Uniforms and Commissary Related Services

Size: px
Start display at page:

Download "Uniforms and Commissary Related Services"

Transcription

1 City Use Only City Use Only City Use Only City Vendor No. Vendor Name City Contract/PO No. I Uniforms and Commissary Related Services Specification Number: RFQ Number: 4434 Issued by: CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES Required for use by: CITY OF CHICAGO FIRE DEPARTMENT Bidder Inquiry Deadline: Pre-Bid Conference: 4:00 p.m. Central Time, January 3, Inquiries must be in writing. 2:00 p.m. Central Time, January 9, 2014 in the Department of Procurement Services, Bid & Bond Room, City Hall, Room 301, 121 N. LaSalle Street, Chicago, Illinois Bid Opening Date: January 22, 2014 Bid Opening Time: 11:00 a.m., Central Time Bid Opening Location: Bid & Bond Room, City Hall, Room 301, 121 N. LaSalle Street, Chicago, Illinois Information: Stacy P. Stewart, Senior Procurement Specialist stacy.stewart@cityofchicago.org Fax: Phone: DPS Address: City Hall, Room 806, 121 North LaSalle Street, Chicago, Illinois DPS Web: and Execute and submit one (1) complete original bid package. All signatures to be sworn to before a Notary Public. Bid must be received in the City of Chicago Department of Procurement Services (DPS) Bid & Bond Room no later than the date and time above during regular business hours (8:30 AM to 4:30 PM Central Time). Bids will be read publicly. Bid package must be complete and returned in its entirety. Do not scan or recreate the bid package, the original must be used. Bid must be submitted in sealed envelope(s) or package(s). The outside of the envelope or package must clearly indicate the name of the project, Uniforms and Commissary Related Services, the specification number, , the time and date specified for receipt and marked Bid Enclosed. The name, address and phone number of the Bidder must also be clearly printed on the outside of all envelope(s) or package(s). Bid Deposit: None DPS Unit: Work Services Performance Bond: None Reverse Auction: No City Business Preference Yes Drawings: None Local Manufacture Preference Yes Exhibits: None or Number Alternative Fuel Vehicle Pref. Yes Maps: None Bid Specific Goals: 16.9% MBE and 4.5% WBE Contract Term: Sixty (60) Months Funding Source: Non-Federal Start Date: Fund Number: and Various Expiration Date: Rahm I. Emanuel Mayor Chief Procurement Officer Jamie L. Rhee

2 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Table of Contents BID SUBMITTAL CHECKLIST...1 Article 1. Requirements for Bidding and Instructions to Bidders The Bid Documents Obtaining the Bid Documents Printed Bid Documents Downloadable Bid Documents Clarifications and Addenda Examination of the Bid Documents and Work Site Pre-Bid Conference and Site Visit Questions Regarding the Bid Documents; Bidder Inquiry Deadline Exceptions Taxes Included in Bid Prices Bid Prices Must Incorporate All Costs Completion of the Bid Documents Required Forms and Fees Certificate of Filing for Online EDS MBE/WBE Program Bid Deposit Contractor's Financial Statement Other Required Forms and Documents Trade Names and Substitutions Authorized Dealer/Distributor Estimated Quantities Submission of Bids Date, Time, and Place Bids Must Be Sealed and Properly Labeled Bidders Are Responsible for Bid Delivery Transparency Website; Trade Secrets Withdrawal of Bids Bid Opening Effective Term of Bid Evaluation of Bids Determination of Responsiveness Must Bid All Line Items Mathematical Calculations Unbalanced Bids Cash Billing Terms Determination of Responsibility Bidder Debts or Defaults Competency of Bidder Rejection of Bids and Waiver of Informalities Statutory Adjustments to the Bid City-based Businesses (Chicago Business Preference) Locally Manufactured Goods Bid Incentive Alternatively Powered Vehicles Bid Incentive...10 Table of Contents i

3 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Definitions for Alternatively Powered Vehicles Bid Incentive Eligibility for Alternatively Powered Vehicles Bid Incentive Child Support Arrearage MacBride Principles Ordinance Consideration of Bids Bid Protests Award of Contract; Notice of Award...12 Article 2. Incorporation of Exhibits...14 Article 3. Standard Terms And Conditions General Provisions Definitions Interpretation of Contract Order of Precedence Interpretation and Rules Severability Entire Contract Subcontracting and Assignment No Assignment of Contract Subcontracts No Pledging or Assignment of Contract Funds Without City Approval City s Right to Assign Assigns Contract Governance Governing Law and Jurisdiction Consent to Service of Process Cooperation by Parties and between Contractors No Third Party Beneficiaries Independent Contractor Authority Joint and Several Liability Notices Amendments No Waiver of Legal Rights Non-appropriation of Funds Participation By Other Government Agencies Confidentiality Indemnity Non-Liability of Public Officials Contract Extension Option Compensation Provisions Ordering, Invoices, and Payment Purchase Orders Invoices Centralized Invoice Processing Payment Electronic Ordering and Invoices City Right to Offset Records...24 Table of Contents ii

4 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Audits City s Right to Conduct Audits Recovery for Over-Billing Subcontractor Payment Reports Prompt Payment to Subcontractors Incorporation of Prompt Payment Language in Subcontracts Payment to Subcontractors Within Fourteen Days Reporting Failures to Promptly Pay Whistleblower Protection Liquidated Damages for Failure to Promptly Pay Action by the City Direct Payment to Subcontractors By City General Price Reduction Automatic Eligibility for General Price Reductions Compliance With All Laws General Non-Discrimination Federal Affirmative Action Illinois Human Rights Act Chicago Human Rights Ordinance MCC Ch Business Enterprises Owned by People With Disabilities (BEPD) Wages Living Wage Ordinance Prevailing Wage Rates Multi Project Labor Agreement (PLA) Economic Disclosure Statement and Affidavit and Appendix A ("EDS") Business Relationships With Elected Officials MCC Sect (b) MCC 1-23 and 720 ILCS 5/33E Bribery, Debts, and Debarment Certification Federal Terrorist (No-Business) List Inspector General and Legislative Inspector General Governmental Ethics Ordinance Restrictions on Business Dealings Conflicts of Interest Prohibition on Certain Contributions, Mayoral Executive Order Debts Owed to the City; Anti-Scofflaw, MCC Sect Other City Ordinances and Policies False Statements MacBride Principles Ordinance, MCC Sect Shakman Accord Compliance with Environmental Laws and Related Matters Definitions Joint Ventures Compliance With Environmental Laws Costs Proof of Noncompliance; Authority; Cure Copies of Notices and Reports; Related Matters Requests for Documents and Information Environmental Claims and Related Matters Preference for Recycled Materials...37 Table of Contents iii

5 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract No Waste Disposal in Public Way MCC (E) Contract Disputes Procedure for Bringing Disputes to the Department Procedure for Bringing Disputes before the CPO Events of Default and Termination Events of Default Cure or Default Notice Remedies Non-Exclusivity of Remedies City Reservation of Rights Early Termination Department-specific Requirements Department of Aviation Standard Requirements Confidentiality of Airport Security Data Aviation Security Airport Security Badges General Requirements Regarding Airport Operations Priority of Airport Operations Interruption of Airport Operations Safeguarding of Airport Property and Operations Work on the Airfield Parking Restrictions Emergency Management and Communications (OEMC) Security Requirements Identification of Workers and Vehicles Access to Facilities Security Badges and Vehicle Permits Gates and Fences Hazardous or Illegal Materials Chicago Police Department Security Requirements Department of Water Management ("DOWM") Security Requirements Identification of Workers and Vehicles Access to Facilities Security Badges and Vehicle Permits Gates and Fences Hazardous or Illegal Materials...49 Article 4. Special Conditions for Supply Contracts Blanket Releases / Purchase Orders Delivery and Acceptance Delivery Inspection and Defects Shipment errors Acceptance Unspecified Uniforms and Related Services Quality, Source, Substitution, and Labeling Quality Source Substitution Testing Laboratory Labels...52 Table of Contents iv

6 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Manufacturer's Warranty & Product Information Contractor's Warranties...52 Article 5. Scope of Work and Detailed Specifications General Basis of Award Detailed Item Description Description of Uniforms and Related Services Uniform Classified Items Class A-C Classified Items Additional Requirements Contract Term Initial Term Term Extension Authorized Dealer Price Adjustment Quantities Inventory/Lead Time Delivery Bidder s Qualifications and Requirements Site Visit Financial Capabilities Trade Names Standard Uniforms and Related Services General Uniforms and Related Services Alterations and Repairs Backorders Mis-shipments Returns And Restocking Fees Uniforms Replaced At Chicago Fire Department s Expense Uniforms Replaced At Employee s Own Expense Inventory Stock And Issuance Uniform And Accessories Stock Requirements Approval Of Uniform Items And Accessories Requirement To Utilize An Alternate Supplier Contractor s Experience Contractor s Responsibilities Start Up Consignment (Consignment Sale Uniform Inventory) Ending Inventory Buyout/Closeout Guarantee Exceptions...65 Article 6. Special Conditions Regarding Minority Business Enterprise Commitment and Women Business Enterprise Commitment For Commodities or Services Policy and Terms Definitions Joint Ventures Counting MBE/WBE Participation Toward the Contract Specific Goals Regulations Governing Reductions to or Waiver of MBE/WBE Goals...71 Table of Contents v

7 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Direct / Indirect Participation Assist Agency Participation in wavier/reduction requests Impracticability Procedure to Determine Bid Compliance Reporting Requirements During the Term of the Contract Changes to Compliance Plan Permissible Basis for Change Required Procedure for Requesting Approval Non-Compliance and Damages Arbitration Equal Employment Opportunity...78 Attachment A Assist Agencies...79 Attachment B - Sample Format for Requesting Assist Agency Comments on Bidder s Request for Reduction or Waiver of MBE/WBE Goals...82 Schedule B: Affidavit of Joint Venture (MBE/WBE)...83 Schedule C-1: Letter of Intent From MBE/WBE To Perform As Subcontractor, Supplier and/or Consultant...89 Schedule D-1: Affidavit of Implementation of MBE/WBE Goals and Participation Plan...90 Article 7. Insurance Requirements Insurance to be Provided Workers Compensation and Employers Liability Commercial General Liability (Primary and Umbrella) Automobile Liability (Primary and Umbrella) Property Additional Requirements...97 Article 8. Economic Disclosure Statement and Affidavit (EDS) Online EDS Filing Required Prior To Bid Opening Online EDS Web Link Online EDS Number Online EDS Certification of Filing Preparation Checklist for Registration Preparation Checklist for EDS Submission EDS Frequently Asked Questions Article 9. Proposal Pages Article 10. Bidder Contact Information City-Based Business Affidavit Bidder's Commitment to Provide Locally Manufactured Goods Manufacturer's Affidavit of Local Manufacturing Affidavit of Eligible Business For Bid Incentive For Alternatively Powered Vehicles Article 11. Execution And Acceptance Pages Bid Execution By a Corporation Bid Execution By A Joint Venture Bid Execution By A Partnership Bid Execution By a Sole Proprietor Bid Acceptance by City EXHIBITS Exhibit 1: Insurance Certificate of Coverage Exhibit 2: Detailed Item Description Table of Contents vi

8 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract BID SUBMITTAL CHECKLIST Missing Information, Documents, and/or Bonds May Invalidate Your Bid. To help ensure that you are submitting a complete bid, place an "X" next to each item below after completing and incorporating the item into your bid package. Write N/A if an item does not apply to your bid. 1. Bid Submittal Checklist 2. Insurance Certificate of Coverage 3. MBE/WBE Compliance Plan a. Schedule B Affidavit of Joint Venture MBE/WBE (only if bidder is a joint venture) b. Schedule C-1: Letter(s) of Intent from MBE/WBE to Perform as Sub-contractor, Supplier and/or Consultant (if applicable). c. Schedule D-1: Affidavit of MBE/WBE Goal Implementation Plan (if applicable). d. Request for a reduction or waiver of MBE/WBE goals (if applicable) 4. Certificate of Filing of Economic Disclosure Statement and Affidavit (EDS) 5. Bid incentive/preference affidavit(s): Chicago Business, Local Manufacture, and/or Alternatively Powered Vehicles (if applicable) 6. Proposal Page(s) (Schedule of Prices) 7. Bid Execution Page 8. Bid Submittal Fee (if required) 9. Bid Deposit (if required) NOTE: NOTE: Each page requiring a signature must be signed by the person with proper authority and sworn before a Notary Public where noted. Each Bidder must acknowledge the receipt of a full set of Bid Documents and any and all Addenda at the top of the Bid Execution Page. City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

9 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 1. REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS Read this carefully before preparing your bid The Bid Documents The Bid Documents include this Invitation for Bids, Legal Advertisement Notice, Bid Proposal Pages, Requirements for Bidding and Instructions for Bidders, Standard Terms and Conditions, Special Conditions, Scope of Work and Detailed Specifications, Plans and Drawings (if any), Insurance Requirements, MBE/WBE Special Conditions or DBE Special Conditions (as applicable) and all other exhibits attached hereto, and any and all Clarifications and Addenda issued by the City. Upon the award and execution of a contract pursuant to the Bid Documents, the Bid Documents become the Contract Documents Obtaining the Bid Documents Bidders are solely responsible for obtaining all Bid Documents, including Clarifications and Addenda. In the event of a conflict or inconsistency between the Bid Documents obtained on-line and the printed Bid Documents available from the Bid and Bond Room, the terms and conditions of the printed Bid Documents will prevail Printed Bid Documents Printed copies of Bid Documents are available for pickup from: Bid and Bond Room Room 301 City Hall 121 North LaSalle Street Chicago, IL Phone # Fax # Plans and Drawings may only be available on CD Downloadable Bid Documents Documents may be downloaded from the DPS website at the following URL: In order to receive notice of clarifications and addenda, Bidders that download the Bid Documents must register as a Bid Document holder by (i) faxing the company s name, contact person, address, address, telephone number and fax number to the Bid and Bond Room at (include specification number and bid title/description) or (ii) by calling the Bid and Bond Room at Bid Document holders are listed on the Bid and Bond Room Opportunity Take Out List. The Opportunity Take Our List is public information and is posted to the DPS web site at To find Opportunity Take Out lists go to Get Started Online and search by the specification number Clarifications and Addenda The City sends out clarifications and addenda to the Bid Documents to entities on the list of registered Bid Document Holders. Additionally, Clarifications and Addenda will be posted at the following URL, and made available at the Bid and Bond Room: Bidders that download Bid Documents from the City of Chicago s website instead of obtaining the Bid Documents from the City of Chicago s Bid and Bond Room and which have not registered as a Bid Document holder are responsible for checking the City of Chicago s website for Clarifications and/or Addenda. There may be multiple Clarifications and Addenda. Failure to obtain Clarifications and/or Addenda, for whatever cause, will not relieve a Bidder from the obligation to bid according to and comply with any changed or additional terms and conditions contained in the Clarifications and Addenda. City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

10 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Failure to acknowledge Clarifications and/or Addenda in the Bid Documents when submitting the bid will render the bid non-responsive. Any harm to the bidder resulting from failure to obtain all necessary documents, for whatever cause, will not be valid grounds for a protest against award(s) made under this bid solicitation Examination of the Bid Documents and Work Site Bidders are required to carefully examine all of the Bid Documents before completing the forms and submitting a Bid. If the specification calls for work to be performed onsite, Bidders are also required to inspect the site of the work to be performed, and familiarize itself with the conditions at the site that will affect the work. A Bidder that is awarded a contract will be solely responsible for all costs arising from and associated with that Bidder s (i) failure to comply with the requirements of the Bid Documents, including, without limitation, this requirement to inspect the Bid Documents and site of the work, and (ii) failure to include any costs or expense attributable to site conditions that could have reasonably been discovered through a site inspection or examination of the Bid Documents Pre-Bid Conference and Site Visit If a pre-bid conference will be held to answer questions regarding these Bid Documents, it will be held on the date and time stated on the front cover of the Bid Documents. The pre-bid conference may be recorded by DPS. If a pre-bid conference will be held, attendance is strongly encouraged. The Chief Procurement Officer or his/her representative, as well as representatives from the City Department for which the Bid Documents have been issued will comprise the panel to respond to Bidders questions. Bidders must familiarize themselves with the locations for contract performance required by the Bid Documents and take into account all relevant conditions when preparing its Bid. The Contractor will not be paid additional compensation due to failure to account for conditions that may be observed by a site visit in its bid. If the site for the Work is not accessible to the public during normal business hours, instructions for obtaining access, including a date and time for guided visits, is set out on the cover of the Bid Documents Questions Regarding the Bid Documents; Bidder Inquiry Deadline All inquiries regarding this Bid Documents or procurement process must be directed to the Contract Administrator/Negotiator at the address listed on the front cover of the Bid Documents. Inquiries must be submitted via and MUST include the specification number in the subject line of the . The Bidder Inquiry Deadline is listed on the front cover of the Bid Documents. Inquiries received after the Bidder Inquiry Deadline will not be answered except at the discretion of the Chief Procurement Officer. Bidders may only rely on written answers in a Clarification or in an Addendum duly issued by the Chief Procurement Officer. Bidders cannot rely on oral or informal responses; such answers will not be binding upon the City Exceptions Any deviations from the specifications must be noted on the Proposal Page(s) or attached thereto, with the exact nature of the change outlined in sufficient detail. Bidder must provide the reason for which deviations were made. Failure of a Bidder to comply with the terms of this paragraph may be cause for rejection of its Bid. If a Bidder takes exception to other provisions of the specification, the Chief Procurement Officer shall reject the Bid as non-responsive in the event that the Chief Procurement Officer, in his or her sole opinion, determines such exception(s) to be material exception(s) Taxes Included in Bid Prices Materials purchased by the City of Chicago are not subject to the Federal Excise Tax. The City s Tax Exemption Certificate number is City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

11 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Materials purchased by the City of Chicago are not subject to the State of Illinois Sales Tax. The City s Tax Exemption Certificate number is E The Illinois Retailers Occupation Tax, Use Tax, and Municipal Retailers Occupation Tax do not apply to materials or services purchased by the City of Chicago. Bidders shall include all other applicable Federal, State and local taxes, direct or indirect, in their Bid prices Bid Prices Must Incorporate All Costs Bid pricing must incorporate any/all peripheral costs including, but not limited to the costs of products/services, delivery/transportation charges, training, materials, labor, insurance, applicable taxes, warranty, overhead and profit, etc. that are required by the Bid Documents Completion of the Bid Documents Each Bidder must complete all of the forms listed on the Bid Submittal Checklist. The forms, including the Bid Proposal Pages, must be completed in ink, or typewritten. Bidders may not change any of the Bid Documents. Any changes made by a Bidder to the Bid Documents may result in rejection of the Bid, and will not be binding upon the City. Bidders must use the Bid Execution Page that is appropriate for their form of business organization (e.g., sole proprietorship, corporation, partnership, or joint venture). The individual(s) that sign the Bid Execution Page on behalf of the Bidder, by their signature, represents and warrants to the City that such individual is authorized to execute bids and contracts on behalf of the Bidder, and that the Bidder agrees and shall be bound to all of the terms and conditions of the Bid Documents and, upon execution by the City, the Contract Documents. Signatures must be sworn before a Notary Public Required Forms and Fees Certificate of Filing for Online EDS Bidders must complete an online EDS prior to the bid due date. A Bidder who does not file an electronic EDS prior to the bid due date may be found non-responsive and its bid rejected. If you are unable to complete the EDS online and print a Certificate of Filing prior to the response due date, the City will accept a paper EDS provided written justification is provided explaining the Bidders good faith efforts to complete it before the response due date and the reasons why it could not be completed. Refer to the Instructions for Completing Economic Disclosure Statement and Affidavit On-Line MBE/WBE Program The goals for MBE and WBE participation are set forth in the Proposal Pages. The rules, regulations, and forms for achieving these goals are set forth in the Special Conditions Regarding Minority Business Enterprise Commitment and Women Business Enterprise Commitment ( M/WBE Special Conditions ). Schedule B: Affidavit of Joint Venture (if applicable) If applicable, complete and submit this form if a non-certified firm has formed a joint venture with one or more MBE/WBE certified firms to submit a Bid. Such Affidavit should be signed by the appropriate Joint Venture members and notarized. Schedule C-1 If applicable, include a completed Letter of Intent from each certified MBE or WBE that will perform as a Subcontractor, Supplier and/or Consultant. Such letter(s) must be signed and notarized. Schedule D-1 If applicable, include the Bidder s Affidavit of MBE/WBE Goal Implementation Plan. This Affidavit must be signed and notarized. Request for a Reduction or Waiver of the MBE/WBE Goals If applicable, after making good faith efforts, the Bidder is unable to provide a plan for the utilization of MBE and WBE firms that will achieve compliance with the MBE/WBE goals, the Bidder must, as required by the MBE/WBE Special Conditions, submit a request for City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

12 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract whole or partial waiver of the goals with its Bid. Any waiver request must include documentation as required by the M/WBE Special Conditions including but not limited to notification to an assist agency Bid Deposit Bid deposits, if required, may be in the form of a bond, certified check, cashier s check or money order payable to the City of Chicago. Bid bonds must be in the form provided by the Department of Procurement Services, and must be executed by a surety licensed and authorized to do business in the State of Illinois. Cash is not an acceptable form of Bid Deposit. Substantial failure to comply with bid deposit requirements will result in rejection of the bid. A non-substantial failure to comply with the bid deposit requirement is a failure that does not provide a commercial advantage to the Bidder over other bidders. The Chief Procurement Officer may return bid deposits sooner, but reserves the right to hold all bid deposits until a contract has been awarded or, in the case of multiple awards, all contracts have been awarded for the Bid in question. If a bid deposit is required, it will be indicated on the front cover of the Bid Documents Contractor's Financial Statement If requested by the Chief Procurement Officer, Bidder must file a "Contractor's Statement of Experience and Financial Condition" dated not earlier than the end of Bidder's last fiscal year period. The "Contractor's Statement of Experience and Financial Condition" will be kept on file as a representative statement for one year. The "Contractor's Statement of Experience and Financial Condition" forms are available in the Bid and Bond Room, City Hall Room 403, Chicago, IL 60602, or may be downloaded at Failure to provide a "Contractor's Statement of Experience and Financial Condition" if requested may be cause for rejection of the Bid Other Required Forms and Documents Other forms required to be included with the Bid are: Insurance Certificate of Coverage Affidavit of Chicago Business (if applicable) Proposal Page(s) (Schedule of Prices) Bid Execution Page Trade Names and Substitutions Reference to a specific manufacturer or trade name in this solicitation is intended to be descriptive (but not restrictive) and to indicate to prospective bidders those product(s) that have been deemed by the City to be satisfactory. The Bidder must, if awarded the Contract, provide the product(s) specified, unless equivalent alternatives have been proposed as described below and found acceptable to the Chief Procurement Officer. A Bidder that chooses to respond to this solicitation for bids with alternate product(s) from those specified in the solicitation, must identify such alternate items with its Bid with a detailed explanation and documentation in support of how the alternate items proposed by the Bidder can perform as well as or better than those specified. Unless an alternate item is so identified, it is understood that the Bidder proposes, and will be required to provide, the specific item described in the specifications. No substitution of specified items will be allowed thereafter except as otherwise provided for in the specifications. Documentation in support of alternate items includes: 1) Complete data substantiating compliance of proposed alternate items with requirements stated in the solicitation, including: a) Product identification, including manufacturer's name and address. b) Manufacturer's literature identifying: i) Product description City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

13 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ii) iii) Reference standards Performance and test data c) Samples, as applicable d) Name and address of similar projects on which the product has been used, and date of usage. 2) Itemized comparison of the proposed alternate item with product or service specified; listing significant variations. A Bidder warrants and represents that in making a formal request for substitution with alternate items that: 1) The proposed alternate item is equivalent to or superior in all respects to the product specified, and 2) The same warranties and guarantees will be provided for the alternate item as for the product specified. The CPO may, in his or her sole discretion, accept an alternate item for a specified item, provided the alternate item so bid is, in the CPO s sole opinion, the equivalent of the item specified in the solicitation. An alternate item that the CPO determines not to be equivalent to the specified item shall render the bid nonresponsive and the CPO shall reject the bid Authorized Dealer/Distributor For bids involving the furnishing of equipment or other goods that are subject to manufacturer warranties that require sale or installation by authorized dealers or distributors, the Contractor must be the manufacturer or an authorized dealer/distributor of the proposed manufacturer and be capable of providing genuine parts, assemblies and/or accessories as supplied by the manufacturer. Further, the Contractor must be capable of furnishing original product warranty and manufacturers related services such as product information, product recall notices, etc. The Bid Documents will typically ask the Bidder to certify that it is an authorized dealer/distributor when this requirement is applicable. The Bidder's compliance with these requirements will be determined by the CPO, whose decision will be binding Estimated Quantities Unless explicitly stated to the contrary in the Scope of Work, Detailed Specifications, or Proposal pages, any quantities shown on the Proposal Pages represent estimated usage and as such are for bid canvassing purposes only. The City reserves the right to increase or decrease quantities ordered. Nothing herein will be construed as intent on the part of the City to procure any goods or services beyond those determined by the City to be necessary to meet its needs. The City will only be obligated to order and pay for such quantities as are from time to time ordered, performed and accepted on Blanket Releases issued directly by the Department Submission of Bids Date, Time, and Place Bids are to be delivered to the Bid and Bond Room of the Department of Procurement Services, City Hall Room 301, 121 North LaSalle Street, Chicago, Illinois on the date and prior to the time stated on the cover of the Bid Documents, or any addendum issued by the City to change such date and/or time. No bid will be accepted after the date and time specified. The time of the receipt of the bid will be determined solely by the clock located in the Bid and Bond room. Bids must be dropped off in the Bid and Bond Room during regular business hours: 8:30 am to 4:30 pm, Monday through Friday, excluding Holidays of the City Bids Must Be Sealed and Properly Labeled All Bids must be submitted in sealed envelopes. The Department of Procurement Services provides official bid enclosure envelopes at the Bid and Bond Room. Use of official envelopes is not required but is preferred City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

14 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract All envelopes containing Bids must be marked Bid Enclosed, and must have the Bidder s name and address, the Specification Number, and the advertised date and time of bid opening stated on the envelope. Failure to properly mark the envelope may result in a failed delivery, and result in rejection of the Bid. If more than one envelope is needed to submit the Bid, each envelope must be marked with all the information required above and be marked to indicate that the envelopes belong together (e.g., one of three, two of three) Bidders Are Responsible for Bid Delivery Each Bidder is solely and completely responsible for delivery of its Bid to the Bid and Bond Room before the date and time established for the Bid opening. Any Bid that is not delivered on time, including Bids mistakenly delivered to other City offices, will not be accepted. The City is under no obligation to ensure that misdirected Bids are delivered to the Bid and Bond Room prior to Bid opening. When bids are sent via U.S. Postal Service, messenger, printing service or any other carrier, Bidder is responsible for their delivery and drop-off to the correct location during business hours before the date and hour set for the opening of bids. It is Bidder's sole responsibility to ensure the Bid is delivered to the correct location and received as required. Bids are not to be delivered after hours by pushing them under the door Transparency Website; Trade Secrets Consistent with the City's practice of making available all information submitted in response to a public procurement, all bids, any information and documentation contained therein, any additional information or documentation submitted to the City as part of this solicitation, and any information or documentation presented to City as part of negotiation of a contract or other agreement may be made publicly available through the City's Internet website. However, Bidders may designate those portions of a Bid which contain trade secrets or other proprietary data ("Data") which Bidder desires remain confidential. To designate portions of a Bid as confidential, Bidder must: A. Mark the cover page as follows: "This bid includes trade secrets or other proprietary data. B. Mark each sheet or Data to be restricted with the following legend: "Confidential: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this bid." C. Provide a CD-ROM with a redacted copy of the entire bid or submission in.pdf format for posting on the City's website. Bidder is responsible for properly and adequately redacting any Data which Bidder desires remain confidential. If entire pages or sections are removed, they must be represented by a page indicating that the page or section has been redacted. Failure to provide a CD-ROM with a redacted copy may result in the posting of an un-redacted copy. Indiscriminate labeling of material as "Confidential" may be grounds for deeming a bid as nonresponsive. All Bids submitted to the City are subject to the Freedom of Information Act. The City will make the final determination as to whether information, even if marked "confidential," will be disclosed pursuant to a request under the Freedom of Information act, valid subpoena, or other legal requirement. Bidder agrees not to pursue any cause of action against the City with regard to disclosure of information Withdrawal of Bids Bidders may withdraw their Bid at any time prior to the date and time for Bid opening. Requests for withdrawal must be made in writing on the Bidder s letterhead to the Bid and Bond Room. Bidders must make their own arrangements for the return of their Bids Bid Opening Bids will be opened and read publicly in the Bid and Bond Room by the Department of Procurement Services immediately after the deadline for the submission of Bids has passed. Announcement of the Bids and the City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

15 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract apparent low Bidder are neither final nor binding. All Bids and Bid Documents are subject to review by the Department of Procurement Services to determination the lowest responsive and responsible bidder and whether a contract will be awarded. Bid tabulations are public information and are posted on the City's website URL is case sensitive. Select Get Started Online and search by specification number Effective Term of Bid Unless a Bid is expressly rejected by the Chief Procurement Officer, all Bids will remain in effect for ninety (90) days subsequent to the Bid opening. The City may request that Bidders extend the effective period of their Bids. Such requests shall be in writing, and will require the Bidders written consent to the extension. Bidder may not withdraw or cancel or modify its Bid for a period of ninety (90) calendar days after the advertised closing time for the receipt of Bids. The City reserves the right to withhold and deposit, as liquidated damages, the bid deposit of any bidder requesting withdrawal, cancellation or modification of its Proposal prior to the ninety (90) day period Evaluation of Bids Determination of Responsiveness DPS will review Bids to determine whether they conform to the requirements of the Bid Documents Must Bid All Line Items The Bidder must bid all Line Items set forth on the Proposal Pages, except to the extent that the Specification expressly allows otherwise. Bids submitted to the contrary will be considered incomplete and as a result, will be rejected as being non-responsive to this requirement. Per the Basis of Award, if Contract(s) will be awarded per Group, Bidders must bid all items within a Group, except to the extent that the Specification expressly allows otherwise, but Bidders are not required to bid all Groups. Bids submitted to the contrary will be considered incomplete and as a result, will be rejected as being non-responsive to this requirement Mathematical Calculations The Chief Procurement Officer reserves the right to make corrections, after receiving the bids, to any clerical error apparent on the face of the bid, including but not limited to obviously incorrect units or misplaced decimal points, or arithmetic errors. In the event that comparison of the Bidder's "Unit Price" and "Total Price" submitted for any line item reveals a calculation error, the Unit Price will prevail Unbalanced Bids The Chief Procurement Officer reserves the right to reject any Bid that, in his or her sole discretion and authority, determines is materially unbalanced Cash Billing Terms Cash billing discounts offered will not be considered in the evaluation of bids Determination of Responsibility The determination of the responsibility of a Bidder is within the sole discretion and authority of the Chief Procurement Officer. The Chief Procurement Officer may request any Bidder to submit such additional information pertaining to the Bidder s responsibility as the Chief Procurement Officer deems necessary. Failure to comply with any such request will result in a finding of non-responsibility and rejection of the Bid Bidder Debts or Defaults The Chief Procurement Officer reserves the right to refuse to award a Contract to any bidder that is in arrears or is in default to the City upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the City, or has failed to perform faithfully any previous contract with the City. City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

16 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Competency of Bidder The Bidder, if requested, must present within a reasonable time, as determined by the Chief Procurement Officer, evidence satisfactory to the Chief Procurement Officer of ability to perform the Contract and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these specifications and contract documents Rejection of Bids and Waiver of Informalities The Chief Procurement Officer, in his/her sole discretion and authority, may determine that it is in the best interest of the City to reject any or all Bids submitted in response to any Invitation for Bids. The Chief Procurement Officer, in his/her sole discretion and authority, may disregard or waive any informality in the Bids or bidding process Statutory Adjustments to the Bid City-based Businesses (Chicago Business Preference) For purposes of this section only, the following definitions shall apply: City-based business means a person who (i) conducts meaningful day-to-day business operations at a facility located within the city and reports such facility to the Internal Revenue Service as a place of employment for the majority of its regular, full-time workforce; (ii) holds any appropriate city license; and (iii) is subject to applicable city taxes. Contract means any contract, purchase order or agreement awarded by the city and whose cost is to be paid from funds belonging to or administered by the city; provided that a contract does not include: (i) a delegate agency contract; (ii) a lease of real property; or (iii) a collective bargaining agreement. Prime Contractor means a person who is a city- based business and the primary contractor on a contract. A Prime Contractor does not include any subcontractors. If these Bid Documents pertain to a Contract having an estimated contract value of $100,000 or more, the CPO may apply a bid preference ("City Based Business Preference") of two percent of the contract base bid, in accordance with section of the MCC, to any qualified bidder that is a prime contractor. If the CPO has determined that a City Based Business Preference may be applied, it will be indicated on the cover page of the Bid Documents. If a City Based Business Preference is applied to a Bidder's Bid, the Local Goods Incentive pursuant to Section will not be applied to that same Bid. Bidders desiring to take advantage of the City Based Business Preference must submit documentation with their Bid that Bidder is a City-Based Business Locally Manufactured Goods Bid Incentive For purposes of this section only, the following definitions shall apply: City-based manufacturer means a person who: (i) holds any appropriate city license; (ii) is subject to applicable city taxes; and (iii) owns, operates, or leases a manufacturing facility within the city. Contract for goods means any contract, purchase order or agreement for the purchase of goods awarded by the city and whose cost is to be paid from funds belonging to or administered by the city; provided that a contract does not include: (i) a delegate agency contract; (ii) a lease of real property; (iii) a collective bargaining agreement; or (iv) a construction contract as defined in Section Locally manufactured goods means goods whose value, either in whole or in part, is derived from growing, producing, processing, assembling, or manufacturing activities that occur within a city-based manufacturer's facility located within the city. Manufacture means to produce tangible goods for use from raw or prepared materials by giving the materials new forms, qualities, properties or combinations, whether by hand-labor or machines. If these Bid Documents pertain to a Contract for Goods having an estimated contract value of $100,000 or more, the CPO may allocate a bid incentive ("Local Goods Incentive") in accordance with section City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

17 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract of the MCC. If the CPO has determined that a Local Goods Incentive will be allocated, it will be indicated on the cover page of the Bid Documents and shall consist of the following: Total Dollar Value of Locally Manufactured Goods Provided in the Contract Bid Incentive 25% to 49% 1% of the contract base bid 50% to 74% 1.5% of the contract base bid 75% or greater 2% of the contract base bid Bidders desiring to take advantage of the Local Goods Incentive, if allocated, must submit documentation with their bid that the goods to be provided will be locally manufactured goods. Upon completion of the work, any contractor that has failed to supply the required percentage of locally manufactured goods for which the Local Goods Incentive was allocated shall be fined in an amount equal to three times the amount of the difference between the bid incentive allocated and the bid incentive that would have been allocated to that contractor for the amount of locally manufactured goods actually supplied under the contract, unless the contractor can demonstrate that due to circumstances beyond the contractor's control, the contractor for good cause was unable to provide the required percentage of locally manufactured goods Alternatively Powered Vehicles Bid Incentive Definitions for Alternatively Powered Vehicles Bid Incentive For purposes of this Section only, the following definitions apply: "Alternative fuel" has the meaning ascribed to that term in the Energy Policy Act of 1992, and the rules promulgated by the United States Department of Energy pursuant to that Act. The term "alternative fuel" includes but is not limited to natural gas, liquefied petroleum gas, hydrogen, ethanol E85 or electricity; "Alternatively powered vehicle" means a vehicle that: (A) is fueled by alternative fuel; provided that if a vehicle is capable of being powered by alternative fuel and traditional petroleum-based gasoline or petroleum-based diesel fuel, the vehicle must be powered by the alternative fuel for no less than 80% BTUs consumed during the three months prior to the submission of the bid; or (B) is commonly referred to as a hybrid vehicle that is capable of being powered by a combination of any fuel and an alternative power source and the alternative power source includes an energy storage system to store generated or accumulated energy which substantially reduces the fuel use and emissions when compared to a standard vehicle of the same age, type and size; or (C) is fueled by a biodiesel blend; provided that the vehicle is powered by the biodiesel blend for no less than 80% of the gallons consumed during the three months prior to the submission of the bid; or (D) is fueled by traditional petroleum-based gasoline or petroleum-based diesel fuel, but powered by an engine substantially more efficiently designed than a standard vehicle of the same age, type and size; provided that the vehicle is rated by the United States Environmental Protection Agency in the top 5% for fuel efficiency for similar vehicles. An "alternatively powered vehicle" does not include any vehicle which is: (i) primarily used in a warehouse or similar type of enclosed structure; (ii) required to use, or given credit for using, alternative fuel by any federal, state or local law; or (iii) subject to Section of the Municipal Code of Chicago. City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

18 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract "Bid incentive" means an amount deducted, for bid evaluation purposes only, from the contract base bid in order to calculate the bid price to be used to evaluate the bid on a competitively bid contract. "Biodiesel blend" has the meaning ascribed to that term in Section of the Municipal Code of Chicago. "Construction project" has the meaning ascribed to that term in Section of the Municipal Code of Chicago. "Contract" means any contract, purchase order, construction project, or other agreement (other than a delegate agency contract or lease of real property or collective bargaining agreement) awarded by the city and whose cost is to be paid from funds belonging to or administered by the city. "Contract base bid" means the total dollar amount a contractor bids on a contract without factoring any bid incentive or percentage reductions in the bid amount. "Eligible business" means a business located within the counties of Cook, DuPage, Kane, Lake, McHenry or Will in the State of Illinois (the Six County Region ), and as to which: (1) a majority of the business' fleet is located and used within the Six County Region; and (2) a majority of those vehicles located and used within the Six County Region are alternatively powered vehicles. "Fleet" means 10 or more vehicles that are owned, operated, leased or otherwise controlled by a business. "Vehicle" means every device powered by a motor or engine and by, upon, or in which any person or property is or may be transported or drawn upon a street or highway, except a vehicle shall not include motorized wheelchairs, golf carts, neighborhood electric vehicles, as that term is defined in Section of the Municipal Code of Chicago, devices moved solely by human power, devices used exclusively upon stationary rails or tracks, or snowmobiles, as defined in the Snowmobile Registration and Safety Act of Illinois Eligibility for Alternatively Powered Vehicles Bid Incentive (A) Unless otherwise prohibited by any federal, state or local law, for any contract having an estimated contract value of $100,000 or more advertised, or if not advertised awarded, the chief procurement officer may allocate a bid incentive of 1/2% of the contract base price to a qualified bidder when the qualified bidder is an eligible business. If the CPO has determined that an Alternatively Powered Vehicles Preference may be applied, it will be indicated on the cover page of the Bid Documents. The bid incentive is used only to calculate an amount to be used in evaluating the bid to determine the low bidder, and it does not affect the contract price. For purposes of this section the total dollar value of a construction project contract includes both materials and labor. (B) As a condition of being awarded the bid incentive, the eligible business shall continue to meet the definition of an eligible business during the term of the contract. (C) The contractor shall maintain adequate records necessary to monitor compliance with this section and shall submit such reports as required by the chief procurement officer. Full access to the contractor's and subcontractors' records shall be granted to the chief procurement officer, the commissioner of the supervising department, the inspector general, or any duly authorized representative thereof. The contractor and subcontractors shall maintain all relevant records for a period of no less than seven years after final acceptance of the work. City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

19 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract (D) A bidder desiring to receive an incentive pursuant to this section shall include with its bid submission the Affidavit of Eligible Business for Bid Incentive for Alternative Powered Vehicles, which affirms that the bidder satisfies all pertinent requirements as an eligible business. (E) Upon completion of the work, any eligible business that receives a bid preference but that fails to meet the definition as an eligible business during the term of the contract shall be fined in an amount equal to three times the amount of the bid incentive awarded. (F) This section shall not apply to any contract to the extent that the requirements imposed by this section are inconsistent with procedures or standards required by any law or regulation of the United States or the State of Illinois to the extent such inconsistency is not permitted under law or the home rule powers of the city Child Support Arrearage Pursuant to Section of the MCC, an eight percent (8%) penalty will be applied to the Bids of Bidders whose substantial owners, as defined in the Code, are in arrears on court-ordered child support payments and who have not entered into an agreement for payment or are otherwise not in compliance with the order. The penalty will pertain to the Bid only, and will not affect the Contract Price or payments under the Contract MacBride Principles Ordinance If the Bidder conducts any business operations in Northern Ireland, it is hereby required that the Bidder will make reasonable and good faith efforts to conduct those operations in accordance with the MacBride Principles for Northern Ireland as defined in Illinois Public Act and Section of the Municipal Code to promote fair and equal employment opportunities and labor practices for religious minorities in Northern Ireland. Bidders who take exception to the provision set forth above will be assessed an eight percent (8%) penalty on their Bids. The penalty will pertain to the Bid only, and will not affect the Contract Price or payments under the Contract Consideration of Bids The CPO represents and acts for the City in all matters pertaining to this invitation for bids and any contract subsequently awarded. The CPO reserves the right to reject any and all bids and to disregard any informalities in a bid or the bidding process, when in his/her opinion the best interest of the City will be served by such action Bid Protests The bidder shall submit any protests or claims regarding this solicitation to the office of the City s Chief Procurement Officer located at City Hall Room 402, 121 North LaSalle Street, Chicago, Illinois A prebid protest must be filed no later than the five calendar days before the bid opening date, a pre-award protest must be filed no later than ten calendar days after the bid opening date, and a post-award protest must be filed no later than ten calendar days after the award of the contract. All protests or claims must set forth the name and address of the protester, the specification number, the grounds for the protest or claim, and the course of action that the protesting party desires that the CPO undertake. Copies of the Bid Protest Procedures (entitled Department of Procurement Services Solicitations and Contracting Process Protest Procedures) are available at the Bid and Bond room and on DPS website under Rules, Regulations and Ordinances then under Contract Rules and Regulations Award of Contract; Notice of Award The Contract consists of the Bid Documents. Upon the award and execution of a contract pursuant to the Bid Documents, the Bid Documents become the Contract Documents, which collectively comprise the Contract. City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

20 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The Department of Procurement Services will, by written notice, notify the Bidder that is, per the Basis of Award, the lowest responsive and responsible Bidder of the City s award of a Contract. City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction)

21 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 2. INCORPORATION OF EXHIBITS The following attached Exhibits are made a part of this agreement: Exhibit 1: Example Insurance Certificate of Coverage [Add any other relevant exhibits here] Incorporation of Exhibits 14

22 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 3. STANDARD TERMS AND CONDITIONS 3.1. General Provisions Definitions "Addendum" is an official revision of the Bid Documents issued by the Chief Procurement Office prior to Bid Opening Date. "Airports" means Chicago O Hare International Airport and Chicago Midway International Airport. "Airside" means, generally, those areas of an Airport which requires a person to pass through a security checkpoint to access. References to "sterile areas" generally mean Airside areas within terminal buildings. References to "Airfield", "Aircraft Operations Area", "AOA", or "Secured areas" generally mean outdoor Airside areas or areas not accessible to passengers. "Attachments" are all the exhibits and other documents attached to the Bid Documents and/or incorporated into the Contract by reference. "Bid" refers to an offer made by a Bidder in response to an invitation for bids which includes a binding proposal to perform the Contract which the City may rely on and accept, or in the case of an RFP or RFQ, the submission/proposal in response to that solicitation which may be subject to negotiation. "Bidder" is a person, firm, or entity submitting a Bid in response to an invitation for bids; for RFPs and RFQs, references may be made to "Respondents." Once the Contract is awarded the Contractor shall assume that all references to a Bidder or Respondent and such attendant obligations apply to the Contractor. "Bid Opening Date" is the date and time publicly advertised by the Chief Procurement Officer as the deadline for submission of Bids; this may be referred to as a "Proposal Due Date" for RFP and RFQ solicitations. "Bid Documents" means all the documents issued by the Chief Procurement Officer, or referenced by the Chief Procurement Officer as being available on the City's website and incorporated by such reference, in connection with an invitation for bids or proposals. Except for such Bid Documents as are posted on the City's website and incorporated by reference, all Bid Documents must be submitted by a bidder on the Bid Opening Date. "Business Day" means business days (Monday through Friday, excluding legal holidays, or City shutdown days) in accordance with the City of Chicago business calendar. "Calendar Day" means all calendar days in accordance with the world-wide accepted calendar. "Chief Procurement Officer" abbreviated as "CPO" means the chief executive of the City's Department of Procurement Services ("DPS"), and any representative duly authorized in writing to act on the Chief Procurement Officer's behalf. "City" means the City of Chicago, a municipal corporation and home rule government under Sections 1 and 6(a), Article VII, of the 1970 Constitution of the State of Illinois. "Commissioner" means the chief executive of any City department that participates in this Contract (regardless of the actual title of such chief executive), and any representative duly authorized in writing to act on the Commissioner's behalf with respect to this Contract. "Contact Person" means the Contractor's management level personnel who will work as liaison between the City and the Contractor and be available to respond to any problems that may arise in connection with Contractor's performance under the Contract. "Contract" means, upon notice of award from the CPO, the contract consisting of all Bid Documents relating to a specific invitation for bids or proposals, and all amendments, modifications, or revisions Standard Terms and Conditions,

23 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract made from time to time in accordance with the terms thereof. All such documents comprising the Contract are referred to as the "Contract Documents". "Contractor" means the Bidder or Proposer (person, firm, or entity) that is awarded the Contract by the CPO. Any references to the Bidder or Proposer in the Contract Documents is understood to apply to the Contractor. "Department" which may also be referred to as the using/user Department is the City Department which appears on the applicable Purchase Order Release for goods, work, or services provided under this Contract. "Detailed Specifications" refers to the contract specific requirements that includes but is not limited to a detailed description of the scope, term, compensation, price escalation, and such other additional terms and conditions governing this specific Contract. "Force Majeure Event" means an event beyond the reasonable control of a party to this Contract, which is limited to acts of God, explosion, acts of the public enemy, fires, floods, earthquakes, tornadoes, epidemics, quarantine restrictions, work stoppages not caused or unmitigated by the Contractor. "Holidays" refers to the official City Holidays when the City is generally closed for business which includes: New Year's Day, Dr. Martin Luther King Jr.'s Birthday, Lincoln's Birthday, President s Day, Pulaski Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. "MCC" is the abbreviation for the Municipal Code of Chicago. "Party" or collectively "Parties" refers to the entities that have entered into this Contract including the Contractor and the City. "Purchase Order" means a written purchase order from a Department referencing this Contract. Purchase Orders may also be referred to as "Blanket Releases". "Services" refers to all work, services, and materials whether ancillary or as required by the Detailed Specifications that Contractor provides in performance of its obligations under this Contract. "Specification" means the Bid Documents, including but not limited to the Detailed Specifications. "Subcontractor" means any person or entity with whom the Contractor contracts to provide any part of the goods, services or work to be provided by Contractor under the Contract, including subcontractors of any tier, suppliers and material men, whether or not in privity with the Contractor Interpretation of Contract Order of Precedence The order of precedence of the component contract parts will be as follows: Addenda, if any Detailed Specifications / Scope Plans or drawings, if any Special Conditions Supplemental Special Conditions, if any Insurance Requirements MBE/WBE/DBE Special Conditions, if any Standard Terms and Conditions Invitation to bid and proposal (bid) pages, if applicable Interpretation and Rules Unless a contrary meaning is specifically noted elsewhere, the phrases "as required", "as directed", "as permitted", and similar words mean the requirements, directions, and permissions of the Commissioner or CPO, as applicable. Similarly, the words "approved", "acceptable", "satisfactory", Standard Terms and Conditions,

24 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract and similar words mean approved by, acceptable to, or satisfactory to the Commissioner or the CPO, as applicable. The words "necessary", "proper", or similar words used with respect to the nature or extent of work or services mean that work or those services must be conducted in a manner, or be of a character which is necessary or proper for the type of work or services being provided in the opinion of the Commissioner and the CPO, as applicable. The judgment of the Commissioner and the CPO in such matters will be considered final. Wherever the imperative form of address is used, such as "provide equipment required" it will be understood and agreed that such address is directed to the Contractor unless the provision expressly states that the City will be responsible for the action Severability The invalidity, illegality, or unenforceability of any one or more phrases, sentences, clauses, or sections in this Contract does not affect the remaining portions of this Contract Entire Contract The Contract Documents constitute the entire agreement between the parties and may not be modified except by the subsequent written agreement of the parties Subcontracting and Assignment No Assignment of Contract Pursuant to 65 ILCS , Contractor may not assign this Contract without the prior written consent of the CPO. In no case will such consent relieve the Contractor from its obligations, or change the terms of the Contract. The Contractor must notify the CPO, in writing, of the name of any proposed assignee and the reason for the assignment; consent to which is solely in the CPO s discretion Subcontracts No part of the goods, work, or services to be provided under this Contract may be subcontracted without the prior written consent of the CPO; but in no case will such consent relieve the Contractor from its obligations, or change the terms of the Contract. The Contractor must notify the CPO of the names of all Subcontractors to be used and shall not employ any that the CPO has not approved. Prior to proposing the use of a certain Subcontractor, the Contractor must verify that neither the Subcontractor nor any of its owners is debarred from or otherwise ineligible to participate on City contracts. This information can be found on the City s website: Subcontracting of the services or work or any portion of the Contract without the prior written consent of the CPO is null and void. Further, the Contractor will not make any substitution of a previously approved Subcontractor without the prior written consent of the CPO; any substitution of a Subcontractor without the prior written consent of the CPO is null and void. The Contractor will only subcontract with competent and responsible Subcontractors. If, in the judgment of the Commissioner or the CPO, any Subcontractor is careless, incompetent, violates safety or security rules, obstructs the progress of the services or work, acts contrary to instructions, acts improperly, is not responsible, is unfit, is incompetent, violates any laws applicable to this Contract, or fails to follow the requirements of this Contract, then the Contractor will, immediately upon notice from the Commissioner or the CPO, discharge or otherwise remove such Subcontractor and propose an acceptable substitute for CPO approval No Pledging or Assignment of Contract Funds Without City Approval The Contractor may not pledge, transfer, or assign any interest in this Contract or contract funds due or to become due without the prior written approval of the CPO. Any such attempted pledge, transfer, or assignment, without the prior written approval of the CPO is void as to the City and will be deemed an event of default under this Contract. Standard Terms and Conditions,

25 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract City s Right to Assign The City expressly reserves the right to assign or otherwise transfer all or any part of its interests in this Contract without the consent or approval of the Contractor Assigns All of the terms and conditions of this Contract are binding upon and inure to the benefit of the parties hereto and their respective legal representatives, successors, transferees, and assigns Contract Governance Governing Law and Jurisdiction This Contract will be governed in accordance with the laws of the State of Illinois, without regard to choice of law principles. The Contractor hereby irrevocably submits, and will cause its Subcontractors to submit, to the original jurisdiction of those State or Federal courts located within the County of Cook, State of Illinois, with regard to any controversy arising out of, relating to, or in any way concerning the execution or performance of this Contract and irrevocably agrees to be bound by any final judgment rendered thereby from which no appeal has been taken or is available. The Contractor irrevocably waives any objection (including without limitation any objection of the laying of venue or based on the grounds of forum non conveniens) which it may now or hereafter have to the bringing of any action or proceeding with respect to this Contract in the jurisdiction set forth above Consent to Service of Process The Contractor agrees that service of process on the Contractor may be made, at the option of the City, either by registered or certified mail addressed to the applicable office as provided for in this Contract, by registered or certified mail addressed to the office actually maintained by the Contractor, or by personal delivery on any officer, director, or managing or general agent of the Contractor. The Contractor designates and appoints the representative identified on the signature page hereto under the heading "Designation of Agent for Service Process", as its agent in Chicago, Illinois, to receive on its behalf service of all process (which representative will be available to receive such service at all times), such service being hereby acknowledged by such representative to be effective and binding service in every respect. Said agent may be changed only upon the giving of written notice by the Contractor to the City of the name and address of a new Agent for Service of Process who works within the geographical boundaries of the City of Chicago. Nothing herein will affect the right to serve process in any other manner permitted by law or will limit the right of the City to bring proceedings against the Contractor in the courts of any other jurisdiction Cooperation by Parties and between Contractors The Parties hereby agree to act in good faith and cooperate with each other in the performance of this Contract. The Contractor further agrees to implement such measures as may be necessary to ensure that its staff and its Subcontractors will be bound by the provisions of this Contract. The City will be expressly identified as a third party beneficiary in the subcontracts and granted a direct right of enforcement thereunder. Unless otherwise provided in Detailed Specifications, if separate contracts are let for work within or adjacent to the project site as may be further detailed in the Contract Documents, each Contractor must perform its Services so as not to interfere with or hinder the progress of completion of the work being performed by other contractors. Each Contractor involved shall assume all liability, financial or otherwise, in connection with its contract, and shall protect and hold harmless the City from any and all damages or claims that may arise because of inconvenience, delay, or loss experienced by the Contractor because of the presence and operations of other contractors working within the limits of its work or Services. Each Contractor shall assume all responsibility for all work not completed or accepted because of the presence and operations of other contractors. Standard Terms and Conditions,

26 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The Contractor must as far as possible, arrange its work and space and dispose of the materials being used, so as not to interfere with the operations of the other contractors within or adjacent to the limits of the project site No Third Party Beneficiaries The parties agree that this Contract is solely for the benefit of the parties and nothing herein is intended to create any third party beneficiary rights for subcontractors or other third parties Independent Contractor This Contract is not intended to and does not constitute, create, give rise to, or otherwise recognize a joint venture, partnership, corporation or other formal business association or organization of any kind between Contractor and the City. The rights and the obligations of the parties are only those set forth in this Contract. Contractor must perform under this Contract as an independent contractor and not as a representative, employee, agent, or partner of the City. This Contract is between the City and an independent contractor and, if Contractor is an individual, nothing provided for under this Contract constitutes or implies an employer-employee relationship such that: The City will not be liable under or by reason of this Contract for the payment of any workers' compensation award or damages in connection with the Contractor performing the Services required under this Contract. Contractor is not entitled to membership in any City Pension Fund, Group Medical Insurance Program, Group Dental Program, Group Vision Care, Group Life Insurance Program, Deferred Income Program, vacation, sick leave, extended sick leave, or any other benefits ordinarily provided to individuals employed and paid through the regular payrolls of the City. The City is not required to deduct or withhold any taxes, FICA or other deductions from any compensation provided to Contractor Authority Execution of this Contract by the Contractor is authorized and signature(s) of each person signing on behalf of the Contractor have been made with complete and full authority to commit the Contractor to all terms and conditions of this Contract, including each and every representation, certification, and warranty contained herein, attached hereto and collectively incorporated by reference herein, or as may be required by the terms and conditions hereof. If other than a sole proprietorship, Contractor must provide satisfactory evidence that the execution of the Contract is authorized in accordance with the business entity(s rules and procedures Joint and Several Liability In the event that Contractor, or its successors or assigns, if any, is comprised of more than one individual or other legal entity (or a combination thereof), then and in that event, each and every obligation or undertaking herein stated to be fulfilled or performed by Contractor will be the joint and several obligation or undertaking of each such individual or other legal entity Notices All communications and notices to the City from the Contractor must be faxed, delivered personally, electronically mailed or mailed first class, postage prepaid, to the Commissioner of the using Department that appears on the applicable Purchase Order, with a copy to the Chief Procurement Officer, Room 806, City Hall, 121 N. LaSalle Street, Chicago, Illinois A copy of any communications or notices to the City relating to Contract interpretation, a dispute, or indemnification obligations shall also be sent my the same means set forth above to the Department of Law, Room 600, City Hall, 121 N LaSalle Street, Chicago, Illinois Standard Terms and Conditions,

27 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract All communications and notices from the City to the Contractor, unless otherwise provided for, will be faxed, delivered personally, electronically mailed or mailed first class, postage prepaid, to the Contractor care of the name and to the address listed on the Bid Documents proposal page Amendments Following Contract award, no change, amendment, or modification of the Contract Documents or any part thereof, is valid unless stipulated in writing and signed by the Contractor, Mayor, CPO, and Comptroller, unless specifically allowed for by the Contract Documents No Waiver of Legal Rights Neither the acceptance by the City, or any representative of the City, nor any payment for or acceptance of the whole or any part of the deliverables, nor any extension of time, nor any possession taken by the City, shall operate as a waiver by the City of any portion of the Contract, or of any power herein reserved or any right of the City to damages herein provided. A waiver of any breach of the Contract shall not be held to be a waiver of any other or subsequent breach. Whenever under this Contract the City by a proper authority waives the Contractor's performance in any respect or waives a requirement or condition to either the City's or the Contractor's performance, the waiver so granted, whether express or implied, shall only apply to the particular instance and will not be deemed a waiver forever or for subsequent instance of the performance, requirement, or condition. No such waiver shall be construed as a modification of this Contract regardless of the number of time the City may have waived the performance, requirement, or condition Non-appropriation of Funds Pursuant to 65 ILCS 5/8-1-7, any contract for the expenditure of funds made by a municipality without the proper appropriation is null and void. If no funds or insufficient funds are appropriated and budgeted in any fiscal period of the City for payments to be made under this Contract, then the City will notify the Contractor of that occurrence and this Contract shall terminate on the earlier of the last day of the fiscal period for which sufficient appropriation was made or whenever the funds appropriated for payment under this Contract are exhausted. No payments will be made to the Contractor under this Contract beyond those amounts appropriated and budgeted by the City to fund payments under this Contract Participation By Other Government Agencies Other Local Government Agencies (defined below) may be eligible to participate in this Contract if (a) such agencies are authorized, by law or their governing bodies, to execute such purchases, (b) such authorization is consented to by the City of Chicago's CPO, and (c) such purchases have no net adverse effect on the City of Chicago and result in no diminished services from the Contractor to the City's Departments. Examples of such Local Government Agencies are: the Chicago Board of Education, Chicago Park District, City Colleges of Chicago, Chicago Transit Authority, Chicago Housing Authority, Chicago Board of Elections, Metropolitan Pier and Exposition Authority (McCormick Place, Navy Pier), and the Municipal Courts. Said purchases will be made upon the issuance of a purchase order directly from the Local Government Agency. The City will not be responsible for payment of any amounts owed by any other Local Government Agencies, and will have no liability for the acts or omissions of any other Local Government Agency Confidentiality All deliverables and reports, data, findings or information in any form prepared, assembled or encountered by or provided by Contractor under this Contract are property of the City and are confidential, except as specifically authorized in this Contract or as may be required by law. Contractor Standard Terms and Conditions,

28 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract must not allow the Deliverables to be made available to any other individual or organization without the prior written consent of the City. Further, all documents and other information provided to Contractor by the City are confidential and must not be made available to any other individual or organization without the prior written consent of the City. Contractor must implement such measures as may be necessary to ensure that its staff and its Subcontractors are bound by the confidentiality provisions contained in this Contract. Contractor must not issue any publicity news releases or grant press interviews, and except as may be required by law during or after the performance of this Contract, disseminate any information regarding its Services or the project to which the Services pertain without the prior written consent of the Commissioner. If Contractor is presented with a request for documents by any administrative agency or with a subpoena duces tecum regarding any records, data or documents which may be in Contractor's possession by reason of this Contract, Contractor must immediately give notice to the Commissioner, CPO and the Corporation Counsel for the City with the understanding that the City will have the opportunity to contest such process by any means available to it before the records or documents are submitted to a court or other third party. Contractor, however, is not obligated to withhold the delivery beyond the time ordered by the court or administrative agency, unless the subpoena or request is quashed or the time to produce is otherwise extended Indemnity Contractor must defend, indemnify, keep and hold harmless the City, its officers, representatives, elected and appointed officials, agents and employees from and against any and all Losses (as defined below), including those related to: injury, death or damage of or to any person or property; any infringement or violation of any property right (including any patent, trademark or copyright); failure to pay or perform or cause to be paid or performed Contractors covenants and obligations as and when required under this Contract or otherwise to pay or perform its obligations to any subcontractor; the City's exercise of its rights and remedies under this Contract; and injuries to or death of any employee of Contractor or any subcontractor under any workers compensation statute. "Losses" means, individually and collectively, liabilities of every kind, including monetary damages and reasonable costs, payments and expenses (such as, but not limited to, court costs and reasonable attorneys' fees and disbursements), claims, demands, actions, suits, proceedings, fines, judgments or settlements, any or all of which in any way arise out of or relate to the negligent or otherwise wrongful errors, acts, or omissions of Contractor, its employees, agents and subcontractors. At the City Corporation Counsel's option, Contractor must defend all suits brought upon all such Losses and must pay all costs and expenses incidental to them, but the City has the right, at its option, to participate, at its own cost, in the defense of any suit, without relieving Contractor of any of its obligations under this Contract. Any settlement must be made only with the prior written consent of the City Corporation Counsel, if the settlement requires any action on the part of the City. To the extent permissible by law, Contractor waives any limits to the amount of its obligations to indemnify, defend or contribute to any sums due to third parties arising out of any Losses, including but not limited to any limitations on Contractor's liability with respect to a claim by any employee of Contractor arising under the Workers Compensation Act, 820 ILCS 305/1 et seq. or any other related law or judicial decision (such as, Kotecki v. Cyclops Welding Corporation, 146 III. 2d 155 (1991 )). The City, however, does not waive any limitations it may have on its liability under the Illinois Workers Compensation Act, the Illinois Pension Code or any other statute. The indemnities in this section survive expiration or termination of this Contract for matters occurring or arising during the term of this Contract or as the result of or during the Contractor's performance of work or services beyond the term. Contractor acknowledges that the requirements set forth in this section to indemnify, keep and save harmless and defend the City are apart from and not limited by the Contractor's duties under this Contract, including the insurance requirements set forth in the Contract. Standard Terms and Conditions,

29 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Non-Liability of Public Officials Contractor and any assignee or Subcontractor of Contractor must not charge any official, employee or agent of the City personally with any liability or expenses of defense or hold any official, employee or agent of the City personally liable to them under any term or provision of this Contract or because of the City's execution, attempted execution or any breach of this Contract Contract Extension Option The City may extend this Contract once following the expiration of the contract term for up to 181 Calendar Days or until such time as a new contract has been awarded for the purpose of providing continuity of services and/or supply while procuring a replacement contract subject to acceptable performance by the Contractor and contingent upon the appropriation of sufficient funds. The CPO will give the Contractor notice of the City s intent to exercise its option to renew the Contract for the approaching option period Compensation Provisions Ordering, Invoices, and Payment Purchase Orders Requests for work, services or goods in the form of a Purchase Order will be issued by the Department and sent to the Contractor to be applied against the Contract. The Contactor must not honor any order(s), perform work or services or make any deliveries of goods without receipt of a Purchase Order issued by the City of Chicago. Any work, services, or goods provided by the Contractor without a Purchase Order is made at the Contractor's risk. Consequently, in the event such Purchase Order is not provided by the City, the Contractor releases the City from any liability whatsoever to pay for any work, services, or goods provided without said Purchase Order. Purchase Orders will indicate quantities ordered for each line item, unit/total cost, shipping address, delivery date, fund chargeable information, catalog information (if applicable), and other pertinent instructions regarding performance or delivery Invoices If required by the Scope of Work / Detailed Specifications, original invoices must be sent by the Contractor to the Department to apply against the Contract. Invoices must be submitted in accordance with the mutually agreed upon time period with the Department. All invoices must be signed, dated and reference the City's Purchase Order number and Contract number. A signed work ticket, time sheets, manufacturer's invoice, if applicable, or any documentation requested by the Commissioner must accompany each invoice. If a Contractor has more than one contract with the City, separate invoices must be prepared for each contract in lieu of combining items from different contracts under the same invoice. Invoice quantities, description of work, services or goods, unit of measure, pricing and/or catalog information must correspond to the items on the Proposal Pages of the Bid Documents. If invoicing Price List/Catalog items, indicate Price List/Catalog number, item number, Price List/Catalog date and Price List/Catalog page number on the invoice Centralized Invoice Processing Unless stated otherwise in the Detailed Specifications, this Contract is subject to Centralized Invoice Processing ("CIP"). Invoices must be submitted directly to the Comptroller's office by US Postal Service mail to the following address as appropriate: Invoices for any City department other than the Department of Aviation: Invoices City of Chicago, Office of the City Comptroller 33 N. LaSalle St., Room 700 Chicago, IL Invoices for the Department of Aviation: Chicago Department of Aviation Standard Terms and Conditions,

30 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract W. Zemke Blvd. P.O. Box Chicago, IL Attn: Finance Department OR Invoices for any department, including Aviation, may be submitted via to: with the word "INVOICE" in the subject line. All invoices must be signed, marked "original," and include the following information or payment will be delayed: Invoice number and date Contract/Purchase Order number Blanket Release number (if applicable) Vendor name and/or number Remittance address Name of City Department that ordered the goods or services Name and phone number of your contact at the ordering department Invoice quantities, commodity codes, description of deliverable(s) Amount due Receipt number (provided by the ordering department after delivery of goods/services) Invoice quantities, service description, unit of measure, pricing and/or catalog information must correspond to the terms of the Bid Page(s). If applicable, if invoicing Price List/Catalog items, indicate Price List/Catalog number, item number, Price List/Catalog date, and Price List/Catalog page number on the invoice. Invoices for over-shipments or items with price/wage escalations will be rejected unless the Contract includes a provision for such an adjustment. Freight, handling and shipping costs are not to be invoiced; deliveries are to be made F.O.B., City of Chicago. The City of Chicago is exempt from paying State of Illinois sales tax and Federal excise taxes on purchases Payment The City will process payment within sixty (60) calendar days after receipt of invoices and all supporting documentation necessary for the City to verify the satisfactory delivery of work, services or goods to be provided under this Contract. Contractor may be paid, at the City's option, by electronic payment method. If the City elects to make payment through this method, it will so notify the Contractor, and Contractor agrees to cooperate to facilitate such payments by executing the City's electronic funds transfer form, available for download from the City's website at: The City reserves the right to offset mistaken or wrong payments against future payments. The City will not be obligated to pay for any work, services or goods that were not ordered with a Purchase Order or that are non-compliant with the terms and conditions of the Contract Documents. Any goods, work, or services which fail tests and/or inspections are subject to correction, exchange or replacement at the cost of the Contractor Electronic Ordering and Invoices Standard Terms and Conditions,

31 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The Contractor will cooperate in good faith with the City in implementing electronic ordering and invoicing, including but not limited to price lists/catalogs, purchase orders, releases and invoices. The electronic ordering and invoice documents will be in a format specified by the City and transmitted by an electronic means specified by the City. Such electronic means may include, but are not limited to, disks, , EDI, FTP, web sites, and third party electronic services. The CPO reserves the right to change the document format and/or the means of transmission upon written notice to the Contractor. Contractor will ensure that the essential information, as determined by the CPO, in the electronic document, corresponds to that information submitted by the Contractor in its paper documents. The electronic documents will be in addition to paper documents required by this Contract, however, by written notice to the Contractor, the CPO may deem any or all of the electronic ordering and invoice documents the official documents and/or eliminate the requirement for paper ordering and invoice documents City Right to Offset The City may offset against any invoice from Contractor any costs incurred by the City as a result of event of default by Contractor under this Contract or otherwise resulting from Contractor's performance or non-performance under this Contract, including but not limited to any credits due as a result of over-billing by Contractor or overpayments made by the City. If the amount offset is insufficient to cover those costs, Contractor is liable for and must promptly remit to the City the balance upon written demand for it. This right to offset is in addition to and not a limitation of any other remedies available to the City Records Upon request the Contractor must furnish to the City such information related to the progress, execution, and cost of the Services. All books and accounts in connection with this Contract must be open to inspection by authorized representatives of the City. The Contractor must make these records available at reasonable times during the performance of the Services and will retain them in a safe place and must retain them for at least five (5) years after the expiration or termination of the Contract Audits City s Right to Conduct Audits The City may, in its sole discretion, audit the records of Contractor or its Subcontractors, or both, at any time during the term of this Contract or within five years after the Contract ends, in connection with the goods, work, or services provided under this Contract. Each calendar year or partial calendar year may be deemed an "audited period" Recovery for Over-Billing If, as a result of such an audit, it is determined that Contractor or any of its Subcontractors has overcharged the City in the audited period, the City will notify Contractor. Contractor must then promptly reimburse the City for any amounts the City has paid Contractor due to the overcharges and, depending on the facts, also some or all of the cost of the audit, as follows: If the audit has revealed overcharges to the City representing less than 5% of the total value, based on the contract prices, of the goods, work, or services provided in the audited period, then the Contractor must reimburse the City for 50% of the cost of the audit and 50% of the cost of each subsequent audit that the City conducts; If, however, the audit has revealed overcharges to the City representing 5% or more of the total value, based on the contract prices, of the goods, work, or services provided in the audited period, then Contractor must reimburse the City for the full cost of the audit and of each subsequent audit. Failure of Contractor to reimburse the City in accordance with the foregoing is an event of default under this Contract, and Contractor will be liable for all of the City's costs of collection, including any court costs and attorneys fees. Standard Terms and Conditions,

32 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Subcontractor Payment Reports The Contractor must report payments to Subcontractors on a monthly basis in the form of an electronic report. Upon the first payment issued by the City to the Contractor for services performed, on the first day of each month and every month thereafter, and/or fax notifications will be sent to the Contractor with instructions to report payments to Subcontractors that have been made in the prior month. This information must be entered into the Certification and Compliance Monitoring System (C2), or whatever reporting system is currently in place, on or before the fifteenth (15th) day of each month. Once the Contractor has reported payments made to each Subcontractor, including zero dollar amount payments, the Subcontractor will receive an and/or fax notification requesting that they log into the system and confirm payments received. All monthly confirmations must be reported on or before the twentieth (20th) day of each month. Contractor and Subcontractor reporting to the C2 system must be completed by the 25th of each month or payments may be withheld. All contracts between the Contractor and its Subcontractors must contain language requiring the Subcontractors to respond to and/or fax notifications from the City requiring them to report payments received from the Contractor. Access to the Certification and Compliance Monitoring System (C2), which is a web-based reporting system, can be found at: (Note: This site works for reporting all Subcontractor payments regardless of MBE/WBE/DBE or non-certified entities.) whether they are If a Subcontractor has satisfactorily performed in accordance with the requirements of the Contract, Contractor must pay Subcontractor for such work, services, or materials within fourteen (14) calendar days of Contractor receiving payment from the City. Failure to comply with the foregoing will be deemed an event of default Prompt Payment to Subcontractors Incorporation of Prompt Payment Language in Subcontracts Contractor must state the requirements of these Prompt Payment provisions in all Subcontracts and purchase orders. If Contractor fails to incorporate these provisions in all Subcontracts and purchase orders, the provisions of this Section are deemed to be incorporated in all Subcontracts and purchase orders. Contractor and the Subcontractors have a continuing obligation to make prompt payment to their respective Subcontractors. Compliance with this obligation is a condition of Contractor s participation and that of its Subcontractors on this Contract Payment to Subcontractors Within Fourteen Days The Contractor must make payment to its Subcontractors within 14 days of receipt of payment from the City for each invoice, but only if the Subcontractor has satisfactorily provided goods or services or completed its work or services in accordance with the Contract Documents and provided the Contractor with all of the documents and information required of the Contractor. The Contractor may delay or postpone payment for a to a Subcontractor when the Subcontractor s work or materials do not comply with the requirements of the Contract Documents, the Contractor is acting in good faith, and not in retaliation for a Subcontractor exercising legal or contractual rights Reporting Failures to Promptly Pay The City posts payments to prime contractors on the web at nts/begin.do?agencyid=city. If the Contractor, without reasonable cause, fails to make any payment to its Subcontractors and material suppliers within 14 days after receipt of payment under a City contract, the Contractor shall pay to its Subcontractors and material suppliers, in addition to the payment Standard Terms and Conditions,

33 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract due them, interest in the amount of 2% per month, calculated from the expiration of the 14- day period until fully paid. In the event that a Contractor fails to make payment to a Subcontractor within the 14-day period required above, the Subcontractor may notify the City by submitting a report form that may be downloaded from the DPS website at: ormsagreements/failure_to_promtly_pay_fillable_form_3_2013.pdf The report will require the Subcontractor to affirm that (a) its invoice to the Contractor was included in the payment request submitted by the contractor to the City and (b) Subcontractor has not, at the time of the report, received payment from the contractor for that invoice. The report must reference the payment (voucher) number posted on-line by the City in the notice of the payment to the contractor. Subcontractors are hereby reminded that per Chapters 1-21, False Statements, and 1-22, False Claims, of the Municipal Code of Chicago, making false statements or claims to the City are violations of law and subject to a range of penalties including fines and debarment Whistleblower Protection Contractor shall not take any retaliatory action against any Subcontractor for reporting nonpayment pursuant to this Sub-Section Any such retaliatory action is an event of default under this Contract and is subject to the remedies set forth in Section 3.5 hereof, including termination. In addition to those remedies, any retaliatory action by a contractor may result in a contractor being deemed non-responsible for future City contracts or, if, in the sole judgment of the Chief Procurement Officer, such retaliatory action is egregious, the Chief Procurement Officer may initiate debarment proceedings against the contractor. Any such debarment shall be for a period of not less than one year Liquidated Damages for Failure to Promptly Pay Much of the City s economic vitality derives from the success of its small businesses. The failure by contractors to pay their subcontractors in a timely manner, therefore, is clearly detrimental to the City. Inasmuch as the actual damages to the City due to such failure are uncertain in amount and difficult to prove, Contractor and City agree that the Chief Procurement Officer may assess liquidated damages against contractors who fail to meet their prompt payment requirements. Such liquidated damages shall be assessed to compensate the City for any and all damage incurred due to the failure of the Contractor to promptly pay its subcontractors, and does not constitute a penalty. Any and all such liquidated damages collected by the City shall be used to improve the administration and outreach efforts of the City s Small Business Program Action by the City Upon receipt of a report of a failure to pay, the City will issue notice to the contractor, and provide the contractor with an opportunity to demonstrate reasonable cause for failing to make payment within applicable period set forth in the Contract. The Chief Procurement Officer, in his or her sole judgment, shall determine whether any cause for nonpayment provided by a contractor is reasonable. In the event that the contractor fails to demonstrate reasonable cause for failure to make payment, the City shall notify the contractor that it will assess liquidated damages. Any such liquidated damages will be assessed according to the following schedule: First Unexcused Report: $50 Second Unexcused Report: $100 Third Unexcused Report: $250 Fourth Unexcused Report: $ Direct Payment to Subcontractors By City The CPO may notify the Contractor that payments to the Contractor will be suspended if the CPO has determined that the Contractor has failed to pay any Subcontractor, employee, or workman, for Standard Terms and Conditions,

34 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract work performed. If Contractor has not cured a failure to pay a Subcontractor, employee or workman within 10 days after receipt of such notice, the CPO may request the Comptroller to apply any money due, or that may become due, to Contractor under the Contract to the payment of such Subcontractors, workmen, and employees and the effect will be the same, for purposes of payment to Contractor of the Contract Price, as if the City had paid Contractor directly. Further, if such action is otherwise in the City s best interests, the CPO may (but is not obligated to) request that the Comptroller make direct payments to Subcontractors for monies earned on contracts and the effect will be the same, for purposes of payment to Contractor of the Contract Price, as if the City had paid Contractor directly. The City s election to exercise or not to exercise its rights under this paragraph shall not in any way affect the liability of the Contractor or its sureties to the City or to any such Subcontractor, workman, or employee upon any bond given in connection with such Contract General Price Reduction Automatic Eligibility for General Price Reductions If at any time after the Bid Opening Date the Contractor makes a general reduction in the price of any goods, services or work covered by the Contract to its customers generally, an equivalent price reduction based on similar quantities and/or considerations shall apply to the Contract for the duration of the contract period (or until the price is further reduced). Such price reduction will be effective at the same time and in the same manner as the reduction in the price to customers generally. For purpose of this provision, a general price reduction will mean any reduction in the price of an article or service offered (1) to Contractor s customers generally, or (2) in the Contractor's price schedule for the class of customers, i.e., wholesalers, jobbers, retailers, etc., which was used as the basis for bidding on this Contract. An occasional sale at a lower price, or sale of distressed merchandise at a lower price, would not be considered a general price reduction under this provision. The Contractor must invoice at such reduced prices indicating on the invoice that the reduction is pursuant to the General Price Reduction provision of the Contract. The Contractor, in addition, must within 10 calendar days of any general price reduction notify the CPO of such reduction by letter. Failure to do so will be an event of default. Upon receipt of any such notice of a general price reduction all participating Departments will be duly notified by the CPO. Failure to notify the CPO of a General Price Reduction is an event of default, and the City s remedies shall include a rebate to the City of any overpayments Compliance With All Laws General Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or later and as amended whether or not they appear in the Contract Documents. Provisions required by law, ordinances, rules, regulations, or executive orders to be inserted in the Contract are deemed inserted in the Contract whether or not they appear in the Contract. Contractor must pay all taxes and obtain all licenses, certificates, and other authorizations required in connection with the performance of its obligations hereunder, and Contractor must require all Subcontractors to also do so. Failure to do so is an event of default and may result in the termination of this Contract Non-Discrimination Federal Affirmative Action It is an unlawful employment practice for the Contractor (1) to fail or refuse to hire or to discharge any individual, or otherwise to discriminate against any individual with respect to his compensation, or the terms, conditions, or privileges of his employment, because of such individuals race, color, religion, sex, age, handicap or national origin; or (2) to limit, segregate, or classify his employees or applicants for employment in any way which would deprive or tend to deprive any individual of Standard Terms and Conditions,

35 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract employment opportunities or otherwise adversely affect his status as an employee, because of such individuals race, color, religion, sex, age, handicap or national origin. Contractor must comply with The Civil Rights Act of 1964, 42 U.S.C. sec et seq. (1988), as amended. Attention is called to: Exec. Order No. 11,246,30 Fed. Reg. 12,319 (1965), reprinted in 42 U.S.C. 2000(e) note, as amended by Exec. Order No. 11,375,32 Fed. Reg. 14,303 (1967) and by Exec. Order No. 12,086,43 Fed. Reg. 46,501 (1978); Age Discrimination Act, 42 U.S.C. sec (1988); Rehabilitation Act of 1973, 29 U.S.C. sec (1988); Americans with Disabilities Act, 42 U.S.C. sec et seq.; and 41 C.F.R. Part 60 et seq. (1990); and all other applicable federal laws, rules, regulations and executive orders Illinois Human Rights Act Contractor must comply with the Illinois Human Rights Act, 775ILCS 5/ et seq., as amended and any rules and regulations promulgated in accordance therewith, including, but not limited to the Equal Employment Opportunity Clause, 445 III. Admin. Code 750 Appendix A. Contractor must comply with the Public Works Employment Discrimination Act, 775 ILCS 10/0.01 et seq., as amended; and all other applicable state laws, rules, regulations and executive orders Chicago Human Rights Ordinance MCC Ch Contractor must comply with the Chicago Human Rights Ordinance, MCC Ch , Sect et seq., as amended; and all other applicable municipal code provisions, rules, regulations and executive orders. Contractor must furnish or shall cause each of its Subcontractors to furnish such reports and information as requested by the Chicago Commission on Human Relations Business Enterprises Owned by People With Disabilities (BEPD) It is the policy of the City of Chicago that businesses certified as a BEPD in accordance with MCC Sect et seq., Regulations Governing Certification of BEPDs, and all other Regulations promulgated under the aforementioned sections of the MCC; shall have the full and fair opportunities to participate fully in the performance of this Contract Contractor shall not discriminate against any person or business on the basis of disability, and shall take affirmative actions to ensure BEPDs shall have full and fair opportunities to compete for and perform subcontracts for supplies or services. Failure to carry out the commitments and policies set forth herein shall constitute a material breach of the Contract and may result in the termination of the Contract or such remedy as the City deems appropriate. For purposes of this section only, the following definitions apply: "Business Enterprises owned by People with Disabilities" or "BEPD" has the same meaning ascribed to it in MCC Sect "Bid incentive" means an amount deducted, for bid evaluation purposes only, from the contract base bid in order to calculate the bid price to be used to evaluate the bid on a competitively bid contract. "Construction project" has the same meaning ascribed to it in MCC Sect "Contract" means any contract, purchase order, construction project, or other agreement (other than a delegate agency contract or lease of real property or collective bargaining agreement) awarded by the City and whose costs is to be paid from funds belonging to or administered by the City. "Contract base bid" means the total dollar amount a contractor bids on factoring any bid incentive or percentage reductions to the bid amount. a contract without Standard Terms and Conditions,

36 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract "Earned credit" means the amount of the bid incentive allocated to a contractor upon completion of a contract in which the contractor met or exceeded his or her goals for the utilization of BEPDs in the performance of the contract. "Earned credit certificate" means a certificate issued by the Chief Procurement Officer evidencing the amount of earned credit a contractor has been awarded. The CPO shall award a bid incentive to Contractor for utilization of a BEPD as a prime contractor or subcontractor in accordance with the provisions of this section. The bid incentive shall be earned in the performance of the Contract, provided that the bid incentive earned in the performance of the Contract shall only be applied to a future contract. Where not otherwise prohibited by federal, state, or local law, the CPO shall allocate to any qualified bidder the following bid incentive for utilization of a BEPD as a prime contractor or subcontractor in the performance of the contract. % of total dollar contract amount performed by BEPD Bid incentive 2 to 5% ½% of the contract base bid 6 to 10% 1% of the contract base bid 11% or more 2% of the contract base bid The bid incentive shall be calculated and applied in accordance with the provisions of this section. The bid incentive is used only to calculate an amount to be used in evaluating the bid. The bid incentive does not affect the contract price. As part of the contract close-out procedure, if the CPO determines that the Contractor has successfully met his or her BEPD utilization goals either as a prime contractor or with subcontractors, the CPO shall issue an earned credit certificate that evidences the amount of earned credits allocated to the Contractor. The Contractor may apply the earned credits as the bid incentive for any future contract bid of equal or less dollar amount. The earned credit certificate is valid for three years from the date of issuance and shall not be applied towards any future contract bid after the expiration of that period. The Contractor may apply the earned credit certificate on multiple future contract bids during the three-year period in which the certificate is valid, but may only receive one bid incentive for bid evaluation purposes on one contract award. If the Contractor applies the earned credit certificate on multiple contract bids and is the lowest responsive and responsible bidder on more than one contract bid, the earned credit certificate shall be applied to the contract bid first to be advertised by the Department of Procurement Services, or if multiple contract bids were advertised on the same date, the earned credit certificate shall be applied only to the contract bid with the greatest dollar value The Contractor shall maintain accurate and detailed books and records necessary to monitor compliance with this section and shall submit such reports as required by the CPO, or the commissioner of the supervising department. Full access to the Contractor s and Subcontractor s records shall be granted to the CPO, the commissioner of the supervising department, or any duly authorized representative thereof. The Contractor and Subcontractors shall maintain all relevant records for a period of at least three years after final acceptance of the work. The CPO is authorized to adopt, promulgate and enforce reasonable rules and regulations pertaining to the administration and enforcement of this section Wages Living Wage Ordinance MCC Sect provides for a living wage for certain categories of workers employed in the performance of City contracts, specifically non-city employed security guards, parking attendants, Standard Terms and Conditions,

37 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract day laborers, home and health care workers, cashiers, elevator operators, custodial workers, and clerical workers ("Covered Employees"). Accordingly, pursuant to MCC Sect and regulations promulgated thereunder: if the Contractor has 25 or more full-time employees, and if at any time during the performance of the contract the Contractor and/or any subcontractor or any other entity that provides any portion of the Services (collectively "Performing Parties") uses 25 or more full-time security guards, or any number of other full-time Covered Employees, then The Contractor's obligation to pay, and to assure payment of, the Base Wage will begin at any time during the Contract term when the conditions set forth in (1) and (2) above are met, and will continue thereafter until the end of the Contract term. As of July 1, 2013 the Base Wage is $ The current rate can be found on the Department of Procurement Services website. Each July 1st the Base Wage will be adjusted, using the most recent federal poverty guidelines for a family of four (4) as published annually by the U.S. Department of Health and Human Services, to constitute the following: the poverty guidelines for a family of four (4) divided by 2000 hours or the current base wage, whichever is higher. At all times during the term of this Contract, Contractor and all other Performing Parties must pay the Base Wage (as adjusted in accordance with the above). If the payment of prevailing wages is required for work or services done under this Contract, and the prevailing wages for Covered Employees are higher than the Base Wage, then the Contractor must pay the prevailing wage rates. The Contractor must include provisions in all subcontracts requiring its Subcontractors to pay the Base Wage to Covered Employees. The Contractor agrees to provide the City with documentation acceptable to the CPO demonstrating that all Covered Employees, whether employed by the Contractor or by a subcontractor, have been paid the Base Wage, upon the City's request for such documentation. The City may independently audit the Contractor and/or subcontractors to verify compliance herewith. Failure to comply with the requirements of this Section will be an event of default under this Contract, and further, failure to comply may result in ineligibility for any award of a City contract or subcontract for up to three years. Not-for-Profit Corporations: If the Contractor is a corporation having Federal tax-exempt status under Section 501 (c)(3) of the Internal Revenue Code and is recognized under Illinois not-for-profit law, then the provisions above do not apply Prevailing Wage Rates Unless this Contract is identified in the Bid Documents as federally funded, if this Contract calls for the construction of a "public work" within the meaning of Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. ("the Act"), the Act requires contractors and subcontractors to pay laborers, workers and mechanics performing services on public works projects no less than the current prevailing rate of wages (hourly cash wages plus amount for fringe benefits) in the county where the work is performed. The Department publishes the prevailing wage rates on its website at The Department revises the prevailing wage rates and the contractor/subcontractor has an obligation to check the Department s web site for revisions to prevailing wage rates. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor s website. All contractors and subcontractors rendering services under this contract must comply with all requirements of the Act, including but not limited to, all wage requirements and notice and record keeping duties. If this Contract is federally funded, the Contractor will ensure that it and its Subcontractors comply with the applicable provisions of the Davis-Bacon Act (prevailing wages) Act, 40 U.S.C. sec 276, as amended, and the Copeland (anti-kickback) Act, 18 U.S.C., sec 874, and related regulations and pay such applicable prevailing wage rates. Please refer to: for wage rates and Standard Terms and Conditions,

38 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract more information. Additional or more detailed requirements may be set forth in a subsequent section of this Contract (see Table of Contents). As a condition of making payment to the Contractor, the City may require the Contractor to submit an affidavit to the effect that not less than the prevailing hourly wage rate is being paid to laborers, mechanics, and other workmen employed on this Contract in accordance with Illinois or federal law, as applicable Multi Project Labor Agreement (PLA) The City has entered into the PLA with various trades regarding projects involving construction, demolition, maintenance, rehabilitation, and/or renovation work, as described in the PLA, a copy of which may be found on the City s website at: ProjectLaborAgreement-PLAandSignatoryUnions.pdf. To the extent that this Contract involves a project that is subject to the PLA, Contractor acknowledges familiarity with the requirements of the PLA and its applicability to any Work under this Agreement, and shall comply in all respects with the PLA Economic Disclosure Statement and Affidavit and Appendix A ("EDS") Pursuant to MCC Ch and 65 ILCS 5/ any person, business entity or agency submitting a bid or proposal to or contracting with the City of Chicago will be required to complete the Disclosure of Ownership Interests in the EDS. Failure to provide complete or accurate disclosure will render this Contract voidable by the City. Contractors must complete an online EDS prior to the Bid Opening Date. Contractors are responsible for notifying the City and updating their EDS any time there is a change in circumstances that makes any information provided or certification made in an EDS inaccurate, obsolete or misleading. Failure to so notify the City and update the EDS is grounds for declaring the Contractor in default, terminating the Contract for default, and declaring the Contractor ineligible for future contracts. Contractor makes certain representations and certifications that the City relies on in its decision to enter into a contract. The Laws and requirements that are addressed in the EDS include the following: Business Relationships With Elected Officials MCC Sect (b) Pursuant to MCC Sect (b), it is illegal for any elected official, or any person acting at the direction of such official, to contact either orally or in writing any other City official or employee with respect to any matter involving any person with whom the elected official has any business relationship that creates a financial interest on the part of the official, or the domestic partner or spouse of the official, or from whom or which he has derived any income or compensation during the preceding twelve months or from whom or which he reasonably expects to derive any income or compensation in the following twelve months. In addition, no elected official may participate in any discussion in any City Council committee hearing or in any City Council meeting or vote on any matter involving the person with whom the elected official has any business relationship that creates a financial interest on the part of the official, or the domestic partner or spouse of the official, or from whom or which he has derived any income or compensation during the preceding twelve months or from whom or which he reasonably expects to derive any income or compensation in the following twelve months. Violation of MCC Sect by any elected official with respect to this contract will be grounds for termination of this contract. The term financial interest is defined as set forth in MCC Chapter MCC 1-23 and 720 ILCS 5/33E Bribery, Debts, and Debarment Certification The Contractor or each joint venture partner, if applicable, must complete the appropriate subsections in the EDS which certify that the Contractor or each joint venture partner, its agents, employees, officers and any subcontractors (a) have not been engaged in or been convicted of Standard Terms and Conditions,

39 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract bribery or attempted bribery of a public officer or employee of the City of Chicago, the State of Illinois, any agency of the federal government or any state or local government in the United States or engaged in or been convicted of bid-rigging or bid-rotation activities as defined in this section as required by the Illinois Criminal Code; (b) do not owe any debts to the State of Illinois, in accordance with 65 ILCS 5/ and (c) are not presently debarred or suspended; Certification Regarding Environmental Compliance; Certification Regarding Ethics and Inspector General; and Certification Regarding Court-Ordered Child Support Compliance. Contractor, in performing under this contract shall comply with MCC Sect , as follows: No person or business entity shall be awarded a contract or sub-contract if that person or business entity: (a) has been convicted of bribery or attempting to bribe a public officer or employee of the City of Chicago, the State of Illinois, or any agency of the federal government or of any state or local government in the United States, in that officers or employee's official capacity; or (b) has been convicted of agreement or collusion among bidders or prospective bidders in restraint of freedom of competition by agreement to bid a fixed price, or otherwise; or (c) has made an admission of guilt of such conduct described in (a) or (b) above which is a matter of record but has not been prosecuted for such conduct. For purposes of this section, where an official, agent or employee of a business entity has committed any offense under this section on behalf of such an entity and pursuant to the direction or authorization of a responsible official thereof, the business entity will be chargeable with the conduct. One business entity will be chargeable with the conduct of an affiliated agency. Ineligibility under this section will continue for three (3) years following such conviction or admission. The period of ineligibility may be reduced, suspended, or waived by the CPO under certain specific circumstances. Reference is made to Section for a definition of affiliated agency, and a detailed description of the conditions which would permit the CPO to reduce, suspend, or waive the period of ineligibility Federal Terrorist (No-Business) List Contractor warrants and represents that neither Contractor nor an Affiliate, as defined below, appears on the Specially Designated Nationals List, the Denied Persons List, the Unverified List, the Entity List, or the Debarred List as maintained by the Office of Foreign Assets Control of the U.S. Department of the Treasury or by the Bureau of Industry and Security of the U.S. Department of Commerce or their successors, or on any other list of persons or entities with which the City may not do business under any applicable law, rule, regulation, order or judgment. "Affiliate" means a person or entity which directly, or indirectly through one or more intermediaries, controls, is controlled by or is under common control with Contractor. A person or entity will be deemed to be controlled by another person or entity if it is controlled in any manner whatsoever that results in control in fact by that other person or entity, either acting individually or acting jointly or in concert with others, whether directly or indirectly and whether through share ownership, a trust, a contract or otherwise Inspector General and Legislative Inspector General It is the duty of any bidder, proposer or Contractor, all Subcontractors, every applicant for certification of eligibility for a City contract or program, and all officers, directors, agents, partners and employees of any bidder, proposer, Contractor, Subcontractor or such applicant to cooperate with the Inspector General or the Legislative Inspector General in any investigation or hearing, if applicable, undertaken pursuant to MCC Ch or 2-55, respectively. Contractor understands and will abide by all provisions of MCC Ch and All subcontracts must inform Subcontractors of this provision and require understanding and compliance with them. Standard Terms and Conditions,

40 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Governmental Ethics Ordinance Contractor must comply with MCC Ch , Governmental Ethics, including but not limited to MCC Sect pursuant to which no payment, gratuity or offer of employment will be made in connection with any City contract, by or on behalf of a subcontractor to the prime Contractor or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order. Any contract negotiated, entered into, or performed in violation of any of the provisions of this Chapter will be voidable as to the City Restrictions on Business Dealings Conflicts of Interest The Contractor covenants that it presently has no interest and will not acquire any interest, direct or indirect, in any enterprise which would conflict in any manner or degree with the performance of the work, services or goods to be provided hereunder. The Contractor further covenants that in its performance of the Contract no person having any such interest shall be employed. If the City determines that the Contractor does have such a conflict of interest, the City will notify the Contractor in writing, stating the basis for its determination. The Contractor will thereafter have 30 days in which to respond with reasons why the Contractor believes a conflict of interest does not exist. If the Contractor does not respond or if the City still reasonably determines a conflict of interest to exist, the Contractor must terminate its interest in the other enterprise Prohibition on Certain Contributions, Mayoral Executive Order No Contractor or any person or entity who directly or indirectly has an ownership or beneficial interest in Contractor of more than 7.5% ("Owners"), spouses and domestic partners of such Owners, Contractor s Subcontractors, any person or entity who directly or indirectly has an ownership or beneficial interest in any Subcontractor of more than 7.5% ("Sub-owners") and spouses and domestic partners of such Sub-owners (Contractor and all the other preceding classes of persons and entities are together, the "Identified Parties"), shall make a contribution of any amount to the Mayor of the City of Chicago (the "Mayor") or to his political fundraising committee during (i) the bid or other solicitation process for this Contract or Other Contract, including while this Contract or Other Contract is executory, (ii) the term of this Contract or any Other Contract between City and Contractor, and/or (iii) any period in which an extension of this Contract or Other Contract with the City is being sought or negotiated. Contractor represents and warrants that since the date of public advertisement of the specification, request for qualifications, request for proposals or request for information (or any combination of those requests) or, if not competitively procured, from the date the City approached the Contractor or the date the Contractor approached the City, as applicable, regarding the formulation of this Contract, no Identified Parties have made a contribution of any amount to the Mayor or to his political fundraising committee. Contractor shall not: (a) coerce, compel or intimidate its employees to make a contribution of any amount to the Mayor or to the Mayor s political fundraising committee; (b) reimburse its employees for a contribution of any amount made to the Mayor or to the Mayor s political fundraising committee; or (c) bundle or solicit others to bundle contributions to the Mayor or to his political fundraising committee. The Identified Parties must not engage in any conduct whatsoever designed to intentionally violate this provision or Mayoral Executive Order No or to entice, direct or solicit others to intentionally violate this provision or Mayoral Executive Order No Violation of, non-compliance with, misrepresentation with respect to, or breach of any covenant or warranty under this provision or violation of Mayoral Executive Order No constitutes a breach and default under this Contract, and under any Other Contract for which no opportunity to cure will be granted. Such breach and default entitles the City to all remedies (including without limitation termination for default) under this Contract, under Other Contract, at law and in equity. Standard Terms and Conditions,

41 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract This provision amends any Other Contract and supersedes any inconsistent provision contained therein. If Contractor violates this provision or Mayoral Executive Order No prior to award of the Contract resulting from this specification, the CPO may reject Contractor s bid. For purposes of this provision: "Other Contract" means any agreement entered into between the Contractor and the City that is (i) formed under the authority of MCC Ch. 2-92; (ii) for the purchase, sale or lease of real or personal property; or (iii) for materials, supplies, equipment or services which are approved and/or authorized by the City Council. "Contribution" means a "political contribution" as defined in MCC Ch , as amended. "Political fundraising committee" means a "political fundraising committee" as defined in MCC Ch , as amended Debts Owed to the City; Anti-Scofflaw, MCC Sect In addition to the certifications regarding debts owed to the City in the EDS, Contractor is subject to MCC Sect Pursuant to MCC Sect and in addition to any other rights and remedies (including set-off) available to the City under this Contract or permitted at law or in equity, the City will be entitled to set off a portion of the contract price or compensation due under the Contract, in an amount equal to the amount of the fines and penalties for each outstanding parking violation complaint and the amount of any debt owed by the contracting party to the City. For purposes of this section, outstanding parking violation complaint means a parking ticket, notice of parking violation, or parking violation complaint on which no payment has been made or appearance filed in the Circuit Court of Cook County within the time specified on the complaint, and debt means a specified sum of money owed to the City for which the period granted for payment has expired. However no such debt(s) or outstanding parking violation complaint(s)will be offset from the contract price or compensation due under the contract if one or more of the following conditions are met: the contracting party has entered into an agreement with the Department of Revenue, or other appropriate City department, for the payment of all outstanding parking violation complaints and debts owed to the City and the Contracting party is in compliance with the agreement; or the contracting party is contesting liability for or the amount of the debt in a pending administrative or judicial proceeding; or the contracting party has filed a petition in bankruptcy and the debts owed the City are dischargeable in bankruptcy Other City Ordinances and Policies False Statements False statements made in connection with this Contract, including statements in, omissions from and failures to timely update the EDS, as well as in any other affidavits, statements or Contract Documents constitute a material breach of the Contract. Any such misrepresentation renders the Contract voidable at the option of the City, notwithstanding any prior review or acceptance by the City of any materials containing such a misrepresentation. In addition, the City may debar Contractor, assert any contract claims or seek other civil or criminal remedies as a result of a misrepresentation (including costs of replacing a terminated Contractor pursuant to MCC Sect MacBride Principles Ordinance, MCC Sect This law promotes fair and equal employment opportunities and labor practices for religious minorities in Northern Ireland and provide a better working environment for all citizens in Northern Ireland. Standard Terms and Conditions,

42 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract In accordance with MCC Sect , if the primary Contractor conducts any business operations in Northern Ireland, it is hereby required that the Contractor will make all reasonable and good faith efforts to conduct any business operations in Northern Ireland in accordance with the MacBride Principles for Northern Ireland as defined in Illinois Public Act (1988 III. Laws 3220). For those bidders who take exception in competitive bid contracts to the provision set forth above, the City will assess an eight percent (8%) penalty. This penalty will increase their bid price for the purpose of canvassing the bids in order to determine who is to be the lowest responsible bidder. This penalty will apply only for purposes of comparing bid amounts and will not affect the amount of any contract payment. The provisions of this Section will not apply to contracts for which the City receives funds administered by the United States Department of Transportation (USDOT) except to the extent Congress has directed that USDOT not withhold funds from states and localities that choose to implement selective purchasing policies based on agreement to comply with the MacBride Principles for Northern Ireland, or to the extent that such funds are not otherwise withheld by the DOT Shakman Accord A. The City is subject to the May 31,2007 Order entitled "Agreed Settlement Order and Accord" (the "Shakman Accord") and the June 24, 2011 "City of Chicago Hiring Plan" (the "City Hiring Plan") entered in Shakman v. Democratic Organization of Cook County, Case No 69 C 2145 (United States District Court for the Northern District of Illinois). Among other things, the Shakman Accord and the City Hiring Plan prohibit the City from hiring persons as governmental employees in non-exempt positions on the basis of political reasons or factors. B. Contractor is aware that City policy prohibits City employees from directing any individual to apply for a position with Contractor, either as an employee or as a subcontractor, and from directing Contractor to hire an individual as an employee or as a Subcontractor. Accordingly, Contractor must follow its own hiring and contracting procedures, without being influenced by City employees. Any and all personnel provided by Contractor under this Contract are employees or Subcontractors of Contractor, not employees of the City of Chicago. This Contract is not intended to and does not constitute, create, give rise to, or otherwise recognize an employer-employee relationship of any kind between the City and any personnel provided by Contractor. C. Contractor will not condition, base, or knowingly prejudice or affect any term or aspect of the employment of any personnel provided under this Contract, or offer employment to any individual to provide services under this Contract, based upon or because of any political reason or factor, including, without limitation, any individual's political affiliation, membership in a political organization or party, political support or activity, political financial contributions, promises of such political support, activity or financial contributions, or such individual's political sponsorship or recommendation. For purposes of this Contract, a political organization or party is an identifiable group or entity that has as its primary purpose the support of or opposition to candidates for elected public office. Individual political activities are the activities of individual persons in support of or in opposition to political organizations or parties or candidates for elected public office. D. In the event of any communication to Contractor by a City employee or City official in violation of paragraph B above, or advocating a violation of paragraph C above, Contractor will, as soon as is reasonably practicable, report such communication to the Hiring Oversight Section of the City's Office of the Inspector General, and also to the head of the relevant City Department utilizing services provided under this Contract. Contractor will also cooperate with any inquiries by IGO Hiring Oversight or the Shakman Monitor's Office related to the Contract. Standard Terms and Conditions,

43 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Compliance with Environmental Laws and Related Matters Definitions For purposes of this section, the following definitions shall apply: Environmental Agency: An Environmental Agency is any governmental agency having responsibility, in whole or in part, for any matter addressed by any Environmental Law. An agency need not be responsible only for matters addressed by Environmental Law(s) to be an Environmental Agency for purposes of this Contract. Environmental Claim: An Environmental Claim is any type of assertion that Contractor or any Subcontractor is liable, or allegedly is liable, or should be held liable, under any Environmental Law, or that Contractor or any Subcontractor has or allegedly has violated or otherwise failed to comply with any Environmental Law. A non-exhaustive list of Environmental Claims includes, without limitation: demand letters, lawsuits and citations of any kind regardless of originating source. Environmental Law: An Environmental Law is any Law that in any way, directly or indirectly, in whole or in part, bears on or relates to the environment or to human health or safety. A nonexhaustive list of Environmental Laws includes without limitation the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. 9601, et seq., the Resource Conservation and Recovery Act, 42 U.S.C. 6901, et seq., the Hazardous Materials Transportation Act, 49 U.S.C. 5101, et seq., the Clean Air Act, 42 U.S.C. 7401, et seq., the Federal Water Pollution Control Act, 33 U.S.C. 1251, et seq., the Occupational Safety and Health Act, 29 U.S.C. 651, et seq., the Illinois Environmental Protection Act, 415 ILCS 5/1, et seq., the Illinois Health and Safety Act, 820 ILCS 225/.01, et seq., Chapters 7-28 and 11-4 of the Chicago Municipal Code, and all related rules and regulations. Law(s): The word "Law" or "Laws," whether or not capitalized, is intended in the broadest possible sense, including without limitation all federal, state and local: statutes; ordinances; codes; rules; regulations; administrative and judicial orders of any kind; requirements and prohibitions of permits, licenses or other similar authorizations of any kind; court decisions; common law; and all other legal requirements and prohibitions. Routine: As applied to reports or notices, "routine" refers to a report or notice that must be made, submitted or filed on a regular, periodic basis (e.g., quarterly, annually, biennially) and that in no way arises from a spill or other release or any kind, or from an emergency response situation, or from any actual, possible or alleged noncompliance with any Environmental Law Joint Ventures If Contractor or any Subcontractor is a joint venture, then every party to every such joint venture is deemed a Subcontractor for purposes of this section, which is entitled "Compliance with Environmental Laws and Related Matters" and every subsection thereof Compliance With Environmental Laws Any noncompliance, by Contractor or any Subcontractor, with any Environmental Law during the time that this Contract is effective is an event of default, regardless of whether the noncompliance relates to performance of this Contract. This includes without limitation any failure by Contractor or any Subcontractor to keep current, throughout the term of this Contract, all insurance certificates, permits and other authorizations of any kind that are required, directly or indirectly, by any Environmental Law Costs Any cost arising directly or indirectly, in whole or in part, from any noncompliance, by Contractor or any Subcontractor, with any Environmental Law, will be borne by the Contractor and not by the City. No provision of this Contract is intended to create or constitute an exception to this provision Proof of Noncompliance; Authority; Cure Standard Terms and Conditions,

44 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Any adjudication, whether administrative or judicial, against Contractor or any Subcontractor, for a violation of any Environmental Law, is sufficient proof of noncompliance, and therefore of an event of default, for purposes of this Contract. Any citation issued to/against Contractor or any Subcontractor, by any government agent or entity, alleging a violation of any Environmental Law, is sufficient proof of noncompliance for purposes of this Contract, and therefore of an event of default, if the citation contains or is accompanied by, or the City otherwise obtains, any evidence sufficient to support a reasonable conclusion that a violation has occurred. Any other evidence of noncompliance with any Environmental Law is sufficient proof of noncompliance for purposes of this Contract, and therefore of an event of default, if the evidence is sufficient to support a reasonable conclusion that noncompliance has occurred. The CPO shall have the authority to determine whether noncompliance with an Environmental Law has occurred, based on any of the foregoing types of proof. Upon determining that noncompliance has occurred, s/he may in his/her discretion declare an event of default and may in his/her discretion offer Contractor an opportunity to cure the event of default, such as by taking specified actions, which may include without limitation ceasing and desisting from utilizing a Subcontractor. The CPO may consider many factors in determining whether to declare an event of default, whether to offer an opportunity to cure, and if so any requirements for cure, including without limitation: the seriousness of the noncompliance, any effects of the noncompliance, Contractor s and/or Subcontractor s history of compliance or noncompliance with the same or other Laws, Contractor s and/or Subcontractor s actions or inaction towards mitigating the noncompliance and its effects, and Contractor s or Subcontractor s actions or inaction towards preventing future noncompliance Copies of Notices and Reports; Related Matters If any Environmental Law requires Contractor or any Subcontractor to make, submit or file any non- Routine notice or report of any kind, to any Environmental Agency or other person, including without limitation any agency or other person having any responsibility for any type of emergency response activity, then Contractor must deliver a complete copy of the notice or report (or, in the case of legally required telephonic or other oral notices or reports, a comprehensive written summary of same) to the Law Department within 48 hours of making, submitting or filing the original report. The requirements of this provision apply, regardless of whether the subject matter of the required notice or report concerns performance of this Contract. Failure to comply with any requirement of this provision is an event of default Requests for Documents and Information If the Commissioner requests documents or information of any kind that directly or indirectly relate(s) to performance of this Contract, Contractor must obtain and provide the requested documents and/or information to the Commissioner within 5 business days. Failure to comply with any requirement of this provision is an event of default Environmental Claims and Related Matters Within 24 hours of receiving notice of any Environmental Claim, Contractor must submit copies of all documents constituting or relating to the Environmental Claim to the Law Department. Thereafter, Contractor must submit copies of related documents if requested by the Law Department. These requirements apply, regardless of whether the Environmental Claim concerns performance of this Contract. Failure to comply with any requirement of this provision is an event of default Preference for Recycled Materials Standard Terms and Conditions,

45 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract To the extent practicable and economically feasible and to the extent that it does not reduce or impair the quality of any work or services, Contractor must use recycled products in performance of the Contract pursuant to U.S. Environment Protection Agency (U.S. EPA) guidelines at 40 CFR Parts , which implement section 6002 of the Resource Conservation and Recovery Act, as amended, 42 USC No Waste Disposal in Public Way MCC (E) Contractor warrants and represents that it, and to the best of its knowledge, its Subcontractors have not violated and are not in violation of the following sections of the Code (collectively, the Waste Sections): Dumping on public way; Dumping on real estate without permit; Disposal in waters prohibited; Ballast tank, bilge tank or other discharge; Gas manufacturing residue; Treatment and disposal of solid or liquid; Compliance with rules and regulations required; Operational requirements; and Screening requirements. During the period while this Contract is executory, Contractor's or any Subcontractor's violation of the Waste Sections, whether or not relating to the performance of this Contract, constitutes a breach of and an event of default under this Contract, for which the opportunity to cure, if curable, will be granted only at the sole discretion of the CPO. Such breach and default entitles the City to all remedies under the Contract, at law or in equity. This section does not limit the Contractor's and its Subcontractors' duty to comply with all applicable federal, state, county and municipal laws, statutes, ordinances and executive orders, in effect now or later, and whether or not they appear in this Contract. Non-compliance with these terms and conditions may be used by the City as grounds for the termination of this Contract, and may further affect the Contractor's eligibility for future contract awards Contract Disputes Procedure for Bringing Disputes to the Department The Contractor and using Department must attempt to resolve all disputes arising under this Contract in good faith, taking such measures as, but not limited to investigating the facts of the dispute and meeting to discuss the issue(s). In order to bring a dispute to the Commissioner of a Department, Contractor must provide a general statement of the basis for its claim, the facts underlying the claim, reference to the applicable Contract provisions, and all documentation that describes, relates to and supports the claim. By submitting a Claim, the Contractor certifies that: A. The Claim is made in good faith; B. The Claim's supporting data are accurate and complete to the best of the person's knowledge and belief; C. The amount of the Claim accurately reflects the amount that the claimant believes is due from the City; and D. The certifying person is duly authorized by the claimant to certify the Claim. The Commissioner shall have 30 days from receipt of the Claim to render a written "final decision of the Commissioner" stating the Commissioner's factual and contractual basis for the decision. However, the Commissioner may take an additional period, not to exceed 10 days, to render the final decision. If the Standard Terms and Conditions,

46 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Commissioner does not render a "final decision of the Commissioner" within the prescribed time frame, then the Claim should be deemed denied by the Commissioner Procedure for Bringing Disputes before the CPO Only after the Commissioner has rendered a final decision denying the Contractor s claim may a dispute be brought before the CPO. If the Contractor and using Department are unable to resolve the dispute, prior to seeking any judicial action, the Contractor must and the using Department may submit the dispute the CPO for an administrative decision based upon the written submissions of the parties. The party submitting the dispute to the CPO must include documentation demonstrating its good faith efforts to resolve the dispute and either the other party s failure to exercise good faith efforts or both parties inability to resolve the dispute despite good faith efforts. The decision of the CPO is final and binding. The sole and exclusive remedy to challenge the decision of the CPO is judicial review by means of a common law writ of certiorari. The administrative process is described more fully in the "Regulations of the Department of Procurement Services for Resolution of Disputes between Contractors and the City of Chicago", which are available in City Hall, 121 N. LaSalle Street, Room 301, Bid and Bond Room, and on-line at: 2.pdf 3.5. Events of Default and Termination Events of Default In addition to any breach of contract and events of default described within the Contract Documents, the following constitute an event of default: A. Any material misrepresentation, whether negligent or willful and whether in the inducement or in the performance, made by Contractor to the City. B. Contractor's material failure to perform any of its obligations under this Contract including the following: C. Failure to perform the Services with sufficient personnel and equipment or with sufficient material to ensure the timely performance of the Services D. Failure to have and maintain all professional licenses required by law to perform the Services; E. Failure to timely perform the Services; F. Failure to perform the Services in a manner reasonably satisfactory to the Commissioner or the CPO or inability to perform the Services satisfactorily as a result of insolvency, filing for bankruptcy or assignment for the benefit of creditors; G. Failure to promptly re-perform, as required, within a reasonable time and at no cost to the City, Services that are rejected as erroneous or unsatisfactory; H. Discontinuance of the Services for reasons within Contractor's reasonable control; I. Failure to update promptly EDS(s) furnished in connection with this Contract when the information or responses contained in it or them is no longer complete or accurate; J. Failure to comply with any other term of this Contract, including the provisions concerning insurance and nondiscrimination; and K. Any change in ownership or control of Contractor without the prior written approval of the CPO, which approval the CPO will not unreasonably withhold. L. Contractor's default under any other Contract it may presently have or may enter into with the City during the life of this Contract. Contractor acknowledges and agrees that in the event of a Standard Terms and Conditions,

47 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract default under this Contract the City may also declare a default under any such other agreements. M. Contractor s repeated or continued violations of City ordinances unrelated to performance under the Contract that in the opinion of the CPO indicate a willful or reckless disregard for City laws and regulations. N. Contractor s use of a subcontractor that is currently debarred by the City or otherwise ineligible to do business with the City Cure or Default Notice The occurrence of any event of default permits the City, at the City(s sole option, to declare Contractor in default. The CPO will give Contractor written notice of the default, either in the form of a cure notice ("Cure Notice"), or, if no opportunity to cure will be granted, a default notice ("Default Notice"). If a Cure Notice is sent, the CPO may in his/her sole discretion will give Contractor an opportunity to cure the default within a specified period of time, which will typically not exceed 30 days unless extended by the CPO. The period of time allowed by the CPO to cure will depend on the nature of the event of default and the Contractor s ability to cure. In some circumstances the event of default may be of such a nature that it cannot be cured. Failure to cure within the specified time may result in a Default Notice to the Contractor. Whether to issue the Contractor a Default Notice is within the sole discretion of the CPO and neither that decision nor the factual basis for it is subject to review or challenge under the Disputes provision of this Contract If the CPO issues a Default Notice, the CPO will also indicate any present intent the CPO may have to terminate this Contract. The decision to terminate is final and effective upon giving the notice. If the CPO decides not to terminate, this decision will not preclude the CPO from later deciding to terminate the Contract in a later notice, which will be final and effective upon the giving of the notice or on such later date set forth in the Default Notice. When a Default Notice with intent to terminate is given, Contractor must discontinue any Services, unless otherwise directed in the notice Remedies After giving a Default Notice, the City may invoke any or all of the following remedies: A. The right to take over and complete the Services, or any part of them, at Contractor(s expense and as agent for Contractor, either directly or through others, and bill Contractor for the cost of the Services, and Contractor must pay the difference between the total amount of this bill and the amount the City would have paid Contractor under the terms and conditions of this Contract for the Services that were assumed by the City as agent for Contractor B. The right to terminate this Contract as to any or all of the Services yet to be performed effective at a time specified by the City; C. The right to seek specific performance, an injunction or any other appropriate equitable remedy; D. The right to seek money damages; E. The right to withhold all or any part of Contractor's compensation under this Contract; F. The right to deem Contractor non-responsible in future contracts to be awarded by the City Non-Exclusivity of Remedies The remedies under the terms of this Contract are not intended to be exclusive of any other remedies provided, but each and every such remedy is cumulative and is in addition to any other remedies, Standard Terms and Conditions,

48 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract existing now or later, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any event of default impairs any such right or power, nor is it a waiver of any event of default nor acquiescence in it, and every such right and power may be exercised from time to time and as often as the City considers expedient City Reservation of Rights If the CPO considers it to be in the City(s best interests, the CPO may elect not to declare default or to terminate this Contract. The parties acknowledge that this provision is solely for the benefit of the City and that if the City permits Contractor to continue to provide the Services despite one or more events of default, Contractor is in no way relieved of any of its responsibilities, duties or obligations under this Contract, nor does the City waive or relinquish any of its rights Early Termination The City may terminate this Contract, in whole or in part, at any time by a notice in writing from the City to the Contractor. The effective date of termination will be the date the notice is received by the Contractor or the date stated in the notice, whichever is later. After the notice is received, the Contractor must restrict its activities, and those of its Subcontractors, to activities pursuant to direction from the City. No costs incurred after the effective date of the termination are allowed unless the termination is partial. Contractor is not entitled to any anticipated profits on services, work, or goods that have not been provided. The payment so made to the Contractor is in full settlement for all services, work or goods satisfactorily provided under this Contract. If the Contractor disputes the amount of compensation determined by the City to be due Contractor, then the Contractor must initiate dispute settlement procedures in accordance with the Disputes provision. If the City's election to terminate this Contract for default pursuant to the default provisions of the Contract is determined in a court of competent jurisdiction to have been wrongful, then in that case the termination is to be deemed to be an early termination pursuant to this Early Termination provision Department-specific Requirements Contractor must comply with the relevant user Department s specific requirements in the performance of this Contract if applicable Department of Aviation Standard Requirements For purposes of this section "Airport" refers to either Midway International Airport or O Hare International Airport, which are both owned and operated by the City of Chicago Confidentiality of Airport Security Data Contractor has an ongoing duty to protect confidential information, including but not limited to any information exempt from disclosure under the Illinois Freedom of Information Act such as information affecting security of the airport ("Airport Security Data"). Airport Security Data includes any Sensitive Security Information as defined by 49 CFR Part Contractor acknowledges that information provided to, generated by, or encountered by Contractor may include Airport Security Data. If Contractor fails to safeguard the confidentiality of Airport Security Data, Contractor is liable for the reasonable costs of actions taken by the City, the airlines, the Federal Aviation Administration ("FAA"), or the Transportation Security Administration ("TSA") that the applicable entity, in its sole discretion, determines to be necessary as a result, including without limitation the design and construction of improvements, procurement and installation of security devices, and posting of guards. All Subcontracts or purchase orders entered into by the Contractor, with parties providing material, labor or services to complete the Work, must contain the language of this section. If the Contractor fails to incorporate the required language in all Subcontracts or purchase orders, the provisions of this section are deemed incorporated in all Subcontracts or purchase orders Aviation Security Standard Terms and Conditions,

49 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract This Contract is subject to the airport security requirements of 49 United States Code, Chapter 449, as amended, the provisions of which govern airport security and are incorporated by reference, including without limitation the rules and regulations in 14 CFR Part 107 and all other applicable rules and regulations promulgated under them. All employees providing services at the City s airports must be badged by the City. (See Airport Security Badges.) Contractor, Subcontractors and the respective employees of each are subject to such employment investigations, including criminal history record checks, as the Administrator of the Federal Aviation Administration ("FAA"), the Under Secretary of the Transportation Security Administration ("TSA"), and the City may deem necessary. Contractor, Subcontractors, their respective employees, invitees and all other persons under the control of Contractor must comply strictly and faithfully with any and all rules, regulations and directions which the Commissioner, the FAA, or the TSA may issue from time to time may issue during the life of this Contract with regard to security, safety, maintenance and operation of the Airport and must promptly report any information regarding suspected violations in accordance with those rules and regulations. Gates and doors that permit entry into restricted areas at the Airport must be kept locked by Contractor at all times when not in use or under Contractor s constant security surveillance. Gate or door malfunctions must be reported to the Commissioner without delay and must be kept under constant surveillance by Contractor until the malfunction is remedied Airport Security Badges As part of airport operations and security, the Contractor must obtain from the airport badging office Airport Security Badges for each of his employees, subcontractors, material men, invitees or any person(s) over whom Contractor has control, which must be visibly displayed at all times while at the airport. No person will be allowed beyond security checkpoints without a valid Airport Security Badge. Each such person must submit signed and properly completed application forms to receive Airport Security Badges. Additional forms and tests may be required to obtain Airport Drivers Certification and Vehicle Permits. The application forms will solicit such information as the Commissioner may require in his discretion, including but not limited to name, address, date of birth (and for vehicles, driver's license and appropriate stickers). The Contractor is responsible for requesting and completing the form for each employee and subcontractor employee who will be working at the Airport and all vehicles to be used on the job site. Upon signed approval of the application by the Commissioner or his designee, the employee will be required to attend a presentation regarding airport security and have his or her photo taken for the badge. The Commissioner may grant or deny the application in his sole discretion. The Contractor must make available to the Commissioner, within one day of request, the personnel file of any employee who will be working on the project. As provided in Aviation Security above, in order for a person to have an Airport Security Badge that allows access to the airfield or aircraft, a criminal history record check (CHRC) conducted by the Department of Aviation will also be required. The CHRC will typically include a fingerprint analysis by the Federal Bureau of Investigation and such other procedures as may be required by the TSA. Airport Security Badges, Vehicle Permits and Drivers Licenses will only be issued based upon properly completed application forms. Employees or vehicles without proper credentials may be removed from the secured area and may be subject to fine or arrest. Contractor will be jointly and severally liable for any fines imposed on its employees or its Subcontractors employees. In addition to other rules and regulations, the following rules related to Airport Security Badges, Vehicle Permits and Drivers Licenses must be adhered to: A. Each person must wear and display his or her Airport Security Badge on their outer apparel at all times while at the airport. B. All individuals operating a vehicle on the Aircraft Operations Area (AOA) must be familiar and comply with motor driving regulations and procedures of the State of Illinois, City of Standard Terms and Conditions,

50 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Chicago and the Department of Aviation. The operator must be in possession of a valid, State-issued Motor Vehicle Operators Driver's License. All individuals operating a vehicle on the AOA without an escort must also be in possession of a valid Aviation-issued Airport Drivers Permit. C. All operating equipment must have an Airport Vehicle Access Permit affixed to the vehicle at all times while operating on the Airport. All required City stickers and State Vehicle Inspection stickers must be valid. D. Individuals must remain within their assigned area and haul routes unless otherwise instructed by the Department of Aviation. E. The Contractors personnel who function as supervisors, and those that escort the Contractors equipment/operators to their designated work sites, may be required to obtain an added multi-area access designation on their personnel Airport Security Badge which must also be displayed while on the AOA General Requirements Regarding Airport Operations Priority of Airport Operations Where the performance of the Contract may affect airport operation, the Contractor must cooperate fully with the Commissioner and his representatives in all matters pertaining to public safety and airport operation. Whether or not measures are specifically required by this Contract, the Contractor at all times must maintain adequate protection to safeguard aircraft, the public and all persons engaged in the work and must take such precaution as will accomplish such end, without interference with aircraft, the public, or maintenance and operations of the airport. The Contractor's attention is drawn to the fact that airport facilities and infrastructure, including but not limited to runways, taxiways, vehicular roadways, loadways, loading aprons, concourses, holdrooms, gates, and passenger right-of-ways, are being used for scheduled and unscheduled civilian air transportation. Arrivals and departures are under the control of the FAA control tower(s). Use of the Airport for air transportation takes precedence over all of the Contractor's operations. No extra compensation will be allowed for any delays brought about by the operations of the Airport which require that Contractor s work must be interrupted or moved from one part of the work site to another Interruption of Airport Operations If Contractor requires interruption of Airport facilities or utilities in order to perform work, Contractor must notify the Deputy Commissioner in charge of the project at least five (5) working days in advance of such time and must obtain the Deputy Commissioner s approval prior to interrupting the service. Interruption of service must be kept to an absolute minimum, and to the extent practicable the work which occasions such interruptions must be performed in stages in order to reduce the time of each interruption. In case of interruptions of electrical services, service must be restored prior to sunset of the same day. Prior to start of work, the Contractor must request of the Deputy Commissioner in charge of the project to provide specific requirements and instructions which are applicable to the particular work site areas, including, but not limited to, areas available for storage of any equipment, materials, tools and supplies needed to perform the work. Contractors must advise the Deputy Commissioner in charge of the project of the volume of equipment, materials, tools, and supplies that will be required in the secured areas of the airport in order to make arrangements for inspection of such equipment, materials, tools, and supplies at a security checkpoint Safeguarding of Airport Property and Operations The Contractor must not permit or allow its employees, subcontractors, material men, invitees or any other persons over whom Contractor has control to enter or remain upon, or to bring or Standard Terms and Conditions,

51 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract permit any equipment, materials, tools, or supplies to remain upon any part of the work site if any hazard to aircraft, threat to airport security, or obstruction of airport maintenance and operations, on or off the ground, would be created in the opinion of either the Commissioner or the Deputy Commissioner. Contractors must safeguard, and may be required to account for, all items brought beyond a security checkpoint, especially with respect to tools used in a terminal building Work on the Airfield For any work on the airfield, between sunset and sunrise, any equipment and materials stored outside must be marked with red obstruction lights acceptable to the Commissioner and in conformity with all FAA requirements, including Advisory Circular 150/ F. All obstruction lights must be kept continuously in operation between sunset and sunrise 7 days a week and also during any daylight periods when aircraft ceiling is below 500 feet and visibility is less than 5 miles. Information on ceiling and visibility may be obtained by the Contractor on request at the office of the Deputy Commissioner of Operations or from the FAA Control Tower Operator. Proper compliance with these obstruction light requirements is essential to the protection of aircraft and human life and the Contractor has the responsibility of taking the initiative at all times to be aware of ceiling and visibility conditions, without waiting for the FAA Control Tower Operator or any other City representative to ask the Contractor to post obstruction lights. For any work on the airfield, the Contractor must furnish aircraft warning flags, colored orange and white, in two sizes, one size 2' x 3' for hand use, and one size 3' x 5'. Each separate group or individual in all work areas, regardless of whether or not near runways, taxiways or aprons, must display a flag which must be maintained vertical at all times. Each truck or other piece of equipment of the Contractor must have attached to it, in a vertical and clearly visible position, a warning flag of the larger size. Except as otherwise agreed by the Commissioner or his designee, all cranes or booms used for construction work on the airfield must be lowered to ground level and moved 200 feet off the runways, taxiways and aprons during all hours of darkness and during all daylight hours when the aircraft ceiling is below the minimums specified in this section. The Contractor acknowledges the importance of fully complying with the requirements of this section in order to protect aircraft and human life, on or off the ground. Failure on the part of the Contractor to perform the work in accordance with the provisions of this section and to enforce same with regard to all subcontractors, material men, laborers, invitees and all other persons under the Contractor's control is an event of default Parking Restrictions Prior to commencing work, the Contractor must provide the Deputy Commissioner in charge of the project with an estimate of the number of vehicles that will require parking. Contractors are encouraged to provide employee parking elsewhere and shuttle their employees to the work site. The Department of Aviation may, but is not required to, provide parking areas for a limited number of vehicles in designated storage areas. All other vehicles must be parked in the public parking lots at the Airport, and there will be no reduced rate or complimentary parking for such vehicles. Employees must not, at any time, park their personal automobiles, no matter how short the duration, in any drive, road, or any other non-parking lot location at the airport. Such vehicles will be subject to immediate towing at the employees expense Emergency Management and Communications (OEMC) Security Requirements Identification of Workers and Vehicles All employees and vehicles working within O.E.M.C facilities must be properly identified. All vehicles and personnel passes will be issued to the Contractor by the Executive Director, as required. Contractor, Subcontractors, and employees must return identification material to the Executive Director upon completion of their respective work within the Project, and in all cases, the Standard Terms and Conditions,

52 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Contractor must return all identification material to the Executive Director after completion of the Project. Final Contract Payment will not be made until all passes issued have been returned to O.E.M.C Security Access to Facilities For purposes of this section, "employee" refers to any individual employed or engaged by Contractor or by any Subcontractor. If the Contractor, or any employee, in the performance of this Contract, has or will have access to a Office of Emergency Management and Communications (O.E.M.C) facility, the City may conduct such background and employment checks, including criminal history record checks and work permit documentation, as the Executive Director of the Office of Emergency Management and Communications and the City may deem necessary, on the Contractor, any Subcontractor, or any of their respective employees. The Executive Director of the Office of Emergency Management and Communications has the right to require the Contractor to supply or provide access to any additional information the Executive Director deems relevant. Before beginning work on the project, Contractor must: Provide the City with a list of all employees requiring access to enable the City to conduct such background and employment checks; Deliver to the City consent forms signed by all employees who will work on the project consenting to the City's and the Contractor's performance of the background checks described in this Section; and Deliver to the City consent forms signed by all employees who will require access to the O.E.M.C facility consenting to the searches described in this Section. The Executive Director may preclude Contractor, any Subcontractor, or any employee from performing work on the project. Further, the Contractor must immediately report any information to the Executive Director relating to any threat to O.E.M.C infrastructure or facilities or the water supply of the City and must fully cooperate with the City and all governmental entities investigating the threat. The Contractor must, notwithstanding anything contained in the Contract Documents to the contrary, at no additional cost to the City, adhere, and cause its Subcontractors to adhere, to any security and safety guidelines developed by the City and furnished to the Contractor from time to time during the term of the Contract and any extensions of it. Each employee whom Contractor wishes to have access to an O.E.M.C facility must submit a signed, completed "Area Access Application" to the O.E.M.C to receive a O.E.M.C Security Badge. If Contractor wishes a vehicle to have access to a O.E.M.C facility, Contractor must submit a vehicle access application for that vehicle. The applications will solicit such information as the Executive Director may require in his discretion, including name, address, date of birth (and for vehicles, driver's license and appropriate stickers). The Contractor is responsible for requesting and completing these forms for each employee who will be working at O.E.M.C facilities and all vehicles to be used on the job site. The Executive Director may grant or deny the application in his sole discretion. The Contractor must make available to the Executive Director, within one (1) day of request, the personnel file of any employee who will be working on the project. At the Executive Director's request, the Contractor and Subcontractor must maintain an employment history of employees going back five years from the date Contractor began Work or Services on the project. If requested, Contractor must certify that it has verified the employment history as required on the form designated by the Executive Director. Contractor must provide the City, at its request, a copy of the employment history for each employee. Employment history is subject to audit by the City Security Badges and Vehicle Permits O.E.M.C Security Badges and Vehicle Permits will only be issued based upon properly completed Area Access Application Forms. Employees or vehicles without proper credentials will not be allowed on O.E.M.C property. Standard Terms and Conditions,

53 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The following rules related to Security Badges and Vehicle Permits must be adhered to: A. Each employee must wear and display the O.E.M.C Security Badge issued to that employee on his or her outer apparel at all times. B. At the sole discretion of the Executive Director and law enforcement officials, including but not limited to the Chicago Police Department, Cook County Sheriffs Office, Illinois State Police or any other municipal, state or federal law enforcement agency, all vehicles (and their contents) are subject to interior and/or exterior inspection entering or exiting O.E.M.C facilities, and all employees and other individuals entering or exiting O.E.M.C facilities are subject to searches. Vehicles may not contain any materials other than those needed for the project. The Executive Director may deny access to any vehicle or individual in his sole discretion. C. All individuals operating a vehicle on O.E.M.C property must be familiar and comply with motor driving regulations and procedures of the State of Illinois and the City of Chicago. The operator must be in possession of a valid, state-issued Motor Vehicle Operator's Driver License. D. All required City stickers and State Vehicle Inspection stickers must be valid. E. Individuals must remain within their assigned area and haul routes unless otherwise instructed by the City. F. Access to the Work sites will be as shown or designated on the Contract Documents Drawings or determined by the Executive Director. The Executive Director may deny access when, in his sole discretion, the vehicle or individual poses some security risk to O.E.M.C Gates and Fences Whenever the Contractor receives permission to enter O.E.M.C property in areas that are exit/entrance points not secured by the City, the Contractor may be required to provide gates that comply with O.E.M.C design and construction standards. Contractor must provide a licensed and bonded security guard, subject to the Executive Director's approval and armed as deemed necessary by the Executive Director, at the gates when the gates are in use. O.E.M.C Security will provide the locks. Failure to provide and maintain the necessary security will result in an immediate closure by O.E.M.C personnel of the point of access. Stockpiling materials and parking of equipment or vehicles near O.E.M.C security fencing is prohibited. Any security fencing, gates, or alarms damaged by the Contractor or its Subcontractors must be manned by a licensed and bonded security guard of the Contractor at Contractor's expense until the damaged items are restored. Contractor must restored them to their original condition within an eight (8) hour period from the time of notice given by the Executive Director. Temporary removal of any security fencing, gate or alarm to permit construction must be approved by the Executive Director, and Contractor must man the site by a licensed and bonded security guard, approved by and armed as deemed necessary by the Executive Director, at Contractor's expense, on a twenty-four (24) hour basis during the period of temporary removal. Contractor must restore the items removed to their original condition when construction is completed Hazardous or Illegal Materials Unauthorized hazardous or illegal materials, including but not limited to hazardous materials as defined in 49 C.F.R. Parts (e.g. explosives, oxidizers, radiological materials, infectious materials), contraband, firearms and other weapons, illegal drugs and drug paraphernalia, may not be taken on O.E.M.C property. Alcoholic beverages are also prohibited Chicago Police Department Security Requirements Standard Terms and Conditions,

54 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract As part of Police operations and security, the Contractor must obtain from the Police Department, Security Badges for each of its employees, subcontractors, material men, invitees or any person(s) over whom Contractor has control, which must be visibly displayed at all times while at any Police Department facility. No person will be allowed beyond security checkpoints without a valid Security Badge. Each such person must submit signed and properly completed application forms to receive Security Badges. The application forms will solicit such information as the Superintendent may require; including but not limited to name, address, date of birth (driver's license). The Contractor is responsible for requesting and completing the form for each employee and subcontractors employee. The Superintendent may grant or deny the application in his sole discretion. The Contractor must make available to the Superintendent, within one (1) day of request, the personnel file of any employee who will be working on the project. In addition to other rules and regulations, the following rules related to Security Badges, must be adhered to: A. Each person must wear and display his or her Security Badge on their outer apparel at all times while at any Chicago Police Department facility. B. Individuals must remain within their assigned area unless otherwise instructed by the Chicago Police Department Department of Water Management ("DOWM") Security Requirements Identification of Workers and Vehicles All employees and vehicles working within DOWM facilities must be properly identified. All vehicles and personnel passes will be issued to the Contractor by the Commissioner, as required. Contractor, Subcontractors, and employees must return identification material to the Commissioner upon completion of their respective work within the Project, and in all cases, the Contractor must return all identification material to the Commissioner after completion of the Project. Final Contract Payment will not be made until all passes issued have been returned to DOWM Security Access to Facilities For purposes of this section, "employee" refers to any individual employed or engaged by Contractor or by any Subcontractor. If the Contractor, or any employee, in the performance of this Contract, has or will have access to a Department of Water Management (DOWM) facility, the City may conduct such background and employment checks, including criminal history record checks and work permit documentation, as the Commissioner of the Department of Water Management and the City may deem necessary, on the Contractor, any Subcontractor, or any of their respective employees. The Commissioner of the Department of Water Management has the right to require the Contractor to supply or provide access to any additional information the Commissioner deems relevant. Before beginning work on the project, Contractor must: Provide the City with a list of all employees requiring access to enable the City to conduct such background and employment checks; Deliver to the City consent forms signed by all employees who will work on the project consenting to the City's and the Contractor's performance of the background checks described in this Section; and Deliver to the City consent forms signed by all employees who will require access to the DOWM facility consenting to the searches described in this Section. The Commissioner may preclude Contractor, any Subcontractor, or any employee from performing work on the project. Further, the Contractor must immediately report any information to the Commissioner relating to any threat to DOWM infrastructure or facilities or the water supply of the City and must fully cooperate with the City and all governmental entities investigating the threat. The Contractor must, notwithstanding anything contained in the Contract Documents to the contrary, at no additional cost to the City, adhere, and cause its Subcontractors to adhere, to any Standard Terms and Conditions,

55 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract security and safety guidelines developed by the City and furnished to the Contractor from time to time during the term of the Contract and any extensions of it Security Badges and Vehicle Permits Each employee whom Contractor wishes to have access to a DOWM facility must submit a signed, completed "Area Access Application" to the DOWM to receive a DOWM Security Badge. If Contractor wishes a vehicle to have access to a DOWM facility, Contractor must submit a vehicle access application for that vehicle. The applications will solicit such information as the Commissioner may require in his discretion, including name, address, date of birth (and for vehicles, driver's license and appropriate stickers). The Contractor is responsible for requesting and completing these forms for each employee who will be working at DOWM facilities and all vehicles to be used on the job site. The Commissioner may grant or deny the application in his sole discretion. The Contractor must make available to the Commissioner, within one (1) day of request, the personnel file of any employee who will be working on the project. At the Commissioner's request, the Contractor and Subcontractor must maintain an employment history of employees going back five years from the date Contractor began Work or Services on the project. If requested, Contractor must certify that it has verified the employment history as required on the form designated by the Commissioner. Contractor must provide the City, at its request, a copy of the employment history for each employee. Employment history is subject to audit by the City. DOWM Security Badges and Vehicle Permits will only be issued based upon properly completed Area Access Application Forms. Employees or vehicles without proper credentials will not be allowed on DOWM property. The following rules related to Security Badges and Vehicle Permits must be adhered to: A. Each employee must wear and display the DOWM Security Badge issued to that employee on his or her outer apparel at all times. B. At the sole discretion of the Commissioner and law enforcement officials, including but not limited to the Chicago Police Department, Cook County Sheriffs Office, Illinois State Police or any other municipal, state or federal law enforcement agency, all vehicles (and their contents) are subject to interior and/or exterior inspection entering or exiting DOWM facilities, and all employees and other individuals entering or exiting DOWM facilities are subject to searches. Vehicles may not contain any materials other than those needed for the project. The Commissioner may deny access to any vehicle or individual in his sole discretion. C. All individuals operating a vehicle on DOWM property must be familiar and comply with motor driving regulations and procedures of the State of Illinois and the City of Chicago. The operator must be in possession of a valid, state-issued Motor Vehicle Operator's Driver License. D. All required City stickers and State Vehicle Inspection stickers must be valid. E. Individuals must remain within their assigned area and haul routes unless otherwise instructed by the City. F. Access to the Work sites will be as shown or designated on the Contract Documents Drawings or determined by the Commissioner. The Commissioner may deny access when, in his sole discretion, the vehicle or individual poses some security risk to DOWM Gates and Fences Whenever the Contractor receives permission to enter DOWM property in areas that are exit/entrance points not secured by the City, the Contractor may be required to provide gates that comply with DOWM design and construction standards. Contractor must provide a licensed and Standard Terms and Conditions,

56 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract bonded security guard, subject to the Commissioner's approval and armed as deemed necessary by the Commissioner, at the gates when the gates are in use. DOWM Security will provide the locks. Failure to provide and maintain the necessary security will result in an immediate closure by DOWM personnel of the point of access. Stockpiling materials and parking of equipment or vehicles near DOWM security fencing is prohibited. Any security fencing, gates, or alarms damaged by the Contractor or its Subcontractors must be manned by a licensed and bonded security guard of the Contractor at Contractor's expense until the damaged items are restored. Contractor must restored them to their original condition within an eight (8) hour period from the time of notice given by the Commissioner. Temporary removal of any security fencing, gate or alarm to permit construction must be approved by the Commissioner, and Contractor must man the site by a licensed and bonded security guard, approved by and armed as deemed necessary by the Commissioner, at Contractor's expense, on a twenty-four (24) hour basis during the period of temporary removal. Contractor must restore the items removed to their original condition when construction is completed Hazardous or Illegal Materials Unauthorized hazardous or illegal materials, including but not limited to hazardous materials as defined in 49 C.F.R. Parts (e.g. explosives, oxidizers, radiological materials, infectious materials), contraband, firearms and other weapons, illegal drugs and drug paraphernalia, may not be taken on DOWM property. Alcoholic beverages are also prohibited. Standard Terms and Conditions,

57 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 4. SPECIAL CONDITIONS FOR SUPPLY CONTRACTS 4.1. Blanket Releases / Purchase Orders Unless otherwise provided in the Scope of Work and Detailed Specifications, orders for products to be provided under this Contract will be in the form of a written City of Chicago Blanket Release (a.k.a. purchase order, purchase order release, sub-order, or sub-order release) that will be issued by the Department and sent to the Contractor. Blanket Releases will indicate the specification number, Contract/purchase order number, product description, quantities ordered for each line item, unit cost, total cost, shipping address, delivery date, fund chargeable information and other pertinent instructions regarding delivery. For Blanket Releases issued before a price increase effective date, if this Contract provides for price increases, Contractor must honor Contract prices listed on the Blanket Release, even if the Blanket Release specifies multiple shipments with delivery dates that are scheduled after the effective date of the price increase. The Contractor must not honor any verbal order(s) or make any deliveries without receipt of a written Blanket Release issued by the Department. Any items provided by the Contractor without a written Blanket Release are made at the Contractor s risk. Consequently, in the event a written Blanket Release is not provided by the City, the Contractor releases the City form any liability whatsoever to pay for any items provided without a written Blanket Release Delivery and Acceptance Delivery As stated above, Contractor must not make any deliveries without a written City of Chicago Blanket Release issued by the appropriate department. Upon receipt of a Blanket Release, deliveries must be made to the location(s) listed in the Scope and Detailed Specifications or other location specified by the Commissioner or CPO in the written purchase order. Unless otherwise clearly and specifically provided in the Detailed Specifications or the written purchase order, all deliveries will be F.O.B. destination (City of Chicago). Contractor understands and agrees that the initial acceptance of any delivery will not be considered as a waiver of any provision of this Contract and will not relieve the Contractor of its obligation to supply satisfactory goods which conform to the Contract Inspection and Defects The City will have the right to inspect any products to be provided by Contractor under this Contract. Upon delivery of the products, the City will conduct an in-depth initial visual examination solely for the purpose of identifying gross and obvious damage, defects or non-conformance with specifications. The Contractor s representative may be present for the initial examinations. This does not limit the City's right to conduct subsequent inspection of the products delivered. If defects or omissions are discovered in the initial or subsequent inspections, the City may exercise any or all of the following remedies, in addition to any other remedies specified in this agreement: Refuse acceptance of any/all units. Require the Contractor to make corrections at Contractor s expense, either on-site or at Contractor s place of business, whether or not the term of the Contract has expired. Require the Contractor to replace the units at Contractor s expense. Require the Contractor to reimburse the City for the cost of inspection. Any and all labor and materials which may be required to correct or replace damaged, defective or nonconforming products must be provided by the Contractor at no cost to the City. The Contractor must correct or replace the incorrect, damaged or defective or non-conforming items within seven (7) Special Conditions for Supply Contracts,

58 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract business days of the return unless otherwise provided in the Detailed Specifications. Chicago will not be subject to restocking charges. The City of Failure to correct or replace unacceptable goods, or repeated delivery of unacceptable goods, will be an event of default under this Contract Shipment errors The Contractor will be responsible for any errors in shipments that are the fault of the Contractor. The Contractor must make arrangements with their common carrier or company personnel to pick-up, at Contractor s expense, any un-ordered products, over-shipments of product, or products that otherwise do not comply with the applicable purchase order within forty-eight (48) hours after notification by the Department. Contractor must promptly supply any under-shipment of product promptly after notification by the Department. The City of Chicago will not be subject to restocking charges due to shipment errors. Repeated errors in shipments will be an event of default under this Contract Acceptance Products provided under this Contract will be deemed to be accepted by the City thirty days after delivery, unless previously rejected. The City may revoke acceptance if items are later discovered to be non-conforming or if the non-conformity is not remedied by the Contractor as expected by the City, even if the value of the item(s) is not substantially decreased due to the non-conformity Unspecified Uniforms and Related Services Any Uniforms and Accessories not specifically listed herein may be added to this Contract if they fall within the same specific category of supply items specified (e.g. Uniforms and Related Services, etc.). The lifetime usage of any item added to this Contract must not exceed ten percent (10%) of the original Contract award dollar amount. The Chicago Fire Department will notify the Contractor in writing of the Uniforms and Related Services which are necessary and request a written price proposal for the addition of the Uniforms and Related Services to this Contract by modification, then forward the documents to the Chief Procurement Officer. Such Uniforms and Related Services may be added to the Contract only if the prices are competitive with current market prices and said Uniforms and Related Services are approved by the Chief Procurement Officer in the form of a written modification signed by the Contractor and the City. The Chief Procurement Officer reserves the right to seek competitive pricing information on said item(s) from other suppliers and to procure such Uniforms and Related Services in a manner which serves the best interest of the City. Any such Uniforms and Related Services delivered by the Contractor, without a properly executed Contract modification signed by the Chief Procurement Officer, are delivered entirely at the Contractor's risk. Consequently, in the event that such modification is not executed by the City, the Contractor hereby releases the City from any liability whatsoever to pay for any Uniforms and Related Services delivered prior to the Contractors receipt of the fully signed modification Quality, Source, Substitution, and Labeling Quality Product must conform to any industry standards specified in the Detailed Specifications as well as the best industry practices and standards with respect to quality of materials and workmanship. Unless otherwise specified in the Detailed Specifications, all products provided must be new and in conformance with the Contract and acceptable in every detail to the Commissioner. If requested, the Contractor must certify to the Commissioner that all products to be provided comply with all Contract requirements. Only products which conform to the quality requirements of the Contract will be accepted Source The Contractor must promptly notify the Commissioner upon request, of the source (or sources) from which the Contractor expects to obtain the products. The source(s) of supply, including the Special Conditions for Supply Contracts,

59 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract manufacturer, must not be debarred from contracting or otherwise be ineligible to contract with the City. If sources are found to be unacceptable at any time or fail to be the source of products satisfactory to the Commissioner, the Contractor must furnish products from other, acceptable sources Substitution In cases of product unavailability or other conditions beyond the control of the Contractor arising after contract award, Contractor may request to provide substitutes for the products specified in the Detailed Specifications. Each request for substitution must be submitted separately and must include sufficient information that, in the Commissioner s sole judgment and discretion, enables the Commissioner to determine the suitability of the proposed substitute for the specified product. The information must include: (a) (b) (c) (d) Product identification, including manufacturer's name and address. Manufacturer's literature including: i) Product description ii) iii) Reference standards Performance and test data Samples, as applicable. Samples must be at no charge and will not be returned. Name and address of similar user of the product and date of usage. (e) Itemized comparison of the proposed alternate item with specified item listing significant variations. The Contractor warrants and represents that in making a formal request for substitution that: (1) the proposed substitution is equivalent to or superior in all respects to the product specified; (2) the same warranties and guarantees will be provided for the substitute as for the product specified. Any additional cost, or any loss or damage, arising from the substitution of any products for those specified shall be borne by the Contractor. The Commissioner may, in his or her sole discretion, accept an alternate product for a specified product, provided the alternate product is, in the Commissioner's sole opinion, the equivalent of the product specified in the Detailed Specifications. The Commissioner will not entertain more than one request for substitution per year except in cases of product unavailability or other conditions beyond the control of the Contractor Testing Laboratory Labels All products containing electrical wiring must conform to the City Electrical Code, which requires such products to be approved and so labeled by a testing laboratory acceptable under the Chicago Electrical Code Section Manufacturer's Warranty & Product Information Contractor must have, and must demonstrate upon request or as required by the Detailed Specifications, that it has authorization to transfer product warranties to the City of Chicago. The Contractor is required to provide and transfer all documentation issued by the manufacturer for the items to be provided under this agreement. This includes the manufacturer s genuine parts/product information, recall notices, manuals, licenses, assemblies and/or accessories as supplied by the original equipment manufacturer (O.E.M.). The Contractor must provide the original product warranty and related services for the products provided under this Contract in accordance with the standard warranty regularly provided by the OEM for that product, unless the Detailed Specifications call for a different warranty Contractor's Warranties Special Conditions for Supply Contracts,

60 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The Contractor warrants that the title to the products to be provided under this agreement is good and its transfer is rightful, and that the products will be delivered to the City free from all liens or any security interest or other encumbrance. In addition to all warranties that may be implied by law, the items shall conform to specifications, drawings, and other requirements in the Detailed Specifications and shall be free from defects in materials and workmanship. Contractor also warrants that they will be free from defects in design except to the extent that they are non-standard products manufactured pursuant to detailed designs furnished by the City and the defect is in the portion of the design furnished by the City. Such warranties, including warranties implied by law, shall run to City, its successors, assigns, customers, and to users of the goods. Special Conditions for Supply Contracts,

61 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 5. SCOPE OF WORK AND DETAILED SPECIFICATIONS 5.1. General The Contractor must furnish, maintain and manage F.O.B., City of Chicago, Chicago Fire Department, a commissary for Uniforms and Related Services conforming to the requirements set forth herein, all in accordance with the General Conditions and Special Conditions and as described in these specifications. The Contractor must furnish F.O.B to the City of Chicago Fire Department, on an as needed basis, complete uniforms and related services including an initial issue and a reciprocal replacement program in accordance with the terms of the bid documents, including the General and Special Conditions, Detailed Specifications (see Detailed Specification Book attachment 1), and the Proposal Pages of this specification during the term of this contract. Whenever these Detailed Specifications call for authorization, notice, approval, or direction by the Chicago Fire Department it means by the Commissioner of the Chicago Fire Department or his duly authorized designee Basis of Award In the event that a contract is awarded pursuant to this specification, the Chief Procurement Officer will award such contract to the lowest responsive and responsible bidder as determined by the bid price, including any statutorily mandated adjustments to the bid price as applicable, meeting the terms and conditions set out in the Bid Documents. The Contractor s bid pricing will incorporate any/all peripheral costs including, but not limited to the costs of Uniforms and Related Services, delivery/transportation charges, training, materials, labor, insurance, applicable taxes, warranty, overhead and profit, etc. that are required by this Specification Detailed Item Description For detailed specifications of all items on the proposal pages, see Exhibit Description of Uniforms and Related Services It is the intent of these specifications to describe operation of a commissary-style facility and furnishing the full Chicago Fire Department uniform dress code, with related services, excluding Bunker Gear (coats, trousers, suspenders and boots), for the Chicago Fire Department. In connection with its responsibilities under this contract, to insure that all employees will be dressed safely and professionally at all times, the Contractor must A. Assure that the funds designated for uniforms and protective clothing are utilized only for this purpose. B. Develop one or more reliable sources of supply for all items required under the contract for the active employees of the department and timely supply them. C. Timely provide all uniforms and protective clothing for new employees of the Chicago Fire Department Uniform Classified Items Class A-C Classified Items The following are considered classified items that contractor must supply through the commissary A. Class A Uniforms Dress. which consist of, 1. Dress uniform blouse with all appropriate patches and emblems 2. Dress uniform trousers 3. Dress overcoat with all appropriate patches and emblems 4. Dress shirts a Long sleeve with all appropriate patches and emblems (navy) b. Long sleeve with all appropriate patches and emblems (white) c. Short sleeve with all appropriate patches and emblems (navy) Scope of Work & Detailed Specifications 54

62 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract d Short sleeve with all appropriate patches and emblems (white) 5. Tie 6. Belt, black 7. Dress cap with appropriate emblem when applicable a Navy (firefighters and paramedics) b White (all officers) c White (chief officers) 8. Dress shoes 9. Gloves, formal 10. Insignia for cap collar and epaulets 11. Name Plate B Class A Uniforms Modified Dress, which consist of: 1. Modified dress jacket with all appropriate patches and emblems 2. Modified dress trousers 3. Raincoat 4. Insignia for cap collar and epaulets 5. Nameplate 6. Shoes, modified dress 7. Station Boots C. Class B Uniforms, which consist of 1. Work trousers 2. Work shirts a. Long sleeve with all appropriate patches and emblems (navy) b. Long sleeve with all appropriate patches and emblems (white) c. Short sleeve with all appropriate patches and emblems (navy) d. Short sleeve with all appropriate patches and emblems (white) e. Long sleeve (light blue) f. Short sleeve (light blue) 3. Jacket, work (department authorized) 4. Belt, black garrison type 5. Collar insignia 6. Shoes, Station Footware 8. Sleepware D. Class C Uniforms, which consist of Jackets 2. Helmet 3. Gloves 4. Flashlight 5. Utility belt 6. Helmet front piece and helmet shield sticker 7. Protective hood Scope of Work & Detailed Specifications 55

63 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract E. Additional Uniform Items 1. Coveralls quilted winter OFI/Spec Ops 2. Coveralls OFI/Spec Ops 3. Sweat suits Blue/Gray 4. Work out shorts 5. After business hours shirts for Duty Chiefs 6. Sweaters V-neck 7. Sweaters Johnny coat 8. Skull caps 9. Sweat shirts 10. T-shirts 11. SERT reflective winter coat 12. SERT zip off biking pants 13. SERT biking shirt blue with hi-vis yellow 14. SERT windbreaker coat 15. ¾ rubber hip boots OFI 16. Accountability Tags 17. Utility belt Miner 5.4. Additional Requirements Contract Term Initial Term The Initial Term for this Contract will be sixty (60) months, unless terminated earlier pursuant to the Termination provision, or extended according to the terms of the Term Extension provision. The City will establish the start and expiration dates at the time of formal award and release of this contract. The start date will be no later than the first day of the succeeding month from the date shown as the Contract Award and Release Date on the Proposal Acceptance Page Term Extension The City has the option to unilaterally extend the term of this Contract following the expiration of the Initial Term, for up to sixty (60) months, subject to acceptable performance by the Contractor and contingent upon the appropriation of sufficient funds. The option may be exercised as a single sixty month extension or as up to five separate extensions, each with a term no less than twelve months. No less than sixty (60) calendar days before the expiration of the Initial Term, or if previously extended, the expiration of the term as extended, the Chief Procurement Officer will give the Contractor notice of the City s intent to exercise its option to renew the Contract. The date on which the Chief Procurement Officer gives notice is the date the notice is mailed, if it is mailed, or the date the notice is delivered, if sent by courier or messenger service. With the same amount of notice as for options, the City reserves the right to extend the contract period for a period of no more than one hundred eighty-one (181) calendar days, either in lieu of exercising an option period or following the exhaustion of all option periods, for the purpose of providing continuity of supply while procuring a replacement contract Authorized Dealer Scope of Work & Detailed Specifications 56

64 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The Contractor must be the manufacturer or an authorized dealer/distributor of the proposed Uniforms and Related Services and must be capable of providing genuine items/products, parts, assemblies and/or accessories as supplied by the original equipment manufacturer (O.E.M.). Further, the Contractor must be capable of furnishing original product warranty and manufacturers related services such as product information, product re-call notices, etc. The Contractor's compliance with these requirements will be determined by the Chief Procurement Officer, whose decision will be binding Price Adjustment The original bid prices will be valid and firm for the initial twelve (12) month Contract period beginning with the start date of the Contract. Beginning on the date after the initial twelve (12) month term, and for each twelve (12) month anniversary thereafter, annual price adjustments of the Contract pricing may be made after receipt of written request from the Contractor showing cause substantiating the need for the increase, made no later than thirty (30) calendar days after the expiration of each such twelve (12) month period. If Contractor does not request a price adjustment within such thirty (30) calendar day period, Contractor will not be entitled to a price adjustment for the upcoming year. The Contractor's unit prices will be adjusted "New Contract Price(s)" by an amount of no more than five percent (5%) per year, for each additional twelve (12) month period. The Contractor will be required to furnish a certified statement or affidavit which states that the increase represents the cost of services only and in no way represents an increase for its profits, labor or overhead. The Contractor must justify its request for an increase by submitting detailed pricing data, support documentation and any other information requested by the Chief Procurement Officer to verify the price increase request. Unless otherwise agreed to by the Chief Procurement Officer, the effective date of an adjustment will be the anniversary date of the Contract. If approved by the Chief Procurement Officer, a price adjustment must be signed by the Chief Procurement Officer reflecting the price adjustment and the effective date for the adjustment. Any Uniforms or Related Services provided by the Contractor at a price change, without a properly executed Contract modification signed by the Chief Procurement Officer, is made at the Contractor's risk. Consequently, in the event such modification is not executed by the City, the Contractor releases the City from any liability whatsoever to pay for any Uniforms and Related Services provided at an unapproved increase price Quantities Any quantities of Uniforms and Related Services shown on the Proposal Page are estimated usage for the initial sixty (60) month Contract period and as such are for bid canvassing purposes only. The City reserves the right to increase or decrease quantities ordered under this Contract. Nothing herein will be construed as an intent on the part of the City to procure any Uniforms and Related Services other than those determined by the Chicago Fire Department to be necessary to meet its needs. The City will only be obligated to order and pay for such quantities as are from time to time ordered, delivered and accepted on purchase order releases issued directly by the Chicago Fire Department Inventory/Lead Time The Contractor must maintain an inventory of sufficient diversity and quantity as to ensure the delivery and/or issuance of any item listed in the Proposal, which is ordered by the City within seven (7) calendar days after receipt of a Chicago Fire Department order. In lieu of the inventory, the Contractor must be able to arrange such prompt delivery. Failures of the Contractor to meet the above stated delivery and/or issuance requirements may be used by the City as grounds for the termination of this contract, and may further affect the Contractors eligibility for future Contract awards. The Contractors compliance with these requirements will be determined by the Chief Procurement Officer, whose decision will be binding. Scope of Work & Detailed Specifications 57

65 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Delivery Deliveries must be made F.O.B., City of Chicago, Chicago Fire Department any point within the City at no charge to the City, regardless of the Purchase Order Release amount. Deliveries must be made between the hours of 8:00 a.m. excluding any legal holidays. and 2:00 p.m., Monday through Friday, The City reserves the right to add or delete locations as required during the contract period Bidder s Qualifications and Requirements The Bidder will be required to provide to the Commissioner and the Chief Procurement Officer prior to award of contract or prior to scheduled site inspection the following: Copy of lease or ownership documentation of facility/ property; and Completed Financial Capabilities documents (Attachment IV) Failure to provide the above referenced requirements will be reasons for the bid to be deemed nonresponsive and non-responsible and the bid to be rejected Site Visit Prior to making recommendation of award the City will make a site inspection to determine if any or all of the bidder s facilities meet the terms and conditions as described herein Financial Capabilities At the discretion of the Chief Procurement Officer, the City may require bidders to submit financial records to determine the financial soundness and responsibility of the bidders. The types of financial disclosures that may be requested are: the bidder s most recent audited financial statements (prepare d by a certified public accountant registered by and who holds a valid and unrevoked registration card from the Department of Registration and Education of the State of Illinois; or an out-of-state certified public accountant who has been issued a certificate and holds a valid and unrevoked registration card where reciprocity is recognized by that State and State of Illinois); record of past experience; schedule of bidder s equipment; accounts receivable and payable; stocks, bonds, and other investments; material or stock records; real estate; capital and surplus; capital accounts; subordination; pledged assets; etc. Respondent, its subcontractor, and each firm of the joint venture, if applicable, must provide an audited 2012 financial statement. If a Respondent submits an audited statement of its parent organization, such audited statements should be accompanied by pro forma statements for the Respondent. The City reserves the right to accept or reject any other financial documentation in lieu of that requested. If, in the opinion of the Chief Procurement Officer, a low bidder is deemed to be limited in its ability to financially sustain the burden of this Contract by maintaining services as required under this specification throughout the term of the Contract, then the Chief Officer reserves the right to limit the number of Contracts awarded to the bidder, if such a decision is determined to be in the interest of the City. The City reserves the right disqualify bids which do not completely meet outlined specifications. The impact of exceptions to the specification will be evaluated by the City in determining its need Trade Names In cases where an item is identified by a manufacturers name, trade name, catalog number, or reference, it is understood that the bidder proposes to furnish the item so identified and does not propose to furnish an "equal" unless the proposed "equal" is definitely indicated therein by the bidder. Reference to a specific manufacturer, trade name or catalog is intended to be descriptive but not restrictive and only to indicate to the prospective bidder articles that will be satisfactory. Bids on other makes and catalogs will be considered, provided each bidder clearly states on the face of the proposal Scope of Work & Detailed Specifications 58

66 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract exactly what it proposes to furnish, or forwards with the bid, a cut, illustration, or other descriptive matter which will clearly indicate the character of the article covered by the bid. The Chief Procurement Officer and the Chicago Fire Commissioner hereby reserves the right to approve as an equal, or to reject as not being an equal, any article the bidder proposes to furnish which contains major or minor variations from specification requirements but which may comply substantially therewith Standard Uniforms and Related Services Experimental Uniforms and Related Services will not be acceptable. Uniforms and Related Services which are not produced by regular production methods and/or which have not been offered for sale to the public through accepted industry trade channels for at least one (1) year prior to the offering of this bid, will be considered experimental. The City reserves the right to waive or take exception to this requirement if it be to the City's advantage or best interests. Hybrids and/or combinations of two (2) or more standard production units will not be accepted. The Contractor must furnish evidence upon request that the Uniforms and Related Services to be furnished has been commercially available through that manufacturer to the trade for a period of not less than one (1) year and has been fully field tested to the satisfaction of the Chief Procurement Officer General Uniforms and Related Services The Uniforms and Related Services furnished must be the manufacturer's latest models. Appurtenance and/or accessories not herein mentioned, but necessary to furnish a complete unit ready for use upon delivery must be included. Each complete unit must conform to the best practices known to the trade in strength, quality of material and workmanship and be subject to this specification in full. The specification must be construed as minimum. Should the manufacturer's current published data or specification exceed this, it will be considered minimum and shall be furnished. The City reserves the right to waive or take exception to this requirement if it be to the City's advantage or best interest Alterations and Repairs Alterations to uniform items are done at the time of issue and/or by appointment on site, by the Contractor s assigned tailor and must be approved in advance by the Chicago Fire Department. Alterations to uniforms brought in for return or exchange must be approved in advance Backorders Notification must be made during the ordering process when any Uniforms and Related Services are on back order. Electronic or written notification of anticipated ship date must be sent to the Requesting Department for any back orders that cannot be filled within fourteen (14) business days. The City will have the option of accepting or canceling the backorder or the Department may submit a request for a substitute item. The City is not to be charged for expenses incurred due to the cancellation of backorders Mis-shipments The Contractor will be responsible for any incorrect shipments or damaged shipments. The Contractor must make arrangements with their common carrier or company personnel to pick-up unacceptable Uniforms and Related Services, upon notification by authorized City personnel. The correct order request must be completed at no charge to the City. The City of Chicago will not be subject to restocking fees Returns And Restocking Fees The Contractor must pick up any defective or rejected merchandise to be returned back to Contractor within forty-eight (48) hours of notification. The City of Chicago will not pay restocking fees for returned merchandise. The Contractor must replace the merchandise or issue a credit within seven (7) business days of the return. If a credit is not received within seven (7) business days, the City will deduct the amount of return from any outstanding invoice at the end of month or time of payment Uniforms Replaced At Chicago Fire Department s Expense Scope of Work & Detailed Specifications 59

67 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Contractor must furnish replacement uniforms for Chicago Fire Department employees who have a Chicago Fire Department Uniform Authorization form (Attachment II). The City will pay for uniform replacements in the following situations but not others (unless the Commissioner issues a written change in policy). When the Chicago Fire Department determines certain items to be unserviceable and/or un -repairable through normal wear and tear, it will permit those items to be exchanged by the Chicago Fire Department employee, but the Chicago Fire Department employee must return uniforms and accessories before an exchange can be made. Upon promotion of the Chicago Fire Department employee, all items issued will be on an exchange basis Uniforms Replaced At Employee s Own Expense Contractor must furnish replacement uniforms to Chicago Fire Department employees at the contract price and at the employee s expense when the item is. A Damaged Beyond Repair - when the Chicago Fire Department makes the determination that the damage is due to the employee s failure to use reasonable care. B. Lost/Stolen - but only in accordance with applicable provision(s) of the then-current collective bargaining agreement. C. Not exchanged - when an issue is authorized but the employee does not turn in the items for exchange at the Contractor s Facility. D. For Alteration or Replacement Due to Excessive Weight Fluctuation - unless approved by the Chicago Fire Department or on a Fire Department approved doctor s recommendation for health reasons. No credit or refund is due to, and Contractor must not pay or credit, employees who return uniform items. All returned uniform items remain the property of the Chicago Fire Department. Personnel returning items must have: 1. City identification card specific to the Chicago Fire Department 2. One other piece of identification, such as driver license or major credit card Except for lost or stolen items, which are handled in accordance with the collective bargaining agreement, all of the above items are on an exchange basis; the employee must provide an exchange uniform and/or item at the time of issue. The Contractor must dispose of all uniforms and related items turned in for exchange in a secure manner in accordance with the instructions of the Chicago Fire Commissioner. The Contractor will receive payment for said Uniforms and Related Services from the employee(s), but will also include the Uniforms and Related Services on the invoice to the city with an accompanying credit for the items paid for by the employee Inventory Stock And Issuance Maintain a computerized in-house inventory management system of the Contractor s choice but subject to approval by the Chicago Fire Department. The system must include the capability of managing predetermined usage by item and bureau classification and individual. The Contractor must provide the Chicago Fire Department information and reports in electronic format using Excel or a compatible software system, as follows: 1. Records of items sold or exchanged with the employees last name, file number, and assignment, make and model size (if applicable) of issued items. Scope of Work & Detailed Specifications 60

68 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Complete uniform information on each employee of the Chicago Fire Department Must classify on billing information and records whether the transaction was Commissary issue or Chicago Fire Department issue (no charge) 3 Monthly and yearly usage information by individual employee name, log number, company, Fire Station, battalion, district, and as requested by the Chicago Fire Department from time to time on an as needed basis as determined by the Chicago Fire Department No orders for product will be made without written correspondence and approval from the Commissary Coordinator or appointee of Chicago Fire Commissioner who will manage inventory on site at the Facility Uniform And Accessories Stock Requirements Order and stock items monthly representing at approximately ten percent (10%) of uniform items for five thousand (5000) uniformed or as directed by the Commissary Coordinator s monthly usage projection for all Class B items. Class C items shall be stocked five percent (5%) or as per the direction of the Commissary Coordinator s monthly usage projection. Class A items/special order or non-stocked items must be delivered and available at the Facility within forty (40) business days of order. Special order items consist of Dress Blouse, Dress Trousers, Dress Overcoat, optimize the stocked inventory under the ten percent (10%) stocking requirement, the Contractor initially and quarterly thereafter propose for approval by the Commissary Coordinator or appointee of the Chicago Fire Commissioner, a plan for stocking specific sizes Approval Of Uniform Items And Accessories Only those items that meet the specifications and have been approved by the Chicago Fire Department will be considered in the evaluation of the bid. Once an item has been approved Contractor cannot substitute without Fire Department s approval The Chicago Fire Department reserves the right to field-evaluate, approve, or disapprove all specification items for use in this contract. All approved manufacturer specifications that are classified as Class B (work clothing) or Class C (protective clothing) items are documented by an approval sheet commonly called the Commissary Specification Sheet, also referred to as a Manufacturer Recognition Agreement. (See Attachment III) The Fire Department s designee sends the Commissary Specification Sheet to the respective manufacturer upon approval by the Chicago Fire Department. The Fire Commissioner s designee maintains copies of all Commissary Specification Sheets. The Chicago Fire Department reserves the right to withdraw the Commissary Specification Sheet on any item, should the department deem that the quality of the item no longer meets the Chicago Fire Department s specifications or if delivery of the item to the commissary is unreliable After the award of this contract, the Contractor or manufacturers can submit additional items for field evaluation, seeking approval by the Chicago Fire Department. All Class B (work uniform) and Class C (protective clothing) items must meet the current Illinois Department of Labor (I D O L.) standards applicable to those items. NFPA guidelines should also be considered. Contractor must not offer or make available, or suggest as suitable for Chicago Fire Department, used, irregular or articles not meeting Chicago Fire Department specifications Requirement To Utilize An Alternate Supplier If an approved supplier or manufacturer of an item is unable to deliver sufficient quantities of the item to the Contractor in a timely fashion, as determined by the operational needs of the Chicago Fire Department, or if the items supplied do not meet Chicago Fire Department approved specification, the Chicago Fire Department may require the Contractor to seek supply from an alternate approved source, and the Contractor must then do so Scope of Work & Detailed Specifications 61

69 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Contractor s Experience Bidders must demonstrate that they have substantial experience in managing one or more commissaries or commissary-like operations. Bidders must submit information at the time of bid submittal or later as requested by the Chief Procurement Officer. At the request of the Chief Procurement Officer bidder must provide evidence of financial responsibility to perform a contract of this scope and size Contractor s Responsibilities The Contractor must. A. Maintain a dedicated facility or a dedicated space within a facility of at least four-thousand (4,000) square feet (the Facility ) for exclusive Chicago Fire Department commissary purposes. For the convenience of Chicago Fire Department employees, the Facility must be centrally located within the City of Chicago, within the recommended area west of Lake Michigan, south of North Avenue, north of 55th Street, and east of the western boundaries of Cicero Ave. The Facility must include the following. 1 Convenient access, with sufficient parking nearby to accommodate the number of Chicago Fire Department personnel who will be using the commissary at any given time. 2. Contain a secured area of at least two hundred fifty (250) square feet for the exclusive use by the Chicago Fire Department. 3. Have an area or exclusive use by the Chicago Fire Department for its commissaryrelated activities an office space of not less than one hundred and fifty (150) square feet with telephone and internet access. In this area, the Contractor must maintain in good working order at least one terminal station (supplied by the contractor) with internet access in convenient locations at the Facility for use by members of the Chicago Fire Department staff assigned as on-site supervisors of the commissary, including necessary software interface(s) so that the Chicago Fire Department is able to access uniform information on the Contractor s computer system by means of the Chicago Fire Department s own computer internet connection, at various Chicago Fire Department locations.. Contractor must successfully demonstrate the functionality of this link before expiration of the 15-day period referenced in Ill C. The software and interface(s) must be compatible, with current Chicago Fire Department computer operating system, Windows 8, Microsoft Internet Explorer and Contractor must modify or upgrade as necessary if the City s equipment and software change. B. Operate the commissary, if necessary in the sole reasonable opinion of the Commissioner, out of current Fire Department s property for a short term at the beginning of this contract pending Contractor s set-up of its own Facility. This short period will be referred to as the Interim Period C: Set up and have the Commissary operational within fifteen (15) days after award of contract. This time will be known as the interim period. The Chicago Fire Department from time to time will conduct a full inspection of the Facility to determine whether it satisfies the requirements of the Chicago Municipal Code and complies with the terms and conditions of the Contract. D. Disburse the requested items to Chicago Fire Department employees ONLY after obtaining from the employee(s) the following: 1. City identification card specific to the Chicago Fire Department 2. One other piece of identification, such as driver license or major credit card D. In the commissary, both during the interim period and once operating from its Facility, sell ONLY Fire Department regulation approved items, unless otherwise authorized by the Chicago Scope of Work & Detailed Specifications 62

70 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Fire Department, Contractor must not store or display or make available for purchase or exchange any article not meeting specifications in Attachment I in the facility E. Sell only to employees of the Chicago Fire Department items covered under this Contract with the Department s emblems or logos. F. Open for business, fully and adequately staffed, Monday, Wednesday and Friday 8:00 am until 4:00 pm, Tuesday and Thursday 10 am until 6 pm. The Facility must be closed on Saturdays, Sundays, and legal holidays specified in current and future labor contracts with local 2. Contractor is only permitted to sell or exchange items specified under the contract during the Monday thru Friday hours. G. Provide during all hours of operation the services of two (2) full-time competent tailors who will make repairs and alterations in uniform items at the location on a while waiting~ basis. For alterations, Contractor may require Chicago Fire Department employees to schedule an appointment with the tailor for proper fitting, but Contractor must schedule appointments promptly and as soon as practical considering the employee s schedule. Contractor must complete repairs within two (2) days. Contractor must notify employees directly and promptly when repairs will not be completed within two (2) days; delays beyond two (2) days are permissible only due to the unavailability of items needed to effect repairs or otherwise only if the Chicago Fire Department excuses the delay in writing and for cause not reasonably attributable to Contractor s fault H. Maintain a twenty-four (24)-hour, seven (7) days a week emergency number dedicated to receive and handle calls from the Chicago Fire Department. I. Assign a member of Contractor s senior management to act as the permanent full-time on-site project manager to work with the Chicago Fire Department under this Contract J Print out information on a Chicago Fire Department supplied Uniform Authorization Form, which is a three (3) ply form, indicating the issuance of items to a employee (See Attachment II) Start Up The Contractor will be required to have an existing facility or ability to establish a facility that will be known as a Commissary to distribute uniforms and accessories to the City of Chicago Fire Department personnel. This Commissary must be fully functional including electrical, air conditioning, heating, sanitary facilities, storage, loading dock (i.e., delivery acceptance area will not be the front door entry), office space, alteration area, fitting rooms and professional retail atmosphere all at the Contractor s own expense. The Contractor is required to provide at its own expense operating supplies, equipment, office supplies, electrical supplies, and all paper products (i.e., copy, toilet, receipt, etc.). The Commissary must be accessible to any Chicago Fire Department personnel, Department of Procurement Services and/ or City of Chicago Corporate Counsel at any time. The Contractor will be expected to have a Commissary facility up and running for uniform distribution within fifteen (15) calendar days after the award of the contract. The facility must be equipped to accept and stock pre-existing owned Chicago Fire Department s uniforms and accessories known as Consignment Sale Uniform Inventory. The Contractor must accept the Consignment Sale Uniform Inventory regardless of the amount of stock and space reserved for the Contractor s stock. The Chicago Fire Department personnel will transfer Consignment Sale Uniform Inventory within five (5) business days after the award of the contract to be stored, stocked and managed by the Contractor as part of the resale of uniforms and accessories. (Should we replace 5 days with July 1, 2007 and add issue with stocked and managed? In addition to any Consignment Sale Uniform Inventory, the Contractor is required to maintain a specific level of inventory within the fifteen (15) days of the official opening day of the Chicago Fire Department Commissary facility as detailed in Inventory Stock and Issuance. Exceptions to these uniform Scope of Work & Detailed Specifications 63

71 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract inventory levels must be requested to and approved by writing to the Chicago Fire Department s Commissioner Consignment (Consignment Sale Uniform Inventory) The Contractor will be required to store, stock, manage, alter and resell the Chicago Fire Department uniforms and accessories known as Consignment Sale Uniform Inventory regardless of the quantity owned. Upon the award of contract, the Contractor will be issued a complete inventory detail listing of all Consignment Sale Uniform Inventory. The Contractor will be required to stock as part of their inventory the Chicago Fire Department s Consignment Sale Uniform Inventory stock. The Contractor will be required to issue this merchandise first when distributing any uniforms and accessories throughout the contract period until all of the Consignment Sale Uniform Inventory stock is sold. The Contractor will be required to sign an Acknowledgement Consignment Sale Uniform Inventory Agreement. This Agreement is between the Contractor and the Chicago Fire Department s previous Contractor s stock (Consignment Sale Uniform Inventory). The Agreement details the Contractor s acceptance of stock, quantity of stock on hand and agrees to resell any Consignment Sale Uniform Inventory regardless of the quantity. The new Contractor/ Vendor will agree to resell the Consignment Uniform Inventory Sale stock at the lower of either a three percent (3%) mark up per uniform and accessory item at their contract cost price. The Contractor is required to maintain regularly stocked inventory as described in the Inventory Lead Time Requirement provision, throughout the contract in addition to any Consignment Sale Uniform Inventory. The Contractor will be required to issue a copy of a detailed quarterly report to the Chicago Fire Department s Commissioner and the Chief Procurement Officer that documents all sales from the original Consignment Sale Uniform Inventory stock sold by the Contractor throughout the life of the contract Ending Inventory Buyout/Closeout Ninety (90) days prior to the expiration or termination of this Contract, the Contractor will be allowed to sell back to the Chicago Fire Department contractually agreed upon existing uniforms and accessories inventory. The inventory is not to exceed the required inventory stock described in the Detailed Specification pages. The Contactor s residual inventory is not to exceed ten (10%) of the Class B uniform items and five percent (5%) of Class C items for five thousand (5000) uniform personnel, unless prior approval has been authorized by the Chicago Fire Department s Commissioner and the Chief Procurement Officer. The Contractor s billing price for each uniform and accessory item is not to exceed the lesser of the Contractor s cost, or the prices set forth in the Contract. The ninety (90) day period is for the close out of all stocked inventory between the Contractor and Chicago Fire Department. During in this period the Contractor may be required to transfer the remaining stock inventory to the Chicago Fire Department s designated facility at no additional charge. No additional documentation will be issued for this close out purchase and this is incorporated in this contract. The Chief Procurement Officer has the final discretion to finalize this portion of the contract as is in the best interest of the City Guarantee The Contractor must furnish a guarantee for the Uniforms and Related Services provided under this contract in accordance with the standard guarantee regularly supplied. At a minimum, the Contractor hereby guarantees for a period of one (1) year from the date of final acceptance by the City, that it will, at its own expense and without any cost to the City, replace all Scope of Work & Detailed Specifications 64

72 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract defective parts and make any repairs that may be required or made necessary by reason of defective design, material or workmanship, or by reason of non-compliance with these specifications. The guarantee period will commence on the first day the unit is placed in service by the City. If a longer guarantee can be furnished, at no additional cost to the City, the longer period will prevail Exceptions Any deviations from these specifications must be noted on the Proposal Page or Pages attached thereto, with the exact nature of the change outlined in sufficient detail. The reason for which deviations were made should also follow if not self-explanatory. Failure of a bidder to comply with the terms of this paragraph may be cause for rejection. The City reserves the right to disqualify bids which do not completely meet outlined specifications. The impact of exceptions to the specification will be evaluated by the City in determining its need.. Scope of Work & Detailed Specifications 65

73 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 806 Chicago, Illinois Fax: COMMODITIES AND WORK SERVICES MBE & WBE SPECIAL CONDITIONS ARTICLE 6. SPECIAL CONDITIONS REGARDING MINORITY BUSINESS ENTERPRISE COMMITMENT AND WOMEN BUSINESS ENTERPRISE COMMITMENT FOR COMMODITIES OR SERVICES 6.1. Policy and Terms It is the policy of the City of Chicago that Local Businesses certified as Minority Owned Business Enterprises (MBE) and Women Owned Business Enterprises (WBE) in accordance with Section et seq. of the Municipal Code of Chicago and Regulations Governing Certification of Minority and Women-owned Businesses and all other Regulations promulgated under the aforementioned sections of the Municipal Code, as well as MBEs and WBEs certified by Cook County, Illinois, will have full and fair opportunities to participate fully in the performance of this contract. Therefore, the Contractor will not discriminate against any person or business on the basis of race, color, sex, gender identity, age, religion, disability, national origin, ancestry, sexual orientation, marital status, parental status, military discharge status or source of income and will take affirmative action to ensure that women and minority businesses will have the maximum opportunity to compete for and perform subcontracts for supplies or services. Pursuant to Section of the Municipal Code of Chicago, the Chief Procurement Officer has established a goal of awarding not less than 25% of the annual dollar value of all non-construction contracts to certified MBEs and 5% of the annual dollar value of all non-construction contracts to certified WBEs. Accordingly, the Contractor commits to make Good Faith Efforts to expend at least the following percentages of the total contract price (inclusive of any and all modifications and amendments), if awarded, for contract participation by MBEs and WBEs: MBE Percentage 16.9% 4.5% WBE Percentage This commitment is met by the Contractor's status as a MBE or WBE, or by a joint venture with one or more MBEs or WBEs as prime contractor (to the extent of the MBE or WBE participation in such joint venture), or by subcontracting a portion of the work to one or more MBEs or WBEs, or by the purchase of materials used in the performance of the contract from one or more MBEs or WBEs, or by the indirect participation of MBEs or WBEs in other aspects of the Contractor's business (but no dollar of such indirect MBE or WBE participation will be credited more than once against a Contractor s MBE or WBE commitment with respect to all government Contracts of such Contractor), or by any combination of the foregoing. Note: MBE/WBE participation goals are separate and those businesses certified with the City of Chicago as both MBE and WBE may only be listed on a bidder s compliance plan as either a MBE or a WBE, but not both to demonstrate compliance with the Contract Specific Goals. As noted above, the Contractor may meet all or part of this commitment by contracting with MBEs or WBEs for the provision of goods or services not directly related to the performance of this Contract. However, in determining the manner of MBE/WBE participation, the Contractor will first consider involvement of MBEs/WBEs as joint venture partners, subcontractors, and suppliers of goods and services directly related to the performance of this Contract. In appropriate cases, the Chief Procurement Officer will require the M/WBE Special Conditions for Commodities & Work Services

74 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Contractor to demonstrate the specific efforts undertaken by it to involve MBEs and WBEs directly in the performance of this Contract. The Contractor also may meet all or part of this commitment through credits received pursuant to Section of the Municipal Code of Chicago for the voluntary use of MBEs or WBEs in private sector contracts. Pursuant to , the prime contractor may apply be awarded an additional percent credit, up to a maximum of a total of 5 percent additional credit, for every 1 percent of the value of a contract selfperformed by MBEs or WBEs, or combination thereof, that have entered into a mentor agreement with the contractor. This up to 5% may be applied to the Contract Specific Goals, or it may be in addition to the Contract Specific Goals Definitions "Area of Specialty" means the description of an MBE or WBE firm s business which has been determined by the Chief Procurement Officer to be most reflective of the MBE or WBE firm s claimed specialty or expertise. Each MBE/WBE letter of certification contains a description of the firm s Area of Specialty. This information is also contained in the Directory (defined below). Credit toward this Contract s MBE and WBE participation goals shall be limited to the participation of firms performing within their Area of Specialty. NOTICE: The City of Chicago does not make any representation concerning the ability of any MBE/WBE to perform work within their Area of Specialty. It is the responsibility of all contractors to determine the capability and capacity of MBEs/WBEs to satisfactorily perform the work proposed. "B.E.P.D." means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC Section "Bid" means a bid, proposal, or submittal detailing a description of the services or work to be provided by the contractor in response to a bid solicitation, request for proposal, request for qualification of task order request (issued in accordance with the Master Consulting Agreement) that is issued by the City. "Bidder" means any person or business entity that submits a bid, proposal, qualification or submittal that seeks to enter into a contract with the City, and includes all partners, affiliates and joint ventures of such person or entity. "Broker" means a person or entity that fills orders by purchasing or receiving supplies from a third party supplier rather than out of its own existing inventory and provides no commercially useful function other than acting as a conduit between his or her supplier and his or her customer. "Chief Procurement Officer" or "CPO" means the chief procurement officer of the City of Chicago or his or her designee. "Commercially Useful Function" means responsibility for the execution of a distinct element of the work of the contract, which is carried out by actually performing, managing, and supervising the work involved, evidencing the responsibilities and risks of a business owner such as negotiating the terms of (sub)contracts, taking on a financial risk commensurate with the contract or its subcontract, responsibility for acquiring the appropriate lines of credit and/or loans, or fulfilling responsibilities as a joint venture partner as described in the joint venture agreement. "Contract Specific Goals" means the subcontracting goals for MBE and WBE participation established for a particular contract. "Contractor" means any person or business entity that has entered into a contract with the City as described herein, and includes all partners, affiliates, and joint ventures of such person or entity. "Direct Participation" the value of payments made to MBE or WBE firms for work that is performed in their Area of Specialty directly related to the performance of the subject matter of the Contract will count as Direct Participation toward the Contract Specific Goals. M/WBE Special Conditions for Commodities & Work Services

75 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract "Directory" means the Directory of Certified "Minority Business Enterprises" and "Women Business Enterprises" maintained and published by the City of Chicago. The Directory identifies firms that have been certified as MBEs and WBEs, and includes both the date of their last certification and the area of specialty in which they have been certified. Contractors are responsible for verifying the current certification status of all proposed MBE, and WBE firms. "Good Faith Efforts" means actions undertaken by a bidder or contractor to achieve a Contract Specific Goal that the CPO or his or her designee has determined, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program s requirements. "Indirect Participation" refers to the value of payments made to MBE or WBE firms for work that is done in their Area of Specialty related to other aspects of the Contractor s business. (Note: no dollar of such indirect MBE or WBE participation shall be credited more than once against a contractor s MBE or WBE commitment with respect to all government contracts held by that contractor.) "Joint venture" means an association of a MBE or WBE firm and one or more other firms to carry out a single, for-profit business enterprise, for which each joint venture partner contributes property, capital, efforts, skills and knowledge, and in which the MBE or WBE is responsible for a distinct, clearly defined portion of the work of the contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. "Mentor-Protégé Agreement" means an agreement between a prime and MBE or WBE subcontractor pursuant to MCC , that is approved by the City of Chicago and complies with all requirements of MCC and any rules and regulations promulgated by the Chief Procurement Officer. "Minority Owned Business Enterprise" or "MBE" means a firm awarded certification as a minority owned and controlled business in accordance with City Ordinances and Regulations as well as a firm awarded certification as a minority owned and controlled business by Cook County, Illinois. "Municipal Code of Chicago" or "MCC" means the Municipal Code of the City of Chicago. "Supplier" or "Distributor" refers to a company that owns, operates, or maintains a store, warehouse or other establishment in which materials, supplies, articles or equipment are bought, kept in stock and regularly sold or leased to the public in the usual course of business. A regular distributor or supplier is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for performance of a contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a regular distributor the firm must engage in, as its principal business and in its own name, the purchase and sale of the products in question. A regular distributor in such bulk items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock if it owns or operates distribution equipment. "Women Owned Business Enterprise" or "WBE" means a firm awarded certification as a women owned and controlled business in accordance with City Ordinances and Regulations as well as a firm awarded certification as a women owned business by Cook County, Illinois Joint Ventures The formation of joint ventures to provide MBEs and WBEs with capacity and experience at the prime contracting level, and thereby meet Contract Specific Goals (in whole or in part) is encouraged. A joint venture may consist of any combination of MBEs, WBEs, and non-certified firms as long as one member is an MBE or WBE. a. The joint venture may be eligible for credit towards the Contract Specific Goals only if: i. The MBE or WBE joint venture partner s share in the capital contribution, control, management, risks and profits of the joint venture is equal to its ownership interest; ii. The MBE or WBE joint venture partner is responsible for a distinct, clearly defined portion of the requirements of the contract for which it is at risk; M/WBE Special Conditions for Commodities & Work Services

76 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract iii. iv. Each joint venture partner executes the bid to the City; and The joint venture partners have entered into a written agreement specifying the terms and conditions of the relationship between the partners and their relationship and responsibilities to the contract, and all such terms and conditions are in accordance with the conditions set forth in Items i, ii, and iii above in this Paragraph a. b. The Chief Procurement Officer shall evaluate the proposed joint venture agreement, the Schedule B submitted on behalf of the proposed joint venture, and all related documents to determine whether these requirements have been satisfied. The Chief Procurement Officer shall also consider the record of the joint venture partners on other City of Chicago contracts. The decision of the Chief Procurement Officer regarding the eligibility of the joint venture for credit towards meeting the Contract Specific Goals, and the portion of those goals met by the joint venture, shall be final. The joint venture may receive MBE or WBE credit for work performed by the MBE or WBE joint venture partner(s) equal to the value of work performed by the MBE or WBE with its own forces for a distinct, clearly defined portion of the work. Additionally, if employees of the joint venture entity itself (as opposed to employees of the MBE or WBE partner) perform the work, then the value of the work may be counted toward the Contract Specific Goals at a rate equal to the MBE or WBE firm s percentage of participation in the joint venture as described in Schedule B. The Chief Procurement Officer may also count the dollar value of work subcontracted to other MBEs and WBEs. Work performed by the forces of a non-certified joint venture partner shall not be counted toward the Contract Specific Goals. c. Schedule B: MBE/WBE Affidavit of Joint Venture Where the bidder s Compliance Plan includes the participation of any MBE or WBE as a joint venture partner, the bidder must submit with its bid a Schedule B and the proposed joint venture agreement. These documents must both clearly evidence that the MBE or WBE joint venture partner(s) will be responsible for a clearly defined portion of the work to be performed, and that the MBE s or WBE s responsibilities and risks are proportionate to its ownership percentage. The proposed joint venture agreement must include specific details related to: i. The parties contributions of capital, personnel, and equipment and share of the costs of insurance and bonding; ii. iii. iv. Work items to be performed by the MBE s or WBE s own forces and/or work to be performed by employees of the newly formed joint venture entity; Work items to be performed under the supervision of the MBE or WBE joint venture partner; and The MBE s or WBE s commitment of management, supervisory, and operative personnel to the performance of the contract. NOTE: Vague, general descriptions of the responsibilities of the MBE or WBE joint venture partner do not provide any basis for awarding credit. For example, descriptions such as "participate in the budgeting process," "assist with hiring," or "work with managers to improve customer service" do not identify distinct, clearly defined portions of the work. Roles assigned should require activities that are performed on a regular, recurring basis rather than as needed. The roles must also be pertinent to the nature of the business for which credit is being sought. For instance, if the scope of work required by the City entails the delivery of goods or services to various sites in the City, stating that the MBE or WBE joint venture partner will be responsible for the performance of all routine maintenance and all repairs required to the vehicles used to deliver such goods or services is pertinent to the nature of the business for which credit is being sought. M/WBE Special Conditions for Commodities & Work Services

77 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Counting MBE/WBE Participation Toward the Contract Specific Goals Refer to this section when preparing the MBE/WBE compliance plan and completing Schedule D-1 for guidance on what value of the participation by MBEs and WBEs will be counted toward the stated Contract Specific Goals. The "Percent Amount of Participation" depends on whether and with whom a MBE or WBE subcontracts out any portion of its work and other factors. Firms that are certified as both MBE and WBE may only be listed on a bidder s compliance plan as either a MBE or a WBE to demonstrate compliance with the Contract Specific Goals. For example, a firm that is certified as both a MBE and a WBE may only be listed on the bidder s compliance plan under one of the categories, but not both. Only Payments made to MBE and WBE firms that meet BOTH the Commercially Useful Function and Area of Specialty requirements above will be counted toward the Contract Specific Goals. a. Only expenditures to firms that perform a Commercially Useful Function as defined above may count toward the Contract Specific Goals. i. The CPO will determine whether a firm is performing a commercially useful function by evaluating the amount of work subcontracted, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the credit claimed for its performance of the work, industry practices, and other relevant factors. ii. iii. A MBE or WBE does not perform a commercially useful function if its participation is only required to receive payments in order to obtain the appearance of MBE or WBE participation. The CPO may examine similar commercial transactions, particularly those in which MBEs or WBEs do not participate, to determine whether non MBE and non WBE firms perform the same function in the marketplace to make a determination. Indications that a subcontractor is not performing a commercially useful function include, but are not limited to, labor shifting and equipment sharing or leasing arrangements with the prime contractor or a first tier subcontractor. b. Only the value of the dollars paid to the MBE or WBE firm for work that it performs in its Area of Specialty in which it is certified counts toward the Contract Specific Goals. c. For maintenance, installation, repairs or inspection, or professional services, if the MBE or WBE performs the work itself: 100% of the value of work actually performed by the MBE s or WBE s own forces shall be counted toward the Contract Specific Goals, including the cost of supplies and materials purchased or equipment leased by the MBE or WBE from third parties or second tier subcontractors in order to perform its (sub)contract with its own forces (except supplies and equipment the MBE or WBE subcontractor purchases or leases from the prime contractor or its affiliate). 0% of the value of work at the project site that a MBE or WBE subcontracts to a noncertified firm counts toward the Contract Specific Goals. d. If the MBE or WBE is a manufacturer: 100% of expenditures to a MBE or WBE manufacturer for items needed for the Contract shall be counted toward the Contract Specific Goals. A manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the bidder or contractor. e. If the MBE or WBE is a distributor or supplier: 60% of expenditures for materials and supplies purchased from a MBE or WBE that is certified as a regular dealer or supplier shall be counted toward the Contract Specific Goals. f. If the MBE or WBE is a broker: i. Zero percent (0%) of expenditures paid to brokers will be counted toward the Contract Specific Goals. ii. As defined above, Brokers provide no commercially useful function. M/WBE Special Conditions for Commodities & Work Services

78 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract g. If the MBE or WBE is a member of the joint venture contractor/bidder: i. A joint venture may count the portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work of the contract that the MBE or WBE performs with its own forces toward the Contract Specific Goals; or ii. iii. If employees of this distinct joint venture entity perform the work then the value of the work may be counted toward the Contract Specific Goals at a rate equal to the MBE or WBE firm s percentage of participation in the joint venture as described in the Schedule B. A joint venture may also count the dollar value of work subcontracted to other MBEs and WBEs. h. If the MBE or WBE subcontracts out any of its work: i. 100% of the value of the work subcontracted to other MBEs or WBEs performing work in its Area of Specialty may be counted toward the Contract Specific Goals. ii. iii. iv. 0% of the value of work that a MBE or WBE subcontracts to a non-certified firm counts toward the Contract Specific Goals (except as allowed by (c) above). The fees or commissions charged for providing a bona fide service, such as professional, technical, consulting or managerial services or for providing bonds or insurance and assistance in the procurement of essential personnel, facilities, equipment, materials or supplies required for performance of the Contract, provided that the fee or commission is determined by the Chief Procurement Officer to be reasonable and not excessive as compared with fees customarily allowed for similar services. The fees charged for delivery of materials and supplies required on a job site (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also the manufacturer of or a regular dealer in the materials and supplies, provided that the fee is determined by the Chief Procurement Officer to be reasonable and not excessive as compared with fees customarily allowed for similar services. v. The fees or commissions charged for providing any bonds or insurance, but not the cost of the premium itself, specifically required for the performance of the Contract, provided that the fee or commission is determined by the Chief Procurement Officer to be reasonable and not excessive as compared with fees customarily allowed for similar services Regulations Governing Reductions to or Waiver of MBE/WBE Goals The following Regulations set forth the standards to be used in determining whether or not a reduction or waiver of the MBE/WBE commitment goals of a particular contract is appropriate. If a bidder determines that it is unable to meet the MBE and/or WBE Contract-Specific Goals on a City of Chicago contract, a written request for the reduction or waiver of the commitment must be included in the bid or proposal. The written request for reduction or waiver from the commitment must be in the form of a signed petition for grant of relief from the MBE/WBE percentages submitted on the bidder's letterhead, and must demonstrate that all required efforts as set forth in this document were taken to secure eligible Minority and Women Business Enterprises to meet the commitments. The Chief Procurement Officer or designee shall determine whether the request for the reduction or waiver will be granted. A bidder will be considered responsive to the terms and conditions of these Regulations if, at the time of bid, it submits a waiver request and all supporting documentation that adequately addresses the conditions for waiver of MBE/WBE goals, including proof of notification to assist agencies except: Bidders responding to Request for Proposals (RFPs) who have been identified as a short listed candidate and/or a prospective awardee will be given a designated time allowance, but no more than M/WBE Special Conditions for Commodities & Work Services

79 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract fourteen (14) calendar days to submit to the Department of Procurement Services complete documentation that adequately addresses the conditions for waiver described herein; and Bidders responding to Request for Information and or Qualifications (RFI/RFQs) deemed by the Chief Procurement Officer or authorized designee to be the most responsive and responsible shall submit documentation that adequately addresses the conditions for waiver described herein during negotiations. Failure to submit documentation sufficient to support the waiver request will cause the bid/proposal to be found non-responsive by the Chief Procurement Officer, and the bid/proposal will be rejected. In such cases the remedies to be taken by the Chief Procurement Officer, in his or her discretion, may include, but are not limited to, forfeiture of bid deposit; negotiating with the next lowest bidder; or re-advertising the bid/proposal. All bidders must submit all required documents at the time of bid opening to expedite the contract award Direct / Indirect Participation Each of the following elements must be present in order to determine whether or not such a reduction or waiver is appropriate. a. The bidder has documented the unsuccessful solicitation for either subcontractors or joint venture partners of at least 50% (or at least five when there are more than eleven certified firms in the commodity area) of the appropriate certified MBE/WBE firms to perform any direct or indirect work identified or related to the advertised bid/proposal. Documentation must include but is not necessarily limited to: 1. A detailed statement of efforts to identify and select portions of work identified in the bid solicitation for subcontracting to certified MBE/WBE firms; 2. A listing of all MBE/WBE firms contacted that includes: o Name, address, telephone number and of MBE/WBE firms solicited; o Date and time of contact; o Method of contact (written, telephone, transmittal of facsimile documents, , etc.) 3. Copies of letters or any other evidence of mailing that substantiates outreach to MBE/WBE vendors that includes: o Project identification and location; o Classification/commodity of work items for which quotations were sought; o Date, item and location for acceptance of subcontractor bid proposals; o Detailed statement which summarizes direct negotiations with appropriate MBE/WBE firms for specific portions of the work and indicates why negotiations were unsuccessful; o Affirmation that Good Faith Efforts have been demonstrated by: choosing subcontracting opportunities likely to achieve MBE/WBE goals; not imposing any limiting conditions which were not mandatory for all subcontractors; M/WBE Special Conditions for Commodities & Work Services

80 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract providing notice of subcontracting opportunities to M/WBE firms and assist agencies at least five (5) business days in advance of the initial bid due date. OR b. Subcontractor participation will be deemed excessively costly when the MBE/WBE subcontractor proposal exceeds the average price quoted by more than twenty percent (20%). In order to establish that a subcontractor s quote is excessively costly, the bidder must provide the following information: 1. A detailed statement of the work identified for MBE/WBE participation for which the bidder asserts the MBE/WBE quote(s) were excessively costly (in excess of 20% higher). o A listing of all potential subcontractors contacted for a quotation on that work item; o Prices quoted for the subcontract in question by all such potential subcontractors for that work item. 2. Other documentation which demonstrates to the satisfaction of the Chief Procurement Officer that the MBE/WBE proposals are excessively costly, even though not in excess of 20% higher than the average price quoted. This determination will be based on factors that include, but are not limited to the following: o The City's estimate for the work under a specific subcontract; o The bidder s own estimate for the work under the subcontract; o An average of the bona fide prices quoted for the subcontract; o Demonstrated increase in other contract costs as a result of subcontracting to the M/WBE or other firm Assist Agency Participation in wavier/reduction requests Every waiver and/or reduction request must include evidence that the bidder has provided timely notice of the need for subcontractors to an appropriate association/assist agency representative of the MBE/WBE business community. This notice must be given at least five (5) business days in advance of the initial bid due date. The notice requirement of this Section will be satisfied if a bidder contacts at least one of the associations on Attachment A to these Regulations when the prime contractor seeks a waiver or reduction in the utilization goals. Attachment B to these Regulations provides the letter format that a prime contractor may use. Proof of notification prior to bid submittal (e.g. certified mail receipt or facsimile transmittal receipt) will be required to be submitted with the bid for any bid/proposal to be deemed responsive. If deemed appropriate, the Contract Compliance Officer may contact the assist agency for verification of notification Impracticability If the Chief Procurement Officer determines that a lesser MBE and/or WBE percentage standard is appropriate with respect to a particular contract subject to competitive bidding prior to the bid solicitations for such contract, bid specifications shall include a statement of such revised standard. The requirements set forth in these Regulations (this subsection 6.5 "Regulations Governing Reductions to or Waiver of MBE/WBE Goals") shall not apply where the Chief Procurement Officer determines prior to the bid solicitations that MBE/WBE subcontractor participation is impracticable. M/WBE Special Conditions for Commodities & Work Services

81 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract This may occur whenever the Chief Procurement Officer determines that for reasons of time, need, industry practices or standards not previously known by the Chief Procurement Officer, or such other extreme circumstances as may be deemed appropriate, such a Waiver is in the best interests of the City. This determination may be made in connection with a particular contract, whether before the contract is let for bid, during the bid or award process, before or during negotiation of the contract, or during the performance of the contract. For all notifications required to be made by bidders, in situations where the Chief Procurement Officer has determined that time is of the essence, documented telephone contact may be substituted for letter contact Procedure to Determine Bid Compliance A bid may be rejected as non-responsive if it fails to submit one or more of the following with its bid demonstrating its Good Faith Efforts to meet the Contract Specific Goals by reaching out to MBEs and WBEs to perform work on the contract: An MBE/WBE compliance plan demonstrating how the bidder plans to meet the Contract Specific Goals; and/or A request for reduction or waiver of the Contract Specific Goals in accordance with Section of the MCC. Only compliance plans utilizing MBE and WBE firms that meet BOTH the Commercially Useful Function and Area of Specialty requirements will be counted toward the Contract Specific Goals. The following Schedules and described documents constitute the bidder's MBE/WBE proposal, and must be submitted in accordance with the guidelines stated: (1) Schedule C-1: Letter of Intent from MBE/WBE to Perform as Subcontractor, Supplier and/or Consultant. The bidder must submit the appropriate Schedule C-1 with the bid for each MBE and WBE included on the Schedule D-1. Suppliers must submit the Schedule C-1 for Suppliers, first tier subcontractors must submit a Schedule C-1 for Subcontractors to the Prime Contractor and second or lower tier subcontractors must submit a Schedule C-1 for second tier Subcontractors. The City encourages subcontractors to utilize the electronic fillable format Schedule C-1, which is available at the Department of Procurement Services website, Each Schedule C-1 must be executed by each MBE and WBE and accurately detail the work to be performed by the MBE or WBE and the agreed upon rates/prices. Each Schedule C must also include a separate sheet as an attachment on which the MBE or WBE fully describes its proposed scope of work, including a description of the commercially useful function being performed by the MBE or WBE in its Area of Specialty. If a facsimile copy of the Schedule C-1 has been submitted with the bid, an executed original Schedule C-1 must be submitted by the bidder for each MBE and WBE included on the Schedule D-1 within five business days after the date of the bid opening. Failure to submit a completed Schedule C-1 in accordance with this section shall entitle the City to deem the bid/proposal non-responsive and therefore reject the bid/proposal. (2) Letters of Certification. A copy of each proposed MBE/WBE firm's current Letter of Certification from the City of Chicago or Cook County Illinois, must be submitted with the bid/proposal. All Letters of Certification issued by the City of Chicago and Cook County include a statement of the MBE/WBE firm's Area of Specialty. The MBE/WBE firm's scope of work, as detailed by their Schedule C-1, must conform to their stated Area of Specialty. (3) Schedule B: Affidavit of Joint Venture, and Joint Venture Agreements (if applicable). If the bidder's MBE/WBE proposal includes the participation of a MBE/WBE as joint venture on any tier (either as the bidder or as a subcontractor), the bidder must provide a copy of the joint M/WBE Special Conditions for Commodities & Work Services

82 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract venture agreement and a Schedule B along with all other requirements listed in Section 6.3, "Joint Ventures," above. In order to demonstrate the MBE/WBE partner's share in the ownership, control, management responsibilities, risks and profits of the joint venture, the proposed joint venture agreement must include specific details related to: (1) contributions of capital and equipment; (2) work responsibilities or other performance to be undertaken by the MBE/WBE; and (3) the commitment of management, supervisory and operative personnel employed by the MBE/WBE to be dedicated to the performance of the contract. The joint venture agreement must also clearly define each partner s authority to contractually obligate the joint venture and each partner's authority to expend joint venture funds (e.g., check signing authority). (4) Schedule D-1: Required Schedules Regarding MBE/WBE Utilization Bidders must submit, together with the bid, a completed Schedule D-1 committing them to the utilization of each listed MBE/WBE firm. The City encourages bidders to utilize the electronic fillable format Schedule D-1, which is available at the Department of Procurement Services website, Except in cases where the bidder has submitted a request for a complete waiver of or variance from the MBE/WBE commitment in accordance with Section 6.5 "Regulations Governing Reductions to or Waiver of MBE/WBE Goals" herein, the bidder must commit to the expenditure of a specific dollar amount of participation by each MBE/WBE firm included on their Schedule D-1. The total dollar commitment to proposed MBEs must at least equal the MBE goal, and the total dollar commitment to proposed WBEs must at least equal the WBE goal. Bidders are responsible for calculating the dollar equivalent of the MBE and WBE goals as percentages of their total base bids or in the case of Term Agreements, depends upon requirements agreements and blanket agreements, as percentages of the total estimated usage. All commitments made by the bidder's Schedule D-1 must conform to those presented in the submitted Schedule C-1. If Schedule C-1 is submitted after the opening, the bidder may submit a revised Schedule D-1 (executed and notarized to conform with the Schedules C-1). Bidders shall not be permitted to add MBEs or WBEs after bid opening to meet the Contract Specific Goals, however, contractors are encouraged to add additional MBE/WBE vendors to their approved compliance plan during the performance of the contract when additional opportunities for participation are identified. Except in cases where substantial and documented justification is provided, bidders will not be allowed to reduce the dollar commitment made to any MBE or WBE in order to achieve conformity between the Schedules C- 1 and D-1. All commitments for joint venture agreements must be delineated in the Schedule B. (5) Application for Approval of Mentor Protégé Agreement Any applications for City approval of a Mentor Protégé agreement must be included with the bid. If the application is not approved, the bidder must show that it has made good faith efforts to meet the contract specific goals Reporting Requirements During the Term of the Contract a. The Contractor will, not later than thirty (30) calendar days from the award of a contract by the City, execute formal contracts or purchase orders with the MBEs and WBEs included in their approved MBE/WBE Utilization Plan. These written agreements will be made available to the Chief Procurement Officer upon request. b. The Contractor will be responsible for reporting payments to all subcontractors on a monthly basis in the form of an electronic report. Upon the first payment issued by the City of Chicago to the contractor for services performed, on the first day of each month and every month thereafter, and or fax audit notifications will be sent out to the Contractor with instructions to report payments that have been made in the prior month to each subcontractor. The reporting of payments to all subcontractors must be entered into the Certification and M/WBE Special Conditions for Commodities & Work Services

83 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Compliance Monitoring System (C2), or whatever reporting system is currently in place, on or before the fifteenth (15th) day of each month. c. Once the prime Contractor has reported payments made to each subcontractor, including zero dollar amount payments, the subcontractor will receive an and or fax notification requesting them to log into the system and confirm payments received. All monthly confirmations must be reported on or before the 20th day of each month. Contractor and subcontractor reporting to the C2 system must be completed by the 25th of each month or payments may be withheld. d. All subcontract agreements between the contractor and MBE/WBE firms or any first tier noncertified firm and lower tier MBE/WBE firms must contain language requiring the MBE/WBE to respond to and/or fax notifications from the City of Chicago requiring them to report payments received for the prime or the non-certified firm. Access to the Certification and Compliance Monitoring System (C2), which is a web based reporting system, can be found at: e. The Chief Procurement Officer or any party designated by the Chief Procurement Officer, shall have access to the contractor's books and records, including without limitation payroll records, tax returns and records and books of account, to determine the contractor's compliance with its commitment to MBE and WBE participation and the status of any MBE or WBE performing any portion of the contract. This provision shall be in addition to, and not a substitute for, any other provision allowing inspection of the contractor's records by any officer or official of the City for any purpose. f. The Contractor shall maintain records of all relevant data with respect to the utilization of MBEs and WBEs, retaining these records for a period of at least five years after project closeout. Full access to these records shall be granted to City, federal or state authorities or other authorized persons Changes to Compliance Plan Permissible Basis for Change Required No changes to the Compliance Plan or contractual MBE and WBE commitments or substitution of MBE or WBE subcontractors may be made without the prior written approval of the Contract Compliance Officer. Unauthorized changes or substitutions, including performing the work designated for a subcontractor with the contractor s own forces, shall be a violation of these Special Conditions and a breach of the contract with the City, and may cause termination of the executed Contract for breach, and/or subject the bidder or contractor to contract remedies or other sanctions. The facts supporting the request for changes must not have been known nor reasonably could have been known by the parties prior to entering into the subcontract. Bid shopping is prohibited. The bidder or contractor must negotiate with the subcontractor to resolve the problem. If requested by either party, the Department of Procurement Services shall facilitate such a meeting. Where there has been a mistake or disagreement about the scope of work, the MBE or WBE can be substituted only where an agreement cannot be reached for a reasonable price for the correct scope of work. Substitutions of a MBE or WBE subcontractor shall be permitted only on the following basis: a) Unavailability after receipt of reasonable notice to proceed; b) Failure of performance; c) Financial incapacity; d) Refusal by the subcontractor to honor the bid or proposal price or scope; e) Mistake of fact or law about the elements of the scope of work of a solicitation where a reasonable price cannot be agreed; M/WBE Special Conditions for Commodities & Work Services

84 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract f) Failure of the subcontractor to meet insurance, licensing or bonding requirements; g) The subcontractor's withdrawal of its bid or proposal; or h) De-certification of the subcontractor as a MBE or WBE (graduation from the MBE/WBE program does not constitute de-certification). i) Termination of a Mentor Protégé Agreement Procedure for Requesting Approval If it becomes necessary to substitute a MBE or WBE or otherwise change the Compliance Plan, the procedure will be as follows: a) The bidder or contractor must notify the Contract Compliance Officer and Chief Procurement Officer in writing of the request to substitute a MBE or WBE or otherwise change the Compliance Plan. The request must state specific reasons for the substitution or change. A letter from the MBE or WBE to be substituted or affected by the change stating that it cannot perform on the contract or that it agrees with the change in its cope of work must be submitted with the request. b) The City will approve or deny a request for substitution or other change within 15 business days of receipt of the written request. c) Where the bidder or contractor has established the basis for the substitution to the satisfaction of the Chief Procurement Officer, it must make Good Faith Efforts to meet the Contract Specific Goal by substituting a MBE or WBE subcontractor. Documentation of a replacement MBE or WBE, or of Good Faith Efforts, must meet the requirements in section 5. If the MBE or WBE Contract Specific Goal cannot be reached and Good Faith Efforts have been made, as determined by the Chief Procurement Officer, the bidder or contractor may substitute with a non-mbe or non-wbe. d) If a bidder or contractor plans to hire a subcontractor for any scope of work that was not previously disclosed in the Compliance Plan, the bidder or contractor must obtain the approval of the Chief Procurement Officer to modify the Compliance Plan and must make Good Faith Efforts to ensure that MBEs or WBEs have a fair opportunity to bid on the new scope of work. e) A new subcontract must be executed and submitted to the Contract Compliance Officer within five business days of the bidder s or contractor s receipt of City approval for the substitution or other change. The City shall not be required to approve extra payment for escalated costs incurred by the contractor when a substitution of subcontractors becomes necessary to comply with MBE/WBE contract requirements Non-Compliance and Damages Without limitation, the following shall constitute a material breach of this contract and entitle the City to declare a default, terminate the contract, and exercise those remedies provided for in the contract, at law or in equity: (1) failure to demonstrate Good Faith Efforts; and (2) disqualification as a MBE or WBE of the contractor or any joint venture partner, subcontractor or supplier if its status as an MBE or WBE was a factor in the award of the contract and such status was misrepresented by the contractor. Payments due to the contractor may be withheld until corrective action is taken. Pursuant to MCC or , as applicable, remedies or sanctions may include a penalty in the amount of the discrepancy between the amount of the commitment in the Compliance Plan, as such amount may be amended through change orders or otherwise over the term of the contract, and the amount paid to MBEs or WBEs, and disqualification from contracting or subcontracting on additional City contracts for up to three years. The consequences provided herein shall be in addition to any other criminal or civil liability to which such entities may be subject. M/WBE Special Conditions for Commodities & Work Services

85 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The contractor shall have the right to protest the final determination of non-compliance and the imposition of any penalty by the Chief Procurement Officer pursuant to MCC or , within 15 business days of the final determination Arbitration a) In the event a contractor has not complied with the contractual MBE/WBE percentages in its Schedule D, underutilization of MBEs/WBEs shall entitle the affected MBE/WBE to recover from the contractor damages suffered by such entity as a result of being underutilized; provided, however, that this provision shall not apply to the extent such underutilization occurs pursuant to a waiver or substitution approved by the City. The Ordinance and contracts subject thereto provide that any disputes between the contractor and such affected MBEs/WBEs regarding damages shall be resolved by binding arbitration before an independent arbitrator other than the City, with reasonable expenses, including attorney's fees, being recoverable by a prevailing MBE/WBE in accordance with these regulations. This provision is intended for the benefit of any MBE/WBE affected by underutilization and grants such entity specific third party beneficiary rights. Any rights conferred by this regulation are non-waivable and take precedence over any agreement to the contrary, including but not limited to those contained in a subcontract, suborder, or communicated orally between a contractor and a MBE/WBE. b) An MBE/WBE desiring to arbitrate shall contact the contractor in writing to initiate the arbitrative process. Except as otherwise agreed to in writing by the affected parties subject to the limitation contained in the last sentence of the previous paragraph, within ten (10) calendar days of the contractor receiving notification of the intent to arbitrate from the MBE/WBE the above-described disputes shall be arbitrated in accordance with the Commercial Arbitration Rules of the American Arbitration Association (AAA), a not-for-profit agency, with an office at 225 North Michigan Avenue, Suite 2527, Chicago, Illinois [Phone: (312) ; Fax: (312) ]. All such arbitrations shall be initiated by the MBE/WBE filing a demand for arbitration with the AAA; shall be conducted by the AAA; and held in Chicago, Illinois. c) All arbitration fees are to be paid pro rata by the parties, however, that the arbitrator is authorized to award reasonable expenses, including attorney and arbitrator fees, as damages to a prevailing MBE/WBE. d) The MBE/WBE must send the City a copy of the Demand for Arbitration within ten (10) calendar days after it is filed with the AAA. The MBE/WBE also must send the City a copy of the decision of the arbitrator within ten (10) calendar days of receiving such decision. Judgment upon the award rendered by the arbitrator may be entered in any court of competent jurisdiction Equal Employment Opportunity Compliance with MBE and WBE requirements will not diminish or supplant equal employment opportunity and civil rights provisions as required by law. M/WBE Special Conditions for Commodities & Work Services

86 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Attachment A Assist Agencies Alliance of Business Leaders & Entrepreneurs (ABLE) 150 N. Michigan Ave. Suite 2800 Chicago, IL Phone: (312) Fax: (312) Web: Alliance of Minority and Female Contractors c/o Federation of Women Contractors 5650 S. Archer Avenue Chicago, IL Phone: (312) Fax: (312) American Brotherhood of Contractors Business Development Center S. Elizabeth Chicago, IL Phone: (773) Fax: (773) Web: Asian American Institute 4753 N. Broadway St. Suite 904 Chicago, IL Phone: (773) Fax: (773) Web: Association of Asian Construction Enterprises 333 N. Ogden Avenue Chicago, IL Phone: (847) nakmancorp@aol.com Black Contractors United 400 W. 76 th Street, Suite 200 Chicago, IL Phone: (773) Fax: (773) Web: Federation of Women Contractors 5650 S. Archer Avenue Chicago, IL Phone: (312) Fax: (312) Web: Hispanic American Construction Industry Association (HACIA) 901 West Jackson Boulevard, Suite 205 Chicago, IL Phone: (312) Fax: (312) Web: Illinois Black Chamber of Commerce 331 Fulton Street, Suite 530 Peoria, IL Phone: (309) Fax: (309) Illinois Hispanic Chamber of Commerce 855 W. Adams, Suite 100 Chicago, IL Phone: (312) Fax: (312) Web: Latin American Chamber of Commerce 3512 West Fullerton Avenue Chicago, IL Phone: (773) Fax: (773) Web: National Association of Women Business Owners Chicago Chapter 230 E. Ohio, Suite 400 Chicago, IL Phone: (312) Fax: (312) Web: M/WBE Special Conditions for Commodities & Work Services

87 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Chatham Business Association Small Business Development, Inc S. Cottage Grove Avenue Chicago, IL Phone: (773) Fax: (773) Web: Chicago Area Gay & Lesbian Chamber of Commerce 3656 N. Halsted Chicago, IL Phone: (773) Fax: (773) Web: Chicago Minority Supplier Development Council, Inc. 105 W. Adams, Suite 2300 Chicago, IL Phone: (312) Fax: (312) Web: Chicago Urban League 4510 S. Michigan Ave. Chicago, IL Phone: (773) Fax: (773) Web: Chicago Women in Trades (CWIT) 4425 S. Western Blvd. Chicago, IL Phone: (773) Fax: (312) Web: Coalition for United Community Labor Force 1253 W. 63 rd Street Chicago, IL Phone: (312) National Organization of Minority Engineers 33 West Monroe, Suite 1540 Chicago, IL Phone: (312) Fax: (312) Web: Rainbow/PUSH Coalition International Trade Bureau 930 E. 50 th Street Chicago, IL Phone: (773) Fax: (773) Web: South Shore Chamber, Incorporated Black United Funds Bldg E. 71 st Street Chicago, IL Phone: (773) Suburban Minority Contractors Association 1250 Grove Ave. Suite 200 Barrington, IL Phone: (847) Fax: (847) Web: United Neighborhood Organization (UNO) 954 W. Washington Blvd., 3 rd Floor Chicago, IL Phone: (312) Fax: (312) Web: Uptown Center Hull House 4520 N. Beacon Street Chicago, IL Phone: (773) Fax: (773) Web: M/WBE Special Conditions for Commodities & Work Services

88 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Cosmopolitan Chamber of Commerce 203 N. Wabash, Suite 518 Chicago, IL Phone: (312) Fax: (312) Web: Englewood Black Chamber of Commerce P.O. Box Chicago, IL Women Construction Owners & Executives (WCOE) Chicago Caucus 308 Circle Avenue Forest Park, IL Phone: (708) Fax: (708) Web: Women s Business Development Center 8 South Michigan Ave., Suite 400 Chicago, IL Phone: (312) Fax: (312) Web: January 2012 M/WBE Special Conditions for Commodities & Work Services

89 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Attachment B - Sample Format for Requesting Assist Agency Comments on Bidder s Request for Reduction or Waiver of MBE/WBE Goals On Bidder/Proposer s Letterhead SEND TO THE ASSIST AGENCIES DO NOT SEND TO THE CITY RETURN RECEIPT REQUESTED (Date) Project Description: Uniforms and Commissary Related Services Specification No.: (Assist Agency Name and Address SEND TO THE ASSIST AGENCIES DO NOT SEND TO THE CITY) Dear : (Bidder/Proposer) intends to submit a bid/proposal in response to the above referenced specification with the City of Chicago. Bids are due advertised specification with the City of Chicago. The following areas have been identified for subcontracting opportunities on both a direct and indirect basis: Our efforts to identify potential subcontractors have not been successful in order to meet the Disadvantaged/ Minority/Women Business Enterprise contract goal. Due to the inability to identify an appropriate DBE/MBE/WBE firm certified by the City of Chicago to participate as a subcontractor or joint venture partner, a request for the waiver of the contract goals will be submitted. If you are aware of such a firm, please contact Name of Company Representative at Address/Phone within (10) ten business days of receipt of this letter. Under the City of Chicago s MBE/WBE/DBE Ordinance, your agency is entitled to comment upon this waiver request to the City of Chicago. Written comments may be directed within ten (10) working days of your receipt of this letter to: Monica Jimenez, Deputy Procurement Officer Department of Procurement Services City of Chicago 121 North La Salle Street, Room 806 Chicago, Illinois If you wish to discuss this matter, please contact the undersigned at. Sincerely, M/WBE Special Conditions for Commodities & Work Services

90 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Schedule B: Affidavit of Joint Venture (MBE/WBE) Project Description: Uniforms and Commissary Related Services Specification No.: This form need not be submitted if all joint venturers are MBEs and/or WBEs. In such a case, however, a written joint venture agreement among the MBE and WBE venturers must be submitted. In all proposed joint ventures, each MBE and/or WBE venturer must submit a copy of their current Letter of Certification. All information requested on this schedule must be answered in the spaces provided. Do not refer to your joint venture agreement except to expand on answers provided on this form. If additional space is required, additional sheets may be attached. 1. Name of joint venture: Address of joint venture: Phone number of joint venture: 2. Identify each non-mbe/wbe venturer(s): Name of Firm: Address: Phone: Contact person for matters concerning MBE/WBE compliance: 3. Identify each MBE/WBE venturer(s): Name of Firm: Address: Phone: Contact person for matters concerning MBE/WBE compliance: 4. Describe the role(s) of the MBE and/or WBE venturer(s) in the joint venture: M/WBE Special Conditions for Commodities & Work Services

91 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Attach a copy of the joint venture agreement. In order to demonstrate the MBE and/or WBE venturer's share in the ownership, control, management responsibilities, risks and profits of the joint venture, the proposed joint venture agreement must include specific details related to: (1) the contributions of capital and equipment; (2) work items to be performed by the MBE/WBEs own forces; (3) work items to be performed under the supervision of the MBE/WBE venturer; and (4) the commitment of management, supervisory and operative personnel employed by the MBE/WBE to be dedicated to the performance of the project. 6. Ownership of the Joint Venture. a. What are the percentage(s) of MBE/WBE ownership of the joint venture? MBE/WBE ownership percentage(s) Non-MBE/WBE ownership percentage(s) b. Specify MBE/WBE percentages for each of the following (provide narrative descriptions and other detail as applicable): i. Profit and loss sharing: ii. Capital contributions: 1. Dollar amounts of initial contribution: 2. Dollar amounts of anticipated on-going contributions: c. Contributions of equipment (Specify types, quality and quantities of equipment to be provided by each venturer): d. Other applicable ownership interests, including ownership options or other agreements which restrict or limit ownership and/or control: e. Provide copies of all written agreements between venturers concerning this project. f. Identify each current City of Chicago contract (and each contract completed during the past two (2) years) by a joint venture of two or more firms participating in this joint venture: 7. Control of and Participation in the Joint Venture. Identify by name and firm those individuals who are, or will be, responsible for, and have the authority to engage in the following management functions and policy decisions. (Indicate any limitations to their authority such as dollar limits and co-signatory requirements.): a. Joint venture check signing: M/WBE Special Conditions for Commodities & Work Services

92 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract b. Authority to enter contracts on behalf of the joint venture: c. Signing, co-signing and/or collateralizing loans: d. Acquisition of lines of credit: e. Acquisition and indemnification of payment and performance bonds: f. Negotiating and signing labor agreements: g. Management of contract performance. (Identify by name and firm only): i. Supervision of field operations: ii. Major purchases: iii. Estimating: M/WBE Special Conditions for Commodities & Work Services

93 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract iv. Engineering: 8. Financial Controls of joint venture: a. Which firm and/or individual will be responsible for keeping the books of account? b. Identify the managing partner, if any, and describe the means and measure of their compensation: c. What authority does each venturer have to commit or obligate the other to insurance and bonding companies, financing institutions, suppliers, subcontractors, and/or other parties participating in the performance of this contract or the work of this project? 9. State the approximate number of operative personnel (by trade) needed to perform the joint ventures work under this contract. Indicate whether they will be employees of the non- MBE/WBE firm, the MBE/WBE firm, or the joint venture. Trade Non-MBE/WBE Firm (Number) MBE/WBE (Number) Joint Venture M/WBE Special Conditions for Commodities & Work Services

94 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Note: If any personnel proposed for this project will be employees of the joint venture: Are any proposed joint venture employees currently employed by either venturer? Currently employed by non-mbe/wbe (number) Employed by MBE/WBE Identify by name and firm the individual who will be responsible for hiring joint venture employees: Which venturer will be responsible for the preparation of joint venture payrolls? Please state any material facts of additional information pertinent to the control and structure of this joint venture. M/WBE Special Conditions for Commodities & Work Services

95 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The undersigned affirms that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operations of our joint venture and the intended participation of each venturer in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete and accurate information regarding actual joint venture work and the payment therefore, and any proposed changes in any provision of the joint venture agreement, and to permit the audit and examination of the books, records and files of the joint venture, or those of each venturer relevant to the joint venture by authorized representatives of the City or the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under federal or state laws concerning false statements. Note: If, after filing this Schedule B and before the completion on the joint ventures work on the project, there is any change in the information submitted, the joint venture must inform the City of Chicago, either directly or through the prime contractor if the joint venture is a subcontractor. Name of MBE/WBE Partner Firm Signature of Affiant Name and Title of Affiant Date Name of Non-MBE/WBE Partner Firm Signature of Affiant Name and Title of Affiant Date On this day of, 20, the above-signed officers Names of affiants:, personally appeared and, known to me be the persons described in the foregoing Affidavit, acknowledged that they executed the same in the capacity therein stated and for the purpose therein contained. IN WITNESS WHEREOF, I hereunto set my hand and official seal. Notary Public Signature: (Seal) Commission Expires: M/WBE Special Conditions for Commodities & Work Services

96 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Schedule C-1: Letter of Intent From MBE/WBE To Perform As Subcontractor, Supplier and/or Consultant Project Description: Uniforms and Commissary Related Services Specification No.: From: MBE: Yes No (Name of MBE or WBE Firm) WBE: Yes No To: and the City of Chicago: (Name of Prime Contractor) The undersigned is prepared to perform the following services or supplies in connection with the above named project/contract. On a separate sheet, fully describe the MBE or WBE proposed scope of work and/or payment schedule, including a description of the commercially useful function being performed. Attach additional sheets as necessary: The above described performance is offered for the following price and described terms of payment: $ % SUB-SUBCONTRACTING LEVELS A zero (0) must be shown in each blank if the MBE or WBE will not be subcontracting any of the work listed or attached to this schedule. % of the dollar value of the MBE or WBE subcontract that will be subcontracted to non-mbe/wbe contractors. % of the dollar value of the MBE or WBE subcontract that will be subcontracted to MBE or WBE contractors. NOTICE: If any of the MBE or WBE scope of work will be subcontracted, list the name of the vendor and attach an explanation and description of the services of the work that will be subcontracted. MBE/WBE credit will not be given for work subcontracted to non-mbe/wbe contractors, except for as allowed in the Special Conditions Regarding Minority Business Enterprise Commitment and Women Business Enterprise Commitment. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor, conditioned upon your execution of a contract with the City of Chicago, within three (3) business days of your receipt of a signed contract from the City of Chicago. The undersigned has entered into a formal written mentor protégé agreement as a subcontractor/protégé with you as a Prime Contractor/mentor: ( ) Yes ( ) No NOTICE: THIS SCHEDULE AND ATTACHMENTS REQUIRE ORIGINAL SIGNATURES. Signature of Owner, President, or Authorized Agent of MBE or WBE Date Name AND Title (Print) Phone Number Address ALL SCHEDULE C-1s MUST BE SUBMITTED AT THE TIME OF BID SUBMITTAL M/WBE Special Conditions for Commodities & Work Services

97 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Schedule D-1: Affidavit of Implementation of MBE/WBE Goals and Participation Plan A COMPLETED SCHEDULE D-1 MUST BE SUBMITTED AT THE TIME OF BID SUBMITTAL. Project Description: Butterfly Valves Specification No.: State of County (City) of I HEREBY DECLARE AND AFFIRM that I am duly authorized representative of: Name of Bidder and that I have personally reviewed the material and facts set forth herein describing our proposed plan to achieve the MBE/WBE goals of this contract. All MBE/WBE firms included in this plan have been certified as such by the City of Chicago or Cook County (Letters of Certification Attached). I. Direct Participation of MBE/WBE Firms (Note: The bidder shall, in determining the manner of MBE/WBE participation, first consider involvement with MBE/WBE firms as joint venture partners, subcontractors, and suppliers of goods and services directly related to the performance of this contract.) A. If bidder is a certified MBE or WBE firm, attach copy of City of Chicago Letter of Certification. (Certification of the bidder as a MBE satisfies the MBE goal only. Certification of the bidder as a WBE satisfies the WBE goal only.) B. If bidder is a joint venture and one or more joint venture partners are certified MBEs or WBEs, attach copies of Letters of Certification and a copy of Joint Venture Agreement clearly describing the role of the MBE/WBE firm(s) and its ownership interest in the joint venture. C. MBE/WBE subcontractors/suppliers/consultants: 1. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % M/WBE Special Conditions for Commodities & Work Services

98 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: 1 % Total Participation % 2. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 3. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 4. Name of MBE/WBE: Address: Contact Person : 1 The Prime Contractor may claim an additional percent participation credit (up to a maximum of five (5) percent) for every one (1) percent of the value of the contract performed by the MBE/WBE protégé firm. M/WBE Special Conditions for Commodities & Work Services

99 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 5. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 6. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 7. Attach additional sheets as needed. M/WBE Special Conditions for Commodities & Work Services

100 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract All Schedule C-1s and Letters of Certification not submitted with bid/proposal must be submitted so as to assure receipt by the Contract Administrator within ten (10) calendar days after bid opening (or proposal due date.) II. Indirect Participation of MBE/WBE Firms (Note: This section does need not to be completed if the MBE/WBE goals have been met through the direct participation outlined in Section I. If the MBE/WBE goals have not been met through direct participation, contractor will be expected to demonstrate that the proposed MBE/WBE direct participation represents the maximum achievable under the circumstances. Only after such a demonstration will indirect participation be considered.) MBE/WBE subcontractors/suppliers/consultants proposed to perform work or supply goods or services where such performance does not directly relate to the performance of this contract: 1. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 2. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 3. Name of MBE/WBE: Address: M/WBE Special Conditions for Commodities & Work Services

101 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 4. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm: MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 5. Name of MBE/WBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: $ % Type of Firm:MBE WBE Non-MBE/WBE Mentor Protégé Agreement (attach executed copy): ( ) Yes ( ) No Add l Percentage Claimed: % Total Participation % 6. Attach additional sheets as needed. M/WBE Special Conditions for Commodities & Work Services

102 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract * All Schedule C-1s and Letters of Certification not submitted with bid/proposal must be submitted so as to assure receipt by the Contract Administrator within ten (10) calendar days after bid opening (or proposal due date). III. Summary of MBE/WBE Proposal: A. MBE Proposal MBE Direct Participation (from Section I.) MBE Firm Name Dollar Amount Percent $ % $ % $ % Total Direct MBE Participation $ % MBE Indirect Participation (from Section II.) MBE Firm Name Dollar Amount Percent $ % $ % $ % Total Indirect MBE Participation $ % Dollar Amount Total MBE Direct and Indirect Participation $ Percent % B. WBE Proposal WBE Direct Participation (from Section I.) WBE Firm Name Dollar Amount Percent $ % $ % $ % Total Direct WBE Participation $ % WBE Indirect Participation (from Section II.) WBE Firm Name Dollar Amount Percent $ % $ % $ % M/WBE Special Conditions for Commodities & Work Services

103 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Total Indirect WBE Participation $ % Dollar Amount Percent Total WBE Direct and Indirect Participation $ % To the best of my knowledge, information, and belief, the facts and representations contained in this Schedule are true, and no material facts have been omitted. The Contractor designates the following person as their MBE/WBE Liaison Officer: Name: Phone Number: I do solemnly declare and affirm under penalties of perjury that the contents of the foregoing document are true and correct, and that I am authorized, on behalf of the contractor, to make this affidavit. Signature of affiant: Date: State of County of This instrument was acknowledged before me on (date) by (name /s of person/s) as (type of authority, e.g., officer, trustee, etc.) of (name of party on behalf of whom instrument executed) Notary Public Signature: (Seal) Commission Expires: A COMPLETED SCHEDULE D-1 MUST BE SUBMITTED AT THE TIME OF BID SUBMITTAL. M/WBE Special Conditions for Commodities & Work Services

104 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 7. INSURANCE REQUIREMENTS The Contractor must provide and maintain for the life of this Contract and at Contractor's own expense, until Contract completion and during the time period following final completion if Contractor is required to return and perform any additional work, the insurance coverage and requirements specified below, insuring all operations related to the Contract Insurance to be Provided Workers Compensation and Employers Liability Workers Compensation Insurance, as prescribed by applicable law covering all employees who are to provide a service under this Contract and Employers Liability coverage with limits of not less than $100,000 each accident, illness or disease Commercial General Liability (Primary and Umbrella) Commercial General Liability Insurance or equivalent with limits of not less than $2,000,000 per occurrence for bodily injury, personal injury, and property damage liability. Coverages must include the following: All premises and operations, products/completed operations, explosion, collapse, underground, separation of insureds, defense, and contractual liability (with no limitation endorsement). The City of Chicago is to be named as an additional insured on a primary, noncontributory basis for any liability arising directly or indirectly from the work. Subcontractors performing work for the Contractor must maintain limits of not less than $1,000,000 with the same terms herein Automobile Liability (Primary and Umbrella) When any motor vehicles (owned, non-owned and hired) are used in connection with work to be performed, the Contractor must provide Automobile Liability Insurance with limits of not less than $1,000,000 per occurrence for bodily injury and property damage. The City of Chicago is to be named as an additional insured on a primary, non-contributory basis. Subcontractors performing work for the Contractor must maintain limits of not less than $1,000,000 with the same terms herein Property The Contractor must be responsible for all loss or damage to personal property (including but not limited to material, equipment, tools and supplies), owned, used, leased, or rented, by Contractor. The Contractor must be responsible for all loss or damage to City of Chicago property at full replacement cost Additional Requirements The Contractor must furnish the City of Chicago, Department of Procurement Services, City Hall, Room 806, 121 North LaSalle Street, Chicago, Illinois 60602, original Certificates of Insurance, or such similar evidence, to be in force on the date of this Contract, and Renewal Certificates of Insurance, or such similar evidence, if the coverages have an expiration or renewal date occurring during the term of this Contract. The Contractor must submit evidence of insurance on the City of Chicago Insurance Certificate Form (copy attached as an exhibit) or equivalent prior to Contract award. The receipt of any certificate does not constitute agreement by the City that the insurance requirements in the Contract have been fully met or that the insurance policies indicated on the certificate are in compliance with all Contract requirements. The failure of the City to obtain certificates or other insurance evidence from Contractor is not a waiver by the City of any requirements for the Contractor to obtain and maintain the specified coverages. The Contractor must advise all insurers of the Contract provisions regarding insurance. Non-conforming insurance does not relieve Contractor of the obligation to provide insurance as specified herein. No fulfillment of the insurance conditions may constitute a violation of the Contract, and the City retains the right to stop work until proper evidence of insurance is provided, or the Contract may be terminated. Contractor must furnish Certificates Insurance of Coverage of any or all insurance policies listing the City as an additional insured upon request by the Chief Procurement Officer. All Certificates Insurance of Coverage must be signed, dated and reference the City contract number. The insurance must provide for sixty (60) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non-renewed. Any deductibles or self-insured retentions on referenced insurance coverages must be borne by Contractor. The Contractor agrees that insurers waive their rights of subrogation against the City of Chicago, its employees, elected officials, agents, or representatives. Insurance Requirements 97

105 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract The coverages and limits furnished by Contractor in no way limit the Contractor's liabilities and responsibilities specified within the Contract or by law. Any insurance or self-insurance programs maintained by the City of Chicago do not contribute with insurance provided by the Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or limited liability company and each of its separate constituent entities as named insureds. The Contractor must require all subcontractors to provide the insurance required herein, or Contractor may provide the coverages for subcontractors. All subcontractors are subject to the same insurance requirements of Contractor unless otherwise specified in this Contract. If Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Chicago Risk Management Department maintains the right to modify, delete, alter or change these requirements. Insurance Requirements 98

106 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 8. ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT (EDS) 8.1. Online EDS Filing Required Prior To Bid Opening The Bidder must prepare an online EDS prior to the bid opening date. A BIDDER THAT DOES NOT PREPARE AN ELECTRONIC EDS PRIOR TO THE BID OPENING WILL BE FOUND NON-RESPONSIVE AND ITS BID WILL BE REJECTED. NOTE: A. Filing an EDS Information Update does NOT satisfy the requirement to file an electronic EDS prior to bid opening. B. Filing an EDS in a hard copy or paper copy form does NOT satisfy the requirement to file an electronic EDS prior to bid opening. C. Filing an EDS for another mater (different bid, contract, etc.) does NOT satisfy the requirement to file an electronic EDS prior to bid opening. D. When completing the online EDS, please choose the Department of Procurement Services as the City agency or department that is requesting the EDS Online EDS Web Link The web link for the Online EDS is Online EDS Number Upon completion of the online EDS submission process, the Bidder will be provided an EDS number. Bidders should provide this number here: EDS Number: 8.4. Online EDS Certification of Filing Upon completion of the online submission process, the Bidder will be able to print a hard copy Certificate of Filing. The Bidder should submit the signed Certificate of Filing with its bid. Please insert your Certification of Filing following this page. A Bidder that does not include a signed Certificate of Filing with its bid must provide it upon the request of the Chief Procurement Officer. Economic Disclosure Statement and Affidavit (EDS) 99

107 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Preparation Checklist for Registration To expedite and ease your registration process, we recommend that you collect the following information prior to registering for an Online EDS user account: 1. Invitation number, if you were provided an invitation number. 2. EDS document from previous years, if available. 3. address to correspond with the Online EDS system. 4. Company Information: a. Legal Name b. FEIN/SSN c. City of Chicago Vendor Number, if available. d. Address and phone number information that you would like to appear on your EDS documents. e. EDS Captain. Check for an EDS Captain in your company - this maybe the person that usually submits EDS for your company or the first person that registers for your company Preparation Checklist for EDS Submission To expedite and ease your EDS submission, we recommend that you collect the following information prior to updating your EDS information online. Items #1 through #7 are needed for both EDS information updates and contract related EDS documents: Invitation number, if you were provided with an invitation number. 2. Site address that is specific to this EDS. 3. Contact that is responsible for this EDS. 4. EDS document from previous years, if available. 5. Ownership structure and if applicable, owners company information: a. % of ownership b. Legal Name c. FEIN/SSN d. City of Chicago Vendor Number, if available. e. Address 6. List of directors, officers, titleholders, etc. (if applicable). For partnerships/llc/llp/joint ventures, etc.; List of controlling parties (if applicable). Items #8 and #9 are needed ONLY for contract related EDS documents: 1. Contract related information (if applicable): a. City of Chicago contract package b. Cover page of City of Chicago bid/solicitation package c. If EDS is related to a mod, then cover page of your current contract with the City. 2. List of subcontractors and retained parties: a. Name Economic Disclosure Statement and Affidavit (EDS) 100

108 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract b. Address c. Fees Estimated or paid 8.7. EDS Frequently Asked Questions Q: Where do I file? A: The web link for the Online EDS is Q: How do I get help? A: If there is a question mark on a page or next to a field, click on the question mark for help filling out the page or field. You may also consult the User Manual and the Training Videos available on the left menu. Q: Why do I have to submit an EDS? A: The Economic Disclosure Statement (EDS) is required of applicants making an application to the City for action requiring City Council, City department or other City agency approval. For example, all bidders seeking a City contract are required to submit an EDS. Through the EDS, applicants make disclosures required by State law and City ordinances and certify compliance with various laws and ordinances. An EDS is also required of certain parties related to the applicant, such as owners and controlling parties. Q: Who is the Applicant? A: Applicant means any entity or person making an application to the City for action requiring City Council or other City agency approval. The applicant does not include owners and parent companies. Q: Who is the Disclosing Party? A: Disclosing Party means any entity or person submitting an EDS. This includes owners and parent companies. Q: What is an entity or legal entity? A: Entity or Legal Entity means a legal entity (for example, a corporation, partnership, joint venture, limited liability company or trust). Q: What is a person for purposes of the EDS? A: Person means a human being. Q: Who must submit an EDS? A. An EDS must be submitted in any of the following three circumstances: Applicants: An Applicant must always file this EDS. If the Applicant is a legal entity, state the full name of that legal entity. If the Applicant is a person acting on his/her own behalf, state his/her name. Entities holding an interest: Whenever a legal entity has a beneficial interest (E. G. direct or indirect ownership) of more than 7.5% in the Applicant, each such legal entity must file an EDS on its own behalf. Controlling entities: Whenever a Disclosing Party is a general partnership, limited partnership, limited liability company, limited liability partnership or joint venture that has a general partner, managing member, manager or other Economic Disclosure Statement and Affidavit (EDS) 101

109 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract entity that can control the day-to-day management of the Disclosing Party, that entity must also file an EDS on its own behalf. Each entity with a beneficial interest of more than 7.5% in the controlling entity must also file an EDS on its own behalf. Q: What information is needed to submit an EDS? A: The information contained in the Preparation Checklist for EDS submission. Q: I don t have a user ID & password. Can I still submit an Online EDS? A: No. You must register and create a user ID and password before submitting an Online EDS. Q: What information is needed to request a user ID & password for Online EDS? A: The information contained in the Preparation Checklist for Registration is needed to request a login for the Online EDS. Q: I already have a username and password from another City web site (City Web Portal, Department of Construction and Permits, Department of Consumer Services, etc.). Can I log-in the Online EDS with that account? A: Usually not. The Online EDS uses a user ID and password system that is shared by the Public Vehicle Advertising and Water Payment web sites. You may use a username and password from those sites by answering Yes to Is this an existing City of Chicago user ID? when registering. Other usernames and passwords will not be automatically recognized. However, you may choose to create an identical username for the Online EDS if it is not already taken. Q: I don t have an address. How do I submit an Online EDS? A: You cannot get an account to submit an online EDS without an address. If you need an address, we suggest that you use a free internet provider such as or rnail.google.com to open an account. The City does not endorse any particular free internet provider. Public computers are available at all Chicago Public Library branches. Q: I forgot my user ID. Can I register again? A: No. If you are the EDS Captain of your organization, please contact the Department of Procurement Services at If you are an EDS team member, contact your EDS Captain, who can look up your user ID. Q: Who is the EDS Captain? A: The EDS Captain is a person who performs certain administrative functions for an organization which files an EDS. Each organization registered with the Online EDS has at least one EDS Captain. There may be co-captains, who are all equal. EDS Captains approve new users, change contact information for an organization and de-active accounts of employees who have left the organization. Please see the User Manual for more information. Q: Why do we need EDS Captains? A: The Online EDS is designed to be a self-service web application which allows those doing or seeking to do business with the City to perform as many routine functions as possible without City intervention. Because many organizations have multiple staff filing an EDS, the EDS Captain role allows those organizations to self-manage the contact information and users. Economic Disclosure Statement and Affidavit (EDS) 102

110 Q: Who is the EDS team? Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract A: The EDS team for an organization is everyone who is registered to file an EDS on behalf of the organization. Q: I forgot my password. What should I do? A: To retrieve a temporary password, click the Forgot your password? link on the login page. Enter your user ID that you provided when you registered your account. The system will automatically generate a temporary password and send it to you. When you log-in with your temporary password, you will be asked to create a new password. Q: How do I complete an Online EDS? A: Click on Create New after logging in. The Online EDS system will walk you through the EDS questions. Please see the User Manual for details. Q: How do I fill out a Disclosure of Retained Parties? A: There is no longer a separate Disclosure of Retained Parties filing. After logging in, click on Create New. Answer (click) Contract to Is this EDS for a contract or an EDS information update? Click Fill out EDS and click on the Retained Parties tab. When finished, click on Ready to Submit. Q: How do I attach documents? A: Attachments are discouraged. If at all possible, please provide a concise explanation in the space provided in the online form. Attachments with pages of officers are not acceptable. Names of officers must be typed into the system. If you must provide an attachment for another reason, please send it to your City of Chicago contact (contract administrator or negotiator for procurements) and they will attach it for you. Documents can be sent in PDF (preferred), Word or paper format. Q: Who can complete an Economic Disclosure Statement online? A: Any authorized representative of your business with a user ID and password can complete your EDS online. One person, such as an assistant, can fill in the information and save it and another person can review and electronically sign the Online EDS. Q: What are the benefits of filing my Economic Disclosure statement electronically? A: Filing electronically reduces the chance of filing an incomplete EDS and speeds up the processing of contract awards. A certificate of filing can be printed at the completion of the process and inserted into your bid package. The biggest benefit for those who frequently do business with the City is that after the first EDS, each EDS is much easier to fill out because noncontract specific information is pre-filled from the last submitted EDS. Q: Will my information be secure? A: Yes. When making your internet connection to our Web Server, you will connect through a Secure Socket Layer (SSL for short) to the Online EDS login page. All information you type will be protected using strong encryption. Within the login page, you will provide us with a user ID, password and secret question for user authentication, only you will have knowledge of this unique identification information. Q: I am filing electronically. How do I sign my EDS? Economic Disclosure Statement and Affidavit (EDS) 103

111 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract A: Once you have completed the EDS, you will be prompted to enter your password and answer to your secret question. Together, these will serve as your electronic signature. Although you will also print and physically sign an EDS certification of filing as a notice that your EDS was filed, your EDS is complete as a legal document with only the electronic filing. Q: My address has changed. How can I update my information? A: You must be an EDS Captain for your organization to update this. Log-in and click on Vendor Admin, Site Administration. Select the appropriate site and click edit. Q: I have more questions. How can I contact the Department of Procurement Services? A: Please contact the contract administrator or negotiator assigned to your solicitation or contract. You may call DPS at between 8:30 AM and 5:00 PM Central Time. Q: Can I save a partially complete EDS? A: Yes. Click Save. To avoid data loss, we recommend you save your work periodically while filling out your EDS. Q: Do I have to re-type my information each time I submit an EDS? A: No. The system will remember non-contract specific information from your last submitted EDS for one year. This information will be filled-in for you in your new EDS. You will have an opportunity to correct it if it has changed since your last filing. When you submit your new EDS, the information is saved and the one-year clock begins running anew. Q: What are the system requirements to use the Online EDS? A: The following are minimum requirements to use the Online EDS: A PDF viewer such as Adobe Reader is installed and your web browser is configured to display PDFs automatically. You may download and install Adobe Reader free at Your web browser is set to permit running of JavaScript. Your web browser allows cookies to be set for this site. Please note that while we use cookies in the Online EDS, we do not use them to track personally identifiable information, so your privacy is maintained. Your monitor resolution is set to a minimum of 1024 x 768. While not required to submit an EDS, if you wish to view the training videos, you must have Adobe Flash Plugin version 9 or higher, speakers and sound. Please note that very old computers may not be able to run Adobe Flash and will not be able to play the training videos. In that case, we encourage you to seek help using the Online EDS Manuals. You may download and install Adobe Flash Plugin free at htty://get.adobe.comiflashplayer The Online EDS has been tested on Internet Explorer 6.0, 7.0, Firefox 2.0 and 3.0 on Windows XP and Mac OS X. Although it should work on other browsers and operating systems, the City of Chicago cannot guarantee compatibility. Economic Disclosure Statement and Affidavit (EDS) 104

112 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 9. PROPOSAL PAGES Proposal page(s) follow. Remainder of page intentionally blank. Proposal Pages 105

113 Bid/Proposal pricing for all commodity and/or service line items must be based on the standard unit of measure indicated below. Pricing on alternate units of measure may not be accepted. Unit costs must be limited to three decimal places. Each quote must be signed and unit price, extended price and total price must be typed or written in ink. Quotes on "or equal" items must be identified as "alternate" to specified item on the comment line. If quoting an alternate, indicate manufacturer name, model/part/catalog number and attach descriptive literature. Alternate items may not be accepted. Any exceptions to items specified or other terms must be clearly indicated on the bid. Spec# Page 1 of 13 City of Chicago Catalog RFQ - No Group Lines PU085I RFQ Header Information Please Respond By 1/22/2014 RFQ Number 4434 RFQ Description Special Instructions Ship To Location 336 Your Quote is Effective as of 1/22/2014 For More Information Please Contact STACY STEWART RFQ Status In Process CHICAGO FIRE DEPARTMENT UNIFORMS AND COMMISSARY RELATED SERVICES RFQ Header Details Contract Type WORK SERVICES / FACILITIES MAINT. Specification Target Market NO Procurement Type Advertise Date 12/13/2013 Bid Deposit Required NO WEB BID Edit Rules ALL Compliance Officer Compliance Type Description Percentage Type Desc Required % Minority Owned Business Enterprise Target Percentage Rate % Women Owned Business Enterprise Target Percentage Rate 4.50 % Run Time: 12/03/13 11:40:40

114 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 1 Goods BARS, SERVICE, UNIFORM - MEETING CHICAGO FIRE DEPT. SPEC. NO Estimated Usage Price Discount or Markup % Each 4500 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 2 Goods BELTS, TROUSER, DRESS UNIFORM - VARIOUS SIZES, MEETING SPEC. NO Goods BELTS, FIREFIGHTER, UTILITY - VARIOUS SIZES, MEETING SPEC. NO Goods BELTS, FIREFIGHTER, UTILITY - HAZ MAT VARIOUS SIZES, MEETING SPEC. NO Goods BOOTS, FIREFIGHTERS, HIPPERS, THREE QUARTER LENGTH, MEN'S & WOMEN'S - VARIOUS SIZES, MEETING SPEC. NO Goods BELT, BUCKLES - MEETING SPEC. NO GOLD 2 1/2 IN. X 2 1/2 IN. Each 7000 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Each 30 $ (N/A) $ (N/A) Pair 40 $ (N/A) $ (N/A) Each 400 $ (N/A) $ (N/A) 7 Goods BELT, BUCKLES - MEETING SPEC. NO SILVER 2 1/2 IN. X 2 1/2 IN. 8 Goods CAPS, DRESS UNIFORM FOR CHIEF OFFICER (ENGLISH DRAPE STYLE) - 6 GOLD CLOUDS - VARIOUS SIZES, MEETING SPEC. NO A 9 Goods CAPS, DRESS UNIFORM FOR ASSISTANT OFFICER (ENGLISH DRAPE STYLE) - VARIOUS SIZES W/4 GOLD CLOUDS, MEETING SPEC. NO B 10 Goods CAPS, DRESS UNIFORM FOR BATTALION CHIEFS (ENGLISH DRAPE STYLE) - VARIOUS SIZES W/2 GOLD CLOUDS, MEETING SPEC. NO C 11 Goods CAPS, DRESS UNIFORM FOR COMMANDERS (ENGLISH DRAPE STYLE) - VARIOUS SIZES W/2 SILVER CLOUDS, MEETING SPEC. NO D 12 Goods CAPS, DRESS UNIFORM FOR CAPTAINS, LT., EMS OFFICERS (ENGLISH DRAPE - VARIOUS SIZES, MEETING SPEC. NO Each 2500 $ (N/A) $ (N/A) Each 40 $ (N/A) $ (N/A) Each 75 $ (N/A) $ (N/A) Each 176 $ (N/A) $ (N/A) Each 20 $ (N/A) $ (N/A) Each 550 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 2 of 13

115 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 13 Goods CAPS, DRESS UNIFORM FOR ENGINEERS, FIREFIGHTERS AND PARAMEDICS - VARIOUS SIZES, MEETING SPEC. NO Estimated Usage Price Discount or Markup % Each 1200 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 14 Goods CAP, BASEBALL - BASEBALL CAP MEETING SPEC. NO Each 1500 $ (N/A) $ (N/A) 15 Goods CAPS, UNIFORM - SKULL CAP MEETING CFD SPEC. NO Each 400 $ (N/A) $ (N/A) 16 Goods COATS, TOP, DRESS UNIFORM - MEETING SPEC. NO A, MALE, VARIOUS SIZES 17 Goods COATS, TOP, DRESS UNIFORM - MEETING SPEC. NO B, FEMALE, VARIOUS SIZES 18 Goods COATS, SHORT, DRESS UNIFORM, BLOUSE ALL RANK, MALE - MEETING SPEC. NO , GOLD BUTTONS, VARIOUS SIZES. MEETING SPEC. NO , SILVER BUTTONS, VARIOUS SIZES. Each 1100 $ (N/A) $ (N/A) Each 250 $ (N/A) $ (N/A) Each 2600 $ (N/A) $ (N/A) 19 Goods COATS, SHORT, DRESS UNIFORM, BLOUSE, ALL RANKS FEMALE - MEETING SPEC. NO , GOLD BUTTONS, VARIOUS SIZES. MEETING SPEC. NO , SILVER BUTTONS, VARIOUS SIZES. Each 150 $ (N/A) $ (N/A) 20 Goods COATS, RAIN - REVERSABLE, ALL WEATHER, BLACK, MEETING SPEC NO Goods VEST, SAFETY - STANDARD HIGH-VISIBILITY BREAKAWAY CLASS II LINE MESH VEST, SPEC. NO Goods COVERALLS, UNIFORM. - COVERALLS, LONG SLEEVE, NON-FLAME RESISTANT, UNISEX, NAVY, VARIOUS SIZES, MEETING SPEC. NO Goods COVERALLS, UNIFORM. - QUILTED, LONG SLEEVE, MEETING SPEC. NO Goods DEVICES, DRESS UNIFORM, CAP - CAP, ENGINEER, MEETING SPEC. NO Each 700 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Each 200 $ (N/A) $ (N/A) Each 500 $ (N/A) $ (N/A) Each 250 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 3 of 13

116 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 25 Goods DEVICES, DRESS UNIFORM, COLLAR - COLLAR, FIRE ENGINEER, MEETING SPEC. NO Estimated Usage Price Discount or Markup % Each 750 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 26 Goods DEVICES, DRESS UNIFORM, CAP - CAP, PARAMEDIC-IN-CHARGE AND PARAMEDIC, MEETING SPEC. NO Goods DEVICES, DRESS UNIFORM, CAP - CAP, FIREFIGHTER, MEETING SPEC. NO Goods TECHNICAL RESCUE PRODUCTS - WEBBING, NYLON TUBULAR, 1 IN. YELLOW, MILITARY SPED (MIL-W-5625, CLASS 1A) 4000 LB SPED NO Goods TECHNICAL RESCUE PRODUCTS - D CLIP, CARABINEER, 11MM LB., 4-1/4 IN. ALUMINUM D SHAPE LOCKING CLIP, SPEC. NO Goods FLASHLIGHTS, FIREFIGHTERS, PERSONAL - LED, MEETING SPEC. NO Goods SHOES, DRESS UNIFORM, MEN'S, SPECIFY SIZE & WIDTH WITH ORDER - VARIOUS SIZES, MEETING SPEC. NO Goods STATION FOOTWARE - UNISEX - VARIOUS SIZES, MEETING SPEC. NO A 33 Goods SHOES, MODIFIED DRESS, FEMALE, ALL RANKS - VARIOUS SIZES, MEETING SPEC. NO Goods SHOES, MODIFIED DRESS - VARIOUS SIZES, MEETING SPEC. NO Goods BOOTS, RUBBER, STEEL TOE - MALE, THOROGOOD HELLFIRE RUBBER FIRE BOOT MODEL NO , MEETING SPEC. NO Goods BOOTS, RUBBER, STEEL TOE - FEMALE, THOROGOOD HELLFIRE RUBBER FIRE BOOT MODEL NO , MEETING SPEC. NO Each 200 $ (N/A) $ (N/A) Each 1100 $ (N/A) $ (N/A) Yard 1500 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Pair 1500 $ (N/A) $ (N/A) Pair $ (N/A) $ (N/A) Pair 277 $ (N/A) $ (N/A) Pair 2612 $ (N/A) $ (N/A) Pair 9000 $ (N/A) $ (N/A) Pair 1000 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 4 of 13

117 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 37 Goods FRONTPIECES, FIRE HELMET - LEATHER, WHITE, MEETING SPEC. NO LEATHER, BLACK, MEETING SPEC. NO Estimated Usage Price Discount or Markup % Each 2622 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 38 Goods GLOVES, FIREFIGHTING, STRUCTURAL - GAUNTLET, MEETING SPEC. NO Goods GLOVES, CANDIDATE TRAINING AND EMS - SIZES SMALL - EXTRA LARGE, MEETING SPEC. NO Goods HELMETS, STRUCTURAL FIREFIGHTER - MSA CAIRNS, HELMET 880, TRADITIONAL, MEETING SPEC. NO B / 14B 41 Goods HELMETS, STRUCTURAL FIREFIGHTER - MSA CAIRNS, HELMET 1044, MEETING SPEC. NO C / 14C 42 Goods HELMETS FOR EMS PERSONNEL - STRUCTURAL FIREFIGHTER - PROTECTIVE EYE WEAR MEETING SPEC. NO Goods COATS AND COMPONENTS, FIRE, TURNOUT - FIRE FIGHTER PROTECTIVE HOOD, MEETING SPEC. NO Goods INSIGNIA - CAP, DRESS UNIFORM, FOR FIVE CROSS BUGLE BANK, MEETING SPEC NO Goods INSIGNIA, CAP, DRESS UNIFORM, FOR FOUR CROSS BUGLE RANK - INSIGNIA, MEETING SPEC. NO Goods INSIGNIA, CAP, DRESS UNIFORM, FOR THREE CROSS BUGLE RANK - INSIGNIA, MEETING SPEC. NO Goods INSIGNIA - CAP, DRESS UNIFORM, FOR TWO CROSS BUGLE BANK, GOLD PLATED, MEETING SPEC NO Goods INSIGNIA - CAP, DRESS UNIFORM, FOR TWO VERTICALLY MOUNTED BUGLE BANK - SILVER PLATED, MEETING SPEC. NO Pair $ (N/A) $ (N/A) Pair 1500 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Each 1000 $ (N/A) $ (N/A) Pair 8000 $ (N/A) $ (N/A) Each $ (N/A) $ (N/A) Each 50 $ (N/A) $ (N/A) Each 50 $ (N/A) $ (N/A) Each 100 $ (N/A) $ (N/A) Each 200 $ (N/A) $ (N/A) Each 200 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 5 of 13

118 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 49 Goods INSIGNIA - CAP, DRESS UNIFORM, FOR ONE HORIZONTALLY MOUNTED BUGLE BANK - SILVER PLATED, MEETING SPEC. NO Estimated Usage Price Discount or Markup % Each 800 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 50 Goods INSIGNIA - CAP - CADUCEUS - MEETING SPEC. NO Each 1000 $ (N/A) $ (N/A) 51 Goods INSIGNIA, CAP, DRESS UNIFORM, COMPANY/BUREAU DESIGNATION - COMPANY/BUREAU, MEETING SPEC. NO Goods INSIGNIA, COAT EPAULET/SHIRT COLLAR, FOR FIVE CROSS BUGLES - COLLAR, MEETING SPEC. NO Goods INSIGNIA, COAT EPAULET/SHIRT COLLAR FOR FOUR CROSS BUGLES RANK - COLLAR, MEETING SPEC. NO Goods INSIGNIA, COAT EPAULET/SHIRT COLLAR, FOR THREE CROSS BUGLES - COLLAR, MEETING SPEC. NO Goods INSIGNIA, COAT EPAULET/SHIRT COLLAR - FOR TWO CROSS BUGLE- COLLAR, MEETING SPEC. NO Goods INSIGNIA, COAT EPAULET/SHIRT COLLAR - FOR TWO PARALLEL BUGLE - COLLAR, MEETING SPEC. NO Goods INSIGNIA, COAT EPAULET/SHIRT COLLAR - FOR ONE BUGLE - COLLAR, MEETING SPEC. NO Goods INSIGNIA, COAT EPAULET/SHIRT COLLAR - EAGLE, GOLD/SILVER, MEETING SPEC. NO Goods INSIGNIA, COAT EPAULET/SHIRT COLLAR - SILVER AMBULANCE COMMANDER SILVER/BLACK - PARAMEDIC IN CHARGE, MEETING SPEC. NO Goods DEVICES, DRESS UNIFORM, COLLAR - INSTRUCTOR COLLAR DEVICE MEETING SPEC. NO Goods JACKETS, WORK, WINTER, WAIST LENGTH - ALL SIZES, MEETING SPEC. NO Each 1000 $ (N/A) $ (N/A) Pair 150 $ (N/A) $ (N/A) Pair 250 $ (N/A) $ (N/A) Pair 300 $ (N/A) $ (N/A) Pair 1400 $ (N/A) $ (N/A) Pair 600 $ (N/A) $ (N/A) Pair 1000 $ (N/A) $ (N/A) Pair 133 $ (N/A) $ (N/A) Pair 250 $ (N/A) $ (N/A) Pair 125 $ (N/A) $ (N/A) Each 1400 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 6 of 13

119 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 63 Goods JACKETS, UNIFORM - JACKET/WORK/EMT, PM AND 911, SPECIAL SERVICES, MEETING SPEC NO A Estimated Usage Price Discount or Markup % Each 2500 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 64 Goods JACKETS, UNIFORM - SERT (BIKE/SEGWAY) REFLECTIVE, MEETING SPEC. NO Goods MARKING SYSTEM, FIRE HELMET - FRONTPIECE, MEETING SPEC. NO Goods MARKING SYSTEM, FIRE HELMET - TRAPEZOIDS, MEETING SPEC. NO Goods MARKING SYSTEM, FIRE HELMET - RECTANGLES, MEETING SPEC. NO Goods MARKING SYSTEM, FIRE HELMET - RECTANGLES, SPECIAL UNITS, MEETING SPEC. NO Goods MARKING SYSTEM, FIRE HELMET - STAR OF LIFE, MEETING SPEC NO Goods NAMEPLATES, BRASS. SATIN FINISH - GOLD - CHIEF OFFICER MEETING SPEC. NO NICKEL - CO. OFFICER, PO COMMANDER, ENGINEER, FIREFIGHTER, PARAMEDIC, MEETING SPEC. NO Each 10 $ (N/A) $ (N/A) Each 5838 $ (N/A) $ (N/A) Each 2876 $ (N/A) $ (N/A) Each 2367 $ (N/A) $ (N/A) Each 58 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Each 1000 $ (N/A) $ (N/A) 71 Goods NAMEPLATES, PLASTIC - NAMEPLATES, INSTRUCTOR MEETING SPEC. NO Goods NAMEPLATES, PLASTIC -ACCOUNTABLITY TAGS MEETING SPEC NO Goods NECKTIES, MALE - HAND TIED, MEETING SPEC. NO Each 150 $ (N/A) $ (N/A) Each 1800 $ (N/A) $ (N/A) Each 1763 $ (N/A) $ (N/A) 74 Goods NECKTIES, FEMALE - NECKTIE, CONTINENTAL CROSS OVER, MEETING SPEC. NO Goods PATCHES, CITY OF CHICAGO FIRE DEPT. SPECIFICATIONS - MALTESE CROSS, RED BACKGROUND, FF EMT, FF PARAMEDIC, PARAMEDIC ENGINEER, MEETING SPEC. NO , , AND Each 250 $ (N/A) $ (N/A) Each 1000 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 7 of 13

120 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 76 Goods PATCHES, AMERICAN/CHICAGO FLAG - WHITE BACKROUND MEETING SPEC. NO BLUE BACKGROUND MEETING SPEC. NO Estimated Usage Price Discount or Markup % Each 200 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 77 Goods PATCHES - MALTESE CROSS - REGULAR, RED BACKGROUND, MEETING SPEC NO Goods PATCHES, CITY OF CHICAGO FIRE DEPT. SPECIFICATIONS - CHICAGO FIRE ACADEMY INSTRUCTOR, WHITE BACKGROUND, 3 IN. DIAMETER, MEETING SPEC. NO Each 854 $ (N/A) $ (N/A) Each 1000 $ (N/A) $ (N/A) 79 Goods PATCHES, ROCKER - FF EMT, FF PARAMEDIC, ENGINEER, PARAMEDIC, MEETING SPEC. NO Goods BAR, OFFICER - OFFICER BAR, AMBULANCE COMMANDER, MEETING SPEC. NO Goods BAR, OFFICER - OFFICER BAR, PARAMEDIC IN CHARGE, MEETING SPEC. NO Goods PATCHES, CITY OF CHICAGO FIRE DEPT. SPECIFICATIONS - CHICAGO FIRE DEPT., BUGLE, LIEUTENANT, SILVER, RED BACKGROUND, MEETING SPEC. NO , CAPTAIN-SILVER, RED BACKGROUND, MEETING SPEC. NO Each 1000 $ (N/A) $ (N/A) Each 400 $ (N/A) $ (N/A) Each 500 $ (N/A) $ (N/A) Each 50 $ (N/A) $ (N/A) 83 Goods PATCHES, CHICAGO FIRE DEPT.- CITY OF CHICAGO, CHICAGO FIRE DEPARTMENT - ENGINEER, SILVER/NAVY BLUE BACKGROUND, MEETING SPEC NO Goods PATCHES, CHICAGO FIRE DEPT., REFLECTIVE - MEETING SPEC. NO Goods PATCHES, CHICAGO FIRE DEPT., REFLECTIVE - MEETING SPEC. NO Goods PATCH, CROSSED BUGLE - LARGE 4" CIRCULAR PATCH, CROSSED BUGLES MEETING SPEC. NO Each 50 $ (N/A) $ (N/A) Each 74 $ (N/A) $ (N/A) Each 269 $ (N/A) $ (N/A) Each 295 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 8 of 13

121 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 87 Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF EMBLEMS ON SHIRTS, MEETING SPEC. NO Estimated Usage Price Discount or Markup % Each 5248 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 88 Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF EMBLEMS ON COATS AND JACKETS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF BUTTONS ON SHIRTS AND TROUSERS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF BUTTONS ON DRESS COATS, TOP COATS, AND MODIFIED DRESS JACKETS, MEETING SPEC. NO Each 1751 $ (N/A) $ (N/A) Each 1 $ (N/A) $ (N/A) Each 5252 $ (N/A) $ (N/A) 91 Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SEAM REPAIR ON SHIRTS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SEAM REPAIR ON TROUSERS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SEAM REPAIR ON COATS AND TOPCOATS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SEAM REPAIR ON JACKETS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF ZIPPERS ON MODIFIED DRESS JACKETS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF ZIPPERS ON TROUSERS, MEETING SPEC. NO Each 1 $ (N/A) $ (N/A) Each 180 $ (N/A) $ (N/A) Each 1 $ (N/A) $ (N/A) Each 2 $ (N/A) $ (N/A) Each 4422 $ (N/A) $ (N/A) Each 10 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 9 of 13

122 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 97 Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF SNAPS, MEETING SPEC. NO Estimated Usage Price Discount or Markup % Each 10 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 98 Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SHORTENING DRESS JACKET HEM, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - LENGTHENING OR SHORTENING JACKET SLEEVES, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - APPLICATION OF SERVICE STARS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - APPLICATION OF SERVICE BARS, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - ALTERATION OF TROUSER WAIST, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - ALTERATION OF TROUSER CUFF LENGTH, MEETING SPEC. NO Goods ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - APPLICATION OF BUGLE PATCHES, MEETING SPEC. NO Goods FIRE HELMET REFURBISHMENT FOR STRUCTURAL FIREFIGHTERS - RATCHET CUSHION LINER WITH JUMBO NOMEX EARLAPS (L8/L655) CAIRNS & BROTHER PART NO. R98ELN, MEETING SPEC. NO A Each 37 $ (N/A) $ (N/A) Each 1 $ (N/A) $ (N/A) Each 3444 $ (N/A) $ (N/A) Each $ (N/A) $ (N/A) Each 3 $ (N/A) $ (N/A) Each $ (N/A) $ (N/A) Set 13 $ (N/A) $ (N/A) Each 3500 $ (N/A) $ (N/A) 106 Goods FIRE HELMET REFURBISHMENT FOR STRUCTURAL FIREFIGHTERS - SUSPENSION SYSTEM, INCLUDES M101 & M104, CAIRNS & BROTHER PART NO. M100, MEETING SPEC. NO B Each 3500 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 10 of 13

123 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 107 Goods FIRE HELMET REFURBISHMENT FOR STRUCTURAL FIREFIGHTERS - NOMEX WITH QUICK RELEASE BUCKLE & POSTMAN BUCKLE, CAIRNS & BROTHER PART NO. C922, MEETING SPEC. NO C Estimated Usage Price Discount or Markup % Each 100 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 108 Goods HELMETS AND PARTS, FIRE - CHIN STRAP, MEETING SPEC. NO B 109 Goods HELMETS AND PARTS, FIRE - LINER, MEETING SPEC. NO C Each 25 $ (N/A) $ (N/A) Each 100 $ (N/A) $ (N/A) 110 Goods HELMETS AND PARTS, FIRE - EARFLAP, MEETING SPEC. NO D 111 Goods ROSETTES, DRESS UNIFORM CAP. TO BE A CIRCULAR, VELVET COVERED DISC, - BLACK MEETING SPEC. NO RED MEETING SPEC. NO BLUE MEETING SPEC. NO Each 100 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) 112 Goods SHIRTS, DRESS UNIFORM, LONG SLEEVE, FEMALE. - MEETING SPEC NO FOR F.O. AND P.O., VARIOUS SIZES, WHITE MEETING SPEC NO FOR F.F. AND P.M., VARIOUS SIZES NAVY Each 1000 $ (N/A) $ (N/A) 113 Goods SHIRTS, DRESS UNIFORM, SHORT SLEEVE, MALE. - MEETING SPEC NO FOR F.O. AND P.O., VARIOUS SIZES, WHITE 114 Goods SHIRTS, DRESS UNIFORM, SHORT SLEEVE, MALE. - MEETING SPEC. NO FOR F. F. AND P. O., VARIOUS SIZES, NAVY. 115 Goods SHIRTS, DRESS UNIFORM, SHORT SLEEVE, FEMALE. -MEETING SPEC NO FOR F.O. AND P.O., VARIOUS SIZES, WHITE 116 Goods SHIRTS, DRESS UNIFORM, SHORT SLEEVE, FEMALE. - MEETING SPEC. NO FOR F. F. AND P. M., VARIOUS SIZES, NAVY. Each 5700 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Each 850 $ (N/A) $ (N/A) Each 250 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 11 of 13

124 Spec# City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 117 Goods SHIRTS, WORK, SHORT SLEEVE, FLAME RESISTANT. - MEETING SPEC. NO , FOR F. O. VARIOUS SIZES, MEDIUM BLUE, UNISEX, MEETING SPEC. NO N, FOR F. O., VARIOUS SIZES, NAVY BLUE Estimated Usage Price Discount or Markup % Each $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 118 Goods SHIRTS, POLO - UNISEX, SHORT SLEEVE, KNIT, WHITE, BLACK AND GRAY NON-FR (SPEC. NO ) 119 Goods SWEATSHIRTS, ALL RANKS, LONG SLEEVE, PULLOVER, COTTON TERRY, UNISEX - VARIOUS SIZES, NAVY, MEETING SPEC. NO Goods SWEATSHIRT, UNIFORM - LONG SLEEVE, FULL ZIPPERED, UNISEX, NAVY, MEETING SPEC NO Goods SLEEPWEAR - SLEEPWEAR, NAVY BLUE, T-SHIRT-UNISEX, VARIOUS SIZES, MEETING SPEC. NO Goods SLEEPWEAR - SLEEPWEAR, NAVY BLUE, SHORTS-UNISEX, VARIOUS SIZES, MEETING SPEC. NO Goods SHIRTS, DRESS UNIFORM, LONG SLEEVE MALE. - MEETING SPEC. NO FOR F.O. AND P.O. VARIOUS SIZES, WHITE VARIOUS SIZES NAVY, MEETING SPEC. NO , FOR F.F. AND P.M. Each 300 $ (N/A) $ (N/A) Each 4000 $ (N/A) $ (N/A) Each 3000 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Each 1500 $ (N/A) $ (N/A) Each 6779 $ (N/A) $ (N/A) 124 Goods INSIGNIA, STAR, SERVICE TENURE - INSIGNIA, MEETING SPEC. NO Goods BARS, SERVICE, UNIFORM - NAVY WITH ONE GOLD OR SILVER STRIPE, MEETING CHICAGO FIRE DEPT. SPEC. NO Goods SWEATSUIT, UNISEX - PANTS, SHIRT, MEETING SPEC. NO Each 1500 $ (N/A) $ (N/A) Each 7213 $ (N/A) $ (N/A) Each 1800 $ (N/A) $ (N/A) 128 Goods SWEATER, JOHNNY COAT - SWEATER, JOHNNY COAT, VARIOUS SIZES, MEETING SPEC. NO Goods UNIFORMS, BUSINESS AND WORK (VARIOUS), MEN AND WOMEN - MEN AND WOMEN - SWEATER, LONG SLEVE, LIGHTWEIGHT COMMANDO, MEETING SPEC. NO A Each 500 $ (N/A) $ (N/A) Each 500 $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40 Page 12 of 13

125 Total Price $ Spec# Page 13 of 13 City of Chicago Catalog RFQ - No Group Lines PU085I Line No Line Type Item Category Commodity Desc UOM 130 Goods SHIRT, T-SHIRT - COTTON, UNISEX, WHITE/BLUE MEETING SPEC. NO Estimated Usage Price Discount or Markup % Each 2000 $ (N/A) $ (N/A) Extended Price Catalog # / ID, Date and Mfr Comments 131 Goods SHIRT, BIKE - NAVY NYLON WITH HI-VIS YELLOW, MEETING SPEC NO Goods PANTS, BIKE - NAVY NYLON WITH ZIP OFF LEGS, SIZE: 28-52, MEETING SPEC. NO Goods SHORTS, CARGO, WORK - MEETING CFD SPEC. NO A Each 50 $ (N/A) $ (N/A) Each 50 $ (N/A) $ (N/A) Each 250 $ (N/A) $ (N/A) 134 Goods TROUSERS, DRESS UNIFORM, MALE - VARIOUS SIZES, NAVY, MEETING SPEC. NO Goods TROUSERS, DRESS UNIFORM, FEMALE - VARIOUS SIZES, NAVY, MEETING SPEC. NO Goods TROUSERS, MODIFIED DRESS UNIFORM, MALE - VARIOUS SIZES, NAVY, MEETING SPEC. NO Goods TROUSERS, MODIFIED DRESS UNIFORM, FEMALE - ALL SIZES INCLUDING PETITE, REGULAR AND TALL, NAVY, MEETING SPEC. NO Goods TROUSERS, WORK - UNISEX, VARIOUS SIZES, NAVY, MEETING SPEC NO Pair 1700 $ (N/A) $ (N/A) Each 400 $ (N/A) $ (N/A) Each 6500 $ (N/A) $ (N/A) Each 300 $ (N/A) $ (N/A) Pair $ (N/A) $ (N/A) 139 Catalog Line UNIFORMS, ACCESSORIES - Catalog Van Guard 140 Catalog Line UNIFORMS, ACCESSORIES - Catalog Glendale Parades Discount From List Discount From List $ 5000 (N/A) $ $ 5000 (N/A) $ 141 Goods BUYOUT CFD INVENTORY STOCK USD $ (N/A) $ (N/A) Run Time: 12/03/13 11:40:40

126 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract ARTICLE 10. BIDDER CONTACT INFORMATION Person to contact regarding bid: Name: Phone: Address: Indicate if you are: Manufacturer: YES NO Exclusive dealer/distributor/reseller*: YES Authorized dealer/distributor/reseller*: YES NO NO * If an exclusive or authorized distributor of the proposed manufacturer, bidder must attach to the bid current written documentation from the proposed manufacturer verifying bidder's status. Manufacturer's name: Address: Phone: ( ) Location of facility where inventory maintained: Bid Line: Proposed Manufacturer and Model Number: Exceptions (explain): Bidder's Contact Information 106

127 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract CITY-BASED BUSINESS AFFIDAVIT The City-Based Business bid preference of 2%, as described in Section of the Municipal Code of Chicago ("MCC") is applicable to competitively bid Contracts funded in whole by City funds. Bidder must complete this form if it desires to be considered for this preference. Bidders that do not complete this page will not be regarded as City-Based Businesses. If bidder's operations are at multiple locations in the City of Chicago, use additional sheets if necessary. If this preference is allocated, the Local Goods Incentive described in described in MCC will not be allocated to the same bid. 1. Is bidder a City-Based Business as defined in the Requirements for Bidding and Instructions for Bidders portion of this bid solicitation and in MCC ? ( ) Yes ( ) No 2. Does the bidder report to the Internal Revenue Service that the place of employment for the majority (more than 50%) of its regular, full-time workforce is a facility within the City of Chicago? ( ) Yes ( ) No 3. Does the bidder conduct meaningful day-to-day business operations at a facility within the City of Chicago? ( ) Yes ( ) No 4. Street address of business location within the City of Chicago (P.O. address not accepted): 5. Describe the business activities are carried out at the location listed above: 6. How many full-time regular employees are currently employed at the location listed above? 7. Total number of full-time regular employees employed at all locations worldwide? 8. List City of Chicago business license(s) held. If none are required, indicate "none required": In order for the Chicago Business Preference to be allocated to Bidder's bid if applicable, the undersigned affirms that the above statements are correct. Name of Bidder: (Print or Type) Signature of Authorized Officer: (Signature) Title of Signatory: (Print or Type) State of County of On this day of, 20, personally appeared as an Authorized Officer of (Business Name) and, known to me be the person described in the this Affidavit, acknowledged that he/she executed the same in the capacity herein stated and for the purpose herein contained. (seal) Commission Expires: Notary Public Signature Affidavit of City of Chicago Based Business

128 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract BIDDER'S COMMITMENT TO PROVIDE LOCALLY MANUFACTURED GOODS The Locally Manufactured Goods Incentive as described in Section of the Municipal Code of Chicago ("MCC") is applicable to competitively bid Contracts funded in whole by City funds. Bidder must submit this form with the bid, as well as a Manufacturer's Affidavit of Local Manufacturing for each local manufacturer from which goods will be sourced, if it desires to be considered for this bid incentive. Bidders that do not submit this page with their bid will not be regarded as providing locally manufactured goods. Attach additional sheets if necessary. If this incentive is allocated, the City Based Business Preference described in described in MCC will not be allocated to the same bid. Unless otherwise provided in the applicable bid solicitation, in order for an item to be considered Locally Manufactured Goods, more than 50% of the value of the item must be derived from manufacturing activities that occur within a city-based manufacturer's facility located within the City of Chicago. Note: The CPO may request additional information or documentation before determining to apply the preference. 1. Contract title: Specification #: 2. The value of Locally Manufactured Goods (as defined in MCC and the applicable bid solicitation) that Bidder commits to provide will be what percentage of the total dollar value of the contract? ( ) 25% to 49%-- 1% incentive ( ) 50% to 74%-- 1.5% incentive ( ) 75% or greater-- 2% incentive 3. Identify the bid lines under which Locally Manufactured Goods will be provided and their value, based on the bid specification's estimated quantities (attach additional sheets if necessary): Bid Line # Locally Manufactured Item(s) to be provided Manufacturer* Value of Item(s) $ $ $ TOTAL: $ *Bidder must provide Manufacturer's Affidavit of Local Manufacturing for each manufacturer listed. Bidder understands that if it fails to supply the committed percentage of Locally Manufactured Goods, under MCC it may be fined in an amount equal to three times the amount of the difference between the bid incentive allocated and the bid incentive that would have been allocated to that contractor for the amount of locally manufactured goods actually supplied. In order for the Locally Manufactured Goods Incentive to be allocated to Bidder's bid if applicable, the undersigned affirms that the above statements are correct. Name of Bidder: (Print or Type) Signature of Authorized Officer: (Signature) Title of Signatory: State of (Print or Type) County of On this day of, 20, personally appeared as an Authorized Officer of (Business Name) and, known to me be the person described in the this Affidavit, acknowledged that he/she executed the same in the capacity herein stated and for the purpose herein contained. (seal) Commission Expires: Notary Public Signature Affidavit of Local Manufacturing 108

129 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract MANUFACTURER'S AFFIDAVIT OF LOCAL MANUFACTURING The Locally Manufactured Goods Incentive as described in Section of the Municipal Code of Chicago ("MCC") is applicable to competitively bid Contracts funded in whole by City funds. Bidder must submit this form with the bid, in order to be considered for this bid incentive. Bidders that do not submit this page with their bid will not be regarded as providing locally manufactured goods. If goods will be manufactured by multiple manufacturers or at multiple facilities in the City of Chicago, submit an affidavit for each. Attach additional sheets if necessary. If this incentive is allocated, the City Based Business Preference described in described in MCC will not be allocated to the same bid. Note: The CPO may request additional information or documentation before determining to apply the preference. 1. Contract Title: Specification #: Bidder/Contractor Name: 2. Is manufacturer a City-Based Manufacturer as defined in the Requirements for Bidding and Instructions for Bidders portion of this bid solicitation and in MCC ? ( ) Yes ( ) No 3. Street address of manufacturing facility location within the City of Chicago (P.O. address not accepted): 4. Describe the manufacturing activities carried out at the location listed above: 5. List the goods to be manufactured at this facility manufacturer is prepared to provide to Bidder/Contractor, describe the production steps performed at the facility in the manufacture of each item, and the percentage of the item's value derived from manufacturing activities at this facility, and attach a catalog page, cut sheet, or product specification for each item: Item: Production steps: % of value Item: Production steps: % of value 6. List City of Chicago business license(s) held. If none are required, indicate "none required": The undersigned commits to enter into a formal written agreement for supply with Bidder/Contractor, conditioned upon its execution of a contract with the City of Chicago to which the Locally Manufactured Goods Incentive is applied, within three (3) business days of its receipt of a signed contract from the City of Chicago. The undersigned affirms that the above statements are correct. Name of Manufacturer: (Print or Type) Signature of Manufacturer Authorized Officer: (Signature) Title of Signatory: State of (Print or Type) County of On this day of, 20, personally appeared as an Authorized Officer of (Business Name) and, known to me be the person described in the this Affidavit, acknowledged that he/she executed the same in the capacity herein stated and for the purpose herein contained. (seal) Commission Expires: Notary Public Signature Affidavit of Local Manufacturing 109

130 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract AFFIDAVIT OF ELIGIBLE BUSINESS FOR BID INCENTIVE FOR ALTERNATIVELY POWERED VEHICLES If this is a competitively bid Contract funded in whole by City funds, an Eligible Business preference for alternatively powered vehicles may be applicable. Bidder must complete this form if it desires to be considered for this preference. Bidders who do not complete and submit this form with their bid will be deemed to be non-eligible Businesses. 1. Is bidder a business located within the counties of Cook, DuPage, Kane, Lake, McHenry or Will in the State of Illinois (the Six County Region )? ( ) Yes ( ) No 2. Street address of principal place of business: _ 3. How many total vehicles, as defined in the Terms and Conditions, "Bid Incentive for Alternatively Powered Vehicles," are currently owned, operated, leased or otherwise controlled by bidder? 4. How many of bidder s vehicles are located and used within the Six County Region? Line 4(a): number of vehicles Line 3(a): Line 4(b): percentage of fleet (line 4(a) divided by line 3(a)) _ % 5. How many of bidder s vehicles located and used within the Six County Region are alternatively powered vehicles, as defined in the Terms and Conditions, Bid Incentive for Alternatively Powered Vehicles? Line 5(a): number of vehicles Line 5(b): percentage of Six County fleet (line 5(a) divided by line 4(a)) % Bidder understands that it may be required to produce records to the chief procurement officer to verify the information provided herein. Under penalty of perjury the person signing below: (1) warrants that he/she is authorized to execute this Affidavit on behalf of bidder, and (2) warrants that all certifications and statements contained in this Affidavit are true, accurate, and complete as of the date hereof. _ Name of Bidder: (Print or Type) Signature of Authorized Officer: (Signature) Title of Signatory: (Print or Type) State of County of On this day of, 20, personally appeared as an Authorized Officer of (Business Name) and, known to me be the person described in the this Affidavit, acknowledged that he/she executed the same in the capacity herein stated and for the purpose herein contained. (seal) Commission Expires: Notary Public Signature Alternatively Powered Vehicles Affidavit 110

131 ARTICLE 11. EXECUTION AND ACCEPTANCE PAGES Bid execution and acceptance pages follow. Remainder of page intentionally blank. Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Execution Pages 111

132 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Bid Execution By a Corporation The undersigned, hereby acknowledges having received Specification Number containing a full set of Contract Documents, including, but not limited to, 1) Requirements for Bidding and Instructions to Bidders, 2) Standard Terms and Conditions - General Conditions, 3) Special Conditions for Supply Contracts, 4) Contract Plans or Drawings (if applicable) 5) Detailed Specifications, 6) Proposal Pages, 7) Certifications, and 8) Addenda Nos. (none unless indicated here), and affirms that the corporation shall be bound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal or bid, except only to the extent that the corporation has taken express written exception thereto in the sections of this specification designated for that purpose. Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit an EDS on behalf of the Disclosing Party online; (2) warrants that all certifications and statements contained in the EDS are true, accurate and complete as of the date the EDS was submitted on-line; and (3) further warrants that, as of the date of submission of this proposal or bid, there have been no changes in circumstances since the date that the EDS was submitted that would render any certification in the EDS false, inaccurate or incomplete. Further, the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of competition among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein. Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected. NAME OF CORPORATION: SIGNATURE OF PRESIDENT*: (Or Authorized Officer) TITLE OF SIGNATORY: BUSINESS ADDRESS: (Print or Type) (Signature) (Print or Type) (Print or Type) *Note: In the event that this bid (proposal) is signed by other than the President, attach hereto a certified copy of that section of Corporate By-Laws or other authorization, such as a resolution by the Board of Directors, which permits the person to sign the offer for the Corporation. ATTEST: State of (Corporate Secretary Signature) (Affix Corporate Seal) County of This instrument was acknowledged before me on this day of, 20 by as President (or other authorized officer) and as Secretary of (Corporation Name). (Seal) Notary Public Signature Commission Expires: Execution Pages 112

133 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Bid Execution By A Joint Venture The undersigned, hereby acknowledges having received Specification Number containing a full set of Contract Documents, including, but not limited to, 1) Requirements for Bidding and Instructions to Bidders, 2) Standard Terms and Conditions - General Conditions, 3) Special Conditions for Supply Contracts, 4) Contract Plans or Drawings (if applicable) 5) Detailed Specifications, 6) Proposal Pages, 7) Certifications, and 8) Addenda Nos. (none unless indicated here), and affirms that the Joint Venture shall be bound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal, except only to the extent that the Joint Venture has taken express written exception thereto in the sections of this specification designated for that purpose. Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit an EDS on behalf of the Disclosing Party on-line; (2) warrants that all certifications and statements contained in the EDS are true, accurate and complete as of the date the EDS was submitted on-line; and (3) further warrants that, as of the date of submission of this proposal or bid, there have been no changes in circumstances since the date that the EDS was submitted that would render any certification in the EDS false, inaccurate or incomplete. Further, the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraining of free competition among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein. Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected. JOINT VENTURE NAME: (Print or Type) JOINT VENTURE ADDRESS: (Print or Type) If you are operating under an assumed name, provide County registration number herein under as provided in the Illinois Revised Statutes 1965 Chapter 96 Sec. 4 et seq. Registration Number: SIGNATURES AND ADDRESSES OF ALL MEMBERS OF THE JOINT VENTURE (If all members of the Joint Venture do not sign, indicate authority of signatories by attaching copy of Joint Venture agreement or other authorizing document): SIGNATURE OF Authorized Party: TITLE OF SIGNATORY: BUSINESS ADDRESS: (Signature ) (Print or Type) (Print or Type) ATTEST: (Joint Venture Secretary Signature) (Affix Joint Venture Seal) OR Joint Venturer Signature: (Signature) Address: Joint Venturer Signature: Address: Joint Venturer Signature: Address: (Print or Type) (Signature) (Print or Type) (Signature) (Print or Type) State of County of This instrument was acknowledged before me on this day of, 20 by as President (or other authorized officer) and as Secretary of (Corporation Name). Notary Public Signature: Commission Expires: (Seal) Execution Pages 113

134 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Bid Execution By A Partnership The undersigned, hereby acknowledges having received Specification Number containing a full set of Contract Documents, including, but not limited to, 1) Requirements for Bidding and Instructions to Bidders, 2) Standard Terms and Conditions - General Conditions, 3) Special Conditions for Supply Contracts, 4) Contract Plans or Drawings (if applicable) 5) Detailed Specifications, 6) Proposal Pages, 7) Certifications, and 8) Addenda Nos. (none unless indicated here), and affirms that the partnership shall be bound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal, except only to the extent that the partnership has taken express written exception thereto in the sections of this specification designated for that purpose. Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit an EDS on behalf of the Disclosing Party on-line; (2) warrants that all certifications and statements contained in the EDS are true, accurate and complete as of the date the EDS was submitted on-line; and (3) further warrants that, as of the date of submission of this proposal or bid, there have been no changes in Circumstances since the date that the EDS was submitted that would render any certification in the EDS false, inaccurate or incomplete. Further, the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraining of free competition among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein. Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected. BUSINESS NAME: BUSINESS ADDRESS: (Print or Type) (Print or Type) If you are operating under an assumed name, provide County registration number herein under as provided in the Illinois Revised Statutes 1965 Chapter 96 Sec. 4 et seq. Registration Number: SIGNATURES AND ADDRESSES OF ALL MEMBERS OF THE PARTNERSHIP (If all General Partners do not sign, indicate authority of partner signatories by attaching copy of partnership agreement or other authorizing document): Partner Signature: (Signature) Address: Partner Signature: Address: Partner Signature: Address: (Print or Type) (Signature) (Print or Type) (Signature) (Print or Type) State of ; County of This instrument was acknowledged before me on this day of, 20 by as President (or other authorized officer) and as Secretary of (Corporation Name). Notary Public Signature: Commission Expires: (Seal) Execution Pages 114

135 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Bid Execution By a Sole Proprietor The undersigned, hereby acknowledges having received Specification Number containing a full set of Contract Documents, including, but not limited to, 1) Requirements for Bidding and Instructions to Bidders, 2) Standard Terms and Conditions - General Conditions, 3) Special Conditions for Supply Contracts, 4) Contract Plans or Drawings (if applicable) 5) Detailed Specifications, 6) Proposal Pages, 7) Certifications, and 8)) Addenda Nos. (none unless indicated here), and affirms that the sole proprietor shall be bound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal, except only to the extent that the sole proprietor has taken express written exception thereto in the sections of this specification designated for that purpose. Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit an EDS on behalf of the Disclosing Party on-line; (2) warrants that all certifications and statements contained in the EDS are true, accurate and complete as of the date the EDS was submitted on-line; and (3) further warrants that, as of the date of submission of this proposal or bid, there have been no changes in Circumstances since the date that the EDS was submitted that would render any certification in the EDS false, inaccurate or incomplete. Further, the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraining of free competition among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein. Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected. SIGNATURE OF PROPRIETOR: (Signature ) DOING BUSINESS AS: Business Address: (Print or Type) (Print or Type) (Print or Type) If you are operating under an assumed name, provide County registration number herein under as provided in the Illinois Revised Statutes 1965 Chapter 96 Sec. 4 et seq. Registration Number: (Print or Type) State of ; County of This instrument was acknowledged before me on this day of, 20 by as President (or other authorized officer) and as Secretary of (Corporation Name). Notary Public Signature: Commission Expires: (Seal) Execution Pages 115

136 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract Bid Acceptance by City Contract No.: Specification No.: Vendor Name: Total Amount (Value): Fund Chargeable: and Various The undersigned, on behalf of the CITY OF CHICAGO, a municipal corporation of the State of Illinois, hereby accept the foregoing bid items as identified in the proposal. CITY OF CHICAGO Mayor Date Comptroller Date Chief Procurement Officer Date Execution Pages 116

137 Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number Commodities Form Contract EXHIBITS Exhibits follow this page. Remainder of page intentionally blank. 117

138 Exhibit 1: Insurance Certificate of Coverage Named Insured: Specification #: Address: Contract #: (Number and Street) (City) (State) (ZIP) Description of Operation/Location The insurance policies and endorsements indicated below have been issued to the designated named insured with the policy limits as set forth herein covering the operation described within the contract involving the named insured and the City of Chicago. The Certificate issuer agrees that in the event of cancellation, non-renewal or material change involving the indicated policies, the issuer will provide at least sixty (60) days prior written notice of such change to the City of Chicago at the address shown on this Certificate. This certificate is issued to the City of Chicago in consideration of the contract entered into with the named insured, and it is mutually understood that the City of Chicago relies on this certificate as a basis for continuing such agreement with the named insured: Type of Insurance Insurer Name Policy Number Expiration Date Limits of Liability All Limits in Thousands General Liability [ ] Claims made [ ] Occurrence [ ] Premise-Operations [ ] Explosion/Collapse Underground [ ] Products/Completed-Operations [ ] Blanket Contractual [ ] Broad Form Property Damage [ ] Independent Contractors [ ] Personal Injury [ ] Pollution CSL Per Occurrence General Aggregate $ $ Products/Completed Operations Aggregate $ Automobile Liability [ ] Excess Liability [ ] Umbrella Liability CSL Per Occurrence Each Occurrence $ $ Worker=s Compensation and Employer=s Liability Builders Risk/Course of Construction Professional Liability Owner Contractors Protective Statutory/Illinois Employers Liability $ Amount of Contract $ $ Other $ a) Each Insurance policy required by this agreement, excepting policies for worker=s compensation and professional liability, will read: AThe City of Chicago is an additional insured as respects operations and activities of, or on behalf of the named insured, performed under contract with or permit from the City of Chicago.@ b) The General, Automobile and Excess/Umbrella Liability Policies described provide for severability of Interest (cross liability) applicable to the named insured and the City. c) Workers Compensation and Property Insurers shall waive all rights of subrogation against the City of Chicago. d) The receipt of this certificate by the City does not constitute agreement by the City that the insurance requirements in the contract have been fully met, or that the insurance policies indicated by this certificate are in compliance with all contract requirements. Name and Address of Certificate Holder and Recipient of Notice Certificate Holder/Additional Insured City of Chicago Procurement Department 121 N. LaSalle St., #806 Chicago, IL Signature of Authorized Rep. Agency/Company: Address Telephone For City use only Name of City Department requesting certificate: (Using Dept.) Address: ZIP Code: Attention:

139 Exhibit 2: Detailed Item Description Line #001 CC Spec # BAR, SERVICE MATERIALS: Background Material: Felt, to be either 100% wool or wool rayon blend. Rayon not to exceed 30%. Color: Navy Blue Thread: Robison--Antron rayon thread FD 45 silver. Thread: Robison--Antron rayon thread FD B-73 gold. CONSTRUCTION: Stripe(s) 1" in length by 1/4" wide embroidered to background material. One-fourth of an inch of background material to show on all sides. Where more than one stripe is authorized, a 3/16" space shall appear between stripes. Uniformed members entitled to wear bar(s) will wear them on the outside of the left sleeve, centered, and with the bottom bar, placed exactly 3" from the edge of the sleeve on the uniform wool dress blouse, and modified dress jacket. Overcoats of members below the rank of Battalion Chief/Asst. Chief Paramedic who have an epaulet on the sleeve, will have the bar placed 5" from the edge of the sleeve. Chief officers will have the bar placed 3" from the edge of the sleeve. When length of service exceeds 25 years, the bottom service bar will be positioned ½ inch above the star. When 2 stars are authorized, the 2nd star will be positioned ½ inch above the list. Bar(s) are to be worn on the uniform wool dress blouse, wool overcoat, and modified dress jacket. MANUFACTURER: Schweizer Emblem Co. National Emblem Inc Busse highway 999 N. Elmhurst Rd. Park Ridge, Il Mt. Prospect, Il OR EQUAL To include all application and sewing of service bar. MAKERS SPECIFICATION GUARANTEE No manufacturer or representative may suggest that bars are approved without prior inspection of completed sample bars by and written authorization from the Fire Commissioner, Chicago Fire Department. 119

140 Line #002 CC Spec # BELT, TROUSERS, WORK/DRESS UNIFORM MATERIALS: CONSTRUCTION: Garrison belt 1 ½" to 13/4" in width, made with 10 ounce top grain English Bridle leather. Color: Belt and one matching loop made with same leather will be drum dyed black. All edges are filled and coated with a matching clack edge filler. Belts have a decorative edge crease on both sides. The belt will have seven holes for maximum adjustment. Buckle/Style: Buckle is non-rust, D-style, with either nickel or brass protective plating. Buckle and the loop are removable. They are held in place by two solid brass snaps. Snaps have a black baked enamel finish. Snaps are large with a minimum surface area of the cap of ½". Buckle, Battalion Chief and above: Plain, skeletal shaped solid brass, not to exceed 2" by 2" in width. The buckle will incorporate a single brass metal belt buckle prong. The buckle prong will be securely attached to the belt by means of either unexposed metal rivets, black thread, or metal snaps. Buckle, All others: Plain, skeletal shaped polished white metal not to exceed 2" by 2" in width. The buckle will incorporate a single white metal belt buckle prong. The buckle prong will be securely attached to the belt by means of either unexposed metal rivets, black thread, or metal snaps AUTHORIZATIONS/RESTRICTIONS: 1. The trouser belt will be passed though all waistband loops. 2. The trouser belt will be worn at the natural waistline with the belt buckle centered on the trouser front. 3. The end of the belt will pass through the buckle to the wearer s right or left, and will extend not less than 1" nor more than 4" beyond the buckle. The free end of the belt will be held in place by either the integral black leather keeper ½" in width, or trouser waistband loop. 4. Belt buckles will be either square or rectangular in shape and be free of all ornamentation. 5. The trouser belt must be worn when a member wears dress or work trousers. 120

141 PAGE Spec # BELT, TROUSERS, WORK/DRESS UNIFORM MAKERS SPECIFICATION GUARANTEE No manufacturer or representative may suggest that a belt is approved without prior inspection of completed sample belts by and written authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Boston Leather 1801 Eastwood Drive P.O. Box 1213 Sterling, Illinois OR EQUAL 121

142 Line #003 CC Spec # BELT, UTILITY, ALL FIREFIGHTERS GENERAL DESCRIPTION: MATERIALS: Military Spec. type 13 webbing or equivalent. Military spec. CAD plated forged steel. Elastic Keepers: All adjustments have elastic keepers to prevent slipping. Velcro Hook and Pile: 6" pf velcro hook and pile shall be installed in such a way to enable the lower strap to be secured and prevent looseness 'D" Rings: A separate 'D" ring shall be installed on the outer strap in a free-floating manner to allow clipping in with the strap. The connecting I'D" ring shall be of such size as to allow the connecting snap to pass through in a choker style position. Thread: Military spec. and bonded. Sizes: Regular size belts shall fit 30" to 40" waist. Large size belts shall fit a nominal 40" to 48". Must meet or exceed the requirements of NFPA, ANSI, and OSHA,1983 Class II standard and Construction Guidelines. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a belt is approved without prior inspection of completed sample belts by and written authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Total Fire Group #1 Innovation Ct. Dayton, Ohio OR EQUAL 122

143 Line #004 CC Spec # BELT, UTILITY, MINER SPECIAL OPERATIONS GENERAL DESCRIPTION: MATERIALS:. Miiner Spec. Decent Control 41M Miners Belt or equivalent. 100% polyester webbing with a tensile strength of 6000 lbs. One fixed D-ring center back of belt. Two straps w/ buckles for miners battery and self rescue attachment. Belt closure: tongue buckle one end w/ 6 grommets that allows about a 9" waist adjustment all hardware is rated at 5000 lb tensile Sizes: Regular size belts shall fit 30" to 40" waist. Large size belts shall fit a nominal 40" to 48". Must meet or exceed the requirements of Z359, ANSI, and OSHA,1983 Class II standard and Construction Guidelines. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a belt is approved without prior inspection of completed sample belts by and written authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Descent Control Inc 3920 Ayers Rd. Ft. Smith, AR Toll Free: (800) OR EQUAL 123

144 Line # 005 CC Spec # BOOTS, FIREFIGHTERS, HIPPERS, THREE QUARTER LENGTH MENS AND WOMENS CALENDERED SOLE MATERIALS SPECIFIC: Rubber: The rubber compounds shall be made from a natural rubber, synthetic rubber or a mixture of the two to meet the requirements specified herein. The color shall be black unless otherwise specified. SOLE AND HEEL COMPOUNDS: UPPER COMPOUNDS: Tensile strength The tensile strength of the upper compounds shall be not less than 2000 pounds per square inch when tested as specified under ASTM D-412. Elongation: The ultimate elongation of the upper compounds shall be not less than 500 percent when tested as specified under ASTM D-412. Accelerated aging: After aging, the upper compounds shall have a tensile strength and elongation of not less than 80 percent of the minimum required, when tested as specified under ASTM D-412. Abrasive index: The abrasive index of the sole and heel compounds shall be not less than 70 before aging. After aging, the abrasive index shall be not less than 75 percent of the minimum required, when tested in accordance with Footwear Industries of America Standard 301, NBS Abrasion. Hardness: The hardness of the sole and heel compounds shall be 65 (plus or minus 5) before aging and shall not be more than 75 after aging when tested as specified under ASTM D Dielectric Properties: All fire boots shall meet or exceed ANSI Z for electrical resistance at a level of not less than 30,000 KVAC. (DRY) Also, all fire boots shall meet or exceed ASTM F1116 Method C. Boots must withstand voltage proof test of the maximum possible portion of the overboot footwear without permitting flashover between electrodes. This test method carries a minimum acceptable failure rate of 15,000 KVAC. (WET) Sponge rubber: When used, the sponge rubber shall be a self-blown type, calendared as applicable and activated or cured. Color is optional. 124

145 PAGE Spec # BOOTS, FIREFIGHTERS, HIPPERS, THREE QUARTER LENGTH MENS AND WOMENS CALENDERED SOLE Cements or adhesives: The cements and adhesives used shall be compounds suitable for vulcanization. Ozone resistant requirements: All parts of the boot shall have the capability of resisting ozone attack at 50 pphm at 104 F bent loop for a period of not less than 72 hours when tested in accordance with ASTM Standards D Binding: A. The binding for the boot shall consist of upper compound not less than 5/16 inch wide. Reading of binding shall indicate compliance to NFPA standard current at time of proposal or later,. Gum top: The gum top of the boot shall consist of upper compound not less than inches thick. ozone resistant - 0 rating after 24 hours under specification of ASTM D Top reinforcement: The top reinforcement of the boot shall be urethane not less than Inches thick or equal and shall be a minimum of 5 inches wide. It shall be adhered to by molding or cementing on the inside of the top lining above the leg lining lap seam. Knee Patch: The knee patch shall consist of upper compound not less than inches thick and not less than 175 square inches in area and positioned in the area subjected to chafing. Bumper toe cap: The bumper toe cap of the boots shall be white or colored and shall consist of upper compound not less than.045 inches thick. Foxing: The foxing shall consist of upper compound, white or colored, not less than.050 inch thick and shall be not less than 1 inch wide. The foxing shall be of a knurled design. 125

146 PAGE Spec # BOOTS, FIREFIGHTERS, HIPPERS, THREE QUARTER LENGTH MENS AND WOMENS CALENDERED SOLE Leg lining: The leg lining shall consist of a Kevlar/ Nomex blend. It shall be spread and calendar coated on one side with upper compound not less than inches thick. Kevlar/Nomex minimum standards Composition 50% T-6 Nomex, 50% Varicut Kevlar. Weave Maliwatt Chain Weight g/m2) 186 Weight (oz./yd.2) 5.5 Construction warp (gauge) 11 Construction weft (stitches per inch) 14.3 Gauge (inches).055 Nylon Heel Stay Shall consist of a cotton/nylon blend, Calendar coated one side not less than.009. Tensile strength - warp (lbs.) 60 Tensile strength - weft (lbs.) 24 Abrasion - Taber (cycles) CS Mullens burst (lbs./in2) 220 METAL COMPONENTS Steel box toe: The steel box toe shall conform to the toe of the last and shall be fabricated from cold-rolled carbons steel. After heat treatment, the steel box toe shall conform to the requirements of ANSI Z41 PT 83 M/I 75. Standard for Safety Toe Footwear. Impact/Compression resistance: The steel box toe of the finished boot shall have a minimum inside clearance of ½ inch and shall show no evidence of fracture when tested as specified under ANSI Z41 PT (compression) and (impact). Both tests have to meet class M/75 of ANSI Z41 PT 83 standard. Buckles: The buckle for the boot, when relevant, shall be made of aluminum, brass, bronze or steel, shall be tested in accordance with ASTM B 117. Salt Spray Fog Testing. Shanks: Steel shall be used by the contractor. specifications: minimum length 4" minimum width 3/4. Steel sole: The steel for the insole plate shall be corrosion resistant steel with a minimum thickness of inches, condition hard, a dull or bright finish, and shall have a mini-mum puncture resistance of 400 lbs. when tested as specified in ANSI Z41 PT Any single determination below 400 lbs. 126

147 shall cause rejection of the lot. 127

148 PAGE Spec # BOOTS, FIREFIGHTERS, HIPPERS, THREE QUARTER LENGTH MENS AND WOMENS CALENDERED SOLE Nylon felt midsole; 3/811 thick calendar coat both sides.010. Foam insulator: lining 1/4 luxuron urethane foam cemented both sides. Rubber vamp: The rubber vamp shall consist of upper compound not less than inches thick. Inaraved ankle leg cove: The leg cover shall consist of upper compound not less than inches thick. If calendar coating is omitted on the leg form, the leg cover gauge shall be a minimum of inches thick. Shin protection : Option One: The application of heavy knurled rubber (.100 thick and approximately 311 x 611) to the exterior of the boot for the full length of the shin area. Proprietary to Morning Pride Co. boots. Option Two: Built in protection consisting of special rag and sponge layer. Two layers of rag, each rag layer.060 thick (Protekshin). Proprietary to Servus Rubber Co. boots. CONSTRUCTION: The boots shall be constructed in accordance with the Manufacturer's patterns and lasts, utilizing component parts listed herein, as applicable. Sequence of construction shall be in accordance with the contractor's standard practice. All overlapped parts shall be firmly rolled or pressed before vulcanization. Boot, Bottom Construction: The bottoms of the boots shall be constructed of the component parts listed below. Sequence of construction shall be in accordance with the contractor's commercial practice. The outsole and heel shall be a calendared, knurled outsole and separate heel. The sole construction shall consist of a filler sole, binder sole and outsole and heel. The filler sole shall consist of stiffening compound not less than inch thick. 128

149 PAGE Spec # CONSTRUCTION CONTINUED: BOOTS, FIREFIGHTERS, HIPPERS, THREE QUARTER LENGTH MENS AND WOMENS CALENDERED SOLE The binder sole shall consist of osnaburg frictioned on one side and calendar coated the other side with upper rubber compound to an overall thickness of not less than inch. The outsold and heel shall consist of the material specified. The outsold shall be acleated or heavily knurled design as approved by the Chicago Fire Department. The outsold shall have an instep rise of approximately 1 1/4 inches and shall have an outside shank rise of approximately 1 ½ inches. The sole shall be not less than inch thick (at highest point) at the ball and shall be not less than inch thick at the heel area. The heel shall consist of outsold compound and shall carry the manufacturer's standard tread design. The heels shall be full size, 5/811 (plus or minus 1/16) thick at the thinnest point. Commercial grading between sizes shall be used. The total thickness of the sole area shall be not less than inch and the total thickness in the heel area shall be not less than inch. The heel height, when measured from the bottom surface of the sole at the brestline, shall be not less than inch. Insole - midsole construction: The insole shall consist of.125 cork. The midsole shall consist of a flexible one piece steel plate, dipped or coated with cement or a suitable resin and encased between two layers of osnaburg material which have been frictioned coated on both sides and calendar coated on one side, with the calendared side against the steel plate, and rolled or pressed together. Leg form: 8 oz. boot duck, frictioned on both sides and calendar coated on one side not less than.007". Too and buckle strap the top and buckle strap, when relevant, shall consist of the material specified, frictioned two sides and calendar coated one side not less than inch thick. The strap shall be folded double and shall include a reinforcing cord on each edge. The folded top strap shall be 3/4 inch wide and shall be not less than 7 inches long. The folded buckle strap shall be ½ (plus or minus 1/16 inch wide and 2 1/4 (plus or minus 1/8) inches long. Top lining: The top lining of the Kevlar/Nomex blend shall be frictioned or spread and calendar coated on one side with upper compound with the following minimum specifications: 129

150 PAGE Spec # BOOTS FIREFIGHTERS, HIPPERS THREE QUATER LENGTH MENS, AND WOMENS, CALENDERED SOLE Composition: 50% T-6 Nomex, 50% Varicut Kevlar Weave: Maliwatt chain Weight (g/m2): 186 Weight (oz./yd.): 5.5 Construction warp (gauge): 11 Construction weft (stitches per inch): 14.3 Gauge (inches):.055 Tensile strength - warp (lbs.): 60 Tensile strength - weft (lbs.): 24 Abrasion - taber (cycles) CS17-100: 712. Fiber weight per square yard: 5 oz. Mullens burst (lbs./in2): 220 Vucanization: Boots shall be vulcanized under pressure to insure a watertight, single unit. Reflective Trim: Boot back - 1 ½ Wide x 6 ½ long on center of back of boot (vertical). Leg Band: 1 ½ wide x 17 long encircling boot (horizontally) at mid-calf Leakage: The finished boot shall show no leakage when submerged in 511 of water for no less than 1 hour. Sizing: Protective footwear shall be available in all sizes when measured in accordance with Footwear Industries of America, Shoe Size conversion, Research Results and Recommendations: See attached size chart. Men s: 5-15, including half sizes, and widths narrow and wide. Women s: 4-13, including half sizes, and widths narrow and wide. Size Marking: The size of each boot shall be embossed or branded on the back of the boot and/or stamped in shank with white ink. 130

151 Labels and other identification: Shall be labeled in accordance with chapter 2-4 (labeling) NFPA Standard 1974 with the following additions and deletions. Fire boots shall be labeled to indicate compliance with OSHA Standards 29 CFR and Delete statement in chapter that reads "WARNING Do not use for crash/fire/rescue or protection from hazardous or toxic materials or biological agents. NOTE: Manufacturer shall provide written documentation that fire boots meet the requirements of: NFPA Standard 1974, OSHA Standards 29 CFR and also. B. Written documentation that footwear has been approved by the United States Air force for Crash - Crew Rescue. C. independent lab certification that footwear meets minimum criteria of EPA levels C and D for chemical protective clothing. GENERAL DESCRIPTION: Boots that have been designed specifically for the fire service. As such they must provide the maximum protection currently available against foot, ankle and leg injuries common to this profession. Fire boots must meet or exceed the requirements of the National Fire Protection Association Standard 1974" Protective Footwear for Structural Firefighting" 1987 Edition and in addition any special design features incorporated herein by the Chicago Fire Department. MATERIALS - GENERAL: Protective footwear shall be constructed of materials suitable for the exposure it is intended to receive and shall provide protection, comfort, and wearability. The workmanship in the production and assembly of the footwear and toe box shall conform to industry practices in every respect. Testing Testing to be accomplished in accordance with Chapter 4 of the Previously reference standard. SPECIFIC DESCRIPTION: The boots specified herein shall have black rubber uppers, white or colored rubber bumper toe caps, steel safety toes, puncture proof steel insole, with a knurled calendared outsold and molded heel. DIMENSIONS: Height: The inside height of the boot shall be not less than 29 inches. The height shall be measured on a finished boot at the inside heel area to the top, back of the boot. WATERPROOF REQUIREMENT: - All fire boots shall be 100% waterproof. 131

152 PAGE Spec # BOOTS, FIREFIGHTER, HIPPERS, THREE QUARTER LENGTH MENS AND WOMENS CALENDERED SOLE APPROVED/ MANUFACTURERS: Total Fire #1 Innovation Ct. P.O. Box Dayton Ohio, OR EQUAL MAKERS SPECIFICATION GUARANTEE No manufacturer or representative may suggest that fire boots, are approved without prior inspection of completed sample fire boots by-and written authorization from the Fire Commissioner, Chicago Fire Department. SAMPLE BOOTS SUBMITTED FOR INSPECTION AND APPROVAL MUST BE ACCOMPANIED BY THE PREVIOUSLY MENTIONED DOCUMENT S VERIFYING THAT FIREBOOTS MEET THE REQUIREMENTS OF THIS SPECIFICATION IN ALL RESPECTS. 132

153 Line #006 CC Spec # Gold BUCKLE, BELT, CHIEF OFFICERS & ABOVE BRASS/GOLD BUCKLE MATERIAL: The buckle is solid brass buckle with a gold finish. The belt is made from natural, top grain English bridle leather that has been drum dyed to prevent cracking and peeling. CONSTRUCTION: The buckle solid brass buckle with a gold finish. The belt is made from natural, top grain English bridle leather that has been drum dyed to prevent cracking and peeling with seven tips holes for 2 extra inches of adjustability. Belt buckles will be either square or rectangular in shape and free of all ornamentation. Size: The buckle is a solid brass buckle with a gold finish not to exceed 2 x 2. The belt size is 1 ½ 1 ¾ wide, oz. top grain leather with seven tips holes for 2 extra inches of adjustability. The belts will be available in any waist size. AUTHORIZATION/ RESTRICTIONS: Belt buckles will be either square or rectangular in shape and free of all ornamentation. Brass / gold buckle wear restricted to those of Chief Officer rank and certain exempt personnel. In all instances buckle to match color of buttons on dress uniform. MANUFACTURER: Boston Leather 1801 Eastwood Drive P.O. Box 1213 Sterling, Il OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 133

154 Line #007 CC Spec # Sliver BUCKLE, BELT, CO. OFFICERS / AMUBLANCE COMMANDERS FIREFIGHTERS / PARAMEDICS MATERIAL: The buckle is solid nickel buckle with a silver finish. The belt is made from natural, top grain English bridle leather that has been drum dyed to prevent cracking and peeling. CONSTRUCTION: The buckle solid nickel buckle with a silver finish. The belt is made from natural, top grain English bridle leather that has been drum dyed to prevent cracking and peeling with seven tips holes for 2 extra inches of adjustability. Belt buckles will be either square or rectangular in shape and free of all ornamentation. Size: The buckle is a solid nickel buckle with a silver finish not to exceed 2 x 2. The belt size is 1 ½ 1 ¾ wide, oz. top grain leather with seven tips holes for 2 extra inches of adjustability. The belts will be available in any waist size. AUTHORIZATION/ RESTRICTIONS: Belt buckles will be either square or rectangular in shape and free of all ornamentation. Nickel buckle wear restricted. In all instances buckle to match color of buttons on dress uniform. MANUFACTURER: Boston Leather 1801 Eastwood Drive P.O. Box 1213 Sterling, Il OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 134

155 Line #008 CC Spec # A CAP, DRESS UNIFORM, CHIEF OFFICER STYLE: English Drape, Model 1091 MEASUREMENTS: Finished cap (size 7 1/8") shall measure Front to Back 10 7/8 Side to side:10" Height of front: 2 ½" All measurements plus or minus 1/8". MATERIALS: COVER: The materials for the cap cover shall be as follows: White expanded supported vinyl (Spanish leather). Quality 184. Color 1353, pure white. Fabric Leather Corp., Glen Cove, N.Y. or equal.* LINING: All prescribed caps shall have a crown lining of 100% acetate taffeta, gold color. SWEAT PROTECTOR: Crown shall be lined with a full covering of.004 gauge clear polyethylene film as a sweat protector. INNER BAND: Open Cane, black plastic 2" wide. SWEATBAND: Sweatband shall be 1 1/4" wide perforated material, either roan leather or Briley No Pattern ac,22>13; perforated ac, 22>7 across; burr 6/1". OUTER BAND: Velvet, black in color. Bottom edge bound with Raeford worsted material. EYELETS: All caps shall have a single eyelet located at front center 1 1/4 from top to bottom on center. In addition all caps shall have 2 eyelets on each side of cap for ventilation. Eyelets to be placed 2 1/4" apart using side seam as center line. Eyelets to be Stimpson A-942 or equal; color white 500. VISOR: Black wool upper mounted on Morroccan bottom. Embroidered with gold mylar thread to meet Air Force Style configuration. Visor angle and finished to read 2 1/8" long. Outer edge piped with glossy black plastics Eiseman- Ludmar or equal.*. A) Commissioner, 1 st Deputy Commissioner, Deputy Commissioners, Assistant Deputy Commissioners, District Chiefs, Directors, Paramedic, Assistant Commissioner Affirmative Action. 6 gold clouds, 3 on each side, V

156 PAGE Spec # A CAP, DRESS UNIFORM, CHIEF OFFICER FRONT SUPPORT: Stayer, made of 3 ply muslin lined leatherette with a 1" wide twin wire insert. Stayer shall have one round 5/16" diameter eyelet located so as to be in direct alignment with eyelet in cap cover, to serve dual purpose as support for cap front and attachment for rosette and cap insignia GROMMET: 5/8" opaque colored D shaped/plastic grommet, sized to conform with cap cover dimensions. STRAP (A, B, & C - Chief Officers): Gold wire lace, ½ wide with matching double loop. Mounted to cap with two 5/8" gold prong-backed buttons reading FD; Waterbury. STRAP (D) EXECUTIVE ASST. EXECUTIVE OFFICER: Nickel floral pattern, ½" wide with matching double loop. Mounted to cap with two 5/8" silver prong-backed buttons re- FO ; Waterbury, (strap MF 50 0r equal). THREAD: White size 0/3 (Type 45) Black size 00/3 (Type 35 vat dyed -2- CONSTRUCTION: Crown of cap to be double stitched and reinforced with 5/8" tan starchy tape where it joins front and rear pieces. Sewing to be with double needle machine, distance between rows not to exceed 3/16", stitches to the inch and all stitches are to be taut without loose ends. Cap front to be lined with white hair cloth and covered with black lining material so as to add body and prevent dimpling. Sweatband to hand sewn to cap body. SIZE LABEL: All caps shall have a size label attached to the sweatband at the rear of the cap. MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department specification No indicating manufacturer s compliance to specifications shall be Sewn to cap lining underneath sweat protector. 136

157 PAGE Spec # A CAP, DRESS UNIFORM, CHIEF OFFICER MANUFACTURER: Midway Cap Co W. Madison St. Chicago, IL OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a cap is approved without prior inspection of completed sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department. *Substitute materials must meet the requirements of the preceding paragraph. 137

158 Line #009 CC Spec # B CAP, DRESS UNIFORM, CHIEF OFFICER STYLE: English Drape, Model 1091 MEASUREMENTS: Finished cap (size 7 1/8") shall measure Front to Back 10 7/8 Side to side:10" Height of front: 2 ½" All measurements plus or minus 1/8". MATERIALS: COVER: The materials for the cap cover shall be as follows: White expanded supported vinyl (Spanish leather). Quality 184. Color 1353, pure white. Fabric Leather Corp., Glen Cove, N.Y. or equal.* LINING: All prescribed caps shall have a crown lining of 100% acetate taffeta, gold color. SWEAT PROTECTOR: Crown shall be lined with a full covering of.004 gauge clear polyethylene film as a sweat protector. INNER BAND: Open Cane, black plastic 2" wide. SWEATBAND: Sweatband shall be 1 1/4" wide perforated material, either roan leather or Briley No Pattern ac,22>13; perforated ac, 22>7 across; burr 6/1". OUTER BAND: Velvet, black in color. Bottom edge bound with Raeford worsted material. EYELETS: All caps shall have a single eyelet located at front center 1 1/4 from top to bottom on center. In addition all caps shall have 2 eyelets on each side of cap for ventilation. Eyelets to be placed 2 1/4" apart using side seam as center line. Eyelets to be Stimpson A-942 or equal; color white 500. VISOR: Black wool upper mounted on Morroccan bottom. Embroidered with gold mylar thread to meet Air Force Style configuration. Visor angle and finished to read 2 1/8" long. Outer edge piped with glossy black plastics Eiseman- Ludmar or equal.* B) Deputy District Chiefs, Assistant Directors, Assistant Chief Paramedic, 4 gold clouds, 2 on each side, V

159 PAGE Spec # B CAP, DRESS UNIFORM, CHIEF OFFICER FRONT SUPPORT: Stayer, made of 3 ply muslin lined leatherette with a 1" wide twin wire insert. Stayer shall have one round 5/16" diameter eyelet located so as to be in direct alignment with eyelet in cap cover, to serve dual purpose as support for cap front and attachment for rosette and cap insignia GROMMET: 5/8" opaque colored D shaped/plastic grommet, sized to conform with cap cover dimensions. STRAP (A, B, & C - Chief Officers): Gold wire lace, ½ wide with matching double loop. Mounted to cap with two 5/8" gold prong-backed buttons reading FD; Waterbury. STRAP (D) EXECUTIVE ASST. EXECUTIVE OFFICER: Nickel floral pattern, ½" wide with matching double loop. Mounted to cap with two 5/8" silver prong-backed buttons re- FO ; Waterbury, (strap MF 50 0r equal). THREAD: White size 0/3 (Type 45) Black size 00/3 (Type 35 vat dyed -2- CONSTRUCTION: Crown of cap to be double stitched and reinforced with 5/8" tan starchy tape where it joins front and rear pieces. Sewing to be with double needle machine, distance between rows not to exceed 3/16", stitches to the inch and all stitches are to be taut without loose ends. Cap front to be lined with white hair cloth and covered with black lining material so as to add body and prevent dimpling. Sweatband to hand sewn to cap body. SIZE LABEL: All caps shall have a size label attached to the sweatband at the rear of the cap. MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department specification No indicating manufacturer s compliance to specifications shall be Sewn to cap lining underneath sweat protector. 139

160 PAGE Spec # B CAP, DRESS UNIFORM, CHIEF OFFICER MANUFACTURER: Midway Cap Co W. Madison St. Chicago, IL OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a cap is approved without prior inspection of completed sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department. *Substitute materials must meet the requirements of the preceding paragraph. 140

161 Line #010 CC Spec # C CAP, DRESS UNIFORM, CHIEF OFFICER, FIELD OFFICER, COMMANDOR STYLE: English Drape, Model 1091 MEASUREMENTS: Finished cap (size 7 1/8") shall measure Front to Back 10 7/8 Side to side:10" Height of front: 2 ½" All measurements plus or minus 1/8". MATERIALS: COVER: The materials for the cap cover shall be as follows: White expanded supported vinyl (Spanish leather). Quality 184. Color 1353, pure white. Fabric Leather Corp., Glen Cove, N.Y. or equal.* LINING: All prescribed caps shall have a crown lining of 100% acetate taffeta, gold color. SWEAT PROTECTOR: Crown shall be lined with a full covering of.004 gauge clear polyethylene film as a sweat protector. INNER BAND: Open Cane, black plastic 2" wide. SWEATBAND: Sweatband shall be 1 1/4" wide perforated material, either roan leather or Briley No Pattern ac,22>13; perforated ac, 22>7 across; burr 6/1". OUTER BAND: Velvet, black in color. Bottom edge bound with Raeford worsted material. EYELETS: All caps shall have a single eyelet located at front center 1 1/4 from top to bottom on center. In addition all caps shall have 2 eyelets on each side of cap for ventilation. Eyelets to be placed 2 1/4" apart using side seam as center line. Eyelets to be Stimpson A-942 or equal; color white VISOR: Black wool upper mounted on Morroccan bottom. Embroidered with gold mylar thread to meet Air Force Style configuration. Visor angle and finished to read 2 1/8" long. Outer edge piped with glossy black plastics Eiseman- Ludmar or equal.* C) Battalion Chiefs, Commanders: 2 gold clouds, 1 on each side, V

162 PAGE Spec # C CAP, DRESS UNIFORM, CHIEF OFFICER, FIELD OFFICER, COMMANDOR FRONT SUPPORT: Stayer, made of 3 ply muslin lined leatherette with a 1" wide twin wire insert. Stayer shall have one round 5/16" diameter eyelet located so as to be in direct alignment with eyelet in cap cover, to serve dual purpose as support for cap front and attachment for rosette and cap insignia GROMMET: 5/8" opaque colored D shaped/plastic grommet, sized to conform with cap cover dimensions. STRAP (A, B, & C - Chief Officers): Gold wire lace, ½ wide with matching double loop. Mounted to cap with two 5/8" gold prong-backed buttons reading FD; Waterbury. STRAP (D) EXECUTIVE ASST. EXECUTIVE OFFICER: Nickel floral pattern, ½" wide with matching double loop. Mounted to cap with two 5/8" silver prong-backed buttons re- FO ; Waterbury, (strap MF 50 0r equal). THREAD: White size 0/3 (Type 45) Black size 00/3 (Type 35 vat dyed -2- CONSTRUCTION: Crown of cap to be double stitched and reinforced with 5/8" tan starchy tape where it joins front and rear pieces. Sewing to be with double needle machine, distance between rows not to exceed 3/16", stitches to the inch and all stitches are to be taut without loose ends. Cap front to be lined with white hair cloth and covered with black lining material so as to add body and prevent dimpling. Sweatband to hand sewn to cap body. SIZE LABEL: All caps shall have a size label attached to the sweatband at the rear of the cap. MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department specification No indicating manufacturer s compliance to specifications shall be Sewn to cap lining underneath sweat protector. 142

163 PAGE Spec # C CAP, DRESS UNIFORM, CHIEF OFFICER, FIELD OFFICER, COMMANDOR MANUFACTURER: Midway Cap Co W. Madison St. Chicago, IL OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a cap is approved without prior inspection of completed sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department. *Substitute materials must meet the requirements of the preceding paragraph. 143

164 Line #011 CC Spec # D CAP, DRESS UNIFORM, CHIEF OFFICER STYLE: English Drape, Model 1091 MEASUREMENTS: Finished cap (size 7 1/8") shall measure Front to Back 10 7/8 Side to side:10" Height of front: 2 ½" All measurements plus or minus 1/8". MATERIALS: COVER: The materials for the cap cover shall be as follows: White expanded supported vinyl (Spanish leather). Quality 184. Color 1353, pure white. Fabric Leather Corp., Glen Cove, N.Y. or equal.* LINING: All prescribed caps shall have a crown lining of 100% acetate taffeta, gold color. SWEAT PROTECTOR: Crown shall be lined with a full covering of.004 gauge clear polyethylene film as a sweat protector. INNER BAND: Open Cane, black plastic 2" wide. SWEATBAND: Sweatband shall be 1 1/4" wide perforated material, either roan leather or Briley No Pattern ac,22>13; perforated ac, 22>7 across; burr 6/1". OUTER BAND: Velvet, black in color. Bottom edge bound with Raeford worsted material. EYELETS: All caps shall have a single eyelet located at front center 1 1/4 from top to bottom on center. In addition all caps shall have 2 eyelets on each side of cap for ventilation. Eyelets to be placed 2 1/4" apart using side seam as center line. Eyelets to be Stimpson A-942 or equal; color white 500. VISOR: Black wool upper mounted on Morroccan bottom. Embroidered with gold mylar thread to meet Air Force Style configuration. Visor angle and finished to read 2 1/8" long. Outer edge piped with glossy black plastics Eiseman- Ludmar or equal.* D) Executive Asst., Executive Officer. Silver clouds one on each side, V

165 PAGE Spec # D CAP, DRESS UNIFORM, CHIEF OFFICER FRONT SUPPORT: Stayer, made of 3 ply muslin lined leatherette with a 1" wide twin wire insert. Stayer shall have one round 5/16" diameter eyelet located so as to be in direct alignment with eyelet in cap cover, to serve dual purpose as support for cap front and attachment for rosette and cap insignia GROMMET: 5/8" opaque colored D shaped/plastic grommet, sized to conform with cap cover dimensions. STRAP (A, B, & C - Chief Officers): Gold wire lace, ½ wide with matching double loop. Mounted to cap with two 5/8" gold prong-backed buttons reading FD; Waterbury. STRAP (D) EXECUTIVE ASST. EXECUTIVE OFFICER: Nickel floral pattern, ½" wide with matching double loop. Mounted to cap with two 5/8" silver prong-backed buttons re- FO ; Waterbury, (strap MF 50 0r equal). THREAD: White size 0/3 (Type 45) Black size 00/3 (Type 35 vat dyed -2- CONSTRUCTION: Crown of cap to be double stitched and reinforced with 5/8" tan starchy tape where it joins front and rear pieces. Sewing to be with double needle machine, distance between rows not to exceed 3/16", stitches to the inch and all stitches are to be taut without loose ends. Cap front to be lined with white hair cloth and covered with black lining material so as to add body and prevent dimpling. Sweatband to hand sewn to cap body. SIZE LABEL: All caps shall have a size label attached to the sweatband at the rear of the cap. MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department specification No indicating manufacturer s compliance to specifications shall be Sewn to cap lining underneath sweat protector. 145

166 PAGE Spec # D CAP, DRESS UNIFORM, CHIEF OFFICER MANUFACTURER: Midway Cap Co W. Madison St. Chicago, IL OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a cap is approved without prior inspection of completed sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department. *Substitute materials must meet the requirements of the preceding paragraph. 146

167 Line #012 CC Spec # CAP, DRESS UNIFORM, CAPT., LT., STYLE: English Drape, Model 1091 MEASUREMENTS: Finished cap (size 71/8) shall measure: Front to Back: 10 7/8" Side to side: 10" Height of front: 2 ½" All measurements plus or minus 1/8" MATERIALS: COVER: The materials for the cap cover shall be as follows: White expanded supported vinyl (Spanish leather). Quality 184. Color 1353, pure white. Fabric Leather Corp., Glen Cove, N.Y. or equal.* LINING: All prescribed caps shall have a crown lining of 100% acetate taffeta, gold color SWEAT PROTECTOR Crown shall be lined with a full covering of.004 gauge clear polyethylene film as a sweat protector. INNER BAND: Open Cane, black plastic 2" wide. SWEATBAND: Sweatband shall be 1 1/4" wide perforated material, either roan leather or Briley No Pattern #13; perforated #7 acro burr 6/1". OUTER BAND: Mohair braid, black in color, 1 ½" wide with quarter inch black worsted material bottom edge. Band shall be sewn to frame. EYELETS: All taps shall have three (3) round eyelet. One to be located at front center 1 1/4" from top to bottom on center. Two additional round eyelets shall be spaced 1 3/8" apar using center round eyelet as center line (11/16" in each direction). Eyelets to Stimpson, A-942 or equal; color white 500. In addition all caps shall have 2 round eyelets on each side of cap for ventilation. Eyelets to be placed 2 1/4" apart using a seam as center line. Eyelets to be Stimp A-942 or equal; color, white

168 PAGE Spec # CAP, DRESS UNIFORM, CAPT., LT., VISOR: To be of two piece construction. Upper portion to consist of nylon base.020 gauge black Japanned top. Bottom piece.095 gauge genuine Sur-V-Lon or equal with an emboss hatter green base. Two pieces will be firmly cemented together and completed vi will not buckle, crack or blister. Visor shall be shape No. A.S. set into frame at 450 angle and finished dimension to read 1/8" long. All visors to be blocked to shape in heated forms. GROMMET: 5/8" Opaque colored 0" shaped/plastic grommet, sized to conform with cap cover dimensions. FRONT SUPPORT STAYER: Made of 3 ply muslin lined leatherette with a 1" wide twin wire insert. Stayer shall have three round 5/16" diam eyelets located so as to be in direct alignment with eyelets in cap cover, to serve dual purpose as support for cap front and attachment for rosette and cap insignia. STRAP: Nickel floral pattern, ½" wide with matching double loop. Mounted to cap q/two 5/8" silver prong-backed buttons re~ FO ; Waterbury, (strap MF 50 or equal). THREAD: White size 0/3 (Type 45_Black size 00/3 (Type 35 vat dyed CONSTRUCTION: Crown of cap to be double stitched and reinforced with 5/8", tan starchy tape where it joins front and rear pieces. Sewing to be with double needle machine, distance between rows not to exceed 3/16", 11 to 12 stitches to the inch, all stitches are to be taut and without loose ends. Cap front to be lined with white hair cloth and covered with black lining material so as to add body and prevent dimpling Sweatband to be hand sewn to cap body. SIZE LABEL: All caps shall have a size label attached to the sweatband at the rear of the cap. MANUFACTURER: Midway Cap 1239 W. Madison Chicago, IL OR EQUAL 148

169 PAGE Spec # CAP, DRESS UNIFORM, CAPT., LT., MAKERS SPECIFICATION GUARANTEE LABEL: A LABEL MEETING THE REQUIREMENTS OF Chicago Fire Department specification No indicating manufacturer s compliance to specifications shall be sewn to cap lining underneath sweat protector. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a cap is approved without prior inspection of completed sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department. *Substitute materials must meet the requirements of the preceding paragraph. 149

170 Line #013 CC Spec # CAP, DRESS UNIFORM, FIREFIGHTERS, ENGRS, PARAMEDIC IN CHARGE AND PARAMEDICS, AMBULANCE COMMANDOR STYLE: English Drape, Model 1091 MEASUREMENTS: Finished cap (size 7 1/8) shall measure: Front to Back:10 7/8" Side to side: 10" Height of front: 2 ½". All measurements plus or minus 1/8". MATERIALS: COVER: The material for the cap cover shall be as follows: 100% virgin wool, stock dyed ½ once Raeford LINING: All prescribed caps shall have a crown lining of 100% acetate taffeta, gold color. SWEAT PROTECTOR: Crown shall be lined with a full covering of.004 gauge clear polyethylene film as a sweat protector. INNER BAND: OPEN Cane, black plastic 2" wide. SWEATBAND: Sweatband shall be 1 1/4" wide perforated material, either roan leather or Briley No Pattern uac, 22>13; perforated cac, 22>7 across; burr 6/1. OUTER BAND: 100% virgin wool, stock dyed14-14 ½ ounce Raeford ½ wide concealed stitching at bottom edge. EYELETS: All caps shall have two (2) oval eyelets 1 3/8" apart on center. Eyelets shall also be centered equal distance from top to bottom of cap front. Eyelets to be Stimpson, A-1062 or equal, black in color. In addition all caps shall have 2 round eyelets on each side of cap for ventilation. Eyelets to be placed 2 1/4" apart using side seam as center line. Eyelets to be Stimpson. A-942 or equal, black in color. VISOR: To be of two piece construction. Upper portion to consist of nylon base.020 gauge black Japanned top. Bottom piece.095 gauge genuine Sur-V-Lon or equal with an embossed hatter green base. Two pieces will be firmly cemented together and completed visor will not buckle, crack or blister. Visor shall be shape No. A.S. set into frame at 451 angle and finished dimension to read 2 1/8" long. All visors to be blocked to shape in heated forms. 150

171 PAGE Spec # CAP, DRESS UNIFORM, FIREFIGHTERS, ENGRS, PARAMEDIC IN CHARGE AND PARAMEDICS, AMBULANCE COMMANDOR GROMMET: 5/8" Opaque colored D shaped/plastic grommet, sized to conform with cap cover dimensions. FRONT SUPPORT STAYER: Made of 3 ply muslin lined leatherette with a 1" wide twin wire insert. Stayer shall have two oval eyelets located so as to be in direct alignment with eyelets in cap cover. To serve as support for cap front and attachment for cap insignia. STRAP: Black plastic, non-adjustable ½ wide. Mounted to cap with two 5/8" silver prong backed buttons reading FD; Waterbury. or Silver wire lace, ½ wide with matching double loop. Mounted to cap with two 5/8" silver prong-backed buttons reading FD; Waterbury. THREAD: Black size 00/3 (type 35 vat dyed) CONSTRUCTION: Crown of cap to be double stitched and reinforced with 5/8" tan starchy tape where it joins front and rear pieces. Sewing to be with double needle machine, distance between rows not to exceed 3/16", 11 to 12 stitches to the inch, all stitches are to be taut and without loose ends. Cap front to be lined with white hair cloth and covered with black lining material so as to add body and prevent dimpling. Sweatband to be hand sewn to cap body. BLOCKING: All caps shall be blocked on a five-piece block in live steam and thoroughly dried. SIZE LABEL: All caps shall have a size label attached to the sweatband at the rear of the cap. MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department specification No indicating manufacturers compliance to specifications shall be sewn to cap lining underneath sweat protector. MANUFACTURER: Midway Cap 1239 W. Madison Chicago, IL OR EQUAL 151

172 PAGE Spec # CAP, DRESS UNIFORM, FIREFIGHTERS, ENGRS, PARAMEDIC IN CHARGE AND PARAMEDICS, AMBULANCE COMMANDOR MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a cap is approved without prior inspection of completed sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department. Substitute materials must meet the requirements of the preceding paragraph. 152

173 Line #014 CC Spec # WORK CAP DESCRIPTION: MATERIALS: Baseball style cap with adjustable size band and visor. COVER: 6 panel polyester wool blend with serge body. VISOR: Washable visor with 6 rows of stitching. Adjustable snap tab back with sewn eyelets. COLOR: Dark navy blue. LETTERING: Chicago - Capital = 1" Small letters = ½" Fire Dept. - Capital =5/8" Small letters = 3/8" EMBROIDERY: Front embroidery red letters with white outline. SIZES: Various To be worn by fire personnel as per bureau commander. MAKERS SPECIFICATION LABEL Manufacturers label must be in compliance to the requirements of the Chicago Fire Department specifications and shall be attached to the garment. Location to be determined by the manufacturer. MANUFACTURER: American Needle Athletic Cap. Co Buffalo Grove, Il. New York, N.Y. (842) Correct Cap. Co. St. Louis, Mo. Hi-Image Schaumburg, Il. OR EQUAL 153

174 Line #015 CC Spec # SKULL CAP DESCRIPTION: MATERIALS: Skull cap COVER: 100% acrylic with additional polar fleece insulation. COLOR: Dark navy blue. LETTERING: On front first line: curved Chicago, capital letters, first letter and last letter of Chicago: C and O =3/4"; middle letters are 1/2 tall On front second line: Fire Dept., capital letters, are 3/8 tall On back: Chicago Fire Department Maltese Cross =1 1/2" EMBROIDERY: Front embroidery red letters with white outline. Back embroidery red and white Chicago Fire Department Maltese Cross =1 1/2" SIZES: One size fits all To be worn by fire personnel as per bureau commander. MAKERS SPECIFICATION LABEL Manufacturers label must be in compliance to the requirements of the Chicago Fire Department specifications and shall be attached to the garment. Location to be determined by the manufacturer. MANUFACTURER: Ace Hy Caps Chatsworth, CA OR EQUAL 154

175 Line #016 CC Spec # A Male COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, MALE ANCHOR UNIFORM MODEL 261MT or APPROVED EQUAL MATERIAL: STYLE: FRONT YOKE: To be made of 40% polyester 60% combed cotton treated with Dupont Teflon, Fabric is to be woven, construction 42/2 x 42/2, 110x55 with teflon finish, water repellent finish; 5.92 oz. per square yard. Color: blue. Double-breasted men s trench coat with thinsulate zip-out lining, half-raglan with shoulders Epaulets, button front, self-goods belt with leather buckle, lower sleeve straps with leather buckle, With right front yoke, and back yoke, single back vent, fully lined with inside vertical welt openings. Front yoke is on right side only, with 32L button and buttonhole in lower front corner, 5/16 topstitching on finished edges, attached at shoulder and armhole. Eight metal buttons to read "CHICAGO FIRE DEPARTMENT" shall be attached to the front of the jacket. (See Photo) 8 (40 Lign) Chicago Fire Department Button s to be secured to the front of the Top Coat. 2 (24 Ling) CFD Crest buttons used to secure the epaulettes to the Top Coat. BACK YOKE: Back yoke is one-piece, loose attached at raglan seam, neck and side seams, folder hem finishes 7/16, 5/16 topstitching on back of raglan seam.shooting patch buttons (40 ligne, 4 hole) front closure buttons (40 ligne, 4 hole). CUT-THROUGH FRONT POCKETS: Vertical welt opening, with 5/16 topstitching, no pocket bag access to lining opening: 7-1/2 SLEEVE STRAP: Sleeve strap is inserted into the inseam of sleeve, finished strap width: 1-3/4 bottom edge of strap Finishes approx.3 from lower finished sleeve, buckle is stitched to sleeve out seam. 155

176 PAGE Spec # A Male COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, MALE ANCHOR UNIFORM MODEL 261MT or APPROVED EQUAL COLLARS: Epaulettes: BELT: Two piece collar, collar ends finish 3-3/4, center back collar width: 3, lapel ends finish 5, self Goods hanger loop is inserted into the center of back neck seam, between top collar and collar Epaulets shall be military style removable type, two plies of the basic shell fabric plus interlining and then double stitched. Epaulets shall be 2". In width at the shoulder and at the point. The point of the epaulet shall finish at the collar joining seam of the coat. The epaulet shall be folded in half and held down with a self-keeper which is bar tacked at the shoulder seam. The pointed end shall fasten to the shoulder using a 30 ligne CFD Shield button. (See Photo) Two piece self-goods belt with leather buckle and loop stabilizer strap with 18Lbuttons/buttonholes to secure to belt loop on coat; the belt finishes 2 in width with 5/16 Topstitching. ZIP OUT LINER: 100% nylon quilted thinsulate insulation 100grm, filler 65% polyolefin 35% polyester. The lining for zip-out liner same spec from permanent lining. ZIP-OUT SLEEVE: Nap back satin 52% cotton 48% rayon. BUTTONHOLE THREAD: Gimp 96 stitches per inch, button stitching shank. STITCHING THREAD: TOPSTITCHING: LABELING: All stitching shall be even and uniform, all shell, and permanent lining seams shall be stitched with #50 polyester thread safety stitch, zip-out liner shall be stitched with five thread safety stitch #70 polyester. 5/16 topstitching fronts-collar-backs-outside seam of sleeve-sidesarmholes-belts-welts. There shall be two permanent company labels sewn on the jackets, one sewn on the permanent lining and the other to be sewn on the zip-out. Each jacket shall have country of origin labels sewn at the neckline. There shall be a label with care instructions sewn on the permanent lining and on the zipout liner. Each coat shall have a size tab sewn on the inside left pocket and should read style, lot, size and date. Each jacket shall have a three-year warranty hang tag on bottom of left sleeve. 156

177 PAGE Spec # A Male COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, MALE ANCHOR UNIFORM MODEL 261MT or APPROVED EQUAL Patches, Shoulder: Sizes: PATCHES: American/Chicago Flag patch (as per C.F.D. specification No ) shall be sewn 1"below the right sleeve head. Patch to be positioned on center. Chicago Fire Department Maltese Cross Patch (as per C.F.D. Specification No , , and ) shall be sewn I" below the left sleeve head. Patch to be positioned on center, with appropriate rocker, Paramedic, FF E.M.T., FF Paramedic, Enginee Top Coats shall be readily available in a full range of sizes. A label/tag indicating garment owner and date of manufacture shall be sewn to right interior facing adjacent to makers specification label. 46 Length to include: Regular: 36, 38, 40, 42, 44, 46, 48, 50, 52, 54 Short: 36, 38, 40, 42, 44, 46, 48, 50 Long: 38, 40, 42, 44, 46, 48, 50, 52, 54, 56, 58, 60 To include application of patches, service bar or star with sewing. MANUFACTURER: Anchor Uniform 451 Quarry St. Fall River, Ma (508) OR EQUAL Makers specifications Guarantee Label: A label meeting the requirements of Chicago Fire Department Specification No indicating manufacturers compliance to specification will be sewn to right interior facing. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a coat is approved without prior inspection of completed sample coats by and written authorization from the Fire Commissioner Chicago Fire Department. 157

178 Line #017 CC Spec # B Female COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, FEMALE ANCHOR MODEL 261LT or APPROVED EQUIAL MATERIAL: STYLE: FRONT YOKE: To be made of 40% polyester 60% combed cotton treated with Dupont Teflon, Fabric is to be woven, construction 42/2 x 42/2, 110x55 with teflon finish, water repellent finish; 5.92 oz. per square yard. Color: blue. Double-breasted men s trench coat with thinsulate zip-out lining, half-raglan with shoulders Epaulets, button front, self-goods belt with leather buckle, lower sleeve straps with leather buckle, With right front yoke, and back yoke, single back vent, fully lined with inside vertical welt openings Front yoke is on right side only, with 32L button and buttonhole in lower front corner, 5/16 topstitching on finished edges, attached at shoulder and armhole. Eight metal buttons to read "CHICAGO FIRE DEPARTMENT" shall be attached to the front of the jacket. (See Photo) 8 (40 Lign) Chicago Fire Department Button s to be secured to the front of the Top Coat. 2 (24 Ling) CFD Crest buttons used to secure the epaulettes to the Top Coat. BACK YOKE: Back yoke is one-piece, loose attached at raglan seam, neck and side seams, folder hem finishes 7/16, 5/16 topstitching on back of raglan seam. CUT-THROUGH FRONT POCKETS: Vertical welt opening, with 5/16 topstitching, no pocket bag access to lining opening: 7-1/2 SLEEVE STRAP: Sleeve strap is inserted into the inseam of sleeve, finished strap width: 1-3/4 bottom edge of strap Finishes approx.3 from lower finished sleeve, buckle is stitched to sleeve out seam. COLLARS: Two piece collar, collar ends finish 3-3/4, center back collar width: 3, lapel ends finish 5, self Goods hanger loop is inserted into the center of back neck seam, between top collar and collar 158

179 PAGE Spec # B Female COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, FEMALE ANCHOR MODEL 261LT or APPROVED EQUIAL Epaulettes: BELT: Epaulets shall be military style removable type, two plies of the basic shell fabric plus interlining and then double stitched. Epaulets shall be 2". In width at the shoulder and at the point. The point of the epaulet shall finish at the collar joining seam of the coat. The epaulet shall be folded in half and held down with a self-keeper which is bar tacked at the shoulder seam. The pointed end shall fasten to the shoulder using a 30 ligne CFD Shield button. (See Photo) Two piece self-goods belt with leather buckle and loop stabilizer strap with 18Lbuttons/buttonholes to secure to belt loop on coat; the belt finishes 2 in width with 5/16 Topstitching. ZIP OUT LINER: 100% nylon quilted thinsulate insulation 100grm, filler 65% polyolefin 35% polyester. The lining for zip-out liner same spec from permanent lining. ZIP-OUT SLEEVE: Nap back satin 52% cotton 48% rayon. BUTTONHOLE THREAD: Gimp 96 stitches per inch, button stitching shank. STITCHING THREAD: TOPSTITCHING: LABELING: Patches, Shoulder: All stitching shall be even and uniform, all shell, and permanent lining seams shall be stitched with #50 polyester thread safety stitch, zip-out liner shall be stitched with five thread safety stitch #70 polyester. 5/16 topstitching fronts-collar-backs-outside seam of sleeve-sidesarmholes-belts-welts. There shall be two permanent company labels sewn on the jackets, one sewn on the permanent lining and the other to be sewn on the zip-out. Each jacket shall have country of origin labels sewn at the neckline. There shall be a label with care instructions sewn on the permanent lining and on the zipout liner. Each coat shall have a size tab sewn on the inside left pocket and should read style, lot, size and date. Each jacket shall have a three-year warranty hang tag on bottom of left sleeve. American/Chicago Flag patch (as per C.F.D. specification No ) shall be sewn 1"below the right sleeve head. Patch to be positioned on center. Chicago Fire Department Maltese Cross Patch (as per C.F.D. Specification No , , and ) shall be sewn I" below the left sleeve head. Patch to be positioned on center, with appropriate rocker, Paramedic, FF E.M.T., FF Paramedic, Engineer 159

180 PAGE Spec # B Female COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, FEMALE ANCHOR MODEL 261LT or APPROVED EQUIAL Sizes: PATCHES: MANUFACTURER: Top Coats shall be readily available in a full range of sizes. A label/tag indicating garment owner and date of manufacture shall be sewn to right interior facing adjacent to makers specification label. 46 Length to Include: Regular: 2, 4, 6, 8, 10, 12, 14, 16, 18 Pettite: 0, 2, 4, 6, 8, 10, 12, 14, 16, 18 Talll: 2, 4, 6, 8, 10, 12, 14, 16, 18, 20 To include application of patches, service bar or star with sewing. Anchor Uniform 451 Quarry St. Fall River, Ma (508) OR EQUAL Makers specifications Guarantee Label: A label meeting the requirements of Chicago Fire Department Specification No indicating manufacturers compliance to specification will be sewn to right interior facing. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a coat is approved without prior inspection of completed sample coats by and written authorization from the Fire Commissioner Chicago Fire Department. 160

181 Line #018 CC Spec Gold- Male Silver Male COAT, SHORT, DRESS, UNIFORM BLOUSE, MALE, ALL RANKS MATERIALS: To be made of a dry-cleanable worsted wool blend, 55% Dacron polyester 45% Worsted Wool, 14 to 14 ½ ounce serge weave. STYLE: Style No single breasted, 4 button, straight front, uniform blouse coat with notch lapel. There shall be four outside false patch pockets with flaps, badge and name patch, and a center vent in back. The coat shall be close fitting and shall be cut to fit under the overcoat. (36 Lign) Chicago Fire Department (24 Lign) CFD Crest SLEEVE LENGTH: Sleeves to reach approximately 0.5" above the upper joint of the thumb with the thumb extended downward at the side, or below crotch line, whichever is longer. BUTTONS: There shall be 36 ligne metal buttons on coat front. Buttons shall be toggled thru sewn eyelets and fastened on underside with a metal washer and slide fastener. The top button shall be placed in a direct line with the buttons in the top pocket flaps, and the buttons are then spaced out 3" apart. COLLAR: The collar shall be 1"deep in center of the back, and 3"deep at the widest part of notch. LAPEL: The lapel shall measure 7.5" long on the outside edge from point at notch to the top button, and is to be wide at break of lapel from point to break line. BACK: Seam back, with center vent, with no less than 9" opening no more than 10" with no less than 2" underlay. FRONT POCKETS: There shall be two outside breast patch pockets with slightly rounded corner at bottom, with 1.5" Box pleat, covered with a scalloped flap with button and buttonhole. The pocket shall be 5". wide at the top, 5.5" at the bottom and 6" deep. Pocket flap shall measure 2.5" deep at the point. Pocket shall be sewn shut, with the flap placed on top of the pocket, and the flap to be sewn to the garment on the side edges with the bottom left open. There shall be a buttonhole, at the center of pocket flap approximately 0.625". above bottom edge with 24 ligne metal button, toggled thru the button hole and secured with a metal slide fastener. Pockets shall be set approximately 3". from the font edge of the coat. 161

182 PAGE Spec # Gold - Male Silver - Male COAT, SHORT, DRESS, UNIFORM BLOUSE, MALE, ALL RANKS OUTSIDE POCKETS: There shall be two lower outside patch pockets with slightly rounded corner at bottom, covered with a scalloped flap with button and buttonhole. Pocket shall measure 71/2" wide at top, and 7" deep. Flap shall measure 3" deep at the points. Pocket, and the flap to be sewn to the garment on the side edges, with the bottom left open. There shall be a buttonhole, at the center of pocket flap approximately 0.625" above bottom edges with 24 ligne metal button toggled thru the button hole and secured with a metal slide fastener. Pockets shall be set approximately 3 1/4" from the font edge of the coat. INSIDE POCKETS: There shall be an inside welt pocket set into the reinforced lining on the both sides. Pocket shall be 5.25" wide, and 7"deep. LINING: The coat shall be fully lined with the specified lining fabric. LINING FABRIC: 100 % polyester, semi- bright or semi- dull, plain weave. THREAD: Thread for all stitching except over edge stitching shall be #50, polyester wrapped polyester core, direct dyed. Thread for over edge stitching shall be #70, polyester wrapped polyester core size, direct dyed. EYELETS: Eyelets shall be matching color navy blue. METAL UNIFORM BUTTONS: Metal uniform buttons shall be gold or silver, 24 ligne and 36 ligne, CFD manufactured by Waterbury Companies Inc. EPAULETS: Epaulets shall be constructed of one plie of shell fabric doubled and one ply of interlining. Epaulet shall measure 2" wide at the sleeve head, tapering to 1.5" at the pointed end. The epaulet shall extend from the shoulder seam to the collar and shall be tacked at the point, no box stitching. There shall be a buttonhole placed approximately 1.5" from the collar end of epaulet with a 24 ligne metal button, toggled thru the button hole and secured with a metal slide fastener. BADGE HOLDER: There shall be a badge holder on the left breast directly above the center of the left breast pocket. The badge holder shall be a rectangle piece of cloth reinforcement 2". long, 1" wide, with navy metal eyelets set 1" apart. 162

183 PAGE Spec # Gold Male Silver Male COAT, SHORT, DRESS, UNIFORM BLOUSE, MALE, ALL RANKS NAME LABEL HOLDER: On the right breast; a piece of material 1" by 2" is to be placed on center of the pocket, 1 1/8" on center above top edge of the pocket flap. PATCHES, SHOULDER: American/Chicago Flag patch (as per C.F.D. Specification No ) shall be sewn 1" below the right sleeve head. Patch positioned on center using center of epaulet as center line guide. Chicago Fire Department Maltese Cross Patch (as per C.F.D. Specification No , , and ) shall be sewn 1" below the left sleeve head. Patch positioned on center using center of epaulet as center line guide. GUARANTEE LABEL: Each garment must bear the fabric label of the manufacturer producing the uniform, which is to be sewn on the outside of the inside breast pocket. Along with the size of the garment. PATCHES: To include all patches with service bar and/or star and sewing. SIZING: 32 HIP Length to include: Regular: 36, 38, 40, 42, 44, 46, 48, 50, 52, 54 Short: 36, 38, 40, 42, 44, 46, 48, 50 Long: 38, 40, 42, 44, 46, 48, 50, 52, 54, 56, 58, 60 Makers Specifications Guarantee Label: A label meeting the requirements of Chicago Fire Department Specification No indicating manufacturers compliance to specification shall be sewn inside the inside breast pocket. MANUFACTURER: Romart Mfg. Co. 101 Pitston Ave. PO Box 271, Scranton Pa (570) OR EQUAL 163

184 Line #019 CC Gold Female Silver Female COAT, SHORT, DRESS, UNIFORM BLOUSE, FEMALE, ALL RANKS MATERIALS: To be made of a dry-cleanable worsted wool blend, 55% Dacron polyester 45% Worsted Wool, 14 to 14 ½ ounce serge weave. STYLE: Style No single breasted, 4 button, straight front, uniform blouse coat with notch lapel. There shall be four outside false patch pockets with flaps, badge and name patch, and a center vent in back. The coat shall be close fitting and shall be cut to fit under the overcoat. (36 Lign) Chicago Fire Department (24 Lign) CFD Crest SLEEVE LENGTH: Sleeves to reach approximately 0.5" above the upper joint of the thumb with the thumb extended downward at the side, or below crotch line, whichever is longer. BUTTONS: There shall be 36 ligne metal buttons on coat front. Buttons shall be toggled thru sewn eyelets and fastened on underside with a metal washer and slide fastener. The top button shall be placed in a direct line with the buttons in the top pocket flaps, and the buttons are then spaced out 3" apart. COLLAR: The collar shall be 1"deep in center of the back, and 3"deep at the widest part of notch. LAPEL: The lapel shall measure 7.5" long on the outside edge from point at notch to the top button, and is to be wide at break of lapel from point to break line. BACK: Seam back, with center vent, with no less than 9" opening no more than 10" with no less than 2" underlay. FRONT POCKETS: There shall be two outside breast patch pockets with slightly rounded corner at bottom, with 1.5" Box pleat, covered with a scalloped flap with button and buttonhole. The pocket shall be 5". wide at the top, 5.5" at the bottom and 6" deep. Pocket flap shall measure 2.5" deep at the point. Pocket shall be sewn shut, with the flap placed on top of the pocket, and the flap to be sewn to the garment on the side edges with the bottom left open. There shall be a buttonhole, at the center of pocket flap approximately 0.625". above bottom edge with 24 ligne metal button, toggled thru the button hole and secured with a metal slide fastener. Pockets shall be set approximately 3". from the font edge of the coat. 164

185 PAGE Spec Gold - Female Silver - Female COAT, SHORT, DRESS, UNIFORM BLOUSE, FEMALE, ALL RANKS OUTSIDE POCKETS: There shall be two lower outside patch pockets with slightly rounded corner at bottom, covered with a scalloped flap with button and buttonhole. Pocket shall measure 71/2" wide at top, and 7" deep. Flap shall measure 3" deep at the points. Pocket, and the flap to be sewn to the garment on the side edges, with the bottom left open. There shall be a buttonhole, at the center of pocket flap approximately 0.625" above bottom edges with 24 ligne metal button toggled thru the button hole and secured with a metal slide fastener. Pockets shall be set approximately 3 1/4" from the font edge of the coat. INSIDE POCKETS: There shall be an inside welt pocket set into the reinforced lining on the both sides. Pocket shall be 5.25" wide, and 7"deep. LINING: The coat shall be fully lined with the specified lining fabric. LINING FABRIC: 100 % polyester, semi- bright or semi- dull, plain weave. THREAD: Thread for all stitching except over edge stitching shall be #50, polyester wrapped polyester core, direct dyed. Thread for over edge stitching shall be #70, polyester wrapped polyester core size, direct dyed. EYELETS: Eyelets shall be matching color navy blue. METAL UNIFORM BUTTONS: Metal uniform buttons shall be gold or silver, 24 ligne and 36 ligne, CFD manufactured by Waterbury Companies Inc. EPAULETS: Epaulets shall be constructed of one plie of shell fabric doubled and one ply of interlining. Epaulet shall measure 2" wide at the sleeve head, tapering to 1.5" at the pointed end. The epaulet shall extend from the shoulder seam to the collar and shall be tacked at the point, no box stitching. There shall be a buttonhole placed approximately 1.5" from the collar end of epaulet with a 24 ligne metal button, toggled thru the button hole and secured with a metal slide fastener. BADGE HOLDER: There shall be a badge holder on the left breast directly above the center of the left breast pocket. The badge holder shall be a rectangle piece of cloth reinforcement 2". long, 1" wide, with navy metal eyelets set 1" apart. 165

186 PAGE Spec # Gold Female Silver Female COAT, SHORT, DRESS, UNIFORM BLOUSE, FEMALE, ALL RANKS NAME LABEL HOLDER: On the right breast; a piece of material 1" by 2" is to be placed on center of the pocket, 1 1/8" on center above top edge of the pocket flap. PATCHES, SHOULDER: American/Chicago Flag patch (as per C.F.D. Specification No ) shall be sewn 1" below the right sleeve head. Patch positioned on center using center of epaulet as center line guide. Chicago Fire Department Maltese Cross Patch (as per C.F.D. Specification No , , and ) shall be sewn 1" below the left sleeve head. Patch positioned on center using center of epaulet as center line guide. GUARANTEE LABEL: Each garment must bear the fabric label of the manufacturer producing the uniform, which is to be sewn on the outside of the inside breast pocket. Along with the size of the garment. PATCHES: To include all patches with service bar and/or star and sewing. SIZING: 32 HiIP Length to Include: Regular: 2, 4, 6, 8, 10, 12, 14, 16, 18 Pettite: 0, 2, 4, 6, 8, 10, 12, 14, 16, 18 Talll: 2, 4, 6, 8, 10, 12, 14, 16, 18, 20 Makers Specifications Guarantee Label: A label meeting the requirements of Chicago Fire Department Specification No indicating manufacturers compliance to specification shall be sewn inside the inside breast pocket. MANUFACTURER: Romart Mfg. Co. 101 Pitston Ave. PO Box 271, Scranton Pa (570) OR EQUAL 166

187 Line #020 CC Spec# COAT, REVERSIBLE RAINCOAT, ALL WEATHER, BLACK REVERSING TO HI-VIS YELLOW DESCRIPTION: A long reversible all weather black to hi-vis yellow raincoat that has reflective lettering on the back of yellow, spelling out Chicago Fire Department. This coat shall be one-ply tech-lite urethane-coated 200- denier oxford nylon fabric reverses to hi-vis color. Garment must comply with ANSI/ISEA Class II certified (hi-vis yellow only). A 2" SCOTCHLITE reflective trim on hi-vis side around chest and cuffs shall be used. The garment will have a snap-over fly front, snap equipment side opening. It shall also have a go-through hook and loop closed side openings. SHELL FABRIC: At least oz. per square yard (uncoated) Nylon, plain weave, type 66, treated with fluorocarbon water &stain release agents, 2.0 oz. polyurethane(pigmented to match fabric color) back coating shall resist oil, discoloration and be odor free. MATERIALS: CONSTRUCTION: SNAPS: Shall be non-rusting, 24 ligne, gunmetal finish on brass, heavy duty closure (color black). SEAMS: All seams are guaranteed not to leak, split or tear apart through normal use. Major seams are double stitched and thermal tape will be utilized. Hems are single lock stitched to reduce ravel. SEAM WATERPROOFING: Seam tape shall be transparent, compatible with the coating compound and assume all the characteristics of the coating compound after application. The tape shall not be affected by weather temperature or storage. SIZES: Raincoats shall be available in a full range of sizes. 36 Length Small, Medium, Large, XL, XXL and XXXL MANUFACTURER: Blauer Manufacturing Co., Inc 20 Aberdeen St. Boston, Massachusetts OR EQUAL MAKERS SPECIFICATION GUARANTEE No manufacturer or representative may suggest that a coat is approved without prior inspection of completed sample coats by and written authorization from the Fire Commissioner, Chicago Fire Department. 167

188 Line #021 CC Spec # STANDARD HIGH VISIBILITY SAFETY VEST Description: Standard High-Visibility Safety Breakaway Vest. Polyester lime mesh vest with orange contrasting stripes, silver reflective 5 points of light. Tear away front velcro closure. In the "Station Wear" category. They are designed to be worn over protective clothing and as such will not contribute to firefighter injury nor will they in any manner lessen the effectiveness of the Firefighters protective clothing. Style: Standard breakaway vest. Construction: Materials: Reflective Material: Heat fused. Fabric: 100% polyester mesh. Color: Lime mesh vest with orange contrasting strips. Silver refletive 5 points of light. Decoration: Chicago Fire Department silk screen on back Size Label: A permanent size label shall be sewn at the top rear neckline seam. Specification Compliance Label: A label meeting the design of Chicago Fire Department Specification shall be permanently attached to the interior of the garment at base of collar. Size and Care Label: Authorization/Restrictions: Various sizes to fit male and female body contour and care instructions and cut number on back. To be worn by fire operation personnel only, wear limited to work uniform only. Product Certification Label: Manufacturer must provide documentation that all textile materials meet the requirements of Class II Safety Vests. 168

189 PAGE 2 CC Spec # MANUFACTURER: SAFETY VEST OR EQUAL Makers Specification Label: Manufacturers label must be in compliance to the requirements of the Chicago Fire Department specifications and shall be attached to the garment. Location to be determined by the manufacturer. Manufacturers Guarantee: Manufacturers must guarantee in writing, quality of workmanship. No manufacturer or representative may suggest safety vests are approved without prior inspection of completed sample safety vests by authorization from the Fire Commissioner, Chicago Fire Department. 169

190 Line #022 CC Spec # COVERALL, LONG SLEEVE DESCRIPTION: Coveralls with the design features incorporated by the Chicago Fire Department. The coveralls are designed to be worn under protective clothing for structural firefighting. The coveralls are designed as a protective covering for modified dress clothes. STYLE: Long sleeve, heavy duty brass two way zipper front closure, snap at top of zipper front closure, and at neck. Left breast pocket with fake flap and velcro pocket closure. Pencil clot inside with flap and snap closure. Hemmed sleeve bottoms. Two cargo pockets each thigh with snaps. Heat transfer or silk screen Chicago Fire Department on back of coverall. MATERIALS: Shell fabric must have the appearance of standard woven trouser material. Tensile strength, shrinkage, and color fastness to meet or exceed Appendix A for Woven Trouser Material, NFPA Standard BODY: Cotton Poplin 8.0 to 8.5 twill 65% Polyester, 35% cotton blend, color navy blue. POCKETING: Minimum to be shell fabric, navy blue or black only. COMPONENTS: Thread, trim facings, bindings and labels shall be of suitable availability. SNAPS: Industrial Type, nickel plated steel, non-rust #310. ZIPPER: Zippers to be brass chain with rachet slide with canvas zipper tape. Length to be in proportion to garment size. THREAD: Cotton or poly fiber to match shell fabric. CONSTRUCTION: Open neck sport type collar shall be one piece type with collar points measuring 3" long and 1 ½ wide at back. FRONT: Concealed heavy duty brass two-way zipper with canvas zipper tape. Concealed snap closure at top of zipper and heavy duty. Bartack at bottom of zipper. 170

191 PAGE Spec # COVERALL, LONG SLEEVE BACK: Bi-Swing pleated style back. Pleats to be a minimum of 1 3/4" deep at shoulder. Pleat edge to be finished with a 1/16" double needle stitch. Pleat stitched closed approximately 3 ½" above waistband with heavy duty bartack at top of closing stitch. POCKETS: One clipped cornered pocket on left breast to finish 5" wide and 6" long. Pocket to have false rounded flap with fake snap. Pocket opening at top to have 3.4" wide velcro closure. Pencil slot to finish 1 ½" x 5 to be sewn on the inside right of the breast pocket. Pencil slot to have 1/4" hem at top. One rounded right hip pocket finishing 7 ½ x 8" with rounded flap at snap closure. Hip pocket hem to be ½" wide. Breast pocket and hip pocket are to be bartacked at the top corners. 2 leg pockets finishing 9" x 12" with clipped cornered flap with snap closures at each end of flap. Hip pockets to be bellow type with bartacking at the top corners. POCKET FLAPS: Pocket flap on left breast pocket to finish 2" long at center. Flap for right hip pocket to finish 2 ½ long at center. Flap for leg pockets to finish 2" long at center. All pocket flaps to be bartacked at the top corners. SLEEVES: One piece sleeves to be marked in straight. Sleeve shall be sewn into armhole without evidence of pleating or stretching. Sleeve bottom to be finished with a 1" hem. Bartack at bottom of sleeve seam. SIDE PASS-THRU: Side pass-thru openings will measure 6 1/4" long for or easy access to garments worn underneath. Bartack reinforcement at bottom of side passthru. WAISTBAND: Waistband finishing 1 3/4" wide is sewn to garment with 4" needle machine. ADJUSTABLE WAIST TABS Square and adjustable side tabs 1 1/4" wide x 4" long. Tab set 3" in front of the side seam. One female gripper in end of tab. Three male grippers on waistband spaced 1" apart with the first gripper 3/4" from side seam. All tabs to be bartacked. 171

192 PAGE Spec # COVERALL, LONG SLEEVE SIZING: to include: Regular: 36, 38, 40, 42, 44, 46, 48, 50, 52, 54 Short: 36, 38, 40, 42, 44, 46, 48, 50 Long: 38, 40, 42, 44, 46, 48, 50, 52, 54, 56, 58, 60 MAKERS SPECIFICATION GUARANTEE A label meeting the requirement of the Chicago Fire Department Specification shall indicate manufacturer s compliance to specifications. Specification shall be attached to the garment, location under rear pocket flap. MANUFACTURERS: Universal Overalls Rubin Brothers Mfg W. Van Buren 2241 S. Halsted Chicago, Il Chicago, Il OR EQUAL MANUFACTURERS GUARANTEE: Manufacturer shall guarantee in writing, quality of workmanship. Any component such as zippers, buttons or seam construction must be guaranteed against failure under normal use conditions. No manufacturer or representative may suggest that coveralls are approved without prior inspection of completed sample coveralls by and authorization from the Fire Commissioner Chicago Fire Department. 172

193 Line #023 CC Spec # QUILTED COVERALL, LONG SLEEVE DESCRIPTION: The quilted water treated coverall is 12-oz cotton duck and polyester artic weight lining. The coverall has large pockets, secured closures and storm cuff wrists. The coveralls are designed to be worn at the scene of a collapse rescue or other special operation scenes as directed by the IC. Heat transfer or silk screen with Chicago Fire Department on back of coverall. STYLE: Long sleeve, one piece coverall with corduroy top collar. Two way zipper front has wind flap with snap closure. Two chest pockets with flap and Velcro closure. Two way leg zippers open to waist with protective wind flaps and snap closures. Tool pockets, hammer loop, rib-knit storm cuff, pleated elbow, double knees. Available in tall and short sized from Small to 5 XL. MATERIALS: BODY: 12 oz 100% Cotton duck with plied yarns, color navy blue. POCKETING: Minimum to be shell fabric, navy blue or black only. COMPONENTS: Thread, trim facings, bindings and labels shall be of suitable availability. SNAPS: Industrial Type, nickel plated steel, non-rust #310. ZIPPER: Zippers to be brass chain with ratchet slide with canvas zipper tape. Length to be in proportion to garment size. THREAD: Cotton or poly fiber to match shell fabric. CONSTRUCTION: Open neck sport type collar shall be one piece type with collar points measuring 3" long and 1 ½ wide at back. FRONT: Concealed heavy duty brass two-way zipper with canvas zipper tape. Concealed snap closure at top of zipper and heavy duty. Bartack at bottom of zipper. BACK: Bi-Swing pleated style back. Pleats to be a minimum of 1 3/4" deep at shoulder. Pleat edge to be finished with a1/16"doubleneedlestitch. Pleat stitched closed approximately 3 ½" above waistband with heavy duty bartack at top of closing stitch. 173

194 PAGE Spec # QUILTED COVERALL, LONG SLEEVE POCKETS: One clipped cornered pocket on left breast to finish 5" wide and 6" long. Pocket to have false rounded flap with fake snap. Pocket opening at top to have 3.4" wide velcro closure. SLEEVES: One piece sleeves to be marked in straight. Sleeve shall be sewn into armhole without evidence of pleating or stretching. Sleeve bottom to be finished with a 1" hem. Bartack at bottom of sleeve seam. SIZING: to include: Regular: 36, 38, 40, 42, 44, 46, 48, 50, 52, 54 Short: 36, 38, 40, 42, 44, 46, 48, 50 Long: 38, 40, 42, 44, 46, 48, 50, 52, 54, 56, 58, 60 MAKERS SPECIFICATION GUARANTEE A label meeting the requirement of the Chicago Fire Department Specification shall indicate manufacturer s compliance to specifications. Specification shall be attached to the garment, location under rear pocket flap. MANUFACTURERS: Universal Overalls Rubin Brothers Mfg W. Van Buren 2241 S. Halsted Chicago, Il Chicago, Il OR EQUAL MANUFACTURERS GUARANTEE: Manufacturer shall guarantee in writing, quality of workmanship. Any component such as zippers, buttons or seam construction must be guaranteed against failure under normal use conditions. No manufacturer or representative may suggest that coveralls are approved without prior inspection of completed sample coveralls by and authorization from the Fire Commissioner Chicago Fire Department. 174

195 Line #024 CC Spec # DEVICE, DRESS UNIFORM CAP, ENGINEER, DISTRICT AIDE DESCRIPTION: Device to be in the shape of a maltase cross measuring 1 3/4". Convex shaped. Upper wing to read "CHICAGO" and lower wing to read "FIRE DEPT." in 1/8" character; The fire hydrant symbol appears in the center of the left wing and the hook and ladder symbol appears in the right wing. Center section to contain various legends or numbers. (½" Roman) or Style u<ac,22>6 (5/16" Gothic) C.H. Hanson Style KB-473. MATERIALS: Base Metal: 18 ga. (.040) 70/30 Brass Plating: Nickel, Approximately Vickers Hardness,.0003 to.0005 thick. Filling: The filling (paint) for the various legends is to be soft red enamel, No. 15-R4. Attaching Device: Hard soldered rived joints 1 3/8" center to center to match eyelets on Dress Uniform Cap Specification No MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross Attleboro Falls, Mass 127 Oakley Ave. White Plains, NY OR EQUAL 175

196 Line #025 CC Spec # DEVICE, SHIRT COLLAR FIRE ENGINEER DESCRIPTION: MATERIALS: Device rank designating, Fire Engineer, Reading ENGR in 3/8" block letters. Base Metal: Brass Plating: Nickel, Approximately Vickers Hardness,.0003 to.0005 thick. Dimensions: Length 1 ½", width 3/8" inch high. Attaching Device: Brass clutch attached to each end of reverse side. Clutch pin length 1/4 inch. MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross Attleboro Falls, Mass 127 Oakley Ave. White Plains, NY OR EQUAL 176

197 Line #026 CC Spec # DEVICE, DRESS UNIFORM CAP, AMBULANCE COMMANDER, PARAMEDIC IN CHARGE, PARAMEDIC DESCRIPTION: MATERIALS: Device to be in the shape of a 3/4". Convex shaped. Upper wing to read "CHICAGO" and lower wing to read "FIRE DEPT." in 1/8" character; The fire hydrant symbol appears in the center of the left wing and the hook and ladder symbol appears in the right wing. Center section to contain various legends or numbers. (½" Roman) or Style <aac,22>6 (5/16" Gothic) C.H. Hanson Style KB-473. Base Metal 18 ga. (.040) 70/30 Brass Plating Nickel, Approximately Vickers Hardness,.0003 to.0005 thick. Filling The filling (paint) for the various legends is to be soft blue enamel, No. 15-R4. Attaching Device Hard soldered rived joints 1 3/8" center to center to match eyelets on Dress Uniform Cap Specification No MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross Attleboro Falls, Mass 127 Oakley Ave. White Plains, NY OR EQUAL 177

198 Line #027 CC Spec # DEVICE, DRESS UNIFORM CAP, FIREFIGHTER DESCRIPTION: MATERIALS: Device to be in the shape of a maltase cross measuring 1 3/4, Convex shaped. Upper wing to read "CHICAGO" and lower wing to read "FIRE DEPT." in 1/8" character; The fire hydrant symbol appears in the center of the left wing and the hook and ladder symbol appears in the right wing. Center section to contain various legends or numbers. (½" Roman) or Style u<ac,22>6 (5/16" Gothic) C.H. Hanson Style KB-473. Base Metal: 18 ga. (.040) 70/30 Brass Plating: Nickel, Approximately Vickers Hardness,.0003 to.0005 thick. Filling: The filling (paint) for the various legends is to be soft black enamel, No. 15-R4. Attaching Device: Hard soldered rived joints 1 3/8" center to center to match eyelets on Dress Uniform Cap Specification No MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross Attleboro Falls, Mass 127 Oakley Ave. White Plains, NY OR EQUAL 178

199 Line #028 CC Spec # WEBBING Description: Color: 1 yellow Military Spec (Mil-W-5625) class 1a Nylon Tubular, 4000 LB Yellow Makers Specification Label: Manufacturers label must be in compliance to the requirements of the Chicago Fire Department specifications and shall be attached to the garment. Location to be determined by the manufacturer. 179

200 Line #029 CC Spec # CARABINEER Description: Silver, 11mm 5800 LB 4 ¼ aluminum D shape Style Locking. NFPA Standard 1975: Style: Locking Construction: Material: 4 ¼ Aluminum 11mm 5800 LB D shape Color: Silver 180

201 Line #030 CC Spec# LED RIGHT ANGLE / 90 DEGREE FLASHLIGHT FLASHLIGHT, FIREFIGHTERS MATERIALS: Polycarbonate with silicone anti scratch coating CONSTRUCTION: O ring sealed for water resistance. Raised push-button switch is recessed in polymer housing for protection. Weatherproof push button switch for easy use with gloves. 3 position switch high, low and locator strobe. Grabs onto belt or clips to turnout gear for easy, 1 heavy duty key ring attached to belt clip, hands-free use; superior retention COLOR: Yellow WEIGHT: 13.1 oz DIMENSIONS: 7.06 (H), x 2.85(W) x 2.87(D) BATTERIES: 4 AA batteries LAMP MODULE: C4 LED Technology GUARANTEE: Unconditional lifetime guarantee on material and workmanship. MANUFACTURER: Streamlight Eagleville Road Eaglevill, Pa OR EQUAL MAKERS SPECIFICATION GUARANTEE No manufacturer or representative may suggest that flashlights are approved without prior inspection of completed sample flashlight by and written authorization from the Fire Commissioner, Chicago Fire Department. 181

202 Line #031 CC Spec # FOOTWEAR - SHOE, DRESS UNIFORM (MALE) MATERIAL: Leather or synthetic leather appearing material. Corfam, Bates style # 942 high gloss corromeric or Leather, Thorogood style # 1487 leather. CONSTRUCTION: Center laced Oxford. Four pair reinforced eyelets minimum. Smooth, semi or high gloss finish free from ornamentation perforations and tooling. Plain military style toe STYLE: Navy last (so called). COLOR: Black, including sole, heel sides and edges and eyelets. SOLE/HEEL: Rubber, leather or rubber/leather combination. Ripple, lug or athletic shoe tread type soles and heels are not authorized. Sole Height: maximum ½ Heel height : maximum 1 1/4" AUTHORIZATIONS/ RESTRICTIONS: MANUFACTURER; To be worn with the dress uniform and modified dress uniform only. Not to be worn with the regulation work uniform. Wear limited to male personnel only. Weinbrenner Shoe Co. (Thorogood) Merrill, Wisconsin. Bates Uniform Footwear, (Wolverine World Wide), Rockford, Michigan. OR EQUAL MAKERS SPECIFICATION GUARANTEE No manufacturer or representative may suggest that footwear is approved without prior inspection of completed sample footwear by and written authorization from the Fire Commissioner, Chicago Fire Department 182

203 Line #032 CC Spec # A STATION FOOTWEAR DESCRIPTION: The station shoe shall be lightweight design (under 22oz) Waterproof leather, suede and nylon materials are enhanced by a waterproof membrane. No-slip rubber and hybrid traction tread pattern give you grip on and off the pavement. One hand speed closure and removal using the BOA lacing system. Construction: Waterproof leather, suede and nylon materials are enhanced by a waterproof membrane. No-slip rubber and hybrid traction tread pattern give you grip on and off the pavement. BOA lacing system provides quick in and out. Braided stainless steel cable for long-lasting durability. 6 height. Color: Lining: Boot upper fabric: Mid sole: Out sole: Sizes and Widths: Style #: Black The lining shall consist of 100% nylon with hydrophilic and abrasion resistant properties, and a waterproof-breathable membrane. The lining material shall also contain an anti-microbial treatment to prevent odor. Upper consisting of at least 51% waterproof-treated Leather. Balance waterproof treated Nylon textile and rubber. Upper must have a full grain leather polishable toe. Dual density PU foam (tongue) The midsole shall consist of 100% lightweight EVA and ESS (arch-instep). The midsole shall be reinforced with a nylon shank. The outsole shall consist of 100% carbon rubber with nonslip and oilresistant properties, and durable tread wear.. Men s 8 15 Regular and wide. Women s W5 W10 regular Clash FW016WP AUTHORIZATIONS/RESTRICTIONS: To be worn with the work uniform only MANUFACTURER: Blauer Mfg. 20 Aberdeen St. Boston, MA OR EQUAL MAKERS Specification Guarantee: No manufacturer or representative may suggest that safety shoes are approved Without prior inspection of completed sample safety shoes by and written authorization from the Fire Commissioner, Chicago Fire Department. 183

204 Line #033 CC Spec # FOOTWEAR, MODIFIED DRESS SHOE, FEMALE, ALL RANKS Description: Female plain toe oxford Bates Durashocks style number 752 or equal. Plain military style toe with a smooth finish free from ornamentation perforations and tooling. Color: Black full Grain Leather Vamp Lining: Black Cambralle Laces: Center thread Eyelets: Four (4) eyelets minimum Construction: Outsole: Black polyurethane with a one piece heel. Insole: Poron Cushion Shank: Trufit Fiberglass MANUFACTURER: Bates Uniform Footwear Wolverine World Wide Inc. Rockford, Michigan Authorizations/ Restrictions: To be worn with the modified dress uniform. Wear limited to female personnel only. Makers Specification Guarantee: No manufacturer or representative may suggest that shoes are approved without prior inspection of completed sample shoes by and written authorization from the Fire Commissioner, Chicago Fire Department. 184

205 Line #034 CC Spec # DRESS SHOE. MODIFIED MALE Description: Plain toe Brucher Oxford Weinbrenner Thorogood style or equal. Color: Black Upper Material: Corrected Grain Cowhide Leather.4-4 ½ oz. Weight Gray colored genuine Pigskin Leather Outsole: Polyurethane ZZ Pace Blacker Heel: As Outsole Vamp Lining: Gray colored genuine Pigskin Leather Eyelets: Five (5) eyelets minimum Laces: 30" black Taslon Insole: 4 Iron texan covered with 1/8" Sponge cushion with Grey Pigskin Leather cover and Arch pad. Shank: Trufit Fiberglass 45 Megabix Backpart Molded Boxtoe: Knilon XL-30-F Construction: Welt 610 Synthetic. Leather Tuff round the Heel Seat MANUFACTURER: Weinbrenner Shoe Co. (Thorogood) Merrill, Wisconsin OR EQUAL Authorization/Restriction: To be worn only with the modified dress uniforms. Wear limited to Chief Officers and Fire Prevention Bureau in modified dress uniform. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that shoes are approved without Prior inspection of completed sample shoes by and written authorization from the Fire Commissioner Chicago Fire Department. 185

206 Line #035 CC Spec # FOOTWEAR, BOOT, WORK - MALE MODEL HELLFIRE RUBBER FIRE BOOT DESCRIPTION: MATERIALS: Rubber Light Insulated Fire Boot Color: Black Upper: Flame/Heat Resisting rubber. Construction: Vulcanized Upper Lining: Dupont Kevlar yellow knit one piece liner. Insole: Removable Superknit covered polyurethane footbed. Midsole: Flexible L-Protection puncture resistant midsole material Shank: Steel Triple Ladder Shank. Outsole: Flame/Heat resisting Traction Cleat Special Features: Meets NFPA Requirements. UL Certified. Blood Borne Pathogen Compliant. ASTM F M/I/75/C/75 Oversized Steel Toe. Electrical Hazard. Double Reinforced Pull Loops. Cushioned Shin Guard. Light-Reflecting Instep and Heel Patches. Sizing: Medium 5 14, 15 Wide 5 14, 15 X-Wide 5 14, 15 AUTHORIZATIONS/RESTRICTIONS: To be worn with the work uniform only MANUFACTURER: Weinbrenner Shoe Company, Merrill, Wisc OR EQUAL MAKERS Specification Guarantee: No manufacturer or representative may suggest that fire boots are approved without prior inspection of completed sample fire boots by and written authorization from the Fire Commissioner, Chicago Fire Department. 186

207 Line #036 CC Spec # FOOTWEAR, BOOT, WORK - FEMALE MODEL HELLFIRE RUBBER FIRE BOOT DESCRIPTION: Rubber Light Insulated Fire Boot. Color: Black MATERIALS: Upper: Flame/Heat Resisting rubber. Construction: Vulcanized Upper Lining: Dupont Kevlar yellow knit one piece liner. Insole: Removable Superknit covered polyurethane footbed. Midsole: Flexible L-Protection puncture resistant midsole material Shank: Steel Triple Ladder Shank. Outsole: Flame/Heat resisting Traction Cleat Special Features: Meets NFPA Requirements. UL Certified. Blood Borne Pathogen Compliant. ASTM F M/I/75/C/75 Oversized Steel Toe. Electrical Hazard. Double Reinforced Pull Loops. Cushioned Shin Guard. Light-Reflecting Instep and Heel Patches. Sizing: Narrow 5 10 Medium 5-10 Wide 5 10 AUTHORIZATIONS/RESTRICTIONS: To be worn with the work uniform only MANUFACTURER: Weinbrenner Shoe Company, Merrill, Wisc OR EQUAL MAKERS Specification Guarantee: No manufacturer or representative may suggest that fire boots are approved without prior inspection of completed sample fire boots by and written authorization from the Fire Commissioner, Chicago Fire Department. 187

208 Line #037 CC Spec # White Black FRONTPIECE, LEATHER, FIRE HELMET, CHIEF OFFICERS, ENGINEERS, FIREFIGHTER, F.P.M. & P.I.C. AMBULANCE CMDR. WHITE AND BLACK Description: Shape utilized in conjunction with a plastic helmet front piece. Dimensions: 6 1/4" in height, with a maximum width of 4 3/4". Design: Helmet front shall be comprised of three layers (rear, center and front) with a reinforcement bar riveted at the top to stabilize the arched shape of the entire unit. Lower mounting holes shall be provided with a 3 7/8" center-to-center distance and must properly align with mounting hardware of specifying department' traditionally styled helmets. Front layer shall provide for either a two hole cut-out design (top arch, lower rectangle for rank, number and city identification; or a three hole cutout design (top arch, center rectangle, lower rectangle) for rank, designation and city identification (see diagram #1). White fronts (with three hole cut-out design) shall be used to signify officers. Black Fronts (with two hole cut-out design) shall be used to signify firefighters. All center layers shall be white with black lettering for top arch (rank) and lower rectangle (city). Officer's designation on center rectangle of three hole cut-out design shall be accomplished by using reflexite inserts. Materials All three layers (rear, center, front) shall be made of top grain cowhide. NO EXCEPTIONS. Front and center layers shall be approximately 5 oz. leather and rear layer approximately 8 oz. leather. Thread: All thread shall be nylon Rivets: All rivets shall be brass two piece semi tubular style. Shape: Shape retaining reinforcement bar shall be corrosion resistant alloy 188

209 PAGE Spec # White Black FRONTPIECE, LEATHER, FIRE HELMET, CHIEF OFFICERS, ENGINEERS, FIREFIGHTER, F.P.M. & P.I.C. AMBULANCE CMDR. WHITE AND BLACK Construction: All construction shall be by lock stitching with a minimum of 7 stitches per inch. Front layer shall be lock stitched to center layer around arched and rectangle openings of front layer. All three layers shall be lock stitched together approximately 1/8" from the edge. Front and center layers shall have grain surface facing forward; rear layer shall have grain surface facing to the rear. Shape retention bar shall be mounted to the top of rear layer with a brass rivet at each end. All helmet fronts shall be dyed to match color of helmet. Makers Specification Guarantee: No manufacturer or representative may suggest that front piece material is approved without prior inspection of completed sample front piece material by an authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURERS: Total Fire Inc. Cairns & Bros PO Box 557 PO Box 4076 Dayton, Ohio 60 Webro Rd. Clifton, N.J. OR EQUAL 189

210 Line #038 CC Spec # GLOVES, STRUCTURAL FIREFIGHTING GAUNTLET DESCRIPTION: Gloves specifically designed and constructed for structural firefighting, activities. To be manufactured of materials designed to withstand the effects of flame, heat, vapor, liquids sharp objects and other hazards that are encountered during structural firefighting operations. Gloves must meet or exceed the latest requirements of the National Fire Protection Association (NFPA) Standards on Protective Ensemble for Structural Firefighting, Edition. This glove should also be certified by the Safety Equipment Institute (SEI) Design/Specific Heavy weight, fire retardant, heat resistant, 3.25 to 4.0 oz., tanned cowhide. The tanned leather will remain soft after repeated soakings. The gloves shall be a gunn cut pattern with wing thumb and wrap around index finger. Lining is completely sewn S.E.F. Modacrylic, laminated to Gore RT7100 glove barrier fabric. All seams are sealed with a DuPont silicone sealant, which ensures that liquids do not come in contact with the hand or hand area. The one piece lining is permanently sewn to the glove shell in the area of the fingertips and wrist. The glove body shall extend 2" above the wrist crease and shall have a shirred elastic snuggler at the wrist. CONSTRUCTION: MATERIALS: Must meet or exceed the requirements of the previously mentioned standard. Shell - Leather - bend side split cattle hide conforming to type ll. class 2 of spec. Mil-KKL-2004 minimum 3 percent chromic oxide and minimum shrink age temperature of 105 degrees F. Each glove pair shall be of uniform color. Thickness of the leather parts, except welts, shall be not less than 3 ounces or more than 3 ½ ounces. Welts shall not be less than 2 ounces nor more than 3 ½ ounces. Leather shall be treated to resist cracking, peeling, stiffening and processed to reduce slipperiness when wet or frying when heated. Leather quality shall be equal to the requirements of Chapter 2-4.6and of NFPA standard 1973 current edition. Thermal Liner 8 oz. S.E.F. Modacrylic Fleece Laminated to Gore RT7100 glove barrier fabric. Protective Barrier Gore(PTFE) RT7100 glove barrier fabric, or equal. This fabric needs to be combined (laminated) to the thermal liner. This breathable barrier/thermal liner system shall be sized proportional to the human hand sizes. COMPLIANCE AND LABELING: Documentation in accordance with Chapter 2-3 verifying compliance to NFPA Standard 1973, current edition shall be provided to the Chicago Fire Department as a prerequisite to "Department Approval 190

211 PAGE Spec # GLOVES, STRUCTURAL FIREFIGHTING GAUNTLET Labels Label should be permanently attached to each glove and certifies the glove meets and exceeds the requirements of the latest NFPA standards. Label shall be durable and include the following information: name or designation of manufacturer; model; name or style number; lot or serial number; size; date of certification tests; patent numbers; cleaning and care instructions. Label to be sewn to inside of glove. Waterproof Membrane Polyester Polyurethane or equal (micro porous material)100 microns (nominal) thickness. Minimum moisture vapor permeability: gm/m 2/day. Completely sealed in the finger and side wall area to prevent water penetration thru outer material to hand. Material shall remain flexible at sub-zero temperatures. Must meet the requirements of Chapter of the previously referenced standard. Stitching - All outer stitching shall be of resistance Kevlar 30-4 ply thread or equal. All seams shall be lock stitched. minimum of 8 stitches per inch. Wristlet - Wristlet to be made of 100% Kevlar4 ply (or equal), four inches in length. A leather pull patch shall be double stitched to wristlet to insure ease of donning and for extra wrist protection. Designed in compliance with Chapter of the previously mentioned standard. Sizing Gloves shall be available in 7 sizes: x-small, small, medium, large, x-large xxlarge and xxx-large and sizing shall meet the criteria specified in Chapter of the previously mentioned standard. (various sizes) Cleaning/Inspection/Storage Info The glove manufacturer shall provide, with each pair of gloves, instructions for cleaning, marking, storage, frequency and details of inspection, maintenance, criteria for removal from service, and any other information with regard to glove serviceability. Documentation by an independent testing laboratory shall be submitted to verify that gloves meet or exceed the previously mentioned standard. Certification shall require that gloves passed all of the following testing parameters: A. Bennet Dexterity Test - Wet gloves 140% of bare hand control. B. Grip Test - Dry glove 80% barehand control, wet glove and dry rope, wet glove 80% bare hand control, wet and dry rope. C. Thermal protection performance - Exposed to a thermal flux of 2.0 cal/cm2 sec.. The average TPP shall not be less than 35.0 on wet and dry samples. D. Conductive heat resistance - exposed to 536 degrees F, second degree burn time not less than 10 seconds and pain not less than 6 seconds on wet and dry samples. 191

212 PAGE Spec # GLOVES, STRUCTURAL FIREFIGHTING GAUNTLET E. Flame resistance - Federal test method standard 191, method , after flame 2.0 seconds afterglow 8.0 seconds, char length 4.0 in. F. Static cut resistance - No cut when 18 lb blade pulled over material (20in/min), on wet and dry samples. G. Puncture resistance - no puncture when apply 13.2 lbs on palm of glove (20in/min), on wet and dry samples. H. Heat resistance degrees oven test for five minutes glove shall not melt, separate, drip or shrink more than 5%. I. Water penetration - 4 psi for I minute. All tests shall be conducted in accordance with procedures described. Chapter 3 of the previously mentioned standard. Qualification Testing Testing to meet the requirements of Chapter 2-4 of previously mentioned standard. Performance Requirements Performance at the requirements of Chapter 2-3 of previously mentioned standard. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that gloves are approved without prior inspection of completed sample gloves by and written authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURERS: Glove Corp. Fire Dex Inc. Shelby Specialty Gloves P.O. Box South Progress Dr E. Shelby Dr. Alexandria, Indiana Medium, Ohio PO box Memphis Tn OR EQUAL 192

213 Line #039 CC Spec # GLOVES, PARAMEDIC Description: Gloves specifically designed and constructed for structural firefighting training activities and E.M.S. incidents. To be manufactured of materials designed to withstand the effects of flame, heat, sharp objects and other hazards that are encountered during firefighter training activities and during the performance of Emergency Medical Service duties. Gloves shall meet or exceed Federal OSHA Occupational Safety and Health Standards, 29 CFR "Fire Brigades" (e) "Protective Clothing" (4) Hand Protection, CAL-OSHA Title 8. Design / Specific: Full leather, wristlet type, gunn, cut, wing thumb, five fingered glove. Back shall have an elastic snuggerband in the wrist area for sure fit. Leather welting shall be sewn on the palm side of the two middle fingers and along top seam of the thumb for additional support. A continuous index finger construction shall be used to eliminate exposed seams or stitching. A fully sewn liner of fire retardant material-shall be attached to the outer shell with Kevlar thread. A leather pull patch and two ply 100% Kevlar wristlet(minus 4 inches in length) shall be required. A leather thumb strap approximately 1 ½" in width and 21/2" in length. Shall be sewn in the thumb crotch to add strength and added wear to the glove. A leather hanger loop shall be provided on the inside of the glove to facilitate storage and drying. Construction: Must meet or exceed the requirements of the previously mentioned standards. Shell: Leather bend side split cattle hide conforming to type II class 2 of specification MIL-KXL-2004 minimum 3% chromic oxide and minimum shrinkage temperature of 105 degrees F. Each glove pair shall be of uniform color- Thickness of the leather parts, except welts, shall be not less than 3 oz. nor more than 3 ½ oz. Leather shall be treated to resist cracking, peeling, stiffening and processed to reduce slipperiness when wet or frying when heated. Leather quality shall be equal to the requirements of paragraph (B) of FED-OSHA Standard and CAL-OSHA Standard. Color Powder Blue Liner: A full hand liner, fully sewn fire retardant Self Extinguishing Fabric (SEF) material, minimum weight 8-10 oz. per square yard. Material shall be napped on one side for comfort and warmth. Stitching: All outer stitching shall be heat resistant Kevlar 30-4 thread or equal. All seams shall be chain stitched, minimum of 8 stitches/inch. 193

214 PAGE Spec # GLOVES, PARAMEDIC Wristlet: Wristlet to be made of 100% Kevlar 2 ply four inches in length. A leather pull patch shall be double stitched to wristlet to insure ease of donning and for extra wrist protection. Compliance: Labeling: Sizing: Gloves shall be available in seven sizes: x-small, small, medium, large, x- large, xx-large and xxx-large. (various sizes) Documentation in accordance with Chapter 2-3 verifying compliance to OSHA and FED OSHA Standards shall be provided the Chicago Fire Department as a prerequisite to "Department Approval" Makers Specification Guarantee: No manufacturer or representative may suggest that gloves are approved with out prior inspection of completed sample gloves by and written authorization from the Fire Commissioner, Chicago Fire Department. Authorization/Restrictions: To be worn by Paramedic Personnel only. Manufacturer: Glove Corp Fire Dex Shelby Specialty Glove P.O. box S. Progress Dr E. Shelby Dr. Alexandria, In. Medina, Ohio P.O. Box Memphis, Tn OR EQUAL 194

215 Line #040 CC Spec# B Spec $ B MSA CAIRNS HELMET STRUCTURAL FIREFIGHTERS HELMET BLACK & WHITE CHICAGO STYLE 880 TRADITIONAL DESCRIPTION: Structural firefighter s helmet white or black with a thermoplastic traditional shell to be utilized by CFD personnel. Helmets manufactured in accordance with this specification are designed to meet the requirements of NFPA 1971 standard for firefighter helmets 2007 (or most current) edition. NO EXCEPTIONS, DEVIATIONS OR DELETIONS TO THIS SPECIFICATION WILL BE ACCEPTED. MANUFACTURER S WARRANTY: Helmets shall be warranted, for the lifetime of the helmet, to be free of defects in material and workmanship. The manufacturer shall guarantee, for a period of five (5) years from the date of manufacture, that any helmet shell will be replaced free of charge if it is damaged beyond use while being worn during normal, assigned fire ground activities. HELMET SHELL: The 880 Tradition shall have a Traditional American Fire Service Style helmet shell, comprising a crown, with four(4) major ribs (front, back, left and right sides), and four minor ribs equidistant between each major rib, and a brim that has a short front visor continuing around the sides to a large rear brim area. The upper surface of the brim shall have a smooth finish. The helmet shell material is a composite consisting of a high-temperature-,flame-, and chip-resistant, through-colored thermoplastic which is molded to form a one piece shell. The shell dimensions (with edge-trim) shall be in length, 10.5 in width, and a crown depth of The shell shall have a nominal wall thickness of in the crown and a in the brim. The shell color finish shall be available in the standard colors of white, black. The helmet shell shall be furnished with a formed brass front-piece holder which shall be attached to the shell s front main rib, and positioned to capture the top of standard 5 or 6 fire department identification shields. The front holder shall be either a flat brass piece with a silk-screened eagle or Maltese Cross (5 & 6 ) or a formed brass eagle (6 only) The shell shall have a thermoplastic, front-piece mounting bracket affixed to the center of the front visor of the brim. The bracket shall provide for positioning and retention of a standard 5 or 6 fire department identification shields. 195

216 PAGE Spec# B Spec# B MSA CAIRNS HELMET STRUCTURAL FIREFIGHTERS HELMET BLACK & WHITE CHICAGO STYLE 880 TRADITIONAL The shell shall have black high-temperature, flame-resistant, flexible edge trim composed of an aluminum-cored, thermoplastic rubber (TPR). The edge-trim is secured around the entire brim of the helmet by crimping the aluminum core which simultaneously captures and retains a wire used to reinforce the brim of the helmet. The edge-trim is secured at the mating ends with a high temperature adhesive and clamped by the helmet hanger clip at the edge of the rear brim. The shell shall have a helmet hanger comprised of a ¾, nickel plated D ring and a stainless steel clip. The helmet hanger shall be attached to the center rear of the brim. IMPACT LINER: The impact liner in the 880 Tradition is comprised of a high temperature and high density rigid cell urethane foam cap. HEAD SUSPENSION: The head suspension in the 880 Tradition shall consist of a 6-way overhead strap system (comprised of three (3) fixed, 3/4 wide nylon straps fastened at their intersection to form the 6-way overhead strap assembly) which shall be attached to the impact cap by means of a tubular ring, joined at the ends by an elastomeric tube, that locks the straps into a routed annular groove in the impact cap. SIZING ADJUSTMENT: The size of the headband may be adjusted to fit the wearer s head by means of a ratchet adjustment system. The headband shall have a head size range of 5-5/8 to 7-5/8, adjustable in 1/8 increments. The head band is attached to the sides of the impact cap ring by four (4) flexible retention tabs. The rear ratchet arms shall have three (3) adjustable positions so that the angle of the ratchet may be set to accommodate the nape of the wearer s head. COMFORT LINER: The 880 Tradition shall have a comfort liner, which consists of a headband cushion liner and a ratchet pad, which are both removable. Both components are produced from a foam core laminate system, which is comprised of a soft black flame resistant flannel material against the users head and backed by a soft loop material which will be secured to the headband and the ratchet with hook fastener. The comfort liner is machine washable, and can be easily upgraded to a leather-lined deluxe version. 196

217 PAGE Spec# B Spec# B MSA CAIRNS HELMET STRUCTURAL FIREFIGHTERS HELMET BLACK & WHITE CHICAGO STYLE 880 TRADITIONAL CHINSTRAP: The chinstrap shall be constructed of three (3) pieces ( or sections ) of 3/4 wide, spun-nomex webbing, which are connected on the left side of the helmet by means of a high-temperature, super-tough, thermoplastic quick release buckle, and by a cast zinc postman s slide buckle on the right hand side of the helmet. The middle section shall be a minimum of 20.5 in length and the total length of the chinstrap shall be 33.0 at full extension, end to end. The chinstrap shall be attached to the shell at either end by means of a stainless steel clip and tuck loop. EAR/NECK PROTECTION The 880 Tradition provides for ear and neck protection with a 7.25 high, 18.5 long, full-cut earlap. The earlap consists of a 4.5 oz/yd, black Nomex outer shell, and a flame resistant black flannel inner-liner. The earlap shall be secured to the shell using an integrated hook system. A PBI/Kevlar earlap is an available option also. The earlap is machine washable. The ear and neck protector shall be removable without interfering with the overhead strap assembly in any way and without removing any part of the helmets suspension. RETRO-REFLECTIVE TRIM: The helmet shall have six tetrahedron shaped pieces of Lime-Yellow, retroreflective, fluorescent Reflexite trim around the exterior of the crown of the helmet shell for maximum daytime and nighttime visibility PERFORMANCE CRITERIA: The 880 Tradition helmet shall meet the requirements of NFPA edition, US-OSHA (CFR 1920) NBSIR 1977, and CAL-OSHA. PERFORMANCE VERIFICATION DATA REQUIREMENT: Response to this specification shall include a current, NFPA (or current) Certificate of Conformance test report from an accredited test facility for the helmet offered. This certification testing is conducted annually as per NFPA requirements. MAINTENANCE, REPAIR AND RETIREMENT: Upon the customer s request, training will be provided explaining the criteria for the proper maintenance, repair and retirement of the helmet. MANUFACTURER: MSA Cairns OR EQUAL 197

218 Line #041 CC Spec# C Spec# C MSA CAIRNS HELMET BLACK & WHITE STRUCTURAL FIREFIGHTERS HELMET 1044 DESCRIPTION: Structural firefighter s helmet white or black with a fiberglass composite shell to be utilized by CFD personnel. Helmets manufactured in accordance with this specification are designed to meet the requirements of NFPA 1971 standard for firefighter helmets 2007 (or most current) edition. NO EXCEPTIONS, DEVIATIONS OR DELETIONS TO THIS SPECIFICATION WILL BE ACCEPTED. MANUFACTURER S WARRANTY: Helmets shall be warranted, for the lifetime of the helmet, to be free of defects in material and workmanship. The manufacturer shall guarantee, for a period of five (5) years from the date of manufacture that any helmet shell will be replaced free of charge if it is damaged beyond use while worn during normal assigned fire ground activities. HELMET SHELL: The Cairns 1044 shall have a Traditional American Fire Service Style helmet shell, comprising a crown, with four (4) major ribs (front, back, left and right sides), and four minor ribs equidistant between each major rib, and a brim that has a short front visor continuing around the sides to a large rear brim area. The upper surface of the brim shall have the traditional fire service vine scroll-work molded into the surface of the composite. The helmet shell material is a DuraGlas composite consisting of a hightemperature-, flame-, and chip-resistant, through-colored thermoset resin, reinforced with 1 and 2 chopped fiberglass, which is compression molded to form a one piece shell. The shell dimensions (with edge-trim) shall be 15.5 in length, in width and a crown depth of 6.5. The shell shall have a nominal wall thickness of in the crown and in the brim. The helmet shell shall be furnished with a formed brass front-piece holder which shall be attached to the shells front main rib, and positioned to support the top of a standard 6 fire department identification shield. The options of either a brass carved eagle, silk-screened brass eagle, or a brass silk-screened maltase cross are available. The brass carved eagle shall incorporate a crush zone to absorb impacts. The shell shall have a thermoplastic, front-piece mounting bracket affixed to the center of the front visor of the brim. The bracket shall provide for positioning and retention of a standard 6 fire department identification shield. 198

219 PAGE Spec# C Spec# C MSA CAIRNS HELMET BLACK & WHITE STRUCTURAL FIREFIGHTERS HELMET 1044 The shell shall have black, or white*, high-temperature, flame-resistant, flexible edge trim composed of an aluminum-cored, thermoplastic rubber (TPR). The edge-trim is secured around the entire brim of the helmet by crimping the aluminum core, and secured at the mating ends with a high temperature adhesive and clamped by the helmet hanger clip at the edge of the rear brim. * Available on white helmet shells only. The shell shall have a helmet hanger comprised of a 3/4, nickel plated D ring and a stainless steel clip. The helmet hanger shall be attached to the center rear of the brim. IMPACT LINER: The Cairns 1044 shall include an impact liner, which is comprised of rigid cell, high temperature urethane foam cap attached to a flame-resistant thermoplastic PPO inner liner. The impact liner shall be modular and field removable for periodic inspection of the foam s integrity. The impact liner is incorporated to provide increased thermal and impact protection. HEAD SUSPENSION: The Cairns 1044 shall consist of a 6-way head suspension system, attached to the impact cap. The head suspension system is comprised of three (3) fixed 0.75 wide nylon straps mounted at six points on the impact liner and fastened at their intersection to form the 6-way overhead strap assembly. The straps are attached to the impact cap by means of a tubular plastic ring, joined at the ends by an elastomeric tube that locks the straps into a routed annular groove in the impact cap. SIZING ADJUSTMENT: The size of the headband may be adjusted to fit the wearer s head by means of a ratchet adjustment system. The headband shall have a head size range of 6-3/8 to 8-3/8, adjustable in 1/8 increments. The head band is attached to the sides of the impact cap liner by four (4) flexible retention tabs. The rear ratchet arms shall have three (3) adjustable positions so that the angle of the ratchet may be set to accommodate the nape of the wearer s head. COMFORT LINER: The Cairns 1044 shall have a comfort liner, which consists of a headband cushion liner and a ratchet pad, which are both removable. Both components are produced from a foam core laminate system, which is comprised of a soft black flame resistant flannel material against the users head and backed by a soft loop material which will be secured to the headband and the ratchet with hook fastener. The comfort liner is machine washable, and can be easily upgraded to a leather-lined deluxe version. 199

220 PAGE Spec# C Spec# C MSA CAIRNS HELMET BLACK & WHITE STRUCTURAL FIREFIGHTERS HELMET 1044 CHINSTRAP: The chinstrap shall be constructed of three (3) pieces (or sections) of 3/4 wide, spun-nomex webbing, which are connected on the left side of the helmet by a high-temperature, super-tough, thermoplastic quick release buckle, and by a cast zinc postman s slide buckle on the right hand side of the helmet. The chinstrap is attached at either end of the impact cap by means of the tubular plastic ring, joined at the ends by an elastomeric tube that locks the chinstrap into a routed annular groove in the impact cap. The long, middle-section, with the female half of the quick release buckle sewn to the left end, shall pass through the postman s slide buckle on the right, and include hook and loop fastener for stowage of extra strap. The middle section shall be a minimum of 23.0 in length and the total length of the chinstrap shall be 35.0 at full extension, end to end. SHELL RELEASE PROVISIONS: The impact liner, complete with suspension system and chinstrap assembly (retained as described above) shall be retained to the helmet shell by means of two (2) thermoplastic retention clips mounted under the faceshield pivot hardware, and by four (4) pieces of hook and pile fastener sections between the impact liner and helmet shell in the crown area. This design will enable the shell to be released from the helmet when impacted from below the brim, reducing the chance of being injured by the chinstrap, and leaves the impact cap on the wearer s head for continued thermal and impact protection. EAR/NECK PROTECTION The Cairns 1044 provides for ear and neck protection with a 6.5 wide, 19.0 long, full-cut earlap. The earlap consists of a 4.5 oz. / yd., black colored Nomex outer-shell, and a flame resistant black flannel inner-liner. The earlap shall be secured to the impact liner by pieces of hook and pile fastener in no less than five (5) locations. The earlap is machine washable and can be easily upgraded to a PBI/Kevlar earlap. The ear and neck protector shall be removable without interfering with the overhead strap assembly in any way and without removing any part of the helmets suspension. 200

221 PAGE Spec# C Spec# C MSA CAIRNS HELMET BLACK & WHITE STRUCTURAL FIREFIGHTERS HELMET 1044 RETRO-REFLECTIVE TRIM: The helmet shall have six tetrahedron shaped pieces of Lime-Yellow, retroreflective, fluorescent Reflexite trim around the exterior of the crown of the helmet shell for maximum daytime and nighttime visibility. PERFORMANCE CRITERIA: The Cairns 1044 helmet shall meet the requirements of NFPA edition, US-OSHA (CFR 1920) NBSIR 1977, and CAL-OSHA. PERFORMANCE VERIFICATION DATA REQUIREMENT: Response to this specification shall include a current, NFPA (or most current) Certificate of Conformance test report from an accredited test facility for the helmet offered. This certification testing is conducted annually as per NFPA requirements. MAINTENANCE, REPAIR AND RETIREMENT: Upon the customer s request, training will be provided explaining the criteria for the proper maintenance, repair and retirement of the helmet. MANUFACTURER: MSA Cairns OR EQUAL 201

222 Line #042 CC Spec# SAFETY GOGGLES DESCRIPTION: ESS Innerzone 3 EYE SHIELDS: COLOR: The Safety Goggle features a wrap-around strap that secures to the helmet with two VELCRO brand touch fastener tabs. The Speed-Clip strap system makes strap adjustment quick and easy. These safety goggles will protect your eyes in almost all hazardous situations, making it possible to perform all your duties when required. Clear Anti-Fog Anti-Scratch / Anti-Fog coating offer excellent fog prevention in high humidity environments where sudden shifts in temperature occur. ANSI and NFPA-Compliant Goggles are recommended for use without a face shield. The ESS Innerzone 3Eye Shield is comprised of 2.4mm high impact polycarbonate lenses, high temperature resistant frame and straps and Black in color The Safety Goggle features a wrap-around strap that secures to the helmet with two VELCRO brand touch fastener tabs. The Speed-Clip strap system makes strap adjustment quick and easy. These safety goggles will protect your eyes in almost all hazardous situations, making it possible to perform all your duties when required. Clear Anti-Fog Anti-Scratch / Anti- Fog coating offer excellent fog prevention in high humidity environments where sudden shifts in temperature occur. ANSI and NFPA-Compliant Goggles are recommended for use without a face shield. Black MANUFACTURER: Eye Safety Systems (ESS) OR EQUAL 202

223 Line #043 CC Spec # HOOD, PROTECTIVE FIREFIGHTER GENERAL DESCRIPTION: The protective hoods shall be designed to cover and provide limited protection to the head, face, and neck. The protective hood shall be designed so it does not interfere with the SCBA facepiece or interfere with the proper use of the helmet. STANDARDS: Firefighter protective hoods shall meet all the performance requirements of the National Fire Protection Association Standard 1971 "Protective Clothing for Structural Fire Fighting 2007 (or most current) Edition" Chapter 6,6-1, and Chicago Fire Department Specification No MATERIALS: Both outer shell and lining are a blend of Carbon / High Strength Aramidapprox. 6.5 oz sq. yd. 1x1 rib knit fabric- knit to allow approx. 200% stretch and recovery. Calendared to minimize laundry shrinkage. FACE AND NECK PROTECTOR: Double layer of 1 x 1 Carbon/High Strength Aramid. CHEST PROTECTOR: Double layer of 1 x 1 Carbon/High Strength Aramid extending down the back and chest 6". FACE OPENING: Face area to be open large enough to facilitate donning/doffing and to accommodate any breathing apparatus face piece. It shall be elasticized at the face opening to prevent bagging and stretching with use. FINISHED HOOD MEASUREMENTS: (1) Face opening is circular and measures between 4.6" and 5.6" in diameter. (2) Length of hood below face opening 102A. (3) Length of hood at side from top to bottom 142@. (4) Length of hood at front and back from top to bottom 18 1/4" CONSTRUCTION: Composed of two layers throughout. All stitching conforms to Federal Standard 751 Spec. (FED-STD-7651). Major assembly seams are surged in with stitch type 503, and reinforced with top and bottom stitch type 605, Elastic in face opening is serged with stitch type 504 and 406, bound bottom is stitch type 406. All seams are sewn with 100% Nomex thread size 45/3. Size - One size fit all. TPP - Has a TPP rating of 28 (Thermal Protection Performance). 203

224 PAGE Spec # HOOD, PROTECTIVE FIREFIGHTER MANUFACTURER: PGI Inc. Distribution: P.O. Box 307 Chgo. Protective Apparel Green Lake, WI Cleveland St Skokie, Il OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that firefighter protective hoods are approved without prior inspection of completed samples and written authorization from the Fire Commissioner, Chicago Fire Department. 204

225 Line #044 CC Spec # INSIGNIA, CAP, DRESS UNIFORM, COMMISSIONER DESCRIPTION: Five (5) crossed bugles in wagon wheel configuration. One bugle to have spur on reverse side to restrict movement. Color/Finish: Gold plated, Smooth finish Base metal: Brass Dimensions: Length of individual bugle 1 ½" inches. Fastening Device: Threaded post ½ long with kurled nut. Mounted on center at rear of bugle configuration. MANUFACTURER: V.H. Blackinton 221 John Dietsch Blvd. P.O.Box 1300 Attleboro Falls, MA ( ) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Worn as component of the uniform cap. Attached to cap over 2 1/4: black velvet rosette (see spec No ). Restricted to those of Assistant Deputy Commissioner. Deputy Fire Commissioner and Fire Commissioner ranks. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 205

226 Line #045 CC Spec # INSIGNIA, CAP, DRESS UNIFORM, 4 CROSS BUGLE RANKS DESCRIPTION: Four (4) crossed bugles in wagon wheel configuration. One bugle to have spur on reverse side to restrict movement. Color/Finish: Gold plated, Smooth finish Base metal: Brass Dimensions: Length of individual bugle 1 ½" inches. Fastening Device: Threaded post ½ long with kurled nut. Mounted on center at rear of bugle configuration. MANUFACTURER: V.H. Blackinton 221 John Dietsch Blvd. P.O.Box 1300 Attleboro Falls, MA ( ) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Worn as component of the uniform cap. Attached to cap over 2 1/4: black velvet rosette (see spec No ). Restricted to those of Assistant District Chief, Director, and Executive Assistant to the Fire Commissioner. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 206

227 Line #046 CC Spec # INSIGNIA, CAP, DRESS UNIFORM, Individuals Of Three Crossed Bugle Ranks DESCRIPTION: Three (3) crossed bugles in wagon wheel configuration. One bugle to have spur on reverse side to restrict movement. Color/Finish: Gold plated, Smooth finish Base metal: Brass Dimensions: Length of individual bugle 1 ½" inches. Fastening Device: Threaded post ½ long with knurled nut. Mounted on center at rear of bugle configuration. MANUFACTURER: V.H. Blackinton 221 John Dietsch Blvd. P.O.Box 1300 Attleboro Falls, MA ( ) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Worn as component of the uniform cap. Attached to cap over 2 1/4 black velvet rosette (see spec No ). Restricted to those of Assistant Deputy District Chief and Director Coordinator of Fire Awareness MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 207

228 Line #047 CC Spec # INSIGNIA, CAP, DRESS UNIFORM, BATTALION CHIEF & FIELD CHIEF DESCRIPTION: Two (2) crossed bugles. One bugle to have spur on reverse side to restrict movement. Color/Finish: Gold plated, Smooth finish Base metal: Brass Dimensions: Length of individual bugle 1 ½" inches. Fastening Device: Threaded post ½ long with knurled nut. Mounted on center at rear of bugle configuration. MANUFACTURER: V.H. Blackinton 221 John Dietsch Blvd. P.O.Box 1300 Attleboro Falls, MA ( ) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Worn as component of the uniform cap. Attached to cap over 2 1/4 black velvet rosette (see spec No ). Restricted to those of Assistant Battalion Chiefs, Silver version worn by Assistant Coordinators, Bureau Executive Assistants, Commanding Officer of Photo and Manager of Manpower Planning. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 208

229 Line #048 CC Spec # INSIGNIA, CAP, DRESS UNIFORM, CAPTAIN DESCRIPTION: Two (2) bugles mounted vertically with unit assignment in center. Bugles to have spur on reverse side to restrict movement. Color/Finish: Silver plated, Smooth finish Base metal: Brass Dimensions: Length of individual bugle 1 ½" inches. Fastening Device: Threaded post ½ long with kurled nut. Mounted on center at rear of bugle configuration. MANUFACTURER: V.H. Blackinton 221 John Dietsch Blvd. P.O.Box 1300 Attleboro Falls, MA ( ) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Worn as component of the uniform cap. Attached to cap over 2 1/4 velvet rosette (see spec No Black Engine Officer Red Truck Officer Blue Squad Officer MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 209

230 Line #049 CC Spec # INSIGNIA, CAP, DRESS UNIFORM, LIEUTENANT DESCRIPTION: One (1) bugle mounted horizontally with unit assignment in center above bugle. Bugle to have spur on reverse side to restrict movement. Color/Finish: Silver plated, Smooth finish Base metal: Brass Dimensions: Length of individual bugle 1 ½" inches. Fastening Device: Threaded post ½ long with kurled nut. Mounted on center at rear of bugle configuration. MANUFACTURER: V.H. Blackinton 221 John Dietsch Blvd. P.O.Box 1300 Attleboro Falls, MA ( ) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Worn as component of the uniform cap. Attached to cap over 2 1/4 velvet rosette (see spec No Black Engine Officer Red Truck Officer Blue Squad Officer MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 210

231 Line #050 CC Spec # INSIGNIA, CAP, DRESS UNIFORM, EMS DESCRIPTION: One (1) Caduceus mounted in center. Caduceus to have spur on reverse side to restrict movement. Color/Finish: Silver plated, Smooth finish Base metal: Brass Dimensions: Length of individual Caduceus 1 ½" inches. Fastening Device: Threaded post ½ long with kurled nut. Mounted on center at rear of bugle configuration. MANUFACTURER: V.H. Blackinton 221 John Dietsch Blvd. P.O.Box 1300 Attleboro Falls, MA ( ) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Worn as component of the uniform cap. Attached to cap over 2 1/4 velvet rosette (see spec No Black Ambulance Commander MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 211

232 Line #051 CC Spec # INSIGNIA, CAP, DRESS UNIFORM, COMPANY/ BUREAU DESIGNATION DESCRIPTION: Number or combinations of letters mounted on top of Lieutenant or Captain bugles on rosette on dress cap. Color/Finish: Silver plated, Smooth finish black matte finish on combinations of letters and/or numbers. Base metal: Brass Dimensions: Letters and numbers to be 5/16" high. Fastening Device: Wire soldered to back of numbers or letters. MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross Co. P.O.Box Oakley Ave. Attleboro Falls, MA. White Plains, N.Y ( ) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Worn as component of the uniform cap. Attached to cap over 2 1/4 velvet rosette (see spec No Black Engine Officer Red Truck Officer Blue Squad Officer MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 212

233 Line #052 CC Spec # INSIGNIA, COAT EPAULET/ SHIRT COLLAR, FIRE COMMISSIONER (5) FIVE BUGLES DESCRIPTION: Epaulets: 5 crossed bugles in a wagon wheel configuration. (To be sold as a pair) Collars: 5 crossed bugles in a wagon wheel configuration. Gold plated, Smooth finish Color/Finish: Gold plated, smooth finish. Base metal: Brass Dimensions: Epaulet bugles 1 ½" in diameter. Collar bugles 3/4 in diameter. Fastening Device: Brass clutch attached to two each end of reverse side. Clutch pin length to be 1/4". MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross Co P.O. Box Oakley Ave, Attleboro Falls, Ma. White Plains, N.Y OR EQUAL AUTHORIZATION/ RESTRICTIONS: To be worn with dress and modified dress article of wear with exception. Restricted to the following ranks/titles: Fire Commissioner, Deputy Fire Commissioner & Asst. Deputy Fire Commissioner. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 213

234 Line #053 CC Spec # INSIGNIA, COAT EPAULET/ SHIRT COLLAR, (4) FOUR BUGLES RANK DESCRIPTION: Epaulets: 4 crossed bugles in a wagon wheel configuration. (To be sold as a pair) Collars: 4 crossed bugles in a wagon wheel configuration. Gold plated, Smooth finish Color/Finish: Gold plated, smooth finish. Base metal: Brass Dimensions: Epaulet bugles 1 ½" in diameter. Collar bugles 3/4 in diameter. Fastening Device: Brass clutch attached to two each end of reverse side. Clutch pin length to be 1/4". MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross. P.O.Box Oakley Ave. Attleboro Falls, MA. White Plains, N.Y OR EQUAL AUTHORIZATION/ RESTRICTIONS: To be worn with dress and modified dress article of wear with exception. Restricted to the following ranks/titles: District Chief, Directors, Executive Asst. to the Fire Commissioner. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 214

235 Line #054 CC Spec # INSIGNIA, COAT EPAULET/ SHIRT COLLAR, (3) THREE BUGLES RANK DESCRIPTION: Epaulets: 3 crossed bugles in a wagon wheel configuration. (To be sold as a pair) Collars: 3 crossed bugles in a wagon wheel configuration. Gold plated, Smooth finish Color/Finish: Gold plated, smooth finish. Base metal: Brass Dimensions: Epaulet bugles 1 ½" in diameter. Collar bugles 3/4 in diameter. Fastening Device: Brass clutch attached to two each end of reverse side. Clutch pin length to be 1/4". MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross. P.O.Box Oakley Ave. Attleboro Falls, MA. White Plains, N.Y OR EQUAL AUTHORIZATION/ RESTRICTIONS: To be worn with dress and modified dress article of wear with exception. Restricted to the following ranks/titles: Deputy District Chief, Asst. Director, MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 215

236 Line #055 CC Spec # INSIGNIA, COAT EPAULET/ SHIRT COLLAR, BATTALION CHIEF DESCRIPTION: Two (2) crossed bugles. (To be sold as a pair) Color/Finish: Gold plated, Smooth finish Base metal: Brass Dimensions: Length 3/4" inch, width 1/16" inch at top Of bugle, 9/32" inch at bell. Fastening Device: Brass clutch attached to two points on reverse side. Clutch pin to be 1/4" inch Long. MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross P.O.Box Oakley Ave Attleboro Falls, MA. White Plains N.Y OR EQUAL AUTHORIZATION/ RESTRICTIONS: To be worn with dress and modified dress article of wear with exception. Restricted to the following ranks/titles: Chief Officer. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 216

237 Line #056 CC Spec # INSIGNIA, COAT EPAULET/ SHIRT COLLAR, CAPTAIN DESCRIPTION: Two (2) parallel silver bugles on a red enameled disk. Disk circumference to have matching silver boarder. (To be sold as a pair) Color/Finish: Silver, Smooth finish Base metal: Brass Dimensions: 15/16 diameter. Fastening Device: Two brass clutches attached to reverse side, remote from one another. Clutch pin length to be 1/4" inch. MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross P.O.Box Oakley Ave Attleboro Falls, MA. White Plains N.Y OR EQUAL AUTHORIZATION/ RESTRICTIONS: To be worn with dress and modified dress article of wear with exception. Restricted to the following ranks/titles: Captain MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 217

238 Line #057 CC Spec # INSIGNIA, COAT EPAULET/ SHIRT COLLAR, LIEUTENANT DESCRIPTION: One (1) silver bugle on a red enameled disk. Disk circumference to have matching silver boarder. (To be sold as a pair) Color/Finish: Silver, Smooth finish Base metal: Brass Dimensions: 15/16 diameter. Fastening Device: Two brass clutches attached to reverse side, remote from one another. Clutch pin length to be 1/4" inch. MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross P.O.Box Oakley Ave Attleboro Falls, MA. White Plains N.Y OR EQUAL AUTHORIZATION/ RESTRICTIONS: To be worn with dress and modified dress article of wear with exception. Restricted to the following ranks/titles: Lieutenant MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 218

239 Line #058 CC Spec # INSIGNIA, COAT EPAULET/ SHIRT COLLAR, EAGLE, GOLD & SILVER DESCRIPTION: Spread eagle with breast shield, carrying laurel branches in its talons. (To be sold as a pair) Color/Finish: Gold plated, Smooth finish Silver plated, Smooth finish Base metal: Brass Dimensions: Epaulet: Wing spread 1 ½", and 3/4" high. Collar: Wing spread 1", and 3/8" high. Fastening Device: Two brass clutches attached to reverse side, remote from one another. Clutch pin length to be 1/4" inch. MANUFACTURER: V.H. Blackinton Smith & Warren 221 John Dietsch Blvd. Everson Ross P.O.Box Oakley Ave Attleboro Falls, MA. White Plains N.Y OR EQUAL AUTHORIZATION/ RESTRICTIONS: To be worn with dress and modified dress article of wear with exception. Restricted to the following ranks/titles: Gold Version: Coordinator of Community Service. Silver Version: Asst. Coordinators, Bureau Executive Asst. Bureau Administrative Asst, Bureau Commanders & Commander of Manpower. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 219

240 Line #059 CC Spec # INSIGNIA, SINGLE BAR, SHIRT COLLAR AMB. COMMANDER - SILVER PARAMEDIC IN CHARGE - SILVER/BLACK DESCRIPTION: Single bar: Color/Finish: Silver, Smooth high gloss finish. for Ambulance Commander. (To be sold as a pair) Color/Finish: Silver/Black, Smooth high gloss finish broken by two (2) black enameled rectangles, dimensions of rectangles 3/8 x1/4" separated by 1/8" for Paramedic in Charge. Base Material: Single Bar: Width 3/8", length 1" Gemsco Stock: #R-1002 Collar: Width 1/4", length 3/4" Gemsco Stock: #R-0367 Fastening Device: Two (2) brass clutch devices attached to reverse side. Clutch pin length 1/4". AUTHORIZATIONS/ RESTRICTIONS: To be worn with dress or modified dress articles of wear without exception. Restricted to the following ranks/titles: Silver version: Ambulance Commander MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignias are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. Manufacturers: Smith & Warren V.H. Blackinton Everson Ross Co. 221 John Dietsch Blvd. 127 Oakley Ave. Attleboro Falls, Mass White Plains, N.Y OR EQUAL 220

241 Line #060 CC Spec # INSIGNIA, SHIRT COLLAR, TRAINING INSTRUCTOR DESCRIPTION: One (1) red enameled disk with a raised center piece having matching silver border. (To be sold as a pair) Color/Finish: Red Color, Smooth finish. Centerpiece to be silver in diameter measuring ½" inch with a ladder, cross bugles and a helmet in design. Outer Edge: To be 1/4" inch with raised letters which read Training Instructor. Base Metal: Brass Dimensions: 15/16" inch diameter. Fastening Device: Two brass clutches attached to reverse side, remote from one another. Clutch pin length to be 1/4" inch. Authorizations/Restrictions: To be worn with all uniform shirts worn by training instructors. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. Manufacturer: V.H. Blackinton 221 John Dietsch Blvd. OR EQUAL Attleboro Falls, Mass

242 Line #61 CC Spec # WINTER WORK JACKET THREE SEASON (WAIST LENGTH) Construction: Shell Materials: BUTTONS: B.DRY waterproof, windproof, breathable fabric lining. Seams sealed with thermal tape Zip-out B.WARM insulated quilted liner with zip-off sleeves for versatile. Drop shoulder pattern for freedom of movement. Permanent nylon rip stop lining. Strong, smooth-sliding delrin and nylon zippers throughout. Inside zippered security pocket. Side zippers for equipment/weapon access. Front zipper extends to collar top edge. Flapped double-entry lower pockets with CFD silver or gold uniform buttons. Military style epaulets with CFD silver or gold uniform buttons. Badge and name tag tab. 26 long. 100% texturized Nylon, 70 denier warp and 250 denier filling. Back coating with printed breathable coating. (24 Lign) CFD Crest in Gold or Silver as specified by CFD Lining Fabric: Permanent Lining Fabric. Removable Insulated Liner. Sizing: Color: B.Dry 1.85 oz. per square yard 100% nylon 70 denier ripstop with a total count of 210. Color: charcoal or black. Fabric shall be coated or laminated with a waterproof breathable polymer that can be washed and dry cleaned, and seam sealed. Fabric shall be 3,000 MM waterproofness (test method # JIS-L1092A) and 3,000 grams/m2/per 24 hours breathability (test method # JIS-L1099A). 6 inch diamond pattern quilted insulation package oz. per square yard, 100% Nylon 70 denier ripstop woven face fabric (Color: charcoal). Thermolite Plus or B.Warm BSCL-120 insulation for sleeves and BSCL-120 for body. 1.8 oz. per square yard, 100% Nylon 70 denier plain weave taffeta backing fabric (Color: black). Fiber migration resistant construction and treatment with no added layers of scrim. Machine washable/dryable, drycleanable, and can be pressed. Shrinkage less than 2%. XS,SM,M,L,XL,2XL,3XL,4XL,5XL,6XL. Dark Navy 222

243 PAGE Spec # WINTER WORK JACKET THREE SEASON (WAIST LENGTH) PATCHES/EMBLEMS:: Right shoulder American/Chicago Flag. As per CFD Spec. No , , and Left shoulder Chicago Maltese Cross per CFD Spec. No Sewn on in accordance with department requirements Chicago Fire Department Maltese patch sewn on the left shoulder and American and city flag sewn on the right shoulder. PATCHES: To include application of patches, service bar or star with sewing. Style #: 6120 MANUFACTURER: Blauer Mfg. 20 Aberdeen St. Boston, MA OR EQUAL MANUFACTURERS SPECIFICATION GUARANTEE No manufacturer or representative may suggest that a jacket is approved without prior inspection of completed sample jacket by and written authorization from the Fire Commissioner, Chicago Fire Department. 223

244 Line #063 CC Spec # A 911 WORK JACKET / EMT-B, PARAMEDIC Materials: Shell Construction: Jacket Construction (Inner): Liner: Trim (Inner jacket) Pocketing: B.DRY waterproof, windproof, breathable laminate on fade resistant hi-vis yellow polyester shell fabric. 100% Polyester Oxford 300Dx300D PU visible coating 2000mm waterproofness 3000gm MVP; shall resist oil, discoloration and be odor free. B.Dry waterproof, windproof, breathable raincoat. ANSI/ISEA 107 Class II certified. Removable insulated fleece liner. Double entry lower pockets with flaps. Double storm flaps cover delrin zipper. Fully lined with nylon taffeta. Hi-contrast Scotchlite reflective trim around chest, sleeves and cuffs. Pit zippers for added ventilation. Raglan drop shoulder for unrestricted movement. Side zippers with snap tabs for access to equipment. One-piece sleeve with sleeve tab adjustment. Stand alone waist length fleece jacket. Front and back yoke design. Front zipper closure with inside storm fly. High neck sport type collar with fabric under collar. One piece sleeves with elasticized cuff, elbow reinforcement, and loop for attachment to jacket sleeve. Two lower welted cut in pockets with zippers and fleece pocketing double as inside patch pockets. Drawstring hem with cordlock adjuster and inner nylon hem lining. Side zippers for ventilation. Labeled with manufacturer, country of origin, size, all required NFPA 1999 (2003 edition) certification labeling and owner s manual. Heavyweight 100% polyester velour pile fleece fabric is finished on the front for maximum durability and resistance to pilling, and on the back with sherpa effect for maximum warmth to weight ratio. Highly breathable, tight knit construction blocks 90% of the wind, 10.5 oz. per square yard. High moisture vapor transmission rate and warmth retention. 100% Nylon Taslan ripstop reinforcement patch fabric on sleeves and shoulders, and heavy duty knit pocketing. Machine washable/dryable and dry cleanable. Shrinkage less than 2%. (Color: Dark Navy) 2x1 twill, 100% polyester fill, polyester/rayon warp. Binding: 100% Nylon. Hem, Armhole, Side tabs, and Badge tab: 100% nylon, plain weave. Elastic: Spandex, 1-inch knitted elastic, dry cleanable. Elastic draw cord: inch elastic cord (Color: black). Cord locks: nylon with nylon spring (Color: black). Eyelets: aluminum, black enamel finish. Front Zipper: delrin, size #5, one way, 26 inches Front pocket zipper: nylon coil, size #3, one way, 7 inches. (zippers lengths specified are for size L/ Reg, color: black). Yolk Sleeve Patch and Hem Lining fabric: 100% nylon ripstop of honeycomb printed backing to match fleece 224

245 PAGE Spec # A 911 WORK JACKET / EMT-B, PARAMEDIC Shell Trim (Shell jacket) Eyelets: Snaps: Size range: Color: 3L matt. (Color: black). Hook and loop: woven nylon base. (Color: black). Plastic fastener: 100mm translucent plastic pin. Reflective trim: 2 inch wide, 3M Scotchlite silver reflective fabric on 2.5 inch wide black ribbon. Seam tape: waterproof seam-sealing tape, 1.0 inch in width compatible with the coating compound. For liner attachment: 20 ligne, prong style with closed backs, non-rusting gunmetal finish of brass, heavy-duty closure. All other snaps: non-rusting, 24 ligne, gunmetal finish or brass, heavy-duty closure. (Unisex) Regular XS - 6XL, Long M - 6XL Fluorescent Yellow Style #: EMBLEMS/PATCHES: Back Lettering: American/Chicago Flag patch (as per C.F.D. specification No ) shall be sewn 1"below the right sleeve head. Patch to be positioned on center. Chicago Fire Department Maltese Cross Patch (as per C.F.D. Specification No , , and ) shall be sewn I" below the left sleeve head. Patch to be positioned on center, with appropriate rocker, Paramedic, FF E.M.T., FF Paramedic, Engineer Right shoulder: Chicago Flag/American Flag Left shoulder: F.D. Maltese, Chicago Paramedic, or Emergency Technician CHICAGO will be placed on top in an arched fashion. FIRE DEPT will be centered below CHICAGO. Letters will be between 2 ½ and 3 black in color. Emblem to be made of 3MvSCOTCHLITE background. FIRE DEPT. GUARANTEE: Each jacket shall be guaranteed to be free from defects and factory workmanship shall be guaranteed for five years. MAKERS SPECIFICATION GUARANTEE LABEL: No manufacturer or representative may suggest that jackets are approved without prior inspection of completed sample jackets by and written authorization from the Fire Commissioner, Chicago Fire Department. All jackets shall be so labeled. Designated labels shall be provided by the manufacturer. MANUFACTURER: Blauer Mfg. 20 Aberdeen St. Boston, MA OR EQUAL 225

246 Line #064 CC Spec # SERT(BIKE/SEGWAY) REFLECTIVE JACKET GENERAL DESCRIPTION: Waterproof, windproof, breathable 3-layer CROSSTECH fabric providing blood, body fluid & chemical resistance., ASTM F903 certified to resist five (5) common accident scene chemicals. Abrasion resistant illuminite reflective patch fabric with zip out B.WARM insulated quilted liner. Hiplength jacket has been approved by Safety Equipment Institute for NFPA 1999, 2003 Edition blood borne pathogen standards. CONSTRUCTION: Drop shoulder design & articulated elbows for unrestricted movement. Water proof zipper cargo/hand warmer pockets with flaps & hidden pencil slots. Interior security pockets are accessed with zippers from under front fly flaps. Double storm flies & chin guard cover front zipper. Side openings use waterproof zippers for unrestricted access to equipment. Zipper openings on shoulder patches allow attachment of emblems and provide two (2) additional pockets. Emblems will be applied at the factory and seam sealed. LINER: Zip-out B Warm insulated quilted liner. SEAMS: Sealed with Gore-Seam tape. BACK: Back of jacket shall be cut as an action back with underarm gussets to measure 4" x 11". There shall be a 30 backlength. In reflective lettering the back shall read Chicago Fire Department Paramedic. SNAPS: Prong snaps that have been oxidized to prevent rusting, 24 ligne. VELCRO: Hook and loop to be black 1" wide, sew on type. SIZING: All sizes shall be available for men and women including any special requirements. See attached size chart. COLOR: Dark Navy/Hi-Vis Yellow. 226

247 PAGE Spec # SERT(BIKE/SEGWAY) REFLECTIVE JACKET EMBLEMS/PATCHES: Right shoulder: Chicago Flag/American Flag Left shoulder: F.D. Maltese, Chicago Paramedic, or Emergency Technician Emblem to be made of 3M SCOTCHLITE background. SEWING/THREAD/SEAM SEALING: All thread shall be polyester with a 50 strength or more with a wrap for sewability. Lining sewing shall be done with a 5 thread safety stitch. External seams are to be seam sealed with 7/8" seam sealing tape. There shall be interlining in the collar, fronts, cuffs and flaps. LABELS: Labels to show size, manufacturer, care and cleaning instructions. GUARANTEE: Each jacket shall be guaranteed to be free from defects and factory workmanship shall be guaranteed for five years. MAKERS SPECIFICATION GUARANTEE LABEL: No manufacturer or representative may suggest that jackets are approved without prior inspection of completed sample jackets by and written authorization from the Fire Commissioner, Chicago Fire Department. All jackets shall be so labeled. Designated labels shall be provided by the manufacturer. MANUFACTURER: Blauer Mfg. 20 Aberdeen St. Boston, Ma OR EQUAL 227

248 PAGE Spec # SIZE CHART SERT(BIKE/SEGWAY) REFLECTIVE JACKET SIZE FINISHED SIZE LENGTH SLEEVE LENGTH X-SMALL (32-34) SMALL (36-38) MEDIUM (40-42) LARGE (44-46) X-LARGE (48-50) XX-LARGE (52-54) XXX-LARGE (56-58) TOLERANCES +-1" +-1/2" +-1/2" LONG LENGTH SAME +1" +1" X-LONG LENGTH SAME +2" +2" SHORT LENGTH SAME -1" -1" 228

249 Line #065 CC Spec # MARKING SYSTEM, FRONT PIECE, FIRE HELMET GENERAL DESCRIPTION: SPECIFIC DESCRIPTION: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhance the daytime and nighttime visibility of the user. They consist of exposed, wide angle lenses bonded to a durable cloth backing with a pressure sensitive adhesive applied to the back of cloth. Must meet the requirements of NFPA 1972, 1992 Edition, for helmet markings. MATERIAL: 94% polyester, 6% nylon. Retro reflective lenses provide efficient nighttime light reflection. Colors: Must be available in the following Scotchlite colors:8830, Reflective Silver Reflective PSA Desired color(s), configuration and inscription to be specified at time of purchase request preparation. Size and Configuration: RECTANGLES: 2" x 2 3/4"Scotchlite silver PSA. Silver Background w/ Black Lettering for Engines Silver Background w/ Red Lettering for Trucks, Tower Ladder, Aerial Tower Silver Background w/ Blue lettering for Squads Black Background w/ Silver Lettering for Ambulance District Relief & Special Units Silver w/ Black Lettering Sticker Front Piece Co Assignment SUPPLIER: Headlites Corporation 2415 Ventura Dr. St. Paul, MN OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that retro-reflective components are approved without prior inspection of completed samples of said components by and written authorization from the Fire Commissioner, Chicago Fire Department. 229

250 Line #066 CC Spec # MARKING SYSTEM, FIRE HELMET TRAPEZOIDS GENERAL DESCRIPTION: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhance the daytime and nighttime visibility of the user. They consist of exposed, wide angle lenses bonded to a durable cloth backing with a pressure sensitive adhesive applied to the back of cloth. SPECIFIC DESCRIPTION Must meet the requirements of NFPA 1972, 1992 Edition, for helmet markings. MATERIAL:. 94% polyester, 6% nylon. Retro reflective lenses provide efficient nighttime light reflection Colors: Must be available in the following Scotchlite colors: 8887, Fluorescent Lime Yellow PSA Desired color(s), configuration and inscription to be specified at time of purchase request preparation. Size and Configuration: 2 1/4" x 2 ½" x 2 3/8". Color to be lime yellow 8887 PSA. SUPPLIER: Headline Corporation 2415 Ventura Dr. St. Paul, MN OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that retro-reflective components are approved without prior inspection of completed samples of said components by and written authorization from the Fire Commissioner, Chicago Fire Department. 230

251 Line #067 CC Spec # MARKING SYSTEM, FIRE HELMET RECTANGLES GENERAL DESCRIPTION: SPECIFIC DESCRIPTION: MATERIAL: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhance the daytime and nighttime visibility of the user. They consist of exposed, wide angle lenses bonded to a durable cloth backing with a pressure sensitive adhesive applied to the back of cloth. Must meet the requirements of NFPA 1972, 1992 Edition, for helmet markings. 94% polyester, 6% nylon. Retro reflective lenses provide efficient nighttime light reflection. Colors: Must be available in the following Scotchlite colors: 8887, Fluorescent Lime Yellow PSA Desired color(s), configuration and inscription to be specified at time of purchase request preparation. Size and Configuration: RECTANGLES: 1" x 4"Scotchlite lime yellow PSA. for Captain & Lieutenants RECTANGLES: 11/2" X 3 1/4"Scotchlite lime yellow PSA. for Chief Officers SUPPLIER: Headlites Corporation 2415 Ventura Dr. St. Paul, MN OR EQUAL MAKERS SPECIFICATION GUARANTEE : No manufacturer or representative may suggest that retro-reflective components are approved without prior inspection of completed samples of said components by and written authorization from the Fire Commissioner, Chicago Fire Department. 231

252 Line #068 CC Spec # MARKING SYSTEM, FIRE HELMET SPECIAL UNITS RECTANGLES GENERAL DESCRIPTION: SPECIFIC DESCRIPTION: MATERIAL: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhance the daytime and nighttime visibility of the user. They consist of exposed, wide angle lenses bonded to a durable cloth backing with a pressure sensitive adhesive applied to the back of cloth. Must meet the requirements of NFPA 1972, 1992 Edition, for helmet markings. 94% polyester, 6% nylon. Retro reflective lenses provide efficient nighttime light reflection. Colors: Must be available in the following Scotchlite colors: 8887, Fluorescent Lime Yellow PSA, Reflective Silver Reflective PSA 8886, Fluorescent Red Orange Desired color(s), configuration and inscription to be specified at time of purchase request preparation. Size and Configuration 2" x 2" Silver, Lime Yellow, Red Orange, Blue on a Silver & Black background. To be used with Haz-Mat, Special Unit Markings SUPPLIER: Headlites Corporation 2415 Ventura Dr. St. Paul, MN OR EQUAL MAKERS SPECIFICATION GUARANTEE : No manufacturer or representative may suggest that retro-reflective components are approved without prior inspection of completed samples of said components by and written authorization from the Fire Commissioner, Chicago Fire Department. 232

253 Line #069 CC Spec # MARKING SYSTEM, FIRE HELMET STAR OF LIFE GENERAL DESCRIPTION: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhance the daytime and nighttime visibility of the user. They consist of exposed, wide angle lenses bonded to a durable cloth backing with a pressure sensitive adhesive applied to the back of cloth. SPECIFIC DESCRIPTION: Must meet the requirements of NFPA 1972, 1992 Edition, for helmet markings. MATERIAL: 94% polyester, 6% nylon. Retro reflective lenses provide efficient nighttime light reflection. Colors: Must be available in the following Scotchlite colors: Blue silver reflective, PSA Desired color(s), configuration, and inscription to be specified at time of purchase request preparation. Size and Configuration: 2" round with blue stenciled on silver background. SUPPLIER: Headlites Corporation 2415 Ventura Dr. St. Paul, MN OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that retro-reflective components are approved without prior inspection of completed samples of said components by and written authorization from the Fire Commissioner, Chicago Fire Department. 233

254 Line #070 CC Spec # Chief Officer, CO. OFFICER, PO COMMANDER, ENGINEER, FIREFIGHTER, PARAMEDIC NAMEPLATE WEARER S CORRECT LAST NAME MATERIALS: Base Material: Brass, half-hard. FINISH: Metal to be satin finish, hot nickel plating to be placed over basic metal. Heavy coat of clear flat baking enamel to be placed over nickel plating. Chief Officers Gold, Co. Officer, PO Commander, Engineer, Firefighter, Paramedic - Silver CONSTRUCTION: SIZE: Thickness.062, dimension ½ x 2 1/4" (with 1/8 radii each end) making overall length approximately 2 1/4". BASIC FINISH: All corners and edges to have 1/64" radii. All edges polished smooth completely blemish free. Face surface of plate to be grease buffed to a perfect smooth finish. Back surface of plate to be smooth, sharp edges removed. ATTACHING DEVICE: Clutch stud must be attached to base of nameplate by swaging method to insure hardness of base and strength of stud. Stud length can vary from 5/16" minimum to ½ maximum with three position grooves. Clutch studs will be centered on reverse side of plate 15/8" apart. LETTERING: Pantograph engraved individual last names, lettering.250 in height. Gothic block, medium style. Lettering size maximum allowable consistent with amount of letters in name. Lettering to be filled with air dry flat black lacquer prior to application of clear flat baking enamel which is applied to face of entire plate. AUTHORIZATIONS/ While on duty, uniformed members whose uniform specifications prescribe a nameplate, will wear the name plate in the correct upright position on the right hand side of the shirt or outer garment (excluding rainwear). MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that nameplates are approved without prior inspection of completed sample nameplates by and written authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Reeves, 51 Newcomb St., Box 719, Attleboro. MA OR EQUAL 234

255 Line #071 CC Instructors NAMEPLATE WEARER S CORRECT LAST NAME MATERIALS: Plastic Industry Standard FINISH: Instructors - White Plastic CONSTRUCTION: SIZE: Thickness.062, dimension ½ x 2 1/4" (with 1/8 radii each end) making overall length approximately 2 1/4". BASIC FINISH: All corners and edges to have 1/64" radii. All edges polished smooth completely blemish free. Face back surface of plate to be smooth, sharp edges removed. ATTACHING DEVICE: Clutch stud must be attached to base of nameplate by swaging method to insure hardness of base and strength of stud. Stud length can vary from 5/16" minimum to ½ maximum with three position grooves. Clutch studs will be centered on reverse side of plate 15/8" apart. LETTERING: Pantograph engraved individual last names, lettering.250 in height. Gothic block, medium style. Lettering size maximum allowable consistent with amount of letters in name. Lettering to be filled with air dry flat black lacquer. AUTHORIZATIONS/ While on duty, uniformed members whose uniform specifications prescribe a nameplate, will wear the name plate in the correct upright position on the right hand side of the shirt or outer garment (excluding rainwear). MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that nameplates are approved without prior inspection of completed sample nameplates by and written authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Reeves, 51 Newcomb St., Box 719, Attleboro. MA OR EQUAL 235

256 Line #072 CC Spec # ACCOUNTABILITY TAG MATERIALS: Plastic Industry Standard MEMBER TAG: Red plastic tag with white lettering COMPANY TAG: Black plastic tag with white lettering CONSTRUCTION: SIZE: Thickness 0.175, Width 2.207, Height Hole 1.00 BASIC FINISH: All corners and edges to have 1/64" radii. All edges polished smooth completely blemish free. Face back surface of tag to be smooth, sharp edges removed. ATTACHING DEVICE: Trigger snap clip. LETTERING: Pantograph engraved individual last names, lettering.250 in height. Gothic block, medium style. Lettering size maximum allowable consistent with amount of letters in name. Lettering to be filled with air dry flat black lacquer. Three Lines Line 1 Chicago Fire Department Line 2 and 3 as indicated on each tag photo MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that nameplates are approved without prior inspection of completed sample nameplates by and written authorization from the Fire Commissioner, Chicago Fire 236

257 Department. MANUFACTURER: Reeves, 51 Newcomb St., Box 719, Attleboro. MA OR EQUAL 237

258 Line #073 CC Spec # NECKTIE - MALE MATERIALS: CONSTRUCTION: Natural or Synthetic: Plain tight woven cloth, with interlining. Color: Black, with a dull finish. MATERIAL: Design: Plain, without ornamentation with finished ends and sides. Length: 14" and 17 ½" in length from the bottom of the knot to the lowermost point of the tie, plus or minus ½". Width: The necktie is to be not less than 2" nor more than 3 ½" measured at the widest point. Knot: Hand-tied or pre-tied four-in hand slip knot, small Windsor Knot, or half- Windsor knot. AUTHORIZATIONS / RESTRICTIONS: The necktie may have a ben-over metal or plastic collar clip hook and a pre tied knot, providing a breakaway feature when worn. SUPPLIER: MANUFACTURER: Samuel Broome 116 East 27 th Street N.Y. New York, OR EQUAL MAKERS SPECIFICATION GUARANTEE : No manufacturer or representative may suggest that neckties are approved without prior inspection of complete sample neckties by and written authorization from the Fire Commissioner, Chicago Fire Department. 238

259 Line #074 CC Spec # NECKTIE - FEMALE MATERIALS: CONSTRUCTION: Natural or Synthetic: Plain tight woven cloth, Continental cross-over style. Color: Black, with a dull finish. (Including covered snaps) MATERIAL: Design: Plain, without ornamentation with finished sides and edges. The necktie shall be double faced without lining. It shall be finished so as to have diagonal 1 ½" wide tail points. The necktie will have an overall length when extended of approximately 23" and the width of the neckband shall be 3/4". AUTHORIZATIONS / RESTRICTIONS: A hidden velcro or snap fastener maintained beneath the collar and not visible to view is authorized as an additional breakaway device SUPPLIER: MANUFACTURER: Samuel Broome 116 East 27 th Street N.Y. New York, OR EQUAL MAKERS SPECIFICATION GUARANTEE : No manufacturer or representative may suggest that neckties are approved without prior inspection of complete sample neckties by and written authorization from the Fire Commissioner, Chicago Fire Department. 239

260 Line #075 CC Spec # EMT FF Paramedic Engr Paramedic PATCH, C.F.D. MALTESE CROSS, RED BACKGROUND, FF EMT, FF PARAMEDIC, PARAMEDIC, ENGINEER DESCRIPTION: One piece patch with rocker Patch: Patch to be in the shape of a maltase cross measuring 3½ at the widest and highest point. It is to contain the lettering "FIRE" (5/16" high) in the center of the upper wing, "DEPT." (5/16" high)in the center of the lower wing, the Fire Hydrant symbol in the center of the left wing, the Hook & Ladder symbol in the center of the right wing, and "CHICAGO" (½ high) across the center of the patch. The four wings of the Maltese cross are to be fully embroidered and bordered on the outer and inner edges with a 1/8 stitched border. The inner border will outline a 2" circle of open twill background. Rocker: Located under the lower wing of the maltase cross is the rocker reading "FF E.M.T ", FF Paramedic, Paramedic and Engineer in lettering (5/16" high) shall appear immediately below the bottom wing of the Chicago Fire Department Maltese. The rockers are to be fully embroidered and bordered on the outer and inner edges with a 1/8" stitched border. The inner border will outline a 2" circle of open twill background. CONSTRUCTION: Background Material: Background material will be first quality twill - not mill seconds. The material must be a colorfast cotton/polyester mix (minimum 60% polyester/40% cotton), 6 ½ to 7 ½ ounces per square yard, 2 ply yarn warp and filling. Material must be permanent press, cured and preshrunk. Material must be washable and dry cleanable. The background color is to be red P.M.S Embroidery Thread: Embroidery thread must be rayon yarn continuous filament regenerated cellulose type. Colors are to be: White Red P.M.S. >186 Patch must contain not less than stitches. Stitch scale must be of sufficient density to prevent "bleeding" through of the background material color. There must be sufficient underlay stitching to give a full three dimensional appearance to the design, single scale stitching is to be used throughout the patch. Backing: A plastic film or plasticized non-woven polyester/rayon blend must be bonded to the reverse side of the patch to coat all raised elements and give the patch firmness. Coating must be washable and dry cleanable. 240

261 PAGE Spec # EMT FF PARAMEDIC ENGR PARAMEDIC PATCH, C.F.D. MALTESE CROSS, RED BACKGROUND, FF EMT, FF PARAMEDIC, PARAMEDIC, ENGINEER Workmanship: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches, stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. Inspection: Inspection of every patch at time of manufacture is required. General: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED., WHICH ARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE 14ANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MANUFACTURER National Emblem Inc. Schweizer Emblem Co. 999 N. Elmhurst Rd Busse Highway Mt. Prospect, Il Park Ridge, Il OR EQUAL AUTHORIZATIONRESTRICTIONS: Patches described in this specification (blue background) are worn of the left breast of various approved garments. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that patches are approved without prior inspection of a complete sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. 241

262 Line #076 CC Spec # White Blue PATCH, AMERICAN/CHICAGO FLAG, WHITE BACKGROUND, BLUE BACKGROUND DESCRIPTION: CONSTRUCTION: Patch to be in the shape of a round top shield measuring 4 ½ inches at the widest and 3 5/8 at the highest point It is to contain a crossed American Flag and Chicago City Flag (flagpoles - 2 3/4" long) and a vertical flame (2 7/8" high) in the center of the patch (see attached illustration). The flags and flame are to be fully embroidered and the Chicago City Flag and flame are to have a stitched outline. The outer border is to be a merrow, overlock type. Background Material: Background material will be first quality twill - not mill seconds. The material must be a colorfast cotton/polyester mix (minimum 60% polyester/ 40% cotton), 6 ½ to 7 ½ ounces per square yard, 2 ply yarn warp and filling. Material must be permanent press, cured and preshrunk. Material must be washable and dry cleanable. The background color is to be white twill The background color to be copen blue, 100% embroidery P.M.S. #278. Embroidery Thread: Embroidery thread must be rayon yarn continuous filament regenerated cellulose type. Colors are to be: White, Red PMS uac,22>186 Sp. Dark Gold PMS uac,22>116(robinson- Anton Uac,22>FD-B73) Coped Blue PMS uac,22>278 Navy Blue PMS uac,22>282 Black. Patch must contain not less than 7884 stitches, for the dress white for the work blue. Stitch scale must be of sufficient density to prevent "bleeding" through of the background material color. There must be sufficient underlay stitching to give a full three dimensional appearance to the design. Single scale stitching is to be used throughout the patch. Border: Marrow, overcook type, must consist of: Top portion - Five 'separate ends of 150 denier 2 ply rayon. Bottom portion - Two separate ends of cotton or cotton/polyester in a matching color to the top portion of the overcook. Clear monofilament is not permitted. The overcooked border must be overrun a minimum of 3/8 inch, and the end threads must be secured with tape or pulled through the entire length of the overrun. The color of the overcooked border is to be red PMS u.c., 22>

263 PAGE Spec # White Blue PATCH, AMERICAN/CHICAGO FLAG, WHITE BACKGROUND, BLUE BACKGROUND Backing: A plastic film or plasticine non-woven polyester/rayon blend must be bonded to the reverse side of the patch to coat all raised elements and give the patch firmness. Coating must be washable and dry cleanable. Workmanship: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches, stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. Inspection: Inspection of every patch at time of manufacture is required. General: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED., WHICH ARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MANUFACTURER: National Emblem Inc. Schneider Emblem Co. 999 N. Elmhurst Rd Busses Highway Mt. Prospect, Il Park Ridge, Il OR EQUAL AUTHORIZATIONS RESTRICTIONS: Patches described in this specification (white background) are not to be worn as part of the work uniform. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that patches are approved without prior inspection of completed sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. 243

264 Line #077 CC Spec # Red PATCH, C.F.D. MALTESE CROSS, RED BACKGROUND, DESCRIPTION: CONSTRUCTION: Patch to be in the shape of a Maltese cross measuring 3 ½ inches at the widest and highest point. It is to contain the lettering "FIRE" (5/16" high) in the center of the upper wing, "DEPT." (5/16" high) in the center of the lower wing, the Fire Hydrant symbol in the center of the left wing, the Hook & Ladder symbol in the center of the right wing, and "CHICAGO" (½ high) across the center of the patch. The four wings of the Maltese cross are to be fully embroidered and bordered on the outer and inner edges with a 1/8 stitched border. The inner border will outline a 2" circle of open twill background Background Material: Background material will be first quality twill - not mill seconds. The material must be a colorfast cotton/polyester mix (minimum 60% polyester/40% cotton), 6 ½ to 7 ½ ounces per square yard, 2 ply yarn warp and filling. Material must be permanent press, cured and preshrunk. Material must be washable and dry cleanable. The background color is to be red P.M.S Embroidery Thread: Embroidery thread must be rayon yarn continuous filament regenerated cellulose type. Colors are to be: White Red P.M.S. Uac,22>186 Patch must contain not less than 9565 stitches. Stitch scale must be of sufficient density to prevent "bleeding" through of the background material color. There must be sufficient underlay stitching to give a full three dimensional appearance to the design, single scale stitching is to be used throughout the patch. Backing: A plastic film or plasticized non-woven polyester/rayon blend must be bonded to the reverse side of the patch to coat all raised elements and give the patch firmness. Coating must be washable and dry cleanable. Workmanship: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches, stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. Inspection: Inspection of every patch at time of manufacture is required. 244

265 PAGE Spec # Red PATCH, C.F.D. MALTESE CROSS RED BACKGROUND General: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED., WHICH ARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE 14ANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MANUFACTURER: National Emblem Co. Schweizer Emblem Co. 999 N. Elmhurst Rd Busse Highway Mt. Prospect, Il Park Ridge, Il OR EQUAL AUTHORIZATIONRESTRICTIONS: Patches described in this specification (blue background) are worn of the left breast of various approved garments. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that patches are approved without prior inspection of a complete sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. 245

266 Line #078 CC Spec # PATCH, CHICAGO FIRE ACADEMY INSTRUCTOR DESCRIPTION: CONSTRUCTION: Patch to be in the shape of a shield measuring 4-1/8 inches by 4-7/8 inches. It is to contain the lettering "CHICAGO FIRE DEPARTMENT " TRAINING DIVISION (3/16") in the banner at the bottom and underneath to read INSTRUCTOR (5/16"). Background Material: Background material will be factory first quality twill - not mill seconds. The material must be vat dyed 7-1/2 oz./yd. colorfast cotton/polyester mix (minimum 65% polyester/35% cotton), to 7 ½ ounces per square yard, 3/1 construction, cured and pre-shrunk (resin impregnated and oven cured) Tensile strength shall be in the range of 250/120 thread count shall be included with the bid. Mil seconds will not be acceptable. Material must be washable and dry cleanable. The background color is to be White Embroidery Thread: All materials shall be tested for weight of material, tensile strength, thread count and washability by the international Fabricare Institute, U.S. Testing or other similar independent qualified testing agency and bear that agency s approval. Colors are to be: #453- Grey Brown, #745- Brown, #900- Black, #196- Maroon, #800- White, #334 Royal Blue, #544- Yellow, #700- Red Patch must contain not less than 3867 stitches, Stitch scale must be of sufficient density to prevent "bleeding" through of the background material color. There must be sufficient underlay stitching to give a full three dimensional appearance to the design. Border: The outer border is to be a marrow, overlock type. The color of the border #700 - RED Backing: A plastic film or plasticized non-woven polyester/rayon blend must be bonded to the reverse side of the patch to coat all raised elements and give the patch firmness. Coating must be washable and dry cleanable. Workmanship: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches, stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or-unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. 246

267 PAGE Spec # PATCH, CHICAGO FIRE ACADEMY INSTRUCTOR Inspection Inspection of every patch at time of manufacture is required. General ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED., WHICH ARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MANUFACTURERS: Schweizer Emblem Co. National Emblem Inc 1022 Busse Highway 999 N. Elmhurst Rd. Park Ridge, Il Mt. Prospect, Il OR EQUAL MAKERS SPECIFICATION-GUARANTEE: No manufacturer or representative may suggest that patches are approved without prior inspection of completed sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. 247

268 Line #079 CC Spec # Red F.F. E.M.T. -- RED BACKGROUND, "F.F. E.M.T." Red F.F. Paramedic -- RED BACKGROUND, "F.F. PARAMEDIC" Red Paramedic -- RED BACKGROUND, "PARAMEDIC" Red Engineer -- RED BACKGROUND, "ENGINEER DESCRIPTION: CONSTRUCTION: A rocker reading "FF E.M.T ", FF Paramedic, Paramedic and Engineer in lettering (5/16" high) shall appear immediately below the bottom wing of the Chicago Fire Department Maltese. The rockers are to be fully embroidered and bordered on the outer and inner edges with a 1/8" stitched border. The inner border will outline a 2" circle of open twill background. Background Material: Background material will be first quality twill - not mill seconds. The material must be a color fast cotton/polyester (minimum 60%polyester /40%cotton),6 ½ to 7 ½ ounces per square yard, 2 ply yarn warp and filling. Material must be permanent press, cured and preshrunk. Material must be washable and dry cleanable. The background color is to be red P.M. S. # 186. Embroidery Thread: Embroidery thread must be rayon yarn continuous filament regenerated cellulose type. Colors are to be: White Red P.M.S. ac,22>186 Patch must contain not less than 3341 stitches. Stitch scale must be of sufficient density to prevent "bleeding" through of the background color. There must be sufficient underlay stitching to give a full three dimensional appearance to the design. Single scale stitching is to be used throughout the patch. Backing: A plastic film or plasticized non-woven polyester/rayon blend must be bonded to the reverse side of the patch to coat all raised elements and give the patch firmness. Coating must be washable and dry cleanable. Workmanship: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches, stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. Inspection: Inspection of every patch at time of manufacturer is required. 248

269 PAGE Spec # Red F.F. E.M.T. -- RED BACKGROUND, "F.F. E.M.T." Red F.F. Paramedic -- RED BACKGROUND, "F.F. PARAMEDIC" Red Paramedic -- RED BACKGROUND, "PARAMEDIC" Red Engineer -- RED BACKGROUND, "ENGINEER GENERAL ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED, WHICH ARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that patches are approved without prior inspection of completed sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Schweizer Emblem Co. National Emblem Co. 999 N. Elmhurst Rd Busse Highway Park Ridge, Il Mt. Prospect, Il OR EQUAL 249

270 Line #080 CC Spec # Officer Bar, Ambulance Commander DESCRIPTION: Patch is to be 3/8" x 1-1/8" rectangle. It shall contain the following materials: Base Twill Fabric, Buckram Backing and Polyvinyl Chloride Plastic Film Backing. MATERIALS: Background Material: Background material will be vat dyed 7 1/2oz. 65/35 polyester/cotton, 3/1 construction, cured and preshrunk. Mill seconds will not be acceptable. Color: #902 Silver Metallic Fabric/Thread: Thread will be rayon yarn, continuous filament. The use of polyester thread shall not be permitted. Single thread stitching in the deniers and plys shall be used throughout. Threads may not buckle nor show underlay stitching when emblems are bent. Thread shall be colorfast. Thread shall be fast color and shall be approved by the International, U.S. Testing, or other independent testing agency for washability. Stitching: Stitch scale shall be sufficient density as to preclude bleeding (or see thru) of the background material. The stitch count is 730. There will be sufficient underlay stitching to give a three dimensional high-relief appearance of emblems. No stitch may be greater than ten millimeters in length. Emblems/Embroidering: Emblems shall be machine embroidered on embroidery machine with automats. All emblems shall be die cut with forged steel dies to the exact shape and geometry of the approved design. No distortion of the exterior shape of the emblems is allowable. Finishing: A seven mil polyvinyl chloride film sheet shall be bonded to the reverse side of the emblem m before die cutting. Sufficient heat shall be applied to cause the film to melt, and bond to the fabric and bobbin threads. The film must be capable of withstanding temperatures in excess of 300 degree F. in an alkaline solution, and be non-soluble in all Commercial laundering fluids. Plastic film must be chloride retentive. A fine weave buckram must be spanned on the loom behind the background to stabilize it in the loom and to insure against looping of the front embroidery thread. WORKMANSHIP: No distortion of the exterior shape of the emblems is allowable. All emblems must show a clear cut execution, and must be clean, neatly made, with full tension on all threads, they must be capable of laying completely flat on a smooth surface. There must be no broken stitches in the emblems, nor may any stitches be out of proper alignment. No parts of the emblems may be mended. 250

271 PAGE Spec # Officer Bar, Ambulance Commander Inspection: Individual inspection of each and every embroidered emblem is required. Each emblem must be inspected against three specifications and pass/fail determination must be made for each emblem. No random sampling inspection will be allowed. All emblems which fail to pass this individual inspection must be retained by the manufacturer for a period of three months after delivery of the entire order, and must be available for inspection by the purchaser. GENERAL: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY FURNISHED TO PROVIDE SATISFACTORY EMBLEMS FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that emblems are approved without prior inspection of completed sample emblems by and written authorization from the Fire Commissioner. Chicago Fire Department. MANUFACTURER; Schweizer Emblem Co. National Emblem Co Busse Highway 999 N. Elmhurst Rd. Park Ridge, Il Mt. Prospect, Il OR EQUAL 251

272 Line #081 CC Spec # OFFICER BAR, PARAMEDIC IN CHARGE DESCRIPTION: Patch is to be 3/8" x 1-1/8" rectangle. It shall contain the following materials: Base Twill Fabric, Buckram Backing and Polyvinyl Chloride Plastic Film Backing. MATERIALS: Background Material: Background material will be vat dyed 7 1/2oz. 65/35 polyester/cotton, 3/1 construction, cured and preshrunk. Mill seconds will not be acceptable. Color: #902 Silver Metallic #900 Black Fabric/Thread: Thread will be rayon yarn, continuous filament. The use of polyester thread shall not be permitted. Single thread stitching in the deniers and plys shall be used throughout. Threads may not buckle nor show underlay stitching when emblems are bent. Thread shall be colorfast. Thread shall be fast color and shall be approved by the International, U.S. Testing, or other independent testing agency for washability. Stitching: Stitch scale shall be sufficient density as to preclude bleeding (or see thru) of the background material. The stitch count shall be 780. There will be sufficient underlay stitching to give a three dimensional high-relief appearance of emblems. No stitch may be greater than ten millimeters in length. Emblems/Embroidering: Emblems shall be machine embroidered on embroidery machine with automats. All emblems shall be die cut with forged steel dies to the exact shape and geometry of the approved design. No distortion of the exterior shape of the emblems is allowable. Finishing: A seven mil polyvinyl chloride film sheet shall be bonded to the reverse side of the emblem before die cutting. Sufficient heat shall be applied to cause the film to melt, and bond to the fabric and bobbin threads. The film must be capable of withstanding temperatures in excess of 300 degree F. in an alkaline solution, and be non-soluble in all Commercial laundering fluids. Plastic film must be chloride retentive. A fine weave buckram must be spanned on the loom behind the background to stabilize it in the loom and to insure against looping of the front embroidery thread. WORKMANSHIP: No distortion of the exterior shape of the emblems is allowable. All emblems must show a clear cut execution, and must be clean, neatly made, with full tension on all threads, they must be capable of laying completely flat on a smooth surface. There must be no broken stitches in the emblems, nor may any stitches be out of proper alignment. No parts of the emblems 252

273 may be mended. PAGE Spec # OFFICER BAR, PARAMEDIC IN CHARGE Inspection: Individual inspection of each and every embroidered emblem is required. Each emblem must be inspected against three specifications and pass/fail determination must be made for each emblem. No random sampling inspection will be allowed. All emblems which fail to pass this individual inspection must be retained by the manufacturer for a period of three months after delivery of the entire order, and must be available for inspection by the purchaser. GENERAL: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY FURNISHED TO PROVIDE SATISFACTORY EMBLEMS FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that emblems are approved without prior inspection of completed sample emblems by and written authorization from the Fire Commissioner. Chicago Fire Department. MANUFACTURER: Schweizer Emblem Co. National Emblem Inc Busse Highway 999 N. Elmhurst Rd. Park Ridge, Il Mt. Prospect, Il OR EQUAL 253

274 Line #082 CC Spec # Lieut Capt. Patch, C. F. D. Bugles, Lieutenant & Captain DESCRIPTION: CONSTRUCTION: Patch is to be a 1" diameter disc It is to contain a single or double silver bugle(s) 5/8" tall and a red background with a 1/8 stitched border. Lieutenant has a single silver bugle Captain has double silver bugles Background Material: Background material will be first quality twill not mill seconds. The material must be a colorfast cotton/polyester mix (minimum 60% polyester/40% cotton),6 ½ to 7 ½ ounces per square yard, 2 ply yarn warp and filling. Material must be permanent press, cured and pre-shrunk. The background color is to be Rose color chart: Red WF116. Embroidery thread: Embroidery thread must be rayon yarn continuous filament regenerated cellulose type in a shift twist. Color to be Rose color chart. Red #701 Silver #902 Patch must contain not less than, 1056 stitches. Stitchscale Must be of sufficient density to prevent "bleeding"through of the background material color. There must be sufficient underlay stitching to give a full three dimensional appearance to the design. Single scale stitching is to be used throughout the patch. Border Merrow, overlock type, must consist of: Top portion - two separate ends of cotton, of cotton/polyesterin a matching color to the top portion of the overlock. Clear monofilament is not permitted. The overlocked border must be overrun a minimum of 3/8, and the end threads must be secured with tape or pulled through the entire length of the overrun. The color of the overlocked border is to be Rose color chart #902 silver mylar. Backing: A plastic film or plastic non-woven polyester/rayon blend must be bonded to the reverse side of the patch to coat all raised elements and give the patch firmness. Coating must be washable and dry cleanable. Workmanship: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. Inspecting: Inspection of every patch at time of manufacturer is required. 254

275 PAGE Spec # Lieut Capt. General: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. Manufacturer: Schweizer Emblem Co. National Emblem Inc Busse Highway 999 N. Elmhurst Rd. Park Ridge, Il Mt. Prospect, Il OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that patches are approved without prior inspection of completed sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. 255

276 Line #083 CC Spec # Patch, C.F.D. Engineer Description: Emblem to be in the shape of a rectangle measuring 2" across and 3/4" high. It is to contain the lettering ENGR (7/16" high). The entire background is to be fully embroidered, and the outer border is to be 1/16 stitched border. Construction: Background Material: Background material will be first quality twill - not mill seconds. The material must be a colorfast cotton/polyester blend (min. 60% polyester/ 40% cotton), 61/2 to 7 ½ ounces per square yard. 2 ply yarn warp and filling. Material must be permanent press, cured, and preshrunk. Material must be washable and dry cleanable. The material color is to be NAVY P.M.S. #282. Embroidery Thread: Embroidery thread must be rayon yarn continuous filament regenerated cellulose type, 2-ply in a twist. Colors are to be NAVY P.M. S#282, and SILVER METALLIC. Emblems must contain not less than 2119 stitches. Stitch scale must be of sufficient density to prevent "bleeding through of the background material color. There must be sufficient underlay stitching to give a three dimensional appearance to the design. Single scale stitching is to be used through the emblem. Backing: A plastic film must be heat-fused and bonded to the reverse side of the emblem to coat all raised elements and to give the emblem firmness. Plastic coating must be washable and dry-cleanable. Workmanship: The finished emblem must be cut to the exact shape of the approved design it cannot show broken stitches, stitches out of alignment, and also, it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, emblem shall not wrinkle or curl. Inspection of every emblem at time of manufacturer is required. General: All items, details of construction, or features not specifically mentioned, which are regularly furnished to provide satisfactory patches for the Chicago Fire Department shall be furnished by the manufacturer and shall conforming strength, quality of material and workmanship to that usually provided by the practices indicated in this specification. 256

277 PAGE Spec # Patch, C.F.D. Engineer Makers Specification Guarantee: No manufacturer or representative may suggest that patches are approved without prior inspection of completed sample patches by and written authorization form the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Schweizer Emblem Co. National Emblem Inc 1022 Busse Highway 999 N. Elmhurst Rd. Park Ridge, Il Mt. Prospect, Il OR EQUAL 257

278 Line #084 CC Spec # PATCH, AMERICAN/CHICAGO FLAG SILVER REFLECTIVE DESCRIPTION: CONSTRUCTION: Patch to be made in the shape of a round top shield measuring 4 3/4" at the widest and 3 3/4" at the highest point. It is to contain a crossed American Flag and Chicago City Flag (flagpoles - 2 3/4" long) and a vertical flame (2 7/8" high) in the center of the patch (see attached illustration). The flags and flame are to be embroidered and the Chicago City Flag and flame are to have a stitched outline. BACKGROUND MATERIAL: Background material will be first quality twill - not mill seconds. The material must be a colorfast cotton/polyester mix (minimum 60% polyester/40% cotton, 6 ½ to 7 ½ ounces per square yard, 2 ply yarn warp and filling. Material must be permanent press, cured and preshrunk. Material must be washable and dry cleanable. The background is to be 3M Silver Gray Reflective #9910 background. EMBROIDERED THREADS: Embroidered thread must be rayon yarn continuous filament regenerated cellulose type. Colors are to be: Red P.M.S. <ac,22>186 Sp. Dark Gold P.M.S. <ac,22>116 (Robinson-Anton <ac-fd>b73> Navy Blue P.M.S. <ac,22>282 Black Patch must contain not less than 7907 stitches. Stitch scale must be of sufficient density to prevent "bleeding" through of the background material color. There must be sufficient underlay stitching to give a full three dimensional appearance to the design. Single scale stitching is to be used throughout the patch. BORDER Merrow, overlock type. Color of the overlocked border is to be Red P.M.S. #186. BACKING: A plastic film of plasticized non-woven polyester/rayon blend must be bonded to the reverse side of the patch to coat all raised elements and give the patch firmness. WORKMANSHIP: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches, stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. 258

279 INSPECTION: Inspection of every patch at time of manufacturer is required. GENERAL: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED, WHICH ARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE AMERICAN/CHICAGO FLAG SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MANUFACTURER: Scheweizer Emblem Co. National Emblem Inc Busse Highway 999 N. Elmhurst Rd. Park Ridge, Il Mt. Prospect, Il OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that patches are approved without prior inspection of completed sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. 259

280 Line #085 CC Spec # PATCH C.F.D. MALTESE CROSS SILVER GREY REFLECTIVE BACKGROUND "PARAMEDIC" & FF EMT DESCRIPTION: CONSTRUCTION: Patch to be in the shape of a Maltese cross measuring 3 ½ inches at the widest and highest point. It is to contain the lettering "FIRE". (5/16" high) in the center of the upper wing, "DEPT". (5/16" high) in the center of the lower wing, the Fire Hydrant symbol in the center of the left wing, the Hook & Ladder symbol in the center of the right wing, and "CHICAGO" (½ high) across the center of the patch. The four wings of the Maltese cross are to be fully embroidered and bordered on the outer and inner edges with a 1/8" stitched border. The inner border will outline a 2" circle of open twill background. BACKGROUND MATERIAL: Background material will be first quality twill - not mill seconds. The material must be a colorfast cotton/polyester mix (minimum 60% polyester/40% cotton), 6 ½ to 7 ½ ounce per square yard, 2 ply yarn warp and filling. Material must be permanent press, cured and preshrunk. Material must be washable and dry cleanable. The background color is to be Silver Grey Reflective 3 M EMBROIDERY THREAD: Embroidery thread must be rayon yarn continuous filament regenerated cellulose type in a shiff twist. Colors are to be: White Red P.M.S. 186 Patch must contain not less than 5,100 stitches, 12,900 revolutions. Stitch scale must be of sufficient density to prevent "bleeding" through of the background material color. There must be sufficient underlay stitching to give a full three dimensional appearance to the design. Single scale stitching is to be used throughout the patch. BACKING: A plastic film or plasticized non-woven polyester/rayon blend must be bonded to the reverse side of the patch to coat all raised elements and give the patch firmness. Coat must be washable and dry cleanable 260

281 PAGE Spec # PATCH C.F.D. MALTESE CROSS SILVER GREY REFLECTIVE BACKGROUND "PARAMEDIC" & FF EMT WORKMANSHIP: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches, stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. INSPECTION: Inspection of every patch at time of manufacture is required. GENERAL: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED, WHICH ARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MANUFACTURER: Schweizer Emblem Company National Emblem Inc. 999 N. Elmhurst Rd Busse Highway Mt. Prospect, Il Park Ridge, Il OR EQUAL MAKERS SPECIFICATION GUARANTEE No manufacturer or representative may request that patches are approved without prior inspection of completed sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. 261

282 Line #086 CC Spec # EMBLEM. C.F.D. BUGLES, NAVY BLUE BACKGROUND, CHIEF OFFICER THRU FIRE COMMISSIONER PARAMEDIC FIELD CHIEF DESCRIPTION: CONSTRUCTION: Patch is to be a 4" diameter disc. It is to contain two bugles for Commander, Field Chief and Battalion Chief, three bugles for Deputy District Chief, four bugles for District Chief and five bugles for Asst. Deputy Fire Commissioner, Deputy Fire Commissioner and Fire Commissioner (lettering shall be 3/8" high). Bugles shall be 2 3/4" tall with a navy blue background and a 5/8" stitched border. Background Material: Background material will be of factory first quality twill - not mill seconds. The material must be vat dyed 65/35 [polyester/ cotton, 3/1 construction, cured and pre-shrunk (resin impregnated and oven cured). Tensile strength shall be in the range of 250/120, thread count shall be included. The background color is to be navy blue. Embroidery Thread: Embroidery thread must be rayon yarn, finest quality continuous filament regenerated cellulose type in deniers specified above. The use of polyester thread shall not be permitted. Color is to be Gold. Gold PMS #114C Stitch scale must be of sufficient density as to preclude the "bleeding" (or see through) of the background material, and uneven matting (register) of color elements. There must be a sufficient underlay stitching to give a full three dimensional high relief appearance to the emblems. No stitch may be greater than ten millimeters in length. Double thread or any thread of different deniers of plys will not be permitted in any part of the emblems. Single thread stitched in deniers and plys shall be used throughout. Border: Merrow, overlock type, must consist of: Top portion - the overlook merrow edges shall consist of seven separate threads: five 150/2 denier rayon threads for the top (or front) portion of the edges. Bottom portion - Two 20/2 denier cotton threads for the underneath ( or backside) for the emblems. Less than seven threads in the edges, as herein specified, or the use of nylon or any polyester thread in any part of the edges will not be permitted, The overlocked merrow edges shall be overrun a minimum of 3/8", and the seven end threads shall not be pulled through the entire length of the overrun to prevent a double thickness. Threads shall be pasted down, or fused into or onto the plastic fill backing. Each density shall be at least nineteen (19) threads per inch. 262

283 PAGE Spec # EMBLEM. C.F.D. BUGLES, NAVY BLUE BACKGROUND, CHIEF OFFICER THRU FIRE COMMISSIONER PARAMEDIC FIELD CHIEF Backing/Finishing: A seven mil polyvinyl chloride film sheet be bonded to the reverse side of the emblem before final cutting. Sufficient head shall be applied to the case the film to melt, and bond to the fabric and bobbins threads. The film must be capable of withstanding temperature in excess of 300 degrees F. in an alkaline solution, and must be non-soluble in all commercial laundering fluids. The plastic film must be chlorine retentive, nor emit toxic gases when subjected to heat. The film shall be applied in such a manner as to prevent the crushing flattening or depressing of the three-dimensionality or high-relief of the embroidery, caused by the application of pressure during the bonding process The film backing must completely engulf all the raised elements on the reverse (back) side of the emblems, and fill all depressions. Emblems: Emblems shall be die cut with forged steel dies to the exact shape and geometry of the approved design. Emblems shall be machined embroidered on embroidery machines with automats, A fine weave buckram must be spanned on the loom behind the background to stabilize it in the loom and to insure against looping of the front embroidery threads Fabric & Thread: All material shall be tested for e=weight of material, tensile strength, thread count and washability by the International Fabricare Institute, U.S. Testing or other similar independent, qualified testing agency and bear the agency s approval. Workmanship: The finished patch must be cut to the exact shape of the approved design. It cannot show broken stitches, stitches out of alignment, and it shall have full tension on all threads. There shall be no fraying or unraveling of the embroidered material. After proper attachment and cleaning, patch shall not wrinkle or curl. Inspection: Individual inspection of each and embroidered emblem is required. Each emblem must be inspected against these specifications and pass/fail determination must be made for each emblem. No random sampling inspection will be allowed. All emblems which fail to pass this individual inspection must be retained by the manufacturer for a period of three months after delivery of the entire order, and must be available for inspection by the purchaser. 263

284 PAGE Spec # EMBLEM. C.F.D. BUGLES, NAVY BLUE BACKGROUND, CHIEF OFFICER THRU FIRE COMMISSIONER PARAMEDIC FIELD CHIEF General: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED., WHICH ARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION. MANUFACTURER: National Emblem Co. Schweizer Emblem Co. 999 N. Elmhurst Rd Busse Highway Mt Prospect, Il Park Ridge, Il OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that patches are approved without prior inspection of completed sample patches by and written authorization from the Fire Commissioner, Chicago Fire Department. 264

285 CC SEE BELOW 2013 Spec # ALTERATION OF COMMISSARY ISSUED ARTICLES OF WEAR. PURPOSE: GENERAL DESCRIPTION: To provide for the refurbishment of serviceable articles of wear which have been returned to the Department Clothing Commissary as necessitated by a member s retirement, reassignment or change in rank or title. Articles of wear, when alterations are made they will be re-issued in conformance with commissary procedures. Said alterations shall prove more cost effective than the issuance of new like items. Articles of wear in the station/work, modified dress, dress and protective clothing categories. Said article include but may not be limited to; Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF EMBLEMS ON SHIRTS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF EMBLEMS ON COATS AND JACKETS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF BUTTONS ON SHIRTS AND TROUSERS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF BUTTONS ON DRESS COATS, TOP COATS, AND MODIFIED DRESS JACKETS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SEAM REPAIR ON SHIRTS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SEAM REPAIR ON TROUSERS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SEAM REPAIR ON COATS AND TOPCOATS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SEAM REPAIR ON JACKETS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF ZIPPERS ON MODIFIED DRESS JACKETS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF ZIPPERS ON TROUSERS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - REPLACEMENT OF SNAPS, MEETING SPEC. NO

286 PAGE Spec # ALTERATION OF COMMISSARY ISSUED ARTICLES OF WEAR. Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - SHORTENING DRESS JACKET HEM, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - LENGTHENING OR SHORTENING JACKET SLEEVES, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - APPLICATION OF SERVICE STARS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - APPLICATION OF SERVICE BARS, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - ALTERATION OF TROUSER WAIST, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - ALTERATION OF TROUSER CUFF LENGTH, MEETING SPEC. NO Line # ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING - APPLICATION OF BUGLE PATCHES, MEETING SPEC. NO Budgetary constraints and responsible fiscal management, allows the City of Chicago Fire Department the option of refurbishment and re-issue. 266

287 Line #105 CC Spec # A REFURBISHMENT OF: HELMET, STRUCTURAL F.F., CHICAGO STYLE MODEL 880, CAIRNS & BROTHER A GENERAL DESCRIPTION: REQUIREMENTS: REFURBISHMENT of HELMET: Structural fire fighter; as described in Chicago Fire Department Specifications No and No SPECIFICALLY: Model 880, Century manufactured by Cairns and Brother, 60 Webro Road, Clifton, N.J Said refurbishment to include the installation, replacement or repair of any or all of the following listed helmet components. Components shall be bid separately showing cost of time and materials; and again showing cost of repair where no materials are used. COMPONENT: A. Cairns & Brother Part No. R98ELN: CUSHION LINER WITH NOMEX EARFLAPS AUTHORIZATIONS/RESTRICTIONS: All parts used in the refurbishment shall-be those of the helmet manufacturer; Cairns & Brother. Estimates shall be submitted for approval for helmets requiring extensive repairs prior to repair. Check with: MSA Mine Safety Appliances Co PO Box 426 Pittsburgh, Pa

288 Line #106 CC Spec # B REFURBISHMENT OF: HELMET, STRUCTURAL F.F., CHICAGO STYLE MODEL 880, CAIRNS & BROTHER B GENERAL DESCRIPTION: REQUIREMENTS: REFURBISHMENT of HELMET: Structural fire fighter; as described in Chicago Fire Department Specifications No and No SPECIFICALLY: Model 880, Century manufactured by Cairns and Brother, 60 Webro Road, Clifton, N.J Said refurbishment to include the installation, replacement or repair of any or all of the following listed helmet components. Components shall be bid separately showing cost of time and materials; and again showing cost of repair where no materials are used. COMPONENT: B. SUSPENSION SYSTEM: Cairns & Brother Part No. M100 AUTHORIZATIONS/RESTRICTIONS: All parts used in the refurbishment shall-be those of the helmet manufacturer; Cairns & Brother. Estimates shall be submitted for approval for helmets requiring extensive repairs prior to repair. Check with: MSA Mine Safety Appliances Co PO Box 426 Pittsburgh, Pa

289 Line #107 CC Spec # C REFURBISHMENT OF: HELMET, STRUCTURAL F.F., CHICAGO STYLE MODEL 880, CAIRNS & BROTHER C GENERAL DESCRIPTION: REQUIREMENTS: REFURBISHMENT of HELMET: Structural fire fighter; as described in Chicago Fire Department Specifications No and No SPECIFICALLY: Model 880, Century manufactured by Cairns and Brother, 60 Webro Road, Clifton, N.J Said refurbishment to include the installation, replacement or repair of any or all of the following listed helmet components. Components shall be bid separately showing cost of time and materials; and again showing cost of repair where no materials are used. COMPONENT: C. CHINSTRAP: Nylon two-piece chinstrap with postman s slide. Cairns & Brother Part No. C922 AUTHORIZATIONS/RESTRICTIONS: All parts used in the refurbishment shall-be those of the helmet manufacturer; Cairns & Brother. Estimates shall be submitted for approval for helmets requiring extensive repairs prior to repair. Check with: MSA Mine Safety Appliances Co PO Box 426 Pittsburgh, Pa

290 Line #108 CC Spec # B REFURBISHMENT OF: HELMET, STRUCTURAL F.F. CAIRNS, B GENERAL DESCRIPTION: REQUIREMENTS: REFURBISHMENT OF: Helmet, structural firefighter as described in Chicago Fire Department Specifications No and No SPECIFICALLY: Model Cairns 1044, Cairns Mfg. Inc. Refurbishment to include the installation, replacement of repair of any or all of the following listed helmet components. Component s shall be bid separately; and again showing cost of repair where no materials are used. COMPONENT: B. CHINSTRAP: Nomex with QRB and postman slide NoC922. RESTRICTIONS: AUTHORIZATIONS: All parts used in the refurbishment shall be those of the helmet manufacturer: Cairns Mfg. Estimates shall be submitted for approval for helmets requiring extensive repairs prior to repair. Check With: MSA Mine Safety Appliance Co. PO Box 426 Pittsburgh, Pa

291 Line #109 CC Spec # C REFURBISHMENT OF: HELMET, STRUCTURAL F.F. CAIRNS, C GENERAL DESCRIPTION: REQUIREMENTS: REFURBISHMENT OF: Helmet, structural firefighter as described in Chicago Fire Department Specifications No and No SPECIFICALLY: Model Cairns 10144, Cairns Mfg. Inc. Refurbishment to include the installation, replacement of repair of any or all of the following listed helmet components. Component s shall be bid separately; and again showing cost of repair where no materials are used. COMPONENT: C. LINER: Standard Flannel Headband and ratchet Liner No.LK28 RESTRICTIONS: AUTHORIZATIONS: All parts used in the refurbishment shall be those of the helmet manufacturer: Cairns Mfg. Estimates shall be submitted for approval for helmets requiring extensive repairs prior to repair. Check With: MSA Mine Safety Appliance Co. PO Box 426 Pittsburgh, Pa

292 Line #110 CC Spec # D REFURBISHMENT OF: HELMET, STRUCTURAL F.F. CAIRNS, D GENERAL DESCRIPTION: REQUIREMENTS: REFURBISHMENT OF: Helmet, structural firefighter as described in Chicago Fire Department Specifications No and No SPECIFICALLY: Model Cairns 1044, Cairns Mfg. Inc. Refurbishment to include the installation, replacement of repair of any or all of the following listed helmet components. Component s shall be bid separately; and again showing cost of repair where no materials are used. COMPONENTS: D. EARFLAP: Nomex Earflap No. L655X RESTRICTIONS: AUTHORIZATIONS: All parts used in the refurbishment shall be those of the helmet manufacturer: Cairns Mfg. Estimates shall be submitted for approval for helmets requiring extensive repairs prior to repair. Check With: MSA Mine Safety Appliance Co. PO Box 426 Pittsburgh, Pa

293 Line #111 CC Spec # Black Red Blue ROSETTE, DRESS UNIFORM CAP BLACK, RED AND BLUE DESCRIPTION: Circular velvet covered disc, worn as background for various insignias. MATERIALS: FORM: Label, metal rimmed cardboard 2 1/4" in diameter. 316 COVERING: Crushed velvet, black, red or blue circular 3 1/4" in diameter. ADHESIVE: Fabric glue, Sobo Mfg. Co. or equal. Dennision No. Sl-14- CONSTRUCTION: MANUFACTURER: Label to be enwrapped in crushed velvet, secured by fabric glue and invisible stitching. To have smooth pucker-free appearance. To be individually packaged in clear plastic or bags. Manufactured in House by Contractor (Vendor) OR EQUAL AUTHORIZATION/ RESTRICTIONS: Black Rosettes authorized for all Fire Department Officer ranks with the exception of: (A) Officers assigned to Truck Companies will wear Red. (B) Officers assigned to Squad Companies will wear Blue. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that insignia are approved without prior inspection of completed sample insignia by and written authorization from the Fire Commissioner, Chicago Fire Department. 273

294 Line #112 CC Spec # White Navy SHIRT, DRESS UNIFORM, LONG SLEEVE, FEMALE, WHITE AND NAVY DESCRIPTION: Female version of the male fire and ems long sleeve dress uniform shirt (see spec # ). Design and dimensions altered to meet female proportions. Color: White and Navy. MATERIALS: Fabric: Basic fabric to be 65% polyester and 35% combed cotton poplin. Fabric to have a soil release finish. 4 to 4½ oz. to the square yard. Buttons: Thermo setting polyester or melamine, size 20 ligne, color to match fabric. Thread: Dacron core thread, color to match fabric. Collar Stays: The collar stays shall be made of good quality Stalar vinyl, 3 1/4" length and 3/8" width. CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket and general style will conform to this specification. It is imperative that this garment be constructed according to the principles set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after shirt has been laundered and to give best durable press performance. Shirts to have permanently stitched in military creases. Front: The right front shall have a center facing 1½ wide extending from collar stand to bottom of shirt and be made of the same material as the shirt fabric with two rows of stitching 7/8" apart. The center front shall contain five (5) vertical buttonholes placed 3/4" from edge with the 1st. buttonhole 3 down from neck and the balance 3 ½" apart. The button stand, 7/8" wide, shall be self-lined and placed on left side extending from collar stand to bottom of shirt. Buttons shall be securely attached to the button stand and shall correspond to the buttonholes on the center facing. Back: Back yoke to be composed of a double thickness of material with outside yoke top stitched. 274

295 PAGE Spec # White Navy SHIRT, DRESS UNIFORM, LONG SLEEVE, FEMALE, WHITE AND NAVY Sleeves: To be straight and whole. The cuffs are to be 2-5/8 width and to have two buttons on one end, and one buttonhole on the other to allow for adjusting the cuff size. There is to be a single stitch 7/16" from top of cuff. The sleeve opening shall measure 3-7/8" from top of cuff. The facing for this opening is to be 1" wide. The sleeves must be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well. Collar: The shape and style of both leaf and stand shall conform to the TT111 Collar. The points, medium spread, are to be approximately 3 1/4" length. The back of the stand is to measure 1 ½. The collar is to be stitched 1/4" from edge. Permanent collar stays of proper length are to be sewn inside collar at a 30 degree angle with no stitches made through bottom leaf. The stand shall fasten with one button. Interlining: Collar and top center to be lined with 100% Dacron. Band and cuffs to be 375 weight mello press. Pockets: The right and left pockets to have mitered corners and shall finish 4 ½" wide and 4½ long. The pockets are to have 11/4" box pleat stitched top and bottom to prevent spreading. The left pocket to have an imitation clip cornered flap sewn to the top and sides of the pocket so that the overall length of flap and pocket is 4 ½ wide x 5 1/4" long. There shall be a buttonhole and button sewn on the flap. The pocket shall have an inside pencil compartment 1½ wide, made by sewing a separate piece of self goods to shirt front. There shall be a-1" strip of velcro sewn at the top of the pocket slightly off center with the matching component sewn to the shirt front. Flaps: The right flap shall be clip cornered to finish 4 5/8" length. Flap to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The pockets and flaps shall be single stitched on the edge. There shall be a button sewn to pocket with corresponding button hole sewn in pocket flap. Pockets and pocket flaps to be die creased to give uniform shape and size. Permanent Military Creases: Shirts to have five (5) permanently stitched in military creases. One crease in each front to be centered vertically through the pocket and flap and extending from hem to joining seam. Three (3) vertical creases in back; middle crease on center back line, side back creases spaced equally from center crease. 275

296 PAGE Spec # White Navy SHIRT, DRESS UNIFORM, LONG SLEEVE, FEMALE, WHITE AND NAVY Patches, Shoulder: American/Chicago Flag patch (as per C.F.D. Spec. No ) shall be sewn l below the right sleeve head using the center of the yoke as the "center line". Patch to meet the requirements of referenced specification. Chicago Fire Department Maltese Cross Patch (as per C.F.D. Spec. No , , & ) shall be sewn 1" below the left sleeve head using the center of the yoke as the "center line". Patch to meet their requirements of the referenced specification. Shirts shall include patches with sewing! Sizes: All sizes shall conform to the best commercial practices. Shirts shall be readily available in a full range of sizes. Pressing: Component parts must be pressed on hot-head machines; finished shirts to be folded and hand pressed. Size Marking: Neck size and sleeve length shall be marked with indelible ink on inside of collar stand and on outside of left front tail. Labels: A label or permanent marking indicating cleaning/washing information shall be sewn to or printed on each garment MAKERS SPECIFICATIONS GUARANTEE LABEL: A label meeting the requirements of the Chicago Fire Department Specification # indicating manufactures compliance to specification shall be sewn under the right pocket flap. MANUFACTURER: Leventhal Bros-Co. Elbeco 36 Maple Pl. One Wide Awake Lane Manhasset, NY Reading, Penn. OR EQUAL No manufacturer or representative may suggest that shirts are approved without prior inspection of completed sample shirts by and written authorization from the Fire Commissioner, Chicago Fire Department. 276

297 Line #113 CC Spec # White SHIRT, DRESS UNIFORM, SHORT SLEEVE, MALE, WHITE DESCRIPTION: Form fitting, military with pleated pockets and military creases. COLOR: White MATERIALS: FABRIC: Basic fabric to be 65% polyester and 35% combed cotton poplin Fabric to have a soil release finish, 4 to 4 ½ oz. to the square yard. BUTTONS: Thermo setting polyester or Melamine size 20 ligne, color to match fabric. THREAD: Spun polyester or polyester core or dacron core thread of suitable size and stabilized to provide pucker free stitching shall be used. Thread should be equal to either Coats & Clark Trident size #50, or Dual Duty size #70/40. COLLAR STAYS: Collar stays shall be made of good or quality Stalar vinyl 2 1/4" in length and 3/8" in width. CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket and general style will conform to this specification. Tail lengths to be 33" front and back. It is imperative that this garment be constructed according to the principles set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after shirt has been laundered and to give best durable press performance. Shirts to have five (5) permanent military creases, one crease in each front extending from hem to joining seam. Military pockets will not be sewn into pockets. Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease. Creases to be stitched in shirt. STITCHING: Seams - Edge stitching, and all other stitching, to be not less than 10 stitches per inch. CUTTING: Collars, pockets and flaps are to be die cut to ensure uniformity. 277

298 PAGE Spec # White SHIRT, DRESS UNIFORM, SHORT SLEEVE, MALE, WHITE FRONT: Plain military style. Each front shall have a facing 3 ½" wide at the neck tapering to 1 ½" at the bottom of the shirt, provided by a turn under of the material. Facing at collar must have a smooth appearance when shirt is worn at neck. The left front shall contain six vertical buttonholes located 3/4" from edge; the first buttonhole 3 ½" below neckline, and remaining to be spaced 3 ½" apart on center buttons to be strongly attached through two thicknesses of material forming right front and shall correspond in location to each buttonhole. BACK: Back yoke to be composed of a double thickness of material with outside yoke top stitched. Depth of yoke to be 2 ½". SLEEVES: Sleeves are to be straight and whole and have a 3/4"hem. Sleeve to finish 9 ½" to 9 1/4" as measured from shoulder seam to hem; 6" to 6 1/4" inseams. Sleeves to be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the seam. This same stitch must be used on the side closing seams as well. Sleeve circumference be proportionate to shirt dimensions. COLLAR: Convertible collar shall be one piece and to measure 3" long at points and 1 5/8" wide at back. The collar is to be single stitches 3/16" from edge. Collar to be interlined with fusible lining material. Collar shall be made with permanent collar stays set in middle of collar. There must be tie space of approximately 1/4" when the collar is buttoned. POCKETS: Two breast pockets measuring 5 5/8" wide x 6 1/4" lone with 1 ½" sewn-in box pleats. Lower pocket corners to be mitered. The left pocket flap shall be sewn to the top of the pocket be means of a double row of stitching 1/4" apart. Finished pocket flaps shall measure 5 3/4" wide x 2 3/8" high. Left pocket to remain open as pocket flap is for appearance only. The left pocket shall have a pencil holder built in made of self goods 4" long x 1 3/4" wide at top and 1" wide at bottom; sewn with single needle stitch to shirt front prior to setting pocket. Top of pocket to be positioned approximately 1" above the bottom of the armholes and centered on military creases. Right pocket flap sewn to shirt front approximately 1/4" above pocket by means of double row of stitching spaced 1/4" apart. Pocket to be secured by button/buttonhole. Pocket and flaps shall be single stitched on the edge. Mitered corners on pockets and flaps shall match. Left pocket secured by means of velcro device sewn to pocket and shirt front, top center. A nonfunctional button and buttonhole shall be sewn to left pocket flap. Location to mirror that of right pocket flap. All pockets and flaps shall be single stitched on the edge 278

299 . PAGE Spec # White SHIRT, DRESS UNIFORM, SHORT SLEEVE, MALE, WHITE Pockets and pocket flaps to be die creased to give uniform shape and size. BADGE TAB: To be reinforced on inside of the shirt by means of a strip of material 1 ½" wide, stitched and folded so that no raw edges show. The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke. There shall be an extra strip attached to the back of the reinforcement strip; the top to be tacked midway down from the joining seam and the bottom caught in the velcro setting stitch. There shall be two (2) round embroidered eyelets 1" apart with the bottom eyelet 1" above the left pocket. These eyelets shall be through the front and main reinforcement strip only. NAMEPLATE: To have a double self goods reinforcement strip, tacked at the ends only, inside the shirt, stitched and folded so that no raw edges show. There shall be two (2) round embroidered eyelets 1 5/8" apart, on a horizontal plane, centered 3/4" above right flap. These eyelets shall be through the front and one ply of the reinforcement only. PATCHES/SHOULDER: American/Chicago Flag Patch (as per C.F.D. Spec. NO ) shall be sewn 1" below the right sleeve head using the center of the yoke as the 'center line". Patch to meet the requirements of reference specification. Chicago Fire Dept. Maltese Cross Patch (as per C.F.D. Spec. # , , , ) shall be sewn below the left sleeve head using the center of the yoke as the "center line". Patch to meet the requirements of the referenced specification. Shirts shall include patches with sewing! SIZES: All sizes shall conform to the best commercial practices. Shirts shall be readily available in a full range of sizes. SIZE MARKING: Neck size shall be marked with indelible ink on inside of collar stand and on outside of left front tail and separate label affixed to the manufacturers label inside of collar stand. PRESSING: Component parts must be pressed on hot-head machines; finished shirts to be folded and hand pressed. LABELS: A label or permanent marking indicating cleaning/washing information shall be sewn to or printed on each garment. 279

300 PAGE Spec # White SHIRT, DRESS UNIFORM, SHORT SLEEVE, MALE, WHITE MANUFACTURER: Elbeco Leventhal Bros. Co One Wide Awake Lane 36 Maple Pl. Reding, Penn. Manhansset, N.Y. OR EQUAL MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department Specification # indicating manufacturer s compliance to specification shall be sewn under the right flap. No manufacturer or representative may suggest that shirts are approved without prior inspection of completed sample shirts by an authorization from the Fire Commissioner, Chicago Fire Department. 280

301 Line #114 CC Spec # Navy SHIRT, DRESS UNIFORM, SHORT SLEEVE, MALE, NAVY DESCRIPTION: Form fitting, military with pleated pockets and military creases. COLOR: Navy MATERIALS: FABRIC: Basic fabric to be 65% polyester and 35% combed cotton poplin Fabric to have a soil release finish, 4 to 4 ½ oz. to the square yard. BUTTONS: Thermo setting polyester or Melamine size 20 ligne, color to match fabric. THREAD: Spun polyester or polyester core or dacron core thread of suitable size and stabilized to provide pucker free stitching shall be used. Thread should be equal to either Coats & Clark Trident size #50, or Dual Duty size #70/40. COLLAR STAYS: Collar stays shall be made of good or quality Stalar vinyl 2 1/4" in length and 3/8" in width. CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket and general style will conform to this specification. Tail lengths to be 33" front and back. It is imperative that this garment be constructed according to the principles set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after shirt has been laundered and to give best durable press performance. Shirts to have five (5) permanent military creases, one crease in each front extending from hem to joining seam. Military pockets will not be sewn into pockets. Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease. Creases to be stitched in shirt. STITCHING: Seams - Edge stitching, and all other stitching, to be not less than 10 stitches per inch. CUTTING: Collars, pockets and flaps are to be die cut to ensure uniformity. 281

302 PAGE Spec # Navy SHIRT, DRESS UNIFORM, SHORT SLEEVE, MALE, NAVY FRONT: Plain military style. Each front shall have a facing 3 ½" wide at the neck tapering to 1 ½" at the bottom of the shirt, provided by a turn under of the material. Facing at collar must have a smooth appearance when shirt is worn at neck. The left front shall contain six vertical buttonholes located 3/4" from edge; the first buttonhole 3 ½" below neckline, and remaining to be spaced 3 ½" apart on center buttons to be strongly attached through two thicknesses of material forming right front and shall correspond in location to each buttonhole. BACK: Back yoke to be composed of a double thickness of material with outside yoke top stitched. Depth of yoke to be 2 ½". SLEEVES: Sleeves are to be straight and whole and have a 3/4"hem. Sleeve to finish 9 ½" to 9 1/4" as measured from shoulder seam to hem; 6" to 6 1/4" inseams. Sleeves to be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the seam. This same stitch must be used on the side closing seams as well. Sleeve circumference be proportionate to shirt dimensions. COLLAR: Convertible collar shall be one piece and to measure 3" long at points and 1 5/8" wide at back. The collar is to be single stitches 3/16" from edge. Collar to be interlined with fusible lining material. Collar shall be made with permanent collar stays set in middle of collar. There must be tie space of approximately 1/4" when the collar is buttoned. POCKETS: Two breast pockets measuring 5 5/8" wide x 6 1/4" lone with 1 ½" sewn-in box pleats. Lower pocket corners to be mitered. The left pocket flap shall be sewn to the top of the pocket be means of a double row of stitching 1/4" apart. Finished pocket flaps shall measure 5 3/4" wide x 2 3/8" high. Left pocket to remain open as pocket flap is for appearance only. The left pocket shall have a pencil holder built in made of self goods 4" long x 1 3/4" wide at top and 1" wide at bottom; sewn with single needle stitch to shirt front prior to setting pocket. Top of pocket to be positioned approximately 1" above the bottom of the armholes and centered on military creases. Right pocket flap sewn to shirt front approximately 1/4" above pocket by means of double row of stitching spaced 1/4" apart. Pocket to be secured by button/buttonhole. Pocket and flaps shall be single stitched on the edge. Mitered corners on pockets and flaps shall match. Left pocket secured by means of velcro device sewn to pocket and shirt front, top center. A nonfunctional button and buttonhole shall be sewn to left pocket flap. Location to mirror that of right pocket flap. All pockets and flaps shall be single stitched on the edge 282

303 . PAGE Spec # Navy SHIRT, DRESS UNIFORM, SHORT SLEEVE, MALE, NAVY Pockets and pocket flaps to be die creased to give uniform shape and size. BADGE TAB: To be reinforced on inside of the shirt by means of a strip of material 1 ½" wide, stitched and folded so that no raw edges show. The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke. There shall be an extra strip attached to the back of the reinforcement strip; the top to be tacked midway down from the joining seam and the bottom caught in the velcro setting stitch. There shall be two (2) round embroidered eyelets 1" apart with the bottom eyelet 1" above the left pocket. These eyelets shall be through the front and main reinforcement strip only. NAMEPLATE: To have a double self goods reinforcement strip, tacked at the ends only, inside the shirt, stitched and folded so that no raw edges show. There shall be two (2) round embroidered eyelets 1 5/8" apart, on a horizontal plane, centered 3/4" above right flap. These eyelets shall be through the front and one ply of the reinforcement only. PATCHES/SHOULDER: American/Chicago Flag Patch (as per C.F.D. Spec. NO ) shall be sewn 1" below the right sleeve head using the center of the yoke as the 'center line". Patch to meet the requirements of reference specification. Chicago Fire Dept. Maltese Cross Patch (as per C.F.D. Spec. # , , , ) shall be sewn below the left sleeve head using the center of the yoke as the "center line". Patch to meet the requirements of the referenced specification. Shirts shall include patches with sewing! SIZES: All sizes shall conform to the best commercial practices. Shirts shall be readily available in a full range of sizes. SIZE MARKING: Neck size shall be marked with indelible ink on inside of collar stand and on outside of left front tail and separate label affixed to the manufacturers label inside of collar stand. PRESSING: Component parts must be pressed on hot-head machines; finished shirts to be folded and hand pressed. LABELS: A label or permanent marking indicating cleaning/washing information shall be sewn to or printed on each garment. 283

304 PAGE Spec # Navy SHIRT, DRESS UNIFORM, SHORT SLEEVE, MALE, NAVY MANUFACTURER: Elbeco Leventhal Bros. Co One Wide Awake Lane 36 Maple Pl. Reding, Penn. Manhansset, N.Y. OR EQUAL MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department Specification # indicating manufacturer s compliance to specification shall be sewn under the right flap. No manufacturer or representative may suggest that shirts are approved without prior inspection of completed sample shirts by an authorization from the Fire Commissioner, Chicago Fire Department. 284

305 Line #115 CC Spec # White SHIRT, DRESS UNIFORM, SHORT SLEEVE, FEMALE, WHITE DESCRIPTION: Female version of the male Fire and EMS short sleeve dress uniform shirt (see spec # 19,0807), designed and dimensions altered to meet female proportions. COLOR: White MATERIALS: FABRIC: Basic fabric to be 65% polyester and 35% combed cotton poplin.fabric to have a soil release finish, 4 to 4 ½ oz. to the square yard. BUTTONS: Thermo setting polyester or Melamine size 20 ligne, color to match fabric. THREAD: Spun polyester or polyester core or dacron core thread of suitable size and stabilized to provide pucker free stitching shall be used. Thread should be equal to either Coats & Clark Trident size #50, or Dual Duty size #70/40. COLLAR STAYS: Collar stays shall be made of good or quality Stalar vinyl 2 1/4" in length and 3/8" in width. CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket and general style will conform to this specification. It is imperative that this garment be constructed according to the principles set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after shirt has been laundered and to give best durable press performance. Shirts to have five (5) permanent military creases, one crease in each front extending from hem to joining seam. Military pockets will not be sewn into pockets. Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease. Creases to be stitched in shirt. STITCHING: Seams - Edge stitching, and all other stitching, to be not less than 10 stitches per inch. CUTTING: Collars, pockets and flaps are to be die cut to ensure uniformity.. 285

306 PAGE Spec # White SHIRT, DRESS UNIFORM, SHORT SLEEVE, FEMALE, WHITE FRONT: Plain military style. Each front shall have a facing 3 ½" wide at the neck tapering to 1 ½" at the bottom of the shirt, provided by a turn under of the material. Facing at collar must have a smooth appearance when shirt is worn at neck. The left front shall contain six vertical buttonholes located 3/4" from edge; the first buttonhole 3 ½" below neckline, and remaining to be spaced 3 ½" apart on center. Buttons to be strongly attached through two thicknesses of material forming right front and shall correspond in location to each buttonhole BACK: Back yoke to be composed of a double thickness of material with outside yoke top stitched. Depth of yoke to be 2 ½". SLEEVES: Sleeves are to be straight and whole and have a 3/4"hem. Sleeve to finish 8 ½" to 8 1/4" as measured from shoulder seam to hem; 6" to 6 1/4" inseams. Sleeves to be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the seam. This same stitch must be used on the side closing seams as well. Sleeve circumference be proportionate to shirt dimensions. COLLAR: Convertible collar shall be one piece and to measure 3" long at points and 1 5/8" wide at back. The collar is to be single stitches 3/16" from edge. Collar to be interlined with fusible lining material. Collar shall be made with permanent collar stays set in middle of collar. There must be tie space of approximately 1/4" when the collar is buttoned. POCKETS: Two breast pockets measuring 4 ½" wide x 4 ½" long with 1 ½" sewn-in box pleats. Lower pocket corners to be mitered. The left pocket flap shall be sewn to the top of the pocket be means of a double row of stitching 1/4" apart. Finished pocket flaps shall measure 5 3/4" wide x 2 3/8" high. Left pocket to remain open as pocket flap is for appearance only. The left pocket shall have a pencil holder built in made of self goods 4" long x 1 3/4" wide at top and 1" wide at bottom; sewn with single needle stitch to shirt front prior to setting pocket. Top of pocket to be positioned approximately 1" above the bottom of the armholes and centered on military creases. Right pocket flap sewn to shirt front approximately 1/4" above pocket by means of double row of stitching spaced 1/4" apart. Pocket to be secured by button/buttonhole. Pocket and flaps shall be single stitched on the edge. Mitered corners on pockets and flaps shall match. Left pocket secured by means of velcro device sewn to pocket and shirt front, top center. A nonfunctional button and buttonhole shall be sewn to left pocket flap. Location to mirror that of right pocket flap. All pockets and flaps shall be single stitched on the edge. Pockets and pocket flaps to be die creased to give uniform shape and size. 286

307 PAGE Spec # White SHIRT, DRESS UNIFORM, SHORT SLEEVE, FEMALE, WHITE BADGE TAB: To be reinforced on inside of the shirt by means of a strip of material 1 ½" wide, stitched and folded so that no raw edges show. The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke. There shall be an extra strip attached to the back of the reinforcement strip; the top to be tacked midway down from the joining seam and the bottom caught in the velcro setting stitch. There shall be two (2) round embroidered eyelets 1" apart with the bottom eyelet 1" above the left pocket. These eyelets shall be through the front and main reinforcement strip only. NAMEPLATE: To have a double self goods reinforcement strip, tacked at the ends only, inside the shirt, stitched and folded so that no raw edges show. There shall be two (2) round embroidered eyelets 1 5/8" apart, on a horizontal plane, centered 3/4" above right flap. These eyelets shall be through the front and one ply of the reinforcement only. PATCHES/SHOULDER: American/Chicago Flag Patch (as per C.F.D. Spec. NO ) shall be sewn 1" below the right sleeve head using the center of the yoke as the 'center line". Patch to meet the requirements of reference specification. Chicago Fire Dept. Maltese Cross Patch (as per C.F.D. Spec. # , , , ) shall be sewn 1" below the left sleeve head using the center of the yoke as the "center line". Patch to meet the requirements of the referenced specification. Shirts shall include patches with sewing!. SIZES: All sizes shall conform to the best commercial practices. Shirts shall be readily available in a full range of sizes. SIZE MARKING: Neck size shall be marked with indelible ink on inside of collar stand and on outside of left front tail and separate label affixed to the manufacturers label inside of collar stand. PRESSING: Component parts must be pressed on hot-head machines; finished shirts to be folded and hand pressed. LABELS: A label or permanent marking indicating cleaning/washing information shall be sewn to or printed on each garment. 287

308 PAGE Spec # White SHIRT, DRESS UNIFORM, SHORT SLEEVE, FEMALE, WHITE MANUFACTURER: Elbeco Leventhal Bros. Co. One Wide Awake Lane 36 Maple Pl. Reding, Penn. Manhansset, N.Y. OR EQUAL MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department Specification # indicating manufacturer s compliance to specification shall be sewn under the right flap. No manufacturer or representative may suggest that shirts are approved without prior inspection of completed sample shirts by an authorization from the Fire Commissioner, Chicago Fire Department. 288

309 Line #116 CC Spec # Navy SHIRT, DRESS UNIFORM, SHORT SLEEVE, FEMALE, NAVY DESCRIPTION: Female version of the male Fire and EMS short sleeve dress uniform shirt (see spec # 19,0807), designed and dimensions altered to meet female proportions. COLOR: Navy MATERIALS: FABRIC: Basic fabric to be 65% polyester and 35% combed cotton poplin Fabric to have a soil release finish, 4 to 4 ½ oz. to the square yard. BUTTONS: Thermo setting polyester or Melamine size 20 ligne, color to match fabric. THREAD: Spun polyester or polyester core or dacron core thread of suitable size and stabilized to provide pucker free stitching shall be used. Thread should be equal to either Coats & Clark Trident size #50, or Dual Duty size #70/40. COLLAR STAYS: Collar stays shall be made of good or quality Stalar vinyl 2 1/4" in length and 3/8" in width. CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket and general style will conform to this specification. It is imperative that this garment be constructed according to the principles set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after shirt has been laundered and to give best durable press performance. Shirts to have five (5) permanent military creases, one crease in each front extending from hem to joining seam. Military pockets will not be sewn into pockets. Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease. Creases to be stitched in shirt. STITCHING: Seams - Edge stitching, and all other stitching, to be not less than 10 stitches per inch. CUTTING: Collars, pockets and flaps are to be die cut to ensure uniformity.. 289

310 PAGE Spec # Navy SHIRT, DRESS UNIFORM, SHORT SLEEVE, FEMALE, NAVY FRONT: Plain military style. Each front shall have a facing 3 ½" wide at the neck tapering to 1 ½" at the bottom of the shirt, provided by a turn under of the material. Facing at collar must have a smooth appearance when shirt is worn at neck. The left front shall contain six vertical buttonholes located 3/4" from edge; the first buttonhole 3 ½" below neckline, and remaining to be spaced 3 ½" apart on center. Buttons to be strongly attached through two thicknesses of material forming right front and shall correspond in location to each buttonhole BACK: Back yoke to be composed of a double thickness of material with outside yoke top stitched. Depth of yoke to be 2 ½". SLEEVES: Sleeves are to be straight and whole and have a 3/4"hem. Sleeve to finish 8 ½" to 8 1/4" as measured from shoulder seam to hem; 6" to 6 1/4" inseams. Sleeves to be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the seam. This same stitch must be used on the side closing seams as well. Sleeve circumference be proportionate to shirt dimensions. COLLAR: Convertible collar shall be one piece and to measure 3" long at points and 1 5/8" wide at back. The collar is to be single stitches 3/16" from edge. Collar to be interlined with fusible lining material. Collar shall be made with permanent collar stays set in middle of collar. There must be tie space of approximately 1/4" when the collar is buttoned. POCKETS: Two breast pockets measuring 4 ½" wide x 4 ½" long with 1 ½" sewn-in box pleats. Lower pocket corners to be mitered. The left pocket flap shall be sewn to the top of the pocket be means of a double row of stitching 1/4" apart. Finished pocket flaps shall measure 5 3/4" wide x 2 3/8" high. Left pocket to remain open as pocket flap is for appearance only. The left pocket shall have a pencil holder built in made of self goods 4" long x 1 3/4" wide at top and 1" wide at bottom; sewn with single needle stitch to shirt front prior to setting pocket. Top of pocket to be positioned approximately 1" above the bottom of the armholes and centered on military creases. Right pocket flap sewn to shirt front approximately 1/4" above pocket by means of double row of stitching spaced 1/4" apart. Pocket to be secured by button/buttonhole. Pocket and flaps shall be single stitched on the edge. Mitered corners on pockets and flaps shall match. Left pocket secured by means of velcro device sewn to pocket and shirt front, top center. A nonfunctional button and buttonhole shall be sewn to left pocket flap. Location to mirror that of right pocket flap. All pockets and flaps shall be single stitched on the edge. Pockets and pocket flaps to be die creased to give uniform shape and size. 290

311 PAGE Spec # Navy SHIRT, DRESS UNIFORM, SHORT SLEEVE, FEMALE, NAVY BADGE TAB: To be reinforced on inside of the shirt by means of a strip of material 1 ½" wide, stitched and folded so that no raw edges show. The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke. There shall be an extra strip attached to the back of the reinforcement strip; the top to be tacked midway down from the joining seam and the bottom caught in the velcro setting stitch. There shall be two (2) round embroidered eyelets 1" apart with the bottom eyelet 1" above the left pocket. These eyelets shall be through the front and main reinforcement strip only. NAMEPLATE: To have a double self goods reinforcement strip, tacked at the ends only, inside the shirt, stitched and folded so that no raw edges show. There shall be two (2) round embroidered eyelets 1 5/8" apart, on a horizontal plane, centered 3/4" above right flap. These eyelets shall be through the front and one ply of the reinforcement only. PATCHES/SHOULDER: American/Chicago Flag Patch (as per C.F.D. Spec. NO ) shall be sewn 1" below the right sleeve head using the center of the yoke as the 'center line". Patch to meet the requirements of reference specification. Chicago Fire Dept. Maltese Cross Patch (as per C.F.D. Spec. # , , , ) shall be sewn 1" below the left sleeve head using the center of the yoke as the "center line". Patch to meet the requirements of the referenced specification. Shirts shall include patches with sewing!. SIZES: All sizes shall conform to the best commercial practices. Shirts shall be readily available in a full range of sizes. SIZE MARKING: Neck size shall be marked with indelible ink on inside of collar stand and on outside of left front tail and separate label affixed to the manufacturers label inside of collar stand. PRESSING: Component parts must be pressed on hot-head machines; finished shirts to be folded and hand pressed. LABELS: A label or permanent marking indicating cleaning/washing information shall be sewn to or printed on each garment. 291

312 PAGE Spec # Navy SHIRT, DRESS UNIFORM, SHORT SLEEVE, FEMALE, NAVY MANUFACTURER: Elbeco Leventhal Bros. Co. One Wide Awake Lane 36 Maple Pl. Reding, Penn. Manhansset, N.Y. OR EQUAL MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department Specification # indicating manufacturer s compliance to specification shall be sewn under the right flap. No manufacturer or representative may suggest that shirts are approved without prior inspection of completed sample shirts by an authorization from the Fire Commissioner, Chicago Fire Department. 292

313 Line #117 CC Spec # Med Blue N Navy Blue SHIRT, WORK, SHORT SLEEVE, MED BLUE UNISEX FR (FLAME RETARDANT) General Description: Fabric: Sizing: Stitching: Collar: Front: A shirt designed for fire service applications to maximize the appearance and wear life potential of a fabric compliant with NFPA 1975, 2009 edition. The NOMEX IIIA Battalion Shirt is designed to assure absolute consistency of construction and fit. Shirt shall be manufactured with the following fabric to assure absolute consistency of color and performance. Fabric is vat dyed for ultimate color retention. Fabric content: 93% Nomex, 5% Kevlar and 2 % carbon. Weight: 4.5 oz./yd 2. Thread: Nomex. The NOMEX Shirt is fully graded such that all vital dimensions change according to neck and chest size. Sizes will be a graduated combination to assure a proper fit across the full range of fire fighter body types. All thread tension is evenly maintained to eliminate tight or loose stitching. All seam allowances are maintained so that there are no raw edges, run-offs, twists, pleats, or open seams. All seam ends secured by other seams and/or bar tacked no less than 1/4. The collar shall be a two piece dress style with 2 7/8" collar points sewn to a two piece 1 1/4 collar band. The collar shall be fully lined with a fusible woven liner and shall have permanent collar stays. The collar shall be topstitched for tailored appearance and shape retention. A 90 stitch horizontal buttonhole shall be positioned 3/4" from the end of the collar band and centered on the band. A 17 ligne button shall be sewn with 14 stitches 5/8" from the end of the collar band, centered on the band. The left front of the Nomex Bravo Shirt will have a 1-1/2" top center front placket. The placket will be fully lined with a #250 Dacron woven interlining. Placket buttonholes will be stitched horizontally with 90 stitches 3 1/2 apart. Non-woven or fusible interlings shall be cause for rejection. The right front shall have 1" wide inside finished facing that is sewn the full length of the front from the collar band to the bottom hem. On the right front shall be set six 17 ligne buttons, including the collar band, sewn with 14 stitches, spaced 3 1/2" apart, center to center. Pockets: There shall be two mitered-corner breast pockets with a 1/2" top hem and 3/8" inside creased edges. Each pocket shall be 5 1/2" wide and 5 3/4" deep with 1 3/8" mitered corners. A 1 1/2 box pleat will be centered on each pocket and stitched at top and bottom to prevent spreading. Top stitching shall be 1/16 from the edge to reduce puckering. Pocket shall close by 5/8 X 1 hook and loop tabs. 293

314 PAGE Spec # Med Blue N Navy Blue SHIRT, WORK, SHORT SLEEVE, MED BLUE UNISEX FR (FLAME RETARDANT) Pocket Flaps: There shall be cut flaps placed 1/2" above each pocket. The flaps shall be 5 3/4" long by 1" wide at the sides and 2 wide at the center. The right flap shall be 1/16" topstitch set; the left pocket flap shall be set with three 28 stitch bar tacks such that it is divided into a 1 1/2" wide pencil slot with the remainder set in top stitching. The corner of each flap shall have a 5/8 x 1 loop tab. A decorative (false) button shall be sewn with 14 stitches 1 3/8 down from the pocket top and entered thereon. Pocket flaps shall be fully lined with 250 Dacron. Pocket flaps without any interlining, non-woven or fusible interlings shall be cause for rejection. Identification: Each shirt shall receive an embroidered uniform name tape over each breast pocket. Uniform name tapes shall be composed of shirt fabric to ensure consistency in shading throughout the life of the garment. Each name tape shall measure 1 from top to bottom. Width of name tapes shall be equal to width of each pocket flap. Name tapes shall be applied directly above each pocket flap with the lower edge aligned with top edge of pocket flap. Side edges of each name tape shall align with side edges of pocket flaps. Name tapes shall be fused and folded on all sides so there are no raw edges. Name tape above wearer s left pocket shall be embroidered in white ½ block lettering with individual s rank. Name tape above wearer s right pocket shall be embroidered in white ½ block lettering with individual s last name. Sleeves: The sleeves shall be one-piece construction and shall be closed at the underarm and set into the shoulders with a double needle safety stitch. Short sleeves shall terminate in a 7/8" inside hem and be bar tacked for extra durability. Back, Yoke, and Shoulder: For long-term seam reliability and tailored appearance all seams shall be either felled, safety stitched, or safety stitched and then topstitched. The back shall be joined to the yoke by means of a double needle felled yoke seam. The yoke shall be 2 1/2" wide at the center neck and 2" wide at the armholes. The yoke shall join the shirt fronts with double needle felled shoulder seams. The back shall join the fronts at the sides by means of safety stitching. Military Creases: Shirts shall have five military creases. There will be three on the back and one on each front centered on the pocket button. The creases shall be permanently creased and stitched 1/16 through and through. Independent Third Party Certification And Labeling: All shirts will be labeled in accordance with Section of NFPA 1975, All shirts will bear all labels mandated by the Federal Trade Commission at the date of manufacture. All products must be listed as classified by Underwriter s Laboratories as being compliant with the requirements of NFPA Two Paxar labels shall be attached to front bottom approximately 1 up from hem. 294

315 PAGE Spec # Med Blue N Navy Blue SHIRT, WORK, SHORT SLEEVE, MED BLUE MALE FR (FLAME RETARDANT) COLLAR PATCHES: Shirt shall include any collar patches.,i.e. PIC, Amb. Cmdr., Engr., Lt, and Captain with sewing. PATCHES/SHOULDER: American/Chicago Flag Patch (as per C.F.D. Spec. NO ) shall be sewn 1" below the right sleeve head using the center of the yoke as the 'center line". Patch to meet the requirements of reference specification. Chicago Fire Dept. Maltese Cross Patch (as per C.F.D. Spec. # , , , ) shall be sewn 1" below the left sleeve head using the center of the yoke as the "center line". Patch to meet the requirements of the referenced specification. Shirts shall include patches with sewing!. SIZING: Shirt will be readily available in a full range of sizes. SIZE LABEL: Size label shall be sewn on the inside back yoke below the collar line. MANUFACTURERS GUARANTEE: Manufacturer must guarantee in writing, quality of workmanship. Any components such as zippers, buttons, snaps, or seam construction must be guaranteed against failure under normal use conditions. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that shirts are approved without prior inspection of completed trousers by and written authorization from the Fire Commissioner, Chicago Fire Department. MANUFACTURER: LION APPAREL OR EQUAL 295

316 Line #118 CC Spec # SHORT SLEEVE POLO SHIRT UNISEX, WHITE, BLACK & GRAY - (NON-FR) DESCRIPTION: STYLE: MATERIALS FABRIC: COLOR: BUTTONS: CONSTRUCTION COLLAR: Sleeve Pocket: Mic Slot: Mic Tab: Sleeves: A shirt designed for emergency service applications to maximize appearance and wear life. Short sleeve, knit shirt with self-material collar, 3 button clean finish placket. The 100% Cotton Interlock Polo Shirt shall be manufactured with the following fabric to assure consistency of color and textile performance. White, Black and Gray Front placket shall have three buttons of dress shirt style in size 17 ligne with four holes each. Black on Navy, White on White and Grey on Grey. The collar shall be a full-fashioned rib knit collar constructed of the same yarn as the body of the shirt. The collar shall be joined to the body by means of a lockstitch, which shall be covered with a self-fabric tape and reinforced with two rows of lock stitching to reduce thread wear and chafing to the wearer. Collars shall be commercially color-matched and graded to the size of the shirt There shall be one double pen slots pocket centered in the middle of each sleeve. The pocket opening shall be a ¼ double welt with 1/16 edge stitch reinforcement. Pocket opening shall measure ½ X 2. The pocket shall be 2 wide and 5 ¾ deep, set with a single needle lockstitch topstitching. Each shoulder shall have a ½ welt mic slot centered on shoulder seam. Each mic slot shall have 1/16 edge stitch reinforcement and the opening shall measure ½ X 1 ½. Center front placket shall have a ½ X 1 ½ mic tab secured with bar tacks at the bottom of the placket The sleeves shall be full cut of one-piece construction and shall close at the underarm and be set into the shoulders with a serge seam. Sleeves shall finish with a 1 wide hem, turned and double needle top stitched with inside coverstitch.opening. Back, Front, And Shoulder: Bottom Hem: SIZES: cut number on back. The front and back shall be attached at the side and shoulder seams with a serge stitch. A 1 hem shall be two needle sewn with an inside cover stitch around the entire bottom of the shirt to eliminate fraying. Various sizes to fit male and female body contour and care instruction and 296

317 PAGE Spec # SHORT SLEEVE POLO SHIRT UNISEX, WHITE, BLACK & GRAY - (NON-FR) Embroidery Line #1 Chicago Fire Line #2 Department The White shirt will have Red letters with a black out line. The Black shirt will have Red letters with a black out line. The Gray shirt will have Black letters with a white outline. MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of the Chicago Fire Department Specification No indicating manufacturer s compliance to the specification will be sewn on inside neck collar. AUTHORIZATION/RESTRICTIONS: To be worn by all operation personnel, wear limited to work uniform only. MANUFACTURER: Rubin Brothers 2211 S. Halsted Chicago, Il OR EQUAL 297

318 Line #119 CC Spec # LONG SLEEVE, SWEAT SHIRT, PULLOVER, UNISEX, NAVY Description: Full cut pullover sweatshirt, right side inverted chest pocket, rib knit cuffs and waistband and brass zipper consisting of materials meeting NFPA Standard 1975, current edition. Construction: Materials: Collar: In the "Station Wear" category. They are designed to be worn under protective clothing and as such will not contribute to firefighter injury nor will they in any manner lessen the effectiveness of the Firefighters protective clothing. NFPA Standard 1975: Chapters referenced herein are contained in the NFPA Standard 1975 "Standard/Work Uniforms for Firefighters" current edition. Style: Long sleeve, pullover style. Inverted chest pocket right side. Rib cuffs and rib bottom with brass automatic zipper. Convertible lay down/turtle neck collar. Seams/Stitching: Two side seam pockets with single needle 301 lock stitch-safety stitch (Stitch 504 Ssa-1) Pocket: 6" x 5" chest pocket - right side, pencil pocket inset into pocket. Two side seam free swing pockets. Sleeves: One piece long sleeve with rib knit cuff to be serged. Fabric: 95% cotton/5% polyester ash fleece ounce per sq. yd. 1 x 1 rib knit/100% cotton with lycra. Color: Navy Decoration: Chicago Fire Department embroidered letters to be 1" in height over left chest. Back of sweatshirt will be CFD logo centered 5" below collar between shoulders. Size Label: A permanent size label shall be sewn at the top rear neckline seam. 298

319 PAGE Spec # LONG SLEEVE, SWEAT SHIRT, PULLOVER, UNISEX, NAVY Specification Compliance Label: A label meeting the design of Chicago Fire Department Specification shall be permanently attached to the interior of the garment at base of collar. Size and Care Label: Authorization/Restrictions: Various sizes to fit male and female body contour and care instructions and cut number on back. To be worn by Fire Operation and Logistics personnel only, wear limited to work uniform only. Patch: Sweatshirts shall include any collar patches., i.e. PIC, Amb. Commr., Engr., Lt, and Captain with sewing. Product Certification Label: Manufacturer must provide documentation that all textile materials meet the requirements of NFPA Standard 1975, current edition in compliance of Chapter of said standard. MANUFACTURER: Rubin Brothers 2141 S. Halsted St. Chicago, Il OR EQUAL Makers Specification Label: Manufacturers label must be in compliance to the requirements of the Chicago Fire Department specifications and shall be attached to the garment. Location to be determined by the manufacturer. Manufacturers Guarantee: Manufacturers must guarantee in writing, quality of workmanship. No manufacturer or representative may suggest long sleeve sweat shirts are approved without prior inspection of completed sample long sleeve sweat shirts by authorization from the Fire Commissioner, Chicago Fire Department. 299

320 Line #120 CC Spec # LONG SLEEVE, SWEAT SHIRT, FULL ZIPPERED, UNISEX, NAVY Description: Zippered sweatshirt, right side inverted chest pocket, rib knit cuffs and waistband and brass zipper consisting of materials meeting NFPA Standard 1975, current edition. Construction: Materials: Collar: In the "Station Wear" category. They are designed to be worn under protective clothing and as such will not contribute to firefighter injury nor will they in any manner lessen the effectiveness of the Firefighters protective clothing. NFPA Standard 1975: Chapters referenced herein are contained in the NFPA Standard 1975 "Standard/Work Uniforms for Firefighters" current edition. Style: Long sleeve, pullover style. Inverted chest pocket right side. Rib cuffs and rib bottom with brass automatic zipper. Convertible lay down/turtle neck collar. Seams/Stitching: Two side seam pockets with single needle 301 lock stitch-safety stitch (Stitch 504 Ssa-1) Pocket: 6" x 5" chest pocket - right side, pencil pocket inset into pocket. Two side seam free swing pockets. Sleeves: One piece long sleeve with rib knit cuff to be serged. Fabric: 95% cotton/5% polyester ash fleece ounce per sq. yd. 1 x 1 rib knit/100% cotton with lycra. Color: Navy Decoration: Chicago Fire Department embroidered letters to be 1" in height over left chest. Back of sweatshirt will display Chicago Fire Department silk screened centered 5" below collar between shoulders. Size Label: A permanent size label shall be sewn at the top rear neckline seam. 300

321 PAGE Spec # LONG SLEEVE, SWEAT SHIRT, FULL ZIPPERED, UNISEX, NAVY Specification Compliance Label: A label meeting the design of Chicago Fire Department Specification shall be permanently attached to the interior of the garment at base of collar. Size and Care Label: Various sizes to fit male and female body contour and care instructions and cut number on back. Authorization/Restrictions: To be worn by Fire Operation and Logistics personnel only, wear limited to work uniform only. Patch: Sweatshirts shall include any collar patches., i.e. PIC, Amb. Commr., Engr., Lt, and Captain with sewing. Product Certification Label: Manufacturer must provide documentation that all textile materials meet the requirements of NFPA Standard 1975, current edition in compliance of Chapter of said standard. MANUFACTURER: Rubin Brothers 2141 S. Halsted St. Chicago, Il OR EQUAL Makers Specification Label: Manufacturers label must be in compliance to the requirements of the Chicago Fire Department specifications and shall be attached to the garment. Location to be determined by the manufacturer. Manufacturers Guarantee: Manufacturers must guarantee in writing, quality of workmanship. No manufacturer or representative may suggest long sleeve sweat shirts are approved without prior inspection of completed sample long sleeve sweat shirts by authorization from the Fire Commissioner, Chicago Fire Department. 301

322 Line #121 CC Spec # SLEEPWEAR, NAVY BLUE T-SHIRT - UNISEX STYLE: T-Shirt to be V-neck, short sleeve. MATERIALS: 100% cotton, 6.2 ounce per square yard Jersey construction. Preshrunk. CONSTRUCTION: Seams: Shoulder and back of neck seam to be covered with self material taping. All hems are to be double needled. Color: Navy blue Sizes: Small, Med., Large, XL, XXL, 3XL, and 4XL. Logo: CFD Maltese Cross to be silk screened on T-shirt. Maltese Cross to be placed on left chest area. Silk screening included in price of T-Shirt. Label: A union label shall be sewn in with manufacturer s name. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that T-shirts are approved without prior inspection of completed sample T-shirt by and written by the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Rubin Manufacturing Inc S. Halsted Chicago, Il OR EQUAL 302

323 Line #122 CC Spec # SLEEPWEAR, NAVY BLUE SHORTS - UNISEX STYLE: Shorts will have concealed elastic waist, fly front with button fly closure. No pockets. MATERIALS: CONSTRUCTION: 100% cotton flannel. Napthol dyed. Shorts will be napped on one side. Color: Navy blue Sizes: Small, Med., Large, XL, XXL, 3XL, and 4XL. Logo: CFD Maltese Cross to be silk screened on short. Maltese Cross to be placed on left leg area. Silk screening included in price of shorts. Label: A union label shall be sewn in with manufacturer s name. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that shorts are approved without prior inspection of completed sample shorts by and written by the Fire Commissioner, Chicago Fire Department. MANUFACTURER: Rubin Manufacturing Inc S. Halsted Chicago, OR EQUAL 303

324 Line #123 CC Spec # White Navy SHIRT, DRESS UNIFORM, LONG SLEEVE, MALE, WHITE AND NAVY DESCRIPTION: Form fitting military style with pleated pockets banded neck and military creases. Color: White and Navy. MATERIALS: Fabric: Basic fabric to be 65% polyester and 35% combed cotton poplin. Fabric to have a soil release finish. 4 to 4 ½ oz. to the square yard. Buttons: Thermo setting polyester or melamine, size 20 ligne, color to match fabric. Thread: Dacron core thread, color to match fabric. Collar Stays: The collar stays shall be made of good quality Stalar vinyl, 3 1/4" length and 3/8 width. CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket and general style will conform to this specification. It is imperative that this garment be constructed according to the principles set forth in the specifications. All stitches mustbe of the proper tension and size so as to avoid puckering after shirt has been laundered and to give best durable press performance. Shirts to have permanently stitched in military creases. Front: The right front shall have a center facing 1½ wide extending from collar stand to bottom of shirt and be made of the same material as the shirt fabric with two rows of stitching 7/8" apart. The center front shall contain five (5) vertical buttonholes placed 3/4" from edge with the 1st buttonhole 3 down from neck and the balance 3 ½ apart. The button stand, 7/8" wide, shall be self-lined and placed on left side extending from collar stand to bottom of shirt. Buttons shall be securely attached to the button stand and shall correspond to the buttonholes on the center facing. Back: Back yoke to be composed of a double thickness of material with outside yoke top stitched. 304

325 PAGE Spec # White Navy SHIRT, DRESS UNIFORM, LONG SLEEVE, MALE, WHITE AND NAVY Sleeves: To be straight and whole. The cuffs are to be 2-5/8" width and to have two buttons on one end, and one buttonhole on the other to allow for adjusting the cuff size. There is to be a single stitch 7/16" from top of cuff. The sleeve opening shall measure 3 7/8" from top of cuff. The facing for this opening is to be 1" wide. The sleeves must be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well Collar: The shape and style of both leaf and stand shall conform to the TT111 Collar. The points, medium spread, are to be approximately 3 1/4" length. The back of the stand is to measure 1 ½. The collar is to be stitched 1/4" from edge. Permanent collar stays of proper length are to be sewn inside collar at a 30 degree angle with no stitches made through bottom leaf. The stand shall fasten with one button. Interlining: Collar and top center to be lined with 100% Dacron. Band and cuffs to be 375 weight mello press. Pockets: The right and left pockets to have mitered corners and shall finish 4 ½" wide and 4 ½ long. The pockets are to have 1 1/4" box pleat stitched top and bottom to prevent spreading. The left pocket to have an imitation clip cornered flap sewn to the top and sides of the pocket so that the overall length of flap and pocket is 4 ½ wide x 5 1/4 long. There shall be a buttonhole and button sewn on the flap. The pocket shall have an inside pencil compartment 1½ wide, made by sewing a separate piece of self goods to shirt front. There shall be a-1" strip of velcro sewn at the top of the pocket slightly off center with the matching component sewn to the shirt front. Flaps: The right flap shall be clip cornered to finish 4 5/8" length. Flap to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The pockets and flaps shall be single stitched on the edge. There shall be a button sewn to pocket with corresponding button hole sewn in pocket flap. Pockets and pocket flaps to be die creased to give uniform shape and size. 305

326 PAGE Spec # White Navy SHIRTS, DRESS UNIFORM, LONG SLEEVE, MALE, WHITE AND NAVY Permanent Military Creases: Shirts to have five (5) permanently stitched in military creases. One crease in each front to be centered vertically through the pocket and flap and extending from hem to joining seam. Three (3) vertical creases in back; middle crease on center back line, side back creases spaced equally from center crease. Patches, Shoulder: American/Chicago Flag patch (as per C.F.D. Spec. No ) shall be sewn l below the right sleeve head using the center of the yoke as the "center line". Patch to meet the requirements of referenced specification. Chicago Fire Department Maltese Cross Patch (as per C.F.D. Spec. No , , & ) shall be sewn 1" below the left sleeve head using the center of the yoke as the "center line". Patch to meet their requirements of the referenced specification. Shirts shall include patches with sewing! Sizes: All sizes shall conform to the best commercial practices. Shirts shall be readily available in a full range of sizes. Pressing: Component parts must be pressed on hot-head machines; finished shirts to be folded and hand pressed. Size Marking: Neck size and sleeve length shall be marked with indelible ink on inside of collar stand and on outside of left front tail. Labels: A label or permanent marking indicating cleaning/washing information shall be sewn to or printed on each garment MAKERS SPECIFICATIONS GUARANTEE LABEL: A label meeting the requirements of the Chicago Fire Department Specification # indicating manufactures compliance to specification shall be sewn under the right pocket flap. MANUFACTURER: Leventhal Bros-Co. Elbeco 36 Maple Pl. One Wide Awake Lane Manhasset, NY Reading, Penn. OR EQUAL No manufacturer or representative may suggest that shirts are approved without prior inspection of completed sample shirts by and written authorization from the Fire Commissioner, Chicago Fire Department. Line #124 CC Spec #

327 STAR, SERVICE TENURE MATERIALS: Background Material: Felt, to be either 100% wool or wool rayon blend. Rayon not to exceed 30%. Color: Navy Blue, Gold & Silver Thread: Robison--Antron rayon thread FD 45 silver Thread: Robison--Antron rayon thread FDB -73 gold CONSTRUCTION: A 3/4", 5 pointed star shall be embroidered on center of an 1 1/4" oval shaped section of the background material. AUTHORIZATIONS/RESTRICTIONS Uniformed members entitled to wear star(s) will wear them on the outside of the left sleeve, centered, and with the bottom star, placed exactly 3" from the edge of the sleeve on the uniform wool dress blouse, and modified dress jacket. Overcoats of members below the rank of Battalion Chief/ District Officer, who have an epaulet on the sleeve, will have the star placed 5" from the edge of the sleeve. Chief Officers will have the star placed 3" from the edge of the sleeve. When length of service exceeds 25 years, the bottom service bar will be positioned ½ above the star. When 2 stars are authorized, the 2nd star will be positioned ½ above the 1st. Star(s) are to be worn on the uniform wool dress blouse, wool overcoat, and modified dress jacket. To include application and sewing of service star. MANUFACTURER: Schweizer Co. National Emblem Inc Busse Highway 999 N Elmhurst Rd. Park Ridge, Il Mt Prospect, Il OR EQUAL MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that stars are approved without prior inspection of completed sample Stars by and written authorization from the Fire Commissioner, Chicago Fire Department. 307

328 Line #125 CC Spec # BAR, SERVICE NAVY WITH ONE GOLD OR SILVER STRIP MATERIALS: Background Material: Felt, to be either 100% wool or wool rayon blend. Rayon not to exceed 30%. Color: Thread: Thread: Navy Blue, Gold or Silver Robison--Antron rayon thread FD 45 silver. Robison--Antron rayon thread FD B-73 gold. CONSTRUCTION: Stripe(s) 1" in length by 1/4" wide embroidered to background material. Stitch count for the bar is 612. One-fourth of an inch of background material to show on all sides. Where more than one stripe is authorized, a 3/16" space shall appear between stripes. Uniformed members entitled to wear bar(s) will wear them on the outside of the left sleeve, centered, and with the bottom bar, placed exactly 3" from the edge of the sleeve on the uniform wool dress blouse, and modified dress jacket. Overcoats of members below the rank of Battalion Chief/Asst. Chief Paramedic who have an epaulet on the sleeve, will have the bar placed 5" from the edge of the sleeve. Chief officers will have the bar placed 3" from the edge of the sleeve. When length of service exceeds 25 years, the bottom service bar will be positioned ½ above the star. When 2 stars are authorized, the 2nd star will be positioned ½ above the 1st. Bar(s) are to be worn on the uniform wool dress blouse, wool overcoat, and modified dress jacket. MANUFACTURER: Schweizer Emblem Co. National Emblem Inc Busse highway 999 N. Elmhurst Rd. Park Ridge, Il Mt. Prospect, Il OR EQUAL To include all application and sewing of service bar. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that bars are approved without prior inspection of completed sample bars by and written authorization from the Fire Commissioner, Chicago Fire Department. 308

329 Line #126 CC Spec # SWEAT SUIT - PANTS, SHIRT DESCRIPTION: Navy blue shirt and pants to be used by physical training program. Garment is not part of NFPA and as such is not approved for station wear. To be made of two components: (pants and shirt) SWEAT PANTS: Navy blue 80% cotton - 20% polyester or 50 % cotton - 50 % polyester, nine (9) ounce premium (heavy weight) fleece. Pants to be used only for physical designed to current sports activity sizing patterns using latest construction features. Sweat pants are to have two pockets. COLOR: Navy blue - Pant - White logo (Maltese) MATERIAL: 80% cotton - 20% polyester or 50% cotton - 50% polyester premium (heavy weight) fleece. Thread to be navy blue to match material. Plastisol ink logo to be white silk screened or heat transfer white in color. Transfer or silk screen ink to be specifically made for 80/20 products or 50/50 products. CONSTRUCTION: Pants shall be made with elastic waistband with drawcord, and elastic ankle cuffs. Chicago Fire Department Maltese cross logo to be applied on upper left leg. The Chicago Fire logo shall be in the shape of Chicago Fire Department Maltese cross patch, color in white only. SWEATSHIRT: 80% cotton - 20% polyester or 50% cotton - 50% polyester premium (heavy weight) fleece shirt to be worn only for physical training and is not approved for station wear. Long sleeve style designed and constructed to latest sportswear standards. COLOR: Navy blue - shirt- White logo (Maltese) MATERIAL: 80% cotton - 20% polyester premium (heavy weight). 50% cotton - 50% polyester premium (heavy weight). CONSTRUCTION: SWEATSUIT - PANTS, SHIRT Shirts shall be long sleeve with rib-knit cuffs, rib-knit band bottom, high crew neck, generous cut to allow maximum movement. Chicago Fire Department logo to be applied on right breast in heat position. Logo shall be white silk screen or white plastisol ink heat transfer. Transfer shall be flex so as to adhere with maximum expansion without cracking or peeling. Logo to be Chicago Fire Department patch in white relief. Sizes- Various sizes to fit male and female members. 309

330 PAGE Spec # SWEAT SUIT - PANTS, SHIRT Manufacturers Guarantee: Manufacturers must guarantee in writing, quality of workmanship. No manufacturer or representative may suggest long sleeve sweat shirts are approved without prior inspection of completed sample long sleeve sweat shirts by authorization from the Fire Commissioner, Chicago Fire Department MANUFACTURERS: Rubin Bros So Halsted St. Chicago, Il OR EQUAL 310

331 Line #128 CC Spec # SWEATER. LONG SLEEVE, ZIPPER CLOSURE, NAVY BLUE JOHNNY COAT DESCRIPTION: Crew neck long sleeve zippered cardigan, 2 pockets, double elbow, racked trim, heavy weight. Blauer Style $ 227 Full Zipper or approved equal MATERIALS: High-performance blend of 57% polyester, 28% worsted wool, and 15% low pill acrylic is comfortable, durable, and machine washable COLOR: Dark Navy blue POCKETS: 2 inside pockets and inside reinforced elbows, self fabric. Rack stitch border and pocket tops. COLLAR: Crew neck style, neck is cover stitched for smoothness. ZIPPER: Full nylon zipper -. SLEEVES: Reinforced elbow, bar tacked at points of stress and shoulder taped. LABELS: Manufacturers label shall be sewn on inside of back collar. Size and care instructions may be incorporated into this label. CARE INSTRUCTIONS: Turn inside out, machine wash warm, tumble dry low heat, no bleach. SIZES: Sweaters are to be readily available in a full range of sizes. MANUFACTURE: Blauer OR EQUAL Makers Specification Guarantee: No manufacturer or representative may suggest that sweaters are approved without prior inspection of completed sweaters by and written authorization from the fire commissioner, Chicago Fire Department. 311

332 Line #129 CC Spec # A COMMANDO SWEATER. LONG SLEEVE, DESCRIPTION: Pullover style V-neck jersey knit sweater, straight body. Knitted body and sleeve welt with non-raveling edge. Set-in sleeves with turn-back cuffs for adjusting sleeve length. Cloth patches for reinforce shoulders and elbows. Chicago Fire Department patches will be sewn on garment, Maltese on left shoulder and CFD white flag on right. MATERIALS: High-performance blend of 57% polyester, 28% worsted wool, and 15% low pill acrylic is comfortable, durable, and machine washable. COLOR: Dark navy blue with color-match fabric for shoulder and elbow patches. COLLAR: V-neck is cover stitched for smoothness. SLEEVES: Reinforced elbow, bar tacked at points of stress and shoulder taped. LABELS: Manufacturers label shall be sewn on inside of back collar. Size and care instructions may be incorporated into this label. CARE INSTRUCTIONS: Turn inside out, machine wash warm, tumble dry low heat, no bleach. SIZES: Sweaters are to be readily available in a full range of sizes. STYLE: #225 MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago Fire Department specification NO: indicating manufacturer s compliance to specifications shall be sewn to inside of left bottom pocket. MANUFACTURER: Blauer Manufacturing Co., Blauer Style OR EQUAL 312

333 Line #130 CC Spec # TEE SHIRT - UNISEX WHITE, OFFICERS, NAVY BLUE, FF DESCRIPTION: White or blue short sleeve cotton T-shirt with deep arm holes and set-in crew rib collar, full-cut width, length and sleeves. Silk Screen Front Left Chest Area Maltese cross 4 Back Upper Center Three (3) Lines Line 1: CHICAGO 1 3/8 Line 2: FIRE 4 5/8 Line 3: DEPARTMENT 1 3/8 on back of shirt Letter Color White on Blue Shirts Blue on White Shirts MATERIAL: 100% PREMIUM COTTON PRE-SHRUNK JERSEY. STYLE: #3930R, 3930XR,39303XR COLOR: White ore navy blue SIZES: Various sizes LABEL: Manufacturers label to be sewn in neck area. MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that T-shirts are approved without prior inspection of completed sample T-shirt and written authorization from the Fire Commissioner, Chicago Fire Department. AUTHORIZATION/RESTRICTIONS: To be worn by Fire operations personnel, wear limited to work uniform only. MANUFACTURER: Fruit of the Loom Rubin Bros. Inc. 1 Fruit of the Loom Drive 2241 So Halsted St Bowling Green, Kentucky Chicago, Il OR EQUAL 313

334 Line #131 CC Spec # SERT BIKE SHIRT DARK NAVY WITH HI-VIS YELLOW GENERAL REQUIREMENTS Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year. Garments must be manufactured to ISO 9001 quality assurance standard. (AG1601) SHELL FABRIC: 100% Polyester Pique fabric with Wicking & Anti-Bacterial treatment, weight : 170g/m2 100% CD Polyester mesh fabric, weight : 140g/m2 TRIM Collar: Sleeve Cuff: Reflective Trim: Reflective Piping: Zippers: DESIGN AND CONSTRUCTION Rib collar: 98% Poly, 2% Spandex Rib knitted cuff 1" wide. 98% Poly, 2% Spandex 1-inch wide 3M's Scotchlite #8930 silver reflective fabric with crosswalk print. 1/8" finished reflective piping with soft filler SBS#3 - Nylon zipper Short sleeve double welt zip-front shirt with mic tab at the bottom of zipper. DTM 1x1 rib knitted sport collar and cuff. Hi/low straight bottom hem with straight side vent openings at side seam. DTM stretch mesh knit insert panel on sleeves and body side seams. Reflective piping inserted along front and back raglan seams, side panels and above sleeve cuffs. 1" crosswalk reflective trim sewn across front and back chest. Two zippered chest pockets. CUSTOMIZATION EMBLEMS/PATCHES: Right shoulder: Chicago Flag/American Flag Left shoulder: F.D. Maltese, Chicago Paramedic, or Emergency Technician Emblem to be made of 3M SCOTCHLITE background. 314

335 Page Spec # SERT BIKE SHIRT DARK NAVY WITH HI-VIS YELLOW STANDARD SIZE RANGE: Sizes: unisex XS - 6XL MEASUREMENTS: Unisex regular length: Size L a. Neck (plus or minus 0.5 inches) b. 1/2 Chest 24 (plus or minus 0.75 inches) c. Back Length 31 (plus or minus 0.5 inches) d. Sleeve Length from CB - Neck 21 (plus or minus 0.5 inches) MANUFACTURE: Blauer Manufacturing Co., OR EQUAL 315

336 Line #132 CC Spec # SERT BIKE PANTS DARK NAVY GENERAL REQUIREMENTS Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year. Garments must be manufactured to ISO 9001 quality assurance standard. (AG1601) SHELL FABRIC: 100% Polyester Pique fabric with Wicking & Anti-Bacterial treatment, weight : 170g/m2 100% CD Polyester mesh fabric, weight : 140g/m2 TRIM: Collar: Sleeve Cuff: Reflective Trim: Reflective Piping: Zippers: DESIGN AND CONSTRUCTION Rib collar: 98% Poly, 2% Spandex Rib knitted cuff 1" wide. 98% Poly, 2% Spandex 1-inch wide 3M's Scotchlite #8930 silver reflective fabric with crosswalk print. 1/8" finished reflective piping with soft filler SBS#3 - Nylon zipper Short sleeve double welt zip-front shirt with mic tab at the bottom of zipper. DTM 1x1 rib knitted sport collar and cuff. Hi/low straight bottom hem with straight side vent openings at side seam. DTM stretch mesh knit insert panel on sleeves and body side seams. Reflective piping inserted along front and back raglan seams, side panels and above sleeve cuffs. 1" crosswalk reflective trim sewn across front and back chest. Two zippered chest pockets. 316

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REQUEST FOR PROPOSAL ( RFP ) FOR RADIO EQUIPMENT, PARTS AND SERVICES

REQUEST FOR PROPOSAL ( RFP ) FOR RADIO EQUIPMENT, PARTS AND SERVICES REQUEST FOR PROPOSAL ( RFP ) FOR RADIO EQUIPMENT, PARTS AND SERVICES Specification No. 110054 Required for use by: CITY OF CHICAGO (Office of Emergency Management and Communications) This RFP distributed

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders INVITATION FOR BID IFB 2017-20 For: Record Storage Services Notice to Prospective Bidders Release Date: Wednesday, March 28, 2018 You are invited to review and respond to this Invitation For Bid (IFB).

More information

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

REQUEST FOR QUOTATION INVITATION

REQUEST FOR QUOTATION INVITATION REQUEST FOR QUOTATION INVITATION DATE: August 2, 2010 DPS: REQUIREMENT: SUBJECT: Patricia Farina DPS Contract Administrator Email: Patricia.Farina@cityofchicago.org Telephone: 312-744- 7660 Rental of Scaffolding

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

SECTION I: Corrections, Deletions, Revisions to RFP

SECTION I: Corrections, Deletions, Revisions to RFP For which Proposals are scheduled to be received no later than 10 a.m., Central Standard Time on Wednesday, June 21, 2017 (pursuant to the Request of Proposal (RFP): Temporary Staffing Services for 2018

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

General Terms of Purchase

General Terms of Purchase General Terms of Purchase 1. Scope Unless otherwise agreed upon with Valeo's Purchasing Department (the "Purchasing Department"), these General Terms of Purchase shall apply to all purchases made by Valeo

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

HP DesignJet Cash In & Trade Up April 2016 promotion

HP DesignJet Cash In & Trade Up April 2016 promotion HP DesignJet Cash In & Trade Up April 2016 promotion Terms and conditions A. HP DesignJet Cash In & Trade Up April 2016 program structure Within the framework of the HP DesignJet Cash In & Trade Up April

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

Energy Auction for the CPV Sentinel Generating Facility

Energy Auction for the CPV Sentinel Generating Facility Energy Auction for the CPV Sentinel Generating Facility Energy Auction Instructions and Terms and Conditions of Participation Updated June 11, 2013 A. GENERAL A.1. Company ( SCE ) seeks to sell, by this

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Auditing of Swedish Enterprises and Organisations

Auditing of Swedish Enterprises and Organisations Auditing of Swedish Enterprises and Organisations March 1st 2018 version 2018:1 1 General Application 1.1 These General Terms govern the relationship between the auditor ( the Auditor ) and the client

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

January 4, 2016 ADDENDUM NO. 1. For

January 4, 2016 ADDENDUM NO. 1. For January 4, 2016 ADDENDUM NO. 1 For CHICAGO O HARE INTERNATIONAL AIRPORT Maintenance, Repair, Replacement and New Installation of Combustion Control Systems for High Temperature Water (HTW) Generation System

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID Bid No. 14044 (4 WD LX Honda Pilot or Nissan Xterra X 4x4) Bid Release: February 4, 2014 Bid Questions Deadline: Bid Due Date: February 11, 2014, 2:00pm February 20,

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES PECO is offering cash incentives for qualified Combined Heat and Power (CHP) technology projects 1 to encourage the development of projects that improve

More information

Minority/Women Business Enterprise (M/WBE) Compliance Guidelines and Forms

Minority/Women Business Enterprise (M/WBE) Compliance Guidelines and Forms Minority/Women Business Enterprise (M/WBE) Compliance Guidelines and Forms To be completed and signed by the Prime Vendor/Contractor Bid/RFP : Title: Company Name: Company Address: City: State: Zip: Contact

More information

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC.

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC. REQUEST FOR PROPOSALS For Consulting Services HARVESTWORKS, a registered 501 (c) (3) non-profit organization in the state of New York, seeks proposals to provide Organizational Development Services relating

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR TEMPORARY STAFFING SERVICES Proposals must be received and receipted no later than 3:00 p.m. PDT, April 12, 2012 ABSOLUTELY NO EXCEPTIONS San Diego Workforce Partnership, Inc.

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

University of Kansas Procurement Services

University of Kansas Procurement Services University of Kansas Procurement Services PURCHASING PROCEDURES MANUAL 1 Contents 1.0 DEPARTMENTAL PURCHASING AUTHORITY... 4 1.1 Introduction... 4 1.2 Use of Mandatory Contracts and Preferred Agreements...

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office. The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Online Training System for the 9-1-1 Department Quotes Due Not Later than: Issuing Office: Monday, April 18 th, 2016 at

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

More information

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND Procurement Services Office of the Comptroller Revised: June 2009 This publication summarizes the steps involved in Goods

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

ILLINOIS HOUSING DEVELOPMENT AUTHORITY STANDARDS FOR CONSTRUCTION COST ESTIMATING

ILLINOIS HOUSING DEVELOPMENT AUTHORITY STANDARDS FOR CONSTRUCTION COST ESTIMATING ILLINOIS HOUSING DEVELOPMENT AUTHORITY STANDARDS FOR CONSTRUCTION COST ESTIMATING December 18, 2017 As part of the Application for Multifamily Financing, the Illinois Housing Development Authority (IHDA)

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

4/7/09 I. PURPOSE OF AGREEMENT

4/7/09 I. PURPOSE OF AGREEMENT 4/7/09 HEART OF TEXAS PARTNERSHIP AGREEMENT Between The Heart of Texas Workforce Development Board, Inc. and Chief Elected Officials For The Heart of Texas Workforce Development Area WHEREAS, the Heart

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

Request for Quotations

Request for Quotations METRO EMERGENCY OPERATIONS CENTER OF KANAWHA COUNTY 200 Peyton Way Charleston, WV 25309 (304) 746-7911 7911 Request for Quotations Re: Dispatch Radio Console Equipment Date: March 5, 2018 Fiscal Year:

More information

ATTENTION CONTRACTORS

ATTENTION CONTRACTORS ATTENTION CONTRACTORS If you download this RFQ from the website, it is your responsibility to advise WOU's Planning Office that you have done so. This will allow us to add you to the Respondent's List,

More information

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS will be received by the Municipal Clerk of the Borough of Beachwood, in the Beachwood Municipal Complex, 1600 Pinewald Road, Beachwood, New Jersey no later than

More information

AMENDMENT TO SPECIAL CONDITIONS MBE/WBE UTILIZATION PLAN

AMENDMENT TO SPECIAL CONDITIONS MBE/WBE UTILIZATION PLAN AMENDMENT TO SPECIAL CONDITIONS MBE/WBE UTILIZATION PLAN ARTICLE I: POLICY AND TERMS A. It is the policy of the Chicago Housing Authority (CHA) that Minority, and Women Business Enterprises (MBE/WBE) as

More information

Vendor Partnership Manual. Section 3 Terms & Conditions of Purchase Order

Vendor Partnership Manual. Section 3 Terms & Conditions of Purchase Order Vendor Partnership Manual Section 3 Terms & Conditions of Purchase Order No changes have occurred in this chapter since our last update in July 2017. Frequently Asked Questions Question If the purchase

More information

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS You are hereby invited to submit a proposal to the McPherson Implementing Local Redevelopment Authority (hereafter referred

More information

Construction Family of Documents

Construction Family of Documents Construction Family of Documents The EJCDC Construction Family Documents (C-Series) is intended for engineered construction projects. The current edition (2013) is endorsed by both the Construction Specifications

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

Monroe County Water Authority

Monroe County Water Authority REQUEST FOR QUALIFICATIONS & PROPOSALS Monroe County Water Authority Page 2 SECTION 1 - INVITATION TO PARTICIPATE 1.1 Purpose The Monroe County Water Authority (the Authority) is issuing this Request for

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

Gila River Indian Community Utility Authority

Gila River Indian Community Utility Authority Gila River Indian Community Utility Authority Request for Qualifications For Human Resource Consultant ISSUE DATE: December 15, 2017 DUE DATE: January 15, 2018 1. General 1.1. Purpose of Request For Qualifications

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

City of Moline, IL. Request for Proposal Employee Wellness Program for the City of Moline, Illinois. Issue date: June 13, 2014

City of Moline, IL. Request for Proposal Employee Wellness Program for the City of Moline, Illinois. Issue date: June 13, 2014 City of Moline, IL Request for Proposal Employee Wellness Program for the City of Moline, Illinois Issue date: June 13, 2014 Closing date and time: A complete copy of the sealed proposal must be received

More information

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016 Request for Proposal (RFP) ADDENDUM NO. 1 July 12, 2016 Contained herein are the answers to the questions submitted to the Department of Management Services (Department). The Department hereby amends as

More information

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015 Cable, Telecommunications and Technology Consulting Service Page 1 NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED

More information

33025 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 AUGUST 4, 2016

33025 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 AUGUST 4, 2016 33025 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 AUGUST 4, 2016 BOARD OF TRUSTEES OF COMMUNITY COLLEGE DISTRICT NO. 508 COUNTY OF COOK AND STATE OF ILLINOIS RESOLUTION TO ADOPT REVISIONS

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project Invitation for Bid (IFB) DISP-KIWASH-2018-001 DISPOSAL OF USED PROJECT VEHICLE (Toyota Prado TX) Issue Date: January 19, 2018 WARNING: Prospective

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

More information