $2.51 $2.51 4SC-111 CASE C.D. Sugar - Canisters (24 / 24 $60.46 $2.52 4SC-115 Equal (100) 100 $6.02 $0.06 4SC-117 Equal (500) 500 $24.92 $0.05 4SC-119 Splenda (2000) 2000 $52.45 $0.03 4SC-124 Splenda (400) 400 $24.62 $0.06 4SC-125 Splenda (100) 100 $9.07 $0.09 4SC-207 Sugar in the Raw 200 $12.11 $0.06 4SC-128 Ambassador Sugar Packets 2000 $33.42 $0.02 4SC-124 Splenda (400) 400 $24.62 $0.06 4SC-125 Splenda (100) 100 $9.07 $0.09 4SC-207 Sugar in the Raw 200 $12.11 $0.06 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 + + +- +- +- + +-+ +- +-+ + +-+ +-+ +-+ +-+ +-+ +- +-+ +-+ ~ This information is confidential and only for use by your company. Please do not distribute. 10 PSA23-2168FAC Exhibit “A” (Cont.) Tea Bags Teas ITEM # TEAS (TEA BAGS) QTY PRICE PER CUP 4BT-267 Bigelow Constant Comment Decaf 20 $4.79 $0.24 4BT-301 Bigelow Earl Grey Decaf 20 $4.79 $0.24 4BT-302 Bigelow Constant Comment Decaf 28 $4.79 $0.17 4BT-303 Bigelow English Tea Time 28 $4.79 $0.17 4BT-304 Bigelow Earl Grey 28 $5.74 $0.21 4BT-305 Bigelow Darjeeling 28 $4.79 $0.17 4BT-307 Bigelow Lemon Lift 28 $4.79 $0.17 4BT-309 Bigelow I Love Lemon 28 $4.79 $0.17 4BT-310 Bigelow Cozy Chamomile 28 $4.79 $0.17 4BT-312 Bigelow Mint Medley 28 $4.79 $0.17 4BT-313 Bigelow Apple Cinnamon 28 $4.79 $0.17 4BT-314 Bigelow Orange & Spice 28 $4.79 $0.17 4BT-315 Bigelow Raspberry Royal 28 $4.79 $0.17 4BT-316 Bigelow Cranberry Apple 28 $4.79 $0.17 4BT-317 Bigelow Vanilla Chai 28 $4.79 $0.17 4BT-320 Bigelow Green Tea 28 $4.79 $0.17 4BT-321 Bigelow Green Tea with Peach 20 $4.79 $0.24 4BT-323 Bigelow Green Tea Decaf 28 $4.79 $0.17 4BT-324 Bigelow Green Tea with Jasmine 28 $4.79 $0.17 4BT-328 Bigelow Assorted Green Tea Tray 64 $13.87 $0.22 4CT-223 Celestial Black Cherry Berry (25) 25 $3.95 $0.16 4CT-224 Celestial English Breakfast (25) 25 $3.95 $0.16 4CT-226 Celestial Peppermint (25) 25 $3.95 $0.16 4CT-228 Celestial Chamomile (25) 25 $3.95 $0.16 4CT-229 Celestial Earl Grey (25) 25 $3.92 $0.16 4CT-963 Celestial Honey Lemon Ginseng (25) 25 $4.27 $0.17 4TT-002 Tazo Calm (24) 24 $7.10 $0.30 4TT-003 Tazo Wild Sweet Orange (24) 24 $7.10 $0.30 4TT-004 Tazo Passion (24) 24 $7.10 $0.30 4TT-006 Tazo Zen (24) 24 $7.10 $0.30 4TT-007 Tazo Awake (24) 24 $7.10 $0.30 4TT-008 Tazo Earl Grey (24) 24 $7.10 $0.30 4TT-009 Tazo China Green Tips (24) 24 $7.10 $0.30 4TT-013 Tazo Chai (24) 24 $7.10 $0.30 4TT-014 Tazo Green Ginger (24) 24 $6.86 $0.29 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 This information is confidential and only for use by your company. Please do not distribute. 11 PSA23-2168FAC Exhibit “A” (Cont.) Soda, Water, and more Misc. Beverages ITEM # BOTTLED WATER QTY SIZE PRICE PER 4BW-006 Crystal Geyser Water (Flat top) 24 16.9 $13.43 $0.56 4BW-018 LaCroix Sparkling Berry 24 12 oz $17.51 $0.73 4BW-011 LaCroix Sparkling Grapefruit 24 12 oz $17.51 $0.73 4BW-013 LaCroix Sparkling Lime 24 12 oz $17.51 $0.73 4BW-017 LaCroix Sparkling Orange 24 12 oz $17.51 $0.73 4BW-012 LaCroix Sparkling Pure 24 12 oz $17.51 $0.73 4BW-001 Sparkling Water 24 18 oz $20.86 $0.87 4BW-017 Sparkling Lime Water 24 18 oz $20.86 $0.87 4BW-012 Sparkling Lemon Water 24 18 oz $20.86 $0.87 ITEM # HOT COCOA QTY PRICE PER 4HC-400 Nestle Hot Cocoa 50 $10.40 $0.21 4HC-400 Nestle Hot Cocoa No Sugar Added 50 $11.81 $0.24 4HC-426 Swiss Miss Hot Cocoa 50 $10.62 $0.21 ITEM # SODA QTY SIZE PRICE PER 4SD-619 Coke Zero 24 12 oz $20.12 $0.84 4SD-620 Coke 24 12 oz $20.12 $0.84 4SD-621 Diet Coke 24 12 oz $20.12 $0.84 4SD-622 Pepsi 24 12 oz $19.74 $0.82 4SD-623 Diet Pepsi 24 12 oz $19.74 $0.82 4SD-624 7-Up 24 12 oz $18.65 $0.78 4SD-628 Dr. Pepper 24 12 oz $20.12 $0.84 4SD-634 Canada Dry Ginger Ale 24 12 oz $18.65 $0.78 4SD-638 Mountain Dew 24 12 oz $17.65 $0.74 4SD-675 Sprite 24 12 oz $20.12 $0.84 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 ,-,- t + t ,-+ ,- .. .. t .. t + t .. + .. t + I t • ,-~ ,- • t + t ' • t-+ ,--' .. ~ .. t ~ .. • ,-~ ,-' ~ t + t ' This information is confidential and only for use by your company. Please do not distribute. 12 PSA23-2168FAC Exhibit “A” (Cont.) Paper and plastic items Cups, cutlery, etc. ITEM # CUTLERY & PAPER PRODUCTS QTY PRICE 7ABR-109 10 oz. Paper White Cups 1000 $91.40 7PC-105 12 oz. Paper Cup 1000 $91.00 7PC-727 Java Jackets (cup sleeves) 500 $39.73 7PP-704 Plastic Forks 100 $7.01 7PP-705 Plastic Spoons 100 $7.01 7PP-706 Plastic Knives 100 $7.01 7PP-730 Wooden Stir Sticks 5.5 1000 $5.47 7PP-732 Wooden Coffee Stirrer 7.5' Square End 500 $3.87 7PP-736 Beverage Napkins 500 $6.02 7PP-737 Dinner Napkins 375 $15.36 7PP-742 6' Paper Plates 125 $10.94 7PP-746 8.5' Paper Plates 125 $21.88 7PP-759 Facial Tissues 100 $1.74 7PP-760 Plastic Spoons 1000 $45.59 7PP-761 Plastic Forks 1000 $45.59 7PP-762 Plastic Knives 1000 $45.69 7PP-813 Coffee Filters 50 $0.98 7PP-763 SmartStock Dispenser Fork Refill 960 $75.84 7PP-764 SmartStock Dispenser Fork Refill 960 $75.84 7PP-765 SmartStock Dispenser Fork Refill 960 $75.84 7PC-724 16 oz Clear Plastic Cups 1000 $84.68 7PC-725 12 oz Clear Plastic Cups 1000 $88.01 7PP-813 Coffee Filters 50 $0.98 7PP-802 12 oz Paper Bowl 125 $18.13 7PP-770 Tork Paper Towel 30 $38.09 7KA-734 Kitchen Sponge 1 $1.07 7KA-739 Palmolive 20 oz. Dish Soap 1 $6.65 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 .. .. .. .. .. .. .. .. p p p +- +- +- p .. .. .. .. .. This information is confidential and only for use by your company. Please do not distribute. 13 PSA23-2168FAC Exhibit “A” (Cont.) Snack Break SNACKS Qty Price Famous Amos Chocolate Chip Cookies 60 $ 31.87 Biscoff Cookies 100 $ 22.93 Salt - Individual Packets 1000 $ 5.02 Pepper - Individual Packets 1000 $ 7.41 Honey Packets 200 $ 53.97 Peanut Almond Cashew Mix 72/1.5oz $ 71.89 Chips Baked Regular 64/1.125 o $ 67.41 Quaker Oats Oatmeal Instant Variety 64 $ 35.18 Lay's Sour Cream and Onion 64/1.5 oz $ 67.78 Sunchips Variety 60 $ 67.78 Blue Diamond Whole Natural Almonds 144 $ 267.56 Kind Bar Dark Choco Nuts & Sea Salt 72 $ 224.89 Kind Peanut Butter Dark Choco Bar 72 $ 224.89 Welchs Fruit Snack Medley 250/.9 oz $ 99.03 Nature's Bakery Fig Bar (various) 72 $ 94.53 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 + + + .. .. + + + .. + PSA23-2168FAC Exhibit “A” (Cont.) 14 Thank You Thank you for considering a local, family-owned business for your office coffee program! We look forward to serving you. DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 ~ COFFEE !~-- AMBAssADoR DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 ACORD" I ~ I ~ D □ ~ ~ Fl □ □ ~ ~ ~ ~ ~ ~ ~ ~ H I I I I I □ I DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 DocuSign Envelope ID: 05CF675F-57EA-41E1-BC6E-56ADE734CE71 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 0403 06 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA 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.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description Any person or organization as required by written contract. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Insured Insurance Company WC 0403 06 (Ed. 04-84) 7/1/2022 Policy No. TWC4120413 Coffee Ambassador, Inc. Technology Insurance Company, Inc. Endorsement No. Premium$ 0 14,737 Countersigned by _________________ _