Active SLED Opportunity · MICHIGAN · CITY OF JACKSON

    2026 Chemicals - Water Treatment Plant

    Issued by City of Jackson
    cityInvitation For BidCity of JacksonSol. 259960
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 27, 2026
    PUBLISHED
    Apr 29, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    325998
    AI-classified industry

    AI Summary

    City of Jackson Water Treatment Plant seeks bids for NSF certified water treatment chemicals for 2026-27, including chlorine, caustic soda, phosphate, sodium hypochlorite, and hydrofluosilicic acid. Delivery and compliance requirements apply.

    Opportunity details

    Solicitation No.
    259960
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    city
    Published Date
    April 29, 2026
    Due Date
    May 27, 2026
    NAICS Code
    325998AI guide
    Jurisdiction
    City of Jackson
    Agency
    City of Jackson

    Description

    The City of Jackson Water Treatment Plant is seeking competitive bids for water treatment needs in 2026-27. All chemicals to be sued for water treatment must be NSF certified for that purpose.

    Project Details

    • Reference ID: 2026-WATER-017
    • Department: Water Treatment Plant
    • Department Head: Nick Mangas (Supervisor)

    Important Dates

    • Questions Due: 2026-05-20T14:00:00.000Z

    Evaluation Criteria

    • Important Instructions for Electronic Submittals

      The City of Jackson is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.

    • Timeline
      Release Project Date:April 29, 2026
      Question Submission Deadline:May 20, 2026, 10:00am
      Proposal Submission Deadline:May 27, 2026, 10:00am
    • Project Contact

      Nick Mangas

      Water Treatment Plant Supervisor

      740 E. Mansion Street

      Jackson, MI 49203

      Email: nmangas@cityofjackson.org

      Phone: (517) 499-6984

    • Submittal Information

      1.   PREPARATION AND SUBMISSION OF BID DOCUMENTS:  Execute the bid documents fully and properly, including documents that require signatures and notarized.  The City of Jackson reserves the right to accept any or reject any bid or pricing at its sole discretion.

      2.  EQUAL EMPLOYMENT OPPORTUNITY: All bidders shall confirm the Equal Employment Opportunity Certification, Certification of Nonsegregated Facilities, Nand Non-Collusion Affidavit, located under Vendor Questionnaire.

      3.   AWARD OF CONTRACT:

      (a)      If the contract is over $75,000, then the City Council will be advised of the terms of all bids received and a recommendation will be made to the Council as to award of a contract to a bidder.  The award if any will be made based upon the City Council's determination of the lowest responsible bid; and

      (b)      The City Council has the authority to reject any and all bids, to waive minor irregularities and/or technicalities in the bids, and to accept or recommend the acceptance of other than the lowest responsive bid when the public interest is served thereby, and such action is in the best interest of the City.

      4.   CONTRACT:    Upon  an  affirmative  vote  of  the  City  Council  these  bid  documents  shall constitute a contract between the City and the bidder to whom the contract is awarded, provided, however, that the contract shall not be deemed to be in force until an executed note of acceptance of the bidders proposal showing the date of City Council acceptance is provided to the successful bidder.

      5.   LIABILITY FOR TAXES:   Where the terms of this contract involve the lease of personal property to the City it is understood that the lessor shall be solely responsible for the payment of all taxes of any nature whatsoever that accrue upon the property during the term of the lease.

      6.   DEFAULT TO THE CITY:  No bidder who is in default to the City shall be awarded a contract with the City.

      7.   CONFLICTING TERMS:  If terms and conditions, if any, of seller (contractor) are inconsistent or conflict with the terms and conditions, instructions to bidders, specifications, or proposal sheet, or any other bid documents of the City of Jackson, the City's bid documents shall prevail.

      8.   TIME PERIOD:  Bids may be withdrawn up to the submission deadline. Bids shall remain in effect for 90 days after the opening.

      9.   DISCOVERY OF ERROR:   Upon the discovery of an obvious error in a bid document that could result in a change in the amount of a bid, the staff of the Purchasing Department shall contact the bidder in writing and advise the bidder that it has seven (7) working days from the date of the letter to correct the error.  This correction shall be in writing directed to the Purchasing Agent and shall be postmarked no later than seven (7) working days from the date of the Discovery of Error letter.

      If no correction is received in a timely fashion, then the Purchasing Agent shall reject the bid.  If a correction is received and the Purchasing Department deems same to be appropriate and proper in every way, the Purchasing staff shall attach same to the original bid document and shall then proceed to tabulate the bids as corrected.

      10. CONTRACT PRICE: The contract price shall be equal to the proposal price adjusted to any price change as agreed upon in writing by the Bidder and the City of Jackson.  There must be 30 days written notice of a price increase.  The contract price may be modified via a change order upon mutual agreement of both parties.

      11. BEST EFFORTS: Supplier shall employ its best efforts to ensure that stock levels are sufficient to assure no breaks in supply based on forecasted quantities provided within bid price tables.  All estimated quantities are based on projected requirements and are not a commitment to order.

    • Procurement Contact

      Kari Kerstetter

      Purchasing Coordinator

      161 W. Michigan Ave 8 FL

      Jackson, MI 49201

      Email: kkerstetter@cityofjackson.org

      Phone: (517) 768-6401

    • Chemicals and Quality Standards

      All chemicals to be used for water treatment must be NSF certified for that purpose

      An affidavit shall be provided by either the manufacturer or vendor on the following list of chemicals, stating that all chemicals supplied must have received prior approval from the Michigan Department of Public Health in compliance with Part 21 of the Administrative Rules of Act 399 of the Public Acts of 1976:
                                        
          Chlorine | Liquid Caustic Soda | Phosphate | Sodium Hypochlorite | Hydrofluosilicic Acid

       

      -CHLORINE (Cl2)   AWWA B301 latest edition

      Type:  Liquid Chlorine

      Delivery:  Deliveries to the Water Treatment Plant, 740 E. Mansion St. shall be by truck in 1-ton containers with approximately 4 tons per delivery.

      Estimated Annual Use:  50 Tons for water treatment plant


      -LIQUID CAUSTIC SODA (NaOH) AWWA B501 latest edition

      Type:  Liquid caustic soda containing approximately 50% sodium hydroxide.

      Delivery:  Delivery shall be by self-unloading bulk truck in loads of maximum size meeting load limit restrictions.  Water Treatment Plant facilities include two 44,500-gallon steel lined ventilated concrete tanks with 2-inch fill lines.  All invoices to Water Department shall be per dry ton.  Your bid must be submitted PER DRY TON.

        Estimated Annual Use: 60 Tons for water treatment plant
                      

      -PHOSPHATE (NaPO3O6)    AWWA B502 latest edition

      Type:    Unadjusted Sodium Hexametaphosphate.

      Form:    Glass plate

      Delivery:  Material shall be shipped by truck in 50 lb. multi-wall, PAPER bags (poly bags are unacceptable due to deterioration and shedding causing pump damage) on pallets with maximum pallet load of 2,100 lbs.  Maximum load per delivery shall be 24,000 lbs. Pallets shall be open on the bottom (and no boards on bottom pallets) with 3 1/2" clearance so a hand operated pallet truck can be used.

        Estimated Annual Use: 240 CWT

       

      -SODIUM HYPOCHLORITE LIQUID (NaOCl)   AWWA B300-10

      Liquid sodium hypochlorite delivered in barrels or totes. With a delivered concentration of no less than 12.5 %. 
        Estimated Annual Use: 2400 Gallons 


      -HYDROFLUOSILICIC ACID         AWWA B703-19

      Pricing is on an “as is” basis.  The price shall stay the same regardless of the assay received.
      Fluoride shall be furnished as Fluorosilicic Acid containing twenty (20) to thirty (30) percent H2SiF6 by weight.
      Must meet NSF/ANSI Standard 60 and AWWA B703.19.
      A certified analysis is to be furnished with each shipment detailing the percentage of acid and the specific gravity of the solution.
      Delivery: Truck must be capable of maintaining 20 PSIG air pressure during unloading.
         Estimated Annual Use:  25 TONS


      Rejection or Price Adjustment: The vendor agrees if the material does not meet the specifications, the city has the right to reject the material or renegotiate a cost adjustment for the material delivered.

    • Schedules and Deliveries

      GENERAL:    All chemical deliveries at the Water Treatment Plant shall only be accepted during the hours 7:00 A.M. to 2:00 P.M. Monday through Friday.  No deliveries will be accepted on city holidays.

      City holidays may differ from actual holidays.

      CITY HOLIDAYS:

      Friday, July 3, 2026,    Independence Day
      Monday, September 7, 2026,    Labor Day
      Wednesday, November 11, 2026,  Veterans Day
      Thursday, November 26, 2026,    Thanksgiving Day
      Friday, November 27, 2026,    Day after Thanksgiving
      Thursday, December 24, 2026,   Christmas Eve                
      Friday, December 25, 2026,    Christmas Day
      Friday, January 1, 2027,   New Year’s Day
      Monday, January 18, 2027,    Martin Luther King Day
      Monday, February 15, 2027,    Presidents Day
      Friday, March 26, 2027,   Good Friday
      Monday, May 31, 2027,    Memorial Day
      Friday, June 18, 2027,   Juneteenth
       

      DELIVERY:    The following list of chemicals shall be delivered to: City of Jackson Water Treatment Plant, 740 East Mansion St., Jackson, MI 49203:

                   Chlorine | Liquid Caustic Soda | Phosphate | Sodium Hypochlorite |  Hydrofluosilicic Acid 

      MSDS Sheets to be submitted to Nick Mangas, nmangas@cityofjackson.org.

       

      INVOICING:    Please send to the following:
                      City of Jackson Water Treatment Plant 
                      Attn.:  Chandra Willinger
                      161 W. Michigan Avenue, 6th Floor
                      Jackson, MI 49201
                      517-768-6072    cwillinger@cityofjackson.org
       

    • Security

      Security shall be included, but not limited to the following:

      A.    Contractor shall certify that employees assigned to work on City of Jackson property have successfully completed a background check as a condition of employment with their current employer.
      B.    Contractor shall provide the names and positions/task assigned of the employee required to work on City of Jackson property.  Contractor shall also ensure that each employee be provided with and carry a photo identification card.  Subcontractors shall comply with the same and report to the prime contractor.
      C.    Contractor shall notify the City of Jackson in advance of any new company and/or contractor employees not originally identified in accordance with items A and B (above) prior to gaining entry to water treatment property.
      D.    Contract personnel will be required to identify themselves at one of the two security gates prior to entering.
      E.    Water personnel prior to entering shall meet chemical haulers at the entrance gate.  Product to be delivered and the authorized driver shall be validated.

    Submission Requirements

    • Proposal Confirmation (required)

      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.

    • Contract Compliance (required)

      The undersigned certifies that he/she/it will not discriminate against any employee or applicant for employment with respect to hire, tenure, term, conditions, or privileges or employment because race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap.

      In connection with this commitment, the undersigned understands that he/she/it name will be reviewed by the State of Michigan, Department of Civil Rights for determination of its status as an awardable Bidder.

      The undersigned hereby agrees that he/she/it will abide by the terms of any agreements made with the City of Jackson in order to achieve awardable status.

       

    • Equal Employment Opportunity Certification (required)

      The undersigned understands and agrees that, as a Contractor for services, there shall be no discrimination against any employee or applicant for employment because of race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap, including but not limited to employment, upgrading, demotion, or transfer; recruitment or recruitment  advertising;   layoff   or   termination;   rates   of   pay   or   other   forms   of compensation and selection for training.

      The Contractor further agrees to the following:

      (a)       It will assist and actively cooperate with the City in obtaining compliance of any subcontractors with the equal opportunity rules, regulations, and relevant orders.

      (2)       It will furnish the City such information as might be required for the supervision of its compliance program and will otherwise assist the City in the discharge of its responsibility for ensuring compliance.

      (3)       In the event that the Contractor fails or refuses to comply with the equal opportunity regulations, the City may cause to be canceled, terminated, or suspended in whole or in part the contractual arrangement between the City and the Contractor.

    • Non-Discrimination Clause for All City of Jackson Contracts (required)

      In connection with the performance of this contract, the contractor agrees as follows:

      1.         The contractor will not discriminate against any employee/employer for employment because of race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap.  The contractor will take affirmative action to ensure that minority applicants are employed, and that employees are treated during employment without regard to their race, religion, color, national origin, age, sex, height, weight, marital status or handicap.   Such action shall include, but not be limited to, the following:  layoff or termination, rates of pay or other forms of compensation, selection for training, upgrading or promotion, transfer or recruitment.

      2.         The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, national origin, age, sex, height, weight, marital status or handicap.  As a disclaimer, the contractor may state in the advertisement that he/she is an equal opportunity employer.

      3.         The contractor will furnish and file compliance reports with the City of Jackson as requested.

      Such reports shall elicit information as to the practices, policies, program and employment statistics for the contractor and said contractor shall permit access to all books, records and accounts regarding employment practices by agents and representatives of the City duly

      charged with investigative duties to assure compliance with this clause.

      4.         Breach of the covenants herein may be regarded as a material breach of the contract or purchasing agreement.

      5.         The contractor will include, or incorporate by reference, the provisions of paragraphs (1) through (4) in every subcontract or purchase order unless exempted by the rules, regulations or orders of the Michigan Civil Rights Commission and will provide in every subcontract or purchase order that said provisions will be binding upon each subcontractor or seller.

    • Certification of Nonsegregated Facilities (required)

      The bidder certifies that he does not maintain or provide for his employees any segregated facilities and do not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained.  The bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained.  The bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this bid.  As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise.  The bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certification from proposed subcontractors prior to the award of subcontracts exceeding

      $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files.

    • Right to Know Contractor Release Form (required)

      I am an authorized representative and I am aware that as a requirement to perform work for the City of Jackson on a contractual basis, I must have provided my employees with the basic training requirements of the HAZARD COMMUNICATION STANDARD as prescribed by the Michigan Right to Know amendments to Act 154 of the Public Acts of 1974 (Act 80, Public Acts 1986), prior to starting any work for the City.  While engaged in working for the City, I will continue to comply with Michigan Right to Know Law until completion of the contract.

      I am aware that if I bring any hazardous chemical to the City's workplace, I must have available the MSDS for these chemicals, in a place accessible to all employees in the workplace.  If necessary, due to the "special protection information" requirement stated on the MSDS for the chemicals, I will provide all employees with any special training, special protective clothing or equipment necessary to eliminate or lessen the possible exposure to the hazardous chemical or chemicals.

      By execution of this Release, the contractor acknowledges that he and   all subcontractors and suppliers, will comply with all requirements of the HAZARD COMMUNICATION STANDARD.  Further, the contractor shall hold harmless from and indemnify the City against all claims, suits, actions, costs, counsel fees, expenses, damages, judgements or decrees, by reason of his failure, or the failure of any subcontractor, suppliers, or any person employed under said contractor to comply with the requirements of Act 154 of the Public Acts of 1974 as amended.

    • Non-Collusion Affidavit of Prime Bidder

      Please download the below documents, complete, and upload.

    • Ethics Disclosure Form

      Please download the below documents, complete, and upload.

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Procurement and/or Project Contact

      Select the information you would like display.

    Questions & Answers

    Q (Documents): Can you please upload the bid documents

    A: You will find information under Instruction to Bidders, and the Price Table within the electronic document as well as the links for each required document response. To start, you will click "Draft Response" and navigate through the tabs on the left and on the top as well. You are only able to upload the documents within OpenGov.com, not from copies.


    Q (Specifications): Can the specifications be downloaded?

    A: Each chemical specification is listed under Instructions to Bidders. Any documents or specifications that you would like to submit with the bid can be added under the "Attachments" tab. However, the pricing must be submitted on the Pricing Table. Please note there is a "No Bid" box to check for any chemicals or freight that is not included in your bid. Each box must contain either a price or a no bid for your document to submit properly.


    Key dates

    1. April 29, 2026Published
    2. May 27, 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.