SLED Opportunity · KANSAS · COUNTY OF MIAMI

    Spraying of Noxious Weeds on County Rights-Of-Way 2026

    Issued by County of Miami
    countyRFPCounty of MiamiSol. 242218
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Mar 12, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    115310
    AI-classified industry

    AI Summary

    Miami County seeks bids for spraying noxious weeds on county rights-of-way in 2026, enforcing state weed control laws and maintaining county property.

    Opportunity details

    Solicitation No.
    242218
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 12, 2026
    Due Date
    April 2, 2026
    NAICS Code
    115310AI guide
    Jurisdiction
    County of Miami
    State
    Kansas
    Agency
    County of Miami

    Description

    The Miami County Noxious Weed Department enforces the Kansas Noxious Weed Law K.S.A. 2-1314 et seq. The Miami County Weed Department is directly or indirectly responsible for the control of every noxious weed in Miami County. The department is responsible for enforcing noxious weed control on private and public property in all areas of Miami County and acts as a liaison between neighbors with invasive noxious or nuisance weeds.

    The Miami County Noxious Weed Department inspects real and personal property in Miami County for noxious weeds; and provides a cost-share program for discount herbicides.

    The department is also directly responsible for the control of noxious weed infestations on all county owned property and right-of-way and contracts with local governmental entities to fulfill their responsibility in complying with the Kansas Noxious Weed Law.

    Background

    Miami County is a local government organized on April 2, 1857, located in the east-central part of Kansas along the state line and is part of the Kansas City metropolitan area. The county serves a diverse and expanding population through multiple agencies, (26) twenty-six county departments, and offices. The county has more than 250 public servants serving in more than (7) seven offices located throughout the county. Miami County is dedicated to helping more than 34,000 residents remain part of a safe and vibrant community. Miami County is governed by a five-member, non-partisan, elected Board of County Commissioners (BOCC). The BOCC appoints a County Administrator. Miami County also has an elected Sheriff, County Attorney, County Clerk, County Treasurer, and County Register of Deed.

    In addition to the traditional governmental operations of public health and safety, codes, regulations, and tax collection, Miami County operates one (1) airport, health and developmental support centers, a community corrections program, and a wastewater system (Bucyrus). More information on Miami County can be found on our public website (www.miamicountyks.gov), as this site provides information on the organization, a complete directory of services provided, and a wide range of available public resources.

     

    Project Details

    • Reference ID: 2026-04-RFB
    • Department: Road & Bridge - Highway Department
    • Department Head: Eric Sandberg (Road & Bridge Director)

    Important Dates

    • Questions Due: 2026-03-27T20:00:00.000Z

    Meetings & Milestones

    EventDateLocation
    Anticipated Board Approval Date2026-04-08T05:00:00.000ZMiami County Administration Building Board of County Commissioners Chamber 201 S Pearl - 1st Floor Paola, KS 66071
    Anticipated Award Date2026-04-08T18:00:00.000ZMiami County Administration Building Board of County Commissioners Chamber 201 S Pearl - 1st Floor Paola, KS 66071

    Evaluation Criteria

    • SCOPE OF WORK
      1. The Contractor shall furnish all labor, materials, and equipment necessary to spot spray and blanket spray county road Rights-of-Way for specific noxious weeds.
      2. The Contractor and the Noxious Weed Director will agree upon a control program to treat a particular noxious weed. Each control program will include the herbicide and other agents to be used, spray techniques, and the timing of spraying.
      3. Southern area of Miami County from 311th Street south to the north side of 407th Street in odd years. The northern area of Miami County from 311th Street north to the south side of 215th Street in even years. West side of State Line Road to the Miami County/Franklin County line.
      4. Chemical to be applied is Imazapic and Metsulfuron-methyl, or equivalent, as described in Material Specifications with Non-Ionic Surfactant.
      5. Contractor shall apply a mixture of specified herbicides on selected Miami County Kansas Rights-of-Way. Applicators must determine where and what to spray based on the guidelines stated in the Request for Bid.
      6. Contractor must maintain application records and prepare and submit required reports.
      7. Date range to spray is from May 18th to June 30th.
    • TERMINOLOGY/DEFINITIONS

      Whenever the following words and expressions appear in this solicitation document or any amendment hereto, the definition or meaning described below shall apply.

      • Agency and/or Department mean(s) the statutory unit of County government in Miami County, Kansas, for which the equipment, supplies, and/or services are being purchased by the Administration, Purchasing Division and/or Road & Bridge - Highway Department.
        Amendment/Addendum means a written, official modification to a solicitation document or to a contract.
        Attachment applies to all forms which are included with a solicitation document to incorporate any informational data or requirements related to the performance requirement.
      • Amendment/Addendum means a written, official modification to a solicitation document or to a contract.
      • Attachment applies to all forms which are included with a solicitation document to incorporate any informational data or requirements related to the performance requirements.
      • RFB Closing Date and Time and similar expressions mean the exact deadline required by the solicitation document for the electronic submission of the Request for Bid by the Miami County, Kansas, Administration, Purchasing Division.
      • Bidder mean(s) the person, firm, or organization that responds to a solicitation document by submitting a bid with price to provide the equipment, supplies, and/or services as required in the solicitation document.
      • Board of County Commissioners or BOCC means the governing body of Miami County, Kansas.
      • Purchasing Administrator means the procurement staff member of the Administration, Purchasing Division. The Contact Person, as referenced herein, is usually the Purchasing Administrator.
      • Contract means a legal and binding agreement between two or more competent parties for the purchase of equipment, supplies, and/or services.
      • Contractor means a person, firm, or organization who is a successful bidder as a result of a bid and who enters into a contract.
        County means Miami County, Kansas.
      • County means Miami County, Kansas.
      • Exhibit applies to forms which are included with a bid for the bidder to complete and return with the electronic submission prior to the specified opening date and time.
      • Request for Bid (RFB) means the solicitation document issued by the Administration, Purchasing Division, to potential bidders for the purchase of equipment, supplies, and/or services as described in the document. This definition includes these Terms and Conditions as well as all Pricing Pages, Exhibits, Attachments, and Amendments thereto.
      • May means that a certain feature, component, or action is permissible, but not required.
      • Must means that a certain feature, component, or action is a mandatory condition. Failure to provide or comply will result in a bid being considered non-responsive and not evaluated any further.
      • Shall has the same meaning as the word must and is an obligation to the condition.
      • Should means that a certain feature, component and/or action is desirable and not mandatory.
    • ESTIMATED QUANTITIES

      The quantities indicated on the Bid sheet are estimated only. Any contract entered into will be of the "open end" type. The contractor will deliver such quantities as may be ordered, and the contrac shall be binding only for the actual quantities ordered during the contract period. Orders will be issued throughout the contract period as needs are determined.

    • OPEN COMPETITION

      It shall be the bidder's responsibility to ask questions, request changes or clarification, or otherwise advise the Administration, Purchasing Division, in writing, if any language, specifications, or requirements of a bid appear to be ambiguous, contradictory, and/or arbitrary, or appear to inadvertently restrict or limit the requirements stated in the bid to a single source. Any and all communication from bidders regarding specifications, requirements, competitive RFB process, etc., must be directed to the purchasing administrator from the Administration, Purchasing Division, as indicated on the first page of the bid. Such communication should be received at least seven (7) calendar days prior to the official RFB opening date.

      Every attempt shall be made to ensure that the bidder receives an adequate and prompt response. However, in order to maintain a fair and equitable RFB process, all bidders will be advised, via the issuance of an amendment to the bid, of any relevant or pertinent information related to the procurement. Therefore, bidders are advised that unless specified elsewhere in the bid, any questions received by the Administration, Purchasing Division, less than seven (7) calendar days prior to the bid opening date may not be answered.

      Bidders are cautioned that the only official position of the county is that position which is stated in writing and issued by the Administration, Purchasing Division, in the bid or an amendment thereto. No other means of communication, whether oral or written, shall be construed as a formal or official response or statement from the county.

      The Administration, Purchasing Division, monitors all procurement activities to detect any possibility of deliberate restraint of competition, collusion among bidders, price-fixing by bidders, or any other anti-competitive conduct by bidders which appears to violate state and federal antitrust laws. Any suspected violation shall be referred to the Kansas Attorney General's Office for appropriate action.


      The Administration, Purchasing Division, reserves the right to officially modify or cancel a solicitation after issuance. Such a modification shall be identified by an amendment/addendum.

    • DELIVERY DATE

      When quoting a delivery date, bidder shall state time in days form the receipt of a county purchase order or contract, not time in days from the date of the bid opening.

    • GENERAL INFORMATION
      1. TERM
        1. The Term of a resulting Contract from this RFB contract will be one (1) year, with two (2) renewal options of one (1) one-year each
      2. SERVICE LOCATIONS:
        1. Each location will be serviced as designated by the Noxious Weed Director schedule for the duration of the contract.
        2. Areas to be maintained may include but are not limited to Right-of-Way boundaries boundary to Right-of-Way boundary.
        3. Right of Way is defined by visible survey markers, utility poles, back of swale, fence line, or existing tree line, whichever is furthest from the travel lane, unless otherwise instructed by the County of Miami, Kansas.
        4. The estimated hours for the duration of the project is two hundred (200) hours and treatment of approximately seven hundred (700) acres.
      3. DEPARTMENT CONTACT
        1. The Department Contact will be provided a schedule by the contractor at the beginning of each season outlining services to be provided that season. Monthly invoices listing all dates for services provided will be submitted to the Department Contact.
        2. The Department Contact is:
          1. Road & Bridge - Highway Department

      Pat Campbell, Noxious Weed Director

      913-285-6109

      pcampbell@miamicountyks.gov

    • PREPARATION OF BID

      Bidders must examine the entire bid carefully. Failure to do so shall be at the bidder's risk.
      Unless otherwise specifically stated in the RFb, all specifications and requirements constitute minimum requirements. All bidders must meet or exceed the stated specifications/requirements.

      Unless otherwise specifically stated in the RFB, any manufacturer's names, trade names, brand names, information and/or catalog number listed in a specification and/or requirement are for informational purposes only to indicate level of quality required and are not intended to limit competition. The bidder may offer any brand which meets or exceeds the specification for any item, but must state the manufacturer's name and model number for any such brands in the RFB. In addition, the bidder shall explain, in detail: (1) the reasons why the proposed equivalent meets or exceeds the specifications and/or requirements; and (2) why the proposed equivalent should not be considered an exception thereto. Bidders which do not comply with the requirements and specifications are subject to rejection.

      Bidders lacking any written indication of intent to respond with an alternate brand or to take an exception shall be received and considered to be in complete compliance with the specifications and requirements as listed in the RFB.

      All equipment and supplies offered in a bid must be new and of current production and available for marketing by the manufacturer unless the RFB clearly specifies that used, reconditioned, or remanufactured equipment and supplies may be offered.

      Firm fixed prices shall include all packing, handling, and shipping charges FOB destination, freight allowed unless otherwise specified in the RFB.

      The firm fixed prices shall remain valid for 90 days from RFB opening, unless otherwise indicated. If the bid is accepted, prices shall be firm for the specified contract period.

    • SPECIFICATION DEVIATIONS

      All deviations from the attached specifications must be noted in detail by the bidder, in writing, at the time of submittal of this request. The absence of a written list of specification deviations at the time of submittal of this bid will hold the bidder strictly accountable ot the county to the specifications as written. Any deviations from the specifications as written not previously submitted as required by the above, will be grounds for rejection of the bid products when delivered.

    • CONTRACTOR CONTACT PERSONS
      1. The contractor shall designate one or more person(s) as the contact person for this contract. The contractor shall provide the names, addresses and telephone numbers of such person(s) and shall keep this information current with the County at all times.
      2. No contractor shall be hired by the Contractor unless pre-approved by the Miami County Noxious Weed Department and must be able to comply with these specifications and requirements.
    • PESTICIDE APPLICATOR LICENSE
      1. The successful respondent must possess a current Kansas Commercial Pesticide Business License for right-of-way pest control, category six (6), as specified by the Kansas Pesticide Law, comply with all requirements of that license, and provide proof thereof. A copy of said license(s) shall be provided to the County prior to the commencement of work.
      2. The contractor and all applicators shall possess a current Commercial Pesticide Applicator Certificate for Rights-of-Way Pest Control Application, Category 6, as specified by Kansas Pesticide Law, and comply with all requirements of that certificate.
      3. Category 6: Right-Of-Way: Maintenance of public roads, electric power lines, pipelines, railway rights-of-way, or similar. Also included are applications listed in 7C.
      4. Category 7C: Industrial Weed: Weed Control around buildings and structures, also parking lots and sidewalks.
      5. Failure to be licensed will be sufficient cause to reject the bid as “non-responsive.”
      6. All chemical applications shall be applied by licensed Kansas applicators
      7. All work performed by the contractor shall be in compliance with all Federal, State, County, and local laws, regulations, and ordinances. Unless otherwise specified, the contractor shall be responsible for applying for and obtaining applicable permits and licenses.
      8. The contractor shall maintain current licenses, permits, and certifications required for the duration of the work. The contractor shall notify the County immediately if any required license, permit, or certification expires or is terminated for any reason.
    • SUBMISSION OF BID

      A bid must be submitted electronically via County's e-Procurement Portal by a bidder and must: (1) be signed electronically by a duly authorized representative of the bidder's organization; and (2) contain all information required by the RFB. If there is difficulty submitting a bid electronically, contact the Purchasing Administrator for assistance. Arrangements may be made to receive sealed paper bids by solicitation close by the Department of Administration, Purchasing Division, Miami County Administration Building, 201 S Pearl, Suite 200, Paola, Kansas 66071. You must register as a supplier at County's e-Procurement Portal at least two (2) business days prior to the proposal opening to ensure a successful registration. No other method of submitting proposals will be accepted.


      A response may be modified or withdrawn prior to the official opening date and time specified. No bidder may submit more than one response.

    • INSPECTION

      Bid products shall be inspected upon delivery and/or prior to installation any any defects founds thereupon shall be repaired by the successful bidder at no expense of County of Miami, Kansas. Repair shall be accomplished in accordance with approved procedure available from the manufacturer.

    • CREDIT TERMS

      Bidder shall indicate any and all discounts for full and/or prompt payment. Said discounts shall be considered in determination of award. Discounts offered for payment with less than twenty (20) calendar days shall not be considered as a cost factor in the evaluation of bids. In connection with any discount offered, time shall be computed from date of receipt of correct invoices or receipt of acceptance of shipment, or satisfactory installation, whichever is later. Discounts offered shall be taken when remittance is made.

    • BID OPENING

      Proposals will be received by Miami County, Kansas until 9:00 a.m. local time on April 2, 2026.

      Proposals may be submitted in-person, by mail, or electronically via the County's e-Procurement Portal. Any proposal submitted in person or by mail shall be submitted in sealed envelopes addressed to the Miami County Purchasing Office, 201 S. Pearl, Suite 200, Paola, Kansas 66071 and marked "RFB 2026-04 Spraying of Noxious Weeds on County Right-of-Ways 2026."

      It is the respondent's responsibility to ensure that the proposal is submitted by the official opening date and time. Late submissions will not be considered regardless of the degree of lateness or the reason related thereto, including causes beyond the control of the respondent.

      A response may be modified or withdrawn prior to the official opening date and time specified. No respondent may submit more than one response.

    • MATERIAL SPECIFICATIONS AND APPLICATION

      Nonionic surfactants are those surfactants that do not have any ions. They are the esters of high molecular mass and are generally neutral in nature. In nonionic surfactants, the water solubility is also relatively low.

      The following herbicides shall be applied at the specified rates:

      Trade Name

      Active Ingredients

      Rate

      Purpose

      Escort XP

      Metsulfuron-methyl

      0.5oz to 1oz/acre

      Pre/Post-Emergent Herbicide

      Plateau

      Imazapic

      10oz to 12oz/acre

      Pre/Post-Emergent Herbicide

      Surfactants

      Nonionic Surfactant

      Quart/100gallon

      Pre/Post-Emergent Herbicide

       

      1. All chemicals shall be mixed and applied as recommended by the manufacturer and in accordance with approved methods contained in the "Official Regulations" issued by the Kansas State Board of Agriculture.
      2. All chemicals applied must meet all regulations concerning their use. Right-of-way applications must be applied consistent with the label.
      3. Alternate herbicides will not be considered.
      4. The County may randomly sample the spray material used for compliance with its label.
      5. Make all necessary arrangements to obtain water and pay all costs involved in its procurement. It should not be assumed that there will be suitable water sources in the immediate area available for Contractor’s use.
      6. The County will provide the contractor with a list of roads that may require herbicide spraying. The limits of each road are listed, not to indicate limits of application but as a reference for accounting and reporting purposes only. The contractor is solely responsible for determining areas within the road limits that warrant herbicide application and areas that should not be sprayed based on the requirements below and best professional judgement.
      7. Herbicide will be applied to the shoulder area, from the edge of the paved surface out to at least two (2) but no more than three (3) feet from the edge of the paved surface. The shoulder area is defined as the portion of the roadway directly adjacent to the paved surface, generally constructed of gravel, and may be bounded by a ditch. Ditches shall not be sprayed regardless of proximity to the edge of the roadway.
      8. Do not apply the herbicide when precipitation is forecasted within eight (8) hours by the National Weather Service or when winds are above ten (10) miles per hour. In all cases, only apply herbicide in weather conditions that are consistent with the manufacturer’s recommendations.
    • EVALUATION/AWARD

      Any pricing information submitted by a bidder pursuant to the requirements of the RFB but not reflected on the pricing page shall be subject to evaluation if deemed by the Administration, Purchasing Division, to be in the best interests of the county.

      Unless otherwise stated in the RFB, cash discounts for prompt payment of invoices shall not be considered in the evaluation of prices. However, such discounts are encouraged to motivate prompt payment.

      Awards shall be made to the bidder whose RFB

      • (1) complies with all mandatory specifications and requirements of the bid and
      • (2) is the best RFB, considering the price, responsiveness, and responsibility of the bidder and all other evaluation criteria specified in the RFB.

      When evaluating a bid, the county reserves the right to consider relevant information and fact, whether gained from a bid, from a bidder, from the bidder's references, or from any other source.

      Any award of a contract shall be made by written notification from the Administration, Purchasing Division.

      All submitted bids and associated documentation shall be subject to the provisions of the Kansas Open Records Act (K.S.A. 45-215 et seq.). The Kansas Open Records Act does permit limited materials to be protected from disclosure. Generally, protected exceptions are financial information submitted as qualification statements and materials privileged under the rules of evidence. These documents should be properly labeled proprietary or confidential. The technical and cost/pricing response documents should not be labeled proprietary, confidential, or in any other manner to restrict dissemination.

      The Administration, Purchasing Division, reserves the right to request written clarification of any portion of the bidder's response in order to verify the intent of the bidder. The bidder is cautioned, however, that bidder's response shall be subject to acceptance without further clarification.

      The Administration, Purchasing Division, reserves the right to award by item, groups of items, or on all or none basis; and reserves the right to reject any or all bidders in part, or in its entirety, to waive any minor technicality or irregularities of bidders received.

      In the event of a discrepancy between the unit price and the extension, the unit price shall prevail.

      Bidders who protest the conditions, specifications or scope of services, or other requirements contained in this solicitation are encouraged to review the County's Administrative Purchasing Policies and Procedures located at the county's website at Miami County Administrative Policy & Procedures.

    • NO SPRAY AREAS
      1. Riparian Management Areas – No spraying shall occur within Riparian Management Areas (RMA). RMAs are defined as an area adjacent to natural streams, rivers, wetland, or other resource waters within which operational limitations may be assigned.
      2. Marked Areas - Some areas on the listed County roads have been marked "No Spray" by the abutting property owner with authority granted by Miami County. These markings are located on the road shoulder in front of or behind the ditch.
      3. Commercial Crops - Do not spray in front of vineyards, nurseries, or other commercial operations that may be impacted by the herbicides being applied. Check daily on field check by FieldWatch.
      4. Maintained Shoulders and Ornamental Plants – No herbicide shall be applied to road shoulders that are maintained by the abutting property owner or which contain ornamental plants. However, under no circumstances shall herbicide be applied beyond an abutting property owner’s fence or fence line.
    • AUTHORIZATION OF WORK ORDERS

      All work performed under this contract must be authorized by the department. A list of authorized personnel shall be supplied to the successful bidder(s).

    • DAMAGE LIABILITY

      The Contractor shall be liable for any damage caused by herbicide drift, leaching or tracking onto private property or into a no spray area. This liability extends to any fines, levies, or other actions or fees due to contractor’s misuse of material on private property, or in Riparian Management Areas, water bodies, or other no spray areas.

      The Contractor shall determine the location of properties and facilities that could be damaged by the Contractor's operations, and shall protect them from damage. The Contractor shall restore property or facilities damaged by its operations to the condition that existed before the damage, at no additional compensation.

    • CONTRACT/PURCHASE ORDER

      By submitting a bid, the bidder agrees to furnish any and all equipment, supplies, and/or services specified in the RFB, pursuant to all requirements and specifications contained herein.

      A binding contract shall include:

      • (1) The RFB and any amendment thereto;
      • (2) the bidder's bid submitted in response to the RFB; and
      • (3) the county's acceptance of the bidder's bid, in writing.

      The contract expresses the complete agreement of the parties and performance shall be governed solely by the specifications and requirements contained therein. Any change, whether by modification and/or supplementation, must be accomplished by a formal contract amendment.

    • LITERATURE

      Complete descriptive literature shall be submitted with the bidder's response to this request.

    • OPERATOR TRAINING

      The successful bidder shall provide operator training sufficient to ensure efficient operations of bid product(s). This shall be provided at no charge by the successful bidder.

    • INVOICING AND PAYMENT

      The Contractor shall not transfer any interest in the contract, whether by assignment or otherwise, without the prior written consent of the county.
      Payment for all equipment, supplies, and services shall be made in arrears. Miami County shall not make any advance deposits, unless provided for in the contract.

      The county assumes no obligation for equipment and supplies shipped in excess of the quantity ordered. Any unauthorized quantity is subject to the county's rejection and shall be returned at the Contractor's expense.

      The county and its agencies are exempt from state and local sales and use taxes by KSA 79-3606. Situs of all transactions under the order(s) that shall be derived from the RFB shall be deemed to have been accomplished within the State of Kansas.

    • TRAFFIC CONTROL

      Traffic control shall be used for all work done within the County’s right-of-way, use of truck-mounted flashing warning lights on work vehicles is sufficient.

    • PARTS AND SERVICE

      Bidders must furnish with the bid a statement covering length of time that parts and services are available after delivery and where such parts and service are available.

    • EQUIPMENT SPECIFICATIONS
      1. The minimum sprayer tank size shall be 800 gallons, equipped with agitation. The spraying unit shall have an adjustable spray bar for variable shoulder widths and heights. (A smaller tank size may be considered if the Contractor uses a nurse tank).
      2. A broadcast sprayer shall be provided that has the capability to deliver twenty (20) to fifty (50) gallons per acre at five (5) to ten (10) miles per hour with a pattern of twenty (20) to thirty (30) feet. The applicator must have the capability to turn the flow to the nozzle off and on from the vehicle's cab.
      3. A handgun sprayer with a hose and reel must be available.
      4. A nurse tank must be utilized when the Contractor is blanket spraying, and an approved water source is greater than ten (10) miles from the spraying location. The minimum nurse tank size shall be 1000 gallons.
      5. While performing services, the Contractor will keep all vehicles in good repair, free from leaking fluids, properly registered, and will clearly be marked with the company name and telephone number on both sides of the vehicle in not less than 1" letters.
    • DELIVERY

      Time is of the essence. Deliveries of equipment, supplies, and/or services must be made no later than the time stated in the contract or within a reasonable period of time, if a specific time is not stated.

      Prior to delivery of equipment, each unit must be completely serviced and lubricated in accordance with factory service specifications. Successful bidder is responsible to furnish any equipment needed for unloading of equipment at the F.O.B. destination point.

    • INSPECTION AND ACCEPTANCE

      No equipment, supplies, and/or services received by an agency of the county pursuant to a contract shall be deemed accepted until the agency has had reasonable opportunity to inspect said equipment, supplies, and/or services.

      All equipment, supplies, and/or services which do not comply with the specifications or requirements or which are otherwise unacceptable or defective may be rejected. In addition, all equipment, supplies, and/or services which are discovered to be defective or which do not conform to any warranty of the Contractor upon inspection (or at any later time if the defects contained were not reasonably ascertainable upon the initial inspection) may be rejected.

      The county reserves the right to return any such rejected shipment at the Contractor's expense for full credit or replacement and to specify a reasonable date by which replacements must be received.

      The county's right to reject any unacceptable equipment, supplies, and/or services shall not exclude any other legal, equitable or contractual remedies available to the county.

    • PROTOTYPE

      The county will not accept prototype equipment.

    • TECHNICAL SPECIFICATIONS:
      1. In the event the awarded Vendor/Contractor is unable to provide a contracted item(s), Miami County shall have the right to purchase the item(s) on contract from the next low Vendor/Contractor on contract, at the amount bid.
      2. Vendor/Contractor shall notify Miami County of changes to “Item Numbers”. Change in “Item Number” shall not constitute change to contract pricing.
      3. The quantities indicated on the Bid Form are estimates only. They are not to be construed as the minimum or maximum quantities that Miami County is obligated or limited to purchase.
      4. Prices quoted shall be net, including transportation and delivery charges fully prepaid by the seller, Freight on Board (FOB) Miami County, Kansas. No additional charges will be allowed for packing, packages, or partial delivery costs. By submitting their bids, all Bidders certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon actual weight of the goods to be shipped. Standard commercial packaging, packing, and shipping containers shall be used, except as otherwise specified herein.
      5. Any substitutions for equal products must have sample labels for verification at the time of bid.
      6. Vendor/Contractor shall provide a copy of their current product sales price list with bid submission.
    • RECORD KEEPING, REPORTS, AND SUBMITTALS
      1. The Contractor shall maintain an accurate record of all chemical applications on forms supplied by the Noxious Weed Department for each weed treated, submitting such to the Director or staff each week. These are to be filled out by the applicator daily.
      2. Reports - Unless otherwise specified or agreed upon, all reports shall be typed and created with word processing, spreadsheet, or other computer software.
      3. Personnel – Contractor shall maintain appropriate licensing and shall present copies of the operator and applicator licenses at the project manager’s request. County is not responsible for payment to the Contractor in the event that Contractor fails to provide documentation upon request.
      4. Material Submittals – Prior to the commencement of work, provide the County with product data sheets and safety data sheets for all herbicides and adjuvants utilized under this contract. Contractor will provide copies of the required paperwork and materials receipts before payment is made.
      5. Schedule - The contractor shall provide a schedule at least one week in advance of herbicide application. The schedule will show each road and the date the road is anticipated to be sprayed. Changes to the schedule must be provided to the project manager within one (1) business day of when the change is to occur. Notify the project manager when the schedule is delayed. Include the reason for the delay i.e. adverse weather conditions, Contractor logistical problems, etc. Requests for extra contract time will be granted for delays due to adverse weather conditions if the Contractor submits the request within 1 business day of delay. Requests made after one business day will not be considered.
      6. Work Report – At the end of each week, submit a report that includes the following information: the time and date herbicide was applied, road number, road name, road limits, actual miles of roadside sprayed, acres of shoulder treated with herbicide, the quantity of each herbicide applied, ambient temperature, humidity, wind speed, and direction. Provide this data for each road segment at the time of application. Use the County’s road number, road name, “from” location, and “to” location.
      7. Payment may be denied for work when the proper form has not been received within ten (10) working days of being due.
      8. Payment will not be made for roads erroneously sprayed or sprayed without the explicit direction of the County.
      9. The Contractor shall maintain records for a minimum of three (3) years pursuant to state statutes.
    • REPAIR PARTS PRICING

      On the Bid Sheet, a space is provided for bidders to quote a percentage (%) mark-up for any and all repair parts to be furnished under the contract to be derived from the bid request. Said mark-up shall be stated percentage above the bidder's cost for said parts. Such costs shall be subject to verification by Miami County and to this end of the successful bidder shall, upon request by Miami County, furnish copies of invoices or other such documents that will establish bidder's cost for said parts. Miami County reserves the right to rule on the authenticity of such costs and require additional verification if justified.

    • WARRANTY

      The Contractor expressly warrants that all equipment, supplies, and/or services in accordance with generally accepted industry standards, practices and principles applicable to the work and shall:

      • (1) conform to each and every specification, drawing, sample or other description which was furnished or adopted by the Administration, Purchasing Division;
      • (2) be fit and sufficient for the purpose expressed in the RFB;
      • (3) be of good materials and workmanship; and
      • (4) be free from defect.

      The Contractor shall replace a defective product at its own cost.

    • SERVICE, PARTS, AND OPERATOR PAMPHLETS

      The awarded bidder on each item must provide two (2) copies of: Parts Manuals, Complete Service Manuals, Maintenance and Electrical Manuals, and Operator and Safety Manuals.

    • ENVIRONMENTAL PROTECTION
      1. Protection of Natural Resources - Willful violations of the environmental protections contained within the specifications and applicable laws expose the offending Contractor and other violators to criminal and civil sanctions. Civil sanctions include but are not limited to: the offender’s sole liability for all costs associated with site restoration, maintenance, and additional mitigation work required by Federal, State, or local authorities.
      2. The Contract Administrator may suspend work until the Contractor, County, and other required personnel, including Federal and State representatives, if any, meet to determine damage to the resource areas and the nature and scope of necessary site restoration and maintenance. The contract administrator may require the Contractor to submit written plans for the protection of other resource areas for the duration of the contract before work resumes.
      3. References - The Contractor shall carry a copy of the Department of Land Use and Transportation, Operations Division’s applicable Vegetation Best Management Practices (BMP) for herbicide spraying as well as the Riparian Management Area maps during all herbicide applications performed under this contract.
      4. Spill Protection And Response - The Contractor shall, at all times, carry spill containment and clean-up materials sufficient to contain a spill of fewer than fifty gallons. Obtain a response agreement with a professional on-call spill response team that agrees to be available and respond to spills that cannot be cleaned up with on-site resources. The professional spill response team is a company or section of a company specifically dedicated to hazardous materials emergency spill response, insured and bonded for hazardous materials cleanup, and employs experienced personnel certified according to 29 CFR 1910.120. In the event of any spill, the contractor will, in accordance with the Safety Data Sheets (SDS), attempt to contain the spill and contact the Contract Administrator as soon as possible. If the spill is adjacent to an RMA, waterway, or other listed resource, the Contractor shall take prescriptive action immediately. Any fines or remedial work necessary to abate the hazard or mitigate the impact to the resource area because of the spill will be the sole responsibility of the Contractor.
      5. Disposal of Empty Herbicide Containers – The Contractor shall dispose of all empty herbicide containers in accordance with all applicable regulations. The Contractor shall submit to the County prior to the start of work the disposal process utilized to dispose of empty herbicide containers. The process should include the location and methods of disposal for the herbicides used in this contract.
    • CONFLICT OF INTEREST

      The Contractor hereby covenants that at the time of the submission of the bid, the Contractor has no other contractual relationships which would create any actual or perceived conflict of interest. The Contractor further agrees that during the term of this contract neither the Contractor nor any of its employees shall acquire any other contractual relationships which create such a conflict.

    • CANCELLATION/TERMINATION OF CONTRACT

      In the event of material breach of the contractual obligations by the Contractor, the county, may cancel the contract. At its sole discretion, the county, may give the Contractor an opportunity to cure the breach or to explain how the breach will be cured. Unless otherwise provided for in the contract, the actual cure must be completed within no more than 10 working days from notification a written plan detailing how the Contractor intends to cure the breach.

      If the Contractor fails to cure the breach or if circumstances demand immediate action, the Administration, Purchasing Division will issue a notice of cancellations terminating the contract immediately.

      If the county cancels the contract for breach, the county reserves the right to obtain the equipment, supplies, and/or services to be provided pursuant to the contract from other sources and upon such terms and in such manner as the county deems appropriate and back charge the Contractor for any additional costs incurred thereby.

      The county reserves the right to terminate the contract at any time for the convenience of the county, without penalty or recourse, by giving the Contractor a written notice of such termination at least 30 calendar days prior to termination. The Contractor shall be entitled to receive just and equitable compensation for the work completed pursuant to the contract prices prior to the effective date of termination.

      The contract is subject to the provisions of the Kansas Cash Basis Law, K.S.A. 10-1101 et seq., and amendments thereto, (the "Act"). By virtue of this Act, the county is obligated only to pay periodic payments as contemplated by the contract as may lawfully be made from funds budgeted and appropriated for that purpose during the county's current budget year (i.e., January 1 to December 31) or from funds made available from any lawfully operated revenue producing source. Should the county fail to budget, appropriate or otherwise make available funds for payments due under the contract in any budget year, the contract shall be deemed terminated on the last day of the then current budget year for which appropriations were received, without penalty or expense to the county of any kind whatsoever."

    • SITE INSPECTIONS OF TRADE-INS

      The trade-in equipment may be viewed and examined upon appointment.

    • SAFETY
      1. Comply with all laws concerning safety, health, and sanitation standards. The Contractor shall not require workers to perform work under conditions that are hazardous, dangerous, or unsanitary.
      2. Take all necessary precautions for the safety of employees on the job. Erect and properly maintain at all times, as required by job conditions and progress of the work, all necessary safeguards for the protection of the workers and the public, including appropriate traffic control devices.
      3. If the Contractor fails to correct work not in accordance with safety requirements or industry standards or fails to carry out work in accordance with industry standards, the County, by a written order, may order the Contractor to stop work, or any portion of work, until the cause for such order has been eliminated; however, the right of the County to stop work shall not give rise to a duty on the part of the County to exercise this right for the benefit of the Contractor or any other person or entity.
      4. The County reserves the right to order a stop to spray activities if the County determines unsafe or questionable practices or effects.
    • CONTRACTOR'S RESPONSIBILITIES/PERFORMANCE REQUIREMENTS
      1. The Contractor shall not begin contract work until the contractor has:
        • Received Notice to Proceed,
        • Submitted a project work schedule and obtained approval from the County,
        • Submitted all required submittals and obtained approval from the County.
      2. The Contractor assumes the entire responsibility for the methods implemented in the performance of the work. All work shall be in strict accordance with the specifications.
      3. The Contractor shall furnish materials and shall perform work in accordance with the specifications. If the contract administrator determines that the materials furnished or the work performed does not meet the specifications, the contract administrator may reject the materials or work and order the Contractor, at the Contractor’s expense, to correct any non-conformity; or accept the materials or work as suitable for the intended purpose, adjust the amount paid for applicable pay items to account for the diminished cost to the Contractor or diminished value to the county, document the adjustment, and provide written documentation to the Contractor regarding the basis of the adjustment. The contract administrator's decisions concerning the acceptability of materials or work will be final.
      4. Provide adequate materials, equipment, labor, and supervision to perform the work. Perform the work as vigorously and as continuously as conditions permit, and according to a project work schedule that ensures completion within the contract time.
      5. Furnish suitable and sufficient materials, equipment, and personnel to properly prosecute the work. The Contractor shall use only equipment of adequate size and condition to meet the requirements of the work and specifications, and to produce a satisfactory quality of work. Upon receipt of the contract administrator’s written order, the Contractor shall immediately remove, and not use again in the performance of contract work without the contract administrator's prior written approval, equipment that, in the contract administrator's opinion, fails to meet specifications or produce a satisfactory product or result.
      6. The work force shall be trained, licensed and experienced for the work to be performed. Upon receipt of the contract administrator’s written order, the Contractor shall not employ again on the project without the contract administrator's prior written approval, any supervisor or employee of the Contractor or its Subcontractors who, in the contract administrator's opinion, does not perform satisfactory work or whose conduct interferes with the progress of the work.
      7. If the Contractor fails to remove equipment or persons as ordered, or fails to furnish suitable and sufficient materials, equipment and personnel for the proper prosecution of the work, the contract administrator may suspend the work by written notice until such orders are complied with and such deficiencies are corrected, or the contract administrator may terminate the contract.
      8. The County may request at any time during the duration of the contract to inspect the equipment used in the performance of contracted work. County may also request that personnel demonstrate an understanding of the systems and equipment used to perform the herbicide application as well as the required GPS functionality.
    • COMMUNICATIONS AND NOTICES

      Any notice or other communication to the Contractor shall be made in writing via email, delivered personally, or by United States mail, postage prepaid, to the address listed in the Contractor's bid.

    • TESTING

      County of Miami, Kansas, shall be responsible for the testing of materials or equipment as required by the State of Kansas, supplemented by the Specifications.

    • INVENTIONS, PATENTS AND COPYRIGHTS

      The Contractor shall defend, protect, and hold harmless the County, its officers, agents, and employees against all suits of law or in equity resulting from patent and copyright infringement concerning the Contractor's performance or products produced under the terms of the contract.

    • INSTALLATION AND INITIAL TESTING

      Installation and initial testing of required accessory items shall be the responsbilitiy and at the expense of the successful bidder.

    • PAYMENT

      Roadside Shoulder Spraying – Payment will be payment in full for furnishing all labor, equipment and incidentals necessary to complete the work as specified. This includes all computer equipment & software necessary to utilize the coordinate data provided by the County. Roadside Spraying will be paid regardless of the presence of no spray areas or the amount of herbicide applied. Payment will only be made for road segments driven for the purpose of herbicide application, and verified with properly submitted documentation.

      Herbicide Mixture – Payment will be payment in full for furnishing all herbicides, adjuvants, and water necessary to formulate the Herbicide Mixture. The accepted quantities of herbicide mixture will be paid for at the contract unit price, per unit of measurement. Payment will only be made for quantities of area sprayed that can be verified with properly submitted documentation.

    • NON-DISCRIMINATION IN EMPLOYMENT

      In accordance with K.S.A. 44-1030, the Contractor agrees that:

      • The Contractor 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, color, sex, religion or creed, age, disability, pregnancy, ancestry, or national origin, military status or membership or service in the military;
      • In all solicitations or advertisements for employees, the Contractor shall include the phrase "equal opportunity employer," or a similar phrase to be approved by the Kansas Human Rights Commission ("Commission");
      • If the Contractor fails to comply with the manner in which it reports to the Commission in accordance with the provisions of K.S.A. 44-1031 and amendments thereto, the Contractor shall be deemed to have breached the present contract and it may be cancelled, terminated, or suspended, in whole or in part, by the county;
      • 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 cancelled, terminated, or suspended, in whole or in part, by the county; and
      • The Contractor shall include the provisions of subsections a. through d. (immediately above) in every subcontract or purchase order so that such provisions will be binding upon such subcontractor or vendor.
      • The provisions of this Section shall not apply to the Contractor if the Contractor employs fewer than four employees during the term of the present contract or the present contract cumulatively totals $5,000 or less during the fiscal year of the county.
    • TRADE-IN

      EXAMPLE LANGUAGE (One (1)1987 Linkbelt LS2800B Serial #A5H7322 with 5828 hours (hour meter has been replaced current meter reads 2319) as of 09/18/2009 unit #6440.)

    • INVOICING/REPORTING

      The Contractor will notify Department Contact by phone or email of work completed at each site within one (1) calendar day of completion of the service.

      The Contractor will submit invoices monthly for services performed. All services performed must include the date(s) of service on the invoice.

       

    • AMERICANS WITH DISABILITIES ACT

      In connection with the furnishing of equipment, supplies, and/or services under the contract, the Contractor and all subcontractors shall comply with all applicable requirements and provisions of the Americans with Disabilities Act (ADA).

    • U.S. MARKET

      The equipment shall be built for the U.S. Market and sold by a factory authorized dealer.

    • GOVERNING LAW AND VENUE

      All contractual agreements shall be subject to, governed by, and construed according to the laws of the State of Kansas, and the District Court of Miami County, Kansas shall have jurisdiction over any controversy or claim arising out of, or relating to, the contractual agreements or their performance or interpretation.

    • WARRANT PROVISIONS

      (START TO END) Unless a longer warranty period is stated in the equipment specifications, or as noted below the bidder shall furnish a comprehensive on hundred percent (100%) parts and labor warranty of not less than (EXAMPLE one (1) year) full parts and labor on the equipment bid upon county final acceptance. Any travel fees or transportation of people or equipment for warranty repairs to be included.

    • HOLD HARMLESS

      The Contractor agrees to protect, defend, indemnify and hold the BOCC, its officers, employees, and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees, or other expenses or liabilities of every kind and character arising out of or relating to any and all claims, liens, demands, obligations, actions, proceedings or causes of action of every kind and character in connection with or arising directly or indirectly out of the error, omission, recklessness, negligent act or willful misconduct of the Contractor (collectively hereinafter "claims"). Without limiting the generality of the foregoing, any and all such claims relating to personal injury or of any other tangible or intangible personal or administrative order, rule or regulation, or decree of any court shall be included in the indemnity hereunder. The Contractor further agrees to investigate, handle, respond to, provide defense for and defend any such claims at Contractor's sole expense and agrees to bear all other costs and expenses related thereto, even if such claim is groundless, false, or fraudulent.

    • WARRANTY RESPONSE TIME

      Bidders shall respond to agency request to fix or repair ______ within ________ hours unless otherwise negotiated by contractor and agency.

    • TITLES

      Titles of paragraphs used herein are for the purpose of facilitating reference only and shall not be construed to infer a contractual construction of language.

    • SUBLETTING OF CONTRACT

      The contract that will be derived from this bid request shall be through the general contractor. Bidders shall submit with their bid a list of any and all subcontractors that will be used on these jobs with the percentage and types of work to be done by all parties.

    • RIGHT TO EXAMINE AND AUDIT RECORDS

      The Contractor agrees that the county, or any of its authorized representatives, shall have access to and the right to examine and audit any and all books, documents, papers, and records of the Contractor hereunder or any change order or contract modification thereto, or with compliance with any clauses thereunder. Such records shall include hard copy as well as computer-readable data. The Contractor shall require all of its payees, including but not limited to subcontractors, insurance agents, or material suppliers, to comply with the provisions of this clause by including the requirements hereof in a written agreement between the Contractor and payee. Further, the Contractor agrees to cooperate fully and will cause all related parties and will require all of its payees to cooperate fully in furnishing or making available to the county any and all such books, documents, papers, and records.

    • REFERENCES

      The successful bidder shall submit to the County of Miami, Kansas, Administration, Purchasing Division, a composite report of contract, purchases or copies of invoices issued during the contract period. Same shall be submitted sixty (60) days prior to expiration of any subsequent renewal periods.

    • HIPAA COMPLIANCE

      The Contractor agrees to comply with the Health Insurance Portability and Accountability Act of 1996 ("HIPAA"), the privacy and security regulations promulgated under Title II, Subtitle F, §§ 261-264 of HIPAA, the administrative regulations issued by the Department of Health and Human Services ("DHHS") as found in 45 C.F.R. Parts 160 through 164 (the "HIPAA or DHHS regulations"), and the Health Information Technology for Economic and Clinical Health Act, Public Law 11-005 (the "HITECH Act"), as such laws and regulations may be amended from time to time, and enter into a Business Associate Contract with the county, as may be required, so as to provide necessary reasonable assurances to the county that the Contractor as a Business Associate will comply with the portions of those laws and regulations made applicable to business associates by HIPAA and the HITECH Act.

    • TAX CLEARANCE FOR TAXES OWED TO LOCAL GOVERNMENTS

      The local government of Miami County, KS, (collectively the "Local Governments"), has agreed to cooperate to ensure that tax funded contracts are performed by Contractors in compliance with the Tax Laws of the Local Government. Contactor agrees that the Contractor shall be in compliance with the respective Tax Laws of the Local Government throughout the term of this contract and any contract renewals and that proof of the Contractor's compliance with the Tax Laws of the Local Government shall be a condition of award. Upon award of the contract and all subsequent renewals with Miami County in the amount of $100,000.00 or more, the Contractor must obtain a Tax Clearance Certification. The Tax Clearance Certification must be signed by an authorized official from the Local Government and submitted to the Miami County Purchasing Department prior to a notice of award (or) contract renewal. The Tax Clearance Certification shall be valid for a period of one year from the date of issuance and shall not be dated more than sixty (60) days prior to any notice of intent to contract by the county.

    • TIME LIMIT TO SUBMIT SUPPORTING DOCUMENTS

      Within ten (10) calendar days after notification to enter into contract, the successful bidder must furnish the specified insurance and bonds required, if any. If any successful bidder fails to furnish said documents within ten (10) calendar days, the award to that bidder may be withdrawn and awarded to the next acceptable bid.

    • MANNER OF PAYMENT

      The Contractor agrees to accept payment from the county in the form of a procurement (credit) card and/or conventional check and/or electronically, at the county's option, without imposing any additional fees, costs or conditions with respect to the manner and/or receipt of such payment.

    • SURCHARGES

      Surcharges (fuel or otherwise) are not allowed under any agreement as a result of this RFB. Any such surcharges are to be included in the contract pricing.

    • ADDITIONAL SERVICES

      The county reserves the right to add additional services to the contract with the mutual consent of the contracting parties within the contract period.

    • NEGOTIATIONS

      The county reserves the right to negotiate any and all elements of a contract resulting from this RFB.

    • TRAVEL EXPENSES

      The county will reimburse reasonable and necessary travel and related expenses to the successful Contractor based on the following conditions: travel expenses for airline expenses for business class based on actual cost. Lodging, mileage, and food will be based on the GSA per diem rates for the Kansas City Metro region. All such expenses will be up to but not in excess of the per diem rate for this area based on actual receipts. The applicable GSA per diem information can be located at http://www.gsa.gov/portal. Additional expenses such as ground transportation to and from the airport and vehicle rental may also be approved. All travel expenses are subject to the county's prior approval and must have receipts to verify expenses.

    • PUBLICITY CLAUSE

      The bidder must obtain prior written approval from the county for the use of information relating to the county or the contract in advertisements, brochures, promotional materials or media, press releases, or other informational avenues.

    • OWNERSHIP

      Any work product or deliverable report or date provided to the county as a result of work performed while under the contract shall be considered property of the county. It may be used in any fashion the county deems appropriate.

    • OBJECTIONS

      Any objections or concerns to the RFB language, terms and conditions, scope or other elements of the RFB must be included with the bidder's response. Failure to note such concerns will indicate the bidder's acceptance of the same.

    • SUSTAINABLE EFFORTS

      The county desires to procure goods and services that are sustainable and maximize value to the county at both a cost and environmental level. Please describe your firm's environmental stance and what steps your firm has taken to support the goal of environmental stewardship.

    • SAM (System of Award Management)

      Federal Grant shall be verified through SAM for supplier suspension or debarment: https://www.sam.gov/portal/public

    • LICENSES AND PERMITS — The Contractor shall be, without expense to the county, responsible for obtaining any necessary licenses and permits.
    • CODES AND REGULATIONS

      All work within the scope of this RFB shall be completed by the successful respondent to all applicable current prevailing codes and regulations.

    • CONTRACT PRICING — The prices quoted by the successful respondent shall remain firm during the initial contract period. Prices for contract renewal periods shall be negotiated and mutually agreed upon.
    • PERFORMANCE AND STATUTORY BONDS

      The successful bidder may be required to furnish a Performance Bond and/or Statutory Bond equal to 100% of the contract. Such bond shall be executed by a surety company authorized to do business in the State of Kansas and requires the appointment of a Kansas Resident Agent.

    • ASSIGNMENT AND/OR TRANSFER OF INTERESTS

      There shall be no assignment and/or transfer of interest or delegation of contractor's rights, duties, or responsibilities of contractor under the contract derived from this bid request without the prior written approval of the county.

    • CONDITIONAL BIDS

      Conditional bids are subject to rejection in whole or in part at the sole discretion of the county.

       

       

    • APPROVED EQUIVALENTS

      The county reserves the right to determine if bid products are equivalent to specified products.

       

       

    • SUBSTITUTIONS

      No substitutions will be accepted for products bid, after award, without the prior approval of the county. Any substitutions allowed will be supplied at no more than the contract bid prices.

       

       

    • METHOD OF AWARD

      This bid may be awarded either as a contract or as separate contracts as deemed to be in the best interest of County of Miami, Kansas.

    • NON-LIABILITY

      The contractor shall not be liable in damages for delay of shipment or failure to deliver when such delay or failure is the result of fire, flood, war, strike (pertaining to supplier's own work force), act of God, act of government, act of an alien enemy, or by any other circumstances, which is beyond the control of the contractor. Under such circumstances, however, the county may cancel the contract if such action is deemed to be in the best interest of the county.

    • ADDENDA AND INTERPRETATIONS

      If it becomes necessary to revise any part of this bid, a written addendum will be provided to all bidders. The county is not bound by oral representations, clarifications, or changes made in the written specifications by the county's employees, unless such clarification or change is provided to bidders in written addendum from the Purchasing Administrator.

    • MATERIAL SAFETY DATA SHEET (MSDS)

      It is mandatory for a manufacturer, supplier, or distributor to supply a MSDS as required by 29 CFR 1910.1200 with the first shipment of hazardous material. Also, at any time the content of a MSDS is revised, the contractor is required to provide new information relevant to the specific material.

    • FAILURE TO SUPPLY

      The contractor will make every attempt to supply the awarded material within the time frame(s) requested on each order. Failure to supply may be cause-in-need for the county to procure in the open market items meeting or similar to that specified in the contract.

    • MANUFACTURER'S STANDARD EQUIPMENT

      The equipment bid on this request shall be the manufacturer's standard equipment with no alteratiomns. The county will not purchase altered equipment or custom designed equipment unless expressly provided for in this bid document.

    • NEW PRODUCTS & SERVICES

      New products and services shall be added to the contract if there is mutual consent of the contracting parties (add to inspect and accept)

    • PARTICIPATING AGENCIES

      County of Miami, Kansas, will participate in the contract from the onset. The county reserves the right to add additional county agencies to this contract during the contract.

    Submission Requirements

    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* (required)
    • Upload Exceptions/Additions to Specification (if any)

      Attach a separate sheet detailing the same.

      Note: It shall be unacceptable for any bidder to make the statement "see specifications" in lieu of listing all exceptions/additions from the preceding specifications. It shall also be unacceptable for any bidder to submit the manufacturer's literature in lieu of the above. All exceptions/additions to our specifications shall be either handwritten or typed on an attached separate sheet.

    • What is your Kansas Pesticide Business License Number? (required)
    • Bid Sheet (required)
    • COOPERATIVE PROCUREMENT WITH OTHER JURISDICTIONS (required)

      If Miami County, Kansas awarded you the proposed contract, would you sell under the prices and terms of this Contract to any Municipality, County Public Utility, Hospital, Educational Institution, or any other non-profit organization? (All deliveries shall be F.O.B. Destination and there shall be no obligations on the part of any member of said Council to utilize this Contract). This question will not affect award.

      • Sales will be made in accordance with the prices, terms, and conditions of the Request for Proposal and any subsequent contract.
      • There shall, however, be no obligation under the cooperative procurement agreement for any organization to utilize the RFP or contract unless they are specifically named in the Request For Proposal.
      • All sales to other jurisdictions will be made on purchase orders issued by that jurisdiction. All receiving, inspection, payments and other contract administration will be the responsibility of the ordering jurisdiction.
      • The principal contracting officer (PCO) is responsible to handle the solicitation and award the contract. The PCO has authority to modify the contract and handle disputes regarding the substance of the contract. The PCO is the Purchasing Administrator, Miami County, Kansas.
      • Each jurisdiction that is a party to the joint RFP has authority to act as Administrative Contracting Officer with responsibility to issue purchase orders, inspect and receive goods, make payments and handle disputes involving shipment to the jurisdiction.

       

       

    • INVOICE DISCOUNT TERMS
    • Is a discount offered for prompt payment of invoices? (required)
    • Vendor Terms:
    • % Discount
    • Net _______Days
    • PURCHASING CARD

      Responses to the question in this section will not affect the award.

    • Will you accept a County issued procurement cred card (VISA)? (required)
    • If so, please provide the associated fees and conditions, if any.
    • Pricing (required)
      • Use option 1 if you have a set of line items.
      • Use option 2 if you do not have a pre-defined set of line items.
    • Is the Qualification section required for this project? (required)

    Key dates

    1. March 12, 2026Published
    2. April 2, 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.