<<

STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE Change Notice Number 4 to Contract Number 071B7700027

LOGOFIT LLC Program Various MULTI Manager CONTRACTOR

3202 Lapeer Road STATE Flint, MI 48503 Administrator

Jon Kraut Contract Valerie Hiltz DTMB 800-778-8948 (517) 249-0459 [email protected] [email protected] CV0042264

CONTRACT SUMMARY AND WORK APPAREL - STATEWIDE INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE November 1, 2016 October 31, 2019 3 - 1 Year June 30, 2020 PAYMENT TERMS DELIVERY TIMEFRAME 3% 10 N 30 Days Varies. See Schedule A, Section 6.2. Delivery Timeframe ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING ☒ P-Card ☐ PRC ☐ Other ☒ Yes ☐ No MINIMUM DELIVERY REQUIREMENTS N/A, however, for free delivery 12 of any items must be ordered. DESCRIPTION OF CHANGE NOTICE OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE ☒ 1 year, four months ☐ October 31, 2021 CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE $1,255,775.00 $0.00 $1,255,775.00 DESCRIPTION Effective July 1, 2020 the remainder of the first option year and the second option year are hereby exercised. The new expiration date is October 31, 2021.

Schedule B is revised as attached. All item pricing which is shown as TBD (To Be Determined) is in the process of being reviewed with the intention of having those prices finalized in July of 2020. The Contractor will offer all currently held inventory, as listed and attached in this Change Notice, at the Change Notice #3 pricing until such time as the in stock inventory has been depleted.

All other terms, conditions, specifications and pricing remains the same. Per Contrator and agency agreement and DTMB Central Procurement Services approval. CHANGE NOTICE NO. 4 TO CONTRACT NO. 071B7700027

Program Managers for Multi-Agency and Statewide Contracts AGENCY NAME PHONE EMAIL DNR Lisa Crozier-Green 517-284-5938 [email protected] EGLE Lisa VanOstran 517-284-5012 [email protected] DTMB Brad LaMacchia 517-636-4891 [email protected] Revised via Change Notice #4, Effective 7/1/2020 Replaces Sheets 23 - 30 CONTRACT #071B7700027 (Additions and price revisions are denoted in red lettering. Discontinued items are crossed off) SCHEDULE B- PRICING Please Note, Prices are for article items only without embelishement. Cost of embelishment must be added for total pricing. T- Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 2000 T-, Men's Ultra Gildan $2.35 $4.11 $4.48 $4.48 $4.48 - - - - - 2 2300 T-Shirt, 100% Cotton w/ Pocket Gildan $8.21 $11.52 $12.80 ------3 8000 T-Shirt DryBlend, Classic Fit, Unisex Gildan $4.88 $7.82 $9.36 $9.36 $9.44 - - - - - 4 M320W T-Shirt, Athletic-Sporty Unisex V-Neck Harrington $6.59 $7.74 ------5 29M T-Shirt, Unisex Jerzeez $4.88 $7.81 $9.36 $9.39 $9.39 - - - - - 6 29LS T-Shirt, Long Sleeve Jerzeez $7.47 $9.70 $9.95 ------7 1790 T-Shirt, Women's V-Neck Augusta $4.59 $5.74 ------8 4820 T-Shirt, Hanes $11.24 $15.92 $16.34 ------9 CS401 T-Shirt, High Visibility CornerStone TBD TBD TBD TBD ------10 CS401LS T-Shirt, High Visibility Long Sleeve CornerStone TBD TBD TBD TBD ------

SWEATSHIRTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 18000 Sweatshirt, Heavy Blend Crewneck Gildan $8.33 $10.34 $10.34 $10.58 $10.89 - - - - - 2 562M Sweatshirt, Jerzeez TBD TBD TBD TBD ------3 993M Sweatshirt, Full Zip , Cuffed at Sleeve and Jerzeez TBD TBD TBD ------4 996M Sweatshirt, Hooded and Cuffed at Sleeve and Waist Jerzeez TBD TBD TBD TBD ------5 G186FL Sweatshirt, Women's Full Zip Hoodie Gildan $19.06 $22.11 $22.71 ------6 18600 Sweatshirt, Men's Full Zip Hoodie Gildan $19.06 $22.11 $22.71 $24.06 $24.38 - - - - -

POLO SHIRT Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 BG-6207 , Women's Long Sleeve Blue Generation TBD TBD TBD TBD ------2 BG-6500 Polo Shirt, Women's Short Sleeve Blue Generation TBD TBD TBD TBD ------3 BG-7207 Polo Shirt, Men's Long Sleeve Blue Generation TBD TBD TBD TBD TBD TBD - - - - 4 BG-7204 Polo Shirt, Men's Short Sleeve Blue Generation TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD 5 D100 Polo Shirt, Men's Pima Pique Devon & Jones TBD TBD TBD TBD TBD TBD - - - - 6 D100T Polo Shirt, Men's Tall Pima Pique Devon & Jones $22.22 $31.48 $33.33 ------7 D100W Polo Shirt, Women's Pima Pique Devon & Jones $22.22 $25.93 $27.78 ------8 BG-7204T Polo Shirt, Men's Tall Blue Generation $23.61 $25.46 $29.17 ------9 K100 Polo Shirt, Men'ss Port Authority $9.58 $10.38 $11.98 $12.78 ------10 K100P Polo Shirt, Men's Pocket Port Authority $11.18 $12.18 $14.18 $15.18 ------11 K110 Polo Shirt, Men's Dry Zone UV Micro-Mesh Port Authority $14.13 $15.74 $18.97 ------12 L100 Polo Shirt, Women's Port Authority $9.58 $11.98 $11.98 $12.78 ------13 LK110 Polo Shirt, Women's Dry Zone UV Micro-Mesh Port Authority $14.13 $15.74 $18.97 ------14 LK8000 Polo Shirt, Women's EZCotton Port Authority $17.25 $18.75 $21.73 ------

WOVEN SHIRTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 BG-6217 Oxford Shirt, Women's Long Sleeve Blue Generation TBD TBD TBD TBD ------2 BG-6217S Oxford Shirt, Women's Short Sleeve Blue Generation TBD TBD TBD TBD ------3 BG-7217 Oxford Shirt, Men's Long Sleeve Blue Generation TBD TBD TBD TBD TBD TBD - - - - 4 BG-7217S Oxford Shirt, Men's Short Sleeve Blue Generation TBD TBD TBD TBD TBD TBD - - - - 5 BG8213S Up Shirt, Men's Short Sleeve, Fine Twill, 100% Cotton Blue Generation $12.09 $13.24 $15.54 $16.69 $17.84 $18.99 $20.24 - - - 6 D610 Button Up Shirt, Men's Long Sleeve, 100% Cotton Pima Advantage Twill Devon & Jones $21.44 $23.74 $24.89 $26.04 $27.19 $28.34 - - - - 7 M550 Shirt, Men's Long Sleeve Harrington $15.30 $16.55 $17.80 $19.05 $21.55 $22.80 - - - - 8 BG8213 Button Up Shirt, Men's Long Sleeve, Fine Twill, 100% Cotton Blue Generation $17.09 TBD TBD TBD TBD TBD TBD - - - 9 BG8213T Button Up Shirt, Men's Tall Long Sleeve, Fine Twill, 100% Cotton Blue Generation $22.56 TBD TBD ------10 DG530 Button Up Shirt, Men's Long Sleeve Devon & Jones TBD TBD TBD TBD TBD TBD - - - - 11 DG530T Button Up Shirt, Men's Tall Long Sleeve Devon & Jones TBD TBD TBD ------12 L608 Button Up Shirt, Women's Long Sleeve, Easy Care Port Authority $18.75 $20.24 $23.22 ------13 L640 Button Up Shirt, Women's Long Sleeve, Twill Port Authority TBD TBD TBD ------14 RH370 Button Up Shirt, Men's Long Sleeve Non-Iron RedHouse $39.20 $40.78 $43.95 $45.57 ------15 S608 Button Up Shirt, Men's Long Sleeve Easy Care S Port Authority $18.75 $20.24 $23.22 $24.72 ------16 TLRH370 Button Up Shirt, Mens Tall Long Sleeve Non-Iron RedHouse $43.16 $44.75 $47.92 $49.50 ------BG-7217T Oxford Shirt, Men's Long Sleeve, Tall Blue Generation TBD TBD TBD & PULLOVERS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes Set, Women's, Two piece set: shell with tonal & 1 038 Andrew Rohan TBD TBD TBD ------lightweight crew neck sweater. 2 7090 Sweater, Women's V-Neck Andrew Rohan TBD TBD TBD ------3 351 Cardigan Sweater, Men's V-Neck, with No Pockets Andrew Rohan TBD TBD TBD TBD TBD TBD - - - - 4 565 Sweater, Men's V-Neck Andrew Rohan TBD TBD TBD TBD TBD TBD - - - - 5 LSW280 Cardigan Sweater, Women's Port Authority $21.99 $23.14 $25.44 $26.59 ------6 LSW280 Sweater, V-Neck Long Sleeved, Low-pill, Unisex Port Authority $15.39 $16.54 $16.54 $16.54 ------7 PC61M Mock Turtle Neck Port Authority $10.45 $12.82 $17.01 $19.04 ------8 LSW285 Sweater, Women's V-Neck Port Authority $29.19 $30.69 $33.67 ------9 LSW287 Cardigan Sweater, Women's Port Authority $32.18 $33.67 $36.66 ------10 M415 , Men's V-Neck Harrington $17.25 $18.75 $20.24 $21.73 ------11 M415W Sweater Vest, Women's V-Neck Harrington $17.25 $18.75 $20.24 ------12 40 Sweater, Women's, Cardigan, Jewel Neck, Fine Guage Edwards TBD TBD TBD ------, AND VESTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 C26 , Carhartt, Quilt Lined, Front Carhartt $86.25 $86.25 $92.00 $92.00 $92.00 $92.00 - - - - 2 C55 Jacket, Carhartt, Heavy Quilt Lined, Zipper Front Carhartt $93.75 $93.75 $99.50 $99.50 $99.50 $99.50 - - - - 3 J14 Jacket, Carhartt, Sandstone, Sherpa Lined, Zipper Front Carhartt $67.50 $67.50 $70.95 $70.95 $70.95 $70.95 - - - - 4 J22 Jacket Carhartt, Jacket, Quilt Lined, Zipper Front Carhartt $73.50 $73.50 $82.13 $82.13 $82.13 $82.13 - - - - 5 J97 Jacket, Carhartt, Detroit Jacket, Sandstone, Blanket Lined Carhartt $59.38 $59.38 $62.26 $62.26 $62.26 $62.26 - - - - 6 J130 Jacket, Carhartt, Sandstone, Quilt Lined Flannel, Zipper Front Carhartt $67.50 $67.50 $73.25 $73.25 $73.25 $73.25 - - - - 7 V33 Vest, Carhart Carhartt $47.50 $47.50 $49.80 $49.80 $49.80 $49.80 - - - - 8 M750 Jacket, Packable Nylon Harrington $15.30 $16.55 $17.80 $19.05 ------

Jacket, Heavy Winter Two-in-One: Fully seam-sealed , water & wind resistant, 9 J799-J323 polyfill-lined body & sleeves, removable , sits below the hip, zip, to -35 Port Authority TBD TBD TBD TBD ------degrees, storm cuffs. Down liner is reversible and removable.

10 SJF Jacket, Three in One, Long Sleeve, Fleece Liner Timberline $13.50 $14.65 $14.65 $14.65 $14.65 $14.65 - - - - 11 SVF Jacket, Three in One, Vest Fleece Liner Timberline $11.10 $12.25 $12.25 $12.25 $12.25 $12.25 - - - - 12 78184 Jacket, Women's, Cruise, Fleece Lined Core365 TBD TBD TBD ------13 88184 Jacket, Men's Fleece Lined Core365 $31.24 $33.74 $34.99 $36.24 $37.48 - - - - - 14 88184T Jacket, Men's Tall Fleece Lined Core365 $43.27 $46.37 $47.91 $49.45 $50.60 - - - - - 15 F217 Jacket, Fleece Port Authority $22.38 $23.98 $27.18 $28.78 $31.98 $33.58 - - - - 16 F219 Vest, Fleece Port Authority $20.98 $22.52 $25.60 $27.78 $28.78 $30.38 - - - - 17 F233 Jacket, Men's Fleece Full-Zip Port Authority $35.10 $36.71 $39.94 ------18 L217 Jacket, Women's Fleece Port Authority $22.38 $23.98 $27.18 $28.78 ------19 L219 Vest, Women's Fleece Port Authority $20.98 $22.52 $25.60 $27.78 ------20 L233 Jacket, Women's Fleece Full-Zip Port Authority $35.10 $36.71 $39.94 ------21 CSJ24 Parka, High Visibility CornerStone TBD TBD TBD TBD ------22 CSJ25 , High Visibility CornerStone TBD TBD TBD TBD ------23 SV01 Vest, High Visibility Port Authority TBD TBD TBD ------24 TPX-3R Parka, Men's High-Visibility StormTech $206.00 $206.00 $206.00 $206.00 ------25 CTC003 , Duck Traditional Carhartt TBD TBD TBD TBD ------26 CTJ131 Jacket,Thermal Lined Duck Hooded Carhartt TBD TBD TBD TBD TBD TBD - - - - 27 CTV01 Vest, Duck Carhartt TBD TBD TBD TBD TBD - - - - - CTTJ131 Jacket,Thermal Lined Duck Hooded, Tall Carhartt TBD TBD TBD TBD PANTS Standard Item # Part # Item Description Brand Waist 42+ Waist 44+ Waist 52+ Sizes 1 1953 Pant, Men's, Painter, 100% Cotton Dickies TBD TBD TBD - 2 3W020 Pant, RIGGS Carpenter, 100% Cotton Ripstop, 10 oz Wrangler TBD TBD - - 3 3W060 Pant, RIGGS Workwear Ranger, 100% Cotton Ripstop, 10 oz Wrangler TBD TBD - - 4 DKFP820 Pant, Wormen's, Painter Dickies $25.29 - - - 5 FPW2372 Pant, Women's Cargo Dickies $29.58 - - - 6 FR221 Short, Women's Flat Front Dickies $15.98 $26.16 - - 7 LP700 Pant, Men's Flat Front Dickies $29.52 $29.52 - - 8 LR542 Short, Men's Cargo Dickies $31.31 $31.31 $31.31 - 9 LR642 Short, Men's Flat Front Dickies $27.61 $27.61 - - 10 PT26 Short, Men's Work RedKap $15.98 $15.98 $15.98 - 11 2053 Pant, Men's, Utility Pant, Double Knee, Relaxed Fitt Dickies TBD TBD TBD - COVER/OVERWEAR Standard Item # Part # Item Description Brand Waist 42+ Waist 44+ Waist 52+ Sizes 1 R01 Bib Overall, Unlined Carhartt $51.88 51.88 51.88 55.91 2 R27 Bib Overall, Quilt Lined, Zip to Knee. Carhartt $75.00 $75.00 $75.00 $75.00 3 CT10 Coverall, Action Back, One Piece unlined front zipper Red Kap TBD TBD TBD TBD 4 CTR41 Carhartt Quilt Lined Bib Carhartt TBD TBD TBD - Standard Standard 2XL & 2XLT 3, 4 & 5XLT Sizes Sizes- Tall 5 903ART Duck Bib Overall, Hi Visibility Striped, Lined ? TBD TBD TBD TBD ACCESSORIES

Item # Part # Item Description Brand Price

1 711113 Backpack, Fugitive Pack Ogio $50.88 2 BG114 Duffle Bag Medium duffle bag 24"W x 12"H x 11"D Port Authority TBD 3 8805 Duffle Bag, Small 18"W x 10"H x 10"D Liberty $9.39 4 1015 Fanny Pack Nissin $5.95

Hats & Headwear

Item # Part # Item Description Brand Price

1 K585 Winter Head Band, Knit Alan Slone $1.85 2 50-40L7 , Knit/ Fleece Lined Logofit $5.68 3 50-6503 Winter Head Band, Micro-Fleece Logofit $1.08 4 50-27EBG Winter Head Band, Contoured Micro-Fleece Logofit $1.84 Hat, Heavy Winter, Double weight fleece, Trooper hat, with berber lining and 5 50-99099 Logofit $4.40 earflaps with velcro closure 6 18-099 , Six panel low profile Otto $6.69 7 19-609 , Six Panel Low profile Otto $6.13 8 27-079 Baseball Cap, Six Panel High profile Otto $6.06 9 50-129 Baseball Cap, Six Panel High profile Otto $6.06 10 115-820 Baseball Cap, Six Panel Low profile, Color: ANSI Yellow Otto $6.06 11 C900 Stocking Hat, Fleece (95/5 poly/spandex) Port Authority $3.66 12 C910 Head Band, Winter, Fleece Port Authority $3.02 13 CP95 Winter Hat, 100% Cotton Port Authority $3.98 14 CP80 Baseball Cap, Six Panel Low profile Port and Company $3.18 15 CP90 Stocking Hat, Knit Port and Company $2.54 16 041 Cap, Original Stormy Kromer, 80/20 Wool/nylon blend w/ cotton lining Stormy Kromer $39.99 17 593 Stocking Hat, Knit Ultra Club $5.93 18 37-077 Baseball Cap Otto $6.06 19 8TRFL Fleece Trooper Hat Logofit $8.81 20 CP90L Knit Cuff Hat-Fleece Lined Port Authority $4.14 21 50-C918 Fleece Beanie Port Authority TBD Change Notice #4, effective 7/1/2020 Contract 071B7700027 Change Notice #4 Inventory List Attachment All Items in this List will remain available at Change Notice #3 pricing until all inventory has been liquidated. Item Description On Hand DNR:50-038-Black-MD Women's Sweater Twin Set 1 DNR:50-038-Black-XL Women's Sweater Twin Set 2 DNR:50-040-Black-3XL Edwards Ladies' Jewel Neck Fine Gauge Cardigan Sweater 1 DNR:50-040-Black-SM Edwards Ladies' Jewel Neck Fine Gauge Cardigan Sweater 1 DNR:50-041-Black-6.75-XS Original Wool 80/20 wool/nylon blend lined in cotton. 1 DNR:50-041-Black-7.13-SM Original Wool Stormy Kromer Cap 80/20 wool/nylon blend lined in cotton. 2 DNR:50-041-Black-7.25-MD Original Wool Stormy Kromer Cap 80/20 wool/nylon blend lined in cotton. 2 DNR:50-041-Black-7.38-MD Original Wool Stormy Kromer Cap 80/20 wool/nylon blend lined in cotton. 3 DNR:50-041-Black-7.50-LG Original Wool Stormy Kromer Cap 80/20 wool/nylon blend lined in cotton. 3 DNR:50-041-Black-7.63-XL Original Wool Stormy Kromer Cap 80/20 wool/nylon blend lined in cotton. 2 DNR:50-041-Black-7.75-XL Original Wool Stormy Kromer Cap 80/20 wool/nylon blend lined in cotton. 1 DNR:50-041-Black-7.88-2XL Original Wool Stormy Kromer Cap 80/20 wool/nylon blend lined in cotton. 2 DNR:50-1015-Black Fanny Pack 3 DNR:50-115-820-Yellow DNR Volunteer Baseball Cap 5 DNR:50-121-858-003-Black PROMO COTTON BLEND TWILL PRO STYLE MESH BACK HAT 3 DNR:50-18000-Host-Tan-MD Heavy Blend Crewneck Sweatshirt - HOST 2 DNR:50-18-099-Khaki-Blank Baseball Cap 45 DNR:50-18-099-Khaki-Host Baseball Cap - Campground Host 3 DNR:50-18-099-Khaki-Parks Rec Baseball Cap - Parks & Recreation 50 DNR:50-19-609-Black Baseball Cap Michigan - Conservation Officer 1 DNR:50-19-609-Black-Blank DNR Baseball Cap Michigan - Blank 5 DNR:50-27-079-PO-Black-osfm DNR Black Baseball Cap - Park Officer 16 DNR:50-27EBG-Black-osfm Fleece - 'St. Louis' - fleece contoured earband 2 DNR:50-29LS-Forest-LG DNR Long Sleeve T-Shirt 1 DNR:50-29M-Host-Tan-2XL T-Shirt w/ Host on back 2 DNR:50-29M-Host-Tan-SM T-Shirt w/ Host on back 4 DNR:50-29M-Host-Tan-XL T-Shirt w/ Host on back 1 DNR:50-29M-MRS-Green-2XL MRS T-Shirt 5 DNR:50-29M-MRS-Green-3XL MRS T-Shirt 5 DNR:50-29M-MRS-Green-4XL MRS T-Shirt 2 DNR:50-29M-MRS-Green-LG MRS T-Shirt 2 DNR:50-29M-MRS-Green-MD MRS T-Shirt 6 DNR:50-29M-MRS-Green-XL MRS T-Shirt 2 DNR:50-29M-Tan-2XL DNR T-Shirt 10 DNR:50-29M-Tan-3XL DNR T-Shirt 4 DNR:50-29M-Tan-6XL DNR T-Shirt 6 DNR:50-29M-Tan-LG DNR T-Shirt 18 DNR:50-29M-Tan-LG-Blank T-Shirt 4 DNR:50-29M-Tan-MD DNR T-Shirt 28 DNR:50-29M-Tan-SM DNR T-Shirt 5 DNR:50-29M-Tan-XL DNR T-Shirt 11 DNR:50-390-Black-DNRMichigan-osfm North Pole' - Knit cuff hat --"DNR Michigan" logo 96 DNR:50-390-Orange-DNRMichigan-osfm North Pole' - Knit cuff hat --"DNR Michigan" logo 96 DNR:50-390-Orange-Officer-osfm North Pole' - Knit cuff hat --"Michigan Conservation Officer" 1 DNR:50-3W020-Bark-40-34 RIGGS Workwear Carpenter Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W020-Bark-42-32 RIGGS Workwear Carpenter Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W020-Black-34-30 RIGGS Workwear Carpenter Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W020-Black-35-32 RIGGS Workwear Carpenter Pant, 100% Cotton Ripstop, 10 oz 4 DNR:50-3W020-Black-38-30 RIGGS Workwear Carpenter Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W020-Loden-35-30 RIGGS Workwear Carpenter Pant, 100% Cotton Ripstop, 10 oz 5 DNR:50-3W020-Loden-35-34 RIGGS Workwear Carpenter Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W020-Loden-36-34 RIGGS Workwear Carpenter Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W060-Bark-30-34 RIGGS Workwear Ranger Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W060-Bark-42-34 RIGGS Workwear Ranger Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W060-Loden-33-34 RIGGS Workwear Ranger Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W060-Loden-34-36 RIGGS Workwear Ranger Pant, 100% Cotton Ripstop, 10 oz 2 DNR:50-3W060-Loden-35-30 RIGGS Workwear Ranger Pant, 100% Cotton Ripstop, 10 oz 2 DNR:50-3W060-Loden-42-34 RIGGS Workwear Ranger Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W060-Loden-46-30 RIGGS Workwear Ranger Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-3W060-Loden-54-32 RIGGS Workwear Ranger Pant, 100% Cotton Ripstop, 10 oz 1 DNR:50-40L7-Black-Cons Officer South Pole - Fleece Lined Cuff Hat 7 DNR:50-40L7-Black-osfm South Pole - Fleece Lined Cuff Hat -"DNR Michigan" 4 DNR:50-40L7-Orange-osfm South Pole - Fleece Lined Cuff Hat -"DNR Michigan" 47 DNR:50-50-129-Orange-blank DNR Orange Baseball Cap - DNR Michigan 12 DNR:50-50-129-Orange-osfm DNR Orange Baseball Cap - DNR Michigan 1 DNR:50-50-129-Yellow-Blank Neon Twill Six Panel Pro Style Structured Firm Front Panel Baseball Cap 1 DNR:50-52-127-Yellow-Blank 5 -Panel Neon Polyyester Twill, Firm Front Cap 11 DNR:50-565-Dark Green-LG V-Neck Sweater 1 DNR:50-7090-Black-SM Ladies V-Neck Sweater 2 DNR:50-711113-Black OGIO - Backpack 1 DNR:50-775-Green-LG Crew Neck Seed Stitch Sweater 1 DNR:50-775-Green-XL Crew Neck Seed Stitch Sweater 1 DNR:50-8000-Hunter-2XL DNR T-Shirt 1 DNR:50-8000-Hunter-3XL DNR T-Shirt 7 DNR:50-8000-Hunter-4XL DNR T-Shirt 1 DNR:50-8000-Hunter-LG DNR T-Shirt 9 DNR:50-8000-Hunter-MD DNR T-Shirt 11 DNR:50-8000-Hunter-SM DNR T-Shirt 7 DNR:50-8000-Hunter-XL DNR T-Shirt 4 DNR:50-8805-Black-SM Small duffel bag 1 DNR:50-8TRFL-Hunter-osfm Double weight hat with berber liner and earflaps 4 DNR:50-993M-Black-LG Full-Zip Hooded Sweatshirt. 1 DNR:50-993M-Black-XL Full-Zip Hooded Sweatshirt. 1 DNR:50-996M-Black-2XL Pullover Hooded Sweatshirt 2 DNR:50-996M-Black-LG Pullover Hooded Sweatshirt 2 DNR:50-996M-Black-MD Pullover Hooded Sweatshirt 3 DNR:50-996M-Black-SM Pullover Hooded Sweatshirt 1 DNR:50-996M-Black-XL Pullover Hooded Sweatshirt 4 DNR:50-996M-Green-3XL Pullover Hooded Sweatshirt 3 DNR:50-996M-Green-LG Pullover Hooded Sweatshirt 2 DNR:50-996M-Host-Tan-2XL Pullover Hooded Sweatshirt - HOST 3 DNR:50-996M-Host-Tan-LG Pullover Hooded Sweatshirt - HOST 1 DNR:50-BG114-Black-MD Medium Duffel Bag 2 DNR:50-BG-6207-Hunter-2XL Ladies Long sleeve pique polo shirt 1 DNR:50-BG-6207-Tan-MD Ladies Long sleeve pique polo shirt 1 DNR:50-BG-6207-Tan-XL Ladies Long sleeve pique polo shirt 2 DNR:50-BG-6217-Hunter-3XL Women's Long Sleeve oxford 3 DNR:50-BG-6217S-Tan-4XL Women's Short Sleeve oxford 5 DNR:50-BG-6217S-Tan-LG Women's Short Sleeve oxford 1 DNR:50-BG-6217S-Tan-MD Women's Short Sleeve oxford 3 DNR:50-BG-6217-Tan-3XL Women's Long Sleeve oxford 1 DNR:50-BG-6217-Tan-LG Women's Long Sleeve oxford 1 DNR:50-BG-6500-Hunter-LG Women's Short Sleeve polo 2 DNR:50-BG-6500-Tan-LG Women's Short Sleeve polo 4 DNR:50-BG-6500-Tan-MD Women's Short Sleeve polo 2 DNR:50-BG-6500-Tan-SM Women's Short Sleeve polo 1 DNR:50-BG-7204-Black-MD Men's Short Sleeve polo 4 DNR:50-BG-7204-Hunter-6XL Men's Short Sleeve polo 2 DNR:50-BG-7204-Hunter-LG Men's Short Sleeve polo 2 DNR:50-BG-7204-Hunter-SM Men's Short Sleeve polo 1 DNR:50-BG-7204-Tan-MD Men's Short Sleeve polo 1 DNR:50-BG-7204-Tan-XL Men's Short Sleeve polo 3 DNR:50-BG-7204T-Tan-LGT Men's Short Sleeve Tall polo 1 DNR:50-BG-7207-Hunter-LG Men's Long Sleeve polo 2 DNR:50-BG-7207-Tan-4XL Men's Long Sleeve polo 3 DNR:50-BG-7207-Tan-MD Men's Long Sleeve polo 1 DNR:50-BG-7217-Hunter-2XL Men's Long Sleeve oxford 2 DNR:50-BG-7217-Hunter-4XL Men's Long Sleeve oxford 1 DNR:50-BG-7217-Hunter-LG Men's Long Sleeve oxford 2 DNR:50-BG-7217S-Hunter-LG Men's Short Sleeve oxford 1 DNR:50-BG-7217S-Tan-XL Men's Short Sleeve oxford 2 DNR:50-BG-7217-Tan-3XL Men's Long Sleeve oxford 1 DNR:50-BG-7217-Tan-4XL Men's Long Sleeve oxford 2 DNR:50-BG-7217-Tan-MD Men's Long Sleeve oxford 3 DNR:50-BG-7217T-Hunter-LGT Men's Tall Long Sleeve oxford 1 DNR:50-BG-7217T-Tan-XLT Men's Tall Long Sleeve oxford 2 DNR:50-C900-Black-37755 Port Authority® R-Tek® Stretch Fleece Beanie with weld # 37755 applied 2 DNR:50-C910-Black-osfm Port Authority® R-Tek® Stretch Fleece . 1 DNR:50-CSJ25-Yellow-SM CornerStone® - ANSI 107 Class 3 Safety Windbreaker. 1 DNR:50-CT10-Green-36 Coverall, Action Back, One Piece unlined front zipper 1 DNR:50-CTC003-Black-2XL Carhartt ® Duck Traditional Coat 1 DNR:50-CTC003-Black-LG Carhartt ® Duck Traditional Coat 1 DNR:50-CTJ131-Black-SM Carhartt ® Thermal-Lined Duck Active Jacket 1 DNR:50-CTR41-Black-38-34 Carhartt ® Duck Quilt-Lined Zip-To-Thigh Bib Overalls 1 DNR:50-CTR41-Black-40-32 Carhartt ® Duck Quilt-Lined Zip-To-Thigh Bib Overalls 1 DNR:50-CTV01-Black-LG Carhartt ® Duck Vest 2 DNR:50-CTV01-Black-MD Carhartt ® Duck Vest 1 DNR:50-CTV01-Black-XL Carhartt ® Duck Vest 1 DNR:50-D100-Tan-LG Men's Pima Piqué Short-Sleeve Polo 1 DNR:50-D100W-Green-2XL Ladies' Pima Piqué Short-Sleeve Polo 1 DNR:50-D100W-Green-MD Ladies' Pima Piqué Short-Sleeve Polo 1 DNR:50-D100W-Green-XL Ladies' Pima Piqué Short-Sleeve Polo 1 DNR:50-DG530-Tan-LG Men's Collection Solid Stretch Twill 3 DNR:50-DG530-Tan-MD Men's Crown Collection Solid Stretch Twill 2 DNR:50-DG530-Tan-SM Men's Crown Collection Solid Stretch Twill 2 DNR:50-DG530-Tan-XL Men's Crown Collection Solid Stretch Twill 2 DNR:50-F217-Black-SM Fleece Jacket 1 DNR:50-F217-Green-XL Fleece Jacket 1 DNR:50-F219-Green-SM Fleece Vest 1 DNR:50-F219-Green-XL Fleece Vest 1 DNR:50-J002-Black-2XL Carhartt Duck Traditional Jacket, Quilt Lined, Zipper Front. 1 DNR:50-J002-Black-2XLT Carhartt Duck Tall Traditional Jacket, Quilt Lined, Zipper Front. 2 DNR:50-J130-Black-MD Carhartt Hooded Jacket, Quilt Lined, Flannel, Zipper Front 1 DNR:50-J130-Moss-XLT Carhartt Hooded Jacket, Quilt Lined, Flannel, Zipper Front 1 DNR:50-L217-Black-3XL Ladies Fleece Jacket 1 DNR:50-L217-Black-SM Ladies Fleece Jacket 1 DNR:50-L217-Black-XL Ladies Fleece Jacket 1 DNR:50-L217-Black-XS Ladies Fleece Jacket 1 DNR:50-L217-Green-2XL Ladies Fleece Jacket 1 DNR:50-L217-Green-SM Ladies Fleece Jacket 1 DNR:50-L219-Black-3XL Ladies Fleece Vest 2 DNR:50-L219-Black-XL Ladies Fleece Vest 1 DNR:50-LSW283-Black-XL Port Authority Signature« - Ladies Fine-Gauge Long Sleeve Crewneck Sweater 1 DNR:50-PC61M-Black-3XL Mock Turtleneck 1 DNR:50-PC61M-Green-XL Mock Turtleneck 1 DNR:50-R01-Black-36-30 Carhartt Bib Overall, Unlined 1 DNR:50-SJF-Green-6XL Telluride - Full Zip Fleece Jacket 2 DNR:50-SJF-Green-SM Telluride - Full Zip Fleece Jacket 2 DNR:50-SVF-Black-MD Fleece_ Vest_Liner 1 DTMB.RE:50-88184T-Black-2XLT Core 365 Men's Cruise Two-Layer Fleece Bonded Soft - Tall 1 DTMB.SFA:50-1953-White-44-32 Dickies 1953 Men's Relaxed Fit Utility Pant, 100% Cotton 5 DTMB.SFA:50-3W020-Bark-30-32 RIGGS Workwear Carpenter Pant 5 DTMB.SFA:50-3W060-Bark-32-32 RIGGS Workwear Ranger Pant 2 DTMB.SFA:50-3W060-Bark-42-34 RIGGS Workwear Ranger Pant 2 DTMB.SFA:50-3W060-Loden-42-34 RIGGS Workwear Ranger Pant 3 DTMB.SFA:50-3W060-Loden-48-32 RIGGS Workwear Ranger Pant 5 DTMB.SFA:50-88184-Black-LG Core 365 Men's Cruise Two-Layer Fleece Bonded Soft Shell Jacket 1 DTMB.SFA:50-88184-Black-XL Core 365 Men's Cruise Two-Layer Fleece Bonded Soft Shell Jacket 4 DTMB.SFA:50-88184T-Black-2XLT Core 365 Men's Cruise Two-Layer Fleece Bonded Soft Shell Jacket - Tall 1 DTMB.SFA:50-903ART-Black-2XL Mens Hi Visibility Striped Duck Bib Lined Overall 2 DTMB.SFA:50-903ART-Black-MD Mens Hi Visibility Striped Duck Bib Lined Overall 1 DTMB.SFA:50-BG8213-Navy-2XL Men's 100% Cotton Long Sleeve Signature Twill 5 DTMB.SFA:50-BG8213S-Black-2XL Men's 100% Cotton Short Sleeve Signature Twill 2 DTMB.SFA:50-BG8213S-Black-MD Men's 100% Cotton Short Sleeve Signature Twill 1 DTMB.SFA:50-BG8213S-Navy-2XL Men's 100% Cotton Short Sleeve Signature Twill 5 DTMB.SFA:50-BG8213T-Navy-2XLT Men's Tall 100% Cotton Long Sleeve Signature Twill 3 DTMB.SFA:50-CP95-Black-osfm 100% Cotton Beanie 1 DTMB.SFA:50-D100-Burgundy-MD Men's Pima Piqué Short-Sleeve Polo 1 DTMB.SFA:50-D100-Dill-2XL Men's Pima Piqué Short-Sleeve Polo 1 DTMB.SFA:50-D100-Graphite-3XL Men's Pima Piqué Short-Sleeve Polo 2 DTMB.SFA:50-D100-Orange-2XL Men's Pima Piqué Short-Sleeve Polo 1 DTMB.SFA:50-D100-Purple-2XL Men's Pima Piqué Short-Sleeve Polo 1 DTMB.SFA:50-D100-Rust-XL Men's Pima Piqué Short-Sleeve Polo 2 DTMB.SFA:50-D100--2XL Men's Pima Piqué Short-Sleeve Polo 1 DTMB.SFA:50-D100T-Black-XLT Men's Pima Pique Short-Sleeve Polo - Tall 2 DTMB.SFA:50-D100-White-3XL Men's Pima Piqué Short-sleeve Polo 2 DTMB.SFA:50-L640-Black-LG Ladies Crosshatch Easy Care Shirt 1 DTMB.SFA:50-L640-Chambray-LG Ladies Crosshatch Easy Care Shirt 1 DTMB.SFA:50-L640-Chambray-XS Ladies Crosshatch Easy Care Shirt 1 DTMB.SFA:50-RH370-Black-MD Red House® - Nailhead Non-Iron Shirt 1 DTMB.SFA:50-RH370-Blue-2XL Red House® - Nailhead Non-Iron Shirt 1 DTMB.SFA:50-RH370-Blue-MD Red House® - Nailhead Non-Iron Shirt 1 DTMB.SFA:50-RH370-Grey-MD Red House® - Nailhead Non-Iron Shirt 1 DTMB.SFA:50-RH370-Mediterranean-2XL Red House® - Nailhead Non-Iron Shirt 1 DTMB.SFA:50-RH370-Red-MD Red House® - Nailhead Non-Iron Shirt 1 DTMB.SFA:50-RH370-White-LG Red House® - Nailhead Non-Iron Shirt 1 DTMB.SFA:50-TPX-3R-Black-LG Men's Vortex HD 3-in-1 Reflective System Parka 1 DTMB:50-CP91L-Athletic Oxford Port & Co Fleece Lined Beanie 2 DTMB:50-CP91L-Black-Blank Port & Co Fleece Lined Beanie 1 DTMB:50-D100-Grey-LG Men's Pima Piqué Short-Sleeve Polo 2 DTMB:50-D100-Grey-MD Men's Pima Piqué Short-Sleeve Polo 1 DTMB:50-L608-Blue-LG Ladies Long Sleeve Easy Care Shirt 1 DTMB:50-L663-Black-MD Port Authority® Ladies SuperPro™ Twill Shirt 1 DTMB:50-LK8000-Navy-LG Ladies EZCotton™ Polo 1 DTMB:50-LSW285-Black-MD Ladies V-Neck Sweater 1 DTMB:50-LSW287-Navy-MD Ladies Cardigan Sweater 1 DTMB:50-LW100-RiverBlueNavy-2X Port Authority® Ladies Long Sleeve Carefree Poplin Shirt 1 DTMB:50-S608-Blue-XL Mens Long Sleeve Easy Care Shirt 1 DTMB:50-S608-Grey-LGT Mens Long Sleeve Easy Care Shirt 1 854 STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE Change Notice Number 3 to Contract Number 071B7700027

LOGOFIT LLC Program Various MULTI

Manager

CONTRACTOR

3202 Lapeer Road STATE Flint, MI 48503

Administrator

Jon Kraut Contract Valerie Hiltz DTMB 800-778-8948 (517) 249-0459 [email protected] [email protected] CV0042264

CONTRACT SUMMARY UNIFORMS AND WORK APPAREL - STATEWIDE INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE November 1, 2016 October 31, 2019 3 - 1 Year June 30, 2020 PAYMENT TERMS DELIVERY TIMEFRAME 3% 10 N 30 Days Varies. See Schedule A, Section 6.2. Delivery Timeframe ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING ☒ P-Card ☐ PRC ☐ Other ☒ Yes ☐ No MINIMUM DELIVERY REQUIREMENTS N/A, however, for free delivery 12 of any items must be ordered. DESCRIPTION OF CHANGE NOTICE OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE ☐ ☐ June 30, 2020 CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE $1,255,775.00 $0.00 $1,255,775.00 DESCRIPTION Effective December 19, 2019 this contract revised Schedule B as attached. All other terms, conditions, specifications and pricing remain the same. Per the contractor and agency agreement and DTMB Central Procurement offices approval. CHANGE NOTICE NO. 3 TO CONTRACT NO. 071B7700027

Program Managers for Multi-Agency and Statewide Contracts AGENCY NAME PHONE EMAIL DNR Lisa Crozier-Green 517-284-5938 [email protected] EGLE Lisa VanOstran 517-284-5012 [email protected] DTMB Brad LaMacchia 517-636-4891 [email protected] STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE Change Notice Number 2 to Contract Number 071B7700027

LOGOFIT LLC Program Various SW

Manager

CONTRACTOR

3202 Lapeer Road STATE Flint, MI 48503

Administrator

Jon Kraut Contract Valerie Hiltz DTMB 800-778-8948 (517) 249-0459 [email protected] [email protected] CV0042264

CONTRACT SUMMARY UNIFORMS AND WORK APPAREL - STATEWIDE INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE November 1, 2016 October 31, 2019 3 - 1 Year October 31, 2019 PAYMENT TERMS DELIVERY TIMEFRAME 3% 10 N 30 Days Varies. See Schedule A, Section 6.2. Delivery Timeframe ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING ☒ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No MINIMUM DELIVERY REQUIREMENTS N/A, however, for free delivery 12 of any items must be ordered. DESCRIPTION OF CHANGE NOTICE OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE ☒ 7 months ☐ June 30, 2020 CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE $1,255,775.00 $0.00 $1,255,775.00 DESCRIPTION Effective November 1, 2019 this contract is exercising eight months of its first one-year option for use by the DNR and DTMB only. The new expiration date is 6/30/2020. The State will endeavor to resolicit for and establish a new contract prior to the end of this option. If a new contract is established earlier, this contract will be terminated for convenience at that time.

Schedule A contract language is revised and added per the attached "Language Revisions to Schedule A via Change Notice 2".

All other terms, conditions, specifications and pricing remain the same. Per the contractor and agency agreement and DTMB Central Procurement offices approval. CHANGE NOTICE NO. 2 TO CONTRACT NO. 071B7700027

Program Managers for Multi-Agency and Statewide Contracts AGENCY NAME PHONE EMAIL DNR Lisa Crozier-Green 517-284-5938 [email protected] EGLE Lisa VanOstran 517-284-5012 [email protected] DTMB Brad LaMacchia 517-636-4891 [email protected] Language Revisions to Schedule A via Change Notice #2 Effective November 1, 2019 Added… 2.5. Samples If required by the State, the Contractor will provide samples for the State’s review and consideration free for if the following procedure is followed: A. The State will request samples, in writing, from the Contractor B. The Contractor will respond in writing with the timeline to obtain samples and the cost of the sample should the State not follow return procedure established below in 2.4.D. C. The State must submit a DO for samples using the value established in a quote provided by the contractor D. Samples must be returned to the Contractor within 60 days or in the timeline agreed to in writing submitted with the quotation. E. If samples are not returned within the default or established timeline, the State will be invoiced against the DO, and returns will not be allowed.

2.6. Product Returns A. items are customized, therefore, returns due to any reason other than warranty, defective product, or product that has been delivered in will incur a return fee of 30% of the value of the goods plus shipping charges if paid for by the Contractor. Examples of returned goods to which this return fee would be added include: 1. Product that has been ordered in error 2. Items that don’t fit as expected 3. Sizes that have been misjudged 4. Styling not as expected B. Processing Returns. 1. The State will notify the Contractor that they intend to return a product in order to ascertain that the product may be returned. 2. Upon receipt of the returned item, it will be inspected, and a credit will be issued against the next invoice minus the return fee and any shipping costs incurred by the Contractor, if applicable. If credit is due at the end of the contract and there are no impending invoices, the credit will be provided to the Agency via check. C. The following Items cannot be returned or exchanged: 1. Custom decorated items with designs that will not be reordered in the future 2. Wrangler Brand Items 3. Items that have been washed, worn, altered, or faded by sunlight 4. Items missing hangtags 5. Items ordered that were outside of the manufacturers standard sizing 6. Custom items produced off contract or not added to an agency’s rack 7. Returns within 3 months of contract end date.

2.7. Transition of Contract 1. Ninety days prior to the contract expiration date the Contractor will take an inventory of clothing items and forward that information to the appropriate agency contact for whom the clothing has been inventoried. 2. Within sixty days prior to the contract expirations, each agency with an established “rack” will come to an agreeable resolution with the Contractor to purchase any inventory that has been requested to be held “on hand” to maintain delivery timeframes required under this contract.

Revised… 4.3. Product Changes or Addition Items From time to time clothing items may be replaced with new selections or items may added to the fixed price items list found in Schedule B Pricing and/or to an Agency’s “rack”. Upon request, the Contractor shall provide a quotation for these items within ten business days. If accepted, contract will be revised via Change Notice.

Revised… 5.B.2. Each agency will work with Contactor to establish an agency “rack” that meets their specific requirements with regards to items, allowed users and the like. No off “rack” purchases will be allowed.

STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE

Change Notice Number 1 - Revised to Contract Number 071B7700027

LOGOFIT LLC Program Various SW Manager CONTRACTOR

3202 Lapeer Road STATE Flint, MI 48503 Administrator

Jon Kraut Contract Valerie Hiltz DTMB 800-778-8948 (517) 249-0459 [email protected] [email protected] CV0042264

CONTRACT SUMMARY UNIFORMS AND WORK APPAREL - STATEWIDE INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE November 1, 2016 October 31, 2019 3 - 1 Year October 31, 2019 PAYMENT TERMS DELIVERY TIMEFRAME 3% 10 N 30 Days Varies. See Schedule A, Section 6.2. Delivery Timeframe ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING ☒ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No MINIMUM DELIVERY REQUIREMENTS N/A, however, for free delivery 12 of any items must be ordered. DESCRIPTION OF CHANGE NOTICE OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE ☐ ☐ October 31, 2019 CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE $1,255,775.00 $0.00 $1,255,775.00 DESCRIPTION Effective April 5, 2019, this contract is hereby Removing the Extended Purchasing program (retroactive to March 8, 2017) and Revising language to both the Standard Terms and Schedule A, as per attached, including but not limited to; adding Exceptions to Use criterea and revision to Section 4.2. Price changes due to unforseen tariff changes.

Schedule B is also revised as attached to accommodate the addition of items to firm fixed pricing and revision of pricing due to unexpected tariff increases.

The Program Managers are changed to Lisa Crozier-Green, DNR, Lisa VanOstran, DEQ, and Debra Beck, DTMB.

All other terms, conditions, specifications and pricing remain the same per contractor request, agency agreement and DTMB Procurement approval. CHANGE NOTICE NO. 1 TO CONTRACT NO. 071B7700027

Program Managers for Multi-Agency and Statewide Contracts AGENCY NAME PHONE EMAIL DNR Lisa Crozier-Green 517-284-5938 [email protected] ov DEQ Lisa VanOstran 517-284-5012 [email protected] DTMB Debra Beck 517-636-4891 [email protected] Contract Language Revisions Per CN #1, Effective April 5, 2019 Language Revisions to Standard Terms via Change Notice #1 Effective April 5, 2018

8. Extended Purchasing Program. (Deleted in its entirety - retroactive to March 8, 2017)

42. Nondiscrimination. (Added in its entirety) Under the Elliott-Larsen Civil Rights Act, 1976 PA 453, MCL 37.2101, et seq., the Persons with Disabilities Civil Rights Act, 1976 PA 220, MCL 37.1101, et seq., and Executive Directive 2019-09. Contractor and its subcontractors agree not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex (as defined in Executive Directive 2019-09), height, weight, marital status, partisan considerations, any mental or physical disability, or genetic information that is unrelated to the person’s ability to perform the duties of a particular job or position. Breach of this covenant is a material breach of this Contract.

Language Revisions to Schedule A via Change Notice #1 Effective April 5, 2018 General Language Change: remove all reference to MiDeal.

SCOPE (replaced in its entirety) This Contract is established for the purpose of procurement of uniforms, and other work apparel items, which have been selected by a State Agency for a specific “rack”, that will have agency identification affixed by way of patch, woven label, or screen printing for DNR, DTMB, DEQ and any other state agency, and/or its employees, that require its staff to wear uniforms to purchase on this contract.

A uniform “rack” is defined as a specific set of uniform items, in specific colors, with specific agency identification that are purchased initially in volume and that may need reoccurring replacement.

Agency’s may establish a process, and the Contractor will make available a purchasing platform, by which employees may purchase their uniforms either through the agency or with their own personal funds directly from the Contractor.

Additionally, this contract may be used for the purchase of larger volume one-time purchases which meet the minimum initial order size as established in Schedule A, Sections 4.C.

The exceptions to use of this contract are: A. Orders that don’t meet the minimum quantity requirements established in Schedule A, Section 4.C. B. “Onsey-Twosey” orders that aren’t placed from a uniform “rack”

3. Staffing 3.1. Key Personnel (this section revised) The Contractor’s Key Personnel are as follows: Contract Language Revisions Per CN #1, Effective April 5, 2019

Contractor Representative: Mindy Jacek - Customer Service - Order Processing and Client Satisfaction, 800-778-8948 x209 [email protected]

Other Key Personnel: Stacey McQueen – Customer Service Director - Oversight and Audit, 800-778-8948 x208, [email protected] Ann Tyler – Production Manager – Product Quality and Reporting, 800-778-8948 x214, [email protected]

Jon Kraut – General Manager, 800-778-8948 x202, [email protected]

4. Pricing (this paragraph replaced in its entirety- after B) If Agencies wish to make purchases/selections from the Contractor’s general catalog, they are required to contact the Contractor in order to get quotations and establish best pricing based on volume of purchase. The Contractor will provide a quotation within 10 business days, and if acceptable to the agency these items will be added to their “rack” and then on an annual basis, via change notice, to the fixed price items listed in Schedule B. Such items then will be available for any State Agency to add to their “rack” at the preferred pricing.

4.2. Price Changes (Added paragraph at the end of this section) In the event of unforeseen tariff changes on products resulting in price increases or decreases, the State and the Contractor may address and negotiate changes in pricing for those items independent of pricing terms defined in Section 4.1. Revised via Change Notice #1, Effective 4/5/19 ReplacesSheets 23 - 30 CONTRACT #071B7700027 (Additions and price revisions are denoted in red lettering. Discontinued items are crossed off) SCHEDULE B- PRICING Please Note, Prices are for article items only without embelishement. Cost of embelishment must be added for total pricing. T-SHIRTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 2000 T-Shirt, Men's Ultra Cotton Gildan $2.35 $4.11 $4.48 $4.48 $4.48 - - - - - 2 2300 T-Shirt, 100% Cotton w/ Pocket Gildan $8.21 $11.52 $12.80 ------3 8000 T-Shirt DryBlend, Classic Fit, Unisex Gildan $4.88 $7.82 $9.36 $9.36 $9.44 - - - - - 4 M320W T-Shirt, Athletic-Sporty Unisex V-Neck Harrington $6.59 $7.74 ------5 29M T-Shirt, Unisex Jerzeez $4.88 $7.81 $9.36 $9.39 $9.39 - - - - - 6 29LS T-Shirt, Long Sleeve Jerzeez $7.47 $9.70 $9.95 ------7 1790 T-Shirt, Women's V-Neck Augusta $4.59 $5.74 ------8 4820 T-Shirt, Performance Hanes $11.24 $15.92 $16.34 ------9 CS401 T-Shirt, High Visibility CornerStone $8.89 $9.99 $12.99 $13.29 ------10 CS401LS T-Shirt, High Visibility Long Sleeve CornerStone $12.19 $13.29 $15.49 $16.59 ------

SWEATSHIRTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 18000 Sweatshirt, Heavy Blend Crewneck Gildan $8.33 $10.34 $10.34 $10.58 $10.89 - - - - - 2 562M Sweatshirt, Crew Neck Jerzeez $6.24 $7.90 $8.25 $8.25 ------3 993M Sweatshirt, Full Zip Hoodie, Cuffed at Sleeve and Waist Jerzeez $16.78 18..53 18.84 ------4 996M Sweatshirt, Hooded and Cuffed at Sleeve and Waist Jerzeez $13.40 $15.41 $15.77 $16.88 ------5 G186FL Sweatshirt, Women's Full Zip Hoodie Gildan $19.06 $22.11 $22.71 ------6 18600 Sweatshirt, Men's Full Zip Hoodie Gildan $19.06 $22.11 $22.71 $24.06 $24.38 - - - - -

POLO SHIRT Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 BG-6207 Polo Shirt, Women's Long Sleeve Blue Generation $12.93 $14.08 $16.38 $17.53 ------2 BG-6500 Polo Shirt, Women's Short Sleeve Blue Generation $7.69 $8.84 $11.14 $12.29 ------3 BG-7207 Polo Shirt, Men's Long Sleeve Blue Generation $12.93 $14.08 $16.38 $17.53 $18.68 $19.83 - - - - 4 BG-7204 Polo Shirt, Men's Short Sleeve Blue Generation $9.85 $11.00 $13.30 $14.45 $15.60 $16.75 $17.90 $19.05 $20.20 $21.35 5 D100 Polo Shirt, Men's Pima Pique Devon & Jones $12.09 $14.39 $15.54 $16.69 $17.84 $18.99 - - - - 6 D100T Polo Shirt, Men's Tall Pima Pique Devon & Jones $15.39 $17.69 $18.84 ------7 D100W Polo Shirt, Women's Pima Pique Devon & Jones $12.09 $14.39 $15.54 ------8 BG-7204T Polo Shirt, Men's Tall Blue Generation $13.70 $14.80 $17.00 ------9 K100 Polo Shirt, Men'ss Port Authority $9.58 $10.38 $11.98 $12.78 ------10 K100P Polo Shirt, Men's Pocket Port Authority $11.18 $12.18 $14.18 $15.18 ------11 K110 Polo Shirt, Men's Dry Zone UV Micro-Mesh Port Authority $14.13 $15.74 $18.97 ------12 L100 Polo Shirt, Women's Port Authority $9.58 $11.98 $11.98 $12.78 ------13 LK110 Polo Shirt, Women's Dry Zone UV Micro-Mesh Port Authority $14.13 $15.74 $18.97 ------14 LK8000 Polo Shirt, Women's EZCotton Port Authority $17.25 $18.75 $21.73 ------

WOVEN SHIRTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 BG-6217 Oxford Shirt, Women's Long Sleeve Blue Generation $13.97 $15.12 $17.42 $18.57 ------2 BG-6217S Oxford Shirt, Women's Short Sleeve Blue Generation $13.97 $15.12 $17.42 $18.57 ------3 BG-7217 Oxford Shirt, Men's Long Sleeve Blue Generation $13.97 $15.12 $17.42 $18.57 $19.72 $20.87 - - - - 4 BG-7217S Oxford Shirt, Men's Short Sleeve Blue Generation $13.97 $15.12 $17.42 $18.57 $19.72 $20.87 - - - - 5 BG8213S Button Up Shirt, Men's Short Sleeve, Fine Twill, 100% Cotton Blue Generation $12.09 $13.24 $15.54 $16.69 $17.84 $18.99 $20.24 - - - 6 D610 Button Up Shirt, Men's Long Sleeve, 100% Cotton Pima Advantage Twill Devon & Jones $21.44 $23.74 $24.89 $26.04 $27.19 $28.34 - - - - 7 M550 Denim Shirt, Men's Long Sleeve Harrington $15.30 $16.55 $17.80 $19.05 $21.55 $22.80 - - - - 8 BG8213 Button Up Shirt, Men's Long Sleeve, Fine Twill, 100% Cotton Blue Generation $17.09 $18.66 $21.78 $23.34 $24.91 $26.47 $28.03 - - - 9 BG8213T Button Up Shirt, Men's Tall Long Sleeve, Fine Twill, 100% Cotton Blue Generation $22.56 $24.13 $27.25 ------10 DG530 Button Up Shirt, Men's Long Sleeve Devon & Jones $21.44 $23.74 $24.89 $26.04 $27.19 $28.34 - - - - 11 DG530T Button Up Shirt, Men's Tall Long Sleeve Devon & Jones $25.29 $27.49 $28.59 ------12 L608 Button Up Shirt, Women's Long Sleeve, Easy Care Port Authority $18.75 $20.24 $23.22 ------13 L640 Button Up Shirt, Women's Long Sleeve, Twill Port Authority $22.65 $23.99 $26.65 ------14 RH370 Button Up Shirt, Men's Long Sleeve Non-Iron RedHouse $39.20 $40.78 $43.95 $45.57 ------15 S608 Button Up Shirt, Men's Long Sleeve Easy Care S Port Authority $18.75 $20.24 $23.22 $24.72 ------16 TLRH370 Button Up Shirt, Mens Tall Long Sleeve Non-Iron RedHouse $43.16 $44.75 $47.92 $49.50 ------

SWEATERS & PULLOVERS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes Sweater Set, Women's, Two piece set: Cardigan shell with tonal buttons & 1 038 Andrew Rohan $28.55 $34.52 $37.51 ------lightweight crew neck sweater. 2 7090 Sweater, Women's V-Neck Andrew Rohan $23.40 $27.89 $30.13 ------3 351 Cardigan Sweater, Men's V-Neck, with No Pockets Andrew Rohan $22.74 $27.10 $29.28 $29.28 $33.64 $33.64 - - - - 4 565 Sweater, Men's V-Neck Andrew Rohan $20.10 $23.95 $25.88 $25.88 $29.74 $29.74 - - - - 5 LSW280 Cardigan Sweater, Women's Port Authority $21.99 $23.14 $25.44 $26.59 ------6 LSW280 Sweater, V-Neck Long Sleeved, Low-pill, Unisex Port Authority $15.39 $16.54 $16.54 $16.54 ------7 PC61M Mock Turtle Neck Port Authority $10.45 $12.82 $17.01 $19.04 ------8 LSW285 Sweater, Women's V-Neck Port Authority $29.19 $30.69 $33.67 ------9 LSW287 Cardigan Sweater, Women's Port Authority $32.18 $33.67 $36.66 ------10 M415 Sweater Vest, Men's V-Neck Harrington $17.25 $18.75 $20.24 $21.73 ------11 M415W Sweater Vest, Women's V-Neck Harrington $17.25 $18.75 $20.24 ------

COATS, JACKETS AND VESTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 C26 Jacket, Carhartt, Quilt Lined, Zipper Front Carhartt $86.25 $86.25 $92.00 $92.00 $92.00 $92.00 - - - - 2 C55 Jacket, Carhartt, Heavy Quilt Lined, Zipper Front Carhartt $93.75 $93.75 $99.50 $99.50 $99.50 $99.50 - - - - 3 J14 Jacket, Carhartt, Sandstone, Sherpa Lined, Zipper Front Carhartt $67.50 $67.50 $70.95 $70.95 $70.95 $70.95 - - - - 4 J22 Jacket Carhartt, Jacket, Quilt Lined, Zipper Front Carhartt $73.50 $73.50 $82.13 $82.13 $82.13 $82.13 - - - - 5 J97 Jacket, Carhartt, Detroit Jacket, Sandstone, Blanket Lined Carhartt $59.38 $59.38 $62.26 $62.26 $62.26 $62.26 - - - - 6 J130 Jacket, Carhartt, Sandstone, Quilt Lined Flannel, Zipper Front Carhartt $67.50 $67.50 $73.25 $73.25 $73.25 $73.25 - - - - 7 V33 Vest, Carhart Carhartt $47.50 $47.50 $49.80 $49.80 $49.80 $49.80 - - - - 8 M750 Jacket, Packable Nylon Harrington $15.30 $16.55 $17.80 $19.05 ------

Jacket, Heavy Winter Two-in-One: Fully seam-sealed parka, water & wind resistant, 9 J799-J323 polyfill-lined body & sleeves, removable hood, sits below the hip, double zip, to -35 Port Authority $142.79 $145.29 $150.29 $152.79 ------degrees, storm cuffs. Down liner is reversible and removable.

10 SJF Jacket, Three in One, Long Sleeve, Fleece Liner Timberline $13.50 $14.65 $14.65 $14.65 $14.65 $14.65 - - - - 11 SVF Jacket, Three in One, Vest Fleece Liner Timberline $11.10 $12.25 $12.25 $12.25 $12.25 $12.25 - - - - 12 78184 Jacket, Women's Fleece Lined Core365 $31.24 $33.74 $34.99 ------13 88184 Jacket, Men's Fleece Lined Core365 $31.24 $33.74 $34.99 $36.24 $37.48 - - - - - 14 88184T Jacket, Men's Tall Fleece Lined Core365 $43.27 $46.37 $47.91 $49.45 $50.60 - - - - - 15 F217 Jacket, Fleece Port Authority $22.38 $23.98 $27.18 $28.78 $31.98 $33.58 - - - - 16 F219 Vest, Fleece Port Authority $20.98 $22.52 $25.60 $27.78 $28.78 $30.38 - - - - 17 F233 Jacket, Men's Fleece Full-Zip Port Authority $35.10 $36.71 $39.94 ------18 L217 Jacket, Women's Fleece Port Authority $22.38 $23.98 $27.18 $28.78 ------19 L219 Vest, Women's Fleece Port Authority $20.98 $22.52 $25.60 $27.78 ------20 L233 Jacket, Women's Fleece Full-Zip Port Authority $35.10 $36.71 $39.94 ------21 CSJ24 Parka, High Visibility CornerStone $43.99 $45.09 $47.29 $48.39 ------22 CSJ25 Windbreaker, High Visibility CornerStone $29.69 $30.79 $32.99 $34.09 ------23 SV01 Vest, High Visibility CornerStone $9.99 $12.19 ------24 TPX-3R Parka, Men's High-Visibility StormTech $206.00 $206.00 $206.00 $206.00 ------25 CTC003 Coat, Duck Traditional Carhartt $124.78 $124.78 $135.18 $135.18 ------26 CTJ131 Jacket,Thermal Lined Duck Hooded Carhartt $77.98 $77.98 $83.18 $83.18 $83.18 $83.18 - - - - 27 CTV01 Vest, Duck Carhartt $57.58 $57.58 $62.38 $62.38 $62.38 - - - - -

PANTS Standard Item # Part # Item Description Brand Waist 42+ Waist 44+ Waist 52+ Sizes 1 1953 Pant, Men's, Painter, 100% Cotton Dickies $19.64 19.64 21.94 - 2 3W060 Pant, RIGGS Workwear Carpenter, 100% Cotton Ripstop, 10 oz Wrangler $31.88 34.18 - - 3 3W060 Pant, RIGGS Workwear Ranger, 100% Cotton Ripstop, 10 oz Wrangler $36.38 $38.68 - - 4 DKFP820 Pant, Wormen's, Painter Dickies $25.29 - - - 5 FPW2372 Pant, Women's Cargo Dickies $29.58 - - - 6 FR221 Short, Women's Flat Front Dickies $15.98 $26.16 - - 7 LP700 Pant, Men's Flat Front Dickies $29.52 $29.52 - - 8 LR542 Short, Men's Cargo Dickies $31.31 $31.31 $31.31 - 9 LR642 Short, Men's Flat Front Dickies $27.61 $27.61 - - 10 PT26 Short, Men's Work RedKap $15.98 $15.98 $15.98 -

COVER/OVERWEAR Standard Item # Part # Item Description Brand Waist 42+ Waist 44+ Waist 52+ Sizes 1 R01 Bib Overall, Unlined Carhartt $51.88 51.88 51.88 55.91 2 R27 Bib Overall, Quilt Lined, Zip to Knee. Carhartt $75.00 $75.00 $75.00 $75.00 3 CT10 Coverall, Action Back, One Piece unlined front zipper Red Kap $38.18 $38.18 $38.18 $46.49 4 CTR41 Carhartt Quilt Lined Bib Overalls Carhartt $99.61 $99.61 $99.61 -

ACCESSORIES

Item # Part # Item Description Brand Price

1 711113 Backpack, Fugitive Pack Ogio $50.88 2 BG114 Duffle Bag Medium duffle bag 24"W x 12"H x 11"D Port Authority $10.79 3 8805 Duffle Bag, Small 18"W x 10"H x 10"D Liberty $9.39 4 1015 Fanny Pack Nissin $5.95

Hats & Headwear

Item # Part # Item Description Brand Price

1 K585 Winter Head Band, Knit Alan Slone $1.85 2 50-40L7 Stocking Hat, Knit/ Fleece Lined Logofit $5.68 3 50-6503 Winter Head Band, Micro-Fleece Logofit $1.08 4 50-27EBG Winter Head Band, Contoured Micro-Fleece Logofit $1.84 Hat, Heavy Winter, Double weight fleece, Trooper hat, with berber lining and 5 50-99099 Logofit $4.40 earflaps with velcro closure 6 18-099 Baseball Cap, Six panel low profile Otto $6.69 7 19-609 Baseball Cap, Six Panel Low profile Otto $6.13 8 27-079 Baseball Cap, Six Panel High profile Otto $6.06 9 50-129 Baseball Cap, Six Panel High profile Otto $6.06 10 115-820 Baseball Cap, Six Panel Low profile, Color: ANSI Yellow Otto $6.06 11 C900 Stocking Hat, Fleece (95/5 poly/spandex) Port Authority $3.66 12 C910 Head Band, Winter, Fleece Port Authority $3.02 13 CP95 Winter Hat, 100% Cotton Beanie Port Authority $3.98 14 CP80 Baseball Cap, Six Panel Low profile Port and Company $3.18 15 CP90 Stocking Hat, Knit Port and Company $2.54 16 041 Cap, Original Wool Stormy Kromer, 80/20 Wool/nylon blend w/ cotton lining Stormy Kromer $39.99 17 593 Stocking Hat, Knit Ultra Club $5.93 18 37-077 Baseball Cap Otto $6.06 19 8TRFL Fleece Trooper Hat Logofit $8.81 20 CP90L Knit Cuff Hat-Fleece Lined Port Authority $4.14 STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE Change Notice Number 1 to Contract Number 071B7700027

LOGOFIT LLC Program Various SW Manager CONTRACTOR

3202 Lapeer Road STATE Flint, MI 48503 Administrator

Jon Kraut Contract Valerie Hiltz DTMB 800-778-8948 (517) 249-0459 [email protected] [email protected] CV0042264

CONTRACT SUMMARY UNIFORMS AND WORK APPAREL - STATEWIDE INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE November 1, 2016 October 31, 2019 3 - 1 Year October 31, 2019 PAYMENT TERMS DELIVERY TIMEFRAME 3% 10 N 30 Days Varies. See Schedule A, Section 6.2. Delivery Timeframe ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING ☒ P-Card ☐ PRC ☐ Other ☐ Yes ☒ No MINIMUM DELIVERY REQUIREMENTS N/A, however, for free delivery 12 of any items must be ordered. DESCRIPTION OF CHANGE NOTICE OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE ☐ ☐ October 31, 2019 CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE $1,255,775.00 $0.00 $1,255,775.00 DESCRIPTION Effective April 5, 2019, this contract is hereby Removing the Extended Purchasing program (retroactive to March 8, 2017) and Revising language to both the Standard Terms and Schedule A, as per attached, including but not limited to; adding Exceptions to Use criterea and revision to Section 4.2. Price changes due to unforseen tariff changes.

Schedule B is also revised as attached to accommodate the addition of items to firm fixed pricing and revision of pricing due to unexpected tariff increases.

The Program Managers are changed to Lisa Crozier-Green, DNR, Lisa VanOstran, DEQ, and Debra Beck, DTMB.

All other terms, conditions, specifications and pricing remain the same per contractor request, agency agreement and DTMB Procurement approval. CHANGE NOTICE NO. 1 TO CONTRACT NO. 071B7700027

Program Managers for Multi-Agency and Statewide Contracts AGENCY NAME PHONE EMAIL DNR Lisa Crozier-Green 517-284-5938 [email protected] ov DEQ Lisa VanOstran 517-284-5012 [email protected] DTMB Debra Beck 517-636-4891 [email protected] Contract Language Revisions Per CN #1, Effective April 5, 2019 Language Revisions to Standard Terms via Change Notice #1 Effective April 5, 2018

8. Extended Purchasing Program. (Deleted in its entirety - retroactive to March 8, 2017)

42. Nondiscrimination. (Added in its entirety) Under the Elliott-Larsen Civil Rights Act, 1976 PA 453, MCL 37.2101, et seq., the Persons with Disabilities Civil Rights Act, 1976 PA 220, MCL 37.1101, et seq., and Executive Directive 2019-09. Contractor and its subcontractors agree not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex (as defined in Executive Directive 2019-09), height, weight, marital status, partisan considerations, any mental or physical disability, or genetic information that is unrelated to the person’s ability to perform the duties of a particular job or position. Breach of this covenant is a material breach of this Contract.

Language Revisions to Schedule A via Change Notice #1 Effective April 5, 2018 General Language Change: remove all reference to MiDeal.

SCOPE (replaced in its entirety) This Contract is established for the purpose of procurement of uniforms, hats and other work apparel items, which have been selected by a State Agency for a specific uniform “rack”, that will have agency identification affixed by way of patch, woven label, embroidery or screen printing for DNR, DTMB, DEQ and any other state agency, and/or its employees, that require its staff to wear uniforms to purchase on this contract.

A uniform “rack” is defined as a specific set of uniform items, in specific colors, with specific agency identification that are purchased initially in volume and that may need reoccurring replacement.

Agency’s may establish a process, and the Contractor will make available a purchasing platform, by which employees may purchase their uniforms either through the agency or with their own personal funds directly from the Contractor.

Additionally, this contract may be used for the purchase of larger volume one-time purchases which meet the minimum initial order size as established in Schedule A, Sections 4.C.

The exceptions to use of this contract are: A. Orders that don’t meet the minimum quantity requirements established in Schedule A, Section 4.C. B. “Onsey-Twosey” orders that aren’t placed from a uniform “rack”

3. Staffing 3.1. Key Personnel (this section revised) The Contractor’s Key Personnel are as follows: Contract Language Revisions Per CN #1, Effective April 5, 2019

Contractor Representative: Mindy Jacek - Customer Service - Order Processing and Client Satisfaction, 800-778-8948 x209 [email protected]

Other Key Personnel: Stacey McQueen – Customer Service Director - Oversight and Audit, 800-778-8948 x208, [email protected] Ann Tyler – Production Manager – Product Quality and Reporting, 800-778-8948 x214, [email protected]

Jon Kraut – General Manager, 800-778-8948 x202, [email protected]

4. Pricing (this paragraph replaced in its entirety- after B) If Agencies wish to make purchases/selections from the Contractor’s general catalog, they are required to contact the Contractor in order to get quotations and establish best pricing based on volume of purchase. The Contractor will provide a quotation within 10 business days, and if acceptable to the agency these items will be added to their “rack” and then on an annual basis, via change notice, to the fixed price items listed in Schedule B. Such items then will be available for any State Agency to add to their “rack” at the preferred pricing.

4.2. Price Changes (Added paragraph at the end of this section) In the event of unforeseen tariff changes on products resulting in price increases or decreases, the State and the Contractor may address and negotiate changes in pricing for those items independent of pricing terms defined in Section 4.1. Revised via Change Notice #1, Effective 4/5/19 ReplacesSheets 23 - 30 CONTRACT #071B7700027 (Additions and price revisions are denoted in red lettering. Discontinued items are crossed off) SCHEDULE B- PRICING Please Note, Prices are for article items only without embelishement. Cost of embelishment must be added for total pricing. T-SHIRTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 2000 T-Shirt, Men's Ultra Cotton Gildan $2.35 $4.11 $4.48 $4.48 $4.48 - - - - - 2 2300 T-Shirt, 100% Cotton w/ Pocket Gildan $8.21 $11.52 $12.80 ------3 8000 T-Shirt DryBlend, Classic Fit, Unisex Gildan $4.88 $7.82 $9.36 $9.36 $9.44 - - - - - 4 M320W T-Shirt, Athletic-Sporty Unisex V-Neck Harrington $6.59 $7.74 ------5 29M T-Shirt, Unisex Jerzeez $4.88 $7.81 $9.36 $9.39 $9.39 - - - - - 6 29LS T-Shirt, Long Sleeve Jerzeez $7.47 $9.70 $9.95 ------7 1790 T-Shirt, Women's V-Neck Augusta $4.59 $5.74 ------8 4820 T-Shirt, Performance Hanes $11.24 $15.92 $16.34 ------9 CS401 T-Shirt, High Visibility CornerStone $8.89 $9.99 $12.99 $13.29 ------10 CS401LS T-Shirt, High Visibility Long Sleeve CornerStone $12.19 $13.29 $15.49 $16.59 ------

SWEATSHIRTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 18000 Sweatshirt, Heavy Blend Crewneck Gildan $7.57 $12.08 $9.40 $9.62 $9.90 - - - - - 2 562M Sweatshirt, Crew Neck Jerzeez $5.67 $7.18 $7.50 $7.50 ------3 993M Sweatshirt, Full Zip Hoodie, Cuffed at Sleeve and Waist Jerzeez $16.78 18..53 18.84 ------4 996M Sweatshirt, Hooded and Cuffed at Sleeve and Waist Jerzeez $13.40 $15.41 $15.77 $16.88 ------5 G186FL Sweatshirt, Women's Full Zip Hoodie Gildan $19.06 $22.11 $22.71 ------6 18600 Sweatshirt, Men's Full Zip Hoodie Gildan $19.06 $22.11 $22.71 $24.06 $24.38 - - - - -

POLO SHIRT Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 BG-6207 Polo Shirt, Women's Long Sleeve Blue Generation $12.93 $14.08 $16.38 $17.53 ------2 BG-6500 Polo Shirt, Women's Short Sleeve Blue Generation $7.69 $8.84 $11.14 $12.29 ------3 BG-7207 Polo Shirt, Men's Long Sleeve Blue Generation $12.93 $14.08 $16.38 $17.53 $18.68 $19.83 - - - - 4 BG-7204 Polo Shirt, Men's Short Sleeve Blue Generation $9.85 $11.00 $13.30 $14.45 $15.60 $16.75 $17.90 $19.05 $20.20 $21.35 5 D100 Polo Shirt, Men's Pima Pique Devon & Jones $12.09 $14.39 $15.54 $16.69 $17.84 $18.99 - - - - 6 D100T Polo Shirt, Men's Tall Pima Pique Devon & Jones $15.39 $17.69 $18.84 ------7 D100W Polo Shirt, Women's Pima Pique Devon & Jones $12.09 $14.39 $15.54 ------8 BG-7204T Polo Shirt, Men's Tall Blue Generation $13.70 $14.80 $17.00 ------9 K100 Polo Shirt, Men'ss Port Authority $9.58 $10.38 $11.98 $12.78 ------10 K100P Polo Shirt, Men's Pocket Port Authority $11.18 $12.18 $14.18 $15.18 ------11 K110 Polo Shirt, Men's Dry Zone UV Micro-Mesh Port Authority $14.13 $15.74 $18.97 ------12 L100 Polo Shirt, Women's Port Authority $9.58 $11.98 $11.98 $12.78 ------13 LK110 Polo Shirt, Women's Dry Zone UV Micro-Mesh Port Authority $14.13 $15.74 $18.97 ------14 LK8000 Polo Shirt, Women's EZCotton Port Authority $17.25 $18.75 $21.73 ------

WOVEN SHIRTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 BG-6217 Oxford Shirt, Women's Long Sleeve Blue Generation $13.97 $15.12 $17.42 $18.57 ------2 BG-6217S Oxford Shirt, Women's Short Sleeve Blue Generation $13.97 $15.12 $17.42 $18.57 ------3 BG-7217 Oxford Shirt, Men's Long Sleeve Blue Generation $13.97 $15.12 $17.42 $18.57 $19.72 $20.87 - - - - 4 BG-7217S Oxford Shirt, Men's Short Sleeve Blue Generation $13.97 $15.12 $17.42 $18.57 $19.72 $20.87 - - - - 5 BG8213S Button Up Shirt, Men's Short Sleeve, Fine Twill, 100% Cotton Blue Generation $12.09 $13.24 $15.54 $16.69 $17.84 $18.99 $20.24 - - - 6 D610 Button Up Shirt, Men's Long Sleeve, 100% Cotton Pima Advantage Twill Devon & Jones $21.44 $23.74 $24.89 $26.04 $27.19 $28.34 - - - - 7 M550 Denim Shirt, Men's Long Sleeve Harrington $15.30 $16.55 $17.80 $19.05 $21.55 $22.80 - - - - 8 BG8213 Button Up Shirt, Men's Long Sleeve, Fine Twill, 100% Cotton Blue Generation $17.09 $18.66 $21.78 $23.34 $24.91 $26.47 $28.03 - - - 9 BG8213T Button Up Shirt, Men's Tall Long Sleeve, Fine Twill, 100% Cotton Blue Generation $22.56 $24.13 $27.25 ------10 DG530 Button Up Shirt, Men's Long Sleeve Devon & Jones $21.44 $23.74 $24.89 $26.04 $27.19 $28.34 - - - - 11 DG530T Button Up Shirt, Men's Tall Long Sleeve Devon & Jones $25.29 $27.49 $28.59 ------12 L608 Button Up Shirt, Women's Long Sleeve, Easy Care Port Authority $18.75 $20.24 $23.22 ------13 L640 Button Up Shirt, Women's Long Sleeve, Twill Port Authority $22.65 $23.99 $26.65 ------14 RH370 Button Up Shirt, Men's Long Sleeve Non-Iron RedHouse $39.20 $40.78 $43.95 $45.57 ------15 S608 Button Up Shirt, Men's Long Sleeve Easy Care S Port Authority $18.75 $20.24 $23.22 $24.72 ------16 TLRH370 Button Up Shirt, Mens Tall Long Sleeve Non-Iron RedHouse $43.16 $44.75 $47.92 $49.50 ------

SWEATERS & PULLOVERS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes Sweater Set, Women's, Two piece set: Cardigan shell with tonal buttons & 1 038 Andrew Rohan $28.55 $34.52 $37.51 ------lightweight crew neck sweater. 2 7090 Sweater, Women's V-Neck Andrew Rohan $23.40 $27.89 $30.13 ------3 351 Cardigan Sweater, Men's V-Neck, with No Pockets Andrew Rohan $22.74 $27.10 $29.28 $29.28 $33.64 $33.64 - - - - 4 565 Sweater, Men's V-Neck Andrew Rohan $20.10 $23.95 $25.88 $25.88 $29.74 $29.74 - - - - 5 LSW280 Cardigan Sweater, Women's Port Authority $21.99 $23.14 $25.44 $26.59 ------6 LSW280 Sweater, V-Neck Long Sleeved, Low-pill, Unisex Port Authority $15.39 $16.54 $16.54 $16.54 ------7 PC61M Mock Turtle Neck Port Authority $10.45 $12.82 $17.01 $19.04 ------8 LSW285 Sweater, Women's V-Neck Port Authority $29.19 $30.69 $33.67 ------9 LSW287 Cardigan Sweater, Women's Port Authority $32.18 $33.67 $36.66 ------10 M415 Sweater Vest, Men's V-Neck Harrington $17.25 $18.75 $20.24 $21.73 ------11 M415W Sweater Vest, Women's V-Neck Harrington $17.25 $18.75 $20.24 ------

COATS, JACKETS AND VESTS Standard Item # Part # Item Description Brand 2X 3X 4X 5X 6X 7X 8X 9X 10X Sizes 1 C26 Jacket, Carhartt, Quilt Lined, Zipper Front Carhartt $86.25 $86.25 $92.00 $92.00 $92.00 $92.00 - - - - 2 C55 Jacket, Carhartt, Heavy Quilt Lined, Zipper Front Carhartt $93.75 $93.75 $99.50 $99.50 $99.50 $99.50 - - - - 3 J14 Jacket, Carhartt, Sandstone, Sherpa Lined, Zipper Front Carhartt $67.50 $67.50 $70.95 $70.95 $70.95 $70.95 - - - - 4 J22 Jacket Carhartt, Jacket, Quilt Lined, Zipper Front Carhartt $73.50 $73.50 $82.13 $82.13 $82.13 $82.13 - - - - 5 J97 Jacket, Carhartt, Detroit Jacket, Sandstone, Blanket Lined Carhartt $59.38 $59.38 $62.26 $62.26 $62.26 $62.26 - - - - 6 J130 Jacket, Carhartt, Sandstone, Quilt Lined Flannel, Zipper Front Carhartt $67.50 $67.50 $73.25 $73.25 $73.25 $73.25 - - - - 7 V33 Vest, Carhart Carhartt $47.50 $47.50 $49.80 $49.80 $49.80 $49.80 - - - - 8 M750 Jacket, Packable Nylon Harrington $15.30 $16.55 $17.80 $19.05 ------

Jacket, Heavy Winter Two-in-One: Fully seam-sealed parka, water & wind resistant, 9 J799-J323 polyfill-lined body & sleeves, removable hood, sits below the hip, double zip, to -35 Port Authority $142.79 $145.29 $150.29 $152.79 ------degrees, storm cuffs. Down liner is reversible and removable.

10 SJF Jacket, Three in One, Long Sleeve, Fleece Liner Timberline $13.50 $14.65 $14.65 $14.65 $14.65 $14.65 - - - - 11 SVF Jacket, Three in One, Vest Fleece Liner Timberline $11.10 $12.25 $12.25 $12.25 $12.25 $12.25 - - - - 12 78184 Jacket, Women's Fleece Lined Core365 $31.24 $33.74 $34.99 ------13 88184 Jacket, Men's Fleece Lined Core365 $31.24 $33.74 $34.99 $36.24 $37.48 - - - - - 14 88184T Jacket, Men's Tall Fleece Lined Core365 $43.27 $46.37 $47.91 $49.45 $50.60 - - - - - 15 F217 Jacket, Fleece Port Authority $22.38 $23.98 $27.18 $28.78 $31.98 $33.58 - - - - 16 F219 Vest, Fleece Port Authority $20.98 $22.52 $25.60 $27.78 $28.78 $30.38 - - - - 17 F233 Jacket, Men's Fleece Full-Zip Port Authority $35.10 $36.71 $39.94 ------18 L217 Jacket, Women's Fleece Port Authority $22.38 $23.98 $27.18 $28.78 ------19 L219 Vest, Women's Fleece Port Authority $20.98 $22.52 $25.60 $27.78 ------20 L233 Jacket, Women's Fleece Full-Zip Port Authority $35.10 $36.71 $39.94 ------21 CSJ24 Parka, High Visibility CornerStone $43.99 $45.09 $47.29 $48.39 ------22 CSJ25 Windbreaker, High Visibility CornerStone $29.69 $30.79 $32.99 $34.09 ------23 SV01 Vest, High Visibility CornerStone $9.99 $12.19 ------24 TPX-3R Parka, Men's High-Visibility StormTech $206.00 $206.00 $206.00 $206.00 ------25 CTC003 Coat, Duck Traditional Carhartt $124.78 $124.78 $135.18 $135.18 ------26 CTJ131 Jacket,Thermal Lined Duck Hooded Carhartt $77.98 $77.98 $83.18 $83.18 $83.18 $83.18 - - - - 27 CTV01 Vest, Duck Carhartt $57.58 $57.58 $62.38 $62.38 $62.38 - - - - -

PANTS Standard Item # Part # Item Description Brand Waist 42+ Waist 44+ Waist 52+ Sizes 1 1953 Pant, Men's, Painter, 100% Cotton Dickies $19.64 19.64 21.94 - 2 3W060 Pant, RIGGS Workwear Carpenter, 100% Cotton Ripstop, 10 oz Wrangler $31.88 34.18 - - 3 3W060 Pant, RIGGS Workwear Ranger, 100% Cotton Ripstop, 10 oz Wrangler $36.38 $38.68 - - 4 DKFP820 Pant, Wormen's, Painter Dickies $25.29 - - - 5 FPW2372 Pant, Women's Cargo Dickies $29.58 - - - 6 FR221 Short, Women's Flat Front Dickies $15.98 $26.16 - - 7 LP700 Pant, Men's Flat Front Dickies $29.52 $29.52 - - 8 LR542 Short, Men's Cargo Dickies $31.31 $31.31 $31.31 - 9 LR642 Short, Men's Flat Front Dickies $27.61 $27.61 - - 10 PT26 Short, Men's Work RedKap $15.98 $15.98 $15.98 -

COVER/OVERWEAR Standard Item # Part # Item Description Brand Waist 42+ Waist 44+ Waist 52+ Sizes 1 R01 Bib Overall, Unlined Carhartt $51.88 51.88 51.88 55.91 2 R27 Bib Overall, Quilt Lined, Zip to Knee. Carhartt $75.00 $75.00 $75.00 $75.00 3 CT10 Coverall, Action Back, One Piece unlined front zipper Red Kap $38.18 $38.18 $38.18 $46.49 4 CTR41 Carhartt Quilt Lined Bib Overalls Carhartt $99.61 $99.61 $99.61 -

ACCESSORIES

Item # Part # Item Description Brand Price

1 711113 Backpack, Fugitive Pack Ogio $50.88 2 BG114 Duffle Bag Medium duffle bag 24"W x 12"H x 11"D Port Authority $10.79 3 8805 Duffle Bag, Small 18"W x 10"H x 10"D Liberty $9.39 4 1015 Fanny Pack Nissin $5.95

Hats & Headwear

Item # Part # Item Description Brand Price

1 K585 Winter Head Band, Knit Alan Slone $1.85 2 50-40L7 Stocking Hat, Knit/ Fleece Lined Logofit $5.68 3 50-6503 Winter Head Band, Micro-Fleece Logofit $1.08 4 50-27EBG Winter Head Band, Contoured Micro-Fleece Logofit $1.84 Hat, Heavy Winter, Double weight fleece, Trooper hat, with berber lining and 5 50-99099 Logofit $4.40 earflaps with velcro closure 6 18-099 Baseball Cap, Six panel low profile Otto $6.69 7 19-609 Baseball Cap, Six Panel Low profile Otto $6.13 8 27-079 Baseball Cap, Six Panel High profile Otto $6.06 9 50-129 Baseball Cap, Six Panel High profile Otto $6.06 10 115-820 Baseball Cap, Six Panel Low profile, Color: ANSI Yellow Otto $6.06 11 C900 Stocking Hat, Fleece (95/5 poly/spandex) Port Authority $3.66 12 C910 Head Band, Winter, Fleece Port Authority $3.02 13 CP95 Winter Hat, 100% Cotton Beanie Port Authority $3.98 14 CP80 Baseball Cap, Six Panel Low profile Port and Company $3.18 15 CP90 Stocking Hat, Knit Port and Company $2.54 16 041 Cap, Original Wool Stormy Kromer, 80/20 Wool/nylon blend w/ cotton lining Stormy Kromer $39.99 17 593 Stocking Hat, Knit Ultra Club $5.93 18 37-077 Baseball Cap Otto $6.06 19 8TRFL Fleece Trooper Hat Logofit $8.81 20 CP90L Knit Cuff Hat-Fleece Lined Port Authority $4.14 STATE OF MICHIGAN ENTERPRISE PROCUREMENT Department of Technology, Management, and Budget 525 W. Allegan, Lansing MI 48913 P.O. Box 30026, Lansing, MI 48909 NOTICE OF CONTRACT

CONTRACT NO. 071B7700027 between THE STATE OF MICHIGAN and

Varies By Agency

Logofit, LLC

3202 Lapeer Rd. Phone Number

Program Manager Flint, MI 48503 Email Address

Valerie Hiltz DTMB

Jon Kraut STATE 800-778-8948 517-284-7026 Contract CONTRACTOR [email protected] Administrator [email protected] 7983

CONTRACT SUMMARY DESCRIPTION: Uniforms and Work Apparel- Statewide INITIAL AVAILABLE EXPIRATION DATE BEFORE

INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE

OPTIONS CHANGE(S) NOTED BELOW November 1, 2016 October 31, 2019 Three, One-Year October 31, 2019 PAYMENT TERMS DELIVERY TIMEFRAME Net 45 Days, 3% Net 10 10 or 21 Days ARO (See Schedule A 6.2)

ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING ☒ P-card ☐ Direct Voucher (DV) ☐ Other ☒ Yes ☐ No MINIMUM DELIVERY REQUIREMENTS N/A, however, for free delivery 12 of any items must be ordered. MISCELLANEOUS INFORMATION

ESTIMATED CONTRACT VALUE AT TIME OF EXECUTION $1,255,775.00

THIS IS NOT AN ORDER: Orders for delivery will be placed directly by the State Agency per Terms and Conditions of this contract.

CONTRACT NO. 071B7700027

FOR THE CONTRACTOR:

Company Name

Authorized Agent Signature

Authorized Agent (Print or Type)

Date

FOR THE STATE:

Signature

Name & Title

Agency

Date

Revised 5/03/2016

CONTRACT #071B7700027

STATE OF MICHIGAN

STANDARD CONTRACT TERMS This STANDARD CONTRACT (“Contract”) is agreed to between the State of Michigan (the “State”) and Logofit, LLC. (“Contractor”), a Michigan Limited Liability Company. This Contract is effective on November 1, 2016 (“Effective Date”), and unless terminated, expires on October 31, 2019.

This Contract may be renewed for up to three additional one year periods. Renewal is at the sole discretion of the State and will automatically extend the Term of this Contract. The State will document its exercise of renewal options via Contract Change Notice.

The parties agree as follows:

1. Duties of Contractor. Contractor must perform the services and provide the deliverables described in Schedule A – Statement of Work (the “Contract Activities”). An obligation to provide delivery of any commodity is considered a service and is a Contract Activity.

Contractor must furnish all labor, equipment, materials, and supplies necessary for the performance of the Contract Activities, and meet operational standards, unless otherwise specified in Schedule A.

Contractor must: (a) perform the Contract Activities in a timely, professional, , and workmanlike manner consistent with standards in the trade, profession, or industry; (b) meet or exceed the performance and operational standards, and specifications of the Contract; (c) provide all Contract Activities in good quality, with no material defects; (d) not interfere with the State’s operations; (e) obtain and maintain all necessary licenses, permits or other authorizations necessary for the performance of the Contract; (f) cooperate with the State, including the State’s quality assurance personnel, and any third party to achieve the objectives of the Contract; (g) return to the State any State-furnished equipment or other resources in the same condition as when provided when no longer required for the Contract; (h) not make any media releases without prior written authorization from the State; (i) assign to the State any claims resulting from state or federal antitrust violations to the extent that those violations concern materials or services supplied by third parties toward fulfillment of the Contract; (j) comply with all State physical and IT security policies and standards which will be made available upon request; and (k) provide the State priority in performance of the Contract except as mandated by federal disaster response requirements. Any breach under this paragraph is considered a material breach.

Contractor must also be clearly identifiable while on State property by wearing identification issued by the State, and clearly identify themselves whenever making contact with the State.

2. Notices. All notices and other communications required or permitted under this Contract must be in writing and will be considered given and received: (a) when verified by written receipt if sent by courier; (b) when actually received if sent by mail without verification of receipt; or (c) when verified by automated receipt or electronic logs if sent by facsimile or email.

If to State: If to Contractor: Valerie Hiltz Jon Kraut Hall 3202 Lapeer Road 525W. Allegan St., 1st FLR. NE Flint, MI 48503 Lansing, MI, 48909-7526 [email protected] [email protected] 800-778-8948 517-284-7026

3 CONTRACT #071B7700027

3. Contract Administrator. The Contract Administrator for each party is the only person authorized to modify any terms of this Contract, and approve and execute any change under this Contract (each a “Contract Administrator”):

State: Contractor: Valerie Hiltz Jon Kraut Constitution Hall 3202 Lapeer Road 525 W. Allegan St., 1st FLR. NE Flint, MI 48503 Lansing, MI, 48909-7526 [email protected] [email protected] 800-778-8948 517-284-7026

4. Program Manager. The Program Manager for each party will monitor and coordinate the day-to-day activities of the Contract (each a “Program Manager”):

State: DNR Contractor: Dorene Sandoval Christine Payne Constitution Hall 3202 Lapeer Road 525 W. Allegan St. 3rd FLR. NW Flint, MI 48503 Lansing, MI 48933 [email protected] [email protected] 800-778-8948 (517) 284-5926 State: DEQ Tara Premoe Constitution Hall 525 W. Allegan St. 6th FLR, SW [email protected] Lansing, MI 48993 State: DTMB Philip Harlan Energy Center 7432 Parsons Drive, Dimondale, MI 48821 [email protected] 517-636-6607

5. Performance Guarantee. Contractor must at all times have financial resources sufficient, in the opinion of the State, to ensure performance of the Contract and must provide proof upon request. The State may require a performance bond (as specified in Schedule A) if, in the opinion of the State, it will ensure performance of the Contract.

6. Insurance Requirements. Contractor must maintain the insurances identified below and is responsible for all deductibles. All required insurance must: (a) protect the State from claims that may arise out of, are alleged to arise out of, or result from Contractor's or a subcontractor's performance; (b) be primary and non- contributing to any comparable liability insurance (including self-insurance) carried by the State; and (c) be provided by a company with an A.M. Best rating of "A" or better, and a financial size of VII or better.

Required Limits Additional Requirements Commercial General Liability Insurance Minimal Limits: Contractor must have their policy endorsed to $1,000,000 Each Occurrence Limit add “the State of Michigan, its departments, $1,000,000 Personal & Advertising Injury Limit divisions, agencies, offices, commissions, $2,000,000 General Aggregate Limit officers, employees, and agents” as additional $2,000,000 Products/Completed Operations

4 CONTRACT #071B7700027

insureds using endorsement CG 20 10 11 85, or Deductible Maximum: both CG 2010 07 04 and CG 2037 07 0. $50,000 Each Occurrence Automobile Liability Insurance Minimal Limits: Contractor must have their policy: (1) endorsed to $1,000,000 Per Occurrence add “the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as additional insureds; and (2) include Hired and Non-Owned Automobile coverage. Workers' Compensation Insurance Minimal Limits: Waiver of subrogation, except where waiver is Coverage according to applicable laws governing prohibited by law. work activities. Employers Liability Insurance Minimal Limits: $500,000 Each Accident $500,000 Each Employee by Disease $500,000 Aggregate Disease.

If any of the required policies provide claims-made coverage, the Contractor must: (a) provide coverage with a retroactive date before the effective date of the contract or the beginning of Contract Activities; (b) maintain coverage and provide evidence of coverage for at least three (3) years after completion of the Contract Activities; and (c) if coverage is canceled or not renewed, and not replaced with another claims- made policy form with a retroactive date prior to the contract effective date, Contractor must purchase extended reporting coverage for a minimum of three (3) years after completion of work.

Contractor must: (a) provide insurance certificates to the Contract Administrator, containing the agreement or purchase order number, at Contract formation and within 20 calendar days of the expiration date of the applicable policies; (b) require that subcontractors maintain the required insurances contained in this Section; (c) notify the Contract Administrator within 5 business days if any insurance is cancelled; and (d) waive all rights against the State for damages covered by insurance. Failure to maintain the required insurance does not limit this waiver.

This Section is not intended to and is not be construed in any manner as waiving, restricting or limiting the liability of either party for any obligations under this Contract (including any provisions hereof requiring Contractor to indemnify, defend and hold harmless the State).

7. Administrative Fee and Reporting. Contractor must pay an administrative fee of 1% on all payments made to Contractor under the Contract including transactions with the State (including its departments, divisions, agencies, offices, and commissions), MiDEAL members, and other states (including governmental subdivisions and authorized entities). Administrative fee payments must be made by check payable to the State of Michigan and mailed to:

Department of Technology, Management and Budget Cashiering P.O. Box 30681 Lansing, MI 48909

Contractor must submit an itemized purchasing activity report, which includes at a minimum, the name of the purchasing entity and the total dollar volume in sales. Reports should be mailed to DTMB-Procurement.

5 CONTRACT #071B7700027

The administrative fee and purchasing activity report are due within 30 calendar days from the last day of each calendar quarter.

8. Extended Purchasing Program. This contract is extended to MiDEAL members. MiDEAL members include local units of government, school districts, universities, community colleges, and nonprofit hospitals. A current list of MiDEAL members is available at www.michigan.gov/mideal. Upon written agreement between the State and Contractor, this contract may also be extended to: (a) State of Michigan employees and (b) other states (including governmental subdivisions and authorized entities).

If extended, Contractor must supply all Contract Activities at the established Contract prices and terms. The State reserves the right to impose an administrative fee and negotiate additional discounts based on any increased volume generated by such extensions.

Contractor must submit invoices to, and receive payment from, extended purchasing program members on a direct and individual basis.

9. Independent Contractor. Contractor is an independent contractor and assumes all rights, obligations and liabilities set forth in this Contract. Contractor, its employees, and agents will not be considered employees of the State. No partnership or joint venture relationship is created by virtue of this Contract. Contractor, and not the State, is responsible for the payment of wages, benefits and taxes of Contractor’s employees and any subcontractors. Prior performance does not modify Contractor’s status as an independent contractor.

10. Subcontracting. Contractor may not delegate any of its obligations under the Contract without the prior written approval of the State. Contractor must notify the State at least 90 calendar days before the proposed delegation, and provide the State any information it requests to determine whether the delegation is in its best interest. If approved, Contractor must: (a) be the sole point of contact regarding all contractual matters, including payment and charges for all Contract Activities; (b) make all payments to the subcontractor; and (c) incorporate the terms and conditions contained in this Contract in any subcontract with a subcontractor. Contractor remains responsible for the completion of the Contract Activities, compliance with the terms of this Contract, and the acts and omissions of the subcontractor. The State, in its sole discretion, may require the replacement of any subcontractor.

11. Staffing. The State’s Contract Administrator may require Contractor to remove or reassign personnel by providing a notice to Contractor.

12. Background Checks. Upon request, Contractor must perform background checks on all employees and subcontractors and its employees prior to their assignment. The scope is at the discretion of the State and documentation must be provided as requested. Contractor is responsible for all costs associated with the requested background checks. The State, in its sole discretion, may also perform background checks.

13. Assignment. Contractor may not assign this Contract to any other party without the prior approval of the State. Upon notice to Contractor, the State, in its sole discretion, may assign in whole or in part, its rights or responsibilities under this Contract to any other party. If the State determines that a novation of the Contract to a third party is necessary, Contractor will agree to the novation and provide all necessary documentation and signatures.

14. Change of Control. Contractor will notify, at least 90 calendar days before the effective date, the State of a change in Contractor’s organizational structure or ownership. For purposes of this Contract, a change in control means any of the following: (a) a sale of more than 50% of Contractor’s stock; (b) a sale of substantially all of Contractor’s assets; (c) a change in a majority of Contractor’s board members; (d) consummation of a merger or consolidation of Contractor with any other entity; (e) a change in ownership through a transaction or of transactions; (f) or the board (or the stockholders) approves a plan of complete liquidation. A change of control does not include any consolidation or merger effected exclusively to change the domicile of Contractor, or any transaction or series of transactions principally for bona fide equity financing purposes.

6 CONTRACT #071B7700027

In the event of a change of control, Contractor must require the successor to assume this Contract and all of its obligations under this Contract.

15. Ordering. Contractor is not authorized to begin performance until receipt of authorization as identified in Schedule A.

16. Acceptance. Contract Activities are subject to inspection and testing by the State within 30 calendar days of the State’s receipt of them (“State Review Period”), unless otherwise provided in Schedule A. If the Contract Activities are not fully accepted by the State, the State will notify Contractor by the end of the State Review Period that either: (a) the Contract Activities are accepted, but noted deficiencies must be corrected; or (b) the Contract Activities are rejected. If the State finds material deficiencies, it may: (i) reject the Contract Activities without performing any further inspections; (ii) demand performance at no additional cost; or (iii) terminate this Contract in accordance with Section 23, Termination for Cause. Within 10 business days from the date of Contractor’s receipt of notification of acceptance with deficiencies or rejection of any Contract Activities, Contractor must cure, at no additional cost, the deficiency and deliver unequivocally acceptable Contract Activities to the State. If acceptance with deficiencies or rejection of the Contract Activities impacts the content or delivery of other non-completed Contract Activities, the parties’ respective Program Managers must determine an agreed to number of days for re-submission that minimizes the overall impact to the Contract. However, nothing herein affects, alters, or relieves Contractor of its obligations to correct deficiencies in accordance with the time response standards set forth in this Contract. If Contractor is unable or refuses to correct the deficiency within the time response standards set forth in this Contract, the State may cancel the order in whole or in part. The State, or a third party identified by the State, may perform the Contract Activities and recover the difference between the cost to cure and the Contract price plus an additional 10% administrative fee.

17. Delivery. Contractor must deliver all Contract Activities F.O.B. destination, within the State premises with transportation and handling charges paid by Contractor, unless otherwise specified in Schedule A. All containers and packaging becomes the State’s exclusive property upon acceptance.

18. Risk of Loss and Title. Until final acceptance, title and risk of loss or damage to Contract Activities remains with Contractor. Contractor is responsible for filing, processing, and collecting all damage claims. The State will record and report to Contractor any evidence of visible damage. If the State rejects the Contract Activities, Contractor must remove them from the premises within 10 calendar days after notification of rejection. The risk of loss of rejected or non-conforming Contract Activities remains with Contractor. Rejected Contract Activities not removed by Contractor within 10 calendar days will be deemed abandoned by Contractor, and the State will have the right to dispose of it as its own property. Contractor must reimburse the State for costs and expenses incurred in storing or effecting removal or disposition of rejected Contract Activities.

19. Warranty Period. The warranty period, if applicable, for Contract Activities is a fixed period commencing on the date specified in Schedule A. If the Contract Activities do not function as warranted during the warranty period the State may return such non-conforming Contract Activities to the Contractor for a full refund.

20. Terms of Payment. Invoices must conform to the requirements communicated from time-to-time by the State. All undisputed amounts are payable within 45 days of the State’s receipt. Contractor may only charge for Contract Activities performed as specified in Schedule A. Invoices must include an itemized statement of all charges. The State is exempt from State sales tax for direct purchases and may be exempt from federal excise tax, if Services purchased under this Agreement are for the State’s exclusive use. Notwithstanding the foregoing, all prices are inclusive of taxes, and Contractor is responsible for all sales, use and excise taxes, and any other similar taxes, duties and charges of any kind imposed by any federal, state, or local governmental entity on any amounts payable by the State under this Contract.

The State has the right to withhold payment of any disputed amounts until the parties agree as to the validity of the disputed amount. The State will notify Contractor of any dispute within a reasonable time. Payment by the State will not constitute a waiver of any rights as to Contractor’s continuing obligations, including

7 CONTRACT #071B7700027

claims for deficiencies or substandard Contract Activities. Contractor’s acceptance of final payment by the State constitutes a waiver of all claims by Contractor against the State for payment under this Contract, other than those claims previously filed in writing on a timely basis and still disputed.

The State will only disburse payments under this Contract through Electronic Funds Transfer (EFT). Contractor must register with the State at http://www.michigan.gov/cpexpress to receive electronic fund transfer payments. If Contractor does not register, the State is not liable for failure to provide payment. Without prejudice to any other right or remedy it may have, the State reserves the right to set off at any time any amount then due and owing to it by Contractor against any amount payable by the State to Contractor under this Contract.

21. Reserved.

22. Stop Work Order. The State may suspend any or all activities under the Contract at any time. The State will provide Contractor a written stop work order detailing the suspension. Contractor must comply with the stop work order upon receipt. Within 90 calendar days, or any longer period agreed to by Contractor, the State will either: (a) issue a notice authorizing Contractor to resume work, or (b) terminate the Contract or purchase order. The State will not pay for Contract Activities, Contractor’s lost profits, or any additional compensation during a stop work period.

23. Termination for Cause. The State may terminate this Contract for cause, in whole or in part, if Contractor, as determined by the State: (a) endangers the value, integrity, or security of any location, data, or personnel; (b) becomes insolvent, petitions for bankruptcy court proceedings, or has an involuntary bankruptcy proceeding filed against it by any creditor; (c) engages in any conduct that may expose the State to liability; (d) breaches any of its material duties or obligations; or (e) fails to cure a breach within the time stated in a notice of breach. Any reference to specific breaches being material breaches within this Contract will not be construed to mean that other breaches are not material.

If the State terminates this Contract under this Section, the State will issue a termination notice specifying whether Contractor must: (a) cease performance immediately, or (b) continue to perform for a specified period. If it is later determined that Contractor was not in breach of the Contract, the termination will be deemed to have been a Termination for Convenience, effective as of the same date, and the rights and obligations of the parties will be limited to those provided in Section 24, Termination for Convenience.

The State will only pay for amounts due to Contractor for Contract Activities accepted by the State on or before the date of termination, subject to the State’s right to set off any amounts owed by the Contractor for the State’s reasonable costs in terminating this Contract. The Contractor must pay all reasonable costs incurred by the State in terminating this Contract for cause, including administrative costs, attorneys’ fees, court costs, transition costs, and any costs the State incurs to procure the Contract Activities from other sources.

24. Termination for Convenience. The State may immediately terminate this Contract in whole or in part without penalty and for any reason, including but not limited to, appropriation or budget shortfalls. The termination notice will specify whether Contractor must: (a) cease performance of the Contract Activities immediately, or (b) continue to perform the Contract Activities in accordance with Section 25, Transition Responsibilities. If the State terminates this Contract for convenience, the State will pay all reasonable costs, as determined by the State, for State approved Transition Responsibilities.

25. Transition Responsibilities. Upon termination or expiration of this Contract for any reason, Contractor must, for a period of time specified by the State (not to exceed 120 calendar days), provide all reasonable transition assistance requested by the State, to allow for the expired or terminated portion of the Contract Activities to continue without interruption or adverse effect, and to facilitate the orderly transfer of such Contract Activities to the State or its designees. Such transition assistance may include, but is not limited to: (a) continuing to perform the Contract Activities at the established Contract rates; (b) taking all reasonable

8 CONTRACT #071B7700027

and necessary measures to transition performance of the work, including all applicable Contract Activities, training, equipment, software, leases, reports and other documentation, to the State or the State’s designee; (c) taking all necessary and appropriate steps, or such other action as the State may direct, to preserve, maintain, protect, or return to the State all materials, data, property, and confidential information provided directly or indirectly to Contractor by any entity, agent, vendor, or employee of the State; (d) transferring title in and delivering to the State, at the State’s discretion, all completed or partially completed deliverables prepared under this Contract as of the Contract termination date; and (e) preparing an accurate accounting from which the State and Contractor may reconcile all outstanding accounts (collectively, “Transition Responsibilities”). This Contract will automatically be extended through the end of the transition period.

26. General Indemnification. Contractor must defend, indemnify and hold the State, its departments, divisions, agencies, offices, commissions, officers, and employees harmless, without limitation, from and against any and all actions, claims, losses, liabilities, damages, costs, attorney fees, and expenses (including those required to establish the right to indemnification), arising out of or relating to: (a) any breach by Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable) of any of the promises, agreements, representations, warranties, or insurance requirements contained in this Contract; (b) any infringement, misappropriation, or other violation of any intellectual property right or other right of any third party; (c) any bodily injury, death, or damage to real or tangible personal property occurring wholly or in part due to action or inaction by Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable); and (d) any acts or omissions of Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable).

The State will notify Contractor in writing if indemnification is sought; however, failure to do so will not relieve Contractor, except to the extent that Contractor is materially prejudiced. Contractor must, to the satisfaction of the State, demonstrate its financial ability to carry out these obligations.

The State is entitled to: (i) regular updates on proceeding status; (ii) participate in the defense of the proceeding; (iii) employ its own counsel; and to (iv) retain control of the defense if the State deems necessary. Contractor will not, without the State’s written consent (not to be unreasonably withheld), settle, compromise, or consent to the entry of any judgment in or otherwise seek to terminate any claim, action, or proceeding. To the extent that any State employee, official, or law may be involved or challenged, the State may, at its own expense, control the defense of that portion of the claim.

Any litigation activity on behalf of the State, or any of its subdivisions under this Section, must be coordinated with the Department of Attorney General. An attorney designated to represent the State may not do so until approved by the Michigan Attorney General and appointed as a Special Assistant Attorney General.

27. Infringement Remedies. If, in either party’s opinion, any piece of equipment, software, commodity, or service supplied by Contractor or its subcontractors, or its operation, use or reproduction, is likely to become the subject of a copyright, patent, trademark, or trade secret infringement claim, Contractor must, at its expense: (a) procure for the State the right to continue using the equipment, software, commodity, or service, or if this option is not reasonably available to Contractor, (b) replace or modify the same so that it becomes non-infringing; or (c) accept its return by the State with appropriate credits to the State against Contractor’s charges and reimburse the State for any losses or costs incurred as a consequence of the State ceasing its use and returning it.

28. Limitation of Liability. The State is not liable for consequential, incidental, indirect, or special damages, regardless of the nature of the action.

29. Disclosure of Litigation, or Other Proceeding. Contractor must notify the State within 14 calendar days of receiving notice of any litigation, investigation, arbitration, or other proceeding (collectively, “Proceeding”) involving Contractor, a subcontractor, or an officer or director of Contractor or subcontractor, that arises during the term of the Contract, including: (a) a criminal Proceeding; (b) a parole or probation Proceeding;

9 CONTRACT #071B7700027

(c) a Proceeding under the Sarbanes-Oxley Act; (d) a civil Proceeding involving: (1) a claim that might reasonably be expected to adversely affect Contractor’s viability or financial stability; or (2) a governmental or public entity’s claim or written allegation of fraud; or (e) a Proceeding involving any license that Contractor is required to possess in order to perform under this Contract.

30. Reserved.

31. Reserved.

32. Non-Disclosure of Confidential Information. The parties acknowledge that each party may be exposed to or acquire communication or data of the other party that is confidential, privileged communication not intended to be disclosed to third parties. The provisions of this Section survive the termination of this Contract.

a. Meaning of Confidential Information. For the purposes of this Contract, the term “Confidential Information” means all information and documentation of a party that: (a) has been marked “confidential” or with words of similar meaning, at the time of disclosure by such party; (b) if disclosed orally or not marked “confidential” or with words of similar meaning, was subsequently summarized in writing by the disclosing party and marked “confidential” or with words of similar meaning; and, (c) should reasonably be recognized as confidential information of the disclosing party. The term “Confidential Information” does not include any information or documentation that was: (a) subject to disclosure under the Michigan Freedom of Information Act (FOIA); (b) already in the possession of the receiving party without an obligation of confidentiality; (c) developed independently by the receiving party, as demonstrated by the receiving party, without violating the disclosing party’s proprietary rights; (d) obtained from a source other than the disclosing party without an obligation of confidentiality; or, (e) publicly available when received, or thereafter became publicly available (other than through any unauthorized disclosure by, through, or on behalf of, the receiving party). For purposes of this Contract, in all cases and for all matters, State Data is deemed to be Confidential Information.

b. Obligation of Confidentiality. The parties agree to hold all Confidential Information in strict confidence and not to copy, reproduce, sell, transfer, or otherwise dispose of, give or disclose such Confidential Information to third parties other than employees, agents, or subcontractors of a party who have a need to know in connection with this Contract or to use such Confidential Information for any purposes whatsoever other than the performance of this Contract. The parties agree to advise and require their respective employees, agents, and subcontractors of their obligations to keep all Confidential Information confidential. Disclosure to a subcontractor is permissible where: (a) use of a subcontractor is authorized under this Contract; (b) the disclosure is necessary or otherwise naturally occurs in connection with work that is within the subcontractor's responsibilities; and (c) Contractor obligates the subcontractor in a written contract to maintain the State's Confidential Information in confidence. At the State's request, any employee of Contractor or any subcontractor may be required to execute a separate agreement to be bound by the provisions of this Section.

c. Cooperation to Prevent Disclosure of Confidential Information. Each party must use its best efforts to the other party in identifying and preventing any unauthorized use or disclosure of any Confidential Information. Without limiting the foregoing, each party must advise the other party immediately in the event either party learns or has reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Contract and each party will cooperate with the other party in seeking injunctive or other equitable relief against any such person.

d. Remedies for Breach of Obligation of Confidentiality. Each party acknowledges that breach of its obligation of confidentiality may give rise to irreparable injury to the other party, which damage may be inadequately compensable in the form of monetary damages. Accordingly, a party may seek and

10 CONTRACT #071B7700027

obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies which may be available, to include, in the case of the State, at the sole election of the State, the immediate termination, without liability to the State, of this Contract or any Statement of Work corresponding to the breach or threatened breach.

e. Surrender of Confidential Information upon Termination. Upon termination of this Contract or a Statement of Work, in whole or in part, each party must, within 5 calendar days from the date of termination, return to the other party any and all Confidential Information received from the other party, or created or received by a party on behalf of the other party, which are in such party’s possession, custody, or control; provided, however, that Contractor must return State Data to the State following the timeframe and procedure described further in this Contract. Should Contractor or the State determine that the return of any Confidential Information is not feasible, such party must destroy the Confidential Information and must certify the same in writing within 5 calendar days from the date of termination to the other party. However, the State’s legal ability to destroy Contractor data may be restricted by its retention and disposal schedule, in which case Contractor’s Confidential Information will be destroyed after the retention period expires.

33. Reserved.

34. Reserved.

35. Reserved.

36. Records Maintenance, Inspection, Examination, and Audit. The State or its designee may audit Contractor to verify compliance with this Contract. Contractor must retain, and provide to the State or its designee and the auditor general upon request, all financial and accounting records related to the Contract through the term of the Contract and for 4 years after the latter of termination, expiration, or final payment under this Contract or any extension (“Audit Period”). If an audit, litigation, or other action involving the records is initiated before the end of the Audit Period, Contractor must retain the records until all issues are resolved.

Within 10 calendar days of providing notice, the State and its authorized representatives or designees have the right to enter and inspect Contractor's premises or any other places where Contract Activities are being performed, and examine, copy, and audit all records related to this Contract. Contractor must cooperate and provide reasonable assistance. If any financial errors are revealed, the amount in error must be reflected as a credit or debit on subsequent invoices until the amount is paid or refunded. Any remaining balance at the end of the Contract must be paid or refunded within 45 calendar days.

This Section applies to Contractor, any parent, affiliate, or subsidiary organization of Contractor, and any subcontractor that performs Contract Activities in connection with this Contract.

37. Warranties and Representations. Contractor represents and warrants: (a) Contractor is the owner or licensee of any Contract Activities that it licenses, sells, or develops and Contractor has the rights necessary to convey title, ownership rights, or licensed use; (b) all Contract Activities are delivered free from any security interest, lien, or encumbrance and will continue in that respect; (c) the Contract Activities will not infringe the patent, trademark, copyright, trade secret, or other proprietary rights of any third party; (d) Contractor must assign or otherwise transfer to the State or its designee any manufacturer's warranty for the Contract Activities; (e) the Contract Activities are merchantable and fit for the specific purposes identified in the Contract; (f) the Contract signatory has the authority to enter into this Contract; (g) all information furnished by Contractor in connection with the Contract fairly and accurately represents Contractor's business, properties, finances, and operations as of the dates covered by the information, and Contractor will inform the State of any material adverse changes; and (h) all information furnished and representations made in connection with the award of this Contract is true, accurate, and complete, and contains no false statements or omits any fact that would make the information misleading. A breach of this Section is considered a material breach of this Contract, which entitles the State to terminate this Contract under Section 23, Termination for Cause.

11 CONTRACT #071B7700027

38. Conflicts and Ethics. Contractor will uphold high ethical standards and is prohibited from: (a) holding or acquiring an interest that would conflict with this Contract; (b) doing anything that creates an appearance of impropriety with respect to the award or performance of the Contract; (c) attempting to influence or appearing to influence any State employee by the direct or indirect offer of anything of value; or (d) paying or agreeing to pay any person, other than employees and consultants working for Contractor, any consideration contingent upon the award of the Contract. Contractor must immediately notify the State of any violation or potential violation of these standards. This Section applies to Contractor, any parent, affiliate, or subsidiary organization of Contractor, and any subcontractor that performs Contract Activities in connection with this Contract.

39. Compliance with Laws. Contractor must comply with all federal, state and local laws, rules and regulations.

40. Reserved.

41. Reserved.

42. Nondiscrimination. Under the Elliott-Larsen Civil Rights Act, 1976 PA 453, MCL 37.2101, et seq., and the Persons with Disabilities Civil Rights Act, 1976 PA 220, MCL 37.1101, et seq., Contractor and its subcontractors agree not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or mental or physical disability. Breach of this covenant is a material breach of this Contract.

43. Unfair Labor Practice. Under MCL 423.324, the State may void any Contract with a Contractor or subcontractor who appears on the Unfair Labor Practice register compiled under MCL 423.322.

44. Governing Law. This Contract is governed, construed, and enforced in accordance with Michigan law, excluding choice-of-law principles, and all claims relating to or arising out of this Contract are governed by Michigan law, excluding choice-of-law principles. Any dispute arising from this Contract must be resolved in Michigan Court of Claims. Contractor consents to venue in Ingham County, and waives any objections, such as lack of personal jurisdiction or forum non conveniens. Contractor must appoint agents in Michigan to receive service of process.

45. Non-Exclusivity. Nothing contained in this Contract is intended nor will be construed as creating any requirements contract with Contractor. This Contract does not restrict the State or its agencies from acquiring similar, equal, or like Contract Activities from other sources.

46. Force Majeure. Neither party will be in breach of this Contract because of any failure arising from any disaster or acts of god that are beyond their control and without their fault or negligence. Each party will use commercially reasonable efforts to resume performance. Contractor will not be relieved of a breach or delay caused by its subcontractors. If immediate performance is necessary to ensure public health and safety, the State may immediately contract with a third party.

47. Dispute Resolution. The parties will endeavor to resolve any Contract dispute in accordance with this provision. The dispute will be referred to the parties' respective Contract Administrators or Program Managers. Such referral must include a description of the issues and all supporting documentation. The parties must submit the dispute to a senior executive if unable to resolve the dispute within 15 business days. The parties will continue performing while a dispute is being resolved, unless the dispute precludes performance. A dispute involving payment does not preclude performance.

Litigation to resolve the dispute will not be instituted until after the dispute has been elevated to the parties’ senior executive and either concludes that resolution is unlikely, or fails to respond within 15 business days. The parties are not prohibited from instituting formal proceedings: (a) to avoid the expiration of statute of limitations period; (b) to preserve a superior position with respect to creditors; or (c) where a party makes a determination that a temporary restraining order or other injunctive relief is the only adequate remedy. This Section does not limit the State’s right to terminate the Contract.

12 CONTRACT #071B7700027

48. Media Releases. News releases (including promotional literature and commercial advertisements) pertaining to the Contract or project to which it relates must not be made without prior written State approval, and then only in accordance with the explicit written instructions of the State.

49. Website Incorporation. The State is not bound by any content on Contractor’s website unless expressly incorporated directly into this Contract.

50. Entire Agreement and Order of Precedence. This Contract, which includes Schedule A – Statement of Work, and expressly incorporated schedules and exhibits, is the entire agreement of the parties related to the Contract Activities. This Contract supersedes and replaces all previous understandings and agreements between the parties for the Contract Activities. If there is a conflict between documents, the order of precedence is: (a) first, this Contract, excluding its schedules, exhibits, and Schedule A – Statement of Work; (b) second, Schedule A – Statement of Work as of the Effective Date; and (c) third, schedules expressly incorporated into this Contract as of the Effective Date. NO TERMS ON CONTRACTOR’S INVOICES, ORDERING DOCUMENTS, WEBSITE, BROWSE-, SHRINK-WRAP, CLICK-WRAP, CLICK- THROUGH OR OTHER NON-NEGOTIATED TERMS AND CONDITIONS PROVIDED WITH ANY OF THE CONTRACT ACTIVITIES WILL CONSTITUTE A PART OR AMENDMENT OF THIS CONTRACT OR IS BINDING ON THE STATE FOR ANY PURPOSE. ALL SUCH OTHER TERMS AND CONDITIONS HAVE NO FORCE AND EFFECT AND ARE DEEMED REJECTED BY THE STATE, EVEN IF ACCESS TO OR USE OF THE CONTRACT ACTIVITIES REQUIRES AFFIRMATIVE ACCEPTANCE OF SUCH TERMS AND CONDITIONS.

51. Severability. If any part of this Contract is held invalid or unenforceable, by any court of competent jurisdiction, that part will be deemed deleted from this Contract and the severed part will be replaced by agreed upon language that achieves the same or similar objectives. The remaining Contract will continue in full force and effect.

52. Waiver. Failure to enforce any provision of this Contract will not constitute a waiver.

53. Survival. The provisions of this Contract that impose continuing obligations, including warranties and representations, termination, transition, insurance coverage, indemnification, and confidentiality, will survive the expiration or termination of this Contract.

54. Contract Modification. This Contract may not be amended except by signed agreement between the parties (a “Contract Change Notice”). Notwithstanding the foregoing, no subsequent Statement of Work or Contract Change Notice executed after the Effective Date will be construed to amend this Contract unless it specifically states its intent to do so and cites the section or sections amended.

13 CONTRACT #071B7700027

STATE OF MICHIGAN

Contract No. 071B7700027 Uniforms & Work Apparel- Statewide

SCHEDULE A STATEMENT OF WORK CONTRACT ACTIVITIES BACKGROUND Multiple State agencies provide their employees with certain items of clothing, some as stipulated by union contracts, in order to have a standard, consistent look for employees and/or to provide for the safe performance of their duties. In order to achieve this goal, the State puts into place contracts for those items which they intend to provide. In addition, agencies may allow for these items to be purchased by employees using their own personal funds.

SCOPE This Contract is established for the purpose of procurement of uniforms, hats and other work apparel items that will have agency identification affixed by way of patch, woven label, embroidery or screen printing for DNR, DTMB, DEQ and any other state agency and or its employee that wish to purchase on this contract.

REQUIREMENTS 1. General Requirements 1.1. Product Specifications

Contractor must provide Deliverables and staff, and otherwise do all things necessary for or incidental to the performance of work, as set forth below:

Contractor shall provide uniform and work apparel shirts (long and short sleeve, button and pull over), pants and that meet the specifications as stated in Schedule B.

Contractor shall sew on a patch, a woven label, direct embroidery, or screen on each shirt at the time of ordering as required.

1.2. Warranties The Contractor shall provide a 100% satisfaction guarantee and shall warranty all items against workmanship or materials defects for 90 days from original date of shipment.

The items that will not be covered under this warranty are: A. Alternations done by anyone other than Logofit staff B. Fading from sunlight C. Any item past the 90 day period

1.3. Quality Assurance Program Manufacturing errors or product defect will be exchanged at no cost.

To apply/arrange for warranty replacement, contact the Contractor at: Toll Free No.: 800-778-8948, extension 200 E-mail Address: [email protected]

14 Rev. 8/2015 CONTRACT #071B7700027

2. Service Levels 2.1. Time Frames for Delivery The receipt of order date is pursuant to Section 2, Notices, of the Standard Contract Terms. See Schedule A, 6.2. Delivery Timeframe.

2.2. Reporting The Contractor may be required to submit to either the Program Manager or the Contract Administrator, or both, upon request: A. Annual Usage Report to be submitted within 10 days of request may be required to include:

1. Listing of items purchased 2. Quantity of items purchased by line item, by agency and by location 3. Dollar volume of annual sales by agency

2.3. Meetings The Contractor must attend the following meetings: A. Contract Kick-Off Meeting within the first 10 days of the contract effective date.

B. The Contractor shall be available for Clothing Innovation Meetings twice per year, early spring and early fall, as/if requested by the State. At this meeting the contractor will present new products for consideration, to either be added to the contract or to replace current selections, that represent innovations in clothing manufacture such as, wicking ability, anti-microbial benefits, UV protection, or insulating capabilities to name a few.

C. Annual contract review if requested.

The State may request other meetings as it deems appropriate.

2.4. Contractor Website The Contractor shall make available within 30 days of the contract effective date, a website and pages specifically tailored to the State of Michigan contract, by which the State and employees may view the offerings available and thus have the information necessary to plan and make purchases. This web-site shall include:

A. On-line State of Michigan Catalog The contractor will provide an on-line Catalog which will be accessible by the State of Michigan, its employees and MiDeal members. This catalog will provide information regarding both fixed price and fixed discount rate items and shall be available 24 hours a day, 7 days a week, with the exception of scheduled maintenance and will provide the following information: 1. Item number 2. Picture of item 3. Item description 4. Sizes available 5. Colors available 6. Item price 7. Notation indicating Fixed Price Items

B. Agency Pages In addition to the general State of Michigan Catalog, the Contractor shall establish individual Agency pages that, based upon meetings with the Agency will include only those embellishments and those clothing items in styles and colors that have been approved for purchase by the agency and/or its employees. From these agency specific pages the agency’s personnel will have the ability to place orders on line if desired.

15 Rev. 8/2015 CONTRACT #071B7700027

3. Staffing 3.1. Key Personnel A. Contractor Representative The Contractor must appoint an Account Representative individuals, specifically assigned to State of Michigan accounts, that will respond to State inquiries regarding the Contract Activities, answering questions related to ordering and delivery, etc. (the “Contractor Representative”).

The Contractor must notify the Contract Administrator at least 30 calendar days before removing or assigning a new Contractor Representative.

This person will be directly responsible for the day to day operations of the Contract (“Key Personnel”). Key Personnel must be specifically assigned to the State account, be knowledgeable on the contractual requirements, and shall respond to State inquires within 24 hours whether they have answers or not.

Contractor’s Representative or assigned designee must be available during the following times: 8:00 am to 5:00 pm EST, Monday through Friday.

B. Other Key Personnel The Contractor may assign additional Key Personnel as necessary for the performance of this contract.

The Contractor may not remove or assign Key Personnel without the prior consent of the State. Prior consent is not required for reassignment for reasons beyond the Contractor’s control, including illness, disability, death, leave of absence, personal emergency circumstances, resignation, or termination for cause. The State may request a résumé and conduct an interview before approving a change. The State may require a 30 calendar day training period for replacement personnel.

The Contractor’s Key Personnel are as follows:

Contractor Representative: Christine Payne – Customer Service – Order Processing and Client Satisfaction, 800-778-8948 x200

Other Key Personnel: Laura Roy – Operations Manager – Oversight and Audit, 800-778-8948 x212, [email protected] Ann Tyler – Production Manager – Product Quality and Reporting, 800-778-8948 x214, [email protected] Jon Kraut – General Manager, 800-778-8948 x202, [email protected]

3.2. Non-Key Personnel The Contractor must notify the Contract Administrator at least 10 calendar days before removing or assigning non-key personnel.

3.3. Customer Service Toll-Free Number The Contractor shall have sufficient representatives available to provide order placement and technical assistance to the State during the hours of 8:00 am to 5:00 pm EST. The Contractor’s toll-free numbers are as follows:  Customer Service/ Order Processing: 800-778-8948, extension 200  Accounting/Billing: 800-778-8948, extension 212  Product Quality and Reporting: 800-778-8948, extension 214

3.4. Disclosure of Subcontractors The Contractor shall utilize no subcontractors in the performance of this contract.

4. Pricing All items available through the Contractor are part of this contract and are priced either as fixed price items or as fixed rate discount.

16 Rev. 8/2015 CONTRACT #071B7700027

A. Fixed Price Items: Are those items that are quoted and based on volume purchase. These items are listed in Schedule B Pricing. In the Contractors on-line catalog, these items will be noted as such.

B. Fixed Rate Discount Items: All items in the contractor’s general catalog, which are not Fixed price items, are available at a minimum of 20% discounts off of list with the exception of the following manufacturers which allow for a 10% discount off of list:  Eddie Bauer  New Era  Nike  Russell Outdoor  Red House  OGIO If Agencies wish to make purchases from the Contractor’s general catalog they are encouraged to contact the Contractor in order to get quotations and establish best pricing based on volume of purchase. The Contractor will provide a quotation within 10 business days, and if acceptable to the agency these items will be added, via change notice, to the fixed price items listed in Schedule B. Such items then will be available for purchase by any State Agency, employee or MiDeal member at the preferred pricing.

Once Agencies, in conjunction with the Contractor, have established their approved uniform list, an Agency page will be created through which purchases may be made. C. Embellishment Set-Up Fees: There may be an initial set-up fee associated with an embellishments and/ or logo the first time it is to be created/ordered dependent on the number of pieces. Subsequent orders utilizing the same embellishment will not incur a set-up fee. The following fees are established for initial creation and set-up as follows: 1. Screen Print: a. Initial orders of 288 pieces or more = no charge (up to 2-color imprint in a location) b. Initial orders of less than 288 pieces = $35/screen/color/location. Artwork included if under 1 hour, over 1 hour artwork billed at $35/hour c. Minimum order for screen printing = 48 pieces

2. Embroidery set-up fee: a. Initial orders of 144 pieces or more = no charge (10,000 stitches maximum) b. Initial orders of 144 pieces or less = $7.50 per 1,000 stitches. Artwork included if under 1 hour, over 1 hour artwork billed at $35/hour c. Minimum order for embroidery = 24 pieces

3. Woven Label set-up fee: a. Initial orders of 2,000 pieces or more = no charge b. Initial orders of less than 2,000 pieces = $150.00 flat fee. Artwork included if under 1 hour, over 1 hour artwork billed at $35/hour c. Minimum order for woven labels = 1,000 pieces d. PLEASE NOTE: Agencies wishing to use this embellishment are strongly encourage to contact the Contractor as alternate fees and minimums may be available.

Agencies are encouraged to contact the Contractor regarding embellishments in order to discuss volume purchases and thereby establish the best pricing.

17 Rev. 8/2015 CONTRACT #071B7700027

4.1. Price Term Pricing is firm for the full three year contract base period (“Pricing Period”). The first pricing period begins on the Effective Date. Adjustments may be requested, in writing, by either party and will take effect no earlier than the next Pricing Period.

4.2. Price Changes Adjustments will be based on changes in actual Contractor costs. Any request must be supported by written evidence documenting the change in costs. The State may consider sources, such as the Consumer Price Index; Producer Price Index; other pricing indices as needed; economic and industry data; manufacturer or supplier letters noting the increase in pricing; and any other data the State deems relevant.

Following the presentation of supporting documentation, both parties will have 30 days to review the information and prepare a written response. If the review reveals no need for modifications, pricing will remain unchanged unless mutually agreed to by the parties. If the review reveals that changes are needed, both parties will negotiate such changes, for no longer than 30 days, unless extended by mutual agreement.

The Contractor remains responsible for Contract Activities at the current price for all orders received before the mutual execution of a Change Notice indicating the start date of the new Pricing Period.

4.3. Product Changes or Addition Items From time to time clothing items may be replaced with new selections or items may added to the fixed price items list found in Schedule B Pricing. Upon request, the contractor shall provide a quotation for these items within ten business days. If accepted, contract will be revised via Change Notice.

5. Ordering/ Methods of Order Placement The Contractor shall have the capability to take orders via any of the following methods and have; A. Phone, E-mail or Fax: 1. The Contractor shall have customer service (orders) staff dedicated to State of Michigan, its employees, and MiDEAL member accounts in sufficient quantities as to provide prompt service to respond to questions and/or acknowledge receipt of the order within two (2) hours.

2. The Contractor’s normal business hours for receiving orders and providing customer service are: Monday through Friday, 8:00 a.m. to 8:00 p.m. (EST).

3. Contractor’s customer service office will have redundant data and power entry.

4. Contractor will reroute calls in the event of a phone outage or other emergency.

B. Contractors Web-based purchasing platform linked to their on-line catalog: 1. Contractor’s online catalog/ordering system shall be available 24 hours a day, 7 days a week, with the exception of scheduled maintenance. Payments for online orders can be made with index/PCA codes or with a procurement card. Order acknowledgements will be provided electronically to customers. Contractor’s online catalog/ordering system will be based on fixed rate discount with the exception of those items that are fixed price based on volume, and those items will be identified as State of Michigan fixed price items. Online customers will be able to view product availability/ anticipated delivery dates before placing orders.

2. Each agency will work with Contactor to establish an agency page that meets their specific requirements with regards to items, allowed users and the like.

18 Rev. 8/2015 CONTRACT #071B7700027

3. The Contractor shall be willing and have the capacity to work with third-party providers of Electronic Data Interchange (EDI) services which have been chosen by the State. The Contractor shall be willing, at no additional charge to the State or to the EDI provider, to transmit text and image catalog information to the State’s provider of EDI services.

4. The State does not currently have an E-Procurement system, however, the State is in the process of implementing a new financial system with an E-Procurement module. When the State implements the system (SIGMA) in 2017, the Contractor will be able to migrate all electronic catalog and online ordering functions to the State’s E-Procurement system within 60 days of notice.

5.1. Authorizing Document The appropriate authorizing document for the Contract will be a Purchase Order or a P-Card purchase made via the Contractors web-based purchasing platform.

5.2 Order Verification The Contractor must have internal controls to verify abnormal orders and to ensure that only authorized individuals place orders for those items that are restricted, specifically DNR Patches, or other items as required by the individual Agencies.

5.3. Product Substitutions Substitutions are not allowed. If any item on the contract is discontinued, the Contractor shall notify the Contract Administrator and provide samples of suggested alternate for approval by the agencies. No items may be substituted without the Contract Administrator and the Agency Program Manager being notified, a sample of the suggested alternate being sent to the ordering agency for approval, and the original item subsequently being replaced with the approved item via change notice.

5.4. Minimum Orders There shall be no minimum order requirements, however, there is a minimum required for free shipping.

6. Delivery 6.1. Delivery Programs The Contractor must deliver the product the most economical way, via U.S. Mail, UPS, FedEx, Contractor fleet, or other third party carrier in delivery of the product. Costs for delivery are to be incorporated into the item cost. No separate shipping costs shall be allowed.

6.2. Delivery Timeframe The majority of the clothing items will require that an agency logo identifier be affixed. The following delivery time frames apply from After Receipt of Order (ARO): A. Items with no embellishment: 10 Days B. Items with Patch attached: Previously approved artwork- 10 Days, New designs- 21 Days C. Items with Woven Label attached: Previously approved artwork- 10 Days, New designs- 21 Days D. Items with Direct Embroidery: Previously approved artwork- 10 Days, New designs- 21 Days E. Items with Screen Print: Previously approved artwork- 10 Days, New designs- 21 Days

6.3. Packaging Packaging must be optimized to permit the lowest freight rate.

19 Rev. 8/2015 CONTRACT #071B7700027

6.4. Delivery Locations Shipments may be made to the Lansing main offices, to agency or district offices throughout the state, or directly to the employee.

7. Acceptance 7.1. Acceptance, Inspection and Testing The acceptance process is defined in Section 16, Acceptance, of the Standard Contract Terms. Additional requirements include:

A. Logo Production/ Embellishment. Each agency will have its own individually designed logo(s)/embellishments and specifications. 1. Prior to production each agency will provide the Contractor with the specifications and electronic design files 2. Contractor will create a proof and e-mail it to the agency program manager for approval 3. Once the proof is approved if the logo is for a patch or woven embroidery a sample will be created and delivered to the agency program manager. 4. Once approvals are received from the program manager Logo Production can begin and the contractor must supply to the agency and electronic copy of the approved logo.

B. Clothing Item. 1. No physical defects. Tears, stains, holes, miss-sewn seams or parts. 2. In the color(s) and size(s) ordered. 3. Appropriate agency identifier or artwork affixed; a. Level and square to article on which it is applied b. For Patches and Labels, completely and firmly attached c. For embroidery, with minimal fabric distortion d. For screen printing, crisply and cleanly printed with no smears or other distortion

8. Invoice and Payment 8.1. Invoice Requirements All invoices submitted to the State must include: (a) date; (b) purchase order; (c) quantity; (d) description of the Contract Activities; (e) unit price; (f) shipping cost (if any); and (g) total price.

8.2. Payment Methods The State will make payment for Contract Activities via EFT or P-Card. Employees will make payment for their individual orders via their personal credit cards.

9. Project Plan A. The Contractor will carry out this project under the direction and control of the Agency Program Managers.

B. The Contractor shall prepare a project plan, to be presented and discussed at the kick off meeting, for transitioning into the contract with the steps and time frames outlined, the process for placement and transition out of the contract.

10. Additional Requirements 10.1. Environmental and Energy Efficient Products Although none are identified at the inception of this contract, the Contractor must identify any energy efficient, bio-based, or otherwise environmental friendly products used in the products as they become available. Contractor must include any relevant third-party certification, including the verification of a department of agriculture certified bio based product label.

20 Rev. 8/2015 CONTRACT #071B7700027

10.2. Hazardous Chemical Identification Although none are identified at the inception of this contract, in accordance with the federal Emergency Planning and Community Right-to-Know Act, 42 USC 11001, et seq., as amended, the Contractor must provide a Material Safety Data Sheet listing any hazardous chemicals, as defined in 40 CFR §370.2, to be delivered. Each hazardous chemical must be properly identified, including any applicable identification number, such as a National Stock Number or Special Item Number.

10.3. Mercury Content Pursuant to MCL 18.1261d, mercury-free products must be procured when possible. The Contractor does not intend to provide products containing mercury. However, all products containing mercury must be labeled as containing mercury.

10.4. Brominated Flame Retardants The State prefers to purchase products that do not contain brominated flame retardants (BFRs) whenever possible. The Contractor does not intend to supply products containing BFRs, however will alert the state if products include them in the future.

10.5. Forced Labor, Convict Labor, or Indentured Servitude Made Materials The Contractor will not supply, to the best of the Contractors knowledge and belief any foreign (outside of the United States) or domestic (inside of the United States) made materials, components of or finished product that have been produced in whole or in part by forced labor, convict labor, or indentured servitude or slavery.

10.6. Child Labor The Contractor will not supply, to the best of the Contractors knowledge and belief any foreign (outside of the United States) or domestic (inside of the United States) made materials, components of or finished product that have been produced in whole or in part through forced, indentured or child slave labor. Forced or indentured means for all work or service associated with production or manufacture: 1. Exacted from any person under the age of 18 under the menace of any penalty for its non-performance and for which the worker does not offer him/herself voluntarily; or 2. Performance by any person under the age of 18 under a contract the enforcement of which can be accomplished by process or penalties. 3. Performance by any person under the age of 18 required to work hours in excess of or in conditions prohibited by law.

21 Rev. 8/2015 CONTRACT #071B7700027

STATE OF MICHIGAN

Contract No. 071B7700027 Uniforms and Work Apparel- Statewide

SCHEDULE B PRICING This price sheet is divided into two sections: 1). Clothing and Accessories, and 2). Embellishments.

1). Clothing and Accessories

The clothing and accessory items listed herein have firm fixed pricing. All other items in the contractor’s general catalog are available at a minimum 20% discounts off of list with the exception of the following manufacturers which allow for a 10% discount off of list:

 Eddie Bauer  New Era  Nike  Russell Outdoor  Red House  OGIO If Agencies wish to make purchases from the contractors general catalog they are encouraged to contact the Contractor in order to establish best pricing based on volume of purchase.

The clothing and accessory prices listed herein reflect the price of the item only. These prices will need to be combined with the appropriate embellishment price in order to determine the total cost per item.

All items are priced to include the available manufacturers’ colors unless specifically listed. Each agency will determine which colors will be acceptable for their uniforming needs.

22 Rev. 8/2015 CONTRACT #071B7700027

T-SHIRTS Pricing Item Item Description Standard Sizes 2X 3X 4X 5X 6X 7X 8X 9X 10X T-Shirt, Men's Ultra Cotton 1 Brand: Gildan Item: 2000 $2.35 $4.11 $4.48 $4.48 $4.48 - - - - - T-Shirt, 100% Cotton w/ Pocket 2 Brand: Gildan Item: 2300 $5.88 $7.96 $8.35 $8.35 $8.35 - - - - - T-Shirt DryBlend, Classic Fit, Unisex 3 Brand: Gildan Item: 8000 $2.06 $4.26 $5.08 $5.08 $5.08 - - - - - T-shirt , Athletic-Sporty Unisex V-Neck 4 Brand: Harriton Item: M320W $6.59 $7.74 ------T-Shirt, Unisex 5 Brand: Jerzees Item: 29M $1.93 $4.43 $4.85 $4.85 $4.85 - - - - -

SWEAT SHIRTS Pricing

Item Item Description Standard Sizes 2X 3X 4X 5X 6X 7X 8X 9X 10X Sweatshirt, Heavy Blend Crewneck 1 Brand: Gildan Item: 18000 $7.57 $12.08 $9.40 $9.62 $9.90 - - - - - Sweatshirt, Crew Neck 2 Brand: Jerzeez Item: 562M $5.67 $7.18 $7.50 $7.50 - - - Sweatshirt, Full Zip Hooded Up and Cuffed at Sleeve and Waist 3 Brand: Jerzees Item: 993M $16.78 18..53 18.84 ------Sweatshirt, Hooded and Cuffed at Sleeve and Waist 4 Brand: Jerzees Item: 996M $13.40 $15.41 $15.77 $16.88 ------

23 Rev. 8/2015 CONTRACT #071B7700027

POLO SHIRTS Pricing Ite Standard m Item Description Sizes 2X 3X 4X 5X 6X 7X 8X 9X 10X

Polo Shirt, Women's Long Sleeve $14.0 $16.3 $17.5 1 Brand: Blue Generation Item: BG-6207 $12.93 8 8 3 ------

Polo Shirt, Women's Short Sleeve $11.1 $12.2 2 Brand: Blue Generation Item: BG-6500 $7.69 $8.84 4 9 ------

Polo Shirt, Men's Long Sleeve $14.0 $16.3 $17.5 $18.6 $19.8 3 Brand: Blue Generation Item: BG-7207 $12.93 8 8 3 8 3 - - - -

Polo Shirt, Men's Short Sleeve $11.0 $13.3 $14.4 $15.6 $16.7 $17.9 $19.0 $20.2 $21.3 4 Brand: Blue Generation Item: BG-7204 $9.85 0 0 5 0 5 0 5 0 5

Polo Shirt, Men's , Pima Pique $14.3 $15.5 $16.6 $17.8 $18.9 5 Brand: Devon & Jones Item: D100 $12.09 9 4 9 4 9 - - - -

Polo Shirt, Men's Tall , Pima Pique $17.6 $18.8 6 Brand: Devon & Jones Item: D100T $15.39 9 4 ------

Women's Polo Shirt, Pima Pique $14.3 $15.5 7 Brand: Devon & Jones Item: D100W $12.09 9 4 ------

24 Rev. 8/2015 CONTRACT #071B7700027

WOVEN SHIRTS Pricing Ite Standard 8 9 10 m Item Description Sizes 2X 3X 4X 5X 6X 7X X X X

Oxford Shirt, Women's Long Sleeve $15.1 $17.4 $18.5 1 Brand: Blue Generation Item: BG-6217 $13.97 2 2 7 ------

Oxford Shirt, Women's Short Sleeve $15.1 $17.4 $18.5 2 Brand: Blue Generation Item: BG-6217S $13.97 2 2 7 ------

Oxford Shirt, Men's Long Sleeve $15.1 $17.4 $18.5 $19.7 $20.8 3 Brand: Blue Generation Item: BG-7217 $13.97 2 2 7 2 7 - - - -

Oxford Shirt, Men's Short Sleeve $15.1 $17.4 $18.5 $19.7 $20.8 4 Brand: Blue Generation Item: BG-7217S $13.97 2 2 7 2 7 - - - - Button Up Shirt, Men's Short Sleeve, Fine Twill, 100% Cotton $13.2 $15.5 $16.6 $17.8 $18.9 $20.2 5 Brand: Blue Generation Item: BG8213S $12.09 4 4 9 4 9 4 - - - Button Up Shirt, Men's Long Sleeve, 100% Cotton Pima Advantage Twill $23.7 $24.8 $26.0 $27.1 $28.3 6 Brand: Devon & Jones Item: D610 $21.44 4 9 4 9 4 - - - -

Denim Shirt, Men's Long Sleeve $12.1 $13.2 $14.4 $16.7 $17.8 7 Brand: Harriton Item: 60-M550 $10.99 4 9 4 4 9 - - - -

25 Rev. 8/2015 CONTRACT #071B7700027

SWEATERS & PULL OVERS Pricing Standard Item Item Description Sizes 2X 3X 4X 5X 6X 7X 8X 9X 10X Sweater Set, Women's, Two piece set: Cardigan shell with tonal buttons & lightweight crew neck sweater. Logo on Cardigan only 1 Brand: Andrew Rohan Item: 038 $28.55 $34.52 $37.51 ------Sweater, Women's V-Neck 2 Brand: Andrew Rohan Item: 090 $23.40 $27.89 $30.13 ------Cardigan, Men's V-Neck, with No Pockets 3 Brand: Andrew Rohan Item: 351 $22.74 $27.10 $29.28 $29.28 $33.64 $33.64 - - - -

Sweater, Men's V-Neck 4 Brand: Andrew Rohan Item: 565 $20.10 $23.95 $25.88 $25.88 $29.74 $29.74 - - - -

Cardigan Sweater, Women's 5 Brand: Port Authority Item: LSW280 $21.99 $23.14 $25.44 $26.59 ------

Sweater, V-Neck Long Sleeved, Low-pill, Unisex 6 Brand: Port Authority Item: LSW280 $15.39 $16.54 $16.54 $16.54 ------

Mock Turtle Neck 7 Brand: Port Authority Item: PC61M $7.07 $11.14 $13.44 $14.59 16.89 18.04 - - - -

26 Rev. 8/2015 CONTRACT #071B7700027

COATS, JACKETS AND VESTS Pricing Standard Item Item Description Sizes 2X 3X 4X 5X 6X 7X 8X 9X 10X Jacket, Carhartt, Quilt Lined, Zipper Front 1 Brand: Carhartt Item: C26 $86.25 $86.25 $92.00 $92.00 $92.00 $92.00 - - - - Jacket, Carhartt, Heavy Quilt Lined, Zipper Front 2 Brand: Carhartt Item: C55 $93.75 $93.75 $99.50 $99.50 $99.50 $99.50 - - - -

Jacket, Carhartt, Sandstone, Sherpa Lined, Zipper Front 3 Brand: Carhartt Item: J14 $67.50 $67.50 $70.95 $70.95 $70.95 $70.95 - - - -

Jacket Carhartt, Jacket, Quilt Lined, Zipper Front 4 Brand: Carhartt Item: J22 $73.50 $73.50 $82.13 $82.13 $82.13 $82.13 - - - -

Jacket, Carhartt, Detroit Jacket, Sandstone, Blanket Lined 5 Brand: Carhartt Item: J97 $59.38 $59.38 $62.26 $62.26 $62.26 $62.26 - - - - Jacket, Carhartt, Sandstone, Quilt Lined Flannel, Zipper Front 6 Brand: Carhartt Item: J130 $67.50 $67.50 $73.25 $73.25 $73.25 $73.25 - - - - Vest, Carhart 7 Brand: Carhartt Item: V33 $47.50 $47.50 $49.80 $49.80 $49.80 $49.80 - - - - Jacket, Packable Nylon 8 Brand: Harriton Item: 50-M750 $10.99 $12.14 $13.29 $14.44 ------Jacket, Heavy Winter Two-in-One: Fully seam-sealed parka, water & wind resistant, polyfill-lined body & sleeves, removable hood, sits below the hip, double zip, to -35 degrees, storm cuffs. Down liner is reversible and removable. 9 Brand: Port Authority Item: J799-J776 $120.98 $127.76 $134.48 $138.33 ------Jacket, Three in One, Long Sleeve, Fleece Liner 10 Brand: Timberline Item: SJF $13.50 $14.65 $14.65 $14.65 $14.65 $14.65 - - - - Jacket, Three in One, Vest Fleece Liner 11 Brand: Timberline Item: SVF $11.10 $12.25 $12.25 $12.25 $12.25 $12.25 - - - -

27 Rev. 8/2015 CONTRACT #071B7700027

PANTS Pricing Item Item Description Standard Sizes Waist 42+ Waist 44+ Pant, Men's, Painter, 100% Cotton 1 Brand: Dickies Item: 1953 $19.64 $21.94 Pant, RIGGS Workwear Carpenter, 100% Cotton Ripstop, 10 oz 2 Brand: Wrangler Item: 3W020 $31.88 $34.18 - Pant, RIGGS Workwear Ranger, 100% Cotton Ripstop, 10 oz 3 Brand: Wrangler Item: 3W060 $36.38 $38.68 -

COVER/OVER WEAR Pricing Item Item Description Standard Sizes Waist 52+ Bib Overall, Carhartt Style, Unlined Color: Black 1 Brand: Carhartt Item: R01 $51.88 $55.91 - Bib Overall, Carhartt, Quilt Lined, Zip to Knee. 2 Brand: Carhartt Item: R27 $75.00 $75.00 -

Coverall, Action Back, One Piece unlined front zipper Price is the same 3 Brand: Red Kap Item: CT10 $31.08 all sizes -

ACCESSORIES Item Item Description Price

Backpack, Fugitive Pack 1 Brand: Ogio Stock # 50-71113 $39.00 Duffle Bag Medium duffle bag 24"W x 12"H x 11"D Color: Black 2 Brand: Generic Item: 50-DTM $10.79 Duffle Bag, Small 18"W x 10"H x 10"D Color: Black 3 Brand: Generic Item: 50-DAS $4.76 Fanny Pack Color: Black 4 Brand: Generic Item: 50-BG82 $5.95

28 Rev. 8/2015 CONTRACT #071B7700027

HATS AND HEADWEAR Item Item Description Price

Winter Head Band, Knit 1 Brand: Alan Sloane Item: K585 $1.85

Stocking Hat, Knit/ Fleece Lined 2 Brand: Logofit Item: 50-40L7 $5.68

Winter Head Band, Micro-Fleece 3 Brand: Logofit Item: 50-6503 $1.08

Winter Head Band, Contoured Micro-Fleece 4 Brand: Logofit Item: 150-27EBG $1.84

HATS AND HEADWEAR (cont.) Hat, Heavy Winter, Double weight fleece, Trooper hat, with berber lining and earflaps with velcro closure

Brand: Logofit Item: 50-99099 $4.40 5 Baseball Cap, Six panel low profile

6 Brand: Otto Item: 18-099 $2.76

Baseball Cap, Six Panel Low profile

7 Brand: Otto Item: 19-609 $2.37

Baseball Cap, Six Panel High profile

8 Brand: Otto Item: 27-079 $2.73

Baseball Cap, Six Panel High profile

9 Brand: Otto Item: 50-129 $2.31

29 Rev. 8/2015 CONTRACT #071B7700027

Baseball Cap, Six Panel Low profile Color: ANSI Yellow

10 Brand: Otto Item: 115-820 $2.73

Stocking Hat, Fleece (95/5 poly/spandex)

11 Brand: Port Authority Item: C900 $1.36

Head Band, Winter, Fleece

12 Brand: Port Authority Item: C910 $1.84

HATS AND HEADWEAR (cont.) Winter Hat, 100% Cotton Beanie

Brand: Port Authority Item: CP95 $2.74 13 Baseball Cap, Six Panel Low profile

14 Brand: Port & Company Item: CP80 $1.97

Stocking Hat, Knit/ Fleece Lined (100 % poly)

15 Brand: Port & Company Item: CP90 $3.55

Cap, Original Wool Stormy Kromer, 80/20 wool/nylon blend lined in cotton. Grab behind each ear and pull down for ear protection.

16 Brand: Stormy Kromer Item: 041 $39.99

Stocking Hat, Knit

Brand: Ultra Club Item: 8131

17 Brand: Port Authority Item: C910 $1.36

30 Rev. 8/2015 CONTRACT #071B7700027

DNR PATCHES Item Item Description Price DNR Shoulder Patch (Note: This item may either be shipped to DNR for it's use or attached to other items in this contract. Cost to Attach is to be added to this cost.) 1 5.25" wide x 3.5" tall $1.55 DNR Conservation Officer Shoulder Patch (Note: This item will be shipped to DNR for it’s use and not attached to items in this contract) Restricted Ordering Protocol 2 6.5" wide x 4" tall $2.28 DNR Conservation Officer Badge Patch (Note: This item will be shipped to DNR for it’s use and not attached to items in this contract) Restricted Ordering Protocol 3 2.5" wide x 3" tall $4.55 DNR Conservation Officer Double Chevron Patch (Note: This item will be shipped to DNR for it’s use and not attached to items in this contract) Restricted Ordering Protocol 4 3.5" wide x 3.25" tall $2.25 DNR Conservation Officer Chevron Patch (Note: This item will be shipped to DNR for it’s use and not attached to items in this contract) Restricted Ordering Protocol 5 3.75" wide x 4" tall $2.35

31 Rev. 8/2015 CONTRACT #071B7700027

2). Embellishments

The embellishment prices listed herein reflect the cost of the embellishment and its attachment to an item only. It does not include the set- up cost which is outlined Schedule A 4.C. The cost of these embellishments need to be combined with the clothing or accessory item in order to determine the total cost of the item.

EMBELISHMENTS OTHER EMBELISHMENTS Item Item Description Price Item Item Description Price DNR Shoulder Patch, price for Direct Embroider Logo to left chest- up to 1 $4.00 1 $4.00 attachment to clothing article only three color DNR 3" Round "Badge" Patch attached to Direct Embroider Logo to hat or other 2 $4.00 2 $4.00 left chest accessory item- up to three color DNR 3" Round "Badge" Woven Label Logo 3 $4.00 3 Direct Embroider Line of Text- one color $3.00 attached to left chest

DNR 1" Round "Badge" Woven Label Logo 4 $4.00 4 Screen print to left chest- up to three colors $3.00 attached to collars, , misc. locations DNR 3" Round "Badge" Direct Embroidery 5 $4.00 5 Screen print Front Panel- up to three colors $3.00 to left chest and on accessories DNR 3" Badge 3 color screen print to left Screen print Back Shoulders- up to three 6 $2.00 6 $3.00 chest colors DEQ 3.25 wide x 2" tall "Badge" Patch 7 $4.00 7 Screen print Back Panel- up to three colors $3.00 attached to left chest DEQ 3.25 wide x 2" tall "Badge" Woven 8 $4.00 Label Logo attached to left chest DEQ 3.25 wide x 2" tall "Badge" Direct 9 $4.00 Embroidery to left chest DTMB 4" wide x 2" tall "Badge" Patch 10 $4.00 attached to left chest

DTMB 4" wide x 2" tall "Badge" Woven 11 $4.00 Label Logo attached to left chest

DTMB 4" wide x 2" tall "Badge" Direct 12 $4.00 Embroidery to left chest

32 Rev. 8/2015