SLED Opportunity · INDIANA · CITY OF INDIANAPOLIS
AI Summary
City of Indianapolis seeks bids for warehouse supplies including cleaning, safety, and industrial products. Bids due April 23, 2026. Contract term is two years with as-needed orders. Delivery within 15 days. No bonds required. Freight prepaid pricing requested.
Buyer | Kyle Willis |
Buyer Phone | (317) 327-4641 |
The City of Indianapolis and Marion County by and through the Purchasing Division Department is seeking Bids for Warehouse Supplies. Bids are due not later than 10:00 am on Thursday, April 23, 2026.
If Vendor wishes to return a hard copy bid to Purchasing instead of using the new electronic process. Please do the following steps:
Go to Downloads tab. Select the Project Documents and Attachments. Click Download Selected Items. A zip file containing the selected items will download to your computer.
Delivery by U.S. Mail or In Person:
City County Purchasing Division
200 E. Washington Street
Room 1522
Indianapolis, IN 46204
Hard copy Bids are opened:
April 23, 2026, 10:00 a.m. Eastern Time in City County Purchasing Division, Room 1560.
Bids Only: Bids are to be delivered to room 1522 City/County Building prior to 9:30 a.m. Eastern Time on or before the above due date. However, from 9:31 until 10:00 a.m. Eastern Time, bids will be accepted in room 1560 of the City/County Building.
Addendum #1: Question and Answers
| Release Project Date: | March 27, 2026 |
| Question Submission Deadline: | April 14, 2026, 12:00pm |
| Response Submission Deadline: | April 23, 2026, 10:00am |
Product Samples
A sample of the products may be required prior to award. If requested by the City, a sample shall be sent to the address requested within five (5) business days of a written notice by the City. Samples may be subject to testing or may be retained by the City to serve as an example of the type or quality of item to be provided during the contract term. If requested samples will be returned at the vendor’s expense. Please see the Technical Specifications and Price Sheet for items in cells labeled “(Sample Required)”.
Please send all samples required to: Department of Public Works, 1735 S. West Street, Indianapolis, IN 46225 Attn: Aundrea Richardson.
Buyer | Kyle Willis |
Buyer Phone | (317) 327-4641 |
The City of Indianapolis and Marion County by and through the Purchasing Division Department is seeking Bids for Warehouse Supplies. Bids are due not later than 10:00 am on Thursday, April 23, 2026.
Item | Description | Sample Required | Estimated Annual Quantity |
Hand Paper Towels (multi-fold) 2-ply White (Comparable style Georgia Pacific 21000) | YES | 200 Cases (250/package, 16 packages/case) | |
Hand Paper Towels (single-fold), 1-ply Natural | YES
| 200 Cases (250/package, 16 packages/case) | |
Hand Paper Towel (Kitchen Roll) 2-ply White, EA | YES
| 60 Rolls | |
Hand Soap (GOJO Push Button Dispenser Refill (BET-75029CS) 6-1,000 ml or CITY APPROVED EQUAL | YES | 60 Refills | |
Hand Soap (GOJO Push Button Dispenser Refill (800ml) (Case) 9128-12 or CITY APPROVED EQUAL | YES | 60 Refills | |
Hand Sanitizer Pump (Purell®) 8oz Item 9652-12 or CITY APPROVED EQUAL | YES | 1040 Pumps | |
12-16 gallon-office trash bags 2 MIL minimum, (medium) 100/BOX NO EXCEPTION | YES | 30 Boxes (100/BOX) | |
Trash Bags, 3-millimeter, 36 X 58, Flat Bottom (not rolled), Black in color, Fits 55-gallon trash can 100 bags per case, 100/PER BOX NO EXCEPTIONS | YES | 900 Boxes (100 per case 100/BOX) | |
Toilet Paper, 2-Ply, White, (Comparable style Georgia Pacific 19880 or CITY APPROVED EQUAL (96/Case) | YES | 120 Cases (96/Case) | |
Toilet Seat Covers 5000 per case (20 per case/250 sheets pk) | NO | 60 Cases (5000 per case 20 per case/250 sheets pk) | |
Toilet Urinal Screen (12 per box) | NO | 60 Boxes (12 per box) | |
Toilet Deodorizers (12 per box) | NO | 60 Boxes (12 per box) | |
Aerosol disinfectant foam cleaner -19 oz Bottle with sprayer may be substituted DIVERSEY ENVY 395-04531 provided all bottles come with an individual sprayer, EA | YES | 350 Bottles | |
Aerosol spray foam glass cleaner – 19 oz ZEP Model # ZUFGC19 Bottle with sprayer may be substituted provided all bottles come with an individual sprayer, EA | YES | 450 Bottles | |
Spray Bottle w/Sprayer – Plastic - 32 oz All bottles must come with individual sprayer, EA | NO | 100 Bottles | |
Insect Spray Killer - 14 oz aerosol can Dymon Dry Fog Flying Insect Killer, EA | YES | 300 Cans | |
Clair Peni-lube Penetrating Oil 16 oz. cans, EA NO SUBSTITUTIONS | YES
| 50 Cans | |
Tie Down Tarp Straps - Length 21 in., Width 3/32", Black Rubber w/hooks, EA | NO | 200 Straps | |
Empty 5 Gallon Buckets– Plastic – White with carry handle - 90 mil, EA | NO | 300 Buckets | |
Lid for 5-Gal Bucket (#18)- White plastic with pour spout - 90 mil, EA | NO | 300 Lids | |
Standard Paint Roller Frame - 9", EA | NO | 60 EA | |
Standard Paint Roller Cover - 9", ¾” nap, EA | NO | 120 EA | |
Standard Paint Roller Frame 4", EA | NO | 60 EA | |
Standard Paint Roller Cover-4", ¾ nap, EA | NO | 120 EA | |
Masking Tape – Utility Grade .94 X 60.1 yd Natural Color, EA Roll | NO | 75 Rolls | |
Scotch Electrical Tape Super 88 ¾ in x 66 ft black | Provide Picture | 80 EA | |
Duct Tape – Utility Grade 2 X 60 yards - Gray, EA Roll | NO | 100 Rolls | |
Safety Glasses - Black Frame - Clear Lens Uvex/Honeywell A800, with yellow reflective handles, Pair NO SUBSTITUTIONS | YES | 400 Pairs | |
Safety Glasses - Black Frame - Gray Lens Uvex/Honeywell A801, with yellow reflective handles, Pair NO SUBSTITUTIONS | YES | 1000 Pairs | |
Safety Glasses – Clear Frame – Clear Lens, Over the glass Pyramex S3510SJ, Pair NO SUBSTITUTIONS | YES | 20 Pairs | |
Safety Protective Goggle –Clear Lens, Pyramex G201, Pair NO SUBSTITUTIONS | YES | 40 Pairs | |
Safety Vest- High Visibility Class 2 -Velcro closure, Breakaway design (sizes M-5X) Lime green Cordova Brand RTZVB231P, no sleeves, Vests NO SUBSTITUTIONS | YES | 300 Vests | |
Safety Vest – High Visibility Class 2 -Velcro closure, Breakaway design (sizes 6X-7X) Lime green Cordova Brand RTZVB231P, no sleeves, NO SUBSTITUTIONS | YES | 300 Vests | |
Safety Vest – High Visibility Class 3 – Velcro closure, Breakaway design (sizes M-5X), Lime green Cordova, EA with/without sleeves NO SUBSTITUTIONS | YES | 300 Vests | |
Safety Vest – High Visibility Class 3 – Velcro closure, Breakaway design (sizes 6X-7X) Lime green Cordova, Brand RTZVB231P with/without sleeves NO SUBSTITUTIONS | YES | 300 Vests | |
Protective Clothing - Rain Suit 3 Piece (PVC polyester lined, moisture resistance) 35MM comparable style Boss Style #3PR0290Y or CITY APPROVED EQUAL - Size S-5X , EA | YES | 600 Suits | |
Protective Clothing - Rain Suit 3 Piece (PVC polyester lined, moisture resistance) 35MM comparable style Boss Style # 3PR0290Y or CITY APPROVED EQUAL – Size 6X-7X, EA | YES | 160 Suits | |
Safety Paint - Industrial Inverted Marking Paint and spray paint. Assorted Colors: Krylon Fluorescent Solvent, Water & Solvent Based. 17 oz can. Colors Green Fluorescent and Orange Fluorescent, EA Cans | Water Based & Solvent Based Sample Required | 300 Cans | |
Bleach | NO | 360 EA | |
Oil Dry | Provide Picture | 60 EA | |
Unger 36” Litter Pickers | YES | 80 EA | |
Caution Tape 3" X 1000 feet, Yellow with Black Lettering, EA | NO | 25 Rolls | |
Liberty Safety Glove 3220L Big Jakes NO SUBSTITUTIONS | YES | 600 Pairs | |
Liberty Safety Glove 4503A Brown Jersey NO SUBSTITUTIONS | YES | 20,000 Pairs | |
Liberty Glove 3581SP Leather Palm
NO SUBSTITUTIONS | YES | 3,000 Pairs | |
Liberty Glove 2521 Orange Fireball
NO SUBSTITUTIONS | YES | 2,000 Pairs | |
Liberty Safety Glove 4729HY String Knit
NO SUBSTITUTIONS | YES | 9,000 Pairs | |
Liberty Glove 8544 Thinsulated gloves
NO SUBSTITUTIONS | YES | 200 Pairs | |
HI-VIZ GREEN POLY DIPPED Pug Gloves GLBUG11
| YES | 4,320 Pairs | |
Valeo Mechanics Anti-Vibe Glove VAIV1467
NO SUBSTITUTIONS | YES | 72 Pairs | |
Nitrile Gloves
|
NO
| 500 Cases (100 pairs per box, 10 boxes per case) | |
Warehouse Push Brooms heads and handles *Metal threads for handle”, EA | Provide Picture | 40 Brooms | |
Street Brooms heads and handles *60” Tapered Replacement Handles” , EA | Provide Picture | 40 Brooms | |
Razorback Round Point Shovel 48in wood handle #2593600, EA | Provide Picture | 50 Shovels | |
#2 shovel pan 9 ½ x 12 blade Razorback square steel long, handle 48” hardwood handle model #79805 black large, EA | Provide Picture | 50 Pans | |
Razorback scooping shovel: steel square 46" wood straight handle model #79805 58-3/4 length (in) Decimal length (58.75 blade height 14-1/2 | Provide Picture | 50 shovels | |
Asphalt Rakes item Kraft Tool GG870, EA | Provide Picture | 60 Rakes | |
Garden Bow Rakes Union Tool 63107 Bow Rake,14T-54" handle, EA | Provide Picture | 40 Rakes | |
Garden Leaf Rakes Union Tool 64430 Steel 54 in, EA | Provide Picture | 50 Rakes | |
Pick Ax Union 1136500 head and Tru 30809 handles, EA | Provide Picture | 40 EA | |
Sledge hammers Jackson 11199400 with required handles, EA or CITY APPROVED EQUAL. | Provide Picture | 40 Hammers | |
Ice Scrapers Union 2683200, EA | Provide Picture | 40 Scrapers | |
Pitch Forks True Temper 2812300 with required handles, EA | Provide Picture | 40 Pitch Forks | |
Tamp Bars 8x8 with handles Ames 2233400, EA | Provide Picture | 60 Tamp Bars | |
Crack Seal Squeegy V-shape head with required handles Kraft GG813, EA | Provide Picture | 40 EA | |
Asphalt Lutes item number GG836, EA | Provide Picture | 50 Lutes | |
Chapin 3 Gallon Plastic Lawn & Garden Sprayer, EA | Provide Picture | 60 EA | |
55-gallon OCC Degreaser Orange Citrus Pwr Off Hd, Drum | NO | 5 Drums | |
55-gallon Dynamite Truck Wash, Drum | NO | 5 Drums | |
Water Hose 50 ft Industrial | NO | 10 EA | |
Water Hose 100 ft Industrial | NO | 10 EA | |
Extension Cord 25 ft Industrial | NO | 10 EA | |
Extension Cord 50 ft Industrial | NO | 10 EA | |
Extension Cord 100 ft Industrial | NO | 10 EA | |
First Aid Kits 50 Per Person | NO | 30 EA | |
Batteries Duracell AA | NO | 100 EA | |
Batteries Duracell AAA | NO | 100 EA | |
Batteries Duracell C | NO | 100 EA | |
Batteries Duracell D | NO | 100 EA | |
Batteries Duracell 6-volt | NO | 100 EA | |
Batteries Duracell 9-volt | NO | 100 EA | |
Sakrete Mortar Mix 80# bag | Provide Picture | 40 EA | |
Quikete Commercial Grade 5000 Concrete Mix 80# bag white/yellow bag | Provide Picture | 40 EA | |
Quikrete Fast-setting Concrete mix 50# bag (red) | Provide Picture | 40 EA | |
Sakrete High Strength 5000 Plus Concrete Mix 80# bag white/black/blue | Provide Picture | 40 EA | |
Saylors Lehigh Portland Cement 94# bag brown | Provide Picture | 40 EA | |
2.5 GALLON GAS CAN TYPE 1 | Provide Picture | 10 EA | |
5 GALLON GAS CAN TYPE 1 | Provide Picture | 10 EA |
If Vendor wishes to return a hard copy bid to Purchasing instead of using the new electronic process. Please do the following steps:
Go to Downloads tab. Select the Project Documents and Attachments. Click Download Selected Items. A zip file containing the selected items will download to your computer.
Delivery by U.S. Mail or In Person:
City County Purchasing Division
200 E. Washington Street
Room 1522
Indianapolis, IN 46204
Hard copy Bids are opened:
April 23, 2026, 10:00 a.m. Eastern Time in City County Purchasing Division, Room 1560.
Bids Only: Bids are to be delivered to room 1522 City/County Building prior to 9:30 a.m. Eastern Time on or before the above due date. However, from 9:31 until 10:00 a.m. Eastern Time, bids will be accepted in room 1560 of the City/County Building.
The quantities listed are estimates only and are based on history or department survey. The City may purchase more or less than the amounts shown. All orders shall be on an as needed basis, subject to the availability of funding and budgetary considerations.
The City may award a contract to a vendor who submits the overall lowest, responsive, and responsible bid/quote; or it may split the award between two or more vendors, all to the advantage of the City. For purposes of evaluation, a split between two or more vendors will not be considered to be to the advantage of the City if increased administrative costs offset any projected cost savings realized by splitting the award.
The contract resulting from this bid/quote may be renewed beyond the expiration date by mutual agreement of the parties. The term of the renewal may not be longer than the term of the original contract. A renewal shall be by written notice by either party and written acceptance by the other. All other terms and conditions of the contract shall remain the same as set forth in the resulting agreement. Terms and conditions may be amended only by written instrument, signed by both the City, and awarded vendor, and attached to the resulting agreement as an amendment.
All bids received shall be considered valid for not less than ninety (90) days from the date of bid opening. Pricing shall be firm for the length of the contract, including any renewals.
There will be no bid bonds or performance bonds required for this contract.
Unless otherwise agreed to by the requesting location, delivery shall be within fifteen (15) calendar days after receipt of a valid order. All deliveries shall be made Monday through Friday during normal business hours (official holidays excluded) unless other prior arrangements are made. Vendor shall adhere to any other delivery policies (e.g., notification, etc.) as may be required by the department or agency. Vendor may not be compensated or reimbursed for goods acquired or services provided prior to the issuance of a valid purchase order.
The City requests delivered pricing (FOB Destination, Freight Prepaid & Allowed) for this particular contract, and shipping charge should therefore be included in the vendor’s unit price. Additional charges including, but not limited to, fuel, delivery, residential, Bunker Adjustment Factor (BAF) surcharges will not be allowed. All items will be shipped and protected in transit per industry standards.
If, for any reason, the City rejects items supplied by the vendor, the City shall not be responsible for any shipping and handling, restocking, or similar charges incurred by the vendor.
The City may terminate the resulting contract for cause or convenience at any time during the term of the contract, without penalty, upon ten (10) calendar day’s written notice to the vendor. The City shall be the sole judge of the adequacy of the vendor’s performance pursuant to the resulting contract.
At the time of award, vendor may be required to provide proof of insurance showing existing coverage in accordance with the terms and amounts stated in the Sample Agreement, or the terms and amounts of insurance coverage vendor proposes to furnish in lieu of the amounts in the Sample Agreement. The proof of insurance shall be issued by a financially responsible insurance company authorized to do business in Indiana.
Individuals with disabilities or needing special assistance during site visits, scheduled conferences, openings, or any other activities related to a bid, quote or request for proposal should contact the Purchasing Division at (317) 327- 4900 to make arrangements for such assistance.
Vendor binds itself and its partners, successors, executors, administrators and assigns to City and to the partners, successors, executors, administrators and assigns of City, in respect to all covenants of this agreement; except as otherwise provided herein, vendor shall not assign, sublet, or transfer its interest in this agreement without the written consent of City.
By submitting a response to this bid/quote, each vendor agrees that all of its related expenses are its sole responsibility, and that the City will not be responsible for any costs whatsoever incurred by the vendor in connection with or resulting from the bid/quote process, including but not limited to costs for preparation/submission of the bid/quote, travel & per diem, attending interviews, providing presentations or product demonstrations.
Although this solicitation and resultant contract may state a specific model or version and an estimated number of items or units to be purchased, it is understood and agreed that the City may purchase additional products and/or services from the contractor including subsequent product releases or replacement products at the original submitted price; provided that these additional items do not materially differ from the original product and represent the same manufacturer and essential functionality.
A Sample Agreement, which includes insurance requirements, is available for review at the end of this document. This sample agreement contains the City’s standard terms but may not contain language specific to this purchase. Any proposed exceptions to this document should be included in detail on the Exception Sheet.
Insurance Notice
Please review the insurance requirements carefully. All insurance requirements listed and referenced in this request will be included in the final contract, this includes requirements listed in the sample agreement. A change can be requested during the bidding process, but once the bid is awarded no insurance waivers can be provided. Changes can be requested in the Exceptions Sheet and/or during the question-and-answer portion of the bidding process. A justification for requested changes should be provided, including references to the project scope of work. For construction projects, pleasure ensure you review the insurance requirements in the Article 5 of the City of Indianapolis Standard General Conditions for Construction Contracts.
For management purposes, City agencies or departments may report contract problems to the Purchasing Division by using the City Intranet Contract Monitoring Report. This program of quality control is to ensure that contractors successfully fulfill their contractual obligations with the City and maintain a positive contractor performance status.
If requested by the City, a report shall be submitted on all goods and services provided or project milestones. (This may be a one-time, monthly, quarterly or annual report as requested.) The report shall include but not be limited to: The vendor’s name, address, contact information, contract number / description, date and location of services or project details, agency name, purchase order number(s), hours to complete projects and costs associated for services or milestone completed. These reports should be submitted in a Microsoft Office Program format and mailed to the attention of the Contract Manager at 1522 City-County Building, 200 East Washington Street, Indianapolis, IN 46204. Reports may also be submitted to the Contract Manager by email to Purchasing@indy.gov.
Pursuant to IC 22-5-1.7, all public contracts for services entered into must contain E-Verify provisions. Any Contractor entering into a service agreement with the City or County shall affirm under penalties of perjury that it is and will remain in compliance with that statute. This affirmation is part of the digital contract signature process. Additional information can be viewed on the Purchasing Division web site at https://www.indy.gov/activity/find-bid-opportunities.
Vendor must be willing to accept invoice payments via City/County check, City/County Purchasing Card (Master Card) or Automated Clearing House (ACH) at the City’s sole option and discretion. The City will not be responsible for any card fees or other bank charges incurred by the vendor.
The City is presently contracted with the following Contractor(s) to provide this service/product. A scan of the City's written agreement may be viewed online at https://www.indy.gov/activity/city-and-county-contracts and searching for the contract number(s).
| Contract Number | Contractor |
| Fastenal Company | 21563 |
| Acorn Distributors, Inc. | 21559 |
| Astec Corp. | 21560 |
| On - Site Supply, LLC | 21562 |
| Central Poly- Bag Corp. | 21561 |
| Black and Company | 21548 |
The Contractor shall provide a point of contact assigned to oversee the resulting contract and to be able to keep the City informed of changes, progress, and to be able to answer any questions The Contractor shall provide name, phone number, email address and any other pertinent contact information for the point of contact.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
The quoted price in a contract must be firm for the first year of an Agreement, after which an escalator clause can be invoked when market conditions dictate up to a maximum increase in the bid price of 5% over the term of the Agreement. Exceptions can be considered only when market conditions dictate a revised escalator for a particular product. Price increases will be adjusted only to the amount of a cost increase to the vendor and must be supported by written documentation indicating new higher cost adjustments have occurred. The City/County reserves the right to accept or reject all such price adjustments.
Please indicate if you have read this clause.
Please submit your standard catalog/list pricing and indicate any percentage discounts off list price that will apply to the City. This pricing may be utilized for any additional items that may be required during the contract.
Current purchasing laws do not allow the City to enter into a “Cost Plus Percentage of Cost” type contract. Therefore, the City requests that all parts and materials be provided either at a specified discount from the Manufacturer’s Printed Price List or at actual cost. Proper documentation will be required.
Percentage Discount off MSRP (list price): _________________%
Listed in (name of) Manufacturer Catalog: __________________
Please submit official manufacturer’s literature regarding all items offered with the bid.
Unless otherwise indicated in the specifications, the minimum warranty required by the City for the entire unit is one (1) year from the date of acceptance. (If the manufacturer offers a full or limited warranty that is in excess of one year, the City shall take full advantage.) The minimum one-year warranty shall cover all parts and labor for defects in materials and workmanship. Please attach warranty statement(s).
Please download the below documents, complete, and upload.
Political subdivisions include cities, towns, school corporations, and county governments. If you mark YES, you are agreeing that you are willing to extend your proposed pricing to any of these entities if they wish to purchase from any resulting Agreement.
Example: Agency, Department, Location
Example: _____ (3) years
Provide agency/department and location
Example: 30
"The quoted price in a contract must be firm for the first year of an Agreement, after which an escalator clause can be invoked when market conditions dictate up to a maximum increase in the bid price of 5% over the term of the Agreement. Exceptions can be considered only when market conditions dictate a revised escalator for a particular product. Price increases will be adjusted only to the amount of a cost increase to the vendor and must be supported by written documentation indicating new higher cost adjustments have occurred. The City/County reserves the right to accept or reject all such price adjustments."
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.