SLED Opportunity · CONNECTICUT · TOWN OF WATERFORD
AI Summary
The Town of Waterford seeks bids for odor and corrosion control chemicals and related services for wastewater treatment. The contract includes chemical supply, dosing systems, monitoring, and maintenance with a two-year term and optional renewal. Mandatory pre-bid meeting on March 26, 2026; proposals due April 21, 2026.
The Waterford Utility Commission is looking to receive bids for the products and services associated with the Specifications for Odor & Corrosion Control Chemicals and other Associated Services.
Please use the See What Changed link to view all the changes made by this addendum.
Confirmed Mandatory pre-bid meeting date and time: March 26, 2026 at 10:00AM- Changes made to bid documents.
The Waterford Utility Commission is looking to receive bids for the products and services associated with the Specifications for Odor & Corrosion Control Chemicals and other Associated Services.
The Town of Waterford 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.
Rights Reserved To the Town
The Town reserves the right to award in part, to reject any and all, in whole or in part, for misrepresentation or if the respondent is in default of any prior Town contract, or if the Respondent limits or modifies any of the terms and conditions and/or specifications of the Request. The Town also reserves the right to waive technical defects, irregularities and omissions if, in its judgment, the best interest of the Town will be served.
Whenever it is deemed to be in the best interest of the Town, the Board of Selectmen shall have the right to accept or reject any bid, or any part of any bid, when such action is deemed to be in the best interest of the Town of Waterford.
The award will be on the basis of qualified, lowest, responsible bidder to meet specifications unless otherwise specified.
Bids will be carefully evaluated as to conformance with stated specifications.
The Bid Documents contain the provisions required for the requested item. Information obtained from an officer, agent, or employee of the Town or any other person shall not affect the risks or obligations assumed by the Bidder or relieve him/her from fulfilling any of the conditions of the Bid.
Each bidder is held responsible for the examination and/or to have acquainted themselves with any conditions at the job site which would affect their work before submitting a bid. Failure to meet these criteria shall not relieve the Bidder of the responsibility of completing the Bid without extra cost to the Town of Waterford.
Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within ninety (90) days after the actual date of the opening thereof. Should there be reasons why a Bid cannot be awarded within the specified period; the time may be extended by mutual agreement between the Town and the bidder.
The bidder agrees and warrants that in the submission of this electronic bid, they will not discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religion, national origin, sex, or physical disability including, but not limited to blindness, unless it is shown by such bidder that such disability prevents performance of that which must be done to successfully fulfill the terms of this electronic bid or in any manner which is prohibited by the laws of the United States or the State of Connecticut: and further agrees to provide the Human Relations Commission with such information requested by the Commission concerning the employment practices and procedures of the bidder. An Affirmative Action Statement will be required by the successful bidder.
Bidder agrees to comply with all of the latest Federal and State Safety Standards and Regulations and certifies that all work required in this bid will conform to and comply with said standards and regulations. Bidder further agrees to indemnify and hold harmless the Town for all damages assessed against the Town as a result of Bidder's failure to comply with said standards and/or regulations.
The Town of Waterford is exempt from Excise, Transportation and Sales taxes imposed by the Federal Government and/or State of Connecticut. Such taxes must not be included in proposal prices. Exemption certificates will be provided upon request.
By submitting a proposal, Vendors/Bidders certify that the proposal is made independently and without collusion, agreement, understanding, or planned course of action with any other Vendor/Bidder and that the contents of the proposal shall not be disclosed to anyone other than their employees, agents, or sureties prior to the official opening.
IF APPLICABLE the Bidder, when applicable, agrees to pay its labor force Prevailing Wage Rates and to comply with all Laws, Regulations and Ordinances regarding these wage rates and the recording of them set forth by the Connecticut Department of Labor.
Vendors shall observe and comply with all Federal, State and local laws, ordinances and regulations. Vendors shall indemnify and save harmless the Town, all of its officers, agents and servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation or negligence whether by the bidder, his employees, his consultant and/or their employees.
Bidders will be notified via email and are responsible for checking the Town of Waterford website at https://procurement.opengov.com/portal/waterfordct/projects/244108 for any addendums and acknowledging updates to the Bid.
| Release Project Date: | March 17, 2026 |
| Pre-Proposal Meeting (Mandatory): | March 26, 2026, 10:00am Utility Commission Office-Municipal Complex, 1000 Hartford Turnpike, Waterford CT 06385 |
| Question Submission Deadline: | April 10, 2026, 4:00pm |
| Proposal Submission Deadline: | April 21, 2026, 2:00pm Public Bid Opening Via Zoom |
The Utility Commission will receive bids for the products and services associated with the Specifications for Odor & Corrosion Control Chemicals and other Associated Services at no later than 2:00PM on Tuesday April 21, 2026. Bids must be submitted electronically. Bids will be publicly opened through Zoom Video, link can be found in this Solicitation under Timeline and Bid Submission Deadline.
A mandatory pre-bid meeting will be held on Thursday March 26 , 2026 at 10:00 am, at the Utility Commission Office- Municipal Complex, 1000 Hartford Turnpike, Waterford CT, 06385.
The successful bidder will be contracted to provide the items per bid for a duration of two (2) years with the option to renew for one (1) additional year but no more the two (2), subject to the subject to the agreement of both parties.
Chemicals, equipment, labor and services shall be provided under this contract to meet the requirements of the Town of Waterford Utility Commission Odor and Corrosion Control Program (OCCP). The program will include the supply of Bioxide® AQ and VX-456® or approved equal as well as all of the services and equipment needed to fulfill the specified program requirements. The chemicals, equipment and services required under this contract shall be provided by a single vendor.
I
Bioxide® AQ or approved equal
Estimated yearly requirements – 35,000 gallons.
The material required under this specification shall be used to remove hydrogen sulfide, thereby preventing odor and corrosion within wastewater collection and treatment systems. The material shall utilize and enhance naturally occurring biochemical processes to accomplish hydrogen sulfide removal. The material shall inhibit the sulfate reducing bacteria’s ability to use sulfate as an oxygen source. The material shall be a blend of ammonium calcium nitrate double salt and anthraquinone. The material shall be a liquid phase product. It shall be delivered, stored and fed into the wastewater via standard liquid phase chemical handling procedures. The material shall be fully compatible with storage and feed equipment constructed of any of the following.
1. High Density Cross Linked Polyethylene
2. PVC
3. Polypropylene
4. Fiberglass Reinforced Plastic (FRP)
5. Stainless Steel
The material supplied shall utilize the inherent ability of the facultative bacteria normally present in wastewater to metabolize hydrogen sulfide and other odor-causing, reduced sulfur compounds. The material shall provide nitrate oxygen to the wastewater to support this biochemical mechanism. The product shall contain a minimum of 3.5 pounds of nitrate oxygen per gallon and the BIOXIDE ® solution shall have a crystallization point of less than -20 degrees F. A crystallization chart shall be provided with the bid.
Products containing less than 3.5 pounds of nitrate oxygen per gallon with a crystallization point of higher than -20 degrees F will not be accepted. The core product of the BIOXIDE® AQ (calcium nitrate double salt) shall be manufactured in a facility that complies with the following certifications. Proof of compliance with all listed standards must be provided with the bid.
The material shall be chemically stable, allowing continuous removal of sulfide contributed by side streams downstream of the application point. The Town is aware that Bioxide®, Bioxide®-AQ, Bioxide® AE, BIOXIDE® Plus 71, AQUIT and Full Service Odor Control are trademarks of Evoqua Water Technologies. Thus, all bidders bidding Bioxide® AQ shall include the cost of any licensing fees that may be required in their bid price. This license shall be submitted on the letterhead of the company that owns any pertinent patents and the letter must be signed by an officer of that Company.
Item 2 – VX-456® or approved equal
VX-456® or equal approved equal
Estimated yearly requirements – 1,500 gallons.
The material required under this specification shall be used to control malodors within wastewater collection and treatment systems. The material shall react quickly, with sulfides and other odor causing compounds at the point of application and continue to control odors in the downstream waste steam. The material shall be a selective oxidant with specificity to sulfides and related odor causing compounds. The material shall not react to form chlorinated organic by- products. The material shall be a liquid phase product. It shall be delivered, stored and fed into the wastewater via standard liquid phase chemical handling procedures. The material shall be fully compatible with storage and feed equipment constructed of any of the following.
1. High Density Cross Linked Polyethylene
2. PVC
3. Polypropylene
4. FRP
The material shall have a crystallization point of less than -24 degrees C.
Products with a crystallization point of higher than -24 degrees C will not be accepted. Product shall be manufactured in a facility that complies with the following certification. Proof of compliance with all listed standards must be provided with the bid.
The price for the products shall be a delivered price (freight included) and shall be submitted as a price per gallon of solution. Per gallon pricing shall be provided on the appropriate line item in the bid. Bidders shall also provide the minimum nitrate oxygen content of the BIOXIDE® AQ as well as the crystallization points of both products. Failure to provide all information required in this bid may cause your bid to be declared nonresponsive.
Deliveries
Deliveries shall be made within 48 hours of order placement. Product shall be based on deliveries of 500 – 3,800 gallons per shipment. In addition, some deliveries will be “split” between two or more locations and there will be no extra charges allowed for multiple stop deliveries. Tractor Trailer access to some of the Pump Stations is not possible and thus, suppliers must be able to deliver product via smaller, non-articulating straight trucks. Deliveries shall be made in trucks that are owned and operated by the bidder and drivers shall be direct employees of the bidder. Proof of the ability to deliver via straight trucks shall be provided with the bid. Bidders shall provide their DOT number and current FMCSA safety rating information with the bid. Deliveries will be made between the hours of 7 am and 3 pm Monday through Friday.
Bioxide® AQ, or equal, deliveries shall be made as required to the following locations:
1. Graniteville Pumping Station
250 Rope Ferry Rd
Waterford, CT. 06385
2. Bolles Ct Pumping Station
528 Mohegan Ave. Pkwy.
Waterford, CT. 06375
3. Mago Point Pumping Station
12-4th Street
Waterford, CT. 06385
4. Oil Mill Rd Pumping Station
25 Oil Mill Rd
Waterford, CT. 06385
5. Oswegatchie Rd Pumping Station
46 Oswegatchie Rd
Waterford, CT. 06385
6. Seaside Pumping Station
36 Shore Rd.
Waterford, CT. 06385
7. Ridgewood Pumping Station
2 Shore Rd
Waterford, CT. 06385
VX-456® or equal deliveries shall be made to any future locations, as required by the Town.
Feed and Storage Systems
Item 1 – Advanced Dosing Controller
The successful bidder shall provide complete Storage and Feed systems with Advanced Dosing Controllers at the following sites:
The Advanced Dosing Control system shall be a Versadose® LT control system as supplied by Evoqua Water Technologies LLC, or approved equal. Storage tanks shall be appropriately sized for each location. The bidder shall provide this storage and feed system at the above locations for a flat monthly fee per site. The monthly fee bid pricing shall be provided on the appropriate line item in the bid. The monthly fee shall also be valid for any future systems that the Town may add during the course of the contract.
The Advanced Dosing Control system shall provide the following as a minimum:
C. Components.
1- Operator Interface with monochrome display and integrated tank level indication
1-On/Off Switch for auxiliary equipment with LED Indicator Light
2-Off/Auto Switches for pump control with LED Indicator Lights
1-Set of Contacts with surge arrestor to accept Tank Level device
1-Cellular Modem for remote communication
*- Panel shall have the capability to accept a Resistance Temperature Device
b. The control stand shall contain the following:
2-Bellows Chemical Dosing Pumps
1-Calibration Cylinder
1-System cooling fan
1. When in the AUTO position, the pump shall be controlled by the advanced dosing controller. The advanced dosing controller shall vary the feed rate in 1-hour increments as specified by the user. The pumps shall be turned on and off by the advanced dosing controller to match the specified dose curve. The system shall have the capability to automatically adjust the feed rate based on wastewater temperature.
2. System shall automatically calculate and dose the specified volume of product with either one pump or two pumps activated. System shall have the capability to verify the volume dosed matches the preset curve via the tank level and shall alarm at three preset tank levels.
3. Automatic functions shall be protected by one-level security.
4. Flow set points shall be linearly interpolated to provide for smooth flow curve for each day.
5. Systems shall be capable of dosing from seven different flow curves. Daily flow curves shall also be adjustable by a global setting to increase the feed rate percentage across all 24 daily set points.
6. System shall allow user to copy daily curves from one day to another for ease of set-up.
7. System shall have selectable High-Low-Empty digital output alarms and provide for remote customer lockout contacts for remote customer shutdown.
8. Feed pumps shall have the capability to be interlocked with the sewage pumps and shall have the capability to be automatically shut-down on empty tank alarm.
9. System shall be capable of providing alarms for tank or pipe leak detection. Optional equipment is available if both tank and pipe leak detection is required.
10. System shall accept, store, and display a totalized flow signal, run time, and lift station pump starts.
G. Pumps. Contractor shall provide two chemical metering pumps. Each pump shall be completely compatible with Bioxide® AQ. Each pump combination shall be sized to accommodate the required system dose rate at the peak and minimum wastewater flows and every point in between. The pumps shall be self-priming, capable of suction lifts when dry up to seven (7) feet, and with bellows full up to twenty (20) feet.
H. Piping & Appurtenances
1. All suction and discharge piping shall be standard ½”, Schedule 80 PVC. All valves, fittings, and connectors shall be Schedule 80 PVC.
2. All fill line piping shall be 2" Schedule 80 PVC. All fill line valves, fittings, and connectors shall be Schedule 80 PVC.
3. Fill line shall have a 2" stainless steel male camlock with a 2" plastic female camlock cap.
4. All chemical feed seals shall be compatible with the chemicals to be used in the regular operation, maintenance, and cleaning of the feed system.
5. All fittings shall be solvent-welded or threaded.
6. Chemical feed discharge lines must be installed so that the product is injecting directly into the waste streams and not onto structures or equipment.
I. Level Indication. The manufacturer shall provide one ultrasonic tank level indicator inclusive to the system controller. The system shall utilize an ultrasonic signal to measure the tank liquid level. The system shall contain 3 adjustable relays to allow for alarms and other electrical uses, as well as one 4 – 20 mA output.
J. Website Access. The manufacturer shall provide a single website where all aspects of the odor control program can be monitored and controlled at any and all times. Access to the website shall be protected by username and password level security. Access to the website shall be provided to the Town for viewing. Screen shots of the website shall be provided with the bid.
Item 2 – Stainless Steel 2 pump 2 timer cabinet
The successful bidder shall provide storage and feed systems with simpler, two-pump/two-timer control systems. Storage tanks shall be appropriately sized for each location. Systems with two- pump/two-timer control systems shall be provided at the following locations:
The two-pump/two-timer control systems shall be as supplied by Evoqua Water Technologies, LLC, or approved equal. Storage tanks shall be appropriately sized for each location. The bidder shall provide these storage/feed systems at the above locations for a flat monthly fee per site. The monthly fee bid pricing shall be provided on the appropriate line item in the bid. The monthly fee shall also be valid for any future systems that the Town may add during the course of the contract.
The 2 pump 2 timer control systems shall provide the following as a minimum:
D. Controls Layout. All manually operated controls (control switches, pilot lights, etc.) shall be located on a panel behind the enclosure door. The panel shall be outfitted with a main power disconnect located in the Control Stand.
E. Standards. All control system design, fabrication, and wiring shall conform to the standards of Underwriters Laboratories, National Electrical Code, and any other applicable federal, state, or local codes.
F. System Operation. Chemical Feed Pumps. The bellows pump shall be controlled by a three- position HAND/OFF/AUTO switch. When in the AUTO position the pump shall be controlled by a timer. The timer shall turn the pump on and off based upon preset time intervals. When in the HAND position the pump shall run, regardless of the preset time interval. Either one or both chemical feed pumps may turn on or off at preset speeds and preset times.
G. Pumps. Contractor shall provide two chemical metering pumps. Each pump shall be completely compatible with Bioxide® AQ. Each pump combination shall be sized to accommodate the required system dose rate at the peak and minimum wastewater flows and every point in between. The pumps shall be self-priming, capable of suction lifts when dry up to seven (7) feet, and with bellows full up to twenty (20) feet.
H. Piping & Appurtenances
1. All suction and discharge piping shall be standard ½”, Schedule 80 PVC. All valves, fittings, and connectors shall be Schedule 80 PVC.
2. All fill line piping shall be 2" Schedule 80 PVC. All fill line valves, fittings, and connectors shall be Schedule 80 PVC.
3. Fill line shall have a 2" stainless steel male camlock with a 2" plastic female camlock cap.
4. All chemical feed seals shall be compatible with the chemicals to be used in the regular operation, maintenance, and cleaning of the feed system.
5. All fittings shall be solvent-welded or threaded.
6. Chemical feed discharge lines must be installed so that the product is injecting directly into the waste streams and not onto structures or equipment.
Service Requirements
Optimization
The Bioxide® AQ and VX-456® solutions will be used for odor and corrosion control. The Contractor shall supply all field personnel and testing equipment needed during initial optimization of the systems. Testing to be performed shall include the following:
1. Dissolved sulfide (grab samples)
2. Atmospheric H2S (continuous monitoring with Odalog)
3. Wastewater Temperature (grab samples)
4. Wastewater pH
5. Chemical Residual
Each system shall be optimized to achieve the treatment goals established by the Town. These goals are as follows: at each and all the [seven stations] receiving outfall manholes, a monthly average concentration no higher than 5.0 ppm vapor H2S, and a peak of no more than 15 ppm at any given time.
Routine Monitoring, Reporting, and Maintenance
In order to sufficiently monitor the performance of the program, VaporLinks®, or approved equal shall be provided by the bidder. The VaporLinks® shall be hydrogen sulfide monitors that have the ability to continuously monitor H2S levels at the control points and transmit the data to the same internet website that receives the feed system and tank level information from the Advanced Dosing Controllers. These monitors shall be VaporLink® hydrogen sulfide data loggers, or equal. The VaporLink systems shall contain a cellular modem. The VaporLink® systems shall continuously monitor the H2S levels at each control point listed below. The VaporLink® systems shall send the data to the internet website at least every four hours. The VaporLink® systems shall also be able to send the data to the website immediately if an alarm condition occurs (if H2S exceeds a predetermined set-point) and the website shall then have the ability to send alarms to the supplier and to the Town via email, phone or text messaging. The supplier shall provide the VaporLink® systems based for a flat monthly fee as indicated in the bid. The supplier shall maintain ownership of the VaporLink® systems and will be responsible for all maintenance and repair of these systems. Initially, VaporLink systems shall be required at the following control points:
The bidder shall provide these VaporLinks® at the above locations for a flat monthly fee per site. The monthly fee bid pricing shall be provided on the appropriate line item in the bid. The monthly fee shall also be valid for any future systems that the Town may add during the course of the contract.
The contractor shall maintain a minimum of two (2) technicians for routine wastewater analysis, equipment maintenance, and other services. The names, locations and years of service for each Technician shall be provided with the bid. The Technicians shall be direct employees of the bidder, subcontractors will not be allowed.
Liquid phase sulfide monitoring shall be conducted at each control point at least once every 60 days and the analysis shall include the following:
All wastewater analyses conducted shall be tabulated and submitted in a monthly summary. These reports shall include the following:
All liquid samples collected will be grab samples. Acceptable methods of analysis are listed below:
Liquid Sample | Procedure |
Total Sulfide | Std. Methods 4500-S2- D Methylene Blue |
Dissolved Sulfide | Std. Methods 4500-S2- D Methylene Blue using pre-flocculation |
pH | Combination glass electrode |
Temperature | NIST calibrated thermometer |
Residual Nitrate | HACH Nitrate/Nitrite test strip |
The contractor shall be responsible for all aspects of the equipment maintenance including the repair and replacement or worn out or damaged equipment.
Contractor shall be capable of responding to any odor issue (complaint) within two hours of notification.
Web-Based Monitoring and Control
Contractor must provide inventory control, schedule all chemical deliveries and provide, operate and maintain chemical feed systems for the life of the service agreement to meet the established goals of the odor control program. Contractor is required to provide a cellular based remote telemetry control system for continuous monitoring of the chemical feed systems as indicated above. The data from these systems shall be able to be displayed on any web enabled device in a neat and organized manner. The control system shall have the following capabilities:
**Bidder shall include all required information with their bid (Please upload to the Vendor Questionnaire under Additional Backup Documentation) Vendor Questionnaire. Failure to provide this information may cause your bid to be considered nonresponsive. Information required shall include but not be limited to**:
1. Material Safety Data Sheets for the products, showing the CAS numbers of the materials.
2. Product specification sheets for both products that show compliance with all aspects of this specification.
3. Contractor Data Sheet – Minimum of 3 references that are currently using the specified products for odor and corrosion control. References shall include contact information (names, phone numbers, and e-mail addresses). All 3 references must have used the product for 5 or more years. These references shall be for systems similar in size to the Town of Waterford where the bidder is providing testing and optimization services similar to what is required by the Town. A sample report from three of these systems shall be included with the bid.
4. Technical documentation detailing the processes by which both materials control hydrogen sulfide. This documentation shall clearly show the stoichiometry of the chemical reactions and describe a minimum of three case studies.
5. Technician Reference List with addresses
6. Information on the website including screen shots showing how H2S, tank levels and feed rates are depicted
7. The bidder shall be an Underwriters Laboratories or Electronic Testing Labs Listed manufacturer of Enclosed Industrial Control Panels. Proof of UL or ELT certification shall be provided with the bid.
Jill Stevens
Director of Utilities
1000 Hartford Turnpike
Waterford, CT 06385
Email: jstevens@waterfordct.org
Phone: (860) 444-5886
Shea Davy
Purchasing Agent
15 Rope Ferry Road
Waterford, CT 06385
Email: bdavy@waterfordct.org
Phone: (860) 440-0540
By clicking confirm, Bidder hereby declares that no person or persons other than those named herein are interested in this proposal or in the Contract proposed to be taken; that it is made without any connection with any other person making any proposal for the same work, and is in all respects fair and without collusion or fraud; that no person acting for or employed by the Town of Waterford is directly interested therein, or in the supplies or works to which it relates, or in any portion of the profits thereof; that it is understood that the Town, its agents and employees are not to be in any manner held responsible for the accuracy of, or bound by, the estimates or borings or plan of borings relative to the work and appearing on plans or in the foregoing notice; and that all such estimates, etc., are to be considered solely for the purpose of filling out and comparing the several proposals.
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
Please upload all other required documentation as specified in the solicitation.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
Q (Current pricing): Who is the current supplier and what is the cost?
A: Evoqua - $163,230
Q (Mandatory Pre-bid Meeting Date): The "overview" tab in OpenGov shows the date as March 26th, but the Bid documents say April 11th. Can you please verify the date for the mandatory prebid meeting?
A: March 26, 2026 at 10 am is the correct pre-bid meeting.
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.