SLED Opportunity · CONNECTICUT · CITY OF NEW HAVEN
AI Summary
City of New Haven seeks bids for fabrication and installation of custom street sweeping signs. One-year contract, split awards possible. Signs must meet specific material and size standards. Comprehensive insurance and warranty required. Submission includes cost proposals and certifications. Due date April 16, 2026.
The Department of Public Works for the City of New Haven invites qualified and licensed contractors to submit offers for the fabrication and installation of custom and specific post-mounted street sweeping signs. The successful bidder shall provide all necessary labor, materials, tools, equipment, transportation, and good workmanship to perform services in accordance with the Scope of Work. Work under this contract will be originated through the issuance of Work Orders signed by the Director or his/her designee. There is no minimum quantity of work guaranteed in each work order; however, it is anticipated that Work Orders will be issued regularly throughout the contract period. This project will require the contractor to use existing infrastructure to install street sweeping signs to ensure all residents are aware of routine street sweeping days. This project will be completed in phases. This would be Phase 1 of the project.
The City of New Haven previously had "permanent" street sweeping signs. These signs were either removed or altered when street sweeping routes were altered. This project is vital to the operational needs of the department, but also to provide clear communication to all residents of New Haven. The installation of these signs will allow the department to move away from paper signs, which have proven to be time-consuming to post and not environmentally friendly.
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| Each Occurrence | $1,000,000 | Y | Y |
| Combined Aggregate | $2,000,000 | Y | Y |
| Products/Completed Operations Aggregate | $2,000,000 | Y | Y |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| Each Occurrence | $1,000,000 | Y | Y |
| Combined Aggregate | $2,000,000 | Y | Y |
| Products/Completed Operations Aggregate | $2,000,000 | Y | Y |
| Abuse & Molestation | $1,000,000 | Y | Y |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| Workers' Compensation | Statutory Limits | ||
| EL EACH | $500,000 | --- | Y |
| EL DISEASE | $500,000 | --- | Y |
| EL POLICY | $500,000 | --- | Y |
The Contractor shall:
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| Combined Single Limit Each accident including endorsements | $1,000,000 | Y | Y |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| Each Occurrence | --$1,000,000 | Y | Y |
| Combined Aggregate | --$1,000,000 | Y | Y |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| --$1,000,000 | -- | -- |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| --$1,000,000 | Y | Y |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| -$1,000,000 | Y | Y |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| $1,000,000 | -- | -- |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| -$100,000 | -- | -- |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| $1,000,000 | Y | Y |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| Each Occurrence | $5,000,000 | Y | Y |
| Minimum Limits (dollar amount indicates required minimum) | Additional Insured (Y indicates required) | Waiver of Subrogation (Y indicates required) | |
| Each Occurrence | $5,000,000 | Y | Y |
When this contract or agreement includes the construction of and/or the addition to a permanent structure or building; including the installation of machinery and/or equipment, the following insurance coverage must be afforded:
Coverage Form: Completed Value, All Risk in an amount equal to 100% of the value upon completion or value of equipment to be installed.
A form of general liability tailored for snow removal operations, covering third-party injuries or property damage due to plowing. Auto Liability does NOT automatically provide this coverage. If scope of services requires snow plowing this endorsement MUST be listed on the COI.
If any policy is written on a “Claims Made” basis, the policy must be continually renewed for a minimum of two years from the completion date of this contract. If the policy is replaced and/or the retroactive date is changed, then the expiring policy must be endorsed to extend the reporting period for claims for the policy in effect during the contract for two) years from the completion date.
Original, completed Certificates of Insurance must be presented to the City of New Haven via Certificial prior to contract issuance. Contractor/Vendor agrees to provide replacement/renewal certificates at least 30 days prior to the expiration date of the policies. Should any of the polices be cancelled, limits reduced, or coverage altered, 30 days written notice must be given to the City.
City of New Haven
200 Orange Street Rm 301
New Haven, CT 06510
The Disclosure and Certification form should be completed through DocuSign prior to exercising the option to notarize online or take the documents to a notary public prior to uploading with your response
Please provide the cost for the fabrication and installation of street sweeping signs, including all freight.
Please provide the cost for the fabrication or installation of street sweeping signs, including all freight.
Please upload a valid certificate of insurance
Important: If you don't have the document notarized, your response will be disqualified.
An online notarization option will be provided for you when responding.
Important: If you don't have the document notarized, your response will be disqualified.
In essence, you must legally verify your identity and the authenticity of your signature on the document.
Important: If you don't have the document notarized, your response will be disqualified.
In essence, you must legally verify your identity and the authenticity of your signature on the document.
Once you start your proposal you will be asked to complete a DocuSign form.
Please download the below documents, complete, and upload.
Do you intend to submit an alternate response?
Please upload required documentation and compliance information as outlined in section 2.21.2
Statement of Qualifications:
Each solicitation response shall include a Statement of Qualifications in the format provided in this Solicitation upon stationary of the responding entity.
All questions must be answered, and the data given must be clear and comprehensive.The respondent may submit any additional information he/she desires.
Please enter your number here:
yes. or no
By submitting a response to this solicitation, you acknowledge and accept the terms and condition of each individual policy.
By submitting a response to this solicitation, you acknowledge and accept this requirement as a condition of award.
For Example: "Homeland Security"
Format: 2 one (1) year
Instructions for Project Managers
Based on the information you currently have, attempt to answer this question to the best of your capability. Ultimately, purchasing will review this carefully and edit and update as needed based on your solicitation requirements.
As a standard, all activities for Construction and Service require the following:
Any Professional Services type project (usually Request for Proposals) will require the following:
For Commodity, General Liability is the minimum requirement.
This particular question is to be answered for the company (or their subcontractors) not their employees.
Please enter the specific License or Certification required to be eligible to compete on this solicitation. For example, "CPA - Certified Public Accountant."
Will substitution Brand Name or Product be allow for this project as an option by Vendor?
General definitions and parameters of each approach.
Q (No subject): Is there any sample requirement for this bid? Before or after submission?
A: A sample will be required only after contract award. The sample must conform to the specifications outlined in the bid.
Q (No subject): Is bid bond specifically required with this bid?
A: Bid bond is not required for this project.
Q (No subject): Is this project subject to prevailing wages?
A: This project is not subject to prevailing wage.
Q (No subject): Can I bid only on the install.... with signs to be provided by client?
A: Yes, you can bid only on the installation of signs. Signs can be provided by another vendor who chooses to bid.
Q (Locations Listing): Hello, would you be able to share a list of locations or would the signs be installed ad-hoc/as-needed? They are installed on existing posts, correct? Thank you.
A: This bid covers a citywide installation, with an initial focus on two specific sections of the city. Because this is a citywide project, a comprehensive list of locations is not available at this time. While efforts will be made to install signs on existing signposts, there may be instances where new signposts will need to be installed.
Q (Work Orders): What is the expected volume of Work Orders per month for Phase 1?
A: The expected monthly volume of Work Orders for Phase 1 will be determined once sign fabrication is complete and routes are finalized. The city will be divided into sections, with each route averaging approximately 40 streets.
Q (Grouped or Individually): Will Work Orders be grouped by neighborhood, or issued individually?
A: Work orders will be grouped by neighborhoods.
Q (Gis Coordinates): Will the City provide GIS coordinates or maps for each installation location?
A: At this time, the City will provide a list of streets for each installation group rather than GIS coordinates or detailed maps. This list will include preliminary information and estimated quantities of installations anticipated for each area.
Q (Site Meetings): Will the City require site meetings before installation?
A: Yes, there will be site meetings before the initial installation to go over expectations and answer any questions.
Q (Who is responsible for defects): If the contractor is only installing signs, who is responsible for defects in the sign materials?
A: The fabrication contractor will be responsible for any defects in the sign materials, as all signs will be inspected upon delivery. The installation contractor will be responsible for any damage incurred during installation and will be required to replace any damaged signs that impact the total number of installed units
Q (Inspection of Signs): Will the City require the installation‑only contractor to inspect signs upon delivery?
A: No, the city will inspect signs when they are delivered by the fabrication only vendor prior to installation.
Q ( Transporting Of Signs Responsibility): Who is responsible for transporting signs to the installation locations — the fabricator, the City, or the installer?
A: The Installer will be responsible for transportation of the signs to the installation locations.
Q (Traffic Control): Does the City require MUTCD‑compliant traffic control for installation work?
A: Contractors will be required to provide MUTCD (Manual of Uniform Traffic Control) compliant traffic control modified for urban conditions.
Q (Provide Traffic Control): Will the City provide traffic control, or must the contractor supply it?
A: The contractor must supply their own traffic control.
Q (Working Hours): Are there restricted working hours in residential areas?
A: Work hours are restricted only on Major Roadways to 9AM-4PM. City Permits are only valid on city streets.
Q (Pricing & Payment): What is the average payment timeline after invoice approval? Will the City accept digital proof of installation (photos, GPS tags)? Will the City allow price adjustments for material or fuel increases under 10%? Will mobilization or minimum‑trip charges be allowed for small Work Orders?
A: 1.)The City of New Haven has adopted NET 30-day payment terms. These 30 days are from the day the invoice was submitted. 2.)Yes, photos will be acceptable. We will also require a form outlining the work completed each day (including signs installed and where) 3.)No, there will be no price adjustments. 4.) Mobilization and minimum-trip charges for small Work Orders shall not be allowed. All routes and work expectations will be predetermined prior to installation. The contractor shall be responsible for the efficient allocation of labor, equipment, and time to fulfill the scope of work
Q (Contract Administration): Will the City issue one master contract or separate contracts per Work Order? Will electronic signatures be accepted for contract execution? Will the City require performance or payment bonds for installation‑only contractors?
A: There will be one contract for this project. You will receive the contract document through DocuSign. No bonding required
Q (Response Time): What is the required response time after receiving a Work Order?
A: For fabrication, all materials must be delivered within 30 days of order placement. The City of New Haven reserves the right to cancel the order at no cost if materials are not received within this timeframe. For installation, all assigned work should be completed within 30 to 45 days of assignment. In the event of delays due to weather or other unforeseen circumstances, the Project Manager must notify the City as soon as possible.
Q (No subject): Does the contractor need to remove any existing panels?
A: Yes, there may be older signs that need to be removed to install the new signs. These signs should be removed and returned to the department.
Q (No subject): Do we have a map for installation?
A: At this time, the City will provide a list of streets for each installation group rather than GIS coordinates or detailed maps. This list will include preliminary information and estimated quantities of installations anticipated for each area.
Q (No subject): Is new mounting hardware required or can we use the existing one?
A: There will be instances where new hardware (sign posts) will need to be installed. There are many streets with existing infrastructure.
Q (No subject): Can you please confirm, in each installation schedule, how much is going to be the minimum and maximum quantities needed to be installed?
A: Numbers provided are estimates only and can require depending on the section of the city. For this bid the estimated overall number is 2,500 signs.
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.