Active SLED Opportunity · CONNECTICUT · CITY OF MERIDEN

    B026-57 WPCF Lab Testing

    Issued by City of Meriden
    cityInvitation To BidCity of MeridenSol. 260713
    Open · 14d remaining
    DAYS TO CLOSE
    14
    due May 28, 2026
    PUBLISHED
    May 5, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541380
    AI-classified industry

    AI Summary

    The City of Meriden seeks laboratory testing services for its Water Pollution Control Facility, including acute and chronic toxicity testing, sludge analysis, and storm water monitoring. Bids are due May 28, 2026, with contract duration from July 2026 to June 2028.

    Opportunity details

    Solicitation No.
    260713
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    city
    Published Date
    May 5, 2026
    Due Date
    May 28, 2026
    NAICS Code
    541380AI guide
    Jurisdiction
    City of Meriden
    Agency
    City of Meriden

    Description

    The City of Meriden-Water Pollution Control Facility (WPCF) is seeking various laboratory testing services as well as providing any technical assistance, evaluation of data and other related service, as required.

     

    Project Details

    • Reference ID: B026-57
    • Department: Sewer/WPCF
    • Department Head: Frank Russo (Superindendent of Ops)

    Important Dates

    • Questions Due: 2026-05-21T20:00:00.000Z

    Evaluation Criteria

    • SUMMARY

      The City of Meriden-Water Pollution Control Facility (WPCF) is seeking various laboratory testing services as well as providing any technical assistance, evaluation of data and other related service, as required.

       

       

    • MINIMUM SPECIFICATIONS FOR ITEM 1

      ACUTE TOXICITY TESTING

      1) Laboratory shall provide all necessary sample containers and a courier to transport samples from Meriden WPCF to Laboratory facility while adhering to all necessary sample holding times. All chemical analyses shall be performed using the methods approved pursuant to the Code of Federal Regulations, Part 136 of Title 40.

      2) Analyses for Acute Aquatic Toxicity shall be scheduled quarterly during the months of March, June, September, and December.

      3) Samples for monitoring of Acute Aquatic Toxicity shall be handled as prescribed in" Methods for Measuring the Acute Toxicity of Effluents and Receiving Waters to Freshwater and Marine Organisms (EPA-821-R-02-012).

      Chemical analyses of the parameters identified in Table 1 shall be conducted on an aliquot of the same sample tested for the Acute Aquatic Toxicity. Strict adherence to NPDES permit specifications and minimum detection limit shall be followed as outlined in Table A.

      At a minimum, pH, specific conductance, total alkalinity, total hardness, and total chlorine residual shall be measured in the effluent sample and, during Acute Toxicity tests, in the highest concentration of the test and in the dilution (control) water at the beginning of the test and at test termination. Dissolved oxygen, pH, and temperature shall be measured in the control and all test concentrations at the beginning of the test, daily thereafter, and at test termination.

      4) Tests for Acute Aquatic toxicity shall be conducted as prescribed for static non -renewal acute tests in "Methods for Measuring the Acute Aquatic Toxicity of Effluents and Receiving Waters to Fresh and Marine Organisms" (EPA 821-R-02-012), except as specified below:

      a.    For Acute Aquatic toxicity limits, and for monitoring only conditions, expressed as NOAEL value, Pass/Fail (single concentration) tests shall be conducted at a specified Critical Test Concentration equal to the Aquatic Toxicity Limit, (100% in the case of monitoring only conditions), as prescribed in Section 22a-430-3(j)(7)(A)(i) of the RCSA.

      b.    Organisms shall not be fed during the test.

      c.    Synthetic freshwater prepared with deionized water adjusted to a hardness of 50+/-5 mg/Las CaCO3 shall be used as dilution water in the test.

      d.    Copper nitrate shall be used as the reference toxicant.

      5) Monitoring for Acute Toxicity to determine compliance shall be conducted for 48 hours utilizing neonatal (less than 24 hours old) Daphnia pulex and larval (1-14 day old with no more than 24 hours range in age) Pimephales promelas.

    • MINIMUM SPECIFICATIONS FOR ITEM 2

      CHRONIC AQUATIC TOXICITY TESTING

      1) Laboratory shall provide all necessary sample containers and a courier to transport all samples from Meriden WPCF to Laboratory facility while adhering to all necessary sample holding times. All chemical analyses shall be performed using the methods approved pursuant to the Code of Federal Regulations, Part 136 of Title 40.

      2) Chronic Aquatic Toxicity shall be conducted annually during either the months of July, August, or September of each year.

      3) Chronic Aquatic Toxicity tests shall be performed in accordance with the test methodology established in "Short-Term Methods for Establishing the Chronic Toxicity of Effluents and Receiving Water to Freshwater Organisms" (EPA -821-R -02-013) as reference in 40CFR 136 for Ceriodaphnia survival and reproduction and Fathead minnow larval survival and growth.

      4) Chronic Aquatic Toxicity tests shall utilize a minimum of five effluent dilutions prepared using a dilution factor of 0.5 (100 % effluent, 50 % effluent, 25 % effluent, 12.5 % effluent, 6.25 % effluent).

      5) Quinnipiac River water collected immediately upstream shall be used as control (0% effluent) and dilution water in the toxicity tests.

      6) A laboratory water control consisting of synthetic freshwater prepared in accordance with EPA- 82 1- R- 02-013 at a hardness of 50+/- mg/L CaCO3 shall be used as an additional control (0 % effluent) in the toxicity test.

      7) Daily composite samples of the effluent and grab samples of the Quinnipiac River for use as site water control and dilution water, shall be collected on day O for test solution renewal on day 1 and day 2 of the test; day 2 for test solution renewal on day 3 and day 4 of the test; and day 4, for test solution renewal for the remainder of the test. Sample shall not be pH or hardness adjusted, or chemically altered in any way.

      8) All samples of the effluent and the Quinnipiac River water used in the Chronic Aquatic Toxicity test shall be analyzed for the parameters in Table A. Strict adherence to NPDES permit specifications and minimum detection limit shall be followed.

       

    • TIMELINE
      Project Release Date:May 5, 2026
      Question Submission Deadline:May 21, 2026, 4:00pm
      Submission Deadline:May 28, 2026, 11:00am

       

    • MINIMUM SPECIFICATIONS FOR ITEM 3

      DEWATERED SLUDGE ANALYSES

      1)   Laboratory shall provide all necessary sample containers and a courier to transport all samples from Meriden WPCF to Laboratory facility while adhering to all necessary sample holding times.

      2)   Analyses for Dewatered Sludge shall be scheduled as Annual testing (per Synagro contract), Quarterly testing (per Synagro contract), or NPDES Permit testing as defined in Table B. Analysis shall be scheduled during the months of February, April, June, August, October, and December.

      3)  Testing for inorganic pollutants shall follow "Test Methods for Evaluating Solid Waste, Physical/Chemical Methods", EPA Publication SW-846 as updated and /or revised.

    • BIDDING PROCEDURES

      The City will only be accepting electronic submissions of bids. 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, May 28, 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.

    • MINIMUM SPECIFICATIONS FOR ITEM 4

      STORM WATER MONITORING

      1)   Laboratory shall provide all necessary sample containers and a courier (if possible due to unknown sampling schedule) to transport all samples from Meriden WPCF to Laboratory facility, while adhering to all necessary sample holding times.

      2)   Storm Water monitoring shall be conducted semi-annually between October 1 to March 31 and April 1 to September 30.

      3)    Acute toxicity bio-monitoring shall be conducted according to the procedures specified in "'Methods for Measuring the Acute Toxicity of Effluents and receiving Waters to freshwater and Marine Organisms", 5th edition (EPA 821-R-02-012). The following specific conditions apply:

      a.    Test shall employ neonatal (<24 hr) Daphnia pulex as test organism.

      b.    Test shall be conducted at 20°C +/- 1 degree. Test shall be 48 hours in duration.

      c.    The sample shall not be hardness or pH adjusted or altered in any way.

      d.    Synthetic freshwater prepared as described in EPA 821-R-02-012 and adjusted to a hardness of 50 +/- 5 mg/L as CaCO3 shall be used as dilution water in all tests.

      e.    The following test dilution series shall be utilized, expressed as percent storm water sample: 100%, 50%, 25%, 12.5%, 6.25%, and 0%.

      f.    A minimum of twenty test organisms shall be exposed to each storm water concentration, with each test concentration containing a minimum of four test chambers. Each test chamber shall contain a minimum of five test organisms.

      g.    Test organisms shall not be fed during the test period.

      h.    Test results shall be reported as the LC50 value determined using the procedure specified in EPA 821-R-02-012.

      i.    Toxicity test shall be initiated within 36 hours of sample collection.

      j.    Any test in which the survival of test organisms is less than 90 % in the combined control test vessel or failure to achieve test conditions as specified, such maintenance of environmental controls, shall constitute an invalid test and will require re-sampling and re-testing

      4)    Chemical/Microbiological analyses shall be conducted on an aliquot of the same sample tested for the Acute Aquatic Toxicity and are outlined in Table C.

    • 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.

    • MINIMUM SPECIFICATIONS FOR ITEM 5

      MISCELLANEOUS ANALYTES PRICED PER TEST

      1)    Laboratory shall provide all necessary sample containers and a courier to transport samples from Meriden WPCF to Laboratory facility while adhering to all necessary sample holding times. All chemical analyses shall be performed using the methods approved pursuant to the Code of Federal Regulations, Part 136 of Title 40.
      2)    Bid Price per analyte as necessary: BOD, TKN, NH3-N, TP, OP, NO2-N and NO3-N

    • 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.

    • Table A: Parameters for Acute and Chronic Toxicity

      PARAMETER

      UNIT

      Maximum daily

      limit

      Minimum Level

      Analysis*

      NOAEL Static 48 hr Acute D. Pulex

      NOAEL = 100 %

      % survival

      >  90 %

       

      NOAEL Static 48 hr Acute Pimephales

      NOAEL = 100%

      % survival

      >  90 %

       

      Aluminum, Total

      mg/L

       

      0.050 mg/L

      Antimony, Total

      mg/L

       

      0.010 mg/L

      Arsenic, Total

      mg/L

       

      0.005 mg/L

      Beryllium, Total

      mg/L

       

      0.001 mg/L

      BOD5

      mg/L

       

       

      Cadmium, Total

      mg/L

       

      0.0005 mg/L

      Chromium, Hexavalent

      mg/L

       

      0.010 mg/L

      Chromium, Total

      mg/L

       

      0.005 mg/L

      Chlorine, Total Residual

      mg/L

       

      0.050 mg/L

      Copper, Total

      mg/L

       

      0.005 mg/L

      Cyanide, Amenable

      mg/L

       

       

      Cyanide, Total

      mg/L

       

      0.010 mg/L

      Iron, Total

      mg/L

       

      0.040 mg/L

      Lead, Total

      mg/L

       

      0.005 mg/L

      Mercury, Total

      mg/L

       

      0.0002 mg/L

      Nickel, Total

      mg/L

       

      0.005 mg/L

      Nitrogen, Ammonia (total as N)

      mg/L

       

       

      Nitrogen, Nitrate (total as N)

      mg/L

       

       

      Nitrogen, Nitrite (total as N)

      mg/L

       

       

      Phosphorus, Total

      mg/L

       

      0.05 mg/L

      Phenols, Total

      mg/L

       

       

      Selenium, Total

      mg/L

       

      0.005 mg/L

      Silver, Total

      mg/L

       

      0.002 mg/L

      Suspended Solids, total

      mg/L

       

       

      Thallium, Total

      mg/L

       

      0.005 mg/L

      Zinc, Total

      mg/L

       

      0.020 mg/L

       

      * The minimum levels specified represent the concentration at which quantification must be achieved

      and verified during the chemical analyses for the parameter identified. Analyses for these parameters

      must include check standards within ten percent of the specified Minimum level or calibration points

      equal to or less than the specified Minimum level.

    • 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

    • TABLE B: PARAMETERS FOR DEWATERED SLUDGE ANALYSES

       

      PARAMETER

       

      Annual

      Quarterly

      NPDES

      Benzene

      TCLP Volatile Organic Compounds (8260)

       

       

      X

       

       

      Carbon Tetrachloride

       

      X

       

       

      Chlorobenzene

       

      X

       

       

      Chloroform

       

      X

       

       

      1,4 Dichlorobenzene

       

      X

       

       

      1,2 Dichloroethane

       

      X

       

       

      1,1 Dichloroethylene

       

      X

       

       

      Methyl Ethyl Ketone

       

      X

       

       

      Tetrachloroethylene

       

      X

       

       

      Trichloroethylene

       

      X

       

       

      Vinyl Chloride

       

      X

       

       

      Corrosivity/pH

      9045

      X

       

       

      Flash Point/Ignitibility

      1030

      X

       

       

      Reactivity: Cyanide

       

      X

       

       

      Reactivity: Sulfide

       

      X

       

       

      Percent Total Sulfur

       

      X

       

       

      Arsenic

      TCLP Inorganic Compounds (6010)

       

       

      X

       

       

      Barium

       

      X

       

       

      Cadmium

       

      X

       

       

      Chromium

       

      X

       

       

      Lead

       

      X

       

       

      Mercury

       

      X

       

       

      Selenium

       

      X

       

       

      Silver

       

      X

       

       

      Chlorodane

      TCLP Semi-Volatile Organic Compounds(8081/8151/8270)

       

       

      X

       

       

      Total (Cresol)

       

      X

       

       

      o-Cresol

       

      X

       

       

      m-Cresol

       

      X

       

       

      p-Cresol

       

      X

       

       

      2,4D

       

      X

       

       

      2,4 Dinitrotoluene

       

      X

       

       

      Endrin

       

      X

       

       

      Heptachlor & Epoxide

       

      X

       

       

      Hexachlorobenzene

       

      X

       

       

      Hexachloro-1,3 butadiene

       

      X

       

       

      Hexachloroethane

       

      X

       

       

      Lindane

       

      X

       

       

      Methoxychlor

       

      X

       

       

      Nitrobenzene

       

      X

       

       

      Pentachlorophenol

       

      X

       

       

      Pyridine

       

      X

       

       

      Toxaphene

       

      X

       

       

      2,4,5 Trichlorophenol

       

      X

       

       

      2,4,6 Trichlorophenol

       

      X

       

       

      2,4 5 -TP (Silvex)

       

      X

       

       

       

      PARAMETER

       

      Annual

      Quarterly

      NPDES

      Aluminum, Total

       

      X

      X

       

      Arsenic, Total

       

      X

      X

      X

      Beryllium, Total

       

      X

      X

      X

      Cadmium, Total

       

      X

      X

      X

      Chromium, Total

       

      X

      X

      X

      Copper, Total

       

      X

      X

      X

      Lead, Total

       

      X

      X

      X

      Mercury, Total

       

      X

      X

      X

      Nickel, Total

       

      X

      X

      X

      Phosphorus,Total

       

      X

      X

       

      Selenium

       

      X

      X

       

      Zinc

       

      X

      X

      X

      PCBs

       

      X

      X

      X

      Percent Fixed Solids

       

      X

      X

      X

      Percent Total Solids

       

      X

      X

      X

      Percent Volatile Solids

       

      X

      X

      X

    • TABLE C: STORM WATER MONITORING

      COD, mg/L

      Total Oil and grease, mg/L

      pH, SU

      Total Suspended Solids, mg/L

      Total Phosphorus, mg/L

      Total Kjeldahl Nitrogen, mg/L

      Nitrate as Nitrogen, mg/L

      Total Copper, mg/L

      Total Lead, mg/L

      Total Zinc, mg/L

      E. Coli, colonies/100mL

    • 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
      If it is determined prevailing wages are required 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, two (2) 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.

    • 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.

    • FORM OF AGREEMENT BETWEEN CITY OF MERIDEN AND CONTRACTOR

      The Agreement for the work will be via Purchase Order.

    • DAVIS-BACON ACT

      All laborers and mechanics employed by contractors and subcontractors in the performance of construction work financed in whole or in part with assistance received under this title shall be paid wages at rates not less than those prevailing on similar construction in the locality as determined by the Secretary of Labor in accordance with the Davis Bacon Act, as amended (40 U.S.C. 276a-276a-5); Provided, That this section shall apply to the rehabilitation of residential property only if such property contains not less than 8 units. The Secretary of Labor shall have, with respect to such labor standards, the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (15 F.R. 3176; 64 Stat. 1267) and section 2 of the Act of June 13, 1934, as mended (48 Stat. 948; 40 U.S.C. 276(c)).

    • 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 Public Utilites 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.

    • CONTRACT AND INVOICING

      The bid is valid for two (2) years beginning July 1, 2026 and ending June 30, 2028. It is the City's intention to award this bid to one bidder.  However, the City reserves the right 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. All prices bid shall be inclusive of all transportation costs, no fuel charges will be paid.

      INVOICING:

      The City of Meriden requires Purchase Order numbers on all correspondence. Failure to supply this information may result in delay of payment. All invoices must be mailed to the Water Pollution Control Facility, 226 Evansville Avenue, Meriden CT 06451 or emailed to JNelson@meridenct.gov.

      Bidder's State Certification Number shall be included on the Bidders Qualification Statement.

       

      LOCATION:

       

      Water Pollution Control Facility

      226 Evansville Avenue

      Meriden, CT 06451

    Submission Requirements

    • NON-COLLUSIVE STATEMENT/AFFIDAVIT (required)

      Please download the document below, complete, and upload.  **MUST be Notarized**

       

    • 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 document below, complete, and upload.

    • BID BOND

      Please download the document below, 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

    Key dates

    1. May 5, 2026Published
    2. May 28, 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.