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 _________________ _