SLED Opportunity · KANSAS · CITY OF LAWRENCE
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.
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.
Addendum 1 provides photos of both containers requested from the Q&A section.
Addendum 2 consists of all the Q&A received by the deadline date.
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.
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
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.
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
The City of Lawrence shall issue a contract as its notification of award to successful bidders.
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.
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.
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 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.
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.
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.
The cost of developing and submitting the bid is entirely the responsibility of the bidder.
Suppliers shall have the right to present a complaint, dispute or grievance concerning unfair treatment, contacts, deliveries, payments, restrictions and other incidents.
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.
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.
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.
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.
A proposal may be withdrawn online at https://procurement.open`gov.com/portal/lawrenceks/projects/248650 and clicking "Unsubmit".
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).
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.
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.
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.
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.
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.
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.
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:
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.
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.
Certificate of Insurance Forms. The parties agree that certification of insurance coverage under this Agreement shall be on forms acceptable to the City.
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.
The award is non-assignable by Contractor or by any subcontractor of Contractor approved by the City.
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.
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.
The City may terminate this contract, or any part of this contract, for cause under any one of the following circumstances:
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.
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.
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.
Upload any supplemental manufacturer product information or related documentation.
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:
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.
Upload a copy of your price proposal here.
Upload a copy of your current W-9 here.
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.
Enter your Kansas Business Entity Number here.
Select and option below.
Do you want to use OpenGov's Electronic Pricing Table or do prefer to have Vendors upload there price proposal?
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)
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.