SLED Opportunity · KANSAS · CITY OF LAWRENCE

    2026 SOLID WASTE TANK ORDER

    Issued by City of Lawrence
    cityRFQCity of LawrenceSol. 248650
    Closed
    STATUS
    Closed
    due Apr 21, 2026
    PUBLISHED
    Apr 2, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    423930
    AI-classified industry

    AI Summary

    The City of Lawrence, Kansas, seeks bids for 12-yard multi-lift and 20-yard roll-off waste containers for its Solid Waste division. Bids are due April 21, 2026, and must include delivery to the City's Solid Waste Division. The solicitation emphasizes compliance, best value, and includes detailed container specifications.

    Opportunity details

    Solicitation No.
    248650
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 2, 2026
    Due Date
    April 21, 2026
    NAICS Code
    423930AI guide
    Jurisdiction
    City of Lawrence
    State
    Kansas
    Agency
    City of Lawrence

    Description

    The City of Lawrence is seeking bids for 12-yard multi-lift and 20-yard roll-off waste containers for the City's Solid Waste division. Containers will be used for refuse collection at locations that generate large volumes of trash.

    Project Details

    • Reference ID: RFQ-2600024
    • Department: Municipal Services Operations
    • Department Head: Melissa Sieben (MSO Director)

    Important Dates

    • Questions Due: 2026-04-13T17:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-09T15:37:17.740Z) —

      Addendum 1 provides photos of both containers requested from the Q&A section. 

    • Addendum #2 (released 2026-04-14T21:21:46.826Z) —

      Addendum 2 consists of all the Q&A received by the deadline date. 

    Evaluation Criteria

    • AWARD

      Bids will be analyzed, and awards made to bidder(s) whose bid(s) are deemed Overall Best Value. Bids must be responsive, complying with in all material aspects of this solicitation. Bidders must also be responsible, having the experience, personnel, equipment, and finances to perform the requirements contained herein. 

      The award shall be contract(s) whose documents will consist of the bid solicitation and any addenda, contractors’ proposal(s), and executed City of Lawrence agreement. No modifications to the City’s standard contract language shall be accepted.

      Only the City is authorized to issue media releases relating to this bid event, its evaluation, award and/or performance of the resulting contract.

      Federal policy and procedures shall prevail for purchases made with grant funding per City of Lawrence Purchasing Policy. Federally funded City projects will comply with Build America, Buy America requirements as described in 2 CFR Part 184.

    • GENERAL REQUIREMENTS

      The following are minimum specifications for the following containers described. Any additions, deletions, or variations from the specifications must be noted. Any items outside of the manufacturer’s regularly published specifications furnished by the bidder must be noted. All containers will be used for refuse collection at locations that generate large volumes of trash

    • COMMUNICATIONS

      All inquiries, written or verbal, shall be directed to David Mason. There shall be no communication with any other City employee regarding this solicitation except with designated City participants if prior written approval is obtained from City Purchasing. Violations of this provision by vendor or City personnel may result in the rejection of the proposal.

    • DELIVERY REQUIREMENTS

      All waste containers shall be delivered F.O.B. to City of Lawrence Solid Waste Division, 320 NE Industrial Lane, Lawrence, KS, 66044. The cost of delivery shall be included in the quoted price. Bidders should also state with their bid response how many containers of each style will fit on a truckload

       

    • NOTICE OF AWARD

      The City of Lawrence shall issue a contract as its notification of award to successful bidders.

    • STANDARD DUTY RECTANGLE STYLE MULTI-LIFT DUMPSTERS – 12YD
      • Floor: 3/16”
      • Crossmembers: 18” centers
      • Long Sills:  6x2x3/16”
      • Walls: 12 gauge
      • Post Spacing: 24”
      • Top Rails: 4x3x11 Gauge
      • Hook Plates: 7/8”
      • Hook 1 ¼”
      • Rear Rollers: 8”x10”
      • Push Plates: ½”
      • Dumpsters primed inside and outside
      • Dumpsters painted to color of BFI Industrial on the outside
    • LEGAL ACTION

      The parties agree that the appropriate venues for any legal actions arising out of this Agreement are the District Court of Douglas County, Kansas, or, if federal jurisdiction exists, the United States District Court for the District of Kansas.

    • STANDARD DUTY RECTANGLE STYLE ROLL-OFF DUMPSTERS – 20YD
      • Floor: 3/16”
      • Crossmembers: 18” centers
      • Long Sills: 6x2x3/16”
      • Walls: 12 gauge
      • Post Spacing: 24”
      • Top Rails: 4x3x11 gauge
      • Hook Plates: 7/8”
      • Hook: 1¼”
      • Rear Rollers: 8”x10”
      • Push Plates: ½”
      • Dumpsters primed inside and outside
      • Dumpsters painted with BFI Industrial color on the outside
    • BID CLARIFICATION

      Bidders shall submit all questions or requests for clarification regarding this bid via the City’s e-Procurement Portal, located at https://procurement.opengov.com/portal/lawrenceks. Please note the deadline for submitting inquiries. Submitted questions will receive an official written response from the City and will become addenda to the bid. The only official position of the City is that which is stated in writing and issued as addenda thereto, no other means of communication, whether oral or written, shall be construed as a formal or official response/statement, and such communications may not be relied upon. Failure to notify the City of any conflicts or ambiguities in this bid event may result in items being resolved in the best interest of the City. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries.

    • FORCE MAJEURE

      Neither party shall be deemed to be at default under this Agreement to the extent that any delay in performance results from any cause beyond its reasonable control and without its intentional act or negligence.

    • INSPECTION AND ACCEPTANCE

      Inspection and acceptance will be at destination unless otherwise provided.  Until delivery and acceptance and after rejection, the risk of loss will be on the contractor.  The material delivered under this purchase order shall remain the property of the seller until a physical inspection and actual usage of this material and/or service is made and therefore is accepted to the satisfaction of the City.  Materials or services delivered must be fully in accordance with specifications and of the highest quality.  In the event the material and/or services supplied to the City is found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the contractor and return product to contractor at the contractor’s expense.

    • ADDENDA NOTIFICATIONS AND ACKNOWLEDGEMENTS

      Bidders are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/lawrenceks.

    • PREPARATION OF BIDS
      1. Bidders are expected to examine the entire bid request and all attachments including drawings, specifications, and instructions. Failure to do so is at Bidder’s risk.
      2. Bidders shall furnish information required by the solicitation in the form requested. The City reserves the right to reject bids with incomplete information or which are presented in a different format.
      3. Each bid must be legible. All bids shall be signed by a legally authorized company representative. Erasures or other changes must be initialed by the person signing.
      4. Bid prices shall be entered in spaces provided on the pricing proposal. All unit prices and mathematical extensions and totals shall be indicated where required. In cases of errors in extensions or totals, the unit price will govern.
    • GOOD STANDING

      No bid will be accepted from, nor a purchase order or contract awarded to, any person, firm or corporation that is in arrears or is in default to the City of Lawrence, Douglas County, or the State of Kansas upon any debt of obligation or is a defaulter as surety or otherwise afore mentioned government entities. Debt or obligation may include, but is not limited to taxes, fees, fines and utility payments.

      Parties listed on the government-wide exclusions in the System for Award Management (SAM) are not allowed to bid or receive purchase orders. SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The City will not award a solicitation to a vendor that has been federally debarred and is required to confirm they are not debarred on the solicitation signature sheet. Vendors must also enclose printed documentation from System for Award Management (SAM) if they are a registered entity.

    • COST OF PREPARING PROPOSAL

      The cost of developing and submitting the bid is entirely the responsibility of the bidder. 

    • DISPUTES

      Suppliers shall have the right to present a complaint, dispute or grievance concerning unfair treatment, contacts, deliveries, payments, restrictions and other incidents.

      1. Step One – Suppliers must file a grievance with the City Purchasing Manager no later than five (5) calendar days after the occurrence of the dispute or incident. The complaint must be in writing and include all supporting data and desired solution or remedy.  The Purchasing Manager will take corrective action deemed appropriate and provide a written reply within a reasonable period of time.
      2. Step Two – If the supplier is not satisfied with the Purchasing Manager’s response, the supplier may appeal in writing to the City Finance Director who shall, with the advice of the Purchasing Manager and/or City Attorney, make a written determination to all parties involved. 
      3. Step Three – If, after reviewing the Finance Director’s decision, the supplier is dissatisfied, they may appeal in writing to the City Manager.  The City Manager, or their designee, upon establishing validity to the complaint may schedule a conference to discuss complaints and hear any evidence or witnesses regarding the grievance.  The City Manager’s decision will be issued in writing.
    • F.O.B.

      Lawrence, Kansas.  Unless otherwise specified in the purchase order, all prices quoted by the contractor must be F.O.B. Lawrence, Kansas with all delivery costs and charges included in the bid price.

    • SUBMITTALS

      Electronic bids and modifications must be submitted via the City’s e-Procurement Portal https://procurement.opengov.com/portal/lawrenceks.

      Bidder's proposal must be received by 3:30 pm on Tuesday, April 21, 2026.

    • ALTERNATE BIDS (If Applicable)

      Each Bidder may bid alternates, should they desire not to bid an alternate, they may insert the words "no bid" in the space provided for prices for such alternate. However, when a Bidder writes "no bid" for one or more alternates, they thereby waive any claim to the contract award if that alternate (or those alternates) becomes the basis for determining award. If an alternate price called for involves no change in price, Bidder shall so indicate by writing the words "no change" in the space provided. If the space provided for an alternate price is left blank, the blank space shall mean no bid. All amounts shall be clearly marked to indicate whether Alternate Price is an "ADD" or a "DEDUCT" price from the BASE BID Price. If neither is indicated, then "ADD" shall be implied.

    • MODIFICATIONS OR CHANGES

      A bidder may modify their proposal  online at https://procurement.opengov.com/portal/lawrenceks/projects/248650 at any time prior to the closing date and time for receipt of proposals.

    • WITHDRAWAL OF PROPOSALS

      A proposal may be withdrawn online at https://procurement.open`gov.com/portal/lawrenceks/projects/248650 and clicking "Unsubmit".

    • GOOD STANDING REQUIREMENT

      No bid will be accepted from, nor a purchase order or contract awarded to, any person, firm or corporation that is in arrears or is in default to the City of Lawrence, Douglas County or the State of Kansas upon any debt of obligation or is a defaulter as surety or otherwise afore mentioned government entities. Debt or obligation may include, but is not limited to taxes, fees, fines and utility payments.

      Parties listed on the government-wide exclusions in the System for Award Management (SAM) are not allowed to bid or receive purchase orders. SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The City will not award a solicitation to a vendor that has been federally debarred and is required to confirm they are not debarred on the solicitation signature sheet. Vendors must also enclose printed documentation from System for Award Management (SAM).

    • COOPERATIVE CONTRACT PRICING

      The City of Lawrence is a member of Sourcewell, Omnia Partners, Choice Partners, Equalis, Greenbush, BuyBoard, TIPS-USA, PACE, KPN, MACPP, HGAC BUY, NCPA, 1GPA, NPPgov and GSA Advantage. The city is also eligible to receive pricing on State of Kansas contracts that are available to all political subdivisions. Vendors/Manufacturers who participate in more than one of these shall quote the lowest available contract cost.

    • DEFAULT OF CONTRACT

      In case of default by the contractor, the City may procure the items or services from other sources and hold the contractor responsible for any excess costs occasioned or incurred thereby.

       

    • COPYRIGHT OR PATENT RIGHTS

      Contractor warrants that there has been no violation of copyrights or patent rights in manufacturing, producing, or selling the goods shipped or ordered as a result of the bid, and contractor agrees to hold the City harmless from any and all liabilities, loss, attorney’s fees or other expenses incurred by any such violation.

    • PROPRIETARY INFORMATION

      Trade secrets or proprietary information legally recognized as such and protected by law may be requested to be withheld if clearly labeled "Proprietary" on each individual page and provided separate from the main proposal.  Pricing information is not considered proprietary, and the bidder's entire proposal response package will not be considered proprietary.  

      All information requested to be handled as "Proprietary" shall be submitted separately from the main proposal and clearly labeled, in a separate envelope or clipped apart from all other documentation. The bidder shall provide detailed written documentation justifying why this material should be considered "Proprietary". City Purchasing reserves the right to accept, amend or deny such requests for maintaining information as proprietary in accordance with Kansas law.

    • PRICE ESCALATION

      All prices are firm for the initial Term after which the parties may consider price increases/decreases. Contractor will submit a written request to the City that includes supporting documents such as the Producer Price Index (PPI) justifying requested increases/decreases at least ninety (90) days prior to the renewal date. Contractor will provide evidence, cite sources, demonstrate specific conditions and document how those conditions affect the cost of its performance, and identify specific efforts Contractor has taken to control and reduce those and other costs to avoid the need to increase prices. The City will review proposed pricing and determine if it is allowable, fair and reasonable, and in the best interest of City to accept the proposal. The City reserves the right to continue, accept or reject the price proposal, or terminate and re-solicit the contract.

    • KANSAS CASH-BASIS LAW

      The resulting contract must comply with the applicable provisions of the Kansas Cash-Basis Law of 1933, codified as amended at K.S.A. 10-1101 et seq. The City is obligated only to make payments under this Agreement as may be lawfully made from funds budgeted and appropriated for the purposes set forth in this Agreement during the City’s current budget year. In the event that the City does not so budget and appropriate funds, the parties acknowledge and agree that they shall be relieved of all obligations under this Agreement without penalty. To the extent that the City does so budget and appropriate funds for the purposes set forth in this Agreement, the obligations of the parties shall remain as provided herein.

    • AUDIT

      The City shall have the right, upon reasonable notice to Contractor, to audit, at any time, up to one year after payment of any invoice, Contractor’s records relating to expenses incurred in connection with the performance of the Contract Services provided hereunder.

      COMPLIANCE WITH EQUAL OPPORTUNITY LAWS, REGULATIONS, AND RULES:  

      1. Contractor agrees that it shall comply with all provisions of the Kansas Acts Against Discrimination of 1953 (“KAAD”), codified as amended at K.S.A.    44-1001 et seq., and the Kansas Age Discrimination in Employment Act of 1983 (“KADEA”), codified as amended at K.S.A. 44-1111 et seq., and shall not discriminate against any person, in the course of performing under this Agreement, because of that person’s race, religion, sex, disability, national origin, ancestry, sexual orientation, sexual identity, familial status, or age.
      2. In all solicitations or advertisements for employees, Contractor shall include the phrase “equal opportunity employer,” or a similar phrase to be approved by the Kansas Human Rights Commission (“KHRC”).
      3. If Contractor fails to comply with the manner in which Contractor reports to the KHRC in accordance with the provisions of K.S.A. 44-1031 and any amendment thereto, Contractor shall be deemed to have breached the present Agreement and the City shall, in accordance with Section 5, have the right to cancel, terminate, or suspend the terms of this Agreement, either in whole or in part.
      4. if Contractor is found guilty or liable for any violation of the KAAD or the KADEA by way of a final decision or order of the KHRC, then Contractor shall be deemed to have breached the present Agreement and the City shall, in accordance with Section 5, have the right to cancel, terminate, or suspend the terms of this Agreement, either in whole or in part.

      Contractor also agrees to comply with the American with Disabilities Act of 1990 (“ADA”), codified as amended at 42 U.S.C. § 12101 et seq., as well as all other federal, state, and local laws, ordinances, rules, and regulations applicable to this project and to furnish any and all certification that may be required by federal, state, or local governmental agencies in connection therewith.

    • KANSAS ACT AGAINST DISCRIMINATION

      All Contractors shall observe the provisions of the Kansas Act Against Discrimination and shall not discriminate against any person in the performance of work under the present contract because of race, religion, color, sex, sexual orientation, gender identity, disability, national origin or ancestry. The Contractor shall in all solicitations or advertisements for employees include the phrase “equal opportunity employer.” The Contractor agrees that if the Contractor fails to comply with the manner in which the Contractor reports to the Kansas Human Rights Commission (“Commission”), in accordance with the provisions of K.S.A. 44-1031 and amendments thereto, or violates Chapter 10 of the City Code, the Contractor shall be deemed to have breached the present contract and it may be canceled, terminated or suspended, in whole or in part, by the Owner. If the Contractor is found guilty of a violation of the Kansas Act Against Discrimination under a decision or order of the Commission which has become final, the Contractor shall be deemed to have breached the present contract and it may be canceled, terminated or suspended, in whole or in part, by the Owner.

    • INSURANCE
      1. General: Contractor shall secure and maintain, throughout the duration of this Agreement, Insurance (on an occurrence basis unless otherwise agreed in writing) of such types and in at least such amounts as required herein. Contractor shall provide certificates of insurance and renewals thereof on forms approved by the City. The City shall be notified by receipt of written notice from the insurer at least thirty days prior to cancellation of any policy listed on the certificate.
      2. Notice of Claim: Contractor, upon receiving notice of any claim in connection with its performance of Contract Services under this Agreement, shall promptly notify the City, providing full details thereof, including an estimate of the amount of loss or liability.
      3. Reduction of Policy Limits: Contractor shall monitor and promptly notify the City of any reduction in limits of protection afforded under any policy listed in the Certificate (or otherwise required by this Agreement) if Contractor’s limits of protection have been impaired or reduced to such extent that the limits fall below the minimum amounts required hereunder. In that event, Contractor shall promptly reinstate the original limits of liability required hereunder and shall furnish evidence thereof to the City.
      4. Insurance Required: Contractor agrees to secure and maintain the following insurance:
        1. General Liability: Contractor shall maintain insurance, protecting against any and all claims and demands arising from injury to person or persons, not in the employ of Contractor, and against any and all claims and demands resulting from damage to any property due to any act or omission of Contractor, its agents or employees, including contractual liability, in the operation of the work or in the execution of any contract. Such insurance shall remain in effect on portions of the work which have been completed and which may or may not be occupied or utilized by the City prior to the completion and acceptance of all the work included in the contract. Minimum limits for Commercial General Liability insurance required are as follows:
          1. Each Occurrence $500,000
          2. General Aggregate Combined single limit $1,000,000.
          3. Additionally, the policy must include the following:
            1. Broad Form Contractual\Contractually Assumed Liability;
            2. Independent Contractors
            3. Name the City as an additional insured.
        2. Automobile Liability: The Policy shall protect Contractor against claims for bodily injury and\or property damage arising out of the ownership or use of all owned, hired, or non-owned vehicles and must include protection for either:
          1. Any automobile or
          2. All owned automobiles, if any, and all hired and non-owned automobiles.
          3. The Policy must also name the City of Lawrence, Kansas, as an additional insured.
            1. Limits: Each Accident, Combined Single Limits Bodily Injury and Property Damage: $500,000.00.
        3. Workers’ Compensation (Statutory Limits/Employer’s Liability Limits:
          1. Bodily Injury by Accident: $100,000.00 each accident
          2. Injury by Disease: $500,000.00
          3. Bodily Injury by Disease: $100,000.00 each employee
          4. If Contractor has no employees, it must execute a waiver on a form provided by the City.
      5. Insurance Ratings: For the purposes of this Professional Services, Agreement, the City will only accept coverage from an insurance carrier that offers proof:
        1. That is licensed to do business in Kansas;
        2. That it carries a Best’s policyholder rating of A- or better; and
        3. That it carries at least a Class VIII financial rating. OR
        4. That it is a company mutually agreed upon by the City and Contractor.
      6. Certificate of Insurance Forms. The parties agree that certification of insurance coverage under this Agreement shall be on forms acceptable to the City.

    • INDEMNIFICATION

      Contractor agrees to defend, indemnify, and otherwise hold harmless the City, its commissioners, officers, employees, and agents from claims, actions, damages, costs, liabilities, settlements, judgments, expenses, or lawsuits, including reasonable attorneys’ fees, but only to the extent that such are caused by Contractor’s negligent or intentional conduct while performing under this Agreement. (For the purposes of this Section, Contractor means Contractor or any person acting in behalf of Contractor or for whom Contractor is responsible.

    • ASSIGNMENT

      The award is non-assignable by Contractor or by any subcontractor of Contractor approved by the City.

    • GOVERNING LAW

      The awarded contract, the rights and obligations of the parties, and any claim or dispute arising hereunder shall be construed in accordance with the laws of the State of Kansas.

    • SEVERABILITY

      Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision.

    • TERMINATION FOR CAUSE

      The City may terminate this contract, or any part of this contract, for cause under any one of the following circumstances:

      • the Contractor fails to make delivery of goods or services as specified in this contract.
      • the Contractor provides substandard quality or workmanship.
      • the Contractor fails to perform any of the provisions of this contract, or 
      •  the Contractor fails to make progress as to endanger performance of this contract in accordance with its terms.

      The City shall provide Contractor with written notice of the conditions endangering performance.  If the Contractor fails to remedy the conditions within ten (10) days from the receipt of the notice (or such longer period as State may authorize in writing), the Director of Purchases shall issue the Contractor an order to stop work immediately.  Receipt of the notice shall be presumed to have occurred within three (3) days of the date of the notice.

    • TERMINATION FOR CONVENIENCE

      The City may terminate performance of work under this contract in whole or in part whenever, for any reason, the City shall determine that the termination is in the best interest of the City of Lawrence.  In the event that the City elects to terminate this contract pursuant to this provision, it shall provide the Contractor written notice at least 30 days prior to the termination date.  The termination shall be effective as of the date specified in the notice.  The Contractor shall continue to perform any part of the work that may have not been terminated by the notice.

    • INDEPENDENT CONTRACTOR

      In no event, shall a Contractor be deemed to be acting as an employee of the Owner; rather, Contractor shall, at all times, be deemed to be an independent contractor. Nothing expressed herein or implied herein shall be construed as creating between Contractor and the Owner the relationships of employer and employee, principal and agent, a partnership, or a joint venture.

    Submission Requirements

    • Supplemental Product Information (optional)

      Upload any supplemental manufacturer product information or related documentation. 

    • Bidder Certification (required)

      The below stated Bidder submits this proposal in accordance with the terms, conditions, and requirements stated herein. The Bidder hereby certifies it does not have any substantial conflict of interest sufficient to influence the bidding process on this proposal. A conflict of substantial interest is one which a reasonable person would think would compromise the open competitive bid process.

      Bidder or any person associated with the Bidder in the capacity of owner, partner, director, office, principal, manager, auditor, manager or any position involving the administration of federal, state or local funds:

      1. Are not currently suspended, debarred, voluntarily excluded or disqualified from bidding by any federal, state or local agency;
      2. Have not been suspended, debarred, voluntarily excluded or disqualified from bidding by any federal, state or local agency within the past three years;
      3. Do not have a proposed debarment pending;
      4. Within the past three years have not been convicted or had a criminal or civil judgement rendered against them by a court of competent jurisdiction in any matter involving fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack of business integrity or business honesty; and
      5. Are not currently indicted or otherwise criminally or civilly charged by federal, state or local government with fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack of business integrity or business honesty; and
      6. Have not had one or more federal, state or local government contracts terminated for cause or default within the past three years.

      A detailed response for any item in which the vendor has a positive answer must be included in “Exceptions to the Bid, if any” and may be marked confidential.

      Bidder certifies the above information is true and correct to the best of their knowledge. They also certify they hold authority to contract with the City of Lawrence Kansas.

    • Price Proposal (required)

      Upload a copy of your price proposal here. 

    • W-9 (required)

      Upload a copy of your current W-9 here.

    • Foreign Qualifications (required)

      Is your business registered to do business in the State of Kansas?

      This process allows companies formed in other states to legally transact business in the State of Kansas. 

      If you are not currently registered, please see https://sos.ks.gov/forms/business_services/FA.pdf for more information.   

      The Business Entity ID is NOT the same as a TIN, FEIN or SSN.

    • Kansas Business Entity No. (required)

      Enter your Kansas Business Entity Number here.

    • Pre-Bid Meeting (required)

      Select and option below.

    • Price Proposal (required)

      Do you want to use OpenGov's Electronic Pricing Table or do prefer to have Vendors upload there price proposal?

    Questions & Answers

    Q (Off loading ): Does the City have facilities of off loading?

    A: Yes. We have two forklifts we use to take the tanks off the trucks.


    Q (photos): Are you able to provide us with photos for both containers

    A: See Addendum 1


    Q (No subject): 12 Yards - Do you need dual (cable and a-frame) or just a-frame?

    A: We need dual (cable and a-frame)


    Key dates

    1. April 2, 2026Published
    2. April 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.