Loading...
Contract 2021-034ADocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 #2021-034-A AGREEMENT NO. 2021-034 FOR FIRE DEPARTMENT UNIFORMS THIS AGREEMENT, is made and entered into this llth day of May 2021, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and North America Fire Equipment Co. Inc, dba NAFECO of Florida whose address is: 1515 West Moulton St, Decatur, AL 35601, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Sarasota County through the public procurement process awarded an Agreement for Fire Department Uniforms, Sarasota County Contract Number 2019-103; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Sarasota County Contract Number 2019-103; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE 1— SCOPE OF WORK The CONTRACTOR shall furnish Fire Department Uniforms as described in the Sarasota County Contract Number 2019-103, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE 2 — THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as set forth in Exhibit "B", attached hereto and incorporated herein. ARTICLE 3 — TERM AND TERMINATION 3.1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until January 29, 2022 unless terminated or renewed by Lake County. DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 3.2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3.3. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2) additional 1-year terms. ARTICLE 4 — PROVISION OF SERVICES AND COMPLETION OF WORK 4.1. The CONTRACTOR shall only provide to CITY Fire Department Uniforms upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in Sarasota County Contract Number 2019-103 or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. 4.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. 4.3. It is expressly understood and agreed that the passing, approval and/or acceptance of any gasoline, diesel, kerosene, LP gas and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas and bio-diesel so as to comply with the warranties and specifications hereof. 4.4. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 2 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 ARTICLE 5 — PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION 6.1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 6.3 The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. ARTICLE 7 — INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 (a) CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider (a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission 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, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. (b) In any and all claims against the CITY or any of its agents or employees by any employee 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 indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. 4 DocuSign Envelope ID: E230D198-846645EE-9104-6D329DC767F5 ARTICLE 8 — NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: NAFECO of Florida 1515 West Moulton St Decatur, AL 35601 Attn: Ronald Woodall, VP OWNER: City of Clermont Attn: Susan C. Dauderis, Interim City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE 9 — MISCELLANEOUS 9.1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver — The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability — If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment — Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Agreement — This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. DocuSign Envelope ID: E230D198-846645EE-9104-6D329DC767F5 9.6. AssiLmment — Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 9.7. Venue — The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law — This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9.9. Public Records — Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (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 this Florida's Public Records law 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 CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. on DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 ARTICLE 10 — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 10.1. This Agreement 10.2. Purchase Order / Notice To Proceed 10.3. An applicable Contractor Quote or Statement of Work 10.4. All documents contained in the Sarasota County Contract Number 2019-103. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 11 th day of May CITY OF CLERMONT DocuSigned by: Tim Murry, Mayor ATTEST: -- DocuSigned by: T Aa--,,4 fl we Tracy Ac oyd Howe, City Clerk VA 2021. DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 NAFECO OF FLORIDA do-cu-S/'lgnedrrby: By�4C2F4f33'IQF>7T? (Signature) Print Name: Ronald Woodall Title: Vice President Date: 5/14/2021 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 CONTRACT NOMA:J� TERM CONTRACT FOR Fire Department Uniforms BCC APPROVED l�- THIS TERM CONTRACT is made and entered into as of the date of execution by both parties, by and between Sarasota County, a political subdivision of the State of Florida, hereinafter referred to as the "County" and North America Fire Equipment Co., Inc., dba NAFECO of Florida, an Alabama corporation authorized to do business in the State of Florida, hereinafter referred to as "Contractor." WITNESSETH WHEREAS, the County requires the services of a contractor to provide uniforms for the Sarasota County Fire Department; and, WHEREAS, the County issued Invitation for Bids (IFB) #1868843F on September 4, 2018; and, WHEREAS, the County evaluated the responses received and found the Contractor qualified to perform the necessary services; and, u WHEREAS, the County approved a Notice of Recommended Award on O�t+vber 1 2018; and, WHEREAS, the Contractor has reviewed the services required pursuant to thit;TerFn Contract and is qualified, willing and able to provide and perform all such services In' accordance with its terms. r 4_ NOW, THEREFORE, the County and the Contractor, in consideration of the mutual covenants contained herein, do agree as follows: I. CONTRACTOR'S SERVICES The Contractor agrees to diligently provide all materials, services and labor to provide uniforms for the Sarasota County Fire Department, in accordance with the scope of services made part of this Term Contract as Exhibit A, attached hereto and incorporated herein. II. TERM This Term Contract shall commence immediately upon execution by both the County and the Contractor and shall continue for a period of three years. This Term Contract may be renewed for up to two additional one-year periods subject to written agreement of both parties. III. COMPENSATION AND PAYMENT OF CONTRACTOR'S SERVICE A. The County shall pay the Contractor for the services rendered hereunder and completed in accordance with the terms and conditions of this Term Contract a total amount not to exceed Seven Hundred Seventy -Eight Procurement Contract *1868840100 Template Revised 05/22/2018 Page 1 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms Thousand Two Hundred Forty Dollars and Five Cents ($778,240.05) for the initial three-year term. B. Notwithstanding the preceding, Contractor shall perform no work under this Tenn Contract until receipt of a purchase order from the County. Contractor acknowledges and agrees that no minimum amount of work Is guaranteed under this Term Contract and County may elect to issue no purchase orders. If a purchase order is issued, the County reserves the right to amend, reduce or cancel the purchase order in its sole discretion. C. The County's performance and obligation to pay under this Term Contract is contingent upon an appropriation of lawfully available funds by the Board of County Commissioners. The County shall promptly notify the Contractor if the necessary appropriation is not made. LJM.6LI• L A. The County shall pay the Contractor through payment issued by the Clerk of the Circuit Court in accordance with the Local Government Prompt Payment Act, §218.70, et seq. F.S., upon receipt of the Contractor's invoice and written approval of same by the County's Administrative Agent indicating that services have been rendered in conformity with this Term Contract. B. The Contractor shall submit Invoices for payment to the address indicated on the purchase order for those specific services provided pursuant to Exhibit B, Fee Schedule, attached hereto and incorporated herein. C. The Contractor's Invoices shall be in a form satisfactory to the Clerk of the Circuit Court, who shall initiate disbursements. The Contractor is responsible for providing all necessary documentation that may be required by the County. V. ADDMONAL SERVICES A. No changes to this Term Contract or the performance contemplated hereunder shall be made unless the same are in writing and signed by both the Contractor and the County. B. If the County's Administrative Agent requires the Contractor to perform additional services related to this Term Contract then the Contractor shall be entitled to additional compensation based on the Fee Schedule, as amended, to the extent necessary to accommodate such additional work. The additional compensation shall be agreed upon before commencement of any additional services or changes and shall be incorporated into this Term Contract by written amendment. The County shall not pay for any additional service or work performed before a written amendment to this Term Contract. Procurement Contract #1868840100 Template Revised 05/22/2018 Page 2 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms Notwithstanding the preceding, in the event additional services are required as a result of error, omission or negligence of the Contractor, the Contractor shall not be entitled to additional compensation. 11 W161 akem- y • A. The Contractor shall save, defend, indemnify and hold harmless the County from and against any and all claims, actions, damages, fees, fines, penalties, defense costs, suits or liabilities which may arise out of any act, neglect, error, omission or default of the Contractor arising out of or in any way connected with the Contractor or subcontractor's performance or failure to perform under the terms of this Term Contract. B. This section shall survive the termination or expiration of this Term Contract. VII. CONTRACTOR'S INSURANCE No insurance is required. A. The personnel assigned by the Contractor to perform services shall comply with the terms set forth in this Term Contract. The Contractor shall ensure that all personnel and other agents are fully qualified and capable to perform their assigned tasks. B. The Contractor agrees to respond to communication from the County within three working days unless a shorter response time is specified by the County. C. The Contractor warrants that it has not employed or retained any company or person (other than a bona fide employee working solely for the Contractor), to solicit or secure this Term Contract and that it has not paid or agreed to pay any person, company, corporation, individual, or firm other than a bona fide employee working solely for the Contractor; any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of this Term Contract. D. The Contractor covenants and agrees that it and its employees shall be bound by the Standards of Conduct of §112.313, F.S., as it relates to work performed under this Term Contract. The Contractor agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to the work performed. E. Contractor agrees that it and its employees shall communicate with County employees and members of the public in a civil manner. All aspects of a Procurement Contract #1868840100 page 3 of 37 Template Revised o5/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms Contractor's performance, including complaints received from County employees or members of the public, may impact the County's decision to renew or terminate this Term Contract in accordance with the provisions contained herein. The County further reserves the right to suspend or debar the Contractor from consideration for award of future contracts in accordance with the Sarasota County Procurement Code if the Contractor does not abide by the terms of this subsection. F. Pursuant to §287.133(2)(a), F.S., a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in §287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. G. The Contractor shall comply with all federal, state, and local laws, regulations and ordinances applicable to the work or payment for work thereof, and shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Term Contract. H. The Contractor shall maintain books, records, documents, and other evidence directly pertaining to or connected with the services under this Term Contract which shall be available and accessible at the Contractor's offices for the purpose of inspection, audit, and copying during normal business hours by the County, or any of its authorized representatives. Such records shall be retained for a minimum of five (5) fiscal years (from October to September) after completion of the services. I. §287.135, F.S., prohibits agencies from contracting with companies for goods or services that are on the Scrutinized Companies that Boycott Israel List, or with companies that are engaged In a boycott of Israel, and from contracting with companies for goods or services of $1,000,000 or more that are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or are engaged in business operations in Cuba or Syria. The lists are created pursuant to §215.473 and §215.4725, F.S. Contractor certifies that the organization is not listed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged In a boycott of Israel or engaged in business operations in Cuba or Syria, and understands that pursuant to §287.135, F.S., the submission of a false certification may subject company to civil Procurement Contract #1868840100 Page 4 of 37 Template Revised OS/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms penalties, attorney's fees, and/or costs. In accordance with §287.135, F.S., the County may terminate this Contract if a false certification has been made, or the Contractor is subsequently placed on any of these lists, or engages in a boycott of Israel or is engaged in business operations in Cuba or Syria. 1. The Contractor shall notify the County's Administrative Agent at least one (1) day in advance of any meeting between the Contractor and any County Commissioner, regulatory agency or private citizen related to this Term Contract. K. The Contractor is, and shall be, in the performance of all work, services and activities under this Term Contract, an independent contractor. Contractor Is not an employee, agent or servant of County and shall not represent itself as such. All persons engaged in any work or services performed pursuant to this Term Contract shall at all times, and in all places, be subject to the Contractor's sole direction, supervision and control. The Contractor shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the Contractor's relationship and the relationship of its employees to the County shall be that of an independent contractor and not as employees of the County. The Contractor shall be solely responsible for providing benefits and insurance to its employees. IX. FORCE MAJEURE The Contractor specifically agrees that all work performed under the terms and conditions of this Term Contract shall be completed within the time limits as set forth herein, or as otherwise identified in the County's purchase order or specified by the County's Administrative Agent, subject only to delays caused by force majeure, or as otherwise defined herein. "Force majeure" shall be deemed to be any cause affecting the performance of this Term Contract arising from or attributable to acts, events, omissions or accidents beyond the reasonable control of the parties. A. The County's Administrative Agent is designated to do all things necessary to properly administer the terms and conditions of this Term Contract, including, but not limited to: 1. Review of all Contractor payment requests for approval or rejection. 2. Periodic reviews of the work of the Contractor as necessary for the completion of the Contractor's services during the period of this Term Contract. Procurement Contract #1868840100 Template Revised 05/22/2018 Page 5 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms B. The County shall not provide any services to the Contractor in connection with any claim brought on behalf of or against the Contractor. X1. TERMINATION A. The County shall have the right at any time upon thirty (30) calendar days' written notice to the Contractor to terminate the services of the Contractor for convenience. The County shall pay to the Contractor and the Contractor shall accept as full payment for its services, a sum of money equal to the work completed in any commenced but incomplete services. B. Any failure of the Contractor to satisfy the requirements of this Term Contract, as documented by the Administrative Agent, shall be considered a default of the Term Contract and sufficient reason for termination. 1. For defaults that are curable (as determined by the County), the Contractor shall be notified in writing by the County and shall have an opportunity to cure such default(s) within ten (10) working days after notification. 2. For defaults that are not curable (as determined by the County), notice of the termination date shall be given as deemed appropriate by the County. C. In the event the County's termination of this Term Contract for default is in any way deficient, at the option of the County such termination shall be deemed to be a termination for convenience pursuant to Section XI.A. above. D. The parties may mutually agree to terminate this Term Contract. Such termination shall be evidenced by a notice issued by the County. The County shall pay to the Contractor and the Contractor shall accept as full payment for its services, a sum of money equal to the work completed In any commenced but incomplete services. E. In the event that the Contractor has abandoned performance under this Term Contract, then the County may terminate this Term Contract upon three (3) calendar days' written notice to the Contractor indicating its intention to do so. Payment for work performed prior to the Contractor's abandonment shall be as stated above. Contractor shall have one hundred and eighty (180) days to submit invoices. Invoices submitted after one hundred and eighty (180) days may not be accepted for payment. F. The Contractor shall have the right to terminate services only in the event of the County failing to pay the Contractor's properly documented and submitted invoice within ninety (90) calendar days of the approval by the County's Administrative Agent. Procurement Contract #1868840100 Page 6 of 37 Template Revised 05/22/2018 9 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms G. The County reserves the right to terminate and cancel this Term Contract in the event the Contractor shall be placed in either voluntary or involuntary bankruptcy or an assignment be made for the benefit of creditors. H. After consultation with and written notice to the Contractor providing a reasonable opportunity to cure, the County shall have the right to refuse to make payment, in whole or part due to: 1. The quality of a portion, or all, of the Contractor's work not performed in accordance with the requirements of this Term Contract; 2. The quantity of the Contractor's work not delivered or performed as represented in the Contractor's Payment Request, or otherwise; 3. Claims made, or likely to be made, against the County or its property; 4. Damages to the County or a third party caused by the Contractor; S. The Contractor's failure or refusal to perform any other obligation under this Term Contract. A. To the extent Chapter 558, F.S. Is applicable, the parties expressly opt out of the requirements of Chapter 558, F.S., within the meaning of §558.005(1), F.S. B. In the event of a dispute or claim arising out of this Term Contract, the parties agree first to try in good faith to settle the dispute by direct discussion. If this is unsuccessful, the parties may enter into mediation in Sarasota County, Florida, with the parties sharing equally in the cost of such mediation. C. In the event mediation, if attempted, is unsuccessful in resolving a dispute, the parties may proceed to litigation as set forth below. D. Any dispute, action or proceeding arising out of or related to this Term Contract will be exclusively commenced In the state courts of Sarasota County, Florida, or where proper subject matter jurisdiction exists in the United States District Court for the Middle District of Florida. Each party irrevocably submits and waives any objections to the exclusive personal jurisdiction and venue of such courts, including any objection based on forum non conveniens. E. The parties hereby waive all rights to trial by jury for any litigation concerning this Term Contract. Procurement Contract #1868840100 Page 7 of 37 Template Revised 05/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms F. This Term Contract and the rights and obligations of the parties shall be governed by the laws of the State of Florida without regard to its conflict of laws principles. G. Unless otherwise agreed in writing, the Contractor shall be required to continue its services and all other obligations under this Term Contract during the pendency of claim or dispute including, but not limited to, actual period of mediation or judicial proceedings. XIII. STOP WORK ORDER The County's Administrative Agent may at any time, by written order to the Contractor, require the Contractor to stop all or any part of the work called for by this Term Contract. Any order shall be identified specifically as a stop work order issued pursuant to this clause. This order shall be effective as of the date the order is delivered to the Contractor. Upon receipt of such an order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. The Contractor shall not resume work unless specifically so directed in writing by the County. The Administrative Agent shall take one of the following actions: 1. Cancel the stop work order; or 2. Terminate the work covered by the order; or 3. Terminate the Term Contract in accordance with provisions contained in Section XI.A. In the event the County determines to not direct the Contractor to resume work, the stop work order may be converted into a notice of termination for convenience pursuant to Section XI.A. The notice period for such termination shall be deemed to commence on the date of issuance of the stop work order. In the event the County does not direct the Contractor to resume work within ninety (90) days, the Contractor may terminate this Term Contract. XIV. PUBLIC RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Sarasota County Public Records office Procurement Contract #1868840100 page 8 of 37 Template Revised 05/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms 1660 Ringling Blvd. Sarasota, FL 34236 Phone: 941-861-5886 Email: _Rublicrecords6scaov^..net XV. MISCELLANEOUS A. This Term Contract constitutes the sole and complete understanding between the parties and supersedes all other contracts between them, whether oral or written with respect to the subject matter. No amendment, change or addendum to this Term Contract is enforceable unless agreed to in writing by both parties and incorporated into this Term Contract. B. Time is of the essence with regard to each and every aspect of the Contractor's performance under this Term Contract. C. The language of this Term Contract shall be construed, in all cases, according to its fair meaning and not for or against any party hereto. D. The parties hereto do not intend nor shall this Term Contract be construed to grant any rights, privileges or interest to any third party. E. The Contractor shall not assign any interest in this Term Contract and shall not transfer any interest in same (whether by assignment or novation) without the prior written consent of the County, except that claims for the money due or to become due to the Contractor from the County under this Term Contract may be assigned to a financial institution or to a trustee in bankruptcy without such approval from the County. Notice of any such transfer or assignment due to bankruptcy shall be promptly given to the County. F. The exercise by either party of any rights or remedies provided herein shall not constitute a waiver of any other rights or remedies available under this Term Contract or any applicable law. G. If any term, condition, or covenant of this Term Contract is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions of this Term Contract shall be valid and binding on each party. H. The parties covenant and agree that each is duly authorized to enter into and perform this Tenn Contract and those executing this Term Contract have all requisite power and authority to bind the parties. I. Neither the County's review, approval or acceptance of, nor payment for, the services required under this Term Contract shall be construed to Procurement Contract #1868840100 rage 9 of 37 Template Revised 05/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms operate as a waiver of any rights under this Term Contract or of any cause of action arising out of the performance of this Term Contract. J. The rights and remedies of the County provided for under this Term Contract are in addition to any other rights and remedies provided by law. K. If the Contractor is comprised of more than one legal entity, each entity shall be Jointly and severally liable hereunder. L. This Term Contract may be executed in counterparts, each of which shall be deemed to be an original, but all of which, taken together, shall constitute one and the same agreement. M. The County may unilaterally extend this Term Contract up to ninety (90) days beyond its expiration. The unit prices in effect on the last day of this Term Contract shall remain in effect for the extension period. N. Any notices of default or termination shall be sufficient if sent by the parties via United States certified mail, postage paid, or via a nationally recognized delivery service, to the addresses listed below: Contractor's Representative: Name: Ronald Woodall Title: Vice President 1515 West Moulton Address: Street Decatur, AL 35601 Telephone: 256-353-7100 Facsimile: 2 56-355-085 2 E-mail: Ronald.woodall@nafem.com County's Administrative Agent: Name: Jim Lowery, Jr. Title: Division Chief, Logistics Address. 1660 Ringling Blvd. 6th Floor Sarasota, FL 34236 Telephone: 941-861-5969 Facsimile: 941-861-7194 E-Mail: jloweryjr@scgov.net 0. Any change in the County's Administrative Agent or the Contractor's Representative will be promptly communicated by the party making the change. P. Paragraph headings are for the convenience of the parties and for reference purposes only and shall be given no legal effect. Q. The solicitation and all attachments and addenda thereto are hereby incorporated in the Term Contract by reference. R. In the event of conflicts or inconsistencies, the documents shall be given precedence In the following order: 1. Term Contract Procurement Contract #1868840100 Page 10 of 37 Template Revised 05/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms 2. Solicitation 3. County's Purchase Order [The remainder of this page left blank intentionally.] Procurement Contract #1868840100 Page 11 of 37 Template Revised 05/22/2018 9 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 TERM CONTRACT FOR Fire Department Uniforms IN WITNESS WHEREOF, the parties have executed this Term Contract as of the date last below written. WITNESS: North America Fire Equipme t QQ tVnk' dba NAFECO of FI fida C Signed By: Signed By: Print Name: Jessica E. Franks print Name: Ronald Woodall Title: Vice President Date: 1/15/19 SARASOTA AOITY�a ' BOARD R- - - , COMWSS10 ERS k OF E ATTEST: KAREN E. RUSHING, Clerk of the Circuit Court and Ex-Offcio Clerk of the Board of County,Coffi-Iiissionersn BY: Approve V to rm and correctness: OUNTY ATTORNEYC*M CHAIRS Procurement Contract #1868840100 Page 12 of 37 Template Revised 05/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 EXHIBIT A SCOPE OF SERVICES 1. CONTRACTOR RESPONSIBILITIES A. The Contractor shall supply uniforms for the Sarasota County Fire Department that comply with all applicable federal, state, and local laws and regulations. B. The Contractor shall have a representative available onsite for fittings, a minimum of once per quarter, at a mutually agreed upon time. Fittings will be held at the following address: Sarasota County Fire Department 6121-B Clark Center Avenue Sarasota, FL 34238 C. The Contractor shall notify the County immediately if any product is discontinued. D. The Contractor shall have an online catalog, provide County with access to the online catalog and accept online orders. E. If available, the Contractor shall ensure that the County's Administrative Agent is supplied with current print catalogs as they are published. 2. PRODUCT SPECIFICATIONS A. Equivalents will not be accepted by the County. Only the brands specified on the Exhibit B - Fee Schedule and further described in Attachment 1 - Uniform Specifications, attached and incorporated herein, will be accepted by the County. B. If an item becomes discontinued, the County, at its sole discretion, may approve a suitable substitution or may discontinue the purchase of that Item with no substitution. C. The Contractor shall apply patches, embroidery, or silkscreen applications to designated items according to Attachment 1 - Uniform Specifications. 3. COUNTY RESPONSIBILITIES The County will provide Contractor with all required patches, embroidery and silkscreen artwork, as needed. 4. PACKAGING REQUIREMENTS A. In each shipment, the orders shall be internally bundled and labeled by individual name. B. All shipments shall include a packing slip. Procurement Contract *1868840100 Page 13 of 37 Template Revised 05/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 EXHIBIT A SCOPE OF SERVICES S. ORDERING REQUIREMENTS A. The County will place orders online, as often as needed. The County reserves the right to place phone orders when necessary. B. All orders will include a Purchase Order (PO) number. Contractor shall refer to the PO number on all future correspondence, including invoices. C. The Contractor shall not require a minimum order. D. The County will make every effort to combine orders for more efficient processing and delivery. 6. DELIVERY A. Deliveries, including backorders, shall be made within three weeks of an order being placed by the County. Exceptions may be made only with written approval from the County's Administrative Agent. B. All deliveries shall be made to the following address, unless instructed otherwise, in writing, by the County's Administrative Agent: Sarasota County Fire Department Attn: Sonja Conover -Kuehn 6121-B Clark Center Avenue Sarasota, FL 34238 C. Deliveries shall be Free on Board (FOB) destination. D. Delivery hours shall be defined as Monday - Friday, 7:30 am - 3:30 pm, except on County observed holidays. 7. PRODUCT ACCEPTANCE A. Following delivery, the County will inspect and determine if the product(s) received are acceptable and as specified. B. Incorrect or inferior/defective products shall be returned to Contractor at the Contractor's expense. S. INVOICING AND PAYMENT A. All Contractor invoices shall include a PO number. B. Items purchased from the Contractor that are not listed on the Exhibit B - Fee Schedule shall be invoiced by the Contractor at the percent discount off catalog price, as stated on the Fee Schedule. Procurement Contract #1868840100 Page 14 of 37 Template Revised 05/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 EXHIBIT A SCOPE OF SERVICES C. The Contractor's invoices for items purchased at catalog price less discount shall clearly show the catalog price at time of purchase (referencing catalog number and catalog date), and the percent discount, as stated on the Fee Schedule. 9. WARRANTY All products provided by the Contractor shall be fully warranted from the date of County's acceptance for a period of one year, or for the standard warranty period provided by the Contractor or product manufacturer, whichever is greater. (END EXHIBIT A) Procurement Contract #1868840100 Page 15 of 37 Template Revised 05/22/2018 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 W m � �fu m fu w = =V N W w U. W .L V Ln rl Ln ,-1 i� OR I� OR Ln r1 N lD f� N ,-t %D i� N O 01 w O r1 Z %D V %D C 101 Ln w Ln M M O M tG d' W -i Ln �O O 0% M Ln N d i i- ii1 ifs iPr -W 4Pr 4pr ifl -U!J- 4' ifr 'f' J W N N d N M t x u u u u u .0 u L u L u .0 u L L L u u u z(a M w to w La w M LU M w La W M W M LU to M MLU W LU w ,�a-l1 �In m LL�no0NQ 01 uj 99 00o N# No CA N °o u0 � ° uo�0CD c co �>* uuao u0 G 01 G1 1N 00u N O 0Ln0 W ^ cd M M c # LU W Ui n O O ri CMc ~ Sc# C Li Li Li Li Li Li # oo w#, U C Qom LD .Q O al aJ 'U T1 — , 4 ,� C 0 O O O V v al N IV u N Y LV a N N 3 3 J. vai u ui C u Ln c f0 tip c m N c E t� Uf N C N 4A V) CL Q +i O M *{ G L O u y�y '� O e N rl to v1 C C C C O C O O s; LO dl a+ sr N N N C M LO O O(n O �N �N ON Q = 0� 'd I I N Iin L N r4 � N� V d rE U. 0 rl � E M Q1AJ �` V VI (� V? = 1/! {n C � N C Lu0 a-+ Z y 0 y 5' >. ?O N ri Q3 N rE a) Z7 rt a1 ,-1 al O. C 0 2•.— A .— O rl CL !- oi, o u a� c. a o cr ct cs _� aui '° E a aaJ aas oc o 0 0 �a�u- oaruaaru a�u M L .Q� ��LnE o o orb of .nEra oELo Ln ��u u uL,-i Ln•ihL o o '-' n u¢ M u¢ E u¢ 'o u¢ v E=w Liu ai u �` ri ' 4 ri ai E L0 c E '� c I '° c a L0 c ' �'U `t a� m ai m Lo P ai ri v ri Lo < '- 07 — < • < — N y °1 C ¢� ¢-p GtQ� O¢'C y t CL N— +oE +oEEQ Lac roc E crco Eu Eu�°.E E c u —cam- 3a -u-u� t -t Eou E Lv II Ow - �,b .� o MQ MQ M M LoN Lo'"1 p u o u p u u M 0 m W C C C C C lJ C C C I LA I cA — of Ln Oaf tr► C La w .-1 1-4 r-4 O a M Q a La o c. M u Q. La 'a W co — ' — Ln CL u N a+ u co u In u Ln >, to Ln` I +� M rIV rV Ln �C Gc Cc >.ta >.in to c(n�'ta?>41L j I 0 1 c �a a� C Lo a� c ea w� Ia 1 ,� o to La E: Ln Lo Ia Lo a 14 +o v '° ° o c a� a� r L L- o o o ao U)O 1M _ LA vi tlLin CL in 0- w a to C. u to u vL u al L. at• � � � Q} y aL al = O O al y a7 i C u L C u 'O C u L O u L C +u+ G1 u L N L N y ►- r.r to E fa O E is O E L p E I p fa ❑ Ia ❑ Ia am a < ❑ Q O¢ D_ R w A. a w a_ OM w cn a w co N J a Oro a E m V Ln N OD ON �yI ta DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 W m � m W =v K W W W W Ln Ln M M t%0 ri N fr 7 N M 4r I4A VIC I4& -J E x W tr X ix N 16 W 0� L L u u u w w w OWG Q� a z 2 E CC G M in °LLn to 2 CA d• u?� � ucri U� Ln C C C M LL LL LL c m O � N � � c O Bow a M E N 'c rl am c C Q w .c E M E� a Lin ac 3M tF , u w C in aW cU 'in- 0 m rn� J CL +� c 0 i N V Q! [V Jr.N au -W U1 MaE Elm rs w�a w � N a 3 � u •e . a� L E m Naas w c a CuCS J CL ri Z ad :3 t X X N M M LI w M u to w O� O N s n M Xx o I N N .1 � M M L u m w M O M O� L. 0 V L. O ULn L. Ln IM Ln C31 W 01 CC C G OD C Ln 00 C Ln 00 V s oEm %+ N ` V�r4 �LEw V R r„j 0 NCLt N +�t; mp1V f�Ii cam �Z 0 Q u 4-+ m cCL M MV IV a E ro CL Y. '� rV cc cM Z'a%0 0' m•— u ai C .— — EyV `°0�•a�iar ai CLIL d c a; N m L Val 'CO L C 3�u3m6EE ai 'C E 0c P U U mvr0ro0 o a 0 < < � m > dCL c c 'A0Aa�ia�i ° +c c CIL u aI� d u u w CD M ,-i ! Ln a (A unf w In 1%D .-, ri L V U a c m w E la M + Cu L. L. L a L m L- b m �+ rU V a+ ►Lt �.cL g'C 0 'C u no. 0a a >, g IM 7-1 N CIL -m�q fl.� N �rI Mo o rO y c IL o 0 �C mA�•wwroQ.?a"iN E 'uaEEALn EWinLA CL L C C 7 U L c C m +.� al d °ttl� °zr M E� u u•G a� u u ra. o me yaa m ta¢ >vacc:> o.cc TOMOW Tm'"WO ME w USE o°a"iauio•-mauiCt aui in d w w In (A CL aO iA ran w t u C N Q- m IM V d m mmrr Rd oa �_. 01riN Q•W 5,;C� ., CL U. c c , M-Cc°O Vim. UU 10 E a En in NoEE N CL 1. o �Maaa c c a� E 0 •- - 07 m_v•o Y u u =cac.a w 6W 0 inl 0 a o� CO c 0 u c a E E DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 LU m� m1-0 Ul �. _ =u x `� W W W IL u nd IR N 4A- rl N 011- tj i N N u ► ll1 4& ,-i 00 in ift. H J W x x J x x J x x N N En x ' fn x x N N W IU. u0 Z W Iu0 W IUD �W Iu0 W � 'W V W 7g cd # W V� 01 Uce C1 ULO cm%D UN Cl �� 0 0 1aL �1 IS c�-+ N c� LD G 0 a LL L1- :i N � H N d tn E of of uL.mr=u, UmEw tj -ME,, GO jtn aa,#A ma`0Ln u u 2 .c � gW.OIIC. ZW 0d Z W OOP. n.c.-. N a t i-. N A L 0-% N C, j j 0 '1 N a L Ol .-a N p, ,4 O) r4 N 0 ii �r p) O O� �r co C O Q1 B� a O O E!� -uu E!� -uu m m -uu y u>. O w O u 'r O O E u A 0 O y 4-aMIntnw wMinch,w aMto(nCL 3 a 0 41 �+ a� N 0Q� 0 d '� � Jgmm.!= �o p`tr h 0imtt O uu M¢Q we 0¢¢ Oe w¢¢ >wLcc>0Lcc>w M-Cc c_�v c_-av &AoaOOTO000T0OOO O U O u u O U O U u O WUU R CLCL= a aaCL vr o CL to a Uf m a cn a V} 0 0 u) a Ul th u) nt; IN N N u V Lj _ VS 10 � a -a a�i Aim vnu yu c autn CL A W Co.O O 0 tn L. b 0 g u u at �ni Q. u � a Z' v M u oUnO o(O . L 06 �,iN XV N� X(� a� m CW N 41 O N 0 0 °J c--zv 2E =02E CL U) m ri r-I 1h rn j �L yy 0 Lrn riN 0 �irlN a� O O ao 0 0 0 0,0 0-0- 0 S-a==w00uuOs,muu ummEEinw:BEEJ)m y ,m uOi Q¢ y W Z ri .40 W .-i .-i y� ac c v o �'c c c C O O O O O O O WOMOVO 'OEEVaEE u u aE u u z oC.aadtM>E��=mE a In U) Ul'0u)z OQQV)z OQQ N IN n M w O 00 N CD m 0. 0 0 0 IV m �o 0 u c 0 u ar c m E u 2 a DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 W m.j m W = V x W 1L >W IL W u Q O r*, �+ on, V - 2 e u N W C X X X x N s u m uJ m L � t Y �MH ��M �w �OCOaa)) �0 wW p q} O 'O y a m .- w E O ,y2N �'SE y2u a� .0 ai d CO 0) ei' i00 Q C 'p U. O '�_ IL ri ri r, OHO .CNN G L *-+NI' 2� t C C C 161,.0 C C C C O u u u a 0 u u u rn'.3.0 w a w a . U W 4j W L V7 A ch 0) t L N En[A in ,-I r1 r1 w e A C C G y e m cc C C—CEEEC—M=EE 7aIAuucti oU)uuu 00 ��uu,ccc �LNccc uuu WWaa)w— w0ww a�uCOLiuniwaguw 0 to x 6 x p1 � O W r -- W N (A (A O W u 'a y U 0 E- Eo• 0Lu W 12 r G .4 ni N .� Z L. O O O fO uu u cnm �'cn w n a7 Q G r-I rl r-I d E V C C C W O LO Gins aryuuu >u c tt M ?�cccc c av�-o o v N H u yuui� oQ .'lnCL CL aUcA00w Q N u m W 01 ce WC) W O > O oa a) m IO C u Y a7 y U ._ `J c EY Ea0urN w O m d'1'I M 12 mO.;NN yZi000 a W u u u cu a c e c°Jn cn cn X .E G N�V wVcu EEE > U A u L fie AQQQ c aJN c c c c�_� s0�a-0ia-0ia-0i ui W sss L uaui (U aui a U u7 Ck (n to Q� N s U �o W im In LnEM40 G U Y a7 �L m .O -u oE c °W�' E0CLrto O 1C0 12 p Z i 0 0 y E ui S o ° cn cn 2 e-I r1 w E V c c c EE �Mg a �U�aa a� = C C c 0 tl% fA u u CL a° U cn Ian th Q en DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 W m .d m W M X =y xUS W W LL t; Q M sM 9 Ln I' -6111- M I XN � X H N _ LL W 4 u u zlu w w =g a lu �c am zIz d f Z 0 H W O c J W O >0 O M Ln X i X N L u ra LU O �± 'a N }� a� to Ln it i.i m Yl A !d ai r A m +ta uy aci �-6 °01 uY°Jacr +� u- i �+ u.- `1 y u L -0 p1 � Ln W 01 � u �1 � to 0 L Y L L Y LcOWMA °caWw °couEuin w�a�m¢Ema�mQEarQ�aoa E ,--� r' M Lu E rl r-1 M Lu E p ArO+••�NN OGr4NN Ate+-{PVN j2Z ar c c c 0Z V c c c °Z ar c c c ° � 0 o 0 i 0 0 0 L-0 0 0 W � w 0) CP LL a a) a p113 Z {n � fa) 0- Ln (Al Ln c ._' Ln Ln Ln c .- E c D o c 00 c rl .-i axi E o�+�+. x E O�+y+.� x E N y u c c c N (� c c c Q3 u c C c N a7 Cl N W O N 47 U! d Or N 0i O N O L t L M N O t t L O w O t L t O t H u u �L A u IUO {A u u u u ii' > u Li+ > u IPPO °'cccc a�cccc acccc c arvv- c °'O'a-a c 0-0-v tO20ar0.c°waJwa.cO Vwwd in to vcL_= W 0 b/l V u u Ln 0 1 = = = °o�aa"ia °o-�carmar°��auiva' O L •— m CL o L= M 0. O — a a� f1 u Ui N N 0 0-u Ln N W N Do-u Ili Vl m NI 1 X tlI X X N mM Lu Lu d c 0 r-i C t; c g th u W of Ecyt Lu0auEm o E 1(1) u �°Z2 cQ N � �N N 5 -=—o ao�auitc� �.Laa ar ..fl N u} N L in 0 u .N > L u O C 'a 00UJ 'e 0.0 in m oGLuN o H L m '- o m ri T-I L a°u wm,-'Ncn = O Ay00'00 Z dV(U:s o� �'LMAc EcNEar W O c u E L A u °Z �¢ roZ'No�ic ao0aui� � L a CL .M m w y N 0 M N .#A In la j,L 01L u m 10y�00 CL .E ° a! LU Ln0�o o 2 E "r' a u 0 u. ri !, IM IM Ifn I mLn O Q co w Go c u L c a) u 0 a DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 W m J m W = N x W W W U. W I%0 O z It d `4& 401k u{i X w Eh N X W W 012 r u to W p1 G� z �J OC O >0 Z� a # z 0 d y w G In cO Na UT M V-1 N N CO N N C ` _° � y C; oj t G c m 1v W E Z u+9 `u E p�N u v c EOw2.Eca wEu�QU= oalluuic�aur in —Y N M o� w aaU N m mIn W sL IWl1 a7 p � � Y _ �+ N AC (tea .� �u C� �..1 c �.a °Na _ .rn = a1 O, c ." I N 1 O a w N p 2 .a V:c cv 8 d u w LL ri N to w rn t u t0 w >V O Q! C w� >� V D 7 It K K V s u W t u m W p1 tT 0 O LU O > 0 > # # # # m C r+ _ r t }; o c c Z' o► m �' a5 cn m QIQcILm 6. t OwSNzmu W O` p A u L ui a LIn -0.0 CIO cE'sE EE 'uwAwQ wp-ucnuIV Ln �oZocz oV = ocwc -o O c u E-a T U12 ��:B 4 ° Edu1Otu 0uu*,0uu„uu+� I L-< u +�_ � -° cn c :R n c 12a N c p 00 u C ��'+ d � � ri N � ° ,� N -W 0 ri N E— E E �If Z _ Q d 7 -0 �, ._ -1 M = -0r.W �EcuaEaur-Ecu -W�'Nas-v, �a�ai 2cuwm000 O�NC0M L;EP „E� ,;Ey c:2 x�=< x (Ar< x(Am< O O O aJ O N O u N y u a1 y u .o m•m'� c u c= u c u c ) C (� A OeQ w OeQ w OVQaa1 (n ° u cE: L u c L u cE: in C— u p u 0 u, ' to u t CI � C9 O Ow a V O w to 0 0 W a a� u u > u u +� In a= r >,�.a O-arq c p u m c a m m co m m C O M m i. a t0 L. d. 10 L. ur L O O w N C t fa W� L H t0 :2 t H� '� (Al moo 0InO+.,0In41a0,tna�;o O 0m 1PV u OA ant 02 wA O& tn.8 mu aEim,-,Nmmz uwa°E uw75i uE M fn 1r �IT DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 �j u Q G O N N r^-1 J X x x x d IN -I X Cn X V1 X in X H N X N X N X N I U. O� zN w w w w lu w w E# r 0 G to 0 C oC 0 >00 0 rVV �# m N z�� a z � m r mV t •�' m� c= >ii c5 xw 0 N -0 u1 c c'G W a7 0 c N c c at O G= W W W O 0,.,� O E Z 0 J) O= N N 0 Y V09 al In war u��m u�"Mm Oyala.+rtt►Yc Or m w.= c(nYc W Z O O ON a7 rn�scu.flUoo��U muw L. EQ •44 (nn1 •f11 y W X W V c` O0IL H .V-1M 000. c !nL UZ�-0 cVq (ACrANo O0 u�G� L. �O L as c o o (�L o u> 6SO-OW 0� d� wwmMZ!wi u In ,= cNfn �,= cN 1)' �16a�0�V+J+•+0 in t N(DLu10 00Lv,0 W L IA m:2 wz.ae • al O E E g u mm u w, O E u mm N�i1o1���i1a a � u w l- I[A [A a F- U) U) c MO c MC co 'ro0N co IIN c c c c c c c c to -0 D -o X L a) W = W w W in a� w W W G I�if�u v Oyu N a� oNu W 0WU 0 w :3 111 cvaia a fA N �I0�O• '— 0 to y1nN � U) . Qi ISO y L 10 � .0 m 3 .c c L N c y c -ow L c L W c V U c v U N u u V! V u c+ 11 NY �W= >.�A u—N cci acN acN yr^IMO O O.-iN� N+^-IM0 �rIN0 U)-4Mo O.-INQ N°•-IIm prlN au006 0c —u00 -u00 > 0 > altt > wtt > wB:l3 u 0 0 0 yU}in �a0inu) Q)BR nV! A ri r•1 0 .-i .•I b ri r•i R .-i .-i 0Z 4.04+ OZad+.+ Oz.N" OZAJAJ wac'�V NOc'oowCL)ww t "LL t L_LL t ".cL aa))EE LLL m m L u m to L ra Iu0 L m 0 n �V)<<t-'-i<<a -En4< (naa WE IV Iq Im Jt IV IV I,- t. 0 0 0 Q co Go Io 00 .a Id T s v E v a DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 W m J m W Ml = = V X U' W UJ w IL In lJ 1 M f tNG tr1 I M G Z OG �a OD C; O rNi m Ln (A � X X J J X X X X X N N X N X N X N X C) u N W W Z z O IY a W Z tj t O V N W W 0 W lJ 0 0 0 mN �N -0N -00N �C C C 0 cl) di ° u a v ° W CL rL u -M in vi v m m Ln COL AoCQ; OO +� �u o ins c� l0 O�V+' c c w `�awr0E ua�� to Y � to U) O V X �r t �� w w w w w L w 1l1 V ti C u L 75 °U(D� 3QW °aaa) w N CLq m m t m L w1A 3Nc 3N° aLl qwj i L L w nuMu 41uU uu � to N p C N p C wa a IQ Q .0 -1 M p y N M p N CUr! 0 N i p +-I N r1 oU� O C V O O � i 00 >m �'�0dt w� �my�wa) Ctntn w2u)Ln w�inin t0 ,-1 r4 to 1-1 °�V Z c c cc c � rc c t w w° w w w o 4) w w u y EE t L y= t NUu u u N L MN �tntn¢af=inaal-inaa qr ILn Ln b W t u m W iJ} to C O C�7 C C x jCdw 3cww �rL ° ri sr tG t>= V rn Ouuww Ou`aww dm (a$Y v°i a uI RLRl 0 n C N m 10 C N tD M g� u tn 4-1 .0 !C aLj L N y In a a�oY�>.wo'�°o o N O CI+NN'o 0 Q .. N O N• W 0 0 C 0 L C C t Z oo �V�ootnw > > umi� a � c th In w c V) (n Oi in M O .-i .-a 1 O , ' ,-i - E fl►�(i4141 tTf V404-1> w o�a°ia=i a°i=;.+ uAuutuuit�auuwc�i t0 � CA ta A � � u �i r-tntnaa�tntnaa, n� N M IA— M N w O m a DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 LU [7 O Q ON V M !N M OD M rs � V!)- 4A, i W J X X d• N d' + N ti• a N— �1I Q X U1 X ri� OD ��jl N X N N N O W w W to�... W i W W W LU W W =2 a a a �z > u M A2 g �M �M �mviQ QW = N HN c C ~�Mz a� V) � Ln V; Ln 0 ui W id N W C O N C 0)W W A C N N N {may U)) XN L i a0= to a s= �L a c �� o Ntn � O E W 'u ca�u --�"Ea —L"Ea ax•- a-c �� c WW a Ina cm1°.cE cA'°.rE mu aut'i FFu La U. vfli � a a °NQ u °�Q u uci!fl� N ra� C a E m in �wM Q0 �gajCQ�'�+ A r s. �- 'Q Q L L- Z7 Q in yME in w 0 ti it u Vuacc Uu°On z u0.0 Ua�io c p aalo CA a a Wu,a a oaL �aL °� o'a in u a u 1n u &n z uQ uQ � G. vvi NU tuErVU41umrn �+�VMtA oUi.s ov;� 1a1A NV-4 _ 0N-! at 1a 10 aL 10 a) a•p a a� F- 0J C 1n .1N Z� Q1L �C � 02 �c �L a Y a aY M C C L G C C C-0 y 0 c C•0 aa) u= 0 u(C R 0 o cn W o» o° o L L°° paui � aui $.o c a�rw o�a�'iauiw�c..R LU 0. Ul V incur thca in" >v, U) U) N m UI V) �. R p� w in fa D w Lnn ri 0 in m ri 0(a ;i N �z `riU� mZ `mu Xca Xca x ELA °n c c c C �-,�N r•1M c �.:NriM a (A n a CNu a v- r1 N N a u- .-i N N 14 E G 1n E 'c M 0 ,-i 1A E E E E2y�c c c� c c c cN 'cN c c c c•- ct }'sLLL o 0 0 o c o"�' o 0 0 a a .o a 3 u u a u u u U> L c •— .— — U1 L c .— .— .— w > In > � Y '— � 1° f° me -PP . E oa cu aim E 0 w a a) a T a E r In a a as ° �N QQQ n �<<" a1i.?U)EnU)n at3U)U)V)mL tom 3 ccLU 3:-20 0 0 0 CD OD %D CID r, m fIIu° C c a E a L 10 C. DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 u, m J G m W ty = = U) W W LL W O IO O r-1 00 LA O O O o U D1 I O O co Ln 00 O O O BIZ v � � � � � -W N frJ u N N N'� J O lu O Q U) N t aA 1 N Q N IR C s� C .W C.2 � J Z z Z Z dl LA O Li O �- O LL X cm iu 099 m mtua m m to m is m V Z Lu LU LLI LU LU uj LU LU LU j O ZLU `a u �o L O g ii n 00CL M 0 �L+ (D t%D Ln ko = '"' z z z z z z �G Z # k M a �Q# z tn N Q ,••i W'a to u i1 u a u a O Lu E E�' a��°1 a�i E E a`L a to 4 c u w at u•CL O o u u �'v �� °° L o m iEu a]wQ LLL m yR �R V tA ata t' O m O N V .D O L ._ u N c u a 'th m �. � c c E c E c a s Q. ,., Q �^o w -a uc uc �' cm s cat 't3 _ C Q a O .-I N �i u, u N C fa Ln u ate++_- NLocc4) w QE4� QE E� UE n. C uaui e1� Eooa a c c uc, Li.iu�, VI N i _ i ou L0)w fVA O CL N R d C 01 LL. L/1 {!I y y 1a fa Q t 1L C 0 LU G C m u O N +� V r-1 ,-� to N N LT L y 01 p c O L N G •-� N >' C C> > vai C O vai C 'O E JO N O _. LL ° u� tU 0 0 R N W u u ++ In N j i Q'a C o ,Ln +��° �vf E E E E 0uw °cam uo ~4)O d a� ¢ ai m m m ra c u c aJ m A y y LlEJ 41 4) U) {n + R� ra H E� 1�1 ��+ p t�/ N LL .ate.+ m > Q 43 fa a) IO — r•1 ri Q Q r-� r-i . 3 O O u O o c O U P c0 �^ iJ ��6L JJ L+L VIA N U0 U u� �� L N LL u N ri 3 .D O c C C' N N �— O O � ,-i x ,-i N •-s d w O ._ ._ m �0 C— et c E ��� �_� a, aM m W u z Qa� i=ctioccQ�� m wuouo 2ON m 1� 00m � ono Goy �uu uu,, �, Leo ��—uuiAMU a�u o ct'iuLL�u�►oro�o�+0mv, imu��+' r. �as�aV a�a� �fl�a 4ta>'4�a� Eua ou Yo o"c: Y Mtn=IACACA uQQ= w a>(A>U)LU c :3 a [ain u Lu a. Q E a Z ju N Frn L11 LO L� co G�Ir- O +-�tD %D LO t0 LD �D �D 1� 1 _ I DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 - Uniform Specifications 1.0 Uniform Descriptions 1.1 Dress Pants (male): • Navy (NV) • Flying Cross, MFR (Manufacturer) # 47280 • Fabric 75% polyester, 25% wool blend 1.2 Dress Pants (female): • Navy (NV) • Flying Cross, MFR # 4728OW • Fabric 75% polyester, 25% wool blend 1.3 Dress Pants (male): • Navy (NV) Flying Cross, MFR # 3900 Fabric 100% polyester 1.4 Dress Pants (female): • Navy (NV) Flying Cross, MFR # 390OW • Fabric 100% polyester 1.5 Pants (male): Any color VERTX MFR # VTX 8600 • Phantom light fighter Weave mini rip -stop • Weight 6.5 oz. per square yard Fabric 65% polyester, 35% cotton • Embroidery red SCFD - centered over left pocket Embroidery example attached as Exhibit 8, 1A 1.6 Pants (female): • Any color VERTX • MFR # VTX 8050/8051 Phantom light fighter • Weave mini rip -stop Fabric 65% polyester, 35% cotton • Weight 6.5 ounces per square yard • Embroidery red SCFD - centered over left back pocket Embroidery example attached as Exhibit 8, 1A Procurement Contract #1868840100 Page 26 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 — Uniform Specifications 1.7 Shorts (male): Men's Ascent Shorts, Style # 1114 • Any color • Weight 6.5 oz. polyester/cotton micro rip -stop • Embroidery red SCFD - centered over left back pocket • Embroidery example attached as Exhibit B, 1A 1.8 Bike Shorts (unisex): • Navy • Item # TR 602, MFR # 1081 B Mocean Tech Nylon Reflective Bike Shorts Fabric: 4 oz., 100% three-ply Taslan nylon 1.9 Long-sleeved shirts (male): • White shirt, Flying Cross # 35W54 Fabric 65% polyester, 35% cotton • Patch applied - Maltese Cross - on left arm (SCFD Maltese Cross logo) Right arm is blank • Valor Duro Poplin Patch example attached as Exhibit B, 28 1.10 Long-sleeved shirts (female): White shirt, Flying Cross # 126R45 • Fabric 65% polyester, 35% cotton Patch applied - Maltese Cross - on left arm (SCFD Maltese Cross logo) Right arm is blank • Valor Duro Poplin • Patch example attached as Exhibit B, 26 1.11 Short -sleeved shirts (male): White shirt, Flying Cross, MFR # 851154 • Blue shirt, Flying Cross, MFR # 85R5435 • Fabric 65% polyester, 35% cotton • Patch applied - Maltese Cross - on left arm (SCFD Maltese Cross logo) Specialty patch applied on right arm • Patch examples attached as Exhibit B, 2A, 2B, 2C, 2D, 2E • Patch placement examples attached as Exhibit B, 2A 1.12 Short -sleeved shirts (female): • White shirt, Flying Cross, MFR # 176R54 Blue shirt, Flying Cross, MFR # 176115435 Procurement Contract *1868840100 Page 27 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment i - Uniform Specifications Fabric 65% polyester, 35% cotton Patch applied - Maltese Cross - on left arm (SCFD Maltese Cross logo) Specialty patch applied on right arm Patch examples attached as Exhibit B, 2A, 23, 2C, 2D, 2E • Patch placement examples attached as Exhibit B, 2A 1.13 Short -sleeved shirt (unisex): Mocean Tech Two -Tone Reflective Bike Polo • Color: III Vis Navy/Yellow Fabric: 5.95 oz. 97.5% polyester and 2.5% X-Static silver nylon • MFR:0354 Embroidery Maltese Cross on left chest (SCFD) • Embroidery up to 3 lines on right chest - Navy thread: • Job title Specialty First initial, last name • Embroidery example attached as Exhibit B, 1C 1.14 Polo Shirts (Unisex): • VERTX action Polo w/cold black Fabric 100% polyester Full dull yarn • Weight 6.5 oz. double pique weave Navy (NV), VTX # 4000 Reg • Navy (NV), VTX # 4000 Long (Torso) • White style, VTX # 4000 Reg • White style, VTX # 4000 Long (Torso) Embroidered up to 3 lines on right chest: • Job title • Specialty • First initial, last name • Maltese Cross embroidered on left chest - 18,361 stitches • Red or Gold thread Embroidery bugles (gold) on lapel Silkscreened Sarasota County Fire Dept. (2 lines, top line arched, 1" font) on back • Embroidery examples attached as Exhibit B, 1B, F • Silkscreen example attached as Exhibit B, 3D 1.15 Polo Shirts (Unisex): • VERTX action Polo w/cold black • Fabric 100% polyester Procurement Contract *1868840100 Page 28 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 - Uniform Specifications • Full dull yarn • Weight 6.5 oz. double pique weave Any color, MFR: VTX # 4000 Reg • Any color, MFR: VTX # 4000 Long (Torso) • Embroidery up to 3 lines on right chest: • Job title Specialty • First initial, last name Embroidery Maltese Cross on left chest - 18,361 stitches • Embroidery example attached as Exhibit B, 113 1.16 T-shirts (Unisex): 100% Gildan Classic Pre -Shrunk Cotton MFR # G2000 • Available in any color • No pockets • Silkscreen Maltese Cross on left chest (SCFD logo) • Silkscreen Sarasota County Fire Dept. (2 lines, top line arched, 1" font) on back • Silkscreen examples attached as Exhibit B, 3C and 3D 1.17 T-shirts (Unisex): 100% Gildan Classic Pre -Shrunk Cotton MFR # G2000 Available in white No pockets • Silkscreened Maltese Cross applied on left chest (SCFD logo) • Example attached as Exhibit B, 3C 1.18 Moisture Wicking Short Sleeve T-shirts (Unisex) 100% Polyester MFR # G42000 Available in white • No pockets • Silkscreened Maltese Cross applied on left chest (SCFD logo) Example attached as Exhibit B, 3C 1.19 Moisture Wicking Short Sleeve T-shirts (Unisex): 100% Polyester MFR # G42400 Available in any color • No pockets Silkscreened Maltese Cross applied on left chest (SCFD logo) • Silkscreened Sarasota County Fire Dept. (2 lines, top line arched, 1" font) on back Procurement Contract *1868840100 Page 29 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 - Uniform Specifications • Silkscreen examples attached as Exhibit B, 3C, 3D 1.20 Moisture Wicking Long Sleeve T-shirts (Unisex): • 100% Polyester MFR # G42400 • Available in white • No pockets Silkscreened Maltese Cross applied on left chest (SCFD logo) • Silkscreen example attached as Exhibit B, 3C 1.21 Moisture Wicking Long Sleeve T-shirts (Unisex): 100% Polyester MFR # G42400 • Available in any color • No pockets Silkscreened Maltese Cross applied on left chest (SCFD logo) Silkscreened Sarasota County Fire Dept. (2 lines, top line arched, 1" font) on back • Silkscreen examples attached as Exhibit B, 3C and 3D 1.22 Jackets: Elbeco Shield Performance Hi Vis Soft Shell MFR # SHVSSJ Black/Yellow 7.6 oz., two-way stretch woven fabric 96% polyester, 4% Spandex, exterior with fleece interior • Maltese Cross embroidery on left chest - 18,361 stitches • Embroidered up to 3 lines on right chest Job title • Specialty • First initial, last name • Shall be available in sizes XSM-4XL Embroidery example attached as Exhibit B, 1C 1.23 Job Shirt: • 5.11 Tactical Water Repellent Job Shirt MFR #72363 • Fire Navy (NV) 11.6 oz., polyester, cotton fleece, 1000/a water repellent Fade resistant, multiple pockets Mic pockets at both shoulders and pen pockets on the left sleeve • Embroidery Maltese Cross on left chest - 18,361 stitches Embroidery up to 3 lines on right chest: Job title Procurement Contract *1868840100 Page 30 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 — Uniform Specifications . Specialty • First initial, last name Silkscreen Sarasota County Fire Dept. (2 lines, top line arched, 1" font) on back • Shall be available In sizes XSM-4XL Embroidery example attached as Exhibit B, 1C Silkscreen example attached as Exhibit B, 3D 1.24 Belt (Unisex): • Manufacturer: Boston Leather 1 1/2" wide rugged duty belt Fully lined 10-12 oz., drum dyed full grain English Bridle leather • Solid brass snaps Sam Browne buckles, solid brass, chrome finish Premium black leather in basket weave pattern 1.25 Belt (Unisex): • Manufacturer: 5.11 Tactical TDU Belt M FR # 59551 • Non-metallic buckle • Nylon webbing is fade and rip resistant Reinforced with triple stitching • Black • 1 1/2" wide 1.26 Women's Crossover Ties: Navy (NV) • Fabric 100% polyester Size: N/A Adjustable band with button snap 1.27 Men's Ties: Navy (NV) . Fabric 3000/6 Polyester 57" length 1.28 Hat (Flex Fit): FlexFit Athletic Pro -Mesh Cap . MFR # 6777 Any color Fabric 100% Polyester Mid profile, 3 1/2 inch crown, curved visor 6 panels Embroidery SCFD on front panel Procurement Contract *1868840100 Page 31 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 — Uniform Specifications • Embroidery example attached as Exhibit B, 1F 1.29 Hat (Adjustable): Athletic Pro -Mesh Adjustable Cap • MFR # 6008 • Any color • Fabric 100% Polyester Mid profile, 3 1/7. inch crown, curved visor • 6 panels Embroidery SCFD on front panel • Embroidery example attached as Exhibit B, IF 1.30 Hat (Boonie Style): Tru-Spec Adjustable Boonie Hat • SKU # 3311000 • Any color • Fabric 65/35 polyester cotton rip -stop material • Adjustable sizing strap w/cord lock • Brass screen vents • SCFD embroidery art work • Embroidery example attached as Exhibit B, IF 1.31 Vest: • Hi Visibility Class II Traffic Vest Lime/Silver • Fabric 100% Polyester Adjustable sides/Breakaway [The remainder of this page left blank intentionally.] Procurement Contract #1868840100 Page 32 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 - Uniform Specifications 2.0 Uniform Embroidery, Patches and Silkscreen 2.1 Embroidery 7 IF, A. PANTS (RED SCFD ABOVE LEFT BACK POCKET) 1 B. FRONT OF SHIRT (POLO) C. SHIRT FRONT (JOB SHIRT) Procurement contract #1868840100 Page 33 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 - Uniform Specifications 2.1 Embroidery (continued): D. MALTESE CROSS LOGO - RED E. MALTESE CROSS LOGO - GOLD F. SCFD LOGO FOR CAPS/HATS G. BUGLES ON LAPEL Procurement Contract #1868840100 Page 34 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 - Uniform Specifications 2.2 Patches A. REVERSE FLYING FLAG PATCH B. MALTESE CROSS PATCH 4 s �' Jl• _ C. SPECIAL OPERATIONS PATCH V (NOTE: Special Operations patch is applied on a diamond) D. EMERGENCY MEDICAL TECHNICIAN PATCH E. PARAMEDIC PATCH Procurement Contract #1 86MO100 Page 35 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 2.3 Silkscreen _ t Attachment 1 - Uniform Specifications A. BACK OF POLO SHIRT (SILKSCREEN) B. FRONT AND BACK OF T-SHIRT (SILKSCREEN) Procurement Contract #186884010O Page 36 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 Attachment 1 - Uniform Specifications 2.3 Silkscreen (continued): 1- ;.... ............ - C. WHITE SHORT SLEEVE T-SHIRT FRONT (SILKSCREEN) D. SARASOTA COUNTY FIRE DEPT. ARCHED SILKSCREEN LOGO (BACK OF GARMENT) WHITE/RED OUTLINE GOLD NAVY/RED OUTLINE Procurement Contract #1868840100 Page 37 of 37 DocuSign Envelope ID: E230D198-8466-45EE-9104-6D329DC767F5 119 CDERWI ONT Chace of Champions' May 11, 2021 NAFECO of Florida 1515 West Moulton St Decatur, AL 35601 Attn: Ronald Woodall, VP FREDDY L. SUAREZ Procurement Services Director Procurement Services Department 352-241-7350 fsuarez@clermontfl.org Re: Piggyback Your Contract With Sarasota County for Fire Dept Uniforms No. 2019-103 Dear Mr. Woodall: On behalf of the City of Clermont, I would like to piggyback your contract with With Sarasota County for Fire Dept Uniforms No. 2019-103, at the same price, terms and conditions contained therein. If you agree for our City to formally piggyback your contract, please DocuSign page 8 of the attached contract. Make sure to email a copy of your insurance certificate in ACORD form stating the City of Clermont as additional insured and a copy of the company's W-9 to jlugo(a�clermontfl.org Please feel free to contact me if you have any questions. Sincerely, Freddy L. Suarez, MPA, CPPB Procurement Services Director DS DS 685 W. Montrose Street Clermont, FL 34711 9 www.ClermontFL.gov