SLED Opportunity · MASSACHUSETTS · CITY OF FALL RIVER
AI Summary
City of Fall River seeks cement for concrete sidewalks meeting Massachusetts Building Code and MassDOT standards. Requires 4,000 psi compressive strength, air entrainment, approved mix designs, and strict weather placement protocols. Bids due April 16, 2026. Contract awarded to lowest responsible bidder.
The City of Fall River is looking to acquire cement for concrete sidewalks. Concrete pouring in Massachusetts must adhere to the 9th Edition of the Massachusetts Building Code (780 CMR) and MassDOT standards, typically requiring a minimum compressive strength 4,000 psi depending on application. Key requirements include air entrainment for freeze-thaw durability, using approved mix designs (RMS 043), proper curing, and strictly controlled cold/hot weather placement protocols.
The City of Fall River is looking to acquire cement for concrete sidewalks. Concrete pouring in Massachusetts must adhere to the 9th Edition of the Massachusetts Building Code (780 CMR) and MassDOT standards, typically requiring a minimum compressive strength 4,000 psi depending on application. Key requirements include air entrainment for freeze-thaw durability, using approved mix designs (RMS 043), proper curing, and strictly controlled cold/hot weather placement protocols.
| Release IFB Date: | March 30, 2026 |
| Question Submission Deadline: | April 14, 2026, 12:00pm |
| Bid Submission Deadline: | April 16, 2026, 2:00pm |
Concrete pouring in Massachusetts must adhere to the 9th Edition of the Massachusetts Building Code (780 CMR) and MassDOT standards, typically requiring a minimum compressive strength 4,000 psi depending on application. Key requirements include air entrainment for freeze-thaw durability, using approved mix designs (RMS 043), proper curing, and strictly controlled cold/hot weather placement protocols.
Key Structural and Material Specifications
Cold and Hot Weather Requirements
Construction Guidelines
Documentation
Cement Concrete Sidewalk Specifications
Contract(s) of purchase shall be awarded to the lowest responsible bidder(s) as declared by the City of Fall River. The contract awarded between the City of Fall River and the successful vendor(s): shall establish the contractual obligation regarding the specific items, specifications and quantities to be provided to the City of Fall River Police Department. No such subsidiary contract issued by another City of Fall River Agency shall provide for any deviation from the specifications, price or quality, or delivery set forth in the master contract pursuant to these specifications. No vendor shall be required or permitted to extend bid prices to participating contracting units unless so specified in the bids. The purpose of the master contract with respect to the City of Fall River, shall be to establish the specifications and price. The successful vendor shall invoice any other City of Fall River agency independently of this contract, and other City of Fall River Agencies shall pay the vendor directly.
Amounts shown are estimates only for the City of Fall River. Purchases will be made based on the actual requirements, no minimums or maximums apply. The successful bidder will be responsible for developing delivery schedule with the department/facility.
Delivery by June 1st,2026
All products furnished under these specifications must be new and of good quality material; in no case shall be used, reconditioned, or will obsolete products be accepted. In all matters of detail, products must be manufactured in accordance with the best trade customs and professional standards of the work of like character and purpose, and generally recognized by trade standards. The City of Fall River reserves the right to obtain from the apparent low bidder(s) information and samples on proposed products prior to contract award to verify the products are of an acceptable grade. If this information cannot be provided or the City of Fall River determines that the items are not acceptable, this request may be made by the next apparent low bidding firm.
Bidders are expected to examine the specifications, any drawings, standard provisions and all instructions. Failure to do so will be at the bidder’s risk. Bids which are submitted on other than authorized forms or with different terms or provisions may not be considered as responsive bids. The apparent silence of the specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the specifications shall be made on the basis of this statement.
Each bidder shall furnish the information required by the bid documents. Bids signed by an agent are to be accompanied by evidence of his authority unless such evidence has been previously furnished to the City of Fall River.
The bidder should quote its lowest and best price. If delivery and shipping quantities affect a unit bid price, multiple bids may be made so as to indicate “price break” quantities in order for the City of Fall River to determine maximum economic benefits.
Pricing should include packaging and transportation unless otherwise specified. All prices shall be entered on the PRICING SCHEDULE.
Bids must be firm. If the bidder believes it necessary to include in its price a price adjustment, however, such a bid may be considered but only as an alternate bid. Bids on items should be quoted F.O.B. destination. If the quoted price does not include transportation charges, such charges must be itemized separately; provided, however, that the City of Fall River shall have the right to designate what method of transportation shall be used to ship the goods. The City of Fall River does not have to pay federal excise taxes or state and local sales and use taxes, except for contracts for improvements to real property.
Pre-award inspection of the Firm’s facility may be made prior to the award of Contract. Bids will be considered only from firms that are regularly engaged and licensed in the business of providing the goods and/or services described in IFB#26-22 for a reasonable period; and have a sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. In making the award, the City of Fall River may consider any evidence available to it of the financial, technical, and other qualifications and abilities of the Firm, including past performance (experience) with the City of Fall River and other similar customers. The City of Fall River must also be satisfied that Firm has adequate storage capacity on the premises for the material required to perform this contract. A record of non- or poor performance may disqualify a Firm from award.
Bidder will indemnify and hold harmless the City of Fall River, its officers, employees, agents, attorneys, representatives, successors and assigns from any and all claims, demands, costs, expenses (including attorney’s fees and expert witness fees), liabilities and losses of whatsoever kind or character arising out of or in connection with any act or omission of Bidder or its officers, employees or agents, during the term of this Contract. Bidder will assume on behalf of the City of Fall River and the indemnified parties described above, and conduct with due diligence and in good faith, the defense of any and all such claims, whether or not the City of Fall River is joined therein, even if such claims be groundless, false or fraudulent.
Bidder will submit separate invoices, in duplicate, on each purchase order or purchase release after each delivery. Invoices will indicate the purchase order along with the revision number, and the contract number. Invoices will be itemized and transportation charges, if any, will be listed separately. A copy of the bill of lading and the freight waybill when applicable will be attached to the invoice and mailed to the City of Fall River at the address specified on the purchase order or acceptance letter. Payment will not be due until thirty (30) days after the date the above instruments are submitted or delivery, whichever is later. The City of Fall River reserves the right to review all of Bidder’s invoices after payment and recover any overcharge resulting from such review.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Company Name:
Address:
Contact Person:
Description of services and or products purchased through your company:
Company Name:
Address:
Contact Person:
Description of services and or products purchased through your company:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Ex. January 1, 2026
This will add Cert Regarding Lobbying
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.