notice to bidders - Empire State Purchasing Group

advertisement
NOTICE TO BIDDERS
The Board of Education of Onondaga-Cortland-Madison Board of Cooperative Educational Services
(BOCES), in accordance with Section 103 of Article 5-A of the General Municipal Law and Article 119-O
of the General Municipal Law, will receive bids on:
Custodial Supplies
RFB-24-20
for the use of said district. Bids will be received until 1:30 p.m. on the 17th day of March, 2004 at the
Conference Room in the Henry Center Building A at Onondaga-Cortland-Madison BOCES, 6820
Thompson Road, Syracuse, NY 13211 at which time and place they will be publicly opened and read. The
Board of Education reserves the right to reject any or all bids in whole or in part. Any bid submitted will
be binding from May 1, 2004 to April 30, 2005. Bid forms and specifications are available at the
Cooperative Bidding Office in the District Office Building at Onondaga-Cortland-Madison BOCES from
8:00 am to 4:00 pm, Monday through Friday.
Complete bidding forms are also available on our website at:
www.cnybuys.com
Contact Person: Deborah Ayers
Board of Cooperative Educational Services
Onondaga, Cortland, and Madison Counties
6820 Thompson Road
P.O. Box 4754
Syracuse, NY 13221
Phone: 315.433.2614
Email: dayers@cnyric.org
Date February 24, 2004 By: Deborah B. Ayers, Assistant Superintendent
Bidder’s Name: __________________________________________________
Address: _______________________________________________________
City/State/Zip: _________________________________________________
Phone: __________________
Fax: ___________________________
Contact Person: ___________________ eMail: _________________________
BID PROPOSAL CERTIFICATIONS
Firm Name
Business Address
Telephone Number
I.
Date of Bid
General Bid Certification
The bidder certifies that he will furnish, the prices herein quoted, the materials, equipment and/or
services as proposed on this bid.
II.
Non-collusive Proposal Certification
By submission of this bid proposal, the bidder certifies that he is complying with Section 103-d of the General
Municipal Law as follows:
1. Statement of non-collusion in bids and proposals to political subdivision of the State. Every bid or
proposal hereafter made to a political subdivision of the State or any public department, agency or official
thereof where competitive bidding is required by statute, rule regulation or local law, for work or services
performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed
by the bidder and affirmed by such bidder as true under the penalties of perjury:
Non-collusion bidding certification
“(a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in
the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury,
that to the best of his knowledge and belief:
(1) The prices in this bid have been arrived at independently without collusion,
consultation, communication or agreement, for the purpose of restricting competition, as to any matter
relating to such prices with any other bidder or with any competitor;
(2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly
disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or
indirectly, to any other bidder or to any competitor; and
(3) No attempt has been made or will be made by the bidder to induce any other person, partnership or
corporation to submit or not to submit a bid for the purpose of restricting competition.”
(b) A bid shall not be considered for award nor shall any award be made where (a), (1), (2) and (3) above
have not been complied with; provided, however, that if in any case the bidder cannot make the foregoing
certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in
detail the reasons therefore. Where (a), (1), (2) and (3) above have not been complied with, the bid shall
not be considered for award nor shall any award be made unless the head of the purchasing unit of the
political subdivision, public department, agency or official thereof to which the bid is made, or his designee,
determines that such disclosure was not made for the purpose of restricting competition.
The fact that a bidder (a) has published price lists, rates or tariffs covering items being procured, (b) has
informed prospective customers of proposed or pending publication of new or revised price lists for such
items, or (c) has sold the same items to other customers at the same prices being bid, does not constitute,
without more, a disclosure within the meaning subparagraph 1(a).
2. Any bidder hereafter made to any political subdivision of the State or any public department, agency or
official thereof by a corporate bidder for work or services performed or to be performed or good sold or
to be sold, where competitive bidding is required by stature, rule, regulation or local law, and where such
bid contains the certification referred to in subdivision 1 of the section, shall be deemed to have been
authorized by the Board of Directors of the bidder, and such authorization shall be deemed to include the
signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act
and deed of the corporation.
Signature _____________________________________________
(Authorized)
Title _________________________________________________
NON-BIDDERS RESPONSE
BID NAME:__________________________________________________
BID NUMBER: _______________________________________________
The Onondaga-Cortland-Madison BOCES is interested in the reasons why prospective bidders choose not to submit
bids. If you are NOT submitting a bid in this proposal, please indicate the reason(s) by checking off one or more of
the items below and return this form to us.
_____
_____
1.
2.
_____
3.
_____
_____
_____
_____
_____
4.
5.
6.
7.
8.
_____
9.
Unable to bid at this time, but would like to receive future bid proposals.
Items or materials are not manufactured by us or not available to our
company.
Materials or items we have to offer do not fully meet all the requirements
of standards specified.
Multiplicity of delivery or service points.
Delivery quantities are too small.
We cannot meet the time of delivery of item or materials specified.
Insufficient time allowed for preparation and submission of bid.
Specifications not clearly understood or applicable (too vague, too rigid,
etc.)
Other reasons:
____________________________________________________________________
____________________________________________________________________
10. You may remove our name from the bid list for:
_____
This commodity group
_____
This item or material
_____
All bids
Company: _____________________________________________________________
Address: _____________________________________________________________
Authorized Signature: ___________________________________________________
Date: __________________
Onondaga-Cortland-Madison BOCES
6820 Thompson Road
P.O. Box 4754
Syracuse, New York 13211
TELEPHONE: (315) 433-2620
Deborah Ayers
Assistant Superintendent - Administration
GENERAL CONDITIONS
(For the purchase of services)
All Bids issued by the above named School District/BOCES will bind Vendors and Successful Vendors to the conditions
and requirements set forth in these General Conditions, and such Conditions shall form an integral part of each
Contract awarded by the School District/BOCES.
It is the Vendors’ responsibility to read the following General Conditions, and the attached Detailed Instructions,
Specifications and Bid which outline the bidding rules of the Onondaga-Cortland-Madison BOCES.
DEFINITIONS
“School District”
The legal designation of the district.
“Notice to Bidders”
A formal statement which, when issued by the School District/BOCES, constitutes an
Solicitation for Bids on the products and/or services described by the Specifications.
“Board”
The Board of Education of the School District/BOCES.
“Bid”
An offer to furnish products and/or services in accordance with the Notice to Bidders, the
General Conditions, Detailed Instructions, Specifications, and Bid.
“Offer”
The form on which the Vendor submits a Proposal.
“Vendor”
Any individual, company, or corporation submitting a Bid.
“Contract”
A notice to the Successful Vendor by the issuance of a Purchase Order; also all documents
relating to the transaction, including but not limited to: the Offer of the Successful Vendor,
Notice to Bidders, General Information, General Conditions, Detailed Instructions,
Specifications, Notice Of Award, Bid; also a formal document signed by the Successful Bidder
and the School District/BOCES representative.
“Successful Vendor”
Any Vendor to whom an Award is made by the School District/BOCES.
“Contractor”
Any Vendor to whom a Contract is made by the Board of Education.
“Specification”
Description of products and/or services and the conditions for its purchase.
BIDS
1.
The date, time, and place of Bid opening will be given in the Notice to Bidders.
2.
All Bids must be submitted on Bid offer forms and in accordance with instructions provided by the Board.
3.
All Bids received after the time stated in the Notice to Bidders will not be considered and will be returned
unopened to the Vendor. The Vendor assumes the risk of any delay in the mail or in the handling of the mail by
employees of the School District/BOCES. Whether sent by mail or by means of personal delivery, the Vendor
assumes responsibility for having the Bid deposited on time at the place specified.
4.
All information required by the Notice to Bidders, General Conditions, Detailed Instructions, Specifications,
and Bid, in connection with each item against which a Bid is submitted, must be given to constitute a regular
Bid.
5.
The Non-Collusive Bidding Certification must be included with each Bid as required by General Municipal Law,
section 103-d.
6.
The submission of a Bid will be construed to mean the Vendor is fully informed as to the extent and character
of the products and/or services required and a representation that the Vendor can furnish the products
and/or services satisfactorily in complete compliance with the Specifications.
7.
No alteration, erasure, or addition is to be made in the typewritten or printed matter. Deviations from the
Specifications must be set forth in space provided in the Bid for this purpose.
8.
Prices and information required should be typewritten for legibility. Illegible or vague Bids may be rejected.
All signatures must be written. Facsimile, printed, or typewritten signatures are not acceptable.
9.
The quantities for each Bid are indefinite, but estimates given in the Specifications reflect anticipated
requirements. The Contract, however, shall be for the quantities actually ordered during the contract period.
The Contractor must furnish all the quantities actually ordered.
10.
Sales to School Districts/BOCES are not affected by any fair trade agreements (General Business Law, sec.
369-a, sub. 3).
11.
No charge will be allowed for Federal, State, or municipal sales and excise taxes since the School
District/BOCES is exempt from such taxes. The price shall be net and shall not include the amount of any
such tax.
12.
In all Specifications, the words “or equal” are understood after each article, or on any patented article. The
decision of the School District/BOCES as to whether an alternate or substitution is in fact “equal” shall be
final. If Bids are submitted on items other than those specified, the Vendor must in every instance give the
trade designation of the article, manufacturer’s name, and detailed specifications of the item proposed to
furnish. Otherwise, the Bid will be construed as submitted on the identical item as specified.
13.
When Bids are requested on a lump sum basis, the Vendor must complete each item in the lump sum group. A
Vendor desiring to submit a “no charge” on an item in a group must so indicate; otherwise the entire Bid for
the group may be rejected.
14.
The Vendor must insert the price per unit and the extensions against each item in the Bid. In the event of a
discrepancy between the unit price and the extension, the unit price will govern. Prices shall be extended in
decimals, not fractions.
15.
All Bids must be sealed. They must be submitted in envelopes furnished by the School District/BOCES, if any.
Otherwise, plain, opaque envelopes may be used, clearly marked “Bid” with the corresponding Bid number. Also
the date and time of the Bid opening as indicated on the Notice to Bidders must appear on the envelope. Bids
must not be attached to or enclosed in packages containing Bid samples. Faxed bids will not be accepted.
16.
No interpretation of the meaning of the Specifications or other Contract Document will be made to any
Vendor orally. Every request for such interpretation should be in writing, addressed to the School
District/BOCES, not later than five (5) days prior to the date fixed for the opening of Bids. Notice of any
and all such interpretations and any supplemental instructions will be sent to all Vendors on record by the
School District/BOCES in the form of an Addenda To The Specifications. All Addenda so issued shall become
part of the Contract Documents.
SAMPLES
The School District/BOCES reserves the right to request a representative sample products and/or services
quoted upon either prior to the Award or before shipments are made. If the sample is not in accordance with
the requirements of the Specification, the School District/BOCES may reject the Bid; or, if the Award has
been made, cancel the Contract at the expense of the Successful Vendor.
AWARD
Awards will be made to the Lowest Responsible Vendor, as will best promote the public interest, taking into
consideration the reliability of the Vendor, the quality of the products and/or services to be furnished, their
conformity with Specifications, the purposes for which required, and the terms of delivery.
17.
18.
19.
The School District/BOCES reserves the right to reject all Bids. Also reserved is the right to reject, for
cause, any Bid in whole or in part; to waive technical defects; qualifications, irregularities; and omissions if in
its judgment the best interests of the District will be served. Also reserved is the right to reject Bids and to
purchase items on State or County Contracts if such items can be obtained on the same terms, conditions,
specifications, and at a lower price.
20.
The School District/BOCES reserves the right to reject any and all Bids not deemed for the best interest of
the School District/BOCES and to reject as informal such Bids, as in the opinion, are incomplete, conditional,
obscure, or which contain irregularities of any kind including unbalanced Bids. By an unbalanced Bid, it is meant
one in which the amount submitted for one or more separate items is substantially out of line with current
market prices for the products, services, materials and/or work covered thereby.
21.
The School District/BOCES reserves the right to make Awards within 60 days after the date of the Bid
opening during which period Bids may not be withdrawn unless the Vendor distinctly states in the Bid that
acceptance thereof must be made within a shorter specified time.
22.
If two or more Vendors submit identical Bids as to price, the decision of the Board to award a Contract to one
of such identical Vendors shall be final (General Municipal Law, sec. 103, sub. 1).
23.
Each Bid will be received with the understanding that the acceptance thereof in writing by the Board, to
furnish any or all of the products and/or services described therein shall constitute a Contract between the
Successful Vendor and the School District/BOCES. This Contract shall bind the Successful Vendor to furnish
and deliver at the prices and in accordance with the conditions of the Bid. This Contract shall bind the School
District/BOCES to pay for at the Contract prices, all products and/or services ordered and delivered.
24.
Vendors should ensure accuracy in figures prior to submission. If a Vendor discovers a mistake in an item in
their Bid award and wants that item award rescinded after it has been Awarded, the School District/BOCES
reserves the right to rescind the entire award and the Vendor’s responsibility may be questioned for future
Bids.
25.
The placing in the mail of a Notice Of Award or Purchase Order to a Successful Vendor, to the address given
in the Bid, will be considered sufficient notice of acceptance of Contract.
26.
Any and all Awards resulting from this Bid shall be final and shall be for the complete term of the Contract.
No rescinding of Awards will be made because of Vendor error or inability to supply a product and/or service.
27.
The Successful Vendor is responsible for reviewing the Notice Of Award or Purchase Order for errors. Any
clerical errors in the Award must be forwarded, in writing, to the Office of the Assistant Superintendent for
Business within five (5) working days of the Notification Of Award. No corrections will be made beyond that
date. If clerical errors are discovered too late to be corrected, a “no award” will be issued on those affected
products and/or services. The products and/or services will be rebid or quoted at a later date.
28.
A Contract may be cancelled at the Successful Vendor’s expense upon non-performance of Contract.
29.
Cancellation of Contract for any reason may result in removal of the Successful Vendor’s name from mailing
list for future Bids for an indefinite period.
30.
It is mutually understood and agreed that the Successful Vendor shall not assign, transfer, convey, sublet, or
otherwise dispose of the Contract or the right, title, or interest therein, or the power to execute such
Contract, to any other person, company, or corporation, without the previous written consent of the School
District/BOCES.
31.
If the Successful Vendor is not able to provide the awarded goods and/or services under the conditions
specified, the School District/BOCES reserves the right to obtain the goods and services from an alternate
vendor and the Successful Vendor will pay any difference in cost between the awarded bid price and the cost
of obtaining the goods and/or services from the alternate vendor.
OTHER
The Successful Vendor guarantees to carry adequate insurance to protect the School District/BOCES from
loss in case of accident, fire, theft, etc.
32.
33.
Payment will be made only after correct presentation of claim forms or invoices as may be required.
34.
The Successful Vendor shall not be held responsible for any losses resulting if the fulfillment of the terms of
the Contract shall be delayed or prevented by wars, acts of public enemies, strikes, fires, floods, acts of God,
or for any other acts not within the control of the Successful Vendor and which by the exercise of reasonable
diligence is unable to prevent.
35.
The successful Vendor must include all freight charges and inside delivery at the District specified and any
installation costs, if applicable.
35.
OCM BOCES officially distributes bidding documents form the Business Office or through the Central New
York Purchasing Group’s Regional Bid Notification System. Copies of bidding documents obtained from any
other source are not considered official copies. Only those vendors who obtain bidding documents from either
OCM BOCES Business Office or the Regional Bid Notification System are guaranteed to receive addendum
information, if such information is issued.
Date of Adoption by Board of Education _____________________________________
Note: A Non-Collusive Bidding Certification must be submitted with each bid.
Certifications,” meets this requirement.
The enclosed form, “Bid Proposal
GENERAL AND SPECIAL CONDITIONS
1.
The Onondaga-Cortland-Madison BOCES Cooperative will receive bids for:
Custodial Supplies
in the Conference Room at Onondaga-Cortland-Madison BOCES, Henry Center Building A, 6820 Thompson
Road, Syracuse, NY 13211 at the date and time stated in the Notice to Bidders.
2.
Vendors are invited to bid as outlined in Appendix A. Bids are advertised and bid sheets are made available to
prospective bidders either by mail or at www.cnybuys.com. They are returnable as outlined in Appendix A.
The bidders shall also submit, with each bid, a signed non-collusive statement.
3.
This bid period will be from May 1, 2004 – April 30,2005.
4.
Please note any exceptions should be noted on the exclusion page.
5.
Complaints:
Both the districts and the vendors will submit all complaints in writing to the appropriate party(s) within four
(4) days of any occurrence. The OCM BOCES Purchasing Office will maintain a file of all complaints that are
submitted from both the district and the vendor.
6.
“Or Equal”:
In all specifications, the words “or equal” are understood after each item. The decision of the districts as to
whether an alternate or substitution is, in fact, “equal” shall be final. If bidding on items other than those
specified, the bidder must, in every instance, give the trade designation of the item and detailed specification
of the item he or she proposes to furnish. The bid will otherwise be construed as being submitted on the
identical item as specified.
7.
No charge will be allowed for federal, state or municipal sales and excise taxes from which the Board is
exempt. All prices shall be net and shall not include any such tax. Exemption certificates will be furnished by
the districts.
8.
The submission of a bid/proposal will be construed as an indication that the bidder is fully informed as to the
extent and character of the supplies required and can furnish the supplies satisfactorily to the extent of the
specifications.
9.
All bids received after the time stated in the Notice To Bidders may not be considered and will be returned
unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of mail by
employees of the School District/BOCES. Whether sent by mail or by means of personal delivery, the bidder
assumes responsibility for having his bid deposited on time at the place specified.
10.
Descriptive Literature:
Proposals to furnish an item of manufacture other than that specified must be accompanied by the name of the
manufacturer, brand name, catalog number, cuts, prints, illustrations or photographs showing full details and
supplemented with complete information as to how the items differ from that specified.
All literature must be clearly marked to reference the item , as found in the bid sheet.
NOTE: Bids that do not contain clearly marked literature and complete information detailing how the items
differ from that specified may not be considered for award.
SPECIAL CONDITIONS:
11. All Materials included in this bid are to be purchased, as needed during the period from May 1, 2004 – April 30,
2005.
12. Bid price must include all fees (i.e. hazardous material handling, maintenance, re-qualification, etc.).
13. All bid quotations must include freight charges and inside delivery at the district specified and any installation
costs, if applicable, except as otherwise stated in this invitation to bid. Please see the attached detail listing of
items quantities by requesting districts. Quantities listed are estimated only. Actual quantities may be less or
greater than listed.
14. The Board of Cooperative Educational Services reserves the right to reject any or all bids or to waive such
informalities or to accept equivalent bids where it is determined to be in the best interests of the OnondagaCortland-Madison BOCES and the component districts.
15. All bid proposals (quotations) shall be binding from May 1, 2004 through April 30, 2005 except where it is
specifically excluded in writing by the bidder.
16. The Board of Cooperative Educational Services reserves the right to cancel any or all items not delivered within
45 days of receipt of purchase orders.
17. The success bidder(s) shall supply Material Safety Data Sheets on all products containing hazardous and/or toxic
substances.
18. Samples will be required for all toilet tissue, all rubber gloves, and all cleaning rags. These samples should be
clearly marked with the bidder’s name address along with the item number. They must arrive prior to bid opening
to be considered by the evaluation committee. BOCES has the option to request additional sample(s) of the
products(s) bid to assist in the evaluation and equivalency of products bid. If requested, these products must be
provided within 5 working days from the date requested or the bidder will forfeit consideration.
19. Toilet bowl cleaners are not to exceed 9% acid.
20. Aerosols may be used only if not propelled with CFCs.
21. Price quotations and quantities binding to listed participating School Districts/BOCES only.
22. The Board of Cooperative Educational Services reserves the right to request reports of quantities purchased thus
far for specific items.
23. Based on the large volume of items on our standard lists, the bids will be computer processed after opening. The
results of the bids and the awards will be mailed to all participating vendors.
The Board of Education reserves the right to award bids by total, group or individual items whichever is in the
best interest of the School District/BOCES.
By signing below and submitting this bid for consideration by the Onondaga-Cortland-Madison BOCES, the
vendor acknowledges that he/she has read, understood and agreed to all aspects of the General & Special
Conditions and Appendix A, B and C as presented without reservation or alteration.
___________________________________________________________________ Signature
__________________________________________________________________
Print Name
APPENDIX “A”
1. Read all documents contained in the bid specification package.
2. Bidders are responsible for submitting their bids to the appropriate location at, or prior to, the designated time in
the Notice To Bidders. No bids will be accepted after that designated time. It is suggested, but not necessary, that
overnight delivery services be used to submit bids. Delay in mail delivery is not an exception to the deadline for
receipt of bids.
3. Bidders shall indicate on the envelope containing their sealed bid, the following information:
Name and number of bid
Date and time of bid opening
Your company's name and address
Bid Participants & Delivery Addresses:
Onondaga Cortland Madison BOCES
OCM BOCES Continuing Education
McEvoy Educational Center
Auburn City School District
Baldwinsville School District
Candor School District
Cincinnatus School District
Cortland School District
East Syracuse Minoa School District
Fayetteville Manlius School District
Groton School District
Homer School District
Jamesville Dewitt School District
Liverpool School District
Onondaga Central School District
Skaneateles School District
Trumansburg School District
Westhill School District
APPENDIX B
Purchase Contract
Custodial Supplies
BIDS TO BE OPENED
Wednesday, March 17, 2004 at 1:30 p.m.
NAME OF BIDDER _____________________________________________________
ADDRESS ____________________________________________________________
CITY/STATE/ZIP _______________________________________________________
PHONE _____________________________ FAX ____________________________
Email _______________________________ Web Site ________________________
Contact ______________________________________________________________
Deborah Ayers, Assistant Superintendent - Administration
Onondaga-Cortland-Madison BOCES
6820 Thompson Road
P.O. Box 4754
Syracuse, NY 13221
315.433.2614
Fax 315.437.4816
dayers@cnyric.org
OCM BOCES COOPERATIVE CUSTODIAL
SUPPLY BID
- Vendor Pricing - 2004 / 2005
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
050010
ABSORBENTS
ABSORBENT, DISINFECTANT, SCENTED, FOR
SICKNESS IN CLASSROOM AND BUSES,
PLEASANT ODOR.
UNIT PACKAGE: 24-1 LB
PACKAGES PER CASE
CASE
53
050020
ABSORBENTS
ABSORBENT, OIL, GREASE, SOLVENTS, WATER,
ACIDS, PAINTS, INK, ETC., 40 LB. BAG.UNIT
PACKAGE: 1-40 LB. BAG PER EACH
EACH
25
100010
BATHROOM CARE
CLEANER, TOILET BOWL, ACID, NOT TO EXCEED
9% ACID, 1 QT. TRIPLE S BLUE BOWLUNIT
PACKAGE: 12-1 QT. BOTTLES PER CASE
CASE
74
100020
BATHROOM CARE
SWABS, TOILET BOWL, ACRILON WITH WRINGER,
11 1/2" HANDLE WITH HIGHLY ACID RESISTANT
ACRILON YARN SECURELY ATTACHED ON ONE
SIDE AT END, HOLE IN HANDLE FOR HANGING.
UNIT PACKAGE: 1 PER EACH
EACH
266
100030
BATHROOM CARE
CLEANER, TOILET BOWL, CONTAINS ORGANIC
ACIDS AND SYNTHETIC DETERGENTS,
NON-HARMFUL TO RESTROOM FIXTURES,
SHOWER WALLS, CERAMIC TILE, REMOVES SOAP
FILM, RUST, AND LIME DEPOSITS, DISINFECTS
AND DEODORIZES. NOT TO EXCEED 9% ACID.
SC JOHNSON CREW #4578UNIT 12-32 0Z
BOTTLES PER CASE
CASE
49
100060
BATHROOM CARE
TAMPONS, FOR VENDING MACHINE.PLAYTEX
UNIT PACKAGE: 500 PER CASE
CASE
33
100070
BATHROOM CARE
RECEPTACLE, SANITARY NAPKIN, WITH
REMOVABLE RIGID LINER, 12 1/2" X 10 3/4" X 5 1/4".
RUBBERMAID #6140UNIT PACKAGE: 1 PER
EACH
EACH
10
100080
BATHROOM CARE
BAG, WAXED, KRAFT, TO FIT SANISAC FEMININE
DISPOSAL #6140.RUBBERMAID #6141UNIT
PACKAGE: 250 PER PACKAGE
PACKAGE
156
100130
BATHROOM CARE
CLEANER, TOILET BOWL, NON-ACID, GERMICIDAL
HOSPITAL TYPE CLEANER, TO CLEAN AND
DISINFECT RESTROOM FIXTURES (PORCELAIN,
CERAMIC TILE, STAINLESS STEEL, BRASS AND
PLASTICS) WITHOUT CAUSING DAMAGE, REMOVE
SOAP FILM, RUST, AND LIME DEPOSITS, NOT TO
CONTAIN HYDROCHLORIC ACID, ORGANIC ACIDS,
OR SYNTHETIC DETERGENTS; TO HAVE A
CURRENT USDA CODE LETTER "P", 18-32 OZ PER
CASE
CASE
78
100160
BATHROOM CARE
NAPKINS, SANITARY, NO. 4 FLAT, FOR VENDING,
INDIVIDUALLY PACKAGED IN CARTON
CONTAINERS TO PREVENT CRUSHING, FOLDING,
OR JAMMING IN DISPENSING MACHINE.
STAYFREEUNIT PACKAGE: 250 PER CASE
CASE
47
Vendor: __________________________________
*QTY
Page 1 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
100170
BATHROOM CARE
NAPKINS, SANITARY, NO. 8 FLAT, FOR VENDING,
INDIVIDUALLY PACKAGED IN CARTON
CONTAINERS TO PREVENT CRUSHING, FOLDING,
OR JAMMING IN DISPENSING MACHINE.
STAYFREEUNIT PACKAGE: 250 PER CASE
CASE
16
100200
BATHROOM CARE
URINAL SCREEN, WITH RIKEN-D.TRIPLE SUNIT
PACKAGE: 1 PER EACH
EACH
100
100210
BATHROOM CARE
URINAL BLOCK, WITH MIRAD J-2. TRIPLE SUNIT
PACKAGE: 12 PER PACKAGE
PACKAGE
14
150010
CARPET CARE
SPOT REMOVER, CARPET, AEROSOL.3M
#048011-8112UNIT PACKAGE: 12-32 BOTTLES
OZ PER CASE
CASE
18
150030
CARPET CARE
SPOT REMOVER, GUM, AND CANDLE WAX.
HILLYARD GUM-GO #413UNIT PACKAGE: 12-5 OZ
PER CASE
CASE
28
150041
CARPET CARE
DEFOAMERSC JOHNSON #4196UNIT PACKAGE:
6-32 OZ. PER CASE
CASE
13
150051
CARPET CARE
SPOT REMOVER.SC JOHNSON PROTEIN
SPOTTER #4194UNIT PACKAGE: 6-32 OZ PER
CASE
CASE
2
150061
CARPET CARE
CLEANER, CARPET, EXTRACTION. SC JOHNSON
#3844UNIT PACKAGE: 4-1 GALLON PER CASE
CASE
31
150071
CARPET CARE
SPOT REMOVER, CARPET, GENERAL PURPOSE.
SC JOHNSON #4192UNIT PACKAGE: 6-32 OZ.
PER CASE
CASE
5
150091
CARPET CARE
SPOT REMOVER, PAINT, OIL, AND GREASE.SC
JOHNSON P.O.G. #3862UNIT PACKAGE: 12-12 OZ.
PER CASE
CASE
3
200030
CLEANING SUPPLIES
PAD, BUFFING, 13 IN. 3M 5100 RED BUFFER PAD
UNIT PACKAGE: 5 PER CASE
CASE
56
200040
CLEANING SUPPLIES
PAD, STRIPPING, 13 IN.3M 7200 BLACK
STRIPPER PADUNIT PACKAGE: 5 PER CASE
CASE
15
200060
CLEANING SUPPLIES
PAD, SCRUBBING, BLACK, 20". 3M HIGH PRO
UNIT PACKAGE: 5 PER CASE
CASE
154
200070
CLEANING SUPPLIES
PAD, STRIPPING, 22 IN. 3M HIGH PROUNIT
PACKAGE: 5 PER CASE
CASE
55
200100
CLEANING SUPPLIES
DISC, SCREEN, 100 GRIT, 20 IN. 3MUNIT
PACKAGE: 10 PER CASE
CASE
47
200110
CLEANING SUPPLIES
DISC, SCREEN, 120 GRIT, 20 IN.3MUNIT
PACKAGE: 10 PER CASE
CASE
40
200180
CLEANING SUPPLIES
BRUSH, BASEBOARD, 54 IN., HANDLE,
TRIANGULAR WOOD BLOCK WITH 2 HOLES, SIX
ROWS OF BRISTLES, TRIM WITH 1 5/8 IN. TO 1 7/8
IN. IN CENTER.UNIT PACKAGE: 1 PER EACH
EACH
22
Vendor: __________________________________
*QTY
Page 2 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
200270
CLEANING SUPPLIES
CLOTH, DUST, TREATED, 24” IN. 24 IN.
CHICOPEE STRETCH-N-DUSTUNIT PACKAGE:
20-20 PACK PER CASE
CASE
66
200280
CLEANING SUPPLIES
RAG, CLEANING, COTTON T-SHIRT TYPE
MATERIAL, KNIT MATERIAL, NOTHING UNDER 12
IN. X 12 IN., NO DARK COLORS, HEMMED.UNIT
PACKAGE: 1-25 LB. BUNDLE PER EACH
EACH
5
200282
CLEANING SUPPLIES
RAG, CLEANING, COTTON T-SHIRT TYPE
MATERIAL, KNIT MATERIAL, NOTHING UNDER 12
IN. X 12 IN., NO DARK COLORS, HEMMED.UNIT
PACKAGE: 1-50 LB. BUNDLE PER EACH
EACH
28
200300
CLEANING SUPPLIES
RAG, CLEANING, WHITE, TERRY, 100% COTTON,
NOTHING UNDER 12 IN. X 12 IN., NO DARK
COLORS, HEMMED.UNIT PACKAGE: 1-25 LB.
BUNDLE PER EACH
EACH
2
200302
CLEANING SUPPLIES
RAG, CLEANING WHITE, TERRY, 100% COTTON,
NOTHING UNDER 12 IN. X 12 IN., NO DARK
COLORS, HEMMED.UNIT PACKAGE: 1-50 LB
BUNDLE PER EACH
EACH
39
200310
CLEANING SUPPLIES
BUCKET, PLASTIC, HEAVY DUTY, WITH POURING
SPOUT. 10 QT. CONTINENTAL #8110UNIT
PACKAGE: 1-PER EACH
EACH
68
200320
CLEANING SUPPLIES
BUCKET, MOP, 35 QT., INSULATED, ONE-PIECE
CONSTRUCTION, 3 IN. CASTERS, 2 HANDLES,
PERMANENT WET FLOOR SIGN IMPRINTED ON
SIDE. SIZE: 15-3/4 IN. X 16-1/4 IN. X 3/4 IN. HIGH.
CONTINENTAL #305-3UNIT PACKAGE: 1-PER
EACH
EACH
6
200360
CLEANING SUPPLIES
CONTAINER, REFUSE, WITHOUT COVER, 44
GALLON, REINFORCED HANDLE, RIBBED BOTTOM,
SEAMLESS CONSTRUCTION, BUILT-IN HANDGRIP.
24 IN. DIAMETER X 31 1/2 IN. HIGH. COLOR:
GRAY.CONTINENTAL #4444 UNIT PACKAGE: 1
PER EACH
EACH
16
200380
CLEANING SUPPLIES
SPRAYER, MIST, TRIGGER ONLY, TO FIT 22 OZ.
BOTTLE. CONTINENTAL #922HLUNIT
PACKAGE: 1-22 OZ BOTTLE PER EACH
EACH
248
200390
CLEANING SUPPLIES
SPRAYER, MIST, TRIGGER AND BOTTLE.
CONTINENTAL #922B & #922HLUNIT PACKAGE:
1-22 OZ BOTTLE PER EACH
EACH
453
200400
CLEANING SUPPLIES
SPRAYER, MIST, TRIGGER AND BOTTLE, 16 OZ.
CONTINENTAL #9169 & #922HUNIT PACKAGE:
1-PER EACH
EACH
100
200440
CLEANING SUPPLIES
WASTEBASKET, 41-1/4 QUART, 12/CASE.
CONTINENTAL #4114UNIT PACKAGE: 12-PER
CASE
CASE
4
Vendor: __________________________________
*QTY
Page 3 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
200480
CLEANING SUPPLIES
DUSTER, LAMBS WOOL, 36 IN.UNIT PACKAGE:
12-PER CASE
CASE
4
200490
CLEANING SUPPLIES
DUSTER, WAND, SYNTHETIC.UNIT PACKAGE: 1
PER EACH
EACH
66
200580
CLEANING SUPPLIES
BLADE, RAZOR, SINGLE EDGE, HEAVY DUTY
RAZOR BLADE TO FIT RED DEVIL BLADE HOLDER
RS 23.UNIT PACKAGE: 100-PER PACKAGE
PACKAGE
39
200600
CLEANING SUPPLIES
BUCKET, HEAVY DUTY, PLASTIC, WITH POURING
SPOUT, 14 QT.RUBBERMAID #2614UNIT
PACKAGE: 6-PER CASE
CASE
2
200650
CLEANING SUPPLIES
CONTAINER, REFUSE WITHOUT COVER, 44
GALLON, REINFORCED HANDLE, RIBBED BOTTOM,
SEAMLESS CONSTRUCTION, BUILT IN HANDGRIP.
24” DIAMETER X 31 ½ IN. HIGH. COLOR: GRAY.
RUBBERMAID #2643UNIT PACKAGE: 1 PER
EACH
EACH
6
200700
CLEANING SUPPLIES
WASTEBASKET, 41-1/4 QUART. RUBBERMAID
2957UNIT PACKAGE: 12-PER CASE
CASE
1
200755
CLEANING SUPPLIES
WRINGER, MOP, DOWNWARD PRESS, FOR 16-24
OZ. MOP. RUBBERMAID 6122-01UNIT PACKAGE:
1-PER EACH
EACH
12
200771
CLEANING SUPPLIES
CART, JANITOR, 25 GALLON, WITH VINYL BAG
AND SHELVES.RUBBERMAID 6152 UNIT
PACKAGE: 1-PER EACH
EACH
1
200850
CLEANING SUPPLIES
DUSTER, OVERHEAD, ANGLE-HEAD.
RUBBERMAID T120UNIT PACKAGE: 12-PER
CASE
CASE
11
200855
CLEANING SUPPLIES
SPONGE, CLEANING, NON-METALLIC, MADE OF
TOUGH, DURABLE NYLON FIBER, IMPREGNATED
WITH A SAFE, SCRATCHPROOF ABRASIVE ON
ONE SIDE, THE OTHER SIDE NATURAL COLOR
CELLULOSE SPONGE, 3 3/4 IN. WIDE X 5 5/8 IN.
LONG X 3/4 IN. THICK. SCOTCH BRITE #63UNIT
PACKAGE: 20 PER CASE
CASE
152
200860
CLEANING SUPPLIES
SPONGE, SCRUB, NON-METALLIC, MADE OF
TOUGH, DURABLE NYLON FIBER, IMPREGNATED
WITH SAFE, SCRATCHPROOF ABRASIVE ON ONE
SIDE, THE OTHER SIDE NATURAL COLOR
CELLULOSE SPONGE. SIZE: 3 5/8 IN. WIDE X 6 1/2
IN. LONG X 7/8 IN. THICK, 20 PER CASE.
SCOTCH BRITE #74. UNIT PACKAGE: 20 PER
CASE
CASE
80
200895
CLEANING SUPPLIES
GLOVES, RUBBER, LARGE, 12 PER PACKAGE.
SOFCO #28010UNIT PACKAGE: 12-PER
PACKAGE
PACKAGE
13
200900
CLEANING SUPPLIES
SPRAYER, TRIGGER, WITH BOTTLE.UNIT
PACKAGE: 1-32 OZ BOTTLE EACH
EACH
149
Vendor: __________________________________
*QTY
Page 4 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
*QTY
200905
CLEANING SUPPLIES
SQUEEGE, WINDOW, ONE SERVICE RUBBER
HELD IN POSITION BY A SLIGHT CRIMP IN THE
CHANNEL, METAL SHALL BE BRASS PLATED,
14”BLADE. STECONEUNIT PACKAGE: 1-PER
EACH
EACH
38
200910
CLEANING SUPPLIES
SQUEEGE, WINDOW, REFILL, SERVICE RUBBER
TO FIT STECONE 14 IN. WINDOW SQUEEGE.
STECONEUNIT PACKAGE: 1 PER EACH
EACH
16
200955
CLEANING SUPPLIES
DUST PAN, OPEN, 12-20 GUAGE STEEL, FINISHED
IN BLACK ENAMEL. WHITE #6UNIT PACKAGE:
1 PER EACH
EACH
46
200985
CLEANING SUPPLIES
BUCKET, MOP, 35 QT., WHITE, WITH 3 IN.
CASTERS, BUCKET SHALL BE INSULATED, HAVE
2 HANDLES, BE OF ONE-PIECE CONSTRUCTION,
AND HAVE A PERMANENT “WET FLOOR” SIGN
IMPRINTED ON SIDE. SIZE: 15 3/4 IN. X 16 1/4 IN. X
3/4 IN. HIGH.UNIT PACKAGE: 1-PER EACH
EACH
10
250025
DEODORIZERS
DEODORIZER, ENZYME DIGESTER, 1 GALLON.
BULLEN FOUL ODORUNIT PACKAGE: 6-PER
CASE
CASE
53
250040
DISINFECTANTS
BLEACHUNIT PACKAGE: 6-1 GALLON
CONTAINERS PER CASE
CASE
43
300030
DISINFECTANTS
CLEANER, BATHROOM, ACID FREE,
DISINFECTANT, DEODORANT, MILDEWSTAT,
VIRUCIDE, FUNGICIDE, NON-ABRASIVE,
QUATENARY FORMULA, TO CLEAN, DISINFECT
AND DEODORIZE ALL HARD SURFACES IN
BATHROOM.BETCO AF79UNIT PACKAGE: 12 - 1
QT. CONTAINERS PER CASE
EACH
5
350130
DISPENSING SYSTEMS
CLEANER, CONCENTRATE, ALL-PURPOSE, LOW
FLOW FOR DISPENSING INTO TRIGGER SPRAY
BOTTLES, HIGH PERFORMANCE, FOR USE ON
WALLS, FLOORS, AND OTHER NON-POROUS
SURFACES.3M TWIST 'N FILL 8LUNIT
PACKAGE: 6-2 LITER PER CASE
CASE
6
350140
DISPENSING SYSTEMS
CLEANER, CONCENTRATE, MULTI-SURFACE, LOW
FLOW FOR DISPENSING INTO TRIGGER SPRAY
BOTTLES, REMOVES MOST SPOTS, STAINS, AND
GREASE FROM WASHABLE SURFACES, FOR USE
ON MARBLE, ALUMINUM, CARPETS, STAINLESS
STEEL, CHROME, PLASTICS, WINDOWS, AND
MIRRORS.3M TWIST 'N FILL. UNIT PACKAGE: 1-2
LITER PER EACH
CASE
10
350145
DISPENSING SYSTEMS
CLEANER, FLOOR, HIGH FLOW, LOW FOAMING,
FOR USE IN AUTOMATIC SCRUBBERS OR MOP
APPLICATIONS, FOR SCRUBBING BEFORE
RECOATING, BEFORE BURNISHING, AND DAILY
CLEANING.3M TWIST N'FILL 24HUNIT
PACKAGE: 6-2 LITER PER CASE
CASE
24
Vendor: __________________________________
Page 5 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
350150
DISPENSING SYSTEMS
CLEANER, CONCENTRATE, NEUTRAL, HIGH FLOW
FOR DISPENSING INTO BUCKETS, NO RINSE, CAN
BE USED IN AUTOMATIC SCRUBBER OR WITH
MOP ON WASHABLE HARD FLOORS, WILL NOT
DULL OR DAMAGE FINISHES. 3M TWIST 'N FILL
3HUNIT PACKAGE: 6-2 LITER PER CASE
CASE
27
350170
DISPENSING SYSTEMS
CLEANER, CONCENTRATE, QUATERNARY
DISINFECTANT, HIGH FLOW FOR DISPENSING
INTO BUCKETS, EPA REGISTERED, HOSPITAL
GRADE, KILLS HIV-1, HERPES SIMPLEX I & II,
RINSE FREE, PLEASANT FRAGRANCE. 3M
TWIST 'N FILL 5HUNIT PACKAGE: 6-2 LITER PER
CASE
CASE
30
350180
DISPENSING SYSTEMS
CLEANER, CONCENTRATE, QUATERNARY
DISINFECTANT, LOW FLOW FOR DISPENSING
INTO TRIGGER SPRAY BOTTLES, EPA
REGISTERED, HOSPITAL GRADE, KILLS HIV-1,
HERPES SIMPLEX I & II, RINSE FREE, PLEASANT
FRAGRANCE.3M TWIST 'N FILL 5LUNIT
PACKAGE: 6-2 LITER PER CASE
CASE
24
350190
DISPENSING SYSTEMS
CLEANER, CONCENTRATE, STRIPPER, SPEED,
HIGH FLOW FOR DISPENSING INTO BUCKETS,
HIGH PERFORMANCE, FIVE-MINUTE, REMOVES
SEALERS, FLOOR-FINISH BUILDUP, AND FINISHES
HARDENED BY FREQUENT BURNISHING.3M
TWIST 'N FILL 22HUNIT PACKAGE: 6-2 LITER
PER CASE
CASE
24
350200
DISPENSING SYSTEMS
CLEANER, CONCENTRATE, WINDOW, LOW FLOW
FOR DISPENSING INTO TRIGGER SPRAY
BOTTLES, NON STREAKING, FOR WINDOW,
GLASS, MIRRORS, STAINLESS STEEL, CHROME,
ALUMINUM, CERAMIC AND PLASTIC.3M TWIST 'N
FILL 20LUNIT PACKAGE: 6-2 LITER PER CASE
CASE
18
350210
DISPENSING SYSTEMS
CLEANER, ALL-PURPOSE. BUCKEYE BLUEUNIT
PACKAGE: 1-5 GALLON PER EACH
EACH
60
350220
DISPENSING SYSTEMS
STRIPPER, FLOOR. BUCKEYE REVELATION
UNIT PACKAGE: 1-5 GALLON PER EACH
EACH
146
350230
DISPENSING SYSTEMS
CLEANER, BATHROOM, GERMICIDAL, PH
NEUTRAL, HIV/HBV CLAIM, MEETS OSHA
BLOODBORNE PATHOGEN STANDARD. LEMON,
PINE, MINT.BUCKEYE SANICARE QUATUNIT
PACKAGE: 1 - 5-GALLON CONTAINER PER EACH
EACH
10
350232
DISPENSING SYSTEMS
CLEANER, BROAD SPECTRUM DISINFECTANT,
HIV/HBV CLAIM, NO-RINSE FORMULA, EFFECTIVE
IN HARD WATER, LEMON SCENT, MEETS OSHA
BLOODBORNE PATHOGEN STANDARD.BUCKEYE
SANICARE QUAT-64UNIT PACKAGE: 1 5-GALLON CONTAINER PER EACH
EACH
50
350235
DISPENSING SYSTEMS
CLEANER, BATHROOM, DISINFECTANT.
BUCKEYE SANIGARDUNIT PACKAGE: 1-5
GALLON PER EACH
EACH
10
Vendor: __________________________________
*QTY
Page 6 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
*QTY
350240
DISPENSING SYSTEMS
CLEANER, WINDOW, CONCENTRATE, SPRAY.
BUCKEYE STARUNIT PACKAGE: 1-5 GALLON
PER EACH
EACH
22
350250
DISPENSING SYSTEMS
CLEANER, HEAVY-DUTY.BUCKEYE WORKOUT
UNIT PACKAGE: 1-5 GALLON PER EACH
EACH
78
350255
DISPENSING SYSTEMS
CLEANER, DEGREASER, HEAVY DUTY, WATER
BASED, FOR USE ON ANY WASHABLE AND
NON-POROUS SURFACES IN FOOD PROCESSING
AND SERVICE AREAS, DOES NOT CONTAIN
BUTYL OR PETROLEUM SOLVENTS. BUCKEYE
XL-100. UNIT PACKAGE: 1-5 GALLON CONTAINER
EACH
25
350260
DISPENSING SYSTEMS
CLEANER, DEGREASER, HEAVY DUTY, WATER
BASED, FOR USE ON NON-POROUS SURFACES IN
FOOD PROCESSING AND SERVICE AREAS, DOES
NOT CONTAIN BUTYL OR PETROLEUM
SOLVENTS, FOR USE ON ANY WASHABLE
SURFACE.BUCKEYE XL-100UNIT PACKAGE: 1-5
GALLON CONTAINER PER EACH
EACH
2
350490
DISPENSING SYSTEMS
CLEANER, GLASS.SC JOHNSON PROFESSIONAL
CREW #4982UNIT PACKAGE: 4 - 1/2 GALLON
PER CASE
CASE
8
350510
DISPENSING SYSTEMS
CLEANER, DEGREASER.SC JOHNSON
PROFESSIONAL GO-GETTER #4310UNIT
PACKAGE: 4 - 1/2 GALLON PER CASE
CASE
6
350550
DISPENSING SYSTEMS
CLEANER, NEUTRAL.SC JOHNSON
PROFESSIONAL STRIDE #4315UNIT PACKAGE: 4
- 1/2 GALLON PER CASE
CASE
30
350570
DISPENSING SYSTEMS
CLEANER, GERMICIDAL. SC JOHNSON
PROFESSIONAL VIREX 256 #4337UNIT
PACKAGE: 4 - 1/2 GALLON PER CASE
CASE
30
350571
DISPENSING SYSTEMS
CLEANER, MULTIPURPOSE, 3.8LCLEANWORKS
#1UNIT PACKAGE: EACH
EACH
30
350572
DISPENSING SYSTEMS
CLEANER, GLASS, 3.8LCLEANWORKS #2UNIT
PACKAGE: EACH
EACH
30
350573
DISPENSING SYSTEMS
CLEANER, DISINFECTANT DETERGENT, 3.8L
CLEANWORKS #3UNIT PACKAGE: EACH
EACH
30
350574
DISPENSING SYSTEMS
CLEANER, BATH & BOWL, NON-ACID, 3.8L
CLEANWORKS #5UNIT PACKAGE: EACH
EACH
30
350575
DISPENSING SYSTEMS
CLEANER, HEAVY DUTY, 3.8LCLEANWORKS #7
UNIT PACKAGE: EACH
EACH
30
350576
DISPENSING SYSTEMS
CLEANER, NEUTRAL PH, 3.8LCLEANWORKS #8
UNIT PACKAGE: EACH
EACH
30
350577
DISPENSING SYSTEMS
CLEANER, AUTOSCRUB FLOOR CLEANER, 3.8L
CLEANWORKS #11UNIT PACKAGE: EACH
EACH
30
350578
DISPENSING SYSTEMS
CLEANER, ACID BOWL CLEANER, 3.8L
CLEANWORKS #14UNIT PACKAGE: EACH
EACH
30
Vendor: __________________________________
Page 7 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
*QTY
350579
DISPENSING SYSTEMS
CLEANER, SPRAY MIST, FLORAL DEODORIZER,
3.8LCLEANWORKS #18UNIT PACKAGE: EACH
EACH
30
400020
DRAIN TREATERS
TREATER, DRAIN, LIQUID ENZYME, WITH
ENZYMES WHICH ATTACK SOLIDS AS GREASE,
FATS, PROTEINS, AND CARBOHYDRATES TO
INSTANTLY DESTROY ALL MALODORS BY
ELIMINATING THE SOURCE, ENVIRONMENTAL
AND USER SAFE, NON-ACID, NON-CAUSTIC, NO
SOLVENTS, ACTIVE BACTERIAL COUNT-MIN. 37
BIL. PER GALLON, PH 6.0-7.0, EXCELLENT SHELF
LIFE, NO SPECIFIC HANDLING EQUIPMENT
REQUIRED, WILL NOT SUPPORT COMBUSTION.
HILLYARD #105. UNIT PACKAGE: 1 GALLON PER
EACH
EACH
3
450010
FLOOR CARE
CLEANER, REMOVER, WAX AND SOIL,
SPRAYABLE. 3M LIQUID TROUBLE SHOOTER
UNIT PACKAGE: 6 - 1 QUART PER CASE
EACH
26
450040
FLOOR CARE
FINISH, FLOOR.BUCKEYE CASTLE GUARDUNIT
PACKAGE: 1 - 5 GALLON CONTAINER PER EACH
EACH
481
450045
FLOOR CARE
FINISH, FLOOR, ZINC-FREE.BUCKEYE
MAINSTREAMUNIT PACKAGE: 1 - 5 GALLON
CONTAINER PER EACH
EACH
20
450060
FLOOR CARE
CLEANER, FLOOR, NEUTRAL PH. BUCKEYE
STRAIGHT-UPUNIT PACKAGE: 1 - 5 GALLON
CONTAINER PER EACH
EACH
52
450070
FLOOR CARE
FLOOR FINISH STRIPPER, WATER BASED,
LIQUEFIES HEAVILY BURNISHED FINISH AND
SEAL, DOES NOT CONTAIN BUTYL OR RELASE
NOXIOUS VAPORS, RESISTS CLOGGING OF PADS,
WORKIS IN COLD WATER, NO ADDED
GRAGRANCE. BUCKEYE JUGGERNAUT. UNIT
PACKAGE: 1-5 GALLON CONTAINER PER EACH
EACH
45
450100
FLOOR CARE
TREATMENT, MOP, DUST, CLEANING ALL TYPES
OF FLOORS, SUITABLE FOR USE ON STRING
MOPS, HAVING NO EFFECT ON ASPHALT AND
TILE. SUITABLE FOR USE AS FURNITURE
POLISH, ON WOOD PANEL, DOORS, WOODWORK,
AND STAINLESS STEEL, SHALL NOT STAIN OR
STREAK, UL SLIP RESISTANCE, SOLID-25% (MAX),
PLEASANT ODOR, MIN. 2 YER STORAGE, NOT
HARMED BY FREEZING. NO SPONTANEOUS HEAT
OR IGNITE TENDENCY. HILLYARD SUPER HILL
TONE #214. UNIT PACKAGE: 1-5 GALLON
CONTAINER PER EACH
EACH
15
450110
FLOOR CARE
CLEANER, FLOOR, ALL-PURPOSE, NEUTRAL,
PHOSPHATE FREE.HILLYARD SUPER SHINE
#140 (NO SUB)UNIT PACKAGE: 1 - 5 GALLON
CONTAINER PER EACH
EACH
26
450120
FLOOR CARE
STRIPPER, SPRAY, NON-AEROSOL.SC JOHNSON
BRAVO #4640UNIT PACKAGE: 12 - 23 OZ.
CONTAINTERS PER CASE
CASE
4
Vendor: __________________________________
Page 8 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
450130
FLOOR CARE
STRIPPER, FLOOR, WAX, BIODEGRADABLE, % OF
EACH
PHOSPHATE TO COMPLY WITH STATE/COUNTY
REGULATIONS, REMOVE DIRT, WAX, AND METAL
INTERLOCK COPOLYMER FLOOR FINISHES FROM
ALL SURFACES, SUITED FOR USE WITH POWER
MACHINES OR MOPPING, CONTAIN NO OILS OR
SOLVENTS, NO REDEPOSIT OF SOIL ON CLEAN
SURFACES, NOT HARMFUL TO SKIN IN
CONCENTRATED FORM, (AMMONIATED CLEANERS
ARE NOT ACCEPTABLE), VERY LOW FOAM,
NON-TOXIC, NO FLASH POINT, NO PRECIPITATION
SOLID AFTER FREEZING. SC JOHNSON BRAVO
#4576. UNIT PACKAGE: 1-5 GALLON CONTAINER
PER EACH
40
450150
FLOOR CARE
FINISH, FLOOR.SC JOHNSON CAREFREEUNIT
PACKAGE: 1 - 5 GALLON CONTAINER PER EACH
EACH
150
450160
FLOOR CARE
WAX, FLOOR. SC JOHNSON VECTRA #4071UNIT
PACKAGE: 1 - 5 GALLON CONTAINER PER EACH
EACH
115
450230
FLOOR CARE
STRIPPER, FLOOR.PARISH BIG REDUNIT
PACKAGE: 1 - 5 GALLON CONTAINER PER EACH
EACH
75
450240
FLOOR CARE
STRIPPER, FLOOR. PARISH POUR AND PEEL
UNIT PACKAGE: 1 - 5 GALLON CONTAINER PER
EACH
EACH
75
450280
FLOOR CARE
FINISH, FLOOR. PIONEER ECLIPSE DAY-STAR
UNIT PACKAGE: 1 - 2.64 GALLON CONTAINER PER
EACH
EACH
10
450300
FLOOR CARE
STRIPPER, FLOOR, HEAVY DUTY. PIONEER
ECLIPSE FORMULA XUNIT PACKAGE: 1 - 2.64
GALLON CONTAINER PER EACH
EACH
10
450310
FLOOR CARE
CLEANER, FLOOR, POLISHER-MAINTAINER.
PIONEER ECLIPSE ILLUMINATEUNIT PACKAGE:
1 - 2.64 GALLON CONTAINER PER EACH
EACH
12
460000
FLOOR CARE
FLOOR FINISH, NON BUFF, METAL INTERLOCK,
25% SOLIDSSPARTAN ON AN' ONUNIT
PACKAGE: 1-5 GALLON CONTAINER PER EACH
EACH
75
460010
FLOOR CARE
FLOOR SEALER, WATER BASED, 16% SOLIDS,
NON YELLOWINGSPARTAN ON BASEUNIT
PACKAGE: 1-5 GALLON CONTAINER PER EACH
EACH
60
460020
FLOOR CARE
STRIPPER, AEROSOL, FOR BASEBOARDS, FLOOR
EDGES, STAIRS AND CORNERSSPARTAN
SHINELINE BASEBOARD & WAX BUILD UP
STRIPPERUNIT PACKAGE: 12-18 OZ.CANS PER
CASE
CASE
20
500020
GENERAL PURPOSE
CLEANERS
POLISH, FURNITURE, NON AEROSOL. SC
JOHNSON LEMON SHINE UP #4415UNIT
PACKAGE: 12 - 32 OZ CONTAINERS PER CASE
CASE
37
Vendor: __________________________________
UNIT
*QTY
Page 9 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
550010
GENERAL PURPOSE
CLEANERS
CLEANSER, FOAMING, INSTITUTIONAL. AJAX
UNIT PACKAGE: 30 - 21 OZ. CONTAINERS PER
CASE
CASE
6
550013
GENERAL PURPOSE
CLEANERS
DETERGENT, LAUNDRY, 250 PACKETS/CASE.
BRITE WHITEUNIT PACKAGE: CASE
CASE
35
550015
GENERAL PURPOSE
CLEANERS
CLEANER, CHEWING GUM REMOVER, COLORLESS. CASE
NARROW LIQUID STREAM, SLIGHT ETHER
ORDER, ENVIRONMENTALLY SAFE, 8 OZ. CLAIR
UNIT PACKAGE: 12 PER CASE
8
550025
GENERAL PURPOSE
CLEANERS
CLEANER, GRAFFITI REMOVER, 1 LB. PLASTIC
TUBE. HILLYARD A-BEN-A-QUIUNIT PACKAGE:
12 PER CASE
CASE
9
550033
GENERAL PURPOSE
CLEANERS
CLEANER, STAINLESS STEEL POLISHER, LIQUID,
16 OZ.HILLYARD #403UNIT PACKAGE: 12 PER
CASE
CASE
40
550080
GENERAL PURPOSE
CLEANERS
CLEANER, DEGREASER, DEODORANT,
DESCALER, AND DECLOGGER, 1 GALLON.
PARISH ORANGE BLOSSOM NATURAL CITRUS
SOLVENTUNIT PACKAGE: EACH
EACH
24
600050
GLASS CLEANERS
CLEANER, GLASS. CONCENTRATED LIQUID
AMMONIATED GLASS CLEANER, SAFE FOR USE
ON ALL GLASS. TO LEAVE NO FILM OR GREASY
RESIDUE. INSTITUTIONAL, 64 OZ BOTTLE.
WINDEXUNIT PACKAGE: 4 PER CASE
EACH
12
650040
GYM FLOOR FINISHES
CLEANER, FLOOR, GYM, SOLVENTLESS, READY
TO USE, NON-FLAMMABLE, 5 GALLON. BUILDING
CARE PRODUCTSUNIT PACKAGE: EACH
EACH
25
650050
GYM FLOOR FINISHES
FINISH, APPLICATOR, ROUND. REFILL FOR 18".
TRIPLE S NEWAGEUNIT PACKAGE: EACH
EACH
20
650060
GYM FLOOR FINISHES
FINISH, FLOOR, WOOD, URETHANE, WATERBASE,
GLOSS, 1 GALLON. TRIPLE S NEWAGEUNIT
PACKAGE: EACH
EACH
56
650070
GYM FLOOR FINISHES
FINISH, FLOOR, WOOD, URETHANE, WATERBASE,
GLOSS, 5 GALLON. TRIPLE S NEWAGEUNIT
PACKAGE: EACH
EACH
5
650120
GYM FLOOR FINISHES
FINISH, FLOOR, GYM, 1-PART URETHANE/ACRYLIC
BLEND, SLIP-RESISTANT.ESSENTIAL
INDUSTRIES SPORT KOTEUNIT PACKAGE: 1 5-GALLON CONTAINER PER EACH
EACH
15
650140
GYM FLOOR FINISHES
FINISH, FLOOR, GYM, NON-YELLOWING, LOW
ODOR, NON-FLAMMABLE, 5 GALLON.
WATERTHANE #901UNIT PACKAGE: EACH
EACH
20
Vendor: __________________________________
*QTY
Page 10 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
650145
GYM FLOOR FINISHES
FINISH, FLOOR, GYM, WATER BASED OIL MODIFIED EACH
URETHANE, LOW ODOR.WATERTHANE #701
UNIT PACKAGE: 1 - 5 GALLON CONTAINER PER
EACH
10
650151
GYM FLOOR FINISHES
FINISH, FLOOR, WP-31, GALLONTRIPLE SUNIT
PACKAGE: EACH
EACH
30
650152
FLOOR CARE
FINISH, FLOOR, WAX, 2-PART, 5 GALLONDEFIANT
FLOOR FINISHUNIT PACKAGE: EACH
EACH
75
700020
HAND SOAPS
SOAP, HAND, LOTION, ULTRAMILD,
ANTIMICROBIALGO-JOUNIT PACKAGE: 12-24OZ.
PER CASE
CASE
36
700025
HAND SOAPS
SOAP, HAND, LOTION, FOR DERMA PRO LOTION
DISPENSERS #9212, 800 MLUNIT PACKAGE: 12
PER CASE
CASE
20
700070
HAND SOAPS
SOAP, HAND, LIQUID, 5 GALLON.UNIT PACKAGE:
EACH
EACH
4
700090
HAND SOAPS
SOAP, HAND, LIQUID, CARTRIDGE REFILLS,
ANTIBACTERIAL, TO FIT DISPENSER. TO
INCLUDE TWO DISPENSERS PER CASE, 800 ML.
SANI-FRESHUNIT PACKAGE: 12 PER CASE
CASE
10
700100
HAND SOAPS
DISPENSER, TO FIT SANI-FRESH LIQUID HAND
SOAP. UNIT PACKAGE: EACH
EACH
10
700110
HAND SOAPS
SOAP, HAND, LOTION, CARTRIDGE REFILLS, 600
ML.SC JOHNSON SOFTCARE #05500UNIT
PACKAGE: 12 PER CASE
CASE
60
700510
HAND SOAPS
SOAP, HAND, LOTION, 800 ML.KIMBERLY-CLARK
#91241UNIT PACKAGE: 12 PER CASE
CASE
22
750030
MISCELLANEOUS
SHARPENER, PENCIL, WITH LOCKING GUIDE FOR
SIZE 8 PENCIL.BOSTON MODEL KSUNIT
PACKAGE: 36 PER CASE
CASE
16
750040
MISCELLANEOUS
SHARPENER, PENCIL. BOSTON MODEL LUNIT
PACKAGE: 24 PER CASE
CASE
10
750090
MISCELLANEOUS
TAPE, DUCT, 2"x60 YDS, 1 ROLL.UNIT PACKAGE:
EACH
EACH
146
750105
MISCELLANEOUS
SALT, ROCK, HALITE - A GRANULAR MINERAL
ROCK SALT TO BE USED IN ICE AND SNOW
CONTROL ON DRIVEWAY AND WALK. SPREAD AT
1/4 TO 1/2 LB. PER SQ. YD., 50 LB. BAG.UNIT
PACKAGE: EACH
EACH
950
750130
MISCELLANEOUS
SALT, 50 LB. BAG.TRIPLE S WITH MG-140UNIT
PACKAGE: EACH
EACH
1300
750150
MISCELLANEOUS
GLOVE, LATEX, DISPOSABLE, LARGE,
12/PACKAGE.UNIT PACKAGE: EACH
EACH
153
750160
MISCELLANEOUS
GLOVE, LATEX, DISPOSABLE, MEDIUM,
12/PACKAGEUNIT PACKAGE: EACH
EACH
103
Vendor: __________________________________
UNIT
*QTY
Page 11 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
*QTY
750170
MISCELLANEOUS
GLOVE, LATEX, DISPOSABLE, SMALL,
12/PACKAGEUNIT PACKAGE: EACH
EACH
7
750180
MISCELLANEOUS
KNIFE, PUTTY, FLEXIBLE, 1 1/2". RED DEVIL
#P23FUNIT PACKAGE: EACH
EACH
146
750190
MISCELLANEOUS
KNIFE, PUTTY, STIFF, 1 1/2".RED DEVIL #P23S
UNIT PACKAGE: EACH
EACH
208
750200
MISCELLANEOUS
SCRAPER, RAZOR BLADE, LONG HANDLE,
ANGLED.UNGERUNIT PACKAGE: EACH
EACH
59
750210
MISCELLANEOUS
BLADE, SCRAPER, FOR USE IN UNGER
SCRAPERS. UNIT PACKAGE: 5 PER PACKAGE
PACKAGE
74
750230
MISCELLANEOUS
GLOVE, VINYL, DISPOSABLE, LARGE, 100/BOX.
UNIT PACKAGE: 10 BOXES PER CASE
CASE
135
750240
MISCELLANEOUS
GLOVE, VINYL, DISPOSABLE, MEDIUM, 100/BOX.
UNIT PACKAGE: 10 BOXES PER CASE
CASE
30
750250
MISCELLANEOUS
GLOVE, VINYL, DISPOSABLE, SMALL, 100/BOX
UNIT PACKAGE: 10 BOXES PER CASE
CASE
10
750251
MISCELLANEOUS
BOSTON PENCIL SHARPENERRANGER 55UNIT
PACKAGE: 12 PER CASE
CASE
2
750252
MISCELLANEOUS
REPLACEMENT BLADES FOR RANGER 55
RANGER 55UNIT PACKAGE: EACH
CASE
25
800010
MISCELLANEOUS
PAPER
CUPS, PAPER, DRY WAX, FLAT BOTTOM, 5 OZ.,
FOR USE IN SOLO CUP DISPENSER. DIXIE #58
UNIT PACKAGE: 2,400 PER CASE
CASE
12
800160
MISCELLANEOUS
PAPER
CUPS, PAPER, DRY WAX, FLAT BOTTOM, 4 OZ.,
FOR USE IN SOLO CUP DISPENSERUNIT
PACKAGE: 5,000 PER CASE
CASE
17
800180
MISCELLANEOUS
PAPER
TISSUE, FACIAL, WHITE, 2PLY, 100 SHEETS, 8 IN.
X 8.33 IN.UNIT PACKAGE: 30 BOXES PER CASE
CASE
266
800190
MISCELLANEOUS
PAPER
TISSUE, TOILET, ROLL, 1 PLY, FACIAL GRADE,
2500 SHEETS PER BLEACH SERVICE ROLL, TO
DISPENSE IN STANDARD 1007 STEVEN AND
THOMSON VALAY DISPENSER. VALAYUNIT
PACKAGE: 24 ROLLS PER CASE
CASE
320
800900
MISCELLANEOUS
PAPER
TISSUE, TOILET, ROLL, 2 PLY, WHITE,
4.4"x4.5"/SHEET.KIMBERLY CLARK/SCOTT 04460.
UNIT PACKAGE: 96 - 500-SHEET ROLLS PER
EACH
222
800955
MISCELLANEOUS
PAPER
TOWELS, PAPER, ROLL, WHITE, 8"x800'.
KIMBERLY CLARK/SCOTT 01040UNIT PACKAGE:
30 - 90-TOWEL ROLLS PER CASE
EACH
50
850000
SEALERS
SEALER, FLOOR, WATER-BASED, FOR RESILIENT
(VINYL, RUBBER, ASPHALT, VINYL COMPOSITION),
AND HAD (TERRAZZO, SLATE, MARBLE,
CONCRETE, QUARRY TILE) FLOORS.
SELF-LEVELING, NON-YELLOWING,
NON-POWDERING, 5 GALLON. BUCKEYE
CITATIONUNIT PACKAGE: EACH
EACH
10
Vendor: __________________________________
Page 12 of 13
PRICE
ITEM #
CATEGORY
ITEM DESCRIPTION
UNIT
850007
SEALERS
SEALER, FLOOR, WATER-BASED, FOR RESILIENT
AND HARD FLOOR SURFACES. SEMI-PERMANENT
UNDERCOATING, OR SEALER ON NON-RESILIENT
FLOORS. DRIES CLEAR, LOW ODOR, SLIP
RESISTANT, SELF-LEVELING, 5 GALLON.
BUCKEYE 1ST DOWNUNIT PACKAGE: EACH
EACH
164
900000
VACUUM
BACKPACK, VACUUM, WITH ATTACHMENT KIT.
PRO-TEAM SUPER COACH CM1122UNIT
PACKAGE: EACH
EACH
5
900050
VACUUM
BAG, VACUUM, PAPER FILTER, MICRO-LINED,
10/PACKPRO-TEAM MV9-43MF/1UNIT PACKAGE:
PACK
PACK
630
900055
VACUUM
BAG, VACUUM, BEAN CLOTH DUST, EACH
PRO-TEAM LV8-40UNIT PACKAGE: EACH
EACH
12
*QTY are estimated quantities only
Vendor: _____________________
*QTY
PRICE
Download