Loading...
HomeMy WebLinkAboutP-25-189 MA - Law Enforcement Clothing.pdf CO,U County of Fresno �+ GENERAL SERVICES DEPARTMENT Facilities• Fleet• Purchasing •Security O� 185�O ORES MASTER PROCUREMENT AGREEMENT Agreement Number P-25-189 May 21, 2025 The County of Fresno (County) hereby contracts with various vendors (Contractors)to provide Law Enforcement Clothing in accordance with the text of this agreement, the vendor's corresponding Attachment, County of Fresno Request for Quotation No: 25-081 and the attached contractors response to County of Fresno Request for Quotation No: 25-081 by this reference made a part hereof. TERM: This Agreement shall become effective May 21, 2025 and shall remain in effect through May 20, 2028. EXTENSION: This Agreement may be extended for two (2) additional one (1)year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in the vendor's corresponding Attachment"A" attached, at the rates set forth in the vendor's corresponding Attachment"A". ORDERS: Orders will be placed on an as-needed basis by various County departments under this contract. PRICES: Prices shall be firm for the contract period. MAXIMUM: In no event shall services performed and/or fees paid under this Master Agreement be in excess of Nine Hundred Ninety Thousand Dollars ($990,000.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. Purchasing Services/333 W Pontiac Way/Clovis, California 93612/(559)600-7110 *The County of Fresno is an Equal Employment Opportunity Employer* PROCUREMENT AGREEMENT NUMBER: P-25-189P-25-189 Page 2 May 21, 2025 INVOICE TERMS: Net forty-five (45) days from the receipt of invoice. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30)days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. C. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a claims-made policy, then (1)the retroactive date must be prior to the date on which services began under this Agreement; (2)the Contractor shall maintain the policy and provide to the County annual evidence of insurance for not less than five years after completion of services under this Agreement; and (3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall P-25-189 MA-Law Enforcement Clothing.docx PROCUREMENT AGREEMENT NUMBER: P-25-189P-25-189 Page 3 May 21, 2025 purchase extended reporting coverage on its claims-made policy for a minimum of five years after completion of services under this Agreement. D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of California with statutory limits. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within Thirty(30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Sheriff's Administration Building, 2200 Fresno Street, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. Certificates of insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for P-25-189 MA-Law Enforcement Clothing.docx PROCUREMENT AGREEMENT NUMBER: P-25-189P-25-189 Page 4 May 21, 2025 providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractors and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the text of this Agreement(excluding the Contractor's corresponding Attachment, County's Request for Quotation No. 25-081 and the Contractor's quote in response thereto); (2)the Contractor's corresponding Attachment (3)the County's Request for Quotation No. 25-081 and (4)the Contractor's quotation made in response to County's Request for Quotation No. 25-081. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1)a digital signature; (2)a faxed version of an original handwritten signature; or(3) an electronically scanned and transmitted (for example by PDF document)of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning your corresponding signature page of this Agreement to my office via email or USPS. P-25-189 MA-Law Enforcement Clothing.docx PROCUREMENT AGREEMENT NUMBER: P-25-189P-25-189 Page 5 May 21, 2025 Please refer any inquiries in this matter to Susan Walker, Purchasing Technician, at 559-600-7111 or suwalker@fresnocountyca.gov. FOR THE COUNTY OF FRESNO Digitally signed by Riley Riley Blackburn Blackburn Date:2025.05.23 13:46:44-07'00' Riley Blackburn Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 P-25-189 MA-Law Enforcement Clothing.docx PROCUREMENT AGREEMENT NUMBER: P-25-189P-25-189 Page 6 May 21, 2025 CONTRACTOR TO COMPLETE: Company: NDN INTERNATIONAL (Elite Uniforms) Type of Entity: ❑ Individual M Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership ❑ Corporation ❑ General Partnership 5091 North Fresno Street ST # 112 Fresno CA 93710 Address City State Zip 559-375-1760 zdavood@eliteuniforms.org TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & Za a Davood Managing Member Title: Y Print Name &Title: 64" V"Ood Signature: Signature: P-25-189 MA-Law Enforcement Clothing.docx PROCUREMENT AGREEMENT NUMBER: P-25-189P-25-189 Page 7 May 21, 2025 CONTRACTOR TO COMPLETE: Company: MES Service Co. LLC Type of Entity: ❑ Individual Limited Liability Company (� Sole Proprietorship Q Limited Liability Partnership ❑ Corporation ❑ General Partnership 12 Turnberry Ln 2nd Floor Sandy Hook CT 06482 Address City State Zip 203-364-0620 203-264-3325 ward.petrie@mesfire.com TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & Title: John Walker CFO Print Name&Title: Ward Petrie SVP Finance Signature: "" Signature: ACCOUNTING USE ONLY ORG No.: 31112413 Account No.: 7025 Requisition No.: 3111251178 (7/2024) P-25-189 MA-Law Enforcement Clothing.docx PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 1 of 16 NDN INTERNATIONAL (Elite Uniforms) Quotation Schedule Group I Sheriff's Office, Probation, ISD-Security, District Attorney Description Jacket, forest green, Piping: Gold Cross#7100 piping 1/2", Color 96 Qty Unit Price Extended Price Manufacturer Flying Cross/Ike Item No. 646168 UOM EA 30 Description Silver/tan (male) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 19W6604 UOM EA 75 Description Silver/tan (female) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 103W6604 UOM EA 75 Description Duty Max West Coast Shirt silver/tan (male) Qty Unit Price Extended Price Manufacturer Elbeco $69.99 $5,249.25 Item No. 592 UOM EA 75 Description Duty Max West Coast Shirt silver/tan (female) Qty Unit Price Extended Price Manufacturer Elbeco $69.99 $5,249.25 Item No. 9592 UOM EA 75 Description FX Stat#F1 silver/tan (male) Qty Unit Price Extended Price Manufacturer Flying Cross Item No. FX5120 UOM EA 75 Description FX Stat#F1 silver/tan (female) Qty Unit Price Extended Price Manufacturer Flying Cross Item No. FX512OW UOM EA 75 Description V2 Pro Duty silver/tan (male) Qty Unit Price Extended Price Manufacturer First Tactical Item No. 111011-065 $74.99 $5,624.25 UOM EA 75 Description V2 Pro Duty silver/tan (female) Qty Unit Price Extended Price Manufacturer First Tactical Item No. 122011-065 $74.99 $5,624.25 UOM EA 75 Description Silver/tan (male) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 69R6604 UOM EA 75 Description Silver/tan (female) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 153R6604 UOM EA 75 Description Duty Max West Coast Shirt Silver/tan (male) Qty Unit Price Extended Price Manufacturer Elbeco Item No. 5592 $64.99 $4,874.25 UOM EA 75 Description Duty Max West Coast Shirt Silver/tan (female) Qty Unit Price Extended Price Manufacturer Elbeco Item No. 9792 $64.99 $4,874.25 UOM EA 75 Description FX Stat#F1 Silver/tan (male) Qty Unit Price Extended Price PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 2 of 16 NDN INTERNATIONAL (Elite Uniforms) Quotation Schedule Manufacturer Flying Cross Item No. FX5100 UOM EA 75 Description FX Stat#F1 Silver/tan (female) Qty Unit Price Extended Price Manufacturer Flying Cross Item No. FX5100W UOM EA 75 Description V2 Pro Duty Silver/tan (male) Qty Unit Price Extended Price Manufacturer First Tactical Item No. 112001-065 $69.99 $5,249.25 U O M EA 75 Description V2 Pro Duty Silver/tan (female) Qty Unit Price Extended Price Manufacturer First Tactical Item No. 122001-065 $69.99 $5,249.25 UOM EA 75 Description Valor Pant Color Code:05, Forest Green Qty Unit Price Extended Price Manufacturer Flying Cross Item No. 147300 UOM EA 75 Description Twill PDU Cargo Class B Pant-Sheriff Green Qty Unit Price Extended Price Manufacturer 5.11 Item No. 74326 UOM EA 75 Description Stryke PDU, Twill A Plus Pant Qty Unit Price Extended Price Manufacturer 5.11 Item No. 74545 UOM EA 75 Description Pant(male)OD Green Qty Unit Price Extended Price Manufacturer Elbeco Item No. E8449R $99.99 $7,499.25 UOM EA 75 Description Pant(female)OD Green Qty Unit Price Extended Price Manufacturer Elbeco Item No. E845OLC $99.99 $7,499.25 UOM EA 75 Description V2 ProDuty 6 Pocket Pant(males)OD Green Qty Unit Price Extended Price Manufacturer First Tactical Item No. 114041-830 $74.99 $5,624.25 UOM EA 75 Description V2 ProDuty 6 Pocket Pant(females)OD Green Qty Unit Price Extended Price Manufacturer First Tactical Item No. 124041-830 $74.99 $5,624.25 UOM EA 75 Description ProModel Fitted, Black Qty Unit Price Extended Price Manufacturer Richardson Item No. 515 $23.00 $1,725.00 UOM EA 75 Description ProModel Adjustable/Velcro, Black Qty Unit Price Extended Price Manufacturer Richardson Item No. 514 $23.00 $1,725.00 UOM EA 75 Description Flex Fit(wool) Qty Unit Price Extended Price Manufacturer Port Authority Item No. C-928 $23.00 $1,725.00 UOM EA 75 Description Flex Fit(polycotton) Qty Unit Price Extended Price PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 3 of 16 NDN INTERNATIONAL (Elite Uniforms) Quotation Schedule Manufacturer Port Authority Item No. C-865 $23.00 $1,725.00 UOM EA 75 Description Flex Fit(wool)Black Qty Unit Price Extended Price Manufacturer Yupoong Item No. 6277 $23.00 $1,725.00 UOM EA 75 Description Flex Fit(snapback) Black Qty Unit Price Extended Price Manufacturer Yupoong Item No. 6789M $23.00 $1,725.00 UOM EA 75 Description 8X River Bank Straw Hat Qty Unit Price Extended Price Manufacturer Moonshine Spirit Item No. PSRVBK-734081 U O M EA 50 Description 1OX Straw Cowboy Hat Qty Unit Price Extended Price Manufacturer Stetson Stanhope Item No. SSSTNH-684281 U O M EA 50 Description Small, New Generation 3-Forest Green Qty Unit Price Extended Price Manufacturer Horace Item No. HS3351 U O M EA 50 Description Parka(discontinued but still available Qty Unit Price Extended Price Manufacturer Spiewak Item No. 1790-021 UOM EA 25 Description Soft Shell Jacket-A 05, Forest Green Qty Unit Price Extended Price Manufacturer Flying Cross Item No. 54100 UOM EA 25 Description DutyGuard HT Pullover, OD Green Qty Unit Price Extended Price Manufacturer Flying Cross Item No. F1 57100 UOM EA 75 Description Duty Jacket Softshell, OD Green Qty Unit Price Extended Price Manufacturer United Versa Item No. UM5356 $129.99 $9,749.25 UOM EA 75 Description Duty Jacket, OD Green Qty Unit Price Extended Price Manufacturer Tact Squad Item No. F1003GN $168.99 $12,674.25 UOM EA 75 Description Performance Soft Shell, OD Green Qty Unit Price Extended Price Manufacturer Elbeco Item No. SH3509 $135.99 $10,199.25 UOM EA 75 Description Performance Polo Qty Unit Price Extended Price Manufacturer Propper Item No. UOM EA 75 Description Select Snag-Proof Tactical Polo Qty Unit Price Extended Price Manufacturer CornerStone Item No. $21.00 $1,575.00 UOM EA 75 Description Select Snag-Proof EZ Cotton Tactical Polo Qty Unit Price Extended Price PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 4 of 16 NDN INTERNATIONAL (Elite Uniforms) Quotation Schedule Manufacturer CornerStone Item No. $27.99 $2,099.25 UOM EA 75 Description Classic Polo Qty Unit Price Extended Price Manufacturer Propper Item No. UOM EA 75 Description Classic Polo Qty Unit Price Extended Price Manufacturer 5.11 Item No. UOM EA 75 Description Classic Polo Qty Unit Price Extended Price Manufacturer Vertx Item No. UOM EA 75 Description Performance Polo Qty Unit Price Extended Price Manufacturer First Tactical Item No. $46.99 $3,524.25 UOM EA 75 Description Rain Gear Qty Unit Price Extended Price Manufacturer Blauer Item No. 9691 U O M EA 85 Item No. 9680 U O M EA 75 Item No. 9134 UOM EA 100 Description Polo Shirts Qty Unit Price Extended Price Manufacturer Proper/5.11 UOM EA 175 Manufacturer CornerStone UOM EA 175 $21.00 $3,675.00 Manufacturer 5.11 UOM EA 155 Manufacturer Vertx UOM EA 125 Description Class C Shirts(Male) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 69R6604 U O M EA 75 Description Class C Shirts(Male) Unit Price Extended Price Manufacturer Elbeco, DutyMax West Coast Item No. 5592 $64.99 $4,874.25 U O M EA 75 Description Class C Shirts(Female) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 153R6604 UOM EA 175 Description Class C Shirts(Female) Qty Unit Price Extended Price Manufacturer Elbeco, DutyMax West Coast Item No. 9792 $64.99 $8,123.75 U O M EA 125 Description Long Sleeve Nylon OD Qty Unit Price Extended Price Manufacturer Proper/5.11 U O M EA 125 Description Class C Trousers Qty Unit Price Extended Price PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 5 of 16 NDN INTERNATIONAL (Elite Uniforms) Quotation Schedule Manufacturer 5.11 Tactical/Proper Item No. 74251 U O M EA 120 Description Classic V-neck Sweater Qty Unit Price Extended Price Manufacturer Blauer Item No. 210 Male 55 Female 55 UOM EA 110 Description Jacket Green Nylon Qty Unit Price Extended Price Manufacturer Horce Small NewGeneration 3/Spiewak Parka New Gen jacket discontinued Item No. HS3354Spruce Green/1790-021 Male 105 Female 105 UOM EA 210 Description Turleneck/Mock Qty Unit Price Extended Price Manufacturer Agusta Sportswear Item No. 797 Male 50 Female 50 U O M EA 100 Description Undershirt V-neck/U neck Qty Unit Price Extended Price Manufacturer Jerzees 50/50 Item No. 29M Male 600 $5.50 $3,300.00 Female 600 $5.50 $3,300.00 UOM EA 1200 $5.50 $6,600.00 Description Undershirt Crew Neck Qty Unit Price Extended Price Manufacturer Under Armour/5.11/Pellis/Coolmax U O M EA 1150 Description Campaign Straw Hat Qty Unit Price Extended Price Manufacturer W.Alboum Hat Co UOM EA 70 Description Troopers Cap Qty Unit Price Extended Price UOM EA 70 Description Watch Cap Qty Unit Price Extended Price Manufacturer Otto International Item No. 82-480 U O M EA 55 Description Baseball Cap Qty Unit Price Extended Price Manufacturer Richardson Pro Model Item No. 515 or 514 Velcro $23.00 $2,760.00 U O M EA 120 Description Gun Belt Qty Unit Price Extended Price Manufacturer Uncle Mike's/Bianchi/AccuMold Item No. 7950 or 7970 $74.99 $11,248.50 U O M EA 150 Description Shirt 65/35 Poly Cotton Qty Unit Price Extended Price Manufacturer Black Flying Cross Item No. Cross FX Class B U O M EA 75 Description Rain Gear Qty Unit Price Extended Price Item No. UOM EA 50 Description I Shirt Performance Polo SS Qty Unit Price Extended Price Manufacturer I 5.11 PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 6 of 16 NDN INTERNATIONAL (Elite Uniforms) Quotation Schedule Male 100 Female 100 UOM EA 200 Description Pants 65/35 Poly/Cotton Qty Unit Price Extended Price Manufacturer Black Flying Cross Item No. Cross FX Class A Male 50 Female 50 UOM EA 110 Description Pants 65/35 Khaki Qty Unit Price Extended Price Manufacturer Tru-Spec Item No. Males TU642 55 Item No. Female TT724 55 UOM EA 110 Description Pants 65/35 Khaki Qty Unit Price Extended Price Manufacturer 5.11 Stryke UOM EA 80 Description BDU Pants Rip Stop Qty Unit Price Extended Price Manufacturer Proper Tac Male 50 Female 50 UOM EA 110 Group II Probation Description 3-1 Rain Jackets Qty Unit Price Extended Price Manufacturer Vortex Item No. UOM EA 50 Description Belt Qty Unit Price Extended Price Manufacturer Propper Item No. 180 (Tan, Black, Khaki) UOM EA 100 Description Duty Nylon Belt Qty Unit Price Extended Price Manufacturer Heroes Pride or Bianchi Item No. 800580778780P $65.99 $6,599.00 UOM EA 100 Description Taclite Pro Pants Qty Unit Price Extended Price Manufacturer Male 50 Item No. Female 50 UOM EA 100 Description BDU Trouser Button Fly Qty Unit Price Extended Price Manufacturer Proper Item No. UOM EA 100 Description LTWT TACT PT B/R LAPD Qty Unit Price Extended Price Manufacturer Proper Item No. UOM EA 100 Description Pull Over Sweater Qty Unit Price Extended Price Manufacturer Harriton Item No. Red $26.00 $1,950.00 U O M EA 75 Description 50/50 T-Shirts Qty Unit Price Extended Price Manufacturer Jerzees Item No. Red, Black $6.99 $699.00 PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 7 of 16 NDN INTERNATIONAL (Elite Uniforms) Quotation Schedule UOM EA 100 Description Rain Gear-Soft Shell Jacket Navy Qty Unit Price Extended Price Manufacturer United Item No. UM5358 $129.99 $129.99 UOM EA Description ICE Polo Shirt LAPD Navy Qty Unit Price Extended Price Manufacturer Proper Item No. CS410/CS411 UOM EA Group III District Attorney Description Performance Polo Short Sleeve Qty Unit Price Extended Price Manufacturer First Tactical $39.99 Item No. Mens Black UOM EA Item No. Womens Black $39.99 UOM EA Description Performance Polo Long Sleeve Qty Unit Price Extended Price Manufacturer First Tactical $42.99 Item No. Mens Black UOM EA Item No. Womens Black 42..99 UOM EA Description V2 Tactical Pants Qty Unit Price Extended Price Manufacturer First Tactical $59.99 Item No. Mens Gray UOM EA Item No. Womens Gray $59.99 UOM EA Description Tactix Softshell Parka Qty Unit Price Extended Price Manufacturer First Tactical $139.99 Item No. Mens UOM EA Item No. Womens UOM EA ALL GROUPS Additional Services Description Alterations- Pant Unit Price Extended Price Custom Hem Pants $17.00 $1,275.00 Blind Hem $18.00 $1,350.00 Taper Legs $20.00 $1,500.00 Custom Hem Pants w/Blousing Straps $18.00 $1,350.00 Let Hem Out $18.00 $1,350.00 Saddle Patch $30.00 $2,250.00 Maternity Band $56.00 $4,200.00 Extend Hem of Pants $25.00 $1,875.00 Add Elastic to Pants $15.00 $1,125.00 Adjust Crotch $16.00 $1,200.00 Adjust Waist $32.00 $2,400.00 UOM EA 75 Description Alterations-Shirt Unit Price Extended Price Add Badge Tab $5.00 $250.00 Add Epaulettes(1 Set) $10.00 $500.00 PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 8 of 16 NDN INTERNATIONAL (Elite Uniforms) Quotation Schedule Add Mic Tab $10.00 $500.00 Add Patch $6.00 $300.00 Add Velcro to uniforms or patch $4.00 $200.00 Add Zipper with False Buttons $35.00 $1,750.00 Add Zipper to Shirt $24.00 $1,200.00 Cut Tails Flat $16.00 $1,200.00 Cut Tails Original $19.00 $950.00 Remove Patch $3.00 $150.00 Shorten Sleeve $18.00 $900.00 Taper Side of Shirt $18.00 $900.00 Taper Sleeves of Shirt $15.00 $750.00 UOM EA 50 Description Embroidery-Shirt Unit Price Extended Price Department Name Fresno Sheriff's Department Logo $18.00 $1,800.00 Fresno Sheriffs Department Boat Unit Logo $18.00 $1,800.00 Fresno Sheriffs Department Civil Unit Logo $18.00 $1,800.00 Fresno Sheriff's Department EOD Crab Logo $18.00 $1,800.00 Fresno County DA's Office Logo $16.00 $1,600.00 UOM EA 100 Chevrons Fresno Sheriff CPL Chevrons $2.50 $250.00 Fresno Sheriff SGT Chevrons $2.00 $200.00 Fresno Sheriff FTO Chevrons $2.50 $250.00 Fresno Sheriff Subdued CPL Chevrons $1.99 $199.00 Fresno Sheriff Subdued SGT Chevrons $2.50 $250.00 Fresno Sheriff Hash Marks $1.50 $150.00 UOM EA 100 Patches Fresno County Sheriffs Shoulder Patch $3.99 $399.00 Fresno County Sheriff's Shoulder Patch Subdued $4.99 $499.00 UOM EA 100 Stars Fresno Sheriffs Department Sheriff Star $4.99 $499.00 Fresno Sheriff's Department Correctional Deputy Star $4.99 $499.00 Fresno Sheriff's Department Deputy Star $4.99 $499.00 Fresno Sheriff's Department Subdued Star $3.99 $399.00 UOM EA 100 Description Embroidery-Cap Unit Price Extended Price Patches Fresno County Sheriff Hat Star $2.99 $74.75 UOM EA 25 Stars U O M EA 25 Stripes U O M EA 20 Cords U O M EA 20 Acorns U O M EA 20 Piping U O M EA 20 Chevrons UOM EA PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 9 of 16 MES Service Co. LLC Quotation Schedule Group I Sheriff's Office, Probation, ISD-Security, District Attorney Description Jacket, forest green, Piping: Gold Cross#7100 piping 1/2", Color 96 Qty Unit Price Extended Price Manufacturer Flying Cross/Ike Item No. 646168 UOM EA 30 NO BID Description Silver/tan (male) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 19W6604 UOM EA 75 $86.99 $6,524.25 Description Silver/tan (female) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 103W6604 UOM EA 75 $86.99 $6,524.25 Description Duty Max West Coast Shirt silver/tan (male) Qty Unit Price Extended Price Manufacturer Elbeco 592D Item No. 572 UOM EA 75 $77.99 $5,849.25 Description Duty Max West Coast Shirt silver/tan (female) Qty Unit Price Extended Price Manufacturer Elbeco 9592LCD Item No. 9572 UOM EA 75 $77.99 $5,849.25 Description FX Stat#F1 silver/tan (male) Qty Unit Price Extended Price Manufacturer Flying Cross F1 FX7120 Item No. FX5120 UOM EA 75 $86.49 $6,486.75 Description FX Stat#F1 silver/tan (female) Qty Unit Price Extended Price Manufacturer Flying Cross F1 FX712OW Item No. FX512OW UOM EA 75 $86.49 $6,486.75 Description V2 Pro Duty silver/tan (male) Qty Unit Price Extended Price Manufacturer First Tactical Item No. 111011-065 UOM EA 75 $74.99 $5,624.25 Description V2 Pro Duty silver/tan (female) Qty Unit Price Extended Price Manufacturer First Tactical 121011-065 Item No. 122011-065 UOM EA 75 $74.99 $5,624.25 Description Silver/tan (male) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 69R6604 UOM EA 75 $74.99 $5,624.25 Description Silver/tan (female) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross F1 1153R66 Item No. 153R6604 UOM EA 75 $74.49 $5,624.25 Description Duty Max West Coast Shirt Silver/tan (male) Qty Unit Price Extended Price Manufacturer Elbeco 5592D Item No. 5572 UOM EA 75 $70.99 $5,324.25 Description Duty Max West Coast Shirt Silver/tan (female) Qty Unit Price Extended Price Manufacturer Elbeco 9792LCD Item No. 9772 UOM EA 75 $70.99 $5,324.25 Description FX Stat#F1 Silver/tan (male) Qty Unit Price Extended Price PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 10 of 16 MES Service Co. LLC Quotation Schedule Manufacturer Flying Cross NB Item No. FX5100 UOM EA 75 Description FX Stat#F1 Silver/tan (female) Qty Unit Price Extended Price Manufacturer Flying Cross NB Item No. FX5100W UOM EA 75 Description V2 Pro Duty Silver/tan (male) Qty Unit Price Extended Price Manufacturer First Tactical 112001-065 Item No. 112007-065 UOM EA 75 $69.99 $5,249.25 Description V2 Pro Duty Silver/tan (female) Qty Unit Price Extended Price Manufacturer First Tactical Item No. 122001-065 UOM EA 75 $69.99 $5,249.25 Description Valor Pant Color Code:05, Forest Green Qty Unit Price Extended Price Manufacturer Flying Cross Item No. 147300 UOM EA 75 $98.99 $7,424.25 Description Twill PDU Cargo Class B Pant-Sheriff Green Qty Unit Price Extended Price Manufacturer 5.11 UP TO SIZE 44 Item No. 74326 UOM EA 75 $62.49 $4,686.75 Description Stryke PDU, Twill A Plus Pant Qty Unit Price Extended Price Manufacturer 5.11 UP TO SIZE 44 Item No. 74545 UOM EA 75 $74.99 $5,624.25 Description Pant(male)OD Green Qty Unit Price Extended Price Manufacturer Elbeco Item No. E8449R UOM EA 75 $109.99 $8,249.25 Description Pant(female)OD Green Qty Unit Price Extended Price Manufacturer Elbeco Item No. E8450LC UOM EA 75 $109.99 $8,249.25 Description V2 ProDuty 6 Pocket Pant(males)OD Green Qty Unit Price Extended Price Manufacturer First Tactical Item No. 114041-830 UOM EA 75 $74.99 $5,624.25 Description V2 ProDuty 6 Pocket Pant(females)OD Green Qty Unit Price Extended Price Manufacturer First Tactical Item No. 124041-830 UOM EA 75 $74.99 $5,624.25 Description ProModel Fitted, Black Qty Unit Price Extended Price Manufacturer Richardson NB Item No. 515 UOM EA 75 Description ProModel Adjustable/Velcro, Black Qty Unit Price Extended Price Manufacturer Richardson NB Item No. 514 UOM EA 75 Description Flex Fit(wool) Qty Unit Price Extended Price Manufacturer Port Authority Item No. C-928 UOM EA 75 $12.99 $974.25 Description Flex Fit(polycotton) Qty Unit Price Extended Price Manufacturer Port Authority PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 11 of 16 MES Service Co, LLC Quotation Schedule Item No. C-865 UOM EA 75 $11.99 $899.25 Description Flex Fit(wool)Black Qty Unit Price Extended Price Manufacturer Yupoong Item No. 6277 UOM EA 75 $11.99 $899.25 Description Flex Fit(snapback) Black Qty Unit Price Extended Price Manufacturer Yupoong NB Item No. 6789M UOM EA 75 Description 8X River Bank Straw Hat Qty Unit Price Extended Price Manufacturer Moonshine Spirit NB Item No. PSRVBK-734081 U O M EA 50 Description 1 OX Straw Cowboy Hat Qty Unit Price Extended Price Manufacturer Stetson Stanhope NB Item No. SSSTNH-684281 U O M EA 50 Description Small, New Generation 3-Forest Green Qty Unit Price Extended Price Manufacturer Horace NB Item No. HS3351 U O M EA 50 Description Parka(discontinued but still available Qty Unit Price Extended Price Manufacturer Spiewak S1780 Item No. 1790-021 UOM EA 25 $263.99 $6,599.75 Description Soft Shell Jacket-A 05, Forest Green Qty Unit Price Extended Price Manufacturer Flying Cross NB Item No. 54100 UOM EA 25 Description DutyGuard HT Pullover, OD Green Qty Unit Price Extended Price Manufacturer Flying Cross Item No. F1 57100 UOM EA 75 $151.49 $11,361.75 Description Duty Jacket Softshell, OD Green Qty Unit Price Extended Price Manufacturer United Versa Item No. UM5356 UOM EA 75 $131.49 $9,861.75 Description Duty Jacket, OD Green Qty Unit Price Extended Price Manufacturer Tact Squad Item No. F1003GN UOM EA 75 $99.99 $7,499.25 Description Performance Soft Shell, OD Green Qty Unit Price Extended Price Manufacturer Elbeco Item No. SH3509 UOM EA 75 $149.99 $11,249.25 Description Performance Polo Qty Unit Price Extended Price Manufacturer Propper F5341 Item No. UOM EA 75 $41.99 $3,149.25 Description Select Snag-Proof Tactical Polo Qty Unit Price Extended Price Manufacturer CornerStone NB Item No. UOM EA 75 Description Select Snag-Proof EZ Cotton Tactical Polo Qty Unit Price Extended Price Manufacturer CornerStone NB Item No. PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 12 of 16 MES Service Co, LLC Quotation Schedule UOM EA 75 Description Classic Polo Qty Unit Price Extended Price Manufacturer Propper F5355 Item No. UOM EA 75 $25.49 $1,911.75 Description Classic Polo Qty Unit Price Extended Price Manufacturer 5.11 71049- Item No. UOM EA 75 $42.49 $3,176.75 Description Classic Polo Qty Unit Price Extended Price Manufacturer Vertx F1 VTX4000P Item No. UOM EA 75 $53.49 $4,011.75 Description Performance Polo Qty Unit Price Extended Price Manufacturer First Tactical 112509- Item No. UOM EA 75 $46.99 $3,524.25 Description Rain Gear Qty Unit Price Extended Price Manufacturer Blauer NB Item No. 9691 UOM EA 85 Item No. 9680 NB UOM EA 75 Item No. 9134 NB U O M EA 100 Description Polo Shirts Qty Unit Price Extended Price Manufacturer Proper/5.11 71049- UP TO 2XL UOM EA 175 $42.49 $7,435.75 Manufacturer CornerStone NB U O M EA 175 Manufacturer 5.11 71049- UP TO 2XL UOM EA 155 $42.49 $6,585.95 Manufacturer Vertx F1 VTX4000P UOM EA 125 $53.49 $6,686.25 Description Class C Shirts(Male) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 69R6604 UOM EA 75 $74.49 $5,576.75 Description Class C Shirts(Male) Unit Price Extended Price Manufacturer Elbeco, DutyMax West Coast 5592D Item No. 5572 UOM EA 75 $70.99 $5,324.25 Description Class C Shirts(Female) Qty Unit Price Extended Price Manufacturer Fechheimer/Flying Cross Item No. 153R6604 UOM EA 175 $74.49 $13,035.75 Description Class C Shirts(Female) Qty Unit Price Extended Price Manufacturer Elbeco, DutyMax West Coast 9792LCD Item No. 99772 UOM EA 125 $70.99 $8,873.75 Description Long Sleeve Nylon OD Qty Unit Price Extended Price Manufacturer Proper/5.11 NB UOM EA 125 Description Class C Trousers Qty Unit Price Extended Price Manufacturer 5.11 Tactical/Proper UP TO SIZE 44 Item No. 74251 UOM EA 120 $53.49 $6,418.80 PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 13 of 16 MES Service Co. LLC Quotation Schedule Description Classic V-neck Sweater Qty Unit Price Extended Price Manufacturer Blauer Item No. 210 Male 55 Female 55 UOM EA 110 NB Description Jacket Green Nylon Qty Unit Price Extended Price Manufacturer Horce Small NewGeneration 3/Spiewak Parka Item No. HS3354Spruce Green/1790-021 Male 105 Female 105 UOM EA 210 NB Description Turleneck/Mock Qty Unit Price Extended Price Manufacturer Agusta Sportswear Item No. 797 Male 50 Female 50 UOM EA 100 NB Description Undershirt V-neck/U neck Qty Unit Price Extended Price Manufacturer Jerzees 50/50 S-XL Item No. 29M Male 600 Female 600 UOM EA 1200 $5.99 $7,188.00 Description Undershirt Crew Neck Qty Unit Price Extended Price Manufacturer Under Armour/5.11/Pellis/Coolmax 71309-019 UOM EA 1150 $22.99 $26,438.50 Description Campaign Straw Hat Qty Unit Price Extended Price Manufacturer W.Alboum Hat Co NB UOM EA 70 Description Troopers Cap Qty Unit Price Extended Price UOM EA 70 NB Description Watch Cap Qty Unit Price Extended Price Manufacturer Otto International NB Item No. 82-480 UOM EA 55 Description Baseball Cap Qty Unit Price Extended Price Manufacturer Richardson Pro Model NB Item No. 515 or 514 Velcro U O M EA 120 Description Gun Belt Qty Unit Price Extended Price Manufacturer Uncle Mike's/Bianchi/AccuMold Item No. 7950 or 7970 U O M EA 150 Description Shirt 65/35 Poly Cotton Qty Unit Price Extended Price Manufacturer Black Flying Cross F1 FX7100 Item No. Cross FX Class B UOM EA 75 NB Description Rain Gear Qty Unit Price Extended Price Item No. UOM EA 50 NB Description Shirt Performance Polo SS Qty Unit Price Extended Price Manufacturer I 5.11 71049- UP TO 2XL Male 100 Female 100 UOM EA 200 $42.49 $8,498.00 Description Pants 65/35 Poly/Cotton Qty Unit Price Extended Price PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 14 of 16 MES Service Co, LLC Quotation Schedule Manufacturer Black Flying Cross F1 FX7000 Item No. Cross FX Class A Male 50 Female 50 UOM EA 110 NB Description Pants 65/35 Khaki Qty Unit Price Extended Price Manufacturer Tru-Spec Item No. Males TU642 55 Item No. Female TT724 55 UOM EA 110 NB Description Pants 65/35 Khaki Qty Unit Price Extended Price Manufacturer 5.11 Stryke 74369-055 UP TO SIZE 44 UOM EA 80 $73.49 $5,879.20 Description BDU Pants Rip Stop Qty Unit Price Extended Price Manufacturer Proper Tac F5919 Male 50 $40.49 $4,453.90 Female 50 UOM EA 110 Group II Probation Description 3-1 Rain Jackets Qty Unit Price Extended Price Manufacturer Vortex J332 Item No. UOM EA 50 $121.99 $6,099.50 Description Belt Qty Unit Price Extended Price Manufacturer Propper F5618 Item No. 180(Tan, Black, Khaki) UOM EA 100 $11.99 $1,199.00 Description Duty Nylon Belt Qty Unit Price Extended Price Manufacturer Heroes Pride or Bianchi NB Item No. 800580778780P UOM EA 100 Description Taclite Pro Pants Qty Unit Price Extended Price Manufacturer Male 50 74273- UP TO SIZE 44 Item No. Female 50 UOM EA 100 $51.49 $5,149.00 Description BDU Trouser Button Fly Qty Unit Price Extended Price Manufacturer Proper F520155 Item No. UOM EA 100 $43.99 $4,399.00 Description LTWT TACT PT B/R LAPD Qty Unit Price Extended Price Manufacturer Proper Item No. UOM EA 100 NB Description Pull Over Sweater Qty Unit Price Extended Price Manufacturer Harriton Item No. Red UOM EA 75 NB Description 50/50 T-Shirts Qty Unit Price Extended Price Manufacturer Jerzees M29 S-XL Item No. Red, Black UOM EA 100 $5.99 $599.00 Description Rain Gear-Soft Shell Jacket Navy Qty Unit Price Extended Price Manufacturer United Item No. UM5358 PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 Page 15 of 16 MES Service Co. LLC Quotation Schedule UOM EA $131.49 $131.49 Description ICE Polo Shirt LAPD Navy Qty Unit Price Extended Price Manufacturer Proper F5341 Item No. CS410/CS411 UOM EA $41.99 $41.99 Group III District Attorney Description Performance Polo Short Sleeve Qty Unit Price Extended Price Manufacturer First Tactical 112509- Item No. Mens Black UOM EA $46.99 $46.99 Item No. Womens Black 122509- UOM EA $46.99 $46.99 Description Performance Polo Long Sleeve Qty Unit Price Extended Price Manufacturer First Tactical 111503- Item No. Mens Black UOM EA $49.99 $49.99 Item No. Womens Black 121503- UOM EA $49.99 $49.99 Description V2 Tactical Pants Qty Unit Price Extended Price Manufacturer First Tactical 114011- Item No. Mens Gray UOM EA $74.99 $74.99 Item No. Womens Gray 124011- UOM EA $74.99 $74.99 Description Tactix Softshell Parka Qty Unit Price Extended Price Manufacturer First Tactical 118501- Item No. Mens UOM EA $139.99 $139.99 Item No. Womens 128501- UOM EA $139.99 $139.99 ALL GROUPS Additional Services Description Alterations- Pant Unit Price Extended Price UOM EA 75 $3.50 $262.50 Description Alterations-Shirt Unit Price Extended Price UOM EA 50 $6.00 $300.00 Description Embroidery-Shirt Unit Price Extended Price Department Name UOM EA 100 $5.00 $500.00 Chevrons UOM EA $7.50 $7.50 Patches UOM EA 100 $7.50 $750.00 Stars UOM EA 100 $7.50 $750.00 Description Embroidery-Cap Unit Price Extended Price Patches UOM EA 25 $7.50 $187.50 Stars UOM EA 25 $7.50 $187.50 Stripes UOM EA 20 $7.50 $150.00 Cords PROCUREMENT AGREEMENT NO.P-25-189 ATTACHEMENT"A" 05/21/2025 MES Service Co. LLC Page 16 of 16 Quotation Schedule UOM EA 20 $7.50 $150.00 Acorns UOM EA $7.50 $7.50 Piping UOM EA 20 $7.50 $150.00 Chevrons UOM EA $7.50 $7.50 NDN International's Response to County of Fresno Request for Quotation No. 25-081 P-25-189 MA-Law Enforcement Clothing.docx COUNTY OF FRESNO o� s o FRES REQUEST FOR QUOTATION NUMBER: 25-081 LAW ENFORCEMENT CLOTHING Issue Date: March 5, 2025 Closing Date: APRIL 3, 2025 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Susan Walker at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. Elite Uniforms COMPANY Zaya Davood CONTACT PERSON 5091 N Fresno St. Suite 112 ADDRESS Fresno CA 93710 CITY STATE ZIP CODE (550-375-1760 zdavood@eliteuniforms.org TE PHONE NUMBER E-MAIL ADDRESS z5a-fi &d KUT46RIZED SIGNATURE Zaya Davood Managing Member PRINT NAME TITLE Purchasing Use:SW:st 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 2 TABLE OF CONTENTS PAGE KEYDATES ....................................................................................................................3 OVERVIEW.....................................................................................................................3 BID INSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS............................................................... 5 INSURANCE REQUIREMENTS ................................................................................... 13 PARTICIPATION........................................................................................................... 15 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE ............................................................................................ 18 TRADE SECRET ACKNOWLEDGEMENT ................................................................... 20 REFERENCELIST........................................................................................................21 COMPLY / NOT COMPLY.............................................................................................22 QUOTATIONSCHEDULE.............................................................................................23 CHECKLIST .................................................................................................................24 EXHIBITS......................................................................................................................25 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 3 KEY DATES RFQ Issue Date: March 5, 2025 Written Questions for RFQ Due: March 20, 2025 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: April 3, 2025 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of the Department of the Sheriff's Office is requesting quotations from qualified vendors to provide Law Enforcement Clothing for multiple departments and divisions, which would include, but not limited to, approved Class A through H uniforms to the Fresno County Sheriff's Sworn Staff and the purchase of miscellaneous items required by the department for Non-Sworn Staff and individuals in the training academy. The contracted items do not limit the departments from purchasing approved "Class Uniforms" and miscellaneous items not specifically listed in the contract from the approved contracted vendors. All pricing is to be held for the initial three (3) year term of the resulting agreement. Up to four vendors will be selected to enter into a master agreement. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 4 BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered. • All quotations shall remain firm for 180 days. • Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with their telephone number, and they should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing)with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. • APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A"Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to CountyPurchasing(a�_fresnocountyca.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7)working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 5 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by March 20, 2025 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Susan Walker at (559)600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined to be to the best advantage of the County. Past performance (County contracts within the past seven years)and references may factor into awarding of a contract. The County will be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 6 No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address. MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by them on contract or award resulting from this bid, if returned in good condition by the County. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your"standard" carton size on the quotation schedule if different from stated. Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard carton price). SAMPLES: On request, samples of the products on which you are bidding shall be made available to the County. County will designate where samples are to be delivered. Successful bidder's samples may be retained for checking against delivery, in which case allowance will be made to vendor. Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within thirty (30) days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. The County may require additional items from those in bid schedule. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the initial three-year contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 7 CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1)serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables them to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered to the ordering department. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. The contractor shall obtain the "invoice to" address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five (45)days. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1)year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by the various County Departments. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 8 performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on "The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which they are remunerated in the contract price. They shall carefully inspect the site and study and compare all drawings, specifications and other instructions, as ignorance of any phase of any of the 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 9 features or conditions affecting the contract will not excuse them from carrying out its provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1)year. Such one (1)year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 10 Individuals and/or agencies may not connect to or use County networks/systems via personally owned mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device)or brought in for use into the County's system(s)without prior authorization from County's Chief Information Officer and/or designee(s). No storage of County's private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The County will immediately be notified of any violations, breaches or potential breaches of security related to County's confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to County's confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three (3)years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 11 BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery): 30 days as long as Distributor has items in stock. WARRANTY AND SERVICE LOCATION: State the warranty and/or guarantee provisions applicable to this equipment or attach warranty form with your bid. 15 business days with original packaging and invoice on unaltered items only. Any item that has been embroidered or altered is a final sale item. State specific location, where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid. 5091 N Fresno St. Suite 112 Fresno CA. 93710 ADDITIONAL ITEMS: The County may require additional items from those in bid schedule. Price list for additional items: A [ ] percent discount from manufacturer's enclosed price list will be allowed on purchases of all additional items. State name of price list, indicate applicable price column and give effective date of price list here: Prices on additional items will be based on successful bidder's firm discount prices from manufacturer's current published price list. Successful bidder will be required to file any new price list that may become effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30)days of its becoming effective. State Purchase Order mailing address: MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). 1 unit SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 12 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 13 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. C. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a claims-made policy, then (1) the retroactive date must be prior to the date on which services began under this Agreement; (2)the Contractor shall maintain the policy and provide to the County annual evidence of insurance for not less than five years after completion of services under this Agreement; and (3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall purchase extended reporting coverage on its claims-made policy for a minimum of five years after completion of services under this Agreement. D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of California with statutory limits. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno Sheriff's Office, Attn: Lt. Ryan Gilbert, 2220 "M" Street, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. Certificates of insurance are to include the contract number at the top of the first page. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 14 In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. 5091 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 15 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. ❑ Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Managing Member Title 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 16 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV)and/or a Disabled Veteran Business Enterprise (DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are defined below. A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six (6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one (1)full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent(50%)owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise (DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise (DVBE) as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five (5)day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent(5%) of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs, they shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 17 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV— Fresno County Local Vendor as defined above. 2) DVBE— Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP—Vendor No Preference; A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV& DVBE FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV& DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid of low bid Opportunity FCLV May Re-bid No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity of low bid DVBE May Re-bid May Re-bid No Re-bid No Re-bid (Not a FCLV) when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within the 5%will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which specifically calls for a preference to local vendors. When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid opportunity. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 18 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV) and the Disabled Veteran Business Enterprise Preference (DVBE) are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification" and/or the "Statement of DVBE Certification", each is included below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two (2) County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. E-Mail Address or Fax Number(Identify contact person) 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 19 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation (print or type). I Zaya Davood Managing Member (individual submitting bid) (title) of/for NDN International LLC. DBA: Elite l�n"Arms Elite Uniforms (Company Name) (Company Name) Is a Fresno County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference. Z CIa geed Managing Member 3/18/2025 Signature Title Date Zaya Davood (Print Name) ------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and submit with their quotation (print or type). I , (individual submitting bid) (title) of/for Certify that ('Company Name) (Company Name) Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE Preference. State of California DVBE Certification Number: Signature Title Date (Print Name) *Company name on file with the State of California DVBE program. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 20 TRADE SECRET ACKNOWLEDGEMENT Each proposal submitted is public record under the California Public Records Act(Cal. Gov. Code, secs. 7920.000 and following)and is therefore open to inspection by the public as required by Section 7922.525 of the California Government Code. This section generally states that"every person has a right to inspect any public record". The County will not exclude any proposal or portion of a proposal from treatment as a public record except information that it is properly submitted as a"trade secret" (defined below), and determined by the County to be a"trade secret"(if not otherwise subject to disclosure, as stated below). Information submitted as"proprietary", "confidential"or under any other terms that might state or suggest restricted public access will not be excluded from treatment as public record. "Trade secrets"as defined by Section 7924.510 of the California Government Code are not treated as a public record under that section.This section defines trade secrets as: "...Trade secrets,"as used in this section,may include, but are not limited to, any formula,plan,pattern,process, tool, mechanism, compound,procedure,production data or compilation of information that is not patented, which is known only to certain individuals within a commercial concern who are using it to fabricate,produce, or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it." Such information must be submitted in a separate PDF file named "Trade Secret"and marked as"Confidential" in the Public Purchase system. Bidders must include a clear and concise statement that sets out the reasons for confidentiality in accordance with the foregoing definition of"trade secret." Examples of information not considered trade secrets are pricing, cover letter, promotional materials, references, and the like. Information submitted by a bidder as"trade secret"will be reviewed by County of Fresno's Purchasing Division,with the assistance of the County's legal counsel, to determine conformance or non-conformance to the foregoing definition. Information that is properly identified as"trade secret"and which the County determines to conform to the definition will not become public record (if not otherwise subject to disclosure, as stated below). The County will safeguard this information in an appropriate manner, provided however, in the event of a request, demand, or legal action by any person or entity seeking access to the"trade secret"information,the County will inform the bidder of such request, demand, or legal action, and the bidder shall defend, indemnify, and hold harmless the County, including its officers and employees, against any and all claims, liabilities, damages, or costs or expenses, including attorney's fees and costs, relating to such request, demand or legal action, seeking access to the"trade secret" information. Information submitted by bidder as trade secret and determined by the County not to be in conformance with the foregoing California Government Code definition shall be excluded from the proposal and deleted by the County. The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if(1)they are not electronically submitted in a separate PDF that is marked "Trade Secret"and marked as Confidential in the Public Purchase system; or(2)disclosure thereof is required or allowed under the law or by order of court. Bidders are advised that the County does not wish to receive trade secrets and that bidders are not to supply trade secrets unless they are absolutely necessary. I have read and understand, and agree to the above"Trade Secret Acknowledgement." BIDDER MUST CHECK ONE OF THE FOLLOWING: Has bidder submitted certain bid information that is a"trade secret,"as defined by Section 7924.510 of the Califorr Government Code, and in compliance with the requirements of this Trade Secrets Acknowledgement? By marking"NO", bidder does not claim any confidentiality of any bid information submitted to the County. YES X NO ACKNOWLEDGED AND AGREED BY BIDDER: la 03/17/2025 Signatur Date Zaya Davood Managing Member Print Name Title 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 21 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for these or similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Fresno Police Department Contact: Jason McIntyre Address: 2323 Mariposa Mall City: Fresno State: CA Zip: 93721 Phone No.: ( 559 ) 285-5121 Date: Service Provided: All uniforms for Cadets, New hires and Explorers. Reference Name: Madera Sheriffs Department Contact: Jason Clark Address: 2725 Falcon Dr. City: Madera State: CA Zip: 93637 Phone No.: ( 559 ) 232-8750 Date: Service Provided: All uniforms for SWAT, Corrections, Class C uniforms, Rangematers, Boots, Duty Gear and Body Armor Reference Name: Mariposa County Sheriff's Department Contact: Kevin Packard Address: 5099 Old Highway Rd City: Mariposa State: CA Zip: 95338 Phone No.: ( 209 ) 626-9944 Date: Service Provided: Uniforms,Alterations, Body Armor, Outerwear, Embroidery, Office Staff Wear Reference Name: Kingsburg Police Department Contact: Neil Dadian Address: 1300 California St City: Kingsburg State: CA Zip: 93631 Phone No.: ( 559 ) 779-0407 Date: Service Provided: All Uniforms for department Reference Name: Fresno County DA's Office Contact: Bo Houngviengkham Address: 2100 Tulare St City: Fresno State: CA Zip: 93721 Phone No.: ( 559 ) 387-0237 Date: Service Provided: Uniforms, Outerwear, Duty Gear,Alterations, Embroidery Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 22 COMPLY / NOT COMPLY Compliance and understanding of the specifications listed below shall be noted by marking "COMPLY" on the line provided. Non-compliance is to be indicated by marking "NOT COMPLY" on the line; a detailed statement explaining why the specification cannot be met must accompany all non-compliant lines. DO NOT LEAVE THIS PAGE BLANK. Failure to complete and submit this page may result in the bid response being deemed non-responsive. Note: Failure to comply to all specifications listed below will not automatically disqualify the bid response from being evaluated. COMPLY/ BIDDER TO COMPLETE THE FOLLOWING: NOT COMPLY 1. Vendor location within Fresno County. Comply 2. Vendor can provide variety of sizes from XS to 4XL. Comply 3. Vendor can provide Academy Uniforms. Comply 4. Vendor can provide Class Uniforms. Comply 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 23 QUOTATION SCHEDULE Please ensure to factor all costs throughout the initial three-year term. Also factor potential future raw material cost increases. The County will not accept price increases during the initial three-year term. See Exhibit A Quotation Schedule. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 24 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. The Request for Quotation (RFQ) has been signed and completed. 2. Addenda, if any, have been signed and included in the bid package. Signed Trade Secret Form as provided with this RFQ (Trade Secret Information, if provided, 3. must be electronically submitted in a separate PDF file and marked as Confidential.) 4. The completed Reference List as provided with this RFQ. 5. The completed Comply/Not Comply page as provided with this RFQ. 6. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 7. Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 8. The Participation page as provided within this RFQ has been signed and included 9. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 10. Bidder to Complete page as provided with this RFQ. 11. Return checklist with RFQ response. 12. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. 25-081 Law Enforcement Clothing Quotation No. 25-081 Page 25 EXHIBITS A. Quotation Schedule B. Photo Examples of Department Patches, etc. 25-081 Law Enforcement Clothing MES Service Company LLC's Response to County of Fresno Request for Quotation No. 25-081 P-25-189 MA-Law Enforcement Clothing.docx COUNTY OF FRESNO FR,E4 REQUEST FOR QUOTATION NUMBER: 25-081 LAW ENFORCEMENT CLOTHING Issue Date: March 5, 2025 Closing Date: APRIL 3, 2025 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Susan Walker at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. MES Service Company,LLC COMPANY John Walker CONTACT PERSON 12 Turnberry Ln,2nd Floor ADDRESS Sandy Hook CT 06482 CITY STATE ZIP CODE 203 364 0620 jwalker@mesfire.com TELEPHONE NUMB E-MAIL ADDRESS % AUTHORIZED SIGN John Walker CFO PRINT NAME TITLE Purchasing Use:SW:st 25081 Lew Enforcement Dothing Quotation No. 25-081 Page 2 TABLE OF CONTENTS PAGE KEYDATES ....................................................................................................................3 OVERVIEW..................................................................................................................... BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS...............................................................5 INSURANCE REQUIREMENTS ................................................................................... 13 PARTICIPATION........................................................................................................... 15 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE ............................................................................................ 18 TRADE SECRET ACKNOWLEDGEMENT ...................................................................20 REFERENCELIST........................................................................................................21 COMPLY / NOT COMPLY................................................. ..............22 .............................. QUOTATIONSCHEDULE.............................................................................................23 CHECKLIST.................................................................................................................24 EXHIBITS......................................................................................................................25 25-M Low Enforcement Clothing Quotation No. 25-081 Page 3 KEY DATES RFQ Issue Date: March 5,2025 Written Questions for RFQ Due: March 20, 2025 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: April 3, 2025 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of the Department of the Sheriff's Office is requesting quotations from qualified vendors to provide Law Enforcement Clothing for multiple departments and divisions, which would include, but not limited to, approved Class A through H uniforms to the Fresno County Sheriff's Sworn Staff and the purchase of miscellaneous items required by the department for Non-Sworn Staff and individuals in the training academy. The contracted items do not limit the departments from purchasing approved"Class Uniforms"and miscellaneous items not specifically listed in the contract from the approved contracted vendors. All pricing is to be held for the initial three (3)year term of the resulting agreement. Up to four vendors will be selected to enter into a master agreement. 25,N1 Lew Enforcement Clothing Quotation No. 25-081 Page 4 BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document,to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered. • All quotations shall remain firm for 180 days. • Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with their telephone number, and they should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials,for the purpose of discussing this RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing)with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. • APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A "Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to CountyPurchasing(@fresnocountvca.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7)working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. 25-081 Law Enlorcement Dothmg Quotation No. 25-081 Page 5 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency,etc,which is offering the quotation and is identified on page one of this Request For Quotation(RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by March 20, 2025 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Susan Walker at(559)600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined to be to the best advantage of the County. Past performance (County contracts within the past seven years)and references may factor into awarding of a contract. The County will be the sole judge in making such determination. Award Notices are tentative:Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation,containers, packing, etc. will not be paid unless specified in bid. SPECIFICATIONS AND EQUALS: Brand names,where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. 25081 Lw Enforcement Cbthmg Quotation No. 25-081 Page 6 No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE: Bidders shall submit literature,which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address. MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by them on contract or award resulting from this bid, if returned in good condition by the County. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes: therefore, each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your"standard" carton size on the quotation schedule if different from stated. Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard carton price). SAMPLES: On request, samples of the products on which you are bidding shall be made available to the County. County will designate where samples are to be delivered. Successful bidder's samples may be retained for checking against delivery, in which case allowance will be made to vendor. Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within thirty (30) days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. The County may require additional items from those in bid schedule. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the initial three-year contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. 25-081 Lew EnfDwment Clothing Quotation No. 25-081 Page 7 CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1)serve as officers, principals, partners or major shareholders. 3. Persons who,within the immediately preceding twelve(12)months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3)serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables them to influence the selection of a contractor for this RFQ,or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered to the ordering department. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. The contractor shall obtain the "invoice to"address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five (45)days. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three[3) years. RENEWAL: Agreement may be renewed for a potential of two (2)one (1)year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by the various County Departments. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and 25081 Law EMoroement Gbtnng Quotation No. 25-081 Page 8 performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner,or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation),or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses(including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance,or failure to perform, of Contractor,its officers,agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on "The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable productslmaterials which meet stated specifications. COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which they are remunerated in the contract price. They shall carefully inspect the site and study and compare all drawings, specifications and other instructions,as ignorance of any phase of any of the 25al Lew Enlacement Dathng Quotation No. 25-081 Page 9 features or conditions affecting the contract will not excuse them from carrying out its provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one(1) year. Such one (1)year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder,or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments,and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local,state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition,the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. 25 l lar Entrrement Clothng Quotation No. 25-081 Page 10 Individuals andlor agencies may not connect to or use County networks/systems via personally owned mobile,wireless or handheld devices unless authorized by County for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device)or brought in for use into the County's system(s)without prior authorization from County's Chief Information Officer and/or designee(s). No storage of County's private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher), The County will immediately be notified of any violations, breaches or potential breaches of security related to County's confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to County's confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three (3)years following the County's final payment under the contract or until conclusion of any pending matter(e.g.,litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. 2W81 La-Enforcement Clothing Quotation No. 25-081 Page 11 BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery): 30-90 days ARO WARRANTY AND SERVICE LOCATION: State the warranty and/or guarantee provisions applicable to this equipment or attach warranty form with your bid. See manufacture warranty State specific location, where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid. Santa Fe Springs California ADDITIONAL ITEMS: The County may require additional items from those in bid schedule. Price list for additional items: A[ ] percent discount from manufacturer's enclosed price list will be allowed on purchases of all additional items. State name of price list, indicate applicable price column and give effective date of price list here: Several manufactures are being bid on discounts will apply to all please call for pricing Prices on additional items will be based on successful bidder's firm discount prices from manufacturer's current published price list. Successful bidder will be required to file any new price list that may become effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30)days of its becoming effective. State Purchase Order mailing address: Please send purchase orders to Mark Trujillo at mark.truillo@lawmensupply.com Cell#909-260-6520_ MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity(if not stated it will be assumed there are none). SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: 2M81 Lew Enloruetnent Clothing Quotation No. 25-081 Page 12 NIA 25-061 law Enlorcemenl Clothing Quotation No. 25-081 Page 13 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. C. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a claims-made policy, then (1)the retroactive date must be prior to the date on which services began under this Agreement; (2)the Contractor shall maintain the policy and provide to the County annual evidence of insurance for not less than five years after completion of services under this Agreement; and (3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall purchase extended reporting coverage on its claims-made policy for a minimum of five years after completion of services under this Agreement. D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of California with statutory limits. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30)days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30)days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno Sheriff's Office,Attn: Lt. Ryan Gilbert, 2220 "M" Street, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30)days advance, written notice given to County. Certificates of insurance are to include the contract number at the top of the first page. 25al low Enforcement GloNng Quotation No. 25-081 Page 14 In the event Contractor fails to keep in effect at all times insurance coverage as herein provided,the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. 25081 Lew Enlacement Clothing Quotation No. 25-081 Page 15 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op(piggyback)on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity,will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley X Purchasing Group and other tax supported agencies. F] No,we will not extend contract terms to any agency other than the County of Fresno. (Au CFO Title 25-081 ler En(acemm Cloth" Quotation No. 25-081 Page 16 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFO. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV)and/or a Disabled Veteran Business Enterprise(DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are defined below. A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six(6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one (1)full-time or two (2)part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent(50%)owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise(DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise(DVBE)as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible,such vendor shall be entitled to a public hearing before the Board of Supervisors and a five(5)day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent(5%)of the lowest responsive and responsible bid will, under certain specified circumstances,qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs, they shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. 25081 Lew Enfacw*rl Cbthmg Quotation No. 25-081 Page 17 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV—Fresno County Local Vendor as defined above. 2) DVBE—Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP —Vendor No Preference;A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV&DVBE FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV& DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity Opportunity pp y pp y pp y pp y May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid of low bid Opportunity FCLV May Re-bid No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity of low bid DVBE May Re-bid May Re-bid (Not a FCLV) when within 5% when within 5% Re-bid No Re-bid Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5%of the designated low bid. The vendors submitting bids that are within the 5%will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which specifically calls for a preference to local vendors. When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid opportunity. 25-081 law Enlacement Clodwq Quotation No. 25-081 Page 18 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV)and the Disabled Veteran Business Enterprise Preference(DVBE)are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification"and/or the"Statement of DVBE Certification", each is included below,and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s)made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two(2)County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. E-Mail Address or Fax Number(Identify contact person) 25081 Lsw Enforcement Clonng N/A Quotation No. 25-081 Page 19 STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation (print or type). (individual submitting bid) (title) of/for Certify that (Company Name) (Company Name) Is a Fresno County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference. Signature Title Date (Print Name) STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and submit with their quotation (print or type). I (individual submitting bid) (title) of/for Certify that ('Company Name) (Company Name) Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE Preference. State of California DVBE Certification Number: Signature Title Date (Print Name) `Company name on file with the State of California DVBE program. 25-081 Law Enforcement Gothing Quotation No. 25-081 Page 20 TRADE SECRET ACKNOWLEDGEMENT Each proposal submitted is public record under the California Public Records Act(Cal. Gov.Code,secs. 7920.000 and following)and is therefore open to inspection by the public as required by Section 7922.525 of the California Government Code. This section generally states that"every person has a right to inspect any public record".The County will not exclude any proposal or portion of a proposal from treatment as a public record except information that it is properly submitted as a"trade secret"(defined below),and determined by the County to be a"trade secret"(if not otherwise subject to disclosure,as stated below). Information submitted as''proprietary","confidential"or under any other terms that might state or suggest restricted public access will not be excluded from treatment as public record. "Trade secrets"as defined by Section 7924.510 of the California Government Code are not treated as a public record under that section.This section defines trade secrets as: "...Trade secrets,"as used in this section,may include,but are not limited to, any formula,plan,pattern,process,tool, mechanism,compound,procedure,production data or compilation of information that is not patented, which is known only to certain individuals within a commercial concern who are using it to fabricate,produce, or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it." Such information must be submitted in a separate PDF file named"Trade Secret"and marked as"Confidential"in the Public Purchase system. Bidders must include a clear and concise statement that sets out the reasons for confidentiality in accordance with the foregoing definition of"trade secret." Examples of information not considered trade secrets are pricing, cover letter, promotional materials, references,and the like. Information submitted by a bidder as"trade secret"will be reviewed by County of Fresno's Purchasing Division, with the assistance of the County's legal counsel, to determine conformance or non-conformance to the foregoing definition. Information that is properly identified as"trade secret"and which the County determines to conform to the definition will not become public record(if not otherwise subject to disclosure,as stated below).The County will safeguard this information in an appropriate manner, provided however, in the event of a request,demand, or legal action by any person or entity seeking access to the"trade secret"information, the County will inform the bidder of such request, demand,or legal action, and the bidder shall defend, indemnify,and hold harmless the County, including its officers and employees, against any and all claims, liabilities, damages,or costs or expenses,including attorney's fees and costs, relating to such request,demand or legal action, seeking access to the"trade secret"information. Information submitted by bidder as trade secret and determined by the County not to be in conformance with the foregoing California Government Code definition shall be excluded from the proposal and deleted by the County. The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if(1)they are not electronically submitted in a separate PDF that is marked"Trade Secret"and marked as Confidential in the Public Purchase system;or(2)disclosure thereof is required or allowed under the law or by order of court. Bidders are advised that the County does not wish to receive trade secrets and that bidders are not to supply trade secrets unless they are absolutely necessary. I have read and understand,and agree to the above"Trade Secret Acknowledgement." BIDDER MUST CHECK ONE OF THE FOLLOWING: Has bidder submitted certain bid information that is a"trade secret,"as defined by Section 7924.510 of the Califorr Government Code,and in compliance with the requirements of this Trade Secrets Acknowledgement? By marking"NO", bidder does not claim any confidentiality of any bid information submitted to the County. YES X NO ACKNOWLEDGED AND GREED BY BIDDER: 4/2/2025 Signature Date John Walker CFO Print Name Title 25al law Enforcemert CbNng Quotation No. 25-081 Page 21 VENDo$MU,,COMPLETEAND$ETu$N wiTH REau"I EMQUoTA m. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for these or similar services with the County of Fresno within the past seven (7)years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Los Angeles County Sheriffs DepartmenContact: Gladis Zamora Address: 14205 Telegrapg Rd.2nd Floor City: _Whittier State: CA Zip: 90604 Phone No.: ( 562 ) 3474522 Date: Open Contract Service Provided: Uniforms for department Reference Name: Los An ele Coun Animal Control Contact: Renee Shaw Address: 5898 Cherry Ave City: Long Beach State: CA Zip: 90805 Phone No.: ( 562 ) 256 1375 Date: Open Contract Service Provided: Uniforms for department Reference Name: County of LA Walefare and Fraud Contact: Lula Hill Address: 20101 Hamilton Ave City: Torrance State: CA Zip: 90502 Phone No.: ( 310 ) 3494515 Date: 1101/2025 Service Provided: Uniforms for department Reference Name: Lancaster Police Department_ Contact: Casey Perkinson Address: 44811 Sierra HWY City: Lancaster State: CA Zip: 93534 Phone No.: ( 310 ) 6638458 _ Date: Current Service Provided: Body Armor,Gas Masks Reference Name: City of Santa Fe Springs Contact: Liz Martinez Address: 11710 Telegraph Rd City: Santa Fe Springs State: CA Zip: 90670 Phone No.: ( 562 ) 379 1354 Date: 1101125 Service Provided: Uniforms for department Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. 25al Lew Enforcement Whmq Quotation No. 25-081 Page 22 COMPLY / NOT COMPLY Compliance and understanding of the specifications listed below shall be noted by marking "COMPLY" on the line provided. Non-compliance is to be indicated by marking "NOT COMPLY" on the line; a detailed statement explaining why the specification cannot be met must accompany all non-compliant lines. DO NOT LEAVE THIS PAGE BLANK. Failure to complete and submit this page may result in the bid response being deemed non-responsive. Note: Failure to comply to all specifications listed below will not automatically disqualify the bid response from being evaluated. COMPLY/ BIDDER TO COMPLETE THE FOLLOWING: NOT COMPLY 1. Vendor location within Fresno County. Not Comply 2. Vendor can provide variety of sizes from XS to 4XL. Comply 3. Vendor can provide Academy Uniforms. Comply 4. Vendor can provide Class Uniforms. Comply 25481 Lew Enlacement Clothing Quotation No. 25-081 Page 23 QUOTATION SCHEDULE Please ensure to factor all costs throughout the initial three-year term. Also factor potential future raw material cost increases. The County will not accept price increases during the initial three-year term. See Exhibit A Quotation Schedule. 25-081 Lew Eftwment Clothing Quotation No. 25-081 Page 24 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response, Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. _L The Request for Quotation (RFQ) has been signed and completed. 2. V Addenda, if any, have been signed and included in the bid package. Signed Trade Secret Form as provided with this RFQ (Trade Secret Information, if provided, 3. �� must be electronically submitted in a separate PDF file and marked as Confidential.) 4. _V The completed Reference List as provided with this RFQ. 5. _V The completed Comply/Not Comply page as provided with this RFQ. 6. _� The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 7. Indicate all of bidder exceptions to the County's requirements,conditions and specifications as stated within this RFQ. 8. �� The Participation page as provided within this RFQ has been signed and included 9. �� The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 10. _\L Bidder to Complete page as provided with this RFQ. 11. -V Return checklist with RFQ response. 12. �L Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. 25-061 law Enforcement auttung Quotation No. 25-081 Page 25 EXHIBITS A. Quotation Schedule B. Photo Examples of Department Patches, etc. 25-Ml low EMorcement Clothing 4/1/25,11:09AM Warranty TIMELESS.TOUGH.TRUE. Search ti Home Warranty WARRANTY INFORMATION Updated May 26, 2023 LIMITED LIFETIME WARRANTY (excluding certain products-see product specific warranties below) SCOPE OF WARRANTY 5.11, Inc. ("5.11")warrants each product sold by 5.11 or its authorized dealers ("Product") to be free of defects in materials or workmanship for as long as you own the Product, or for the maximum period allowed by the laws of your jurisdiction, if less. EXCLUSIONS FROM COVERAGE x Excluded from coverage under this warranty are the following: GET 15%OFF + Products purchased other than from 5.11 or from an authorized 5.11 dealer + Damage resulting from abuse or misuse. https://www.511tactical.com/customer-service/warranty 1/8 4/1/25,11:09AM Warranty + Damage resulting from extended wear and tear. + Damage resulting from tampering or a customer modification. + Damage resulting from exposure to a caustic substance. + Consequential,incidental, indirect, punitive,exemplary,and/or special damages(although some states in the United States do not allow the exclusion or limitation of consequential or incidental damages, so this exclusion might not apply to you). This warranty is the exclusive warranty provided by 5.11 relating to the Product and,to the maximum extent permitted by law, 5.11 disclaims all other express or implied warranties, including without limitation warranties of merchantability and/or fitness for a particular purpose. This warranty extends only to the consumer who originally purchased or received the Product. 5.11's responsibility for a defective Product is limited to repair, replacement, or refund, as determined in 5.11's sole discretion. Please visit https://www.511tactical.com/customer-service/return-policy to initiate a return or an exchange or contact 5.11 as described at https://www.511tactical.com/customer-service/help-center STATE AND INTERNATIONAL LAWS This warranty gives you specific legal rights, and you may also have other rights which vary X from state to state in the United States and in other countries. GET 15%OFF hftps://www.511tactiGal.Gom/customer-service/warranty 2/8 4/1/25,11:09AM Warranty TIMEPIECE LIMITED WARRANTY SCOPE OF WARRANTY 5.11, Inc. ("5.11")warrants each timepiece sold by 5.11 or its authorized dealers ("Product") to be free of defects in materials or workmanship for two (2) years, or for the maximum period allowed by the laws of your jurisdiction, if less. EXCLUSIONS FROM COVERAGE Excluded from coverage under this warranty are the following: + Products purchased other than from 5.11 or from an authorized 5.11 dealer. + Damage resulting from abuse or misuse. + Damage resulting from extended wear and tear. + Damage resulting from opening,tampering,or a customer modification. + Damage resulting from attempted service or repairs by an unauthorized service provider. + Wrist bands,stem,crystals,crown,and battery replacement are not covered under warranty. + Damage resulting from exposure to a caustic substance. + Consequential,incidental, indirect, punitive,exemplary,and/or special damages(although some states in the United States do not allow the exclusion or limitation of consequential or incidental damages, so this exclusion might not apply to you). x This warranty is the exclusive warranty provided by 5.11 relating to the Product and, to the maximum extent permitted by law, 5.11 disclaims all other express or implied warranties, GET including without limitation warranties of merchantability and/or fitness for a particular 15%OFF purpose. https://www.511tactical.com/customer-service/warranty 3/8 4/1/25,11:09AM Warranty This warranty extends only to the consumer who originally purchased or received the Product. 5.11's responsibility for a defective Product is limited to repair, replacement, or refund, as determined in 5.11's sole discretion. Please visit https://www.511tactical.com/customer-service/return-policy to initiate a return or an exchange or contact 5.11 as described at https://www.511tactical.com/customer-service/help-center. STATE AND INTERNATIONAL LAWS This warranty gives you specific legal rights, and you may also have other rights which vary from state to state in the United States and in other countries. STATION WEAR, WILDLAND,AND FIRE-RESISTANT APPAREL LIMITED WARRANTY SCOPE OF WARRANTY 5.11, Inc. ("5.11") warrants its fire fighting and fire-resistant garments and apparel ("Product") to be free from workmanship and material defects for the useful life of the Products when used by appropriately-trained personnel following acceptable fire-fighting or emergency services procedures and when the Product's warning, use, and care instructions are followed. x GET For purposes of this warranty, "workmanship and material defects" is defined as defects 15%OFF arising from the manufacturing process, including loose or broken seams, malfunctioning hardware, and flawed fabrics. Defects do not encompass the results of ordinary wear and https://www.511tactical.com/customer-service/warranty 4/8 4/1/25,11:09AM Warranty tear. In addition, "useful life," for purposes of this warranty, is defined as no more than three (3)years, but may be shorter depending upon the type and frequency of use of the garment. Nonetheless, it is the responsibility of the user and the applicable department or agency to establish its own guidelines and standards for assessing and determining the useful life of its apparel and equipment. EXCLUSIONS FROM COVERAGE Excluded from coverage under this warranty are the following: + Products purchased other than from 5.11 or from an authorized 5.11 dealer. + Damage resulting from abuse, misuse,or improper care. + Damage resulting from extended wear and tear. + Damage resulting from tampering or a customer modification;and + Consequential,incidental, indirect, punitive,exemplary,and/or special damages(although some states in the United States do not allow the exclusion or limitation of consequential or incidental damages, so this exclusion might not apply to you). This warranty is the exclusive warranty provided by 5.11 relating to the Product and, to the maximum extent permitted by law, 5.11 disclaims all other express or implied warranties, including without limitation warranties of merchantability and/or fitness for a particular purpose. This warranty extends only to the consumer who originally purchased or received the X Product. GET 15%OFF 5.11's responsibility for a defective Product is limited to repair, replacement, or refund, as determined in 5.11's sole discretion. https://www.511tactical.com/customer-service/warranty 5/8 4/1/25,11:09AM Warranty Please visit https://WWW.511tactical.com/customer-service/return-policy to initiate a return or an exchange or contact 5.11 as described at https://www.511tactical.com/customer-service/help-center. STATE AND INTERNATIONAL LAWS This warranty gives you specific legal rights, and you may also have other rights which vary from state to state in the United States and in other countries. HYDRAPAK WARRANTY SCOPE OF WARRANTY 5.11 has partnered with Hydra Pak for the WTS hydration reservoir systems. Hydra Pak provides a lifetime guarantee on its products. If you experience any failures due to a Hydra Pak product's manufacturing or materials, Hydra Pak will repair or replace the item for free. CLICK HERE to be directed to HydraPak.Com to begin your warranty claim. GET THE LATEST INTEL your email address SIGN UP FOR UPDATES FROM 5.11 TACTICAL x GET 15%OFF https://www.511tactical.com/customer-service/warranty 6/8 4/1/25,11:09AM Warranty SELECT YOUR COUNTRY: UNITED STATES Please select... GET HELP COMPANY INFO Cookie Consent About 5.11 Inc. Contact Us 5.11 Community Order Status Careers Check Gift Card Balance Corporate Locations Returns Cr Exchanges Store Locator Shipping Info Corporate Wear Product Recall 5.11 Podcast Product Safety a Usage Information Social Responsibility Product Reviews Supply Chain Act UK and EU Declaration of Conformity Beyond Clothing® TERMS Fr CONDITIONS Privacy,Security Cr Terms California Privacy Policy Warranty Accessibility Statement X 5.11 Tactical UK Tax Strategy GET 15/ OFF ❑+ Do Not Sell or Share My Personal Information Powered by On eTrust hftps://www.511tactiGal.Gom/customer-service/warranty 7/8 4/1/25,11:09AM Warranty FOLLOW US �j O x () o We are global innovators who make purpose-built technical apparel,footwear,and gear for life's most demanding missions. ©2025 5.11,Inc.All rights reserved. X GET 15%OFF hftps://www.511tactiGal.Gom/customer-service/warranty 8/8 4/1/25,11:19 AM Product Warranty I Elbeco Search products 0, Product Warranty HOW TO BUY Elbeco products are recognized worldwide for their superior quality and durability.We agree to warrant our products to be free from defects in material and workmanship from date of purchase.This warranty does not cover damage from misuse or abuse of the garment,personalization or customization of the garment by a third party,nor situations that exceed the garment's intended scope or purpose. • Products covered under Elbeco's 3 Year Warranty:Outerwear • Products covered under Elbeco's 1Rbl9*9964 ?Shirts, PM,MIN lls,Job ShiAtl, k ;AA1f2 #9§louse Coats Jumpsuits,Vest Carriers,and Accessories TEAM • Exception (see below): Protective Mask Protective Mask Warranty Due to the unique nature of this product and current health restrictions,all face mask orders are final except in cases of manufacturer's defects that prohibit the ability to use the product. In cases of defective product: • Purchasers can return the product within 10 days of purchase to your authorized Elbeco dealer where purchased. • Dealers when informed of a return,email Elbeco Customer Service adustomerservice@elbeco.comwith the following: o Date of purchase o Brief explanation of defect o Customer's email address,name,shipping address • Photograph of the product defect Our Quality Assurance team will review each defect email claim. If a mask is confirmed defective,we will replace your face mask with the same item (or similar,if exact product is no longer available) at our expense. Dealer Warranty Servicing If you purchased an Elbeco product and find it to be defective,please contact customer service at customerservice@elbeco.com. Our customer service department will evaluate the issue and,if the garment is still under warranty,they will provide further instructions to replace or repair your garment free of charge. Products Purchased Through Authorized Distributors If you have purchased an Elbeco product and find it to be defective,please bring the garment to the authorized distributor that you purchased it from for prompt warranty service.Your distributor will evaluate the issue and,if the garment is still under warranty,will replace or repair your garment free of charge. Products Purchased Through Non-Authorized Distributors All products sold by a non-authorized dealer are not eligible for warranty repair or replacement by Elbeco,as we cannot guarantee the authenticity of such products. https://www.elbeco.com/product-warranty 1/2 4/1/25,11:19AM Product Warranty I Elbeco INDUSTRIES FOLLOW US LEARN DEALERS Law Enforcement Facebook About Find a Dealer Fire Linkedln Contact Us Dealer Tools EMS YouTube Blog Dealer Login HOW TO BUY Corrections Instagram Product Catalog Security Twitter Product Warranty Transportation Careers CONTACT US Contact Form 4430 Pottsville Pike,Suite 1010 Reading,PA 19605 FIND A DEALER BUY ONLINE MEET OUR SALES Phone:610-921-0651 TEAM Fax:610-921-8651 ©2025 Elbeco,a brand of LION Group, Inc. All Rights Reserved Privacy Policy https://www.elbeco.com/product-warranty 212 FREE SHIPP'" @00 d' in USA LOGIN SHOP MEET THE AEROJACTM = F1RSr<k, Q b WEAR TEST WARRANTY WARRANTY & RETURNS • WHAT IS YOUR RETURN POLICY? First Tactical has a 30-day returns and exchanges policy. You may return your merchandise to First Tactical within 30 days upon the receipt of your product. Refunds will be applied to original credit card used at the time of purchase. Items purchased with a Gift-With-Purchase (GWP) can only be refunded with the GWP included with your return. If the GWP is not included in your return, the total amount of the GWP will be deducted from your total return amount. • WHAT DO I DO IF MY PRODUCT IS DEFECTIVE? We stand behind the workmanship of each and every product we make. If you feel your item is defective or failing prematurely, please call our customer service team for a quick resolution. Once the returned item is received and inspected in our returns department, we will replace the item at no cost. • HOW DO I RETURN OR EXCHANGE A PRODUCT I PURCHASED? Send in your item(s) referencing the return authorization number given by one of our customer service representatives. Your return will be processed in 10-14 business days. • HOW DO I RETURN OR EXCHANGE A GIFT I RECEIVED? Gift items may be exchanged for the same item in a different size or color only. Please call customer service team to initiate the exchange. • HOW LONG DOES IT TAKE TO GET A RESPONSE AFTER SUBMITTING A REQUEST ON THE CONTACT PAGE? We always do our best to respond quickly, but please allow up to 48 business hours for a response. 4/1/25, 11:16 AM Shipping and Returns—Flying Cross n = Q 00 b O v V 00 00 Home Menu Search Shop Cart Account MrAw Items being returned for credit must be returned in their original condition&packaging within 60 days. Returns not in brand new unused condition will not be accepted. Customized items(hemmed,altered,etc.)cannot be returned for credit. We do not offer exchanges at this time. If you wish to make an exchange for an item purchased on flyingcross.com, please send back the items you wish to return,then place a new order online. If you purchased your product from a retail store location,you must return your product to the store where you originally purchased the item.We cannot offer credit for items purchased at retail locations. Proof of purchase is required for all returns. Returns may be mailed to: Fechheimer4545 Malsbary Road,Cincinnati,OH 45242. LIMITED WARRANTY: Flying Cross branded products covered by this warranty are warranted to the original owner against manufacturing defects in materials and workmanship for the 2 years on bags and packs and 1 year on apparel.This warranty applies to all Flying Cross branded products except product marked as not covered by warranty on the product's packaging, hangtag and/or label,and product purchased from an unauthorized dealer or seller. If your product covered by this warranty fails due to a manufacturing defect,we will repair it without charge,or replace it,at our discretion.Only original, unaltered and unmodified items and workmanship are covered.This warranty does not cover damage caused by accident,improper care, negligence,normal wear and tear,or the natural breakdown of colors and materials over extended time and use. The products eligible for the limited warranty are covered to the original owner,for the period specified above. CONTACT US PHONE:513-793-5400 "XL FREE: 1-800-543-1939 41 eh - M-F 8 A.M.-5 P.M. EST Q� 4�40 -1vingCross.com t https://flyingcross.com/pages/shipping-and-returns?srsltid=AfmBOogXM3VMm6hig0fOwSDPSKWnT41FPeIB4fEPiaPl4RPzBw9gFGgr 2/4 4/1/25, 11:45 AM About Spiewak I Spiewak Our History: A TRADITION OF INNOVATION to Public Safety and Military Professionals for over 100 years. A native of Warsaw, Poland, Isaac Spiewak came to New York in 1903. He started his company with the goal of bringing his family to America, and as they arrived, eventually all six of his sons joined the firm. Nineteen years after Spiewak's centennial, it remains a privately held family business, now under the direction of Isaac's great-grandson Roy Spiewak. Spiewak's company started out in a one-room loft in Williamsburg, but grew in step with America's own expansion.World War I marked the start of the firm's business as a military contractor, producing wool coats,jackets, and naval breeches for the military. Spiewak introduced its first police jackets in 1923, outfitting the New York State mounted troopers. When World War II came, Spiewak supported the troops by delivering more than one million units of flying suits, bomber jackets, peacoats and other specialized gear. In keeping with its founder's dedication to quality and durability, Spiewak has always made product innovation a central focus of its business, and it continues to this day. INNOVATION: Combining Tradition with Technology to Provide the Image you Desire and the Performance you Deserve Spiewak has applied decades of research seeking new technologies to enhance our products to meet the ever-increasing demands of Public Safety Professionals. We use only the highest quality fabrics, components, and construction methods to ensure that garments carrying the Spiewak label meet the tough standards we have set and maintained for over 100 years. Working together with our customers we have developed unique features within our uniforms. Some of our most notable include: • Spiewak Performance Duty Uniforms (SPDUs) which combine Nano-Technology for moisture repelling and moisture wicking with patented innovations like the hidden and secure cargo pocket, and the shirt retention system for unprecedented comfort and features. • Spiewak Professional Poly with Sorbtek°365" Uniforms which are designed for superior moisture wicking and absorption, comfort climate control, soil and stain resistance, breathability, comfort stretch, excellent color retention and easy care. Also includes the same patented features as our Performance Duty Uniforms. • Spiewak Custom Tailored Uniform Programs which are designed utilizing a Department's specified fabric and color. We design a customized uniform that combines tradition with technology to give you the best uniform program available. • Spiewak Leading Outerwear We produce a large selection of the best performing outerwear on the market today. Using our Systems Technology, each of our 10 outer shell jackets can accept any of 8 jackets as liners, including our industry leading softshell jacket. Our WeatherTech° System garments are waterproof and breathable, locking out rain and snow while allowing heat and vapors to escape. • Spiewak VizGuard° Garments which became the United States'first garments dedicated to worker safety and comfort by combining weather protection with reflective and bright safety fabrics. All Spiewak high visibility garments are third party certified to comply with the latest standards to give you independent assurance of our products safety and compliance to current ANSI Standards. https://www.spiewak.com/about#:—:text=Spiewak's limited lifetime warranty is,to normal wear and tear. 1/3 4/1/25, 11:45 AM About Spiewak I Spiewak COMMITMENT TO QUALITY: THE SPIEWAK DIFFERENCE One look at a Spiewak Uniform will convince you of our commitment to producing the highest quality garments available. We are proud our uniforms enhance the image and professionalism that agencies wearing them deserve and want to portray. Our focus on detail and quality results in a uniform with the highest performance level and appearance in our industry. Our Uniforms, Outerwear and Hi-Visibility apparel are worn by uniformed professionals around the globe. We are proud to have been selected by an ever-increasing number of State Patrol agencies across the United States who have recognized the difference that our uniforms provide. We are honored that we can serve them. Our superior quality,functionality, durability, comfort, and safety are built into each of our products. By wearing them you will likely enjoy a reduction in overall uniform expenditure, a significant increase in officer moral and a notable advancement in your uniform program. We consistently outperform our competition on wear-tests, in their day-to-day performance and in customer loyalty. LIFETIME WARRANTY Spiewak's limited lifetime warranty is part of our total quality assurance program. It warrants to the original purchaser that their Spiewak product will be free from defects in materials and workmanship for the natural life of the garment, subject to normal wear and tear. See our full warranty for details. TRADITION OF SERVICE: OUR GRATITUDE Spiewak joins in expressing our nation's gratitude to those in public service whose dedication to their job maintains our freedoms and makes our job so rewarding. We are privileged to serve you, and we do our absolute best to show it in the products we offer and the efforts we put forth to service you. OUR CATALOG (/) 1.800.223.6850 225 W 37th St, New York NY 10018 info@spiewak.com (mailto:info@spiewak.com) �SNEWAK(� eince iyoy Newsletter Signup Ceieb'ar"'g12o years ofSen*e (https://heyzine.com/flip- book/752d298d63.html) LAW ENFORCEMENT (/CATALOG/PROFESSION/LAW- ENFORCEMENT-1) https://www.spiewak.com/about#:—:text=Spiewak's limited lifetime warranty is,to normal wear and tear. 2/3 4/1/25, 11:45 AM About Spiewak I Spiewak FIRE/EMS (/CATALOG/PROFESSI ON/FI REEMS- 2) CAREER/INDUSTRIAL (/CATALOG/PROFESSI ON/CAREERI N DUSTRIAL- 3) VIZGUARD (/CATALOG/CLOTH I NG/VIZGUARD- 16) SPIEWAK IN ACTION SPIEWAK SYSTEM 44, SR7666.. 53815..E v �6774.. ►ern 3676.. 557SV..u' S17 \Swbo.,. SBBwVT.. i 5366VZR. (/sp iewak-system-wheel) https://www.spiewak.com/about#:—:text=Spiewak's limited lifetime warranty is,to normal wear and tear. 3/3