SLED Opportunity · CONNECTICUT · CITY OF MERIDEN
AI Summary
City of Meriden seeks contractor to remove and replace gymnasium floor at Casimir Pulaski Elementary School. Work to start after June 29, 2026 and complete by August 7, 2026.
The City of Meriden is seeking the services of a contractor to remove and replace the gymnasium floor at Casimir Pulaski Elementary School. The flooring contractor shall, rip out, remove, and properly dispose of the existing flooring prior to prepping and installing the new flooring.
The flooring contractor shall be responsible for providing dumpsters for the disposal of the flooring material and maintain them through the duration of the project.
All work is anticipated on beginning only after school has been dismissed for the year; on or after June 29, 2026 and it should be completed no later than August 7, 2026.
Posting Prevailing Wages for Project.
It has been determined due to anticipated new flooring height several doors will need to be cut Seven (7) 6' Double Doors & Two (2) 4' Single Doors as well as Eighteen (18)Thresholds will need to be replaced.
Pricing for these will need to be included as part of your TOTAL PRICING PROPOSAL.
Sign in sheet has been included in this addendum, as well.
The City of Meriden is seeking the services of a contractor to remove and replace the gymnasium floor at Casimir Pulaski Elementary School. The flooring contractor shall, rip out, remove, and properly dispose of the existing flooring prior to prepping and installing the new flooring.
The flooring contractor shall be responsible for providing dumpsters for the disposal of the flooring material and maintain them through the duration of the project.
All work is anticipated on beginning only after school has been dismissed for the year; on or after June 29, 2026 and it should be completed no later than August 7, 2026.
1. Removal of Existing Floor System: Flooring contractor shall, rip out, remove, and properly dispose of existing floor system, aluminum thresholds, and wood wall base. Existing steel anchor pins are to be removed or cut off / ground flush with the concrete slab. Any spalling concrete divots are to be infilled with cementitious patch with a minimum 4,000 psi compressive strength.
2. Disposal & Dumpsters: Flooring contractor shall be responsible for providing dumpsters for the disposal of the flooring material and maintain them through the duration of the project. Dumpsters shall be placed at an area agreed upon by Meriden public schools prior to placement. Sanding debris shall not be left inside of the building and must be immediately placed in contractor provided dumpster.
3. New Floor System Elevation: 2” using 3/4” flooring.
4. Subfloor Tolerance: 1/8” (3mm) in radius of 10’ (3m) surface. If existing floor substrate is not within tolerance, it is the responsibility of the Flooring Contractor to inform the Owner of the corrective work in writing prior to proceeding with installation.
5. Existing Floor Slab Elevations: Flooring Contractor will be responsible to shoot elevations of the existing floor substrate to a 5’-0” grid and submit a floor plan of the gymnasium showing elevations to confirm that existing floor substrate is within tolerance prior to the start of the installation of the new floor system. Floor survey with corresponding elevations is to be plotted on a drawing to scale. Survey is to be submitted to Owner and reviewed prior to proceeding with any work.
6. Moisture Testing: Flooring contractor will be responsible for conducting moisture testing after removal of the existing floor has been completed to confirm the floor slab is within the flooring manufacturer’s specified tolerance. Test results are to be submitted to the Owner prior to the start of installation. All testing is to be conducted according to flooring manufacturer’s written specifications.
7. Thresholds - Metal: New metal thresholds are to be installed at all doorways as required.
8. Vinyl Vented Wall Base: Supply and install manufacturer’s standard 3” x 4” vented vinyl cove base.
9. Folding Door: Existing folding doors are to remain in service. Flooring contractor is to include any necessary adjustments to existing system to ensure that it will work with new flooring assembly. New floor system is to be installed under the existing folding doors, and in such a way that folding doors are completely functional upon completion.
10. Basketball Backboards: Adjust height of existing basketball backboards as necessary to accommodate for elevation of new gymnasium flooring
11. Performance Guarantee: Egis FloorLife 40 Year Performance Program (Platinum) is to be included in base bid, contractor to provide deduct alternate if owner chooses not to accept.
12. Self Leveling Underlayment: Provide ¼” self leveling underlayment using Mapei NovaPlan 2 Plus, including all related prep work at entire floor area as an add alternate.
13. Moisture Mitigation: Provide Mapei VS moisture mitigation, including all related prep work in accordance with manufacturer specifications, at entire floor area as an add alternate.
14. Asbestos flooring demo: Provide an add alternate for flooring demo of any Asbestos Containing Materials, including all permitting, disposal, protection, and hygienic testing required for a complete demo scope as an add alternate.
15. Provide and install floor system: The complete installation of Robbins Bio-Channel SB floor system by Robbins, Inc. of Cincinnati, Ohio.
16. Game lines and Logo: Flooring contractor is to provide 1 basketball court, 2 pickleball courts, 1 center court logo (4 colors maximum) within center court jump circle. Flooring contractor shall provide layout and proof of game lines to owner for approval before proceeding with application.
| Project Release Date: | March 12, 2026 |
| Pre-Bid Meeting (Non-Mandatory): | March 24, 2026, 10:00am Casimir Pulaski School, 100 Clearfield Ave, Meriden, CT 06450 |
| Question Submission Deadline: | March 31, 2026, 4:00pm |
| Submission Deadline: | April 7, 2026, 11:00am |
A. MFMA - Maple Flooring Manufacturers Association
B. MFMA PUR – Performance Uniformity Requirements
C. DIN 108032 (part 2) 2001 - Performance Test
D. DIN 108032 (part 2) 1991 - Performance Test
E. ASTM F2772 - Athletic Performance Properties of Indoor Sports Floor Systems
F. EN 14904 – European Committee for Standardization – Surfaces for Sports areas
G. ASTM F2772 - Athletic Performance Properties of Indoor Sports Floor Systems
H. FIBA – International Basketball Federation I. FSC – Forest Stewardship Council
A. Manufacturer Qualifications
1. Basis of design shall be Bio-Channel SB floor system as provided by Robbins Sports Surfaces, www.robbinsfloor.com, (800-543-1913)
2. Manufacturer shall be an established firm experienced in products specified in this section and have been in business a minimum of ten (10) years; Robbins, Inc. or an approved equal.
3. Manufacturer shall be a member in good standing of the Maple Flooring Manufacturers Association (MFMA).
4. Materials other than those listed must be approved 10 days prior by written addendum. Materials from non-approved manufacturers will not be accepted.
B. Floor Contractor/Installer Qualifications and Certifications
1. The flooring contractor shall be a Robbins Accredited Installation Company with MFMA Accredited Installer(s) on-site for the duration of the wood floor installation; or, a contractor approved by Robbins Sports Surfaces.
2. Flooring contractor shall submit a list of at least three completed projects of similar magnitude and complexity completed under current corporate identity.
C. Floor System Performance Requirements
2. Independent testing report showing the system passing all criteria shall be provided as part of the bid qualification process and submittal process
3. Surface Appearance (available option)
a. Expansion spaces will not exceed 1/64” (0.4mm) at time of installation and will be spread evenly across the floor with each row of flooring.
b. Expansion spacing will be installed to allow for normal expected increases in Equilibrium Wood Moisture Content (EMC).
4. The wood flooring shall be MFMA-FJ 2nd and better maple.
5. Maple Flooring shall been tested in accordance under California Department of Public Health/EHLB/Standard Method Version 1.2, 2017 and been found to be in compliance with the standard.
6. Maple strip flooring shall be guaranteed against side bonding and panelization.
7. Closed cell foam is not accepted as a resilient pad.
8. The use of power-actuated or pneumatic anchoring systems is not allowed. The floor system must be anchored using the drilled and pinned method.
9. Metal Channel anchorage shall be provided by 16 gauge (1.5mm) steel sections with subfloor anchor pockets dimensioned to allow a minimum of 1” (25mm) lateral movement.
10. Steel anchor channels shall be of double flange design to capture both side edges of subfloor anchor pocket.
11. Subfloor and metal channel design shall be constructed in a fashion to prevent the over anchorage of the flooring system. Special anchorage tools are not acceptable.
The City will only be accepting electronic submissions of bids/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/proposals are due for submission no later than 11:00 am, Tuesday, April 7, 2026.
Proposals are to be submitted as follows:.
a. Proposals must be made out and signed in the corporate, or other, name of Proposer, 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 proposal bid form via the City eProcurement portal partner, OpenGov: https://procurement.opengov.com/portal/meridenct.
c. Proposals received later than the time and date specified will not be considered.
d. Amendments to or withdrawal of proposals received later than the date and time set forth in the opening will not be considered.
A. Specification 1. Submit Robbins Bio-Channel SB specification sheet.
B. Drawing 1. Submit Robbins Bio-Channel SB drawings as required.
C. Sample 1. Submit one (1) sample of Bio-Channel SB, if requested.
D. Concrete Guidelines 1. Submit Robbins Technical Services “Concrete Guide Specification” for further information regarding conditions and requirements of concrete prior to installation.
E. Maintenance Guidelines 1. Submit copy of Maintenance Instructions
Proposers are to examine all documents and visit the site in order to make a thorough examination of the conditions so that the proposer 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 proposals. 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 proposer/bidder to receive any such addenda shall not relieve any proposer/bidder from any obligations under its proposal as submitted.
Proposers/bidders shall submit all inquiries regarding this proposal 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. Proposers/bidders may also click “Follow” on this proposal/bid to receive an email notification when answers are posted. It is the responsibility of the proposer/bidder to check the website for answers to inquiries.
1. Materials shall not be delivered, stored or installed until all masonry, painting, plastering tilework, marble and terrazzo work is complete, and all overhead mechanical work, lighting, backstops, scoreboards are installed. Room temperature of 55-80 degrees Fahrenheit (13 to 27 degrees Celsius) and relative humidity of 35-50 % are to be maintained. In- Slab Relative Humidity shall be 85% or less using ASTM F 2170 InSlab Relative Humidity test. Ideal installation/storage conditions are the same as those that will prevail when building is occupied
2. Materials shall not be stored at the installation location if the In-Slab relative humidity level for the concrete slab is above 85% using ASTM F 2170 In-Slab Relative Humidity test.
A. Do not install floor system until any/all necessary repairs have been made to the existing concrete subfloor (as necessary) and the requirements in paragraph 1.05 A are obtained as well as approved by the facilities manager.
B. General Contractor is responsible to ensure slab is clean and free of all dirt and debris prior to floor installation beginning.
C. Permanent heat, light and ventilation shall be installed and operating during and after installation. Maintain a temperature range of 55 to 80 degrees Fahrenheit (13 to 27 degrees Celsius) and a relative humidity range of 35 to 50%. Consult MFMA guidelines for further information.
D. After floors are finished, area to be kept locked by general contractor to allow curing time for the finish. If after required curing time general contractor or owner requires use of gym, he shall protect the floor by covering with non-fibered kraft paper or red rosin paper with taped joints, until acceptance by owner (or owner’s agent) of complete gymnasium floor.
No proposers/bidder may withdraw its proposal/bid within ninety (90) 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 proposer/bidder.
A. Guarantee shall not cover damage caused in whole or in part by casualty, ordinary wear and tear, abuse, use for which material is not designed, faulty construction of the building, settlement of the building walls, failure of the other contractors to adhere to specifications, separation of the concrete slab and excessive dryness or excessive moisture from humidity, spillage, migration through the slab or wall, or any other source.
B. Robbins, Inc. hereby warrants the Bio-Channel SB material to be free from manufacturing defects for a period of 1 year. This warranty is in lieu of all other warranties, expressed or implied including but not limited to any warranty of merchantability or fitness for a particular purpose, and of any other obligations on the part of Robbins. In the event of breach of any warranty, the liability of Robbins shall be limited to repairing or replacing Bio-Channel SB material and system components supplied by Robbins and proven to be defective in manufacture, and shall not include any other damages, either direct or consequential.
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
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.”
A. Basis of Design Flooring System: Robbins Sports Surfaces Bio Channel SB 1. Comparable Flooring Manufacturers: Subject to compliance with requirements, provide the named or listed product by one of the following.
1. Connor Sports Floors / Focus
2. Action Sports Floors / Anchor Flex
B. Subfloor
1. 9/16” Zero/G™ Lineal Strip shock pad.
2. Bio-Channel SB Subfloor panels that have been factory prepared to accept anchor channel and lineal strips.
3. 16 gauge coated metal anchor channels.
4. Anchor frequency shall be every 4 square feet per panel
C. Maple Flooring Manufacturers Association(MFMA) Wood Flooring:
1. 25/32” (20mm) thick x 2-1/2” (63mm) width, 1st Grade, Unfinished TGEM, KD Northern Hard Maple, Continuous Strip® XL Flooring as manufactured by Robbins and graded in accordance with MFMA-FJ rules. Flooring will have XLplus™ technology to reduce or eliminate routine spacing for expansion.
a. Specie: Northern Hard Maple
b. Seasoning: Kiln Dried
c. Matching: Tongue and groove side-match and end-match.
d. Type: Finger-Jointed (FJ)
e. Pattern: Straight-lay (One directional)
f. Thickness: 25/32”
g. Width: 2 1/2” (63mm)
h. Grade: 2nd better Grade
i. Expansion: XL PLUS Feature(Built-in expansion)
j. Treatment: EZ XL factory applied treatment to prevent side bonding and panelization from water based finishes
D. Fasteners 1. Flooring 1 3/4” (44mm) barbed cleats or staples. 2. Channel anchors – 2” Powers SPIKE® anchors.
E. Finishing materials 1. BonaKemi sport finishing systems 2. Bona DTS Sealer 2 coats 3. Bona Supersport MVP finish 2 coats
F. Gamelines 1. Gameline paint(s) shall be Bona SuperSport Paint.
G. Perimeter
1. 3” x 4” ventilating base. Color shall be black, with pre-formed outside corners.
2. Aluminum Door Thresholds: a. New aluminum thresholds are to be installed at all doorways to reduce the wood floor system down to the adjacent floor finishes. Pemko or equal. All applicable building codes are to be met.
Any proposed substitutions must be submitted to the City at least two weeks prior to proposal date. Owner will review and accept or deny the proposed substitutions in writing to all proposers one week prior to proposal opening date. Owner reserves the right to deny substituted products (even if approval to bid substitute product has been granted) after proposals/bids are received if substituted products cannot provide the benefits of the specified materials.
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.
A. Inspect concrete slab for proper tolerance and dryness, and report any discrepancies to the facilities manager in writing. Slab will be level to within 1/8” (3mm) in a 10’ (3m). Moisture content of the concrete slab shall not exceed 85% using ASTM F 2170 In-Slab Relative Humidity test.
B. All work required to put the concrete subfloors in acceptable condition shall be the responsibility of the general contractor.
C. Subfloor shall be broom cleaned by general contractor.
D. Installer shall document all working conditions provided in General Specifications prior to commencement of installation.
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 proposer/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).
A. VAPOR BARRIER
1. Install polyethylene with joints lapped a minimum of 6” (150mm) and turned up 4” (100mm) at the walls.
B. SUBFLOOR
1. Install Robbins shock absorbing pad per manufacturer’s recommendations to plywood sheets.
2. Following manufacturer’s guidelines, place Bio-Channel Star subfloor assembly in end to-end manner, staggering end joints in adjacent rows. Allow for a ¼” (6mm) gap between panels. Panels shall be placed on a 45 degree angle to the direction of the maple flooring. Provide 1-½” to 2" (40 to 50mm) expansion void at the perimeter and all vertical obstructions.
3. Install solid blocking at doorways, under bleachers in the stacked position, and below portable goals.
4. Install Bleacher Blocking per manufacturer’s recommendations.
5. Place metal anchor channel in each factory-prepared location in the panel.
6. Anchor each anchor channel in the center pre-routed hole only, unless trimming at wall or vertical obstruction requires relocation in adjacent location to anchor.
C. FLOORING
1. Machine nail maple finish flooring 10” to 12” (150mm to 200mm) O.C. with end joints properly driven up and proper spacing provided for humidity conditions in specific regions. Consult your local Robbins Accredited Installation Company “Certified” contractor. Provide 2” (50mm) expansion voids at the perimeter and at all vertical obstructions.
2. Provide additional spacing for humidity conditions in specific regions.
All moisture calculations for expansion as well as moisture readings on concrete substrate and maple flooring are to be submitted to the Owner for record
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 proposer/bidder.
A. SANDING
1. Sand per manufacturer’s recommendations.
2. After sanding, buff entire floor using 100 grit screen or equal grit sandpaper, with a heavy-duty buffing machine.
3. Inspect entire area of floor to insure the floor presents a smooth surface without drum stop marks, gouges, streaks or shiners.
4. Vacuum and/or tack floor before first coat of seal.
B. FINISHING
1. Floor should be clean and completely free of dirt and sanding dust.
2. Apply specified combination of seal, gameline paint, and finish in accordance with manufacturer’s instructions.
3. Buff and vacuum and/or tack between each coat after it dries.
4. Apply game lines accurately after the buffing and vacuuming the coated surfaces. Game lines shall be painted between seal coats and finish coats. Layout in accordance with drawings. For game lines, use current rules of association having jurisdiction. Lines shall be straight with sharp edges in colors selected by architect.
Install vent cove base anchored to walls with base cement or screws. Use pre-molded outside corners and neatly mitered inside corner.
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.
Clean up all unused materials and debris and remove it from the premises.
The Agreement for the work will be via Purchase Order and Standard Construction Agreement including EJCDC.
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.
A. Upon completion of floor installation, the owners, attendants or individuals in charge are responsible for the upkeep of the building and are to see that the care and maintenance instructions of the MFMA and Robbins are followed.
B. Train maintenance staff on use of cleaning chemicals and equipment supplied under Egis FloorLife Performance Program
C. Provide maintenance staff with all necessary cleaning chemicals, dust mops, and mop heads for a twelve month period.
All work is anticipated to begin by June 29, 2026 and completed no later than August 7, 2026.
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 proposal/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. Proposers/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.
Each proposer/bidder submitting a proposal/bid to the City of Meriden for any portion of the work contemplated by the documents on which proposal is based shall execute and attach thereto the sworn Non-Collusive Statement, to the effect that the proposer/bidder has not colluded with any other person, firm, or corporation in the submission of the proposal.
In the event there are two or more responsive proposers/bidders, the decision to award will be based by the following criteria and in the following order:
a. The incumbent will be awarded over that of another proposer/bidder.
b. In the case of a multi-item proposal, 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 proposer/bidder.
c. The proposer/bidder located in the State of Connecticut will be awarded over that of another proposer/bidder.
d. The winner of a coin toss will be awarded over that of another proposer/bidder
The Purchasing Officer reserves the right to make an award on the proposal/bid which, by the Purchasing Officer’s judgment and recommendation from the Meriden Board of Education following proposal 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 proposal/bid, and to waive informality or technical defects, if it is deemed to be in the best interest of the City of Meriden.
In the event that any proposer/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.
No contract may be assigned without the written consent of the Purchasing Officer or designee.
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 Building therefore City permit fees will be waived BUT the State Training and Education Fund Fees/Permit will NOT be waived.
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 proposal price.
The City of Meriden, unless stated otherwise in the documents or Contract, will make payment to the Contractor not less than thirty (30) days following completion of services.
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.
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.
Add Contract Length as necessary
The successful proposer 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.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload. If this is NOT APPLICABLE Please Upload a Blank Form w/NA written on it.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
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.
Ex. May 3, 2025
Select no, if you will be adding specs/ drawings as attachments
Bonding required
If so, upload project wage sheets
The attention of bidders is directed to the requirement for minimum wage rates to be paid under this contract.
If yes, school specific insurance will be included
Q (Consultants Needed?): Do we need to include Haz Mat on our team?
A: Not necessary- Asbestos testing was completed recently-Report is in attachments.
Q (Drawing Availability): Do structural drawings exist?
A: Lower level floor plan is included in the attachments-if you need something further please let me know.
Q (No subject): There was discussion in the pre-bid walk through that prevailing wage rates may not be necessary for this job, can you clarify please?
A: It has been referred to the Insurance Agent & we were told Prevailing Wages will apply per CT State requirements.
Q (Slab Recess): During the walkthrough, it was indicated the specified floor would be higher than the existing. Is there confirmation on the existing slab recess depth compared to the adjoining floors?
A: The existing gym floor is currently 11/2' thick. There is no indication that the slab is any more recessed than the thickness of the existing floor.
Q (No subject): Will the school consider a different flooring option, hardwood or synthetic, that can more closely match the floor depth and not require cutting or replacement of doors?
A: No, the spec is already out for public bid.
Q (Doors): If the new floor is higher than the existing floor, who is responsible for adjustments of the folding partitions? Who is responsible for cutting or replacing doors? Is there a specification if the metal doors cannot be cut responsibly?
A: The winning bidder will be responsible for calling Wilco Sales and Service to adjust the door if needed. The winning bidder is responsible for the thresholds and cutting of doors. The winning bidder is responsible for cutting the doors. There is no specification for the doors.
Q (No subject): The Egis FloorLife 40 Year Performance Program is being discontinued, are we able to remove that from our proposal? Thank you.
A: This should be replaced with a Five-Year Performance Warranty; a 40 Year warranty is no longer offered.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.