359
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: 118327 RFQ Number: 4434 Issued by: CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES Required for use by: CITY OF CHICAGO FIRE DEPARTMENT Bidder Inquiry Deadline: 4:00 p.m. Central Time, January 3, 2014. Inquiries must be in writing. Pre-Bid Conference: 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 60602 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 60602 Information: Stacy P. Stewart, Senior Procurement Specialist Email: [email protected] Fax: 312-744-7679Phone: 312-744-2681 DPS Address: City Hall, Room 806, 121 North LaSalle Street, Chicago, Illinois 60602 DPS Web: www.cityofchicago.org/procurement and www.cityofchicago.org/bids 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, 118327, 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: 013-0100-0592005-00140-220140-0000 and Various Expiration Date: Rahm I. Emanuel Jamie L. Rhee Mayor Chief Procurement Officer

Uniforms and Commissary Related Services · Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327 Commodities Form Contract 09.26.2013 Table

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

City Use Only City Use Only City Use Only

City Vendor No. Vendor Name City Contract/PO No.

I

Uniforms and Commissary Related ServicesSpecification Number: 118327

RFQ Number: 4434

Issued by:CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES

Required for use by:CITY OF CHICAGO FIRE DEPARTMENT

Bidder Inquiry Deadline: 4:00 p.m. Central Time, January 3, 2014. Inquiries must be in writing.

Pre-Bid Conference: 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 60602

Bid Opening Date: January 22, 2014Bid Opening Time: 11:00 a.m., Central TimeBid Opening Location: Bid & Bond Room, City Hall, Room 301, 121 N. LaSalle Street, Chicago, Illinois 60602

Information: Stacy P. Stewart, Senior Procurement SpecialistEmail: [email protected] Fax: 312-744-7679Phone: 312-744-2681DPS Address: City Hall, Room 806, 121 North LaSalle Street, Chicago, Illinois 60602DPS Web: www.cityofchicago.org/procurement and www.cityofchicago.org/bids

Execute and submit one (1) complete original bid package. All signatures to be sworn to before a Notary Public. Bid must bereceived in the City of Chicago Department of Procurement Services (DPS) Bid & Bond Room no later than the date and time aboveduring regular business hours (8:30 AM to 4:30 PM Central Time). Bids will be read publicly. Bid package must be complete andreturned 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 ofthe project, Uniforms and Commissary Related Services, the specification number, 118327, the time and date specified for receiptand marked “Bid Enclosed”. The name, address and phone number of the Bidder must also be clearly printed on the outside of allenvelope(s) or package(s).

Bid Deposit: None DPS Unit: Work ServicesPerformance Bond: None Reverse Auction: NoCity Business Preference Yes Drawings: NoneLocal Manufacture Preference Yes Exhibits: None or NumberAlternative Fuel Vehicle Pref. Yes Maps: NoneBid Specific Goals: 16.9% MBE and 4.5% WBE Contract Term: Sixty (60) MonthsFunding Source: Non-Federal Start Date:

Fund Number: 013-0100-0592005-00140-220140-0000and Various

Expiration Date:

Rahm I. Emanuel Jamie L. RheeMayor Chief Procurement Officer

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Table of Contents i

Table of Contents

BID SUBMITTAL CHECKLIST.........................................................................................................................1Article 1. Requirements for Bidding and Instructions to Bidders...........................................................2

1.1. The Bid Documents.................................................................................................................21.2. Obtaining the Bid Documents.................................................................................................2

1.2.1. Printed Bid Documents .......................................................................................................21.2.2. Downloadable Bid Documents ...........................................................................................2

1.3. Clarifications and Addenda.....................................................................................................21.4. Examination of the Bid Documents and Work Site.................................................................31.5. Pre-Bid Conference and Site Visit ...........................................................................................31.6. Questions Regarding the Bid Documents; Bidder Inquiry Deadline.......................................31.7. Exceptions ...............................................................................................................................31.8. Taxes Included in Bid Prices....................................................................................................31.9. Bid Prices Must Incorporate All Costs.....................................................................................41.10. Completion of the Bid Documents..........................................................................................41.11. Required Forms and Fees .......................................................................................................4

1.11.1. Certificate of Filing for Online EDS......................................................................................41.11.2. MBE/WBE Program.............................................................................................................41.11.3. Bid Deposit..........................................................................................................................51.11.4. Contractor's Financial Statement .......................................................................................51.11.5. Other Required Forms and Documents..............................................................................5

1.12. Trade Names and Substitutions..............................................................................................51.13. Authorized Dealer/Distributor................................................................................................61.14. Estimated Quantities ..............................................................................................................61.15. Submission of Bids ..................................................................................................................6

1.15.1. Date, Time, and Place .........................................................................................................61.15.2. Bids Must Be Sealed and Properly Labeled ........................................................................61.15.3. Bidders Are Responsible for Bid Delivery ...........................................................................71.15.4. Transparency Website; Trade Secrets ................................................................................7

1.16. Withdrawal of Bids..................................................................................................................71.17. Bid Opening.............................................................................................................................71.18. Effective Term of Bid...............................................................................................................81.19. Evaluation of Bids....................................................................................................................8

1.19.1. Determination of Responsiveness ......................................................................................81.19.1.1. Must Bid All Line Items ...............................................................................................81.19.1.2. Mathematical Calculations .........................................................................................81.19.1.3. Unbalanced Bids..........................................................................................................81.19.1.4. Cash Billing Terms .......................................................................................................8

1.19.2. Determination of Responsibility .........................................................................................81.19.2.1. Bidder Debts or Defaults.............................................................................................81.19.2.2. Competency of Bidder ................................................................................................9

1.20. Rejection of Bids and Waiver of Informalities ........................................................................91.21. Statutory Adjustments to the Bid ...........................................................................................9

1.21.1. City-based Businesses (Chicago Business Preference) .......................................................91.21.2. Locally Manufactured Goods Bid Incentive ........................................................................91.21.3. Alternatively Powered Vehicles Bid Incentive ..................................................................10

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Table of Contents ii

1.21.3.1. Definitions for Alternatively Powered Vehicles Bid Incentive ..................................101.21.3.2. Eligibility for Alternatively Powered Vehicles Bid Incentive .....................................11

1.21.4. Child Support Arrearage ...................................................................................................121.21.5. MacBride Principles Ordinance.........................................................................................12

1.22. Consideration of Bids............................................................................................................121.23. Bid Protests ...........................................................................................................................121.24. Award of Contract; Notice of Award.....................................................................................12

Article 2. Incorporation of Exhibits.......................................................................................................14Article 3. Standard Terms And Conditions ...........................................................................................15

3.1. General Provisions ................................................................................................................153.1.1. Definitions.........................................................................................................................153.1.2. Interpretation of Contract ................................................................................................16

3.1.2.1. Order of Precedence.................................................................................................163.1.2.2. Interpretation and Rules...........................................................................................163.1.2.3. Severability................................................................................................................173.1.2.4. Entire Contract ..........................................................................................................17

3.1.3. Subcontracting and Assignment .......................................................................................173.1.3.1. No Assignment of Contract.......................................................................................173.1.3.2. Subcontracts .............................................................................................................173.1.3.3. No Pledging or Assignment of Contract Funds Without City Approval ....................173.1.3.4. City’s Right to Assign.................................................................................................183.1.3.5. Assigns.......................................................................................................................18

3.1.4. Contract Governance........................................................................................................183.1.4.1. Governing Law and Jurisdiction ................................................................................183.1.4.2. Consent to Service of Process...................................................................................183.1.4.3. Cooperation by Parties and between Contractors ...................................................183.1.4.4. No Third Party Beneficiaries .....................................................................................193.1.4.5. Independent Contractor ...........................................................................................193.1.4.6. Authority ...................................................................................................................193.1.4.7. Joint and Several Liability..........................................................................................193.1.4.8. Notices ......................................................................................................................193.1.4.9. Amendments.............................................................................................................203.1.4.10. No Waiver of Legal Rights .........................................................................................203.1.4.11. Non-appropriation of Funds .....................................................................................203.1.4.12. Participation By Other Government Agencies..........................................................20

3.1.5. Confidentiality...................................................................................................................203.1.6. Indemnity..........................................................................................................................213.1.7. Non-Liability of Public Officials .........................................................................................223.1.8. Contract Extension Option................................................................................................22

3.2. Compensation Provisions......................................................................................................223.2.1. Ordering, Invoices, and Payment......................................................................................22

3.2.1.1. Purchase Orders........................................................................................................223.2.1.2. Invoices .....................................................................................................................223.2.1.3. Centralized Invoice Processing..................................................................................223.2.1.4. Payment ....................................................................................................................233.2.1.5. Electronic Ordering and Invoices ..............................................................................233.2.1.6. City Right to Offset....................................................................................................243.2.1.7. Records......................................................................................................................24

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Table of Contents iii

3.2.1.8. Audits ........................................................................................................................243.2.1.8.1. City’s Right to Conduct Audits ...............................................................................243.2.1.8.2. Recovery for Over-Billing .......................................................................................24

3.2.2. Subcontractor Payment Reports.......................................................................................253.2.3. Prompt Payment to Subcontractors .................................................................................25

3.2.3.1. Incorporation of Prompt Payment Language in Subcontracts .................................253.2.3.2. Payment to Subcontractors Within Fourteen Days ..................................................25

3.2.3.2.1. Reporting Failures to Promptly Pay .......................................................................253.2.3.2.2. Whistleblower Protection......................................................................................26

3.2.3.3. Liquidated Damages for Failure to Promptly Pay .....................................................263.2.3.4. Action by the City......................................................................................................263.2.3.5. Direct Payment to Subcontractors By City................................................................26

3.2.4. General Price Reduction – Automatic Eligibility for General Price Reductions ................273.3. Compliance With All Laws.....................................................................................................27

3.3.1. General..............................................................................................................................273.3.2. Non-Discrimination...........................................................................................................27

3.3.2.1. Federal Affirmative Action........................................................................................273.3.2.2. Illinois Human Rights Act ..........................................................................................283.3.2.3. Chicago Human Rights Ordinance MCC Ch. 2-160....................................................283.3.2.4. Business Enterprises Owned by People With Disabilities (BEPD).............................28

3.3.3. Wages ...............................................................................................................................293.3.3.1. Living Wage Ordinance .............................................................................................293.3.3.2. Prevailing Wage Rates...............................................................................................303.3.3.3. Multi Project Labor Agreement (PLA) .......................................................................31

3.3.4. Economic Disclosure Statement and Affidavit and Appendix A ("EDS") ..........................313.3.4.1. Business Relationships With Elected Officials MCC Sect. 2-156-030(b) ...................313.3.4.2. MCC 1-23 and 720 ILCS 5/33E Bribery, Debts, and Debarment Certification...........313.3.4.3. Federal Terrorist (No-Business) List ..........................................................................323.3.4.4. Inspector General and Legislative Inspector General...............................................323.3.4.5. Governmental Ethics Ordinance 2-156.....................................................................33

3.3.5. Restrictions on Business Dealings.....................................................................................333.3.5.1. Conflicts of Interest...................................................................................................333.3.5.2. Prohibition on Certain Contributions, Mayoral Executive Order 2011-4 .................33

3.3.6. Debts Owed to the City; Anti-Scofflaw, MCC Sect. 2-92-380 ...........................................343.3.7. Other City Ordinances and Policies...................................................................................34

3.3.7.1. False Statements.......................................................................................................343.3.7.2. MacBride Principles Ordinance, MCC Sect. 2-92-580...............................................343.3.7.3. Shakman Accord .......................................................................................................35

3.3.8. Compliance with Environmental Laws and Related Matters............................................363.3.8.1. Definitions.................................................................................................................363.3.8.2. Joint Ventures ...........................................................................................................363.3.8.3. Compliance With Environmental Laws .....................................................................363.3.8.4. Costs..........................................................................................................................363.3.8.5. Proof of Noncompliance; Authority; Cure ................................................................363.3.8.6. Copies of Notices and Reports; Related Matters......................................................373.3.8.7. Requests for Documents and Information ...............................................................373.3.8.8. Environmental Claims and Related Matters .............................................................373.3.8.9. Preference for Recycled Materials............................................................................37

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Table of Contents iv

3.3.8.10. No Waste Disposal in Public Way MCC 11-4-1600(E) ...............................................383.4. Contract Disputes..................................................................................................................38

3.4.1. Procedure for Bringing Disputes to the Department........................................................383.4.2. Procedure for Bringing Disputes before the CPO .............................................................39

3.5. Events of Default and Termination.......................................................................................393.5.1. Events of Default...............................................................................................................393.5.2. Cure or Default Notice ......................................................................................................403.5.3. Remedies ..........................................................................................................................403.5.4. Non-Exclusivity of Remedies.............................................................................................403.5.5. City Reservation of Rights .................................................................................................413.5.6. Early Termination..............................................................................................................41

3.6. Department-specific Requirements......................................................................................413.6.1. Department of Aviation Standard Requirements.............................................................41

3.6.1.1. Confidentiality of Airport Security Data....................................................................413.6.1.2. Aviation Security .......................................................................................................413.6.1.3. Airport Security Badges.............................................................................................423.6.1.4. General Requirements Regarding Airport Operations .............................................43

3.6.1.4.1. Priority of Airport Operations................................................................................433.6.1.4.2. Interruption of Airport Operations........................................................................433.6.1.4.3. Safeguarding of Airport Property and Operations.................................................433.6.1.4.4. Work on the Airfield ..............................................................................................443.6.1.4.5. Parking Restrictions ...............................................................................................44

3.6.2. Emergency Management and Communications (OEMC) Security Requirements ...........443.6.2.1. Identification of Workers and Vehicles.....................................................................443.6.2.2. Access to Facilities ....................................................................................................453.6.2.3. Security Badges and Vehicle Permits........................................................................453.6.2.4. Gates and Fences ......................................................................................................463.6.2.5. Hazardous or Illegal Materials ..................................................................................46

3.6.3. Chicago Police Department Security Requirements.........................................................463.6.4. Department of Water Management ("DOWM") Security Requirements ........................47

3.6.4.1. Identification of Workers and Vehicles.....................................................................473.6.4.2. Access to Facilities ....................................................................................................473.6.4.3. Security Badges and Vehicle Permits........................................................................483.6.4.4. Gates and Fences ......................................................................................................483.6.4.5. Hazardous or Illegal Materials ..................................................................................49

Article 4. Special Conditions for Supply Contracts ...............................................................................504.1. Blanket Releases / Purchase Orders .....................................................................................504.2. Delivery and Acceptance.......................................................................................................50

4.2.1. Delivery .............................................................................................................................504.2.2. Inspection and Defects .....................................................................................................504.2.3. Shipment errors ................................................................................................................514.2.4. Acceptance........................................................................................................................51

4.3. Unspecified Uniforms and Related Services .........................................................................514.4. Quality, Source, Substitution, and Labeling..........................................................................51

4.4.1. Quality...............................................................................................................................514.4.2. Source ...............................................................................................................................514.4.3. Substitution.......................................................................................................................524.4.4. Testing Laboratory Labels .................................................................................................52

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Table of Contents v

4.5. Manufacturer's Warranty & Product Information................................................................524.6. Contractor's Warranties........................................................................................................52

Article 5. Scope of Work and Detailed Specifications ..........................................................................545.1. General..................................................................................................................................545.2. Basis of Award.......................................................................................................................545.3. Detailed Item Description .....................................................................................................54

5.3.1. Description of Uniforms and Related Services .................................................................545.3.1.1. Uniform Classified Items – Class A-C.........................................................................54

5.3.1.1.1. Classified Items ......................................................................................................545.4. Additional Requirements ......................................................................................................56

5.4.1. Contract Term...................................................................................................................565.4.1.1. Initial Term ................................................................................................................565.4.1.2. Term Extension .........................................................................................................56

5.4.2. Authorized Dealer.............................................................................................................565.4.3. Price Adjustment ..............................................................................................................575.4.4. Quantities..........................................................................................................................575.4.5. Inventory/Lead Time.........................................................................................................575.4.6. Delivery .............................................................................................................................585.4.7. Bidder’s Qualifications and Requirements .......................................................................585.4.8. Site Visit ............................................................................................................................585.4.9. Financial Capabilities.........................................................................................................585.4.10. Trade Names.....................................................................................................................585.4.11. Standard Uniforms and Related Services .........................................................................595.4.12. General Uniforms and Related Services ...........................................................................595.4.13. Alterations and Repairs.....................................................................................................595.4.14. Backorders ........................................................................................................................595.4.15. Mis-shipments ..................................................................................................................595.4.16. Returns And Restocking Fees............................................................................................595.4.17. Uniforms Replaced At Chicago Fire Department’s Expense.............................................595.4.18. Uniforms Replaced At Employee’s Own Expense.............................................................605.4.19. Inventory Stock And Issuance...........................................................................................605.4.20. Uniform And Accessories Stock Requirements.................................................................615.4.21. Approval Of Uniform Items And Accessories....................................................................615.4.22. Requirement To Utilize An Alternate Supplier .................................................................615.4.23. Contractor’s Experience....................................................................................................625.4.24. Contractor’s Responsibilities ............................................................................................625.4.25. Start Up.............................................................................................................................635.4.26. Consignment (Consignment Sale Uniform Inventory)......................................................645.4.27. Ending Inventory Buyout/Closeout...................................................................................645.4.28. Guarantee .........................................................................................................................645.4.29. Exceptions.........................................................................................................................65

Article 6. Special Conditions Regarding Minority Business Enterprise Commitment and WomenBusiness Enterprise Commitment For Commodities or Services .............................................................66

6.1. Policy and Terms...................................................................................................................666.2. Definitions.............................................................................................................................676.3. Joint Ventures .......................................................................................................................686.4. Counting MBE/WBE Participation Toward the Contract Specific Goals ...............................706.5. Regulations Governing Reductions to or Waiver of MBE/WBE Goals ..................................71

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Table of Contents vi

6.5.1. Direct / Indirect Participation ...........................................................................................726.5.2. Assist Agency Participation in wavier/reduction requests ...............................................736.5.3. Impracticability .................................................................................................................73

6.6. Procedure to Determine Bid Compliance .............................................................................746.7. Reporting Requirements During the Term of the Contract ..................................................756.8. Changes to Compliance Plan.................................................................................................76

6.8.1. Permissible Basis for Change Required.............................................................................766.8.2. Procedure for Requesting Approval .................................................................................77

6.9. Non-Compliance and Damages.............................................................................................776.10. Arbitration.............................................................................................................................786.11. Equal Employment Opportunity ...........................................................................................78Attachment A – Assist Agencies............................................................................................................79Attachment B - Sample Format for Requesting Assist Agency Comments on Bidder’s Request forReduction or Waiver of MBE/WBE Goals .............................................................................................82Schedule B: Affidavit of Joint Venture (MBE/WBE) .............................................................................83Schedule C-1: Letter of Intent From MBE/WBE To Perform As Subcontractor, Supplier and/orConsultant.............................................................................................................................................89Schedule D-1: Affidavit of Implementation of MBE/WBE Goals and Participation Plan .....................90

Article 7. Insurance Requirements .......................................................................................................977.1. Insurance to be Provided......................................................................................................97

7.1.1. Workers Compensation and Employers Liability..............................................................977.1.2. Commercial General Liability (Primary and Umbrella) .....................................................977.1.3. Automobile Liability (Primary and Umbrella) ...................................................................977.1.4. Property ............................................................................................................................97

7.2. Additional Requirements ......................................................................................................97Article 8. Economic Disclosure Statement and Affidavit (EDS) ............................................................99

8.1. Online EDS Filing Required Prior To Bid Opening .................................................................998.2. Online EDS Web Link.............................................................................................................998.3. Online EDS Number ..............................................................................................................998.4. Online EDS Certification of Filing ..........................................................................................998.5. Preparation Checklist for Registration................................................................................1008.6. Preparation Checklist for EDS Submission..........................................................................1008.7. EDS Frequently Asked Questions........................................................................................101

Article 9. Proposal Pages ....................................................................................................................105Article 10. Bidder Contact Information............................................................................................106City-Based Business Affidavit..................................................................................................................107Bidder's Commitment to Provide Locally Manufactured Goods ............................................................108Manufacturer's Affidavit of Local Manufacturing ..................................................................................109Affidavit of Eligible Business For Bid Incentive For Alternatively Powered Vehicles..............................110Article 11. Execution And Acceptance Pages ...................................................................................111

11.1. Bid Execution By a Corporation ..........................................................................................11211.2. Bid Execution By A Joint Venture........................................................................................11311.3. Bid Execution By A Partnership...........................................................................................11411.4. Bid Execution By a Sole Proprietor .....................................................................................11511.5. Bid Acceptance by City........................................................................................................116

EXHIBITS .................................................................................................................................................117Exhibit 1: Insurance Certificate of Coverage...........................................................................................118Exhibit 2: Detailed Item Description.......................................................................................................119

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 1

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 completingand 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 AlternativelyPowered 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: Each page requiring a signature must be signed by the person with proper authority and sworn before aNotary Public where noted.

NOTE: Each Bidder must acknowledge the receipt of a full set of Bid Documents and any and all Addenda at thetop of the Bid Execution Page.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 2

ARTICLE 1. REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERSRead this carefully before preparing your bid.

1.1. The Bid DocumentsThe 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/WBESpecial Conditions or DBE Special Conditions (as applicable) and all other exhibits attached hereto, and anyand all Clarifications and Addenda issued by the City. Upon the award and execution of a contract pursuantto the Bid Documents, the Bid Documents become the Contract Documents.

1.2. Obtaining the Bid DocumentsBidders 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 BidDocuments available from the Bid and Bond Room, the terms and conditions of the printed Bid Documentswill prevail.

1.2.1. Printed Bid DocumentsPrinted copies of Bid Documents are available for pickup from:

Bid and Bond RoomRoom 301 City Hall121 North LaSalle StreetChicago, IL 60602Phone # 312-744-9773Fax # 312-744-5611

Plans and Drawings may only be available on CD.

1.2.2. Downloadable Bid DocumentsDocuments may be downloaded from the DPS’ website at the following URL:

www.cityofchicago.org/bids

In order to receive notice of clarifications and addenda, Bidders that download the Bid Documents mustregister as a Bid Document holder by (i) faxing the company’s name, contact person, address, e-mailaddress, telephone number and fax number to the Bid and Bond Room at 312-744-5611 (includespecification number and bid title/description) or (ii) by calling the Bid and Bond Room at 312-744-9773.

Bid Document holders are listed on the Bid and Bond Room Opportunity Take Out List. The OpportunityTake Our List is public information and is posted to the DPS web site at www.cityofchicago.org/TOL. Tofind Opportunity Take Out lists go to “Get Started Online” and search by the specification number.

1.3. Clarifications and AddendaThe City sends out clarifications and addenda to the Bid Documents to entities on the list of registered BidDocument Holders. Additionally, Clarifications and Addenda will be posted at the following URL, and madeavailable at the Bid and Bond Room:

www.cityofchicago.org/bids

Bidders that download Bid Documents from the City of Chicago’s website instead of obtaining the BidDocuments from the City of Chicago’s Bid and Bond Room and which have not registered as a Bid Documentholder 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, forwhatever cause, will not relieve a Bidder from the obligation to bid according to and comply with anychanged or additional terms and conditions contained in the Clarifications and Addenda.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 3

Failure to acknowledge Clarifications and/or Addenda in the Bid Documents when submitting the bid willrender the bid non-responsive. Any harm to the bidder resulting from failure to obtain all necessarydocuments, for whatever cause, will not be valid grounds for a protest against award(s) made under this bidsolicitation.

1.4. Examination of the Bid Documents and Work SiteBidders are required to carefully examine all of the Bid Documents before completing the forms andsubmitting a Bid. If the specification calls for work to be performed onsite, Bidders are also required toinspect the site of the work to be performed, and familiarize itself with the conditions at the site that willaffect the work.

A Bidder that is awarded a contract will be solely responsible for all costs arising from and associated withthat 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 orexpense attributable to site conditions that could have reasonably been discovered through a site inspectionor examination of the Bid Documents.

1.5. Pre-Bid Conference and Site VisitIf a pre-bid conference will be held to answer questions regarding these Bid Documents, it will be held on thedate and time stated on the front cover of the Bid Documents. The pre-bid conference may be recorded byDPS.

If a pre-bid conference will be held, attendance is strongly encouraged. The Chief Procurement Officer orhis/her representative, as well as representatives from the City Department for which the Bid Documentshave been issued will comprise the panel to respond to Bidders’ questions.

Bidders must familiarize themselves with the locations for contract performance required by the BidDocuments and take into account all relevant conditions when preparing its Bid. The Contractor will not bepaid additional compensation due to failure to account for conditions that may be observed by a site visit inits bid.

If the site for the Work is not accessible to the public during normal business hours, instructions for obtainingaccess, including a date and time for guided visits, is set out on the cover of the Bid Documents.

1.6. Questions Regarding the Bid Documents; Bidder Inquiry DeadlineAll inquiries regarding this Bid Documents or procurement process must be directed to the ContractAdministrator/Negotiator at the email address listed on the front cover of the Bid Documents. Inquiriesmust be submitted via email and MUST include the specification number in the subject line of the email.

The Bidder Inquiry Deadline is listed on the front cover of the Bid Documents. Inquiries received after theBidder 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 ChiefProcurement Officer. Bidders cannot rely on oral or informal responses; such answers will not be bindingupon the City.

1.7. ExceptionsAny deviations from the specifications must be noted on the Proposal Page(s) or attached thereto, with theexact nature of the change outlined in sufficient detail. Bidder must provide the reason for which deviationswere made. Failure of a Bidder to comply with the terms of this paragraph may be cause for rejection of itsBid.

If a Bidder takes exception to other provisions of the specification, the Chief Procurement Officer shall rejectthe 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).

1.8. Taxes Included in Bid PricesMaterials purchased by the City of Chicago are not subject to the Federal Excise Tax. The City’s TaxExemption Certificate number is 36-6005820.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 4

Materials purchased by the City of Chicago are not subject to the State of Illinois Sales Tax. The City’s TaxExemption Certificate number is E9998-1874-07.

The Illinois Retailers’ Occupation Tax, Use Tax, and Municipal Retailers’ Occupation Tax do not apply tomaterials 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.

1.9. Bid Prices Must Incorporate All CostsBid pricing must incorporate any/all peripheral costs including, but not limited to the costs ofproducts/services, delivery/transportation charges, training, materials, labor, insurance, applicable taxes,warranty, overhead and profit, etc. that are required by the Bid Documents.

1.10. Completion of the Bid DocumentsEach Bidder must complete all of the forms listed on the Bid Submittal Checklist. The forms, including theBid Proposal Pages, must be completed in ink, or typewritten. Bidders may not change any of the BidDocuments. Any changes made by a Bidder to the Bid Documents may result in rejection of the Bid, and willnot be binding upon the City.

Bidders must use the Bid Execution Page that is appropriate for their form of business organization (e.g., soleproprietorship, corporation, partnership, or joint venture). The individual(s) that sign the Bid Execution Pageon behalf of the Bidder, by their signature, represents and warrants to the City that such individual isauthorized to execute bids and contracts on behalf of the Bidder, and that the Bidder agrees and shall bebound to all of the terms and conditions of the Bid Documents and, upon execution by the City, the ContractDocuments. Signatures must be sworn before a Notary Public.

1.11. Required Forms and Fees1.11.1. Certificate of Filing for Online EDSBidders must complete an online EDS prior to the bid due date. A Bidder who does not file an electronicEDS prior to the bid due date may be found non-responsive and its bid rejected. If you are unable tocomplete the EDS online and print a Certificate of Filing prior to the response due date, the City willaccept a paper EDS provided written justification is provided explaining the Bidders good faith efforts tocomplete it before the response due date and the reasons why it could not be completed. Refer to theInstructions for Completing Economic Disclosure Statement and Affidavit On-Line.

1.11.2. MBE/WBE ProgramThe goals for MBE and WBE participation are set forth in the Proposal Pages. The rules, regulations, andforms for achieving these goals are set forth in the Special Conditions Regarding Minority BusinessEnterprise 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 jointventure with one or more MBE/WBE certified firms to submit a Bid. Such Affidavit shouldbe signed by the appropriate Joint Venture members and notarized.

Schedule C-1If applicable, include a completed Letter of Intent from each certified MBE or WBE that willperform as a Subcontractor, Supplier and/or Consultant. Such letter(s) must be signed andnotarized.

Schedule D-1If applicable, include the Bidder’s Affidavit of MBE/WBE Goal Implementation Plan. ThisAffidavit must be signed and notarized.

Request for a Reduction or Waiver of the MBE/WBE GoalsIf applicable, after making good faith efforts, the Bidder is unable to provide a plan for theutilization 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

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 5

whole or partial waiver of the goals with its Bid. Any waiver request must includedocumentation as required by the M/WBE Special Conditions including but not limited tonotification to an assist agency.

1.11.3. Bid DepositBid deposits, if required, may be in the form of a bond, certified check, cashier’s check or money orderpayable to the City of Chicago. Bid bonds must be in the form provided by the Department ofProcurement Services, and must be executed by a surety licensed and authorized to do business in theState of Illinois.

Cash is not an acceptable form of Bid Deposit. Substantial failure to comply with bid depositrequirements will result in rejection of the bid. A non-substantial failure to comply with the bid depositrequirement 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 biddeposits until a contract has been awarded or, in the case of multiple awards, all contracts have beenawarded for the Bid in question.

If a bid deposit is required, it will be indicated on the front cover of the Bid Documents.

1.11.4. Contractor's Financial StatementIf requested by the Chief Procurement Officer, Bidder must file a "Contractor's Statement of Experienceand 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 representativestatement for one year. The "Contractor's Statement of Experience and Financial Condition" forms areavailable in the Bid and Bond Room, City Hall Room 403, Chicago, IL 60602, or may be downloaded atwww.cityofchicago.org/form. Failure to provide a "Contractor's Statement of Experience and FinancialCondition" if requested may be cause for rejection of the Bid.

1.11.5. Other Required Forms and DocumentsOther 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

1.12. Trade Names and SubstitutionsReference to a specific manufacturer or trade name in this solicitation is intended to be descriptive (but notrestrictive) and to indicate to prospective bidders those product(s) that have been deemed by the City to besatisfactory. The Bidder must, if awarded the Contract, provide the product(s) specified, unless equivalentalternatives 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 inthe solicitation, must identify such alternate items with its Bid with a detailed explanation anddocumentation in support of how the alternate items proposed by the Bidder can perform as well as orbetter than those specified. Unless an alternate item is so identified, it is understood that the Bidderproposes, and will be required to provide, the specific item described in the specifications. No substitutionof 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 inthe solicitation, including:

a) Product identification, including manufacturer's name and address.

b) Manufacturer's literature identifying:

i) Product description

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 6

ii) Reference standards

iii) 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; listingsignificant 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 productspecified.

The CPO may, in his or her sole discretion, accept an alternate item for a specified item, provided thealternate item so bid is, in the CPO’s sole opinion, the equivalent of the item specified in the solicitation. Analternate item that the CPO determines not to be equivalent to the specified item shall render the bid non-responsive and the CPO shall reject the bid.

1.13. Authorized Dealer/DistributorFor bids involving the furnishing of equipment or other goods that are subject to manufacturer warrantiesthat require sale or installation by authorized dealers or distributors, the Contractor must be themanufacturer or an authorized dealer/distributor of the proposed manufacturer and be capable of providinggenuine parts, assemblies and/or accessories as supplied by the manufacturer. Further, the Contractor mustbe capable of furnishing original product warranty and manufacturers related services such as productinformation, product recall notices, etc. The Bid Documents will typically ask the Bidder to certify that it is anauthorized dealer/distributor when this requirement is applicable. The Bidder's compliance with theserequirements will be determined by the CPO, whose decision will be binding.

1.14. Estimated QuantitiesUnless explicitly stated to the contrary in the Scope of Work, Detailed Specifications, or Proposal pages, anyquantities shown on the Proposal Pages represent estimated usage and as such are for bid canvassingpurposes only. The City reserves the right to increase or decrease quantities ordered. Nothing herein will beconstrued as intent on the part of the City to procure any goods or services beyond those determined by theCity 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.

1.15. Submission of Bids1.15.1. Date, Time, and PlaceBids are to be delivered to the Bid and Bond Room of the Department of Procurement Services, City HallRoom 301, 121 North LaSalle Street, Chicago, Illinois 60601 on the date and prior to the time stated onthe 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 bedetermined 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.

1.15.2. Bids Must Be Sealed and Properly LabeledAll Bids must be submitted in sealed envelopes. The Department of Procurement Services providesofficial bid enclosure envelopes at the Bid and Bond Room. Use of official envelopes is not required butis preferred

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 7

All envelopes containing Bids must be marked “Bid Enclosed,” and must have the Bidder’s name andaddress, the Specification Number, and the advertised date and time of bid opening stated on theenvelope. Failure to properly mark the envelope may result in a failed delivery, and result in rejection ofthe Bid. If more than one envelope is needed to submit the Bid, each envelope must be marked with allthe information required above and be marked to indicate that the envelopes belong together (e.g., oneof three, two of three).

1.15.3. Bidders Are Responsible for Bid DeliveryEach Bidder is solely and completely responsible for delivery of its Bid to the Bid and Bond Room beforethe date and time established for the Bid opening. Any Bid that is not delivered on time, including Bidsmistakenly delivered to other City offices, will not be accepted. The City is under no obligation to ensurethat 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 isresponsible for their delivery and drop-off to the correct location during business hours before the dateand hour set for the opening of bids. It is Bidder's sole responsibility to ensure the Bid is delivered to thecorrect location and received as required.

Bids are not to be delivered after hours by pushing them under the door.

1.15.4. Transparency Website; Trade SecretsConsistent with the City's practice of making available all information submitted in response to a publicprocurement, all bids, any information and documentation contained therein, any additionalinformation or documentation submitted to the City as part of this solicitation, and any information ordocumentation presented to City as part of negotiation of a contract or other agreement may be madepublicly available through the City's Internet website.

However, Bidders may designate those portions of a Bid which contain trade secrets or otherproprietary 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 ofdata 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 onthe City's website. Bidder is responsible for properly and adequately redacting any Data which Bidderdesires remain confidential. If entire pages or sections are removed, they must be represented by apage indicating that the page or section has been redacted. Failure to provide a CD-ROM with aredacted 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 non-responsive.

All Bids submitted to the City are subject to the Freedom of Information Act. The City will make the finaldetermination as to whether information, even if marked "confidential," will be disclosed pursuant to arequest under the Freedom of Information act, valid subpoena, or other legal requirement. Bidderagrees not to pursue any cause of action against the City with regard to disclosure of information.

1.16. Withdrawal of BidsBidders may withdraw their Bid at any time prior to the date and time for Bid opening. Requests forwithdrawal must be made in writing on the Bidder’s letterhead to the Bid and Bond Room. Bidders mustmake their own arrangements for the return of their Bids.

1.17. Bid OpeningBids will be opened and read publicly in the Bid and Bond Room by the Department of Procurement Servicesimmediately after the deadline for the submission of Bids has passed. Announcement of the Bids and the

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 8

apparent low Bidder are neither final nor binding. All Bids and Bid Documents are subject to review by theDepartment of Procurement Services to determination the lowest responsive and responsible bidder andwhether a contract will be awarded.

Bid tabulations are public information and are posted on the City's website www.cityofchicago.org/BidTab.URL is case sensitive. Select “Get Started Online” and search by specification number.

1.18. Effective Term of BidUnless 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 oftheir 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 theadvertised closing time for the receipt of Bids. The City reserves the right to withhold and deposit, asliquidated damages, the bid deposit of any bidder requesting withdrawal, cancellation or modification of itsProposal prior to the ninety (90) day period.

1.19. Evaluation of Bids1.19.1. Determination of ResponsivenessDPS will review Bids to determine whether they conform to the requirements of the Bid Documents.

1.19.1.1. Must Bid All Line ItemsThe Bidder must bid all Line Items set forth on the Proposal Pages, except to the extent that theSpecification expressly allows otherwise. Bids submitted to the contrary will be consideredincomplete 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 aGroup, except to the extent that the Specification expressly allows otherwise, but Bidders are notrequired to bid all Groups. Bids submitted to the contrary will be considered incomplete and as aresult, will be rejected as being non-responsive to this requirement.

1.19.1.2. Mathematical CalculationsThe Chief Procurement Officer reserves the right to make corrections, after receiving the bids, toany clerical error apparent on the face of the bid, including but not limited to obviously incorrectunits 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 Pricewill prevail.

1.19.1.3. Unbalanced BidsThe Chief Procurement Officer reserves the right to reject any Bid that, in his or her sole discretionand authority, determines is materially unbalanced.

1.19.1.4. Cash Billing TermsCash billing discounts offered will not be considered in the evaluation of bids.

1.19.2. Determination of ResponsibilityThe determination of the responsibility of a Bidder is within the sole discretion and authority of theChief Procurement Officer.

The Chief Procurement Officer may request any Bidder to submit such additional information pertainingto the Bidder’s responsibility as the Chief Procurement Officer deems necessary. Failure to comply withany such request will result in a finding of non-responsibility and rejection of the Bid.

1.19.2.1. Bidder Debts or DefaultsThe Chief Procurement Officer reserves the right to refuse to award a Contract to any bidder that isin arrears or is in default to the City upon any debt or contract, or that is a defaulter, as surety orotherwise, upon any obligation to the City, or has failed to perform faithfully any previous contractwith the City.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 9

1.19.2.2. Competency of BidderThe Bidder, if requested, must present within a reasonable time, as determined by the ChiefProcurement Officer, evidence satisfactory to the Chief Procurement Officer of ability to performthe Contract and possession of necessary facilities, pecuniary resources and adequate insurance tocomply with the terms of these specifications and contract documents.

1.20. Rejection of Bids and Waiver of InformalitiesThe Chief Procurement Officer, in his/her sole discretion and authority, may determine that it is in the bestinterest of the City to reject any or all Bids submitted in response to any Invitation for Bids. The ChiefProcurement Officer, in his/her sole discretion and authority, may disregard or waive any informality in theBids or bidding process.

1.21. Statutory Adjustments to the Bid1.21.1. 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 afacility located within the city and reports such facility to the Internal Revenue Service as a place ofemployment 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 tobe 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 acontract. 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 contractbase bid, in accordance with section 2-92-412 of the MCC, to any qualified bidder that is a primecontractor. If the CPO has determined that a City Based Business Preference may be applied, it will beindicated 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 toSection 2-92-410 will not be applied to that same Bid.

Bidders desiring to take advantage of the City Based Business Preference must submit documentationwith their Bid that Bidder is a City-Based Business.

1.21.2. Locally Manufactured Goods Bid IncentiveFor 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 toapplicable 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 goodsawarded 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 2-92-670.

“Locally manufactured goods” means goods whose value, either in whole or in part, is derived fromgrowing, producing, processing, assembling, or manufacturing activities that occur within a city-basedmanufacturer's facility located within the city.

“Manufacture” means to produce tangible goods for use from raw or prepared materials by giving thematerials 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 $100,000or more, the CPO may allocate a bid incentive ("Local Goods Incentive") in accordance with section 2-92-

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 10

410 of the MCC. If the CPO has determined that a Local Goods Incentive will be allocated, it will beindicated on the cover page of the Bid Documents and shall consist of the following:

Total Dollar Value of Locally Manufactured GoodsProvided 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 submitdocumentation 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 locallymanufactured goods for which the Local Goods Incentive was allocated shall be fined in an amountequal to three times the amount of the difference between the bid incentive allocated and the bidincentive that would have been allocated to that contractor for the amount of locally manufacturedgoods actually supplied under the contract, unless the contractor can demonstrate that due tocircumstances beyond the contractor's control, the contractor for good cause was unable to provide therequired percentage of locally manufactured goods.

1.21.3. Alternatively Powered Vehicles Bid Incentive1.21.3.1. Definitions for Alternatively Powered Vehicles Bid IncentiveFor purposes of this Section 1.21.3 only, the following definitions apply:

"Alternative fuel" has the meaning ascribed to that term in the Energy Policy Act of 1992, and therules 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 byalternative fuel and traditional petroleum-based gasoline or petroleum-based diesel fuel, thevehicle must be powered by the alternative fuel for no less than 80% BTUs consumed during thethree 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 acombination of any fuel and an alternative power source and the alternative power source includesan energy storage system to store generated or accumulated energy which substantially reducesthe 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 biodieselblend for no less than 80% of the gallons consumed during the three months prior to the submissionof the bid; or

(D) is fueled by traditional petroleum-based gasoline or petroleum-based diesel fuel, butpowered by an engine substantially more efficiently designed than a standard vehicle of the sameage, type and size; provided that the vehicle is rated by the United States Environmental ProtectionAgency 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 awarehouse 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 2-92-595 of the MunicipalCode of Chicago.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 11

"Bid incentive" means an amount deducted, for bid evaluation purposes only, from the contractbase bid in order to calculate the bid price to be used to evaluate the bid on a competitively bidcontract.

"Biodiesel blend" has the meaning ascribed to that term in Section 2-92-595 of the Municipal Codeof Chicago.

"Construction project" has the meaning ascribed to that term in Section 2-92-335 of the MunicipalCode of Chicago.

"Contract" means any contract, purchase order, construction project, or other agreement (otherthan 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 thecity.

"Contract base bid" means the total dollar amount a contractor bids on a contract without factoringany 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 ofthe business' fleet is located and used within the Six County Region; and (2) a majority of thosevehicles 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 abusiness.

"Vehicle" means every device powered by a motor or engine and by, upon, or in which any personor property is or may be transported or drawn upon a street or highway, except a “vehicle” shall notinclude motorized wheelchairs, golf carts, neighborhood electric vehicles, as that term is defined inSection 9-4-010 of the Municipal Code of Chicago, devices moved solely by human power, devicesused exclusively upon stationary rails or tracks, or snowmobiles, as defined in the SnowmobileRegistration and Safety Act of Illinois.

1.21.3.2. Eligibility for Alternatively Powered Vehicles Bid Incentive(A) Unless otherwise prohibited by any federal, state or local law, for any contract having anestimated contract value of $100,000 or more advertised, or if not advertised awarded, the chiefprocurement officer may allocate a bid incentive of 1/2% of the contract base price to a qualifiedbidder when the qualified bidder is an eligible business. If the CPO has determined that anAlternatively Powered Vehicles Preference may be applied, it will be indicated on the cover page ofthe Bid Documents.

The bid incentive is used only to calculate an amount to be used in evaluating the bid to determinethe 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 bothmaterials and labor.

(B) As a condition of being awarded the bid incentive, the eligible business shall continue to meetthe definition of an eligible business during the term of the contract.

(C) The contractor shall maintain adequate records necessary to monitor compliance with thissection and shall submit such reports as required by the chief procurement officer. Full access tothe contractor's and subcontractors' records shall be granted to the chief procurement officer, thecommissioner of the supervising department, the inspector general, or any duly authorizedrepresentative thereof. The contractor and subcontractors shall maintain all relevant records for aperiod of no less than seven years after final acceptance of the work.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 12

(D) A bidder desiring to receive an incentive pursuant to this section shall include with its bidsubmission the Affidavit of Eligible Business for Bid Incentive for Alternative Powered Vehicles, whichaffirms 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 failsto meet the definition as an eligible business during the term of the contract shall be fined in anamount 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 thissection are inconsistent with procedures or standards required by any law or regulation of theUnited States or the State of Illinois to the extent such inconsistency is not permitted under law orthe home rule powers of the city.

1.21.4. Child Support ArrearagePursuant to Section 2-92-415 of the MCC, an eight percent (8%) penalty will be applied to the Bids ofBidders whose substantial owners, as defined in the Code, are in arrears on court-ordered child supportpayments and who have not entered into an agreement for payment or are otherwise not in compliancewith the order. The penalty will pertain to the Bid only, and will not affect the Contract Price orpayments under the Contract.

1.21.5. MacBride Principles OrdinanceIf the Bidder conducts any business operations in Northern Ireland, it is hereby required that the Bidderwill make reasonable and good faith efforts to conduct those operations in accordance with theMacBride Principles for Northern Ireland as defined in Illinois Public Act 85-1390 and Section 2-92-580 ofthe Municipal Code to promote fair and equal employment opportunities and labor practices forreligious 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 orpayments under the Contract.

1.22. Consideration of BidsThe CPO represents and acts for the City in all matters pertaining to this invitation for bids and any contractsubsequently awarded. The CPO reserves the right to reject any and all bids and to disregard anyinformalities in a bid or the bidding process, when in his/her opinion the best interest of the City will beserved by such action.

1.23. Bid ProtestsThe bidder shall submit any protests or claims regarding this solicitation to the office of the City’s ChiefProcurement Officer located at City Hall Room 402, 121 North LaSalle Street, Chicago, Illinois 60602. A pre-bid protest must be filed no later than the five calendar days before the bid opening date, a pre-awardprotest must be filed no later than ten calendar days after the bid opening date, and a post-award protestmust 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, thegrounds for the protest or claim, and the course of action that the protesting party desires that the CPOundertake.

Copies of the Bid Protest Procedures (entitled Department of Procurement Services Solicitations andContracting Process Protest Procedures) are available at the Bid and Bond room and on DPS’ websitewww.cityofchicago.org/procurement under “Rules, Regulations and Ordinances” then under “Contract Rulesand Regulations”.

1.24. Award of Contract; Notice of AwardThe Contract consists of the Bid Documents. Upon the award and execution of a contract pursuant to theBid Documents, the Bid Documents become the Contract Documents, which collectively comprise theContract.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

City-Funded: Requirements for Bidding and Instructions for Bidders (non-construction) 09.24.2013 13

The Department of Procurement Services will, by written notice, notify the Bidder that is, per the Basis ofAward, the lowest responsive and responsible Bidder of the City’s award of a Contract.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Incorporation of Exhibits 14

ARTICLE 2. INCORPORATION OF EXHIBITSThe following attached Exhibits are made a part of this agreement:

Exhibit 1: Example Insurance Certificate of Coverage

[Add any other relevant exhibits here]

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 15

ARTICLE 3. STANDARD TERMS AND CONDITIONS3.1. General Provisions

3.1.1. Definitions"Addendum" is an official revision of the Bid Documents issued by the Chief Procurement Office prior toBid 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 securitycheckpoint to access. References to "sterile areas" generally mean Airside areas within terminalbuildings. References to "Airfield", "Aircraft Operations Area", "AOA", or "Secured areas" generallymean outdoor Airside areas or areas not accessible to passengers.

"Attachments" are all the exhibits and other documents attached to the Bid Documents and/orincorporated into the Contract by reference.

"Bid" refers to an offer made by a Bidder in response to an invitation for bids which includes a bindingproposal 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 andRFQs, references may be made to "Respondents." Once the Contract is awarded the Contractor shallassume that all references to a Bidder or Respondent and such attendant obligations apply to theContractor.

"Bid Opening Date" is the date and time publicly advertised by the Chief Procurement Officer as thedeadline for submission of Bids; this may be referred to as a "Proposal Due Date" for RFP and RFQsolicitations.

"Bid Documents" means all the documents issued by the Chief Procurement Officer, or referenced bythe Chief Procurement Officer as being available on the City's website and incorporated by suchreference, in connection with an invitation for bids or proposals. Except for such Bid Documents as areposted on the City's website and incorporated by reference, all Bid Documents must be submitted by abidder on the Bid Opening Date.

"Business Day" means business days (Monday through Friday, excluding legal holidays, or City shut-down 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 Departmentof Procurement Services ("DPS"), and any representative duly authorized in writing to act on the ChiefProcurement Officer's behalf.

"City" means the City of Chicago, a municipal corporation and home rule government under Sections 1and 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 writingto act on the Commissioner's behalf with respect to this Contract.

"Contact Person" means the Contractor's management level personnel who will work as liaisonbetween the City and the Contractor and be available to respond to any problems that may arise inconnection with Contractor's performance under the Contract.

"Contract" means, upon notice of award from the CPO, the contract consisting of all Bid Documentsrelating to a specific invitation for bids or proposals, and all amendments, modifications, or revisions

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 16

made from time to time in accordance with the terms thereof. All such documents comprising theContract are referred to as the "Contract Documents".

"Contractor" means the Bidder or Proposer (person, firm, or entity) that is awarded the Contract by theCPO. Any references to the Bidder or Proposer in the Contract Documents is understood to apply to theContractor.

"Department" which may also be referred to as the using/user Department is the City Departmentwhich appears on the applicable Purchase Order Release for goods, work, or services provided underthis Contract.

"Detailed Specifications" refers to the contract specific requirements that includes but is not limited toa detailed description of the scope, term, compensation, price escalation, and such other additionalterms and conditions governing this specific Contract.

"Force Majeure Event" means an event beyond the reasonable control of a party to this Contract, whichis 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 whichincludes: 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, ThanksgivingDay, 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 theContractor 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 DetailedSpecifications 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 ofthe goods, services or work to be provided by Contractor under the Contract, including subcontractorsof any tier, suppliers and material men, whether or not in privity with the Contractor.

3.1.2. Interpretation of Contract3.1.2.1. Order of PrecedenceThe 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

3.1.2.2. Interpretation and RulesUnless 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 theCommissioner or CPO, as applicable. Similarly, the words "approved", "acceptable", "satisfactory",

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 17

and similar words mean approved by, acceptable to, or satisfactory to the Commissioner or theCPO, as applicable.

The words "necessary", "proper", or similar words used with respect to the nature or extent of workor services mean that work or those services must be conducted in a manner, or be of a characterwhich is necessary or proper for the type of work or services being provided in the opinion of theCommissioner and the CPO, as applicable. The judgment of the Commissioner and the CPO in suchmatters will be considered final.

Wherever the imperative form of address is used, such as "provide equipment required" it will beunderstood and agreed that such address is directed to the Contractor unless the provisionexpressly states that the City will be responsible for the action.

3.1.2.3. SeverabilityThe invalidity, illegality, or unenforceability of any one or more phrases, sentences, clauses, orsections in this Contract does not affect the remaining portions of this Contract.

3.1.2.4. Entire ContractThe Contract Documents constitute the entire agreement between the parties and may not bemodified except by the subsequent written agreement of the parties.

3.1.3. Subcontracting and Assignment3.1.3.1. No Assignment of ContractPursuant to 65 ILCS 8-10-14, Contractor may not assign this Contract without the prior writtenconsent of the CPO. In no case will such consent relieve the Contractor from its obligations, orchange the terms of the Contract. The Contractor must notify the CPO, in writing, of the name ofany proposed assignee and the reason for the assignment; consent to which is solely in the CPO’sdiscretion.

3.1.3.2. SubcontractsNo part of the goods, work, or services to be provided under this Contract may be subcontractedwithout the prior written consent of the CPO; but in no case will such consent relieve the Contractorfrom its obligations, or change the terms of the Contract. The Contractor must notify the CPO of thenames 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 theSubcontractor nor any of its owners is debarred from or otherwise ineligible to participate on Citycontracts. This information can be found on the City’s website:http://www.cityofchicago.org/city/en/depts/dps/provdrs/comp/svcs/debarred_firms_list.html

Subcontracting of the services or work or any portion of the Contract without the prior writtenconsent of the CPO is null and void. Further, the Contractor will not make any substitution of apreviously approved Subcontractor without the prior written consent of the CPO; any substitutionof 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 thejudgment of the Commissioner or the CPO, any Subcontractor is careless, incompetent, violatessafety 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 thisContract, or fails to follow the requirements of this Contract, then the Contractor will, immediatelyupon notice from the Commissioner or the CPO, discharge or otherwise remove such Subcontractorand propose an acceptable substitute for CPO approval.

3.1.3.3. No Pledging or Assignment of Contract Funds Without City ApprovalThe Contractor may not pledge, transfer, or assign any interest in this Contract or contract fundsdue 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 willbe deemed an event of default under this Contract.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 18

3.1.3.4. City’s Right to AssignThe City expressly reserves the right to assign or otherwise transfer all or any part of its interests inthis Contract without the consent or approval of the Contractor.

3.1.3.5. AssignsAll of the terms and conditions of this Contract are binding upon and inure to the benefit of theparties hereto and their respective legal representatives, successors, transferees, and assigns.

3.1.4. Contract Governance3.1.4.1. Governing Law and JurisdictionThis Contract will be governed in accordance with the laws of the State of Illinois, without regard tochoice of law principles. The Contractor hereby irrevocably submits, and will cause itsSubcontractors to submit, to the original jurisdiction of those State or Federal courts located withinthe County of Cook, State of Illinois, with regard to any controversy arising out of, relating to, or inany way concerning the execution or performance of this Contract and irrevocably agrees to bebound 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 thelaying of venue or based on the grounds of forum non conveniens) which it may now or hereafterhave to the bringing of any action or proceeding with respect to this Contract in the jurisdiction setforth above.

3.1.4.2. Consent to Service of ProcessThe Contractor agrees that service of process on the Contractor may be made, at the option of theCity, either by registered or certified mail addressed to the applicable office as provided for in thisContract, by registered or certified mail addressed to the office actually maintained by theContractor, or by personal delivery on any officer, director, or managing or general agent of theContractor. The Contractor designates and appoints the representative identified on the signaturepage 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 toreceive such service at all times), such service being hereby acknowledged by such representative tobe effective and binding service in every respect. Said agent may be changed only upon the givingof written notice by the Contractor to the City of the name and address of a new Agent for Serviceof Process who works within the geographical boundaries of the City of Chicago. Nothing herein willaffect the right to serve process in any other manner permitted by law or will limit the right of theCity to bring proceedings against the Contractor in the courts of any other jurisdiction.

3.1.4.3. Cooperation by Parties and between ContractorsThe Parties hereby agree to act in good faith and cooperate with each other in the performance ofthis Contract. The Contractor further agrees to implement such measures as may be necessary toensure that its staff and its Subcontractors will be bound by the provisions of this Contract. The Citywill be expressly identified as a third party beneficiary in the subcontracts and granted a direct rightof enforcement thereunder.

Unless otherwise provided in Detailed Specifications, if separate contracts are let for work within oradjacent to the project site as may be further detailed in the Contract Documents, each Contractormust perform its Services so as not to interfere with or hinder the progress of completion of thework being performed by other contractors.

Each Contractor involved shall assume all liability, financial or otherwise, in connection with itscontract, and shall protect and hold harmless the City from any and all damages or claims that mayarise because of inconvenience, delay, or loss experienced by the Contractor because of thepresence and operations of other contractors working within the limits of its work or Services. EachContractor shall assume all responsibility for all work not completed or accepted because of thepresence and operations of other contractors.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 19

The Contractor must as far as possible, arrange its work and space and dispose of the materialsbeing used, so as not to interfere with the operations of the other contractors within or adjacent tothe limits of the project site.

3.1.4.4. No Third Party BeneficiariesThe parties agree that this Contract is solely for the benefit of the parties and nothing herein isintended to create any third party beneficiary rights for subcontractors or other third parties.

3.1.4.5. Independent ContractorThis Contract is not intended to and does not constitute, create, give rise to, or otherwise recognizea joint venture, partnership, corporation or other formal business association or organization of anykind between Contractor and the City. The rights and the obligations of the parties are only thoseset forth in this Contract. Contractor must perform under this Contract as an independentcontractor 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 relationshipsuch 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 Servicesrequired under this Contract.

Contractor is not entitled to membership in any City Pension Fund, Group Medical InsuranceProgram, Group Dental Program, Group Vision Care, Group Life Insurance Program, DeferredIncome Program, vacation, sick leave, extended sick leave, or any other benefits ordinarily providedto 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 anycompensation provided to Contractor.

3.1.4.6. AuthorityExecution of this Contract by the Contractor is authorized and signature(s) of each person signing onbehalf of the Contractor have been made with complete and full authority to commit the Contractorto 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 inaccordance with the business entity(s rules and procedures.

3.1.4.7. Joint and Several LiabilityIn the event that Contractor, or its successors or assigns, if any, is comprised of more than oneindividual or other legal entity (or a combination thereof), then and in that event, each and everyobligation or undertaking herein stated to be fulfilled or performed by Contractor will be the jointand several obligation or undertaking of each such individual or other legal entity.

3.1.4.8. NoticesAll 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 usingDepartment that appears on the applicable Purchase Order, with a copy to the Chief ProcurementOfficer, Room 806, City Hall, 121 N. LaSalle Street, Chicago, Illinois 60602.

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 theDepartment of Law, Room 600, City Hall, 121 N LaSalle Street, Chicago, Illinois 60602.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 20

All communications and notices from the City to the Contractor, unless otherwise provided for, willbe faxed, delivered personally, electronically mailed or mailed first class, postage prepaid, to theContractor care of the name and to the address listed on the Bid Documents’ proposal page.

3.1.4.9. AmendmentsFollowing Contract award, no change, amendment, or modification of the Contract Documents orany part thereof, is valid unless stipulated in writing and signed by the Contractor, Mayor, CPO, andComptroller, unless specifically allowed for by the Contract Documents.

3.1.4.10. No Waiver of Legal RightsNeither the acceptance by the City, or any representative of the City, nor any payment for oracceptance of the whole or any part of the deliverables, nor any extension of time, nor anypossession taken by the City, shall operate as a waiver by the City of any portion of the Contract, orof 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 subsequentbreach. Whenever under this Contract the City by a proper authority waives the Contractor'sperformance in any respect or waives a requirement or condition to either the City's or theContractor's performance, the waiver so granted, whether express or implied, shall only apply tothe particular instance and will not be deemed a waiver forever or for subsequent instance of theperformance, requirement, or condition. No such waiver shall be construed as a modification of thisContract regardless of the number of time the City may have waived the performance, requirement,or condition.

3.1.4.11. Non-appropriation of FundsPursuant to 65 ILCS 5/8-1-7, any contract for the expenditure of funds made by a municipalitywithout the proper appropriation is null and void.

If no funds or insufficient funds are appropriated and budgeted in any fiscal period of the City forpayments to be made under this Contract, then the City will notify the Contractor of thatoccurrence and this Contract shall terminate on the earlier of the last day of the fiscal period forwhich sufficient appropriation was made or whenever the funds appropriated for payment underthis Contract are exhausted.

No payments will be made to the Contractor under this Contract beyond those amountsappropriated and budgeted by the City to fund payments under this Contract.

3.1.4.12. Participation By Other Government AgenciesOther 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 netadverse effect on the City of Chicago and result in no diminished services from the Contractor to theCity's Departments.

Examples of such Local Government Agencies are: the Chicago Board of Education, Chicago ParkDistrict, City Colleges of Chicago, Chicago Transit Authority, Chicago Housing Authority, ChicagoBoard of Elections, Metropolitan Pier and Exposition Authority (McCormick Place, Navy Pier), andthe Municipal Courts.

Said purchases will be made upon the issuance of a purchase order directly from the LocalGovernment Agency. The City will not be responsible for payment of any amounts owed by anyother Local Government Agencies, and will have no liability for the acts or omissions of any otherLocal Government Agency.

3.1.5. ConfidentialityAll deliverables and reports, data, findings or information in any form prepared, assembled orencountered by or provided by Contractor under this Contract are property of the City and areconfidential, except as specifically authorized in this Contract or as may be required by law. Contractor

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 21

must not allow the Deliverables to be made available to any other individual or organization without theprior written consent of the City. Further, all documents and other information provided to Contractorby the City are confidential and must not be made available to any other individual or organizationwithout the prior written consent of the City. Contractor must implement such measures as may benecessary to ensure that its staff and its Subcontractors are bound by the confidentiality provisionscontained in this Contract.

Contractor must not issue any publicity news releases or grant press interviews, and except as may berequired by law during or after the performance of this Contract, disseminate any information regardingits Services or the project to which the Services pertain without the prior written consent of theCommissioner.

If Contractor is presented with a request for documents by any administrative agency or with asubpoena duces tecum regarding any records, data or documents which may be in Contractor'spossession 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 theopportunity to contest such process by any means available to it before the records or documents aresubmitted to a court or other third party. Contractor, however, is not obligated to withhold the deliverybeyond the time ordered by the court or administrative agency, unless the subpoena or request isquashed or the time to produce is otherwise extended.

3.1.6. IndemnityContractor 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 definedbelow), including those related to: injury, death or damage of or to any person or property; anyinfringement or violation of any property right (including any patent, trademark or copyright); failure topay or perform or cause to be paid or performed Contractors covenants and obligations as and whenrequired under this Contract or otherwise to pay or perform its obligations to any subcontractor; theCity's exercise of its rights and remedies under this Contract; and injuries to or death of any employee ofContractor or any subcontractor under any workers compensation statute.

"Losses" means, individually and collectively, liabilities of every kind, including monetary damages andreasonable costs, payments and expenses (such as, but not limited to, court costs and reasonableattorneys' fees and disbursements), claims, demands, actions, suits, proceedings, fines, judgments orsettlements, any or all of which in any way arise out of or relate to the negligent or otherwise wrongfulerrors, 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 Lossesand must pay all costs and expenses incidental to them, but the City has the right, at its option, toparticipate, at its own cost, in the defense of any suit, without relieving Contractor of any of itsobligations under this Contract. Any settlement must be made only with the prior written consent of theCity 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 toindemnify, defend or contribute to any sums due to third parties arising out of any Losses, including butnot limited to any limitations on Contractor's liability with respect to a claim by any employee ofContractor arising under the Workers Compensation Act, 820 ILCS 305/1 et seq. or any other related lawor 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 WorkersCompensation Act, the Illinois Pension Code or any other statute.

The indemnities in this section survive expiration or termination of this Contract for matters occurring orarising during the term of this Contract or as the result of or during the Contractor's performance ofwork or services beyond the term. Contractor acknowledges that the requirements set forth in thissection to indemnify, keep and save harmless and defend the City are apart from and not limited by theContractor's duties under this Contract, including the insurance requirements set forth in the Contract.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 22

3.1.7. Non-Liability of Public OfficialsContractor and any assignee or Subcontractor of Contractor must not charge any official, employee oragent of the City personally with any liability or expenses of defense or hold any official, employee oragent of the City personally liable to them under any term or provision of this Contract or because of theCity's execution, attempted execution or any breach of this Contract.

3.1.8. Contract Extension OptionThe City may extend this Contract once following the expiration of the contract term for up to 181Calendar Days or until such time as a new contract has been awarded for the purpose of providingcontinuity of services and/or supply while procuring a replacement contract subject to acceptableperformance by the Contractor and contingent upon the appropriation of sufficient funds. The CPO willgive the Contractor notice of the City’s intent to exercise its option to renew the Contract for theapproaching option period.

3.2. Compensation Provisions3.2.1. Ordering, Invoices, and Payment

3.2.1.1. Purchase OrdersRequests for work, services or goods in the form of a Purchase Order will be issued by theDepartment and sent to the Contractor to be applied against the Contract. The Contactor must nothonor any order(s), perform work or services or make any deliveries of goods without receipt of aPurchase Order issued by the City of Chicago. Any work, services, or goods provided by theContractor without a Purchase Order is made at the Contractor's risk. Consequently, in the eventsuch Purchase Order is not provided by the City, the Contractor releases the City from any liabilitywhatsoever 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 pertinentinstructions regarding performance or delivery.

3.2.1.2. InvoicesIf required by the Scope of Work / Detailed Specifications, original invoices must be sent by theContractor to the Department to apply against the Contract. Invoices must be submitted inaccordance with the mutually agreed upon time period with the Department. All invoices must besigned, dated and reference the City's Purchase Order number and Contract number. A signed workticket, time sheets, manufacturer's invoice, if applicable, or any documentation requested by theCommissioner must accompany each invoice. If a Contractor has more than one contract with theCity, separate invoices must be prepared for each contract in lieu of combining items from differentcontracts under the same invoice. Invoice quantities, description of work, services or goods, unit ofmeasure, pricing and/or catalog information must correspond to the items on the Proposal Pages ofthe Bid Documents. If invoicing Price List/Catalog items, indicate Price List/Catalog number, itemnumber, Price List/Catalog date and Price List/Catalog page number on the invoice.

3.2.1.3. Centralized Invoice ProcessingUnless stated otherwise in the Detailed Specifications, this Contract is subject to Centralized InvoiceProcessing ("CIP"). Invoices must be submitted directly to the Comptroller's office by US PostalService mail to the following address as appropriate:

Invoices for any City department other than the Department of Aviation:

InvoicesCity of Chicago, Office of the City Comptroller33 N. LaSalle St., Room 700Chicago, IL 60602

Invoices for the Department of Aviation:

Chicago Department of Aviation

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 23

10510 W. Zemke Blvd.P.O. Box 66142Chicago, IL 60666Attn: Finance Department

OR

Invoices for any department, including Aviation, may be submitted via email to:[email protected] with the word "INVOICE" in the subject line.

All invoices must be signed, marked "original," and include the following information or paymentwill 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 mustcorrespond 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 theContract 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 ofChicago. The City of Chicago is exempt from paying State of Illinois sales tax and Federal excisetaxes on purchases.

3.2.1.4. PaymentThe City will process payment within sixty (60) calendar days after receipt of invoices and allsupporting documentation necessary for the City to verify the satisfactory delivery of work, servicesor goods to be provided under this Contract.

Contractor may be paid, at the City's option, by electronic payment method. If the City elects tomake payment through this method, it will so notify the Contractor, and Contractor agrees tocooperate to facilitate such payments by executing the City's electronic funds transfer form,available for download from the City's website at:http://www.cityofchicago.org/content/dam/city/depts/fin/supp_info/DirectDepositCityVendor.pdf.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 aPurchase Order or that are non-compliant with the terms and conditions of the ContractDocuments. Any goods, work, or services which fail tests and/or inspections are subject tocorrection, exchange or replacement at the cost of the Contractor.

3.2.1.5. Electronic Ordering and Invoices

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 24

The Contractor will cooperate in good faith with the City in implementing electronic ordering andinvoicing, 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 andtransmitted by an electronic means specified by the City. Such electronic means may include, butare not limited to, disks, e-mail, EDI, FTP, web sites, and third party electronic services. The CPOreserves the right to change the document format and/or the means of transmission upon writtennotice to the Contractor. Contractor will ensure that the essential information, as determined bythe CPO, in the electronic document, corresponds to that information submitted by the Contractorin its paper documents. The electronic documents will be in addition to paper documents requiredby this Contract, however, by written notice to the Contractor, the CPO may deem any or all of theelectronic ordering and invoice documents the official documents and/or eliminate the requirementfor paper ordering and invoice documents.

3.2.1.6. City Right to OffsetThe City may offset against any invoice from Contractor any costs incurred by the City as a result ofevent of default by Contractor under this Contract or otherwise resulting from Contractor'sperformance or non-performance under this Contract, including but not limited to any credits dueas a result of over-billing by Contractor or overpayments made by the City. If the amount offset isinsufficient to cover those costs, Contractor is liable for and must promptly remit to the City thebalance upon written demand for it. This right to offset is in addition to and not a limitation of anyother remedies available to the City.

3.2.1.7. RecordsUpon 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 mustbe open to inspection by authorized representatives of the City. The Contractor must make theserecords available at reasonable times during the performance of the Services and will retain them ina safe place and must retain them for at least five (5) years after the expiration or termination ofthe Contract.

3.2.1.8. Audits3.2.1.8.1.City’s Right to Conduct AuditsThe City may, in its sole discretion, audit the records of Contractor or its Subcontractors, orboth, 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 calendaryear or partial calendar year may be deemed an "audited period".

3.2.1.8.2.Recovery for Over-BillingIf, as a result of such an audit, it is determined that Contractor or any of its Subcontractors hasovercharged the City in the audited period, the City will notify Contractor. Contractor mustthen promptly reimburse the City for any amounts the City has paid Contractor due to theovercharges 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 thecost of each subsequent audit that the City conducts;

If, however, the audit has revealed overcharges to the City representing 5% or more of the totalvalue, based on the contract prices, of the goods, work, or services provided in the auditedperiod, then Contractor must reimburse the City for the full cost of the audit and of eachsubsequent audit.

Failure of Contractor to reimburse the City in accordance with the foregoing is an event ofdefault under this Contract, and Contractor will be liable for all of the City's costs of collection,including any court costs and attorneys’ fees.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 25

3.2.2. Subcontractor Payment ReportsThe Contractor must report payments to Subcontractors on a monthly basis in the form of an electronicreport. Upon the first payment issued by the City to the Contractor for services performed, on the firstday of each month and every month thereafter, email and/or fax notifications will be sent to theContractor with instructions to report payments to Subcontractors that have been made in the priormonth. 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 amountpayments, the Subcontractor will receive an email and/or fax notification requesting that they log intothe 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 monthor payments may be withheld.

All contracts between the Contractor and its Subcontractors must contain language requiring theSubcontractors to respond to email and/or fax notifications from the City requiring them to reportpayments received from the Contractor.

Access to the Certification and Compliance Monitoring System (C2), which is a web-based reportingsystem, can be found at: https://chicago.mwdbe.com

(Note: This site works for reporting all Subcontractor payments regardless of whether they areMBE/WBE/DBE or non-certified entities.)

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) calendardays of Contractor receiving payment from the City. Failure to comply with the foregoing will be deemedan event of default.

3.2.3. Prompt Payment to Subcontractors3.2.3.1. Incorporation of Prompt Payment Language in SubcontractsContractor must state the requirements of these Prompt Payment provisions in all Subcontracts andpurchase orders. If Contractor fails to incorporate these provisions in all Subcontracts and purchaseorders, the provisions of this Section are deemed to be incorporated in all Subcontracts andpurchase orders. Contractor and the Subcontractors have a continuing obligation to make promptpayment to their respective Subcontractors. Compliance with this obligation is a condition ofContractor’s participation and that of its Subcontractors on this Contract.

3.2.3.2. Payment to Subcontractors Within Fourteen DaysThe Contractor must make payment to its Subcontractors within 14 days of receipt of payment fromthe City for each invoice, but only if the Subcontractor has satisfactorily provided goods or servicesor completed its work or services in accordance with the Contract Documents and provided theContractor with all of the documents and information required of the Contractor. The Contractormay delay or postpone payment for a to a Subcontractor when the Subcontractor’s work ormaterials do not comply with the requirements of the Contract Documents, the Contractor is actingin good faith, and not in retaliation for a Subcontractor exercising legal or contractual rights.

3.2.3.2.1.Reporting Failures to Promptly PayThe City posts payments to prime contractors on the web athttp://webapps.cityofchicago.org/VCSearchWeb/org/cityofchicago/vcsearch/controller/payments/begin.do?agencyId=city.

If the Contractor, without reasonable cause, fails to make any payment to its Subcontractorsand material suppliers within 14 days after receipt of payment under a City contract, theContractor shall pay to its Subcontractors and material suppliers, in addition to the payment

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 26

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-dayperiod required above, the Subcontractor may notify the City by submitting a report form thatmay be downloaded from the DPS website at:

http://www.cityofchicago.org/content/dam/city/depts/dps/ContractAdministration/StandardFormsAgreements/Failure_to_Promtly_Pay_Fillable_Form_3_2013.pdf

The report will require the Subcontractor to affirm that (a) its invoice to the Contractor wasincluded in the payment request submitted by the contractor to the City and (b) Subcontractorhas not, at the time of the report, received payment from the contractor for that invoice. Thereport must reference the payment (voucher) number posted on-line by the City in the noticeof 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 Cityare violations of law and subject to a range of penalties including fines and debarment.

3.2.3.2.2.Whistleblower ProtectionContractor shall not take any retaliatory action against any Subcontractor for reporting non-payment pursuant to this Sub-Section 3.2.3. Any such retaliatory action is an event of defaultunder this Contract and is subject to the remedies set forth in Section 3.5 hereof, includingtermination. In addition to those remedies, any retaliatory action by a contractor may result ina contractor being deemed non-responsible for future City contracts or, if, in the sole judgmentof the Chief Procurement Officer, such retaliatory action is egregious, the Chief ProcurementOfficer may initiate debarment proceedings against the contractor. Any such debarment shallbe for a period of not less than one year.

3.2.3.3. Liquidated Damages for Failure to Promptly PayMuch of the City’s economic vitality derives from the success of its small businesses. The failure bycontractors to pay their subcontractors in a timely manner, therefore, is clearly detrimental to theCity. Inasmuch as the actual damages to the City due to such failure are uncertain in amount anddifficult to prove, Contractor and City agree that the Chief Procurement Officer may assessliquidated damages against contractors who fail to meet their prompt payment requirements. Suchliquidated damages shall be assessed to compensate the City for any and all damage incurred due tothe 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 theadministration and outreach efforts of the City’s Small Business Program.

3.2.3.4. Action by the CityUpon receipt of a report of a failure to pay, the City will issue notice to the contractor, and providethe contractor with an opportunity to demonstrate reasonable cause for failing to make paymentwithin applicable period set forth in the Contract. The Chief Procurement Officer, in his or her solejudgment, shall determine whether any cause for nonpayment provided by a contractor isreasonable. In the event that the contractor fails to demonstrate reasonable cause for failure tomake payment, the City shall notify the contractor that it will assess liquidated damages. Any suchliquidated damages will be assessed according to the following schedule:

First Unexcused Report: $50Second Unexcused Report: $100Third Unexcused Report: $250Fourth Unexcused Report: $500

3.2.3.5. Direct Payment to Subcontractors By CityThe CPO may notify the Contractor that payments to the Contractor will be suspended if the CPOhas determined that the Contractor has failed to pay any Subcontractor, employee, or workman, for

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 27

work performed. If Contractor has not cured a failure to pay a Subcontractor, employee orworkman within 10 days after receipt of such notice, the CPO may request the Comptroller to applyany money due, or that may become due, to Contractor under the Contract to the payment of suchSubcontractors, workmen, and employees and the effect will be the same, for purposes of paymentto 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 oncontracts and the effect will be the same, for purposes of payment to Contractor of the ContractPrice, as if the City had paid Contractor directly. The City’s election to exercise or not to exercise itsrights under this paragraph shall not in any way affect the liability of the Contractor or its sureties tothe City or to any such Subcontractor, workman, or employee upon any bond given in connectionwith such Contract.

3.2.4. General Price Reduction – Automatic Eligibility for General Price ReductionsIf at any time after the Bid Opening Date the Contractor makes a general reduction in the price of anygoods, services or work covered by the Contract to its customers generally, an equivalent pricereduction based on similar quantities and/or considerations shall apply to the Contract for the durationof the contract period (or until the price is further reduced). Such price reduction will be effective at thesame 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 articleor service offered (1) to Contractor’s customers generally, or (2) in the Contractor's price schedule forthe class of customers, i.e., wholesalers, jobbers, retailers, etc., which was used as the basis for biddingon 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 ispursuant to the General Price Reduction provision of the Contract. The Contractor, in addition, mustwithin 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 reductionall 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 remediesshall include a rebate to the City of any overpayments.

3.3. Compliance With All Laws3.3.1. GeneralContractor 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 amendedwhether or not they appear in the Contract Documents.

Provisions required by law, ordinances, rules, regulations, or executive orders to be inserted in theContract 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 inconnection with the performance of its obligations hereunder, and Contractor must require allSubcontractors to also do so. Failure to do so is an event of default and may result in the termination ofthis Contract.

3.3.2. Non-Discrimination3.3.2.1. Federal Affirmative ActionIt is an unlawful employment practice for the Contractor (1) to fail or refuse to hire or to dischargeany 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 orapplicants for employment in any way which would deprive or tend to deprive any individual of

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 28

employment opportunities or otherwise adversely affect his status as an employee, because of suchindividuals race, color, religion, sex, age, handicap or national origin.

Contractor must comply with The Civil Rights Act of 1964, 42 U.S.C. sec. 2000 et seq. (1988), asamended. Attention is called to: Exec. Order No. 11,246,30 Fed. Reg. 12,319 (1965), reprinted in 42U.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. 61 01-61 06(1988); Rehabilitation Act of 1973, 29 U.S.C. sec. 793-794 (1988); Americans with Disabilities Act, 42U.S.C. sec. 12102 et seq.; and 41 C.F.R. Part 60 et seq. (1990); and all other applicable federal laws,rules, regulations and executive orders.

3.3.2.2. Illinois Human Rights ActContractor must comply with the Illinois Human Rights Act, 775ILCS 5/1-1 01 et seq., as amendedand any rules and regulations promulgated in accordance therewith, including, but not limited tothe 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 etseq., as amended; and all other applicable state laws, rules, regulations and executive orders.

3.3.2.3. Chicago Human Rights Ordinance MCC Ch. 2-160Contractor must comply with the Chicago Human Rights Ordinance, MCC Ch. 2-160, Sect. 2-160-010et seq., as amended; and all other applicable municipal code provisions, rules, regulations andexecutive orders.

Contractor must furnish or shall cause each of its Subcontractors to furnish such reports andinformation as requested by the Chicago Commission on Human Relations.

3.3.2.4. 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 MCCSect. 2-92-337 et seq., Regulations Governing Certification of BEPDs, and all other Regulationspromulgated under the aforementioned sections of the MCC; shall have the full and fairopportunities to participate fully in the performance of this Contract

Contractor shall not discriminate against any person or business on the basis of disability, and shalltake affirmative actions to ensure BEPDs shall have full and fair opportunities to compete for andperform subcontracts for supplies or services.

Failure to carry out the commitments and policies set forth herein shall constitute a material breachof the Contract and may result in the termination of the Contract or such remedy as the City deemsappropriate.

For purposes of this section only, the following definitions apply:

"Business Enterprises owned by People with Disabilities" or "BEPD" has the same meaningascribed to it in MCC Sect. 2-92-586.

"Bid incentive" means an amount deducted, for bid evaluation purposes only, from the contractbase bid in order to calculate the bid price to be used to evaluate the bid on a competitively bidcontract.

"Construction project" has the same meaning ascribed to it in MCC Sect. 2-92-335.

"Contract" means any contract, purchase order, construction project, or other agreement (otherthan 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 theCity.

"Contract base bid" means the total dollar amount a contractor bids on a contract withoutfactoring any bid incentive or percentage reductions to the bid amount.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 29

"Earned credit" means the amount of the bid incentive allocated to a contractor upon completionof a contract in which the contractor met or exceeded his or her goals for the utilization of BEPDs inthe performance of the contract.

"Earned credit certificate" means a certificate issued by the Chief Procurement Officer evidencingthe 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 orsubcontractor in accordance with the provisions of this section. The bid incentive shall be earned inthe performance of the Contract, provided that the bid incentive earned in the performance of theContract shall only be applied to a future contract.

Where not otherwise prohibited by federal, state, or local law, the CPO shall allocate to anyqualified bidder the following bid incentive for utilization of a BEPD as a prime contractor orsubcontractor in the performance of the contract.

% of total dollar contract amount performed by BEPD Bid incentive2 to 5% ½% of the contract base bid6 to 10% 1% of the contract base bid11% 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 bidincentive does not affect the contract price.

As part of the contract close-out procedure, if the CPO determines that the Contractor hassuccessfully met his or her BEPD utilization goals either as a prime contractor or withsubcontractors, the CPO shall issue an earned credit certificate that evidences the amount ofearned credits allocated to the Contractor. The Contractor may apply the earned credits as the bidincentive for any future contract bid of equal or less dollar amount. The earned credit certificate isvalid for three years from the date of issuance and shall not be applied towards any future contractbid after the expiration of that period.

The Contractor may apply the earned credit certificate on multiple future contract bids during thethree-year period in which the certificate is valid, but may only receive one bid incentive for bidevaluation purposes on one contract award. If the Contractor applies the earned credit certificateon multiple contract bids and is the lowest responsive and responsible bidder on more than onecontract bid, the earned credit certificate shall be applied to the contract bid first to be advertisedby the Department of Procurement Services, or if multiple contract bids were advertised on thesame date, the earned credit certificate shall be applied only to the contract bid with the greatestdollar value

The Contractor shall maintain accurate and detailed books and records necessary to monitorcompliance with this section and shall submit such reports as required by the CPO, or thecommissioner of the supervising department.

Full access to the Contractor’s and Subcontractor’s records shall be granted to the CPO, thecommissioner of the supervising department, or any duly authorized representative thereof. TheContractor and Subcontractors shall maintain all relevant records for a period of at least three yearsafter final acceptance of the work.

The CPO is authorized to adopt, promulgate and enforce reasonable rules and regulationspertaining to the administration and enforcement of this section.

3.3.3. Wages3.3.3.1. Living Wage OrdinanceMCC Sect. 2-92-610 provides for a living wage for certain categories of workers employed in theperformance of City contracts, specifically non-City employed security guards, parking attendants,

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 30

day laborers, home and health care workers, cashiers, elevator operators, custodial workers, andclerical workers ("Covered Employees"). Accordingly, pursuant to MCC Sect. 2-92-610 andregulations promulgated thereunder:

if the Contractor has 25 or more full-time employees, and if at any time during the performance ofthe contract the Contractor and/or any subcontractor or any other entity that provides any portionof the Services (collectively "Performing Parties") uses 25 or more full-time security guards, or anynumber of other full-time Covered Employees, then The Contractor's obligation to pay, and toassure payment of, the Base Wage will begin at any time during the Contract term when theconditions set forth in (1) and (2) above are met, and will continue thereafter until the end of theContract term.

As of July 1, 2013 the Base Wage is $11.78. The current rate can be found on the Department ofProcurement Services’ website. Each July 1st the Base Wage will be adjusted, using the most recentfederal poverty guidelines for a family of four (4) as published annually by the U.S. Department ofHealth 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 termof this Contract, Contractor and all other Performing Parties must pay the Base Wage (as adjusted inaccordance with the above). If the payment of prevailing wages is required for work or servicesdone under this Contract, and the prevailing wages for Covered Employees are higher than the BaseWage, then the Contractor must pay the prevailing wage rates.

The Contractor must include provisions in all subcontracts requiring its Subcontractors to pay theBase Wage to Covered Employees. The Contractor agrees to provide the City with documentationacceptable to the CPO demonstrating that all Covered Employees, whether employed by theContractor or by a subcontractor, have been paid the Base Wage, upon the City's request for suchdocumentation. The City may independently audit the Contractor and/or subcontractors to verifycompliance herewith.

Failure to comply with the requirements of this Section will be an event of default under thisContract, and further, failure to comply may result in ineligibility for any award of a City contract orsubcontract for up to three years.

Not-for-Profit Corporations: If the Contractor is a corporation having Federal tax-exempt statusunder Section 501 (c)(3) of the Internal Revenue Code and is recognized under Illinois not-for-profitlaw, then the provisions above do not apply.

3.3.3.2. Prevailing Wage RatesUnless this Contract is identified in the Bid Documents as federally funded, if this Contract calls forthe construction of a "public work" within the meaning of Illinois Prevailing Wage Act, 820 ILCS130/.01 et seq. ("the Act"), the Act requires contractors and subcontractors to pay laborers, workersand mechanics performing services on public works projects no less than the current “prevailingrate of wages” (hourly cash wages plus amount for fringe benefits) in the county where the work isperformed. The Department publishes the prevailing wage rates on its website athttp://www.state.il.us/agency/idol/rates/rates.HTM. The Department revises the prevailing wagerates and the contractor/subcontractor has an obligation to check the Department’s web site forrevisions to prevailing wage rates. For information regarding current prevailing wage rates, pleaserefer to the Illinois Department of Labor’s website. All contractors and subcontractors renderingservices under this contract must comply with all requirements of the Act, including but not limitedto, all wage requirements and notice and record keeping duties.

If this Contract is federally funded, the Contractor will ensure that it and its Subcontractors complywith the applicable provisions of the Davis-Bacon Act (prevailing wages) Act, 40 U.S.C. sec 276, asamended, and the Copeland (anti-kickback) Act, 18 U.S.C., sec 874, and related regulations and paysuch applicable prevailing wage rates. Please refer to: http://www.wdol.gov for wage rates and

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 31

more information. Additional or more detailed requirements may be set forth in a subsequentsection of this Contract (see Table of Contents).

As a condition of making payment to the Contractor, the City may require the Contractor to submitan 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.

3.3.3.3. 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 ofwhich may be found on the City’s website at:http://www.cityofchicago.org/dam/city/depts/dps/RulesRegulations/Multi-ProjectLaborAgreement-PLAandSignatoryUnions.pdf.

To the extent that this Contract involves a project that is subject to the PLA, Contractoracknowledges familiarity with the requirements of the PLA and its applicability to any Work underthis Agreement, and shall comply in all respects with the PLA.

3.3.4. Economic Disclosure Statement and Affidavit and Appendix A ("EDS")Pursuant to MCC Ch. 2-154 and 65 ILCS 5/8-10-8.5 any person, business entity or agency submitting abid or proposal to or contracting with the City of Chicago will be required to complete the Disclosure ofOwnership Interests in the EDS. Failure to provide complete or accurate disclosure will render thisContract voidable by the City.

Contractors must complete an online EDS prior to the Bid Opening Date. Contractors are responsible fornotifying the City and updating their EDS any time there is a change in circumstances that makes anyinformation provided or certification made in an EDS inaccurate, obsolete or misleading. Failure to sonotify the City and update the EDS is grounds for declaring the Contractor in default, terminating theContract 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 enterinto a contract. The Laws and requirements that are addressed in the EDS include the following:

3.3.4.1. Business Relationships With Elected Officials MCC Sect. 2-156-030(b)Pursuant to MCC Sect. 2-156-030(b), it is illegal for any elected official, or any person acting at thedirection of such official, to contact either orally or in writing any other City official or employeewith respect to any matter involving any person with whom the elected official has any businessrelationship that creates a financial interest on the part of the official, or the domestic partner orspouse of the official, or from whom or which he has derived any income or compensation duringthe preceding twelve months or from whom or which he reasonably expects to derive any incomeor compensation in the following twelve months. In addition, no elected official may participate inany discussion in any City Council committee hearing or in any City Council meeting or vote on anymatter involving the person with whom the elected official has any business relationship thatcreates a financial interest on the part of the official, or the domestic partner or spouse of theofficial, or from whom or which he has derived any income or compensation during the precedingtwelve months or from whom or which he reasonably expects to derive any income orcompensation in the following twelve months.

Violation of MCC Sect. 2-156-030 by any elected official with respect to this contract will be groundsfor termination of this contract. The term financial interest is defined as set forth in MCC Chapter 2-156.

3.3.4.2. MCC 1-23 and 720 ILCS 5/33E Bribery, Debts, and Debarment CertificationThe Contractor or each joint venture partner, if applicable, must complete the appropriatesubsections 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

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 32

bribery or attempted bribery of a public officer or employee of the City of Chicago, the State ofIllinois, any agency of the federal government or any state or local government in the United Statesor engaged in or been convicted of bid-rigging or bid-rotation activities as defined in this section asrequired by the Illinois Criminal Code; (b) do not owe any debts to the State of Illinois, in accordancewith 65 ILCS 5/11-42.1-1 and (c) are not presently debarred or suspended; Certification RegardingEnvironmental Compliance; Certification Regarding Ethics and Inspector General; and CertificationRegarding Court-Ordered Child Support Compliance.

Contractor, in performing under this contract shall comply with MCC Sect. 2-92-320, as follows:

No person or business entity shall be awarded a contract or sub-contract if that person or businessentity: (a) has been convicted of bribery or attempting to bribe a public officer or employee of theCity of Chicago, the State of Illinois, or any agency of the federal government or of any state or localgovernment in the United States, in that officers or employee's official capacity; or (b) has beenconvicted of agreement or collusion among bidders or prospective bidders in restraint of freedomof competition by agreement to bid a fixed price, or otherwise; or (c) has made an admission of guiltof such conduct described in (a) or (b) above which is a matter of record but has not beenprosecuted for such conduct.

For purposes of this section, where an official, agent or employee of a business entity hascommitted any offense under this section on behalf of such an entity and pursuant to the directionor authorization of a responsible official thereof, the business entity will be chargeable with theconduct.

One business entity will be chargeable with the conduct of an affiliated agency. Ineligibility underthis section will continue for three (3) years following such conviction or admission. The period ofineligibility may be reduced, suspended, or waived by the CPO under certain specific circumstances.Reference is made to Section 2-92-320 for a definition of affiliated agency, and a detaileddescription of the conditions which would permit the CPO to reduce, suspend, or waive the periodof ineligibility.

3.3.4.3. Federal Terrorist (No-Business) ListContractor 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, theEntity 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 ofCommerce or their successors, or on any other list of persons or entities with which the City maynot do business under any applicable law, rule, regulation, order or judgment.

"Affiliate" means a person or entity which directly, or indirectly through one or moreintermediaries, controls, is controlled by or is under common control with Contractor. A person orentity will be deemed to be controlled by another person or entity if it is controlled in any mannerwhatsoever that results in control in fact by that other person or entity, either acting individually oracting jointly or in concert with others, whether directly or indirectly and whether through shareownership, a trust, a contract or otherwise.

3.3.4.4. Inspector General and Legislative Inspector GeneralIt is the duty of any bidder, proposer or Contractor, all Subcontractors, every applicant forcertification of eligibility for a City contract or program, and all officers, directors, agents, partnersand employees of any bidder, proposer, Contractor, Subcontractor or such applicant to cooperatewith the Inspector General or the Legislative Inspector General in any investigation or hearing, ifapplicable, undertaken pursuant to MCC Ch. 2-56 or 2-55, respectively. Contractor understands andwill abide by all provisions of MCC Ch. 2-56 and 2-55.

All subcontracts must inform Subcontractors of this provision and require understanding andcompliance with them.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 33

3.3.4.5. Governmental Ethics Ordinance 2-156Contractor must comply with MCC Ch. 2-156, Governmental Ethics, including but not limited to MCCSect. 2-156-120 pursuant to which no payment, gratuity or offer of employment will be made inconnection with any City contract, by or on behalf of a subcontractor to the prime Contractor orhigher tier subcontractor or any person associated therewith, as an inducement for the award of asubcontract or order. Any contract negotiated, entered into, or performed in violation of any of theprovisions of this Chapter will be voidable as to the City.

3.3.5. Restrictions on Business Dealings3.3.5.1. Conflicts of InterestThe Contractor covenants that it presently has no interest and will not acquire any interest, direct orindirect, in any enterprise which would conflict in any manner or degree with the performance ofthe work, services or goods to be provided hereunder. The Contractor further covenants that in itsperformance of the Contract no person having any such interest shall be employed. If the Citydetermines that the Contractor does have such a conflict of interest, the City will notify theContractor in writing, stating the basis for its determination. The Contractor will thereafter have 30days in which to respond with reasons why the Contractor believes a conflict of interest does notexist. If the Contractor does not respond or if the City still reasonably determines a conflict ofinterest to exist, the Contractor must terminate its interest in the other enterprise.

3.3.5.2. Prohibition on Certain Contributions, Mayoral Executive Order 2011-4No Contractor or any person or entity who directly or indirectly has an ownership or beneficialinterest in Contractor of more than 7.5% ("Owners"), spouses and domestic partners of suchOwners, Contractor’s Subcontractors, any person or entity who directly or indirectly has anownership or beneficial interest in any Subcontractor of more than 7.5% ("Sub-owners") andspouses and domestic partners of such Sub-owners (Contractor and all the other preceding classesof persons and entities are together, the "Identified Parties"), shall make a contribution of anyamount to the Mayor of the City of Chicago (the "Mayor") or to his political fundraising committeeduring (i) the bid or other solicitation process for this Contract or Other Contract, including whilethis Contract or Other Contract is executory, (ii) the term of this Contract or any Other Contractbetween City and Contractor, and/or (iii) any period in which an extension of this Contract or OtherContract 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 ofthose requests) or, if not competitively procured, from the date the City approached the Contractoror the date the Contractor approached the City, as applicable, regarding the formulation of thisContract, no Identified Parties have made a contribution of any amount to the Mayor or to hispolitical fundraising committee.

Contractor shall not: (a) coerce, compel or intimidate its employees to make a contribution of anyamount to the Mayor or to the Mayor’s political fundraising committee; (b) reimburse its employeesfor a contribution of any amount made to the Mayor or to the Mayor’s political fundraisingcommittee; or (c) bundle or solicit others to bundle contributions to the Mayor or to his politicalfundraising committee.

The Identified Parties must not engage in any conduct whatsoever designed to intentionally violatethis provision or Mayoral Executive Order No. 2011-4 or to entice, direct or solicit others tointentionally violate this provision or Mayoral Executive Order No. 2011-4.

Violation of, non-compliance with, misrepresentation with respect to, or breach of any covenant orwarranty under this provision or violation of Mayoral Executive Order No. 2011-4 constitutes abreach and default under this Contract, and under any Other Contract for which no opportunity tocure will be granted. Such breach and default entitles the City to all remedies (including withoutlimitation termination for default) under this Contract, under Other Contract, at law and in equity.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 34

This provision amends any Other Contract and supersedes any inconsistent provision containedtherein.

If Contractor violates this provision or Mayoral Executive Order No. 2011-4 prior to award of theContract 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 personalproperty; or (iii) for materials, supplies, equipment or services which are approved and/orauthorized by the City Council.

"Contribution" means a "political contribution" as defined in MCC Ch. 2-156, as amended.

"Political fundraising committee" means a "political fundraising committee" as defined in MCC Ch.2-156, as amended.

3.3.6. Debts Owed to the City; Anti-Scofflaw, MCC Sect. 2-92-380In addition to the certifications regarding debts owed to the City in the EDS, Contractor is subject to MCCSect. 2-92-380.

Pursuant to MCC Sect. 2-92-380 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 setoff a portion of the contract price or compensation due under the Contract, in an amount equal to theamount of the fines and penalties for each outstanding parking violation complaint and the amount ofany debt owed by the contracting party to the City. For purposes of this section, outstanding parkingviolation complaint means a parking ticket, notice of parking violation, or parking violation complaint onwhich no payment has been made or appearance filed in the Circuit Court of Cook County within thetime specified on the complaint, and debt means a specified sum of money owed to the City for whichthe period granted for payment has expired.

However no such debt(s) or outstanding parking violation complaint(s)will be offset from the contractprice 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 otherappropriate City department, for the payment of all outstanding parking violation complaints and debtsowed 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 orjudicial proceeding; or the contracting party has filed a petition in bankruptcy and the debts owed theCity are dischargeable in bankruptcy.

3.3.7. Other City Ordinances and Policies3.3.7.1. False StatementsFalse statements made in connection with this Contract, including statements in, omissions fromand failures to timely update the EDS, as well as in any other affidavits, statements or ContractDocuments constitute a material breach of the Contract. Any such misrepresentation renders theContract voidable at the option of the City, notwithstanding any prior review or acceptance by theCity of any materials containing such a misrepresentation. In addition, the City may debarContractor, assert any contract claims or seek other civil or criminal remedies as a result of amisrepresentation (including costs of replacing a terminated Contractor pursuant to MCC Sect. 1-21-010.

3.3.7.2. MacBride Principles Ordinance, MCC Sect. 2-92-580This law promotes fair and equal employment opportunities and labor practices for religiousminorities in Northern Ireland and provide a better working environment for all citizens in NorthernIreland.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 35

In accordance with MCC Sect. 2-92-580, if the primary Contractor conducts any business operationsin Northern Ireland, it is hereby required that the Contractor will make all reasonable and good faithefforts to conduct any business operations in Northern Ireland in accordance with the MacBridePrinciples for Northern Ireland as defined in Illinois Public Act 85-1390 (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 thepurpose 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 amountof any contract payment.

The provisions of this Section will not apply to contracts for which the City receives fundsadministered by the United States Department of Transportation (USDOT) except to the extentCongress has directed that USDOT not withhold funds from states and localities that choose toimplement selective purchasing policies based on agreement to comply with the MacBridePrinciples for Northern Ireland, or to the extent that such funds are not otherwise withheld by theDOT.

3.3.7.3. Shakman AccordA. 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 No69 C 2145 (United States District Court for the Northern District of Illinois). Among otherthings, the Shakman Accord and the City Hiring Plan prohibit the City from hiring persons asgovernmental employees in non-exempt positions on the basis of political reasons orfactors.

B. Contractor is aware that City policy prohibits City employees from directing any individualto apply for a position with Contractor, either as an employee or as a subcontractor, andfrom directing Contractor to hire an individual as an employee or as a Subcontractor.Accordingly, Contractor must follow its own hiring and contracting procedures, withoutbeing influenced by City employees. Any and all personnel provided by Contractor underthis Contract are employees or Subcontractors of Contractor, not employees of the City ofChicago. This Contract is not intended to and does not constitute, create, give rise to, orotherwise recognize an employer-employee relationship of any kind between the City andany personnel provided by Contractor.

C. Contractor will not condition, base, or knowingly prejudice or affect any term or aspect ofthe employment of any personnel provided under this Contract, or offer employment toany individual to provide services under this Contract, based upon or because of anypolitical reason or factor, including, without limitation, any individual's political affiliation,membership in a political organization or party, political support or activity, politicalfinancial contributions, promises of such political support, activity or financialcontributions, or such individual's political sponsorship or recommendation. For purposesof this Contract, a political organization or party is an identifiable group or entity that hasas 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 inopposition 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 inviolation of paragraph B above, or advocating a violation of paragraph C above, Contractorwill, as soon as is reasonably practicable, report such communication to the HiringOversight Section of the City's Office of the Inspector General, and also to the head of therelevant City Department utilizing services provided under this Contract. Contractor willalso cooperate with any inquiries by IGO Hiring Oversight or the Shakman Monitor's Officerelated to the Contract.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 36

3.3.8. Compliance with Environmental Laws and Related Matters3.3.8.1. DefinitionsFor purposes of this section, the following definitions shall apply:

Environmental Agency: An Environmental Agency is any governmental agency havingresponsibility, in whole or in part, for any matter addressed by any Environmental Law. An agencyneed not be responsible only for matters addressed by Environmental Law(s) to be anEnvironmental Agency for purposes of this Contract.

Environmental Claim: An Environmental Claim is any type of assertion that Contractor or anySubcontractor 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 complywith any Environmental Law. A non-exhaustive list of Environmental Claims includes, withoutlimitation: 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, inwhole or in part, bears on or relates to the environment or to human health or safety. A non-exhaustive list of Environmental Laws includes without limitation the Comprehensive EnvironmentalResponse, Compensation and Liability Act, 42 U.S.C. 9601, et seq., the Resource Conservation andRecovery 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 IllinoisEnvironmental Protection Act, 415 ILCS 5/1, et seq., the Illinois Health and Safety Act, 820 ILCS225/.01, et seq., Chapters 7-28 and 11-4 of the Chicago Municipal Code, and all related rules andregulations.

Law(s): The word "Law" or "Laws," whether or not capitalized, is intended in the broadestpossible sense, including without limitation all federal, state and local: statutes; ordinances; codes;rules; regulations; administrative and judicial orders of any kind; requirements and prohibitions ofpermits, licenses or other similar authorizations of any kind; court decisions; common law; and allother 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 noway arises from a spill or other release or any kind, or from an emergency response situation, orfrom any actual, possible or alleged noncompliance with any Environmental Law.

3.3.8.2. Joint VenturesIf Contractor or any Subcontractor is a joint venture, then every party to every such joint venture isdeemed a Subcontractor for purposes of this section, which is entitled "Compliance withEnvironmental Laws and Related Matters" and every subsection thereof.

3.3.8.3. Compliance With Environmental LawsAny noncompliance, by Contractor or any Subcontractor, with any Environmental Law during thetime that this Contract is effective is an event of default, regardless of whether the noncompliancerelates to performance of this Contract. This includes without limitation any failure by Contractor orany 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 anyEnvironmental Law.

3.3.8.4. CostsAny cost arising directly or indirectly, in whole or in part, from any noncompliance, by Contractor orany Subcontractor, with any Environmental Law, will be borne by the Contractor and not by theCity. No provision of this Contract is intended to create or constitute an exception to this provision.

3.3.8.5. Proof of Noncompliance; Authority; Cure

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 37

Any adjudication, whether administrative or judicial, against Contractor or any Subcontractor, for aviolation of any Environmental Law, is sufficient proof of noncompliance, and therefore of an eventof 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 ofthis Contract, and therefore of an event of default, if the citation contains or is accompanied by, orthe City otherwise obtains, any evidence sufficient to support a reasonable conclusion that aviolation has occurred.

Any other evidence of noncompliance with any Environmental Law is sufficient proof ofnoncompliance for purposes of this Contract, and therefore of an event of default, if the evidence issufficient to support a reasonable conclusion that noncompliance has occurred.

The CPO shall have the authority to determine whether noncompliance with an Environmental Lawhas occurred, based on any of the foregoing types of proof. Upon determining that noncompliancehas occurred, s/he may in his/her discretion declare an event of default and may in his/herdiscretion offer Contractor an opportunity to cure the event of default, such as by taking specifiedactions, 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, whetherto 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/orSubcontractor’s history of compliance or noncompliance with the same or other Laws, Contractor’sand/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.

3.3.8.6. Copies of Notices and Reports; Related MattersIf 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, includingwithout limitation any agency or other person having any responsibility for any type of emergencyresponse activity, then Contractor must deliver a complete copy of the notice or report (or, in thecase of legally required telephonic or other oral notices or reports, a comprehensive writtensummary of same) to the Law Department within 48 hours of making, submitting or filing theoriginal report.

The requirements of this provision apply, regardless of whether the subject matter of the requirednotice or report concerns performance of this Contract.

Failure to comply with any requirement of this provision is an event of default.

3.3.8.7. Requests for Documents and InformationIf the Commissioner requests documents or information of any kind that directly or indirectlyrelate(s) to performance of this Contract, Contractor must obtain and provide the requesteddocuments and/or information to the Commissioner within 5 business days.

Failure to comply with any requirement of this provision is an event of default.

3.3.8.8. Environmental Claims and Related MattersWithin 24 hours of receiving notice of any Environmental Claim, Contractor must submit copies ofall documents constituting or relating to the Environmental Claim to the Law Department .Thereafter, Contractor must submit copies of related documents if requested by the LawDepartment. These requirements apply, regardless of whether the Environmental Claim concernsperformance of this Contract.

Failure to comply with any requirement of this provision is an event of default.

3.3.8.9. Preference for Recycled Materials

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 38

To the extent practicable and economically feasible and to the extent that it does not reduce orimpair the quality of any work or services, Contractor must use recycled products in performance ofthe Contract pursuant to U.S. Environment Protection Agency (U.S. EPA) guidelines at 40 CFR Parts247-253, which implement section 6002 of the Resource Conservation and Recovery Act, asamended, 42 USC § 6962.

3.3.8.10. No Waste Disposal in Public Way MCC 11-4-1600(E)Contractor warrants and represents that it, and to the best of its knowledge, its Subcontractorshave not violated and are not in violation of the following sections of the Code (collectively, theWaste Sections):

7-28-390 Dumping on public way;7-28-440 Dumping on real estate without permit;11-4-1410 Disposal in waters prohibited;11-4-1420 Ballast tank, bilge tank or other discharge;11-4-1450 Gas manufacturing residue;11-4-1500 Treatment and disposal of solid or liquid;11-4-1530 Compliance with rules and regulations required;11-4-1550 Operational requirements; and11-4-1560 Screening requirements.

During the period while this Contract is executory, Contractor's or any Subcontractor's violation ofthe Waste Sections, whether or not relating to the performance of this Contract, constitutes abreach 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 allremedies under the Contract, at law or in equity.

This section does not limit the Contractor's and its Subcontractors' duty to comply with allapplicable federal, state, county and municipal laws, statutes, ordinances and executive orders, ineffect 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 thetermination of this Contract, and may further affect the Contractor's eligibility for future contractawards.

3.4. Contract Disputes3.4.1. Procedure for Bringing Disputes to the DepartmentThe Contractor and using Department must attempt to resolve all disputes arising under this Contract ingood faith, taking such measures as, but not limited to investigating the facts of the dispute and meetingto discuss the issue(s).

In order to bring a dispute to the Commissioner of a Department, Contractor must provide a generalstatement of the basis for its claim, the facts underlying the claim, reference to the applicable Contractprovisions, and all documentation that describes, relates to and supports the claim. By submitting aClaim, 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'sknowledge and belief;

C. The amount of the Claim accurately reflects the amount that the claimant believes isdue 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 theCommissioner" stating the Commissioner's factual and contractual basis for the decision. However, theCommissioner may take an additional period, not to exceed 10 days, to render the final decision. If the

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 39

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.

3.4.2. Procedure for Bringing Disputes before the CPOOnly after the Commissioner has rendered a final decision denying the Contractor’s claim may a disputebe brought before the CPO.

If the Contractor and using Department are unable to resolve the dispute, prior to seeking any judicialaction, the Contractor must and the using Department may submit the dispute the CPO for anadministrative decision based upon the written submissions of the parties. The party submitting thedispute to the CPO must include documentation demonstrating its good faith efforts to resolve thedispute and either the other party’s failure to exercise good faith efforts or both parties’ inability toresolve the dispute despite good faith efforts.

The decision of the CPO is final and binding. The sole and exclusive remedy to challenge the decision ofthe 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 ofProcurement Services for Resolution of Disputes between Contractors and the City of Chicago", whichare available in City Hall, 121 N. LaSalle Street, Room 301, Bid and Bond Room, and on-line at:

http://www.cityofchicago.org/content/dam/city/depts/dps/RulesRegulations/Dispute_Regulations_2002.pdf

3.5. Events of Default and Termination3.5.1. Events of DefaultIn 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 orin the performance, made by Contractor to the City.

B. Contractor's material failure to perform any of its obligations under this Contract including thefollowing:

C. Failure to perform the Services with sufficient personnel and equipment or with sufficientmaterial 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 theCPO or inability to perform the Services satisfactorily as a result of insolvency, filing forbankruptcy 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 theinformation 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 concerninginsurance and nondiscrimination; and

K. Any change in ownership or control of Contractor without the prior written approval of theCPO, 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 theCity during the life of this Contract. Contractor acknowledges and agrees that in the event of a

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 40

default under this Contract the City may also declare a default under any such otheragreements.

M. Contractor’s repeated or continued violations of City ordinances unrelated to performanceunder the Contract that in the opinion of the CPO indicate a willful or reckless disregard for Citylaws and regulations.

N. Contractor’s use of a subcontractor that is currently debarred by the City or otherwise ineligibleto do business with the City.

3.5.2. Cure or Default NoticeThe occurrence of any event of default permits the City, at the City(s sole option, to declare Contractorin default.

The CPO will give Contractor written notice of the default, either in the form of a cure notice ("CureNotice"), 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 tocure the default within a specified period of time, which will typically not exceed 30 days unlessextended by the CPO. The period of time allowed by the CPO to cure will depend on the nature of theevent of default and the Contractor’s ability to cure. In some circumstances the event of default may beof such a nature that it cannot be cured. Failure to cure within the specified time may result in a DefaultNotice to the Contractor.

Whether to issue the Contractor a Default Notice is within the sole discretion of the CPO and neitherthat decision nor the factual basis for it is subject to review or challenge under the Disputes provision ofthis Contract

If the CPO issues a Default Notice, the CPO will also indicate any present intent the CPO may have toterminate this Contract. The decision to terminate is final and effective upon giving the notice. If theCPO decides not to terminate, this decision will not preclude the CPO from later deciding to terminatethe Contract in a later notice, which will be final and effective upon the giving of the notice or on suchlater 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.

3.5.3. RemediesAfter 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 expenseand as agent for Contractor, either directly or through others, and bill Contractor for the cost ofthe Services, and Contractor must pay the difference between the total amount of this bill andthe amount the City would have paid Contractor under the terms and conditions of thisContract 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 effectiveat a time specified by the City;

C. The right to seek specific performance, an injunction or any other appropriate equitableremedy;

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.

3.5.4. Non-Exclusivity of RemediesThe remedies under the terms of this Contract are not intended to be exclusive of any other remediesprovided, but each and every such remedy is cumulative and is in addition to any other remedies,

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 41

existing now or later, at law, in equity or by statute. No delay or omission to exercise any right or poweraccruing upon any event of default impairs any such right or power, nor is it a waiver of any event ofdefault nor acquiescence in it, and every such right and power may be exercised from time to time andas often as the City considers expedient.

3.5.5. City Reservation of RightsIf the CPO considers it to be in the City(s best interests, the CPO may elect not to declare default or toterminate this Contract. The parties acknowledge that this provision is solely for the benefit of the Cityand that if the City permits Contractor to continue to provide the Services despite one or more events ofdefault, Contractor is in no way relieved of any of its responsibilities, duties or obligations under thisContract, nor does the City waive or relinquish any of its rights.

3.5.6. Early TerminationThe City may terminate this Contract, in whole or in part, at any time by a notice in writing from the Cityto the Contractor. The effective date of termination will be the date the notice is received by theContractor 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, toactivities pursuant to direction from the City. No costs incurred after the effective date of thetermination are allowed unless the termination is partial.

Contractor is not entitled to any anticipated profits on services, work, or goods that have not beenprovided. The payment so made to the Contractor is in full settlement for all services, work or goodssatisfactorily provided under this Contract. If the Contractor disputes the amount of compensationdetermined by the City to be due Contractor, then the Contractor must initiate dispute settlementprocedures in accordance with the Disputes provision.

If the City's election to terminate this Contract for default pursuant to the default provisions of theContract is determined in a court of competent jurisdiction to have been wrongful, then in that case thetermination is to be deemed to be an early termination pursuant to this Early Termination provision.

3.6. Department-specific RequirementsContractor must comply with the relevant user Department’s specific requirements in the performance ofthis Contract if applicable.

3.6.1. Department of Aviation Standard RequirementsFor purposes of this section "Airport" refers to either Midway International Airport or O’HareInternational Airport, which are both owned and operated by the City of Chicago.

3.6.1.1. Confidentiality of Airport Security DataContractor has an ongoing duty to protect confidential information, including but not limited to anyinformation exempt from disclosure under the Illinois Freedom of Information Act such asinformation affecting security of the airport ("Airport Security Data"). Airport Security Data includesany Sensitive Security Information as defined by 49 CFR Part 1520. Contractor acknowledges thatinformation provided to, generated by, or encountered by Contractor may include Airport SecurityData. If Contractor fails to safeguard the confidentiality of Airport Security Data, Contractor is liablefor the reasonable costs of actions taken by the City, the airlines, the Federal AviationAdministration ("FAA"), or the Transportation Security Administration ("TSA") that the applicableentity, in its sole discretion, determines to be necessary as a result, including without limitation thedesign and construction of improvements, procurement and installation of security devices, andposting of guards. All Subcontracts or purchase orders entered into by the Contractor, with partiesproviding material, labor or services to complete the Work, must contain the language of thissection. If the Contractor fails to incorporate the required language in all Subcontracts or purchaseorders, the provisions of this section are deemed incorporated in all Subcontracts or purchaseorders.

3.6.1.2. Aviation Security

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 42

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 applicablerules and regulations promulgated under them. All employees providing services at the City’sairports must be badged by the City. (See Airport Security Badges.) Contractor, Subcontractors andthe respective employees of each are subject to such employment investigations, including criminalhistory record checks, as the Administrator of the Federal Aviation Administration ("FAA"), theUnder Secretary of the Transportation Security Administration ("TSA"), and the City may deemnecessary. Contractor, Subcontractors, their respective employees, invitees and all other personsunder the control of Contractor must comply strictly and faithfully with any and all rules, regulationsand directions which the Commissioner, the FAA, or the TSA may issue from time to time may issueduring the life of this Contract with regard to security, safety, maintenance and operation of theAirport and must promptly report any information regarding suspected violations in accordancewith those rules and regulations.

Gates and doors that permit entry into restricted areas at the Airport must be kept locked byContractor at all times when not in use or under Contractor’s constant security surveillance. Gateor door malfunctions must be reported to the Commissioner without delay and must be kept underconstant surveillance by Contractor until the malfunction is remedied.

3.6.1.3. Airport Security BadgesAs part of airport operations and security, the Contractor must obtain from the airport badgingoffice Airport Security Badges for each of his employees, subcontractors, material men, invitees orany person(s) over whom Contractor has control, which must be visibly displayed at all times whileat the airport. No person will be allowed beyond security checkpoints without a valid AirportSecurity Badge. Each such person must submit signed and properly completed application forms toreceive Airport Security Badges. Additional forms and tests may be required to obtain AirportDrivers Certification and Vehicle Permits. The application forms will solicit such information as theCommissioner may require in his discretion, including but not limited to name, address, date ofbirth (and for vehicles, driver's license and appropriate stickers). The Contractor is responsible forrequesting and completing the form for each employee and subcontractor employee who will beworking at the Airport and all vehicles to be used on the job site. Upon signed approval of theapplication by the Commissioner or his designee, the employee will be required to attend apresentation regarding airport security and have his or her photo taken for the badge. TheCommissioner may grant or deny the application in his sole discretion. The Contractor must makeavailable to the Commissioner, within one day of request, the personnel file of any employee whowill be working on the project.

As provided in Aviation Security above, in order for a person to have an Airport Security Badge thatallows access to the airfield or aircraft, a criminal history record check (CHRC) conducted by theDepartment of Aviation will also be required. The CHRC will typically include a fingerprint analysisby 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 uponproperly completed application forms. Employees or vehicles without proper credentials may beremoved from the secured area and may be subject to fine or arrest. Contractor will be jointly andseverally 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 apparelat all times while at the airport.

B. All individuals operating a vehicle on the Aircraft Operations Area (AOA) must be familiarand comply with motor driving regulations and procedures of the State of Illinois, City of

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 43

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 vehicleon the AOA without an escort must also be in possession of a valid Aviation-issued AirportDrivers Permit.

C. All operating equipment must have an Airport Vehicle Access Permit affixed to the vehicleat all times while operating on the Airport. All required City stickers and State VehicleInspection stickers must be valid.

D. Individuals must remain within their assigned area and haul routes unless otherwiseinstructed by the Department of Aviation.

E. The Contractors personnel who function as supervisors, and those that escort theContractors equipment/operators to their designated work sites, may be required toobtain an added multi-area access designation on their personnel Airport Security Badgewhich must also be displayed while on the AOA.

3.6.1.4. General Requirements Regarding Airport Operations3.6.1.4.1.Priority of Airport OperationsWhere the performance of the Contract may affect airport operation, the Contractor mustcooperate fully with the Commissioner and his representatives in all matters pertaining topublic safety and airport operation. Whether or not measures are specifically required by thisContract, 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 willaccomplish such end, without interference with aircraft, the public, or maintenance andoperations 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 andunscheduled civilian air transportation. Arrivals and departures are under the control of theFAA control tower(s). Use of the Airport for air transportation takes precedence over all of theContractor's operations. No extra compensation will be allowed for any delays brought aboutby the operations of the Airport which require that Contractor’s work must be interrupted ormoved from one part of the work site to another.

3.6.1.4.2. Interruption of Airport OperationsIf 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 approvalprior 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 performedin stages in order to reduce the time of each interruption. In case of interruptions of electricalservices, 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 ofthe project to provide specific requirements and instructions which are applicable to theparticular work site areas, including, but not limited to, areas available for storage of anyequipment, materials, tools and supplies needed to perform the work. Contractors must advisethe 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 makearrangements for inspection of such equipment, materials, tools, and supplies at a securitycheckpoint.

3.6.1.4.3.Safeguarding of Airport Property and OperationsThe Contractor must not permit or allow its employees, subcontractors, material men, inviteesor any other persons over whom Contractor has control to enter or remain upon, or to bring or

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 44

permit any equipment, materials, tools, or supplies to remain upon any part of the work site ifany hazard to aircraft, threat to airport security, or obstruction of airport maintenance andoperations, on or off the ground, would be created in the opinion of either the Commissioneror 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 aterminal building.

3.6.1.4.4.Work on the AirfieldFor any work on the airfield, between sunset and sunrise, any equipment and materials storedoutside must be marked with red obstruction lights acceptable to the Commissioner and inconformity with all FAA requirements, including Advisory Circular 150/5345-43F. Allobstruction lights must be kept continuously in operation between sunset and sunrise 7 days aweek and also during any daylight periods when aircraft ceiling is below 500 feet and visibility isless than 5 miles. Information on ceiling and visibility may be obtained by the Contractor onrequest at the office of the Deputy Commissioner of Operations or from the FAA Control TowerOperator. Proper compliance with these obstruction light requirements is essential to theprotection of aircraft and human life and the Contractor has the responsibility of taking theinitiative at all times to be aware of ceiling and visibility conditions, without waiting for the FAAControl Tower Operator or any other City representative to ask the Contractor to postobstruction lights.

For any work on the airfield, the Contractor must furnish aircraft warning flags, colored orangeand white, in two sizes, one size 2' x 3' for hand use, and one size 3' x 5'. Each separate groupor 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 ofequipment of the Contractor must have attached to it, in a vertical and clearly visible position, awarning flag of the larger size. Except as otherwise agreed by the Commissioner or hisdesignee, all cranes or booms used for construction work on the airfield must be lowered toground level and moved 200 feet off the runways, taxiways and aprons during all hours ofdarkness and during all daylight hours when the aircraft ceiling is below the minimumsspecified in this section.

The Contractor acknowledges the importance of fully complying with the requirements of thissection in order to protect aircraft and human life, on or off the ground. Failure on the part ofthe Contractor to perform the work in accordance with the provisions of this section and toenforce same with regard to all subcontractors, material men, laborers, invitees and all otherpersons under the Contractor's control is an event of default.

3.6.1.4.5.Parking RestrictionsPrior to commencing work, the Contractor must provide the Deputy Commissioner in charge ofthe project with an estimate of the number of vehicles that will require parking. Contractorsare encouraged to provide employee parking elsewhere and shuttle their employees to thework site. The Department of Aviation may, but is not required to, provide parking areas for alimited number of vehicles in designated storage areas. All other vehicles must be parked inthe public parking lots at the Airport, and there will be no reduced rate or complimentaryparking 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 atthe airport. Such vehicles will be subject to immediate towing at the employees expense.

3.6.2. Emergency Management and Communications (OEMC) Security Requirements3.6.2.1. Identification of Workers and VehiclesAll employees and vehicles working within O.E.M.C facilities must be properly identified. Allvehicles and personnel passes will be issued to the Contractor by the Executive Director, asrequired. Contractor, Subcontractors, and employees must return identification material to theExecutive Director upon completion of their respective work within the Project, and in all cases, the

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 45

Contractor must return all identification material to the Executive Director after completion of theProject. Final Contract Payment will not be made until all passes issued have been returned toO.E.M.C Security.

3.6.2.2. Access to FacilitiesFor purposes of this section, "employee" refers to any individual employed or engaged byContractor or by any Subcontractor. If the Contractor, or any employee, in the performance of thisContract, 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 criminalhistory record checks and work permit documentation, as the Executive Director of the Office ofEmergency Management and Communications and the City may deem necessary, on theContractor, any Subcontractor, or any of their respective employees. The Executive Director of theOffice of Emergency Management and Communications has the right to require the Contractor tosupply 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 suchbackground and employment checks;

Deliver to the City consent forms signed by all employees who will work on the project consentingto 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.Cfacility consenting to the searches described in this Section.

The Executive Director may preclude Contractor, any Subcontractor, or any employee fromperforming work on the project. Further, the Contractor must immediately report any informationto the Executive Director relating to any threat to O.E.M.C infrastructure or facilities or the watersupply of the City and must fully cooperate with the City and all governmental entities investigatingthe threat. The Contractor must, notwithstanding anything contained in the Contract Documents tothe contrary, at no additional cost to the City, adhere, and cause its Subcontractors to adhere, toany security and safety guidelines developed by the City and furnished to the Contractor from timeto 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. IfContractor wishes a vehicle to have access to a O.E.M.C facility, Contractor must submit a vehicleaccess application for that vehicle. The applications will solicit such information as the ExecutiveDirector 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 andcompleting these forms for each employee who will be working at O.E.M.C facilities and all vehiclesto be used on the job site. The Executive Director may grant or deny the application in his solediscretion. The Contractor must make available to the Executive Director, within one (1) day ofrequest, 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 anemployment history of employees going back five years from the date Contractor began Work orServices on the project. If requested, Contractor must certify that it has verified the employmenthistory as required on the form designated by the Executive Director. Contractor must provide theCity, at its request, a copy of the employment history for each employee. Employment history issubject to audit by the City.

3.6.2.3. Security Badges and Vehicle PermitsO.E.M.C Security Badges and Vehicle Permits will only be issued based upon properly completedArea Access Application Forms. Employees or vehicles without proper credentials will not beallowed on O.E.M.C property.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 46

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 employeeon his or her outer apparel at all times.

B. At the sole discretion of the Executive Director and law enforcement officials, including butnot limited to the Chicago Police Department, Cook County Sheriffs Office, Illinois StatePolice or any other municipal, state or federal law enforcement agency, all vehicles (andtheir contents) are subject to interior and/or exterior inspection entering or exitingO.E.M.C facilities, and all employees and other individuals entering or exiting O.E.M.Cfacilities are subject to searches. Vehicles may not contain any materials other than thoseneeded for the project. The Executive Director may deny access to any vehicle orindividual in his sole discretion.

C. All individuals operating a vehicle on O.E.M.C property must be familiar and comply withmotor 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 DriverLicense.

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 otherwiseinstructed by the City.

F. Access to the Work sites will be as shown or designated on the Contract DocumentsDrawings or determined by the Executive Director. The Executive Director may denyaccess when, in his sole discretion, the vehicle or individual poses some security risk toO.E.M.C.

3.6.2.4. Gates and FencesWhenever the Contractor receives permission to enter O.E.M.C property in areas that areexit/entrance points not secured by the City, the Contractor may be required to provide gates thatcomply with O.E.M.C design and construction standards. Contractor must provide a licensed andbonded security guard, subject to the Executive Director's approval and armed as deemednecessary by the Executive Director, at the gates when the gates are in use. O.E.M.C Security willprovide the locks. Failure to provide and maintain the necessary security will result in an immediateclosure 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 isprohibited.

Any security fencing, gates, or alarms damaged by the Contractor or its Subcontractors must bemanned by a licensed and bonded security guard of the Contractor at Contractor's expense until thedamaged items are restored. Contractor must restored them to their original condition within aneight (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 approvedby the Executive Director, and Contractor must man the site by a licensed and bonded securityguard, approved by and armed as deemed necessary by the Executive Director, at Contractor'sexpense, on a twenty-four (24) hour basis during the period of temporary removal. Contractormust restore the items removed to their original condition when construction is completed.

3.6.2.5. Hazardous or Illegal MaterialsUnauthorized hazardous or illegal materials, including but not limited to hazardous materials asdefined in 49 C.F.R. Parts 100-185 (e.g. explosives, oxidizers, radiological materials, infectiousmaterials), contraband, firearms and other weapons, illegal drugs and drug paraphernalia, may notbe taken on O.E.M.C property. Alcoholic beverages are also prohibited.

3.6.3. Chicago Police Department Security Requirements

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 47

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) overwhom Contractor has control, which must be visibly displayed at all times while at any PoliceDepartment facility. No person will be allowed beyond security checkpoints without a valid SecurityBadge. Each such person must submit signed and properly completed application forms to receiveSecurity 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 responsiblefor requesting and completing the form for each employee and subcontractors employee. TheSuperintendent may grant or deny the application in his sole discretion. The Contractor must makeavailable to the Superintendent, within one (1) day of request, the personnel file of any employee whowill be working on the project.

In addition to other rules and regulations, the following rules related to Security Badges, must beadhered to:

A. Each person must wear and display his or her Security Badge on their outer apparel at all timeswhile at any Chicago Police Department facility.

B. Individuals must remain within their assigned area unless otherwise instructed by the ChicagoPolice Department.

3.6.4. Department of Water Management ("DOWM") Security Requirements3.6.4.1. Identification of Workers and VehiclesAll employees and vehicles working within DOWM facilities must be properly identified. All vehiclesand personnel passes will be issued to the Contractor by the Commissioner, as required.Contractor, Subcontractors, and employees must return identification material to the Commissionerupon completion of their respective work within the Project, and in all cases, the Contractor mustreturn all identification material to the Commissioner after completion of the Project. FinalContract Payment will not be made until all passes issued have been returned to DOWM Security.

3.6.4.2. Access to FacilitiesFor purposes of this section, "employee" refers to any individual employed or engaged byContractor or by any Subcontractor. If the Contractor, or any employee, in the performance of thisContract, has or will have access to a Department of Water Management (DOWM) facility, the Citymay conduct such background and employment checks, including criminal history record checks andwork permit documentation, as the Commissioner of the Department of Water Management andthe City may deem necessary, on the Contractor, any Subcontractor, or any of their respectiveemployees. The Commissioner of the Department of Water Management has the right to requirethe Contractor to supply or provide access to any additional information the Commissioner deemsrelevant. 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 suchbackground and employment checks;

Deliver to the City consent forms signed by all employees who will work on the project consentingto 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 DOWMfacility consenting to the searches described in this Section.

The Commissioner may preclude Contractor, any Subcontractor, or any employee from performingwork on the project. Further, the Contractor must immediately report any information to theCommissioner relating to any threat to DOWM infrastructure or facilities or the water supply of theCity 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 thecontrary, at no additional cost to the City, adhere, and cause its Subcontractors to adhere, to any

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 48

security and safety guidelines developed by the City and furnished to the Contractor from time totime during the term of the Contract and any extensions of it.

3.6.4.3. Security Badges and Vehicle PermitsEach 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. IfContractor wishes a vehicle to have access to a DOWM facility, Contractor must submit a vehicleaccess application for that vehicle. The applications will solicit such information as theCommissioner 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 andcompleting these forms for each employee who will be working at DOWM facilities and all vehiclesto be used on the job site. The Commissioner may grant or deny the application in his solediscretion. 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 employmenthistory of employees going back five years from the date Contractor began Work or Services on theproject. If requested, Contractor must certify that it has verified the employment history asrequired on the form designated by the Commissioner. Contractor must provide the City, at itsrequest, a copy of the employment history for each employee. Employment history is subject toaudit by the City.

DOWM Security Badges and Vehicle Permits will only be issued based upon properly completedArea Access Application Forms. Employees or vehicles without proper credentials will not beallowed 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 employeeon his or her outer apparel at all times.

B. At the sole discretion of the Commissioner and law enforcement officials, including but notlimited to the Chicago Police Department, Cook County Sheriffs Office, Illinois State Policeor any other municipal, state or federal law enforcement agency, all vehicles (and theircontents) are subject to interior and/or exterior inspection entering or exiting DOWMfacilities, and all employees and other individuals entering or exiting DOWM facilities aresubject to searches. Vehicles may not contain any materials other than those needed forthe project. The Commissioner may deny access to any vehicle or individual in his solediscretion.

C. All individuals operating a vehicle on DOWM property must be familiar and comply withmotor 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 DriverLicense.

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 otherwiseinstructed by the City.

F. Access to the Work sites will be as shown or designated on the Contract DocumentsDrawings 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.

3.6.4.4. Gates and FencesWhenever the Contractor receives permission to enter DOWM property in areas that areexit/entrance points not secured by the City, the Contractor may be required to provide gates thatcomply with DOWM design and construction standards. Contractor must provide a licensed and

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Standard Terms and Conditions, 09.10.2013 49

bonded security guard, subject to the Commissioner's approval and armed as deemed necessary bythe 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 DOWMpersonnel of the point of access.

Stockpiling materials and parking of equipment or vehicles near DOWM security fencing isprohibited.

Any security fencing, gates, or alarms damaged by the Contractor or its Subcontractors must bemanned by a licensed and bonded security guard of the Contractor at Contractor's expense until thedamaged items are restored. Contractor must restored them to their original condition within aneight (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 approvedby 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 atwenty-four (24) hour basis during the period of temporary removal. Contractor must restore theitems removed to their original condition when construction is completed.

3.6.4.5. Hazardous or Illegal MaterialsUnauthorized hazardous or illegal materials, including but not limited to hazardous materials asdefined in 49 C.F.R. Parts 100-185 (e.g. explosives, oxidizers, radiological materials, infectiousmaterials), contraband, firearms and other weapons, illegal drugs and drug paraphernalia, may notbe taken on DOWM property. Alcoholic beverages are also prohibited.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Special Conditions for Supply Contracts, 07.30.2012 50

ARTICLE 4. SPECIAL CONDITIONS FOR SUPPLY CONTRACTS4.1. Blanket Releases / Purchase OrdersUnless otherwise provided in the Scope of Work and Detailed Specifications, orders for products to beprovided under this Contract will be in the form of a written City of Chicago Blanket Release (a.k.a. purchaseorder, purchase order release, sub-order, or sub-order release) that will be issued by the Department andsent to the Contractor. Blanket Releases will indicate the specification number, Contract/purchase ordernumber, 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 priceincreases, Contractor must honor Contract prices listed on the Blanket Release, even if the Blanket Releasespecifies multiple shipments with delivery dates that are scheduled after the effective date of the priceincrease.

The Contractor must not honor any verbal order(s) or make any deliveries without receipt of a writtenBlanket Release issued by the Department. Any items provided by the Contractor without a written BlanketRelease are made at the Contractor’s risk. Consequently, in the event a written Blanket Release is notprovided by the City, the Contractor releases the City form any liability whatsoever to pay for any itemsprovided without a written Blanket Release.

4.2. Delivery and Acceptance4.2.1. DeliveryAs stated above, Contractor must not make any deliveries without a written City of Chicago BlanketRelease issued by the appropriate department. Upon receipt of a Blanket Release, deliveries must bemade to the location(s) listed in the Scope and Detailed Specifications or other location specified by theCommissioner or CPO in the written purchase order. Unless otherwise clearly and specifically providedin the Detailed Specifications or the written purchase order, all deliveries will be F.O.B. destination (Cityof Chicago).

Contractor understands and agrees that the initial acceptance of any delivery will not be considered as awaiver of any provision of this Contract and will not relieve the Contractor of its obligation to supplysatisfactory goods which conform to the Contract.

4.2.2. Inspection and DefectsThe 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 thepurpose of identifying gross and obvious damage, defects or non-conformance with specifications. TheContractor’s representative may be present for the initial examinations. This does not limit the City'sright to conduct subsequent inspection of the products delivered.

If defects or omissions are discovered in the initial or subsequent inspections, the City may exercise anyor 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 atContractor’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 non-conforming products must be provided by the Contractor at no cost to the City. The Contractor mustcorrect or replace the incorrect, damaged or defective or non-conforming items within seven (7)

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Special Conditions for Supply Contracts, 07.30.2012 51

business days of the return unless otherwise provided in the Detailed Specifications. The City ofChicago will not be subject to restocking charges.

Failure to correct or replace unacceptable goods, or repeated delivery of unacceptable goods, will be anevent of default under this Contract.

4.2.3. Shipment errorsThe Contractor will be responsible for any errors in shipments that are the fault of the Contractor. TheContractor must make arrangements with their common carrier or company personnel to pick-up, atContractor’s expense, any un-ordered products, over-shipments of product, or products that otherwisedo not comply with the applicable purchase order within forty-eight (48) hours after notification by theDepartment. Contractor must promptly supply any under-shipment of product promptly afternotification 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.

4.2.4. AcceptanceProducts provided under this Contract will be deemed to be accepted by the City thirty days afterdelivery, unless previously rejected. The City may revoke acceptance if items are later discovered to benon-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.

4.3. Unspecified Uniforms and Related ServicesAny Uniforms and Accessories not specifically listed herein may be added to this Contract if they fall withinthe same specific category of supply items specified (e.g. Uniforms and Related Services, etc.). The lifetimeusage of any item added to this Contract must not exceed ten percent (10%) of the original Contract awarddollar amount.

The Chicago Fire Department will notify the Contractor in writing of the Uniforms and Related Services whichare necessary and request a written price proposal for the addition of the Uniforms and Related Services tothis Contract by modification, then forward the documents to the Chief Procurement Officer. Such Uniformsand Related Services may be added to the Contract only if the prices are competitive with current marketprices and said Uniforms and Related Services are approved by the Chief Procurement Officer in the form ofa written modification signed by the Contractor and the City. The Chief Procurement Officer reserves theright to seek competitive pricing information on said item(s) from other suppliers and to procure suchUniforms 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 Contractmodification 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 releasesthe City from any liability whatsoever to pay for any Uniforms and Related Services delivered prior to theContractors receipt of the fully signed modification.

4.4. Quality, Source, Substitution, and Labeling4.4.1. QualityProduct must conform to any industry standards specified in the Detailed Specifications as well as thebest industry practices and standards with respect to quality of materials and workmanship. Unlessotherwise specified in the Detailed Specifications, all products provided must be new and inconformance with the Contract and acceptable in every detail to the Commissioner. If requested, theContractor must certify to the Commissioner that all products to be provided comply with all Contractrequirements. Only products which conform to the quality requirements of the Contract will beaccepted.

4.4.2. SourceThe Contractor must promptly notify the Commissioner upon request, of the source (or sources) fromwhich the Contractor expects to obtain the products. The source(s) of supply, including the

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Special Conditions for Supply Contracts, 07.30.2012 52

manufacturer, must not be debarred from contracting or otherwise be ineligible to contract with theCity.

If sources are found to be unacceptable at any time or fail to be the source of products satisfactory tothe Commissioner, the Contractor must furnish products from other, acceptable sources.

4.4.3. SubstitutionIn cases of product unavailability or other conditions beyond the control of the Contractor arising aftercontract award, Contractor may request to provide substitutes for the products specified in the DetailedSpecifications.

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 thesuitability of the proposed substitute for the specified product. The information must include:

(a) Product identification, including manufacturer's name and address.

(b) Manufacturer's literature including:

i) Product description

ii) Reference standards

iii) Performance and test data

(c) Samples, as applicable. Samples must be at no charge and will not be returned.

(d) 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 significantvariations.

The Contractor warrants and represents that in making a formal request for substitution that: (1) theproposed substitution is equivalent to or superior in all respects to the product specified; (2) the samewarranties and guarantees will be provided for the substitute as for the product specified. Anyadditional cost, or any loss or damage, arising from the substitution of any products for those specifiedshall 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 productspecified in the Detailed Specifications. The Commissioner will not entertain more than one request forsubstitution per year except in cases of product unavailability or other conditions beyond the control ofthe Contractor.

4.4.4. Testing Laboratory LabelsAll products containing electrical wiring must conform to the City Electrical Code, which requires suchproducts to be approved and so labeled by a testing laboratory acceptable under the Chicago ElectricalCode Section 14-64-010.

4.5. Manufacturer's Warranty & Product InformationContractor 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 toprovide and transfer all documentation issued by the manufacturer for the items to be provided under thisagreement. 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 providedunder this Contract in accordance with the standard warranty regularly provided by the OEM for thatproduct, unless the Detailed Specifications call for a different warranty.

4.6. Contractor's Warranties

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Special Conditions for Supply Contracts, 07.30.2012 53

The Contractor warrants that the title to the products to be provided under this agreement is good and itstransfer is rightful, and that the products will be delivered to the City free from all liens or any securityinterest 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 andworkmanship. Contractor also warrants that they will be free from defects in design except to the extentthat they are non-standard products manufactured pursuant to detailed designs furnished by the City andthe defect is in the portion of the design furnished by the City. Such warranties, including warrantiesimplied by law, shall run to City, its successors, assigns, customers, and to users of the goods.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 54

ARTICLE 5. SCOPE OF WORK AND DETAILED SPECIFICATIONS5.1. GeneralThe Contractor must furnish, maintain and manage F.O.B., City of Chicago, Chicago Fire Department, acommissary for Uniforms and Related Services conforming to the requirements set forth herein, all inaccordance 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, completeuniforms and related services including an initial issue and a reciprocal replacement program in accordancewith 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 termof this contract. Whenever these Detailed Specifications call for authorization, notice, approval, or directionby the “Chicago Fire Department” it means by the Commissioner of the Chicago Fire Department or his dulyauthorized designee.

5.2. Basis of AwardIn the event that a contract is awarded pursuant to this specification, the Chief Procurement Officer willaward 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 andconditions set out in the Bid Documents.

The Contractor’s bid pricing will incorporate any/all peripheral costs including, but not limited to the costs ofUniforms and Related Services, delivery/transportation charges, training, materials, labor, insurance,applicable taxes, warranty, overhead and profit, etc. that are required by this Specification.

5.3. Detailed Item DescriptionFor detailed specifications of all items on the proposal pages, see Exhibit 2.

5.3.1. Description of Uniforms and Related ServicesIt is the intent of these specifications to describe operation of a commissary-style facility and furnishingthe 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 itsresponsibilities under this contract, to insure that all employees will be dressed safely and professionallyat 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.

5.3.1.1. Uniform Classified Items – Class A-C

5.3.1.1.1. Classified ItemsThe 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)

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 55

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

1. 911 Jackets

2. Helmet

3. Gloves

4. Flashlight

5. Utility belt

6. Helmet front piece and helmet shield sticker

7. Protective hood

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 56

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

5.4.1. Contract Term5.4.1.1. Initial TermThe Initial Term for this Contract will be sixty (60) months, unless terminated earlier pursuant to theTermination 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 thiscontract.

The start date will be no later than the first day of the succeeding month from the date shown asthe Contract Award and Release Date on the Proposal Acceptance Page.

5.4.1.2. Term ExtensionThe City has the option to unilaterally extend the term of this Contract following the expiration ofthe Initial Term, for up to sixty (60) months, subject to acceptable performance by the Contractorand contingent upon the appropriation of sufficient funds. The option may be exercised as a singlesixty month extension or as up to five separate extensions, each with a term no less than twelvemonths.

No less than sixty (60) calendar days before the expiration of the Initial Term, or if previouslyextended, the expiration of the term as extended, the Chief Procurement Officer will give theContractor notice of the City’s intent to exercise its option to renew the Contract. The date onwhich the Chief Procurement Officer gives notice is the date the notice is mailed, if it is mailed, orthe 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 contractperiod for a period of no more than one hundred eighty-one (181) calendar days, either in lieu ofexercising an option period or following the exhaustion of all option periods, for the purpose ofproviding continuity of supply while procuring a replacement contract.

5.4.2. Authorized Dealer

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 57

The Contractor must be the manufacturer or an authorized dealer/distributor of the proposed Uniformsand Related Services and must be capable of providing genuine items/products, parts, assembliesand/or accessories as supplied by the original equipment manufacturer (O.E.M.). Further, the Contractormust be capable of furnishing original product warranty and manufacturers related services such asproduct information, product re-call notices, etc.

The Contractor's compliance with these requirements will be determined by the Chief ProcurementOfficer, whose decision will be binding.

5.4.3. Price AdjustmentThe original bid prices will be valid and firm for the initial twelve (12) month Contract period beginningwith the start date of the Contract. Beginning on the date after the initial twelve (12) month term, andfor each twelve (12) month anniversary thereafter, annual price adjustments of the Contract pricing maybe made after receipt of written request from the Contractor showing cause substantiating the need forthe 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 dayperiod, 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 fivepercent (5%) per year, for each additional twelve (12) month period. The Contractor will be required tofurnish a certified statement or affidavit which states that the increase represents the cost of servicesonly and in no way represents an increase for its profits, labor or overhead. The Contractor must justifyits request for an increase by submitting detailed pricing data, support documentation and any otherinformation 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 bethe anniversary date of the Contract. If approved by the Chief Procurement Officer, a price adjustmentmust be signed by the Chief Procurement Officer reflecting the price adjustment and the effective datefor the adjustment.

Any Uniforms or Related Services provided by the Contractor at a price change, without a properlyexecuted Contract modification signed by the Chief Procurement Officer, is made at the Contractor'srisk. Consequently, in the event such modification is not executed by the City, the Contractor releasesthe City from any liability whatsoever to pay for any Uniforms and Related Services provided at anunapproved increase price.

5.4.4. QuantitiesAny quantities of Uniforms and Related Services shown on the Proposal Page are estimated usage forthe initial sixty (60) month Contract period and as such are for bid canvassing purposes only. The Cityreserves the right to increase or decrease quantities ordered under this Contract. Nothing herein will beconstrued as an intent on the part of the City to procure any Uniforms and Related Services other thanthose 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.

5.4.5. Inventory/Lead TimeThe Contractor must maintain an inventory of sufficient diversity and quantity as to ensure the deliveryand/or issuance of any item listed in the Proposal, which is ordered by the City within seven (7) calendardays after receipt of a Chicago Fire Department order. In lieu of the inventory, the Contractor must beable to arrange such prompt delivery.

Failures of the Contractor to meet the above stated delivery and/or issuance requirements may be usedby the City as grounds for the termination of this contract, and may further affect the Contractorseligibility for future Contract awards.

The Contractors compliance with these requirements will be determined by the Chief ProcurementOfficer, whose decision will be binding.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 58

5.4.6. DeliveryDeliveries must be made F.O.B., City of Chicago, Chicago Fire Department any point within the City at nocharge to the City, regardless of the Purchase Order Release amount.

Deliveries must be made between the hours of 8:00 a.m. and 2:00 p.m., Monday through Friday,excluding any legal holidays.

The City reserves the right to add or delete locations as required during the contract period

5.4.7. Bidder’s Qualifications and RequirementsThe Bidder will be required to provide to the Commissioner and the Chief Procurement Officer prior toaward of contract or prior to scheduled site inspection the following:

Copy of lease or ownership documentation of facility/ property; and Completed Financial Capabilitiesdocuments (Attachment IV)

Failure to provide the above referenced requirements will be reasons for the bid to be deemed non-responsive and non-responsible and the bid to be rejected.

5.4.8. Site VisitPrior to making recommendation of award the City will make a site inspection to determine if any or allof the bidder’s facilities meet the terms and conditions as described herein. .

5.4.9. Financial CapabilitiesAt the discretion of the Chief Procurement Officer, the City may require bidders to submit financialrecords 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 financialstatements (prepare d by a certified public accountant registered by and who holds a valid andunrevoked 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 andunrevoked registration card where reciprocity is recognized by that State and State of Illinois); record ofpast experience; schedule of bidder’s equipment; accounts receivable and payable; stocks, bonds, andother 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 audited2012 financial statement. If a Respondent submits an audited statement of its parent organization, suchaudited statements should be accompanied by pro forma statements for the Respondent. The Cityreserves 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 tofinancially sustain the burden of this Contract by maintaining services as required under thisspecification throughout the term of the Contract, then the Chief Officer reserves the right to limit thenumber of Contracts awarded to the bidder, if such a decision is determined to be in the interest of theCity.

The City reserves the right disqualify bids which do not completely meet outlined specifications. Theimpact of exceptions to the specification will be evaluated by the City in determining its need.

5.4.10. Trade NamesIn cases where an item is identified by a manufacturers name, trade name, catalog number, orreference, it is understood that the bidder proposes to furnish the item so identified and does notpropose 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 notrestrictive and only to indicate to the prospective bidder articles that will be satisfactory. Bids on othermakes and catalogs will be considered, provided each bidder clearly states on the face of the proposal

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 59

exactly what it proposes to furnish, or forwards with the bid, a cut, illustration, or other descriptivematter 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 approveas an equal, or to reject as not being an equal, any article the bidder proposes to furnish which containsmajor or minor variations from specification requirements but which may comply substantiallytherewith.

5.4.11. Standard Uniforms and Related ServicesExperimental Uniforms and Related Services will not be acceptable. Uniforms and Related Serviceswhich are not produced by regular production methods and/or which have not been offered for sale tothe public through accepted industry trade channels for at least one (1) year prior to the offering of thisbid, will be considered experimental. The City reserves the right to waive or take exception to thisrequirement 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. TheContractor must furnish evidence upon request that the Uniforms and Related Services to be furnishedhas been commercially available through that manufacturer to the trade for a period of not less thanone (1) year and has been fully field tested to the satisfaction of the Chief Procurement Officer.

5.4.12. General Uniforms and Related ServicesThe Uniforms and Related Services furnished must be the manufacturer's latest models. Appurtenanceand/or accessories not herein mentioned, but necessary to furnish a complete unit ready for use upondelivery must be included. Each complete unit must conform to the best practices known to the trade instrength, quality of material and workmanship and be subject to this specification in full. Thespecification must be construed as minimum. Should the manufacturer's current published data orspecification exceed this, it will be considered minimum and shall be furnished. The City reserves theright to waive or take exception to this requirement if it be to the City's advantage or best interest.

5.4.13. Alterations and RepairsAlterations to uniform items are done at the time of issue and/or by appointment on site, by theContractor’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.

5.4.14. BackordersNotification must be made during the ordering process when any Uniforms and Related Services are onback order. Electronic or written notification of anticipated ship date must be sent to the RequestingDepartment for any back orders that cannot be filled within fourteen (14) business days. The City willhave the option of accepting or canceling the backorder or the Department may submit a request for asubstitute item. The City is not to be charged for expenses incurred due to the cancellation ofbackorders.

5.4.15. Mis-shipmentsThe Contractor will be responsible for any incorrect shipments or damaged shipments. The Contractormust make arrangements with their common carrier or company personnel to pick-up unacceptableUniforms and Related Services, upon notification by authorized City personnel. The correct orderrequest must be completed at no charge to the City. The City of Chicago will not be subject torestocking fees.

5.4.16. Returns And Restocking FeesThe Contractor must pick up any defective or rejected merchandise to be returned back to Contractorwithin forty-eight (48) hours of notification. The City of Chicago will not pay restocking fees for returnedmerchandise. The Contractor must replace the merchandise or issue a credit within seven (7) businessdays of the return. If a credit is not received within seven (7) business days, the City will deduct theamount of return from any outstanding invoice at the end of month or time of payment.

5.4.17. Uniforms Replaced At Chicago Fire Department’s Expense

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 60

Contractor must furnish replacement uniforms for Chicago Fire Department employees who have aChicago Fire Department Uniform Authorization form (Attachment II). The City will pay for uniformreplacements in the following situations but not others (unless the Commissioner issues a writtenchange in policy).

When the Chicago Fire Department determines certain items to be unserviceable and/or un¬-repairablethrough normal wear and tear, it will permit those items to be exchanged by the Chicago FireDepartment employee, but the Chicago Fire Department employee must return uniforms andaccessories before an exchange can be made.

Upon promotion of the Chicago Fire Department employee, all items issued will be on an exchangebasis.

5.4.18. Uniforms Replaced At Employee’s Own ExpenseContractor must furnish replacement uniforms to Chicago Fire Department employees at the contractprice and at the employee’s expense when the item is.

A Damaged Beyond Repair - when the Chicago Fire Department makes the determination that thedamage 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 collectivebargaining agreement.

C. Not exchanged - when an “issue” is authorized but the employee does not turn in the items forexchange at the Contractor’s Facility.

D. For Alteration or Replacement Due to Excessive Weight Fluctuation - unless approved by theChicago Fire Department or on a Fire Department approved doctor’s recommendation forhealth reasons.

No credit or refund is due to, and Contractor must not pay or credit, employees who return uniformitems. All returned uniform items remain the property of the Chicago Fire Department. Personnelreturning 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 bargainingagreement, all of the above items are on an exchange basis; the employee must provide an exchangeuniform and/or item at the time of issue. The Contractor must dispose of all uniforms and related itemsturned in for exchange in a secure manner in accordance with the instructions of the Chicago FireCommissioner.

The Contractor will receive payment for said Uniforms and Related Services from the employee(s), butwill also include the Uniforms and Related Services on the invoice to the city with an accompanyingcredit for the items paid for by the employee.

5.4.19. Inventory Stock And IssuanceMaintain a computerized in-house inventory management system of the Contractor’s choice but subjectto approval by the Chicago Fire Department. The system must include the capability of managing pre-determined usage by item and bureau classification and individual. The Contractor must provide theChicago Fire Department information and reports in electronic format using Excel or a compatiblesoftware system, as follows:

1. Records of items sold or exchanged with the employees’ last name, file number, andassignment, make and model size (if applicable) of issued items.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 61

2 Complete uniform information on each employee of the Chicago Fire DepartmentMust classify on billing information and records whether the transaction wasCommissary 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 FireDepartment from time to time on an “as needed” basis as determined by the ChicagoFire Department

No orders for product will be made without written correspondence and approvalfrom the Commissary Coordinator or appointee of Chicago Fire Commissioner who willmanage inventory on site at the Facility

5.4.20. Uniform And Accessories Stock RequirementsOrder and stock items monthly representing at approximately ten percent (10%) of uniform items forfive thousand (5000) uniformed or as directed by the Commissary Coordinator’s monthly usageprojection for all Class B items. Class C items shall be stocked five percent (5%) or as per the direction ofthe Commissary Coordinator’s monthly usage projection. Class A items/special order or non-stockeditems must be delivered and available at the Facility within forty (40) business days of order. Specialorder items consist of Dress Blouse, Dress Trousers, Dress Overcoat, optimize the stocked inventoryunder the ten percent (10%) stocking requirement, the Contractor initially and quarterly thereafterpropose for approval by the Commissary Coordinator or appointee of the Chicago Fire Commissioner, aplan for stocking specific sizes

5.4.21. Approval Of Uniform Items And AccessoriesOnly those items that meet the specifications and have been approved by the Chicago Fire Departmentwill be considered in the evaluation of the bid. Once an item has been approved Contractor cannotsubstitute without Fire Department’s approval

The Chicago Fire Department reserves the right to field-evaluate, approve, or disapprove all specificationitems 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 commonlycalled 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 respectivemanufacturer upon approval by the Chicago Fire Department. The Fire Commissioner’s designeemaintains copies of all Commissary Specification Sheets. The Chicago Fire Department reserves the rightto withdraw the Commissary Specification Sheet on any item, should the department deem that thequality of the item no longer meets the Chicago Fire Department’s specifications or if delivery of theitem to the commissary is unreliable

After the award of this contract, the Contractor or manufacturers can submit additional items for fieldevaluation, seeking approval by the Chicago Fire Department.

All Class B (work uniform) and Class C (protective clothing) items must meet the current IllinoisDepartment of Labor (I D O L.) standards applicable to those items. NFPA guidelines should also beconsidered.

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.

5.4.22. Requirement To Utilize An Alternate SupplierIf an approved supplier or manufacturer of an item is unable to deliver sufficient quantities of the itemto the Contractor in a timely fashion, as determined by the operational needs of the Chicago FireDepartment, or if the items supplied do not meet Chicago Fire Department approved specification, theChicago Fire Department may require the Contractor to seek supply from an alternate approved source,and the Contractor must then do so

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 62

5.4.23. Contractor’s ExperienceBidders must demonstrate that they have substantial experience in managing one or more commissariesor commissary-like operations. Bidders must submit information at the time of bid submittal or later asrequested by the Chief Procurement Officer.

At the request of the Chief Procurement Officer bidder must provide evidence of financial responsibilityto perform a contract of this scope and size.

5.4.24. Contractor’s ResponsibilitiesThe 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 centrallylocated within the City of Chicago, within the recommended area west of Lake Michigan, southof North Avenue, north of 55th Street, and east of the western boundaries of Cicero Ave. TheFacility must include the following.

1 Convenient access, with sufficient parking nearby to accommodate the number ofChicago Fire Department personnel who will be using the commissary at any giventime.

2. Contain a secured area of at least two hundred fifty (250) square feet for the exclusiveuse by the Chicago Fire Department.

3. Have an area or exclusive use by the Chicago Fire Department for its commissary-related activities an office space of not less than one hundred and fifty (150) squarefeet with telephone and internet access. In this area, the Contractor must maintain ingood working order at least one terminal station (supplied by the contractor) withinternet access in convenient locations at the Facility for use by members of theChicago Fire Department staff assigned as on-site supervisors of the commissary,including necessary software interface(s) so that the Chicago Fire Department is ableto access uniform information on the Contractor’s computer system by means of theChicago Fire Department’s own computer internet connection, at various Chicago FireDepartment locations.. Contractor must successfully demonstrate the functionality ofthis link before expiration of the 15-day period referenced in Ill C. The software andinterface(s) must be compatible, with current Chicago Fire Department computeroperating system, Windows 8, Microsoft Internet Explorer and Contractor must modifyor 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, outof current Fire Department’s property for a short term at the beginning of this contract pendingContractor’s set-up of its own Facility. This short period will be referred to as the “InterimPeriod”

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 timewill conduct a full inspection of the Facility to determine whether it satisfies the requirementsof 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 fromthe 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, sellONLY Fire Department regulation approved items, unless otherwise authorized by the Chicago

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 63

Fire Department, Contractor must not store or display or make available for purchase orexchange 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 withthe Department’s emblems or logos.

F. Open for business, fully and adequately staffed, Monday, Wednesday and Friday 8:00 am until4:00 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 theMonday thru Friday hours.

G. Provide during all hours of operation the services of two (2) full-time competent tailors who willmake repairs and alterations in uniform items at the location on a “while waiting~ basis. Foralterations, Contractor may require Chicago Fire Department employees to schedule anappointment with the tailor for proper fitting, but Contractor must schedule appointmentspromptly and as soon as practical considering the employee’s schedule. Contractor mustcomplete repairs within two (2) days. Contractor must notify employees directly and promptlywhen repairs will not be completed within two (2) days; delays beyond two (2) days arepermissible only due to the unavailability of items needed to effect repairs or otherwise only ifthe Chicago Fire Department excuses the delay in writing and for cause not reasonablyattributable to Contractor’s fault

H. Maintain a twenty-four (24)-hour, seven (7) days a week emergency number dedicated toreceive 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-siteproject 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)

5.4.25. Start UpThe Contractor will be required to have an existing facility or ability to establish a facility that will beknown as a “Commissary” to distribute uniforms and accessories to the City of Chicago Fire Departmentpersonnel. 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 ownexpense. The Contractor is required to provide at its own expense operating supplies, equipment, officesupplies, electrical supplies, and all paper products (i.e., copy, toilet, receipt, etc.). The Commissary mustbe accessible to any Chicago Fire Department personnel, Department of Procurement Services and/ orCity of Chicago Corporate Counsel at any time.

The Contractor will be expected to have a Commissary facility up and running for uniform distributionwithin fifteen (15) calendar days after the award of the contract. The facility must be equipped toaccept 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 UniformInventory 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 aspart of the resale of uniforms and accessories. (Should we replace 5 days with July 1, 2007 and add issuewith stocked and managed?

In addition to any Consignment Sale Uniform Inventory, the Contractor is required to maintain a specificlevel of inventory within the fifteen (15) days of the official opening day of the Chicago Fire DepartmentCommissary facility as detailed in 11.16 “Inventory Stock and Issuance”. Exceptions to these uniform

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 64

inventory levels must be requested to and approved by writing to the Chicago Fire Department’sCommissioner.

5.4.26. Consignment (Consignment Sale Uniform Inventory)The Contractor will be required to store, stock, manage, alter and resell the Chicago Fire Departmentuniforms and accessories known as Consignment Sale Uniform Inventory regardless of the quantityowned.

Upon the award of contract, the Contractor will be issued a complete inventory detail listing of allConsignment Sale Uniform Inventory.

The Contractor will be required to stock as part of their inventory the Chicago Fire Department’sConsignment Sale Uniform Inventory stock. The Contractor will be required to issue this merchandisefirst when distributing any uniforms and accessories throughout the contract period until all of theConsignment Sale Uniform Inventory stock is sold. The Contractor will be required to sign anAcknowledgement Consignment Sale Uniform Inventory Agreement. This Agreement is between theContractor and the Chicago Fire Department’s previous Contractor’s stock (Consignment Sale UniformInventory). The Agreement details the Contractor’s acceptance of stock, quantity of stock on hand andagrees 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 thelower of either a three percent (3%) mark up per uniform and accessory item at their contract costprice.

The Contractor is required to maintain regularly stocked inventory as described in the Inventory LeadTime Requirement provision, 5.4.5 throughout the contract in addition to any Consignment Sale UniformInventory.

The Contractor will be required to issue a copy of a detailed quarterly report to the Chicago FireDepartment’s Commissioner and the Chief Procurement Officer that documents all sales from theoriginal Consignment Sale Uniform Inventory stock sold by the Contractor throughout the life of thecontract

5.4.27. Ending Inventory Buyout/CloseoutNinety (90) days prior to the expiration or termination of this Contract, the Contractor will be allowed tosell back to the Chicago Fire Department contractually agreed upon existing uniforms and accessoriesinventory. The inventory is not to exceed the required inventory stock described in the DetailedSpecification pages. The Contactor’s residual inventory is not to exceed ten (10%) of the Class Buniform items and five percent (5%) of Class C items for five thousand (5000) uniform personnel, unlessprior approval has been authorized by the Chicago Fire Department’s Commissioner and the ChiefProcurement Officer.

The Contractor’s billing price for each uniform and accessory item is not to exceed the lesser of theContractor’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 andChicago Fire Department. During in this period the Contractor may be required to transfer the remainingstock 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 thiscontract. The Chief Procurement Officer has the final discretion to finalize this portion of the contract asis in the best interest of the City.

5.4.28. GuaranteeThe Contractor must furnish a guarantee for the Uniforms and Related Services provided under thiscontract 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 finalacceptance by the City, that it will, at its own expense and without any cost to the City, replace all

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Scope of Work & Detailed Specifications 65

defective parts and make any repairs that may be required or made necessary by reason of defectivedesign, material or workmanship, or by reason of non-compliance with these specifications. Theguarantee period will commence on the first day the unit is placed in service by the City. If a longerguarantee can be furnished, at no additional cost to the City, the longer period will prevail.

5.4.29. ExceptionsAny 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 weremade should also follow if not self-explanatory. Failure of a bidder to comply with the terms of thisparagraph may be cause for rejection.

The City reserves the right to disqualify bids which do not completely meet outlined specifications. Theimpact of exceptions to the specification will be evaluated by the City in determining its need.

.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 66

CITY OF CHICAGODepartment of Procurement Services

Jamie L. Rhee, Chief Procurement Officer121 North LaSalle Street, Room 806

Chicago, Illinois 60602-1284

Fax: 312-744-3281

COMMODITIES AND WORK SERVICES MBE & WBE SPECIAL CONDITIONS

ARTICLE 6. SPECIAL CONDITIONS REGARDING MINORITY BUSINESS ENTERPRISE COMMITMENT ANDWOMEN BUSINESS ENTERPRISE COMMITMENT FOR COMMODITIES OR SERVICES6.1. Policy and TermsIt 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 2-92-420 et seq. of theMunicipal Code of Chicago and Regulations Governing Certification of Minority and Women-owned Businessesand all other Regulations promulgated under the aforementioned sections of the Municipal Code, as well asMBEs and WBEs certified by Cook County, Illinois, will have full and fair opportunities to participate fully in theperformance of this contract. Therefore, the Contractor will not discriminate against any person or businesson the basis of race, color, sex, gender identity, age, religion, disability, national origin, ancestry, sexualorientation, marital status, parental status, military discharge status or source of income and will takeaffirmative action to ensure that women and minority businesses will have the maximum opportunity tocompete for and perform subcontracts for supplies or services.

Pursuant to Section 2-92-430 of the Municipal Code of Chicago, the Chief Procurement Officer has establisheda goal of awarding not less than 25% of the annual dollar value of all non-construction contracts to certifiedMBEs 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 percentagesof the total contract price (inclusive of any and all modifications and amendments), if awarded, for contractparticipation by MBEs and WBEs:

MBE Percentage WBE Percentage

16.9% 4.5%

This commitment is met by the Contractor's status as a MBE or WBE, or by a joint venture with one or moreMBEs or WBEs as prime contractor (to the extent of the MBE or WBE participation in such joint venture), or bysubcontracting a portion of the work to one or more MBEs or WBEs, or by the purchase of materials used inthe performance of the contract from one or more MBEs or WBEs, or by the indirect participation of MBEs orWBEs in other aspects of the Contractor's business (but no dollar of such indirect MBE or WBE participationwill be credited more than once against a Contractor’s MBE or WBE commitment with respect to allgovernment 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 asboth MBE and WBE may only be listed on a bidder’s compliance plan as either a MBE or a WBE, but not bothto 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 WBEsfor the provision of goods or services not directly related to the performance of this Contract. However, indetermining the manner of MBE/WBE participation, the Contractor will first consider involvement ofMBEs/WBEs as joint venture partners, subcontractors, and suppliers of goods and services directly related tothe performance of this Contract. In appropriate cases, the Chief Procurement Officer will require the

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 67

Contractor to demonstrate the specific efforts undertaken by it to involve MBEs and WBEs directly in theperformance of this Contract.

The Contractor also may meet all or part of this commitment through credits received pursuant to Section 2-92-530 of the Municipal Code of Chicago for the voluntary use of MBEs or WBEs in private sector contracts.

Pursuant to 2-92-535, the prime contractor may apply be awarded an additional 0.333 percent credit, up to amaximum of a total of 5 percent additional credit, for every 1 percent of the value of a contract self-performed by MBEs or WBEs, or combination thereof, that have entered into a mentor agreement with thecontractor. This up to 5% may be applied to the Contract Specific Goals, or it may be in addition to theContract Specific Goals.

6.2. Definitions

"Area of Specialty" means the description of an MBE or WBE firm’s business which has been determined bythe 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 isalso contained in the Directory (defined below). Credit toward this Contract’s MBE and WBE participationgoals 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 toperform work within their Area of Specialty. It is the responsibility of all contractors to determine thecapability 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 asdefined in MCC Section 2-92-586.

"Bid" means a bid, proposal, or submittal detailing a description of the services or work to be provided by thecontractor 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 thatseeks to enter into a contract with the City, and includes all partners, affiliates and joint ventures of suchperson or entity.

"Broker" means a person or entity that fills orders by purchasing or receiving supplies from a third partysupplier rather than out of its own existing inventory and provides no commercially useful function other thanacting 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 herdesignee.

"Commercially Useful Function" means responsibility for the execution of a distinct element of the work ofthe 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 theappropriate lines of credit and/or loans, or fulfilling responsibilities as a joint venture partner as described inthe joint venture agreement.

"Contract Specific Goals" means the subcontracting goals for MBE and WBE participation established for aparticular contract.

"Contractor" means any person or business entity that has entered into a contract with the City as describedherein, 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 theirArea of Specialty directly related to the performance of the subject matter of the Contract will count as DirectParticipation toward the Contract Specific Goals.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 68

"Directory" means the Directory of Certified "Minority Business Enterprises" and "Women BusinessEnterprises" maintained and published by the City of Chicago. The Directory identifies firms that have beencertified as MBEs and WBEs, and includes both the date of their last certification and the area of specialty inwhich they have been certified. Contractors are responsible for verifying the current certification status of allproposed MBE, and WBE firms.

"Good Faith Efforts" means actions undertaken by a bidder or contractor to achieve a Contract Specific Goalthat the CPO or his or her designee has determined, by their scope, intensity, and appropriateness to theobjective, 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 intheir Area of Specialty related to other aspects of the Contractor’s business. (Note: no dollar of such indirectMBE or WBE participation shall be credited more than once against a contractor’s MBE or WBE commitmentwith 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, skillsand knowledge, and in which the MBE or WBE is responsible for a distinct, clearly defined portion of the workof the contract and whose share in the capital contribution, control, management, risks, and profits of thejoint venture are commensurate with its ownership interest.

"Mentor-Protégé Agreement" means an agreement between a prime and MBE or WBE subcontractorpursuant to MCC 2-92-535, that is approved by the City of Chicago and complies with all requirements of MCC2-92-535 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 andcontrolled business in accordance with City Ordinances and Regulations as well as a firm awarded certificationas 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 otherestablishment in which materials, supplies, articles or equipment are bought, kept in stock and regularly soldor 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 requiredfor performance of a contract are bought, kept in stock, and regularly sold to the public in the usual course ofbusiness. To be a regular distributor the firm must engage in, as its principal business and in its own name, thepurchase 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 distributionequipment.

"Women Owned Business Enterprise" or "WBE" means a firm awarded certification as a women owned andcontrolled business in accordance with City Ordinances and Regulations as well as a firm awarded certificationas a women owned business by Cook County, Illinois.

6.3. Joint VenturesThe formation of joint ventures to provide MBEs and WBEs with capacity and experience at the primecontracting level, and thereby meet Contract Specific Goals (in whole or in part) is encouraged. A jointventure may consist of any combination of MBEs, WBEs, and non-certified firms as long as one member is anMBE 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 definedportion of the requirements of the contract for which it is at risk;

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 69

iii. Each joint venture partner executes the bid to the City; and

iv. The joint venture partners have entered into a written agreement specifying the termsand conditions of the relationship between the partners and their relationship andresponsibilities to the contract, and all such terms and conditions are in accordance withthe 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, theSchedule B submitted on behalf of the proposed joint venture, and all related documents todetermine whether these requirements have been satisfied. The Chief Procurement Officer shallalso consider the record of the joint venture partners on other City of Chicago contracts. Thedecision of the Chief Procurement Officer regarding the eligibility of the joint venture for credittowards meeting the Contract Specific Goals, and the portion of those goals met by the jointventure, shall be final.

The joint venture may receive MBE or WBE credit for work performed by the MBE or WBE jointventure partner(s) equal to the value of work performed by the MBE or WBE with its own forcesfor a distinct, clearly defined portion of the work.

Additionally, if employees of the joint venture entity itself (as opposed to employees of the MBEor WBE partner) perform the work, then the value of the work may be counted toward theContract Specific Goals at a rate equal to the MBE or WBE firm’s percentage of participation inthe joint venture as described in Schedule B.

The Chief Procurement Officer may also count the dollar value of work subcontracted to otherMBEs and WBEs. Work performed by the forces of a non-certified joint venture partner shall notbe 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 jointventure partner, the bidder must submit with its bid a Schedule B and the proposed joint ventureagreement. These documents must both clearly evidence that the MBE or WBE joint venturepartner(s) will be responsible for a clearly defined portion of the work to be performed, and thatthe MBE’s or WBE’s responsibilities and risks are proportionate to its ownership percentage. Theproposed joint venture agreement must include specific details related to:

i. The parties’ contributions of capital, personnel, and equipment and share of the costs ofinsurance and bonding;

ii. Work items to be performed by the MBE’s or WBE’s own forces and/or work to beperformed by employees of the newly formed joint venture entity;

iii. Work items to be performed under the supervision of the MBE or WBE joint venturepartner; and

iv. The MBE’s or WBE’s commitment of management, supervisory, and operativepersonnel to the performance of the contract.

NOTE: Vague, general descriptions of the responsibilities of the MBE or WBE joint venture partner do notprovide any basis for awarding credit. For example, descriptions such as "participate in the budgetingprocess," "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 forwhich credit is being sought. For instance, if the scope of work required by the City entails the delivery ofgoods or services to various sites in the City, stating that the MBE or WBE joint venture partner will beresponsible for the performance of all routine maintenance and all repairs required to the vehicles used todeliver such goods or services is pertinent to the nature of the business for which credit is being sought.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 70

6.4. Counting MBE/WBE Participation Toward the Contract Specific GoalsRefer to this section when preparing the MBE/WBE compliance plan and completing Schedule D-1 forguidance on what value of the participation by MBEs and WBEs will be counted toward the stated ContractSpecific Goals. The "Percent Amount of Participation" depends on whether and with whom a MBE or WBEsubcontracts 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 aMBE or a WBE to demonstrate compliance with the Contract Specific Goals. For example, a firm that iscertified as both a MBE and a WBE may only be listed on the bidder’s compliance plan under one of thecategories, but not both. Only Payments made to MBE and WBE firms that meet BOTH the CommerciallyUseful 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 maycount toward the Contract Specific Goals.

i. The CPO will determine whether a firm is performing a commercially useful function byevaluating the amount of work subcontracted, whether the amount the firm is to bepaid under the contract is commensurate with the work it is actually performing and thecredit claimed for its performance of the work, industry practices, and other relevantfactors.

ii. A MBE or WBE does not perform a commercially useful function if its participation isonly required to receive payments in order to obtain the appearance of MBE or WBEparticipation. The CPO may examine similar commercial transactions, particularly thosein which MBEs or WBEs do not participate, to determine whether non MBE and nonWBE firms perform the same function in the marketplace to make a determination.

iii. Indications that a subcontractor is not performing a commercially useful functioninclude, but are not limited to, labor shifting and equipment sharing or leasingarrangements 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 ofSpecialty 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 WBEperforms the work itself: 100% of the value of work actually performed by the MBE’s or WBE’sown forces shall be counted toward the Contract Specific Goals, including the cost of suppliesand materials purchased or equipment leased by the MBE or WBE from third parties or secondtier subcontractors in order to perform its (sub)contract with its own forces (except supplies andequipment the MBE or WBE subcontractor purchases or leases from the prime contractor or itsaffiliate). 0% of the value of work at the project site that a MBE or WBE subcontracts to a non-certified 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 foritems needed for the Contract shall be counted toward the Contract Specific Goals. Amanufacturer is a firm that operates or maintains a factory or establishment that produces onthe 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 suppliespurchased from a MBE or WBE that is certified as a regular dealer or supplier shall be countedtoward 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 ContractSpecific Goals.

ii. As defined above, Brokers provide no commercially useful function.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 71

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 tothe distinct, clearly defined portion of the work of the contract that the MBE or WBEperforms with its own forces toward the Contract Specific Goals; or

ii. If employees of this distinct joint venture entity perform the work then the value of thework may be counted toward the Contract Specific Goals at a rate equal to the MBE orWBE firm’s percentage of participation in the joint venture as described in the ScheduleB.

iii. A joint venture may also count the dollar value of work subcontracted to other MBEsand 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 workin its Area of Specialty may be counted toward the Contract Specific Goals.

ii. 0% of the value of work that a MBE or WBE subcontracts to a non-certified firm countstoward the Contract Specific Goals (except as allowed by (c) above).

iii. 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 andassistance in the procurement of essential personnel, facilities, equipment, materials orsupplies required for performance of the Contract, provided that the fee or commissionis determined by the Chief Procurement Officer to be reasonable and not excessive ascompared with fees customarily allowed for similar services.

iv. The fees charged for delivery of materials and supplies required on a job site (but notthe cost of the materials and supplies themselves) when the hauler, trucker, or deliveryservice 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 reasonableand 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 costof the premium itself, specifically required for the performance of the Contract,provided that the fee or commission is determined by the Chief Procurement Officer tobe reasonable and not excessive as compared with fees customarily allowed for similarservices.

6.5. Regulations Governing Reductions to or Waiver of MBE/WBE GoalsThe following Regulations set forth the standards to be used in determining whether or not a reduction orwaiver of the MBE/WBE commitment goals of a particular contract is appropriate. If a bidder determines thatit is unable to meet the MBE and/or WBE Contract-Specific Goals on a City of Chicago contract, a writtenrequest 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 forgrant of relief from the MBE/WBE percentages submitted on the bidder's letterhead, and must demonstratethat all required efforts as set forth in this document were taken to secure eligible Minority and WomenBusiness Enterprises to meet the commitments. The Chief Procurement Officer or designee shall determinewhether 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, itsubmits a waiver request and all supporting documentation that adequately addresses the conditions forwaiver 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 listedcandidate and/or a prospective awardee will be given a designated time allowance, but no more than

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 72

fourteen (14) calendar days to submit to the Department of Procurement Services completedocumentation that adequately addresses the conditions for waiver described herein; and

Bidders responding to Request for Information and or Qualifications (RFI/RFQs) deemed by the ChiefProcurement Officer or authorized designee to be the most responsive and responsible shall submitdocumentation that adequately addresses the conditions for waiver described herein duringnegotiations.

Failure to submit documentation sufficient to support the waiver request will cause the bid/proposal to befound non-responsive by the Chief Procurement Officer, and the bid/proposal will be rejected. In such casesthe remedies to be taken by the Chief Procurement Officer, in his or her discretion, may include, but are notlimited to, forfeiture of bid deposit; negotiating with the next lowest bidder; or re-advertising thebid/proposal. All bidders must submit all required documents at the time of bid opening to expedite thecontract award.

6.5.1. Direct / Indirect ParticipationEach of the following elements must be present in order to determine whether or not such a reduction orwaiver is appropriate.

a. The bidder has documented the unsuccessful solicitation for either subcontractors or jointventure partners of at least 50% (or at least five when there are more than eleven certified firmsin the commodity area) of the appropriate certified MBE/WBE firms to perform any direct orindirect work identified or related to the advertised bid/proposal. Documentation must includebut is not necessarily limited to:

1. A detailed statement of efforts to identify and select portions of workidentified 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 email of MBE/WBE firmssolicited;

o Date and time of contact;

o Method of contact (written, telephone, transmittal of facsimiledocuments, email, etc.)

3. Copies of letters or any other evidence of mailing that substantiates outreachto MBE/WBE vendors that includes:

o Project identification and location;

o Classification/commodity of work items for which quotations weresought;

o Date, item and location for acceptance of subcontractor bid proposals;

o Detailed statement which summarizes direct negotiations withappropriate MBE/WBE firms for specific portions of the work andindicates why negotiations were unsuccessful;

o Affirmation that Good Faith Efforts have been demonstrated by:

choosing subcontracting opportunities likely to achieveMBE/WBE goals;

not imposing any limiting conditions which were notmandatory for all subcontractors;

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 73

providing notice of subcontracting opportunities to M/WBEfirms and assist agencies at least five (5) business days inadvance of the initial bid due date.

OR

b. Subcontractor participation will be deemed excessively costly when the MBE/WBE subcontractorproposal exceeds the average price quoted by more than twenty percent (20%). In order toestablish that a subcontractor’s quote is excessively costly, the bidder must provide the followinginformation:

1. A detailed statement of the work identified for MBE/WBE participation for which thebidder 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 subcontractorsfor that work item.

2. Other documentation which demonstrates to the satisfaction of the Chief ProcurementOfficer that the MBE/WBE proposals are excessively costly, even though not in excess of20% higher than the average price quoted. This determination will be based on factorsthat 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 theM/WBE or other firm.

6.5.2. Assist Agency Participation in wavier/reduction requestsEvery waiver and/or reduction request must include evidence that the bidder has provided timely noticeof the need for subcontractors to an appropriate association/assist agency representative of theMBE/WBE business community. This notice must be given at least five (5) business days in advance of theinitial bid due date.

The notice requirement of this Section will be satisfied if a bidder contacts at least one of the associationson Attachment A to these Regulations when the prime contractor seeks a waiver or reduction in theutilization goals. Attachment B to these Regulations provides the letter format that a prime contractormay use. Proof of notification prior to bid submittal (e.g. certified mail receipt or facsimile transmittalreceipt) will be required to be submitted with the bid for any bid/proposal to be deemed responsive. Ifdeemed appropriate, the Contract Compliance Officer may contact the assist agency for verification ofnotification.

6.5.3. ImpracticabilityIf the Chief Procurement Officer determines that a lesser MBE and/or WBE percentage standard isappropriate with respect to a particular contract subject to competitive bidding prior to the bidsolicitations 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 Reductionsto or Waiver of MBE/WBE Goals") shall not apply where the Chief Procurement Officer determines priorto the bid solicitations that MBE/WBE subcontractor participation is impracticable.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 74

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 otherextreme 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 islet for bid, during the bid or award process, before or during negotiation of the contract, or during theperformance of the contract.

For all notifications required to be made by bidders, in situations where the Chief Procurement Officer hasdetermined that time is of the essence, documented telephone contact may be substituted for lettercontact.

6.6. Procedure to Determine Bid ComplianceA bid may be rejected as non-responsive if it fails to submit one or more of the following with its biddemonstrating its Good Faith Efforts to meet the Contract Specific Goals by reaching out to MBEs and WBEs toperform work on the contract:

An MBE/WBE compliance plan demonstrating how the bidder plans to meet the Contract SpecificGoals; and/or

A request for reduction or waiver of the Contract Specific Goals in accordance with Section 2-92-450of the MCC.

Only compliance plans utilizing MBE and WBE firms that meet BOTH the Commercially Useful Function andArea 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 besubmitted in accordance with the guidelines stated:

(1) Schedule C-1: Letter of Intent from MBE/WBE to Perform as Subcontractor, Supplier and/orConsultant.The bidder must submit the appropriate Schedule C-1 with the bid for each MBE and WBEincluded on the Schedule D-1. Suppliers must submit the Schedule C-1 for Suppliers, first tiersubcontractors must submit a Schedule C-1 for Subcontractors to the Prime Contractor andsecond 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 isavailable at the Department of Procurement Services website, http://cityofchicago.org/forms.Each Schedule C-1 must be executed by each MBE and WBE and accurately detail the work to beperformed by the MBE or WBE and the agreed upon rates/prices. Each Schedule C must alsoinclude a separate sheet as an attachment on which the MBE or WBE fully describes its proposedscope of work, including a description of the commercially useful function being performed bythe MBE or WBE in its Area of Specialty. If a facsimile copy of the Schedule C-1 has beensubmitted with the bid, an executed original Schedule C-1 must be submitted by the bidder foreach MBE and WBE included on the Schedule D-1 within five business days after the date of thebid opening.

Failure to submit a completed Schedule C-1 in accordance with this section shall entitle the Cityto 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 Chicagoor Cook County Illinois, must be submitted with the bid/proposal. All Letters of Certificationissued by the City of Chicago and Cook County include a statement of the MBE/WBE firm's Areaof Specialty. The MBE/WBE firm's scope of work, as detailed by their Schedule C-1, mustconform 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 onany tier (either as the bidder or as a subcontractor), the bidder must provide a copy of the joint

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 75

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 theownership, control, management responsibilities, risks and profits of the joint venture, theproposed joint venture agreement must include specific details related to: (1) contributions ofcapital and equipment; (2) work responsibilities or other performance to be undertaken by theMBE/WBE; and (3) the commitment of management, supervisory and operative personnelemployed by the MBE/WBE to be dedicated to the performance of the contract. The jointventure agreement must also clearly define each partner’s authority to contractually obligate thejoint venture and each partner's authority to expend joint venture funds (e.g., check signingauthority).

(4) Schedule D-1: Required Schedules Regarding MBE/WBE UtilizationBidders must submit, together with the bid, a completed Schedule D-1 committing them to theutilization of each listed MBE/WBE firm. The City encourages bidders to utilize the electronicfillable format Schedule D-1, which is available at the Department of Procurement Serviceswebsite, http://cityofchicago.org/forms. Except in cases where the bidder has submitted arequest for a complete waiver of or variance from the MBE/WBE commitment in accordancewith Section 6.5 "Regulations Governing Reductions to or Waiver of MBE/WBE Goals" herein, thebidder must commit to the expenditure of a specific dollar amount of participation by eachMBE/WBE firm included on their Schedule D-1. The total dollar commitment to proposed MBEsmust at least equal the MBE goal, and the total dollar commitment to proposed WBEs must atleast equal the WBE goal. Bidders are responsible for calculating the dollar equivalent of the MBEand 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 totalestimated usage. All commitments made by the bidder's Schedule D-1 must conform to thosepresented in the submitted Schedule C-1. If Schedule C-1 is submitted after the opening, thebidder may submit a revised Schedule D-1 (executed and notarized to conform with theSchedules C-1). Bidders shall not be permitted to add MBEs or WBEs after bid opening to meetthe Contract Specific Goals, however, contractors are encouraged to add additional MBE/WBEvendors to their approved compliance plan during the performance of the contract whenadditional opportunities for participation are identified. Except in cases where substantial anddocumented justification is provided, bidders will not be allowed to reduce the dollarcommitment 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 AgreementAny 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 tomeet the contract specific goals.

6.7. Reporting Requirements During the Term of the Contracta. 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 theirapproved MBE/WBE Utilization Plan. These written agreements will be made available to theChief Procurement Officer upon request.

b. The Contractor will be responsible for reporting payments to all subcontractors on a monthlybasis in the form of an electronic report. Upon the first payment issued by the City of Chicago tothe contractor for services performed, on the first day of each month and every monththereafter, email and or fax audit notifications will be sent out to the Contractor with instructionsto report payments that have been made in the prior month to each subcontractor. Thereporting of payments to all subcontractors must be entered into the Certification and

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 76

Compliance Monitoring System (C2), or whatever reporting system is currently in place, on orbefore the fifteenth (15th) day of each month.

c. Once the prime Contractor has reported payments made to each subcontractor, including zerodollar amount payments, the subcontractor will receive an email and or fax notificationrequesting them to log into the system and confirm payments received. All monthlyconfirmations must be reported on or before the 20th day of each month. Contractor andsubcontractor reporting to the C2 system must be completed by the 25th of each month orpayments may be withheld.

d. All subcontract agreements between the contractor and MBE/WBE firms or any first tier non-certified firm and lower tier MBE/WBE firms must contain language requiring the MBE/WBE torespond to email and/or fax notifications from the City of Chicago requiring them to reportpayments received for the prime or the non-certified firm.

Access to the Certification and Compliance Monitoring System (C2), which is a web basedreporting system, can be found at: https://chicago.mwdbe.com

e. The Chief Procurement Officer or any party designated by the Chief Procurement Officer, shallhave 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 itscommitment to MBE and WBE participation and the status of any MBE or WBE performing anyportion of the contract. This provision shall be in addition to, and not a substitute for, any otherprovision allowing inspection of the contractor's records by any officer or official of the City forany purpose.

f. The Contractor shall maintain records of all relevant data with respect to the utilization of MBEsand WBEs, retaining these records for a period of at least five years after project closeout. Fullaccess to these records shall be granted to City, federal or state authorities or other authorizedpersons.

6.8. Changes to Compliance Plan6.8.1. Permissible Basis for Change RequiredNo changes to the Compliance Plan or contractual MBE and WBE commitments or substitution of MBE orWBE 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 subcontractorwith the contractor’s own forces, shall be a violation of these Special Conditions and a breach of thecontract with the City, and may cause termination of the executed Contract for breach, and/or subject thebidder or contractor to contract remedies or other sanctions. The facts supporting the request forchanges must not have been known nor reasonably could have been known by the parties prior toentering into the subcontract. Bid shopping is prohibited. The bidder or contractor must negotiate withthe subcontractor to resolve the problem. If requested by either party, the Department of ProcurementServices shall facilitate such a meeting. Where there has been a mistake or disagreement about the scopeof work, the MBE or WBE can be substituted only where an agreement cannot be reached for areasonable 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 areasonable price cannot be agreed;

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 77

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 programdoes not constitute de-certification).

i) Termination of a Mentor Protégé Agreement.

6.8.2. Procedure for Requesting ApprovalIf it becomes necessary to substitute a MBE or WBE or otherwise change the Compliance Plan, theprocedure will be as follows:

a) The bidder or contractor must notify the Contract Compliance Officer and Chief ProcurementOfficer in writing of the request to substitute a MBE or WBE or otherwise change the CompliancePlan. The request must state specific reasons for the substitution or change. A letter from theMBE or WBE to be substituted or affected by the change stating that it cannot perform on thecontract or that it agrees with the change in its cope of work must be submitted with therequest.

b) The City will approve or deny a request for substitution or other change within 15 business daysof receipt of the written request.

c) Where the bidder or contractor has established the basis for the substitution to the satisfactionof the Chief Procurement Officer, it must make Good Faith Efforts to meet the Contract SpecificGoal by substituting a MBE or WBE subcontractor. Documentation of a replacement MBE orWBE, or of Good Faith Efforts, must meet the requirements in section 5. If the MBE or WBEContract Specific Goal cannot be reached and Good Faith Efforts have been made, as determinedby the Chief Procurement Officer, the bidder or contractor may substitute with a non-MBE ornon-WBE.

d) If a bidder or contractor plans to hire a subcontractor for any scope of work that was notpreviously disclosed in the Compliance Plan, the bidder or contractor must obtain the approval ofthe Chief Procurement Officer to modify the Compliance Plan and must make Good Faith Effortsto 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 withinfive business days of the bidder’s or contractor’s receipt of City approval for the substitution orother change.

The City shall not be required to approve extra payment for escalated costs incurred by the contractorwhen a substitution of subcontractors becomes necessary to comply with MBE/WBE contractrequirements.

6.9. Non-Compliance and DamagesWithout limitation, the following shall constitute a material breach of this contract and entitle the City todeclare a default, terminate the contract, and exercise those remedies provided for in the contract, at law orin equity: (1) failure to demonstrate Good Faith Efforts; and (2) disqualification as a MBE or WBE of thecontractor or any joint venture partner, subcontractor or supplier if its status as an MBE or WBE was a factorin 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 2-92-445 or 2-92-740, as applicable, remedies or sanctions may include a penalty in theamount of the discrepancy between the amount of the commitment in the Compliance Plan, as such amountmay be amended through change orders or otherwise over the term of the contract, and the amount paid toMBEs or WBEs, and disqualification from contracting or subcontracting on additional City contracts for up tothree years. The consequences provided herein shall be in addition to any other criminal or civil liability towhich such entities may be subject.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 78

The contractor shall have the right to protest the final determination of non-compliance and the imposition ofany penalty by the Chief Procurement Officer pursuant to MCC 2-92-445 or 2-92-740, within 15 business daysof the final determination.

6.10. Arbitrationa) 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 thecontractor 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 orsubstitution approved by the City. The Ordinance and contracts subject thereto provide that anydisputes between the contractor and such affected MBEs/WBEs regarding damages shall be resolvedby binding arbitration before an independent arbitrator other than the City, with reasonableexpenses, including attorney's fees, being recoverable by a prevailing MBE/WBE in accordance withthese regulations. This provision is intended for the benefit of any MBE/WBE affected byunderutilization and grants such entity specific third party beneficiary rights. Any rights conferred bythis regulation are non-waivable and take precedence over any agreement to the contrary, includingbut not limited to those contained in a subcontract, suborder, or communicated orally between acontractor and a MBE/WBE.

b) An MBE/WBE desiring to arbitrate shall contact the contractor in writing to initiate the arbitrativeprocess. Except as otherwise agreed to in writing by the affected parties subject to the limitationcontained in the last sentence of the previous paragraph, within ten (10) calendar days of thecontractor receiving notification of the intent to arbitrate from the MBE/WBE the above-describeddisputes shall be arbitrated in accordance with the Commercial Arbitration Rules of the AmericanArbitration Association (AAA), a not-for-profit agency, with an office at 225 North Michigan Avenue,Suite 2527, Chicago, Illinois 60601-7601 [Phone: (312) 616-6560; Fax: (312) 819-0404]. All sucharbitrations shall be initiated by the MBE/WBE filing a demand for arbitration with the AAA; shall beconducted 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 toaward reasonable expenses, including attorney and arbitrator fees, as damages to a prevailingMBE/WBE.

d) The MBE/WBE must send the City a copy of the Demand for Arbitration within ten (10) calendar daysafter it is filed with the AAA. The MBE/WBE also must send the City a copy of the decision of thearbitrator within ten (10) calendar days of receiving such decision. Judgment upon the awardrendered by the arbitrator may be entered in any court of competent jurisdiction.

6.11. Equal Employment OpportunityCompliance with MBE and WBE requirements will not diminish or supplant equal employment opportunityand civil rights provisions as required by law.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 79

Attachment A – Assist Agencies

Alliance of Business Leaders & Entrepreneurs(ABLE)150 N. Michigan Ave. Suite 2800Chicago, IL 60601Phone: (312) 624-7733Fax: (312) 624-7734Web: www.ablechicago.com

Federation of Women Contractors5650 S. Archer AvenueChicago, IL 60638Phone: (312) 360-1122Fax: (312) 360-0239Web: www.fwcchicago.com

Alliance of Minority and Female Contractorsc/o Federation of Women Contractors5650 S. Archer AvenueChicago, IL 60638Phone: (312) 360-1122Fax: (312) 360-0239

Hispanic American Construction IndustryAssociation (HACIA)901 West Jackson Boulevard, Suite 205Chicago, IL 60607Phone: (312) 666-5910Fax: (312) 666-5692Web: www.haciaworks.org

American Brotherhood of Contractors BusinessDevelopment Center11509 S. ElizabethChicago, IL 60643Phone: (773) 928-2225Fax: (773)928-2209Web: www.american-brotherhood.org

Illinois Black Chamber of Commerce331 Fulton Street, Suite 530Peoria, IL 61602Phone: (309) 740-4430Fax: (309) 672-1379www.ilbcc.org

Asian American Institute4753 N. Broadway St. Suite 904Chicago, IL 60640Phone: (773) 271-0899Fax: (773) 271-1982Web: www.aaichicago.org

Illinois Hispanic Chamber of Commerce855 W. Adams, Suite 100Chicago, IL 60607Phone: (312) 425-9500Fax: (312) 425-9510Web: www.ihccbusiness.net

Association of Asian Construction Enterprises333 N. Ogden AvenueChicago, IL 60607Phone: (847) 525-9693Email: [email protected]

Latin American Chamber of Commerce3512 West Fullerton AvenueChicago, IL 60647Phone: (773) 252-5211Fax: (773) 252-7065Web:www.latinamericanchamberofcommerce.com

Black Contractors United400 W. 76

thStreet, Suite 200

Chicago, IL 60620Phone: (773) 483-4000Fax: (773) 483-4150Web: www.blackcontractorsunited.com

National Association of Women Business OwnersChicago Chapter230 E. Ohio, Suite 400Chicago, IL 60611Phone: (312) 224-2605Fax: (312) 644-8557Web: www.nawbochicago.org

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 80

Chatham Business Association Small BusinessDevelopment, Inc.8441 S. Cottage Grove AvenueChicago, IL 60619Phone: (773)994-5006Fax: (773)994-9871Web: www.cbaworks.org

National Organization of Minority Engineers33 West Monroe, Suite 1540Chicago, IL 60603Phone: (312) 425-9560Fax: (312) 425-9564Web: www.nomeonline.org

Chicago Area Gay & LesbianChamber of Commerce3656 N. HalstedChicago, IL 60613Phone: (773) 303-0167Fax: (773) 303-0168Web: www.glchamber.org

Rainbow/PUSH CoalitionInternational Trade Bureau930 E. 50

thStreet

Chicago, IL 60615Phone: (773) 256-2781Fax: (773) 373-4104Web: www.rainbowpush.org

Chicago Minority Supplier Development Council,Inc.105 W. Adams, Suite 2300Chicago, IL 60603-6233Phone: (312) 755-8880Fax: (312) 755-8890Web: www.chicagomsdc.org

South Shore Chamber, IncorporatedBlack United Funds Bldg.1750 E. 71

stStreet

Chicago, IL 60649-2000Phone: (773) 955- 9508

Chicago Urban League4510 S. Michigan Ave.Chicago, IL 60653Phone: (773) 285-5800Fax: (773) 285-7772Web: www.cul-chicago.org

Suburban Minority Contractors Association1250 Grove Ave. Suite 200Barrington, IL 60010Phone: (847) 852-5010Fax: (847) 382-1787Web: www.suburbanblackcontractors.org

Chicago Women in Trades (CWIT)4425 S. Western Blvd.Chicago, IL 60609-3032Phone: (773) 376-1450Fax: (312) 942-0802Web: www.chicagowomenintrades.org

United Neighborhood Organization (UNO)954 W. Washington Blvd., 3

rdFloor

Chicago, IL 60607Phone: (312) 432-6301Fax: (312) 432-0077Web: www.uno-online.org

Coalition for United Community Labor Force1253 W. 63

rdStreet

Chicago, IL 60636Phone: (312) 243-5149

Uptown Center Hull House4520 N. Beacon StreetChicago, IL 60640Phone: (773) 561-3500Fax: (773) 561-3507Web: www.hullhouse.org

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 81

Cosmopolitan Chamber of Commerce203 N. Wabash, Suite 518Chicago, IL 60601Phone: (312) 499-0611Fax: (312) 332-2688Web: www.cosmochamber.org

Women Construction Owners & Executives(WCOE)Chicago Caucus308 Circle AvenueForest Park, IL 60130Phone: (708) 366-1250Fax: (708) 366-5418Web: www.wcoeusa.org

Englewood Black Chamber of CommerceP.O. Box 21453Chicago, IL 60621

Women’s Business Development Center8 South Michigan Ave., Suite 400Chicago, IL 60603Phone: (312) 853-3477Fax: (312) 853-0145Web: www.wbdc.org

January 2012

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 82

Attachment B - Sample Format for Requesting Assist Agency Comments on Bidder’s Requestfor 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 ServicesSpecification No.: 118327

(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 referencedspecification 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 firmcertified by the City of Chicago to participate as a subcontractor or joint venture partner, a request for the waiver of thecontract 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 theCity of Chicago. Written comments may be directed within ten (10) working days of your receipt of this letter to:

Monica Jimenez, Deputy Procurement OfficerDepartment of Procurement ServicesCity of Chicago121 North La Salle Street, Room 806Chicago, Illinois 60602

If you wish to discuss this matter, please contact the undersigned at ____________________.

Sincerely,

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 83

Schedule B: Affidavit of Joint Venture (MBE/WBE)

Project Description: Uniforms and Commissary Related ServicesSpecification No.: 118327

This form need not be submitted if all joint venturers are MBEs and/or WBEs. In such a case, however, awritten joint venture agreement among the MBE and WBE venturers must be submitted. In all proposedjoint 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 yourjoint venture agreement except to expand on answers provided on this form. If additional space isrequired, 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:_______________________________________________________

_______________________________________________________

_______________________________________________________

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 84

5. Attach a copy of the joint venture agreement. In order to demonstrate the MBE and/or WBEventurer's share in the ownership, control, management responsibilities, risks and profits of thejoint 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/WBEsown 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 theMBE/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 descriptionsand 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 beprovided by each venturer):__________________________________________________________

__________________________________________________________

__________________________________________________________

d. Other applicable ownership interests, including ownership options or other agreementswhich 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 thepast two (2) years) by a joint venture of two or more firms participating in this jointventure:__________________________________________________________

__________________________________________________________

__________________________________________________________

7. Control of and Participation in the Joint Venture. Identify by name and firm those individuals whoare, or will be, responsible for, and have the authority to engage in the following managementfunctions and policy decisions. (Indicate any limitations to their authority such as dollar limits andco-signatory requirements.):

a. Joint venture check signing:

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 85

__________________________________________________________

__________________________________________________________

__________________________________________________________

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: ______________________________________________

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 86

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 theircompensation:

_________________________________________________________

_________________________________________________________

_________________________________________________________

c. What authority does each venturer have to commit or obligate the other to insuranceand bonding companies, financing institutions, suppliers, subcontractors, and/or otherparties 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 jointventures 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

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 87

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 jointventure.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 88

The undersigned affirms that the foregoing statements are correct and include all material informationnecessary to identify and explain the terms and operations of our joint venture and the intendedparticipation of each venturer in the undertaking. Further, the undersigned covenant and agree to provideto the City current, complete and accurate information regarding actual joint venture work and thepayment therefore, and any proposed changes in any provision of the joint venture agreement, and topermit the audit and examination of the books, records and files of the joint venture, or those of eachventurer relevant to the joint venture by authorized representatives of the City or the Federal fundingagency.

Any material misrepresentation will be grounds for terminating any contract which may be awarded andfor 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, eitherdirectly or through the prime contractor if the joint venture is a subcontractor.

___________________________________ __________________________________Name of MBE/WBE Partner Firm Name of Non-MBE/WBE Partner Firm

___________________________________ __________________________________Signature of Affiant Signature of Affiant

___________________________________ __________________________________Name and Title of Affiant Name and Title of Affiant

Date ______________________________ 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, acknowledgedthat 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: ___________________

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 89

Schedule C-1: Letter of Intent From MBE/WBE To Perform As Subcontractor, Supplier and/or Consultant

Project Description: Uniforms and Commissary Related ServicesSpecification No.: 118327

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 namedproject/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 LEVELSA zero (0) must be shown in each blank if the MBE or WBE will not be subcontracting any of the work listed or attached tothis 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 anexplanation and description of the services of the work that will be subcontracted. MBE/WBE credit will not be given for worksubcontracted to non-MBE/WBE contractors, except for as allowed in the Special Conditions Regarding Minority BusinessEnterprise 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, conditionedupon your execution of a contract with the City of Chicago, within three (3) business days of your receipt of a signed contractfrom the City of Chicago.

The undersigned has entered into a formal written mentor protégé agreement as a subcontractor/protégé with youas 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 Email Address

ALL SCHEDULE C-1s MUST BE SUBMITTED AT THE TIME OF BID SUBMITTAL

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 90

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 BIDSUBMITTAL.

Project Description: Butterfly ValvesSpecification No.: 115676

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 achievethe 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 ofCertification Attached).

I. Direct Participation of MBE/WBE Firms(Note: The bidder shall, in determining the manner of MBE/WBE participation, first consider involvement withMBE/WBE firms as joint venture partners, subcontractors, and suppliers of goods and services directly related to theperformance of this contract.)

A. If bidder is a certified MBE or WBE firm, attach copy of City of Chicago Letter of Certification. (Certification ofthe 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 ofLetters 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: ___________________________________________%

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 91

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 : __________________________________________________

1The Prime Contractor may claim an additional 0.333 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.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 92

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.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 93

All Schedule C-1s and Letters of Certification not submitted with bid/proposal must be submitted so as toassure receipt by the Contract Administrator within ten (10) calendar days after bid opening (or proposaldue 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 directparticipation outlined in Section I. If the MBE/WBE goals have not been met through direct participation, contractorwill be expected to demonstrate that the proposed MBE/WBE direct participation represents the maximumachievable 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 suchperformance 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: _____________________________________________________

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 94

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.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 95

* All Schedule C-1s and Letters of Certification not submitted with bid/proposal must be submitted so asto assure receipt by the Contract Administrator within ten (10) calendar days after bid opening (orproposal due date).

III. Summary of MBE/WBE Proposal:

A. MBE ProposalMBE 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 Percent

Total MBE Direct and Indirect Participation $__________ __________%

B. WBE ProposalWBE 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

_________________________ $__________ __________%

_________________________ $__________ __________%

_________________________ $__________ __________%

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

M/WBE Special Conditions for Commodities & Work Services 9.25.2013 96

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 thisSchedule 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 documentare 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 BIDSUBMITTAL.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Insurance Requirements 97

ARTICLE 7. INSURANCE REQUIREMENTSThe Contractor must provide and maintain for the life of this Contract and at Contractor's own expense, until Contract completionand during the time period following final completion if Contractor is required to return and perform any additional work, theinsurance coverage and requirements specified below, insuring all operations related to the Contract.

7.1. Insurance to be Provided7.1.1. Workers Compensation and Employers LiabilityWorkers Compensation Insurance, as prescribed by applicable law covering all employees who are to provide a serviceunder this Contract and Employers Liability coverage with limits of not less than $100,000 each accident, illness or disease.

7.1.2. Commercial General Liability (Primary and Umbrella)Commercial General Liability Insurance or equivalent with limits of not less than $2,000,000 per occurrence for bodilyinjury, 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, non-contributory 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 termsherein.

7.1.3. Automobile Liability (Primary and Umbrella)When any motor vehicles (owned, non-owned and hired) are used in connection with work to be performed, the Contractormust provide Automobile Liability Insurance with limits of not less than $1,000,000 per occurrence for bodily injury andproperty 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 termsherein.

7.1.4. PropertyThe 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.

7.2. Additional RequirementsThe Contractor must furnish the City of Chicago, Department of Procurement Services, City Hall, Room 806, 121 North LaSalleStreet, Chicago, Illinois 60602, original Certificates of Insurance, or such similar evidence, to be in force on the date of thisContract, and Renewal Certificates of Insurance, or such similar evidence, if the coverages have an expiration or renewal dateoccurring during the term of this Contract. The Contractor must submit evidence of insurance on the City of Chicago InsuranceCertificate Form (copy attached as an exhibit) or equivalent prior to Contract award. The receipt of any certificate does notconstitute agreement by the City that the insurance requirements in the Contract have been fully met or that the insurancepolicies indicated on the certificate are in compliance with all Contract requirements. The failure of the City to obtaincertificates or other insurance evidence from Contractor is not a waiver by the City of any requirements for the Contractor toobtain and maintain the specified coverages. The Contractor must advise all insurers of the Contract provisions regardinginsurance. Non-conforming insurance does not relieve Contractor of the obligation to provide insurance as specified herein. Nofulfillment of the insurance conditions may constitute a violation of the Contract, and the City retains the right to stop work untilproper 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 additionalinsured upon request by the Chief Procurement Officer. All Certificates Insurance of Coverage must be signed, dated andreference 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 substantiallychanged, 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.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Insurance Requirements 98

The coverages and limits furnished by Contractor in no way limit the Contractor's liabilities and responsibilities specified withinthe Contract or by law.

Any insurance or self-insurance programs maintained by the City of Chicago do not contribute with insurance provided by theContractor under the Contract.

The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contractor 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 liabilitycompany 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 thecoverages for subcontractors. All subcontractors are subject to the same insurance requirements of Contractor unless otherwisespecified in this Contract.

If Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for theacquisition and cost.

Notwithstanding any provision in the Contract to the contrary, the City of Chicago Risk Management Department maintains theright to modify, delete, alter or change these requirements.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Economic Disclosure Statement and Affidavit (EDS) 99

ARTICLE 8. ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT (EDS)

8.1. Online EDS Filing Required Prior To Bid OpeningThe 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 ANDITS 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 bidopening.

C. Filing an EDS for another mater (different bid, contract, etc.) does NOT satisfy the requirement to file an electronic EDSprior to bid opening.

D. When completing the online EDS, please choose the Department of Procurement Services as the City agency ordepartment that is requesting the EDS.

8.2. Online EDS Web LinkThe web link for the Online EDS is https://webapps.cityofchicago.org/EDSWeb

8.3. Online EDS NumberUpon completion of the online EDS submission process, the Bidder will be provided an EDS number. Bidders should provide thisnumber here:

EDS Number:

8.4. Online EDS Certification of FilingUpon completion of the online submission process, the Bidder will be able to print a hard copy Certificate of Filing. The Biddershould 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 ChiefProcurement Officer.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Economic Disclosure Statement and Affidavit (EDS) 100

8.5. Preparation Checklist for RegistrationTo expedite and ease your registration process, we recommend that you collect the following information prior to registeringfor an Online EDS user account:

1. Invitation number, if you were provided an invitation number.

2. EDS document from previous years, if available.

3. Email 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 usuallysubmits EDS for your company or the first person that registers for your company.

8.6. Preparation Checklist for EDS SubmissionTo expedite and ease your EDS submission, we recommend that you collect the following information prior to updating yourEDS information online.

Items #1 through #7 are needed for both EDS information updates and contract related EDS documents:

1. 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).

______ 7. 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

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Economic Disclosure Statement and Affidavit (EDS) 101

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 https://webapps.cityofchicago.org/EDSWeb

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. Youmay 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 requiringCity Council, City department or other City agency approval. For example, all bidders seeking a City contract are required tosubmit an EDS. Through the EDS, applicants make disclosures required by State law and City ordinances and certify compliancewith various laws and ordinances. An EDS is also required of certain parties related to the applicant, such as owners andcontrolling 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 Cityagency 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 liabilitycompany 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 legalentity. 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) ofmore 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 liabilitycompany, limited liability partnership or joint venture that has a general partner, managing member, manager or other

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Economic Disclosure Statement and Affidavit (EDS) 102

entity that can control the day-to-day management of the Disclosing Party, that entity must also file an EDS on its ownbehalf. Each entity with a beneficial interest of more than 7.5% in the controlling entity must also file an EDS on its ownbehalf.

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 andPermits, 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 WaterPayment web sites. You may use a username and password from those sites by answering “Yes” to “Is this an existing City ofChicago user ID?” when registering. Other usernames and passwords will not be automatically recognized. However, you maychoose to create an identical username for the Online EDS if it is not already taken.

Q: I don’t have an email address. How do I submit an Online EDS?

A: You cannot get an account to submit an online EDS without an email address. If you need an e-mail address, we suggestthat you use a free internet email provider such as www.hotmail.com, www.yahoo.com or rnail.google.com to open an account.The City does not endorse any particular free internet email provider. Public computers are available at all Chicago PublicLibrary 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 312-744-4900. 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. Eachorganization registered with the Online EDS has at least one EDS Captain. There may be co-captains, who are all equal. EDSCaptains approve new users, change contact information for an organization and de-active accounts of employees who have leftthe 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 theCity to perform as many routine functions as possible without City intervention. Because many organizations have multiple stafffiling an EDS, the EDS Captain role allows those organizations to self-manage the contact information and users.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Economic Disclosure Statement and Affidavit (EDS) 103

Q: Who is the EDS team?

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 youprovided 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 UserManual 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 onlineform. Attachments with pages of officers are not acceptable. Names of officers must be typed into the system. If you mustprovide an attachment for another reason, please send it to your City of Chicago contact (contract administrator or negotiatorfor 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. Acertificate of filing can be printed at the completion of the process and inserted into your bid package. The biggest benefit forthose who frequently do business with the City is that after the first EDS, each EDS is much easier to fill out because non-contract 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 forshort) 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 thisunique identification information.

Q: I am filing electronically. How do I sign my EDS?

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Economic Disclosure Statement and Affidavit (EDS) 104

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 offiling 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 312-744-4900 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. Thisinformation will be filled-in for you in your new EDS. You will have an opportunity to correct it if it has changed since your lastfiling. 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 www.adobe.comlproducts/reader/

• 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 Pluginversion 9 or higher, speakers and sound. Please note that very old computers may not be able to run Adobe Flash and willnot be able to play the training videos. In that case, we encourage you to seek help using the Online EDS Manuals. You maydownload 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 itshould work on other browsers and operating systems, the City of Chicago cannot guarantee compatibility.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Proposal Pages 105

ARTICLE 9. PROPOSAL PAGESProposal page(s) follow.

Remainder of page intentionally blank.

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

RFQ

Header Inform

ation

Please Respond B

y1/22/2014

RFQ

Description

CH

ICA

GO

FIRE

DE

PA

RTM

EN

T UN

IFOR

MS

AN

DC

OM

MIS

SA

RY

RE

LATE

D S

ER

VIC

ES

RFQ

Num

ber4434

Special InstructionsShip To Location

336Your Q

uote is Effective as of1/22/2014

For More Inform

ation Please Contact

STA

CY

STE

WA

RT

RFQ

StatusIn P

rocess

312-744-2681

Bid/Proposal pricing for all com

modity and/or service line item

s must be based on the standard unit of m

easure indicated below. Pricing on alternate units of

measure m

ay not be accepted. Unit costs m

ust be limited to three decim

al places. Each quote must be signed and unit price, extended price and total price m

ustbe typed or w

ritten in ink.

Quotes on "or equal" item

s must be identified as "alternate" to specified item

on the comm

ent line. If quoting an alternate, indicate manufacturer nam

e,m

odel/part/catalog number and attach descriptive literature. A

lternate items m

ay not be accepted. Any exceptions to item

s specified or other terms m

ust beclearly indicated on the bid.

RFQ

Header D

etailsC

ontract TypeW

OR

K S

ER

VIC

ES

/ FAC

ILITIES

MA

INT.

Specification118327

Target Market

NO

Procurement Type

Advertise D

ate12/13/2013

Bid D

eposit Required

NO

WEB

BID

Edit Rules

ALL

Com

pliance Type Description

Percentage Type Desc

Required %

Minority O

wned B

usiness Enterprise

Target Percentage R

ate16.90 %

Wom

en Ow

ned Business E

nterpriseTarget P

ercentage Rate

4.50 %

Com

pliance Officer

Page 1 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

1Goods

201371001020137

BARS, SERVICE, UNIFORM -

MEETING CHICAGO FIRE DEPT.

SPEC. NO. 2.0118

Each4500

$(N/A)

$(N/A)

2Goods

200091972020009

BELTS, TROUSER, DRESS UNIFORM- VARIOUS SIZES, M

EETING SPEC.NO. 2.0512

Each7000

$(N/A)

$(N/A)

3Goods

200092016520009

BELTS, FIREFIGHTER, UTILITY -VARIOUS SIZES, M

EETING SPEC.NO. 2.0513

Each1500

$(N/A)

$(N/A)

4Goods

200092010020009

BELTS, FIREFIGHTER, UTILITY - HAZM

AT VARIOUS SIZES, MEETING

SPEC. NO. 2.0514

Each30

$(N/A)

$(N/A)

5Goods

800244517080024

BOOTS, FIREFIGHTERS, HIPPERS,THREE QUARTER LENGTH, M

EN'S &W

OMEN'S - VARIOUS SIZES,

MEETING SPEC. NO. 2.1520

Pair40

$(N/A)

$(N/A)

6Goods

590042000859004

BELT, BUCKLES - MEETING SPEC.

NO. 2.2103 GOLD 2 1/2 IN. X 2 1/2 IN.Each

400$

(N/A)$

(N/A)

7Goods

590042001659004

BELT, BUCKLES - MEETING SPEC.

NO. 2.2104 SILVER 2 1/2 IN. X 2 1/2IN.

Each2500

$(N/A)

$(N/A)

8Goods

200123520020012

CAPS, DRESS UNIFORM FOR CHIEF

OFFICER (ENGLISH DRAPE STYLE) -6 GOLD CLOUDS - VARIOUS SIZES,M

EETING SPEC. NO. 3.0116-A

Each40

$(N/A)

$(N/A)

9Goods

200124014520012

CAPS, DRESS UNIFORM FOR

ASSISTANT OFFICER (ENGLISHDRAPE STYLE) - VARIOUS SIZESW

/4 GOLD CLOUDS, MEETING SPEC.

NO. 3.0116-B

Each75

$(N/A)

$(N/A)

10Goods

200123914020012

CAPS, DRESS UNIFORM FOR

BATTALION CHIEFS (ENGLISHDRAPE STYLE) - VARIOUS SIZESW

/2 GOLD CLOUDS, MEETING SPEC.

NO. 3.0116-C

Each176

$(N/A)

$(N/A)

11Goods

200123808020012

CAPS, DRESS UNIFORM FOR

COMM

ANDERS (ENGLISH DRAPESTYLE) - VARIOUS SIZES W

/2SILVER CLOUDS, M

EETING SPEC.NO. 3.0116D

Each20

$(N/A)

$(N/A)

12Goods

200123610520012

CAPS, DRESS UNIFORM FOR

CAPTAINS, LT., EMS OFFICERS

(ENGLISH DRAPE - VARIOUS SIZES,M

EETING SPEC. NO. 3.0117

Each550

$(N/A)

$(N/A)

Page 2 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

13Goods

200123713020012

CAPS, DRESS UNIFORM FOR

ENGINEERS, FIREFIGHTERS ANDPARAM

EDICS - VARIOUS SIZES,M

EETING SPEC. NO. 3.0118

Each1200

$(N/A)

$(N/A)

14Goods

200721801020072

CAP, BASEBALL - BASEBALL CAPM

EETING SPEC. NO. 3.0133Each

1500$

(N/A)$

(N/A)

15Goods

201308201020130

CAPS, UNIFORM - SKULL CAP

MEETING CFD SPEC. NO. 3.0134

Each400

$(N/A)

$(N/A)

16Goods

200722300520072

COATS, TOP, DRESS UNIFORM -

MEETING SPEC. NO. 3.1505A, M

ALE,VARIOUS SIZES

Each1100

$(N/A)

$(N/A)

17Goods

200722301020072

COATS, TOP, DRESS UNIFORM -

MEETING SPEC. NO. 3.1505B,

FEMALE, VARIOUS SIZES

Each250

$(N/A)

$(N/A)

18Goods

200752724020075

COATS, SHORT, DRESS UNIFORM,

BLOUSE ALL RANK, MALE -

MEETING SPEC. NO. 3.1509, GOLD

BUTTONS, VARIOUS SIZES.M

EETING SPEC. NO. 3.1510, SILVERBUTTONS, VARIOUS SIZES.

Each2600

$(N/A)

$(N/A)

19Goods

200752911020075

COATS, SHORT, DRESS UNIFORM,

BLOUSE, ALL RANKS FEMALE -

MEETING SPEC. NO. 3.1511, GOLD

BUTTONS, VARIOUS SIZES.M

EETING SPEC. NO. 3.1512, SILVERBUTTONS, VARIOUS SIZES.

Each150

$(N/A)

$(N/A)

20Goods

200452904920045

COATS, RAIN - REVERSABLE, ALLW

EATHER, BLACK, MEETING SPEC

NO. 3.1515

Each700

$(N/A)

$(N/A)

21Goods

345920542234592

VEST, SAFETY - STANDARDHIGH-VISIBILITY BREAKAW

AYCLASS II LINE M

ESH VEST, SPEC.NO. 3.1520

Each1500

$(N/A)

$(N/A)

22Goods

200722743520072

COVERALLS, UNIFORM. -

COVERALLS, LONG SLEEVE,NON-FLAM

E RESISTANT, UNISEX,NAVY, VARIOUS SIZES, M

EETINGSPEC. NO. 3.1523

Each200

$(N/A)

$(N/A)

23Goods

200722739920072

COVERALLS, UNIFORM. - QUILTED,

LONG SLEEVE, MEETING SPEC. NO.

3.1524

Each500

$(N/A)

$(N/A)

24Goods

200212109520021

DEVICES, DRESS UNIFORM, CAP -

CAP, ENGINEER, MEETING SPEC.

NO. 4.5229

Each250

$(N/A)

$(N/A)

Page 3 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

25Goods

200212110020021

DEVICES, DRESS UNIFORM,

COLLAR - COLLAR, FIRE ENGINEER,M

EETING SPEC. NO. 4.5230

Each750

$(N/A)

$(N/A)

26Goods

200212110520021

DEVICES, DRESS UNIFORM, CAP -

CAP, PARAMEDIC-IN-CHARGE AND

PARAMEDIC, M

EETING SPEC. NO.4.5232

Each200

$(N/A)

$(N/A)

27Goods

200212122020021

DEVICES, DRESS UNIFORM, CAP -

CAP, FIREFIGHTER, MEETING SPEC.

NO. 4.5233

Each1100

$(N/A)

$(N/A)

28Goods

345990170134599

TECHNICAL RESCUE PRODUCTS -W

EBBING, NYLON TUBULAR, 1 IN.YELLOW

, MILITARY SPED

(MIL-W

-5625, CLASS 1A) 4000 LBSPED NO. 6.1512

Yard1500

$(N/A)

$(N/A)

29Goods

345990105034599

TECHNICAL RESCUE PRODUCTS - DCLIP, CARABINEER, 11M

M - 5800 LB.,

4-1/4 IN. ALUMINUM

D SHAPELOCKING CLIP, SPEC. NO. 6.1513

Each1500

$(N/A)

$(N/A)

30Goods

450321212045032

FLASHLIGHTS, FIREFIGHTERS,PERSONAL - LED, M

EETING SPEC.NO. 6.1515

Each1500

$(N/A)

$(N/A)

31Goods

800647812080064

SHOES, DRESS UNIFORM, M

EN'S,SPECIFY SIZE & W

IDTH WITH

ORDER - VARIOUS SIZES, MEETING

SPEC. NO. 6.1516

Pair1500

$(N/A)

$(N/A)

32Goods

800647302580064

STATION FOOTWARE - UNISEX -

VARIOUS SIZES, MEETING SPEC.

NO. 6.1520A

Pair10000

$(N/A)

$(N/A)

33Goods

800647918080064

SHOES, MODIFIED DRESS, FEM

ALE,ALL RANKS - VARIOUS SIZES,M

EETING SPEC. NO. 6.1522

Pair277

$(N/A)

$(N/A)

34Goods

800648025080064

SHOES, MODIFIED DRESS -

VARIOUS SIZES, MEETING SPEC.

NO. 6.1525

Pair2612

$(N/A)

$(N/A)

35Goods

800166201080016

BOOTS, RUBBER, STEEL TOE -M

ALE, THOROGOOD HELLFIRERUBBER FIRE BOOT M

ODEL NO.807-6001, M

EETING SPEC. NO 6.1529

Pair9000

$(N/A)

$(N/A)

36Goods

800166221080016

BOOTS, RUBBER, STEEL TOE -FEM

ALE, THOROGOOD HELLFIRERUBBER FIRE BOOT M

ODEL NO.507-6001, M

EETING SPEC. NO.6.1530

Pair1000

$(N/A)

$(N/A)

Page 4 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

37Goods

345562446534556

FRONTPIECES, FIRE HELMET -

LEATHER, WHITE, M

EETING SPEC.NO. 6.1817 LEATHER, BLACK,M

EETING SPEC. NO. 6.1818

Each2622

$(N/A)

$(N/A)

38Goods

345484505034548

GLOVES, FIREFIGHTING,STRUCTURAL - GAUNTLET,M

EETING SPEC. NO. 7.1218

Pair14026

$(N/A)

$(N/A)

39Goods

345484420034548

GLOVES, CANDIDATE TRAININGAND EM

S - SIZES SMALL - EXTRA

LARGE, MEETING SPEC. NO. 7.1219

Pair1500

$(N/A)

$(N/A)

40Goods

345564904034556

HELMETS, STRUCTURAL

FIREFIGHTER - MSA CAIRNS,

HELMET 880, TRADITIONAL,

MEETING SPEC. NO. 8.0512B / 14B

Each1500

$(N/A)

$(N/A)

41Goods

345564904534556

HELMETS, STRUCTURAL

FIREFIGHTER - MSA CAIRNS,

HELMET 1044, M

EETING SPEC. NO.8.0512C / 14C

Each1000

$(N/A)

$(N/A)

42Goods

345563013034556

HELMETS FOR EM

S PERSONNEL -STRUCTURAL FIREFIGHTER -PROTECTIVE EYE W

EAR MEETING

SPEC. NO. 8.0520

Pair8000

$(N/A)

$(N/A)

43Goods

200722137020072

COATS AND COMPONENTS, FIRE,

TURNOUT - FIRE FIGHTERPROTECTIVE HOOD, M

EETINGSPEC. NO. 8.1000

Each10000

$(N/A)

$(N/A)

44Goods

200213201020021

INSIGNIA - CAP, DRESS UNIFORM,

FOR FIVE CROSS BUGLE BANK,M

EETING SPEC NO. 9.1419

Each50

$(N/A)

$(N/A)

45Goods

200213811520021

INSIGNIA, CAP, DRESS UNIFORM,

FOR FOUR CROSS BUGLE RANK -INSIGNIA, M

EETING SPEC. NO.9.1420

Each50

$(N/A)

$(N/A)

46Goods

200213707520021

INSIGNIA, CAP, DRESS UNIFORM,

FOR THREE CROSS BUGLE RANK -INSIGNIA, M

EETING SPEC. NO.9.1421

Each100

$(N/A)

$(N/A)

47Goods

200213201520021

INSIGNIA - CAP, DRESS UNIFORM,

FOR TWO CROSS BUGLE BANK,

GOLD PLATED, MEETING SPEC NO.

9.1422

Each200

$(N/A)

$(N/A)

48Goods

200213202020021

INSIGNIA - CAP, DRESS UNIFORM,

FOR TWO VERTICALLY M

OUNTEDBUGLE BANK - SILVER PLATED,M

EETING SPEC. NO. 9.1423

Each200

$(N/A)

$(N/A)

Page 5 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

49Goods

200213202520021

INSIGNIA - CAP, DRESS UNIFORM,

FOR ONE HORIZONTALLYM

OUNTED BUGLE BANK - SILVERPLATED, M

EETING SPEC. NO. 9.1424

Each800

$(N/A)

$(N/A)

50Goods

200213203020021

INSIGNIA - CAP - CADUCEUS -M

EETING SPEC. NO. 9.1425Each

1000$

(N/A)$

(N/A)

51Goods

200214117520021

INSIGNIA, CAP, DRESS UNIFORM,

COMPANY/BUREAU DESIGNATION -

COMPANY/BUREAU, M

EETINGSPEC. NO. 9.1429

Each1000

$(N/A)

$(N/A)

52Goods

200215213020021

INSIGNIA, COAT EPAULET/SHIRTCOLLAR, FOR FIVE CROSS BUGLES- COLLAR, M

EETING SPEC. NO.9.1430

Pair150

$(N/A)

$(N/A)

53Goods

200214203520021

INSIGNIA, COAT EPAULET/SHIRTCOLLAR FOR FOUR CROSS BUGLESRANK - COLLAR, M

EETING SPEC.NO. 9.1431

Pair250

$(N/A)

$(N/A)

54Goods

200214306520021

INSIGNIA, COAT EPAULET/SHIRTCOLLAR, FOR THREE CROSSBUGLES - COLLAR, M

EETING SPEC.NO. 9.1432

Pair300

$(N/A)

$(N/A)

55Goods

200214200220021

INSIGNIA, COAT EPAULET/SHIRTCOLLAR - FOR TW

O CROSS BUGLE-COLLAR, M

EETING SPEC. NO. 9.1435

Pair1400

$(N/A)

$(N/A)

56Goods

200214200420021

INSIGNIA, COAT EPAULET/SHIRTCOLLAR - FOR TW

O PARALLELBUGLE - COLLAR, M

EETING SPEC.NO. 9.1436

Pair600

$(N/A)

$(N/A)

57Goods

200214200620021

INSIGNIA, COAT EPAULET/SHIRTCOLLAR - FOR ONE BUGLE -COLLAR, M

EETING SPEC. NO. 9.1437

Pair1000

$(N/A)

$(N/A)

58Goods

200215514020021

INSIGNIA, COAT EPAULET/SHIRTCOLLAR - EAGLE, GOLD/SILVER,M

EETING SPEC. NO. 9.1439

Pair133

$(N/A)

$(N/A)

59Goods

200214200820021

INSIGNIA, COAT EPAULET/SHIRTCOLLAR - SILVER AM

BULANCECOM

MANDER SILVER/BLACK -

PARAMEDIC IN CHARGE, M

EETINGSPEC. NO. 9-1442

Pair250

$(N/A)

$(N/A)

60Goods

200212359520021

DEVICES, DRESS UNIFORM,

COLLAR - INSTRUCTOR COLLARDEVICE M

EETING SPEC. NO. 9.1445

Pair125

$(N/A)

$(N/A)

61Goods

200844513020084

JACKETS, WORK, W

INTER, WAIST

LENGTH - ALL SIZES, MEETING

SPEC. NO. 10.0104

Each1400

$(N/A)

$(N/A)

Page 6 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

63Goods

200724410520072

JACKETS, UNIFORM -

JACKET/WORK/EM

T, PM AND 911,

SPECIAL SERVICES, MEETING SPEC

NO. 10.0108A

Each2500

$(N/A)

$(N/A)

64Goods

200724415020072

JACKETS, UNIFORM - SERT

(BIKE/SEGWAY) REFLECTIVE,

MEETING SPEC. NO. 10.0109

Each10

$(N/A)

$(N/A)

65Goods

345564928034556

MARKING SYSTEM

, FIRE HELMET -

FRONTPIECE, MEETING SPEC. NO.

13.0118

Each5838

$(N/A)

$(N/A)

66Goods

345564985534556

MARKING SYSTEM

, FIRE HELMET -

TRAPEZOIDS, MEETING SPEC. NO.

13.0118.1

Each2876

$(N/A)

$(N/A)

67Goods

345564964034556

MARKING SYSTEM

, FIRE HELMET -

RECTANGLES, MEETING SPEC. NO.

13.0118.2

Each2367

$(N/A)

$(N/A)

68Goods

345564965034556

MARKING SYSTEM

, FIRE HELMET -

RECTANGLES, SPECIAL UNITS,M

EETING SPEC. NO. 13.0118.3

Each58

$(N/A)

$(N/A)

69Goods

345564944534556

MARKING SYSTEM

, FIRE HELMET -

STAR OF LIFE, MEETING SPEC NO.

13.0118.4

Each1500

$(N/A)

$(N/A)

70Goods

080532006508053

NAMEPLATES, BRASS. SATIN FINISH

- GOLD - CHIEF OFFICER MEETING

SPEC. NO. 14.0113 NICKEL - CO.OFFICER, PO COM

MANDER,

ENGINEER, FIREFIGHTER,PARAM

EDIC, MEETING SPEC. NO.

14.0114

Each1000

$(N/A)

$(N/A)

71Goods

080553016008055

NAMEPLATES, PLASTIC -

NAMEPLATES, INSTRUCTOR

MEETING SPEC. NO. 14.0115

Each150

$(N/A)

$(N/A)

72Goods

080553010008055

NAMEPLATES, PLASTIC

-ACCOUNTABLITY TAGS MEETING

SPEC NO. 14.0116

Each1800

$(N/A)

$(N/A)

73Goods

200036307520003

NECKTIES, MALE - HAND TIED,

MEETING SPEC. NO. 14.0503

Each1763

$(N/A)

$(N/A)

74Goods

200036204520003

NECKTIES, FEMALE - NECKTIE,

CONTINENTAL CROSS OVER,M

EETING SPEC. NO. 14.0504

Each250

$(N/A)

$(N/A)

75Goods

201375630520137

PATCHES, CITY OF CHICAGO FIREDEPT. SPECIFICATIONS - M

ALTESECROSS, RED BACKGROUND, FFEM

T, FF PARAMEDIC, PARAM

EDICENGINEER, M

EETING SPEC. NO.16.0118, 16.0119, 16.0124 AND16.0125

Each1000

$(N/A)

$(N/A)

Page 7 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

76Goods

200215822020021

PATCHES, AMERICAN/CHICAGO

FLAG - WHITE BACKROUND

MEETING SPEC. NO. 16.0120 BLUE

BACKGROUND MEETING SPEC. NO.

16.0121

Each200

$(N/A)

$(N/A)

77Goods

200216210020021

PATCHES - MALTESE CROSS -

REGULAR, RED BACKGROUND,M

EETING SPEC NO. 16.0122

Each854

$(N/A)

$(N/A)

78Goods

201375612620137

PATCHES, CITY OF CHICAGO FIREDEPT. SPECIFICATIONS - CHICAGOFIRE ACADEM

Y INSTRUCTOR,W

HITE BACKGROUND, 3 IN.DIAM

ETER, MEETING SPEC. NO.

16.0126

Each1000

$(N/A)

$(N/A)

79Goods

200216701020021

PATCHES, ROCKER - FF EMT, FF

PARAMEDIC, ENGINEER,

PARAMEDIC, M

EETING SPEC. NO.16.0127

Each1000

$(N/A)

$(N/A)

80Goods

200211910020021

BAR, OFFICER - OFFICER BAR,AM

BULANCE COMM

ANDER,M

EETING SPEC. NO. 16.0128

Each400

$(N/A)

$(N/A)

81Goods

200211911020021

BAR, OFFICER - OFFICER BAR,PARAM

EDIC IN CHARGE, MEETING

SPEC. NO. 16.0129

Each500

$(N/A)

$(N/A)

82Goods

201375615120137

PATCHES, CITY OF CHICAGO FIREDEPT. SPECIFICATIONS - CHICAGOFIRE DEPT., BUGLE, LIEUTENANT,SILVER, RED BACKGROUND,M

EETING SPEC. NO. 16.0130,CAPTAIN-SILVER, REDBACKGROUND, M

EETING SPEC. NO.16.0131

Each50

$(N/A)

$(N/A)

83Goods

200216603020021

PATCHES, CHICAGO FIRE DEPT.-CITY OF CHICAGO, CHICAGO FIREDEPARTM

ENT - ENGINEER,SILVER/NAVY BLUE BACKGROUND,M

EETING SPEC NO. 16.0132

Each50

$(N/A)

$(N/A)

84Goods

200216610020021

PATCHES, CHICAGO FIRE DEPT.,REFLECTIVE - M

EETING SPEC. NO.16.0133

Each74

$(N/A)

$(N/A)

85Goods

200216612020021

PATCHES, CHICAGO FIRE DEPT.,REFLECTIVE - M

EETING SPEC. NO.16.0134

Each269

$(N/A)

$(N/A)

86Goods

200217301020021

PATCH, CROSSED BUGLE - LARGE4" CIRCULAR PATCH, CROSSEDBUGLES M

EETING SPEC. NO.16.0136

Each295

$(N/A)

$(N/A)

Page 8 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

87Goods

962781565596278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -REPLACEM

ENT OF EMBLEM

S ONSHIRTS, M

EETING SPEC. NO.18.0555

Each5248

$(N/A)

$(N/A)

88Goods

962781565096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -REPLACEM

ENT OF EMBLEM

S ONCOATS AND JACKETS, M

EETINGSPEC. NO. 18.0555

Each1751

$(N/A)

$(N/A)

89Goods

962781564096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -REPLACEM

ENT OF BUTTONS ONSHIRTS AND TROUSERS, M

EETINGSPEC. NO. 18.0555

Each1

$(N/A)

$(N/A)

90Goods

962781563596278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -REPLACEM

ENT OF BUTTONS ONDRESS COATS, TOP COATS, ANDM

ODIFIED DRESS JACKETS,M

EETING SPEC. NO. 18.0555

Each5252

$(N/A)

$(N/A)

91Goods

962781574096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING - SEAMREPAIR ON SHIRTS, M

EETINGSPEC. NO. 18.0555

Each1

$(N/A)

$(N/A)

92Goods

962781574596278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING - SEAMREPAIR ON TROUSERS, M

EETINGSPEC. NO. 18.0555

Each180

$(N/A)

$(N/A)

93Goods

962781573096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING - SEAMREPAIR ON COATS AND TOPCOATS,M

EETING SPEC. NO. 18.0555

Each1

$(N/A)

$(N/A)

94Goods

962781573596278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING - SEAMREPAIR ON JACKETS, M

EETINGSPEC. NO. 18.0555

Each2

$(N/A)

$(N/A)

95Goods

962781568096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -REPLACEM

ENT OF ZIPPERS ONM

ODIFIED DRESS JACKETS,M

EETING SPEC. NO. 18.0555

Each4422

$(N/A)

$(N/A)

96Goods

962781568596278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -REPLACEM

ENT OF ZIPPERS ONTROUSERS, M

EETING SPEC. NO.18.0555

Each10

$(N/A)

$(N/A)

Page 9 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

97Goods

962781567096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -REPLACEM

ENT OF SNAPS,M

EETING SPEC. NO. 18.0555

Each10

$(N/A)

$(N/A)

98Goods

962781576096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -SHORTENING DRESS JACKET HEM

,M

EETING SPEC. NO. 18.0555

Each37

$(N/A)

$(N/A)

99Goods

962781546596278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -LENGTHENING OR SHORTENINGJACKET SLEEVES, M

EETING SPEC.NO. 18.0555

Each1

$(N/A)

$(N/A)

100Goods

962781504096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -APPLICATION OF SERVICE STARS,M

EETING SPEC. NO. 18.0555

Each3444

$(N/A)

$(N/A)

101Goods

962781503596278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -APPLICATION OF SERVICE BARS,M

EETING SPEC. NO. 18.0555

Each10607

$(N/A)

$(N/A)

102Goods

962781502096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -ALTERATION OF TROUSER W

AIST,M

EETING SPEC. NO. 18.0555

Each3

$(N/A)

$(N/A)

103Goods

962781502596278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -ALTERATION OF TROUSER CUFFLENGTH, M

EETING SPEC. NO.18.0555

Each21887

$(N/A)

$(N/A)

104Goods

962781505096278

ALTERATIONS AND TAILORING TOUNIFORM

S AND CLOTHING -APPLICATION OF BUGLE PATCHES,M

EETING SPEC. NO. 18.0555

Set13

$(N/A)

$(N/A)

105Goods

936324113193632

FIRE HELMET REFURBISHM

ENTFOR STRUCTURAL FIREFIGHTERS -RATCHET CUSHION LINER W

ITHJUM

BO NOMEX EARLAPS (L8/L655)

CAIRNS & BROTHER PART NO.R98ELN, M

EETING SPEC. NO.18.0807A

Each3500

$(N/A)

$(N/A)

106Goods

936324177193632

FIRE HELMET REFURBISHM

ENTFOR STRUCTURAL FIREFIGHTERS -SUSPENSION SYSTEM

, INCLUDESM

101 & M104, CAIRNS & BROTHER

PART NO. M100, M

EETING SPEC.NO. 18.0807B

Each3500

$(N/A)

$(N/A)

Page 10 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

107Goods

936324145093632

FIRE HELMET REFURBISHM

ENTFOR STRUCTURAL FIREFIGHTERS -NOM

EX WITH QUICK RELEASE

BUCKLE & POSTMAN BUCKLE,

CAIRNS & BROTHER PART NO.C922, M

EETING SPEC. NO. 18.0807C

Each100

$(N/A)

$(N/A)

108Goods

345563712234556

HELMETS AND PARTS, FIRE - CHIN

STRAP, MEETING SPEC. NO. 18.0809

B

Each25

$(N/A)

$(N/A)

109Goods

345563745034556

HELMETS AND PARTS, FIRE - LINER,

MEETING SPEC. NO. 18.0809 C

Each100

$(N/A)

$(N/A)

110Goods

345563719034556

HELMETS AND PARTS, FIRE -

EARFLAP, MEETING SPEC. NO.

18.0809 D

Each100

$(N/A)

$(N/A)

111Goods

080576604008057

ROSETTES, DRESS UNIFORM CAP.

TO BE A CIRCULAR, VELVETCOVERED DISC, - BLACK M

EETINGSPEC. NO. 18.1519 RED M

EETINGSPEC. NO. 18.1520 BLUE M

EETINGSPEC. NO. 18.1521

Each1500

$(N/A)

$(N/A)

112Goods

200727031520072

SHIRTS, DRESS UNIFORM, LONG

SLEEVE, FEMALE. - M

EETING SPECNO. 19.0804 FOR F.O. AND P.O.,VARIOUS SIZES, W

HITE MEETING

SPEC NO. 19.0806 FOR F.F. ANDP.M

., VARIOUS SIZES NAVY

Each1000

$(N/A)

$(N/A)

113Goods

200727802020072

SHIRTS, DRESS UNIFORM, SHORT

SLEEVE, MALE. - M

EETING SPECNO. 19.0807 FOR F.O. AND P.O.,VARIOUS SIZES, W

HITE

Each5700

$(N/A)

$(N/A)

114Goods

200727817020072

SHIRTS, DRESS UNIFORM, SHORT

SLEEVE, MALE. - M

EETING SPEC.NO. 19.0809 FOR F. F. AND P. O.,VARIOUS SIZES, NAVY.

Each1500

$(N/A)

$(N/A)

115Goods

200727606020072

SHIRTS, DRESS UNIFORM, SHORT

SLEEVE, FEMALE. -M

EETING SPECNO. 19.0810 FOR F.O. AND P.O.,VARIOUS SIZES, W

HITE

Each850

$(N/A)

$(N/A)

116Goods

200727612520072

SHIRTS, DRESS UNIFORM, SHORT

SLEEVE, FEMALE. - M

EETING SPEC.NO. 19.0812 FOR F. F. AND P. M

.,VARIOUS SIZES, NAVY.

Each250

$(N/A)

$(N/A)

Page 11 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

117Goods

200846120020084

SHIRTS, WORK, SHORT SLEEVE,

FLAME RESISTANT. - M

EETINGSPEC. NO. 19.0819, FOR F. O.VARIOUS SIZES, M

EDIUM BLUE,

UNISEX, MEETING SPEC. NO.

19.0819N, FOR F. O., VARIOUSSIZES, NAVY BLUE

Each15000

$(N/A)

$(N/A)

118Goods

805127310080512

SHIRTS, POLO - UNISEX, SHORTSLEEVE, KNIT, W

HITE, BLACK ANDGRAY NON-FR (SPEC. NO. 19.0825)

Each300

$(N/A)

$(N/A)

119Goods

805128652580512

SWEATSHIRTS, ALL RANKS, LONG

SLEEVE, PULLOVER, COTTONTERRY, UNISEX - VARIOUS SIZES,NAVY, M

EETING SPEC. NO. 19.0850

Each4000

$(N/A)

$(N/A)

120Goods

200108010520010

SWEATSHIRT, UNIFORM

- LONGSLEEVE, FULL ZIPPERED, UNISEX,NAVY, M

EETING SPEC NO.19.0851

Each3000

$(N/A)

$(N/A)

121Goods

200722501020072

SLEEPWEAR - SLEEPW

EAR, NAVYBLUE, T-SHIRT-UNISEX, VARIOUSSIZES, M

EETING SPEC. NO. 19.1201

Each1500

$(N/A)

$(N/A)

122Goods

200722401020072

SLEEPWEAR - SLEEPW

EAR, NAVYBLUE, SHORTS-UNISEX, VARIOUSSIZES, M

EETING SPEC. NO. 19.1203

Each1500

$(N/A)

$(N/A)

123Goods

200727001220072

SHIRTS, DRESS UNIFORM, LONG

SLEEVE MALE. - M

EETING SPEC.NO. 19.0801 FOR F.O. AND P.O.VARIOUS SIZES, W

HITE VARIOUSSIZES NAVY, M

EETING SPEC. NO.19.0803, FOR F.F. AND P.M

.

Each6779

$(N/A)

$(N/A)

124Goods

200215407520021

INSIGNIA, STAR, SERVICE TENURE -INSIGNIA, M

EETING SPEC. NO.19.2001

Each1500

$(N/A)

$(N/A)

125Goods

201371002020137

BARS, SERVICE, UNIFORM - NAVY

WITH ONE GOLD OR SILVER

STRIPE, MEETING CHICAGO FIRE

DEPT. SPEC. NO. 19.2002

Each7213

$(N/A)

$(N/A)

126Goods

200109210020010

SWEATSUIT, UNISEX - PANTS,

SHIRT, MEETING SPEC. NO. 19.2305

Each1800

$(N/A)

$(N/A)

128Goods

805128101080512

SWEATER, JOHNNY COAT -

SWEATER, JOHNNY COAT, VARIOUS

SIZES, MEETING SPEC. NO. 19.2307

Each500

$(N/A)

$(N/A)

129Goods

200859880320085

UNIFORMS, BUSINESS AND W

ORK(VARIOUS), M

EN AND WOM

EN - MEN

AND WOM

EN - SWEATER, LONG

SLEVE, LIGHTWEIGHT COM

MANDO,

MEETING SPEC. NO. 19.2307A

Each500

$(N/A)

$(N/A)

Page 12 of 13

Run Tim

e: 12/03/13 11:40:40

City of C

hicagoC

atalog RFQ

- No G

roup Lines

PU085I

Spec# 118327

LineNo

Line TypeItem

CategoryCom

modity Desc

UOMEstim

atedUsage

PriceDiscount orM

arkup %Extended Price

Catalog # / ID, Date and Mfr

Comm

ents

130Goods

805127415080512

SHIRT, T-SHIRT - COTTON, UNISEX,W

HITE/BLUE MEETING SPEC. NO.

19.2308

Each2000

$(N/A)

$(N/A)

131Goods

200106309020010

SHIRT, BIKE - NAVY NYLON WITH

HI-VIS YELLOW, M

EETING SPEC NO.19.2401

Each50

$(N/A)

$(N/A)

132Goods

200106410520010

PANTS, BIKE - NAVY NYLON WITH

ZIP OFF LEGS, SIZE: 28 - 52,M

EETING SPEC. NO. 19.2402

Each50

$(N/A)

$(N/A)

133Goods

200846501320084

SHORTS, CARGO, WORK - M

EETINGCFD SPEC. NO. 20.1812A

Each250

$(N/A)

$(N/A)

134Goods

200757768020075

TROUSERS, DRESS UNIFORM, M

ALE- VARIOUS SIZES, NAVY, M

EETINGSPEC. NO. 20.1815

Pair1700

$(N/A)

$(N/A)

135Goods

200757801020075

TROUSERS, DRESS UNIFORM,

FEMALE - VARIOUS SIZES, NAVY,

MEETING SPEC. NO. 20.1816

Each400

$(N/A)

$(N/A)

136Goods

200728751120072

TROUSERS, MODIFIED DRESS

UNIFORM, M

ALE - VARIOUS SIZES,NAVY, M

EETING SPEC. NO. 20.1817

Each6500

$(N/A)

$(N/A)

137Goods

200728617120072

TROUSERS, MODIFIED DRESS

UNIFORM, FEM

ALE - ALL SIZESINCLUDING PETITE, REGULAR ANDTALL, NAVY, M

EETING SPEC. NO.20.1818

Each300

$(N/A)

$(N/A)

138Goods

200848020020084

TROUSERS, WORK - UNISEX,

VARIOUS SIZES, NAVY, MEETING

SPEC NO. 20.1819

Pair20000

$(N/A)

$(N/A)

139Catalog Line

2002120021

UNIFORMS, ACCESSORIES - Catalog

Van GuardDiscountFrom

List$ 5000

(N/A)$

140Catalog Line

2002120021

UNIFORMS, ACCESSORIES - Catalog

Glendale ParadesDiscountFrom

List$ 5000

(N/A)$

141Goods

2009520095

BUYOUT CFD INVENTORY STOCKUSD

$(N/A)

$(N/A)

Total Price$

Page 13 of 13

Run Tim

e: 12/03/13 11:40:40

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Bidder's Contact Information 106

ARTICLE 10. BIDDER CONTACT INFORMATION

Person to contact regarding bid:

Name: Phone:

Address:

Email:

Indicate if you are:

Manufacturer: YES______ NO______

Exclusive dealer/distributor/reseller*: YES______ NO______

Authorized dealer/distributor/reseller*: YES______ 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):

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Affidavit of City of Chicago Based Business 09.26.2013 107

CITY-BASED BUSINESS AFFIDAVITThe City-Based Business bid preference of 2%, as described in Section 2-92-412 of the Municipal Code of Chicago ("MCC") isapplicable to competitively bid Contracts funded in whole by City funds. Bidder must complete this form if it desires to beconsidered for this preference. Bidders that do not complete this page will not be regarded as City-Based Businesses. If bidder'soperations are at multiple locations in the City of Chicago, use additional sheets if necessary. If this preference is allocated, the LocalGoods Incentive described in described in MCC 2-92-410 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 bidsolicitation and in MCC 2-92-412?

( ) Yes ( ) No

2. Does the bidder report to the Internal Revenue Service that the place of employment for the majority (more than 50%) ofits 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 abovestatements 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

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Affidavit of Local Manufacturing 108

BIDDER'S COMMITMENT TO PROVIDE LOCALLY MANUFACTURED GOODSThe Locally Manufactured Goods Incentive as described in Section 2-92-410 of the Municipal Code of Chicago ("MCC") is applicableto competitively bid Contracts funded in whole by City funds. Bidder must submit this form with the bid, as well as a Manufacturer'sAffidavit of Local Manufacturing for each local manufacturer from which goods will be sourced, if it desires to be considered for thisbid 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 MCC2-92-412 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, morethan 50% of the value of the item must be derived from manufacturing activities that occur within a city-based manufacturer'sfacility 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 2-92-410 and the applicable bid solicitation) that Biddercommits 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 bidspecification'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 2-92-410 it maybe fined in an amount equal to three times the amount of the difference between the bid incentive allocated and the bid incentivethat 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 theabove 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

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Affidavit of Local Manufacturing 109

MANUFACTURER'S AFFIDAVIT OF LOCAL MANUFACTURINGThe Locally Manufactured Goods Incentive as described in Section 2-92-410 of the Municipal Code of Chicago ("MCC") is applicableto competitively bid Contracts funded in whole by City funds. Bidder must submit this form with the bid, in order to be consideredfor this bid incentive. Bidders that do not submit this page with their bid will not be regarded as providing locally manufacturedgoods. If goods will be manufactured by multiple manufacturers or at multiple facilities in the City of Chicago, submit an affidavit foreach. Attach additional sheets if necessary. If this incentive is allocated, the City Based Business Preference described in describedin MCC 2-92-412 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 Biddersportion of this bid solicitation and in MCC 2-92-410? ( ) 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 theproduction steps performed at the facility in the manufacture of each item, and the percentage of the item's value derivedfrom 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 itsexecution 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:(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

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Alternatively Powered Vehicles Affidavit 110

AFFIDAVIT OF ELIGIBLE BUSINESS FOR BID INCENTIVE FOR ALTERNATIVELY POWERED VEHICLESIf this is a competitively bid Contract funded in whole by City funds, an Eligible Business preference for alternatively poweredvehicles may be applicable. Bidder must complete this form if it desires to be considered for this preference. Bidders who do notcomplete 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," arecurrently owned, operated, leased or otherwise controlled by bidder?

Line 3(a): __ _

4. How many of bidder’s vehicles are located and used within the Six County Region?

Line 4(a): number of vehicles _

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 definedin 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 providedherein.

Under penalty of perjury the person signing below: (1) warrants that he/she is authorized to execute this Affidavit on behalf ofbidder, and (2) warrants that all certifications and statements contained in this Affidavit are true, accurate, and complete as of thedate 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

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Execution Pages 111

ARTICLE 11. EXECUTION AND ACCEPTANCE PAGESBid execution and acceptance pages follow.

Remainder of page intentionally blank.

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Execution Pages 112

11.1. Bid Execution By a CorporationThe undersigned, hereby acknowledges having received Specification Number 118327 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 - GeneralConditions, 3) Special Conditions for Supply Contracts, 4) Contract Plans or Drawings (if applicable) 5) Detailed Specifications, 6) ProposalPages, 7) Certifications, and 8) Addenda Nos. (none unless indicated here) _________________, and affirms that the corporation shall bebound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached tothis proposal or bid, except only to the extent that the corporation has taken express written exception thereto in the sections of thisspecification 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 wassubmitted on-line; and (3) further warrants that, as of the date of submission of this proposal or bid, there have been no changes incircumstances 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 andthe information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with anyother Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in thisproposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of competitionamong Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price namedherein.

Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected.

NAME OF CORPORATION: ________________________________________________________(Print or Type)

SIGNATURE OF PRESIDENT*: ________________________________________________________(Or Authorized Officer) (Signature)

TITLE OF SIGNATORY: ________________________________________________________(Print or Type)

BUSINESS ADDRESS: ________________________________________________________(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 CorporateBy-Laws or other authorization, such as a resolution by the Board of Directors, which permits the person to sign the offer for theCorporation.

ATTEST: ________________________________________________________(Corporate Secretary Signature) (Affix Corporate Seal)

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).

(Seal)

_______________________________ Commission Expires: __________Notary Public Signature

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Execution Pages 113

11.2. Bid Execution By A Joint VentureThe undersigned, hereby acknowledges having received Specification Number 118327 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 acomplete 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 allcertifications 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 ofthe 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 anycertification 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 providedtherein 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 underwhich 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 etseq. 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 signatoriesby attaching copy of Joint Venture agreement or other authorizing document):

SIGNATURE OF Authorized Party: (Signature ) ________________________________________________________

TITLE OF SIGNATORY: (Print or Type) ______________________________________________________

BUSINESS ADDRESS: (Print or Type) ______________________________________________________

ATTEST: (Joint Venture Secretary Signature) _____________________________________________________(Affix Joint Venture Seal)

ORJoint Venturer Signature: (Signature) ________________________________________________________________

Address: (Print or Type) ______________________________________________________________

Joint Venturer Signature: (Signature) ________________________________________________________________

Address: (Print or Type) ______________________________________________________________

Joint Venturer Signature: (Signature) ________________________________________________________________

Address: (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)

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Execution Pages 114

11.3. Bid Execution By A PartnershipThe undersigned, hereby acknowledges having received Specification Number 118327 containing a full set of Contract Documents, including, but not limitedto, 1) Requirements for Bidding and Instructions to Bidders, 2) Standard Terms and Conditions - General Conditions, 3) Special Conditions for SupplyContracts, 4) Contract Plans or Drawings (if applicable) 5) Detailed Specifications, 6) Proposal Pages, 7) Certifications, and 8) Addenda Nos. (none unlessindicated 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 exceptionthereto 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) warrantsthat 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) furtherwarrants 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 submittedthat 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 informationprovided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder (proposer) orprospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other proposal, nor anyagreement or arrangement under which any act or omission in restraining of free competition among Bidders (proposers) and has not disclosed to anyperson, 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: (Print or Type) ________________________________________________________

BUSINESS 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 96Sec. 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: (Print or Type) ______________________________________________________________

Partner Signature: (Signature) ________________________________________________________________

Address: (Print or Type) ______________________________________________________________

Partner Signature: (Signature) ________________________________________________________________

Address: (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)

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Execution Pages 115

11.4. Bid Execution By a Sole ProprietorThe undersigned, hereby acknowledges having received Specification Number 1183271 containing a full set of Contract Documents, including, butnot limited to, 1) Requirements for Bidding and Instructions to Bidders, 2) Standard Terms and Conditions - General Conditions, 3) SpecialConditions 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 andconditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal, except only to theextent 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 inCircumstances 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 theinformation provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any otherBidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or anyother 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: __________________________________________________________________(Print or Type)

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 1965Chapter 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)

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

Execution Pages 116

11.5. Bid Acceptance by City

Contract No.:

Specification No.: 118327

Vendor Name:

Total Amount (Value):

Fund Chargeable: 013-0100-0592005-00140-220140-0000 and Various

The undersigned, on behalf of the CITY OF CHICAGO, a municipal corporation of the State of Illinois, hereby accept the foregoingbid items as identified in the proposal.

CITY OF CHICAGO

________________________________________

Mayor Date

________________________________________

Comptroller Date

________________________________________

Chief Procurement Officer Date

Uniforms and Commissary Related Services, Chicago Fire Department, Specification Number 118327Commodities Form Contract 09.26.2013

117

EXHIBITSExhibits follow this page. Remainder of page intentionally blank.

Exhibit 1: Insurance Certificate of Coverage

Named Insured: Specification #: 118327Address: 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 hereincovering the operation described within the contract involving the named insured and the City of Chicago. The Certificate issuer agrees that in the event ofcancellation, non-renewal or material change involving the indicated policies, the issuer will provide at least sixty (60) days prior written notice of suchchange 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 contractentered into with the named insured, and it is mutually understood that the City of Chicago relies on this certificate as a basis for continuing suchagreement with the named insured:

Type of Insurance Insurer Name Policy Number Expiration Date Limits of LiabilityAll 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 PerOccurrence $ _________

GeneralAggregate $ _________

Products/CompletedOperationsAggregate $ _________

Automobile Liability CSL PerOccurrence $ _________

[ ] Excess Liability[ ] Umbrella Liability

EachOccurrence $ _________

Worker=s Compensation and Employer=s Liability Statutory/IllinoisEmployersLiability $ _________

Builders Risk/Course of Construction Amount of Contract

Professional Liability $ __________

Owner Contractors Protective $ ___________

Other $ ___________

a) Each Insurance policy required by this agreement, excepting policies for worker=s compensation and professional liability, will read: AThe City of Chicagois an additional insured as respects operations and activities of, or on behalf of the named insured, performed under contract with or permit from theCity of Chicago.@

b) The General, Automobile and Excess/Umbrella Liability Policies described provide for severability of Interest (cross liability) applicable to the namedinsured 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.

For City use onlyName of City Department requesting certificate: (Using Dept.)Address: ZIP Code: Attention:

Name and Address of Certificate Holder and Recipient of Notice

Certificate Holder/Additional InsuredCity of ChicagoProcurement Department121 N. LaSalle St., #806Chicago, IL 60602

Signature of Authorized Rep. ____________________________Agency/Company: _____________________________________Address ______________________________________________Telephone ____________________________________________

119

Exhibit 2: Detailed Item Description

Line #001 CC 2013710010 2013 Spec # 2.0118

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. Wheremore than one stripe is authorized, a 3/16" space shall appear betweenstripes.Uniformed members entitled to wear bar(s) will wear them on the outsideof the left sleeve, centered, and with the bottom bar, placed exactly 3" fromthe edge of the sleeve on the uniform wool dress blouse, and modifieddress jacket.Overcoats of members below the rank of Battalion Chief/Asst. ChiefParamedic 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" fromthe edge of the sleeve. When length of service exceeds 25 years, thebottom service bar will be positioned ½ inch above the star. When 2 starsare 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, andmodified dress jacket.

MANUFACTURER: Schweizer Emblem Co. National Emblem Inc.1022 Busse highway 999 N. Elmhurst Rd.Park Ridge, Il. 60068 Mt. Prospect, Il. 60056

OR EQUAL

To include all application and sewing of service bar.

MAKERS SPECIFICATION GUARANTEENo manufacturer or representative may suggest that bars are approved without prior inspection ofcompleted sample bars by and written authorization from the Fire Commissioner, Chicago Fire Department.

120

Line #002 CC 2000919720 2013 Spec # 2.0512

BELT, TROUSERS, WORK/DRESS UNIFORM

MATERIALS: Garrison belt 1 ½" to 13/4" in width, made with 10 ounce top grain EnglishBridle leather.

CONSTRUCTION: Color:Belt and one matching loop made with same leather will be drum dyedblack.

All edges are filled and coated with a matching clack edge filler. Belts have adecorative 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 solidbrass snaps. Snaps have a black baked enamel finish. Snaps are large with aminimum 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. Thebuckle will incorporate a single brass metal belt buckle prong. The buckleprong will be securely attached to the belt by means of either unexposedmetal 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. Thebuckle prong will be securely attached to the belt by means of eitherunexposed 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 thebuckle. The free end of the belt will be held in place by either theintegral black leather keeper ½" in width, or trouser waistband loop.

4. Belt buckles will be either square or rectangular in shape and be free ofall ornamentation.

5. The trouser belt must be worn when a member wears dress or worktrousers.

121

PAGE 2 2013 Spec # 2.0512

BELT, TROUSERS, WORK/DRESS UNIFORM

MAKERS SPECIFICATION GUARANTEENo manufacturer or representative may suggest that a belt is approved without prior inspection ofcompleted sample belts by and written authorization from the Fire Commissioner, Chicago Fire Department.

MANUFACTURER: Boston Leather1801 Eastwood DriveP.O. Box 1213Sterling, Illinois 61081-12131 800-733-1492

OR EQUAL

122

Line #003 CC 2000920165 2013 Spec # 2.0513

BELT, UTILITY, ALL FIREFIGHTERS

GENERAL DESCRIPTION: Military Spec. type 13 webbing or equivalent. Military spec. CAD platedforged steel.

MATERIALS: 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 thelower strap to be secured and prevent looseness

'D" Rings:A separate 'D" ring shall be installed on the outer strap in a free-floatingmanner to allow clipping in with the strap. The connecting I'D" ring shall beof such size as to allow the connecting snap to pass through in a chokerstyle position.

Thread:Military spec. and bonded.

Sizes:Regular size belts shall fit 30" to 40" waist. Large size belts shall fit a nominal40" to 48" .

Must meet or exceed the requirements of NFPA, ANSI, and OSHA,1983 Class II standard and ConstructionGuidelines.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that a belt is approved without prior inspection ofcompleted sample belts by and written authorization from the Fire Commissioner, Chicago Fire Department.

MANUFACTURER: Total Fire Group#1 Innovation Ct.Dayton, Ohio 45414

OR EQUAL

123

Line #004 CC 2000920100 2013 Spec # 2.0514

BELT, UTILITY, MINERSPECIAL OPERATIONS

GENERAL DESCRIPTION: Miiner Spec. Decent Control 41M Miners Belt orequivalent.

MATERIALS: 100% polyester webbing with a tensile strengthof 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 adjustmentall hardware is rated at 5000 lb tensile

.

Sizes:Regular size belts shall fit 30" to 40" waist. Large size belts shall fit anominal 40" to 48" .

Must meet or exceed the requirements of Z359, ANSI, and OSHA,1983Class II standard and Construction Guidelines.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that a belt is approvedwithout prior inspection of completed sample belts by and writtenauthorization from the Fire Commissioner, Chicago Fire Department.

MANUFACTURER: Descent Control Inc3920 Ayers Rd.Ft. Smith, AR. - 72908

Toll Free: (800) 643-2539OR EQUAL

124

Line # 005 CC 8002445170 2013 Spec # 2.1520

BOOTS, FIREFIGHTERS,HIPPERS, THREE QUARTER LENGTH

MENS AND WOMENS CALENDERED SOLE

MATERIALS SPECIFIC:Rubber:The rubber compounds shall be made from a natural rubber, syntheticrubber or a mixture of the two to meet the requirements specified herein.The color shall be black unless otherwise specified.

UPPER COMPOUNDS:Tensile strength The tensile strength of the upper compounds shall be notless than 2000 pounds per square inch when tested as specified underASTM D-412.

Elongation:The ultimate elongation of the upper compounds shall be not less than 500percent when tested as specified under ASTM D-412.

Accelerated aging:After aging, the upper compounds shall have a tensile strength andelongation of not less than 80 percent of the minimum required, whentested as specified under ASTM D-412.

SOLE AND HEEL COMPOUNDS:Abrasive index:The abrasive index of the sole and heel compounds shall be not less than 70before aging. After aging, the abrasive index shall be not less than 75percent of the minimum required, when tested in accordance withFootwear 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 asspecified under ASTM D-2240.

Dielectric Properties:All fire boots shall meet or exceed ANSI Z41-1984.4 for electrical resistanceat a level of not less than 30,000 KVAC. (DRY) Also, all fire boots shall meetor exceed ASTM F1116 Method C. Boots must withstand voltage proof testof the maximum possible portion of the overboot footwear withoutpermitting flashover between electrodes. This test method carries aminimum acceptable failure rate of 15,000 KVAC. (WET)

Sponge rubber:When used, the sponge rubber shall be a self-blown type, calendared asapplicable and activated or cured. Color is optional.

125

PAGE 2 2013 Spec # 2.1520

BOOTS, FIREFIGHTERS,HIPPERS, THREE QUARTER LENGTH

MENS AND WOMENS CALENDERED SOLE

Cements or adhesives:The cements and adhesives used shall be compounds suitable forvulcanization.

Ozone resistant requirements:All parts of the boot shall have the capability of resisting ozone attack at 50pphm at 104 F bent loop for a period of not less than 72 hours when testedin accordance with ASTM Standards D-1149-86.

Binding:A. The binding for the boot shall consist of upper compound notless than 5/16 inch wide. Reading of binding shall indicate compliance toNFPA standard current at time of proposal or later,.

Gum top:The gum top of the boot shall consist of upper compound not less than0.025 inches thick. ozone resistant - 0 rating after 24 hours underspecification of ASTM D-1149.

Top reinforcement:The top reinforcement of the boot shall be urethane not less than 0.015Inches thick or equal and shall be a minimum of 5 inches wide. It shall beadhered to by molding or cementing on the inside of the top lining abovethe leg lining lap seam.

Knee Patch:The knee patch shall consist of upper compound not less than 0.025 inchesthick and not less than 175 square inches in area and positioned in the areasubjected to chafing.

Bumper toe cap:The bumper toe cap of the boots shall be white or colored and shall consistof 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 aknurled design.

126

PAGE 3 2013 Spec # 2.1520

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 andcalendar coated on one side with upper compound not less than 0.007inches thick.

Kevlar/Nomex minimum standardsComposition 50% T-6 Nomex, 50% Varicut Kevlar.Weave Maliwatt ChainWeight g/m2) 186Weight (oz./yd.2) 5.5Construction warp (gauge) 11Construction weft (stitches per inch) 14.3Gauge (inches) .055Nylon Heel StayShall consist of a cotton/nylon blend,Calendar coated one side not less than .009.Tensile strength - warp (lbs.) 60Tensile strength - weft (lbs.) 24Abrasion - Taber (cycles) CS17-1000 712Mullens burst (lbs./in2) 220

METAL COMPONENTS Steel box toe:The steel box toe shall conform to the toe of the last and shall be fabricatedfrom cold-rolled carbons steel. After heat treatment, the steel box toe shallconform to the requirements of ANSI Z41 PT 83 M/I 75. Standard for SafetyToe Footwear.

Impact/Compression resistance:The steel box toe of the finished boot shall have a minimum inside clearanceof ½ inch and shall show no evidence of fracture when tested as specifiedunder ANSI Z41 PT 83 1.4.4 (compression) and 1.4.5 (impact). Both testshave 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 SprayFog 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 aminimum thickness of 0.021 inches, condition hard, a dull or bright finish,and shall have a mini-mum puncture resistance of 400 lbs. when tested asspecified in ANSI Z41 PT 1983 5.4. Any single determination below 400 lbs.

127

shall cause rejection of the lot.

128

PAGE 4 2013 Spec # 2.1520

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 0.060inches thick.

Inaraved ankle leg cove:The leg cover shall consist of upper compound not less than 0.020 inchesthick. If calendar coating is omitted on the leg form, the leg cover gaugeshall be a minimum of 0.035 inches thick.

Shin protection :Option One: The application of heavy knurled rubber (.100 thick andapproximately 311 x 611) to the exterior of the boot for the full length ofthe 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 toServus Rubber Co. boots.

CONSTRUCTION: The boots shall be constructed in accordance with the Manufacturer'spatterns and lasts, utilizing component parts listed herein, as applicable.Sequence of construction shall be in accordance with the contractor'sstandard practice. All overlapped parts shall be firmly rolled or pressedbefore vulcanization.

Boot, Bottom Construction:The bottoms of the boots shall be constructed of the component parts listedbelow. Sequence of construction shall be in accordance with thecontractor's commercial practice. The outsole and heel shall be acalendared, knurled outsole and separate heel.The sole construction shall consist of a filler sole, binder sole and outsoleand heel. The filler sole shall consist of stiffening compound not less than0.055 inch thick.

129

PAGE 5 2013 Spec # 2.1520

BOOTS, FIREFIGHTERS,HIPPERS, THREE QUARTER LENGTH

MENS AND WOMENS CALENDERED SOLE

CONSTRUCTION CONTINUED:

The binder sole shall consist of osnaburg frictioned on one side and calendarcoated the other side with upper rubber compound to an overall thicknessof not less than 0.030 inch. The outsold and heel shall consist of thematerial specified. The outsold shall be acleated or heavily knurled design asapproved by the Chicago Fire Department. The outsold shall have an insteprise of approximately 1 1/4 inches and shall have an outside shank rise ofapproximately 1 ½ inches. The sole shall be not less than 0.300 inch thick (athighest point) at the ball and shall be not less than 0.125 inch thick at theheel area. The heel shall consist of outsold compound and shall carry themanufacturer's standard tread design. The heels shall be full size, 5/811(plus or minus 1/16) thick at the thinnest point. Commercial gradingbetween sizes shall be used. The total thickness of the sole area shall be notless than 0.312 inch and the total thickness in the heel area shall be not lessthan 0.945 inch. The heel height, when measured from the bottom surfaceof the sole at the brestline, shall be not less than 0.500 inch.

Insole - midsole construction:The insole shall consist of .125 cork. The midsole shall consist of a flexibleone piece steel plate, dipped or coated with cement or a suitable resin andencased between two layers of osnaburg material which have beenfrictioned coated on both sides and calendar coated on one side, with thecalendared 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 sidenot less than .007".Too and buckle strap the top and buckle strap, when relevant, shall consistof the material specified, frictioned two sides and calendar coated one sidenot less than 0.011 inch thick. The strap shall be folded double and shallinclude a reinforcing cord on each edge. The folded top strap shall be 3/4inch wide and shall be not less than 7 inches long. The folded buckle strapshall 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 andcalendar coated on one side with upper compound with the followingminimum specifications:

130

PAGE 6 2013 Spec # 2.1520

BOOTS FIREFIGHTERS,HIPPERS THREE QUATER LENGTH

MENS, AND WOMENS, CALENDERED SOLE

Composition:50% T-6 Nomex,50% Varicut KevlarWeave: Maliwatt chainWeight (g/m2): 186Weight (oz./yd.): 5.5Construction warp (gauge): 11Construction weft (stitches per inch): 14.3Gauge (inches): .055Tensile strength - warp (lbs.): 60Tensile strength - weft (lbs.): 24Abrasion - 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 waterfor no less than 1 hour.

Sizing:Protective footwear shall be available in all sizes when measured inaccordance 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 bootand/or stamped in shank with white ink.

131

Labels and other identification:Shall be labeled in accordance with chapter 2-4 (labeling) NFPA Standard1974 with the following additions and deletions. Fire boots shall be labeledto indicate compliance with OSHA Standards 29 CFR 1910. 136 and1910.156. Delete statement in chapter 2-4.5 that reads "WARNING Do notuse for crash/fire/rescue or protection from hazardous or toxic materials orbiological agents.

NOTE: Manufacturer shall provide written documentation that fire boots meet the requirements of: NFPAStandard 1974, OSHA Standards 29 CFR 1910.136 and 1910. 156 also.

B. Written documentation that footwear has been approved bythe United States Air force for Crash - Crew Rescue.

C. independent lab certification that footwear meets minimumcriteria of EPA levels C and D for chemical protective clothing.

GENERAL DESCRIPTION:Boots that have been designed specifically for the fire service. As such theymust 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 FireProtection Association Standard 1974" Protective Footwear for StructuralFirefighting" 1987 Edition and in addition any special design featuresincorporated herein by the Chicago Fire Department.

MATERIALS - GENERAL:Protective footwear shall be constructed of materials suitable for theexposure it is intended to receive and shall provide protection, comfort, andwearability.The workmanship in the production and assembly of the footwear and toebox shall conform to industry practices in every respect.

TestingTesting to be accomplished in accordance with Chapter 4 of the Previouslyreference standard.

SPECIFIC DESCRIPTION:The boots specified herein shall have black rubber uppers, white or coloredrubber bumper toe caps, steel safety toes, puncture proof steel insole, witha knurled calendared outsold and molded heel.

DIMENSIONS: Height:The inside height of the boot shall be not less than 29 inches. The heightshall be measured on a finished boot at the inside heel area to the top, backof the boot.

WATERPROOF REQUIREMENT: -All fire boots shall be 100% waterproof.

132

PAGE 7 2013 Spec # 2.1520

BOOTS, FIREFIGHTER,HIPPERS,

THREE QUARTER LENGTHMENS AND WOMENS CALENDERED SOLE

APPROVED/MANUFACTURERS: Total Fire

#1 Innovation Ct.P.O. Box 14616Dayton Ohio, 45413 0616

OR EQUAL

MAKERS SPECIFICATION GUARANTEENo manufacturer or representative may suggest that fire boots, are approved without prior inspection ofcompleted sample fire boots by-and written authorization from the Fire Commissioner, Chicago FireDepartment.

SAMPLE BOOTS SUBMITTED FOR INSPECTION AND APPROVAL MUST BE ACCOMPANIED BY THE PREVIOUSLYMENTIONED DOCUMENT’S VERIFYING THAT FIREBOOTS MEET THE REQUIREMENTS OF THIS SPECIFICATIONIN ALL RESPECTS.

133

Line #006 CC 5900420008 2013 Spec # 2.2103 Gold

BUCKLE, BELT, CHIEF OFFICERS & ABOVE BRASS/GOLD BUCKLE

MATERIAL:The buckle is solid brass buckle with a gold finish. The belt is made fromnatural, top grain English bridle leather that has been drum dyed to preventcracking and peeling.

CONSTRUCTION:The buckle solid brass buckle with a gold finish. The belt is made fromnatural, top grain English bridle leather that has been drum dyed to preventcracking 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 allornamentation.

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, 10 – 12 oz. top grain leather with seventips holes for 2 extra inches of adjustability. The belts will be available inany 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 Leather1801 Eastwood DriveP.O. Box 1213Sterling, Il. 61081-12131 800 733 1492

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

134

Line #007 CC 5900420016 2013 Spec # 2.2104 Sliver

BUCKLE, BELT, CO. OFFICERS / AMUBLANCE COMMANDERS – FIREFIGHTERS / PARAMEDICS

MATERIAL:The buckle is solid nickel buckle with a silver finish. The belt is made fromnatural, top grain English bridle leather that has been drum dyed to preventcracking and peeling.

CONSTRUCTION:The buckle solid nickel buckle with a silver finish. The belt is made fromnatural, top grain English bridle leather that has been drum dyed to preventcracking 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 allornamentation.

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, 10 – 12 oz. top grain leather with seventips holes for 2 extra inches of adjustability. The belts will be available inany 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 Leather1801 Eastwood DriveP.O. Box 1213Sterling, Il. 61081-12131 800 733 1492

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

135

Line #008 CC 2001235200 2013 Spec # 3.0116-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 toside: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 expandedsupported 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, goldcolor.

SWEAT PROTECTOR:Crown shall be lined with a full covering of .004 gauge clear polyethylenefilm 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 orBriley No. 305. Pattern ac,22>13; perforated ac, 22>7 across; burr 6/1".

OUTER BAND:Velvet, black in color. Bottom edge bound with Raeford 460-96 worstedmaterial.

EYELETS:All caps shall have a single eyelet located at front center 1 1/4 from top tobottom on center. In addition all caps shall have 2 eyelets on each side ofcap for ventilation. Eyelets to be placed 2 1/4" apart using side seam ascenter line. Eyelets to be Stimpson A-942 or equal; color white 500.

VISOR:Black wool upper mounted on Morroccan bottom. Embroidered with goldmylar thread to meet Air Force Style configuration. Visor angle and finishedto read 2 1/8" long. Outer edge piped with glossy black plastics Eiseman-Ludmar or equal.*

A) Commissioner, 1st Deputy Commissioner, DeputyCommissioners, Assistant Deputy Commissioners, District Chiefs,Directors, Paramedic, Assistant Commissioner Affirmative Action.6 gold clouds, 3 on each side, V-5039.06

.

136

PAGE 2 2013 Spec # 3.0116-A

CAP, DRESS UNIFORM, CHIEF OFFICER

FRONT SUPPORT:Stayer, made of 3 ply muslin lined leatherette with a 1" wide twin wireinsert. Stayer shall have one round 5/16" diameter eyelet located so as tobe in direct alignment with eyelet in cap cover, to serve dual purpose assupport for cap front and attachment for rosette and cap insignia

GROMMET:5/8" opaque colored ‘D” shaped/plastic grommet, sized to conform with capcover dimensions.

STRAP (A, B, & C - Chief Officers):Gold wire lace, ½” wide with matching double loop. Mounted to cap withtwo 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 capwith two 5/8" silver prong-backed buttons re-“FO”; Waterbury, (strap MF50 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 starchytape where it joins front and rear pieces. Sewing to be with double needlemachine, distance between rows not to exceed 3/16", 11-12 stitches to theinch and all stitches are to be taut without loose ends. Cap front to be linedwith white hair cloth and covered with black lining material so as to addbody 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 thecap.

MAKERS SPECIFICATION GUARANTEE LABEL:A label meeting the requirements of Chicago Fire Department specificationNo. 20.0115 indicating manufacturer’s compliance to specifications shall beSewn to cap lining underneath sweat protector.

137

PAGE 3 2013 Spec # 3.0116-A

CAP, DRESS UNIFORM, CHIEF OFFICER

MANUFACTURER: Midway Cap Co.1239 W. Madison St.Chicago, IL 60607-1907312-243-1010

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that a cap is approved without prior inspection ofcompleted sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department.*Substitute materials must meet the requirements of the preceding paragraph.

138

Line #009 CC 2001240145 2013 Spec # 3.0116-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 toside: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 expandedsupported 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, goldcolor.

SWEAT PROTECTOR:Crown shall be lined with a full covering of .004 gauge clear polyethylenefilm 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 orBriley No. 305. Pattern ac,22>13; perforated ac, 22>7 across; burr 6/1".

OUTER BAND:Velvet, black in color. Bottom edge bound with Raeford 460-96 worstedmaterial.

EYELETS:All caps shall have a single eyelet located at front center 1 1/4 from top tobottom on center. In addition all caps shall have 2 eyelets on each side ofcap for ventilation. Eyelets to be placed 2 1/4" apart using side seam ascenter line. Eyelets to be Stimpson A-942 or equal; color white 500.

VISOR:Black wool upper mounted on Morroccan bottom. Embroidered with goldmylar thread to meet Air Force Style configuration. Visor angle and finishedto read 2 1/8" long. Outer edge piped with glossy black plastics Eiseman-Ludmar or equal.*

B) Deputy District Chiefs, AssistantDirectors, Assistant Chief Paramedic,4 gold clouds, 2 on each side, V-4978. 04

.

139

PAGE 2 2013 Spec # 3.0116-B

CAP, DRESS UNIFORM, CHIEF OFFICER

FRONT SUPPORT:Stayer, made of 3 ply muslin lined leatherette with a 1" wide twin wireinsert. Stayer shall have one round 5/16" diameter eyelet located so as tobe in direct alignment with eyelet in cap cover, to serve dual purpose assupport for cap front and attachment for rosette and cap insignia

GROMMET:5/8" opaque colored ‘D” shaped/plastic grommet, sized to conform with capcover dimensions.

STRAP (A, B, & C - Chief Officers):Gold wire lace, ½” wide with matching double loop. Mounted to cap withtwo 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 capwith two 5/8" silver prong-backed buttons re-“FO”; Waterbury, (strap MF50 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 starchytape where it joins front and rear pieces. Sewing to be with double needlemachine, distance between rows not to exceed 3/16", 11-12 stitches to theinch and all stitches are to be taut without loose ends. Cap front to be linedwith white hair cloth and covered with black lining material so as to addbody 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 thecap.

MAKERS SPECIFICATION GUARANTEE LABEL:A label meeting the requirements of Chicago Fire Department specificationNo. 20.0115 indicating manufacturer’s compliance to specifications shall beSewn to cap lining underneath sweat protector.

140

PAGE 3 2013 Spec # 3.0116-B

CAP, DRESS UNIFORM, CHIEF OFFICER

MANUFACTURER: Midway Cap Co.1239 W. Madison St.Chicago, IL 60607-1907312-243-1010

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that a cap is approved without prior inspection ofcompleted sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department.*Substitute materials must meet the requirements of the preceding paragraph.

141

Line #010 CC 2001239140 2013 Spec # 3.0116-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 toside: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 expandedsupported 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, goldcolor.

SWEAT PROTECTOR:Crown shall be lined with a full covering of .004 gauge clear polyethylenefilm 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 orBriley No. 305. Pattern ac,22>13; perforated ac, 22>7 across; burr 6/1".

OUTER BAND:Velvet, black in color. Bottom edge bound with Raeford 460-96 worstedmaterial.

EYELETS:All caps shall have a single eyelet located at front center 1 1/4 from top tobottom on center. In addition all caps shall have 2 eyelets on each side ofcap for ventilation. Eyelets to be placed 2 1/4" apart using side seam ascenter line. Eyelets to be Stimpson A-942 or equal; color white 500.

VISOR:Black wool upper mounted on Morroccan bottom. Embroidered with goldmylar thread to meet Air Force Style configuration. Visor angle and finishedto 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-5013. 02

142

PAGE 2 2013 Spec # 3.0116-C

CAP, DRESS UNIFORM, CHIEF OFFICER, FIELD OFFICER, COMMANDOR

FRONT SUPPORT:Stayer, made of 3 ply muslin lined leatherette with a 1" wide twin wireinsert. Stayer shall have one round 5/16" diameter eyelet located so as tobe in direct alignment with eyelet in cap cover, to serve dual purpose assupport for cap front and attachment for rosette and cap insignia

GROMMET:5/8" opaque colored ‘D” shaped/plastic grommet, sized to conform with capcover dimensions.

STRAP (A, B, & C - Chief Officers):Gold wire lace, ½” wide with matching double loop. Mounted to cap withtwo 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 capwith two 5/8" silver prong-backed buttons re-“FO”; Waterbury, (strap MF50 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 starchytape where it joins front and rear pieces. Sewing to be with double needlemachine, distance between rows not to exceed 3/16", 11-12 stitches to theinch and all stitches are to be taut without loose ends. Cap front to be linedwith white hair cloth and covered with black lining material so as to addbody 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 thecap.

MAKERS SPECIFICATION GUARANTEE LABEL:A label meeting the requirements of Chicago Fire Department specificationNo. 20.0115 indicating manufacturer’s compliance to specifications shall beSewn to cap lining underneath sweat protector.

143

PAGE 3 2013 Spec # 3.0116-C

CAP, DRESS UNIFORM, CHIEF OFFICER, FIELD OFFICER, COMMANDOR

MANUFACTURER: Midway Cap Co.1239 W. Madison St.Chicago, IL 60607-1907312-243-1010

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that a cap is approved without prior inspection ofcompleted sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department.*Substitute materials must meet the requirements of the preceding paragraph.

144

Line #011 CC 2001238080 2013 Spec # 3.0116-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 toside: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 expandedsupported 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, goldcolor.

SWEAT PROTECTOR:Crown shall be lined with a full covering of .004 gauge clear polyethylenefilm 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 orBriley No. 305. Pattern ac,22>13; perforated ac, 22>7 across; burr 6/1".

OUTER BAND:Velvet, black in color. Bottom edge bound with Raeford 460-96 worstedmaterial.

EYELETS:All caps shall have a single eyelet located at front center 1 1/4 from top tobottom on center. In addition all caps shall have 2 eyelets on each side ofcap for ventilation. Eyelets to be placed 2 1/4" apart using side seam ascenter line. Eyelets to be Stimpson A-942 or equal; color white 500.

VISOR:Black wool upper mounted on Morroccan bottom. Embroidered with goldmylar thread to meet Air Force Style configuration. Visor angle and finishedto 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-4978.

145

PAGE 2 2013 Spec # 3.0116-D

CAP, DRESS UNIFORM, CHIEF OFFICER

FRONT SUPPORT:Stayer, made of 3 ply muslin lined leatherette with a 1" wide twin wireinsert. Stayer shall have one round 5/16" diameter eyelet located so as tobe in direct alignment with eyelet in cap cover, to serve dual purpose assupport for cap front and attachment for rosette and cap insignia

GROMMET:5/8" opaque colored ‘D” shaped/plastic grommet, sized to conform with capcover dimensions.

STRAP (A, B, & C - Chief Officers):Gold wire lace, ½” wide with matching double loop. Mounted to cap withtwo 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 capwith two 5/8" silver prong-backed buttons re-“FO”; Waterbury, (strap MF50 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 starchytape where it joins front and rear pieces. Sewing to be with double needlemachine, distance between rows not to exceed 3/16", 11-12 stitches to theinch and all stitches are to be taut without loose ends. Cap front to be linedwith white hair cloth and covered with black lining material so as to addbody 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 thecap.

MAKERS SPECIFICATION GUARANTEE LABEL:A label meeting the requirements of Chicago Fire Department specificationNo. 20.0115 indicating manufacturer’s compliance to specifications shall beSewn to cap lining underneath sweat protector.

146

PAGE 3 2013 Spec # 3.0116-D

CAP, DRESS UNIFORM, CHIEF OFFICER

MANUFACTURER: Midway Cap Co.1239 W. Madison St.Chicago, IL 60607-1907312-243-1010

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that a cap is approved without prior inspection ofcompleted sample caps by and written authorization from the Fire Commissioner, Chicago Fire Department.*Substitute materials must meet the requirements of the preceding paragraph.

147

Line #012 CC 2001236105 2013 Spec # 3.0117

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 expandedsupported 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, goldcolor SWEAT PROTECTOR Crown shall be lined with a full covering of .004gauge 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 orBriley No. 305. Pattern #13; perforated #7 acro burr 6/1".

OUTER BAND:Mohair braid, black in color, 1 ½" wide with quarter inch black worstedmaterial bottom edge. Band shall be sewn to frame.

EYELETS:All taps shall have three (3) round eyelet. One to be located at front center1 1/4" from top to bottom on center. Two additional round eyelets shall bespaced 1 3/8" apar using center round eyelet as center line (11/16" in eachdirection). Eyelets to Stimpson, A-942 or equal; color white 500.

In addition all caps shall have 2 round eyelets on each side of cap forventilation. Eyelets to be placed 2 1/4" apart using a seam as center line.Eyelets to be Stimp A-942 or equal; color, white 500.

148

PAGE 2 2013 Spec # 3.0117

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-Lonor equal with an emboss hatter green base. Two pieces will be firmlycemented together and completed vi will not buckle, crack or blister. Visorshall be shape No. A.S. set into frame at 450 angle and finished dimensionto 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 withcap 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 indirect alignment with eyelets in cap cover, to serve dual purpose as supportfor cap front and attachment for rosette and cap insignia.

STRAP:Nickel floral pattern, ½" wide with matching double loop. Mounted to capq/two 5/8" silver prong-backed buttons re~ “FO”; Waterbury, (strap MF 50or 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 starchytape where it joins front and rear pieces. Sewing to be with double needlemachine, distance between rows not to exceed 3/16", 11 to 12 stitches tothe inch, all stitches are to be taut and without loose ends. Cap front to belined with white hair cloth and covered with black lining material so as toadd 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 thecap.

MANUFACTURER: Midway Cap1239 W. MadisonChicago, IL 60607312-243-1010

OR EQUAL

149

PAGE 3 2013 Spec # 3.0117

CAP, DRESS UNIFORM, CAPT., LT.,

MAKERS SPECIFICATION GUARANTEE LABEL: A LABEL MEETING THE REQUIREMENTS OF Chicago FireDepartment specification No. 20.0115 indicating manufacturer’s compliance to specifications shall be sewnto cap lining underneath sweat protector.

MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a cap isapproved without prior inspection of completed sample caps by and written authorization from the FireCommissioner, Chicago Fire Department.*Substitute materials must meet the requirements of the preceding paragraph.

150

Line #013 CC 2001237130 2013 Spec # 3.0118

CAP, DRESS UNIFORM, FIREFIGHTERS, ENGRS, PARAMEDIC IN CHARGEAND 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 14-14 ½ once Raeford 460-96.

LINING:All prescribed caps shall have a crown lining of 100% acetate taffeta, goldcolor.

SWEAT PROTECTOR:Crown shall be lined with a full covering of .004 gauge clear polyethylenefilm 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 orBriley No. 305. Pattern uac, 22>13; perforated cac, 22>7 across; burr 6/1.

OUTER BAND:100% virgin wool, stock dyed14-14 ½ ounce Raeford 460-96. 1 ½” wideconcealed stitching at bottom edge.

EYELETS:All caps shall have two (2) oval eyelets 1 3/8" apart on center. Eyelets shallalso be centered equal distance from top to bottom of cap front. Eyelets tobe Stimpson, A-1062 or equal, black in color.In addition all caps shall have 2 round eyelets on each side of cap forventilation.Eyelets to be placed 2 1/4" apart using side seam as center line. Eyelets tobe 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-Lonor equal with an embossed hatter green base. Two pieces will be firmlycemented together and completed visor will not buckle, crack or blister.Visor shall be shape No. A.S. set into frame at 451 angle and finisheddimension to read 2 1/8" long. All visors to be blocked to shape in heatedforms.

151

PAGE 2 2013 Spec # 3.0118

CAP, DRESS UNIFORM, FIREFIGHTERS, ENGRS, PARAMEDIC IN CHARGEAND PARAMEDICS, AMBULANCE COMMANDOR

GROMMET:5/8" Opaque colored “D” shaped/plastic grommet, sized to conform withcap 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 alignmentwith eyelets in cap cover. To serve as support for cap front and attachmentfor cap insignia.

STRAP:Black plastic, non-adjustable ½” wide. Mounted to cap with two 5/8" silverprong backed buttons reading FD; Waterbury.orSilver wire lace, ½” wide with matching double loop. Mounted to cap withtwo 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 starchytape where it joins front and rear pieces. Sewing to be with double needlemachine, distance between rows not to exceed 3/16", 11 to 12 stitches tothe inch, all stitches are to be taut and without loose ends. Cap front to belined with white hair cloth and covered with black lining material so as toadd 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 thoroughlydried.

SIZE LABEL:All caps shall have a size label attached to the sweatband at the rear of thecap.

MAKERS SPECIFICATION GUARANTEE LABEL: A label meeting the requirements of Chicago FireDepartment specification No. 20-0115 indicating manufacturers’ compliance to specifications shall be sewnto cap lining underneath sweat protector.

MANUFACTURER: Midway Cap1239 W. MadisonChicago, IL 60607312-243-1010

OR EQUAL

152

PAGE 3 2013 Spec # 3.0118

CAP, DRESS UNIFORM, FIREFIGHTERS, ENGRS, PARAMEDIC IN CHARGEAND PARAMEDICS, AMBULANCE COMMANDOR

MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that a cap isapproved without prior inspection of completed sample caps by and written authorization from the FireCommissioner, Chicago Fire Department.

Substitute materials must meet the requirements of the preceding paragraph.

153

Line #014 CC 2007218010 2013 Spec # 3.0133

WORK CAP

DESCRIPTION: Baseball style cap with adjustable size band and visor.

MATERIALS: 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 LABELManufacturers label must be in compliance to the requirements of theChicago Fire Department specifications and shall be attached to thegarment. Location to be determined by the manufacturer.

MANUFACTURER: American Needle Athletic Cap. CoBuffalo Grove, Il. New York, N.Y.(842)215-0011

Correct Cap. Co. Hi-ImageSt. Louis, Mo. Schaumburg, Il.

OR EQUAL

154

Line #015 CC 2013082010 2013 Spec # 3.0134

SKULL CAP

DESCRIPTION: Skull cap

MATERIALS: COVER:100% acrylic with additional polar fleece insulation.

COLOR:Dark navy blue.

LETTERING:On front first line: curved Chicago, capital letters, first letter and lastletter of Chicago: “C” and “O” =3/4"; middle letters are 1/2” tallOn front second line: “Fire Dept.”, capital letters, are 3/8” tallOn 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 MalteseCross =1 1/2"

SIZES:One size fits all

To be worn by fire personnel as per bureau commander.

MAKERS SPECIFICATION LABELManufacturers label must be in compliance to the requirements of theChicago Fire Department specifications and shall be attached to thegarment. Location to be determined by the manufacturer.

MANUFACTURER: Ace Hy CapsChatsworth, CA

OR EQUAL

155

Line #016 CC 2007223005 2013 Spec # 3.1505A Male

COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, MALEANCHOR UNIFORM MODEL 261MT or APPROVED EQUAL

MATERIAL: To be made of 40% polyester 60% combed cotton treated with DupontTeflon, Fabric is to be woven, construction 42/2 x 42/2, 110x55 with teflonfinish, water repellent finish; 5.92 oz. per square yard.Color: blue.

STYLE: Double-breasted men’s trench coat with thinsulate zip-out lining, half-raglanwith shouldersEpaulets, button front, self-goods belt with leather buckle, lower sleevestraps with leather buckle,With right front yoke, and back yoke, single back vent, fully lined with insidevertical welt openings.

FRONT YOKE: Front yoke is on right side only, with 32L button and buttonhole in lowerfront corner, 5/16”topstitching on finished edges, attached at shoulder andarmhole. Eight metal buttons to read "CHICAGO FIRE DEPARTMENT" shallbe attached to the front of the jacket. (See Photo)

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 raglanseam.shooting patch buttons (40 ligne, 4 hole) front closure buttons (40ligne, 4 hole).

CUT-THROUGH FRONT POCKETS:Vertical welt opening, with 5/16” topstitching, no pocket bag access tolining 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.

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.

156

PAGE 2 2013 Spec # 3.1505A Male

COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, MALEANCHOR UNIFORM MODEL 261MT or APPROVED EQUAL

COLLARS: Two piece collar, collar ends finish 3-3/4”, center back collar width: 3”, lapelends finish 5”, selfGoods hanger loop is inserted into the center of back neck seam, betweentop collar and collar

Epaulettes: Epaulets shall be military style removable type, two plies of the basic shellfabric plus interlining and then double stitched. Epaulets shall be 2". Inwidth at the shoulder and at the point. The point of the epaulet shall finishat the collar joining seam of the coat. The epaulet shall be folded in half andheld down with a self-keeper which is bar tacked at the shoulder seam. Thepointed end shall fasten to the shoulder using a 30 ligne CFD Shield button.(See Photo)

BELT: Two piece self-goods belt with leather buckle and loop stabilizer strap with18Lbuttons/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: All stitching shall be even and uniform, all shell, and permanent lining seamsshall be stitched with #50 polyester thread safety stitch, zip-out liner shallbe stitched with five thread safety stitch #70 polyester.

TOPSTITCHING: 5/16” topstitching fronts-collar-backs-outside seam of sleeve-sides-armholes-belts-welts.

LABELING: There shall be two permanent company labels sewn on the jackets, onesewn on the permanent lining and the other to be sewn on the zip-out. Eachjacket shall have country of origin labels sewn at the neckline. There shall bea label with care instructions sewn on the permanent lining and on the zip-out liner. Each coat shall have a size tab sewn on the inside left pocket andshould read style, lot, size and date. Each jacket shall have a three-yearwarranty hang tag on bottom of left sleeve.

157

PAGE 3 2013 Spec # 3.1505A Male

COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, MALEANCHOR UNIFORM MODEL 261MT or APPROVED EQUAL

Patches, Shoulder: American/Chicago Flag patch (as per C.F.D. specification No.16.0120) shallbe sewn 1"below the right sleeve head. Patch to be positioned on center.Chicago Fire Department Maltese Cross Patch (as per C.F.D. SpecificationNo. 16.0119, 16.0121, 16.0122 and 16.0124 16.0125) shall be sewn I" belowthe left sleeve head. Patch to be positioned on center, with appropriaterocker, Paramedic, FF E.M.T., FF Paramedic, Enginee

Sizes: Top Coats shall be readily available in a full range of sizes. A label/tagindicating garment owner and date of manufacture shall be sewn to rightinterior facing adjacent to makers specification label.46” Length to include:Regular: 36, 38, 40, 42, 44, 46, 48, 50, 52, 54Short: 36, 38, 40, 42, 44, 46, 48, 50Long: 38, 40, 42, 44, 46, 48, 50, 52, 54, 56, 58, 60

PATCHES: To include application of patches, service bar or star with sewing.

MANUFACTURER: Anchor Uniform451 Quarry St.Fall River, Ma 02723(508)678-9061

OR EQUAL

Makers specifications Guarantee Label:A label meeting the requirements of Chicago Fire Department Specification No. 20.0115 indicatingmanufacturers compliance tospecification will be sewn to right interior facing.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that a coat is approved without prior inspection ofcompleted sample coats by and written authorization from the Fire Commissioner Chicago Fire Department.

158

Line #017 CC 2007223010 2013 Spec # 3.1505B Female

COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, FEMALEANCHOR MODEL 261LT or APPROVED EQUIAL

MATERIAL: To be made of 40% polyester 60% combed cotton treated with DupontTeflon, Fabric is to be woven, construction 42/2 x 42/2, 110x55 with teflonfinish, water repellent finish; 5.92 oz. per square yard.Color: blue.

STYLE: Double-breasted men’s trench coat with thinsulate zip-out lining, half-raglanwith shouldersEpaulets, button front, self-goods belt with leather buckle, lower sleevestraps with leather buckle,With right front yoke, and back yoke, single back vent, fully lined with insidevertical welt openings

FRONT YOKE: Front yoke is on right side only, with 32L button and buttonhole in lowerfront corner, 5/16”topstitching on finished edges, attached at shoulder andarmhole. Eight metal buttons to read "CHICAGO FIRE DEPARTMENT" shallbe attached to the front of the jacket. (See Photo)

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 tolining opening: 7-1/2”

SLEEVE STRAP: Sleeve strap is inserted into the inseam of sleeve, finished strap width: 1-3/4” bottom edge of strapFinishes approx.3” from lower finished sleeve, buckle is stitched to sleeveout seam.

COLLARS: Two piece collar, collar ends finish 3-3/4”, center back collar width: 3”, lapelends finish 5”, selfGoods hanger loop is inserted into the center of back neck seam, betweentop collar and collar

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.

159

PAGE 2 2013 Spec # 3.1505B Female

COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, FEMALEANCHOR MODEL 261LT or APPROVED EQUIAL

Epaulettes: Epaulets shall be military style removable type, two plies of the basic shellfabric plus interlining and then double stitched. Epaulets shall be 2". Inwidth at the shoulder and at the point. The point of the epaulet shall finishat the collar joining seam of the coat. The epaulet shall be folded in half andheld down with a self-keeper which is bar tacked at the shoulder seam. Thepointed end shall fasten to the shoulder using a 30 ligne CFD Shield button.(See Photo)

BELT: Two piece self-goods belt with leather buckle and loop stabilizer strap with18Lbuttons/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: All stitching shall be even and uniform, all shell, and permanent lining seamsshall be stitched with #50 polyester thread safety stitch, zip-out liner shallbe stitched with five thread safety stitch #70 polyester.

TOPSTITCHING: 5/16” topstitching fronts-collar-backs-outside seam of sleeve-sides-armholes-belts-welts.

LABELING: There shall be two permanent company labels sewn on the jackets, onesewn on the permanent lining and the other to be sewn on the zip-out. Eachjacket shall have country of origin labels sewn at the neckline. There shall bea label with care instructions sewn on the permanent lining and on the zip-out liner. Each coat shall have a size tab sewn on the inside left pocket andshould read style, lot, size and date. Each jacket shall have a three-yearwarranty hang tag on bottom of left sleeve.

Patches, Shoulder: American/Chicago Flag patch (as per C.F.D. specification No.16.0120) shallbe sewn 1"below the right sleeve head. Patch to be positioned on center.Chicago Fire Department Maltese Cross Patch (as per C.F.D. SpecificationNo. 16.0119, 16.0121, 16.0122 and 16.0124 16.0125) shall be sewn I" belowthe left sleeve head. Patch to be positioned on center, with appropriaterocker, Paramedic, FF E.M.T., FF Paramedic, Engineer

160

PAGE 3 2013 Spec # 3.1505B Female

COAT, TOP COAT, DRESS UNIFORM, ALL RANKS, FEMALEANCHOR MODEL 261LT or APPROVED EQUIAL

Sizes: Top Coats shall be readily available in a full range of sizes. A label/tagindicating garment owner and date of manufacture shall be sewn to rightinterior facing adjacent to makers specification label.46” Length to Include:Regular: 2, 4, 6, 8, 10, 12, 14, 16, 18Pettite: 0, 2, 4, 6, 8, 10, 12, 14, 16, 18Talll: 2, 4, 6, 8, 10, 12, 14, 16, 18, 20

PATCHES: To include application of patches, service bar or star with sewing.

MANUFACTURER: Anchor Uniform451 Quarry St.Fall River, Ma 02723(508)678-9061

OR EQUAL

Makers specifications Guarantee Label:A label meeting the requirements of Chicago Fire Department Specification No. 20.0115 indicatingmanufacturers 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 ofcompleted sample coats by and written authorization from the Fire Commissioner Chicago Fire Department.

161

Line #018 CC 2007527240 2013 Spec 3.1509 Gold- Male3.1510 Silver Male

COAT, SHORT, DRESS, UNIFORM BLOUSE, MALE, ALL RANKS

MATERIALS: To be made of a dry-cleanable worsted wool blend, 55% Dacron polyester45% Worsted Wool, 14 to 14 ½ ounce serge weave.

STYLE:Style No. 8390 single breasted, 4 button, straight front, uniform blouse coatwith 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 closefitting and shall be cut to fit under the overcoat.

SLEEVE LENGTH:Sleeves to reach approximately 0.5" above the upper joint of the thumbwith 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 betoggled thru sewn eyelets and fastened on underside with a metal washerand slide fastener. The top button shall be placed in a direct line with thebuttons 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 widestpart of notch.

LAPEL:The lapel shall measure 7.5" long on the outside edge from point at notch tothe 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 roundedcorner at bottom, with 1.5" Box pleat, covered with a scalloped flap withbutton and buttonhole. The pocket shall be 5" . wide at the top, 5.5" at thebottom 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 theflap 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 approximately0.625" . above bottom edge with 24 ligne metal button, toggled thru thebutton hole and secured with a metal slide fastener. Pockets shall be setapproximately 3". from the font edge of the coat.

(36 Lign) Chicago Fire

Department

(24 Lign) CFD Crest

162

PAGE 2 2013 Spec # 3.1509 - Gold - Male3.1510 - Silver - Male

COAT, SHORT, DRESS, UNIFORM BLOUSE, MALE, ALL RANKS

OUTSIDE POCKETS:There shall be two lower outside patch pockets with slightly rounded cornerat 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 theside edges, with the bottom left open. There shall be a buttonhole, at thecenter of pocket flap approximately 0.625" above bottom edges with 24ligne metal button toggled thru the button hole and secured with a metalslide fastener. Pockets shall be set approximately 3 1/4" from the font edgeof the coat.

INSIDE POCKETS:There shall be an inside welt pocket set into the reinforced lining on theboth 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, polyesterwrapped 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 plyof interlining. Epaulet shall measure 2" wide at the sleeve head, tapering to1.5" at the pointed end. The epaulet shall extend from the shoulder seamto the collar and shall be tacked at the point, no box stitching. There shallbe a buttonhole placed approximately 1.5" from the collar end of epauletwith a 24 ligne metal button, toggled thru the button hole and secured witha metal slide fastener.

BADGE HOLDER:There shall be a badge holder on the left breast directly above the center ofthe left breast pocket. The badge holder shall be a rectangle piece of clothreinforcement 2". long, 1" wide, with navy metal eyelets set 1" apart.

163

PAGE 3 2013 Spec # 3.1509 Gold Male3.1510 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 ofthe 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.16.0120) shallbe sewn 1" below the right sleeve head. Patch positioned on center usingcenter of epaulet as center line guide. Chicago Fire Department MalteseCross Patch (as per C.F.D. Specification No. 16.0119, 16.0122, 16.0124 and16.0125) shall be sewn 1" below the left sleeve head. Patch positioned oncenter using center of epaulet as center line guide.

GUARANTEE LABEL:Each garment must bear the fabric label of the manufacturer producing theuniform, 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, 54Short: 36, 38, 40, 42, 44, 46, 48, 50Long: 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. 20.0115 indicatingmanufacturers compliance to specification shall be sewn inside the inside breast pocket.

MANUFACTURER: Romart Mfg. Co.101 Pitston Ave.PO Box 271, Scranton Pa. 18505(570) 342-9257

OR EQUAL

164

Line #019 CC 2007529110 2013 3.1511 Gold Female3.1512 Silver Female

COAT, SHORT, DRESS, UNIFORM BLOUSE, FEMALE, ALL RANKS

MATERIALS: To be made of a dry-cleanable worsted wool blend, 55% Dacron polyester45% Worsted Wool, 14 to 14 ½ ounce serge weave.

STYLE:Style No. 8390 single breasted, 4 button, straight front, uniform blouse coatwith 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 closefitting and shall be cut to fit under the overcoat.

SLEEVE LENGTH:Sleeves to reach approximately 0.5" above the upper joint of the thumbwith 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 betoggled thru sewn eyelets and fastened on underside with a metal washerand slide fastener. The top button shall be placed in a direct line with thebuttons 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 widestpart of notch.

LAPEL:The lapel shall measure 7.5" long on the outside edge from point at notch tothe 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 roundedcorner at bottom, with 1.5" Box pleat, covered with a scalloped flap withbutton and buttonhole. The pocket shall be 5" . wide at the top, 5.5" at thebottom 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 theflap 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 approximately0.625" . above bottom edge with 24 ligne metal button, toggled thru thebutton hole and secured with a metal slide fastener. Pockets shall be setapproximately 3". from the font edge of the coat.

(36 Lign) Chicago Fire

Department

(24 Lign) CFD Crest

165

PAGE 2 2013 Spec 3.1511 - Gold - Female3.1512 - Silver - Female

COAT, SHORT, DRESS, UNIFORM BLOUSE, FEMALE, ALL RANKS

OUTSIDE POCKETS:There shall be two lower outside patch pockets with slightly rounded cornerat 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 theside edges, with the bottom left open. There shall be a buttonhole, at thecenter of pocket flap approximately 0.625" above bottom edges with 24ligne metal button toggled thru the button hole and secured with a metalslide fastener. Pockets shall be set approximately 3 1/4" from the font edgeof the coat.

INSIDE POCKETS:There shall be an inside welt pocket set into the reinforced lining on theboth 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, polyesterwrapped 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 plyof interlining. Epaulet shall measure 2" wide at the sleeve head, tapering to1.5" at the pointed end. The epaulet shall extend from the shoulder seamto the collar and shall be tacked at the point, no box stitching. There shallbe a buttonhole placed approximately 1.5" from the collar end of epauletwith a 24 ligne metal button, toggled thru the button hole and secured witha metal slide fastener.

BADGE HOLDER:There shall be a badge holder on the left breast directly above the center ofthe left breast pocket. The badge holder shall be a rectangle piece of clothreinforcement 2". long, 1" wide, with navy metal eyelets set 1" apart.

166

PAGE 3 2013 Spec # 3.1511 Gold Female3.1512 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 ofthe 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.16.0120) shallbe sewn 1" below the right sleeve head. Patch positioned on center usingcenter of epaulet as center line guide. Chicago Fire Department MalteseCross Patch (as per C.F.D. Specification No. 16.0119, 16.0122, 16.0124 and16.0125) shall be sewn 1" below the left sleeve head. Patch positioned oncenter using center of epaulet as center line guide.

GUARANTEE LABEL:Each garment must bear the fabric label of the manufacturer producing theuniform, 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, 18Pettite: 0, 2, 4, 6, 8, 10, 12, 14, 16, 18Talll: 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. 20.0115 indicatingmanufacturers compliance to specification shall be sewn inside the inside breast pocket.

MANUFACTURER: Romart Mfg. Co.101 Pitston Ave.PO Box 271, Scranton Pa. 18505(570) 342-9257

OR EQUAL

167

Line #020 CC 2004529049 2013 Spec# 3.1515

COAT, REVERSIBLE RAINCOAT, ALL WEATHER, BLACK REVERSING TO HI-VIS YELLOW

DESCRIPTION: A long reversible all weather black to hi-vis yellow raincoat that hasreflective lettering on the back of yellow, spelling out “Chicago FireDepartment”. This coat shall be one-ply tech-lite urethane-coated 200-denier oxford nylon fabric reverses to hi-vis color. Garment must complywith ANSI/ISEA 107-2004 Class II certified (hi-vis yellow only). A 2"SCOTCHLITE reflective trim on hi-vis side around chest and cuffs shall beused. The garment will have a snap-over fly front, snap equipment sideopening. It shall also have a go-through hook and loop closed side openings.

SHELL FABRIC:At least 2.5-3.0 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: SNAPS:Shall be non-rusting, 24 ligne, gunmetal finish on brass, heavy duty closure(color black).

CONSTRUCTION: 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 aresingle lock stitched to reduce ravel.

SEAM WATERPROOFING:Seam tape shall be transparent, compatible with the coating compound andassume 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., Inc20 Aberdeen St.Boston, Massachusetts 02215 OR EQUAL1-617-536-6606

MAKERS SPECIFICATION GUARANTEENo manufacturer or representative may suggest that a coat is approved without prior inspection ofcompleted sample coats by and written authorization from the Fire Commissioner, Chicago FireDepartment.

168

Line #021 CC 3459205422 2013 Spec # 3.1520

STANDARD HIGH VISIBILITY SAFETY VEST

Description: Standard High-Visibility Safety Breakaway Vest. Polyester lime mesh vestwith orange contrasting stripes, silver reflective 5 points of light. Tear awayfront velcro closure.

In the "Station Wear" category. They are designed to be worn overprotective clothing and as such will not contribute to firefighter injury norwill they in any manner lessen the effectiveness of the Firefightersprotective clothing.

Style:Standard breakaway vest.

Construction: Reflective Material:Heat fused.

Materials: Fabric:100% polyester mesh.

Color:Lime mesh vest with orange contrasting strips. Silver refletive 5 points oflight.

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 DepartmentSpecification 20.0115 shall be permanently attached to the interior of thegarment at base of collar.

Size and Care Label: Various sizes to fit male and female body contour and care instructions andcut number on back.

Authorization/Restrictions:To be worn by fire operation personnel only, wear limited to work uniformonly.

Product Certification Label:Manufacturer must provide documentation that all textile materials meetthe requirements of Class II Safety Vests.

169

PAGE 2 CC 3459205422 2013 Spec # 3.1520

SAFETY VEST

MANUFACTURER:

OR EQUAL

Makers Specification Label:Manufacturers label must be in compliance to the requirements of the Chicago Fire Departmentspecifications 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 maysuggest safety vests are approved without prior inspection of completed sample safety vests byauthorization from the Fire Commissioner, Chicago Fire Department.

170

Line #022 CC 2007227435 2013 Spec # 3.1523

COVERALL, LONG SLEEVE

DESCRIPTION: Coveralls with the design features incorporated by the Chicago FireDepartment. The coveralls are designed to be worn under protectiveclothing for structural firefighting. The coveralls are designed as aprotective covering for modified dress clothes.

STYLE:Long sleeve, heavy duty brass two way zipper front closure, snap at top ofzipper front closure, and at neck. Left breast pocket with fake flap andvelcro 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 AppendixA for Woven Trouser Material, NFPA Standard 1975.

BODY:Cotton Poplin 8.0 to 8.5 twill 65% Polyester, 35% cotton blend, color navyblue.

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. Lengthto 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 pointsmeasuring 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 bottomof zipper.

171

PAGE 2 2013 Spec # 3.1523

COVERALL, LONG SLEEVE

BACK:Bi-Swing pleated style back. Pleats to be a minimum of 1 3/4" deep atshoulder. Pleat edge to be finished with a 1/16" double needle stitch. Pleatstitched closed approximately 3 ½" above waistband with heavy dutybartack 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 tohave 3.4" wide velcro closure. Pencil slot to finish 1 ½" x 5 to be sewn onthe 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 snapclosure. Hip pocket hem to be ½" wide. Breast pocket and hip pocket are tobe bartacked at the top corners. 2 leg pockets finishing 9" x 12" withclipped cornered flap with snap closures at each end of flap. Hip pockets tobe bellow type with bartacking at the top corners.

POCKET FLAPS:Pocket flap on left breast pocket to finish 2" long at center. Flap for righthip pocket to finish 2 ½ long at center. Flap for leg pockets to finish 2" longat center. All pocket flaps to be bartacked at the top corners.

SLEEVES:One piece sleeves to be marked in straight. Sleeve shall be sewn intoarmhole without evidence of pleating or stretching. Sleeve bottom to befinished 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 togarments worn underneath. Bartack reinforcement at bottom of side pass-thru.

WAISTBAND:Waistband finishing 1 3/4" wide is sewn to garment with 4" needle machine.

ADJUSTABLE WAIST TABSSquare and adjustable side tabs 1 1/4" wide x 4" long. Tab set 3" in front ofthe side seam. One female gripper in end of tab. Three male grippers onwaistband spaced 1" apart with the first gripper 3/4" from side seam. Alltabs to be bartacked.

172

PAGE 3 2013 Spec # 3.1523

COVERALL, LONG SLEEVE

SIZING:to include:Regular: 36, 38, 40, 42, 44, 46, 48, 50, 52, 54Short: 36, 38, 40, 42, 44, 46, 48, 50Long: 38, 40, 42, 44, 46, 48, 50, 52, 54, 56, 58, 60

MAKERS SPECIFICATION GUARANTEE A label meeting the requirement of the Chicago Fire DepartmentSpecification 20.0115 shall indicate manufacturer’s compliance to specifications. Specification shall beattached to the garment, location under rear pocket flap.

MANUFACTURERS:Universal Overalls Rubin Brothers Mfg.1056-55 W. Van Buren 2241 S. HalstedChicago, Il. 60607 Chicago, Il. 60608312-942-1111

OR EQUAL

MANUFACTURERS GUARANTEE: Manufacturer shall guarantee in writing, quality of workmanship. Anycomponent such as zippers, buttons or seam construction must be guaranteed against failure under normaluse conditions.

No manufacturer or representative may suggest that coveralls are approved without prior inspection ofcompleted sample coveralls by and authorization from the Fire Commissioner Chicago Fire Department.

173

Line #023 CC 2007227399 2013 Spec # 3.1524

QUILTED COVERALL, LONG SLEEVE

DESCRIPTION: The quilted water treated coverall is 12-oz cotton duck and polyester articweight lining. The coverall has large pockets, secured closures and stormcuff wrists. The coveralls are designed to be worn at the scene of a collapserescue or other special operation scenes as directed by the IC.Heat transfer or silk screen with “Chicago Fire Department” on back ofcoverall.

STYLE:Long sleeve, one piece coverall with corduroy top collar. Two way zipperfront has wind flap with snap closure. Two chest pockets with flap andVelcro closure. Two way leg zippers open to waist with protective wind flapsand snap closures. Tool pockets, hammer loop, rib-knit storm cuff, pleatedelbow, 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. Lengthto 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 pointsmeasuring 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 bottomof zipper.

BACK:Bi-Swing pleated style back. Pleats to be a minimum of 1 3/4" deep atshoulder. Pleat edge to be finished with a1/16"doubleneedlestitch. Pleatstitched closed approximately 3 ½" abovewaistband with heavy duty bartack at top of closing stitch.

174

PAGE 2 2013 Spec # 3.1524

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 tohave 3.4" wide velcro closure.

SLEEVES:One piece sleeves to be marked in straight. Sleeve shall be sewn intoarmhole without evidence of pleating or stretching. Sleeve bottom to befinished with a 1" hem. Bartack at bottom of sleeve seam.

SIZING:to include:Regular: 36, 38, 40, 42, 44, 46, 48, 50, 52, 54Short: 36, 38, 40, 42, 44, 46, 48, 50Long: 38, 40, 42, 44, 46, 48, 50, 52, 54, 56, 58, 60

MAKERS SPECIFICATION GUARANTEE A label meeting the requirement of the Chicago Fire DepartmentSpecification 20.0115 shall indicate manufacturer’s compliance to specifications. Specification shall beattached to the garment, location under rear pocket flap.

MANUFACTURERS: Universal Overalls Rubin Brothers Mfg.1056-55 W. Van Buren 2241 S. HalstedChicago, Il. 60607 Chicago, Il. 60608312-942-1111

OR EQUAL

MANUFACTURERS GUARANTEE: Manufacturer shall guarantee in writing, quality of workmanship. Anycomponent such as zippers, buttons or seam construction must be guaranteed against failure under normaluse conditions. No manufacturer or representative may suggest that coveralls are approved without priorinspection of completed sample coveralls by and authorization from the Fire Commissioner Chicago FireDepartment.

175

Line #024 CC 2002121095 2013 Spec # 4.5229

DEVICE, DRESS UNIFORM CAP, ENGINEER, DISTRICT AIDE

DESCRIPTION: Device to be in the shape of a maltase cross measuring 1 3/4". Convexshaped. Upper wing to read "CHICAGO" and lower wing to read "FIREDEPT." in 1/8" character;The fire hydrant symbol appears in the center of the left wing and the hookand ladder symbol appears in the right wing. Center section to containvarious 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 thevarious legends is to be soft redenamel, No. 15-R4.

Attaching Device:Hard soldered rived joints 1 3/8"

center to center to match eyeletson Dress Uniform Cap SpecificationNo. 3.0118.

MANUFACTURER: V.H. Blackinton Smith & Warren221 John Dietsch Blvd. Everson RossAttleboro Falls, Mass 127 Oakley Ave.

White Plains, NY. 10601

OR EQUAL

176

Line #025 CC 2002122100 2013 Spec # 4.5230

DEVICE, SHIRT COLLAR FIRE ENGINEER

DESCRIPTION: Device rank designating, Fire Engineer, Reading “ENGR” in 3/8" blockletters.

MATERIALS: 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 & Warren221 John Dietsch Blvd. Everson Ross

Attleboro Falls, Mass 127 Oakley Ave.White Plains, NY. 10601

OR EQUAL

177

Line #026 CC 2002121105 2013 Spec # 4.5232

DEVICE, DRESS UNIFORMCAP, AMBULANCE COMMANDER,PARAMEDIC IN CHARGE, PARAMEDIC

DESCRIPTION: 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 firehydrant symbol appears in the center of the left wing and the hook andladder symbol appears in the right wing. Center section to contain variouslegends or numbers. (½" Roman) or Style <aac,22>6 (5/16" Gothic) C.H.Hanson Style KB-473.

MATERIALS: Base Metal18 ga. (.040) 70/30 Brass

PlatingNickel, Approximately Vickers Hardness, .0003 to .0005 thick.

FillingThe filling (paint) for the various legends is to be soft blueenamel, No. 15-R4.

Attaching DeviceHard soldered rived joints 1 3/8" center to center to match eyelets onDress Uniform Cap Specification No. 3.0118.

MANUFACTURER: V.H. Blackinton Smith & Warren221 John Dietsch Blvd. Everson RossAttleboro Falls, Mass 127 Oakley Ave.

White Plains, NY. 10601

OR EQUAL

178

Line #027 CC 2002121220 2013 Spec # 4.5233

DEVICE, DRESS UNIFORM CAP, FIREFIGHTER

DESCRIPTION: Device to be in the shape of a maltase cross measuring1 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 andladder symbol appears in the right wing. Center section to contain various legendsor 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 blackenamel, No. 15-R4.

Attaching Device:Hard soldered rived joints 1 3/8" center to center to match eyelets onDress Uniform Cap Specification No. 3.0118.

MANUFACTURER: V.H. Blackinton Smith & Warren221 John Dietsch Blvd. Everson RossAttleboro Falls, Mass 127 Oakley Ave.

White Plains, NY. 10601

OR EQUAL

179

Line #028 CC 3459901701 2013 Spec # 6.1512

WEBBING

Description: 1” yellow Military Spec (Mil-W-5625) – class 1a – Nylon Tubular, 4000 LB

Color:Yellow

Makers Specification Label:Manufacturers label must be in compliance to the requirements of the Chicago Fire Departmentspecifications and shall be attached to the garment. Location to be determined by the manufacturer.

180

Line #029 CC 3459901050 2013 Spec # 6.1513

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

181

Line #030 CC 4503212120 2013 Spec# 6.1515

LED RIGHT ANGLE / 90 DEGREE FLASHLIGHTFLASHLIGHT, FIREFIGHTERS

MATERIALS:Polycarbonate with silicone anti scratch coating

CONSTRUCTION:O ring sealed for water resistance. Raised push-button switch is recessed inpolymer housing for protection. Weatherproof push button switch for easyuse with gloves. 3 position switch high, low and locator strobe. Grabs ontobelt or clips to turnout gear for easy, 1” heavy duty key ring attached to beltclip, 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: StreamlightEagleville RoadEaglevill, Pa 19403

OR EQUAL

MAKERS SPECIFICATION GUARANTEENo manufacturer or representative may suggest that flashlights are approved without prior inspection ofcompleted sample flashlight by and written authorization from the Fire Commissioner, Chicago FireDepartment.

182

Line #031 CC 8006478120 2013 Spec # 6.1516

FOOTWEAR - SHOE, DRESSUNIFORM (MALE)

MATERIAL:Leather or synthetic leather appearing material. Corfam, Bates style # 942high gloss corromeric or Leather, Thorogood style # 1487 leather.

CONSTRUCTION:Center laced Oxford. Four pair reinforced eyelets minimum. Smooth, semior 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 shoetread type soles and heels are not authorized.

Sole Height: maximum ½”Heel height : maximum 1 1/4"

AUTHORIZATIONS/ To be worn with the dress uniformRESTRICTIONS: and modified dress uniform only. Not to

be worn with the regulation work uniform.Wear limited to male personnel only.

MANUFACTURER; Weinbrenner Shoe Co. (Thorogood)Merrill, Wisconsin.Bates Uniform Footwear, (WolverineWorld Wide), Rockford, Michigan.

OR EQUAL

MAKERS SPECIFICATION GUARANTEENo manufacturer or representative may suggest that footwear is approved without prior inspection ofcompleted sample footwear by and written authorization from the Fire Commissioner, Chicago FireDepartment

183

Line #032 CC 8006473025 2013 Spec # 6.1520A

STATION FOOTWEAR

DESCRIPTION: The station shoe shall be lightweight design (under 22oz) Waterproofleather, suede and nylon materials are enhanced by a waterproofmembrane. No-slip rubber and hybrid traction tread pattern give you gripon and off the pavement. One hand speed closure and removal using theBOA lacing system.

Construction: Waterproof leather, suede and nylon materials are enhanced by awaterproof membrane. No-slip rubber and hybrid traction tread patterngive you grip on and off the pavement. BOA® lacing system provides quick inand out. Braided stainless steel cable for long-lasting durability. 6 “height.

Color: Black

Lining: The lining shall consist of 100% nylon with hydrophilic and abrasionresistant properties, and a waterproof-breathable membrane. The liningmaterial shall also contain an anti-microbial treatment to prevent odor.

Boot upper fabric: Upper consisting of at least 51% waterproof-treated Leather. Balancewaterproof treated Nylon textile and rubber. Upper must have a full grainleather polishable toe. Dual density PU foam (tongue)

Mid sole: The midsole shall consist of 100% lightweight EVA and ESS (arch-instep). Themidsole shall be reinforced with a nylon shank.

Out sole: The outsole shall consist of 100% carbon rubber with nonslip and oil-resistant properties, and durable tread wear..

Sizes and Widths: Men’s 8 – 15 Regular and wide. Women’s W5 – W10 regular

Style #: Clash FW016WP

AUTHORIZATIONS/RESTRICTIONS:To be worn with the work uniform only

MANUFACTURER: Blauer Mfg.20 Aberdeen St.Boston, MA 02215

OR EQUAL

MAKERS Specification Guarantee:No manufacturer or representative may suggest that safety shoes are approved Without prior inspection ofcompleted sample safety shoes by and written authorization from the Fire Commissioner, Chicago FireDepartment.

184

Line #033 CC 8006479180 2013 Spec # 6.1522

FOOTWEAR, MODIFIED DRESS SHOE, FEMALE, ALL RANKS

Description: Female plain toe oxford Bates Durashocks style number 752 or equal. Plainmilitary style toe with a smooth finish free from ornamentation perforationsand 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 FootwearWolverine World Wide Inc.Rockford, Michigan

Authorizations/ To be worn with the modified dress uniform. Wear limitedRestrictions: to female personnel only.

Makers Specification Guarantee:No manufacturer or representative may suggest that shoes are approved without prior inspection ofcompleted sample shoes by and written authorization from the Fire Commissioner, Chicago FireDepartment.

185

Line #034 CC 8006480250 2013 Spec # 6.1525

DRESS SHOE. MODIFIED MALE

Description: Plain toe Brucher Oxford Weinbrenner Thorogood style 834-6100 or equal.

Color:Black

Upper Material:Corrected Grain Cowhide Leather.4 - 4 ½ oz. Weight Gray colored genuinePigskin 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 Leathercover 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, WisconsinOR EQUAL

Authorization/Restriction: To be worn only with the modified dress uniforms. Wear limited to ChiefOfficers and Fire Prevention Bureau in modified dress uniform.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that shoes are approved without Prior inspection ofcompleted sample shoes by and written authorization from the Fire Commissioner Chicago Fire Department.

186

Line #035 CC 8001662010 2013 Spec # 6.1529

FOOTWEAR, BOOT, WORK - MALEMODEL 807-6001- HELLFIRE RUBBER FIRE BOOT

DESCRIPTION: Rubber Light Insulated Fire BootColor: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 2413-05 M/I/75/C/75 Oversized Steel Toe. Electrical Hazard. DoubleReinforced Pull Loops. Cushioned Shin Guard. Light-Reflecting Instep andHeel Patches.

Sizing:Medium 5 – 14, 15Wide 5 – 14, 15X-Wide 5 – 14, 15

AUTHORIZATIONS/RESTRICTIONS:To be worn with the work uniform only

MANUFACTURER: Weinbrenner Shoe Company, Merrill, WiscOR EQUAL

MAKERS Specification Guarantee:No manufacturer or representative may suggest that fire boots are approved without prior inspection ofcompleted sample fire boots by and written authorization from the Fire Commissioner, Chicago FireDepartment.

187

Line #036 CC 8001662210 2013 Spec # 6.1530

FOOTWEAR, BOOT, WORK - FEMALEMODEL 507-6001- 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 2413-05 M/I/75/C/75 Oversized Steel Toe. Electrical Hazard. DoubleReinforced Pull Loops. Cushioned Shin Guard. Light-Reflecting Instep andHeel Patches.

Sizing:Narrow 5 – 10Medium 5 - 10Wide 5 – 10

AUTHORIZATIONS/RESTRICTIONS:To be worn with the work uniform only

MANUFACTURER: Weinbrenner Shoe Company, Merrill, WiscOR EQUAL

MAKERS Specification Guarantee:No manufacturer or representative may suggest that fire boots are approved without prior inspection ofcompleted sample fire boots by and written authorization from the Fire Commissioner, Chicago FireDepartment.

188

Line #037 CC 3455624465 2013 Spec # 6.1817 White6.1818 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) witha reinforcement bar riveted at the top to stabilize the arched shape of theentire unit.

Lower mounting holes shall be provided with a 3 7/8" center-to-centerdistance and must properly align with mounting hardware of specifyingdepartment' 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 cut-out design (top arch, center rectangle, lower rectangle) for rank, designationand city identification (see diagram #1).

White fronts (with three hole cut-out design) shall be used to signifyofficers. Black Fronts (with two hole cut-out design) shall be used to signifyfirefighters. All center layers shall be white with black lettering for top arch(rank) and lower rectangle (city). Officer's designation on center rectangleof three hole cut-out design shall be accomplished by using reflexite inserts.

MaterialsAll three layers (rear, center, front) shall be made of top grain cowhide. NOEXCEPTIONS. Front and center layers shall be approximately 5 oz. leatherand 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

189

PAGE 2 2013 Spec # 6.1817 White6.1818 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 perinch.

Front layer shall be lock stitched to center layer around arched andrectangle openings of front layer.

All three layers shall be lock stitched together approximately 1/8" from theedge.

Front and center layers shall have grain surface facing forward; rear layershall have grain surface facing to the rear.

Shape retention bar shall be mounted to the top of rear layer with a brassrivet 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 priorinspection of completed sample front piece material by an authorization from the Fire Commissioner,Chicago Fire Department.

MANUFACTURERS: Total Fire Inc. Cairns & BrosPO Box 557 PO Box 4076Dayton, Ohio 60 Webro Rd.

Clifton, N.J.

OR EQUAL

190

Line #038 CC 3454845050 2013 Spec # 7.1218

GLOVES, STRUCTURAL FIREFIGHTING GAUNTLET

DESCRIPTION: Gloves specifically designed and constructed for structural firefighting,activities. To be manufactured of materials designed to withstand theeffects of flame, heat, vapor, liquids sharp objects and other hazards thatare encountered during structural firefighting operations.

Gloves must meet or exceed the latest requirements of the National FireProtection Association (NFPA) Standards on Protective Ensemble forStructural Firefighting, 1971-2007 Edition. This glove should also be certifiedby 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 shallbe a gunn cut pattern with wing thumb and wrap around index finger. Liningis completely sewn S.E.F. Modacrylic, laminated to Gore RT7100 glovebarrier fabric. All seams are sealed with a DuPont silicone sealant, whichensures that liquids do not come in contact with the hand or hand area. Theone piece lining is permanently sewn to the glove shell in the area of thefingertips and wrist. The glove body shall extend 2" above the wrist creaseand shall have a shirred elastic snuggler at the wrist.

CONSTRUCTION: Must meet or exceed the requirements of the previously mentionedstandard.

MATERIALS: Shell - Leather - bend side split cattle hide conforming to type ll. class 2 ofspec. Mil-KKL-2004 minimum 3 percent 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 ouncesor more than 3 ½ ounces. Welts shall not be less than 2 ounces nor morethan 3 ½ ounces. Leather shall be treated to resist cracking, peeling,stiffening and processed to reduce slipperiness when wet or frying whenheated. Leather quality shall be equal to the requirements of Chapter 2-4.6and 2-4.7 of NFPA standard 1973 current edition.

Thermal Liner –8 oz. S.E.F. Modacrylic Fleece Laminated to Gore RT7100 glove barrierfabric.

Protective Barrier –Gore(PTFE) RT7100 glove barrier fabric, or equal. This fabric needs to becombined (laminated) to the thermal liner. This breathable barrier/thermalliner system shall be sized proportional to the human hand sizes.

COMPLIANCE AND LABELING:Documentation in accordance with Chapter 2-3 verifying compliance toNFPA Standard 1973, current edition shall be provided to the Chicago FireDepartment as a prerequisite to "Department Approval

191

PAGE 2 2013 Spec # 7.1218

GLOVES, STRUCTURAL FIREFIGHTING GAUNTLET

Labels –Label should be permanently attached to each glove and certifies the glovemeets and exceeds the requirements of the latest NFPA standards. Labelshall be durable and include the following information: name or designationof 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: 800-1000gm/m 2/day. Completely sealed in the finger and side wall area to preventwater penetration thru outer material to hand. Material shall remainflexible at sub-zero temperatures. Must meet the requirements of Chapter2-5.5 of the previously referenced standard. Stitching - All outer stitchingshall be of resistance Kevlar 30-4 ply thread or equal. All seams shall be lockstitched. minimum of 8 stitches per inch. Wristlet - Wristlet to be made of100% Kevlar4 ply (or equal), four inches in length. A leather pull patch shallbe double stitched to wristlet to insure ease of donning and for extra wristprotection. Designed in compliance with Chapter 2-1-4 of the previouslymentioned standard.

Sizing –Gloves shall be available in 7 sizes: x-small, small, medium, large, x-large xx-large and xxx-large and sizing shall meet the criteria specified in Chapter 2-2.3 of the previously mentioned standard. (various sizes)

Cleaning/Inspection/Storage Info –The glove manufacturer shall provide, with each pair of gloves, instructionsfor cleaning, marking, storage, frequency and details of inspection,maintenance, criteria for removal from service, and any other informationwith regard to glove serviceability. Documentation by an independenttesting laboratory shall be submitted to verify that gloves meet or exceedthe previously mentioned standard. Certification shall require that glovespassed 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, wetglove 80% bare hand control, wet and dry rope.

C. Thermal protection performance - Exposed to a thermal flux of 2.0cal/cm2 sec.. The average TPP shall not be less than 35.0 on wet and drysamples.

D. Conductive heat resistance - exposed to 536 degrees F, second degreeburn time not less than 10 seconds and pain not less than 6 seconds on wetand dry samples.

192

PAGE 3 2013 Spec # 7.1218

GLOVES, STRUCTURAL FIREFIGHTING GAUNTLET

E. Flame resistance - Federal test method standard 191, method 5903.2,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 - 500 degrees oven test for five minutes glove shall notmelt, 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 mentionedstandard.

Performance Requirements –Performance at the requirements of Chapter 2-3 of previously mentionedstandard.

MAKERS SPECIFICATION GUARANTEE: No manufacturer or representative may suggest that gloves areapproved without prior inspection of completed sample gloves by and written authorization from the FireCommissioner, Chicago Fire Department.

MANUFACTURERS:

Glove Corp. Fire Dex Inc. Shelby Specialty GlovesP.O. Box 117 780 South Progress Dr. 5321 E. Shelby Dr.Alexandria, Indiana Medium, Ohio 44256 PO box 171814800-346-2437 Memphis Tn. 38187-1814

800-888-3598

OR EQUAL

193

Line #039 CC 3454844200 2013 Spec # 7.1219

GLOVES, PARAMEDIC

Description: Gloves specifically designed and constructed for structural firefightingtraining activities and E.M.S. incidents. To be manufactured of materialsdesigned to withstand the effects of flame, heat, sharp objects and otherhazards that are encountered during firefighter training activities and duringthe performance of Emergency Medical Service duties.

Gloves shall meet or exceed Federal OSHA Occupational Safety and HealthStandards, 29 CFR 1910-156-165 "Fire Brigades" (e) "Protective Clothing" (4)Hand Protection, CAL-OSHA 10.13407 Title 8.

Design / Specific:Full leather, wristlet type, gunn, cut, wing thumb, five fingered glove. Backshall have an elastic snuggerband in the wrist area for sure fit. Leatherwelting shall be sewn on the palm side of the two middle fingers and alongtop seam of the thumb for additional support. A continuous index fingerconstruction shall be used to eliminate exposed seams or stitching. A fullysewn liner of fire retardant material-shall be attached to the outer shell withKevlar thread. A leather pull patch and two ply 100% Kevlar wristlet(minus 4inches in length) shall be required. A leather thumb strap approximately 1½" in width and 21/2" in length. Shall be sewn in the thumb crotch to addstrength and added wear to the glove. A leather hanger loop shall beprovided on the inside of the glove to facilitate storage and drying.

Construction: Must meet or exceed the requirements of the previously mentionedstandards.

Shell:Leather bend side split cattle hide conforming to type II class 2 ofspecification MIL-KXL-2004 minimum 3% chromic oxide and minimumshrinkage temperature of 105 degrees F. Each glove pair shall be of uniformcolor- Thickness of the leather parts, except welts, shall be not less than 3oz. nor more than 3 ½ oz. Leather shall be treated to resist cracking, peeling,stiffening and processed to reduce slipperiness when wet or frying whenheated. Leather quality shall be equal to the requirements of paragraph (B)of FED-OSHA Standard and CAL-OSHA Standard.

ColorPowder 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 benapped on one side for comfort and warmth.

Stitching:All outer stitching shall be heat resistant Kevlar 30-4 thread or equal. Allseams shall be chain stitched, minimum of 8 stitches/inch.

194

PAGE 2 2013 Spec # 7.1219

GLOVES, PARAMEDIC

Wristlet:Wristlet to be made of 100% Kevlar 2 ply four inches in length. A leather pullpatch shall be double stitched to wristlet to insure ease of donning and forextra 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 toOSHA and FED OSHA Standards shall be provided the Chicago FireDepartment as a prerequisite to "Department Approval"

Makers Specification Guarantee:No manufacturer or representative may suggest that gloves are approved with out prior inspection ofcompleted sample gloves by and written authorization from the Fire Commissioner, Chicago FireDepartment.

Authorization/Restrictions:To be worn by Paramedic Personnel only.

Manufacturer: Glove Corp Fire Dex Shelby Specialty GloveP.O. box 117 780 S. Progress Dr. 5321 E. Shelby Dr.Alexandria, In. Medina, Ohio P.O. Box 1781446001 44256 Memphis, Tn. 38187-1414800-346-2437 800-888-3598

OR EQUAL

195

Line #040 CC 3455649040 2013 Spec# 8.0512-BSpec $ 8.0514-B

MSA CAIRNS HELMETSTRUCTURAL FIREFIGHTERS HELMET BLACK & WHITE

CHICAGO STYLE 880 TRADITIONAL

DESCRIPTION: Structural firefighter’s helmet white or black with a thermoplastictraditional shell to be utilized by CFD personnel. Helmets manufactured inaccordance with this specification are designed to meet the requirements ofNFPA 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 ofdefects in material and workmanship. The manufacturer shall guarantee,for a period of five (5) years from the date of manufacture, that any helmetshell will be replaced free of charge if it is damaged beyond use while beingworn during normal, assigned fire ground activities.

HELMET SHELL:The 880 Tradition shall have a Traditional American Fire Service Style helmetshell, comprising a crown, with four(4) major ribs (front, back, left and rightsides), and four minor ribs equidistant between each major rib, and a brimthat has a short front visor continuing around the sides to a large rear brimarea. 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 ismolded to form a one piece shell.

The shell dimensions (with edge-trim) shall be 15.25” in length, 10.5” inwidth, and a crown depth of 5.25”. The shell shall have a nominal wallthickness of 0.065” in the crown and a 0.080” 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 holderwhich shall be attached to the shell’s front main rib, and positioned tocapture 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 eagleor Maltese Cross (5” & 6”) or a formed brass eagle (6” only)

The shell shall have a thermoplastic, front-piece mounting bracket affixed tothe center of the front visor of the brim. The bracket shall provide forpositioning and retention of a standard 5” or 6” fire departmentidentification shields.

196

PAGE 2 2002 Spec# 8.0512-BSpec# 8.0514-B

MSA CAIRNS HELMETSTRUCTURAL FIREFIGHTERS HELMET BLACK & WHITE

CHICAGO STYLE 880 TRADITIONAL

The shell shall have black high-temperature, flame-resistant, flexible edgetrim composed of an aluminum-cored, thermoplastic rubber (TPR). Theedge-trim is secured around the entire brim of the helmet by crimping thealuminum core which simultaneously captures and retains a wire used toreinforce the brim of the helmet. The edge-trim is secured at the matingends with a high temperature adhesive and clamped by the helmet hangerclip 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 thecenter rear of the brim.

IMPACT LINER:The impact liner in the 880 Tradition is comprised of a high temperature andhigh density rigid cell urethane foam cap.

HEAD SUSPENSION:The head suspension in the 880 Tradition shall consist of a 6-way overheadstrap system (comprised of three (3) fixed, 3/4” wide nylon straps fastenedat their intersection to form the 6-way overhead strap assembly) which shallbe attached to the impact cap by means of a tubular ring, joined at the endsby an elastomeric tube, that locks the straps into a routed annular groove inthe impact cap.

SIZING ADJUSTMENT:The size of the headband may be adjusted to fit the wearer’s head by meansof a ratchet adjustment system. The headband shall have a head size rangeof 5-5/8 to 7-5/8, adjustable in 1/8 increments. The head band is attachedto the sides of the impact cap ring by four (4) flexible retention tabs. Therear ratchet arms shall have three (3) adjustable positions so that the angleof 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 headbandcushion liner and a ratchet pad, which are both removable. Bothcomponents are produced from a foam core laminate system, which iscomprised of a soft black flame resistant flannel material against the usershead and backed by a soft loop material which will be secured to theheadband and the ratchet with hook fastener. The comfort liner is machinewashable, and can be easily upgraded to a leather-lined deluxe version.

197

PAGE 3 2013 Spec# 8.0512-BSpec# 8.0514-B

MSA CAIRNS HELMETSTRUCTURAL 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 thehelmet by means of a high-temperature, super-tough, thermoplastic quickrelease buckle, and by a cast zinc postman’s slide buckle on the right handside of the helmet. The middle section shall be a minimum of 20.5” inlength 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 bymeans of a stainless steel clip and tuck loop.

EAR/NECK PROTECTIONThe 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 Nomexouter shell, and a flame resistant black flannel inner-liner. The earlap shallbe secured to the shell using an integrated hook system. A PBI/Kevlarearlap is an available option also.

The earlap is machine washable. The ear and neck protector shall beremovable without interfering with the overhead strap assembly in any wayand without removing any part of the helmets suspension.

RETRO-REFLECTIVE TRIM:The helmet shall have six tetrahedron shaped pieces of Lime-Yellow, retro-reflective, fluorescent Reflexite trim around the exterior of the crown of thehelmet shell for maximum daytime and nighttime visibility

PERFORMANCE CRITERIA:The 880 Tradition helmet shall meet the requirements of NFPA 1971-2007edition, US-OSHA (CFR 1920) NBSIR 1977, and CAL-OSHA.

PERFORMANCE VERIFICATION DATA REQUIREMENT:Response to this specification shall include a current, NFPA 1971-2007 (orcurrent) Certificate of Conformance test report from an accredited testfacility for the helmet offered. This certification testing is conductedannually as per NFPA requirements.

MAINTENANCE, REPAIR AND RETIREMENT:Upon the customer’s request, training will be provided explaining thecriteria for the proper maintenance, repair and retirement of the helmet.

MANUFACTURER: MSA Cairns

OR EQUAL

198

Line #041 CC 3455649045 2013 Spec# 8.0512-CSpec# 8.0514-C

MSA CAIRNS HELMET BLACK & WHITESTRUCTURAL FIREFIGHTERS HELMET 1044

DESCRIPTION: Structural firefighter’s helmet white or black with a fiberglass compositeshell to be utilized by CFD personnel. Helmets manufactured in accordancewith this specification are designed to meet the requirements of NFPA 1971standard for firefighter helmets – 2007 (or most current) edition.

NO EXCEPTIONS, DEVIATIONS OR DELETIONS TO THIS SPECIFICATION WILLBE ACCEPTED.

MANUFACTURER’S WARRANTY:Helmets shall be warranted, for the lifetime of the helmet, to be free ofdefects in material and workmanship. The manufacturer shall guarantee,for a period of five (5) years from the date of manufacture that any helmetshell will be replaced free of charge if it is damaged beyond use while wornduring normal assigned fire ground activities.

HELMET SHELL:The Cairns 1044 shall have a Traditional American Fire Service Style helmetshell, comprising a crown, with four (4) major ribs (front, back, left and rightsides), and four minor ribs equidistant between each major rib, and a brimthat has a short front visor continuing around the sides to a large rear brimarea. The upper surface of the brim shall have the traditional fire servicevine scroll-work molded into the surface of the composite.

The helmet shell material is a DuraGlas® composite consisting of a high-temperature-, flame-, and chip-resistant, “through-colored” thermosetresin, reinforced with 1” and 2” chopped fiberglass, which is compressionmolded to form a one piece shell.

The shell dimensions (with edge-trim) shall be 15.5” in length, 11.88” inwidth and a crown depth of 6.5”. The shell shall have a nominal wallthickness of 0.065” in the crown and 0.080” in the brim.

The helmet shell shall be furnished with a formed brass front-piece holderwhich shall be attached to the shells front main rib, and positioned tosupport the top of a standard 6” fire department identification shield. Theoptions of either a brass carved eagle, silk-screened brass eagle, or a brasssilk-screened maltase cross are available. The brass carved eagle shallincorporate a “crush zone” to absorb impacts.

The shell shall have a thermoplastic, front-piece mounting bracket affixed tothe center of the front visor of the brim. The bracket shall provide forpositioning and retention of a standard 6” fire department identificationshield.

199

PAGE 2 2013 Spec# 8.0512-CSpec# 8.0514-C

MSA CAIRNS HELMET BLACK & WHITESTRUCTURAL 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 bycrimping the aluminum core, and secured at the mating ends with a hightemperature adhesive and clamped by the helmet hanger clip at the edge ofthe 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 thecenter rear of the brim.

IMPACT LINER:The Cairns 1044 shall include an impact liner, which is comprised of rigidcell, high temperature urethane foam cap attached to a flame-resistantthermoplastic PPO inner liner. The impact liner shall be modular and fieldremovable for periodic inspection of the foam’s integrity. The impact lineris incorporated to provide increased thermal and impact protection.

HEAD SUSPENSION:The Cairns 1044 shall consist of a 6-way head suspension system, attachedto 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 andfastened 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 routedannular groove in the impact cap.

SIZING ADJUSTMENT:The size of the headband may be adjusted to fit the wearer’s head by meansof a ratchet adjustment system. The headband shall have a head size rangeof 6-3/8 to 8-3/8, adjustable in 1/8 increments. The head band is attachedto the sides of the impact cap liner by four (4) flexible retention tabs. Therear ratchet arms shall have three (3) adjustable positions so that the angleof 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 headbandcushion liner and a ratchet pad, which are both removable. Bothcomponents are produced from a foam core laminate system, which iscomprised of a soft black flame resistant flannel material against the usershead and backed by a soft loop material which will be secured to theheadband and the ratchet with hook fastener. The comfort liner is machinewashable, and can be easily upgraded to a leather-lined deluxe version.

200

PAGE 3 2013 Spec# 8.0512-CSpec# 8.0514-C

MSA CAIRNS HELMET BLACK & WHITESTRUCTURAL 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 thehelmet by a high-temperature, super-tough, thermoplastic quick releasebuckle, and by a cast zinc postman’s slide buckle on the right hand side ofthe helmet.

The chinstrap is attached at either end of the impact cap by means of thetubular plastic ring, joined at the ends by an elastomeric tube that locks thechinstrap into a routed annular groove in the impact cap.The long, middle-section, with the female half of the quick release bucklesewn to the left end, shall pass through the postman’s slide buckle on theright, and include hook and loop fastener for stowage of extra strap. Themiddle section shall be a minimum of 23.0” in length and the total length ofthe 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 meansof two (2) thermoplastic retention clips mounted under the faceshield pivothardware, and by four (4) pieces of hook and pile fastener sections betweenthe impact liner and helmet shell in the crown area. This design will enablethe shell to be released from the helmet when impacted from below thebrim, reducing the chance of being injured by the chinstrap, and leaves theimpact cap on the wearer’s head for continued thermal and impactprotection.

EAR/NECK PROTECTIONThe 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. Theearlap shall be secured to the impact liner by pieces of hook and pilefastener in no less than five (5) locations.

The earlap is machine washable and can be easily upgraded to a PBI/Kevlarearlap. The ear and neck protector shall be removable without interferingwith the overhead strap assembly in any way and without removing anypart of the helmets suspension.

201

PAGE 4 2013 Spec# 8.0512-CSpec# 8.0514-C

MSA CAIRNS HELMET BLACK & WHITESTRUCTURAL FIREFIGHTERS HELMET 1044

RETRO-REFLECTIVE TRIM:The helmet shall have six tetrahedron shaped pieces of Lime-Yellow, retro-reflective, fluorescent Reflexite® trim around the exterior of the crown ofthe helmet shell for maximum daytime and nighttime visibility.

PERFORMANCE CRITERIA:The Cairns 1044 helmet shall meet the requirements of NFPA 1971-2007edition, US-OSHA (CFR 1920) NBSIR 1977, and CAL-OSHA.

PERFORMANCE VERIFICATION DATA REQUIREMENT:Response to this specification shall include a current, NFPA 1971-2007 (ormost current) Certificate of Conformance test report from an accreditedtest facility for the helmet offered. This certification testing is conductedannually as per NFPA requirements.

MAINTENANCE, REPAIR AND RETIREMENT:Upon the customer’s request, training will be provided explaining thecriteria for the proper maintenance, repair and retirement of the helmet.

MANUFACTURER: MSA Cairns

OR EQUAL

202

Line #042 CC 3455630130 2013 Spec# 8.0520

SAFETY GOGGLES

DESCRIPTION: The Safety Goggle features a wrap-around strap that secures to the helmetwith two VELCRO® brand touch fastener tabs. The Speed-Clip strap systemmakes strap adjustment quick and easy. These safety goggles will protectyour eyes in almost all hazardous situations, making it possible to performall your duties when required. Clear Anti-Fog Anti-Scratch / Anti-Fogcoating offer excellent fog prevention in high humidity environments wheresudden shifts in temperature occur. ANSI and NFPA-Compliant Goggles arerecommended for use without a face shield.

ESS Innerzone 3 EYE SHIELDS:The ESS Innerzone 3Eye Shield is comprised of 2.4mm high impactpolycarbonate lenses, high temperature resistant frame and straps andBlack in color The Safety Goggle features a wrap-around strap that securesto the helmet with two VELCRO® brand touch fastener tabs. The Speed-Clipstrap system makes strap adjustment quick and easy. These safety goggleswill protect your eyes in almost all hazardous situations, making it possibleto perform all your duties when required. Clear Anti-Fog Anti-Scratch / Anti-Fog coating offer excellent fog prevention in high humidity environmentswhere sudden shifts in temperature occur. ANSI and NFPA-CompliantGoggles are recommended for use without a face shield.

COLOR: Black

MANUFACTURER: Eye Safety Systems (ESS)

OR EQUAL

203

Line #043 CC 2007221370 2013 Spec # 8.1000

HOOD, PROTECTIVE FIREFIGHTER

GENERAL DESCRIPTION: The protective hoods shall be designed to cover and provide limitedprotection to the head, face, and neck. The protective hood shall bedesigned so it does not interfere with the SCBA facepiece or interfere withthe proper use of the helmet.

STANDARDS:Firefighter protective hoods shall meet all the performance requirements ofthe National Fire Protection Association Standard 1971 "Protective Clothingfor Structural Fire Fighting 2007 (or most current) Edition" Chapter 6,6-1,and Chicago Fire Department Specification No. 8.1000.

MATERIALS:Both outer shell and lining are a blend of Carbon / High Strength Aramid-approx. 6.5 oz sq. yd. 1x1 rib knit fabric- knit to allow approx. 200% stretchand 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 theback and chest 6".

FACE OPENING:Face area to be open large enough to facilitate donning/doffing and toaccommodate any breathing apparatus face piece. It shall be elasticized atthe 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" indiameter.(2) Length of hood below face opening 10 2 A.

(3) Length of hood at side from top to bottom 14 2@.(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 FederalStandard 751 Spec. (FED-STD-7651). Major assembly seams are surged inwith 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 bottomis 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).

204

PAGE 2 2013 Spec # 8.1000

HOOD, PROTECTIVE FIREFIGHTER

MANUFACTURER: PGI Inc. Distribution:P.O. Box 307 Chgo. Protective ApparelGreen Lake, WI. 54941 3425 Cleveland St.800-294-8290 Skokie, Il. 60076-2915

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that firefighter protective hoods are approved without priorinspection of completed samples and written authorization from the Fire Commissioner, Chicago FireDepartment.

205

Line #044 CC 2002132010 2013 Spec # 9.1419

INSIGNIA, CAP, DRESS UNIFORM,COMMISSIONER

DESCRIPTION: Five (5) crossed bugles in wagon wheel configuration. One bugle to have spur onreverse 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 bugleconfiguration.

MANUFACTURER: V.H. Blackinton221 John Dietsch Blvd.P.O.Box 1300Attleboro Falls, MA.02763-0300 (508-699-4436)

OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Worn as component of the uniform cap. Attached to cap over 2 1/4:” blackvelvet rosette (see spec No. 18.1519). Restricted to those of AssistantDeputy Commissioner. Deputy Fire Commissioner and Fire Commissionerranks.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

206

Line #045 CC 2002138115 2013 Spec # 9.1420

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 bugleconfiguration.

MANUFACTURER: V.H. Blackinton221 John Dietsch Blvd.P.O.Box 1300Attleboro Falls, MA.02763-0300 (508-699-4436)

OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Worn as component of the uniform cap. Attached to cap over 2 1/4:” blackvelvet rosette (see spec No. 18.1519). Restricted to those of AssistantDistrict 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 ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

207

Line #046 CC 2002137075 2013 Spec # 9.1421

INSIGNIA, CAP, DRESS UNIFORM,Individuals Of Three Crossed Bugle Ranks

DESCRIPTION: Three (3) crossed bugles in wagon wheel configuration. One bugle to havespur 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 ofbugle configuration.

MANUFACTURER: V.H. Blackinton221 John Dietsch Blvd.P.O.Box 1300Attleboro Falls, MA.02763-0300 (508-699-0300)

OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Worn as component of the uniform cap. Attached to cap over 2 1/4” blackvelvet rosette (see spec No. 18.1519). Restricted to those of AssistantDeputy District Chief and Director Coordinator of Fire Awareness

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

208

Line #047 CC 2002132015 2013 Spec # 9.1422

INSIGNIA, CAP, DRESS UNIFORM,BATTALION CHIEF & FIELD CHIEF

DESCRIPTION: Two (2) crossed bugles. One bugle to have spur on reverse side to restrictmovement.

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 ofbugle configuration.

MANUFACTURER: V.H. Blackinton221 John Dietsch Blvd.P.O.Box 1300Attleboro Falls, MA.02763-0300 (508-699-4436)

OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Worn as component of the uniform cap. Attached to cap over 2 1/4” blackvelvet rosette (see spec No. 18.1519). Restricted to those of AssistantBattalion Chiefs, Silver version worn by Assistant Coordinators, BureauExecutive Assistants, Commanding Officer of Photo and Manager ofManpower Planning.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

209

Line #048 CC 2002132020 2013 Spec # 9.1423

INSIGNIA, CAP, DRESS UNIFORM,CAPTAIN

DESCRIPTION: Two (2) bugles mounted vertically with unit assignment in center. Bugles tohave 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 bugleconfiguration.

MANUFACTURER: V.H. Blackinton221 John Dietsch Blvd.P.O.Box 1300Attleboro Falls, MA.02763-0300 (508-699-4436)

OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Worn as component of the uniform cap. Attached to cap over 2 1/4” velvetrosette (see spec No.18.1519 Black Engine Officer18.1520 Red Truck Officer18.1521 Blue Squad Officer

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

210

Line #049 CC 2002132025 2013 Spec # 9.1424

INSIGNIA, CAP, DRESS UNIFORM,LIEUTENANT

DESCRIPTION: One (1) bugle mounted horizontally with unit assignment in center abovebugle. 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 bugleconfiguration.

MANUFACTURER: V.H. Blackinton221 John Dietsch Blvd.P.O.Box 1300Attleboro Falls, MA.02763-0300 (508-6994436)

OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Worn as component of the uniform cap. Attached to cap over 2 1/4” velvetrosette (see spec No.18.1519 Black Engine Officer18.1520 Red Truck Officer18.1521 Blue Squad Officer

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

211

Line #050 CC 2002132030 2013 Spec # 9.1425

INSIGNIA, CAP, DRESS UNIFORM,EMS

DESCRIPTION: One (1) Caduceus mounted in center. Caduceus to have spur on reverseside 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 bugleconfiguration.

MANUFACTURER: V.H. Blackinton221 John Dietsch Blvd.P.O.Box 1300Attleboro Falls, MA.02763-0300 (508-6994436)

OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Worn as component of the uniform cap. Attached to cap over 2 1/4” velvetrosette (see spec No.18.1519 Black Ambulance Commander

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

212

Line #051 CC 2002141175 2013 Spec # 9.1429

INSIGNIA, CAP, DRESS UNIFORM,COMPANY/ BUREAU DESIGNATION

DESCRIPTION: Number or combinations of letters mounted on top of Lieutenant or Captainbugles on rosette on dress cap.

Color/Finish:Silver plated, Smooth finish black matte finish on combinations of lettersand/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 & Warren221 John Dietsch Blvd. Everson Ross Co.P.O.Box 1300 127 Oakley Ave.Attleboro Falls, MA. White Plains, N.Y.02763-0300 10601(508-699-4436)

OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Worn as component of the uniform cap. Attached to cap over 2 1/4” velvetrosette (see spec No.18.1519 Black Engine Officer18.1520 Red Truck Officer18.1521 Blue Squad Officer

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

213

Line #052 CC 2002152130 2013 Spec # 9.1430

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 tobe 1/4".

MANUFACTURER: V.H. Blackinton Smith & Warren221 John Dietsch Blvd. Everson Ross CoP.O. Box 1300 127 Oakley Ave,Attleboro Falls, Ma. White Plains, N.Y.02763-0300 10601

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 FireCommissioner & Asst. Deputy Fire Commissioner.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

214

Line #053 CC 2002142035 2013 Spec # 9.1431

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 tobe 1/4".

MANUFACTURER: V.H. Blackinton Smith & Warren221 John Dietsch Blvd. Everson Ross.P.O.Box 1300 127 Oakley Ave.Attleboro Falls, MA. White Plains, N.Y.02763-0300 10601

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, ExecutiveAsst. to the Fire Commissioner.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

215

Line #054 CC 2002143065 2013 Spec # 9.1432

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 tobe 1/4".

MANUFACTURER: V.H. Blackinton Smith & Warren221 John Dietsch Blvd. Everson Ross.P.O.Box 1300 127 Oakley Ave.Attleboro Falls, MA. White Plains, N.Y.02763-0300 10601

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 ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

216

Line #055 CC 2002142002 2013 Spec # 9.1435

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 topOf bugle, 9/32" inch at bell.

Fastening Device:Brass clutch attached to two points onreverse side. Clutch pin to be 1/4" inch Long.

MANUFACTURER: V.H. Blackinton Smith & Warren221 John Dietsch Blvd. Everson RossP.O.Box 1300 127 Oakley AveAttleboro Falls, MA. White Plains N.Y.02763-0300 10601

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 ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

217

Line #056 CC 2002142004 2013 Spec # 9.1436

INSIGNIA, COAT EPAULET/SHIRT COLLAR, CAPTAIN

DESCRIPTION: Two (2) parallel silver bugles on a red enameled disk. Disk circumference tohave 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 & Warren221 John Dietsch Blvd. Everson RossP.O.Box 1300 127 Oakley AveAttleboro Falls, MA. White Plains N.Y.02763-0300 10601

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 ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

218

Line #057 CC 2002142006 2013 Spec # 9.1437

INSIGNIA, COAT EPAULET/SHIRT COLLAR, LIEUTENANT

DESCRIPTION: One (1) silver bugle on a red enameled disk. Disk circumference to havematching 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 & Warren221 John Dietsch Blvd. Everson RossP.O.Box 1300 127 Oakley AveAttleboro Falls, MA. White Plains N.Y.02763-0300 10601

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 ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

219

Line #058 CC 200155140 2013 Spec # 9.1439

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 finishSilver 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 & Warren221 John Dietsch Blvd. Everson RossP.O.Box 1300 127 Oakley AveAttleboro Falls, MA. White Plains N.Y.02763-0300 10601

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 ofCommunity Service.Silver Version: Asst. Coordinators, Bureau Executive Asst. BureauAdministrative Asst, Bureau Commanders & Commander of Manpower.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignia are approved without prior inspection ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

220

Line #059 CC 2002142008 2013 Spec # 9.1442

INSIGNIA, SINGLE BAR, SHIRT COLLARAMB. 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 enameledrectangles, dimensions of rectangles 3/8 x1/4" separated by 1/8" forParamedic in Charge.

Base Material:Single Bar: Width 3/8", length 1"Gemsco Stock: #R-1002Collar: Width 1/4", length 3/4"Gemsco Stock: #R-0367

Fastening Device:Two (2) brass clutch devices attached to reverse side. Clutch pin length1/4".

AUTHORIZATIONS/RESTRICTIONS: To be worn with dress or modified dress articles ofwear without exception. Restricted to the following ranks/titles: Silverversion: Ambulance Commander

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that insignias are approvedwithout prior inspection of completed sample insignia by and writtenauthorization from the Fire Commissioner, Chicago Fire Department.

Manufacturers: Smith & WarrenV.H. Blackinton Everson Ross Co.221 John Dietsch Blvd. 127 Oakley Ave.Attleboro Falls, Mass White Plains , N.Y.02763-0300 10601

OR EQUAL

221

Line #060 CC 2002123595 2013 Spec # 9.1445

INSIGNIA, SHIRT COLLAR, TRAINING INSTRUCTOR

DESCRIPTION: One (1) red enameled disk with a raised center piece having matching silverborder. (To be sold as a pair)

Color/Finish:Red Color, Smooth finish.Centerpiece to be silver in diameter measuring ½" inch with a ladder, crossbugles 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 ofcompleted sample insignia by and written authorization from the Fire Commissioner, Chicago FireDepartment.

Manufacturer: V.H. Blackinton221 John Dietsch Blvd. OR EQUALAttleboro Falls, Mass02763-3000

222

Line #61 CC 2008445130 2013 Spec # 10.0104

WINTER WORK JACKETTHREE SEASON (WAIST LENGTH)

Construction: B.DRY® waterproof, windproof, breathable fabric lining. Seams sealed withthermal tape Zip-out B.WARM® insulated quilted liner with zip-off sleevesfor versatile. Drop shoulder pattern for freedom of movement. Permanentnylon rip stop lining. Strong, smooth-sliding delrin and nylon zippersthroughout. Inside zippered security pocket. Side zippers forequipment/weapon access. Front zipper extends to collar top edge. Flappeddouble-entry lower pockets with CFD silver or gold uniform buttons. Militarystyle epaulets with CFD silver or gold uniform buttons. Badge and name tagtab. 26” long.

Shell Materials: 100% texturized Nylon, 70 denier warp and 250 denier filling. Back coatingwith printed breathable coating.

BUTTONS: (24 Lign) CFD Crest in Gold or Silver as specified by CFD

Lining Fabric:Permanent Lining Fabric. 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 laminatedwith 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).

Removable Insulated Liner. 6 inch diamond pattern quilted insulation package. 1.85 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 forbody. 1.8 oz. per square yard, 100% Nylon 70 denier plain weave taffetabacking fabric (Color: black). Fiber migration resistant construction andtreatment with no added layers of scrim. Machine washable/dryable,drycleanable, and can be pressed. Shrinkage less than 2%.

Sizing: XS,SM,M,L,XL,2XL,3XL,4XL,5XL,6XL.

Color: Dark Navy

223

PAGE 2 2013 Spec # 10.0104

WINTER WORK JACKETTHREE SEASON (WAIST LENGTH)

PATCHES/EMBLEMS:: Right shoulder “American/Chicago Flag”. As per CFD Spec. No. 16.0119,16.0120, 1.0124 and 16.0125. Left shoulder “Chicago Maltese Cross” perCFD Spec. No. 16-0122. Sewn on in accordance with departmentrequirements Chicago Fire Department Maltese patch sewn on the leftshoulder 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 02215

OR EQUAL

MANUFACTURERS SPECIFICATION GUARANTEENo manufacturer or representative may suggest that a jacket is approved without prior inspection ofcompleted sample jacket by and written authorization from the Fire Commissioner, Chicago FireDepartment.

224

Line #063 CC 2007244105 2013 Spec #10.0108A

911 WORK JACKET / EMT-B, PARAMEDIC

Materials: B.DRY® waterproof, windproof, breathable laminate on fade resistant hi-visyellow polyester shell fabric. 100% Polyester Oxford 300Dx300D PU visiblecoating 2000mm waterproofness 3000gm MVP; shall resist oil, discolorationand be odor free.

Shell Construction: B.Dry waterproof, windproof, breathable raincoat. ANSI/ISEA 107 Class IIcertified. Removable insulated fleece liner. Double entry lower pockets withflaps. Double storm flaps cover delrin zipper. Fully lined with nylon taffeta.Hi-contrast Scotchlite™ reflective trim around chest, sleeves and cuffs. Pitzippers for added ventilation. Raglan drop shoulder for unrestrictedmovement. Side zippers with snap tabs for access to equipment. One-piecesleeve with sleeve tab adjustment.

Jacket Construction(Inner): Stand alone waist length fleece jacket. Front and back yoke design. Front

zipper closure with inside storm fly. High neck sport type collar with fabricunder collar. One piece sleeves with elasticized cuff, elbow reinforcement,and loop for attachment to jacket sleeve. Two lower welted cut in pocketswith zippers and fleece pocketing double as inside patch pockets.Drawstring hem with cordlock adjuster and inner nylon hem lining. Sidezippers for ventilation. Labeled with manufacturer, country of origin, size,all required NFPA 1999 (2003 edition) certification labeling and owner’smanual.

Liner: Heavyweight 100% polyester velour pile fleece fabric is finished on the frontfor maximum durability and resistance to pilling, and on the back withsherpa effect for maximum warmth to weight ratio. Highly breathable, tightknit construction blocks 90% of the wind, 10.5 oz. per square yard. Highmoisture vapor transmission rate and warmth retention. 100% Nylon Taslanripstop reinforcement patch fabric on sleeves and shoulders, and heavyduty knit pocketing. Machine washable/dryable and dry cleanable.Shrinkage less than 2%. (Color: Dark Navy)

Trim (Inner jacket)Pocketing: 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: 0.125 inchelastic cord (Color: black). Cord locks: nylon with nylon spring (Color: black).Eyelets: aluminum, black enamel finish. Front Zipper: delrin, size #5, oneway, 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 Patchand Hem Lining fabric: 100% nylon ripstop of honeycomb printed backing tomatch fleece

225

PAGE 2 2013 Spec # 10.0108A

911 WORK JACKET / EMT-B, PARAMEDIC

Shell Trim (Shell jacket)Eyelets: 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. Seamtape: waterproof seam-sealing tape, 1.0 inch in width compatible with thecoating compound.

Snaps: For liner attachment: 20 ligne, prong style with closed backs, non-rustinggunmetal finish of brass, heavy-duty closure. All other snaps: non-rusting,24 ligne, gunmetal finish or brass, heavy-duty closure.

Size range: (Unisex) Regular XS - 6XL, Long M - 6XL

Color: Fluorescent Yellow

Style #: 26950

EMBLEMS/PATCHES: American/Chicago Flag patch (as per C.F.D. specification No.16.0120) shallbe sewn 1"below the right sleeve head. Patch to be positioned on center.Chicago Fire Department Maltese Cross Patch (as per C.F.D. SpecificationNo. 16.0119, 16.0121, 16.0122 and 16.0124 16.0125) shall be sewn I" belowthe left sleeve head. Patch to be positioned on center, with appropriaterocker, Paramedic, FF E.M.T., FF Paramedic, EngineerRight shoulder: Chicago Flag/American FlagLeft shoulder: F.D. Maltese, Chicago Paramedic, or Emergency Technician

Back Lettering: “CHICAGO” will be placed on top in an arched fashion. “FIRE DEPT” will be centeredbelow CHICAGO. Letters will be between 2 ½” and 3” black in color. Emblem to bemade of 3MvSCOTCHLITE background.

FIRE DEPT.

GUARANTEE: Each jacket shall be guaranteed to be free from defects and factoryworkmanship shall be guaranteed for five years.

MAKERS SPECIFICATION GUARANTEE LABEL:No manufacturer or representative may suggest that jackets are approved without prior inspection ofcompleted sample jackets by and written authorization from the Fire Commissioner, Chicago FireDepartment. All jackets shall be so labeled. Designated labels shall be provided by the manufacturer.

MANUFACTURER: Blauer Mfg.20 Aberdeen St.Boston, MA 02215

OR EQUAL

226

Line #064 CC 2007244150 2013 Spec #10.0109

SERT(BIKE/SEGWAY) REFLECTIVE JACKET

GENERAL DESCRIPTION: Waterproof, windproof, breathable 3-layer CROSSTECH fabric providingblood, body fluid & chemical resistance., ASTM F903 certified to resist five(5) common accident scene chemicals. Abrasion resistant illumiNITEreflective patch fabric with zip out B.WARM insulated quilted liner. Hip-length jacket has been approved by Safety Equipment Institute for NFPA1999, 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 pencilslots. Interior security pockets are accessed with zippers from under frontfly flaps. Double storm flies & chin guard cover front zipper. Side openingsuse waterproof zippers for unrestricted access to equipment. Zipperopenings on shoulder patches allow attachment of emblems and providetwo (2) additional pockets. Emblems will be applied at the factory and seamsealed.

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 tomeasure 4" x 11". There shall be a 30” backlength. In reflective lettering theback 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 specialrequirements. See attached size chart.

COLOR:Dark Navy/Hi-Vis Yellow.

227

PAGE 2 2013 Spec #10.0109

SERT(BIKE/SEGWAY) REFLECTIVE JACKET

EMBLEMS/PATCHES:Right shoulder: Chicago Flag/American FlagLeft shoulder: F.D. Maltese, Chicago Paramedic, or Emergency TechnicianEmblem 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 forsewability. Lining sewing shall be done with a 5 thread safety stitch.External seams are to be seam sealed with 7/8" seam sealing tape. Thereshall 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 factoryworkmanship shall be guaranteed for five years.

MAKERS SPECIFICATION GUARANTEE LABEL:No manufacturer or representative may suggest that jackets are approved without prior inspection ofcompleted sample jackets by and written authorization from the Fire Commissioner, Chicago FireDepartment. All jackets shall be so labeled. Designated labels shall be provided by the manufacturer.

MANUFACTURER: Blauer Mfg.20 Aberdeen St.Boston, Ma. 02215

OR EQUAL

228

PAGE 3 2013 Spec #10.0109

SERT(BIKE/SEGWAY) REFLECTIVE JACKET

SIZE CHART

SIZE FINISHED SIZE LENGTH SLEEVE LENGTH

X-SMALL (32-34) 46 31 18

SMALL (36-38) 50 31 18

MEDIUM (40-42) 54 31 18

LARGE (44-46) 58 31 18

X-LARGE (48-50) 62 31 18

XX-LARGE (52-54) 66 31 18

XXX-LARGE (56-58) 70 31 18

TOLERANCES +-1" +-1/2" +-1/2"

LONG LENGTH SAME +1" +1"

X-LONG LENGTH SAME +2" +2"

SHORT LENGTH SAME -1" -1"

229

Line #065 CC 3455649280 2013 Spec # 13.0118

MARKING SYSTEM, FRONT PIECE, FIRE HELMET

GENERAL DESCRIPTION: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhancethe daytime and nighttime visibility of the user. They consist of exposed,wide angle lenses bonded to a durable cloth backing with a pressuresensitive adhesive applied to the back of cloth.

SPECIFIC DESCRIPTION: Must meet the requirements of NFPA 1972, 1992 Edition, for helmetmarkings.

MATERIAL:94% polyester, 6% nylon. Retro reflective lenses provide efficient nighttimelight reflection.Colors:Must be available in the following Scotchlite colors:8830, Reflective SilverReflective PSADesired color(s), configuration and inscription to be specified at time ofpurchase request preparation.

Size and Configuration:RECTANGLES: 2" x 2 3/4"Scotchlite silver PSA.Silver Background w/ Black Lettering for EnginesSilver Background w/ Red Lettering for Trucks, Tower Ladder, Aerial TowerSilver Background w/ Blue lettering for SquadsBlack Background w/ Silver Lettering for AmbulanceDistrict Relief & Special Units Silver w/ Black Lettering Sticker Front PieceCo Assignment

SUPPLIER: Headlites Corporation2415 Ventura Dr.St. Paul, MN 55125

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that retro-reflectivecomponents are approved without prior inspection of completed samplesof said components by and written authorization from the FireCommissioner, Chicago Fire Department.

230

Line #066 CC 3455649855 2013 Spec # 13.0118.1

MARKING SYSTEM, FIRE HELMET TRAPEZOIDS

GENERAL DESCRIPTION: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhancethe daytime and nighttime visibility of the user. They consist of exposed,wide angle lenses bonded to a durable cloth backing with a pressuresensitive 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 nighttimelight reflection

.Colors:Must be available in the following Scotchlite colors:8887, Fluorescent Lime Yellow PSA Desired color(s), configuration andinscription 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 Corporation2415 Ventura Dr.St. Paul, MN 55125

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that retro-reflectivecomponents are approved without prior inspection of completed samples ofsaid components by and written authorization from the Fire Commissioner,Chicago Fire Department.

231

Line #067 CC 3455649640 2013 Spec # 13.0118.2

MARKING SYSTEM, FIRE HELMET RECTANGLES

GENERAL DESCRIPTION: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhancethe daytime and nighttime visibility of the user. They consist of exposed,wide angle lenses bonded to a durable cloth backing with a pressuresensitive adhesive applied to the back of cloth.

SPECIFIC DESCRIPTION: Must meet the requirements of NFPA 1972, 1992 Edition, for helmetmarkings.

MATERIAL: 94% polyester, 6% nylon. Retro reflective lenses provide efficient nighttimelight reflection.

Colors:Must be available in the following Scotchlite colors: 8887, Fluorescent LimeYellow PSADesired color(s), configuration and inscription to be specified at time ofpurchase request preparation.

Size and Configuration:RECTANGLES: 1" x 4"Scotchlite lime yellow PSA.for Captain & LieutenantsRECTANGLES: 11/2" X 3 1/4"Scotchlite lime yellow PSA.for Chief Officers

SUPPLIER: Headlites Corporation2415 Ventura Dr.St. Paul, MN 55125

OR EQUAL

MAKERS SPECIFICATION GUARANTEE :No manufacturer or representative may suggest that retro-reflectivecomponents are approved without prior inspection of completed samplesof said components by and written authorization from the FireCommissioner, Chicago Fire Department.

232

Line #068 CC 3455649650 2013 Spec # 13.0118.3

MARKING SYSTEM, FIRE HELMETSPECIAL UNITS RECTANGLES

GENERAL DESCRIPTION: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhancethe daytime and nighttime visibility of the user. They consist of exposed,wide angle lenses bonded to a durable cloth backing with a pressuresensitive adhesive applied to the back of cloth.

SPECIFIC DESCRIPTION: Must meet the requirements of NFPA 1972, 1992 Edition, for helmetmarkings.

MATERIAL: 94% polyester, 6% nylon. Retro reflective lenses provide efficient nighttimelight reflection.

Colors:Must be available in the following Scotchlite colors:8887, Fluorescent Lime Yellow PSA, Reflective SilverReflective PSA 8886, Fluorescent Red Orange

Desired color(s), configuration and inscription to be specified at time ofpurchase request preparation.

Size and Configuration2" x 2" Silver, Lime Yellow, Red Orange, Blue on a Silver & Black background.

To be used with Haz-Mat, Special Unit Markings

SUPPLIER: Headlites Corporation2415 Ventura Dr.St. Paul, MN 55125

OR EQUAL

MAKERS SPECIFICATION GUARANTEE :No manufacturer or representative may suggest that retro-reflectivecomponents are approved without prior inspection of completed samplesof said components by and written authorization from the FireCommissioner, Chicago Fire Department.

233

Line #069 CC 3455649445 2013 Spec # 13.0118.4

MARKING SYSTEM, FIRE HELMET STAR OF LIFE

GENERAL DESCRIPTION: Scotchlite Super Bond Film 8830, 8886 and 8887 are designed to enhancethe daytime and nighttime visibility of the user. They consist of exposed,wide angle lenses bonded to a durable cloth backing with a pressuresensitive 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 nighttimelight reflection.

Colors:Must be available in the followingScotchlite colors:Blue silver reflective, PSA

Desired color(s), configuration, and inscription to be specified at time ofpurchase request preparation.

Size and Configuration:2" round with blue stenciled on silver background.

SUPPLIER: Headlites Corporation2415 Ventura Dr.St. Paul, MN 55125

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that retro-reflectivecomponents are approved without prior inspection of completed samples ofsaid components by and written authorization from the Fire Commissioner,Chicago Fire Department.

234

Line #070 CC 0805320065 2013 Spec #14.0113 Chief Officer,14.0114 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) makingoverall length approximately 2 1/4".

BASIC FINISH:All corners and edges to have 1/64" radii. All edges polished smoothcompletely blemish free. Face surface of plate to be grease buffed to aperfect smooth finish. Back surface of plate to be smooth, sharp edgesremoved.

ATTACHING DEVICE:Clutch stud must be attached to base of nameplate by swaging method toinsure hardness of base and strength of stud. Stud length can vary from5/16" minimum to ½” maximum with three position grooves. Clutch studswill be centered on reverse side of plate 15/8" apart.

LETTERING:Pantograph engraved individual last names, lettering .250 in height. Gothicblock, medium style. Lettering size maximum allowable consistent withamount of letters in name. Lettering to be filled with air dry flat blacklacquer prior to application of clear flat baking enamel which is applied toface of entire plate.

AUTHORIZATIONS/ While on duty, uniformed members whose uniform specifications prescribea nameplate, will wear the name plate in the correct upright position on theright hand side of the shirt or outer garment (excluding rainwear).

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that nameplates areapproved without prior inspection of completed sample nameplates by andwritten authorization from the Fire Commissioner, Chicago FireDepartment.

MANUFACTURER: Reeves,51 Newcomb St.,Box 719, Attleboro. MA.02702-0719OR EQUAL

235

Line #071 CC 0805530160 2013 14.0115 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) makingoverall length approximately 2 1/4".

BASIC FINISH:All corners and edges to have 1/64" radii. All edges polished smoothcompletely blemish free. Face back surface of plate to be smooth, sharpedges removed.

ATTACHING DEVICE:Clutch stud must be attached to base of nameplate by swaging method toinsure hardness of base and strength of stud. Stud length can vary from5/16" minimum to ½” maximum with three position grooves. Clutch studswill be centered on reverse side of plate 15/8" apart.

LETTERING:Pantograph engraved individual last names, lettering .250 in height. Gothicblock, medium style. Lettering size maximum allowable consistent withamount of letters in name. Lettering to be filled with air dry flat blacklacquer.

AUTHORIZATIONS/ While on duty, uniformed members whose uniform specifications prescribea nameplate, will wear the name plate in the correct upright position on theright hand side of the shirt or outer garment (excluding rainwear).

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that nameplates areapproved without prior inspection of completed sample nameplates by andwritten authorization from the Fire Commissioner, Chicago FireDepartment.

MANUFACTURER: Reeves,51 Newcomb St.,Box 719, Attleboro. MA.02702-0719OR EQUAL

236

Line #072 CC 805530100 2013 Spec # 14.0116

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 3.537” Hole 1.00”

BASIC FINISH:All corners and edges to have 1/64" radii. All edges polished smoothcompletely blemish free. Face back surface of tag to be smooth, sharpedges removed.

ATTACHING DEVICE:Trigger snap clip.

LETTERING:Pantograph engraved individual last names, lettering .250 in height. Gothicblock, medium style. Lettering size maximum allowable consistent withamount of letters in name. Lettering to be filled with air dry flat blacklacquer.

Three LinesLine 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 areapproved without prior inspection of completed sample nameplates by andwritten authorization from the Fire Commissioner, Chicago Fire

237

Department.

MANUFACTURER: Reeves,51 Newcomb St.,Box 719, Attleboro. MA.02702-0719OR EQUAL

238

Line #073 CC 2000363075 2013 Spec # 14.0503

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 pointof the tie, plus or minus ½".

Width:The necktie is to be not less than 2" nor more than 3 ½" measured at thewidest 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 pretied knot, providing a “breakaway” feature when worn.

SUPPLIER: Samuel BroomeMANUFACTURER: 116 East 27th Street

N.Y. New York, 10016-8966

OR EQUAL

MAKERS SPECIFICATION GUARANTEE :No manufacturer or representative may suggest that neckties are approvedwithout prior inspection of complete sample neckties by and writtenauthorization from the Fire Commissioner, Chicago Fire Department.

239

Line #074 CC 2000362045 2013 Spec # 14.0504

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 necktieshall be double faced without lining. It shall be finished so as to havediagonal 1 ½" wide tail points. The necktie will have an overall length whenextended of approximately 23" and the width of the neckband shall be 3/4".

AUTHORIZATIONS / A hidden velcro or snap fastener maintained beneath the collar andRESTRICTIONS: not visible to view is authorized as an additional “breakaway” device

SUPPLIER: Samuel BroomeMANUFACTURER: 116 East 27th Street

N.Y. New York, 10016-8966

OR EQUAL

MAKERS SPECIFICATION GUARANTEE :No manufacturer or representative may suggest that neckties are approvedwithout prior inspection of complete sample neckties by and writtenauthorization from the Fire Commissioner, Chicago Fire Department.

240

Line #075 CC 2013756305 2013 Spec # 16.0119 EMT 16.0118 FF Paramedic16.0124 Engr. 16.0125 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 widestand highest point. It is to contain the lettering "FIRE" (5/16" high) in thecenter of the upper wing, "DEPT." (5/16" high)in the center of the lowerwing, 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 tobe fully embroidered and bordered on the outer and inner edges with a 1/8stitched border. The inner border will outline a 2" circle of open twillbackground.

Rocker:Located under the lower wing of the maltase cross is the rocker reading "FFE.M.T ", FF Paramedic, Paramedic and Engineer in lettering (5/16" high)shall appear immediately below the bottom wing of the Chicago FireDepartment Maltese. The rockers are to be fully embroidered and borderedon the outer and inner edges with a 1/8" stitched border. The inner borderwill outline a 2" circle of open twill background.

CONSTRUCTION: Background Material:Background material will be first quality twill - not mill seconds. Thematerial must be a colorfast cotton/polyester mix (minimum 60%polyester/40% cotton), 6 ½ to 7 ½ ounces per square yard, 2 ply yarn warpand 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. 16.0122

Embroidery Thread:Embroidery thread must be rayon yarn continuous filamentregenerated cellulose type. Colors are to be: WhiteRed P.M.S. >186

Patch must contain not less than 12900 stitches. Stitch scale must be ofsufficient density to prevent "bleeding" through of the background materialcolor. There must be sufficient underlay stitching to give a full threedimensional appearance to the design, single scale stitching is to be usedthroughout the patch.

Backing:A plastic film or plasticized non-woven polyester/rayon blend must bebonded to the reverse side of the patch to coat all raised elements and givethe patch firmness.Coating must be washable and dry cleanable.

241

PAGE 2 2013 Spec # 16.0119 EMT 16.0118 FF PARAMEDIC16.0124 ENGR. 16.0125 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. Itcannot show broken stitches, stitches out of alignment, and it shall have fulltension on all threads. There shall be no fraying or unraveling of theembroidered material. After proper attachment and cleaning, patch shallnot 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 AREREGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALLBE FURNISHED BY THE 14ANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL ANDWORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION.

MANUFACTURER National Emblem Inc. Schweizer Emblem Co.999 N. Elmhurst Rd. 1022 Busse HighwayMt. Prospect, Il. 60056 Park Ridge, Il. 60068

OR EQUAL

AUTHORIZATIONRESTRICTIONS:Patches described in this specification (blue background) are worn of theleft breast of various approved garments.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that patches are approved without prior inspection of acomplete sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

242

Line #076 CC 2002158220 2013 Spec #16.0120 White16.0121 Blue

PATCH, AMERICAN/CHICAGO FLAG,WHITE BACKGROUND, BLUE BACKGROUND

DESCRIPTION: Patch to be in the shape of a round top shield measuring 4 ½ inches at thewidest and 3 5/8 “ at the highest point It is to contain a crossed AmericanFlag and Chicago City Flag (flagpoles - 2 3/4" long) and a vertical flame (27/8" high) in the center of the patch (see attached illustration). The flagsand flame are to be fully embroidered and the Chicago City Flag and flameare to have a stitched outline. The outer border is to be a merrow, overlocktype.

CONSTRUCTION: Background Material:Background material will be first quality twill - not mill seconds. Thematerial 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 bewashable and dry cleanable.

The background color is to be white twill 16.0120. The background color tobe copen blue, 100% embroidery. 16.0121 P.M.S. #278.

Embroidery Thread:Embroidery thread must be rayon yarn continuous filament regeneratedcellulose 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 PMSuac,22>282 Black.

Patch must contain not less than 7884 stitches, for the dress white. 11577for the work blue.Stitch scale must be of sufficient density to prevent "bleeding" through ofthe background material color. There must be sufficient underlay stitchingto give a full three dimensional appearance to the design. Single scalestitching 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 amatching color to the top portion of the overcook. Clear monofilament isnot permitted. The overcooked border must be overrun a minimum of 3/8inch, and the end threads must be secured with tape or pulled through theentire length of the overrun.The color of the overcooked border is to be red PMS u.c., 22>186.

243

PAGE 2 2013 Spec # 16.0120 White16.0121 Blue

PATCH, AMERICAN/CHICAGO FLAG,WHITE BACKGROUND, BLUE BACKGROUND

Backing:A plastic film or plasticine non-woven polyester/rayon blend must bebonded to the reverse side of the patch to coat all raised elements and givethe patch firmness.Coating must be washable and dry cleanable.

Workmanship:The finished patch must be cut to the exact shape of the approved design. Itcannot show broken stitches, stitches out of alignment, and it shall have fulltension on all threads. There shall be no fraying or unraveling of theembroidered material. After proper attachment and cleaning, patch shallnot wrinkle or curl.

Inspection:Inspection of every patch at time of manufacture is required.

General:ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLYMENTIONED., WHICH ARE REGULARLY FURNISHED TO PROVIDESATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BEFURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH,QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDEDBY THE PRACTICES INDICATED IN THIS SPECIFICATION.

MANUFACTURER: National Emblem Inc. Schneider Emblem Co.999 N. Elmhurst Rd. 1022 Busses HighwayMt. Prospect, Il. 60056 Park Ridge, Il. 60068

OR EQUAL

AUTHORIZATIONS RESTRICTIONS:Patches described in this specification (white background) are not to beworn as part of the work uniform.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that patches are approved without prior inspection ofcompleted sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

244

Line #077 CC 2002162100 2013 Spec # 16.0122 Red

PATCH, C.F.D. MALTESE CROSS,RED BACKGROUND,

DESCRIPTION: Patch to be in the shape of a Maltese cross measuring 3 ½ inches at thewidest and highest point. It is to contain the lettering "FIRE" (5/16" high) inthe center of the upper wing, "DEPT." (5/16" high) in the center of the lowerwing, 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 tobe fully embroidered and bordered on the outer and inner edges with a 1/8stitched border. The inner border will outline a 2" circle of open twillbackground

CONSTRUCTION: Background Material:Background material will be first quality twill - not mill seconds. Thematerial must be a colorfast cotton/polyester mix (minimum 60%polyester/40% cotton), 6 ½ to 7 ½ ounces per square yard, 2 ply yarn warpand 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. 16.0122

Embroidery Thread:Embroidery thread must be rayon yarn continuous filament regeneratedcellulose type. Colors are to be:WhiteRed 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 ofthe background material color. There must be sufficient underlay stitchingto give a full three dimensional appearance to the design, single scalestitching is to be used throughout the patch.

Backing:A plastic film or plasticized non-woven polyester/rayon blend must bebonded to the reverse side of the patch to coat all raised elements and givethe patch firmness. Coating must be washable and dry cleanable.

Workmanship:The finished patch must be cut to the exact shape of the approved design. Itcannot show broken stitches, stitches out of alignment, and it shall have fulltension on all threads. There shall be no fraying or unraveling of theembroidered material. After proper attachment and cleaning, patch shallnot wrinkle or curl.

Inspection:Inspection of every patch at time of manufacture is required.

245

PAGE 2 2013 Spec # 16.0122 Red

PATCH, C.F.D. MALTESE CROSSRED BACKGROUND

General:ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLYMENTIONED., WHICH ARE REGULARLY FURNISHED TO PROVIDESATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BEFURNISHED BY THE 14ANUFACTURER AND SHALL CONFORM IN STRENGTH,QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDEDBY THE PRACTICES INDICATED IN THIS SPECIFICATION.

MANUFACTURER: National Emblem Co. Schweizer Emblem Co.999 N. Elmhurst Rd. 1032 Busse HighwayMt. Prospect, Il. 60056 Park Ridge, Il. 600681-800-942-5215

OR EQUAL

AUTHORIZATIONRESTRICTIONS:Patches described in this specification (blue background) are worn of theleft breast of various approved garments.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that patches are approved without prior inspection of acomplete sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

246

Line #078 CC 2013756126 2013 Spec # 16.0126

PATCH, CHICAGO FIRE ACADEMY INSTRUCTOR

DESCRIPTION: 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”" TRAININGDIVISION (3/16") in the banner at the bottom and underneath to readINSTRUCTOR (5/16").

CONSTRUCTION: Background Material:Background material will be factory first quality twill - not mill seconds. Thematerial 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, 3/1construction, cured and pre-shrunk (resin impregnated and oven cured)Tensile strength shall be in the range of 250/120 thread count shall beincluded with the bid. Mil seconds will not be acceptable. Material must bewashable and dry cleanable.

The background color is to be White

Embroidery Thread:All materials shall be tested for weight of material, tensile strength, threadcount and washability by the international Fabricare Institute, U.S. Testingor other similar independent qualified testing agency and bear that agency’sapproval.

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 ofthe background material color. There must be sufficient underlay stitchingto 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 bebonded to the reverse side of the patch to coat all raised elements and givethe patch firmness. Coating must be washable and dry cleanable.

Workmanship:The finished patch must be cut to the exact shape of the approved design. Itcannot show broken stitches, stitches out of alignment, and it shall have fulltension on all threads. There shall be no fraying or-unraveling of theembroidered material. After proper attachment and cleaning, patch shallnot wrinkle or curl.

247

PAGE 2 2013 Spec # 16.0126

PATCH, CHICAGO FIRE ACADEMY INSTRUCTOR

InspectionInspection of every patch at time of manufacture is required.

GeneralALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY MENTIONED., WHICH AREREGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALLBE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL ANDWORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION.

MANUFACTURERS: Schweizer Emblem Co. National Emblem Inc1022 Busse Highway 999 N. Elmhurst Rd.Park Ridge, Il 60068 Mt. Prospect, Il. 60056

OR EQUAL

MAKERS SPECIFICATION-GUARANTEE:No manufacturer or representative may suggest that patches are approved without prior inspection ofcompleted sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

248

Line #079 CC 2002167010 2013 Spec # 16.0127

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: A rocker reading "FF E.M.T ", FF Paramedic,Paramedic and Engineer in lettering (5/16" high) shall appear immediatelybelow the bottom wing of the Chicago Fire Department Maltese. Therockers are to be fully embroidered and bordered on the outer and inneredges with a 1/8" stitched border. The inner border will outline a 2" circle ofopen twill background.

CONSTRUCTION: Background Material:Background material will be first quality twill - not mill seconds. Thematerial 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 bewashable and dry cleanable.The background color is to be red P.M. S. # 186.

Embroidery Thread:Embroidery thread must be rayon yarn continuous filament regeneratedcellulosetype.

Colors are to be:WhiteRed 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 ofthe background color. There must be sufficient underlay stitching to give afull three dimensional appearance to the design. Single scale stitching is tobe used throughout the patch.

Backing:A plastic film or plasticized non-woven polyester/rayon blend must bebonded to the reverse side of the patch to coat all raised elements and givethe patch firmness. Coating must be washable and dry cleanable.

Workmanship:The finished patch must be cut to the exact shape of the approved design. Itcannot show broken stitches, stitches out of alignment, and it shall have fulltension on all threads. There shall be no fraying or unraveling of theembroidered material. After proper attachment and cleaning, patch shallnot wrinkle or curl.

Inspection:Inspection of every patch at time of manufacturer is required.

249

PAGE 2 2013 Spec # 16.0127

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, WHICHARE REGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENTSHALL BE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIALAND 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 ofcompleted sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

MANUFACTURER: Schweizer Emblem Co. National Emblem Co.999 N. Elmhurst Rd. 1022 Busse HighwayPark Ridge, Il. 60068 Mt. Prospect, Il. 60056

OR EQUAL

250

Line #080 CC 2002119100 2013 Spec # 16.0128

Officer Bar, Ambulance Commander

DESCRIPTION: Patch is to be 3/8" x 1-1/8" rectangle. It shall contain the followingmaterials: Base Twill Fabric, Buckram Backing and Polyvinyl Chloride PlasticFilm Backing.

MATERIALS: Background Material:Background material will be vat dyed 7 1/2oz. 65/35 polyester/cotton, 3/1construction, 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 threadshall not be permitted. Single thread stitching in the deniers and plys shallbe used throughout. Threads may not buckle nor show underlay stitchingwhen 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 sufficientunderlay stitching to give a three dimensional high-relief appearance ofemblems. No stitch may be greater than ten millimeters in length.

Emblems/Embroidering:Emblems shall be machine embroidered on embroidery machine withautomats.All emblems shall be die cut with forged steel dies to the exact shape andgeometry 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 sideof the emblem m before die cutting. Sufficient heat shall be applied tocause the film to melt, and bond to the fabric and bobbin threads. The filmmust be capable of withstanding temperatures in excess of 300 degree F. inan alkaline solution, and be non-soluble in all Commercial laundering fluids.Plastic film must be chloride retentive. A fine weave buckram must bespanned on the loom behind the background to stabilize it in the loom andto insure against looping of the front embroidery thread.

WORKMANSHIP:No distortion of the exterior shape of the emblems is allowable. Allemblems must show a clear cut execution, and must be clean, neatly made,with full tension on all threads, they must be capable of laying completelyflat 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 emblemsmay be mended.

251

PAGE 2 2013 Spec # 16.0128

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/faildetermination must be made for each emblem. No random samplinginspection will be allowed. All emblems which fail to pass this individualinspection must be retained by the manufacturer for a period of threemonths after delivery of the entire order, and must be available forinspection by the purchaser.

GENERAL:ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLYFURNISHED TO PROVIDE SATISFACTORY EMBLEMS FOR THE CHICAGO FIREDEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALLCONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TOTHAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THISSPECIFICATION.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that emblems are approvedwithout prior inspection of completed sample emblems by and writtenauthorization from the Fire Commissioner. Chicago Fire Department.

MANUFACTURER; Schweizer Emblem Co. National Emblem Co.1022 Busse Highway 999 N. Elmhurst Rd.Park Ridge, Il. 60068 Mt. Prospect, Il. 60056

OR EQUAL

252

Line #081 CC 2002119110 2013 Spec # 16.0129

OFFICER BAR, PARAMEDIC IN CHARGE

DESCRIPTION: Patch is to be 3/8" x 1-1/8" rectangle. It shall contain the followingmaterials: Base Twill Fabric, Buckram Backing and Polyvinyl Chloride PlasticFilm Backing.

MATERIALS: Background Material:Background material will be vat dyed 7 1/2oz. 65/35 polyester/cotton, 3/1construction, 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 threadshall not be permitted. Single thread stitching in the deniers and plys shallbe used throughout. Threads may not buckle nor show underlay stitchingwhen 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 besufficient underlay stitching to give a three dimensional high-reliefappearance of emblems. No stitch may be greater than ten millimeters inlength.

Emblems/Embroidering:Emblems shall be machine embroidered on embroidery machine withautomats.All emblems shall be die cut with forged steel dies to the exact shape andgeometry 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 sideof the emblem before die cutting. Sufficient heat shall be applied to causethe film to melt, and bond to the fabric and bobbin threads. The film mustbe capable of withstanding temperatures in excess of 300 degree F. in analkaline solution, and be non-soluble in all Commercial laundering fluids.Plastic film must be chloride retentive. A fine weave buckram must bespanned on the loom behind the background to stabilize it in the loom andto insure against looping of the front embroidery thread.

WORKMANSHIP:No distortion of the exterior shape of the emblems is allowable. Allemblems must show a clear cut execution, and must be clean, neatly made,with full tension on all threads, they must be capable of laying completelyflat 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

253

may be mended.PAGE 2 2013 Spec # 16.0129

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/faildetermination must be made for each emblem. No random samplinginspection will be allowed. All emblems which fail to pass this individualinspection must be retained by the manufacturer for a period of threemonths after delivery of the entire order, and must be available forinspection by the purchaser.

GENERAL:ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLYFURNISHED TO PROVIDE SATISFACTORY EMBLEMS FOR THE CHICAGO FIREDEPARTMENT SHALL BE FURNISHED BY THE MANUFACTURER AND SHALLCONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TOTHAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THISSPECIFICATION.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that emblems are approvedwithout prior inspection of completed sample emblems by and writtenauthorization from the Fire Commissioner. Chicago Fire Department.

MANUFACTURER: Schweizer Emblem Co. National Emblem Inc.1022 Busse Highway 999 N. Elmhurst Rd.Park Ridge, Il 60068 Mt. Prospect, Il. 60056

OR EQUAL

254

Line #082 CC 2013756151 2013 Spec #16.0130 Lieut.16.0131 Capt.

Patch, C. F. D. Bugles, Lieutenant & Captain

DESCRIPTION: Patch is to be a 1" diameter disc It is to contain a single or double silverbugle(s) 5/8" tall and a red background with a 1/8 stitched border.

Lieutenant has a single silver bugleCaptain has double silver bugles

CONSTRUCTION: Background Material:Background material will be first quality twill not mill seconds. The materialmust 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 backgroundcolor is to be Rose color chart: Red WF116.

Embroidery thread:Embroidery thread must be rayon yarn continuous filament regeneratedcellulose type in a shift twist. Color to be Rose color chart.Red #701Silver #902Patch must contain not less than, 1056 stitches.

StitchscaleMust be of sufficient density to prevent "bleeding"through of thebackground material color. There must be sufficient underlay stitching togive a full three dimensional appearance to the design. Single scale stitchingis to be used throughout the patch. Border Merrow, overlock type, mustconsist of:

Top portion - two separate ends of cotton, of cotton/polyesterin a matchingcolor to the top portion of the overlock. Clear monofilament is notpermitted.The overlocked border must be overrun a minimum of 3/8 “, and the endthreads must be secured with tape or pulled through the entire length ofthe 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 bondedto the reverse side of the patch to coat all raised elements and give thepatch firmness. Coating must be washable and dry cleanable.

Workmanship:The finished patch must be cut to the exact shape of the approved design. Itcannot show broken stitches out of alignment, and it shall have full tensionon all threads. There shall be no fraying or unraveling of the embroideredmaterial. After proper attachment and cleaning, patch shall not wrinkle orcurl.

Inspecting:Inspection of every patch at time of manufacturer is required.

255

PAGE 2 2013 Spec #16.0130 Lieut.16.0131 Capt.

General:ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLY FURNISHED TO PROVIDESATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BE FURNISHED BY THEMANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL AND WORKMANSHIP TOTHAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION.

Manufacturer: Schweizer Emblem Co. National Emblem Inc.1022 Busse Highway 999 N. Elmhurst Rd.Park Ridge, Il 60068 Mt. Prospect, Il. 60056

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that patches are approved without prior inspection ofcompleted sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

256

Line #083 CC 2002166030 2013 Spec # 16.0132

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 entirebackground is to be fully embroidered, and the outer border is to be 1/16stitched border.

Construction: Background Material:Background material will be first quality twill - not mill seconds. Thematerial 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 andfilling. Material must be permanent press, cured, and preshrunk. Materialmust be washable and dry cleanable. The material color is to be NAVYP.M.S. #282.

Embroidery Thread:Embroidery thread must be rayon yarn continuous filament regeneratedcellulose type, 2-ply in a twist. Colors are to be NAVY P.M. S#282, andSILVER METALLIC.Emblems must contain not less than 2119 stitches. Stitch scale must be ofsufficient density to prevent "bleeding” through of the background materialcolor. There must be sufficient underlay stitching to give a threedimensional appearance to the design. Single scale stitching is to be usedthrough the emblem.

Backing:A plastic film must be heat-fused and bonded to the reverse side of theemblem to coat all raised elements and to give the emblem firmness. Plasticcoating must be washable and dry-cleanable.

Workmanship:The finished emblem must be cut to the exact shape of the approved designit cannot show broken stitches, stitches out of alignment, and also, it shallhave full tension on all threads. There shall be no fraying or unraveling ofthe embroidered material. After proper attachment and cleaning, emblemshall not wrinkle or curl. Inspection of every emblem at time ofmanufacturer is required.

General:All items, details of construction, or features not specifically mentioned,which are regularly furnished to provide satisfactory patches for the ChicagoFire Department shall be furnished by the manufacturer and shallconforming strength, quality of material and workmanship to that usuallyprovided by the practices indicated in this specification.

257

PAGE 2 2013 Spec # 16.0132

Patch, C.F.D. Engineer

Makers Specification Guarantee:No manufacturer or representative may suggest that patches are approved without prior inspection ofcompleted sample patches by and written authorization form the Fire Commissioner, Chicago FireDepartment.

MANUFACTURER: Schweizer Emblem Co. National Emblem Inc1022 Busse Highway 999 N. Elmhurst Rd.Park Ridge, Il 60068 Mt. Prospect, Il. 60056

. OR EQUAL

258

Line #084 CC 2002166100 2013 Spec #16.0133

PATCH, AMERICAN/CHICAGO FLAG SILVER REFLECTIVE

DESCRIPTION: Patch to be made in the shape of a round top shield measuring 4 3/4" at thewidest and 3 3/4" at the highest point. It is to contain a crossed AmericanFlag and Chicago City Flag (flagpoles - 2 3/4" long) and a vertical flame (27/8" high) in the center of the patch (see attached illustration). The flagsand flame are to be embroidered and the Chicago City Flag and flame are tohave a stitched outline.

CONSTRUCTION: BACKGROUND MATERIAL:Background material will be first quality twill - not mill seconds. Thematerial must be a colorfast cotton/polyester mix (minimum 60%polyester/40% cotton, 6 ½ to 7 ½ ounces per square yard, 2 ply yarn warpand 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 regeneratedcellulose type.Colors are to be:Red P.M.S. <ac,22>186Sp. Dark Gold P.M.S. <ac,22>116(Robinson-Anton <ac-FD>B73>Navy Blue P.M.S. <ac,22>282Black

Patch must contain not less than 7907 stitches.

Stitch scale must be of sufficient density to prevent "bleeding" through ofthe background material color. There must be sufficient underlay stitchingto give a full three dimensional appearance to the design. Single scalestitching is to be used throughout the patch.

BORDERMerrow, 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 bebonded to the reverse side of the patch to coat all raised elements and givethe 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 havefull tension on all threads. There shall be no fraying or unraveling of theembroidered material. After proper attachment and cleaning, patch shallnot wrinkle or curl.

259

INSPECTION:Inspection of every patch at time of manufacturer is required.

GENERAL: ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLYMENTIONED, WHICH ARE REGULARLY FURNISHED TO PROVIDESATISFACTORY PATCHES FOR THE AMERICAN/CHICAGO FLAG SHALL BEFURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH,QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDEDBY THE PRACTICES INDICATED IN THIS SPECIFICATION.

MANUFACTURER: Scheweizer Emblem Co. National Emblem Inc.1022 Busse Highway 999 N. Elmhurst Rd.Park Ridge, Il 60068 Mt. Prospect, Il. 600561-800-942-5215

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that patches are approved without prior inspection ofcompleted sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

260

Line #085 CC 2002166120 2013 Spec # 16.0134

PATCH C.F.D. MALTESE CROSS SILVER GREY REFLECTIVEBACKGROUND "PARAMEDIC" & “FF EMT”

DESCRIPTION: Patch to be in the shape of a Maltese cross measuring 3 ½ inches at thewidest 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 thelower 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 tobe fully embroidered and bordered on the outer and inner edges with a1/8" stitched border. The inner border will outline a 2" circle of open twillbackground.

CONSTRUCTION: BACKGROUND MATERIAL:Background material will be first quality twill - not mill seconds. Thematerial must be a colorfast cotton/polyester mix (minimum 60%polyester/40% cotton), 6 ½ to 7 ½ ounce per square yard, 2 ply yarn warpand 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 9910.

EMBROIDERY THREAD:Embroidery thread must be rayon yarn continuous filament regeneratedcellulose type in a shiff twist. Colors are to be:

WhiteRed 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 ofthe background material color. There must be sufficient underlay stitchingto give a full three dimensional appearance to the design. Single scalestitching is to be used throughout the patch.

BACKING:A plastic film or plasticized non-woven polyester/rayon blend must bebonded to the reverse side of the patch to coat all raised elements and givethe patch firmness.Coat must be washable and dry cleanable

261

PAGE 2 2013 Spec # 16.0134

PATCH C.F.D. MALTESE CROSS SILVER GREY REFLECTIVEBACKGROUND "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 havefull tension on all threads. There shall be no fraying or unraveling of theembroidered material. After proper attachment and cleaning, patch shallnot wrinkle or curl.

INSPECTION:Inspection of every patch at time of manufacture is required.

GENERAL:ALL ITEMS, DETAILS OF CONSTRUCTION, OR FEATURES NOT SPECIFICALLYMENTIONED, WHICH ARE REGULARLY FURNISHED TO PROVIDESATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALL BEFURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH,QUALITY OF MATERIAL AND WORKMANSHIP TO THAT USUALLY PROVIDEDBY THE PRACTICES INDICATED IN THIS SPECIFICATION.

MANUFACTURER: Schweizer Emblem Company National Emblem Inc.999 N. Elmhurst Rd. 1022 Busse HighwayMt. Prospect, Il. 60056 Park Ridge, Il 60068

OR EQUAL

MAKERS SPECIFICATION GUARANTEENo manufacturer or representative may request that patches are approved without prior inspection ofcompleted sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

262

Line #086 CC 2002173010 2013 Spec #16.0136

EMBLEM. C.F.D. BUGLES, NAVY BLUE BACKGROUND,CHIEF OFFICER THRU FIRE COMMISSIONER

PARAMEDIC FIELD CHIEF

DESCRIPTION: 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, fourbugles 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.

CONSTRUCTION: 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 strengthshall be in the range of 250/120 , thread count shall be included. Thebackground color is to be navy blue.

Embroidery Thread:Embroidery thread must be rayon yarn, finest quality continuous filamentregenerated cellulose type in deniers specified above. The use of polyesterthread 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 togive a full three dimensional high relief appearance to the emblems. Nostitch may be greater than ten millimeters in length. Double thread or anythread of different deniers of plys will not be permitted in any part of theemblems. Single thread stitched in deniers and plys shall be usedthroughout.

Border:Merrow, overlock type, must consist of:

Top portion - the overlook merrow edges shall consist of seven separatethreads: five 150/2 denier rayon threads for the top (or front) portion of theedges.

Bottom portion - Two 20/2 denier cotton threads for the underneath ( orbackside) for the emblems. Less than seven threads in the edges, as hereinspecified, or the use of nylon or any polyester thread in any part of theedges will not be permitted,The overlocked merrow edges shall be overrun a minimum of 3/8", and theseven end threads shall not be pulled through the entire length of theoverrun to prevent a double thickness. Threads shall be pasted down, orfused into or onto the plastic fill backing.Each density shall be at least nineteen (19) threads per inch.

263

PAGE 2 2013 Spec #16.0136

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 ofthe emblem before final cutting. Sufficient head shall be applied to the casethe film to melt, and bond to the fabric and bobbins threads. The film mustbe capable of withstanding temperature in excess of 300 degrees F. in analkaline solution, and must be non-soluble in all commercial launderingfluids. The plastic film must be chlorine retentive, nor emit toxic gaseswhen subjected to heat.The film shall be applied in such a manner as to prevent the crushingflattening or depressing of the three-dimensionality or high-relief of theembroidery, caused by the application of pressure during the bondingprocessThe film backing must completely engulf all the raised elements on thereverse (back) side of the emblems, and fill all depressions.

Emblems:Emblems shall be die cut with forged steel dies to the exact shape andgeometry of the approved design.Emblems shall be machined embroidered on embroidery machines withautomats,A fine weave buckram must be spanned on the loom behind the backgroundto stabilize it in the loom and to insure against looping of the frontembroidery threads

Fabric & Thread:All material shall be tested for e=weight of material, tensile strength, threadcount and washability by the International Fabricare Institute, U.S. Testingor other similar independent, qualified testing agency and bear the agency’sapproval.

Workmanship:The finished patch must be cut to the exact shape of the approved design. Itcannot show broken stitches, stitches out of alignment, and it shall have fulltension on all threads. There shall be no fraying or unraveling of theembroidered material. After proper attachment and cleaning, patch shallnot wrinkle or curl.

Inspection:Individual inspection of each and embroidered emblem is required. Eachemblem must be inspected against these specifications and pass/faildetermination must be made for each emblem. No random samplinginspection will be allowed. All emblems which fail to pass this individualinspection must be retained by the manufacturer for a period of threemonths after delivery of the entire order, and must be available forinspection by the purchaser.

264

PAGE 3 2013 Spec #16.0136

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 AREREGULARLY FURNISHED TO PROVIDE SATISFACTORY PATCHES FOR THE CHICAGO FIRE DEPARTMENT SHALLBE FURNISHED BY THE MANUFACTURER AND SHALL CONFORM IN STRENGTH, QUALITY OF MATERIAL ANDWORKMANSHIP TO THAT USUALLY PROVIDED BY THE PRACTICES INDICATED IN THIS SPECIFICATION.

MANUFACTURER: National Emblem Co. Schweizer Emblem Co.999 N. Elmhurst Rd. 1032 Busse HighwayMt Prospect, Il. 60056 Park Ridge, Il. 60068

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that patches are approved without prior inspection ofcompleted sample patches by and written authorization from the Fire Commissioner, Chicago FireDepartment.

265

CC SEE BELOW 2013 Spec # 18.0555

ALTERATION OF COMMISSARY ISSUED ARTICLES OF WEAR.

PURPOSE: To provide for the refurbishment of serviceable articles of wear which havebeen returned to the Department Clothing Commissary as necessitated by amember’s retirement, reassignment or change in rank or title. Articles ofwear, when alterations are made they will be re-issued in conformance withcommissary procedures. Said alterations shall prove more cost effectivethan the issuance of new like items.

GENERAL DESCRIPTION: Articles of wear in the station/work, modified dress, dress and protectiveclothing categories. Said article include but may not be limited to;

Line #087 9627815655 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -REPLACEMENT OF EMBLEMS ON SHIRTS, MEETING SPEC. NO. 18.0555

Line #088 9627815650 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -REPLACEMENT OF EMBLEMS ON COATS AND JACKETS, MEETING SPEC. NO. 18.0555

Line #089 9627815640 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -REPLACEMENT OF BUTTONS ON SHIRTS AND TROUSERS, MEETING SPEC. NO.18.0555

Line #090 9627815635 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -REPLACEMENT OF BUTTONS ON DRESS COATS, TOP COATS, AND MODIFIED DRESSJACKETS, MEETING SPEC. NO. 18.0555

Line #091 9627815740 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -SEAM REPAIR ON SHIRTS, MEETING SPEC. NO. 18.0555

Line #092 9627815745 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -SEAM REPAIR ON TROUSERS, MEETING SPEC. NO. 18.0555

Line #093 9627815730 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -SEAM REPAIR ON COATS AND TOPCOATS, MEETING SPEC. NO. 18.0555

Line #094 9627815735 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -SEAM REPAIR ON JACKETS, MEETING SPEC. NO. 18.0555

Line #095 9627815680 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -REPLACEMENT OF ZIPPERS ON MODIFIED DRESS JACKETS, MEETING SPEC. NO.18.0555

Line #096 9627815685 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -REPLACEMENT OF ZIPPERS ON TROUSERS, MEETING SPEC. NO. 18.0555

Line #097 9627815670 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -REPLACEMENT OF SNAPS, MEETING SPEC. NO. 18.0555

266

PAGE 2 2013 Spec # 18.0555

ALTERATION OF COMMISSARY ISSUED ARTICLES OF WEAR.

Line #098 9627815760 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -SHORTENING DRESS JACKET HEM, MEETING SPEC. NO. 18.0555

Line #099 9627815465 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -LENGTHENING OR SHORTENING JACKET SLEEVES, MEETING SPEC. NO. 18.0555

Line #100 9627815040 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -APPLICATION OF SERVICE STARS, MEETING SPEC. NO. 18.0555

Line #101 9627815035 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -APPLICATION OF SERVICE BARS, MEETING SPEC. NO. 18.0555

Line #102 9627815020 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -ALTERATION OF TROUSER WAIST, MEETING SPEC. NO. 18.0555

Line #103 9627815025 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -ALTERATION OF TROUSER CUFF LENGTH, MEETING SPEC. NO. 18.0555

Line #104 9627815050 ALTERATIONS AND TAILORING TO UNIFORMS AND CLOTHING -APPLICATION OF BUGLE PATCHES, MEETING SPEC. NO. 18.0555

Budgetary constraints and responsible fiscal management, allows the City ofChicago Fire Department the option of refurbishment and re-issue.

267

Line #105 CC 9363241131 2013 Spec # 18.0807A

REFURBISHMENT OF: HELMET, STRUCTURAL F.F., CHICAGO STYLEMODEL 880, CAIRNS & BROTHER A

GENERAL DESCRIPTION: REFURBISHMENT of HELMET:Structural fire fighter; as described in Chicago Fire DepartmentSpecifications No. 8.0512 and No. 8.0514. SPECIFICALLY: Model 880,Century manufactured by Cairns and Brother, 60 Webro Road, Clifton, N.J.07012.

REQUIREMENTS: Said refurbishment to include the installation, replacement or repair of anyor 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 helmetmanufacturer; Cairns & Brother. Estimates shall be submitted for approvalfor helmets requiring extensive repairs prior to repair.

Check with: MSAMine Safety Appliances CoPO Box 426Pittsburgh, Pa.15230

268

Line #106 CC 9363241771 2013 Spec # 18.0807B

REFURBISHMENT OF: HELMET, STRUCTURAL F.F., CHICAGO STYLEMODEL 880, CAIRNS & BROTHER B

GENERAL DESCRIPTION: REFURBISHMENT of HELMET:Structural fire fighter; as described in Chicago Fire DepartmentSpecifications No. 8.0512 and No. 8.0514. SPECIFICALLY: Model 880,Century manufactured by Cairns and Brother, 60 Webro Road, Clifton, N.J.07012.

REQUIREMENTS: Said refurbishment to include the installation, replacement or repair of anyor 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 helmetmanufacturer; Cairns & Brother. Estimates shall be submitted for approvalfor helmets requiring extensive repairs prior to repair.

Check with: MSAMine Safety Appliances CoPO Box 426Pittsburgh, Pa.15230

269

Line #107 CC 9363241450 2013 Spec # 18.0807C

REFURBISHMENT OF: HELMET, STRUCTURAL F.F., CHICAGO STYLEMODEL 880, CAIRNS & BROTHER C

GENERAL DESCRIPTION: REFURBISHMENT of HELMET:Structural fire fighter; as described in Chicago Fire DepartmentSpecifications No. 8.0512 and No. 8.0514. SPECIFICALLY: Model 880,Century manufactured by Cairns and Brother, 60 Webro Road, Clifton, N.J.07012.

REQUIREMENTS: Said refurbishment to include the installation, replacement or repair of anyor 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’sslide. Cairns & Brother Part No. C922

AUTHORIZATIONS/RESTRICTIONS:All parts used in the refurbishment shall-be those of the helmetmanufacturer; Cairns & Brother. Estimates shall be submitted for approvalfor helmets requiring extensive repairs prior to repair.

Check with: MSAMine Safety Appliances CoPO Box 426Pittsburgh, Pa.15230

270

Line #108 CC 3455637122 2013 Spec # 18.0809B

REFURBISHMENT OF: HELMET, STRUCTURAL F.F.CAIRNS, 1044. B

GENERAL DESCRIPTION: REFURBISHMENT OF: Helmet, structural firefighter as described in ChicagoFire Department Specifications No.8-0512 and No. 8.0514.SPECIFICALLY: Model Cairns 1044, Cairns Mfg. Inc.

REQUIREMENTS: Refurbishment to include the installation, replacement of repair of any or allof the following listed helmet components. Component s shall be bidseparately; 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 helmetmanufacturer: Cairns Mfg.Estimates shall be submitted for approval for helmets requiring extensiverepairs prior to repair.

Check With: MSAMine Safety Appliance Co.PO Box 426Pittsburgh, Pa.15230

271

Line #109 CC 3455637450 2013 Spec # 18.0809C

REFURBISHMENT OF: HELMET, STRUCTURAL F.F.CAIRNS, 1044. C

GENERAL DESCRIPTION: REFURBISHMENT OF: Helmet, structural firefighter as described in ChicagoFire Department Specifications No.8-0512 and No. 8.0514.SPECIFICALLY: Model Cairns 10144, Cairns Mfg. Inc.

REQUIREMENTS: Refurbishment to include the installation, replacement of repair of any or allof the following listed helmet components. Component s shall be bidseparately; 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 helmetmanufacturer: Cairns Mfg.Estimates shall be submitted for approval for helmets requiring extensiverepairs prior to repair.

Check With: MSAMine Safety Appliance Co.PO Box 426Pittsburgh, Pa.15230

272

Line #110 CC 3455637190 2013 Spec # 18.0809D

REFURBISHMENT OF: HELMET, STRUCTURAL F.F.CAIRNS, 1044. D

GENERAL DESCRIPTION: REFURBISHMENT OF: Helmet, structural firefighter as described in ChicagoFire Department Specifications No.8-0512 and No. 8.0514.SPECIFICALLY: Model Cairns 1044, Cairns Mfg. Inc.

REQUIREMENTS: Refurbishment to include the installation, replacement of repair of any or allof the following listed helmet components. Component s shall be bidseparately; 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 helmetmanufacturer: Cairns Mfg.Estimates shall be submitted for approval for helmets requiring extensiverepairs prior to repair.

Check With: MSAMine Safety Appliance Co.PO Box 426Pittsburgh, Pa.15230

273

Line #111 CC 0805766040 2013 Spec # 18.1519 Black18.1520 Red

18.1521. 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. Dennision No. Sl-14-316

COVERING:Crushed velvet, black, red or bluecircular 3 1/4" in diameter.

ADHESIVE:Fabric glue, Sobo Mfg. Co. or equal.

CONSTRUCTION: Label to be enwrapped in crushed velvet, secured by fabric glue andinvisible stitching. To have smooth pucker-free appearance.To be individually packaged in clear plastic or bags.

MANUFACTURER: Manufactured in House by Contractor (Vendor)OR EQUAL

AUTHORIZATION/ RESTRICTIONS:Black Rosettes authorized for all Fire Department Officer ranks with theexception 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 approvedwithout prior inspection of completed sample insignia by and writtenauthorization from the Fire Commissioner, Chicago Fire Department.

274

Line #112 CC 2007270315 2013 Spec # 19.0804 White19.0806 Navy

SHIRT, DRESS UNIFORM, LONG SLEEVE,FEMALE, WHITE AND NAVY

DESCRIPTION: Female version of the male fire and ems long sleeve dress uniform shirt (seespec # 19.0801). Design and dimensions altered to meet femaleproportions.

Color:White and Navy.

MATERIALS: Fabric:Basic fabric to be 65% polyester and 35% combed cotton poplin. Fabric tohave 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 and3/8" width.

CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket andgeneral style will conform to this specification.

It is imperative that this garment be constructed according to the principlesset forth in the specifications. All stitches must be of the proper tension andsize so as to avoid puckering after shirt has been laundered and to give bestdurable press performance. Shirts to have permanently stitched in militarycreases.

Front:The right front shall have a center facing 1½” wide extending from collarstand to bottom of shirt and be made of the same material as the shirtfabric with two rows of stitching 7/8" apart. The center front shall containfive (5) vertical buttonholes placed 3/4" from edge with the 1st. buttonhole3 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 standto bottom of shirt. Buttons shall be securely attached to the button standand shall correspond to the buttonholes on the center facing.

Back:Back yoke to be composed of a double thickness of material with outsideyoke top stitched.

275

PAGE 2 2013 Spec # 19.0804 White19.0806 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 twobuttons on one end, and one buttonhole on the other to allow for adjustingthe 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 thisopening is to be 1" wide. The sleeves must be secured to the body of theshirt by means of a merrow stitch with a safety stitch so as to properlystrengthen the stitch. The same stitch must be used on the side closingseams as well.

Collar:The shape and style of both leaf and stand shall conform to the TT111Collar. 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 insidecollar at a 30 degree angle with no stitches made through bottom leaf. Thestand shall fasten with one button.

Interlining:Collar and top center to be lined with 100% Dacron. Band and cuffs to be375 weight mello press.

Pockets:The right and left pockets to have mitered corners and shall finish 4 ½" wideand 4½” long. The pockets are to have 11/4" box pleat stitched top andbottom to prevent spreading. The left pocket to have an imitation clipcornered flap sewn to the top and sides of the pocket so that the overalllength of flap and pocket is 4 ½” wide x 5 1/4" long. There shall be abuttonhole and button sewn on the flap. The pocket shall have an insidepencil compartment 1½” wide, made by sewing a separate piece of selfgoods to shirt front. There shall be a-1" strip of velcro sewn at the top of thepocket slightly off center with the matching component sewn to the shirtfront.

Flaps:The right flap shall be clip cornered to finish 4 5/8" length. Flap to besecured 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 theedge. There shall be a button sewn to pocket with corresponding buttonhole sewn in pocket flap. Pockets and pocket flaps to be die creased to giveuniform shape and size.

Permanent Military Creases:Shirts to have five (5) permanently stitched in military creases. One creasein each front to be centered vertically through the pocket and flap andextending from hem to joining seam. Three (3) vertical creases in back;middle crease on center back line, side back creases spaced equally fromcenter crease.

276

PAGE 3 2013 Spec # 19.0804 White19.0806 Navy

SHIRT, DRESS UNIFORM, LONG SLEEVE,FEMALE, WHITE AND NAVY

Patches, Shoulder:American/Chicago Flag patch (as per C.F.D. Spec. No. 16.0120) shall be sewnl” below the right sleeve head using the center of the yoke as the "centerline".

Patch to meet the requirements of referenced specification.

Chicago Fire Department Maltese Cross Patch (as per C.F.D. Spec. No.16.0118, 16.0119, 16.0124 & 16.0125 ) shall be sewn 1" below the leftsleeve head using the center of the yoke as the "center line". Patch to meettheir requirements of the referenced specification.

Shirts shall include patches with sewing!

Sizes:All sizes shall conform to the best commercial practices. Shirts shall bereadily available in a full range of sizes.

Pressing:Component parts must be pressed on hot-head machines; finished shirts tobe folded and hand pressed.

Size Marking:Neck size and sleeve length shall be marked with indelible ink on inside ofcollar stand and on outside of left front tail.

Labels:A label or permanent marking indicating cleaning/washing information shallbe sewn to or printed on each garment

MAKERS SPECIFICATIONS GUARANTEE LABEL:A label meeting the requirements of the Chicago Fire Department Specification # 20.0115 indicatingmanufactures compliance to specification shall be sewn under the right pocket flap.

MANUFACTURER: Leventhal Bros-Co. Elbeco36 Maple Pl. One Wide Awake LaneManhasset, NY Reading, Penn.

OR EQUAL

No manufacturer or representative may suggest that shirts are approved without prior inspection ofcompleted sample shirts by and written authorization from the Fire Commissioner, Chicago FireDepartment.

277

Line #113 CC 2007278020 2013 Spec # 19.0807 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 tohave 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 andstabilized to provide pucker free stitching shall be used. Thread should beequal 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 and3/8" in width.

CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket andgeneral style will conform to this specification. Tail lengths to be 33" frontand back. It is imperative that this garment be constructed according to theprinciples set forth in the specifications. All stitches must be of the propertension and size so as to avoid puckering after shirt has been laundered andto give best durable press performance. Shirts to have five (5) permanentmilitary creases, one crease in each front extending from hem to joiningseam. Military pockets will not be sewn into pockets.Three (3) vertical creases in back; middle crease on center back line; sideback creases spaced equally from center crease. Creases to be stitched inshirt.

STITCHING:Seams - Edge stitching, and all other stitching, to be not less than 10 stitchesper inch.

CUTTING:Collars, pockets and flaps are to be die cut to ensure uniformity.

278

PAGE 2 2013 Spec # 19.0807 White

SHIRT, DRESS UNIFORM, SHORT SLEEVE,MALE, WHITE

FRONT:Plain military style. Each front shall have a facing 3 ½" wide at the necktapering to 1 ½" at the bottom of the shirt, provided by a turn under of thematerial. Facing at collar must have a smooth appearance when shirt isworn at neck. The left front shall contain six vertical buttonholes located3/4" from edge; the first buttonhole 3 ½" below neckline, and remaining tobe spaced 3 ½" apart on center buttons to be strongly attached through twothicknesses of material forming right front and shall correspond in locationto each buttonhole.

BACK:Back yoke to be composed of a double thickness of material with outsideyoke 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 9½" 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 stitchwith a safety stitch so as to properly strengthen the seam. This same stitchmust be used on the side closing seams as well. Sleeve circumference beproportionate to shirt dimensions.

COLLAR:Convertible collar shall be one piece and to measure 3" long at points and 15/8" wide at back. The collar is to be single stitches 3/16" from edge. Collarto be interlined with fusible lining material. Collar shall be made withpermanent collar stays set in middle of collar. There must be tie space ofapproximately 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-inbox pleats. Lower pocket corners to be mitered. The left pocket flap shallbe 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. Leftpocket to remain open as pocket flap is for appearance only. The leftpocket 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 shirtfront prior to setting pocket. Top of pocket to be positioned approximately1" above the bottom of the armholes and centered on military creases.Right pocket flap sewn to shirt front approximately 1/4" above pocket bymeans of double row of stitching spaced 1/4" apart. Pocket to be securedby button/buttonhole. Pocket and flaps shall be single stitched on the edge.Mitered corners on pockets and flaps shall match. Left pocket secured bymeans of velcro device sewn to pocket and shirt front, top center. A non-functional button and buttonhole shall be sewn to left pocket flap. Locationto mirror that of right pocket flap. All pockets and flaps shall be singlestitched on the edge

279

. PAGE 3 2013 Spec # 19.0807 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 reinforcementstrip is to extend from the flap setting stitch to the joining seam at the frontof the yoke. There shall be an extra strip attached to the back of thereinforcement strip; the top to be tacked midway down from the joiningseam 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 theleft pocket. These eyelets shall be through the front and mainreinforcement 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 shallbe 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 andone ply of the reinforcement only.

PATCHES/SHOULDER:American/Chicago Flag Patch (as per C.F.D. Spec. NO. 16.0120) shall besewn 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. #16.0118,160119, 16.0124, 16.0125) shall be sewn below the left sleeve head usingthe center of the yoke as the "center line". Patch to meet the requirementsof 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 andon outside of left front tail and separate label affixed to the manufacturerslabel inside of collar stand.

PRESSING:Component parts must be pressed on hot-head machines; finished shirts tobe folded and hand pressed.

LABELS:A label or permanent marking indicating cleaning/washing information shallbe sewn to or printed on each garment.

280

PAGE 4 2013 Spec # 19.0807 White

SHIRT, DRESS UNIFORM, SHORT SLEEVE,MALE, WHITE

MANUFACTURER: Elbeco Leventhal Bros. CoOne 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 #20.0115 indicatingmanufacturer’s compliance to specification shall be sewn under the right flap.

No manufacturer or representative may suggest that shirts are approved without prior inspection ofcompleted sample shirts by an authorization from the Fire Commissioner, Chicago Fire Department.

281

Line #114 CC 2007278170 2013 Spec # 19.0809 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 tohave 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 andstabilized to provide pucker free stitching shall be used. Thread should beequal 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 and3/8" in width.

CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket andgeneral style will conform to this specification. Tail lengths to be 33" frontand back. It is imperative that this garment be constructed according to theprinciples set forth in the specifications. All stitches must be of the propertension and size so as to avoid puckering after shirt has been laundered andto give best durable press performance. Shirts to have five (5) permanentmilitary creases, one crease in each front extending from hem to joiningseam. Military pockets will not be sewn into pockets.Three (3) vertical creases in back; middle crease on center back line; sideback creases spaced equally from center crease. Creases to be stitched inshirt.

STITCHING:Seams - Edge stitching, and all other stitching, to be not less than 10 stitchesper inch.

CUTTING:Collars, pockets and flaps are to be die cut to ensure uniformity.

282

PAGE 2 2013 Spec # 19.0809 Navy

SHIRT, DRESS UNIFORM, SHORT SLEEVE,MALE, NAVY

FRONT:Plain military style. Each front shall have a facing 3 ½" wide at the necktapering to 1 ½" at the bottom of the shirt, provided by a turn under of thematerial. Facing at collar must have a smooth appearance when shirt isworn at neck. The left front shall contain six vertical buttonholes located3/4" from edge; the first buttonhole 3 ½" below neckline, and remaining tobe spaced 3 ½" apart on center buttons to be strongly attached through twothicknesses of material forming right front and shall correspond in locationto each buttonhole.

BACK:Back yoke to be composed of a double thickness of material with outsideyoke 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 9½" 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 stitchwith a safety stitch so as to properly strengthen the seam. This same stitchmust be used on the side closing seams as well. Sleeve circumference beproportionate to shirt dimensions.

COLLAR:Convertible collar shall be one piece and to measure 3" long at points and 15/8" wide at back. The collar is to be single stitches 3/16" from edge. Collarto be interlined with fusible lining material. Collar shall be made withpermanent collar stays set in middle of collar. There must be tie space ofapproximately 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-inbox pleats. Lower pocket corners to be mitered. The left pocket flap shallbe 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. Leftpocket to remain open as pocket flap is for appearance only. The leftpocket 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 shirtfront prior to setting pocket. Top of pocket to be positioned approximately1" above the bottom of the armholes and centered on military creases.Right pocket flap sewn to shirt front approximately 1/4" above pocket bymeans of double row of stitching spaced 1/4" apart. Pocket to be securedby button/buttonhole. Pocket and flaps shall be single stitched on the edge.Mitered corners on pockets and flaps shall match. Left pocket secured bymeans of velcro device sewn to pocket and shirt front, top center. A non-functional button and buttonhole shall be sewn to left pocket flap. Locationto mirror that of right pocket flap. All pockets and flaps shall be singlestitched on the edge

283

. PAGE 3 2013 Spec # 19.0809 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 reinforcementstrip is to extend from the flap setting stitch to the joining seam at the frontof the yoke. There shall be an extra strip attached to the back of thereinforcement strip; the top to be tacked midway down from the joiningseam 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 theleft pocket. These eyelets shall be through the front and mainreinforcement 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 shallbe 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 andone ply of the reinforcement only.

PATCHES/SHOULDER:American/Chicago Flag Patch (as per C.F.D. Spec. NO. 16.0120) shall besewn 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. #16.0118,160119, 16.0124, 16.0125) shall be sewn below the left sleeve head usingthe center of the yoke as the "center line". Patch to meet the requirementsof 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 andon outside of left front tail and separate label affixed to the manufacturerslabel inside of collar stand.

PRESSING:Component parts must be pressed on hot-head machines; finished shirts tobe folded and hand pressed.

LABELS:A label or permanent marking indicating cleaning/washing information shallbe sewn to or printed on each garment.

284

PAGE 4 2013 Spec # 19.0809 Navy

SHIRT, DRESS UNIFORM, SHORT SLEEVE,MALE, NAVY

MANUFACTURER: Elbeco Leventhal Bros. CoOne 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 #20.0115 indicatingmanufacturer’s compliance to specification shall be sewn under the right flap.

No manufacturer or representative may suggest that shirts are approved without prior inspection ofcompleted sample shirts by an authorization from the Fire Commissioner, Chicago Fire Department.

285

Line #115 CC 2007276060 2013 Spec # 19.0810 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 femaleproportions.

COLOR:White

MATERIALS: FABRIC:Basic fabric to be 65% polyester and 35% combed cotton poplin .Fabric tohave 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 andstabilized to provide pucker free stitching shall be used. Thread should beequal 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 and3/8" in width.

CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket andgeneral style will conform to this specification.It is imperative that this garment be constructed according to the principlesset forth in the specifications. All stitches must be of the proper tension andsize so as to avoid puckering after shirt has been laundered and to give bestdurable press performance. Shirts to have five (5) permanent militarycreases, one crease in each front extending from hem to joining seam.Military pockets will not be sewn into pockets. Three (3) vertical creases inback; middle crease on center back line; side back creases spaced equallyfrom center crease. Creases to be stitched in shirt.

STITCHING:Seams - Edge stitching, and all other stitching, to be not less than 10 stitchesper inch.

CUTTING:Collars, pockets and flaps are to be die cut to ensure uniformity..

286

PAGE 2 2013 Spec # 19.0810 White

SHIRT, DRESS UNIFORM, SHORT SLEEVE,FEMALE, WHITE

FRONT:Plain military style. Each front shall have a facing 3 ½" wide at the necktapering to 1 ½" at the bottom of the shirt, provided by a turn under of thematerial. Facing at collar must have a smooth appearance when shirt isworn at neck. The left front shall contain six vertical buttonholes located3/4" from edge; the first buttonhole 3 ½" below neckline, and remaining tobe spaced 3 ½" apart on center. Buttons to be strongly attached throughtwo thicknesses of material forming right front and shall correspond inlocation to each buttonhole

BACK:Back yoke to be composed of a double thickness of material with outsideyoke 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 8½" 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 stitchwith a safety stitch so as to properly strengthen the seam. This same stitchmust be used on the side closing seams as well. Sleeve circumference beproportionate to shirt dimensions.

COLLAR:Convertible collar shall be one piece and to measure 3" long at points and 15/8" wide at back. The collar is to be single stitches 3/16" from edge. Collarto be interlined with fusible lining material. Collar shall be made withpermanent collar stays set in middle of collar. There must be tie space ofapproximately 1/4" when the collar is buttoned.

POCKETS:Two breast pockets measuring 4 ½" wide x 4 ½" long with 1 ½" sewn-in boxpleats. Lower pocket corners to be mitered. The left pocket flap shall besewn 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. Leftpocket to remain open as pocket flap is for appearance only. The leftpocket 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 shirtfront prior to setting pocket. Top of pocket to be positioned approximately1" above the bottom of the armholes and centered on military creases.Right pocket flap sewn to shirt front approximately 1/4" above pocket bymeans of double row of stitching spaced 1/4" apart. Pocket to be securedby button/buttonhole. Pocket and flaps shall be single stitched on the edge.Mitered corners on pockets and flaps shall match. Left pocket secured bymeans of velcro device sewn to pocket and shirt front, top center. A non-functional button and buttonhole shall be sewn to left pocket flap. Locationto mirror that of right pocket flap. All pockets and flaps shall be singlestitched on the edge. Pockets and pocket flaps to be die creased to giveuniform shape and size.

287

PAGE 3 2013 Spec # 19.0810 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 reinforcementstrip is to extend from the flap setting stitch to the joining seam at the frontof 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 bottomcaught in the velcro setting stitch.There shall be two (2) round embroidered eyelets 1" apart with the bottomeyelet 1" above the left pocket. These eyelets shall be through the frontand 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 shallbe 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 andone ply of the reinforcement only.

PATCHES/SHOULDER:American/Chicago Flag Patch (as per C.F.D. Spec. NO. 16.0120) shall besewn 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. #16.0118, 16-0119, 16.0124, 16.0125) shall be sewn 1" below the left sleeve head usingthe center of the yoke as the "center line". Patch to meet the requirementsof 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 andon outside of left front tail and separate label affixed to the manufacturerslabel inside of collar stand.

PRESSING:Component parts must be pressed on hot-head machines; finished shirts tobe folded and hand pressed.

LABELS:A label or permanent marking indicating cleaning/washing information shallbe sewn to or printed on each garment.

288

PAGE 4 2013 Spec # 19.0810 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 #20.0115 indicatingmanufacturer’s compliance to specification shall be sewn under the right flap.

No manufacturer or representative may suggest that shirts are approved without prior inspection ofcompleted sample shirts by an authorization from the Fire Commissioner, Chicago Fire Department.

289

Line #116 CC 2007276125 2013 Spec # 19.0812 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 femaleproportions.

COLOR:Navy

MATERIALS: FABRIC:Basic fabric to be 65% polyester and 35% combed cotton poplin Fabric tohave 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 andstabilized to provide pucker free stitching shall be used. Thread should beequal 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 and3/8" in width.

CONSTRUCTION: Shirts will be cut on a form-fitting line and the shape of the pocket andgeneral style will conform to this specification.It is imperative that this garment be constructed according to the principlesset forth in the specifications. All stitches must be of the proper tension andsize so as to avoid puckering after shirt has been laundered and to give bestdurable press performance. Shirts to have five (5) permanent militarycreases, one crease in each front extending from hem to joining seam.Military pockets will not be sewn into pockets. Three (3) vertical creases inback; middle crease on center back line; side back creases spaced equallyfrom center crease. Creases to be stitched in shirt.

STITCHING:Seams - Edge stitching, and all other stitching, to be not less than 10 stitchesper inch.

CUTTING:Collars, pockets and flaps are to be die cut to ensure uniformity..

290

PAGE 2 2013 Spec # 19.0812 Navy

SHIRT, DRESS UNIFORM, SHORT SLEEVE,FEMALE, NAVY

FRONT:Plain military style. Each front shall have a facing 3 ½" wide at the necktapering to 1 ½" at the bottom of the shirt, provided by a turn under of thematerial. Facing at collar must have a smooth appearance when shirt isworn at neck. The left front shall contain six vertical buttonholes located3/4" from edge; the first buttonhole 3 ½" below neckline, and remaining tobe spaced 3 ½" apart on center. Buttons to be strongly attached throughtwo thicknesses of material forming right front and shall correspond inlocation to each buttonhole

BACK:Back yoke to be composed of a double thickness of material with outsideyoke 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 8½" 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 stitchwith a safety stitch so as to properly strengthen the seam. This same stitchmust be used on the side closing seams as well. Sleeve circumference beproportionate to shirt dimensions.

COLLAR:Convertible collar shall be one piece and to measure 3" long at points and 15/8" wide at back. The collar is to be single stitches 3/16" from edge. Collarto be interlined with fusible lining material. Collar shall be made withpermanent collar stays set in middle of collar. There must be tie space ofapproximately 1/4" when the collar is buttoned.

POCKETS:Two breast pockets measuring 4 ½" wide x 4 ½" long with 1 ½" sewn-in boxpleats. Lower pocket corners to be mitered. The left pocket flap shall besewn 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. Leftpocket to remain open as pocket flap is for appearance only. The leftpocket 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 shirtfront prior to setting pocket. Top of pocket to be positioned approximately1" above the bottom of the armholes and centered on military creases.Right pocket flap sewn to shirt front approximately 1/4" above pocket bymeans of double row of stitching spaced 1/4" apart. Pocket to be securedby button/buttonhole. Pocket and flaps shall be single stitched on the edge.Mitered corners on pockets and flaps shall match. Left pocket secured bymeans of velcro device sewn to pocket and shirt front, top center. A non-functional button and buttonhole shall be sewn to left pocket flap. Locationto mirror that of right pocket flap. All pockets and flaps shall be singlestitched on the edge. Pockets and pocket flaps to be die creased to giveuniform shape and size.

291

PAGE 3 2013 Spec # 19.0812 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 reinforcementstrip is to extend from the flap setting stitch to the joining seam at the frontof 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 bottomcaught in the velcro setting stitch.There shall be two (2) round embroidered eyelets 1" apart with the bottomeyelet 1" above the left pocket. These eyelets shall be through the frontand 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 shallbe 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 andone ply of the reinforcement only.

PATCHES/SHOULDER:American/Chicago Flag Patch (as per C.F.D. Spec. NO. 16.0120) shall besewn 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. #16.0118, 16-0119, 16.0124, 16.0125) shall be sewn 1" below the left sleeve head usingthe center of the yoke as the "center line". Patch to meet the requirementsof 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 andon outside of left front tail and separate label affixed to the manufacturerslabel inside of collar stand.

PRESSING:Component parts must be pressed on hot-head machines; finished shirts tobe folded and hand pressed.

LABELS:A label or permanent marking indicating cleaning/washing information shallbe sewn to or printed on each garment.

292

PAGE 4 2013 Spec # 19.0812 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 #20.0115 indicatingmanufacturer’s compliance to specification shall be sewn under the right flap.

No manufacturer or representative may suggest that shirts are approved without prior inspection ofcompleted sample shirts by an authorization from the Fire Commissioner, Chicago Fire Department.

293

Line #117 CC 2008461200 2013 Spec # 19.0819 Med Blue19.0819N Navy Blue

SHIRT, WORK, SHORT SLEEVE, MED BLUE UNISEXFR (FLAME RETARDANT)

General Description: 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.

Fabric: 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./yd2 . Thread:

Nomex.

Sizing: 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.

Stitching: 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”.

Collar: The collar shall be a two piece dress style with 2 7/8" collar points sewn to a twopiece 1 1/4”collar band. The collar shall be fully lined with a fusible woven liner andshall have permanent collar stays. The collar shall be topstitched for tailoredappearance and shape retention. A 90 stitch horizontal buttonhole shall bepositioned 3/4" from the end of the collar band and centered on the band. A 17ligne button shall be sewn with 14 stitches 5/8" from the end of the collar band,centered on the band.

Front: 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. Placketbuttonholes will be stitched horizontally with 90 stitches 3 1/2” apart. Non-wovenor fusible interlings shall be cause for rejection.

The right front shall have 1" wide inside finished facing that is sewn the full length ofthe front from the collar band to the bottom hem. On the right front shall be set six17 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" tophem 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 eachpocket and stitched at top and bottom to prevent spreading. Top stitching shall be1/16” from the edge to reduce puckering. Pocket shall close by 5/8”X 1” hook andloop tabs.

294

PAGE 2 2013 Spec # 19.0819 Med Blue19.0819N Navy Blue

SHIRT, WORK, SHORT SLEEVE, MED BLUE UNISEXFR (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 thatit 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) buttonshall be sewn with 14 stitches 1 3/8” down from the pocket top and enteredthereon. Pocket flaps shall be fully lined with 250 Dacron. Pocket flaps without anyinterlining, 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 inshading throughout the life of the garment. Each name tape shall measure 1” fromtop 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 edgealigned with top edge of pocket flap. Side edges of each name tape shall align withside edges of pocket flaps. Name tapes shall be fused and folded on all sides sothere are no raw edges.

Name tape above wearer’s left pocket shall be embroidered in white ½” blocklettering with individual’s rank. Name tape above wearer’s right pocket shall beembroidered 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 andset into the shoulders with a double needle safety stitch. Short sleeves shall terminatein 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 eitherfelled, safety stitched, or safety stitched and then topstitched. The back shall bejoined to the yoke by means of a double needle felled yoke seam. The yoke shall be 21/2" wide at the center neck and 2" wide at the armholes. The yoke shall join the shirtfronts with double needle felled shoulder seams. The back shall join the frontsat the sides by means of safety stitching.

Military Creases: Shirts shall have five military creases. There will be three on the back and one oneach front centered on the pocket button. The creases shall be permanentlycreased and stitched 1/16” through and through.

Independent Third Party Certification And Labeling:

All shirts will be labeled in accordance with Section 2-2.3 of NFPA 1975, 2009. Allshirts will bear all labels mandated by the Federal Trade Commission at the date ofmanufacture. All products must be listed as classified by Underwriter’s Laboratoriesas being compliant with the requirements of NFPA 1975-2009. Two Paxar labels shallbe attached to front bottom approximately 1” up from hem.

295

PAGE 3 2013 Spec # 19.0819 Med Blue19.0819N Navy Blue

SHIRT, WORK, SHORT SLEEVE, MED BLUE MALEFR (FLAME RETARDANT)

COLLAR PATCHES:Shirt shall include any collar patches.,i.e. PIC, Amb. Cmdr., Engr., Lt, andCaptain with sewing.

PATCHES/SHOULDER:American/Chicago Flag Patch (as per C.F.D. Spec. NO. 16.0120) shall besewn 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. #16.0118, 16-0119, 16.0124, 16.0125) shall be sewn 1" below the left sleeve head usingthe center of the yoke as the "center line". Patch to meet the requirementsof 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 ofcompleted trousers by and written authorization from the Fire Commissioner, Chicago Fire Department.

MANUFACTURER: LION APPARELOR EQUAL

296

Line #118 CC 8051273100 2013 Spec # 19.0825

SHORT SLEEVE POLO SHIRT UNISEX, WHITE, BLACK & GRAY - (NON-FR)

DESCRIPTION: A shirt designed for emergency service applications to maximizeappearance and wear life.

STYLE: Short sleeve, knit shirt with self-material collar, 3 button clean finishplacket.

MATERIALSFABRIC: The 100% Cotton Interlock Polo Shirt shall be manufactured with the

following fabric to assure consistency of color and textile performance.

COLOR: White, Black and Gray

BUTTONS: Front placket shall have three buttons of dress shirt style in size 17 lignewith four holes each. Black on Navy, White on White and Grey on Grey.

CONSTRUCTIONCOLLAR: 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 bymeans of a lockstitch, which shall be covered with a self-fabric tape andreinforced with two rows of lock stitching to reduce thread wear andchafing to the wearer. Collars shall be commercially color-matched andgraded to the size of the shirt

Sleeve Pocket: There shall be one double pen slots pocket centered in the middle of eachsleeve. The pocket opening shall be a ¼” double welt with 1/16 “edgestitch reinforcement. Pocket opening shall measure ½” X 2”. The pocketshall be 2” wide and 5 ¾ ” deep, set with a single needle lockstitchtopstitching.

Mic Slot: 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 openingshall measure ½” X 1 ½”.

Mic Tab: Center front placket shall have a ½” X 1 ½” mic tab secured with bar tacks atthe bottom of the placket

Sleeves: The sleeves shall be full cut of one-piece construction and shall close at theunderarm and be set into the shoulders with a serge seam. Sleeves shallfinish with a 1” wide hem, turned and double needle top stitched withinside coverstitch.opening.

Back, Front, And Shoulder: The front and back shall be attached at the side and shoulder seams with aserge stitch.

Bottom Hem: A 1” hem shall be two needle sewn with an inside cover stitch around theentire bottom of the shirt to eliminate fraying.

SIZES: Various sizes to fit male and female body contour and care instruction andcut number on back.

297

PAGE 2 2013 Spec # 19.0825

SHORT SLEEVE POLO SHIRT UNISEX, WHITE, BLACK & GRAY - (NON-FR)

EmbroideryLine #1 Chicago FireLine #2 – DepartmentThe 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. 20.0115 indicatingmanufacturer’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 Brothers2211 S. HalstedChicago, Il. 60608

OR EQUAL

298

Line #119 CC 8051286525 2013 Spec # 19.0850

LONG SLEEVE, SWEAT SHIRT, PULLOVER, UNISEX, NAVY

Description: Full cut pullover sweatshirt, right side inverted chest pocket, rib knit cuffsand waistband and brass zipper consisting of materials meeting NFPAStandard 1975, current edition.

In the "Station Wear" category. They are designed to be worn underprotective clothing and as such will not contribute to firefighter injury norwill they in any manner lessen the effectiveness of the Firefightersprotective 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 andrib bottom with brass automatic zipper.

Construction: Collar: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 sideseam free swing pockets.

Sleeves:One piece long sleeve with rib knit cuff to be serged.

Materials: Fabric:95% cotton/5% polyester ash fleece. 11.25 ounce per sq. yd. 1 x 1 ribknit/100% cotton with lycra.

Color:Navy

Decoration:Chicago Fire Department embroidered letters to be 1" in height over leftchest. Back of sweatshirt will be CFD logo centered 5" below collarbetween shoulders.

Size Label:A permanent size label shall be sewn at the top rear neckline seam.

299

PAGE 2 2013 Spec # 19.0850

LONG SLEEVE, SWEAT SHIRT, PULLOVER, UNISEX, NAVY

Specification Compliance Label:A label meeting the design of Chicago Fire DepartmentSpecification 20.0115 shall be permanently attached to the interior of thegarment at base of collar.

Size and Care Label: Various sizes to fit male and female body contour and care instructions andcut number on back.

Authorization/Restrictions:To be worn by Fire Operation and Logistics personnel only, wear limited towork 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 meetthe requirements of NFPA Standard 1975, current edition in compliance ofChapter 2-1.1 of said standard.

MANUFACTURER: Rubin Brothers2141 S. Halsted St.Chicago, Il. 60608312-942-1111

OR EQUAL

Makers Specification Label:Manufacturers label must be in compliance to the requirements of the Chicago Fire Departmentspecifications 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 maysuggest long sleeve sweat shirts are approved without prior inspection of completed sample long sleevesweat shirts by authorization from the Fire Commissioner, Chicago Fire Department.

300

Line #120 CC 2001080105 2013 Spec # 19.0551

LONG SLEEVE, SWEAT SHIRT, FULL ZIPPERED, UNISEX, NAVY

Description: Zippered sweatshirt, right side inverted chest pocket, rib knit cuffs andwaistband and brass zipper consisting of materials meeting NFPA Standard1975, current edition.

In the "Station Wear" category. They are designed to be worn underprotective clothing and as such will not contribute to firefighter injury norwill they in any manner lessen the effectiveness of the Firefightersprotective 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 andrib bottom with brass automatic zipper.

Construction: Collar: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 sideseam free swing pockets.

Sleeves:One piece long sleeve with rib knit cuff to be serged.

Materials: Fabric:95% cotton/5% polyester ash fleece. 11.25 ounce per sq. yd. 1 x 1 ribknit/100% cotton with lycra.

Color:Navy

Decoration:Chicago Fire Department embroidered letters to be 1" in height over leftchest. Back of sweatshirt will display Chicago Fire Department silk screenedcentered 5" below collar between shoulders.

Size Label:A permanent size label shall be sewn at the top rear neckline seam.

301

PAGE 2 2013 Spec # 19.0851

LONG SLEEVE, SWEAT SHIRT, FULL ZIPPERED, UNISEX, NAVY

Specification Compliance Label:A label meeting the design of Chicago Fire DepartmentSpecification 20.0115 shall be permanently attached to the interior of thegarment at base of collar.

Size and Care Label:Various sizes to fit male and female body contour and care instructions andcut number on back.

Authorization/Restrictions:To be worn by Fire Operation and Logistics personnel only, wear limited towork 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 meetthe requirements of NFPA Standard 1975, current edition in compliance ofChapter 2-1.1 of said standard.

MANUFACTURER: Rubin Brothers2141 S. Halsted St.Chicago, Il. 60608312-942-1111

OR EQUAL

Makers Specification Label:Manufacturers label must be in compliance to the requirements of the Chicago Fire Departmentspecifications 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 maysuggest long sleeve sweat shirts are approved without prior inspection of completed sample long sleevesweat shirts by authorization from the Fire Commissioner, Chicago Fire Department.

302

Line #121 CC 2007225010 2013 Spec # 19.1201

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. Allhems 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 ofcompleted sample T-shirt by and written by the Fire Commissioner, Chicago Fire Department.

MANUFACTURER: Rubin Manufacturing Inc.2241 S. HalstedChicago, Il 60605312-942-1111

OR EQUAL

303

Line #122 CC 2007224010 2013 Spec # 19.1203

SLEEPWEAR, NAVY BLUE SHORTS - UNISEX

STYLE:Shorts will have concealed elastic waist, fly front with button fly closure. Nopockets.

MATERIALS: 100% cotton flannel. Napthol dyed.

CONSTRUCTION: 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. MalteseCross to be placed on left leg area. Silk screeningincluded 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 ofcompleted sample shorts by and written by the Fire Commissioner, Chicago Fire Department.

MANUFACTURER: Rubin Manufacturing Inc.2241 S. HalstedChicago, 11 60605312-942-1111

OR EQUAL

304

Line #123 CC 2007270012 2013 Spec # 19.0801 White19.0803 Navy

SHIRT, DRESS UNIFORM, LONG SLEEVE,MALE, WHITE AND NAVY

DESCRIPTION: Form fitting military style with pleated pockets banded neck and militarycreases.

Color:White and Navy.

MATERIALS: Fabric:Basic fabric to be 65% polyester and 35% combed cotton poplin. Fabric tohave 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 and3/8 “ width.

CONSTRUCTION:Shirts will be cut on a form-fitting line and the shape of the pocket andgeneral style will conform to this specification.

It is imperative that this garment be constructed according to the principlesset forth in the specifications. All stitches mustbe of the proper tension andsize so as to avoid puckering after shirt has been laundered and to give bestdurable press performance. Shirts to have permanently stitched in militarycreases.

Front:The right front shall have a center facing 1½” wide extending from collarstand to bottom of shirt and be made of the same material as the shirtfabric with two rows of stitching 7/8" apart. The center front shall containfive (5) vertical buttonholes placed 3/4" from edge with the 1st buttonhole3 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 tobottom of shirt. Buttons shall be securely attached to the button stand andshall correspond to the buttonholes on the center facing.

Back:Back yoke to be composed of a double thickness of material with outsideyoke top stitched.

305

PAGE 2 2013 Spec # 19.0801 White19.1803 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 twobuttons on one end, and one buttonhole on the other to allow for adjustingthe 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 thisopening is to be 1" wide.The sleeves must be secured to the body of the shirt by means of a merrowstitch with a safety stitch so as to properly strengthen the stitch. The samestitch must be used on the side closing seams as well

Collar:The shape and style of both leaf and stand shall conform to the TT111Collar. 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 30degree angle with no stitches made through bottom leaf. The stand shallfasten with one button.

Interlining:Collar and top center to be lined with 100% Dacron. Band and cuffs to be375 weight mello press.

Pockets:The right and left pockets to have mitered corners and shall finish 4 ½" wideand 4 ½” long. The pockets are to have 1 1/4" box pleat stitched top andbottom to prevent spreading.The left pocket to have an imitation clip cornered flap sewn to the top andsides of the pocket so that the overall length of flap and pocket is 4 ½” widex 5 1/4 “long. There shall be a buttonhole and button sewn on the flap. Thepocket shall have an inside pencil compartment 1½” wide, made by sewinga separate piece of self goods to shirt front. There shall be a-1" strip ofvelcro sewn at the top of the pocket slightly off center with the matchingcomponent sewn to the shirt front.

Flaps:The right flap shall be clip cornered to finish 4 5/8" length. Flap to besecured 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 theedge. There shall be a button sewn to pocket with corresponding buttonhole sewn in pocket flap. Pockets and pocket flaps to be die creased to giveuniform shape and size.

306

PAGE 3 2013 Spec # 19.0801 White19.1803 Navy

SHIRTS, DRESS UNIFORM, LONG SLEEVE,MALE, WHITE AND NAVY

Permanent Military Creases:Shirts to have five (5) permanently stitched in military creases. One creasein each front to be centered vertically through the pocket and flap andextending from hem to joining seam. Three (3) vertical creases in back;middle crease on center back line, side back creases spaced equally fromcenter crease.

Patches, Shoulder:American/Chicago Flag patch (as per C.F.D. Spec. No. 16.0120) shall be sewnl” below the right sleeve head using the center of the yoke as the "centerline".Patch to meet the requirements of referenced specification.Chicago Fire Department Maltese Cross Patch (as per C.F.D. Spec. No.16.0118, 16.0119, 16.0124 & 16.0125 ) shall be sewn 1" below the leftsleeve head using the center of the yoke as the "center line". Patch to meettheir requirements of the referenced specification.Shirts shall include patches with sewing!

Sizes:All sizes shall conform to the best commercial practices. Shirts shall bereadily available in a full range of sizes.

Pressing:Component parts must be pressed on hot-head machines; finished shirts tobe folded and hand pressed.

Size Marking:Neck size and sleeve length shall be marked with indelible ink on inside ofcollar stand and on outside of left front tail.

Labels:A label or permanent marking indicating cleaning/washing information shallbe sewn to or printed on each garment

MAKERS SPECIFICATIONS GUARANTEE LABEL:A label meeting the requirements of the Chicago Fire Department Specification # 20.0115 indicatingmanufactures compliance to specification shall be sewn under the right pocket flap.

MANUFACTURER: Leventhal Bros-Co. Elbeco36 Maple Pl. One Wide Awake LaneManhasset, NY Reading, Penn.

OR EQUAL

No manufacturer or representative may suggest that shirts are approved without prior inspection ofcompleted sample shirts by and written authorization from the Fire Commissioner, Chicago FireDepartment.

Line #124 CC 2002154075 2013 Spec # 19.2001

307

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" ovalshaped section of the background material.

AUTHORIZATIONS/RESTRICTIONSUniformed members entitled to wear star(s) will wear them on the outsideof 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 modifieddress 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 theedge 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 bepositioned ½” above the star. When 2 stars are authorized, the 2nd star willbe positioned ½ “ above the 1st.

Star(s) are to be worn on the uniform wool dress blouse, wool overcoat, andmodified dress jacket.

To include application and sewing of service star.

MANUFACTURER: Schweizer Co. National Emblem Inc.1022 Busse Highway 999 N Elmhurst Rd.Park Ridge, Il. 60068 Mt Prospect, Il. 60056

OR EQUAL

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that stars are approved without prior inspection ofcompleted sample Stars by and written authorization from the Fire Commissioner, Chicago Fire Department.

308

Line #125 CC 2013710020 2013 Spec # 19.2002

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: Navy Blue, Gold or Silver

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.Stitch count for the bar is 612. One-fourth of an inch of backgroundmaterial to show on all sides. Where more than one stripe is authorized, a3/16" space shall appear between stripes.

Uniformed members entitled to wear bar(s) will wear them on the outsideof 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 modifieddress jacket.Overcoats of members below the rank of Battalion Chief/Asst. ChiefParamedic 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" fromthe edge of the sleeve. When length of service exceeds 25 years, thebottom service bar will be positioned ½ “ above the star. When 2 stars areauthorized, the 2nd star will be positioned ½” above the 1st.

Bar(s) are to be worn on the uniform wool dress blouse, wool overcoat, andmodified dress jacket.

MANUFACTURER: Schweizer Emblem Co. National Emblem Inc.1022 Busse highway 999 N. Elmhurst Rd.Park Ridge, Il. 60068 Mt. Prospect, Il. 60056

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 ofcompleted sample bars by and written authorization from the Fire Commissioner, Chicago Fire Department.

309

Line #126 CC 2001092100 2013 Spec # 19.2305

SWEAT SUIT - PANTS, SHIRT

DESCRIPTION: Navy blue shirt and pants to be used by physical training program. Garmentis not part of NFPA and as such is not approved for station wear. To bemade 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 physicaldesigned to current sports activity sizing patterns using latest constructionfeatures. 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. Plastisolink 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 or50/50 products.

CONSTRUCTION:Pants shall be made with elastic waistband with drawcord, and elastic anklecuffs. Chicago Fire Department Maltese cross logo to be applied on upperleft leg. The Chicago Fire logo shall be in the shape of Chicago FireDepartment Maltese cross patch, color in white only.

SWEATSHIRT:80% cotton - 20% polyester or 50% cotton - 50% polyester premium (heavyweight) fleece shirt to be worn only for physical training and is notapproved for station wear. Long sleeve style designed and constructed tolatest 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, SHIRTShirts shall be long sleeve with rib-knit cuffs, rib-knit band bottom, highcrew neck, generous cut to allow maximum movement. Chicago FireDepartment logo to be applied on right breast in heat position. Logo shallbe white silk screen or white plastisol ink heat transfer. Transfer shall beflex 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.

310

PAGE 2 2013 Spec # 19.2305

SWEAT SUIT - PANTS, SHIRT

Manufacturers Guarantee: Manufacturers must guarantee in writing, quality of workmanship. Nomanufacturer or representative may suggest long sleeve sweat shirts are approved without prior inspectionof completed sample long sleeve sweat shirts by authorization from the Fire Commissioner, Chicago FireDepartment

MANUFACTURERS: Rubin Bros.2141 So Halsted St.Chicago, Il. 60608312-942-1111

OR EQUAL

311

Line #128 CC 8051281010 2013 Spec # 19.2307

SWEATER. LONG SLEEVE, ZIPPERCLOSURE, NAVY BLUE “JOHNNY COAT”

DESCRIPTION: Crew neck long sleeve zippered cardigan, 2 pockets, double elbow, rackedtrim, heavy weight. Blauer Style $ 227 Full Zipper or approved equal

MATERIALS:High-performance blend of 57% polyester, 28% worsted wool, and 15% lowpill acrylic is comfortable, durable, and machine washable

COLOR:Dark Navy blue

POCKETS:2 inside pockets and inside reinforced elbows, self fabric. Rack stitch borderand 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 careinstructions 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: BlauerOR EQUAL

Makers Specification Guarantee:No manufacturer or representative may suggest that sweaters are approved without prior inspection ofcompleted sweaters by and written authorization from the fire commissioner, Chicago Fire Department.

312

Line #129 CC 2008598803 2013 Spec # 19.2307A

COMMANDO SWEATER. LONG SLEEVE,

DESCRIPTION: Pullover style V-neck jersey knit sweater, straight body. Knitted body andsleeve welt with non-raveling edge. Set-in sleeves with turn-back cuffs foradjusting sleeve length. Cloth patches for reinforce shoulders and elbows.Chicago Fire Department patches will be sewn on garment, Maltese on leftshoulder and CFD white flag on right.

MATERIALS:High-performance blend of 57% polyester, 28% worsted wool, and 15% lowpill 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 careinstructions 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 specificationNO: 20.0115 indicating manufacturer’s compliance to specifications shall besewn to inside of left bottom pocket.

MANUFACTURER: Blauer Manufacturing Co., Blauer Style

OR EQUAL

313

Line #130 CC 8051274150 2013 Spec # 19.2308

TEE SHIRT - UNISEX WHITE, OFFICERS, NAVY BLUE, FF

DESCRIPTION: White or blue short sleeve cotton T-shirt with deep arm holes and set-Increw rib collar, full-cut width, length and sleeves.

Silk ScreenFront Left Chest AreaMaltese cross 4”

Back Upper Center – Three (3) LinesLine 1: CHICAGO 1 3/8”Line 2: FIRE 4 5/8”Line 3: DEPARTMENT 1 3/8” on back of shirt

Letter ColorWhite on Blue ShirtsBlue on White Shirts

MATERIAL:100% PREMIUM COTTON PRE-SHRUNK JERSEY.

STYLE:#3930R, 3930XR,39303XR. 10220-3009-01

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 ofcompleted 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 uniformonly.

MANUFACTURER: Fruit of the Loom Rubin Bros. Inc.1 Fruit of the Loom Drive 2241 So Halsted StBowling Green, Kentucky Chicago, Il. 6060842102 312-942-1111

OR EQUAL

314

Line #131 CC 2001063090 2013 Spec # 19.2401

SERT BIKE SHIRTDARK NAVY WITH HI-VIS YELLOW

GENERAL REQUIREMENTSGarments 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

TRIMCollar: Rib collar: 98% Poly, 2% Spandex

Sleeve Cuff: Rib knitted cuff 1" wide. 98% Poly, 2% Spandex

Reflective Trim: 1-inch wide 3M's Scotchlite #8930 silver reflective fabric withcrosswalk print.

Reflective Piping: 1/8" finished reflective piping with soft filler

Zippers: SBS#3 - Nylon zipper

DESIGN AND CONSTRUCTIONShort 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 panelsand above sleeve cuffs.

1" crosswalk reflective trim sewn across front and back chest.

Two zippered chest pockets.

CUSTOMIZATIONEMBLEMS/PATCHES: Right shoulder: Chicago Flag/American Flag

Left shoulder: F.D. Maltese, Chicago Paramedic, or EmergencyTechnician Emblem to be made of 3M SCOTCHLITE background.

315

Page 2 2013 Spec # 19.2401

SERT BIKE SHIRTDARK NAVY WITH HI-VIS YELLOW

STANDARD SIZE RANGE: Sizes: unisex XS - 6XL

MEASUREMENTS: Unisex regular length: Size La. Neck 17.75 (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

316

Line #132 CC 2001064105 2013 Spec # 19.2402

SERT BIKE PANTSDARK NAVY

GENERAL REQUIREMENTSGarments 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: Rib collar: 98% Poly, 2% Spandex

Sleeve Cuff: Rib knitted cuff 1" wide. 98% Poly, 2% Spandex

Reflective Trim: 1-inch wide 3M's Scotchlite #8930 silver reflective fabric withcrosswalk print.

Reflective Piping: 1/8" finished reflective piping with soft filler

Zippers: SBS#3 - Nylon zipper

DESIGN AND CONSTRUCTIONShort 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 panelsand above sleeve cuffs.

1" crosswalk reflective trim sewn across front and back chest.

Two zippered chest pockets.

317

Page 2 2013 Spec # 19.2402

SERT BIKE PANTSDARK NAVY

STANDARD SIZE RANGE: Sizes: unisex XS - 6XL

MEASUREMENTS: Unisex regular length: Size La. Neck 17.75 (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

318

Line #NONE CC 5904052100 2013 Spec # 20.0115

LABEL, MAKERS GUARANTEE SPECIFICATION COMPLIANCE

DESCRIPTION: Label containing the Fire Department Maltese Cross and a legend reading"MANUFACTURED WITH THE APPROVAL AND IN ACCORDANCE WITHSPECIFICATIONS OF CHICAGO FIRE DEPARTMENT."(See example on attached sheet)

MATERIAL:Polyester fabric with fire retardant coating .Must meet or exceed therequirements of Chapter 3-2.3 of National Fire Protection AssociationStandard 1975, current edition.Testing to be conducted In accordance with Federal Test Method Standard191, Method 5903.

DIMENSIONS:Style 1 - 7/8" high x 2" wide.Style 2 - 1 1/8 high x 2 ½" wide.Style 3 - 1 3/4 high x 4" wide.All measurements plus or minus 1/8".

AUTHORIZATIONS/RESTRICTION:

MAKERS SPECIFICATION GUARANTEE:No Manufacturer or representative may suggest that labels are approved without prior Inspection ofcompleted sample labels by and written authorization from the Fire Commissioner Chicago Fire Department.

OR EQUAL

319

Line # 133 CC 2008465013 2013 Spec # 20.1812A

CARGO SHORTS, WORK, NFPA COMPLIANT UNISEX NAVY BLUEDIVE TEAM & MARINE UNIT

Description: A six pocket uniform work shorts (two (2) front pockets, two (2) rear hippockets and two (2) side cargo pockets) developed for fire service applicationswhich meets all NFPA 1975-2009 Edition construction and fabric requirements.The trouser is designed to maintain its appearance throughout the life of thegarment and assure consistency in both construction and fit. This protectiveclothing is not proximity, entry or structural firefighting gear.

Fabric: NOMEX® IIIA, 93% Nomex®/ 5% Kevlar®/ 2% Carbon, Weight, 6 oz.yd2 (TwillWeave), Thread, Nomex® IIIA, Navy.

Sizing: Chicago FD First Responder style short is fully graded to assure fit across thefull range of response personnel body types

Waist Closure: Slide fastener (fly zipper) shall consist of solid brass hardware on colorfastNomex® III 7/16” tape. Chain size #45Y, style 45YGS5 slider, ratcheting chain toprevent breakage of chain teeth. One 30 ligne, four hole, black melamine buttonshall be mounted on the waistband.

Internal Construction Fabric: Pockets and waistband shall be 4.5 oz. FireWear®.

Belt Loops: Seven belt loops, not less than 5/8" wide and 2 ¼” long, double-needle stitched,bartacked onto waist at top and bottom.

Crotch and Seat Assembly: The crotch is formed below the fly at the intersection of the four foundationpanels of the short: left front, right front, left rear, and right rear. The short isassembled to form this crotch by first sewing the left front to the left rear thusmaking the left side of the short; and the right front to the right rear to form theright side. The left side of the short thus formed is then joined together to theright side by means of the seat seam. The short is not assembled by the alternatewhole front to whole back method due to the unreliability of that method duringextended wear life.

Leg Construction: The short legs are fully cut for ease of movement and assembled using a four-thread safety stitch

Use, Care, Maintenance: Every garment as required by NFPA 1975-2009 shall have securely attachedinstructions regarding the care of the garment. Applicable cautions to the wearerwill be included.

Pockets: FRONT (2): Left and right front pockets with 6” quarter top openings and 11 ¼”depth. Pockets shall be reinforced by doubling pocket weight at the bottom ofpocket bags. Pockets are constructed of internal construction fabric. Trousersconstructed with single layer of pocketing shall be cause for rejection.

320

Page 2 2013 Spec # 20.1812A

CARGO SHORTS, WORK, NFPA COMPLIANT UNISEX NAVY BLUE

REAR (2): Left and right hip pockets with top and bottom welt construction. Openingshall be 5 ¼” wide and pocket depth shall be 6". Pocket openings shall betopstitched with single bar tack reinforcements at each corner. Left pocketopening shall include a number 22 ligne black button and a button openingfor closure. Trousers constructed without bartacks at pocket corners shallbe cause for rejection.

LEFT LEG (1): Pocket shall be 7 ½” wide by 8” high, double pleated and with a semi-bellows design for expansion. The pocket shall be set 10 ½” below the topof the waistband, centered on the side seam, and bartacked at the topcorners. There shall be an 8” wide by 2 ½” high rectangular flap centereddirectly above pocket with a 3 tab hook and loop closure system. Closuretabs shall measure 1” x 1” (see diagram next page).

RIGHT LEG (1): Primary pocket shall be 7 ½” wide by 8” high with a semi-bellows design forexpansion. The pocket shall be set 10 ½” below the top of the waistband,centered on the side seam, and bartacked at the top corners. There shall bean 8”wide by 2 ½” high rectangular flap centered directly above pocket witha 3 tab hook and loop closure system. Closure tabs shall measure 1” x 1”.Primary pocket shall also have two internal 1” x 6 ¼” utility loops. Thestraps can either remain concealed inside the pocket, or lifted over the topedge to secure tools placed in the exterior compartments (see diagram nextpage).

There shall be a patch pocket on the front of the primary pocket. Patchpocket shall measure 7 ½” wide x 5” high and topstitched with two verticalrows of stitching spaced to create three slots for tools. The slots shallmeasure 4 ¼”, ¾” and 2”.

321

Page 3 2013 Spec # 20.1812A

CARGO SHORTS, WORK, NFPA COMPLIANT UNISEX NAVY BLUE

Cargo Short Leg Lengths: Manufacturer to produce open bottom lengths. When sold or issued, pantlegs must be finished to a proper inseam length.

Manufacturers Permanent Identification Label:The Manufacturers Permanent Identification Label containing specific care instructions and:

(a) Name and designation of manufacturer(b) Style, name, number or design(c) Cut, serial, or textile material number(D)Statement "This garment meets requirements of NFPA 1975, Standard, current edition on Station/WorkUniforms for Firefighters.

WARNING:Do not wear alone for limb/torso protection during structural firefighting. Failure to comply with thiswarning may result in serious injury or death. DO NOT REMOVE THIS LABEL

CERTIFICATION STATEMENT:Manufacturer must provide documentation that all textile materials meet the requirements of NFPAStandard l975, current edition.

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

SIZING: Shorts will be readily available in a full range of sizes.

MANUFACTURER: Lion Apparel

OR EQUAL

322

Line #134 CC 2007577680 2013 Spec # 20.1815

TROUSERS, DRESS UNIFORM MALE, ALL RANKS

STYLE:Male uniform trousers with two front quarter pockets, two button-tab hippockets, and a wide waistband with belt loops. There shall be a stretchwaistband with silicone shirt-grip stripe, permanent silicone adhesivecreases on both the front and back of the legs, front crotch panels and flylining with button tab two side and two rear pockets.

SHELL:To be made of 14.0-14.5oz per linear yard serge weave 2-ply 55% DacronPolyester/45% Worsted Wool with mechanical filling stretch.

Pocketing:All pockets to be of 4.1 oz per square yard twill weave 50% polyester/50%cotton with a count filling of 66/88.

CONSTRUCTION: Zipper:The front fly zipper shall be nylon coil size #5 with auto-lock slider.

BUTTON HOLES:Button holes shall be straight, cut-after type.

Waistband:The stretch banroll waistband shall be 2.75 inches wide and shall becomposed of 75% polyester, 18% spandex, and 7% nylon.

There shall be a minimum of seven belt loops, each loop being 1" wide andlong enough to accommodate a 2"belt. Loops are to be of a doublethickness of trouser material stitched on the face side on a double needlemachine. Loops are to be sewn into the waistband seam, except for thecenter back loop which shall be tacked on.

Pockets:To have 2 side pockets, with outside opening to measure 7.5" whenfinished, by 12.5" deep measuring from the band to the bottom. To have 2hip pockets, double welt, Reece made, with outside opening to measure5.25" finished, tack to tack, by 6" deep. The finished pocket bag shallmeasure 6.75 inches wide and shall extend down 9.25 inches from where itis sewn into the waistband. Tab on left hip pocket to be All pockets are to bebar tacked at the ends of the pocket opening, and all pockets are to be handturned and topstitched, not overcast.

323

PAGE 2 2013 Spec # 20.1815

TROUSERS, DRESS UNIFORM MALE, ALL RANKS

CONSTRUCTION: OUTLETS:The seat outlet shall measure 1.5inches on each side. There shall be thighoutlets with the back side of the inseam measuring 1 inch at the crotch.

QUARTER LININGS:Crotch shall be lined in the front quarters with 2 plies of the specifiedpocketing material bias cut with a folded edge.

Bottoms:Plain bottoms, finished with cloth heel reinforcement. The finished length ofthe trousers is to be cut so that the front edge of the trousers touches theshoe on a straight line. Width of the trouser shall be narrow - tailored tocompliment the individual's appearance.

Sizing:Trousers shall be readily available in a full range of sizes. See attachedfinished dimension chart.

LABELS: MAKERS SPECIFICATIONS GUARANTEE LABEL:A Makers Specifications Guarantee Label meeting the requirements ofChicago Fire Department SpecificationNo. 20.0115 shall be sewn inside of the right rear pocket.

Care Instructions:A label or permanent marking indicating cleaning/washing information shallbe sewn to or printed on each garment.

Size labels:A permanent size label shall be sewn to the inside waistband.

MANUFACTURER: Romart Mfg.101 Pitston Ave.PO Box 271, Scranton, Pa. 18505(570) 342 9257

AUTHORIZATIONS/RESTRICTIONS:Worn with other articles of dress or modified dress uniform only.

MAKERS SPECIFICATIONS GUARANTEE:No manufacturer or representative may suggest that trousers are approved without prior inspection ofcompleted sample trousers by and written authorization from the Fire Commissioner, Chicago FireDepartment.

324

Line #135 CC 2007578010 2013 Spec # 20.1816

TROUSERS, DRESS UNIFORM FEMALE, ALL RANKS

STYLE:Female uniform trousers with two front quarter pockets, two button-tab hippockets, and a wide waistband with belt loops. There shall be a stretchwaistband with silicone shirt-grip stripe, permanent silicone adhesivecreases on both the front and back of the legs, front crotch panels and flylining with button tab two side and two rear pockets.

SHELL:To be made of 14.0-14.5oz per linear yard serge weave 2-ply 55% DacronPolyester/45% Worsted Wool with mechanical filling stretch.

Pocketing:All pockets to be of 4.1 oz per square yard twill weave 50% polyester/50%cotton with a count filling of 66/88.

CONSTRUCTION: Zipper:The front fly zipper shall be nylon coil size #5 with auto-lock slider.

BUTTON HOLES:Button holes shall be straight, cut-after type.

Waistband:The stretch banroll waistband shall be 2.75 inches wide and shall becomposed of 75% polyester, 18% spandex, and 7% nylon.

There shall be a minimum of seven belt loops, each loop being 1" wide andlong enough to a 2"belt. Loops are to be of a double thickness of trousermaterial stitched on the face side on a double needle machine. Loops are tobe sewn into the waistband seam, except for the center back loop whichshall be tacked on.

Pockets:To have 2 side pockets, with outside opening to measure 7.5" whenfinished, by 12.5" deep measuring from the band to the bottom. To have 2hip pockets, double welt, Reece made, with outside opening to measure5.25" finished, tack to tack, by 6" deep. The finished pocket bag shallmeasure 6.75 inches wide and shall extend down 9.25 inches from where itis sewn into the waistband. Tab on left hip pocket to be All pockets are to bebar tacked at the ends of the pocket opening, and all pockets are to be handturned and topstitched, not overcast.

325

PAGE 2 2013 Spec # 20.1816

TROUSERS, DRESS UNIFORM FEMALE, ALL RANKS

CONSTRUCTION: OUTLETS:The seat outlet shall measure 1.5inches on each side. There shall be thighoutlets with the back side of the inseam measuring 1 inch at the crotch.

QUARTER LININGS:Crotch shall be lined in the front quarters with 2 plies of the specifiedpocketing material bias cut with a folded edge.

Bottoms:Plain bottoms, finished with cloth heel reinforcement. The finished length ofthe trousers is to be cut so that the front edge of the trousers touches theshoe on a straight line. Width of the trouser shall be narrow - tailored tocompliment the individual's appearance.

Sizing:Trousers shall be readily available in a full range of sizes. See attachedfinished dimension chart.

LABELS: MAKERS SPECIFICATIONS GUARANTEE LABEL:A Makers Specifications Guarantee Label meeting the requirements ofChicago Fire Department Specification No. 20.0115 shall be sewn inside ofthe right rear pocket.

Care Instructions:A label or permanent marking indicating cleaning/washing information shallbe sewn to or printed on each garment.

Size labels:A permanent size label shall be sewn to the inside waistband.

MANUFACTURER: Romart Mfg.101 Pitston Ave.PO Box 271, Scranton Pa. 18505(570) 342 9257

AUTHORIZATIONS/RESTRICTIONS:Worn with other articles of dress or modified dress uniform only.

MAKERS SPECIFICATIONS GUARANTEE:No manufacturer or representative may suggest that trousers are approved without prior inspection ofcompleted sample trousers by and written authorization from the Fire Commissioner, Chicago FireDepartment.

326

Line #136 CC 2007287511 2013 Spec # 20.1817

TROUSERS, MODIFIED DRESS UNIFORM, MALE

STYLE:Male uniform trousers shall be made on a modified uniform pattern, havinga plain front with two quarter top front pockets, two hip pockets and awatch pocket. Trouser will be straight leg.

MATERIALS: Shell Fabric:To be made of Raeford uniform fabric style #32030-30 weave, 74% Dacronpolyester and 25% wool worsted 1% Lycra. 12.5 - 13.0oz per linear yard.Color:Navy blue

Pocketing:All pocketing shall be black, 70% polyester 30% cotton, 2.9oz. Per squareyard (60" width) with a minimum thread count of 78 x 64. Pocketing musthave a durable finish and the color must be black.

Pockets (front):The front pockets shall be quarter top style and have a minimum openingof 6" and they shall be 5 3/4" deep from the bottom of the opening. Frontpockets to have straight bartacks at the top and bottom of opening. Theywill be stitched, turned, and topstiched method. Pockets facings will bemade of basic fabric and must measure a minimum of 3" in width at the top.

Pockets (back):The two hip pockets will have a minimum opening of 5-1/2" and will be 53/4 deep. They shall be constructed using the double welt method on aReese PW automatic machine and finished in such a manner that there is notop stitching. Hip pocket facings to be made of basic fabric and have aminimum depth of 3/4". The left back pocket will have a centered tabinserted into the top welt with bartacks to form an opening for a button. Abutton shall be located below the bottom welt corresponding in locationwith the tab.

Pockets (watch):The watch pocket, located on the right front at the waistband. Shall haveminimum opening and depth of 2 3/4". The front of the pocket shall bemade of pocketing fabric and the back of the pocket shall be made of basicfabric and the two pieces are stitched together. Each corner shall have firmstraight bartacks.

WaistbandThe waistband will be the Freedom Fit system. The waistband willconstructed using the “closed method” and shall measure 2" wide whenfinished. The waistband closure shall be accomplished with a crush proofhook and eye. The hook and eye being bartacked for stability. Thewaistband must be top stitched 1/16" below the waistband seam for addedstrength. The top portion of the inside of the waistband is to consist of thesame fabric as used for pocketing. The fabric is to be cut on the bias formaximum comfort. To be 1 3/4" wide and finish 1 1/8" wide afterconstruction.

327

PAGE 2 2013 Spec # 20.1817

TROUSERS, MODIFIED DRESS UNIFORM, MALE

Upper Waistband:Upper waistband curtain to be inner lined with stretch Ban-Rol canvas.Canvas fabric consists of a warp of 47 ends of texturized nylon. The wovenfabric is coated with latex. The finished fabric weighs 12.0oz/yd/ The canvaswill be cut 1 3/8" wide and have a 10% stretch.

Bottom Portion:Bottom portion of the waistband will be a blend of 32% nylon, 38%polyester, 18% rubber (3 strands) 11% lycra and 1% acrylic woven 1 7/8"wide and to finish a minimum of 1 5/8" wide.

Inside Trim:Trouser shall have a memory lock zipper. There shall be a French Fly tabclosure in the inside of the right fly. The right fly will be the same fabric andcolor as the waistband curtain and pocketing. The fly lining shall be sewn tothe left fly below the zipper. A button shall be located on the left fly withthe French Fly tab to provide a clean and comfortable closure. There shallbe a bartack at the bottom of the fly.

Crotch Lining:A crotch liner shall be basted into the seam allowance at the crotch on eachleg and sewn in during final assembly.

Belt Loops:There shall be a minimum of 7 belt loops 3/4" in width of double thickness.Each loop must have a non-woven interlining. All loops (except for the backcenter loop) must be sewn into the bottom of the waistband and the top ofthe belt loops shall be caught into the waistband curtain seam with a Rocapmachine. The bottom of the center back loop shall be tacked to the trouserand the top of the loop tacked to the outside of the waistband.

Creasing:The front and rear crease in the trouser legs must incorporate a permanentmodified silicone crease produced by the "Lintrak system".

Stitching, Pressing & FinishingTrouser must be stitched with matching thread and all stitching to showmust be 10-11 stitches per inch. Trouser must be neatly pressed onHothead Presses and properly shaped. Outseams and inseams must bepressed open. Trouser must be cleaned and finished to eliminate loosethreads.

SeatSeat outlet to measure a minimum of 2 3/4" to allow for alterations. Seatmust be sewn with a Tandem Needle Machine.

328

PAGE 3 2013 Spec # 20.1817

TROUSERS, MODIFIED DRESS UNIFORM, MALE

Sizing:Trousers must be available from stock in the following sizes.Regular Rise: 28 - 50 9Even sizes only above 38)Short Rise: 28 - 40 (Even Sizes only)

LABELS: MANUFACTURERS SPECIFICATION GUARANTEE LABEL:A Makers Specification Guarantee Label meeting the requirements ofChicago Fire Department Specification 20.0115 shall be sewn to theinside of the right rear pocket.

Care Instructions:A label or permanent marking indicating cleaning/washing informationshall be sewn to or printed on each garment.

Size Labels:A permanent size label shall be sewn to the inside waist band.

AUTHORIZATIONS/RESTRICTIONS:Worn with other articles of modified dress uniform only.

The trousers described herein are not suitable for wear on the fireground as the material used in their construction is not F.R. - FIRERESISTANT.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that trousers are approved without prior inspection ofcompleted sample trousers by an authorization from the Fire Commissioner, Chicago Fire Department.

MANUFACTURER: Fechheimer4545 Malsbury Rd.Cincinnati, Ohio

329

Line #137 CC 2007286171 2013 Spec # 20.1818

TROUSERS, MODIFIED DRESS UNIFORM, FEMALE

STYLE:Female uniform trousers shall be made on a modified uniform pattern,having a plain front and one dart on each rear panel above the hippockets. Slack shall be straight leg design. The slack shall incorporatetwo quarter top front pockets and two hip pockets.

MATERIALS: Shell Fabric:To be made of Raeford uniform fabric style #32030-30 weave, 74%Dacron polyester and 25% wool worsted 1% Lycra. 12.5 - 13.0oz perlinear yard.

Color:Navy blue.

Pocketing:All pocketing shall be black, 70% polyester 30% cotton, 2.9oz. Persquare yard (60" width) with a minimum thread count of 78 x 64.Pocketing must have a durable finish and the color must be black.

Pockets (front):The front pockets shall be quarter top style and have a minimumopening of 5 ½"" and they shall be 5 1/4" deep from the bottom of theopening. Front pockets to have straight bartacks at the top andbottom of opening. They will be stitched, turned, and topstichedmethod. Pockets facings will be made of basic fabric and mustmeasure a minimum of 2" in width at the top.

Pockets (back):The two hip pockets will have a minimum opening of 5"wide openingand will be 6" deep. They shall be constructed using the double weltmethod on a Reese PW automatic machine and finished in such amanner that there is no top stitching. The corners of the hip pocketopenings shall have firm straight bartacks. The left hip pocket willhave a centered tab inserted into the top welt with bartacks to forman opening for a button. A button shall be located below the bottomwelt corresponding in location with the tab.

Pockets (watch):The watch pocket, located on the right front at the waistband. Shallhave minimum opening and depth of 2 3/4". The front of the pocketshall be made of pocketing fabric and the back of the pocket shall bemade of basic fabric and the two pieces are stitched together. Eachcorner shall have firm straight bartacks.

330

PAGE 2 2013 Spec # 20.1818

TROUSERS, MODIFIED DRESS UNIFORM, FEMALE

Waistband:The waistband will be constructed using the “closed method” and shall measure2" wide when finished. The waistband closure shall be accomplished with acrush proof hook and eye. The hook and eye being bartacked for stability. Thewaistband must be top stitched 1/16" below the waistband seam for addedstrength. The top portion of the inside of the waistband is to consist of the samefabric as used for pocketing. The fabric is to be cut on the bias for maximumcomfort. To be 1 3/4" wide and finish 1 1/8" wide after construction.

Upper Waistband:Upper waistband curtain to be inner lined with stretch Ban-Rol canvas. Canvasfabric consists of a warp of 47 ends of texturized nylon. The woven fabric iscoated with latex. The finished fabric weighs 12.0oz/yd/ The canvas will be cut 1½" wide and have a 10% stretch.

Bottom Portion:Bottom portion of the waistband will be a blend of 32% nylon, 38% polyester,18% rubber (3 strands) 11% lycra and 1% acrylic woven 1 7/8" wide and to finisha minimum of 1 3/8" wide.

Inside Trim:Trouser shall have a memory lock zipper. There shall be a French Fly tab closurein the inside of the right fly. The right fly will be the same fabric and color as thewaistband curtain and pocketing. The fly lining shall be sewn to the left flybelow the zipper. A button shall be located on the left fly with the French Fly tabto provide a clean and comfortable closure. There shall be a bartack at thebottom of the fly.

Crotch Lining:A crotch liner shall be basted into the seam allowance at the crotch on each legand sewn in during final assembly.

Belt Loops:There shall be a minimum of 7 belt loops 3/4" in width of double thickness.Each loop must have a non-woven interlining. All loops (except for the backcenter loop) must be sewn into the bottom of the waistband and the top of thebelt loops shall be caught into thewaistband curtain seam with a Rocap machine. The bottom of the center backloop shall be tacked to the trouser and the top of the loop tacked to the outsideof the waistband.

Creasing:The front and rear crease in the trouser legs must incorporate a permanentmodified silicone crease produced by the "Lintrak system".

331

PAGE 3 2013 Spec # 20.1818

TROUSERS, MODIFIED DRESS UNIFORM, FEMALE

Stitching, Pressing & Finishing:Trouser must be stitched with matching thread and all stitching toshow must be 10-11 stitches per inch. Trouser must be neatly pressedon Hothead Presses and properly shaped. Outseams and inseamsmust be pressed open. Trouser must be cleaned and finished toeliminate loose threads.

Seat:Seat outlet to measure a minimum of 2 3/4" to allow for alterations.Seat must be sewn with a Tandem Needle Machine.

Sizing:Ladies trousers must be sized as illustrated in the following chart:Size: 6 8 10 12 14 16 18 20 22 24Waist Measurement: 26"27"28"30"32"34"36'28"40"42"Hip Measurement: 37"38"39"41"43"45"47"49"51"53"

LABELS: MANUFACTURERS SPECIFICATION GUARANTEELABEL:A Makers Specification Guarantee Label meeting the requirements ofChicago Fire Department Specification 20.0115 shall be sewn to theinside of the right rear pocket.

Care Instructions:A label or permanent marking indicating cleaning/washing informationshall be sewn to or printed on each garment.

Size Labels:A permanent size label shall be sewn to the inside waist band.

AUTHORIZATIONS/RESTRICTIONS:Worn with other articles of modified dress uniform only.

The trousers described herein are not suitable for wear on the fireground as the material used in their construction is not F.R. - FIRERESISTANT.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that trousers are approved without prior inspection ofcompleted sample trousers by an authorization from the Fire Commissioner, Chicago Fire Department.

MANUFACTURER: Fechheimer Horace Small4545 Malsbury Rd. 350 28th Ave. NorthCincinnati, Ohio Nashville, Tenn

332

Line #138 CC 2008480200 2013 Spec # 20.1819

TROUSERS, WORK, NFPA COMPLIANT UNISEXNAVY BLUE

DESCRIPTION: A six pocket uniform trouser (two (2) front pockets, two (2) rear hippockets and two (2) side cargo pockets) developed for fire serviceapplications which meets all NFPA 1975 construction and fabricrequirements. The trouser is designed to maintain its appearancethroughout the life of the garment and assure consistency in bothconstruction and fit.

NFPA STANDARD:Must meet or exceed the requirements of NFPA Standard l975, currentedition in its entirety. Chapters referenced herein are contained inthe previously mentioned NFPA standard.

MATERIALS: Fabric:NOMEX® IIIA, 93% Nomex®/ 5% Kevlar®/ 2% Carbon, Weight,6.5oz.yd2 (Twill Weave), Thread, Nomex® IIIA.

Waist Closure:Primary waist closure is double hook and bar construction, mountedon the waistband using rustproof nickel plated steel hardware asfollows: Size 85 bar and bar internal reinforcement plate. Size 8 hookand hook internal reinforcement plate. Internal reinforcement tape7/8" wide shall be mounted between the plates and the body fabric toensure construction integrity for extended wear life. Trousers utilizinga single hook and bar snap, or button closure will be cause forrejection.

Waistband:The waistband is full dress style including all tailoring detail ofconstruction. It shall be assembled from NFPA compliant fabric tofinish 1 ½”wide with a ¼” extension and fully reinforced internally.Approximately 2” of additional waistband length shall be turned at thecenter back seam to permit alterations of up to 1” in the waist and ½”through the seat. The entire circumference of the waistband ispermanently hot-melt bonded with a continuous 1/4” band of silicone“Shirt-Lock” to enhance a neat appearance by preventing shirt pull-outat the waist. Grown on waistlines are not acceptable in lieu of trouser

waistband as they add no strength or shape to the garment.

Belt Loops:There are seven double needle belt loops on waist sizes 30" through45", nine loops on waist sizes 46" and over, and five loops on sizes 28"and 29". Belt loops shall be set into the waistband at the top andbottom. Belt loops are fully 2 1/4" long and have a finished width of

333

¾. Trousers with bartacked belt loops shall be cause for rejection.

Tailoring At Hips:There are two darts to shape the trouser at the hips. They are placed at the left and right backextending down from the waistband to the center of each hip pocket.

334

PAGE 2 2013 Spec # 20.1819

TROUSERS, WORK, NFPA COMPLIANT UNISEXNAVY BLUE

Pockets: There are six (6) pockets as follows:FRONT: Left and right front pockets with 6 ½” quarter top openings and 11 ¼”

depth. Pockets shall be triangle bar tacked at top of pocket bagimmediately beneath waistband, and at corner of pocket bag at sideseam. Pocket bags are reinforced by doubling pocket weight at thebottom of pocket bags. Pockets to be made of internal constructionfabric. Trousers constructed with single bar tacks at pocket corners ora single layer of pocketing shall be cause for rejection.

REAR: Left and right hip pockets with top and bottom welt construction. Opening shallbe 5 1/4" wide and pocket depth shall be 6". Pocket openings shall betopstitched with triangle bar tack reinforcements on each corner. Left pocketopening shall include a number 22 ligne black button with a button tab forclosure. Trousers constructed with single bar tacks at pocket openings shall because for rejection.

CARGO: A cargo pocket shall be placed on each leg 10 ½” below top of waistband andcentered on each side seam. Outer cargo pocket shall measure7½”x 7½” with a 1½” wide center pleatand mitered lower corners. There shall be an 8”x 3” pointed flap centered directly above each pocketwith a 3 tab hook and loop closure system. A second 7½” x 7½” internal security pocket shall be locateddirectly behind the outer pleated cargo pocket and employ a zipper closure system. Zipper shall be abrass #45 YKK model with a 1” pull and sewn into the pocket flap ½” down from top edge of flap tominimize rollover and visibility of zipper.

335

PAGE 3 2013 Spec # 20.1819

TROUSERS, WORK, NFPA COMPLIANT UNISEXNAVY BLUE

Fly Construction: The right inside fly is reinforced with internal construction fabric and 1/8"gauge topstitched along the entire exposed edge to ensure shape retention forextended wear life. The left, outside fly is fully lined internally for shaperetention. Right and left fly are joined together at the base of the fly and thisjoint is reinforced through all layers of fabric with three bar tacks and anextended fly tail. The extended fly tail extends past the crotch seam by 1” foradditional strength. The first bar tack is set horizontally. The second is setabove the first and at a 45 degree angle. The third is set at a 45 degree angle inline with the first bar tack. The right inside fly is a true French Fly withsecondary button closure for additional reinforcement and smoothappearance. Trousers constructed with a “tab” French fly, without a sewn incrotch lining or with a fly tail that does not extend one inch past the crotch

seam shall be cause for rejection.

Crotch and Seat Assembly Method:The crotch is formed below the fly at the intersection of the four foundationpanels of the trouser: Left front, right front, left rear and right rear. Twotriangular pieces (crotch lining) are sewn into the two front panels of thetrousers to help absorb perspiration and increase strength of crotch seam. Thetrouser is assembled to form this crotch by first sewing the left front to the leftrear thus making the left side of the trouser; and the right front to the rightrear to form the right side. The left side of the trouser is then joined togetherto the right side by means of the seat seam. The trouser is not assembled bythe alternate whole front to whole back method due to the unreliability of thatmethod during extended wear life.

Seat Construction: Extra fabric is allowed such that seat girth and waistband diameter may beexpanded or decreased by the wearer during the trousers’ extended wear life.

Color: Dark Navy

Manufacturers Permanent Identification Label:The Manufacturers Permanent Identification Label containing specific

336

care instructions and:

(a) Name and designation of manufacturer(b) Style, name, number or design(c) Cut, serial, or textile material number(D)Statement "This garment meets requirements of NFPA 1975,Standard, current edition on Station/Work Uniforms for Firefighters.

337

PAGE 4 2013 Spec # 20.1819

TROUSERS, WORK, NFPA COMPLIANT UNISEXNAVY BLUE.

WARNING:Do not wear alone for limb/torso protection during structuralfirefighting. Failure to comply with this warning may result in seriousinjury or death. DO NOT REMOVE THIS LABEL

Manufacturers Permanent Identification:Label shall be sewn to the right front pocket.

FLAME RESISTANT IDENTIFICATION LABEL:A woven label bearing block letters reading F.R. shall be positionedimmediately below the pocket welting of the right rear pocket at theextreme right side of pocket. Letters to be l/2" high x 3/8" wide inred. Manufacturer’s logo may be incorporated into this label if desired.

MAKERS SPECIFICATION GUARANTEE LABEL:A label meeting the requirements of Chicago Fire DepartmentSpecification No. 20.0ll5 indicating manufacturer’s compliance to thespecification will be sewn to the right rear pocket facing.

CERTIFICATION STATEMENT:Manufacturer must provide documentation that all textile materialsmeetthe requirements of NFPA Standard l975, current edition incompliance ofChapter 2-l.l of said standard.

MANUFACTURERS GUARANTEE:Manufacturer must guarantee in writing, quality of workmanship. Anycomponents such as zippers, buttons, snaps or seam constructionmust be guaranteed against failure under normal use conditions

SIZING:Trousers will be readily available in a full range of sizes.

MAKERS SPECIFICATION GUARANTEE:No manufacturer or representative may suggest that trousers areapproved without prior inspection of completed sample trousers byand written authorization from the Fire Commissioner, Chicago FireDepartment.

MANUFACTURER: LION APPARELOR EQUAL

338

PAGE 5 2013 Spec # 20.1819

TROUSERS, WORK, NFPA COMPLIANT UNISEXNAVY BLUE

SIZE DIMENSIONS

SIZE 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43

44

WAIST

28.5

29.5

30.5

31.5 32.5

33.5

34.5

35.5

36.5

37.5

38.5

39.5

40.5

41.5

42.5

43.5

44.5

HIPS 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54

55

FrontRise

12 121/8

12¼

123/8

12½

125/8

123/4

127/8

13 131/8

131/4

133/8

13½

135/8

133/4

137/8

14

BackRise

16¼

163/8

16½

165/8

16¾

167/8

17 171/8

171/4

173/8

17½

175/8

173/4

177/8

18 181/8

18/1

Inseam

OPEN BOTTOM

Bottom

18 181/4

18½

183/4

19 191/4

19½

193/4

20 201/4

20½

203/4

21 211/4

21½

213/4

22

Knee 20 20.3

20.5

20.8 21 21.3

21.5

21.8

22 22.3

22.5

22.8

23 23.3

23.5

23.8

24

ThighatCrotch

25 25.5

26 26.5 27 27.5

28 28.5

29 29.5

30 30.5

31 31.5

32 32.5

33

339

PAGE 6 2013 Spec # 20.1819

TROUSERS, WORK, NFPA COMPLIANT UNISEXNAVY BLUE

SIZE 45 46 47 48 49 50

HIPS 56 57 58 59 60 61

FRONT RISE 14 1/8 14 1/4 14 3/8 14 ½ 14 5/8 14 3/4

BACK RISE 18 3/8 18 ½ 18 5/8 18 3/4 18 7/8 19

INSEAM OPEN BOTTOM

BOTTOM 22 ¼ 22 ½ 22 3/4 23 23 1/4 23 ½

KNEE 24.3 24.5 24.8 25 25.3 25.5

THIGH ATCROTCH

33.5 34 34.5 35 35.5 36