SLED Opportunity · CONNECTICUT · CITY OF MERIDEN

    B026-47 Citywide Paving (Spring)

    Issued by City of Meriden
    cityInvitation To BidCity of MeridenSol. 244929
    Closed
    STATUS
    Closed
    due Apr 8, 2026
    PUBLISHED
    Mar 17, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Meriden seeks bids for milling and overlay of approx. 4.78 miles of roadways including asphalt paving, driveway aprons, and pavement markings. Project starts mid-April 2026 with electronic bid submission due April 8, 2026.

    Opportunity details

    Solicitation No.
    244929
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    city
    Published Date
    March 17, 2026
    Due Date
    April 8, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Meriden
    Agency
    City of Meriden

    Description

    The project will consist of the milling and overlay of various roadways in the City of Meriden totaling approx. 4.78 miles in length. Refer to roadway list titled “Citywide Paving Program Spring 2026 Roadway List“ included with this bid package for approximate limits of work. Work will include, but not limited to, a 2” fine mill of existing pavement, a 2” overlay of Class 2 bituminous pavement, driveway aprons and painted pavement markings. It is anticipated that the project will commence in mid to late-April of 2026.

    Project Details

    • Reference ID: B026-47
    • Department: Engineering
    • Department Head: John Lawlor (Director)

    Important Dates

    • Questions Due: 2026-04-01T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-25T14:00:00.000Z — Engineering Conference Room #30 Meriden City Hall 142 East Main Street Meriden, CT 06450

    Evaluation Criteria

    • PROJECT DESCRIPTION

      The project will consist of the milling and overlay of various roadways in the City of Meriden totaling approx. 4.78 miles in length. Refer to roadway list titled “Citywide Paving Program Spring 2026 Roadway List“ included with this bid package for approximate limits of work. Work will include, but not limited to, a 2” fine mill of existing pavement, a 2” overlay of Class 2 bituminous pavement, driveway aprons and painted pavement markings. It is anticipated that the project will commence in mid to late-April of 2026. The City may remove or add roadways to the proposed roadway list as the project progresses and will coordinate with the Contractor during the project. The work performed on any additional roadways added by the City will be performed at the Unit Prices submitted on the Bid Form and may include unit cost for moves submitted on Bid Form if the location is more than 2,500 feet from work being performed.

    • SUMMARY

      The project will consist of the milling and overlay of various roadways in the City of Meriden totaling approx. 4.78 miles in length. Refer to roadway list titled “Citywide Paving Program Spring 2026 Roadway List“ included with this bid package for approximate limits of work. Work will include, but not limited to, a 2” fine mill of existing pavement, a 2” overlay of Class 2 bituminous pavement, driveway aprons and painted pavement markings. It is anticipated that the project will commence in mid to late-April of 2026.

       

    • TIMELINE
      Project Release Date:March 17, 2026
      Pre-Bid Meeting (Non-Mandatory):March 25, 2026, 10:00am

      Engineering Conference Room #30
      Meriden City Hall
      142 East Main Street
      Meriden, CT 06450

      Question Submission Deadline:April 1, 2026, 4:00pm
      Submission Deadline:April 8, 2026, 11:00am

       

    • BIDDING PROCEDURES

      The City will only be accepting electronic submissions of bids and proposals. Please submit electronic responses via the City eProcurement Portal: https://procurement.opengov.com/portal/meridenct. By way of the eProcurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. Bids are due for submission no later than 11:00 am, Wednesday, April 8, 2026.

    • PROJECT OPTIONS

      Work for this project to be performed during daytime hours (7:00 am – 5:00 pm). Pavement marking operations may be performed during overnight hours.

      The Contractor will have the option to perform the milling and paving work on Britannia St. and/or The Downtown Area (Colony, So. Colony, E. Main, State and Perkins) during the daytime hours or to perform this work during overnight hours (7:00 pm – 5:00 am). Any work performed overnight will be paid for at the same unit costs listed on the Bid Form. No additional premiums will be applied.

    • BIDS

      Bids are to be submitted as follows:.

      a. Bids must be made out and signed in the corporate, or other, name of Bidder, and must be fully and properly executed by an authorized person.

      b. The City of Meriden, CT will only be accepting electronic submissions of the enclosed bid sheet via the City eProcurement portal partner, OpenGov: https://procurement.opengov.com/portal/meridenct.

      c. Bids received later than the time and date specified will not be considered.

      d. Amendments to or withdrawal of bids received later than the date and time set forth in the bid opening will not be considered.

    • PROJECT DURATION AND SEQUENCING

      The intent of this project is to have this work performed and completed in its entirety as quickly as possible to limit the disruption specifically in the Britannia St. and Downtown corridors and to the residents in the other project residential areas. The selected contractor will prepare a construction schedule and present it at the pre-construction meeting.

      Temporary pavement marking shall be placed on Britannia St. and Downtown area (Colony, So. Colony, E. Main, State and Perkins) after milling and paving. The application of permanent pavement markings should occur approximately 2 weeks after completing the paving operations and temporary markings.

      No section of roadway shall be left in a milled condition longer than 2 weeks before final Bituminous Concrete (HMA) is placed.

    • (1) 01540 - MAINTANANCE AND PROTECTION OF TRAFFIC

      Description: This work shall consist of the maintenance and protection of vehicular and pedestrian traffic on public streets and sidewalks in conformity with the requirements of this specification and other Contract Documents. The Contractor assumes full liability for the maintenance and protection of vehicular and pedestrian traffic.

      Materials: All signs, barricades, lights, flashers, traffic cones, manhole and utility gate box protection ramp rings, trafficmen, and other items necessary to forewarn and guide vehicular and pedestrian traffic shall be of a number and quality satisfactory to the Engineer and/or Public Works Director and governmental agencies having jurisdiction. The Contractor shall provide all signs, barricades, lights, flashers, traffic cones and other items necessary to forewarn and guide vehicular and pedestrian traffic.

      Construction Methods:

      1. GENERAL: The Contractor shall obey all applicable state and local regulations regarding maintenance and protection of traffic.
      2. MEETING: Prior to the commencement of any construction whatsoever, the Contractor shall meet with the Engineer or his representative and representatives from the Public Works shall present an outline of the sequence of construction and the method of protecting vehicular and pedestrian traffic during each sequence. Approval of the schedule of operations and plan by the Engineer shall in no way relieve the Contractor from his full responsibility for the maintenance and protection of traffic.
      3. EXISTING STREETS OPEN: Except as otherwise provided in this section, or permitted by the Engineer, the Contractor shall keep all existing streets open to traffic for the full length of the project and shall provide a sufficient number of travel lanes to move that traffic ordinarily using the roadway. The travel lanes shall be drained and kept reasonably smooth and in suitable condition at all times in order to provide minimum interference to traffic consistent with the proper prosecution of the work. 
      4. LANES OF TRAVEL: Travel lanes shall be maintained by the Contractor in a suitable manner at all times. The Contractor will be responsible for removal of snow and ice on all streets and detours within the Area of Work while he is actively prosecuting the completion of the Contract. If there is a temporary shutdown approved by the Engineer, the Contractor will not normally be responsible for snow and ice removal.
      5. STREET CLOSINGS: The closing of any street for any purpose whatsoever shall be for the length of time and subject to the restrictions the Engineer may impose. No street will be closed without the Contractor having received prior approval of the Meriden Police Department and the Department of Public Works of the City of Meriden. The Contractor will make sure that the Fire Department and any other agencies which may be affected by the closing are notified. Detour plan and signage approved by the Engineer will be required.
      6. PEDESTRIAN TRAFFIC: ALL SIDEWALKS OPEN: Except as provided in this Section, or as permitted by the Engineer, the Contractor shall keep all public sidewalks open.
      7. PROVISION FOR PRIVATE ACCESS: The Contractor shall schedule his operations to cause a minimum of inconvenience to occupants of existing properties within the area of work. Prior to restricting or eliminating vehicular access to any property the Contractor shall give the occupants of the property twenty-four hour notice. Thereafter, the Contractor shall complete the items of work and restore access as rapidly as reasonably possible. Restrictions of access shall at all times be subject to the approval of the Engineer. At no time shall the Contractor prevent pedestrian access to any existing building. Where existing access is eliminated and other access substituted therefor, the substituted access shall be maintained by the Contractor to a quality equal to or better than the eliminated access.
      8. SIGNS AND OTHER WARNING DEVICES: ILLUMINATION OF WARNING DEVICES: All signs and barricades or other appurtenances for the protection of the public shall be illuminated or be retroreflective especially during the hours of darkness or low visibility. The Contractor shall keep all signs in proper position, clean and legible at all times. Care shall be taken that weeds, shrubbery, construction materials or equipment and soil are not allowed to obscure any sign, light or barricade. Signs that do not apply to existing conditions shall be removed or adjusted so that the legend is not visible to approaching traffic.
      9. MATERIALS FOR PROTECTION OF TRAFFIC: At any time, the Engineer may order supplemental materials furnished or work performed by the Contractor as the Engineer deems necessary for the maintenance and protection of traffic. The Contractor shall comply with such orders at no additional cost to the City. The omission of the Engineer to so order shall not relieve the Contractor of his full responsibility for the maintenance and protection of traffic. The Engineer may order additional measures if warranted.
      10. PROTECTION OF RAISED STRUCTURES: The contractor is responsible for all utility structures that have been exposed during the milling process shall be made safe for general vehicular traffic. At a minimum, all raised structures shall be painted and maintained with a high visibility paint to warn motorists of the potential hazard. Paint should be updated daily as required. Some structures may require additional measures such as ramps, manhole protection ramp rings, traffic cones or traffic barrels.
    • EXAMINATION OF BIDDING DOCUMENTS

      Bidders are to examine all documents and visit the site in order to make a thorough examination of the conditions so that the bidder may familiarize itself with all of the existing requirements, conditions, and difficulties that will affect the execution of the work in order to determine the amount of work necessary to carry out the true intent of the specifications and work shown on the drawings.

      The City of Meriden and its agents do not have any responsibility for the accuracy, completeness, or sufficiency of any bid document obtained from any other source other than from the City eProcurement Portal: https://procurement.opengov.com/portal/meridenct. Obtaining documents from any other source(s) may result in obtaining incomplete and inaccurate information. Obtaining documents from any other source may also result in failure to receive any addenda, corrections, or other revisions to the documents that may be issued.

      No request shall be honored if such request is made less than seven (7) calendar days prior to the date fixed for the opening of bids. Any and all such interpretations, and any supplementary instructions, will be in the form of a written addenda to the specifications which, if issued, will be made available via the City eProcurement Portal, located at https://procurement.opengov.com/portal/meridenct for addenda. Failure of any bidder to receive any such addenda shall not relieve any bidder from any obligations under its bid as submitted.

      Bidders shall submit all inquiries regarding this bid via the City eProcurement Portal, located at https://procurement.opengov.com/portal/meridenct. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City eProcurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries.

    • Basis of Payment

      Maintenance and Protection of Vehicular and Pedestrian Traffic required for or forming a part of the work called for by the Drawings, these Specifications or other Contract Documents will be paid for at the lump sum price when the item appears in the Schedule of Prices in the Proposal. The price shall include construction, maintenance and removal of detours, signs, barricades, flashers, cones, and all else necessary to maintain and protect traffic all in accordance with the provisions of the Contract Documents

    • BIDS TO REMAIN OPEN

      No bidder may withdraw its bid within sixty (60) days of the date of the bid opening. Should there be reason why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the City of Meriden and the successful bidder.

    • (2) 04060 - HOT MIX ASPHALT PAVEMENT (HMA)

      Description:

      This item shall consist of placement of Class 2 bituminous concrete to the limits and a thickness of 2” as shown on the plans or as directed by the Engineer and/or Public Works Director.

      Construction Methods:

      Bituminous Concrete Surface: material shall be placed using an approved paving box. Hand spreading will not be allowed.

      Basis of Payment:

      This work will be paid for at the contract unit price per ton for “Hot Mix Asphalt Pavement (HMA)

    • CHRO

      The contractor who is selected to perform this State project must comply with CONN. GEN. STAT. §§ 4a-60, 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 be set aside for award to subcontractors holding current certification from the Connecticut Department of Administrative Services (“DAS”) under the provisions of CONN. GEN. STAT. § 4a-60g. (25% of the total state-funded value with DAS-certified Small Businesses and 6.25% of the total state funded value with DAS-certified Minority-, Women-, and/or Disabled-owned Businesses.) The contractor must demonstrate good faith effort to meet the 25% set-aside goals. REV. 20220808

    • (3) 04062A - MILLING OF EXISTING BITUMINOUS PAVEMENT

      Description:

      Milling Services consist of the cutting and removal of bituminous concrete material from roads, including all necessary work to establish the lines and grades specified and the removal and cleanup of all milling material around catch basin inlets, manholes, utility valve boxes, and any similar structures. Contractors shall make arrangements for removal, hauling and disposal of milling material.

      Construction Methods:

      The pavement surface shall be removed to the line, grade and existing cross-section, or as directed by the Engineer.

      The milling machine shall be equipped with a built-in- automatic grade averaging control system that can control the longitudinal profile and the transverse cross-slope to produce the specified result. The longitudinal controls shall be capable of operating from any longitudinal grade reference, including string line (30 feet minimum). The transverse controls shall have an automatic system for controlling cross-slope at a given rate.

      Protection shall be provided around existing catch basin inlets, manholes, utility valve boxes, and any similar structures. Any damage to such structures as a result of the milling operation is the Contractor’s responsibility and shall be repaired at the Contractor’s expense.

      To prevent the infiltration of milled material into the storm drainage system, the Contractor shall take special care to prevent the milled material from falling into the inlet openings or inlet grates. Any milled material that has fallen into inlet openings or inlet grates shall be removed at the Contractor’s expense.

      Surface Tolerance: The milled surface shall provide a riding surface with a uniformed texture appearance. The milled surface shall be free from gouges, longitudinal grooves and ridges, oil film, and other imperfections that are a result of defective equipment, improper use of equipment or poor workmanship.

      Where a surface delamination between HMA layers or a surface delamination of HMA on Portland cement concrete causes a non-uniform texture to occur, the depth of milling shall be adjusted +/- ½ inch or until delamination is eliminated.

      When removing HMA pavement entirely from an underlying Portland cement concrete pavement, all of the HMA pavement shall be removed leaving a uniform surface of Portland cement concrete, unless otherwise directed by the Engineer. Any unsatisfactory surfaces produced by the milling operation are the Contractor’s responsibility and shall be corrected at the Contractor’s expense and to the satisfaction of the Engineer.

      No vertical faces, transverse or longitudinal, shall be left exposed to traffic. If any vertical face is formed in any area exposed to traffic, a temporary paved transition shall be established. At all permanent limits of removal, a clean vertical face shall be established by saw cutting prior to paving.

      Prior to opening an area which has been milled to traffic, the pavement shall be thoroughly swept by the Contractor with a mechanical sweeper. The sweeper shall be equipped with a water tank and capable of controlling dust and removing the millings and loose debris from the surface. Other sweeping equipment may be provided in lieu of the mechanical sweeper where accepted by the Engineer.

      The Contractor is responsible for hauling away and disposing of all millings. The City reserves the right to keep a portion of the millings for its own use and will coordinate with the contractor for deposit location within the City Limits.

      Method of Measurement:

      This work shall be measured for payment by the number of square yards of area from which the milling of asphalt has been completed and the work accepted. No area deductions shall be made for minor unmilled areas such as catch basin inlets, manholes, utility boxes and any similar structures

      The depth of removal shall be calculated by taking measurement at a minimum of every 250 feet per each pass of the milling machine, or as directed by the Engineer. The average depth of each section shall determine which payment item is applicable.

      Basis of Payment:

      This work shall be paid for at the Contract price per square yards for “Milling of Existing Bituminous Pavement”. This price shall include all equipment, tools, labor and materials incidental thereto.

      No separate payments shall be made for cleaning the pavement prior to paving; providing protection and doing handwork removal of bituminous concrete around catch basin inlets, manholes, utility valve boxes and any similar structures; repairing surface defects as a result of the Contractors negligence; removal of any temporary milled transition; removal and disposal of millings; furnishing a sweeper and sweeping after milling. The cost for these items shall be included in the Contract unit price for Milling of Existing Bituminous Pavement.

    • CITY OF MERIDEN, LOCAL PREFERENCE

      In determining the lowest responsible bidder, the Purchasing Department shall also consider Local Preference.

      This section shall not apply in those instances where the bid requested involves a cooperative purchasing arrangement between the City of Meriden and other municipalities or the State of Connecticut.

      Bidders are specifically advised that the City of Meriden has adopted Section 3-14 of the Code of the City of Meriden which requires, but is not limited to, a local preference requiring, in part, that a “City-based business” shall mean a business with its principal place of business located within the boundaries of the City of Meriden. A business shall not be considered a “City-based business” unless evidence has been submitted, satisfactory to the Purchasing Department, with each bid (forms included in bidding documents) to establish that the bidder has a bona fide principal place of business, operates out of, or pays property taxes on personal property in the City of Meriden.

      Any City-based business bidder which has submitted a bid not more than ten (10) percent higher than the low bid provided such City-based business bidder agrees to accept the award of the bid at the amount of the low bid. The acceptance shall be submitted in writing to the Purchasing Department no later than next business day following the opening of the bid. For example, a bid opened at 11:00 a.m. on a Monday must be accepted by the City-based bidder no later than 11:00 a.m. on Tuesday. If more than one City-based business bidder has submitted bids not more than ten (10) percent higher than the low bid and has agreed to accept the award of the bid at the amount of the low bid, the lowest responsible bidder shall be one of the City-based business bidders which has submitted the lowest bid.

      Bidders claiming status under the local preference are hereby required to submit with its bid an additional form, titled “Request for Status as a Meriden Based Business.”

    • PREVAILING WAGES
      It is determined prevailing wages are required and it is expressly understood and agreed they are the responsibility and obligation of the Contractor to secure and maintain any/all prevailing wages rates.
    • (4) 040623A - NON-TRACKING ASPHALT TACK COAT

      Description: The Non-Tracking Asphalt Tack Coat consists of furnishing and the application of nontracking asphalt tack coat. Non-tracking asphalt tack coat must not adhere to tires, tracks, or other parts of paving equipment or vehicles. The use of non-tracking asphalt tack coat is at the sole discretion of the Engineer will be discussed at the pre-construction meeting.

      Materials:  The emulsified asphalt used for the non-tracking asphalt tack coat must meet the following requirements:

      Table 1: Asphalt Emulsion for Non-Tracking Asphalt Tack Coat

      Property Specification Test Procedure
      Viscosity, SFS, 77° Fahrenheit 20-100AASHTO T 72
      Sieve, %0.3 maximumAASHTO T 59
      Asphalt Residue, %50 minimumAASHTO T 59
      Oil Distillate, %1.0 maximumAASHTO T 59
      Residue Penetration, at 77° Fahrenheit10-40AASHTO T 49 
      Original Dynamic Shear (G*/sin δ), kPa at 70° Celsius (Base Asphalt)1.0 minimumAASHTO T 315
      Solubility, %97.5 minimumAASHTO T 44

       

      General:

      • The non-tracking asphalt tack coat must be undiluted and free of contaminants such as fuel oils and other solvents.

      • The blending of non-tracking asphalt tack coats from different suppliers at the mixing plant is prohibited.

      Basis of Approval:  The request for approval of the source of supply must include the location where the material is manufactured, the handling and storage methods, and certifications in accordance with AASHTO R 77. Only Contractors that have an approved “Quality Control Plan for Non-Tracking Asphalt Tack Coat” formatted in accordance with AASHTO R 77 and that submit monthly split samples per grade to the Engineer, shall supply non-tracking asphalt tack coat. Each delivery of nontracking asphalt tack coat to a project site must be accompanied with the following: the corresponding Certified Test Report listing all properties shown in the above Table 1: Asphalt Emulsion for NonTracking Asphalt Tack Coat, weight per gallon at 77° Fahrenheit, recommended application temperature range, and a Materials Certificate in accordance with section 1.06.07 of the 819.

      Construction Methods:

      Surface Preparation: The Contractor and Engineer shall ensure that the surface that the non-tracking asphalt tack coat is to be applied is dry and free of dust, standing water, or any other foreign material that would inhibit adhesion. The surface must be prepared by scraping, sweeping, and the use of compressed air shortly before application to prevent the return of debris on the pavement. The Contractor shall not apply tack coat if rain is expected within one (1) hour after application.

      Equipment: The Contractor shall provide a distributor truck capable of heating, circulating, and spraying the tack coat at the required application temperature range per the manufacturer’s recommendations. The temperature of the tack coat must not exceed 180° Fahrenheit and must be circulated while heating. If the particle charge of the non-tracking asphalt tack coat is different from the particle charge of the emulsion that was previously used, then the tank must be thoroughly cleaned prior to use.

      The spray bar must maintain a constant height above the pavement under variable load conditions. The distributor must include a tachometer, pressure gauges, and an accurate volume measuring device or a calibrated tank. All applicator trucks must have calibrations certified in accordance with ASTM D2995

      Tack Coat Application:  The roadway temperature must be a minimum of 40° Fahrenheit and rising during the application of non-tracking asphalt tack coat. The material cannot be applied if the existing surface is wet or frozen. The Engineer may not permit the placement of any asphalt mixture until the tack coat has sufficiently cured. Any material applied outside the manufacturer’s recommended temperature range is subject to rejection by the Engineer.

      The distributor spray bars must be adjusted to uniformly coat the entire surface at the directed application rate. A hand hose attachment may be used on irregular areas and areas inaccessible to the spray bar and must be coated uniformly and completely. All exposed transverse and longitudinal edges of each course must be coated before mixture is placed against such surfaces. The tack coat must be applied to contact surfaces of curbs, gutters, manholes, and vertical faces of existing pavements.

      The Contractor shall protect bridge decks, curb reveals, handrails of structures, and all other appurtenances from tracking or splattering of tack coat material.

      Full Production Application Rate: If full coverage is not achieved, the material application rate may be increased as required by the Engineer (see below Table 2: Residual Application Rates for NonTracking Asphalt Tack Coat Emulsions for in-place residual application rates) to ensure full coverage. The paving must proceed only after the non-tracking asphalt tack coat has cured (broken and set) to the satisfaction of the Engineer.

      Table 2: Residual Application Rates for Non-Tracking Asphalt Tack Coat Emulsions

      Non-Tracking Asphalt Tack Coat Uses Minimum Residual (gal/s.y.) Maximum Residual (gal/s.y.)
      New AC Pavement to New AC Pavement or Thin Lift Leveling0.040.06
      New AC Pavement (≤ 20 % RAP) to Aged Existing Pavement or Milled Surface0.050.08
      New AC Pavement (> 25 % RAP) to Aged Existing Pavement or Milled Surface0.060.10
      New AC Pavement to PCC or Milled PCC Surface0.040.08

       

      Method of Measurement: The quantity of non-tracking asphalt tack coat will be measured by the number of gallons furnished, applied, and accepted by the Engineer. The application rate must be established to meet the minimum residual asphalt application rate shown in the above Table 2: Residual Application Rates for Non-Tracking Asphalt Tack Coat Emulsions.

      The Engineer shall calculate the residual application rate of the in-place non-tracking asphalt tack coat based on the applied emulsion quantity and the percent dilution at 77° Fahrenheit (i.e., 100 gallons of emulsion at 55% asphalt content applied on 900 s.y. The Residual Asphalt Application Rate = (0.55 x 100)/900 = 0.061 gallons/s.y.). Any amount of material greater than ten percent (10%) over the State of Connecticut application rate specified, will not be included. Measured quantities in gallons of non-tracking asphalt tack coat at 77° Fahrenheit must be determined using one of the following methods:

      a. Measured by Weight: The number of gallons furnished shall be determined by weighing the material on calibrated scales furnished by the Contractor. To convert weight to gallons, one of the following formulas will be used: Tack Coat (gallons at 77° Fahrenheit) = Measured Weight (pounds) / Weight per gallon at 77° Fahrenheit

      b. Measured by automated metering system on the delivery vehicle: Tack Coat (gallons at 77° Fahrenheit) = 0.976 x Measured Volume (gallons).

      Basis of Payment: This work will be paid for at the Contract unit price per gallon for “Non-Tracking Asphalt Tack Coat,” complete and accepted in place. This price includes furnishing and applying materials, surface preparation, equipment, tools, labor, and work incidental thereto.

      Pay Item Unit of Measure Non-tracking Asphalt Tack Coat Gallon (gal.)

    • (5) 0922501A – BITUMINOUS CONCRETE DRIVEWAY APRON

      Description:  This item shall consist of tying in existing bituminous concrete driveways to the repaved roadway surface at locations as directed by the Engineer and in accordance with these specifications due to damage during roadway milling and paving operations or to adjust apron height to meet standards.

      Materials: Bituminous Concrete Surface Materials for this item shall match to the surface course of the adjacent paved roadway or as directed by the Engineer.

      Construction Methods:

      1. Preparation: Driveway preparation will occur at locations where the asphalt driveway lip is too shallow or will exceed 1.5” after placement of the finished surface course. Preparation up to 3 feet behind curbline includes milling, saw cutting, removal of any existing sidewalk, or driveway, at locations directed by the Engineer. All soft and yielding material shall be removed and replaced with suitable material.

      2. Bituminous Concrete Surface: This surface shall be constructed in accordance with the requirements of Section 04062A and this Contract, except that the material may be spread by hand and thoroughly compacted by multiple passes of a roller weighing of not less than 500 pounds. In sections inaccessible to the roller, the base course, surface course and backfill shall be plate compacted or hand-tamped with tampers weighing not less than 12 pounds the face of which shall not exceed 50 square inches in area.

      3. Backfilling and Removal of Surplus Material: The sides of the sidewalk or driveway shall be backfilled with suitable material thoroughly compacted and finished flush with the top of the sidewalk or driveway. All surplus material shall be removed and the site left in a neat and presentable condition to the satisfaction of the Engineer.

      Alternate techniques for driveway preparation may be used when accepted by the Engineer.

      Method of Measurement:

      This work will be measured for payment as follows:

      1. Preparation: Preparation below the finished grade of the sidewalk or driveway, backfilling, and disposal of surplus material will be measured for payment at contract unit price per square yard.

      2. Bituminous Concrete Driveway and Tack Coat: This work will be measured and paid for at the contract unit prices for these items.

      Basis of Payment:

      This work will be paid for at the contract unit price per square yard for “Bituminous Concrete Driveway”. Hot mix asphalt and tack coat used in conjunction with this Item will be paid for at the contract unit price for these items.

    • EXTENSION OF AGREEMENT

      Thirty (30) days prior to the expiration of the resulting contract, the parties may, by mutual agreement, extend the contract for up to two (2) additional, three (3) year terms.  Any extension must be in writing, executed by both parties.

    • TIME

      Inasmuch as the contract concerns a public improvement, the provisions of the contract relating to the time of performance and completion of the work are of the essence of the contract. Accordingly, the successful bidder/contractor (“Contractor”) shall begin work on the day specified in paragraph 2.04 of the General Conditions and shall perform the work diligently so as to permit full use not later than the first day following the construction period established in the Contract. (See paragraph 10 entitled “Liquidated Damages” of the Construction Contract between City of Meriden, as owner, and the Contractor).

    • (6) 097000A - TRAFFICPERSON

      Shall conform to Form 819 Section 9.70 with the following modifications:

      9.70.01 - Description

      Add the following sentence after the second paragraph:

      Uniformed Municipal Police Officers for the City of Meriden shall also be contacted and used first unless they are unavailable.

      The Contractor shall make all arrangements with the Chief of Police, or his designated representative, for police services authorized by the Owner no less than 18 hours prior to the start of work.

      9.70.05 -Basis of Payment

      Add the following sentence before the first sentence of the second paragraph:

      Invoices for Uniformed Municipal Police Officers will be sent directly to the City of Meriden Public Works /Engineering Division and be paid accordingly by said department. No payment will be made to the contractor for Uniformed Municipal Police Officer.

    • TAXES

      The City of Meriden is exempt under Connecticut General Statutes from the payment of the excise taxes imposed by the federal government and the Sales and Use Tax of the State of Connecticut; such taxes should not be included in the bid price. Upon request, exemption certificates will be furnished to the successful bidder.

    • (7) 1210101, 1210102, 1210105 - EPOXY RESIN PAVEMENT MARKINGS

      Shall conform to Form 819 Section 12.10.

      The Engineer and/or Public Works Director may choose to remove or add additional markings. All markings will be paid at the unit price bid.

    • (8) 12120A – TEMPORARY PAVEMENT MARKINGS

      Shall conform to Form 819 Section 12.09 and/or 12.12 with the following modifications:

      12.12.02 - Materials

      Add the following sentence after the last paragraph:

      Temporary raised pavement markers may be used as a temporary alternate upon approval by the Engineer and/or public works director.

      12.12.03 – Construction Methods

      Add the following sentence after the last paragraph:

      Temporary pavement markings shall consist of tape or painted lines a minimum of 4” wide and 2’ long. The markings shall be placed in a skip line pattern approximately 20’ on center. Temporary directional dividing lines shall consist of a single broken yellow line. For center turn lanes, the temporary directional dividing lines should consist of single broken yellow lines. For multi-lane highways with a minimum 4 lane cross section, the temporary directional dividing line should consist of a double broken yellow line. Temporary markings for lane lines shall consist of a single broken white line. Temporary pavement markings should not be used to replace edge lines.

      12.12.04 – Method of Measurement

      This section should be removed in its entirety:

      12.12.05 Basis of Payment

      Replace this section with the following:

      This work will be paid for at a lump sum price when the item appears in the Schedule of Prices in the Proposal for “Temporary Pavement Markings, complete in place, which price shall include the cost of furnishing material, including labor and equipment to incorporate them into the work.

    • FAIR EMPLOYMENT PRACTICES

      The Contractor shall agree that neither it or its subcontractors, except in the case of a bona fide occupational qualification or need, to refuse to hire or employ or to bar or to discharge from employment any individual or to discriminate against such individual in compensation or in terms, conditions or privileges of employment

      because of the individual's race, color, religious creed, age, sex, gender identity or expression, marital status, national origin, ancestry, present or past history of mental disability, intellectual disability, learning disability, physical disability, including, but not limited to, blindness or status as a veteran. The aforementioned terms are obtained from Connecticut General Statutes Section 46a-60, et seq., entitled “Discriminatory employment practices prohibited,” as amended.

    • (9) 1302061A - ADJUST UTILITY GATE BOXES AND MANHOLE FRAMES

      Description: The Contractor shall adjust to final grade, the gate boxes, manhole frames and covers appurtenant to the existing utilities (water, sewer, stormwater, gas, electrical and telecom as required and furnish and install extension rings and covers.

      City of Meriden Water Department and sewer department shall be contacted a minimum of 24 hours prior to initiating the adjustment of any water gate boxes or sanitary sewer manholes so that an inspector can be provided for this work. The Contractor shall contact and coordinate with gas, electrical and telecom utilities if any of their respective structures need to be adjusted.

      Due to the nature of the project it is not anticipated that many structures will need to be adjusted. The Contractor is responsible for visiting the site prior to biding to better asses the scope of this item.

      Materials: The Contractor shall furnish standard City of Meriden Water Department gate box rings as required.

      All additional materials, including any resurfacing materials and any additional fill required, shall be furnished and placed by the Contractor.

      Construction Methods: The Contractor shall carefully excavate around the gate boxes, remove the boxes, install extension rings, reinstall the present gate box or manhole cover if reusable, adjust the box to final grade, and refill the excavation. Care shall be taken to prevent material from filling the inside of the gate boxes.

      Any damage done to utility facilities by the Contractor shall be repaired or replaced by the Contractor at his expense.

      Basis of Payment: This work will be paid for at a lump sum price in the bid proposal for “Adjust Utility gate boxes and manhole frames complete in place, which price shall include the cost of furnishing material, including labor and equipment to incorporate them into the work.

    • FORM OF AGREEMENT BETWEEN CITY OF MERIDEN AND CONTRACTOR

      The Agreement for the work will be via Purchase Order and Standard Construction Agreement including EJCDC.

    • (10) 0975018 Movements, Relocations, Skips (MRS)

      A movement, relocation or skip (MRS) will be considered anytime equipment must be moved or relocated from one work area to another work area that is more than 2500 feet from each other. “Work Area” shall be defined as a group of roadways that are contiguous or within 2500’ of each other where paving and milling equipment can proceed under its own power to each roadway within that work area.

      Each movement, relocation, skip shall include both paving and milling equipment as one item. All costs associated with movements, relocations, and skips shall be included under this item.

      Definitions: • Movements: To transport equipment from one work area to another by truck. • Relocation: To relocate equipment from one work area to another using its own power. • Skip: To skip from one work are to another using its own power.

      Basis for Pricing: MRS must be priced under “Movement, Relocation or Skip” and paid for by each movement as listed in the project Bid Form.

      Note: Payments will not be made for any MRS work area on separate contracts. Payments will not be made for any MRS under two thousand five hundred (2,500) feet. Contractor shall not be paid MRS if it involves securing the milling or paving equipment off the road at the end of the workday and returning the milling or paving equipment to where the Contractor stopped work the prior workday. This is considered to be part of a milling or paving workday operation.

    • LOCAL SUBCONTRACTORS, SUPPLIERS, etc.

      Local subcontractors, material suppliers, and labor in the City of Meriden should be considered and sought out insofar as it is practical in the performance of this project.

    • CITY OF MERIDEN CODE OF ETHICS

      The City of Meriden has adopted a Code of Ethics located in Chapter 21 of the Code of the City of Meriden, sections 21-1 through 21-15, inclusive, which are expressly incorporated herein by reference. The terms of the Code of Ethics shall constitute a part of any contract or agreement entered into by the City of Meriden as a result of this bid as if those terms were fully set forth in such contract or agreement.

      Bidders are specifically advised that the Code of Ethics prohibits public officers and employees, as well as their immediate families and businesses, with which they are associated from participating in any transaction which is incompatible with the proper discharge of official duties or responsibilities. Bidders are also advised that the Code of Ethics contain provisions with respect to paid contractors and former employees and officials.

      BIDDERS SHOULD NOTE THAT BIDS, CONTRACTS, AND AGREEMENTS ENTERED INTO OR AWARDED IN VIOLATION OF THE CODE OF ETHICS ARE VOIDABLE BY RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MERIDEN.

      Copies of the Code of Ethics may be obtained from the office of the City Clerk or may be found online on the City of Meriden’s website.

    • NON-COLLUSION STATEMENT

      Each bidder submitting a bid to the City of Meriden for any portion of the work contemplated by the documents on which bidding is based shall execute and attach thereto the sworn Non-Collusive Bid Statement, to the effect that the bidder has not colluded with any other person, firm, or corporation in the submission of the bid.

    • AWARD IN CASE OF A TIE

      In the event there are two or more responsive bidders, the decision to award will be based by the following criteria and in the following order:

      a. The incumbent will be awarded the bid over that of another bidder.

      b. In the case of a multi-item bid, if one bidder has been awarded other items from the same bid and the other bidder has not, the bidder with the multiple awards will be awarded the bid over that of another bidder.

      c. The bidder located in the State of Connecticut will be awarded the bid over that of another bidder.

      d. The winner of a coin toss will be awarded the bid over that of another bidder.

      The above-referenced provisions do not apply to those situations in which more than one City-based business responsible bidder has submitted bids not more than ten (10) percent higher than the lowest bid and has agreed to accept the award of the bid at the amount of the lowest bid. Under such circumstances, the provisions of the Code of the City of Meriden, section 3-14, are controlling, as set forth under Section 8 of this ‘Information to Bidders.’

    • AWARD OF CONTRACT

      The Purchasing Officer reserves the right to make an award on the bid which, by the Purchasing Officer’s judgment and recommendation from the Director of Engineering/Public Workers following bid evaluations, best meets the specifications and is deemed to be in the best interest of the City of Meriden.

      The contract will not be awarded to any corporation, firm, or individual which/who is in arrears to the City of Meriden by debt or contract, or who is in default as security or otherwise by any obligation to the City of Meriden.

      The right is reserved to reject any or all bids, in whole or in part, to award any item, group of items, or total bid, and to waive informality or technical defects, if it is deemed to be in the best interest of the City of Meriden.

    • BID PROTEST PROCEDURE

      In the event that any bidder wishes to protest the potential award of a bid, or any procedure of act in the advertising or soliciting of the bids, said bidder must make said protest in writing, which shall state the reason therefore and request a conference with respect thereto. Said protest must be received in the City Purchasing Office within FIVE (5) business days after the delivery of bid results or decisions. A conference with respect to said protest shall be scheduled by the Purchasing Officer forthwith and shall be attended by him or his designee and such other persons as the Purchasing Officer and the City Manager shall require to attend. The subject matter of said conference shall be limited to the reasons for the protest specified in the written request for said conference. Said conference shall also include a discussion of all possibilities for a resolution of dispute. The City shall make a decision in writing within three (3) business days after said conference and forward the same to the protesting bidder forthwith. In the event that any protesting bidder wishes to take legal action against the City, they must fully comply with all of these instructions to bidders.

    • ASSIGNMENT OF CONTRACT

      No contract may be assigned without the written consent of the Purchasing Officer or designee.

    • PERMITS

      The Contractor shall be responsible for obtaining any and all necessary permits required by the City of Meriden prior to the commencement of work. The Contractor may contact the City of Meriden Building Department for permit information at (203) 630-4091. For all other required permits, contact the City of Meriden Engineering Department at (203) 630-4018.

    • BID PRICE AND PAYMENT

      The City of Meriden is exempt from the payment of the excise taxes imposed by the Federal government and the Sales and Use Tax of the State of Connecticut under Connecticut General Statutes; accordingly, such taxes shall not be included in the bid price.

      The City of Meriden, unless stated otherwise in the bidding documents or Contract, will make payment to the Contractor not less than thirty (30) days following completion of services.

    • QUALITY

      All materials, equipment, supplies, and services shall be subject to rigid inspection. If defective material, equipment, supplies, or services are discovered, the Contractor shall remove or make good such material, equipment, or supplies without extra compensation. It is expressly understood and agreed that any inspection by the City of Meriden will in no way lessen the responsibility of the Contractor or release Contractor from the obligation to perform and deliver to the City sound and satisfactory materials, equipment, supplies, or allow the cost to be deducted from any monies due it from the City of Meriden. All services will be performed in a workmanlike manner.

    • LICENSES AND CERTIFICATIONS

      The successful firm(s) shall ensure that any appropriate licenses or certifications required by the State of Connecticut are maintained for the duration of the project. The firm must meet all municipal, state and federal affirmative action and equal employment opportunity practices.

    • LENGTH OF CONTRACT

      Add Contract Length as necessary

    • INSURANCE

      The successful bidder shall be required to provide a Certificate of Insurance denoting general liability, automobile liability, workers compensation liability, and other coverage required by the City’s Risk Manager.

    Submission Requirements

    • NON-COLLUSIVE STATEMENT/AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • REQUEST FOR STATUS AS A MERIDEN BASED BUSINESS (required)

      Please download the below documents, complete, and upload.                If this is NOT APPLICABLE Please Upload a Blank Form w/NA written on it.

    • BIDDER'S QUALIFICATION STATEMENT (required)

      Please download the below documents, complete, and upload.

    • FORM OF SURETY GUARANTY (required)

      Please download the below documents, complete, and upload.

    • What services is Meriden seeking? (required)

      Ex. to furnish labor and materials to construct a multi-use linear trail along the western side of Research Parkway from East Main Sti·eet and the Wallingford Town Line.

    • What is the date of the legal notice? (required)

      Ex. May 3, 2025

    • Is a Scope of Work/Project Information section needed? (required)

      Select no, if you will be adding specs/ drawings as attachments

    • Is Request for Status As a Meriden Based Business a required Vendor submission for this project? (required)
    • Is this a construction project? (required)
    • Is this project over $50,000? (required)

      Bonding required

    • How Long is Bid Pricing Valid? (required)
    • Is prevailing wage needed? (required)

      If so, upload project wage sheets

    • Are there prevailing wages? (required)

      The attention of bidders is directed to the requirement for minimum wage rates to be paid under this contract.

    • What Dept(s) is Involved? (required)
    • What Type of Agreement will we be using? (required)
    • Select the Legal Notice Option (required)
    • Is this a BOE project? (required)

      If yes, school specific insurance will be included

    Questions & Answers

    Q (Rail Road Crossing): What are the expectations in the downtown area in relation to the live train tracks present? Is the engineer going to determine how close to the rail work will be performed? Is an Amtrack flagger going to be required in that area?

    A: It is our intent that an Amtrak flagger will not be needed. No paving work will be performed within the Amtrak ROW. The City will work with the Contractor to establish the paving/milling limits.


    Q (Milling of Bituminous Pavement): Contract documents indicate that "The City reserves the right to keep a portion of the millings for its own use and will coordinate with the contractor for deposit location within the City Limits". Does the City know how much material it will need (e.g., tons, loads, SY, etc.)? ...from which road they would like the millings from? ...to what deposit locations?

    A: The City can take approximately 825 C.Y. of Millings


    Key dates

    1. March 17, 2026Published
    2. April 8, 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.