Active SLED Opportunity · CONNECTICUT · TOWN OF WATERFORD

    REPLACEMENT OF EXISTING PLASTIC WATER SERVICES WITH NEW COPPER WATER SERVICES FY26 PAVING PROGRAM DISTRICT 2 ROADS

    Issued by Town of Waterford
    cityIFBTown of WaterfordSol. 245827
    Open · 7d remaining
    DAYS TO CLOSE
    7
    due May 21, 2026
    PUBLISHED
    Apr 29, 2026
    Posting date
    JURISDICTION
    Town of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    Town of Waterford seeks licensed contractors for replacing plastic water service lines with copper as part of FY26 paving program. Project includes excavation, pipe installation, restoration, and compliance with safety and wage laws. Bids due May 21, 2026.

    Opportunity details

    Solicitation No.
    245827
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    April 29, 2026
    Due Date
    May 21, 2026
    NAICS Code
    237110AI guide
    Jurisdiction
    Town of Waterford
    Agency
    Town of Waterford

    Description

    The Town of Waterford Utility Commission is seeking sealed proposals from qualified licensed Contractor for the REPLACEMENT OF EXISTING PLASTIC WATER SERVICES WITH NEW COPPER WATER SERVICES FY26 PAVING PROGRAM DISTRICT 2 ROADS project. As herein described, the Town of Waterford invites bids to satisfy the requirements set forth in this IFB.

    Project Details

    • Reference ID: IFB# 26-007
    • Department: Utilities
    • Department Head: Jim Bartelli (Utility Director)

    Important Dates

    • Questions Due: 2026-05-07T20:00:05.060Z
    • Answers Posted By: 2026-05-12T20:00:40.444Z

    Evaluation Criteria

    • Sealed Bids

      Sealed bids for IFB# 26-007 REPLACEMENT OF EXISTING PLASTIC WATER SERVICES WITH NEW COPPER WATER SERVICES FY26 PAVING PROGRAM DISTRICT 2 ROADS will be received through the Town's e-Procurement Portal located at https://procurement.opengov.com/portal/waterfordct/projects/245827 until 2:00 pm prevailing time on Thursday, May 21, 2026. All bid openings are held by Zoom please see timeline below: 

      Release Project Date:April 29, 2026
      Question Submission Deadline:May 7, 2026, 4:00pm
      Question Response Deadline:May 12, 2026, 4:00pm
      Proposal Submission Deadline:May 21, 2026, 2:00pm

      Topic: Bid Opening- IFB#26-007 REPLACEMENT OF EXISTING PLASTIC WATER SERVICES WITH NEW COPPER WATER SERVICES FY26 PAVING PROGRAM DISTRICT 2 ROADS
      Time: May 21, 2026 02:00 PM Eastern Time (US and Canada)
      Join Zoom Meeting
      https://us04web.zoom.us/j/72608901915?pwd=pW1Ayv0R0ZbjAqntaU9FSPz76Kyb3B.1

      Meeting ID: 726 0890 1915
      Passcode: E7SzGx

      Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The Town of Waterford strongly recommends completing your response well ahead of the deadline

      Any bid may be withdrawn prior to the above scheduled time for the opening of bids.

       

    • Insurance Requirements

      Within five days of contract award, the awarded vendor shall provide a Certificate of Insurance in accordance with the following requirements:

      Contractor/Vendor will agree to maintain in force at all times during which work/services are to be performed, the following minimum limits of insurance coverage.  Coverage will include the bidder and all of its agents, employees and sub-contractors and other providers of services and shall name the Town of Waterford, its employees and agents as an Additional Insured on a primary and non-contributory basis to the bidders Commercial General Liability and Automobile Liability policies. The insurance company (ies) must be licensed with the State of Connecticut and have a Financial Strength Rating of “A-” or higher and a Financial Size Rating of VIII or higher from A.M. Best Company. 

        

      (Minimum Limits)

      General Liability*

      Each Occurrence

      General Aggregate

      Products/Completed Operations Aggregate

      $1,000,000

      $2,000,000

      $2,000,000

         

      Auto Liability*

      Combined Single Limit

         Each Accident


      $1,000,000

         

      Umbrella*

      (Excess Liability)

      Each Occurrence

      Aggregate

      $1,000,000

      $1,000,000

         

      Workers’ Compensation &

      Employers’ Liability

      Work Comp

      EL Each Accident

      EL Disease Each Employee

      EL Disease Policy Limit

      Statutory Limits

      $500,000

      $500,000

      $500,000

       

      The Town of Waterford must be named as “Additional Insured” on this policy.

      A Certificate of Insurance documenting the coverage listed above must be presented to The Town of Waterford prior to the commencing of any work/service. The Contractor/Vendor also agrees to provide replacement and/or renewal certificates at least 30 days prior to the expiration of each policy.

      If any policy is written on a “Claims Made” basis, the policy must be continually renewed for a minimum of two (2) years following the completion date of the work/service.  If the claims-made policy is replaced and/or the retroactive date is changed, then the expiring policy must be endorsed to extend the reporting period for claims for two (2) years from the completion date.




    • 6.1. SPECIAL NOTICE

      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.

    • Scope of Work

      Work under this item shall consist of replacing plastic water service connections with copper water service connections for all connections less than or equal to two (2) inches in diameter. Since the main purpose of this project is to replace the plastic service with copper service line the Contractor may (except for the compression fittings) use the corporation stop as well as the curb boxes, if in good conditions. No need for new taps to the water main and no need for new curb boxes are expected. However, a unit cost has been included in the price table just for the event they are needed due to their condition or if there is leaking. The cost for Trench excavation, pavement removal and backfill, sidewalk removal and backfill, pipe bedding, traffic control, leakage tight testing, trench paving, sidewalk replacement, protection of trees and shrubs and other appurtenant work will not be measured for payment, as it is to be included in the price for the copper pipe.

      *The unknown areas according to the Map located in Attachments, will need to be investigated and perhaps replaced as well as the documented plastic services.*

      Submit manufacturer's data sheets and certification of compliance with specifications for all pipes, valves, fittings, tubing, stops and appurtenances.

      *Selected bidder to be able to mobilize within 1-2 weeks of bid award*

    • Method of Award

      The Town of Waterford intends to award the contract to the lowest responsible bidder.  The Town reserves the right to reject any and all bids and to award each contract to the bidder who is most responsive to the interests of the Town.

      If a bid submitted by a responsible bidder does not exceed the amount of funds made available by the State and Federal Agencies, the Owner will include the add alternates in the order listed to the base bid, keeping such total under the funds available.

      If a base bid exceeds such amount of funds made available by the State and Federal Agencies, the Owner may reject all bids or award the contract on the basis of the base bid combined with such deductible alternates applied in numerical order in which they are listed in the Form of Bid that produces a net amount which is within the available funds.  (Refer to Bid Forms for additional information.)

      The contract will be awarded on the basis of base bid plus any add/deduct alternate(s) that do not exceed the funds available.

       

    • Worker's Compensation Provision

      Before entering into the contract for the project, the successful bidder must comply with all aspects of Section 31-286a of the Connecticut General Statutes, including providing the Town with a current statement from the State Treasurer that, to the best of his knowledge and belief as of the date of the statement, the Contractor or any of his Subcontractors was not liable to the State for any Worker's Compensation payments made pursuant to Section 31-355 of the Connecticut General Statutes.

      Contract documents will not be signed until the statement has been received by the Town from the State Treasurer.

    • 6.2. Sec. 31-53b.

      Construction safety and health course. New miner training program. Proof of completion required for mechanics, laborers and workers on public works projects. Enforcement. Regulations. Exceptions. (a) Each contract for a public works project entered into on or after July 1, 2009, by the state or any of its agents, or by any political subdivision of the state or any of its agents, described in subsection (g) of section 31-53, shall contain a provision requiring that each contractor furnish proof with the weekly certified payroll form for the first week each employee begins work on such project that any person performing the work of a mechanic, laborer or worker pursuant to the classifications of labor under section 31-53 on such public works project, pursuant to such contract, has completed a course of at least ten hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration or, has completed a new miner training program approved by the Federal Mine Safety and Health Administration in accordance with 30 CFR 48 or, in the case of telecommunications employees, has completed at least ten hours of training in accordance with 29 CFR 1910.268.

      (b) Any person required to complete a course or program under subsection (a) of this section who has not completed the course or program shall be subject to removal from the worksite if the person does not provide documentation of having completed such course or program by the fifteenth day after the date the person is found to be in noncompliance. The Labor Commissioner or said commissioner's designee shall enforce this section.

      (c) Not later than January 1, 2009, the Labor Commissioner shall adopt regulations, in accordance with the provisions of chapter 54, to implement the provisions of subsections (a) and (b) of this section. Such regulations shall require that the ten-hour construction safety and health courses required under subsection (a) of this section be conducted in accordance with federal Occupational Safety and Health Administration Training Institute standards, or in accordance with Federal Mine Safety and Health Administration Standards or in accordance with 29 CFR 1910.268, as appropriate. The Labor Commissioner shall accept as sufficient proof of compliance with the provisions of subsection (a) or (b) of this section a student course completion card issued by the federal Occupational Safety and Health Administration Training Institute, or such other proof of compliance said commissioner deems appropriate, dated no earlier than five years before the commencement date of such public works project.

      (d) This section shall not apply to employees of public service companies, as defined in section 16-1, or drivers of commercial motor vehicles driving the vehicle on the public works project and delivering or picking up cargo from public works projects provided they perform no labor relating to the project other than the loading and unloading of their cargo.

      (P.A. 06-175, S. 1; P.A. 08-83, S. 1.)

      History: P.A. 08-83 amended Subsec. (a) by making provisions applicable to public works project contracts entered into on or after July 1, 2009, replacing provision re total cost of work with reference to Sec. 31-53(g), requiring proof in certified payroll form that new mechanic, laborer or worker has completed a 10-hour or more construction safety course and adding provision re new miner training program, amended Subsec. (b) by substituting "person" for "employee" and adding "or program", amended Subsec. (c) by adding "or in accordance with Federal Mine Safety and Health Administration Standards" and setting new deadline of January 1, 2009, deleted former Subsec. (d) re "public building", added new Subsec. (d) re exemptions for public service company employees and delivery drivers who perform no labor other than delivery and made conforming and technical changes, effective January 1, 2009.

    • Materials (As needed)

      Unless otherwise specified by the Engineer, the pipe, fittings, valves, tubing, stops, and appurtenances to be utilized in this work shall be new and unused, shall be of the types and
      materials specified herein and shall meet the requirements specified herein. All materials found during the process of the work to have cracks, flaws, or other defects will be rejected by the Engineer. All defective materials shall be promptly removed from the work site and replaced at no additional expense to the Owner.

    • Enumeration of Contract Drawing, Specifications, Appendices and Addenda

      The following are the contract drawings, specifications, appendices and addenda which form a part of this contract as set forth in the General Conditions.

       

      Specifications

      Specifications and Bid Form for REPLACEMENT OF EXISTING PLASTIC WATER SERVICES WITH NEW COPPER WATER SERVICES FY26 PAVING PROGRAM DISTRICT 2 ROADS

      • Information for Bidders
      • Bid Proposal
      • Scope of Work
      • Supplementary Conditions
      • Special Provisions

      Addenda

      • Number and Date (if applicable)

      Plans and Maps

    • Tubing and Fittings

      A. The corporation stop shall be copper compression fittings and shall be H15008N manufactured by the Mueller Company or approved equal by the Engineer.

      B. Water service lines shall be Type K seamless copper tubing. Requirements for tubing shall meet the latest revision of ASTM Specification B88.


      C. The curb stop shall be copper to copper compression fittings and shall be Mueller H15207N or approved equal by the Engineer.


      D. The curb box shall be Buffalo type 2-1/2” dia. with cover, two pieces and shall be extended to 5'. Curb box shall be General Foundries 36094E or approved equal by the engineer.

       

      E. Fittings for use with copper piping shall be brass and bronze conforming to American Standards Association Standard B16.18, or B16.22. No-lead compression couplings shall be as manufactured by A.Y. McDonald, or approved equal by the engineer.

    • Bid Schedule

      The Town of Waterford will be accepting electronic submissions via the Town’s e-Procurement located at https://procurement.opengov.com/portal/waterfordct.

    • Arithmetic Discrepancies
      1. For the purpose of initial evaluation of bids, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by bidders:
        1. Obviously misplaced decimal points will be corrected.
        2. In case of discrepancy between unit price and extended price, the unit price will govern.
        3. Apparent errors in extension of unit prices will be corrected.
        4. Apparent errors in addition of lump sum and extended prices will be corrected.
      2. For the purpose of bid evaluation, the Town will proceed on the assumption that the bidder intends his bid to be evaluated on the basis of the unit prices, extensions, and totals arrived at by resolution of arithmetic discrepancies as provided above and the bid will be so reflected on the abstract of bids.
    • Construction Methods

      A. Construction shall meet the requirements of the WATER SERVICE CONNECTION DETAIL.


      B.  The Contractor shall be responsible for all materials and work required for water service installations, but he shall coordinate all activities with the Waterford Utility Commission. When temporary discontinuance of service is required to accomplish service replacement the Contractor shall give ample notice to the Waterford Utility Commission so that they can notify the customer one working day in advance of the discontinuance. He shall have all materials on hand necessary to do the work and shall perform as much excavation and installation of new materials as possible in advance to minimize the time water will be shut off.

       

      C.  The interior of the pipe shall be thoroughly cleaned of foreign matter before being lowered into the trench and shall be kept clean during laying operations by plugging or other approved method. Pipe shall not be laid in water, or when trench or weather conditions are unsuitable for the work. When work is not in progress, open ends of pipe and fittings shall be securely closed so that no trench water, earth or other substance will enter the pipes or fittings and no seal or plug shall be removed until trench is pumped completely dry. All defective and unsound material found to be defective before or after installation will be rejected and shall be replaced by the Contractor with new sound and approved material, at no additional expense to the Owner. All connections shall only be made at such times and in a manner approved by the Owner.

       

      D.  The exact locations of connections shall be as directed by the Owner. In addition to the requirements specified herein, the piping and appurtenances shall be provided in accordance with the printed recommendations of the respective manufacturer and as approved. Piping, stops, fittings, specials and associated work shall be provided as indicated, as specified and as necessary to conform with the lines, grades and arrangement as directed by the Owner and for the proper and satisfactory fitting and completion of the work, and as directed. The Contractor shall be responsible for verifying in the field all lines, grades, dimensions and conditions affecting the work, and for the correct fitting of all parts of the water service lines and appurtenances in the completed water services prior to the ordering or fabrication of the various materials. Deflections from a straight line or grade, as required by vertical curves, horizontal curves or offsets shall be made using fittings or specials as indicated and/or as directed; the types of fittings or specials used shall be as approved. No connections or joints shall be covered in any way until the connections have been inspected.

       

      G. Tapping ductile iron pipe, installation of corporation stops, installation of curb stops and curb boxes and appurtenances work shall be done in conformity with these specifications, the manufacturer's recommendations and accepted best practice and shall be subject to approval by the Engineer.


      H. Copper tubing shall be installed as shown on the plans, and in conformity with accepted best practice.


      I. Excavation shall expose both sides of existing curb box for the purpose of material verification. Photographic documentation shall be collected at each house excavated regardless of whether the water line is replaced or not with the house number visible with the street being either to the bottom or to the right of the photograph. Where a plastic service requires replacement, an additional photo shall be collected showing the replacement at the curb stop.

    • Sanitary Facilities

      The Contractor shall provide temporary sanitary facilities for his employees.  These facilities shall be cleaned regularly and in all ways comply with the State and Town Health Regulations.

    • Nondiscrimination

      Discrimination is prohibited under this contract.

      No person in the United States shall, on the ground of race, color, national origin, or sex, be excluded from participation under any program or activity of a recipient government which government receives funds made available under Subtitle A of the Act.  Any prohibition against discrimination on the basis of age under the Age Discrimination Act of 1975 (hereinafter referred to as discrimination on the basis of age) or with respect to an otherwise qualified handicapped individual as provided in section 504 of the Rehabilitation Act of 1973, (hereinafter referred to as discrimination on the basis of handicapped status) or any prohibition against discrimination on the basis of religion, as well as any exemption from such prohibition as provided in the Civil Rights Act of 1964 or the Civil Rights Act of 1968 (hereinafter referred to as discrimination on the basis of religion) shall also apply to any such program or activity.

      All of subpart E or Regulations governing the Payment of Entitlements under Title I of the State and Local Fiscal Assistance Act of 1972 as Amended by the State and Local Fiscal Assistance Amendments of 1976 applies.

      The Town of Waterford does not discriminate against individuals with disabilities as provided in the Americans with Disabilities Act (ADA).  The Town expects that the vendors and/or contractors with whom it does business will comply with the American with Disabilities Act to the extent required by law.  If awarded a contract with the Town, the successful vendor/contractor will be required to sign a statement agreeing to comply with the provisions of ADA.

       

    • Measurement and Payment

      Measurement

      A. Each "1”Water Service Connection" or “2” Water Service Connection” shall consist of tapping the water main, furnishing and installing a corporation stop and making connection to new copper tubing and shall include fittings, adapters and other appurtenant material and work. Water service connections will be measured for payment by the actual number of such units of work provided for the Water Service Connection items.

       

      B. "1” Curb Stop & Box" or “2” Curb Stop & Box” will be measured by the actual number of curb stops and curb boxes furnished and installed including appurtenant material and work.

       

      C. "1” Copper Tubing" or “2” Copper Tubing” will be measured by the actual number of linear feet of 1” copper tubing or 2” copper tubing furnished and installed.

       

      D. Trench excavation, pavement and sidewalk removal and backfill, pipe bedding, leakage tight testing, traffic control, protection of trees and shrubs and other appurtenant work will not be measured for payment.

       

      E. Surface restoration shall be included in the price of the copper piping.

      Payment

      A. Water service connections will be paid for at the Contract unit price for each sized "1-inch Water Service Connection" or “2-inch Water Service Connection” which price shall include tapping water main, corporation stop, connection to new copper tubing and all materials, equipment, tools and labor incidental thereto.

       

      B. Curb stops will be paid for at the Contract unit price for each sized “1” Curb Stop and Box" or “2” Curb Stop & Box” which price shall include curb stop, curb box and all materials, equipment, tools and labor incidental thereto.

       

      C. Copper tubing will be paid for at the Contract unit price per linear foot for "1” Copper Tubing" or “2” Copper Tubing” service installation. The unit price for this item shall include trench excavation, pavement and sidewalk removal and backfill, pipe bedding, roadway restoration, traffic control, protection of trees and shrubs and other appurtenant work.

       

      D. Trench excavation and backfill, pipe bedding, leakage tight testing, traffic control, pavement removal and restoration, the protection of trees and shrubs and other appurtenant work will not be measured for payment but, is to be included in the price for copper tubing.

    • No Conflict of Interest

      Bidder certifies, by submitting a bid, that no owner, employee or family member (defined for purposes of this invitation to bid as a spouse, parent, sibling or child) of an owner or employee of bidder is a current or former employee of the Town or its Board of Education.

      Bidder further certifies that no owner or employee of bidder has any interest, direct or indirect, which is incompatible with the proper discharge of the proposed duties in the public interest or that would tend to impair Bidder’s independent judgment or action in the performance of the proposed duties.

      Bidder certifies that it does not have any past, present or currently planned interests which are an actual or potential organizational conflict of interest with respect to performing the work for Town under this invitation to bid.

      Bidder hereby covenants and agrees that no employee, elected official or appointed official of the Town or its Board of Education

    • Roadway Closings

      In certain cases where deemed necessary for protection of the public, the Town MAY officially close a road to vehicular traffic for a specified period of time.  Prior to closing any roads in accordance with this paragraph, detours shall be established by the CONTRACTOR, approved by the OWNER, and suitable signs erected.  Access to all homes and business shall be maintained at all times for area residents and emergency vehicles.

    • Compliance with Town Regulations

      Bidder shall cause all persons performing work pursuant to the contract between bidder and the Town to comply with all Town requirements, including instructions pertaining to conduct and to building access and related requirements issued by the Town and District, respectively. All personnel shall wear readily visible identification in a form that is satisfactory to the Town. The Town may promulgate and modify from time to time rules and regulations relating to conduct as the Town, in its sole discretion, may determine, and the contractor shall cause all persons performing work to comply with any such requirements.

    • Wage Rates

      Notice is given that Section 31-53 of the Connecticut General Statutes, as amended, APPLIES to this Contract. The provisions of this section shall not apply where the total cost of all work to be performed by contractors and subcontractors in connection with new construction of any public works project is less than one million dollars ($1,000,000.00) or where the total cost of all work to be performed by contractors and subcontractors in connection with any remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project is less than one hundred thousand dollars ($100,000.00).  Upon the award of any contract subject to the provisions of this act, the contractor to whom such contract is awarded shall certify, under oath, to the Labor Commissioner the pay scale to be used by such contractor and any of his subcontractors for work to be performed under such contract.

      To the extent Section 31-53 of the Connecticut General Statutes applies, the following provision shall be deemed inserted into the Contract Documents pursuant to C.GS. Section 31-53(a)

      "The wages paid on an hourly basis to any person performing the work of any mechanic, laborer or worker on the work herein contracted to be done and the amount of payment or contribution paid or payable on behalf of each such person to any employee welfare fund, as defined in subsection (h) of this section, shall be at a rate equal to the rate customary or prevailing for the same work in the same trade or occupation in the town in which such public works project is being constructed. Any contractor who is not obligated by agreement to make payment or contribution on behalf of such persons to any such employee welfare fund shall pay to each mechanic, laborer or worker as part of such person's wages the amount of payment or contribution for such person's classification on each pay day."

      If the statutory state Prevailing Wage Rates, if applicable under this Bid proposal, increases during the period of the Project herein, such wage increase are to be paid by said Contractor and are not to be allowed as a change order or increase in price to the Town/Owner at any time.

      There shall be paid each laborer or mechanic of the Contractor or Subcontractor engaged in work on the project under this Contract in the trade or occupation listed at the end of this section, not less than the hourly wage rate set opposite the same, regardless of any contractual relationship which may be alleged to exist between the Contractor or any Subcontractors and such laborers and mechanics.

      The wage rates have been determined by the State Labor Department and the contractor in payment of wage shall be bound by such schedules in the performance of the work herein provided.

      In accordance with Public Act 93-392, as may be from time to time amended, the Contractor shall submit monthly to the Town a certified payroll (Forms WWS-CP1 and CP2) accompanied by a Statement of Compliance.  Samples of these forms are included with the wage rates.

      In accordance with Public Act 02-69, as may be from time to time amended, the contractor shall contact the Labor Commissioner on or before July first of each year for the duration of this 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 annual adjustments will be posted on Department of Labor Web page: www.ctdol.state.ct.us.  For those without internet access, please contact the Department of Labor.

    • Bid Security

      If the total amount of the bid submitted exceeds $50,000, or if the bid contains any add alternates and the combination of the base bid plus all add alternates exceeds $50,000, then the bid must be accompanied by a CERTIFIED CHECK or a BID BOND, signed by a responsible Surety, in the amount of 10% of the total amount of the tendered bid and made payable to the order of the Town of Waterford. All bid checks or bonds, except those of the lower three (3) bidders will be returned within ten (10) days of the opening of bids. Those of the lower three (3) bidders will be retained by the Town of Waterford until one of the lower three (3) bidders signs the contract or until all bids are rejected; however, in no case will the bid check or bond be retained for more than 90 days unless forfeited as hereinafter stipulated.  No bidder may withdraw his bid within 90 days after the actual date of the opening thereof.

      Should there be reasons why the CONTRACT cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER.

      If the total amount of the bid (or base bid plus alternates) submitted is $50,000 or less, then no bid security is required.

      The Bid Bond and Surety’s Letter of Intent must be provided by a Surety Company that meets all of the following qualifications as of the date of bid.

      1. Licensed to do business in the State of Connecticut

      2. Listed on the current U. S. Treasury “T” List

      3. Rate A- or better by A. M. Best

    • Qualifications of BIDDER

      The OWNER may make such investigations as it deems necessary to determine the ability of the BIDDER to perform the work, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request.  The OWNER reserves the right to reject any bid if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the CONTRACT and to complete the work contemplated therein.  Conditional bids shall not be accepted.  Any CONTRACTOR, who is in litigation or arbitration with the Town at the time of the bid opening, or prior to the execution of the CONTRACT, may be considered an unacceptable BIDDER and may be disqualified.

    • Contract Bid Breakdown (Lump Sum)

      Update language as Needed

    • Funding Requirements

      Update Funding Requirements

    • Identity of SUB-CONTRACTORS

      If any portion of the work is to be performed by persons or entities not considered to be part of the bidder's own forces, the successful bidder shall, upon notification of the award of a contract, furnish a written list of such other persons or entities and a description of the work to be performed by them.  If requested by the Owner, the successful bidder shall be required to establish, to the satisfaction of the Owner, the reliability and responsibility of such Sub-Contractors.

       

    • Bonds

      A. Performance Bond   

      If the total bid price for the project exceeds $50,000, or if the bid contains any alternates and the combination of the base bid plus all Town accepted alternates exceeds $50,000, then either of the following is required:

      1. The Contractor shall furnish a bond covering faithful performance of the Contract. Surety shall be qualified to do business in the State of Connecticut, listed on the current U. S. Treasury “T” list, and rated "A-" or better by A. M. Best.  The cost of the bond premium shall be included in the Contract Sum.  The amount of the bond shall be equal to 100 percent of the Contract Sum.

      OR

      2. In lieu of a Performance Bond, a security in a form acceptable to the Town (for example, letter of credit or an assigned passbook) in the amount of 100% of the Contract may be substituted.

      The Contractor shall deliver the required security to the Owner on the date the agreement is entered into.

      The Contractor shall require the attorney-in-fact, who executes the required bond on behalf of the surety, to affix thereto a certified and current copy of the power-of-attorney.

      In the case where add alternates are part of the bid, and where acceptance of any alternates would cause the Contract Sum to exceed the $50,000 threshold, then the price of the alternate shall include the cost of the required bond or security.

      B. Payment Bond

      If the total bid price for the project exceeds $100,000, or if the bid contains any alternates and the combination of the base bid plus all Town accepted alternates exceeds $100,000, then either of the following is required:

      1. The Contractor shall furnish a bond covering payment of obligations arising under the terms of the Contract.  Surety shall be qualified to do business in the State of Connecticut, listed on the current U.S. Treasury “T” list, and rated “A-“or better by A.M. Best.  The cost of the bond premium shall be included in the Contract Sum.  The amount of the bond shall be equal to 100 percent of the Contract Sum.

      OR

      2. In lieu of a Payment Bond, a security in a form acceptable to the Town (for example, a letter of credit or an assigned passbook) in the amount of 100% of the Contract may be substituted.

      The Contractor shall deliver the required security to the Owner on the date the Agreement is entered into.

      The Contractor shall require the attorney-in-fact, who executes the required bond on behalf of the surety, to affix thereto a certified copy of the power-of-attorney.

      In the case where add alternates are part of the bid, and where acceptance of any alternates would cause the Contract Sum to exceed the $100,000 threshold, then the price of the alternate shall include the cost of the required bond or security.

      If the total bid (or base bid plus alternates) for the project is $100,000 or less, then in lieu of providing any security listed in Section 8.B, the Contractor can elect to substitute the following:

      Provide certified lien waivers from each supplier and sub- contractor affirming that they have been paid for work and materials for which previous payment applications were issued by the Owner and payments received by the Contractor.

      See Attachments Section for sample copies of the Performance and Payment Bonds.

    • Non-Resident Contractor Guarantee Bonds

      A Non-Resident Contractor is required to post a Guarantee Bond (for AU766) or Cash Bond (form AU-72) with the State of Connecticut Department of Revenue Services (DRS) in the amount of 5% of the total contract price.  This Bond will secure payment for applicable taxes payable to the State related to this Project.  The State will issue a Certificate of Compliance once an acceptable bond has been submitted by the Non-Resident Contractor.  This Certificate of Compliance must be provided by the Contractor to the Town prior to the release of the first progress payment under the Contract, or the Town must remit 5% of the total contract value directly to the State.  This 5% is in addition to the Project retainage.


      Special Notice SN2012(2), published by the State of Connecticut Department of Revenue Services, details the procedures and requirements regarding the Guarantee Bond or Cash Bond.  The Special Notice and bond forms can be obtained at the State of Connecticut Department of Revenue Services webpage, www.ct.gov/DRS.

    • Insurance

      The Contractor must provide a CERTIFICATE OF INSURANCE as specified in the General, Supplementary Conditions and Special Provisions sections.

       

    • Receipt of Bonds & Insurance Certificates Prior to Signing Contract

      The Contractor to whom the contract shall be awarded must file the requisite BONDS and CERTIFICATE OF INSURANCE as specified and any other forms and documents required by the specifications prior to signing of the contract, and within 7 days from the date of receipt of notification of said award.

    • Obligation of Bidder

      Bidders, if requested, must be able to present evidence satisfactory to the Purchasing Agent that they have been regularly engaged in the business of constructing such work as they propose to execute, and that they are fully prepared with the necessary capital, materials, and equipment to conduct the work to be contracted for, and to begin it promptly when ordered.

      Prior to submitting his bid, the bidder must inspect the site and thoroughly read all plans, specifications and bid and contract documents.  The failure or omission of any bidder to examine any form, instrument or document and to thoroughly examine the site shall in no way relieve any bidder from any obligations in respect to his bid.

    • Damages for Failure to Enter into Contract

      The party to whom the CONTRACT is awarded will be required to execute the CONTRACT within thirty (30) calendar days from the date when Notice of Award is delivered to the BIDDER.  In case of failure of the BIDDER to execute the CONTRACT, the OWNER may at his option, consider the BIDDER in default, in which case the bid security accompanying the proposal shall become the property of the OWNER as liquidated damages and not as a penalty.

    • Execution of Contract and Notice to Proceed

      The OWNER within 15 days of receipt of acceptable PERFORMANCE BOND, PAYMENT BOND and CONTRACT signed by the party to whom the CONTRACT was awarded shall sign the CONTRACT and return to such party an executed duplicate of the CONTRACT.  Should the OWNER not execute the CONTRACT within such period, the BIDDER may by written notice withdraw his signed CONTRACT.  Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER.

      The Notice to Proceed shall be issued within ten (10) days of the execution of the CONTRACT by the OWNER.  Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between the OWNER and the CONTRACTOR.  If the Notice to Proceed has not been issued within the ten (10) day period or within the period mutually agreed upon, the CONTRACTOR may terminate the CONTRACT, whereupon it shall become null and void and all rights and obligations created thereunder shall be extinguished.

       

    • Time of Completion and Liquidated Damages

      BIDDER must agree to commence work on or before a date to be specified in a written Notice to Proceed from the OWNER and to fully complete the project within 30 consecutive calendar days thereafter.  Bidder must agree also to pay as liquidated damages, the sum of $1,000 for each consecutive calendar day thereafter as hereinafter provided in the GENERAL CONDITIONS.

      It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning and the time for completion during the working hours as specified in the General Conditions of the work to be done hereunder are essential conditions of this CONTRACT; and it is further mutually understood and agreed that the work embraced in this CONTRACT shall be commenced on a date to be specified in the "Notice to Proceed".

      The CONTRACTOR agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified.  It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the time for the completion of the work described herein is a reasonable time for the completion of same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality.

      If the said CONTRACTOR shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extensions thereof granted by the OWNER, then the CONTRACTOR does hereby agree, as a part consideration for the awarding of this CONTRACT, to pay to the OWNER the sum of $1,000 for each consecutive calendar day as shown above, not as a penalty but as liquidated damages for such breach of CONTRACT as hereinafter set forth, for each and every calendar day that the CONTRACTOR shall be in default after the time stipulated in the CONTRACT for completion of the work.

      The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would in such event sustain, and said amount is agreed to be the amount of damages which the OWNER would sustain and said amount shall be retained from time to time by the OWNER from current periodic estimates.

      It is further agreed that time is of the essence of each and every portion of this CONTRACT and of the specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the CONTRACT an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this CONTRACT.  The CONTRACTOR shall not be in default when the delay in completion of the work is due:

      1. To any preference, priority or allocation order duly issued by the State or Federal Government
      2. To unforeseeable cause beyond the control and without the fault or negligence of the CONTRACTOR, including, but not limited to, acts of God, or of the public enemy, acts of the OWNER, acts of another contractor in the performance of a contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and severe weather.

      The CONTRACTOR shall, within ten (10) days from the beginning of any such delay, unless the OWNER shall grant a further period of time prior to the date of final settlement of the CONTRACT, notify the OWNER, in writing, of the causes of the delay.  The Owner shall ascertain the facts and extent of the delay and notify the CONTRACTOR within a reasonable time of its decision in the matter.

    • Addenda and Interpretations

      All questions about the meaning or intent of the Contract Documents shall be submitted through the Town’s e-Procurement Portal located at https://procurement.opengov.com/portal/waterfordct.

      Interpretations or clarifications considered necessary by the Owner in response to such questions will be issued by Addenda delivered to all parties recorded by the Owner as having received the Bidding Documents. 

      Questions received less than seven days prior to the date for opening of Bids may not be answered.  Only questions answered by formal written Addenda will be binding.  Oral and other interpretations or clarifications will be without legal effect.

      Bidders are required to register for an account via the Town's e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their 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 https://procurement.opengov.com/portal/waterfordct.

      Addenda will be issued to modify the Bidding Documents as deemed advisable by the Owner.

    • Substitution Clause

      Wherever in the Plans and Specifications any item of equipment or material is designed by reference to a particular brand, manufacturer, or trade name, it is understood that an approved equal product, acceptable to the OWNER, may be substituted by the BIDDER or the CONTRACTOR.

    • Retainage

      The Town of Waterford reserves the right to retain 5% in addition to the other retainages required, of the final contract price for a period not to exceed six (6) months from the date of final acceptance of the project.

       

    • Laws and Regulations

      The bidder's attention is directed to the fact that all applicable Federal and State law, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full.

       

    • List of Utilities in the Area

      Attention is called to the fact that the following Utility Companies have facilities in the area: The Connecticut Light and Power Company dba Eversource Energy, Lightower Fiber Networks I, LLC dba Crown Castle Fiber, The Southern New England Telephone Company dba Frontier Communications of Connecticut, Comcast of Connecticut, Inc., City of New London Department of Public Utilities – Water and Waterford Utility Commission - Sewer.

      Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner by owners of such Underground Facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions.

      The Contractor should acquaint itself with and adhere to the regulations of those utilities which are in the area of this Contract.

      When requested by the Contractor, all underground utilities will be located and marked on the surface by the controlling utility company at no cost to him.  Contractor will be responsible for notifying the Utility clearinghouse, "Call-Before-You-Dig" 48 hours prior to any excavation, to allow for the location of the existing utilities by controlling Utility Company.

       

    • Sales Tax

      Under the terms of the regulations referring to CONTRACTORS and SUBCONTRACTORS, issued by the STATE TAX COMMISSION in administration of the STATE Sales and Use Tax, to which the BIDDER is referred, the CONTRACTOR may purchase materials or supplies to be consumed in the performance of this contract without payment of tax and shall not include in his bid nor charge any use or sales tax thereon.

    • Site Investigation and Conditions Affecting the Work

      A. The Contractor acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to:

      1. Conditions bearing upon transportation, disposal, handling, and storage of materials;
      2. The availability of labor, water, electric power, and roads;
      3. Conditions at the site;
      4. The conformation and conditions of the ground; and
      5. The character of equipment and facilities needed preliminary to and during work performance.

      B. The Contractor also acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the Town, as well from the drawings and specifications made a part of this contract.  Any failure of the Contractor to take the actions described and acknowledged in this paragraph will not relieve the Contractor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to the Town.

      C. The Town assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Town.  Nor does the Town assume responsibility for any understanding reached or representation made concerning conditions, which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this Contract.

      D. The Contract Documents contain the provisions required for the construction of the project.  Information obtained from an officer, agent or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the CONTRACT.

       

    • Permits

      The Contractor must obtain all necessary construction and building permits.

    • Work Area

      Construction will be confined to the immediate work area only.  Trespass on property other than Town property or easements acquired by the Town for the project will be by written permission of the property owner only.

       

    • Change Orders

      Any deviations from, additions to, or deductions from either scope of work or contract price shall be submitted by the Contractor to the Town in the form of a contract change order.  The Town must approve this contract change order before said deviations, additions, or deductions shall be enacted.  The specific procedures applicable to change orders are set forth in the General Conditions of the Contract Documents.

      Further, all changes in scope of work involving unit price items shall be governed by the unit price indicated by the Contractor on the Base Bid Form.

       

    • Wages

      Bidder is directed to the Supplementary Conditions of the Contract Documents for wage rate scales and legislation applicable to this contract.

    • CHRO Requirements

      If Applicable The contractor who is selected to perform this project must comply with CONN. GEN. STAT. §§ 4a60, 4a-60a, 4a-60g, and 46a-68b through 46a-68f, inclusive, as amended by June 2015 Special Session Public Act 15-5.

      State law requires a minimum of twenty-five (25%) percent of the state funded portion of the contract for award to subcontractors  holding current certification from the Connecticut Department of Administration Services (DAS) under the provisions of CONN. GEN. STAT 4a-60g. (25% of the work with DAS certified Small and Minority owned businesses and 25% of that work with DAS certified Minority, Women, and/or Disabled owned businesses.)  The contractor must demonstrate good faith efforts to meet the 25% set-aside goals.

       

      For municipal public works contracts and quasi-public agency projects, the contractor must file a written or electronic non-discrimination certification with the Commission on Human Rights and Opportunities.

    • Unbalanced Bids

      An unbalanced bid is one in which the contractor’s unit prices are:

      1. Significantly higher or lower than the Engineer’s estimate.
      2. “Front loaded” so contractor receives a disproportionate payment for work done during the early stages of a project.
      3. Token bid prices (i.e. penny unit bids).

      While it is often impossible to designate precisely the dividing line between a balanced bid and an unbalanced bid, contractors should be aware that the Town may regard the unbalancing of a bid as so extreme, undeniable, or detrimental to the interests of the Town that it may question the contractor about the apparent unbalancing of the bid proposal, and, if the contractor cannot provide a satisfactory explanation of the apparent unbalancing, and if the Town’s assessment of the risk to itself is unacceptable, the Town may reject the bid as nonresponsive.

    • OSHA Violations

      In accordance with Connecticut General Statute Section 31-57b, no contract shall be awarded to a bidder if it is determined that the bidder (person or firm) has been cited for three (3) or more willful or serious violations of any occupational safety and health act or of any standard, order or regulation promulgated pursuant to such act during the three (3) year period preceding the date of bid opening.

    • Enumeration of the Proposed Contract Documents

      Copies of the proposed Contract Documents have been made available to the bidder and consist of the documents enumerated below.  The successful bidder selected by the Town shall be expected to enter into the contract documents with the Town.  If a bidder is unwilling or unable to meet any of the contract terms, the bidder must disclose that inability or unwillingness in its proposal and the reason(s) therefore.  The Town reserves the right to modify or include other provisions in its contracts as the Town, in its sole discretion, deems necessary or advisable.

      1. Form of Contract
      2. Scope of Work and Specifications
      3. Supplementary Conditions
      4. Special Provisions
      5. Drawings: IFB# 26-007, REPLACEMENT OF EXISTING PLASTIC WATER SERVICES WITH NEW COPPER WATER SERVICES FY26 PAVING PROGRAM DISTRICT 2 ROADS

    Submission Requirements

    • Vendor Price Proposal (required)

      Please download the below documents, complete, and upload.

    • Non Collusion (required)

      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. 

    • Examination of Documents (required)

      By clicking confirm, Bidder declares that they have carefully examined the Information For Bidders, Contract documents, including the Plans and Specifications, and has inspected the site and will contract to provide all necessary tools, apparatus and implements, freight, cartage, and expense, and to do all the work and furnish all the materials necessary in the manner and upon the conditions specified and upon the following terms at the prices specified on the following pages. 

    • Bonds and Insurance (required)

      By clicking confirm, Bidder agrees to furnish satisfactory bonds and insurance as required by the General Conditions, the Information for Bidders and by the Supplementary Conditions, and to execute within 30 days after notice of the award, a formal contract with the Town of Waterford for the fulfillment of this proposal, and it is agreed that in case of failure on the part of the undersigned to do so, the certified check or bid bond deposited herewith shall be forfeited to the Town of Waterford as liquidated damages for such failure. 

    • Contract Completion (required)

      By clicking confirm, Bidder 

       hereby agrees to commence work under this contract on or before a date to be specified in written NOTICE TO PROCEED of the OWNER and to fully complete the project in strict compliance with the Contract Documents within 90 consecutive calendar days thereafter as stipulated in the specifications.  BIDDER further agrees to pay as liquidated damages, the sum of $1,000 for each consecutive calendar day thereafter as hereinafter provided in the Information for Bidders section.

       

    • Bid Conditions (required)

      By clicking confirms,

      Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formalities in the bidding.

      The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids.

       

    • Selected bidder to be able to mobilize within 2-3 weeks of bid award? (required)
    • What potential issue would limit the ability to mobilize within 2-3 weeks of bid award? (required)
    • If Awarded the contract, will this project be of completion within the 30 days? (required)
    • What would be a potential issue that would interrupt the 30 day completion schedule? What would be the estimated date of completion, if not the 30 days? (required)
    • Vendor Qualifications

      The Bidder offers the following information as evidence of their qualifications to perform the work as bid upon according to all requirements of the Plans and Specifications.

    • Years in Business (required)

      How many years under present business name?

    • Work Complettion (required)

      Have you ever failed to complete contracted work?

    • Explain (required)

      Provide an explanation for why you failed to compete the work.

    • References (required)

      Please download the below documents, complete, and upload.

    • Bank Reference (required)

      Provide a Banking Reference to include, but not limited to:

      • Name of Bank
      • Phone Number

       

    • Firm Information (required)

      Please download the below documents, complete, and upload.

    • Acknowledgement of Principal (required)

      Please download the below documents, complete, and upload.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • Prevailing Wage

      This is Public Works Project covered by the Prevailing Wage Law CT General Statutes Section 31-53.

    • Contractor Wage Certification Form

      Please Review 

    • Payroll Certification for Public Works Projects

      Please review

    • Fringe Benefits Explanation

      Please Review

    • Project Address (required)
    • Completion Time (required)

      Enter number of days calendar days bidder has to complete the project.

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

      Include the Sanitary Facilities clause?

    • Roadway Closings (required)

      Include the Roadway Closings clause?

    • Contract Bid Breakdown (Lump Sum) (required)

      Do you need to include a Contract Bid Breakdown clause?

    • Funding Requirements (required)

      Do you need to list any additional Funding Requirements?

    • Prevailing Wage (required)

      Is this project covered by the Prevailing Wage Law?

    Key dates

    1. April 29, 2026Published
    2. May 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.