Loading...
2314 PBA 20/21-08 Cintas Corporate Services'E DEPAR [WEN F PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM ol 4 TO: City Clerk/Mayor RE: PBA 20/21-08 Cintas Corporate Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): F-1 Development Order Mayor's signature F-1 Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond 1 ^1 Safe keeping (Vault) F-1 Ordinance 9 Deputy City Manager F-1 Performance Bond F-1 Payment Bond F-1 Resolution F-1 City Manager Signature ❑ F-1 City Clerk Attest/Signature El City Attorney/Signature Once completed, please: .— Return originals to Purchasing- Department F-1 Return copies n Special Instructions Piggyback agreement with Prince William County Public Schools. This will be for uniform purchases city wide. I i,*w�yey r3oja,,)-zi4e,,- From SliarePoitit—Fiiiance—Purcliasiii--Fornis - 201 8.doc Date Cintas Corrgomte Services, Inc. Piggyback Contract 03A 20121-081 The City of Sanford ("City") enters this "Piggyback" Contract with Cintas Corporate Services, Inc., an Ohio corporation which is authorized to conduct business in Florida, for any of its affiliates or subsidiaries (hereinafter referred to as the "Vendor'); whose address is 6800 Cintas Boulevard, Mason, Ohio 45040, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with Prince William County Public Schools, said contract being identified as "Contract Number R -BB -19002" in order for the Vendor to provide products and services relative to facilities management products and solutions (said original contract being referred to as the "original government contract'). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract, All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical 11 Page provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/sherd shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Marisol Ordofiez, Purchasing Manager, Finance -Purchasing Division, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5028 and whose e-mail address is Madsol.ordonez@sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. 2 1 P a g e (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). Notwithstanding any other provision in the original government contract to the contrary, the Vendor shall provide the City with most favored nation pricing. (h). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (1). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, MMC, FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN p}SANFORDFL.GOV. (11). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: 3 1 P a g e (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (111). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. 0). All other provisions in the original govemment contract are fully binding on the parties and will represent the agreement between the City and the Vendor. 4 1 P a g e Entered thisoLpday of C-00(10af U 1 2021 by the Vendor and the City with the undersigned representing that they have full legal authority to enter this Agreement and bind their respective party. Attest: Jo n Cozzo&ea (By delegation). Authorized Signatory Atte�t lk)* b"M� Traci H(�u�rn, MMC, FCIAM, Ci Clerk 1 0 Ryk Appro e rm andlegalsu Mency. t City, A// :bfb6rt Cit�A Iftff , tw P JV Cintas Corporate Services, Inc., an Ohio corporation which is authorized to conduct business in Florida. Christopher D(alhe (By -dMdgati6n). Government Major Account Manager for Florida, North Carolina and South Carolina. Date: Z -UT-Uz By: 4 & 0— ' Art W&d ruk Mayor Date- _ (7 51 Page Exhibit "A" [Attach original government contract] 6 1 P a g e Prince William Cou11 -----P--U BLI-C ---S-C H-00 L S Providing A World -Class Education This Contract entered into this 13th day December, 2018..... by, Cintas Corporation No. 2 (o anv of its subsidiaries and affiliates) . 6800 Cintas Blvd.. Mason OH 45040. hereinafter referred to as the "Contractor" and Prince William County School Board, P.O. Box 389, Manassas, VA 20108 hereinafter referred to as the "Prince William County Public Schools', "Purchasing Agency" or "PWCS". WITNESSETH that the Contractor and PWCS, in consideration of the mutual covenants, promises and agreements herein contained, agree as follows. 1. SCOPE OF CONTRACT: Contractor shall provide Facilities Management Products and Solutions for Prince William County Schools, Virginia on behalf of all states, local governments, school districts, and higher education institutions in the United States of America, and other governmental agencies and nonprofit organizations. 2. CONTRACT DOCUMENTS: The contract documents shall consist of the following: 2.1. This signed Contract document; 2.2. Memorandum of Negotiations dated November 1, 2018 (Attachment A) 3. CONTRACT TERM AND RENEWAL: 3.1. The initial term of this contract shall be from December 13, 2018 throu gh October 31, 2023, with the option to renew for two (2) additional two (2) year periods, upon mutual written consent of the parties to the contract. Proposed prices shall remain firm for the initial term of the contract. 3.2. The products and services which are the subject of this Master Agreement may be covered by a service or maintenance agreement. The term of the service or maintenance agreement shall be governed by that document and may survive the expiration of this Master Agreement. 4. CONTRACT ADMINISTRATOR: As the Contract Administrator, the following individual, or his designee, shall serve as the interpreter of the conditions of the contract and shall use all powers under the contract to enforce its faithful performance. Brian Burtner, CPPB, Buyer, (703) 791-8736, burtnebaO-pwcs.edu 5. PRICING: In accordance with applicable percentage discounts and prices, per attached Contractor's response dated September 25, 2018 and negotiated prices/rates negotiated September 25, 2018 (see attached). 6. PAYMENT TERMS: 2% Discount Net 15, Standard terms are Net 30 days 7.1. Ifthis agreement i;cancelled for convenience inthe first twelve months ofthe term, Customer shall pay as a termination fee equal to 50 weeks of rental service, 7.2. If this agreement is cancelled for convenience in months thirteen (13) through eighteen (18) of the tenn. Customer ah8U pay as o termination fee equal to 38 weeks ofrental service. 7.3. If this agreement is cancelled for convenience in months nineteen (19) through twenty-four (24) of the term, Customer shall pay as a termination fee equal to 23 wmaKe of rental service. 7.4. If this agreement is cancelled for convenience after 24 months of servioe. Customer shall pay aaatermination fee nf1Oweeks ofnenta|serv|ue. 7.5. Customer shall also be responsible to return all of the Merchandise m||000ded to such Customer locations terminating this Agreement or pay for any damaged, lost or unreturned goods at the then current Loss/Damage Replacement Values and for any unpaid charges nnCustomers account prior totermination. Prince William County dnot discriminate againstfaith-based organizations hnaccordance with the Code ofVirginia, §2.2-4343.1oyagainst abidder orofferor because ofrace, religion, color, sex, national origin, age' diaobi|bV, or any other basis prohibited by state |mvv relating todiscrimination in employment. This contract shall constitute the whole agreement between /he parties. There are no terms and conditions, or obligations other than those contained herein, and this contractaho0 supersede all previous communications, representations, or agreements, written or verbal, between the parties hereto related to the provision of goods. (including 'leases thereoo, services andlor insurances described herein, INWITNESS THEREOF.the parties have caused this Contract tobeexecuted bvthe following duly PURCHASING AGENCY: Type Name Supervisor of Purchasinq Title Date Prm"ceaWiffiam County Proulding A World -Class Education MEMORANDUM OF NEGOTIATIONS R -BB -19002 Dated-, November 13, 20-18 Prince William County Schools (hereinafter called PWCS) and Cintas Corporation No; 2 (hereinafter called the Contractor) hereby agree to the following in the execution of Contract R-1313-19002 for Facilities Management Products. and Solutions. The final Contract contains the following documents: a. PWCS.'s Request for Proposal, R -BBA 9002, dated July 17, 2018 and Addendum #1, dated August 8, 20118; b. Contractor's proposal dated August 13, 2018; c, Contractor's responses,. to Clarification Questions and Negotiations dated September 25, 2018, attached; d. Contractor's best and Final Offer, dated October 5, 2018; .e. PWCS RFP R -B.13-1900.2, General, Term's and Conditions, Paragraph 30, Indemnification, is hereby modified. to include "to. the fullest extent permitted by applicable law". f, This Memorandum of Negotiations; g. Any subsequent modifications to the Contract. h. For FRC garments: Customer agrees� it bears sole responsibility for selecting the flame -resistant clothing, and fabrics ("FRC") under this Agreement determining whether such items are appropriate for use by its employees and. agents in their applicable work environment(s). CUSTOMER ACKNOWLEDGES THAT COMPANY HAS MADE 140 REPRESENTATION, WARRANTY, OR COVENANT WITH RESPECT TO THE FLAME -RESISTANT QUALITIES OR OTHER CHARACTERISTICS OF THE FRC OR WITH RESPECT TO THEIR FITNESS OR SUITABILITY FOR THIS OR ANY OTHER. PURPOSE.. COMPANY MAKES NO RE -PRESENTATION WHETHER THE FRC CONSTITUTES APPROPRIATE PERSONAL NAL PRI IOTECTV . E EQUIPMENT FOR THE ENVIRONMENT(S) TO WHICH CUSTOMER'S EMPLOYEES OR AGENTS MAY BE EXPOSED OR AS TO THE FRC?SABILITY TO RROTECTUSERS FROM INJURY OR DEATH. Customer agrees to notify all employees and other agents of Customer who may wear or will be wearing the FRC that it is not designed for substantial heat exposure or for use around open flames. Customer acknowledges that compliance with any and all OSHA. or other similar reg6latloifts or requirements relatinig to personal protective equipment is the: sole responsibility of Customer. Further, Customer releases Company from any and all liability that results or may result from the use of the garments, including but not limited to any alleged failure of the FRC to function as flame -resistant or provide protection against fire and/or heat. Customer hereby agrees to defend, indemnify and hold harmless Company from any claims and damages arising out of or associated with this Agreement or resulting from Customer's or its employees' use of the FRC. For high visibility garments: Customer bears sole -responsibility for: (a) determining the level of visibility needed by wearers, of the garments for their specific work conditions or uses: (b) identifying and selecting which garments meet the required level of visibility for any particular work conditions or uses; and (c) determining when garments require repair or replacement to meet the required level of visibility. If garment needs to be replaced outside of normal wear and tear, the customer will be charged the then current replacement value. Customer acknowledges and understands that the garments alone do not ensure visibility of the wearer. Customer further acknowledges that Company is relying upon Customer to determine whether any garments need repair or replacement to Maintain the required level of visibility. Company represents only that the garments supplied satisfy certain ANSIIISEA standards to the extent the garments are so labeled. Customer acknowledges that Company has made no otherrepresentations, covenants or warranties whether express or implied, related to the garments. 0 /Date Date Attachment A 1. How often doyou update your iuventorv9Aroall, new deployments. brand new uniforms orare they -recycled from past a,gemcies7 �||rental un|fonxs� rnp�tthroughqba|�v|noaecd\� onOeNyxvhenturned\nfor |.undry.|fit.n,detarOnine6that a garment needsrepjacedduetonprmm|w��r�ituiUbe up8raded.,A e off gannentNriot afactor as CIA is graded upon cbnditinh. New wearers cnu|d etnevxunifornn|fnobavai}ab(e|nthe|uca|gtockrnom. However, ifstock |s aVaUa.iie,unifor[nxcan berecyded|fthoyare )n"Ukc'navit^graded condition. Customer tan re qyest:all new hires get new uniforms,, however the lead.time to install WOUld be extended. 2. Are your vend1wg.o /nsavaDebheasapmrtoftbbproposa|(for �scrVbaorother, uniforms) If these are available, what isthe cost? Yes, PIO Snizt1l Dispenser 37P.00 31a,00 D16 Meditift, Dispenser. $416.00 34S,00 D20 La:rge Dispepser $462,00 385.00_ R110 Return Unit 1 $104,001 $ gaw-j RX lWall Mounted noo 90,0a The use ofscrubd�� �s�DnoreaoNQaUover ooUeQeFannpm'and \�harpubUc entities, 'intas - VWUcant `n� tmfooWods�saus *-'_inthb�p��et�aboinclude units that dispense lab coats and other clothing items. �3. Doyou offer d|e|eotrictesting cmyour ifso.what would be -the cost for this service? Yes,LhI5.isone � ntas'nexVestRf6eriAgs. Please see attached for hoth!additkiAa| Information about the service and the pricing available. 4. Do you offer wet mats that would bmoppnophateforshowemandlodm[roomS? Yes, vveoffer nnainageMats nvh1chcanbeused Ihwet areas, The pricing for this Item iy $I19^ S. Do�youoffbrcal I ibratign onthe chemical dilution. centers freaofcharge? Are these installed free ofmhargO Yes.. Yes 6. Do. you work, onHaIon fire sm Yes, Cintas provides this service,only. in certain ma���Because it is not, an'ationwide service, it Is priced locally to:wIth a 10% discount� per the US C ommunities contract. 7.What bthe price, for the training programs you offer? The pricing file 6orTrmin|ngis attached, & What |sthe process for call andcarpetcleaning? c�� How -do regulations foe public agencies (suchauW4) for those types ofservices7'VVhkhp.ubho �Attachment A Webaveattached the scope of work for both Coll Cleaning and our process for Tile and Carpet Cleaning. Aathe work ofboth services bpr.oprietary,me�.u.1daskthat the relative tothose services.beredacted. While vvedohave experience with re�0atiunsHkeK0S4, VVehave e|iuattached our pcotoco|for the discharge ufboth |i0"idand sgUdwastes incurred inthe p6rformanceo{these sorv{nem, [lntas'Deep C|e-amTechnb|aii,U|trac|e8nS�SA'orColl Cleaning Technician must sign thb,docuument $taflngjhathe/she will adherenot only to local, ttate, and national regulations, but also the prucedures'sc1foxth'}nthat document, Any violations ufthe tenets set forth inthat document |ogrounds for the d|sN|oz�}ofthe employee. 9. Two ofyour references were not willing to provideareference per their statutes and the. otherthreewere not resDoyou have any other references who could provide feedback on their experience.? Oohnie 3letoran Sr. Procurement AgeWt Manatee Cour�tyGuvemmert, BCC Procurement Division 1112 KXahatoeAvenueWest, SUha003. 8rmdepton,FL34205 T 941-749-3046F941'749^8634 bonnie sietmanPrnymanatggorg Matt Helm Deputy Director ofpurchnsin City ofSan Diegp Kevin Mitchell, MBA Ru4etand Procurement Director Lackawanna County ZOQAdanmmAve. Scranton, PA1BO3 /P\ -57O~961-6767 (P)-S7D-968-6514 Joseph MRA, VCO Department of Attachment A 10, How long has the TruCount system been in place? if public agencies are having issues with their uniforms being returned 1h:a timely fashion, what steps can be taken to make sure this doesn't affect the agency's .ability to work? Since 2016, Fullffig IMPlernented 8cross• all sites forabouta year. 11, What is the leadtime for new employees to be fit with uniforms? F! hinweek.ofnotit�e. New site. estimated at 4weeks. Newemployee at AtIng 0 wit .a existing site is 2-4 Weeks fV0111 sizing. Can be I week turn if sixes are in stock, at local Cintas. 12. What Is the lead time for embro.ideryofnew uniforms? About 2weeks. Stdcked garments purchased directly are embrDideredon demand and can be shipped In- ab6Ut a week: 13. What efforts can,you make to simplify the invoicing process and make this less hands- on? We are In the process of scheduling with the EC a demonstration of the wwwAiiyantas-ebilling and servicing P, atfor(h. 14. Is there a reason that you do not offer volume discounts or ecommerce rebates? Volume,dikounts would generally be for direct 1purchaseonly. OUr local reps have the- freedom to price lower than the ceiling price of the agreement $0 Volume discounts for direict purchase :items ts availqble. 15.. Do you offer prompt payment discounts? Yes, we can offer 2% Net 15 and Net 30 as standard payment terms -16. Why does California have different, pricing for fire. and safety? it cost more to do business in Czillfornla due to regulatory policies, labor laws, etc. 17. On page 142you mention "minimal" charges for lockers, rolling racks and soiled harripers,Can these be provided. at no charge? Can these be repaired or replaced as needed at no charge? Yes,, these will Ke No Charge. 18. Please explain the additional charges on page 31 for Garment Rental. Minimum stop Charge: $35.00 -this is the rolnimum. a site',can average for Cintas to stop thetrucic A ice- at least $35,00. Ex: Actual Agency pays the d iffirence, to moire sery weekly rental is $30.00 for Uniforms and mats. Customer Is charged $5.00 as the "min stop charge" on top of the $.3.0. To reach a total of $35. We normally suggest product additions to equal a min stop so the customer is paying for products/services, Lockers: No charge Make-up Walvedon initial installation and for 30 days of service- this Is lndvstry standard charge harge to set up new uniform wearer after Initial install. This covers the cost Attachment On- the plant toorder, prep,setup the system and sew |nthe. HDtapwiththe-emploxee information. OneAirne fee per garment. Ceiling priced. Ernblern-Waived on initial installation and for the first.3Udays of service: Local Cost. (depending nucompany gpmneand type ofemb|en;ord'oejlThis bthe cost ofthe, actual company enxb\emnthat is applied when adding hovvemployee after the initial Name -tag- '$1.530|The cost to set up a name:to rentaluniform. Nonnally ernb Ceiling. Priced. Size premium, per Garment: t1LSOthis ixthe price for eXtendsdsizes, starting at 2xland up, there is an- addition charge per garment. Ceiling priced. 19. Minimum Order size charges for Garment Rentalare not acceptable.. Is this negotiable? ' |D`°unY Order� ana fullydq5ohb6dosthe mkirnumapToumt charged tbthe, diontfor stopping the Cintas vehicle andde(ivah` the product 0Tsurwkze' contracted bythecUeInt. Underthe pricing, file offered |nour proposal, the K8inkhumOrder charge Is $35.00. r}nta5bWilling to entertain, changing the nomenclature onthecontramtfor this charge bosomething else that would baacceptable tothe EC, 20What isthe cost for tailoring, (exShorten|rig ofpmnts)9 No charge 21.Doyou offerng" sizes? VVmdnoffer tall/long sizes, The charge forah\rtzintbeextendedsbesametheaamoeas for size premiums detailed |n'theOntasproposal. There are nmadditional charges for pants for tAU's|z8s. 22i Do you offer summer internships orstudent programs for college Cinta§ would be interested In creating with U -SC Member$ opportunities for internships that coincide with our normal hiring practices for these positions. 23.MTmh7,Exmeotkonu thefeafnrterminabo0foroonvenience:txitaccoptab|nto 8ubottute"terminafon ee"for "liquidated damages"? Yes,, this is negotiable With the contract 24 Fire Protection gales team: 6ofthe states where you have narepresentation ate hm expand U.�.Cor�muMhjdo'topI5 states (AL�K8 � N/NC, OR, TN) ' are there plans to —'— J - Into these states? Yes, Cintas is,striving to grow the division to $1billion in 10 years. Attachment A 25. Should Brent Schafer be listed as the Executive? Yes, we cavi update. 26. What: Is the Lost Replacement charge for items riot listed in the market basket? The L/k charge will also be reduced by lb�,', See Link below to Cintas -full tatalog' www,shopciiitas.com 27. Page 85,#7: What happens If a public agency i's not able to accommodate net 15 or net 30 payment terms? Is It possible to make the standard payment terms for all product lines Net 30? Yes' Net'30 is'Stafidard terns. 28. Rubber Glove Addendurn: a. What company will.be required to purchase from? Relative to the addendum,'the Cintat Flead/lIand electdrcaj FPF program is consider.ed a lease only option. This prograrn is based on Cintas using National Safety:Aoparef for al[PPE itenis listed as Well, as Inspection/certificaflon.of voltagerated gloves ,Wing leased, b. No information Ilsted1n Schedule A. No pricing, e%. See attached excel document with pricing: The addendurri Was a blank template. c. Will they test gloves already in use;,or-do we have to purchase the gloves new form them to get the testing completed. No, this program is bated on Cintas setting up anew rental solutloii for Head/Hand PPE. 29. Classroom Safety Training Cost, Breakdown: cl, Line 6 ' 5906 —.Is 10 people a, minimum or maximum:per class? If multiple classes are needed, Is the charge of the Instructor per class or one time charge for multiple classes? The class size listed, o.n the.pride file Is the -max size per class. This varies per type of class, from 10-25. The�charge for the Instructor Is per class. e: Line 65908 —What are normal hours and excess hours? Monday -Friday Bam-SMI)m Referencing'Cintas' response to the initial ECquestions/clarifications. 30. Item 1S.— Do you, offer prompt payment discounts? This was discussed on the teleconference on September 13. We discussed 2% Net 15 and Net 30 as the standard payment. This needs to be clarified that this Is Vour understanding as well. Yes, 21v Net 18 and N-et.80 for standard local payment.. Updatedd6curnert. 31. Item, 17 —On page 142 you mention "minimal" charges for lockers, rolling racksand Soiled hampers. Can you provide these at no charge? Can these be repaired or replaced, as needed at no charge? This was discussed on the. teleconference on September 13. This was agreed -that these would be at no charge and not that:this would be negotiated. Please clarify. Yes, No Charge for these items. Vpdated document. Attachment A 32, Item 18 — Please explain additional charges on page 31 for Garment Rental, This was discussed on the teleconference on September 13. See question 17, this charge should be removed. Yos, No Charge, Updated document. 33.' nein 19 —Stop charges for Garment Rental are not 'acceptable, Is this negotiable? This should be called minimum order size, not minimum stop charge. Changed language to Minimum Order Size acid updated document. 34. Item 26 — What is the Lost Replacement charge for items not listed in the market basket? Please provide us with a full catalog that the discount by category will be taken from.. Cata.log is spriline and can be accesses with link-. www.shopcintas,com Updated document With the, link as well. 35, Item 27 — Page 8% #7: What happens if a public agency.is not able to accommodate Net 15or Net et 30 payment terms? is it possible to make the standard payment terms for all product lines to be Net 307 This was discussed on the teleconference an September 23. We agreed on Net 30 as standard terms. This needs to be, clarified that this is your understanding as well. Yes, Net 30 is standard term. Updated document. \ @ § 2 � g § � 2 w N � 2� R g� � � � \ 2' 2 � �\ � �; e .§. � § \ \ # .. / � » } / { \ \ _ � \ � \ ^ � ` # ■ » aft ■ © � \ _ > » » ? » } / : ( ? \ � ^ ~ > . . . � y � y y f \ » . » �#© � \ \ � 2 . ? f \ � � � vi Ypn u. inj 44 ars CJ yr -L" CL CL 00 0 C. C C iii mC C �2- 0 tg a m I !; m m 3:11bo Or: c Cl. D 9 c m o v wE cu. � IS Z J3 a. C: E , 0 m In u. CL0 w 9L C IL CL CL 00 Ln► �s iii "ru- m Or: c D c m o v wE c J3 a. C: E , 0 m Zo vi CL ts A to A DESE iti v"fitolorallon suipplor I%* flocrell tha way.daftnJ reapplying 4 ci-ti lk-01,lit cfflitish %rcry'shate"M4 top xcnibbWh6f)mrcI.Wju 1-4-rax4 and rvappIrInJ12 $sqft VCT Malatoraum ;Wvni.X Ult Root WM A Pad and Cleaner and NOT $32.q It r-Applong boy-sh stundstul carpet cimips 5 Rep - PARApiatzss plury Protectant -'fruck Mount -$,-asq.lrt Sj,nd.rdCar p,tCI.1*j 4 Step -PARR Noc— -TrUiR Want S,ZZSn It: I Simdsrd carpet clearilng 2 Stop - FrespraY and More - TrVik MWO $.%4S4 FI S Stop -PARR Pracoss, plus Prot4dant-Forlahle $,?Zsq ft Standard orp,Lcleanki 4S4 -PARR PFt 5tsndord carpet 2 Stop - p—my and Rthic - Pon-wh S q Ft waulcelpatcl.jd 2 Step - Preurp�� ,2p$4 Ft rarpafedSterat clawre PrJY $q4parttandvd stop Ifutep Is ddofroinad to he nondamian), ilia priwis der,144 totally urp.t Pmi.Unt 11notiodud.NiN 5 step $,!U$qFt Cvrp.tS.nl1lW Used anythou, we applya sonitficrAnerth&deming $.0$ql`f carpatnead.1h.r Ugd alytim.wo apply. drouloilm.ft. the deanksz $,Os$qFt - P(."F"— Agitate,fl"P,.y Spatt (No $311 Sci A tow moisture Process Any ytowonIng r-quff-d 100 emmit. lhe.q ftpgo TILL Standar lite ss up - PARR PI—w plas See] ar -Ru-k Mount $13s5q 11.7 St.nd.rdllle 5 Stet .p- PARPtPfocass2l' orta;s-inickbivent ."Sqft Standard 711. $.75 Sq Ft StarlderdlVe 4 Step wPARr, Process 21 or lass -Tivk Maud $135 sq Ft Sealer (After Cleaning}. Used any1fint we apply an troprogruming sister error the $,50Sq Ft ciaaning Warseall (Merd.enimj 7114 Ft CaI.rSa3I(AI1u,r0-mWj $1.603q Fl latehen a5grAs Used udydm %Vo akar a Ahajon, pon natlmduda Sealer $1.15S6Ft Standard TU Step - PAFIR Pleeig, Plus Soolat - Portable $13054A .5tand.r"l. 5 Mee - MAR Pros s 2" De Ws - Porlabk $ZO Jq Ft 9tand.rd'I'll. 45t.p- PARR, P,6cw-V-Purf" $45 S4 Ft I s4rulardIll. 45tep-PARR Pmums, to brLost - Potable 53.603q It COW610 c"1111 Interlr -Truck Mmntply; concrate, elm*ll Ciduler-Truk Mount On IIJOSqFt setup 0mrS4 Anyfte welawistuse thttrudti- Truck Movement Cluom Anytinue va Iwo to move the Ire dkdbd-g . seutack $ Soparmovionsurt _TJ.&, _*aW Ch. ri. pq Awt1n.1AJI U.- -- hays to -h--g- ff--- do'l. $ so Par floor mogr earvica .. - iI lr"hjraMovjNChxrgoper $mpartistar Hour dust adds up Watlesit an hour Sporting P.Icg per How Used lfwa era asked to tpoto* during 2 sc-l- $mporhour "hullo chwev droge PaT Whi Outside ofOOMInutesirmtho Locallon: $.73pirinlic Whom Amount w* h4voto Invoke tosemm the 1RatmuinStop chargeUsed anyHmathe custorraIr not prepared to start theirwaRCharga$80perhour clibnfnff andws have tou6itmorb than ari hour Used 4ry0im the customer comas: late than Z4 hours 2S% per Invo - I, lieforathesm1co RestomCiturninx UlttaGean Totithleer WU6.m Usim1w thotsinm1of aivia roils from ad Jurfastri floo re"un" miklixtv"g I -Alt Data ck ne -Weekly rvfnrycnhmW..k$�W; M.010455.00 AK'V ITERS NOT INCLUDED ON -1 HE PRICE MEET SHALL BE PRICER AT 1 GA OFF NATIONAL VOLUNTARY BOOK M(CIMG (OR 101.4 OFF LO CAL SOOH PRICING WHERE NATIONAL 8 DOK PRICING ISNOT AVAILAPIX). ALL PRICES LISTED ARE MDT -TO -EXCEED RATES; Cl a. M 44 o Q1, Pit M 15, kki o ol- G o- o -m 4.4 "p M A N N VMS" V9 o 8 6p 61t,516 a 6 is 451 ;s al 6 ;s 1 ;5 1 6 %1616m 11 1% llo l 616 gj,.% tit v t -9 1 0 u d 8 �l P fQ ; m m ;tP Ci G f, 'Al 1E, B LI X133 -E gA 8 91%,o 91M �Q�UMM I T m m j18pp 45 fi 5o w15 g ir E CE -6 f3 5 5 6 ;5 I's LI 1 6 g 6 6666 a 6 1 11 6 6 a g ;5 616 ;5 i5 g a i% zs 6 6 LI 6 6 Ehaw—Ra ----------- ga"Bulutil yyjj 1 A I i A 8 ---------- u a oil 1 a Oil 5 a I leixzzxxi Available Glove sizes 8-12 ANY ITEM NOT INCLUDEb ON T PRICE SHEE-T SHALL BE PRICED AT 10%. OFF NATIONAL VOLUNTARY 800K PRICING (OR 10% OFF LOCAL BOOK PRICING WI-JERE NATIONAL BOOK PRICING IS NOT AVAILABLE), ALL PRICF-S LISTED ARE NUF-TO-EXCEED RATES. so IN portabfe Extinguisher Annual Maintenance Inspection Hand Portable , Stored Pressure and CO2 Fire Extinguishers - up to Per unit ea .501 �31bul EX8610 E -tight Battery, 6W IDA Per unit.- ea $39,00 unit Test,'Recharge and Repair P;rts* EXB612 E-Light8attery,6.V,12A Per'unit. ea $4540 NSDC2.5 -7 2.8# Stored pressure Dry Six Year.Test Inclucim'o Rlpgi V-Stern,.Servllce.col lor-� and:Six Year Internal Maintenance ll,ea ppes, not Inglude parts not specifically Ilited oraPPI16b1p)nsped1bn'0N) Oilte- : :2�-,' ea. $30.00 8a $Q OD $O,OD NSOCS. SStoredrsureDyCenlcal..SixYeart , $40.00 $31.00 reChernical -Six Year -Test NS000 Dry $8,00 43.00 WOO 20# stored.pressure DryChernical w�Sl� Yeh r Test: jai -- -, �, �: � $68.00 Wbc2 ::'2.S#Store c Test d pressure Vdlrost4�1� includes V -Stem, Seryjce'Collat� and Hydrostatic Test labm Does not.. I dude parts.not specifically listed or n applicab I;zP lnsbcdon (IN), Price: ea., 7$36.00- $28:00 '5L Nkrk5 W'Stored pressure D Chemical H drostatic Test 00 33,00 NHDC10, ea moo, :1. , NHOC 70 200 Storedr rissurebry thernIcal Hydrostatic Test da GD,OD , $�7.00 NRQC25 2.5 r.6sUre.*chPo1JcA h #..Store p Includes Recharge Labor, Service Collar, Does hot Include psrts nat3pecitical Ii5tqd:or.qp.PjIqb)e Price Ins 6 on (IN) ;a: Per' It un $30.00 28, Qo S#S Stored pressure AUITR*-� ea $ "-,$33.00 NRDC10 chemical Recharge -'ea `�33.0-0 35.00 WaStore "pressure bry ch6m1cif-', Recha NRlic�o d EMN. ]Pull Pin ea $60.00i�37 00 $2,75 to [ES#�AB�Ej�, 21/2# ABC t7 .Chemical Fire Extinguisher. Per unit. ea 7 IZOWABCW 12MI.ABC DrV:C.hemlcal'PireEkkfnguishe@ Per unit: ea $195.001 Button - ea !FXF164 E-Lijaht BattdrV. 6V, 4A Per unit. ea 1 $29.001 �29.00 EX867 E -Light Battery, 6%7A Per unit. ea .501 �31bul EX8610 E -tight Battery, 6W IDA Per unit.- ea $39,00 $39.00 EXB612 E-Light8attery,6.V,12A Per'unit. ea $4540 $45.00 EX[A5T6 E -Light Bulb, 145% 15W Per unit. 8a $Q OD $O,OD a-] 1.kYa„ Ih 11M !)nlhf Ppr knit. Era $9.0 $8,00 ANY ITEM NOTINCLUDED ON THE PRICE SHEET 814ALL BE PRICED AT 110% 0vr .NATIONAL NATIO I NAL VbLUIVTARY BOOK. PRICING (OR 10% OFF LOCAL 9WK PRICING I I A' w HER I E NATIONAL BOOK PRICING IS NOT AVAILABLE), ALL PRICES LISTED AftE NoT-To-r--XCEED RATES. 11haholit I Unt-FrIckd -Om-Port&E-tight IS 0 O Ln 0) N 4ill- MIMI MIMI m w w w w w F LM w LZ I LL 0 W T- Z w uj An Ln to 4-; U) co CL, a. uj 0 04„, Lq lz LL -j 0 w 0 S w uI-- liz LU 0 41 +j tU u w > > E .2 4� R t0 40 CL � a Z CL tn CL (n CL rn a 0 Li 0— 15 uj 0 w 0 U 0) 0 _�e u (A AZ 0. cn CL Ln ai 0") z 0 m = M =3 C, 0 710 < W- V) n C > —j 0 0 LL CQ 0 CL LL W 0- .tn V) V) V) Lr) z z Z,2: z F LM 0 0 00 LL 0 U� 0 10 w LL Z > to c $\ o % i o o w m e w > .H e w ob o C ? k k ? r $ � m @ 2 $ ■ k _\ uj t� _ ° 2 2 . S7E:/ k 3E E > r- / 0 5 & /.\ E �� M i Cintas First Aid Training List forU.S, Communities #iE3 190012 CPRlFtrst AAI uses the Hearlsaver0ai Aid WM CPR & AED student manualsbul teach Onfy the f=irst Ald and CPR sadionsof the course. "Course hours oro based on adult o. + umn and Rdt be rNPa Ida InINVI. dorso. -open EnroYment classes am hand on local sahedulesand aysAabgy. '"'AdcNanal chawsap for rewrote class loeelbas and classes ouklde of normalbush. hours. VIVLII7C �fnr Ri�."Y � fv 2 Hours. i Years CLMI 'd0 us Course_ Matet1a1.0 �eaC5eDeStiLPLIei1 bass Duration Duration Expirsubd axpuatioa. TYPa Certitisattau, C(ass,Sf:e Communities Price Per Contract (SAP) 401.72 Par Cluss 650311 �Pa 21/2 Hours 2 Years CeNInS Price i$ CP$k/FIRSTAID/AEOCOURSE(HeinSaYetFlrstAid 7 Hours 2 Years AHA 9 $ 686.48 Por Class 65001 vA h CPR & AED $ Par 650143 (CANDO UPTO 2PEOPLEATATUE) 4S Minutes 2 65013 CPR/FIRSTAIDAW/ORP COURSE 1 Days 2 Years AHA 9 $ 006.52 Per Class 65003 6OPAWARENESS CLASS1 ,10 Hours 1 Years I CLMI o $ 401.72 Per class -6SDO4 PEDIATRIC FIRST AID COURSE 31/2 Hours 2 Years AHA 9 $ S03.42 Per Class 65609 FIRSTAIDCOURSE3.5 CiNTS Hours 2 Years AHA 9 $ 457,6S Per Class 65013 iNFANTcHiLDSUPPLEMENT(CPR/AED) 1 Hours 2 Years AHA 9 $ 101.70 Per Class 65016 CPR/PIR5TAID AED PER STUDENT 7 Hours 2 Years AHA min $ 75.28 Per person 65017 FIRSTAIDCOURSE (PER STUDENT) 3S Hours 2 Yaars AHA mina $ 50.85 Per Person 650018 CPR/AED CCURSE PER STUDENTI 4 Hours 2 Years AHA mina $ 50.85 per person 65019 OLS HCP PERSTUDENT 5 Hours 2 Years AHA mina $ 55.94 Per Person 65o2i CPR/AEDCOURSE 4 Hours 2 Yeeis AHA 9 :$ 457.65 PerCtass 65022 RLS HEALTHCARE PROVIDER- a Hours 2 Yeifc AHA a 53353 PerCiass 65029 OXYGEN AWARENESS CLASS 1 1141" 1 Years .COAST 25 ].90.32 Per class 61024 A14A HEART SAVER PEDIATRIC H0 3 Hours . Z Years AHA 9 $ 40.69 PerParsan CPRlFtrst AAI uses the Hearlsaver0ai Aid WM CPR & AED student manualsbul teach Onfy the f=irst Ald and CPR sadionsof the course. "Course hours oro based on adult o. + umn and Rdt be rNPa Ida InINVI. dorso. -open EnroYment classes am hand on local sahedulesand aysAabgy. '"'AdcNanal chawsap for rewrote class loeelbas and classes ouklde of normalbush. hours. cTV To MUihb_ 65205 VIVLII7C �fnr Ri�."Y � fv 2 Hours. i Years CLMI 'd0 '401.72 Per Class: 65206 HEARTSAVER FIRST Al D, CPR & AED ONLIN9 CLASS39.66 '.2 Hours 1 Years CLMI -10 $ 401.72 Par Cluss 650311 ISKILLS CHECK SEPARATE, SEE RELOW 21/2 Hours 2 Years AHA i$ $ $ Per Parson 65109 HEARTSAVER FIRST AID, CPR & AED SKILLS CHECK41.70 4 Hours 1 Yours CLMI '1 $ Par 650143 (CANDO UPTO 2PEOPLEATATUE) 4S Minutes 2 Years AHA $. 35.60 Per Person Parson CRANE SAFELY CLASS HEARTSAVER FIRST AID ONLINE CLASS (SKIDS H6uI.s 0 None CLMI. ,10 $; $ 27'40 6S211i CRANE SAFETY TESTING 6'50301 CHECKSEPARATEiSEF.BELOW) 2 Hours 2 Years AHA .1 65212 Par Person '2 HEARTSAVER FIRST AID SILLS CHECK (CAN DO UPasm 1 Years CiNTS 15 $ 401.72 Per Class 65214 DACK SAFETY 650142TO2PEOPLEATA71ME) Hours 30 Minutes 2 Years I AHA 1 I$ Per Person 2 ttCARTSAVE'R CPR & AED ONLINE CLAS (SKILLS 1 Years CLMI 15 401.72 Per Class $ 22'37. Person 650321 CHECK SEPARATE SEE BELOW 11/2 Hours 2 Years AHA 1 65210 Per 2 Hours i Years, CLMI. 15. $ 401.72 PerClass 65221 SUPS TRIPS & FALLS CLASS Z Hours 1 Years CLMI 15 $ 40L72 Per Ciass $ 35.60 FIRESAFETYCLASS Esau MARTSAVER CPR SKILLS CHECK 20 Minutes 2 Years AHA 1 Per Person cTV To MUihb_ 65205 Y4.IiaoRVVIY! JtYY"w. . ICONFINEDSPACECLASS 2 Hours. i Years CLMI 'd0 '401.72 Per Class: 65206 IFALLPROTKRONCLA55 '.2 Hours 1 Years CLMI -10 $ 401.72 Par Cluss 65207. .69200 AERIALUFTSAFE7YCLASS FORKLIFT CERTIFICATION CLASS 2 ,4 Hours Hours 0 1 None Years" CLMI CLMI 10 '10 $ $ 401.72 Per Class 401.72 Per Cis 65109 FORKLIFT CERTIFICATION IFER PERSON 4 Hours 1 Yours CLMI MINS _5 76.29 Per Person 652091 FORKUTI'SKILLST'F3T PERPEfCSON) 20 Minutes 3 Years CLMI RN $. 35.60 Per Person .65253 CRANE SAFELY CLASS .2 H6uI.s 0 None CLMI. ,10 $; 503.42 Per Class 6S211i CRANE SAFETY TESTING 15 Minutes 0 I None CLMI. '10 25.43 Per Person 65212 SAFETY COMMITEE CLASS '2 Hours 1 Years CiNTS 15 $ 401.72 Per Class 65214 DACK SAFETY 2 Hours i Years CLMI 2S $. 401.72 Per Class 65216 ERGONOMICS CLASS 2 Hours 1 Years CLMI 15 401.72 Per Class 65219 EMERGENCY PREPAREDNESS CLASS. '2 Hours 1 Years. CLML i5 401.72 Per.Class 65210 EYE PROTECTION CLASS 2 Hours i Years, CLMI. 15. $ 401.72 PerClass 65221 SUPS TRIPS & FALLS CLASS Z Hours 1 Years CLMI 15 $ 40L72 Per Ciass FIRESAFETYCLASS 2 Hours 1 Years" ANTS 25 401.72 Per Class HAZARD COMMUNICATION CLASS 2 Hours 1 Years CLMI' 15 $ 401,72 Per Class HEARING SAFETY CLASS 2 Fouts i Years CLMI '15 $" 401,72 Per Ciass HEATWIURYPREVENTIONCLASS 1 Hour 1Yeats CLMI �73 401.72 PorCiass, F-65226 HOU5EKEEPINGCLASS 2 Hours 1 Yaaw CLMI 15 402:72 Par'Claus LOCKCHITTAGOUTCiASS 2 Hours 1 Years CLMI .10 $ 401.72 PorClass MACHINE GUARDING CLASS 2 Hours 2 Yaars. CLMI 10 401.72 Per ClassPPE CLASS 2 Hours 1 Year$ CLMI 10 401,72 PerCiass 65252 RESPIRATORY SAFETY CLASS 2 Hours i Years CLMI 15 $ 401.72 PerCin$'s 65254 ISAFETY PROGRAM MOMT CLASS 2 Hours 1 Yoers CLMJ 15 $ 401,72 Per Class. 65260 GENERAL SAFETY TOPICS CLASS 2 Haus 1 years CiNTS 0 355.95 Per Class 652W WRITTEN COMPLIANCE PROGRAM 4 Hours i Years LINTS 0 S A01.72 Per Class 63400 OSHA 10 HOUR GENERAL INDUSTRY" 2 Day$ 3 Years. OSHA D $ 300.02 Pat Pelson 65402 OSHA $0 FOUR GENERAL INDUSTRY 4 Days 3 Years OSHA 0 $ 709.18 Per Person 65444 OSHA 10 HOUR CONSTRUCTION CLAS 2 Oat's $ Years OSHA 0 30D,02 Par Person 65406" OSHA 30 HOUR CONSTRUCTION CLAS 4 Da J Years OSHA 0 $ 768.10 Per Person lot2 6000 RFSPIRATOR HTTESTING '20 minutes Minutes I Years 'CIM 0 35.60 Per Person issqi Rispigmay SAFETY cLAss wrrH FITTEST 4 flours I Years --ENTS Iz 483.00 PerClass 65502 SAFM AU131T flours I Years LINTS 0 Per class 65503 FUERGENCY AMONSETRAINING CL 4 Hours i years CINTS 0 401,72 Per Class 65SM WRTITN-SAJJ�fy & HEALSH PROGRAM Days i Years Mrs 1 401.72 Per Person 65905 CLASS CANCELLATION FEE 0 0 Nona, SS906 114STRUaORTRAVELFEE 0 Nona N 0 None LINTS 50.85 Per class 65906 AFTERHOURS FEE D None 1 Non 0 1 None - t LINTS 101.70, Per Class 2*f2