40
Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION CONTRACT INFO Laundry Products With Service Contract Number & Title 7930-06 Laundry Products With Service SAP 4600010312 Number of Suppliers 1 Validity Period 7-1-06 to 6-30-09 DGS Point of Contact Georgina Baltimore Contact Phone # 717-783-5368 Email [email protected] PRICING HIGHLIGHTS PROCESS TO PURCHASE Pricing is based on a minimum of 100lb containers User identifies the particular products needed for the services Contact Georgina Baltimore by phone or email with questions or concerns

DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Overview for ContractPrior to utilizing a contract, the user should read the contract in it's entirety.

DESCRIPTION CONTRACT INFO

Laundry Products With ServiceContract Number & Title 7930-06 Laundry Products With Service

SAP 4600010312Number of Suppliers 1

Validity Period 7-1-06 to 6-30-09

DGS Point of Contact Georgina Baltimore

Contact Phone # 717-783-5368

Email [email protected]

PRICING HIGHLIGHTS PROCESS TO PURCHASE

Pricing is based on a minimum of 100lb containers User identifies the particular products needed for the services Contact Georgina Baltimore by phone or email with questions or concerns

Page 2: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06

Page A of M

SPECIAL CONTRACT TERMS AND CONDITIONS CONTRACT SCOPE/OVERVIEW: This legacy Contract No. 7930-06 (identified here and in the other documents as the “Contract”) will cover the requirements of Commonwealth agencies for Laundry Products With Service. ORDER OF PRECEDENCE: These Special Contract Terms and Conditions supplement the Standard Contract Terms and Conditions For Statewide Contracts for Supplies. To the extent that these Special Contract Terms and Conditions conflict with the Standard Contract Terms and Conditions For Statewide Contracts for Supplies, these Special Contract Terms and Conditions shall prevail. TERM OF CONTRACT: The Contract shall commence on the Effective Date which shall be no earlier than July 1, 2006 and expire on June 30, 2009. OPTION TO EXTEND: The Department of General Services reserves the right, upon notice to the Contractor, to extend the Contract or any part of the Contract for up to three (3) months upon the same terms and conditions. This will be utilized to prevent a lapse in Contract coverage and only for the time necessary, up to three (3) months, to enter into a new contract. OPTION FOR SEPARATE COMPETITIVE BIDDING PROCEDURE: The Department of General Services reserves the right to purchase supplies covered under this Contract through a separate competitive bidding procedure, whenever the department deems it to be in the best interest of the Commonwealth. The right will generally be exercised only when a specific need for a large quantity of the supply exists or the price offered is significantly lower than the Contract price. SPECIAL REQUIREMENT: The Department of General Services reserves the right to purchase items covered under this contract through a separate competitive bidding procedure, whenever the Department deems it to be in the best interest of the Commonwealth. The right will generally be exercised only for large volume orders where large quantities of the items are needed. PIGGYBACKING WAS INCURRED ON THE BID DOCUMENT PURCHSE ORDERS: Commonwealth agencies may issue Purchase Orders against this Contract for the services requested by the using agencies.

Page 3: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06

Page B of M

SPECIAL CONTRACT TERMS AND CONDITIONS CONTINUED

. ESTIMATED QUANTITIES: It shall be understood and agreed that any quantities listed in the proposal are estimated only and may be increased or decreased in accordance with the actual requirements of the Commonwealth and that the Commonwealth in accepting any bid or portion thereof, contracts only and agrees to purchase only the supplies, equipment, and materials in such quantities as represent the actual requirements of the Commonwealth. ASSIGNMENT OF ANTITRUST CLAIMS: Contractor and the Commonwealth recognize that in actual economic practice, overcharges by Contractor’s suppliers resulting from violations of State or Federal Antitrust Laws are in fact borne by the Commonwealth. As part of the consideration for the award of this contract, and intending to be legally bound, Contractor assigns to the Commonwealth all right, title and interest in and to any claims Contractor now has or may hereafter acquire under State or Federal Anti-trust Laws relating to the goods or services which are the subject of this contract. SPECIFICATIONS: Bidders are required to submit cuts, prints, labels, test data sheets and specifications detailing construction features and design, including material used, applicable dimensions and any other pertinent information required to permit comparative evaluations. Failure to submit this information with the bid proposal may cause the bid to be rejected as non-responsive. Deviations from specifications or a referenced product shall be clearly identified. All products must meet the requirements as specified in the applicable specifications. DELIVERIES: Contractors will deliver F.O.B. Destination (using agency). Prices include all transportation, delivery and handling charges. Also included in the price is the required service. All articles ordered from this contract shall be delivered within a reasonable time not to exceed thirty (30) calendar days after receipt of Purchase Order, unless otherwise agreed to, in writing, between the Department of General services and the contractor. OPTION TO RENEW: This contract may be renewed for an additional two (2) one year periods by mutual agreement, if reached within sixty (60) days prior to expiration of the initial contract period. The Contractor must submit a written request no later than ninety (90) days before the end of the original contract period. QUALIFIED PRODUCT VERIFICATION: Except as specifically noted in the Contractor’s bid, the product(s) offered in the bid is in complete conformance with the specifications in the bidding documents without exception. The bidder understands and acknowledges that all information provided by, and representations made by the bidder in the bid, are material and important and will be relied upon by the Department of General Services in awarding the contract(s) or purchase order(s). Any misstatement shall be treated as fraudulent concealment from the Department of the true facts relating to the submission of this bid. A misrepresentation shall be punishable under Section 4904 of Title 18 P.C.S.A.

Page 4: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06

Page C of M

By signing this contract, the bidder acknowledges reading and understanding the above two paragraphs, and certifying them to be true. The Commonwealth reserves the right to verify, at the cost of the vendor, the product and/or service is in compliance with the bid requirements and specifications, using, but not limited to, any of the following methods: 1) Certified laboratory test data provided by the bidder, or provided by a laboratory specified by the Commonwealth,

and verified by the Bureau of Procurement, Quality Assurance Division. 2) Published industry standards or published vendor documentation. 3) Allowing a Commonwealth representative to witness testing at the bidder‘s location or at an independent

laboratory. 4) Completing a survey/questionnaire relating to the bid requirements or specifications. 5) Customer references provided by the bidder. 6) A product demonstration. PRICE ADJUSTMENT: Contract prices are to remain firm for the first year of the contract through July 30, 2007. After the first year, the supplier may request a price adjustment based on the selected Producer Price Index as specified below. Requests must be in writing and received thirty (30) days prior to the anniversary date of the contract. If the supplier fails to request a price adjustment 30 days prior to the anniversary date, the adjustment will be effective 30 days after the Commonwealth receives the written notice. If the PPI decreases, the Commonwealth will adjust the price accordingly beginning on the anniversary date of the contract date. Any additional adjustments whether increase or decrease, will be made on the anniversary date of the contract.

Price adjustments will be made in accordance with the percentage change in the US Department of Labor Producer Price Index (PPI) Commodity Group "Chemicals and Allied Products", item code WPU06, issued monthly. The percentage difference between the PPI issued for April 2006 (203.7) (p), and the PPI issued for each April of the year of the adjustment will determine the maximum allowable adjustment of the original contract prices. No retroactive price adjustment will be allowed. Final PPI data, will prevail over "p" preliminary data if available for calculation at time of adjustment.

The Commonwealth shall review prices on the specified dates, compare the current PPI against the established base (April 2006 final data). A multiplier will be calculated by dividing current price by the established base price. A multiplier of 1.00 + will result in an increase of price not to exceed +10%; a multiplier of less than 1.00 - will result in a decrease of price not to exceed -10%. The Supplier must provide a breakdown of all elements associated in the Liquid Detergent System. MINIMUM ORDER FOR DRY (Powders): “1,000 lbs. of assorted products”.

Page 5: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06 Page D of M

HAZARDOUS SUBSTANCES The Contractor shall provide information to the Commonwealth about the identity and hazards of hazardous substances supplied by the Contractor in the performance of the Contract. The Contractor must comply with Act 159 of October 5, 1984, known as the “Worker and Community Right to Know Act” (the “Act”) and the regulations promulgated pursuant thereto at 4 Pa. Code Section 301.1 et seq. All manufacturers, suppliers and distributors doing business with the Commonwealth of Pennsylvania must: 1) LABELING: Insure that each individual product (as well as the carton, container or package in which the product is shipped) of any of the following substances (as defined by the Act and the regulations) supplied by the Contractor is clearly labeled, tagged or marked with the information listed as Hazardous substances: a) The chemical name or common name, b) A hazard warning, c) The chemical or common name of hazardous substances consisting 10% or more of the mixture or, d) chemical or common name of special hazardous substances comprising .01% or more of the mixture, and e) The name, address, and telephone number of the manufacturer. 2) MSDS SHEETS: Material Safety Data Sheet. The Contractor shall provide Material Safety Data Sheets (MSDS) with the information required by the Act and the regulations for each hazardous substance or hazardous mixture. The Commonwealth must be provided an appropriate MSDS with the initial shipment and with the first shipment after an MSDS is updated or product changed. 3) MSDS SHEETS ATTACHED: Contractor shall also notify the Commonwealth when a substance or mixture is subject to the provisions of the Act. Material Safety Data Sheets may be attached to the carton, container, or package mailed to the Commonwealth at the time of shipment.

Page E of M

Page 6: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06 LAUNDRY CHEMICAL ACCOUNTS

FACILITY CONTACT PERSON

WASHERS TOTAL # OF LBS PER YR

WATER HARDNESS

No. Capacity CI Retreat (Camp Hill)

--------- Provides for: SCI Retreat

S.E. Vets Home Harrisburg St Hospital Danville State Hospital

Clarks Summit State Hosp. Allentown State Hospital

Selinsgrove Center Delaware Valley Vets home

__________________ CI Somerset

---------- Provides for:

Ebensburg Center Hollidaysburg Vets Ctr.

Altoona Center Hiram G. Andrews Ctr. Quehanna Boot Camp SCI Laurel Highlands S Mt Restoration Ctr.

SCI Somerset Mayview St Hosp.

Torrance St Hospital Shippensburg Univ.

SCI Pine Grove SRCF Mercer

South West VA. SCI Fayette

Cresson Secure Treat Warren State Hospital

SCI Forest

Paul Majikes (570) 735-8754

Greg Heidler (814) 443-8100

3 2 2 1 2

2 2 4 1

480 165 125 200 95

400 125 90

1500

3,154,455

9,448,558

Total CI: -----------

12,603,013

2

0 Grains Have a Water

Softener

SCI Albion Joe Barko (814) 756-5778

13 2 1

18 200 480

600,306 11.6

SCI Frackville Jake Halupa (570) 874-4516

1 2 1

400 125 50

1,035,400 6.2

SCI Greene Santino Barchiesi (724) 852-2902

2 1 1 10

125 480 100 18

2,210,700 7

SCI Mahanoy John Keff (570) 773-2158

16 2 2 1

18 125 30

480

2,158,000 Minimal

SCI Coal Township John Fellin (570) 644-7890

2 1

125 480

1,777,862 1.0

Page F of M

Page 7: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06 FACILITY CONTACT

PERSON WASHERS TOTAL # OF

LBS PER YR WATER

HARDNESS No. Capacity 12

1

18 35

SCI Cambridge Springs Melinda Adams (814) 398-5400

7 5

50 18

80,000 ___

SCI Waynesburg Closed

Service is handled at other facilities

475,500 15

SCI Waymart Patrick Whittington (570) 488-5811

1 1 1 1 1 1

300 200 200 100 45 45

675,000 0

SCI Houtzdale Dave Perry (814) 378-1000

13 25 675,816 6-8

SRCF Mercer (Smaller Amt. – see CI

Somerset)

Todd Williams (724) 662-1837

6 65 1,400,000

8

Total (CI / SCI / SRCF) 23,691,597 DPW Danville St Hosp.

(Small Amount-see CI Ret.) ----------

Loysville YDC: North Central Secure

(Reed & Jackson Bldgs.)

Sue Cambell (570) 271-4500 Ext

3066

Service is provided at CI-Retreat

1 2 2 1

150 300 200 400

600,000 3 Grains

DPW White Haven Ctr. ----------

YFC-Hickory Run St Park (Youth Camp #2)

MaryAnn Zahay (570) 443-4104

6 3

400 200

1,426,980 2 Grains

DPW Polk Center -------------

New Castle YDC Warren State Hospital

Bill Benedict (814) 432-0253

2 1 2 4 2

50 200 350 400 600

1,200,000 1-2 Grains

Wernersville -------------

Norristown State Hospital Hamburg Center (Majority)

Joseph Zatratz (610) 670-4177

2 1 2 1

400 300 200 100

1,322,047

Total (DPW) 4,549,027 Grand Total (CI/SCI/SRCF/DPW)

28,240,624

REV: 6/2006 Page G of M A. INITIAL VISIT

1. It shall be the responsibility of the Contractor to visit each Agency prior to delivery of any products. The Contractor, along with the Laundry Manager, shall survey the laundry to determine which products should

Page 8: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06 be utilized at the Agency. The contractor shall make recommendations to the agency on which contract products and quantities are needed for a given length of time (according to the agency’s ordering schedule, i.e. monthly, quarterly, etc.).

2. Wash Formula Charts must be prepared for each wash machine listing each procedure (flush, suds, rinse, etc.), each water level, the time for each step, the temperature of each step, and the amount of each chemical to be used at each step. Chemical usage should be designated at the appropriate step listing the actual amount to be used for that particular washer based on its size.

The white wash formula shall adhere to the following requirements, but will not be limited to:

(1) 160°F temperature for 25 minutes. (2) Bicarbonate alkalinity of the final rinse shall not be more than 30 PPM above the

bicarbonate alkalinity of the tap water after softening. (3) PH of the fabric after souring shall be between 5.0 and 6.0. (4) Souring step shall be accomplished at a temperature not less than 90°F. (5) Tensile strength loss based on an IFI (International Fabricare Institute) test piece

analysis shall be less than 10%. (6) Whiteness degree based on an IFI test piece analysis shall be greater than 86. (7) Final yellowness shall be less than +3.0.

Contractor shall recommend the most energy efficient wash formula that also meets all of the above.

Colored wash formula shall adhere to the requirements of (2), (3), and (4), above. Other wash formulas for specific items will need to be generated in the same manner, depending on material classification.

Each wash formula shall be placed in a protective see-through jacket.

3. It shall be the responsibility of the Contractor to make recommendations concerning malfunctioning

equipment, water pressure, leaks, or anything that may impair the proper use of these products. These recommendations shall be recorded on the Monthly Washroom Report (see page K).

B. TRAINING

1. A training session shall be held at each agency to instruct appropriate staff on correct use of products,

proper operating procedures, and equipment maintenance and repairs. 2. A certificate (see page L) shall be completed and signed by a representative of the Contractor and the

Laundry Manager certifying the completion of the training session. Copies of this form are available from:

Correctional Industries at Camp Hill 75 Utley Dr, Suite 102 (P O Box 47) Camp Hill PA 17011 Telephone: 717-731-7133 ATTN:Tony Miller

A copy shall be retained by the Laundry Manager.

3. Measuring devices for adding chemicals in the exact amount for the wash formula must be provided by the Contractor.

Page H of M C. MONTHLY SERVICE CALLS

Page 9: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06 1. Every month (12 times per year) a representative of the Contractor shall visit each agency. Regardless of

the amount of stock left over from the previous vendor, every effort shall be made to assure that overstocking does not occur.

2. A visual inspection of equipment, empty chemical containers, procedures, and end results shall be made.

a. Contractor is responsible for the inventorying and removing empty chemical containers via their

transportation procedures. Agency personnel will not be responsible for the loading/unloading of chemical containers for transportation.

3. The following areas shall be checked and reported on the Washroom Report (See page K). Copies of this

form can be obtained from the aforementioned address of the Correctional Industries at Camp Hill. a. For each wash machine for each visit the following items will be checked and noted by an (X) if item

is OK or a (NO) if item needs attention.

(1) General condition of equipment (2) Drains tight (3) Accuracy of temperature gauge (4) Formula control by washmen (5) Low water level* (6) High water level*

b. A general statement regarding the machine loading and chemical handling procedures shall be made

each visit. c. The following water supply tests shall be made each visit:

(1) Bicarbonate alkalinity of the tap water after softening (in PPM) (2) PH of the tap water after softening (3) Hot water temperature in storage tank (4) Hot water temperature in washroom (5) Water hardness (grains) after softening

*If water level is incorrect, indicate the actual water level in the upper left hand corner of the appropriate block and the correct water level in the lower right hand corner of the same block. If, for example, the water level is 8“and it should be 6“, indicate as follows:

8 6

4. The Contractor shall provide Quarterly Test Piece analysis commencing (1) month after the beginning

of the contract period. These analyses shall include:

a. Whiteness degree b. Tensile strength loss c. Yellowness d. Bacteriology

Test piece samples shall be sent directly to each participating facility by the Contractor.

Test Piece results should be sent directly to each facility.

Page I of M

C. MONTHLY SERVICE CALLS, Continued:

Page 10: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06 5. On a monthly basis, a complete Wash Formula Analysis (Titration Report, page M) must be made at each

Laundry Facility on a minimum of one wash machine. The complete Titration Report must be made on every machine at least once a year.

a. The required Wash Formula Analysis (Titration, page M) must include the following additional tests

for each step of the formula, unless specified otherwise:

(1) Time - minutes (2) Water temperature - degrees Fahrenheit (3) Water level - inches (4) Chemicals added (pounds or ounces), if applicable (5) Bicarbonate alkalinity in parts per million (PPM) after each suds cycle, both the bleach

Bath and final rinse cycle and chlorine (PPM) throughout the bleach cycle (6) PH of the bleach bath (7) PH of the fabric after souring

D. REPORTS

1. The Washroom Report detailed in Section C shall, upon completion, be distributed as follows:

a. One copy to the Institutional Laundry Manager b. One copy to the Institutional Business Manager c. One copy shall be sent to:

Correctional Industries at Camp Hill P O Box47 75 Utley Dr., Suite 102 Camp Hill PA 17011 Telephone: 717-731-7133 ATTN: Tony Miller Manager II

E. EMERGENCY SERVICE

1. Contractor shall respond to an emergency service call within 8 hours’ notice. A report of the emergency service rendered shall be submitted with the next monthly report.

F. CONTRACTOR SERVICE REPRESENTATIVE INFORMATION

1. Contractor must complete the following information: Name______________________________________________

Title _______________________Telephone # ______________

Address ____________________________________________

Failure to furnish Contractor Service Representative Information may cause rejection of bid as non-responsive.

Page J of M G. ADDITIONAL REQUIREMENTS FOR LIQUID DETERGENT SYSTEM (ITEM 50):

Page 11: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06 1. Contractor shall furnish detergent, alkali, bacteriostat, softener, sour, bleach, anti-chlor and/or any other

chemicals required to meet specification requirements and individual laundry needs. Contractor shall assure that an adequate supply of chemicals is on hand at all times.

2. Contractor shall furnish, install and maintain all required dispensing equipment to be used by the

Commonwealth for this contract. An adequate supply of parts (wear items) for the Contractor’s equipment will need to be supplied to the laundry facility for immediate repairs (i.e. squeeze tubes, flush boards, complete injector pumps, etc.) This equipment shall remain the property of the supplying Contractor. Equipment shall be installed within thirty calendar days of receiving a request from a Commonwealth Agency. Any equipment from the previously awarded Contractor, not removed by them after thirty (30) days written notice, becomes the property of the Commonwealth. There shall be no additional charge for installing or removing dispensing equipment. The Commonwealth Agencies will only be required to purchase the laundry products used for laundry cleaning applications.

3. System shall operate effectively within a temperature range of 120 to 160°F.

H. NOTES:

1. Typical test data sheets and certificates of compliance must accompany the bid. 2. Fill in all blanks for each item. 3. Pounds per CWT means a pound of product required to process 100 lb of laundry. 4. Cost per CWT means the cost of a pound of product required to process 100 lb. of laundry. 5. Cost per CWT will be previously determined at the outset of the contract. The total monthly cost of

chemicals used by a Laundry Facility will be determined by the CWT cost multiplied by the total number of pounds of laundry processed during a one month period. The cost of chemicals will not be determined by the number of loads processed through the wash machines.

a. On the last working day of each month, the Laundry Facility will call the Contractor with that month’s

total pounds of laundry processed to determine the cost of chemicals for that month. 6. Items 10 thru 40 will be awarded as a group. Lowest bid for the group will be determined by use dilution for

processing an estimated 1,000,00 lb of laundry (Reference: Calculation Table shown on bid sheet after Item No.40).

7. Vendor is responsible to supply day tanks & transfer equipment (pumps) for high volume chemicals, (mostly

alkaline, detergent, bleach, etc.). INQUIRIES: Direct all questions concerning this contract to the appropriate Commodity Specialist named herein. Georgina Baltimore Commodity Specialist Bureau of Purchases P.O. Box 1365 Harrisburg PA 17105 Telephone: 717-783-5368 Fax: 717-214-9505 E-Mail: [email protected]

Page K of M

Page 12: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06

WASH ROOM REPORT

INSTITUTION: _______________________________________

DATE: ______________________________________________ PART I-MONTHLY WASHROOM REVIEW

Washer Number 1 2 3 4 5 6 7 8 9 Condition of Equipment

Drains Tight Temp. Gauges

Formulas Control Water Level-low

Water Level-High PART II – PROCEDURE Loading___________________________________________________________ Chemical Handling__________________________________________________ PART III – WATER SUPPLY TESTS

Bicarb Alkalinity and pH PPM pH Hardness grains

Temp. in Storage Tank °F Temp. in Wash Room °F

PART IV – FORMULA TESTING WASHER TESTED: MACHINE NO. _______________

Operation Time (min) Temp (°F) Level (in) Chemicals Tests Flush Suds PPM Suds PPM

Bleach/Suds PPM Rinse Rinse Rinse PPM

Sour/soft pH of Fab Part V – Quarterly Test Piece Analysis (circle one if completed this month) 1 2 3 4 List remarks and recommendations on reverse side of form. Copies To: Institutional Laundry Manager _________________________________ Correctional Industries/Camp Hill (Signature of Contractor Representative)

Page L of M

Page 13: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF PUBLIC WELFARE/CORRECTIONAL INDUSTRIES

LAUNDRY CHEMICALS TRAINING PROGRAM

We hereby certify that a training session has been completed by an authorized representative

of_________________________________________________________________________ (Contractor’s Name)

at the______________________________________________________________________ (Institution)

on _____________________ in accordance with the provisions of Contract Number 7930-06, (Date)

Part B, Training.

Listed below are the names and class titles of those persons who attended this training program.

_________________________________ ____________________________________ (Signature of Contractor Representative) (Signature of Laundry Manager)

List of employees that received the above mentioned training course:

1. ____________________ 6. ____________________

2. ____________________ 7. ____________________

3. ____________________ 8. ____________________

4. ____________________ 9. ____________________ 5. ____________________ 10. ____________________

NOTE: ONE COPY OF THIS CERTIFICATE SHALL BE RETAINED BY THE INSTITUTIONAL LAUNDRY MANAGER IN HIS TRAINING FILE.

A SECOND COPY SHALL BE SENT TO:

Correctional Industries at Camp Hill Correctional Industries at Grater ford P O Box 200 or Off Rte 29 Camp Hill PA 17011 Collegeville PA 19426 Telephone: 717-731-7133 Telephone: 610-489-4151 ATTN: Terrance Swartz ATTN: Ricki Bower, C.I. Manager II

Page 14: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Department of General Services

GSPUR-13B Rev. 2/20/01 LAUNDRY PRODUCTS WITH SERVICES

SAP NUMBER 4600010312 7930-06 Page M of M

Titration Report Tunnel Washers Customer Information: Sales Representative Information: Customer: Contract#: #

Textile Care Rep:

Unit #: Territory#: #

Last Call: Employee#: #

Manager: Customer#: Contact:

Service Call Information: Start

Date/Time: End Date / Time: Emergency: Night:

Titration Information:

Titration Date: Start time: End Time: Run time: Minutes

Formula Washer Flow Rate Miscellaneous

Formula: Washer Mfr: Wash Zone: (Gal/Min) Final fabric pH:

Formula Type: Washer #:

Rinse Zone: (Gal/Min) Wash Quality:

Formula #: Type: Weight: Transfer Time: Capacity: Weight Status:

Temperature Weir (inches) Chemical Information Active Inactive Bleach Operation Set Actual Set Actual Chemical

Quantity Alk

(ppm) Alk (ppm) pH (ppm)

General Comments:

Page 15: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Contract ReferenceNumber: 7930-06SAP Contract Number: 4600010312Collective Number: CN00021110

Contract Name:Lanundry Products With Service

1

ITEMNO. MATERIAL GROUP DESCRIPTION OF ARTICLES EST. QTY. UNIT

UNITPRICE

Bleach, (Dry to the Wheel Aplication) Per Pa. Spec. PCID 1089, eff. 5-11-04

10 91111502 100 lb containers 5,000 lb 1.235

Brand: PLB-15Mfgr: Gurtler Industries, IncPercent active ingredients: 15% Minimum active chlorinePounds per cwt:_Light soil 1oz/cwt -Medium soil 2 oz.cwt_.Cost per cwt: .123.50Size of container: 100#

Detergent, Laundry dry, synthetic Per Pa. Spec. PCID 1087, eff. 5-11-04

20 91111502 100 lb multiwalled bags 5,000 lb 0.385Brand: Link IIMfgr: Gurtler Industries, Inc.Percent active ingredients: 90%Pounds per cwt: 8 oz/cwtCost per cwt: .38.50

Fabric Softener, Bacteriostat, Powder, Type I Per Pa. Spec. PCID 1088, eff. 5-11-04

30 91111502 100 to 125 lb Containers 2,500 lb 1.96Brand: Dyna StaphMfgr.: Gurtler Industries, Inc.Pounds per cwt: 4 oz/cwt-self-sanitizing controlCost per cwt: 196.60Size of container: -100#

Page 16: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

CONTRACT REFERENCE NUMBER 7930-06 Page 1 SAP Contract Number 4600010312 Collective Number CN0002110

CONTRACTOR LIST The contractor(s) identified by an "X" in the Act 57 column has agreed to sell the awarded item(s) at the same prices and/or discounts, and in accordance with the contractual terms and conditions, to local public procurement units which elect to participate in the contract. A "local public procurement unit" is defined as: any political subdivision; public authority; educational, health, or other institution; and to the extent provided by law, any other entity, including a council of governments or an area government; nonprofit fire, rescue, or ambulance company; and any nonprofit corporation operating a charitable hospital. Unless otherwise specified below, payment terms are Net 30 days.

ACT 57

CONTRACTOR #/FIN SUFFIX CONTRACTOR NAME/ADDRESS TELEPHONE NO. FAX NO. CONTACT PERSON

X 36-3172585

Gurtler Industries, Inc. 15475 S. LaSalle Street South Holland, IL 60473

(708) 557-70472 708-331-9087 Bruno Agostinelli [email protected]

Page 17: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Contract ReferenceNumber: 7930-06SAP Contract Number: 4600010312Collective Number: CN00021110

Contract Name:Lanundry Products With Service

2

Sour Laundry, Type I Dry Concentrate (powder, crystal), with rust remover, Per Pa. Spec. PCID 1086, eff. 5-11-04

40 91111502 Type I, in 100 lb container 1,000 lb 1.237Brand: Mfgr.: Gurtler Industries, Inc.Percent active ingredients: Pounds per cwt: Flatwork 1oz/cwt - Tumble 2oz/cwt.Cost per cwt: 123.75 Size of container: 125

CALCULATION TABLE FOR USE BY THE BUREAU OF PURCHASES Based on 100,000 pounds of laundry Dry For Items 1 thru 4 1. Cost per cwt _1_ x_.077=$.077 2x.077=$.154 2. Cost per cwt _8_ x .044=$.352 8x.044=$.3523. Cost per cwt _4_ x.123=$.492 4x.123=$.4924. Cost per cwt _1_ x_.062=$.062 2x.062=$.124

Total cost= $.983/cwt 1.12/cwt

BID EVALCOST

50 91111502 Liquid Detergent SystemSEE SHEET J, SECTION M. FOR ADDITIONAL REQUIREMENTS PERTAINING TO LIQUID DETERGENT SYSTEMS. 3,200,000 cwt $0.74

Page 18: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 19: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 20: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 21: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 22: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 23: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 24: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 25: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 26: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 27: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 28: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 29: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 30: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:
Page 31: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

LAUNDRY DETERGENT PCID NO. 1087

Page 1 of 2

PCID NO. 1087 Laundry Detergent Eff. 5/11/04 (this PCID replaces PCID, eff. 3/12/03) This Pennsylvania Commercial Item Description covers one type (non-liquid) synthetic based detergent for use in hard or soft water. Product shall conform to the following requirements unless otherwise specified in the bid proposal or purchase order. 1. Classification – This detergent shall be synthetic based detergent suitable for use on various soil classifications. 2. Requirements – The detergent shall be a built product containing the following ingredients, as determined by ASTM D820. Ingredients Min Max Anionic Surfactant percent1 1.5% Nonionic surfactant percent1 1.5% Total surfactant percent 3.0% 10.0% Percent Alkali (as Na1 O) 40.0% 55.0% Percent Silica (as Si O2 ) 10.0% 25.0% PHof 1% solution 10.0% 12.0% Brightener percent 0.07% 0.5% Suspending Agent: Carboxy-methyl cellulose percent 1.0% 2.0% Percent Phosphate (as “P”) 8.7% 3. Inspection & Rejection - Sampling for prior to/post- award testing, if required, will be as defined in the bid proposal. Inspection may be made at place of manufacturer at the option of the Commonwealth after an award has been made. Inspection for final acceptance shall be made at the place of delivery and/or after laboratory testing to determine whether product or service meets the specification requirements. Samples for inspection and after delivery testing shall be selected by simple random sampling. If defects are detected during the course of delivery, or after product has been delivered, the Commonwealth reserves the right to reject the defective product and require replacement at no cost to the Commonwealth, or cancel the contract and surcharge the

COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Page 32: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

LAUNDRY DETERGENT PCID NO. 1087

Page 2 of 2

contractor for any expense incurred by the cancellation of the contract and in securing satisfactory materials, if the vendor fails to apply timely and corrective measures. 4. Shipping Containers – Typical packaging shall be packed in new polyethylene liner containers, and shall be suitable for delivery by common carrier. Unless otherwise specified, shipment shall be made in commercial containers, so constructed as to insure acceptance and safe delivery by common or other carrier. Each shipping container shall clearly state contents, quantity contained, contract or order number, the name of the receiving party as shown on the face of the contract or order, and the name of the contractor and product brand . Procurement Quality Specialist: Rosemary Pawelczyk Division Manager: Paul Wolf Quality Assurance Supervisor: Tom DiMartile

Page 33: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

SOUR: LAUNDRY PCID NO. 1086

Page 1 of 2

PCID NO. 1086 Sour: Laundry Eff. 5/11/04 (this PCID replaces PCID eff. 3/12/03) This Pennsylvania Commercial Item Description covers requirements for a laundry sour to neutralize residual alkali, prevent discoloration of the fabrics, and remove rust stains if needed. Product shall conform to the following requirements unless otherwise specified in the bid proposal or purchase order. 1. Classification – The laundry sour covered by this specification shall be as follows: Type 1 - Dry Concentrate (powder, crystal) with rust remover Type ll - Dry Concentrate (powder, crystal) 2. Requirements – The laundry sour shall be as follows: 2.1 The laundry sour shall be a free-flowing, non-caking powder. It shall be a clean homogeneous mixture of chemicals, free of foreign matter. 2.2 The laundry sour shall conform to the following chemical composition:

Percent by Weight

Composition Type l Type ll Min Max Min Max Sodium Silcofluoride (Na2 SiF6) Percent 40.0% 50.0% 97.% ---- Sodium Acid Fluoride (NaHF2) Percent ----- 0.0% ----- 0.0% Oxalic Acid Percent 25.0% 30.0 *Sodium Acid Fluoride Percent 25.0% 30.0% ----- ---- * Sodium Acid Fluoride may be used as a substitute for Oxalic Acid. 3. Testing – Tests for Sodium Silicoflouride (Na2SiF6) will be made in accordance with the following methods. 3.1 Reagents 3.1.1 Ammonium Molybdate Solution. Prepare ammonium molybdate solution by dissolving 50.0g. of ammonium molybdate in 400 ml. of distilled water, transferring to a 500 ml. volumetric flask and dilute to mark.

COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Page 34: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

SOUR: LAUNDRY PCID NO. 1086

Page 2 of 2

3.1.2 8-Hydroxyquinoline Solution. Prepare 8-hydroxyquinoline solution by dissolving 20.0g. of 8-hydroxyquinoline in 20 ml. of 6 N hydrochloric acid. Dilute solution to 100 ml., filter and dilute to 1 liter. 3.1.3 Thymol Blue. Dissolve 0.100g. of thymol blue in 4.3 ml. of 0.05 N NaOH, and dilute with carbon dioxide-free water to 200 ml. 3.2 Procedure. Determine sodium silicofluoride as follows: Weigh exactly 0.100 g. of Type I sample into a 600-ml. polyethylene beaker. Add 2.8 g. of sodium hydroxide pellets, 100 ml. of water and heat on a steam bath until all the material has dissolved. Add 4.0 g. of boric acid and continue heating until the acid is in solution. Remove the beaker from the steam bath, neutralize dropwise with concentrated hydrochloric acid until the color just changes to red using 8 drops of thymol blue as the indicator. Add 8 ml. of hydrochloric acid (1 part HC1 to 9 parts water by volume), 5 ml. of acetic acid (1:2) and 20 ml. of 10 percent ammonium molybdate solution. The molybdate solution should not be more than a week old. Keep the sample solution well agitated throughout the additions, and stir vigorously for a minute at the end. Allow 15 minutes for the formation of the molybdisilicic acid. Then add 40 ml. of hydrochloric acid (1:1) and precipitate immediately with 60 ml. of 8-hydroxyquinoline solution, stirring constantly during the addition. Cover the beaker and heat in a water bath at 60°C. for 10 minutes. Cool to room temperature in a cold water bath, allow the precipitate to settle and filter through a weighed Gooch crucible. Wash the beaker with water (use no more than 20 ml.) using a rubber policeman. Dry the precipitate for 3 hours at 105°C., cool in desiccator and weigh. 4. Inspection & Rejection - Sampling for prior to/post- award testing, if required, will be as defined in the bid proposal. Inspection may be made at place of manufacture at the option of the Commonwealth after an award has been made. Inspection for final acceptance shall be made at the place of delivery and/or after laboratory testing to determine whether product or service meets the specification requirements. Samples for inspection and after delivery testing shall be selected by simple random sampling. If defects are detected during the course of delivery, or after product has been delivered, the Commonwealth reserves the right to reject the defective product and require replacement at no cost to the Commonwealth, or cancel the contract and surcharge the contractor for any expense incurred by the cancellation of the contract and in securing satisfactory materials, if the vendor fails to apply timely and corrective measures. 5. Shipping Containers – Sours shall be packed in new polyethylene lined containers. Unless otherwise specified, shipment shall be made in commercial containers, so constructed as to insure acceptance and safe delivery by common or other carrier. Each shipping container shall clearly state contents, quantity contained, contract or order number, the name of the receiving party as shown on the face of the contract or order and the name of the contractor and product brand. Procurement Quality Specialist: Rosemary Pawelczyk Division Manager: Paul Wolf Quality Assurance Supervisor: Tom DiMartile

Page 35: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

FABRIC SOFTENER, BACTERIOSTAT PCID NO. 1088

Page 1 of 2

PCID NO. 1088 Fabric Softener, Bacteriostat Eff. 5-11-04 (this PCID replaces PCID, eff. 3/12/03) This Pennsylvania Commercial Item Description covers a fabric softener with bacteriostat that is intended for use in the final rinse water of a laundering operation to impart softness to fabrics, reduce drying time, eliminate static, minimize wrinkling and linting, improve flatwork ironing and pressing operations, and render the treated fabrics bacteriostatic against Staphylococcus Aureus, Klebsiella Pneumoniae B, Ammoniagenes, and organisms that are contaminants under high humidity and/or wet conditions. Product shall conform to the following requirements unless otherwise specified in the bid proposal or purchase order. 1. Classification – The fabric softener with bacteriostat shall be in two forms, as follows: Type I - Powder Type II - Liquid 2. Requirements – The fabric softener with bacteriostat shall be as follows: 2.1 Solubility – The bacteriostatic fabric softeners covered by this PCID must be readily soluble in water and form homogeneous solutions free from undissolved material. 2.2 Composition – The minimum softener concentration of both Type I and Type II fabric softeners shall be 10% by weight. Both the percentages of softener and bacteriostat shall be shown on the typical analysis sheets. 2.3 Odor – The product shall have no offensive odor in the use dilution concentration. The product may be mildly perfumed in accordance with good commercial practice and Type 1 may have the characteristic odor of isopropyl alcohol since this is used as a gelling agent. 2.4 Treated Fabric – The product shall not cause discoloration of treated fabric during a twelve-month period. 2.5 pH – The pH of a 1% solution shall be not less than 4.0 nor more than 9.0 when tested as prescribed in ASTM E70. 2.6 Registration – The softeners must be registered with EPA as laundry bacteriostatic fabric softeners. 3. Inspection & Rejection - Sampling for prior to/post- award testing, if required, will be as defined in the bid proposal. Inspection may be made at place of manufacture at the option of the Commonwealth after an award has been made. Inspection for final acceptance shall be made at the place of delivery and/or after laboratory testing to determine whether product or service meets the specification requirements. Samples for inspection

COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Page 36: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

FABRIC SOFTENER, BACTERIOSTAT PCID NO. 1088

Page 2 of 2

and after delivery testing shall be selected by simple random sampling. If defects are detected during the course of delivery, or after product has been delivered, the Commonwealth reserves the right to reject the defective product and require replacement at no cost to the Commonwealth, or cancel the contract and surcharge the contractor for any expense incurred by the cancellation of the contract and in securing satisfactory materials, if the vendor fails to apply timely and corrective measures. 4. Shipping Containers –Unless otherwise specified, shipment shall be made in commercial containers, so constructed as to insure acceptance and safe delivery by common or other carrier. Each shipping container shall clearly state contents, quantity contained, contract or order number, the name of the receiving party as shown on the face of the contract or order, and the name of the contractor and product brand. 5. Marking – Labels shall state the name of the contents and the quantity contained, the EPA registration number, and the required cautionary statements. Labels must also include pertinent information on product effectiveness, recommended use dilution, and instructions for proper use. Procurement Quality Specialist: Rosemary Pawelczyk Division Manager: Paul Wolf Quality Assurance Supervisor: Tom DiMartile

Page 37: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Bleach (Dry to the Wheel Application) PCID NO. 1089

Page 1 of 2

PCID NO. 1089 Bleach (Dry to the Wheel Application) Eff. 5-11-04 (this PCID replaces PCID eff. 3/12/03) This Pennsylvania Commercial Item Description covers requirements of chlorine bleach for direct use in washers. Product shall conform to the following requirements unless otherwise specified in the bid proposal or purchase order. 1. Classification – This item description covers one type of Organic Chlorine Bleach, Powder. 2. Requirements 2.1 The laundry bleach shall be a white dustless product in powder or bead form containing an organic, chlorine-liberating compound. It shall not contain caustic soda. 2.2 Chemical and physical requirements – The product shall conform to the following requirements in accordance with the applicable test methods of ASTM Methods D-2022 and E-70:

Chemical Requirments Min Max Available chlorine, percent* 15.0 17.0 Phosphates, as P2O5 20.0 Carbonate, as CO2, percent 0.2 PH of an aqueous solution (1%) 6.8 10.0 Insoluble matter content, percent 1.5 Moisture content, percent 2.0*(1) *(1) – When the source of available chlorine is a hydrated salt of dichloroisocyanuric acid the maximum moisture content shall be 6.2%. 2.3 Testing – The following test method shall apply to dustlessness of product: 50 grams of product placed in a stoppered 250 ml graduated cylinder and shaken vigorously shall show no evidence of dust in the air space after two seconds. 3. Inspection & Rejection - Sampling for prior to/post- award testing, if required, will be as defined in the bid proposal. Inspection may be made at place of manufacture at the option of the Commonwealth after an award

COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Page 38: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Bleach (Dry to the Wheel Application) PCID NO. 1089

Page 2 of 2

has been made. Inspection for final acceptance shall be made at the place of delivery and/or after laboratory testing to determine whether product or service meets the specification requirements. Samples for inspection and after delivery testing shall be selected by simple random sampling. If defects are detected during the course of delivery, or after product has been delivered, the Commonwealth reserves the right to reject the defective product and require replacement at no cost to the Commonwealth, or cancel the contract and surcharge the contractor for any expense incurred by the cancellation of the contract and in securing satisfactory materials, if the vendor fails to apply timely and corrective measures. 4. Shipping Containers – The bleach shall be packaged in new containers so constructed to insure acceptance by common carrier and shall have polyethylene liners. Unless otherwise specified, shipment shall be made in commercial containers, so constructed as to insure acceptance and safe delivery by common or other carrier. Each shipping container shall clearly state contents, quantity contained, contract or order number, the name of the receiving party as shown on the face of the contract or order and the name of the contractor and product brand. Procurement Quality Specialist: Rosemary Pawelczyk Division Manager: Paul Wolf Quality Assurance Supervisor: Tom DiMartile

Page 39: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Contract Reference Number: 7930-06 Collective Number: CN00021110

SAP Contract Number: 4600010312 Change Number: 1

Change Effective Date 7-28-06

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

HARRISBURG For: ALL USING AGENCIES FOR THE COMMONWEALTH Subject: Laundry Products with Service Contract Period: Effective date of July 1, 2006 and Expiration date of June 30, 2009 Commodity Specialist: XH5Georgina Baltimore, 717-783-5368 or [email protected] CHANGE SUMMARY: This change notice is issued to correct the price and container sizes for the following items Vendor Gurtler Industries, and the Vendor’s phone number to: (708) 557-7042

• The correct price and container size for item #20 Detergent should be 55 lb bags at $0.70 per lb. (38.50 / 55 = .70) • The correct price and container size for item #40 Sour should be 125 lb containers at $0.99 per lb. (123.75 / 125 = .99)

ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORGINALLY WRITTEN

Page 40: DESCRIPTION CONTRACT INFO · SCI Forest Paul Majikes (570) 735-8754 Greg Heidler (814) 443-8100 3 2 2 1 2 2 2 4 1 480 165 125 200 95 400 125 90 1500 3,154,455 9,448,558 Total CI:

Contract Reference Number: 7930-06 CN00021110

SAP Contract Number: 4600010312 Change Number: 2

Change Effective Date : 8-30-07

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

HARRISBURG For: ALL USING AGENCIES OF THE COMMONWEALTH Subject: Laundry Products with Service Contract Period: Effective date of July 1, 2006 and Expiration date of June 30, 2009 Commodity Specialist: XH5Georgina Baltimore, 717-783-5368 or [email protected] CHANGE SUMMARY: This change notice is issued to inform using agencies that this contract is now available through the MSCC catalogue in SRM. The category id number is 91111502 for creating shopping carts.

ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORGINALLY WRITTEN