SLED Opportunity · CONNECTICUT · CITY OF MERIDEN

    B026-51 Lincoln Paving Project

    Issued by City of Meriden
    cityInvitation To BidCity of MeridenSol. 247950
    Closed
    STATUS
    Closed
    due Apr 23, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Meriden seeks bids for reconstruction of Lincoln Middle School parking lot including pavement, curbing, drainage, and sedimentation control. Project includes base bid and two add alternates. Prevailing wages and local preference apply. Electronic bid submission due April 23, 2026.

    Opportunity details

    Solicitation No.
    247950
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    city
    Published Date
    March 27, 2026
    Due Date
    April 23, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Meriden
    Agency
    City of Meriden

    Description

    The City of Meriden wishes to have the Lincoln Middle School parking lot reconstructed located at 164 Centennial Ave, CT. The work under this contract consists of the removal and replacement of pavement, curbing, drainage structure tops, pavement markings, and installation of appropriate sedimentation control measures. The intention of this project is to reconstruct the existing infrastructure, with some slight modifications to pavement markings and pavement sections.

    Project Details

    • Reference ID: B026-51
    • Department: BOE
    • Department Head: Donna Carnot (Director)

    Important Dates

    • Questions Due: 2026-04-16T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-07T14:00:00.000Z — Lincoln Middle School 164 Centennial Avenue Meriden, CT 06451

    Addenda

    • Addendum #1 (released 2026-04-08T14:59:28.951Z) —

      Pre-Bid Sign in Sheet

      Answer to Questions presented at the Pre-Bid.

    Evaluation Criteria

    • NOTICE TO CONTRACTOR – USE OF CONNECTICUT DOT FORM 819

      State of Connecticut Department of Transportation’s Standard Specifications for Roads, Bridges, Facilities and Incidental Construction, 2024, are hereby included as the basis for specifications for this project, as supplemented by the Supplemental Specifications and Special Provisions. References to Form 819 shall mean the State of Connecticut, Department of Transportation Standard Specifications for Roads, Bridges and Incidental Construction, Form 819, 2024 or its latest edition and any supplemental specifications. In the case of conflicts between Form 819 and other specifications or requirements contained herein, the order of governance shall be as specified in section 1.05.04 of Form 819.  Town Front End (Sections 1-6) shall govern over 819 where conflicts exist.

    • SUMMARY

      The City of Meriden wishes to have the Lincoln Middle School parking lot reconstructed located at 164 Centennial Ave, CT. The work under this contract consists of the removal and replacement of pavement, curbing, drainage structure tops, pavement markings, and installation of appropriate sedimentation control measures. The intention of this project is to reconstruct the existing infrastructure, with some slight modifications to pavement markings and pavement sections.

    • TIMELINE
      Project Release Date:March 27, 2026
      Pre-Bid Meeting (Non-Mandatory):April 7, 2026, 10:00am

      Lincoln Middle School
      164 Centennial Avenue
      Meriden, CT 06451

      Question Submission Deadline:April 16, 2026, 4:00pm
      Submission Deadline:April 23, 2026, 11:00am

       

    • NOTICE TO CONTRACTOR – ADD ALTERNATIVES

      Bidders are required to submit bids for the Base Bid, Add Alternative 1, and Add Alternative 2. Bids that are submitted but are missing, either the base bid and each add alternative shall be considered non-responsive and will be subject to rejection. If any bids for any of the alternatives are seemingly unbalanced more than reasonable fair market values, the bid will be considered unresponsive and subject to rejection. The contract will be awarded based on the lowest responsive total Base Bid, not including the bid alternatives. The town reserves the right to include in the project contract, either before or after signing any of none of the Add Alternatives.

    • Scope of Work

      Summary: The City of Meriden wishes to have the Lincoln Middle School parking lot reconstructed located at 164 Centennial Ave, CT. The work under this contract consists of the removal and replacement of pavement, curbing, drainage structure tops, pavement markings, and installation of appropriate sedimentation control measures. The intention of this project is to reconstruct the existing infrastructure, with some slight modifications to pavement markings and pavement sections.

      The project consists of the following: a Base Bid, Add Alternate 1, and Add Alternate 2.

      The Base Bid shall consist of all work pertaining to the limits of the parking lot, as shown in the contract drawings.

       Add Alternate 1 consists of all work pertaining to improvements at the loading bay area, including removal and reconstruction of curbing, pavement sections, markings, and a new drainage top.

      Add Alternate 2 consists of removal, disposal, and replacement of the concrete sidewalk located in the frontage of the school, as shown in the contract drawings.

       

      3.1A Removal and Disposal of Materials

      The Contractor shall provide all necessary materials, equipment, and labor to complete the following:

      Removal and disposal of extruded concrete curbing.

      Removal and disposal of existing bituminous concrete pavement to the limits of the contract drawings.

      Saw cutting of bituminous concrete at the limits of the project.

      Removal and disposal of excess topsoil.

      Removal and disposal of existing catch basin tops.

      All removed materials shall be disposed of in accordance with local, state and federal regulations. Unless otherwise noted, all existing site features including utilities, lighting, and signage shall remain undisturbed. Sedimentation control fences shall be installed prior to the removal of materials. An anti-tracking pad shall be installed at the entrance of the site. Sedimentation control at catch basin shall be installed upon installation of the new catch basin tops.

      Removal of existing concrete sidewalk and saw cutting.

       

      3.1B Site Improvements

      The Contractor shall provide all necessary materials, equipment, and labor to complete the following:

      Installation of precast concrete curb in the locations shown on the plans.

      Preparation of subbase as required to meet the new bituminous concrete pavement section.

      Installation of new bituminous concrete pavement.

      Installation of new pavement markings and symbols at the locations shown in the plans.

      Restoration for disturbed areas with topsoil and seeding.

      Installation of a new concrete sidewalk, matching the existing scoring pattern.

      The City reserves the right to construct either, both, or none of the Add Alternates contingent on written authorization.

       

       

    • NOTICE TO CONTRACTOR – RECORD PLANS

      The project consists of the general reconstruction of the existing parking lot and other site features. The contract drawings incorporate record drawings and supplemental GIS information to depict existing conditions. Existing features as shown in the record plans including curb radii, pavement limits, and parking stall dimensions shall be maintained unless otherwise shown through color-coded plan revisions in the contract drawings. Color coded plan revisions on the record plans shall supersede any information shown on the record drawings. Any discrepancies between the proposed or record plans and existing conditions should be brought to the attention of the Engineer. It is the responsibility of contractor to verify existing field conditions and dimensions.

    • 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, Thursday, April 23, 2026.

    • 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.

    • NOTICE TO CONTRACTOR – VERIFICATION OF PLAN DIMENSIONS AND FIELD MEASUREMENTS

      The Contractor is responsible for verifying all dimensions before any work has begun. Dimensions of existing structures shown on the plans are for general reference only, they are not guaranteed. The Contractor shall take all field measurements necessary to assure proper fit of the finished work and shall assume full responsibility of their accuracy. When shop drawings and/or working drawings based on field measurements are submitted for approval and/or review, the field measurements shall also be submitted for reference by the reviewer.

       

      In the field, the Contractor shall examine and verify all existing and given conditions and dimensions with those shown on the plans. If field conditions and dimensions differ from those shown on the plans, the Contractor shall use the field conditions and dimensions and make the appropriate changes to those shown on the plans as approved by the Engineer. All field conditions and dimensions shall be so noted on the drawings submitted for approval.

       

      There shall be no claim made against the City by the Contractor for work pertaining to modifications required by any difference between actual field conditions and those shown by the details and dimensions on the contract plans. The Contractor will be paid at the unit price bid for the actual quantities of materials used or for the work performed, as indicated by the various items in the contract.

       

      Contours shown on plans are approximate, based on GIS data and are shown for informational purposes only. The contractor is responsible for installing proposed pavement at existing grades. Contractor shall field survey pavement areas to ensure positive pitch and grades match existing conditions.

    • 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.

    • NOTICE TO CONTRACTOR – SITE CLEANLINESS

      The Contractor is hereby notified that all areas utilized for construction activities including all onsite and offsite facilities shall be maintained so as to be free of rubbish, trash and deleterious construction debris at all times. The use of covered and secured trash receptacles is required. All receptacles will be regularly emptied and maintained.

       

      There will be no direct payment for maintaining the site cleanliness of the construction areas under the contract.  Regardless of where the rubbish, trash or delirious material was originated.

    • 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.

    • NOTICE TO CONTRACTOR – PROTECTION OF EXISTING UTILITIES

      Existing utilities shall be maintained during construction. The Contractor shall verify the location of underground and overhead utilities. Construction work within the vicinity of utilities shall be performed in accordance with current safety regulations.

       

      The Contractor shall be liable for all damages or claims received or sustained by any persons, corporations or property in consequence of damage to the existing utilities, their appurtenances, or other facilities caused directly or indirectly by the operations of the Contractor.

       

      In order to notify utility companies the number 1-800-922-4455 (Call Before You Dig), in accordance with Section 16-345 of the Regulations of the Department of Utility Control, must be called at least forty-eight (48) hours prior to the start of excavation.  This notification will enable the utility companies to mark out their facilities in the field.

       

      Contractors are cautioned that it is their responsibility to verify locations, conditions, and field dimensions of all existing features, as actual conditions may differ from the information shown on the plans or contained elsewhere in the specifications.

       

      The Contractor shall notify the Engineer prior to the start of work and shall be responsible for all coordination with the Town. The Contractor shall allow the Engineer complete access to the work.

       

      Any damage to any existing private and public utility, as a result of the Contractors operations, shall be repaired to the utility and Engineer's satisfaction at no cost to the State, the Town or the Utilities, including all materials, labor, etc., required to complete the repairs.

       

      During the excavation for the proposed improvements, the cover over the existing underground Utilities will be reduced. Therefore, the Contractor shall have the location of the underground Utilities marked out prior to and following the excavation.  The Contractor's attention is directed to the requirements of Article 1.07.13-Contractor's Responsibility for Adjacent Property and Services.

       

      Prior to opening an excavation, effort shall be made to determine whether underground installations, i.e., sewer, fuel, electric line, etc., will be encountered and, if so, where such underground installations are located. When the excavation approaches the estimated location of such installation, the exact location shall be determined by careful probing or hand digging, and when it is uncovered, proper supports shall be provided for the existing installation. Utility companies shall be contacted and advised of proposed work prior to the start of actual excavation.

       

      The Contractor shall perform all work in such a manner that will protect each Utility Company's facilities from damage. This may include excavation by hand methods as well as modified compaction methods when working close to underground Utilities. The Contractor is responsible for coordinating their work with each utility sufficiently in advance of the work so that the utility can schedule their work crews.

       

      The Contractor shall use care when excavating in the vicinity of manholes, catch basins and pipes, which are to remain to avoid damage to these structures. As a minimum the Contractor shall notify the Utilities representative a minimum of two (2) weeks prior to any scheduled excavation so as not to cause any delay to his anticipated progress.

       

       

       

       

       

       

       

       

       

       

       

       

       

       

       

       

    • 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

    • 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 for this project 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.
    • 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).

    • 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.

    • 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

    • 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.

    • 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 for this project 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.
    • 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.

    • 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.

    • 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.

    • 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 Meriden Board of Education 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. **Please note-This is a City of Meriden Property therefore City permit fees will be waived BUT the State Training and Education Fund Fees/Permit will NOT be waived.

    • 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.

    • LENGTH OF CONTRACT

      Add Contract Length as necessary

    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 (Asphalt Adjustment): The estimated amount for escalation is not provided. Will this be given so that all bidders utilize the same amount?

    A: The estimated asphalt adjustment cost shall be $20,000 for all bids.


    Q (Patrick Wilson - Fletcher Granite):

    A: There is no slope curb detail in the plans required for the island on sheet C-102. Can you clarify what is required? The project intent is to leave the existing granite sloped island to remain, as shown in sheet C-101.


    Q (No subject): Attached is the Form of Surety Guaranty. There is no Bid Bond form? Is a standard AIA Bond for acceptable?

    A: Yes thank you


    Key dates

    1. March 27, 2026Published
    2. April 23, 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.