Active SLED Opportunity · CONNECTICUT · TOWN OF MANCHESTER
AI Summary
Town of Manchester seeks bids for water treatment chemicals including hydrated lime, sodium hypochlorite, PACI coagulant, liquid chlorine, and others. Contract term is August 2026 to July 2027 with delivery within 48 hours. Compliance with AWWA standards, insurance, wage laws, and ARPA funding applies. Bids due May 22, 2026.
The Town of Manchester is soliciting bids for Chemicals for Water Treatment. All bid prices must include delivery costs, unloading and all fuel surcharges, if any.
To All State and Political Subdivisions, Their Agents, and Contractors Connecticut General Statute 31-55a - Annual adjustments to wage rates by contractors doing state work.
Sec. 31-55a. Annual adjustments to wage rates by contractors doing state work. Each contractor that is awarded a contract on or after October 1, 2002, for (1) the construction of a state highway or bridge that falls under the provisions of section 31-54 of the general statutes, or (2) the construction, remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project that falls under the provisions of section 31-53 of the general statutes shall contact the Labor Commissioner on or before July first of each year, for the duration of such contract, to ascertain the prevailing rate of wages on an hourly basis and the amount of payment or contributions paid or payable on behalf of each mechanic, laborer or worker employed upon the work contracted to be done, and shall make any necessary adjustments to such prevailing rate of wages and such payment or contributions paid or payable on behalf of each such employee, effective each July first.
The prevailing wage rates applicable to any contract or subcontract awarded on or after October 1, 2002 are subject to annual adjustments each July 1st for the duration of any project which was originally advertised for bids on or after October 1, 2002. Each contractor affected by the above requirement shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. It is the contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor’s Web Site. The annual adjustments will be posted on the Department of Labor Web page: www.ctdol.state.ct.us. For those without internet access, please contact the division listed below. The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project. All subsequent annual adjustments will be posted on our Web Site for contractor access. Any questions should be directed to the Contract Compliance Unit, Wage and Workplace Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at (860)263-6790.
This bid may be subject to the provisions of ARPA funding. A summary description of the American Rescue Plan Act is attached. Bidders will be asked to provide their SAM (System for Award Management) registration number in the Vendor Information section of this bid.
This contract is subject to provisions of the Town of Manchester Living Wage Ordinance. A summary description of the ordinance and the certification form is attached. Bidders are asked to indicate on the attached Certification Form if your firm would be considered a covered employer. The Certification Form shall be returned to the Town with the proposal.
(A)(1) The contractor agrees and warrants that in the performance of the contract such contractor will not discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, status as a veteran, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such contractor that such disability prevents performance of the work involved, in any manner prohibited by the laws of the United States or of the state of Connecticut; and the contractor further agrees to take affirmative action to ensure that applicants with job-related qualifications are employed and that employees are treated when employed without regard to their race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, status as a veteran, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such contractor that such disability prevents performance of the work involved; (2) The contractor agrees, in all solicitations or advertisements for employees placed by or on behalf of the contractor, to state that it is an “affirmative action-equal opportunity employer” in accordance with regulations adopted by the Commission on Human Rights and Opportunities; (3) The contractor agrees to provide each labor union or representative of workers with which such contractor has a collective bargaining agreement or other contract or understanding and each vendor with which such contractor has a contract or understanding, a notice to be provided by the Commission on Human Rights and Opportunities advising the labor union or workers' representative of the contractor's commitments under this section, and to post copies of the notice in conspicuous places available to employees and applicants for employment; (4) The contractor agrees to comply with each provision of this section and sections 46a-68e and 46a-68f and with each regulation or relevant order issued by said commission pursuant to sections 46a-56, 46a-68e, 46a-68f and 46a-86; and (5) The contractor agrees to provide the Commission on Human Rights and Opportunities with such information requested by the commission, and permit access to pertinent books, records and accounts, concerning the employment practices and procedures of the contractor as relate to the provisions of this section and section 46a-56.
(B) If the contract is a public works contract, municipal public works contract or contract for a quasi-public agency project, the contractor agrees and warrants that he or she will make good faith efforts to employ minority business enterprises as subcontractors and suppliers of materials on such public works or quasi-public agency project.
(C) For the purposes of this section, “contract” includes any extension or modification of the contract, “contractor” includes any successors or assigns of the contractor, “marital status” means being single, married as recognized by the state of Connecticut, widowed, separated or divorced, and “mental disability” means one or more mental disorders, as defined in the most recent edition of the American Psychiatric Association's “Diagnostic and Statistical Manual of Mental Disorders”, or a record of or regarding a person as having one or more such disorders. For the purposes of this section, “contract” does not include a contract where each contractor is (1) a political subdivision of the state, including, but not limited to, a municipality, unless the contract is a municipal public works contract or quasi-public agency project contract, (2) any other state, as defined in section 1-267, (3) the federal government, (4) a foreign government, or (5) an agency of a subdivision, state or government described in subdivision (1), (2), (3) or (4) of this subsection.
(D) For the purposes of this section, “minority business enterprise” means any small contractor or supplier of materials fifty-one per cent or more of the capital stock, if any, or assets of which is owned by a person or persons: (1) Who are active in the daily affairs of the enterprise, (2) who have the power to direct the management and policies of the enterprise, and (3) who are members of a minority, as such term is defined in subsection (a) of section 32-9n of the Connecticut General Statutes; and “good faith” means that degree of diligence which a reasonable person would exercise in the performance of legal duties and obligations. “Good faith efforts” shall include, but not be limited to, those reasonable initial efforts necessary to comply with statutory or regulatory requirements and additional or substituted efforts when it is determined that such initial efforts will not be sufficient to comply with such requirements.
(E) The contractor shall develop and maintain adequate documentation, in a manner prescribed by the Commission on Human Rights and Opportunities, of its good faith efforts.
(F) The contractor shall include the provisions of subsections (a) and (b) of this section in every subcontract or purchase order entered into in order to fulfill any obligation of a contract with the state, and in every subcontract entered into in order to fulfill any obligation of a municipal public works contract or contract for a quasi-public agency project, and such provisions shall be binding on a subcontractor, vendor or manufacturer, unless exempted by regulations or orders of the Commission on Human Rights and Opportunities. The contractor shall take such action with respect to any such subcontract or purchase order as the commission may direct as a means of enforcing such provisions, including sanctions for noncompliance in accordance with section 46a-56; provided, if such contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the commission regarding a state contract, the contractor may request the state of Connecticut to enter into any such litigation or negotiation prior thereto to protect the interests of the state and the state may so enter.
Within ten (10) business days of the award or notice, or prior to the start of work, whichever comes first, the contractor will provide, pay for, and maintain in full force and effect the insurance outlined here for coverage’s at not less than the prescribed minimum limits of liability. Such coverage is to remain in force during the life of the contract and for such additional time as may be required, and will cover the contractor/ independent insured’s activities, those of any and all subcontractors, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. Any failure to comply with reporting requirements and provisions of the policies shall not affect coverage provided to Town, its officers, officials, agents, or employees.
A.
Certificates of Insurance: The contractor will give the owner a certificate of insurance completed by a duly authorized representative of their insurer certifying that at least the minimum coverage’s required here are in effect and specifying that the liability coverage’s are written on an occurrence (or claims-made where applicable) form and that the coverage’s will not be canceled, non-renewed, or materially changed by endorsement or through issuance of other policy(ies) of insurance without sixty (60) days advance written notice to the Purchasing Division. Failure of the owner to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the owner to identify a deficiency from evidence provided will not be construed as a waiver of the contractor’s obligation to maintain such insurance. Any failure to comply with reporting requirements and provisions of the policies shall not affect coverage provided to Town, its officers, officials, agents, or employees.
B.
Insurer Qualification: All insurance will be provided through companies authorized to do business in the State of Connecticut and considered acceptable by the owner. Insurance Companies shall maintain a minimum A.M. Best rating of A-/VIII.
C.
Additional Insured: The policy or policies providing insurance as required, with the exception of professional liability and workers’ compensation, will defend and include the owner, directors, officers, representatives, agents and employees, and where applicable owner’s architects or engineers, as additional insureds on a primary and noncontributory basis for work performed under or incidental to this contract.
D.
Retroactive Date and Extended Reporting Period: Coverage, whether written on a claims made or occurrence basis, shall be maintained without interruption from the date of commencement of the Work until date of final payment and then extended for an additional three (3) years from date of final payment.
If any insurance required here is to be issued or renewed on a Claims Made form as opposed to an Occurrence form, the retroactive Date for coverage will be no later than the commencement date of the project. The Claims Made form will have an Extended Reporting Period of three years from the date of project completion. All Claims made policies cancelled or non-renewed and not replaced by a subsequent claims made policy will have an Extended Reporting period of three years from the date of cancellation or non-renewal.
E.
Subcontractors’ Insurance: The contractor will require each subcontractor hired by and/or employed by contractor to purchase and maintain insurance of the types specified below. When requested by the owner, the contractor will furnish copies of certificates of insurance evidencing coverage for each subcontractor.
F.
Waiver of Subrogation: The contractor/subcontractor will purchase required insurance policies that shall be endorsed with a waiver of subrogation and all rights of recovery in favor of the Town, its officers, officials, agents and employees. The contractor will require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section.
G.
Indemnification/Defense/Hold Harmless: To the extent provided by law, the contractor shall indemnify, defend, and hold harmless the owner, officers, officials, agents and employees, and if applicable, the engineer and their agents and employees from and against all claims, damages, losses and expenses, including attorney’s fees of counsel selected by the owner, arising out of or resulting from the performance of the work and /or the supplying of materials, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom, and (b) is caused in whole or in part by any negligent act or omission of the contractor/ insured, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not they are caused in part by a party indemnified hereunder.
In accordance with the provisions of the Town Charter, sealed proposals will be received not later than the date and time set forth above, for furnishing the commodities and/or services listed herein. Proposals must be executed in accordance with and subject to instructions and specifications contained herein.
The Town of Manchester is an equal opportunity employer and requires an affirmative action policy for all of its Contractors and Vendors as a condition of doing business with the Town, as per Federal Order 11246. By submitting the Proposal for this bid, all vendors and contractors agree to this condition of doing business with the Town, and should the Town choose to audit their compliance, the vendor agrees to cooperate fully.
This project includes federal funding and is subject to federal prevailing wage requirements as well. The Contractor is required to pay the higher of the federal or state rate for each wage classification.
A.
To the extent applicable, the amounts and types of insurance will conform to the minimum terms, conditions, and coverages of Insurance Services Office (ISO) policies, forms, and endorsements.
B.
If the contractor has self-insured retention’s or deductibles under any of the following minimum required coverage’s, the contractor must identify on the certificate of insurance the nature and amount of such self-insured retention’s or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be the contractor/ independent insured’s sole responsibility.
C.
Workers’ Compensation Insurance: With respect to all operations the Contractor performs and all those performed for it by subcontractors, the Contractor shall carry, and require each subcontractor to carry Workers’ Compensation insurance as required by the laws of the State of Connecticut.
Employer’s Liability insurance shall be provided in amounts not less than:
• $500,000 per accident for bodily injury by accident,
• $500,000 policy limit by disease; and
• $500,000 per employee for bodily injury by disease.
D.
Commercial General Liability Insurance: With respect to the operations the Contractor performs and also those performed for it by subcontractors, the Contractor shall carry, and require each subcontractor to carry, Commercial General Liability insurance, including Contractual Liability, Products and Completed Operations, Broad Form Property Damage and Independent Contractors in an amount not less than $1,000,000 combined single limit, per occurrence, and $2,000,000 aggregate. Owner shall be included as additional insured. Per project aggregate to apply.
Notes:
•If underground work is to be undertaken, each policy shall have coverage for and exclusions removed for “Explosion, Collapse and Underground” (“XCU”) hazards.
•Should blasting be required, all necessary permits for the use of explosives shall be obtained by the contractor or insured from the Fire Marshall.
E.
Automobile Liability Insurance: The Contractor shall obtain automobile liability insurance with a minimum limit of $1,000,0000 combined single accident, covering the operation of all motor vehicles, including those hired or borrowed, that are used in connection with the Project for all damages arising out of bodily injury to or death of all persons and/or injury to or destruction of property. This policy shall not be subject to an annual aggregate limitation.
F. Umbrella/Excess Coverage: contractor shall purchase and maintain umbrella/excess liability insurance with a limit of not less than $1,000,000 per occurrence/aggregate, covering all lines of insurance required by this contract. This coverage is required to sit above the underlying General Liability, Automobile Liability and Employer Liability part of the Workers Compensation policies. Depending on the scope and size of risk of the work to be performed, higher limits of coverage may be required.
G.
Owner’s and Contractor’s Protective Liability Insurance for and in the Name of the Town and/or State: With respect to the Contractor’s operations and also those of its subcontractors, the Contractor shall carry, for and on behalf of the Town and/or State for each accident or occurrence resulting in damages from bodily injury to or death of persons and/or injury to or destruction of property, with a minimum of $1,000,000 per occurrence.
Other Insurance Coverage That May Be Required:
• Professional Liability: Not less than $1,000,000 per claim and aggregate to be maintained for the duration of the agreement and three years following its termination. This insurance requirement applies when a contractor has a professional designation or license and/or is providing professional services. The minimum limit for architects and engineers is $1,000,000 per claim and in the aggregate and may be increased depending upon the nature of the services to be provided to Owner.
• Cyber Risk Insurance: Not less than $1,000,000 per cyber incident to be maintained for the duration of the agreement and three years following its termination. This insurance requirement applies when a third party will be using, storing, or accessing private, confidential or protected information.
• Environmental Liability: Not less than $1,000,000 per claim and in the aggregate. This insurance requirement applies when a contractor will be performing environmental clean-up work (decontamination/remediation), will be working with hazardous substance or waste, or may have similar such exposures while performing work under the proposed agreement. Higher limits of environmental liability coverage may be required depending upon the scope of work.
** Exceptions to the above requirements are subject to the sole discretion of the Town of Manchester **
Version 4.2.2024
Effective February 1, 2010, the Town of Manchester adopted a living wage ordinance. This Summary Description is designed to provide any vendor bidding on a Town of Manchester contract with the key provisions of that ordinance. It does not contain the full ordinance.
LIVING WAGE REQUIREMENT:
The ordinance requires that companies awarded service contracts by the Town of Manchester exceeding $25,000 in any one fiscal year pay their Eligible Employees a living wage. Companies considered Covered Employers subject to this requirement are defined below. The Town of Manchester has determined that the contract resulting from this bid or Request for Proposals will be subject to the ordinance if the total contract value is $25,000 or more in any one fiscal year.
The living wage is currently calculated to be $17.78 per hour for employees that are provided comprehensive health care benefits, or $26.07 per hour for employees that are not provided comprehensive health care benefits.
The living wage and health benefit requirements are adjusted annually each July, effective July 1, 2010. Companies will be required to pay the applicable living wage rate in effect during the term of their contracts.
COVERED EMPLOYERS AND EXEMPTIONS:
The ordinance requires that Covered Employers pay the living wage rate. Certain employers are excluded from paying the living wage rate. They are as follows:
Non-profit organizations as defined by the ordinance, and
Entities that employ less than 25 eligible employees.
ELIGIBLE EMPLOYEES:
Eligible employees are all permanent, full time employees of the company (defined as a normal work week of at least 30 hours), working in the State of Connecticut, not just those working on the Town contract. The following are not considered eligible employees for the purposes of the living wage requirement:
Employees with a normal work week of less than 30 hours.
Seasonal or temporary employees.
Employees under the age of 18.
Employees hired as part of a school-to-work program.
Students who serves in a work-study program or as an intern.
Trainees participating for not more than six months in a training program.
Employees enrolled in a governmentally funded vocational rehabilitation program.
Volunteers working without pay.
Employees exempted under Section 14(c) of the Fair Labor Standards Act due to disabilities.
Any person whose wage rate is subject to a federal or State of Connecticut statute or regulation mandating a prevailing wage rate.
EMPLOYER OBLIGATIONS:
Covered Employers are required to do the following pursuant to the ordinance.
Certify with the submission of their bid or proposal a) that they will pay the required living wage to eligible employees if awarded a contract, or b) that they are exempt from requirements of the ordinance,
Upon award, covered employers shall provide the Town a sworn affidavit affirming that all eligible employees of the covered employer working in the State of Connecticut are receiving the living wage and health benefits required by this ordinance.
This sworn affidavit shall be provided thereafter on an annual basis within 30 days of a request being made by the Town if the duration of the contract exceeds one (1) year.
Notify their employees of their rights under the Living Wage Ordinance by posting a copy of the ordinance and other materials prepared by the Town of Manchester in locations where employees will see them.
Make best efforts to attempt to hire residents of the Town of Manchester for all new positions which result from a service contract subject to the ordinance.
PROHIBITED PRACTICES:
Covered Employers cannot decrease non-wage benefits (such as insurance, vacation, or pension) as a means of complying with the living wage requirements.
Covered Employers cannot retaliate or discriminate against any employee for making a complaint against the covered employer regarding compliance with living wage requirements.
ENFORCEMENT:
The Town may enforce the provisions of this ordinance by the imposition of fines, suspension of contract or declaring the Covered Employer ineligible for future contracts.
WAIVERS:
The ordinance provides for the waiver of certain requirements in the ordinance. However, no waivers will be considered until the bidding process has been completed and a contract has been awarded. Requests for waivers must be made by the Covered Employer, in writing, to the Town Manager. The Town Manager shall submit the waiver request to the Board of Directors, which shall have the sole discretion as to whether it is granted.
The above is intended to be a summary of the requirements of the living wage ordinance as they affect covered employers and is provided for informational purposes only. Employers should read the entire Living Wage Ordinance. It can be found online at www.manchesterct.gov Purchasing and click on Living Wage Ordinance.
As direct recipients of State and Local Fiscal Recovery Funds (SLFRF) under the American Rescue Plan Act (ARPA), the Town of Manchester (Town) and its departments are required to provide evidence of exercising due diligence in assessing the qualifications of subrecipients and the processes that they employ to meet the requirements of managing, administering, and accounting for ARPA funds in accordance with regulations.
A subrecipient is a non-Town entity that receives a sub-award of ARPA funds for the purpose of carrying out projects that have been authorized though the legislative process.
Subrecipient (200.93): Subrecipient means a non-Federal entity (grantee) that receives a subaward from a pass-through entity (Manchester) to carry out part of a Federal program; but does not include an individual that is a beneficiary of such a program.
The U.S. Federal UEI (Unique Identifier Entity Number) number (this number was historically referred to as the DUNS number) must be provided before an award is made. Please note: If UEI numbers cannot be obtained through SAM.gov in a timely manner, the grantee Taxpayer Identification Number (TIN) will be accepted in the interim.
Important Instructions for Electronic Submittal
Specifications and bid forms must be obtained online at Town of Manchester Procurement Portal (opengov.com). The exclusive means by which all prospective bidders may obtain bid packages, direct inquiries, request and receive addenda and supplemental information, and submit bids and proposals, shall be through the Town of Manchester’s OpenGov portal.
Bids may be received up to the deadline date and time listed in the solicitation documents, via the Town’s e-Procurement Portal. The Town e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The Town of Manchester strongly recommends completing your response well ahead of the deadline.
Addenda Notification and Acknowledgement
Addenda Notification: Bidders are required to register for an account via the Town’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, you will receive addenda notifications to your email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at Town of Manchester Procurement Portal (opengov.com).
Submitting Questions and Receiving Responses
Bidders shall submit all inquiries regarding this bid via the Town’s e-Procurement Portal. Please note any deadline for submitting inquiries. All answers to inquiries will be posted on the Town’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries.
When applicable, state bids will be considered for this service.
The Purchasing Authority reserves the right to waive any informality or reject any and all bids. In addition to the bid specifications, all bids are subject to the terms, provisions and conditions of the Manchester Charter, Code of Ordinances, and Purchasing Guidelines. By bidding on the proposed purchase, the bidder agrees to such terms, provisions and conditions.
An Equal Opportunity/Affirmative Action Employer
These rules and regulations have been adopted by the Board of Directors of the Town of Manchester pursuant to Section 5-22 of the Town Charter. They are standard for all competitive bidding proposals issued by the Town of Manchester, Connecticut for contracts of all types where labor, materials, and necessary equipment to complete work is to be furnished to the Town, where the Town is to purchase supplies, materials, and equipment, where the Town is to sell surplus materials and equipment, or where the Town is to sell real estate. These rules and regulations shall be binding upon all prospective bidders and the Town of Manchester.
The Town will not pay a delivery charge. Delivery charges, if any, must be included in bid price.
Quantities indicated are estimated only and are based on past experience. The Town is not bound by the quantities stated herein. No guarantee is made for any quantities stated nor is a guarantee made for the total bid.
Bidders shall provide with their bid submission, required product data, analytical data and a completed MATERIAL SAFETY DATA SHEET (MSDS) or SAFETY DATA SHEET (SDS) for all chemicals they will supply under this Contract. (All shipments will include a certificate of analysis of that lot of chemical.)
Bidders shall provide with their bid a letter stating that it meets the applicable AWWA and ANSI/NSF 60 standards.
Safety Data Sheet shall accompany each shipment and all shipments will include a Certificate of Analysis (COA) of that lot of chemical. Noncompliance of product shall not be the responsibility of the Town.
A 24 to 48 hour advance notice of delivery is required on all palletized shipments. Because there is no loading dock at the New State Road delivery location, a truck with a power lift gate is preferred. All shipments made via common carrier shall notify the Water & Sewer at (860) 458-8345 twenty-four (24) hours before arrival. The hours for delivery at the Globe Hollow Water Treatment Plan.
If any shipments delivered to the Town do not meet these Specifications, AWWA Specifications or quality control tests performed by the Town, notice will be given to the bidder within 120 days after receipt of the chemical. In that event, the bidder shall, at his own expense, remove the product from the Town’s premises and replace it with a like amount of satisfactory chemical, or issue credit to the account, whichever the Town desires.
The Town further reserves the right to terminate this agreement upon receipt of any material delivered pursuant to this agreement which fails to conform to the specifications contained herein or fails to meet minimum performance and/or quality standards.
1. The Purchasing Authority may delete or modify any of the instructions to bidders for a particular proposal, indicating such change in the appropriate section of the proposal documents. The Purchasing Authority may insert special instructions in any special contracts which are subject to competitive bidding.
2. The proposal is signed by the bidder with full knowledge of, and agreement with, the general specifications, conditions, and requirements of this bid. In addition to the bid specifications, all bids are subject to the terms, provisions and conditions of the Manchester Charter, Code of Ordinances, and Purchasing Guidelines. By bidding on the proposed purchase or service, the bidder agrees to such terms, provisions, and conditions.
3. The Town has transitioned to electronic bidding. Vendors should submit solicitation responses electronically via the Town of Manchester Procurement Portal. Vendors will be asked to register and should do so prior to submitting bid documents.
4.This bid and any addenda will be issued on the Town of Manchester website bidding portal. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents.
5. Bid prices may not be withdrawn by bidder for 90 days after bid opening.
6. Proposals received later than the time and date specified will not be considered. Amendments to, or withdrawals of bids received later than the time and date set for bid opening will not be considered.
7. All bids shall be opened via a virtual meeting link posted and read aloud. All bids shall be tabulated and copies of said tabulation shall be posted on the website
8. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or the State of Connecticut.
9. Purchases made by the Town of Manchester are exempt from payment of Federal Excise Taxes and the Connecticut Sales Tax and such taxes must not be included in bid prices. Federal Excise Tax exemption certificates, if requested, will be furnished.
10. The Bidder, where applicable, shall insert/include the price per stated unit and extend a total price for each item. In the event there is a discrepancy between the unit price and the extension, the unit price will govern. The total cost shall be the sum of the extended prices.
11. Bidders shall, where applicable, submit terms for payment in spaces provided in the proposal form, showing the amount of cash discount which shall apply to bid prices when paid within the stated number of days in the proposal.
12. All inquiries shall be submitted within the time limitations specified in the bid documents and shall be requested via the online portal Q&A. All information given by the Town other than through the OpenGov portal shall be informal and shall not be binding upon the Town nor shall it furnish a basis for legal action by any bidder or prospective bidder against the Town.
12A. The Town reserves the right to reject any and all bids, to waive technical defects and to make such awards including accepting a bid, although not the low bid, as it deems in its sole discretion to be in the best interest of the Town. The Town reserves the right to reject any bid if the bidder, any officer of the bidder, or any other company owned in whole or in part by any officer(s) of the bidder, is delinquent in the payment of any taxes or fees owed to the Town. The Town reserves the right to require a disclosure statement from the bidder listing the name(s) of all officers of the company.
12B. In the event the Town determines that a contractor is delinquent in any payment due the Town, then the Town may offset the delinquent amount due to the Town against the sums owed the contractor.
13. The Town of Manchester may make such investigation as deemed necessary to determine the ability of the bidder to discharge a contract. The bidder shall furnish the Town with all such information and data as may be required for that purpose. The Town reserves the right to reject any bid if the bidder fails to satisfactorily convince the Town that he is properly qualified by experience and facilities to carry out the obligations of the contract and to satisfactorily complete the work called for herein, or if the bid is conditional in nature.
14. Except where otherwise provided, a contract between the Town and a successful bidder shall consist of the Invitation to Bid, Specifications, Plans, Bid including Proposal form and these Rules and Regulations. Acceptance by the Town may be by purchase order for the portion of the work awarded to a contractor.
15. All Invitations to Bid shall be publicly advertised in a newspaper having a general circulation within the Town of Manchester, Connecticut.
16. Bids shall be made available on the Town of Manchester Purchasing Web Site via the Bidding site.
17. Alternate bids shall not be accepted unless otherwise specified in the bid documents.
18. Any act or acts of misrepresentation or collusion shall be a basis for disqualification of any bid or bids submitted by such persons guilty of said misrepresentation of collusion. In the event that the Town enters into a contract with any bidder who is guilty of misrepresentation or collusion and such conduct is discovered after the execution of said contract, the Town may cancel said contract without incurring liability, penalty, or damages.
19. In the event that any bidder wishes to protest the potential award of a bid, the bidder must make it’s protest in writing identify the protesting party and the bid number, title and shall include a factual summary of the basis of the protest including any documents that shall be considered and request a conference with respect thereto. Said protest must be received in the Town of Manchester Purchasing Office, within FIVE (5) business days after the award decision.
20. A conference with respect to said protest shall be scheduled by the Purchasing Authority and shall be attended by the Purchasing Authority or their designee and such other persons as the Purchasing Division and the Town Manager shall require attend. The subject matter of said conference shall be limited to the reasons for the protest specified in the written request for said conference. Said conference shall also include a discussion of all possibilities for a resolution of dispute. The Town shall make a decision in writing within three (3) business days after said conference and notify protesting bidder.
21. In the event that any protesting bidder wishes to take legal action against the Town, they must first fully comply with all of these Rules and Regulations, including those which have been changed by the Purchasing Authority pursuant to paragraph 1 herein.
22. Except for special instructions inserted in special contracts by the Purchasing Authority pursuant to paragraph 1 herein, in the event of any conflicts between these Rules and Regulations and the terms and conditions of any document these Rules and Regulations shall prevail.
23. The contractor shall not transfer, sublet, or assign the contract by Power of Attorney or otherwise to any person, firm, or corporation, or in any way vary the terms of the contract without written permission from the Town. The Town has the right to terminate with a thirty (30) day written notice to the contractor. The Town reserves the right to terminate the contract at any time during the contract period. Such termination shall be effective immediately after giving written notice to the contractor that the Town is terminating the contract.
24. All Awards shall be made by the Purchasing Authority.
25. The Town reserves the right to purchase additional items as listed in this invitation to bid, at the price herein bid, for a period of up to one (1) year from date of award.
26. Tariff Increases:
The prices set forth in this bid shall be firm and not subject to increase due to any new or increased tariffs, duties, or trade restrictions imposed after the bid submission date, whether by domestic or foreign authorities. The Seller assumes all risk and liability for any such increases and shall not pass on any additional costs to the Buyer unless agreed to in writing in advance.
Should the Seller seek an adjustment due to a material tariff change, the Seller must notify the Buyer in writing within ten (10) business days of the change, providing detailed documentation of the impact. The Buyer reserves the right to reject any proposed price adjustment or to seek alternative suppliers if an acceptable resolution is not reached.
27. The Town reserves the right to reject bids from companies that have on two or more occasions withdrawn their bids after bids have been opened.
Seller’s failure to make, or Buyer’s failure to take, any delivery or deliveries when due if caused by force majeure as hereinafter defined, shall not constitute a default hereunder nor subject the party so failing to any liability to the other; provided, however, that the party affected by such force majeure shall promptly notify the other of the existence thereof and of its expected duration and the estimate effect thereof upon its ability to perform its obligations hereunder.
Such party shall promptly notify the other when such force majeure circumstance has ceased to affect its ability to perform its obligations hereunder. The quantity to be delivered hereunder shall be reduced to the extent of the deliveries omitted for such cause, or causes, unless both parties agree that the total quantity to be delivered hereunder shall remain unchanged. As used herein, the term force majeure shall mean and include any Act of God or the public enemy, accident, explosion, fire, storm, earthquake, flood, drought, perils of the sea, strikes, lockouts, labor troubles, riots, sabotage, embargo, was (whether or not declared and whether or not the United States is a participant), federal, state or municipal law, regulation, order, license, priority, seizure, requisition or allocation, failure or delay of transportation, shortage of or inability to obtain supplies, equipment, fuel or labor, or any circumstance of a similar or different nature beyond the reasonable control of the party so failing.
Bid responses will be received by 11:00 am on Friday, May 22, 2026
Bid openings will be held virtually through Zoom.
ZOOM meeting instructions are as identified in the Introduction Section above.
The virtual bid opening will be exactly the same as a regular bid opening – Purchasing staff will open the bids and read the results out loud. Results are not final until reviewed, tabulations compiled and then posted/distributed to participants. In addition, the requesting department will recommend an award after a complete review of the submissions.
The hydrated lime shall be white, dry, finely divided powder obtained by the hydration of quicklime, which consists essentially of calcium oxide CaO. It shall contain no mineral or organic substances in quantities capable of producing deleterious or injurious affects upon the health of those consuming the water which has been treated with it. It should be free of lumps and any foreign material that may interfere with the operation of the dry feed machines of conventional design used in water treatment plants. The hydrated lime will be stored in a lime silo and metered using a screw conveyor, therefore, its size and quality must be such that it is readily conveyed from the lime silo to the mix tank.
The hydrated lime supplied must confirm to the AWWA standard for hydrated lime (AWWA B202-13) or the latest revision thereof. The hydrated lime shall have a minimum of 68% available calcium oxide. The supplier will be required to submit a statement or evidence that the hydrated lime to be furnished conforms to the AWWA standard. Each shipment of hydrated lime may be sampled and tested by the Town of Manchester. Any shipment that does not meet the specifications of AWWA B202 will be removed from the silo by the vendor with no expense to the Town.
Storage at the Globe Hollow Water Treatment Plant is as follows:
The annual estimated quantity is between 20 to 40 tons.
Bid price shall be the cost per pound, delivered.
Deliver to: Globe Hollow Water Treatment Plant at 125 Spring Street, Manchester, CT 06040.
Each bulk shipment must have a certified weight accompanying it. The supplier shall be capable of blowing the lime deliveries into a storage silo.
Delivery hours are Monday through Friday, 7:30 a.m. to noon.
Except as modified or supplemented herein, Sodium Hypochlorite shall be in accordance with the latest revision of standards for Sodium Hypochlorite, AWWA B300 and ANSI/NSF standard 60.
The bidder shall attach to his Bid a statement or evidence that the Sodium Hypochlorite complies with all applicable requirements of AWWA B300. Should quality tests, performed during the contract period, result in a product below these standards, the Hypochlorite shall be replaced by the supplier with a product that meets these specifications at no additional cost to the Town.
C A R B O Y S
The Sodium Hypochlorite solution supplied shall be at least 12% available chlorine by volume (trade %), shall be shipped in 5-gallon unbreakable, clean, dry plastic carboys. Carboys are to be dark in color; no white or opaque carboys will be accepted. Each carboy shall be marked in accordance with Interstate Commerce Commission regulations and AWWA B300.
The successful bidder for Sodium Hypochlorite will use memo billing to record the number of carboys delivered and picked up. The intent of memo billing is to keep track of carboys only and not dollars. The Town shall not pay any carboy deposit charges during the term of the contract. Upon completion of the contract all carboys will be returned to bidder. At that point, the Town agrees to pay bidder the container charge for any carboys not returned at the end of the contract period.
Prices quoted shall be per gallon delivered as needed to the Globe Hollow Water Treatment Plant at 125 Spring Street, and to several swimming pool locations in Manchester. The price shall include the pickup of carboys from each location and any freight on returning empty carboys to the shipper.
Prices quoted shall be on a cost per gallon basis. Orders will be placed as needed. Deliveries will be for a minimum thirty-two (32) carboys per shipment. Carboys are to be placed on pallets and shrink wrapped.
The annual estimated carboy quantity is between 2,000 to 5,000 gallons for the Globe Hollow Water Treatment Plant.
The annual estimate quantity is between 500 to 2,500 gallons for the swimming pools.
Delivery hours are Monday through Friday, 7:30 a.m. and 2:00 p.m.
B U L K
The Water Treatment Section will utilize bulk shipments of Sodium Hypochlorite.
Storage facility at the Globe Hollow Water Treatment Plant is as follows:
The annual estimated quantity is between 13,000 and 20,000 gallons.
Deliveries will be for a minimum 1,700 gallons per delivery.
Delivery to: Globe Hollow Water Treatment Plant, 125 Spring Street, Manchester, CT 06040.
Deliveries can be made between the hours of 7:30 a.m. and 2:00 p.m.
The liquid PACI shall conform to AWWA Standard B408-93 and ANSI/NSF Standard 60 as approved for potable water. The Bidder shall attach to his bid a statement or evidence that the PACI supplied complies with all applicable requirements of AWWA Standard B408-93 or latest revision thereof.
Product specifications are as follows:
High Basicity PACI
% A1203 10.5 – 10.7
% Basicity 69 – 72
Specific Gravity 1.26 – 1.27
Vendors bidding this item must submit references for at least four (4) utilities in Connecticut that they currently supply this product to. References shall include the name of the utility, contact name and phone number, and the length of time the product has been in use at that facility, Please upload in vendor submissions.
Manchester reserves the right to reject a product if it fails to meet minimum performance standards of reduction turbidity, particles and color to plant specifications.
Supplier is to provide a certificate of impurities analysis from an independent laboratory along with the bid response and a certificate of analysis with each shipment that is delivered.
Supplier is to visit the plant a minimum of four (4) times annually to run optimization tests and provide consultative help. Supplier must include the name and address of the local service representative.
Bidder shall have at least two employees available by phone or in person who are knowledgeable in coagulation using PACL. The names and cell phone numbers of these employees must be included with vendors bid proposal. At least one of these employees must be available 24 hours a day seven days per week, each day of the year for the term of the contract. A qualified service technician shall reside within 150 miles of the treatment plant and be available on-site within 24 hours of the request for help.
In the event of a change of supplier and product, the new vendor will be responsible for the costs associated with cleaning the bulk storage tanks prior to any new product being introduced.
Product must be manufactured in the USA. Vendor will be asked to provide proof of manufacturing.
The annual estimated quantity is between 37,000 to 50,000 gallons.
Bid price shall be cost per gallon.
Deliver to: Globe Hollow Water Treatment Plant at 125 Spring Street, Manchester, CT 06040.
Deliveries will be made in at least 3,700 gallon bulk tanker truck deliveries.
Deliveries must be made within 48 hours after receipt of order.
Liquid Chlorine shall be in accordance with the Standard of Liquid Chlorine, AWWA B301, or the latest revision thereof except as modified or supplemented herein.
The Bidder shall attach to this Bid a statement or evidence that the Liquid Chlorine furnished complies with all acceptable requirements of AWWA B301. Liquid Chlorine shall be shipped in 150 lb. Cylinders of proper type for safe shipping and storing, and fitted with the connections for our chlorinators. The shipping containers shall confirm to applicable regulations of the Interstate Commerce Commission and shall be reconditioned, maintained and loaded in strict accordance with the latest edition of “Container Procedures at the Chlorine Packaging Plants” issued by the Chlorine Institute, Inc.
The Liquid Chlorine supplied shall be 99.5% pure by volume as obtained from vaporized Liquid Chlorine, and suitable for the treatment of water, sewage, and industrial wastes.
The tare weight of each cylinder shall be clearly stamped on the cylinder. Those cylinders which have more than one tare weight stamped on it shall be clearly indicated as to the correct tare weight.
The successful bidder will provide two (2) half-day chlorine safety training programs for operations level response personnel. The training must be provided before April 15th.
The annual estimated quantity is between 1,500 to 4,000 lbs.
Bid price shall be cost per pound, delivered.
The quoted price shall include pickup of all empty cylinders at no additional charge. There will be no charge for cylinders, unless the cylinders are not returned in a timely manner.
Deliver to: New State Road Well #6, New State Road, Manchester, CT 06040.
Chlorine cylinders shall be shipped as ordered in truckloads of a minimum of 8 (eight) 150 lb cylinders. The shipment of a minimum of 8 (eight) cylinders will be delivered to the New State Road Well #6 on New State Road. Lift gate truck is required.
A 48 hour advance notice of delivery is required for the delivery of small cylinders. Please call (860) 458-8345.
Except as modified or supplemented herein, Fluosilicic Acid (Hydrofluosilicic Acid) shall be in accordance with the latest revision of Standards of Fluosilicic Acid, AWWA B703, and ANSI/NSF Standard 60.
The Bidder shall attach to his bid a statement or evidence that the Fluosilicic Acid supplies complies with all applicable requirements of AWWA B703 or the latest revision thereof.
The Fluosilicic Acid supplied shall be a minimum of 22% by weight and have a density of at least 1.194 and be supplied in tank wagon loads of 750 and 2,000 gallons. Supplier is required to supply a Certificate of Analysis with each delivery.
Bidders shall bid the product in gallons. Successful bidder shall invoice the product in gallons based on a percentage of the actual concentration of the delivered product compared to the bid price and concentration. The invoice submitted shall show the calculations used to determine the invoice price.
The annual estimated quantity is between 3,000 to 9,000 gallons.
Bid price shall be cost per gallon, delivered.
Based on 23% concentration. Orders shall be placed for tank wagon loads of 750 and/or equal to or greater than 2,000 gallons. The vendor shall state his tank wagon capacity on the proposal where indicated. The tank trucks are to be pressurized.
Deliver to: Globe Hollow Water Treatment and/or New State Road Treatment facility.
Loads of 2,000 or more may be split between the two facilities. The Bidder is to have the ability and equipment to facilitate a split load.
Deliveries must be made within five (5) business days after receipt of order.
Except as modified or supplemented herein, Copper Sulfate shall be in accordance with the latest revision of Standards of Copper Sulfate, AWWA B602 and ANSI/NSF Standard 60.
The bidder shall attach to his bid a statement or evidence that the Copper Sulfate furnished complies with all the applicable requirements of AWWA B602 or ANSI/NSF Standard 60. The Copper Sulfate supplied under these specifications shall be a commercial grade of Copper Sulfate Pentahydrate containing at least 99% of CuSo4.5H2O. It is also known as blue vitriol and bluestone.
The Copper Sulfate supplied shall be in the form of transparent, deep blue, triclinic-system crystals containing not less than 25.0% metallic Copper (atomic wt. CU-63.54) and shall contain no more than 0.5% insoluble matter. The Copper Sulfate supplied shall be large crystals confirming to Size D, AWWA B602, as follows:
a. Not more than 2% of the material shall be retained on a 1 ½” coarse series of screens. Not less than 50% shall be retained on a 3/8” screen.
b. Not less than 90% shall be retained on a No. 3 U.S. standard sieve.
c. Not more than 5% shall pass through a No. 100 sieve.
The sieve sizes specified herein refer to the National Bureau of Standard sieve series. The Town has the option to purchase medium/small or C class size instead of large if required, at no additional cost to the Town.
Copper Sulfate shall be packaged in fifty (50) pound bags of sufficient strength to arrive at their destination unbroken. Bags should be loaded on pallets, with loads of one (1) ton per pallet. Bags should have some type of plastic liner to retard moisture and prevent lumping.
The annual estimated quantity is between 1 to 2 tons.
Bid price shall be per pound, delivered.
Delivery to: Globe Hollow Water Treatment Plant at 125 Spring Street, Manchester, CT 06040.
Deliveries will be for a minimum of 2,000 pounds per shipment.
A 48-hour advance notice of delivery is required. Please call (860) 458-8345.
Except as modified or supplemented herein, Sodium Fluoride (NaF) shall be in accordance with the latest revision of the standards for Sodium Fluoride, AWWA B701, and ANSI/NSF standard 60.
Bidder shall attach to this bid a statement or evidence that the Sodium Fluoride furnished complies with all acceptable requirements of AWWA B701.
The Sodium Fluoride supplied under these specifications shall be dry crystalline material containing no lumps. The dry crystalline grades shall be coarse, having the following grain size:
a. 100% shall pass through U. S. Standard Sieve No. 20 (850 microns)
b. At least 50% shall be retained on U. S. Standard Sieve No. 100 (150 microns)
c. Not more than 5% shall pass through U. S. Standard Sieve No. 325 (45 microns)
Fifty pound bags of Sodium Fluoride are to be properly palletized to a capacity of one (1) ton per pallet. Deliveries will be for a minimum of 2,000 lbs. per shipment.
Bags shall be of sufficient strength to arrive at the destination unbroken. The bag shall also have some type of plastic liner to prevent moisture from lumping the chemical while being stored.
The annual estimated quantity is between 2-4 tons.
Bid price shall be cost per pound delivered.
Delivery to: Globe Hollow Water Treatment Plant at 125 Spring Street, Manchester, CT 06040.
A 48-hour advance notice of delivery is required. Please call (860) 458-8345.
The liquid zinc orthophosphate supplied shall have the following composition by weight: Zinc as Zn 7.85% and phosphate as PO4 7.85%, a 1:1 ratio. Supplier is required to supply a Certificate of Analysis for each shipment.
The material shall contain no soluble mineral or organic substance in quantities capable of producing deleterious or injurious effect upon the health of those consuming water which has been treated in accordance with the manufacturer’s instructions for this material. The product must be capable of forming a highly resistant film of Zn (PO). The zinc phosphate film must protect distribution system piping and all contacted metal samples. The award may be based upon calculations of cost versus product density.
The material shall be approved by the USEPA and certified by the National Sanitation Foundation as meeting the requirements of ANSI/NSF Standard 60. A technical representative will be available on an as needed basis for consultation regarding the product.
The annual estimated quantity is between 6,000 to 12,000 gallons.
Bid price shall be cost per gallon, delivered.
Deliver to: Globe Hollow Water Treatment Plant at 125 Spring Street, Manchester, CT 06040.
Deliveries will be for a minimum of 3,000 gallons per shipment. Tank trucks are to be pressurized type.
Delivery must be made within five (5) business days after receipt of order.
The Zinc Orthophosphate supplied shall have the following composition by weight: Zinc as ZN 19.4% and phosphate as PO4 18%. Supplier is required to supply a Certificate of Analysis for each shipment.
The material shall be soluble in cold water. Solutions of up to 35% by weight shall remain free of precipitates for one (1) week. Mechanical mixers shall be used to affect solution within minutes. The material shall be relatively non-dusting in solution preparation.
The material shall be granular in appearance with reasonable uniform particle size to permit rapid solubility. The material shall be free flowing.
The supplier shall indicate the generally used product feed rate for treatment of systems of this size and shall provide references where the product has been beneficially used at the indicated feed rate for a period of two (2) years or longer in the system.
The material shall be approved by the USEPA and certified by the National Sanitation Foundation as meeting the requirements of ANSI/NSF Standard 60 or the latest revision thereof.
The Zinc Orthophosphate corrosion inhibitor supplied in accordance with the contract shall contain no soluble mineral or organic substances in quantities capable of producing deleterious or injurious effect upon the health of those consuming water which has been treated in accordance with manufacturer’s instructions for this material.
The bidder shall attach to his bid a statement or evidence that the Zinc Orthophosphate furnished is approved by the EPA for use in treatment of potable water. The material shall be packed in 50 pound multi-ply moisture resistant poly bags or multi-gallon moisture resistant pails (preferable) to prevent lumping and hardening of chemical while in storage. Storage is not climate controlled. If hardening of the material occurs it will be sent back at the vendor’s expense.
A technical representative shall be available on an as-needed basis.
The annual estimate quantity is 4-8 tons.
Bid price shall be cost per pound, delivered.
Deliver to: New State Road Wells #6, 7 and 8 at 315 New State Road, or to the Globe Hollow Water Treatment Plant, 125 Spring Street, Manchester, CT 06040.
Deliveries will be for a minimum of 2,000 pounds per shipment. Shipments will be palletized on pallets of one (1) ton per pallet.
A 48-hour advance notice of delivery is required. Please call (860) 458-8345.
Delivery must be made within 5 business days after receipt of order.
The contract term shall be from August 1, 2026 up to and including July 31, 2027.
Contract prices shall be held firm for the entire contract period.
The contractor shall not transfer, sublet, or assign the contract by Power of Attorney or otherwise to any person, firm, or corporation, or in any way vary the terms of the contract without written permission from the Town. The Town has the right to terminate with a thirty (30) day written notice to the contractor. The Town reserves the right to terminate the contract at any time during the contract period. Such termination shall be effective immediately after giving written notice to the contractor that the Town is terminating the contract.
Did you read through the entire solicitation and confirm that you met all of the bid requirements therein?
This bid and any addenda will be issued on the Town of Manchester website bidding portal. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents.
Please upload any required information in this section.
Please provide your Company Name
Your Company Address
Your Company's FEIN Number
Your Company's System Award Management Number (SAM)
Your Company's State Contractor License Number (if applicable)
Main Contact Name and Title
Telephone Number
Email Address
Vendors bidding this item must submit references for at least four utilities in Connecticut that they currently supply this product to. References shall include the name of the utility, contact name and phone number, and the length of time the product has been in use at that facility,
Please download the document below, complete, sign and upload.
In order to collect your official tax identity, a current Form W-9, Request for Taxpayer Identification Number and Certification, is required before engaging in any business with the Town of Manchester.
Please ensure that you have completed all necessary fields on the form, specifically Part I, Taxpayer Identification Number (TIN) and Part II, Certification.
Payments to the vendor may be delayed if Form W-9 is not received.
Please download Form W-9 from the IRS website or use the fillable form below.
Complete, sign and include it with your submission.
Instructions for the Requester of Form W-9 https://www.irs.gov/pub/irs-pdf/iw9.pdf
Form W-9 https://www.irs.gov/pub/irs-pdf/fw9.pdf
Complete, sign and upload.
Will the total contract value be $25,000 or more in one fiscal year?
For contracts equal to or greater than $100,000 regardless of funding.
Would you like to have bidders respond to an electronic pricing table through OG PRO software?
Some examples of of when to say "yes":
Required for State Funded Projects $150,000 or more
Required for recipients of ARPA funds
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.