+ All Categories
Home > Documents > FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum...

FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum...

Date post: 11-Aug-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
40
1 Specification: 129464, Janitorial Supplies Addendum No. 3 FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR JANITORIAL SUPPLIES SPECIFICATION NO. 129464 For which bids are scheduled to open in the Bid & Bond Room 103, City Hall, 121 N. LaSalle Street Chicago, Illinois 60602, at 11:00 a.m. Central Time, on February 29, 2016. BIDDERS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE BID EXECUTION PAGE 1. Revision No. 1. BID OPENING DATE POSTPONEMENT. Bid Postponement, Bids which were scheduled to open February 29, 2016 is hereby postponed. The new bid opening date is scheduled for March 11, 2016 at 11:00 a.m. 2. Revision No. 2 Remove Article 5, Scope of Work and Detailed Specifications, Pages 57 through 67 and Replace with Article 5, Scope of Work and Detailed Specifications, Pages 57 through 71 Addendum No. 3 issued February 22, 2016. Notable changes: Section 5.4 through 5.9 have been revised. 3. Revision No. 3 Remove Proposal Pages and Replace with the attached Proposal Pages Addendum No. 3 Issued February 22, 2016. Notable changes: All groups have been modified. 4. Revision No. 4 Remove Proposal Page Summary Sheet, Page 84 and Replace with the attached Proposal Page Summary Sheet, Page 86 Addendum No. 3 issued February 22, 2016. Notable change: All groups have been modified. Questions & Answers: Question No. 1. Regarding receiving any notifications regarding this bid such as addendums, is there a website or link where I would have to register my company? Answer: You can register at the following email address: [email protected]. Question No. 2: Is the line item estimated usage calculated monthly or annually? Answer:: Estimated quantities are for five year initial term. Question No. 3: Line items #17, 30, 31, 32, 33, 70, and 71, What was the last awarded price? Answer:: Previous specification pricing is irrelevant to this specification. Question No. 4: Line items #45, 46, and 47 What was the last awarded price? What is the name of the brand currently being used? Answer: Previous specification pricing and brand purchasing is irrelevant to this specification. Question No. 5: Line items #48 and 49. What was the last awarded price? How is this item packaged? Answer:: Previous specification pricing and packaging is irrelevant to this specification. Question No. 6: Line item#50 What was the last awarded price? How is this item packaged? Do you have a more information on this item such as a brand? Answer:: Previous specification pricing is irrelevant to this specification. Bidder should propose product and packaging. Question No. 7: Line item#51, 52 What was the last awarded price? How is this item packaged? Is this item reclaimed? Answer:: Previous specification pricing is irrelevant to this specification. Bidder should propose product and packaging. Question No. 8: Line item#53, 54, 55, 56, and 57, What was the last awarded price? How is this item packaged? Answer:: Previous specification pricing is irrelevant to this specification. Bidder should propose product and packaging. Question No. 9: Line item#72 What was the last awarded price? Do you know the awarded vendor brand? Answer:: Previous specification pricing is irrelevant to this specification. Bidder should propose product. Question No. 10: How long do prices need be held for? Can there be some sort of escalation? Answer:: See Section 5.6 through 5.9 for price escalation requirements. Question No. 11: Line#3 and #4 are essentially the same thing. Is there a way to consolidate this too one item? Answer:: Lines 3 and 4 are different products requiring pricing for each.
Transcript
Page 1: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

1

Specification: 129464, Janitorial Supplies – Addendum No. 3

FEBRUARY 22, 2016

ADDENDUM NO. 3 FOR

JANITORIAL SUPPLIES SPECIFICATION NO. 129464

For which bids are scheduled to open in the Bid & Bond Room 103, City Hall, 121 N. LaSalle Street Chicago, Illinois 60602, at 11:00 a.m. Central Time, on February 29, 2016. BIDDERS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE BID EXECUTION PAGE

1. Revision No. 1. BID OPENING DATE POSTPONEMENT.

Bid Postponement, Bids which were scheduled to open February 29, 2016 is hereby postponed. The new bid opening date is scheduled for March 11, 2016 at 11:00 a.m.

2. Revision No. 2

Remove Article 5, Scope of Work and Detailed Specifications, Pages 57 through 67 and Replace with Article 5, Scope of Work and Detailed Specifications, Pages 57 through 71 – Addendum No. 3 – issued February 22, 2016. Notable changes: Section

5.4 through 5.9 have been revised.

3. Revision No. 3

Remove Proposal Pages and Replace with the attached Proposal Pages – Addendum No. 3 – Issued February 22, 2016. Notable changes: All groups have been modified.

4. Revision No. 4

Remove Proposal Page Summary Sheet, Page 84 and Replace with the attached Proposal Page Summary Sheet, Page 86 – Addendum No. 3 – issued February 22, 2016. Notable change: All groups have been modified.

Questions & Answers: Question No. 1. Regarding receiving any notifications regarding this bid such as addendums, is there a website or link where I would

have to register my company? Answer: You can register at the following email address: [email protected]. Question No. 2: Is the line item estimated usage calculated monthly or annually? Answer:: Estimated quantities are for five year initial term. Question No. 3: Line items #17, 30, 31, 32, 33, 70, and 71, What was the last awarded price? Answer:: Previous specification pricing is irrelevant to this specification. Question No. 4: Line items #45, 46, and 47 What was the last awarded price? What is the name of the brand currently being used? Answer: Previous specification pricing and brand purchasing is irrelevant to this specification. Question No. 5: Line items #48 and 49. What was the last awarded price? How is this item packaged? Answer:: Previous specification pricing and packaging is irrelevant to this specification. Question No. 6: Line item#50 What was the last awarded price? How is this item packaged? Do you have a more information on this

item such as a brand? Answer:: Previous specification pricing is irrelevant to this specification. Bidder should propose product and packaging. Question No. 7: Line item#51, 52 What was the last awarded price? How is this item packaged? Is this item reclaimed? Answer:: Previous specification pricing is irrelevant to this specification. Bidder should propose product and packaging. Question No. 8: Line item#53, 54, 55, 56, and 57, What was the last awarded price? How is this item packaged? Answer:: Previous specification pricing is irrelevant to this specification. Bidder should propose product and packaging. Question No. 9: Line item#72 What was the last awarded price? Do you know the awarded vendor brand? Answer:: Previous specification pricing is irrelevant to this specification. Bidder should propose product. Question No. 10: How long do prices need be held for? Can there be some sort of escalation? Answer:: See Section 5.6 through 5.9 for price escalation requirements. Question No. 11: Line#3 and #4 are essentially the same thing. Is there a way to consolidate this too one item? Answer:: Lines 3 and 4 are different products requiring pricing for each.

Page 2: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

2

Specification: 129464, Janitorial Supplies – Addendum No. 3

Question No. 12: Line#10 and #11 are essentially the same thing. Can you consolidate them? Answer:: These items have been removed from proposal pages. Question No. 13.: Please give a clearer explanation of line item #16. What is product are you looking for? It just lists the material? Answer:: Please see revised proposal pages. Question No. 14: Line#17 the microfiber cleaning cloth mostly come 24/case pack. Answer: Bidders are required to provide pricing in accordance with specified unit of measure in proposal pages. Question No. 15: Line#23 #24 and #25 are all somewhat similar. #23 is the most common. All the brushes are usually sold without

handles so please eliminate the category or add an extra line for handles. Answer:: Lines 23, 24 and 25 are different products requiring pricing for each. Question No. 16 Line#34 and #35 are similar. can you please consolidate? Answer:: One item was deleted from proposal pages. Please see updated proposal pages. Question No. 17: Line#36 is not a janitorial supply item and should be eliminated. This is an MRO item. Please provide current mfg

part # being used? Answer:: Please see updated proposal pages. Question No. 18: Can Line#37 and #38 be consolidated? Answer:: Lines 37 and 38 are different products requiring pricing for each. Please see updated proposal pages. Question No. 19: Line#29 and #40 are MRO items and not janitorial supplies. Can you please remove or provide manufacturer part

#s? Answer:: Please see updated proposal pages. Question No. 20: Line#45, #46 #47 please provide existing mfg and part #’s. The description has a very specific size that is not

universal. Answer:: Please see updated proposal pages. Question No. 21: Please make Line#48-#57 its own category as it has nothing to do with general janitorial supplies and the volume

justifies its own categories? Answer:: Please see updated proposal pages. Question No. 22: Can you please provide mfg and part # you are currently using for each product in Group A? It will clarify a lot of the

descriptions and allow providing an alternative if there is one available. Some of the descriptions cater to a certain mfg so it’s better to list the mfg and part # and allow equivalents. Answer: Please see updated proposal pages.

Question No. 23: Can group A be split into three or four smaller groups? A group with 57 items with various janitorial supplies that

have nothing to do with one another is very difficult to source and can skew the price of the overall category. For example a salt spreader has nothing to do with a cleaning chemical which has nothing do with gloves. These are all usually different manufacturers in completely independent sectors. Answer:: Please see updated proposal pages.

Question No. 24: Item #60 and #61 case weights should be closer to 18lb and size should be 10.1 x 12.75. Universal C folds are sold

2400/case. Please adjust? Answer:: Please see updated proposal pages. Question No. 25: Line#62 and #63. please define semi white as white? Can you consolidate the singlfold towels into one category?

Case weight for universal singlefold towels should be about 18-21lb and packed 4000/case. Please adjust? Answer:: Please see updated proposal pages. Question No. 26: Line#64 please adjust poundage. Basis weight for this product is usually between 20-23 lb. Answer:: Please see updated proposal pages. Question No. 27: Line#65. This spec is only used by KC/ Wausau paper in their controlled paper section. Standard roll towels are

usually offered in 350’. 600’ and 800’. Please adjust or remove. Answer:: Please see updated proposal pages. Question No. 28: Line#66 This spec is only used by KC/Wausau paper . Standard roll towels are usually offered in 350’. 600’ and

800’. Please adjust or remove. 600’ft brown roll towel weight is about 28lb Answer:: Please see revised proposal pages. Question No. 29: Line#67 can you define semi white as white? This spec is only used by KC/Wausau paper in their controlled paper

section. Standard roll towels are usually offered in 350’. 600’ and 800’. Please adjust or remove.

Page 3: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

3

Specification: 129464, Janitorial Supplies – Addendum No. 3

Answer:: Please see revised proposal pages. Question No. 30: Line#69. Only KC makes 1000ft in White. Most universal roll towel are a standard 8 x 800. Please revise. Answer:: Please see revised proposal pages. Question No. 31: Line#70, #71, and #72 can you move into the general janitorial supply categories? They are in the same category

as #45#46 and #47 Answer:: Please see revised proposal pages. Question No. 32: Line#75 it doesn’t say if it is 1 ply or 2 ply. 1000’ is usually 2 ply. Can you please clarify? Answer:: Line item deleted from proposal pages. Question No. 33: Line#76 this should be 2 ply. Please adjust? Answer:: Line item deleted from proposal pages. Question No. 34: Line#75 and #76 are asking for the same time toilet paper. Universal Cores tend to be 3.3 – 3.78. Answer:: Please see updated proposal pages. Question No. 35: Line#79 should be a standard white multifold towel 4000/case. kc is the only who makes it 3500/case (175 x 20).

Also the standard size for a universal white multifold 9.25 x 9.5. Please revise? Answer:: Line item deleted from proposal pages. Question No. 36: Line#80 this is catered to the kc/ spec size. The standard packaging is 30/case 8 x 8. Please revise? Answer:: Line item deleted from proposal pages. Question No. 37: Line#81 should be a standard white multifold 4000/case the same as #79. KC/bay west are the only ones who

make this packaging. The universal standard is 9.25 x 9.5. Please revise? Answer:: Line item deleted from proposal pages. Question No. 38: Line#79 and #81 and #59 are essentially all the same product. White multifold. Please adjust. Universal Standard

size is 9.25 x 9.5 4000/case Answer:: Please see updated proposal pages. Question No. 39: Line#82, #83 #92 belong in the general janitorial supply section as they have nothing do paper products. Please

revise?. Answer: Please see updated proposal pages. Question No. 40: Line#86 is asking for a coreless tissue dispenser and there is no coreless tissue in the paper products commodity.

Please remove. Answer:: Please see updated proposal pages. Question No. 41: Line#87 is a proprietary dispenser and not universal. The dispenser doesn’t go with any of the products. Please

remove. Answer: Please see updated proposal pages. Question No. 42: Line#90 it appears from the description it is a dispenser for an 8inch wide towel. Is the 3.5 diameter a stub roll

feature? Answer: Yes Question No. 43:Line #91: Is this electric or Mechanical? Answer: Mechanical. Question No. 44: Some lines items don’t have case weights. Can you please either add case weights or remove case weights from all

the line items in the paper section? Answer: Please see revised proposal pages. Question No. 45: The specifications for paper portion seem to be taken from spec #35642. Since then a lot of products have been

updated. For KC products there are not many approved equals because they tend to make their sizes that way.. I would ask for you to look at the paper products and make it fit more universal specifications which were outlined above. Answer: Please see updated proposal pages. Question No. 46: Line#93: Please clarify exactly what bag is this? It doesn’t seem like it’s a liner receptacle and way to small for any

manufacturer to make. Please revise? Answer: Line item deleted from proposal pages. Question No. 47: Line#94: Most common gauge for this bag is 1mil. 1.5 mil is way to thick for this size. Please revise? Answer: Line item deleted from proposal pages.

Page 4: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

4

Specification: 129464, Janitorial Supplies – Addendum No. 3

Question No. 48: Line#95 should be eliminated. Most mfg.’s cannot do this size and the estimated case do not justify it. Please

revise? Answer: Line item deleted from proposal pages. Question No. 49: Line#100 should be eliminated. Most mfg will not run this size for 25 cases over a 5 year quantity. Please revise. Answer Line item deleted from proposal pages. Question No. 50: Line#104 The standard size is 33 x 39 for this bag. Please revise? Answer Line item deleted from proposal pages. Question No. 51: Line#105,#111,#113,#114,#115 are way too heavy to put 100/case. All these should be reduced to a 50/case or

75/case count. Osha has a limit of 50lb on lifting boxes and most of 3 mil bags are over that amount. The easiest adjustment is to reduce the case count. Please revise? Answer: Line items deleted from proposal pages. Question No. 52: Line#119: There isn’t a 1250ml hand sanitizer that is 6/case that fills a bulk soap dispenser. If you want to have this

fill bulk soap dispensers the specification needs to ask for it in Gallons like the pink soap in #118. Please revise Answer: Please see updated proposal pages. Question No. 53: Line#121 is not a common bulk soap dispenser. #122 will work just fine. Answer: Please see updated proposal pages. Question No. 54: For group Q can you please split it up and make each manufacturer their own category as they have nothing to do

with one another and as results limits bidding the whole group because of one manufacturer. Answer: Please see updated proposal pages. Question No. 55: We notice there is a consistent makeup for this solicitation that provides an uneven playing field for companies to

equally have the opportunity to quote on categories given the “catalog line” line types and their request for catalogue discounts. Answer: The City has listed line items for the most commonly purchased items in the proposal pages and allowing bidders to propose approved equals. Catalog lines are required to provide the City with a wide range of options to purchase additional janitorial supplies to meet its operational needs. The City has no authority to limit the rights of manufacturers to provide price lists to companies other than those vetted by the former to serve as authorized dealers of their products. Question No. 56: There are over 17 line item categories where the City requires a catalog discount (entailing potentially thousands of

items the City may need to procure), which total approx. $10,000,000 in procurement over the life of the contract. Out of the 17 catalog lines, we have reached out to most and we have received a response something to the effect of they are already servicing the City of Chicago through XYZ distributor and are not willing to quote any additional distributors. Given these manufacturers are unwilling to quote new distributors, the majority of line types with catalog discounts only allow one bidder to put forth pricing in that category. Answer: See response to Question No. 55.

Question No. 57: Is the only way to take advantage of the bid incentive for Joint Ventures Between Small Business Enterprises and

Veteran-Owned Business Enterprises to be a MBE/WBE company who is also a veteran owned company? In other words, can a Veteran-owned business partner with an MBW/WBE to form a joint venture that meets the requirements of this bid? Or does the Veteran–Owned Business have to be a MBE/WBE as well? Answer: No, a Veteran Owned Business does not have to be a M/WBE to receive a bid incentive. Question No. 58: How many locations for delivery? (ie, single warehouse, or to each agency’s offices..) Answer: The City currently has one delivery location at 1869 W. Pershing Rd, but reserves the right to add delivery locations, if necessary, to meet its operational needs. Question No. 59: What does a typical order look like (ie the frequencies and quantities of each release; does the city usually order by

the truckloads?) Answer: This is a Depends Upon Requirements (DUR) specification and the city will place orders for delivery to meet its operational needs. Question No. 60: Are there required lead times? Or does the vendor list their lead times? Answer: See Section 5.4.4, Inventory / Lead Time of the specification. Question No. 61: The estimated quantities listed in the solicitation are annual estimates, or estimates for the entire 60 month contract

duration? Answer: Estimates are for the initial 60 month contract term. Question No. 62: Are samples of the currently supplied plastic liners available for pickup by vendors? (or shipped @ vendor’s cost by

supplying their fedx#?)

Page 5: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

5

Specification: 129464, Janitorial Supplies – Addendum No. 3

Answer: Materials purchased by the city now are irrelevant to the requirements of this specification. Bidders should provide pricing based upon the respective line item description. Question No. 63: Is there a tolerance for the plastic liners? Answer: Bidders should provide pricing based upon line item description. Question No. 64: Are groups awarded to a single vendor? Or on a ‘item by item’ basis? Answer: Contracts will be awarded by group. Question No. 65: Can vendors bid only on select groups, or do they need to bid on all groups? Answer: Bidders may bid on as many groups as they wish. Bidders must submit bids for all line items within a group or the bid will be rejected. Question No. 66: Regarding line item 108: what does “t-sac” mean? Answer: Line 108 has been deleted from the proposal pages. Question No. 67: Section 5.4.12, appears that samples are not needed with bid response; is this correct? Answer: Samples are not required to be submitted with bid response. Question No. 68: Why is there no escalation clause? Answer: See Section 5.6 through 5.9 Question No. 69: What specification is being used in describing all line numbers in Group A? What manufacturers? There is not

enough information. Many manufacturers have different sizes. Answer: Proposal pages have been updated to address this issue. Question No. 70: The information provided in the line items are too restrictive in what products would be acceptable.

The size of the cans or bottles seems to favor a specific manufacturer and that information needs to be disclosed so that comparable products could be bid as well. Also, the size of the cans vary from manufacturer to manufacturer with the amount of propellant enclosed in each can. For instance, in line item no. 1, the size of the graffiti remover is 16 oz. yet, it does not indicate the amount of propellant that is contained in each can therefore the true ounce weight of the product is not clear in the spec. This holds for items 2, 3, 6, 9, 10 and 13 as well. In the case of item no. 2, the 32oz size with nozzle described needs more information such as manufacturer. Answer: Proposal pages have been updated to address this issue. Question No. 71: Line no. 7. There are different types of scrub pads and colors and the description does not provide enough

information including a manufacturer to bid this item. Answer: Proposal pages have been updated to address this issue. Question No. 72: Line no. 8. Who is the manufacturer of this product and is it only available through a certain distributor which would

restrict other janitorial distributors from bidding this item? Answer: Proposal pages have been updated to address this issue. Question No. 73: Line no. 16. What is “Natural Sea Grass”? The information here is insufficient to determine what this item is. Also, is

this an item that the manufacturer has a specific and exclusive distributor for in Chicago? Answer: Proposal pages have been updated to address this issue. Question No. 74: Must all items be bid in each separate group? If so, there may be a disadvantage to most bidders due to the lack of

information provided for many of the line items. Answer: Bidders may bid on as many groups as they wish. Bidders must submit bids for all line items within a group or the bid will be rejected. Question No. 75: Line item no. 18. Is the wet mop a cut end or a looped end mop? Does the color have to be white? Many rayon

mops are blue and white striped in order to distinguish it from a cotton mop. Answer: Proposal pages have been updated to address this issue. Question No. 76: Line item no. 19. This description combines a dust mop with a wet mop. It is either one or the other. I believe it

should read “wet mop head” instead of dust mop head. Answer: Proposal pages have been updated to address this issue. Question No. 77: Line item no. 10. What is meant by “filament” bristles? A manufacturer’s name would be helpful to determine what

type of broom this is. Answer: Proposal pages have been updated to address this issue. Question No. 78: Line no. 20. Who is the manufacturer? This appears to be an item that may only be available to an exclusive vendor

that would preclude anybody else from bidding this item. Answer: Line no. 20 has been deleted from the proposal pages.

Page 6: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

6

Specification: 129464, Janitorial Supplies – Addendum No. 3

Question No. 79: Since Group A has to be bid in its entirety, more information is needed on all items in order to be bid competitively.

Names of manufacturers should be included on all line items and there should be more than one included for each line so that not just one vendor has exclusive and proprietary pricing for all items listed in Group A. Answer: Please see revised proposal pages. Question No. 80: Line no. 30, 31, 32 and 33; Prices vary according to size. There is more than one size described. Answer: Please see revised proposal pages. Question No. 81: Lines # 61, 62, 63, 64, 65, 66 and 67. Who is the manufacturer? What are approved equals? (manufacturer and

item numbers) Answer: Please see revised proposal pages; Please refer to Section 5.4.2. – Trade Names Question No. 82: Line #68 Is Wisconsin # 192 the discont'd number (and company) Wisconsin Tissue?

Who is current manufacturer? What are approved equals? Answer: Please see revised proposal pages; Please refer to Section 5.4.2. – Trade Names Question No. 83: Line 69-72. What are approved equals? Answer: Please refer to Section 5.4.2. – Trade Names Question No. 84: Line 73-78. Who is current manufacturer? Answer: Please see revised proposal pages; Question No. 85:: Line 79. F.Y.I. 01970 is obsolete. Answer: Please see revised proposal pages; Question No. 86: Line 84-92 Are you looking for specific manufacturer of dispenser for specific product(s)? If so, who? Answer: Please see revised proposal pages Question No. 87: Line 91 Is this dispenser for universal or proprietary product? If proprietary, any manufacturer in particular? Answer: Please see revised proposal pages Question No. 88:,Line #118. What is approved equal? Answer: Please refer to Section 5.4.2. – Trade Names

END OF ADDENDUM NO. 3

ALL REVISIONS INSCRIBED HEREIN WILL BE INCORPORATED INTO THE BID SPECIFICATION PER ADDENDUM NO. 3

CITY OF CHICAGO JAMIE L. RHEE DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER

Page 7: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonitoriol Suppl¡es], IDeportment oÍ Fleet & Focility Manogement], Specit'icat¡on Number 129464Torget Morket Commodities Form Controct 09.03.2015

ARTICLE 5. SCOPE OF WORK AND DETAILED SPECIFICATIONS

5.1. GeneralThe Contractor must furnish and deliver Janitorial Supplies, Paper Products and Dispensers, PlasticReceptacle Liners, Hand Soap and Dispensers and various other related materials, supplies, equipment andaccessories (hereinafter referred to as "Janitorial Supplies") F.O.B., City of Chicago, Various UsingDepartments and to various locations throughout the City of Chicago in accordance with the SpecialConditions and Specifications herein.

5.2. Basis of AwardThe Chief Procurement Officer reserves the right to award contract(s), based on the lowest price per Groupto the responsive and responsible bidder(s) meeting the terms and conditions of the specification.

Bidders must quote all items within each Group but are not required to bid all Groups. Bids submitted to thecontrary will be considered incomplete, and as a result, will be rejected as being non-responsive to thisrequirement.

Contractor may be awarded one (1) or more Groups. The Contractor's bid pricing must incorporate any/allperipheral cost including, but not limited to the costs of the vehicles/equipment, delivery/transportationcharges, taxes, insurance, training, warranties, profit and/or overhead, etc., required by the specification.

5.3. FundingThe source offunds for payments under this Contract is Fund number 015-100-38-4101-0313-0313-0000 andVarious. Funding for this Contract is subject to the availability of funds and their appropriation by the CityCouncil of the City.

5.4, Addit¡onal Requirements5.4.1. lntentThe City of Chicago's Department of Fleet and Facility Management and various using departments willpurchase Janitorial Supplies for use by City contractors and operations staff and seeks to purchaseènvironmentally preferred products which are certified by various Environmental Organizations.

5.4.l.L.lnitial TermThe lnitial Term forthis Contract will be 60 months, unless terminated earlier or extended accordingto the terms of the Contract Extension Option provision in the Standard Terms and Conditionsarticle of this Contract, or the Contract Extension Option below.

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 as

the Contract Award and Release Date on the Proposal Acceptance Page.

5.4,L.2.Term ExtensionThe City has the option to unilaterally extend the term of thls Contract following the expiration ofthe lnitial Term, for up to thirty-six (36) months, subject to acceptable performance by theContractor and contingent upon the appropriation of sufficient funds. The option may be exercisedas a single thirty-six month extension or as up to three separate extensions, each with a term noless than twelve months.

No less than sixty (60) calendar days before the expiration of the lnitial 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 servtce.

The one-hundred and eighty-one (181,) day unilateral option to extend for the purposes of providingcontinuity of service, described in the Standard Terms and Conditions article of thls Contract under

Addendum No. 3 - lssued February 22, 20L6

Scope of Work & Detoiled Specificøt¡ons 57

Page 8: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonÌtorìol Supplies], IDeportment of Fleet & Focility Monogement], Specif¡cotion Number 129464' Torget Morket Commodities Form Controct 09.03.20J.5

"Contract Extension Option," may be exercised in lieu of an option period or to follow theexhaustion of all option periods and does not require formal amendment of the contract.

5.4.2. Trade Namesln cases where an item is identified by a manufacturer's 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 "eqLral" unless the proposed "equal" is definitely indicated therein by the bidder.

Reference to a specific manufacturer, trade name is intended to be descriptive but not restrictive andonly to indicate to the prospective bidder articles that will be satisfactory. Bids on other makes andcatalogs will be considered, provided each bidder clearly states on the face of the proposal exactly whatit proposes to furnish, or forwards with the bid, a cut, illustration, or other descriptive matter which willclearly indicate the character of the article covered by the bid.

The Chief Procurement Officer hereby reserves the right to approve as an equal, or to reject as not beingan equal, any article the bidder proposes to furnish which contains major or minor variations fromspecification requirements but which may comply substantially therewith.

5.4.3. Manufacturer's Warranty & Product lnformationThe Contractor is required to provide and transfer all documentation issued by the manufacturer for theproposed Janitorial Supplies. This includes the manufacturer's genuine parts/product information, recallnotices, manuals, licenses, assemblies and/or accessories as supplied by the original equipmentmanufacturer (O.E.M.).

The Contractor must provide the original product warranty and related services for the JanitorialSupplies provided under this Contract in accordance with the standard Warranty regularly supplied.

At a minimum, the Contractor hereby warrants 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 alldefective parts and that may be required or made necessary by reason of defective design, material orworkmanship, or by reason of non-compliance with these specifications. The warranty period will

, commence on the first day the Janitorial Supplies is placed in service by the City. lf a longer warranty canbe furnished, at no additional cost to the City, the longer period will prevail.

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

5.4.4. lnventory/Lead TimeThe Contractor must maintain an inventory of sufficient diversity and quantity of Janitorial Supplies as toensure the delivery of any Janitorial Supplies listed in the Proposal, which is ordered by the City withinfive (5) calendar days after receipt of a City department's purchase order release. ln lieu of theinventory, the Contractor must be able to arrange such prompt delivery.

Failures of the Contractor to meet the above stated delivery requirements may be used by the C¡ty as

grounds for the termination of this Contract, and may further effect the Contractor's eligibility for futureContract

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

5.4.5. DelíveryContractor must not make any deliveries of Janitorial Supplies without an approved City of Chicagopurchase order release issued by the appropriate department. Upon receipt of a purchase order release,deliveries of the proposed/requested Janitorial Supplies must be made at no charge F.O.B., City ofChicago, Various Using Departments, or to any point within the City, regardless of the purchase orderrelease amount.

Addendum No. 3 - lssued Februory 22, 2016

Scope of Work & Detoiled Specificotions 58

Page 9: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJanitorial Suppl¡es], IDeportment of Fleet & Foc¡l¡ty Mqnogement], Specit'icotion Number 129464Torget Morket Commodities Form Controct 09.03.2015

Deliveries of Janitorial Supplies must be made within five (5) calendar days of issuance of a PurchaseOrder Release between the hours of 7:00 a.m.- 2:00 p.m., Monday through Friday, excluding Saturday,Sundays or any holidays.

The City reserves the right to add or delete locations as required during the Contract Period.

5.4.6. Delivery and Packaging RequirementsUnless otherwise approved by the requestor, all non-palletized shipments must, be made via truckequipped with tailgate to ground powered lifts. The driver/operator must affect ground delivery.

All palletized deliveries must be shrink-wrapped for protection against movement and humidity. Palletsmust not have overhang nor must they exceed four thousand pounds (4,000 lbs). The driver/operatormust affect removal of pallets from truck to the city's facility. -

A total shipment packing slip must be prominently displayed and adhered to the outer surface, top layerof the first out pallet load. The packing slip must include items being received, and any back orders, ifapplicable. ,

Any box(es) containing different multiple items, must be prominently labeled as such and its content willbe listed on an individual, separate and distinct packing slip inserted in a prominently displayed pouch

and adhered to the top outer surface of each such box. Such box(es) must be placed on the top layer ofthe first out pallet load.

The City reserves the right to add new delivery locations or delete previously listed delivery locations as

required during the Contract period.

5.4.7. lnspection Upon DeliveryUpon delivery of the specified Janitorial Supplies, the'City will conduct an in-depth initial visualexamination solely for the purpose of identifying gross and obvious damage. The Contractor'srepresentative may be present for the initial examinations.

lf defects or omissions are discovered during the inspection, the City may:

o Refuse acceptance of any/all units.

. Arrânge with the Contractor to make corrections.

. Require the Contractor to remove any/all units from the City's premises at its own cost to makethe necessary corrections.

Any/all labor and materials which may be required to correct non-compliant aspects of all items must beprovided by the Contractor in a prompt manner, at no cost to the City. The "promptness" of correctiveact¡ons will be established by the City based upon the quantity and scope of the corrections required.

5.4.8. Sustainable Purchasing and Green Cleaning ProductsThe City is committed to reducing the exposure of building occupants and maintenance personnel topotentially hazardous chemical, biological and particle contaminants, which adversely impact air quality,health, building finishes, building systems and the environment.

As such, all applicable product types purchased within this Contract are required to be certified to oneor more of the standards or meet one or more of the criteria described below. Product types subject tothese requirements include, but are not limited to, bio-enzymatic cleaners, hard-floor cleaners, carpetand upholstery cleaners, general-purpose cleaners, specialty cleaners (such as floor and furniture polish,graffiti and gum removers), odor control, disinfectants, disposable janitorial paper products and trashbags, and hand soaps.

Cleaning products must meet one or more of the following standards for the appropriate category:

o Green Seal;

o Ecologo;

Addendum No. 3 - lssued Februory 22, 2016

Scope of Work & Detoiled Specificotions 59

Page 10: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

I

[Jonitoriol Supplies], IDeportment of Fleet & Fac¡l¡ty Monogement], Specit'icotion Number 1.29464Torget Morket Commod¡t¡es Form Controct 09.03.20L5

o Environmental Protection Agency (EPA) Safer Choice (previously named Design for theEnvironment, DfÊl; andl or

o California Air Resources Board's (CARB) Regulation for Reducing Emíssions from ConsumerProducts maximum allowable VOC levels for the specific product category when applicable;and/or

o Cleaning devices that use only ionized water or electrolyzed water and have third-party verifiedperformance data equivalent to the other standards mentioned above (if the device is

marketed for antimicrobial cleaning, performance data must demonstrate antimicrobialperformance comparable to EPA Office of Pollution Prevention and Toxics and Safer Choicerequirements, as appropriate for use patterns and marketing claims).

Disinfectants, including antimicrobial mold and mildew cleaners, and non-food contact surface sanitizersmust be registered with EPA under the Federal lnsecticide, Fungicide, and Rodenticide Act (FIFRA).

Disposable janitorial paper products and trash bags must meet the minimum requirements of one ormore of the following programs for the applicable product category:

o U.S. EPA Comprehensive Procurement Guidelines for Janitorial Paper and Plastic Trash Can

Liners and labeled as Produced Chlorine Free;

o Green Seal;

o Ecologo; andlor

o Forest Stewardship Council (FSC).

Hand soaps/sanitizers meet one or more of the following standards:

o No antimicrobial agents (other than as a preservative) except where required by health codesand other regulations (i.e., food service and health care requirements);

o Green Seal;

o Ecologo; and/or

o EPA Safer Choice.

Vacuum cleaners must meet the requirements of the Carpet and Rug lnstitute "Green Label" TestingProgram- Vacuum Cleaner Criteria and be capable of capturing 96% of particulates 0.3 microns in sizeand shall operate with a sound level less than 70dBA.

ln addition, floor coating products will preferentially be free of metals such as zinc. The intent of thisrequirement is to reduce the content and use of toxic materials in cleaning systems and those that mayenter the Chicago River or Lake Michigan.

lf the sustainable version of material or supply is not reasonably available in a reasonable period of time,fails to meet performance standards, excludes adequate compet¡tion, or is only available atunreasonable prices, then the selected Contractor will notify the Department of Fleet and FacilityManagement and the Using departments prior to purchasing alternative materials or supplies.

5.4.9. Product Special RequirementsProduct lnformationln the event that the exact brand or model described in the catalog is discontinued or unavailable in themarketplace, alternates will be acceptable as long as written approval by the Department ofProcurement Services and the Using Departments are obtained prior to delivery. Unacceptablealternates or substitutes will be returned to the Contractor at the Contractor's expense. The City ofChicago will not be subject to any re-stocking service charges or expenses of any kind for unacceptableproducts throughout the life of the Contract.

Chemical Côncentrations and Dilution Svstems

Addendum No. 3 - lssued Februory 22, 2016

Scope of Work & Detoiled Specificot¡ons 60

Page 11: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonitoriol Supplies], IDeportment of Fleet & Foc¡l¡ty Monogement], Specif¡cotìon Number 129464Target Market Commodìties Form Controct 09.03.20L5

Cleaning, disinfecting, and sanitizing products will be ordered in concentrated form, whenever practical.

For chemical concentrates, the manufacturer's label must clearly and prominently state that dilution is

required pr¡or to use. The label must also state the recommended level of dilution. Cleaning chemicalssupplied as concentrates must be accompanied with appropriate closed-loop dilution systems whenrequested. Procedural steps for the appropriate use and maintenance for each of the dilution systemsmust be provided.

5,4.LO. Labeling and Safety Data Sheetsln accordance with the Hazard Communication Standard (HCS) (29 CFR 1910.1200(9)), revised in 20L2,Safety Data Sheets (SDSs) (formerly MSDSs or Material Safety Data Sheets) must be submitted for all

Janitorial Supplies in accordance with the HCS, regardless of the quantity requested. The Contractor willfurnish an SDS for the Janitorial Supplies with every shipment of those materials. Upon request, theContractor will also provide an SDS for review prior to a product being ordered.

The Contractor is also required to provide labeling in accordance with the HCS on all products delivered.Transfer of products in ready to use form (RTU) will also require proper labeling. Labels must have theability to be affixed to any plastic bottles, walls, etc. Contractor must provide additional labels if productis purchased in bulk. The costs for providing HCS compliant labels for secondary containers should be

incorporated in the pricing.

5.4.LL. Test and lnspectionAll testing and inspection is under the jurisdiction of the Commissioner for each participating User

Departments andf or the Chief Procurement Officer or duly authorized representative(s).

5.4.L2. Samples/Testingln order to determine that the proposed Janitorial Supplies conforms to these specifications, the Cityreserves the right to test and/or Inspect proposed product from all Groups.

For evaluation purposes, the Bidder must furnish and deliver upon request by the Chief ProcurementOfficer, at least two (2) samples of the proposed Janitorial Supplies in a four (4) ounce plastic, liquidcontainer bottle or appropriate size quantity to properly test the products in the cleaning environmentwithin five (5) calendar days from the receipt of notice. All samples must be tagged, and labeled alongwith the brand name, a Safety Data Sheet(s) (SDS), with the company name, address and Cityspecification number. Failure to furnish said samples within this time period will be cause for rejection ofthe bid for being non-responsive to this requirement. The City Department will advise the bidder at timeof request which line items to submit as samples.

The City reserves the right to take samples prior to and during the term of this contract from any lot.Any samples which do not meet minimum specifications can be rejected and will serve as rejection forthe entire lot and must be removed by and at the cost of the Contractor. A decision by Commissioner toreject or accept any lots andlor samples will be final. All testing and inspection will be under thejurisdiction of the Commissioner.

Other tests and measurements may also be performed throughout the Contract term, as determined bythe City. The City will not be liable for the condition of the sample, if the bidder, requests return of thesample. The cost to furnish and deliverthe samples will be borne by the bidder.

5.4.L3. Responsibility with lnspectionNotwithstanding any requirements for inspections and/or tests contained within the DetailedSpecifications of this document, the Contractor must perform any inspections and test required tosubstantiate that the Janitorial Supplies provided under the Contract conform to the specifications andContract requirements listed herein, including any technical requirements for the manufacturer's testprocedures and ratings specified herein.

Addendum No. 3 - lssued Februory 22, 20L6

Scope of Work & Detoiled Specificot¡ons 61

Page 12: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonitoriol Supplies], IDeportment of Fleet & Focility Monogement], Specificotion Number 129464Torget Morket Commodìtìes Form Controct 09 03.2015

5.4.L4. Product SafetyThe cleaners, cleansers and polishes must not contain mutagens nor be flammable. ln addition, thecleaners, cleansers and polishes supplied by the Contractor must meet OSHA and any other federal,state and local safety requirements. The Contractor must be held responsible for any damage topersonnel, city facilities, and equipment for cleaners, cleansers and polishes that do not meet thesespecifications. Products where the SDS requires personnel to use respiratory protective equipment areprohibited.

5.4.15. TrainingThe product manufacturer or contractor shall offer training on the proper use ofcleaning, disinfecting,and sanitizing products upon request.

5.4.L6. SpillsThe Contractor is solely responsible for any and all spills or leaks during unloading or transporting oftheir product. The Contractor hereby agrees to reasonably evacuate and warn those persons that maybe affected by the spill and must clean up such spills or leaks to the satisfaction of the City and in a

manner that complies with applicable federal, state and local laws and regulations. The Contractor is

responsible for any costs associated with spill clean-ups.

5.4.17. Expiration Dates of Janitorial SuppliesAny deliveries of Janitorial Supplies that have expiration dates must have at least nine (9) months ofshelf life before the expiration date. Failure to comply with this requirement may result in rejection ofany Janitorial Supplies delivered. lf the product is rejected, the Contractor will be responsible forreplacement within forty eight (48 hours).

5.4.18. Beaver Products Catalog - % Discount from list price.5.4.19. Proposal Pages

GROUP LINE NO DESCRIPTION UNIT OF MEASURE

GROUP

AL-2, 5-6, 8, 13, 1,43-144 JANITORIAL CLEANING SUPPLIES

AS SPECIFIED IN LINE

ITEM

GROUP

AA138

JANITORIAL SUPPLIES -TOLCO CATALOG - PERCENTAGE

DtscouNT FROM LtsT pRtcE (pRoDUcT GUTDE 53 OR

MOSr RECENT)

DISCOUNT FROM

LIS'T PRICE

GROUP

B3-4,9 JANITORIAL SUPPLIES

AS SPECIFIED IN LINE

ITEM

GROUP

BB139

JANITORIAL SUPPLIES -UNGER CATALOG - PERCENTAGE

DrscouNT FROM LtsT pïtcl (rl1/2014 OR MOST

RECENT)

DISCOUNT FROM

LIST PRICE

GROUP

c7, 12, L4-L6, L8-L9, 23-25,28,34-35,37-44,I47

JANITORIAL CLEANING SUPPLIES AND EQUIPMENTA5 SPECIFIED IN LINE

ITEM

GROUP

cc 14LJANITORIAL SUPPLIES -WEILER CATALOG -

PERCENTAGE DISCOUNT FROM LIST PRICE

DISCOUNT FROM

LIST PRICE

GROUP

DDL42

JANITORIAL SUPPLIES - BEAVER PRODUCTS CATALOG -

PERCENTAGE DISCOUNT FROM LIST PRICE

DISCOUNT FROM

LIST PRICE

GROUP

EL7,45-57 JANITORIAL CLEANING SUPPLIES _ WIPES AND RAGS

AS SPECIFIED IN LINE

ITEM

GROUP

EE1-48-151 JANITORIAL CLEANING SUPPLIES

AS SPECIFIED IN LINE

ITEM

Addendum No. 3 - lssued Februory 22, 2016

Scope of Work & Detoiled Specificotions 62

Page 13: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonÌtoriol Supplies], IDeportment of Fleet & Focility Monogement], Specificotion Number 129464Torget Morket Commodit¡es Form Controct 09.0j.2015

GROUP

F30-33

Addendum No, i - lssued Februory 22, 2016

Scope of Work & Detoiled Specificotions

JANITORIAL CLEANING SUPPLIES _ GLOVESAS SPECIFIED IN LINE

ITEM

GROUP

FF65-67,69 JANITORIAL CLEANING SUPPLIES _ PAPER PRODUCTS

AS SPECIFIED IN LINE

IÌEM

GROUP

G58-60,64,74 JANITORIAL CLEANING SUPPLIES _ PAPER PRODUCTS

AS SPECIFIED IN LINE

ITEM

GROUP

GGL46 HAND WASH

AS SPECIFIED IN LINE

ITEM

GROUP

H70-72 JANITORIAL CLEANING SUPPLIES _ WIPERS

AS SPECIFIED IN LINE

ITEM

GROUP

HH82 JANITORIAL SUPPLIES

AS SPECIFIED IN LINE

ITEM

GROUP

I

84-91 JANITORIAL PAPER PRODUCTS AND DISPENSERSAS SPECIFIED IN LINE

ITEM

GROUP

il83 JANITORIAL SUPPLIES - LINERS

AS SPECIFIED IN LINE

ITEM

GROUP

J99, 105-L06, 109-110 JANITORIAL CLEANING SUPPLIES _ PLASTIC LINERS

AS SPECIFIED IN LINE

ITEM

GROUP

Ktr8-r22,1.45 HAND SOAPS

A5 SPECIFIED IN LINE

ITEM

GROUP

LL23

JANITORIAL SUPPLIES -BUCKEYE CATALOG -

PERCENTAGE DISCOUNT FROM LIST PRICE

GROUP

M124

JANITORIAL SUPPLIES -CARROLL CO. PRODUCTS

CATALOG - PERCENTAGE DISCOUNT FROM LIST PRICE

(01,/t2 oR MOST RECENT)

DISCOUNT FROM

LIST PRICE

GROUP

N125

JANITORIAL SUPPLIES -CLOROX CATALOG -PERCENTAGE DISCOUNT FROM LIST PRICE

DISCOUNT FROM

LIST PRICE

GROUP

o126

JANITORIAL SUPPLIES -DIAL CATALOG - PERCENTAGE

DlscouNT FROM LrsT PRTCE (NOVEMBER 2010 OR

MOST RECENT)

DISCOUNT FROM

LIST PRICE

GROUP

Pr27

JANITORIAL SUPPLIES - GOJO CATALOG - PERCENTAGE

DrscouNT FROM LtsT pRrcE (NovEMBER 2014 OR

MOST RECENT)

DISCOUNT FROM

LIST PRICE

GROUP

aL28

JAN ITORIAL SU PPLI ES _HOSPITAL SPECIALTY COM PANY

CATALOG - PERCENTAGE DISCOUNT FROM LIST PRICE

(04128110 OR MOST RECENT)

DISCOUNT FROM

LIST PRICE

GROUP

RI29

JANITORIAL SUPPLIES -JOHNSON WAX CATALOG -

PERCENTAGE DTSCOUNT FROM L|ST pRtCE (NOVEMBER

2010 oR MOST RECENT)

DISCOUNT FROM

LIST PRICE

GROUP

Sr-30

JANITORIAL SUPPLIES -PROCTOR & GAMBLE CATALOG -

PERCENTAGE DTSCOUNT FROM L|ST pRtCE ( 2010 OR

MOST RECENT)

DISCOUNT FROM

LIST PRICE

63

Page 14: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

[lonitoriol Supplies], IDepartment of Fleet & Focility Monogement], Specifîcot¡on Number 1-29464

Torget Morket Commodities Form Contract 09.03 2015

GROUP

T13L

5.5. Additional Group Requirements:5.5.1. GROUP A - Cleaning Products - Lines t,2, 6, and 13

SUSTAINABLE PRODUCT REQUIREMENT

These products must meet one or more of the cleaning product criter¡a described in the'SustainablePurchasing and Green Cleaning Product Requirements'sect¡on. The bidder must provide evidencefrom the manufacturer stating that the product quoted meets the criteria andlor has the requiredcertification with the bid or specifically state that there are no applicable criteria for a product type.

5.5.2. GROUP E - Wipinq Raes - Lines 17. 45 - 57

5.5.2.1. RECTAIMED WHlTE T-SHIRT KNIT WIPERS _ BID LINE # 48The Reclaimed White T-Shirt Knit Wiper material must have all of the same base fabric content as

described below for the New White Knit Wipers, but must have been the material used to producewhat is commonly known as a "crew neck" or "V- neck" style T-Shirt, and have once been used by

a consumer and ultimately commercially laundered and dried prior to shipment to the City. Thematerial must be:

Bleached white

Clean with no visible discernible particulate residual (e.g. baby powder, anti-perspirant chemicals etc.)and be free from odor.

Of single thickness, i.e. not tubular (although lapel pockets are acceptable).

Free from material particulates (such as pins or needles, metal shavings, hairs, foreign objects ordebris, etc.)

which have become entrapped between two (2) pieces of fabric or have become stuck to the fabric.

Free from man-made materials which adhere to the T-shirt material (e.g. a heat-pressed on designfixed onto the - T-shirt surface as part of an embossed print).

JAN ITORIAL SU PPLI ES -ROCH ESTER M I DLAN D CATALOG

- PERCENTAGE DTSCOUNT FROM L|ST pRtCE (4/tl20o8oR MOST RECENT)

DISCOUNT FROM

LIST PRICE

Addendum No. 3 - lssued Februory 22, 20L6

Scope of Work & Detoiled Specificotions

GROUP

U132

JANITORIAL SUPPLIES -5IOKO CATALOG - PERCENTAGE

DrscouNT FROM LtsT PRICE (1/L12014 OR MOST

RECENT)

DISCOUNT FROM

LIST PRICE

GROUP133

JANITORIAL SUPPLIES -CONTINENTAL MFG. CATALOG -

PERCENTAGE DTSCOUNT FROM L|ST pRrCE (2014 OR

MOST RECENT) - DTSCOUNT FROM L|ST PRTCE

DISCOUNT FROM

LIST PRICE

GROUP

W134

JAN ITO RIAL SU P PLI ES -ETTOR E PROFESSIO NAL TOO LS

CATALOG - PERCENTAGE DISCOUNT FROM LIST PRICE

(20r.4 oR MOST RECENT)

DISCOUNT FROM

LIST PRICE

GROUP

X135

JANITORIAL SUPPLIES -IMPACT PRODUCTS CATALOG -PERCENTAGE DTSCOUNT FROM LtST pRtCE (2013-2014

oR MOST RECENT)

DISCOUNT FROM

LISÏ PRICE

GROUP1_36

JANITORIAL SUPPLIES _PULLMAN HOLT CATALOG -

PERCENTAGE DTSCOUNT FROM LrsT pRtCE (06/01/08oR MOST RECENT)

DISCOUNT FROM

LIST PRICE

GROUP

z137

JANITORIAL SUPPLIES -RUBBERMAID CATALOG -PERCENTAGE DTSCOUNT FROM L|ST pRrCE (08/13 OR

MOST RECENT)

DISCOUNT FROM

LIST PRICE

64

Page 15: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonitor¡ol Supplies], IDeportment of Fleet & Foc¡lity Monogement], Specificot¡on Number 129464Torget Morket Commodities Form Controct 09.03.2015

Free from beads, buttons, zippers, string, embroidery, and other such artifacts.

Free from elastic bands or other stretchy material.

A minimum overall size of two hundred square inches (200 sq. in.), and minlmum or nine inches (9")

wide.

A Weight no less than four ounces (4 oz) per square yards, and no greater than seven ounces (7 oz) per

square yard.

5.5.2.2. NEW WHITE T-SHIRT KNIT WIPERS _ BID LINE f 49The New White T-Shirt Wiper material must have never been used outside of the textile mill andmust meet the following specifications:

Be bleached white

Have been produced at a textile knitting plant, or the like, from51/2-ply cotton yarn.

Consist of all new knitted material: of flat knitted construction, finished with no odor, no stains, no sewn

seams, no fleeced knit or knapped material, no used apparel, no scrap and no small block-cuts.

The Size must range from fifteen inches by fifteen inches (15" x 15") up to twenty inches by twentyinches (20" x 20")

Be of single thickness, i.e. not tubular

Fiber content: one hundred percent (100%l cotton or no less than eighty percent (80%) cotton and no

more than twenty percent (20%) polyester. No nylon. rayon, acrylic blends, or spun one hundred percent(100%) polyester is acceptable.

Weight must range from four to six ounces (4 oz - 6 oz) per square yard.

5.5.2.3. NEW COTTON YARNS _ BID LINE # 50The White Cotton Waste must meet the following specifications;

Be composed of new, fine, undyed, bleached or unbleached, soft cotton yarns. - Contain no morethan ten percent (10%) of fine slasher yarns

Be free of yarns, threads, strings, floor sweepings, paper, and dirt.

The waste will be mixed and machined to form a homogeneous mass.

5.5.2.4. TURKISH TOWELS - BID LINE # 51The White Turkish Towels must meet the following specifications:

Twenty by twenty (20" x 20") inches.

Bleached one hundred percent (1OO%) Cotton superior quality, nine-hundred grams (900 gr.) weight withone quarter inch (1/4") thickness.

5.5.2.5. NEW WASHED AND BLEACHED TERRY-KNIT _ BID LINE # 52The Terry K¡it must meet the following specifications:

Be New Washed and Bleached Terry Knit

Be one hundred percent (I0O%) CommercialCotton.

The Size must be approximately from eighteen inches by eighteen inches (18" x l-8" to twenty four by

thirty inches (24" x 30")

Be desized, all new mill cotton, washed and bleached for absorbency.

5.5.2.6. RECLAIMED COTOR T-SHIRT KNIT WIPERS _ BID LINE # 53

The Reclaimed Colored T-Shirt Knit Wiper material must meet the following specifications:

Addendum No. j - lssued Februory 22, 2016

Scope of Work & Detailed Specificot¡ons 65

Page 16: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonitoriol Suppl¡es], IDeportment of Fleet & Focil¡ty Monogement], Specificotion Number 129464Torget Morket Commodities Form Controct 09.03.2015

Any color or pattern of colors.

Clean with no visible discernible particulate residual (e.g. baby powder, anti-perspirant chemicalsetc.) and be freefrom odor.

Of single thickness, i.e. not tubular (although lapel pockets are acceptable).

Free from material particulates (such as pins or needles, metal shavings, hairs, foreign objects ordebris, etc.)

which have become entrapped between two (2) pieces of fabric or have become stuck to the fabric.

Free from man-made materials which adhere to the T-shirt material (e.g. a heat-pressed on design

fixed onto the - T-shirt surface as part of an embossed print).

Free from beads, buttons, zippers, string, embroidery, and other such artifacts.

Free from elastic bands or other stretchy material.

A minimum overall size of two hundred square inches (200 sq. in.), and minimum or nine inches (9")

wide.

A Weight no less than four ounces (4 oz) per square yards, and no greater than seven ounces (7 oz) per

square yard

5.5.2.7. BLEACHED CHEESE CTOTH _ BID LINE # 54

The Bleached Cheese Cloth must meet the following specifications:

Be material of one hundred percent (!O0%l cotton, washed and sterilized

Between two and a half and three and a half ounces (2,5 oz - 3.5 oz) per square yard. - The Size

must be approximately thirty-six by thirty-six inches (36" x 36").

White sheeting is not acceptable.

5.5.2.8. RECLAIMED WASHED SHEETING _ BID LINE # 55

The Reclaimed Washed Sheeting must meet the following specifications:

Be at least fifty percent (50%) cotton with a minimum of three ounces (3 oz) per square yard. - Thesize must be approximately thirty-six by thirty-six (36" x 36") inches.

5.5.2.9. NEW WASHED BLEACHED SHEETING _ BID tINE 56New Washed Bleached Sheeting must meet the following specifications:

Be remnants of at least sixty-five percent (65%) cotton

Be minimum four ounces (4 oz) per square yards.

The size must be of approximately thirty-six by thirty-six inches (36" x 36").

5.5.2.10. NEW WHITE WIPERS _ BID LINE # 57

Near White Wipers must meet the following specifications:

Be composed of colored rags consisting of a minimum of fifty percent (50%) cotton with a minimum area

oftwo hundred (200) square inches per rag

Be free of clean-picked or institutional wipers.

Be thoroughly washed and sterilized domestic materials.

Weight requirement for Grade A class wiping rags must be between two and seven ounces (2.0 oz- 7.O

oz) per square yards.

The size must be approximately twenty-four by twenty-four inches (24" x24").

5.5.3. Group G f lines 58 through 60,64l- and Group FF (Lines 65, 66, 67 ,69l-

Addendum No. 3 - lssued Februory 22, 20L6

Scope of Work & Detoiled Specificot¡ons 66

Page 17: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonitoriol Supplies], IDeportment of Fleet & Focility Management], Specificot¡on Number 129464Torget Morket Commodities Form Controct 09.0j.2015

Bidder must prov¡de with its bid "Manufacturer's Data Sheet'or a certified statement or aff¡davit fromthe manufacturer which indicates the following information:

Number of sheets per roll (or number of sheets per package)

Number of rolls per case (or number of packs per case)

Size of each sheet folded and/or overall size

Technical Association of the Pulp and Paper lndustry (TAPPI) Ratings forf4O4 (DryTensile Strength, T410(Basis Weight),T432 (Absorbency), and T456 (Wet Tensile Strength

Manufacturer's Name

Manufacturer's Stock Number and Data Sheet

Certification andf or Percentage of Recycled material and Post Consumer Content (PCC)

NOTE: The bidder will indicate accurate data on the Proposal Pages regarding the physical specificationsabove,

if information is not provided with the proposal, the bid may be found non-responsive and may be

rejected.

ln the event that the Chief Procurement Officer requests technical specifications from the bidderregarding the physical characteristics of the proposed PaperTowels and Toilet Tissue (eg. Basis

weight/grammage, absorption time, brightness, tensile strength, softness, etc.)the bidder must providethis information as requested.

The described Paper Towels and loilet Tissue will be used with dispensers. Alternates may be

considered that meetthe size, length, and width of all items described herein and upon acceptance bythe Using Departments facility manager.

NOTE: Bidder must indicate accurate data on the Proposal Page regardingthe physical specificationsa bove,

and provide a manufacturer's data sheet for the proposed manufacturer's stock number, or bid may be

rejected.

5.5.4. QUALITYBidders must not quote manufacturer's "seconds" or "irregulars" or boxes/cases which are crushed, wet,physically damaged, and/or unacceptable by the manufacturer (as being in non-compliance withtheir own standa rd specifications).

The proposed Paper Towels and Toilet Tissue must comply with ASTM Standards D685 and D828 and

TAPPI Standards 1,404,T4!O,T432 and T456.

SUSTAINABLE PRODUCT REQUIREMENT

All paper products must meet one or more of the disposable janitorial paper products criteria describedin the'Sustainable Purchasing and Green Cleaning Product Requirements'section. The bidder mustprovide evidence from the manufacturer stating that the product quoted meets the criteria andlorhas the required certification with the bid or specifically state that there are no applicable criteria for a

product type.

5.5.5. TOILET TISSUE PRODUCT

Unless otherwise specified herein, each type of Ïoilet Tissue must be in compliance with ASTM

Standard D 3905.

5.5.6. Group J (Lines 99, 105-106, 109-110) and Group ll (Line 83)

All Plastic Receptacle Liners must be leak-proof and waterproof. Polyethylene bags shall meet or exceed

all requirements of Federal Specification PPP-8-26E, dated 1975, or the latest revision thereof.

Addendum No. 3 - lssued Februory 22, 201.6

Scope of Work & Detoiled Specificotions 67

Page 18: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Pon¡tor¡ol Suppliesl, IDeportment oÍ Fleet & Focility Monogement], Specificotion Number 1.29464Torqet Morket Commodities Form Controct 09.03.2015

SUSTAINABTE PRODUCT REQUIREMENT

As applicable, Group J and Group ll products must meet one or more of the trash bag product criteriadescribed in the'Sustainable Purchasing and Green Cleaning Product Requirements'section, unless

more str¡ngent requ¡rements are included in the description of the bid line item. The bidder mustprovide evidence from the manufacturer stating that the product quoted meets the criteria and/orhas the required certification with the bid or specifically state that there are no applicable criteria for a

product type.

5.5,7. Group K - Lines 118 through 122

SUSTAINABLE PRODUCT REqUIREMENT

As applicable unless otherwise specified, hand soap and hand sanitizer products must meet one or moreof the hand soap criteria described in the'Sustainable Purchasing and Green Cleaning ProductRequirements'section. The bidder must provide evidence from the manufacturer stating that theproduct quoted meets the criteria and/or has the required certification with the bid or specificallystate that there are no applicable criteria for a product type.

5.5.8. Groups L throueh DD- Lines 123 through 141

lf criteria provided in the 'Sustainable Purchasing and Green Cleaning Product Requirements' section isavailable for a certain type of product, products not meeting the criteria will be restricted from purchasewithout prior approval from a Deputy Commissioner at the Department of Fleet and FacilityManagement or other Using Departments.

Quoted prices will remain fixed throughout the first twelve (12) calendar months of the Contract term.Beginning on the date after the initial twelve (12) month term, and for each twelve (12) month anniversarythereafter, subjectto acceptable performance bythe Contractor and contingent upon the appropriation ofsufficient funds for the procurement of services provided for in this Contract, annual price adjustments ofthe Contract pricing may be made after receipt of written request from the Contractor showing causesubstantiating the need for the increase, made no later than thirty (30) calendar days after the expiration ofeach such twelve (12) month period. lf Contractor does not request a price adjustment within such thirty(30) calendar day period, Contractor will not be entitled to a price adjustment for the upcoming year.Contract pricing adjustments will be calculated as outlined below.

Annual requests for price adjustments will reference the Producer Price lndex (PPl)for "_Polish and othersanitation good mfg.Series lD:_ PCU3256L232561254- not seasonally adjusted, as it appears in theperiodical Producer Price lndices published by the U.S. Department of Labor, Bureau of Labor Statistics. Thisindex can currently be found on the lnternet at http://data.bls.gov/PDQy'outside.jsp?surVe!=r,ryp althoughthis site's url is subject to change. (Select commodity data, then select Group " Polish and other sanitationgood mfg." and ltem " PCU3256L232561254 ", and get data.)

The adjusteä Contract price will be determined by performing the following calculation: The original Contractprice(s) will be multipl¡ed by the quotient, and then be rounded to two (2) decimal places to calculate theadjusted Contract price(s). The quotient will be calculated by dividing the comparison index value by theaverage index value of the last twelve (1-2) months of the Contract period.

The comparison value for the first allowable price increase will be the index value at the time of Contractaward. The comparison value forthe second allowable price increase will be the index value of the one (1)

year anniversary date of the Contract award.

Addendum No. 3 - lssued Februory 22, 201.6

Scope of Work & Detoiled Specificotions 68

Page 19: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJdn¡tor¡dl Suppl¡es], IDeportment of Fleet & Focility Monogement], Specificotion Number L29464Torget Morket Commodities Form Contract 09.03.2015

Adjusted price(s) may be higher or lower than the original Contract pricing, as dictated by the applicableindex values. Any price adjustments requested in subsequent years of the agreement will be calculated in

the same manner.

All price adjustment calculations will be based upon the latest version of the PPI available on the eighteenth(18th) day of the month following the anniversary of the Contract. The effective date of an adjustment willbe the twentieth (20th) day of the month following the month in which the adjustment is requested.

lf Producer Price lndex data are not available for any month of the final twelve (12) full months of the annualContract period, the PPI data for the most recent twelve (12) full months preceding the anniversary of theContract will be used in computing the price adjustment.

Quoted prices will remain fixed throughout the first twelve (12) calendar months of the Contract term.Beginning on the date after the initial twelve (12) month term, and for each twelve (12) month anniversarythereafter, subject to acceptable performance by the Contractor and contingent upon the appropriation ofsufficient funds for the procurement of services provided for in this Contract, annual price adjustments ofthe Contract pricing may be made after receipt of written request from the Contractor showing cause

substantiating the need for the increase, made no later than thirty (30) calendar days after the expiration ofeach such twelve (12) month period. lf Contractor does not request a price adjustment within such thirty(30) calendar day period, Contractor will not be entitled to a price adjustment for the upcoming year.

Contract pricing adjustments will be calculated as outlined below.

Annual requests for price adjustments will reference the Producer Price lndex (PPl) for "_Plastics materialand resins mfg", Series lD:_ PCU3252LL3252II- not seasonally adjusted, as it appears in the periodicalProducer Price lndices published by the U.S. Department of Labor, Bureau of Labor Statistics. This index can

currently be found on the lnternet at http://data.bls.gov/PDØoutside.jsp?survê!=¡¡¡p although this site's urlis subject to change. (Select commodity data, then select Group " P'lastics material and resins mfg" and ltem" PCU32521,13252I! ", and get data.)

The adjusted Contract price will be determined by performing the following calculation: The original Contractprice(s) will be multiplied by the quotient, and then be rounded to two (2) decimal places to calculate theadjusted Contract price(s). The quotient will be calculated by dividing the comparison index value by theaverage index value of the last twelve (12) months of the Contract period.

The comparison value for the first allowable price increase will be the index value at the time of Contractaward. The comparison value for the second allowable price increase will be the index value of the one (1)

year anniversary date ofthe Contract award.

Adjusted price(s) may be higher or lower than the original Contract pricing, as dictated by the applicableindex values. Any price adjustments requested in subsequent years of the agreement will be calculated in

the same manner.

All price adjustment calculations will be based upon the latest version of the PPI available on the eighteenth(18th) day of the month following the anniversary of the Contract. The effective date of an adjustment willbe the twentieth (20th) day of the month followingthe month in which the adjustment is requested.

lf Producer Price lndex data are not available for any month of the final twelve (12) full months of the annualContract period, the PPI data for the most recent twelve (12) full months preceding the anniversary of theContract will be used in computing the price adjustment.

5.8. Price Adjustment (PPl) for Line ltems 58, 59, 60,64,65,66,67,69,74,82Quoted prices will remain fixed throughout the first twelve (12) calendar months of the Contract term.Beginning on the date after the initial twelve (12) month term, and for each twelve (12) month anniversarythereafter, subject to acceptable performance bythe Contractor and contingent upon the appropriation ofsufficient funds for the procurement of services provided for in this Contract, annual price adjustments ofthe Contract pricing may be made after receipt of written request from the Contractor showing cause

Addendum No. 3 - lssued Februory 22, 2016

Scope of Work & Detoiled Specificotions 69

Page 20: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJonitoriol Supplies], IDeportment oJ Fleet & Focility Monogement], Specificotion Number 729464Target Morket Commodities Form Controct 09.03.2075

substantiating the need for the increase, made no later than thirty (30) calendar,days after the expiration ofeach such twelve (12) month period. lf Contractor does not request a price adjustment within such thirty(30) calendar day period, Contractor will not be entitled to a price adjustment for the upcoming year.

Contract pricing adjustments will be calculated as outlined below.

Annual requests for price adjustments will reference the Producer Price lndex (PPl) for "_Paper towels,industrial packages (rolled, folded, and interfolded), made in paper mills", Series lD:_PCU322I2L322I2IN6Z- not seasonally adjusted, as it appears in the periodical Producer Price lndicespublished by the U.S. Department of Labor, Bureau of Labor Statistics. Ihis index can currently be found onthe lnternet at http://data.bls.gov/PDQ/outside.jsp?surve!=u7p although this site's url is subject to change.(Select commodity data, then select Group " Paper towels, industrial packages (rolled, folded, andinterfolded), made in paper mills" and ltem " PCU32212I32212!N6Z ", and get data.)

The adjusted Contract price will be determined by performing the following calculation: The original Contractprice(s) will be multiplied by the quotient, and then be rounded to two (2) decimal places to calculate theadjusted Contract price(s). The quotient will be calculated by dividing the comparison index value by theaverage index value of the last twelve (12) months of the Contract period.

The comparison value for the first allowable price increase will be the index value at the time of Contractaward. The comparison value for the second allowable price increase will be the index value of the one (1)

year anniversary date of the Contract award.

Adjusted price(s) may be higher or lower than the original Contract pricing, as dictated by the applicableindexvalues. Any price adjustments requested in subsequent years of the agreement will be calculated inthe same manner.

All price adjustment calculations will be based upon the latest version of the PPI available on the eighteenth(18th) day of the month following the anniversary of the Contract. The effective date of an adjustment willbe the twentieth (20th) day of the month following the month in which the adjustment is requested.

lf Producer Price lndex data are not available for any month of the final twelve (12) full months of the annualContract period, the PPI data for the most recent twelve (12) full months preceding the anniversary of theContract will be used in computing the price adjustment.

5.9. Price Adjustments for Catalog L¡ne ltems 123 through 142

Bidders are required to provide the City of Chicago with a discount or mark-up from the manufacturer's pricelist for each proposed group. All prices net of discounts/mark-up must include all applicable costs, profit,overhead, handling, delivery, insurance and guarantees. The dìscount/mark-up percentage will not changethroughout the entire contract term and any extension periods the C¡ty may elect to exercise. All pricing willbe governed by the latest editions or supplements to manufacturer's published price lists/catalogs unlessspecified otherwise on the Proposal Page. The Contractor will be responsible for notifying the ChiefProcurement Officer, at least thirty (30) calendar days in advance of any price changes andlor issuance ofrevised price lists prior to submittal of invoices with new prrces.

5.9.1. ReportsThe Contractor shall be required to submit Green reports bi-annually for each Group and each line itempurchased within these Groups. The report format is to be an Excel spreadsheet identifying thespecification number, contact'number, Contractor's name, Catalog or Line ltem, Janitorial Supply itemdescription, quantity ordered, unit price, and total expended amount for each Janitorial Supply contractawarded to the Contractor. This report is to include any recyclable containers. Ihe report must includenotation of the whether or not each material or supply meets the required criteria listed in thesespecifications, and if so, how the material or supply meets the criteria, e.g., recycled contentpercentage, certification type. Materials purchased by subcontractors must also be included.

The bi-annual report must be submitted to the Department of Procurement Services, the Department ofFleet and Facility Management and Using departments.

Addendum No. 3 - lssued Februory 22, 2016

Scope of Work & Detoiled Specificot¡ons 70

Page 21: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

IJan¡tor¡ol Supplies], IDepartment of Fleet & Focilìty Monogement], SpeciÍ¡cotion Number 129454Torget Morket Commodities Form Contract 09.03.2015

5,9.2. Custom CatalogAfter award of Contract and upon request of the Chief Procurement Officer, the Contractor mustprovide customized catalogs to each Using Department that consists of non-restricted Janitorial Suppliesallowable under this Contract. The City will issue a format and the percentage discounts which areacceptable to the Department of Procurement Services upon award of Contract.

5.9.3. Price QuotesDepartments may, from time to time, request a price quote from the Contractor for items that areincluded in catalog lines of the contract. The Contractor must respond within five (5) business days ofreceipt of the price quote request with a written statement (email is acceptable), confirming thefollowing;

¡ The requested item(s) is or is not included as a catalog line in the Contractor's contracu. The per unit cost of the item(s) in the applicable manufacturer price list;o The percentage discount from the manufacturer list price, per the contract bid amount;. The per unit cost to the City (original price less discount amount);o The extended price to the City for all items for which a price quote was requested.

The City will have the option of accepting the price quote submitted or the Using Department maysubmit a request for a substitute item. The City is not to be charged for expenses incurred by theContractor to provide price quotes to the City.

5.9.4. Back OrdersNotification must be made during the ordering process when a Janitorial Supplies is on back order.Electronic or written notification of anticipated ship date must be sent to the City for any back ordersthat cannot be filled within five (5) business days. The City will have the option of accepting or cancelingthe backorder or the Using Department may submit a request for a substitute item. The City is not to becharged for expenses incurred due to the cancellation of backorders.

5.9.5. Discontinued Janitorial SuppliesContractor must notify the City of Chicago within five (5) business days of placing an order of anydiscontinued Janitorial Supplies. An alternate product may be accepted if the alternate is comparable tothe Janitorial Supplies ordered. Approval must be obtained from the Using Department and theDepartment of Procurement Services prior to delivery.

5.9.6. Returns and RestockingThe Contractor must pick up any defective or rejected merchandise to be returned back to Contractorwithin forty- eight (a8) hours of notification. The City of Chicago will not pay restocking fees for returnedmerchandise. The Contractor must replace the merchandise or issue a cred¡t within five (5) business days ofthe return. lf a credit is not received within five (5) business days, the City will deduct amount of return from any

outstanding invoice at the end of month or time of payment.

5.9.7. Misshipments/Defective MerchandiseThe Contractor will be responsible for any miss-shipments or damaged shipments. The Contractor mustmake arrangements with their common carrier or company personnel to pick-up unacceptable materialsupon notification by authorized City personnel. The correction or order request will be completed at nocharge to the City. The City of Chicago will not be subject to restocking charges.

5.9.8. ExceptionsAny deviations from these specifications must be noted on the Proposal Page(s) attached thereto, withthe exact nature of the change outlined in sufficient detail. The reason for which deviations were madeshould also follow, if not self-explanatory. Failure of a bidder to comply with the terms of this paragraphmay 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$

Addendum No. 3 - lssued Februory 22, 2016

Scope of Work & Detoiled Specificotions 71.

Page 22: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

City of ChicagoCatalog RFQ - Lines by Group

PU085C

Spec#Page

129464I of18

Bid/Proposal pricing for all-commo.diÇ and/or service line items must be based on the standard unit of measure indicated below. pricing on alternate units ofmeasure mav not be accepted. Unit costs must be limited to three decimal places. Each quote must ue iigñã¿-an¿ uñ¡t pr¡c;;èkile;ä-pñËJaìo Tùãfijüõe inustbe typed or written in ink.

auo¡q9 on. "or equal" items must be identified as "alternate" to.specified item on the comment line. lf quoting an alternate, indicate manufacturer name,model/parucatalog number and attach descriptive literature. Altérnate items may not be accepié¿. eniìËe"ptìönËìä itèrï sóãc-¡f'ed õ;;i-h-er terms must beclearly indicated on the bid.

RFQ Header lnformation

Please Respond BV 311112016

RFQ Number 4961

Ship To Location 038-0030

For More lnformation Please Gontact STACY STEWART

312-744-2681

RFQ Header Details

Contract Type COMMODITIES

Target Market YES

Advertise Date 1 1 127 l2O1 5

WEB BID Edit Rules GROUP

Gompliance Officer

Compliance Type Description

Percentage Type Desc Required %

100.00 %Minimum Percentage RateTarget Market

RFQ Description JANTTORIAL SUPpLtES

Special lnstructions

Your Quote is Effective as of 3/1 112016

RFQ Status ln Process

Specification 129464

Procurement Type BID

Bid Deposit Required NO

Run Time: 02117116 16:07: ,l6

ADDENDUM NO. 3 .212212016

Page 23: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of ChicagoCatalog RFQ - Lines by Group

PU085C

IN/A)

tN/A)

(N/A)

(N/A)

(N/A)

(N/A)

$

$

$

$

(N/A)

(N/A)

(N/A)

(NiA)

(N/A)

(N/A)

$

s

s

$

35

20

125

35

35

35

Case

Case

Gallon

Case

Each

Case

A

A

A

A

A

JANITORIAL SUPPLIES &EQUIPMENT - GRAFFITI REMOVER.ECOLOGO CERTIFIED I QUARTSPRAY BOTTLE - GREENCONCEPTS NO. GCO629 ORAPPROVED EQUAL-6 BOTTLES PERCASE - PRICE PER CASE

JANITORIAL SUPPLIES &EQUIPMENT - CARPET SPOTTREATMENT - GREEN SEALCERTIFIED WHITTAKER CRYSTALSPOTTER NO. CS4, 1 ORAPPROVED EQUAL -22 OUNCEBOTTLE -6 BOTTLES PER CAN -PRICE PER CASE

JANI IORIAL SUPPLIES &EQUIPMENT. JANITORIALSUPPLIES, ISOPROPYL ALCOHOL,99+% ANHYDROUS ISOPROPANOLIN 1 GALLON CONTAINER.MANOFOHM NO. ISOPRO 1 GAL ORAPPROVED EQUAL. PRICE PERGALLON

JANIIORIAL SUPPLIES &EQUIPMENT - CHEWNG GUMREMOVER.6 OUNCE SPRAYCAN-PARISH SUPPLY# OI01812 ORAPPROVED EQUAL.l2 CANS PERCASE. PRICE PER CASE

JANI IORIAL SUPPLIES &EQUIPMENT. WEED KILLER . 30.OUNCE SPMY BOTTLE;RAINPROOF WTHIN 1() MINUTES;SCOTT'S ROUNDUP NO 5()0341() ORAPPROVED EQUAL -PRICE PERUNIT

JANITORIAL SUPPLIES &EQUIPMENT - BASEBOARDSTRIPPING GEL. CARB VOC LIMITCOMPLIANT ASPIRE BASEBOARDSTRIPPER & FLOOR WAX REMOVEROR APPROVED EQUAL-16 OUNCEAERSOL CAN.12 CANS PER CASE -PRICE PER CASE

4ö5b5.22

4ö5ö5.22

48565.22

48565.22

4ö565.22

48565.22

48565221 50

485ô522't51

4856522300

4856522154

4856522156

4856522162

Goods

Goods

Goods

Goods

Goods

Goods

1

2

6

6

'13

LineTvoe ltem Category Commoditv Desc Group lD UOM Price Extended Price Catalog # I lD. Date and Mfr Comments

Speú 129464Page 2 of 18

Run Time: 02117116 16:07:16

ADDENDUM NO. 3 - 212212016

Page 24: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

City of ChicagoGatalog RFQ - Lines by Group

PU085C

LineT; Lrne tvpe Item Gategory Commoditv Desc Group lD UOM

A

Price

Total Groun Extended Price

ffi Extendedprice Catatog#llD.DateandMfr Comments

Grouo

(N/A)

(N/A)$

(N/A)

(NiA)

$'t00

00

Gallon

Eactr

JANITORIAL SUPPLIES &EQUIPMENT. JANITORIALSUPPLIES, PROPYLENE GLYCOL,99+% FOOD GRADE USP lN IGALLON CONTAINER. DUDE DIESELOR APPROVED EQUAL - PRICE PERGALLON

JANI IORIAL SUPPLIES &EQUIPMENT - CALIFORNIA AIRRESOURCES BOARD (CARB) VOCCOMPLIANT CHEWNG GUMREMOVER - 22 6OUNCE SPMYBOTTLE.MOTSEN BOCKER'S LIFTOFF #2 NO. 407.01 OR APPROVEDEQUAL-PRICE PER BOTTLE

46565.22

48565.22

4ö56522010

4856522012coods

143

1M

$ 29ö300

l^"'

DiscountFrom List

JANITORIAL SUPPLIES -TOLCOCATALOG - % DISCOUNT FROM LISTPRICE (PRODUCT GUTDE 53 ORMOST RECENT)

4ö565.1 7Catalog Line

l*"'

17138

Groun AA Total Grouo Extended Price t(N/A)

(N/A)

(N/A)

$

u

(N/A)

(N/A)

(N/A)

$

$

215

215

135

Case

Case

Case

B

JANI I ORIAL SUPPLIES &EQUIPMENT. WASP KILL SPRAY -.I7.5

OUNCE CAN - JOHNSON WAXMODEL 51367 OR APPROVEDEQUAL.12 CANS PER CASE - PRICEPER CASE

JANITORIAL SUPPLIES &EQUIPMENT. BEE KILL SPRAY.SPECTRACIDE MODEL #HG-53371ORAPPROVED EQUAL.16 OUNCECAN - 12 CANS PER CASE - PRICEPER CASE

JANITORIAL SUPPLIES &EQUIPMENT - ANT/ ROACH KILLSPRAY. HOT SHOT 144,16 ORAPPROVED EQUAL.17.5 OUNCEAREOSOL CAN.12 CANS PER CASE- PRICE PER CASE

48565.22

4ö5tt5.22

46565.22

4E56522152

4856522153

4ö5652215t

Goods

Goods

Goods

?

4

I

G¡oup B Total Grouo Extended Price ô

I'

(N/A)DiscountFrom List

I'146450

148565.r8 18565. l"139

BB Total Grouo Extended Pilce $

Spec# 129464Page 3 of 18

Run T¡me: 021171'16 16:07:'16

Group

ADDENDUM NO. 3 -212212016

Page 25: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

LineNo

LineTvoe ltem Cateoorv Commodity Desc Group lD UOM

Gity of ChicagoCatalog RFQ - Lines by Group

PU085C

ffi EÍendedprice Catalog # / lD. Date and Mfr GommentsEstimated

UsagePrice

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

s

$

$

$

ü

(N/A)

(NiA)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

$

$

s

$

$

45

1öU

190

150

350

ti0

170

Case

Each

Each

Case

Each

Case

Case

c

c

c

u

c

c

JANITORIAL SUPPLIES &EQUIPMENT . SCRUB PAD. 1 O-INCHX 4.6-INCH; 'lJNCH THICKPOLYESTER AND NYLON FIBERS.3M DOODLEBUG NO 8242 OR .

APPROVED EQUAL - 20 UNITS PERCASE - PRICE PER CASE

JANIIORIAL SUPPLIES &EQUIPMENT - PLUNGER - DURABLERUBBER HEAD, SMOOTH WOODHANDLE; 2O-INCH HANDLE LENGTH6-INCH CUP DIAMETER.UNISAN NOUNSO3OOS OR APPROVED EQUAL-PRICE PER UNIT

JANIIORIAL SUPPLIES &EQUIPMENT. WAREHOUSE BROOM.7" FILAMENT BRISTLES WITH 48"DETACHABLE METAL HANDLE.RUBBERMAID NO FGgB2l()OBRN ORAPPROVED EQUAL -PRICE PERBROOM

JANI I ORIAL SUPPLIES &EQUIPMENT- 1O QUART PLASTICPAIL WTH HANDLE AND POURSPOUT - RUBBERMAID #2963PR ORAPPROVED EQUAL.12 PILS PERCASE - PRICE PER CASE

JANITORIAL SUPPLIES &EQUIPMENT - JANITORIALSUPPLIES, NATURAL SEA GRASSIVATERIAL, FINE GRIT,7 .I/2

INCHSIZE, NATURAL COLOR EARTHÏHERAPEUTICS NO. 2AJU3 ORAPPROVED EQUAL

JANIIOHIAL SUPPLII,S &EQUIPMENT - WET MOP HEAD -RAYON; 1ll4" HEADBAND;24 0ZLIQUID CAPACITY; WHITE;CONTINENTAL A414124 ORAPPROVED EQUAL-12 MOP HEADSPER CASE;. PRICE PER CASE

JANITORIAL SUPPLIES. DUST MOPHEAD, BOARDWALK#BWK-CM2O()32 OR APPROVED EQUAL

48565.22

48565.22

48565.22

48565.22

4ö5tt5.22

48565.22

4ö5ö5.22

4856522't55

4856522161

485ô522163

4856522164

4856522301

4856522166

4856522167

Goods

Goods

Goods

Goods

Goods

Goods

Goods

I

12

14

15

16

19

Spec+ 129464Page4ofl8

Run Time: 02117116 16:07:16

ADDENDUM NO. 3 .212212016

Page 26: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of GhicagoCatalog RFQ - Lines by Group

PU085C

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

s

$

$

$

(N/A)

(N/A)

(N/A)

(NiA)

(N/A)

(N/A)

(N/A)

I

$

$

$

$

$

$

bU

90

5U

105

250

1000

200

Case

Case

Case

Case

Each

Each

Each

c

c

C

U

c

0

JANIIORIAL SUPPLIbS &EQUIPMENT - SCRUB COUNTERBRUSH - DURABLE PLASTIC BLOCK;POLYPROPYLENE BRISTLE; 6]NCHHANDLE. .I2

PER CASE. PRICE PERCASE

JANIIORIAL SUPPLIES &EQUIPMENT - SCRUB BRUSHES,POLYPROPYLENE BRISTLE, HEAVYDUTY PLASTIC HANDLE 9-INCHLENGTH, 3-INCH WDTH; 2INCHBRISTLE LENGTH - 12 UNITS PERCASE. PRICE PER CASE

JANI IURIAL SUPPLITS &EQUIPMENT. UPHOLSTERY BRUSH- 3" WDE X 6 1/2" LONG - EASY GRIPHANDLE - 12 PER CASE - PRICE PERCASE

JANI IORIAL SUPPLIES &EQUIPMENT.TRASH PICKER 36"TRIGGER GRIP ALUMINMUMERGONOMIC HANDLE UNGERNT-OgO OR APPROVED EQUALI2PER CASE.PRICE PER CASE

JANITORIAL SUPPLIES &EQUIPMENT.DUSTERWEKTENDER- OXO SKU NO1334580V1 OR APPROVED EQUAL

JANIIORIAL SUPPLIES &EQUIPMENT - DUSTER WITHEN-ENDER - MICROFIBERROTATING HEAD REFILL - OXO SKUNO. 1334680V2 OR APPROVEDEQUAL -PRICE PER UNIT

JANITORIAL SUPPLIES &EQUIPMENT -HEAVY DUTY FLOORSCRAPER - 8" WIDE SCRAPER 60"LONG STEEL HANDLE. l INCHDIAMETER ZINC ALLOY HEAD;CARBON STEEL BLADE. ULINEH-2842 OR APPROVED EQUAL

4E565.22

4ö565.22

48565.22

4ð565.22

465b5.22

48565.22

48565.22

4E56522171

465b5221 t2

4856522173

4856522176

+ö5õ5221E2

4856522183

46565221ö5

Goods

Goods

Goods

Goods

Goods

Goods

Goods

23

24

25

2E

34

J5

37

LineTyoe ltem Category Commoditv Desc Group lD UOMEstimated

Usaæ Price Extended Price Catalog # I lD. Date and Mfr Comments

Spec# 129464Page 5 of l8

Run Time: 02117116 16:07:16

ADDENDUM NO. 3 .212212016

Page 27: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

City of Chicago-Catalog RFQ - Lines by Group

PU08sC

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

$

s

$

$

$

(NiA)

(N/A)

(N/A)

(N/A)

(N/A)

lN/A)

$

$

$

$

75

190

95

205

E()

s00

Each

Package

Eadr

Case

Case

Eadr

c

c

C

c

c

JANIIORIAL SUPPLIES &EQUIPMENT.HAND HELD FLOORSCRAPER 48" WDE SCRAPER11-3l4" HANDLE - 13/15- |NCHDIAMETER ZINC ALLOY HEAD;CARBON STEEL BLADE;REVERSIBLE BLADE$ULINE H.3451OR APPROVED EQUAL

JANI IORIAL SUPPLIES &EQUIPMENT -HAND HELD FLOORSCRAPER 4" WDE REPLACEMENTSCRAPER BLADES; ULINE H-28428OR APPROVED EQUAL. 10 PERDACKAGE; PRICE PER PACKAGE

JANITORIAL SUPPLIES &EQUIPMENT - SNOW SHOVEL 18INCH NON.STICK PLASTIC SHOVELBLADE; MIN 48 INCH STEEL SHAFT:PLASTIC D-GRIP HANDLE END;ÏRUE TEMPER # 1627200 ORAPPROVED EQUAL -PRICE PERUNIT

JANI I ORIAL SUPPLIES &EQUIPMENT. PLASTIC SPRAYBOTTLES WITH NOZLE;ADJUSTABLE SPRAY FROM MIST TOSTREAM; 24-0UNCE BOTTLE USPLASTICS #66031 OR APPROVEDEQUAL.6 BOTTLES PER CASE;PRICE PER CASE

JANI I ORIAL SUPPLIES &EQUIPMENT - PLASTIC SPRAYBOTTLES WTH NOZLE;ADJUSTABLE SPRAY FROM MIST TOSTREAM; 32-0UNCE BOTTLE USPLCSTICS 6ô031 OR APPROVEDEQUAL 6 BOTTLES PER CASE;PRICE PER CASE

JANITORIAL SUPPLIES &EQUIPMENT. FLOOR SQUEEGEE.UNGER NO. UNGFPgOC ORAPPROVED EQUAL

48565.22

48565.22

48565.22

48565.22

48565.22

4E565.22

4E56522'186

4E56522187

48565221 1 3

4856522114

4856522115

4ðstt5221 1 6

Goods

Goods

Goods

coods

Goods

Goods

38

39

40

41

42

43

LineNo

LineType ltem Catego¡v Commoditv Desc Group lD UOM Price ffi Extendedprice Catalog#llD.DateandMfr Comments

Spec+ 129464Page 6 of '18

Run Time: 02|17116 l6:07:16

ADDENDUM NO. 3 .212212016

Page 28: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of GhicagoCatalog RFQ - Lines by Group

PU085C

tr LineType ltem Category Commoditv Desc Group lD UOM

c

Price Discount orMarkuo %

Extended P¡ice Catalog # / lD, Date and Mfr Comments

Group Total Grouo Extended Price G

(l"l/A)

(N/A)

$

s

(N/A)

(N/A)

$

$

5645

3000

Case

CaseC

JANITORIAL SUPPLIES &EQUIPMENT - URINAL SCREEN WITHBLOCK - WHITE SCREEN, PINKBLOCK, CHERRY SCENT,BIODEGRADABLE BLOCK.HOSPECO #01 90,I OR APPROVEDEQUAL-12 BLOCKS PER CASE-PRICE PER CASE

JANITORIAL SUPPLIES &EQUIPMENT - URINALSCREEN-ECOLOGO CERTIFIEDÏOUGH GUY NO.16W267 ORAPPROVED EQUAL. 12 SCREENSPER CASE PRICE PER BOTTLE ,

46s65.22

48565.22

485b522120

4ö5ô52201 I

Goods

Goods

44

147

I'P,iìå'ißll$æ3850

l^^'

CC48565.22Catalog Line

148s65.22

141

Grouo cc Total Group Extended Price î

I'

(N/A)$ 6s0000D¡scountFrom List

JANI I ORIAL SUPPLIES. BEAVERPRODUCTS CATALOG - %DISCOUNT FROM LIST PRICE l"

Catalog Line

148565.rs l*"'19142

Grouo DD Total Group Extended Price Ê

(N/A)

(N/A)

$

$

(N/A)

(NiA)u

450

50

Case

Box

h

E

JANITORIAL SUPPLIES &EQUIPMENT - DUST CLOTHS -MICROFIBER SIZE 16-INCH X16-INCH, VARIOUS COLORS;JONDON NO. ME-MFCB.EA12 ORAPPROVED EQUAL.12 UNINTS PERCASE - PRICE PER CASE

JANIIORIAL SUPPLIES &EQUIPMENT. HEAVY DUTY SHOPTOWEL-WOODPULP & POLYESTERHYDRGENTANGLED, LINT FREE,SOLVENT RESISTANT,WATERBORNE COMPATIBLE, O1 6-IN.THICK, WHITE, I 0.5"x'l 5" 250-FOOTROOL IN TOTE BOX MERCANTILEDEVELOP. tNC #93141

4ö5ö5.22

4ö5tt5.22

4856522165

4856522220

Goods

Goods

17

45

Spec#Page

129464Run Time: 02117116 16:07:'16

ADDENDUM NO. 3 - 2122120167 of18

Page 29: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

City of GhicagoCatalog RFQ - Lines by Group

PU085C

(N/A)

(N/Ð

(N/A)

(N/A)

(N/Ð

(N/Ð

(N/A)

(N/A)

IN/A)

$

ü

s

s

s

$

$

$

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

$

$

$

$

$

$

$

$

$

5U

OUUUUU

600000

12000

bUUU

1 000

300

15000

Box

Roll

Pound

Pound

Pound

Pound

Pound

Pound

Pound

E

E

E

E

E

E

E

E

E

JANIIUT{IAL SUPPLIES &EQUIPMENT - HEAVY DUTY SHOPÏOWEL-WOODPULP & POLYESTERHYDRGENTANGLED, LINT FREE,SOLVENT RESISTANT,WATERBORNE COMPATIBLE, OI 6-IN.ïHlCK,WHlTE,I2"x21.5" 1/4 FOLDDISPENSER BOX.MERCANTILEDEVELOP. INC#MDI 93143 ORA

JANITORIAL SUPPLIES &EQUIPMENT. HEAVY DUTY SHOPTOWEL-WOODPULP & POLYESTERHYDRO-ENTANGLED, LINT FREE,SOLVENT RESISTANT,WATERBORNE COMPATIBLE, O1 6-IN.THICK, WHITE, l2"xl2"JUMBO ROLL -MERCANTILE DEVELOP. INCMDI-9,1141 OR APPROVED EQUAL

WIPERS, I.SHIRT, KNIT-JANITORIAL SUPPLIES, WPINGRAGS, WPERS, T-SHIRT, KNIT.RECLAIMED, WHITE PRICE PERPOUND

WPERS, T.SHIRT, KNIT.JANITORIAL SUPPLIES, WPINGRAGS, WIPERS, T.SHIRT. KNIT.NEW WHITE

RAGS, WPING, COTTON -JANITORIAL SUPPLIES, WPINGRAGS, RAGS, WIPING, COTTON,DISPOSABLE - WHITE COTTONYARNS

IOWELS, WIPING - JANITORIALSU?PLIES, WPING RAGS, TOWELS,WIPING.20 IN. X 20 IN. WHITEIURKISH TOWEL

SHEETING, BLEACHED, WASHEDJANITORIAL SUPPLIES, WPINGRAGS, WPES, TERRY KNIT.WASHED & BLEACHED

WPERS, T.SHIRT, KNIT -JANITORIAL SUPPLIES, WPINGRAGS, WPERS, T-SHIRT, KNIT-RECLAIMED, COLORED

48565.22

4E565.22

73560

73560

73560

73560

73560

/35tt0

i3560

4ö56522222

/J5öU921 02

/35r'0851 02

/35tiu /91 1 0

73560921 04

7356079112

Goods

Goods

Goods

Goods

Goods

50

51

52

53

54

LT

LineN; Llne lvpe Iten Cateoory Gommoditv Desc Group lD UOM P¡ice Extended P¡ice Catalog # / lD, Date and Mfr Comments

Speú 129464Page I of 18

Run Time: 02117116 l6:07:16

ADDENDUM NO. 3 .212212016

Page 30: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of ChicagoGatalog RFQ - Lines by Group

PU085C

LineNo

LineTvoe ltem Catego¡v Commoditv Desc Group lD UOM

E

P¡ice

Total G¡oup Extended Price

ffi Erendedprice Catalog # / lD. Date and Mfr Comments

(Group

l'*^$

l'*'

$

$

(N/A)

(N/A)

(N/A)

1UU

I'5000

1 00000

Pound

Pound

Pound

73560

i3560

73560

i3560691 00

7356085'100

73560921 06

Goods

Goods

Goods

55

56

57

tNiA)

(N/A)

INiA)

(N/A)

$

$

$

$

(N/A)

(N/A)

(N/A)

(N/A)

$

$

000

500

100

1000

Case

Case

Case

Case

EE

EE

EE

EE

JANITORIAL SUPPLIES &EQUIPMENT. GENERAL PURPOSECLEANER. BUCKEYE GREEN SEALCERTIFIED MARAUDER GENERALPRUPOSE CLEANER NO. 52665000ORAPPROVED EQUAL, 1 GALLONCONTAINER,4 GAL PER CASE

JANIIURIAL SUPPLITS &EQUIPMENT - FLOOR FINISH .BUCKEYE GREEN SEAL CERTIFIEDVERDE FLOOR FINISH NO. 5.IO31OOO

OR APPROVED EQUAL, .I

GALLONCONTAINER,4 GAL PER CASE

JANITORIAL SUPPLIES &EQUIPMENT - FLOOR STRIPPER -BUCKEYE GREEN SEAL CERTIFIEDPENETRATE FLOOR SPRIPPER NO.51O31()O() OR APPROVED EQUAL, 1

GALLON CONTAINER, 4 GAL PERCASE

JANI IORIAL SUPPLIES &EQUIPMENT. GLASS CLEANER -BUCKEYE GREEN SEAL CERTIFIEDSÏAR SPRAY CONCENTRATEGLASS CLEANER NO. L54O61O()() ORAPPROVED EQUAL, 1 GALLONCONTAINER,4 GAL PER CASE

48565.22

48565.22

4E565.22

48565.22

4E56522020

4856522022

4856522024

4856522026

Goods

Goods

Goods

Goods

148

149

150

151

Grouo EE Total G¡oup Extended Price $

Spec#Page

1294649 of '18

Run Time: 02117116 16:07:16

ADDENDUM NO. 3 .212212016

Page 31: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of GhicagoCatalog RFQ - Lines by Group

PU085C

(N/A)

IN/A)

N/A)

tN/A)

$

$

$

s

(N/A)

(N/A)

(N/A)

(N/A)

4000

2750

2050

470

Case

Case

Case

Case

F

t-

JANI IORIAL SUPPLIhS &EQUIPMENT. NITRILE GLOVES -VARIOUS SIZES SI\IALL T0 )XL; 6.7IVIL THICKNESS; LATEX FREE;KIMERLY -CLARK NO. 55082 ORAPPROVED EQUAL l()OO UNITS PERCASE: PRICE PER CASE

JANITORIAL SUPPLIES-DISPOSABLE LATEX GLOVES.VARIOUS SIZES SMALL TO XXL;HIGH TENSILE STRENGTH; BEADEDCUFF; FULLY TEXTURED SURFACE;LIGHTLY POWDERED; ULINE NO5-5491X OR APPROVED EQUAL.IOOUNITS PER BOX; 10 BOXES PERCASE; PRICE PER CASE

JANI IURIAL SUPPLIES.DISPOSABLE LATEX GLOVE$ SIZEXL: HIGH TENSILE STRENGTH;BEADED CUFF; FULLY TE}IIUREDSURFACE; NO POWDER; ULINE NO$56606 OR APPROVED EQUAL-

,I()O

UNITS PER BOX; 10 BOXES PERCASE; PRICE PER CASE

JANI IORIAL SUPPLIES &EOUIPMENT. COTTON CANVASGLOVES; SIZE XL- KNIT WRIST;RADNoR N0 64057129 0RAPPROVED EQUALI2 PAIR PERCASE; PRICE PER CASE

48565.22

4856s.22

48565.22

4ö5tt5.22

4856522178

4856522179

4856522180

4856522181

Goods

Goods

Goods

Goods

30

31

32

33

LineNo

LineTvoe ltem Catego¡v Commodity Desc Group lD UOM P¡ice

Total Grouo Extended Price

ffit ExtendedPrice Catalog # / lD. Date and Mfr Comments

Grouo F (

IN/A)

(N/A)

$

$

(N/A)

(N/A)

$3500Case

0ase

t-

FF

JANITORIAL SUPPLIES &EQUIPMENT. TOWELS, PAPERROLL. 1 PLY, NON-PERFORATEDROLL TOWEL, EPA CPG COMPLIANTBRot^/Ì{, 8" X 425"12 RoLLS/CS,WAUSAU PAPER ECOSOFT # 46000OR APPROVED EQUAL

JANITORIAL SUPPLIES &EQUIPMENT - TOWELS, PAPERROLL. 1 PLY, NON.PERFORATEDROLL TOWEL, EPA CPG COMPLIANTBROWN, 8" X 625', 12 ROLLS/CS, GPENVISION BROWN HARDWOUNDROLL # 26200 OR APPROVED EQUAL

48565.22

4E565.22

4856522145

4E56522147

Goods

Goodstt6

Spec# 129464Page 10 of 18

Run Time: 02117116 16:07:16

ADDENDUM NO. 3 - 212212016

Page 32: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of ChicagoCatalog RFQ - Lines by Group

PU085C

LineNo

LineTvoe ltem Cateoo¡v Commodity Desc Group lD UOM P¡ice

Total Grouo Extended Price

Efended P¡ice Catalog # / lD. Date and l,/lfr Comments

Group FF ô

(N/A)

(N/A)ü

(N/A)

(N/Ð

$

$

30000

86225

Case

Case

FF

FF

JANIIORIAL SUPPLIES &EQUIPMENT - TOWELS, PAPERROLL- 1 PLY, NON.PERFORATEDROLL TOWEL EPA CPGCOMPLIANT, NATURAL, 8' X 425', 12ROLLS/CS, WAUSAU PAPERECOSOFT # 46300 OR APPROVEDEQUAL

TOWELS, PAPER ROLL. 1 PLY,NON.PERFORATED ROLL TOWEL,EPA CPG COMPLIANT WHITE 8" X1000" 6 RoLLS/CS, cPPREFERENCE HIGH CAPACITY #26100 OR APPROVED EQUAL

48565.22

64075

4856522146

b401511191

Goods

Goods

67

(N/A)

(N/A)

tN/A)

tN/A)

s

$

$

(N/A)

(N/A)

(N/A)

(N/A)

$

$

431 80

9900

72025

1500

Case

Case

Case

Case

G

G

JANITORIAL SUPPLIES &EQUIPMENT. PAPER TOWELS . EPACOMPREHENSIVE PROCUREMENTGUIDELINES COMPLIANT -350'NATURAL BROWN ROLL TOWEL,8INCH WIDE X 350 FEET / ROLL, GPENVISION # 2640I OR APPROVEDEQUAL. 12 ROLLS PER CASE-PRICE PER CASE

JANITORIAL SUPPLIES &EQUIPMENT - MULTIFOLD PAPERTOWELS- CPG COMPLIANT WHITE-SIZE: 9-l/8 INCH X 9-1/2 INCH-250PER PACKAGE;WAUSAU PAPERECOSOFT MULTIFOLD TOWELS #48300 OR APPROVED EQUAL 16PACKAGES PER CASE- PRICE PERCASE

JANITORIAL SUPPLIES &EQUIPMENT - GFOLD PAPERTOWELS-EPA CPG COMPLIANTWHITE- 1-PLY SIZE:200/ PACKAGE;1 2 PACKAGES/CASE- WAUSAUPAPER ECOSOFT GFOTD # 49300OR APPROVED EQUAL -PRICE PERCASE

IOWELS, PAPER ROLL- 1 PLY,NON-PERFORATED ROLLIOWEL,EPA CPG COMPLIANTBRO\^JhI, 8" X 350', GP ENVISIONHARDWOUND ROLL 2 IN CORE #26008-,12 ROLLS/CS, OR APPROVEDEQUAL

48565.22

46565.22

48565.22

64075

4856522125

4856522126

4856522127

64U1517185

Goods

Goods

Goods

G00ds

5E

Ão

60

64

Spec+ 129464Page11 of18

Run Time: 02117116 16:07:16

ADDENDUM NO. 3 .212212016

Page 33: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of ChicagoGatalog RFQ - Lines by Group

PU085C

LineNo

LineTyoe ltem Category Commodity Desc Group lD UOM

G Total G¡oup Extended Price

EstimatedUsaqe

P¡ice Extended Price Catalog # I lD. Date and l¡lfr Comments

Grouo s

(N/A)$(N/A)42460CaseuJANITORIAL SUPPLIES &EQUIPMENT. TOILET TISSUE . CPGCOMPLIANT-2 PLY,VONDREHLEFEATHER SOFT UNIVERSAL BATHÏISSUE # 5022 OR APPROVEDEQUAL, 5OO SHEETS PER ROLL, 96ROLLS PER CASE. PRICE PERCASE

48565.22485b522128Goods74

tN/A)$(N/A)000CaseGGJANI IORIAL SUPPLIES &EQUIPMENT - FOAMING HANDWASH-BUCKEYE GREEN SEALCERTIFIED SYMMETRY NO.SO()91120 OR APPROVEDEQUAL-1250 ML PER BOTTLE; 6BOTTLES PER CASE -PRICE PERBOTTLE

48565.22485652201 6Goods146

Grouo GG Total Group Extended Price ß

(N/A)

(N/A)

(N/A)

s

$

$

(N/A)

IN/A)

(N/A)

ü

$

$

10

400

öUU

Case

Case

Case

HJANITORIAL SUPPLIES &EQUIPMENT-WIPERS, PAPER - 4PLY, WHITE, KC34762IERRI.WIPERS, 13" X I8',9PACIICS, OR APPROVED EQUAL

JANIIORIAL SUPPLIhS &EQUIPMENT. WPERS, PAPER. 1

PLY, WHITE, KC O58()()

TERRI-WIPERS, 9.8" X 16.4", 8PACI(CS, OR APPROVED EQUAL

JANITORIAL SUPPLIES &EQUIPMENT - NON.WOVEN WPERS-1/4 FOLD, YELLOW, CARDED RAYONWIPERS "DUST.N-CLEAN', 12' X 17',10 PAC[(CS, MFG#FH296-00 0RAPPROVED EQUAL

48565.22

48565.22

4ö565.22

4656522't9'l

4856522192

4ö5tt522193

Goods

Goods

Goods

t0

t1

72

Groun H Total Grouo Extended Price ß

(NiA)(N/A)$65CaseHHJANI IORIAL SUPPLIhS &EQUIPMENT. TOILET SEAT COVERS- EPA CPG COMPLIANT RENOWNHALF FOLD - #RENO38OI ORAPPROVED EQUAL - 250 COVERS /BOX, 20 BOXES / CASE. PRICE PERCASE

48565.224856522100Goods82

HH Total Grouo Extended Price

Spec+ 129464Page l2 of 18

Run Time: 02117116 16:07:16

Group

ADDENDUM NO. 3 .212212016

G

Page 34: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of GhicagoCatalog RFQ - Lines by Group

PU085C

(N/A)

(N/A)

(N/A)

(N/A)

(N/A)

u

(N/A)

(¡,r/A)

(N/A)

(N/A)

(N/A)

$

$

tJUU

600

600

500

600

Each

Each

Eadr

Eadl

Each

JANI I ORIAL SUPPLIES &EQUIPMENT.TOILET TISSUEDISPENSER - SINGLE DISPENSERFOR 9" DIAM. JUMBO ROLL TISSUE -HxM/xD=1 1"x1 1"x5" HVY DTYPLASTIC WLOCKING COVER -MOUNTING HARDWARE/KEYINCLUDED - SAN JAMAR R2OgOTBKOR APPROVED EOUAL PER UNIT

JANITORIAL SUPPLIES &EQUIPMENT -TOILET TISSUEDISPENSER.DOUBLE DISPENSERFOR 9"DIAM. JUMBO ROLLTISSUE-Hx\¡VxD =1 I "x20'x5" HVY DTYPLASTIC WLOCKINGCOVER.MOUNTING HARDWARE/KEYINCLUDED. SAN JAMAR R4[)()()TBKOR APPROVED EQUAL PRICE PERUNIT

JANITORIAL SUPPLIES &EQUIPMENT - TOILET TISSUEDISPENSER - DOUBLE DISPENSERFOR TWO SINGLE ROLLS OFCORELESS BATH TISSUE - H X W XD =1 1 " X 8" X 6" HEAVY DUTYPLASTIC WTH LOCKING COVER -MOUNTING HARDWARE / KEYINCLUDED - PRICE PER UNIT

JANITORIAL SUPPLIES &EQUIPMENT-TOILET TISSUEDISPENSER.DOUBLE DISPENSERFOR TWO SINGLE ROLLS OF 4.5'X5" DIAMETER BATH TISSUE.HXV\4O=1 3.25"X6"X5-3/4" HEAVY DUTYPLASTIC W-OCKING COVER.MOUNTING HARDWARE/KEYINCLUDED. PRICE PER UNIT

JANIIORIAL SUPPLIES &EQUIPMENT - FOLDED PAPERTOWEL DISPENSER . WALL MOUNTDISPENSER FOR C-FOLD &|\,|ULT|-FOLD TOWELS-PLASTIC H XW X D =19" X 13" X 6" 450 C-FOLD OR8OO MULTI-FOLD CAPACITY -IVOUNTING HARDWARE INCLUDED -PRICE PER UNIT

4ö5ö5.22

48565.22

48565.22

48565.22

48565.22

4856522102

48565221 03

4856522104

4E565221 05

48565221 06

Goods

Goods

Goods

Goods

Goods

84

E5

E6

E7

EE

LineN; Ltne tvpe Item Category Commodity Desc Group lD UOM

EstimatedUsaæ P¡ice Extended Price Catalog # / lD, Date and Mfr Comments

Spec#Page

129464Run Time: 02117116 16:07:16

ADDENDUM NO. 3 .212212016 13 of 18

Page 35: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of GhicagoCatalog RFQ - Lines by Group

PU085C

Cataloo # / lD. Date and Mfr CommentsLineNo

LineTyoe ltem Category Commoditv Desc Group lD UOMEstimated

UsagePrice ffi ExtendedPrice

(N/A)

(N/A)

(N/A)

(N/A)

lNiA)

tN/A)q

ö00

600

600

Each

Eadì

Each

JANITORIAL SUPPLIES &EQUIPMENT. FOLDED PAPERÏOWEL DISPENSER - WALL MOUNTDISPENSER FOR GFOLD &IVULTI-FOLD TOWEL9BRUSHEDSTEEL H X WX D =15" X 11" X4" 300C-FOLD OR 600 MULTI-FOLDCAPACITY - MOUNTING HARDWAREINCLUDED. PRICE PER UNIT

JANITORIAL SUPPLIES &EQUIPMENT. ROLL TOWELDISPENSER S"WALLMOUNTMANUAL DISPENSER PI-ASTICHxVltrD =6"x1 7.5\1 0" DISPENSESONE 8'&ONE 3.5" DIAMETER ROLLLOCK & MOUNTING HARDWAREINCLUDED GA. PACIFIC 54338 ORAPPROVED EQUAL PRICE PER UNIT

JANITORIAL SUPPLIES-ROLL TOWELDISPENSER -HXWXD=30-5/8"X17 -1 1 8 X10-1 12 -BRUSHED STAINLESSSTEEL.DISPENSES ONE STANDARDCORE 8"ORg"V1X8OO'L ROLL PAPERTOWEL; TOWEL DISPENSERDELIVERS PRESET LENGTH OFTOWEL-LOCK&MOUNTINGHARDWARE PERUNIT

4856s.22

4E565.22

4E565.22

48565221 07

4E5652210E

48565221 09

Goods

Goods

Goods

89

90

91

Grouo Total Grouo Extended Price $

(N/A)$tN/A)s174CaseJANITORIAL SUPPLIES &EQUIPMENT - WAXED SANITARYLINER DISPOSAL BAG.7-ll2-tNCHES X 1 0-1 /4-tNCHE$COLOR: NATURAL - 500 LINERS PERCASE - PRICE PER CASE

4ð565.224856522101GoodsE3

Grouo Total Groun Extended Price s

$

l'*'s

l^'o'

(N/A)

(N/A)

s

$

6500

25000

Case

Case

JANITORIAL SUPPLIES &EOUIPMENT. EPA CPG COMPLIANTPLASTIC RECEPTACLE LINERS - 24"x 24", 6 MICR., 1000/CS 0REQUIVALENT

4E5ö5.22

66524

4õ56522141

6652M5120

Goods

Goods

99

105

Spec+ 129464Page 14 of 18

Run Time: 02117116 l6:07:16

ADDENDUM NO. 3 - 212212016

Page 36: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of ChicagoCatalog RFQ - Lines by Group

PU085C

IN/A)

(N/A)

(N/A)

$

a

s

(N/A)

(N/A)

(N/A)

26495

3990

'¿t)u

Case

Case

Case

J

J

JANIIORIAL SUPPLIES &EQUIPMENT. EPA CPG COMPLIANTDI.ASTIC RECEPTACLE LINERS .36-INCH X s8jNCH BLACK LINER, 2[/IL, COASTWIDE LABORATORIESNO. HLL36582OOB OR APPROVEDEQUAL -1OO LINERS PER CASE.PRICE PER CASE

JANI IORIAL SUPPLIES &EQUIPMENT - PLASTICRECEPTACLE LINERS - 4O]NCH X48.INCH CLEAR LINER, I2 MICRON,250 LINERS PER CASE - PRICE PERCASE

JANITORIAL SUPPLIES &EQUIPMENT. EPA CPG COMPLIANTPLASTIC RECEPTACLE LINERS - 40'x48', BLACKATLEASTl2[/IC.WAXIE GREENHIGH DENSITYLINER # 701 l()O OR APPROVEDEQUAL, 150 BAGS/CS

46565.22

4ð5ti5.22

48565.224856522142

4ö56522211)

4ö5h5:¿2212

Goods

Goods

Goods

'f 06

109

110

LineNo

LineType ltem Category Commoditv Desc Group lD UOM

J

Price

Total Grouo Extended Price

ffi Extendedprice Cataloo # / lD. Date and Mfr Comments

Grouo

IN/A)

IN/A)

IN/A)

$

$

s

(N/A)

(NiA)

(N/A)

$5855

995

1250

Case

Case

Each

K

K

K

JANIIORIAL SUPPLIES &EQUIPMENT - HANDSOAP - DIAI.anircs eneeñ seÀL õÈnrnieoLIQUID HAND SOAP NO. .f

T()O() 06047(oR APPRoVED EOUAL), 4 GAL /CASE - PRICE PER CASE

JANITORIAL SUPPLIES &EQUIPMENT - HAND SANITIZER -NON-ALCOHOL. WITH ALLANTOINAND ALOE. BUCKEYE SYMMETRYNO. 90151 120 OR APPROVEDEQUAL- 1250 ML PER BOTTLE;6BOTTLES PER CASE. PRICE PERCASE

JANI IORIAL SUPPLIES &EQUIPMENT. HAND SOAPDISPENSER -PLASTIC DISPENSERFORBULKHANDSOAP-HXWXD=8" X 5" X 4" - 46 02. CAPACITY -FOR LIQUID SOAP-MOUNTING TAPEINCLUDED. PRICE PER UNIT

4ö5tt5.22

4ð565.22

4ö5b5.22

4856522200

48565222r¿4

4ö5b5222t)5

Goods

G00ds

Goods

118

119

120

Spec#. 129464Page 15 of 18

Run Time: 02117116 16:07:16

ADDENDUM NO. 3 - 212212016

Page 37: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

City of ChicagoGatalog RFQ - Lines by Group

PU085C

(N/A)

(N/A)

(NiA)

s

$

$

(N/A)

(N/A)

(N/A)$

400

400

1000

Each

tach

Case

K

K

K

JANITORIAL SUPPLIES &EQUIPMENT. FOAM HAND SOAPDISPENSER.PLASTIC DISPENSERFOR BULK FOAM HANDSOAP. H XW X D=8-1/8" X 5-3 18' X 4-1 14' - 46 OZ.CAPACITY - FOR FOAMINGSOAP.MOUNTING TAPE INCLUDED -PRICE PER UNIT

JANITORIAL SUPPLIES &EQUIPMENT - FOAM HAND SOAPDISPENSER.PLASTIC DISPENSERFOR BULK FOAM HANDSOAP - H XW X D=61 /8" X 4-1 18" X t¡-| 14' - 30 OZ.CAPACITY - FOR FOAMINGSOAP-MOUNTING TAPE INCLUDED -PRICE PER UNIT

JANITORIAL SUPPLIES &EQUIPMENT - FOAM HANDCLEANER -GOJO 5265.02 GREENSEAL CERTIFIED OR APPROVEDEQUAL- 2OOO ML REFILL -2 PKG /CASE. PRICE PER CASE

48565.22

46565.22

46565.22

4E56522206

4856522201

4E56522014

Goods

G00ds

Goods

121

122

145

LineNo

LineTvoe ltem Cateoorv Commodity Desc Group lD UOM

K

Price

Total Group Extended Price

Extended P¡ice Catalog # I lD. Date and lr/lfr Comments

Grouo

$

"''ffi'lillln"'* l^^Lcatalog Line 148565.01 148565.01 IJANITORIAL SUPPLIES -BUCKEYE

I I lgå'tgoo-n o'scouNT FR.M Lrsr

123

Grouo L Total G¡ouo Extended Price $

s$ 568500

l^^

DiscountFrom List

JANI I ORIAL SUPPLITS .CARROLL

CO. PRODUCTS CATALOG - %DtscouNT FRoM LrsT PRTCE (01/120R MosT RECENT)

48565.02Catalog Line

l*"uo'

124

Group M Total Grouo Extended Price S

I'

(N/A)$ 974800DiscountFrom List

JANITORIAL SUPPLIES -CLOROX ,

CATALOG - % DISCOUNT FROM LISTPRICE

46565.03

148565.03

Catalog Line125

Grouo N Total Grouo Extended Price $

(N/A)$ 708720DiscountFrom List

JANITORIAL SUPPLIES.DIALCATALOG - % DISCOUNT FROM LISTPRTCE (NoVEMBER 2010 0R M0STRECENT)

48565.04Catalog Line

l*"'*

12b

0 Total Grouo Extended Price

Spec#Page

12946416 of 18

Run Time: 02117116 16:07:16

Grouo

ADDENDUM NO. 3 .212212016

G

Page 38: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of ChicagoGatalog RFQ - Lines by Group

PU085C

LineNo

LineTyoe ltem Categorv Commodity Desc Group lD UOM

P

Price

Total Grouo Extended Price

ffi ExtendedPrice Cdalog#ltD.DateandMfr Comments

Group s

(N/A)$ 6ô0000DiscountFrom List

JANITORIAL SUPPLIES - GOJOCATALOG. % DISCOUNT FROM LISTPRTCE (NoVEMBER 2014 0R M0STRECENT)

48565.05Uatalog L¡ne

l*"'*

127

(N/A)s 232000D¡scountFrom List

JANITORIAL SUPPLIES -HOSPITALSPECIALTY COMPANY CATALOG. %DISCOUNT FROM LIST PRICE(04t28t10 0R MOST RECENT)

48565.06Catalog Line

l*'"*

128

G¡ouo o Total Group Extended Price î(N/A)$ 627000D¡scount

From ListJANI I ORIAL SUPPLIIS {OHNSONWAXCATALOG-%DISCOUNTFROM LIST PRICE (NOVEMBER 20100R MosT RECENT) l.

4ö5ö5.U/Catalog Line

l*"''129

Grouo R Total Grouo Extended Price G

(N/A)$ 41 8600DiscountFrom List

JANITORIAL SUPPLIES -PROCTOR &GAMBLE CATALOG - % DISCOUNTFRoM L|ST PRTCE ( 2010 OR MoSTRECENT)

4E5ô5.0E46565.0ðCatalog Line130

Grouo S Total Grouo Extended Price t(N/A)$ 892900Discount

From ListJANITORIAL SUPPLIES.ROCHESTER MIDLAND CATALOG -% DISCOUNT FROM LIST PRICE(41112008 oR MosT RECENT)

4E565.0946565.09Catalog Une131

Grouo T Total Grouo Extended Price s

I'

(N/A)$ 257500lJiscountFrom List

48565.1 1

148565.r1

Catalog Line132

Grouo U Total Grouo Extended Price c

(N/A)$ 602300DiscountFrom List

JANITORIAL SUPPLIES-CONTINENTAL MFG. CATALOG - %DlscouNT FRoM LlsT PRICE (2014OR MOST RECENT)

48565.12485ö5.12Uatalog Une133

Grouo V Total Grouo Extended Price (

Run Time: 02117116',l6:07:16

Grouo

ADDENDUM NO. 3 .212212016

(

(N/A)it zz5öuuuFCOUntFrom List

WJANITORIAL SUPPLIES -ETTORÉPROFESSIONAL TOOLS CATALOG% DISCOUNT FROM LIST PRICE(2014 OR MoST RECENT)

48565.13Catalog Line

l*""

13134

W Total Grouo Extended PriceSpec#- 129464Page l7 of 'l I

Page 39: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Gity of ChicagoCatalog RFQ - Lines by Group

PU085C

CommentsLineNo

LineType ltem Category Commoditv Desc Group lD UOMEstimated

UsagePrice ffi ExtendedPrice Catalog#/tD,DateandMfr

ü 612650

l^^

DFC0UntFrom List

JANITORIAL SUPPLIES .IMPACT

PRODUCTS CATALOG. %DISCOUNT FROM LIST PRICE(2013-2014 OR MoSr RECENT)

46565.14Uatalog Line

l*""0

't35

Grouo x Total Grouo Extended Price a

(N/A)$ 68600DiscountFrom List

JANI I ORIAL SUPPLIES -PULLMANHOLT CATALOG. % DISCOUNTFRoM L|ST PR|CE (6/r/08 0R MoSTRECENT)

48565.1 5Catalog Line

l*"u'u

'136

Grouo Y Total Grouo Extended Price G

(N/A)$ 1 395800DiscountFrom List

JANITORIAL SUPPLIES-RUBBERMAID CATALOG - %Dtsc0uNT FRoM LtsT PRTCE (08/13OR MOST RECENT)

48565.1 6Catalog Line

l*"u'u

137

G¡oun z Total Grouo Extended Pdce

Total Price

G

$

Spec#Page

12946418 of 18

Run Time: 02|17fi6 16:07:16

ADDENDUM NO. 3 .212212016

Page 40: FEBRUARY 22, 2016 ADDENDUM NO. 3 FOR …...3 Specification: 129464, Janitorial Supplies – Addendum No. 3 Answer:: Please see revised proposal pages. Question No. 30: Line#69.Only

Group AA Total

Group B Total Group M Total

Group BB Total S Group N Total

Group C Total S Group O Total S

Group CC Total Group P Total S

Group DD Total S Group QTotal

Group E Total S Group R Total S

Group EE Total S Group S Total S

Group F Total S Group T Total S

Group FF Total S Group U Total

Group G Total Group V Total S

Group GG Total S Group W Total S

Group H Total S Group X Total $

Group Y Total SGroup HH Total S

Group lTotal S

Group A Total 5

Group llTotal S

Group J Total S

Addendum No. 3 - Issued Februory 22, 20L6

Proposol Poges

[Jonitoriol Supplìes], IDeportment oÍ Fleet & Fac¡l¡ty Monogement], Specit'icotìon Number 129464Torget Morket Commodities Form Controct 09.03.20L5

PROPOSAI PAGE SUMMARY SHEET

Group K Total S

Group L Total S

Group Z Total S

TOTAL GROUPS S

86


Recommended