SLED Opportunity · CONNECTICUT · TOWN OF NEW MILFORD

    Mowing and Vegetation Management 2026 - 2028

    Issued by Town of New Milford
    localInvitation to BidTown of New MilfordSol. 246023
    Closed
    STATUS
    Closed
    due Apr 16, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    Town of
    local
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    The Town of New Milford seeks bids for mowing and vegetation management services from 2026 to 2028, including mowing intersections, dam access areas, brush hogging, clearing, thinning, erosion control, and traffic flagging. Bids due April 16, 2026, via the Town's procurement portal.

    Opportunity details

    Solicitation No.
    246023
    Type / RFx
    Invitation to Bid
    Status
    open
    Level
    local
    Published Date
    March 27, 2026
    Due Date
    April 16, 2026
    NAICS Code
    561730AI guide
    Agency
    Town of New Milford

    Description

    It is the intent of the Town of New Milford Public Works Department to hire a contractor for mowing road intersections, dam accesses, and providing vegetation management services including mowing brush hogging, clearing and thinning/removal of brush and small trees at various Town of New Milford properties as required by the Town.

    The Town reserves the right to accept or reject any and all bids in part or in whole.

    Project Details

    • Department: Public Works
    • Department Head: Jack Healy (Public Works Director)

    Important Dates

    • Questions Due: 2026-04-06T12:00:00.000Z
    • Answers Posted By: 2026-04-09T21:00:00.000Z

    Evaluation Criteria

    • Submission of Bids

      The Town of New Milford, CT (“Town” or “Municipality”) invites bids on the project and services described herein to be submitted via the Town’s Procurement Portal, OpenGov Procurement. Bids will be received until 3:30 pm on Thursday, April 16, 2026 and then publicly opened and read aloud.

      The Municipality reserves its right to consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or the authorized postponement thereof. Any bid received after the time and date specified shall not be considered or accepted through OpenGov Procurement. No bidder may withdraw a bid within 45 days after the actual date of the opening thereof. The Municipality may accept or reject any or all bids or any portions thereof and take any action deemed to be in the best interest of the Town.

    • General Specifications

      Mowing intersections includes monthly mowing for the months of May, June, July, August and September. Additional mowings may be requested and will be paid the given rate pro-rated for the specified intersections. Intersections must be mowed one hundred fifty feet (150”) in each direction, ten feet deep (10’) deep and on both sides of the intersection. The list of intersections is attached to this bid in Section 8 - Attachments.

      Mowing the two dam areas includes Reservoir #4 to be mowed the week before Memorial Day, July 4th and Labor Day and mowing the trails and access ways at Hidden Treasures Park and Bleachery Dam, 130 West Street to be mowed the week before July 4th and Labor Day and other times as requested.

      The other areas and retention ponds listed in the bid will be scheduled when requested by the Town.

      Instructions for the other locations is as follows:

      1. Mowing shall include all equipment and labor. This cost shall be included in the price/square yard.

      2. Brush Hogging shall include all equipment and labor. This cost shall be included in the price/square yard.

      3. Clearing and Thinning shall include removal of debris and wood chips from the Town of New Milford property or project location. This cost shall be included in the price/square yard.

      4. Forestry Mulching shall include operator, equipment, mobilization and demobilization, but we allow the contractor to leave mulch in place. This cost shall be included in the price/square yard.

      5. Work may be performed on slopes up to 1.5:1 (Horizontal to Vertical) but typically 4:1 (Horizontal to Vertical). Contractor is responsible to review Reservoir #4 site for mowing conditions on the backside of the dam.

      6. Access to certain sites site may require a key, which is available at The Department of Public Works (DPW) and shall be picked up and returned each day. DPW works from 6:30 to 4:30 Monday through Friday.

      7. It is the contractor’s responsibility to minimize damage to lawns and property. The contractor must repair all damage resulting from their activities. Access and work shall remain on town property or easement areas. Maps and guidance can be provided by the Engineering Department.

       

      See below for information on specifications 319, 503, 514, 515, 516, 517, 710, 728 and 730.

    • Invitation to Bid Notice

      Sealed bids will be received via the Town’s Procurement Portal, OpenGov Procurement, until 3:30 pm, on Thursday, April 16, 2026 for Mowing and Vegetation Management 2026 - 2028. Bids will be opened publicly in the E. Paul Martin Room by the Purchasing Authority, Thursday, April 16, 2026 at 3:30 pm. Late bids will not be accepted and will be rejected.

      INTENT: The Town seeks a qualified construction firm for a Mowing and Vegetation Management 2026 - 2028 project .

      Specifications and bid forms must be obtained online through OpenGov Procurement. The exclusive means by which all prospective bidders may obtain bid packages, direct inquiries, request and receive addenda and supplemental information, and submit bids and proposals, shall be through the Town of New Milford’s procurement portal.

      When applicable, state bids will be considered for this service.

      The Purchasing Authority reserves the right to reject any and all bids. In addition to the bid specifications, all bids are subject to the terms, provisions and conditions of the New Milford “Municipal Purchases” Ordinance, set forth in Article III, Section 2-92 (a) through (o) inclusive, of the Code of New Milford. By bidding on the proposed purchase, the bidder agrees to such terms, provisions and conditions.

      Any bidder found by the Purchasing Authority to be delinquent in the payment of taxes and/or sewer use charges due to the Town of New Milford shall be subject to the provisions of Section 2-92 (e) of the Code of New Milford. Copies of the Bid Ordinance may be obtained at the Office of the Town Clerk, Town Hall.

       

      Pete Bass, Mayor

      An Equal Opportunity/Affirmative Action Employer

    • Estimated Quantity

      Actual amount of time required by the Town may vary.

      The Town is issuing this as an indefinite quantity bid; work will be per purchase order and budget permitting.

      Information on the various locations is attached in Section 8 - Attachments.

    • Term

      Prices shall remain in effect for two (2)years following the award of the bid. The town reserves the right to extend this contract an additional year upon mutual written agreement with the successful bidder.

    • Pre-Bid Meeting

      A mandatory pre-bid meeting shall be held on NO VALUE at NO VALUE at: NO VALUE.

      Any bids from firms that did not attend the pre-bid meeting will be rejected as non-responsive.

    • Preparation of Bid

      Bids must be submitted via the Town’s Procurement Portal. All blank spaces for bid prices must be filled in, through the system. Any deviations from the specifications listed herein shall be provided with the bid submittal. If so equipped with deviation list this bid sheet shall be marked with the deviations accordingly on each item.

      Only complete bids will be accepted. In order for a bid to be complete, all required documents must be submitted as provided for in this solicitation.

    • Specification #319 - Processed Aggregate Base

      Scope of Work

      Under this item, and after formation of sub-grade under other items of these specifications has been substantially completed, the Contractor shall prepare the sub-grade and construct a processed aggregate base course in conformity with the line, grade, dimensions and compacted thickness shown on the drawings, or as directed by the Engineer. The Engineer reserves the right to utilize the existing base material in part or in its entirety should this material be deemed suitable for use on any portion of the project. Only the material actually furnished, installed and compacted shall be paid for under this item and only in accordance with the method of measurement and basis of payment schedule as described below.

      Materials and Method of Construction

      Materials and construction methods shall conform to applicable provisions of CONN-DOT Specifications, Form 816, 2004, Section 2.09.01 for "Sub-grade", 2.09.03 for "Construction Methods", Sections 3.04.01, 3.04.02, 3.04.03 Processed Aggregate Base and M 05.01 for materials.

      Method of Measurement and Basis of Payment

      TESTING SUBMITTAL: Prior to installing processed aggregate the contractor shall submit a certified test report showing the material to be in compliance with the above specifications.

      This work will be measured for payment by the actual number of Tons of processed aggregate base furnished, installed, compacted and accepted, and will be paid for at the contract unit price per Ton for "Processed Aggregate Base" which price shall include all work described above, and for all labor, materials, equipment, tools and incidentals necessary to complete this item.

      SPECIAL PROVISIONS:

      Material shall be picked up at the Town of New Milford Public Works Yard and hauled to the site within the Town of New Milford typically Bleachery Dam 140 West Street or Reservoir #4 Dam 160 Second Hill Road for access road maintenance.

      We waive the testing requirement, but require utilization of mechanical compaction equipment.

    • Administrative Requirements & Records

      The successful bidder shall prepare and submit documentation and invoices to the Town which clearly demonstrate the equipment used, labor required and project completed. As a minimum the following paperwork should be provided with each invoice: • Location of work • Labor hours • Type of project • Invoices shall include Purchase Order Number

    • Pre-Bid Meeting

      A non-mandatory pre-bid meeting shall be held on NO VALUE at NO VALUE at:

      NO VALUE.

      All bidders are highly encouraged to attend this meeting.

    • Addenda and Interpretations

      No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally, either in person or via phone.

      All questions related to this ITB shall be submitted in writing through the Question/Answer Tab via the Town's procurement portal, on or before, Monday, April 6, 2026 by 8:00 am. Please be sure to enter each question separately (1 question per box) and include the section title for each question, if applicable, in order to ensure that questions asked are responded to correctly.

      Bidders must clearly understand that the only official answer or position of the Town shall be the one stated in writing and posted in the Town's procurement portal. All questions submitted and answers provided shall be electronically distributed to bidders following this solicitation on the Town's Procurement Portal.

      When asking questions, please be sure to enter each question separately (1 question per box).

      Any addenda shall be posted on the Town's Procurement Portal.

      Addenda notifications will be emailed to all persons on record as following this ITB. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under their bid as submitted. All addenda so issued shall become part of the contract documents.

    • Specification #503 - Topsoil, Mulching and Seed

      Scope of Work

      The work under this item shall consist of establishing of subgrade, and furnishing and placing topsoil, fertilizer, seed and hay where directed by the Engineer.

      Materials and Method of Construction

      Topsoil shall be placed to a depth of four inches (4"). Topsoil shall conform to Connecticut Department of Transportation Specifications, Form 818, 2020, Article M.13.01-1. Topsoil which has been stripped under other items of this contract and which meets the latter specifications may be used.

      Fertilizer, seed, and hay shall conform to Connecticut Department of Transportation Specifications, Form 818, 2020, Articles M.13.03, M.13.04, and M.13.05, respectively.

      Construction methods shall conform to Connecticut Department of Transportation Specifications, Form 818, 2020, Section 9.44.03, Topsoil and 9.50.03 for turf establishment.

      Method of Measurement and Basis of Payment

      This work will be measured for payment by the number of square yards of topsoil and seed actually completed, established and accepted as specified in the scope of work. Payment for this work will be paid for at the contract unit price for each square yard of "Topsoil, Hay and Seed" which price shall include all materials, equipment, tools, labor and work incidental thereto to complete the item as specified.

       

    • Specification #514 - Mowing

      Scope of Work

      Under this item the contractor will be required to mowing all brush, grass or ground cover as indicated on plans or as directed by the Engineer.

      Materials and Method of Construction

      Mowing shall occur to a height of no more than 3” and no less than 1-1/2”. Grass clipping shall be left in place. This shall follow Connecticut Department of Environmental Protection best management practices. Construction methods shall conform to the applicable provisions of Connecticut Department of Transportation, Form Form 818, 2020.

      Method of Measurement and Basis of Payment

      This item shall be included under the price bid for “Mowing”, and shall include all material, tools and labor required to complete the item as specified in square yards (SY).

      Intersections - Intersections are listed in Section 8-Attachments. Payments will be based on the completion of a round of mowing all intersections. 

      Dam Access - There are two locations that require mowing in order to access dam areas. These are Reservoir #4 and Hidden Treasures Park and Bleachery Dam. Payment will be based on each mowing. Information on these areas is included in Section 8 - Attachments.

    • Safety & Environmental Compliance

      The successful bidder must follow all applicable federal and state EPA, OSHA and DOT standards for performing the work at all times. Failure to follow applicable EPA, OSHA and DOT standards is grounds for immediate cancelation of the contract at no cost to the Town of New Milford. The successful bidder shall provide any applicable training documentation demonstrating compliance with applicable safety regulations upon receipt of the initial purchase order and updates at each subsequent order.

    • Pre-Bid Meeting

      A mandatory pre-bid meeting shall be held on NO VALUE at NO VALUE at: NO VALUE.

      Any bids from firms that did not attend the pre-bid meeting will be rejected as non-responsive.

    • Invitation to Bid Notice

      Sealed bids will be received via the Town’s Procurement Portal, OpenGov Procurement, until 3:30 pm, on Thursday, April 16, 2026 for Mowing and Vegetation Management 2026 - 2028. Bids will be opened publicly in the E. Paul Martin Room by the Purchasing Authority, Thursday, April 16, 2026 at 3:30 pm. Late bids will not be accepted and will be rejected.

      INTENT: The Town seeks a qualified construction firm for a Mowing and Vegetation Management 2026 - 2028 project .

      Specifications and bid forms must be obtained online through OpenGov Procurement. The exclusive means by which all prospective bidders may obtain bid packages, direct inquiries, request and receive addenda and supplemental information, and submit bids and proposals, shall be through the Town of New Milford’s procurement portal.

      When applicable, state bids will be considered for this service.

      The Purchasing Authority reserves the right to reject any and all bids. In addition to the bid specifications, all bids are subject to the terms, provisions and conditions of the New Milford “Municipal Purchases” Ordinance, set forth in Article III, Section 2-92 (a) through (o) inclusive, of the Code of New Milford. By bidding on the proposed purchase, the bidder agrees to such terms, provisions and conditions.

      Any bidder found by the Purchasing Authority to be delinquent in the payment of taxes and/or sewer use charges due to the Town of New Milford shall be subject to the provisions of Section 2-92 (e) of the Code of New Milford. Copies of the Bid Ordinance may be obtained at the Office of the Town Clerk, Town Hall.

       

      Pete Bass, Mayor

      An Equal Opportunity/Affirmative Action Employer

    • Basis of Payment

      Bidders shall submit net hourly unit prices per labor item as requested via the Town’s e-Procurement Portal.

      The bid prices shall be deemed all inclusive (i.e. fuel costs, labor, insurances, equipment, services, etc.) necessary to complete the project assigned.

    • Specification #515 - Brush Hogging

      Scope of Work

      Under this item the contractor will be required to Brush Hogging all brush, grass or ground cover as indicated on plans or as directed by the Engineer.

      Materials and Method of Construction

      Brush hogging shall occur to a height of no more than 6” and no less than 3”. Clippings shall be left in place. This shall follow Connecticut Department of Environmental Protection best management practices. Construction methods shall conform to the applicable provisions of Connecticut Department of Transportation, Form 818, 2020.

      Method of Measurement and Basis of Payment

      This item shall be included under the price bid for “Brush Hogging”, and shall include all material, tools and labor required to complete the item as specified in square yards (SY).

    • Pre-Bid Meeting

      A non-mandatory pre-bid meeting shall be held on NO VALUE at NO VALUE at:

      NO VALUE.

      All bidders are highly encouraged to attend this meeting.

    • Specification #516 - Clearing and Thinning

      Scope of Work

      Work under this item includes clearing all trees (under 6" in diameter), shrubs, brush, and other vegetation, as indicated on plans and as directed by the Engineer to a height of no more than 6”

      Construction Methods

      Construction methods shall conform to the applicable provisions of Section 2.01 "Clearing and Grubbing" of Connecticut Department of Transportation, Form 818, 2020, except that no stump removal is required.

      Method of Payment

      Payment shall be made at the unit of measures indicated in the bid for "Clearing and Thinning," which price shall include removal and disposal of material from the site, and all material, equipment, tools, and labor incidental thereto.

    • Bidder Qualifications

      Bidders must have all required permits, certifications and licenses, a minimum of (5) years’ experience working on similar projects.


      In determining the qualification of a Bidder, the Town may consider the record and the performance of any contracts for similar work, which may have been previously performed. The Town shall make such investigation as deemed necessary to determine the ability of the Bidder to perform the work.

    • Pre-Bid Meeting

      A pre-bid meeting is not scheduled for this project.

    • Basis of Award

      The following factors will be considered in selecting a contractor:

      1. Lowest cost responsible bidder
      2. The ability, capacity and skill of the bidder to supply the services required
      3. Whether the Bidder can provide the service within the specified time, without delay or interference
    • Specification #517 - Forestry Mulching

      Scope of Work

      Work under this item includes clearing of all trees (under 6” diameter), shrubs, brush and other vegetation, as indicated on plans and as directed by the Engineer to a height of no more than 6”

      Construction Methods

      Rubber track type skid steer machine with a front mounted forestry mulching mower.

      1. Unit is to include one (1) experienced equipment operator.

      2. Rubber track type skid steer machine with a front mounted forestry mulching mower or comparable type machine.

      3. The cutting head will be a horizontal shaft with fixed tooth cutter capable of cutting and mulching trees and brush up to 6 inches in diameter with a minimum cutting width of 60 inches to a maximum cutting width of 73 inches.

      Brush hog type mowers will not be accepted.

      Method of Payment

      Payment shall be made at the unit of measures indicated in the bid for "Forestry Mulching," which price shall include all material, equipment, tools, and labor incidental thereto.

    • Sub-Contracting

      The Contractor is prohibited from subcontracting unless it has obtained, in writing, the permission of the Town – specifically the Director of Public Works – to employ the specific subcontractors proposed to be used by the Contractor.

      The Contractor shall provide the Director of Public Works with the names and addresses of all proposed subcontractors at least five (5) business days prior to their engagement.

      Any agreement made in violation of this Section shall confer no rights on any subcontractor and shall be null and void.

    • Specification #710 - Sedimentation and Erosion Control System

      Scope of Work

      This item shall consist of furnishing, placing, maintaining and removing sedimentation control systems for the prevention of erosion due to construction activities, prevention of sedimentation of waterways, open drainage ways, and storm and sanitary sewers due to construction activities and the restoration of areas eroded due to insufficient preventive measures as directed by the Engineer, and according to the attached details. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to the Town of New Milford.

      Prior to the start of work, the Contractor shall submit to the Engineer his plan for control of pollution and turbidity, for review and approval.

      At a minimum the contractor shall:

      1. Furnish all materials, equipment, appurtenances, and facilities required for the furnishing, installing, removing and disposal of all pollution control measures and structures.

      2. Prevent erosion of soil and deposition of sediment on other properties caused by water leaving the project site due to construction activities for this project.

      3. Prevent mud and sediment from flowing onto sidewalks and pavements.

      4. Prevent sedimentation of waterways on the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers.

      5. If sedimentation occurs, install or correct preventive measures immediately at no cost to Town of New Milford and remove deposited sediments.

      6. Comply with requirements of local authorities having jurisdiction.

      7. If sediment basins are used as temporary preventive measures, pump dry and remove deposited sediment after each storm.

      8. Dispose of pollutants and other waste and excess materials in accordance with the applicable local, state, and federal regulations, provisions of the General Specifications if any, and applicable sections of these Specifications.

      9. Dispose of sanitary wastes in accordance with state and local regulations.

      10. Perform all construction activities by methods that will prevent entrance or accidental spillage of solid matter, contaminants, debris, and other objectionable pollutants and wastes into streams, flowing or dry watercourses, and underground water sources. Such pollutants and wastes include, but are not limited to, refuse, garbage, cement, concrete, grout, sewage effluent, industrial waste, mercury, oil and other petroleum products, aggregate processing tailings, mineral salts, excess earth materials, thermal pollution and wash water.

      Turbidity increases above the natural turbidities in adjacent streams, reservoirs, channels, or other watercourses that are caused by required construction work shall be limited by the contractor through the use of Best Management Practices

      The Contractor shall not operate mechanized equipment in flowing water except as necessary to construct approved crossings or to perform the required construction.

      The Contractor shall prevent waste waters from the washing of concrete trucks and equipment, drilling, grouting, or similar construction operations from entering flowing or dry watercourses without the use of special turbidity control methods.

      The Engineer may perform such water quality sampling and testing in connection with construction operations as may be necessary to ensure compliance with water quality standards.

      Sampling and testing by the Engineer in no way relieves the Contractor of the responsibility for performing such monitoring as is necessary for controlling his operations to prevent violation of water quality standards.

      Materials and Method of Construction

      General installation of sedimentation control systems shall conform to CONN-DOT Form 816, 2004, section 2.19 and Best Management Practices Standard: State of Connecticut Erosion and Sedimentation Control Manual.

      When hay bales are used they shall they shall be installed as specified in CONN-DOT Form 816, 2004, Article 2.18.03. When filter fabric is used it shall conform to Section 7.55 of the above document, shall be mounted on posts with or without fencing as recommended by the manufacturer and shall conform to Article 2.18.03, "Construction" as stated above.

      Method of Measurement and Basis of Payment

      The work will be measured for payment by the actual number of linear feet of "Sedimentation and Erosion Control System" installed and accepted. Measurement will be made along the center-line of the system. Replacement systems will not be measured for payment.

      Payment for this work will be made at the contract unit price per linear foot for "Sedimentation and Erosion Control System" complete in place, which price shall include all materials, equipment, tools and labor incidental to the installation, maintenance, replacement, removal and disposal of the system and surplus material and debris.

    • Non-Employment Relationship

      The Town and the successful bidder are independent parties. Nothing contained in the Contract shall create, or be construed or deemed as creating, the relationships of principal and agent, partnership, joint venture, employer and employee, and/or any relationship other than that of independent parties contracting with each other solely for the purpose of carrying out the terms and conditions of the Contract. The successful bidder understands and agrees that it is not entitled to employee benefits, including but not limited to workers compensation and employment insurance coverage, and disability. The successful bidder shall be solely responsible for any applicable taxes.

    • Specification #728 - Certified Flagman

      Scope of Work:

      Under this item the Contractor shall provide the services of Certified Flagmen at such locations and for such periods of time as the Engineer may order in conjunction with the Department of Public Works, for the control and direction of vehicular traffic and pedestrians.

      Certified flagmen will be utilized on all streets unless specifically designated otherwise by the Department of Public Works and/or the Engineer.

      Uniformed traffic control (Police) will be utilized only in locations specifically designated by the Department of Public Works and will be paid for under the applicable contract item. (See Specification No. 727 if applicable).

      Materials and Methods of Construction

      Certified Flagmen shall consist of personnel clothed with reflective vests and equipped (including headgear, flags etc.) so as to be readily distinguishable as flagmen, to the satisfaction of the Department of Public Works and shall be deployed at such locations and for such periods as the Engineer and/or Department of Public Works may order, to control traffic operations and promote increased safety to motorists and pedestrians on construction sites.

      All flagmen used on the project will be required to have been certified by the Town of New Milford, Department of Public Works.

      Method of Measurement and Basis of Payment

      Services of flagmen will be measured for payment by the number of hours for each person rendering services in accordance with the orders of the Engineer; this to include, however, only such flagmen as are employed within the limits of the construction, within the right of way for the project, upon detours stipulated in the contract, or upon detours ordered by the Department of Public Works. Flagmen furnished by the Contractor for continued use of a detour or bypass beyond the period for which the Department deems such flagmen necessary to the proper completion of the project, or at locations where traffic is unnecessarily restricted by the Contractor's method of operation, will not be measured for payment.

      The minimum hours of payment for any one flagman in any one day shall be four hours. No flagman shall work more than twelve hours in any one day. In case such services are required for more than twelve hours, the Contractor shall furnish additional personnel.

      Travel time will not be measured for payment.

      Flagmen will be paid for at the contract unit price bid per hour for "Certified Flagman," which price shall include all compensation, insurance benefits and any other cost or liability incidental to the furnishing of the Flagman as ordered.

    • Specification #730 - Maintenance and Protection of Traffic

      Scope of Work

      The description and construction method for this item shall be as described under Connecticut Department of Transportation Specifications, Form 816, 2004, Section 9.71.01, and 9.71.03, except that the Contractor, rather than the State or Town, shall furnish signs, barricades, covers, traffic cones, etc., to forewarn traffic of construction and safeguard and guide the traveling public through detours.

      Covered detour signs are to be posted by the contractor one week prior to road closure, and then uncovered the day before the start of construction.

      Method of Measurement and Basis of Payment

      This work will be paid for at the contract lump-sum price for "Maintenance and Protection of Traffic." This price shall include all costs for labor, equipment and services involved in the, fabrication, erection, covers, maintenance, moving, adjusting, relocating and storing signs, barricades, traffic cones and traffic delineators furnished by the Contractor, as well as all cost of labor, including traffic-men and equipment involved in the maintenance of traffic lanes and detours ordered or included in the approved scheme for maintenance of traffic as shown.

      If the Engineer requires the Contractor to provide facilities in excess of the requirements of the adopted scheme for maintenance and protection of traffic, the Contractor shall perform the required work; and payment for the cost thereof will be made at applicable contract unit prices, or in the absence of applicable contract unit prices, as Extra Work.

    • Professional Standard of Conduct

      In providing services to or on behalf of the Town, the Contractor and their employees conduct reflects on the Town of New Milford.  The Contractor is under an obligation to act lawfully, ethically and responsibly in all endeavors and to instruct its employees to abide by that standard. Activities and/or behavior by the Contractor or their employees that fails to comport with that standard may result in the termination of this contract and ejection from the project or supply chain. Disqualifying conduct includes, but is not limited to, criminal activity, unlawful sexual conduct, domestic violence, a  serious motor vehicle violation, and public intoxication.

    • Presumption of Proposer's Full Knowledge

      Each bidder is responsible for having read and understood each document in this specification and any addenda issued by the Town. A bidder’s failure to have reviewed all information that is part of or applicable to this specification, including but not only any addenda posted on the Town’s e-Procurement Portal, shall in no way relieve it from any aspect of its proposal or the obligations related thereto.

      Each bidder is deemed to be familiar with and is required to comply with all federal, state and local laws, regulations, ordinances, codes and orders that in any manner relate to this specification or the performance of the work described herein.

      By submitting a bid, each bidder represents that they have thoroughly examined and become familiar with the scope of work outlined, and it is capable of performing the work to achieve the Town’s objectives.

    • CHRO Requirements

      The contractor who is selected to perform this State funded 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.

      For municipal public works contracts and quasi-public agency projects, the contractor must file a written or electronic non-discrimination certification with the Commission on Human Rights and Opportunities. Forms can be found at:

      https://portal.ct.gov/OPM/Fin-PSA/Forms/Nondiscrimination-Certification

    • Insurance Requirements

      A certificate of Insurance is required to be submitted upon execution of any agreement.
      Contractors shall carry the following minimum insurance coverage’s and the provisions specified below must be met.

      • Insurance carriers providing the required insurance coverage’s must have an A.M. Best’s financial rating of “A-VII” or better.
      • The Town of New Milford, its officials, employees and volunteers, MUST be named as additional insured with reference to this project on a primary and non-contributory basis. The insurer shall waive all rights of subrogation against the Town of New Milford, CT, its officers, employees and volunteers arising from work performed by the Contractor.

      • The policy endorsement evidencing this coverage must be provided with the certificate of liability insurance. Any changes in insurance coverage will require (30) thirty days of notice to the Town of New Milford by certified mail with return receipt requested.
      • The contract should have a hold harmless indemnification agreement provision which protects the Town of New Milford to the greatest extent that Connecticut Law will allow.
      • If Umbrella Liability is used to make up required limits, the policy shall not reduce or restrict coverage provided by the underlying Commercial General Liability or Automobile Liability insurance policies.
      • Note that these limits are not all inclusive and are subject to change to reflect scope and cost of individual projects. These minimum required limits are not a limitation of contractor liability.
      • Any changes in insurance coverage will require thirty (30) days’ notice to the Town of New Milford.
      1. Commercial General Liability
        (Form 1988 ISO Occurrence Form or equivalent) Limits of Liability shall be combined bodily injury & property damage.
        General Liability Aggregate $1,000,000.
        Products & Completed Operations Aggregate $1,000,000.
        Personal Injury $1,000,000.
        Each Occurrence for Bodily Injury and Property Damage $2,000,000.
        Fire Damage (Any One Fire) $ 50,000.
        Medical Expense (Any One Person) $ 5,000.
        Umbrella Excess $2,000,000.
        Umbrella limits over General Liability limits may be used to make up the required limits. The additional insured coverage MUST be provided by the Umbrella to mirror the General Liability coverage.
      2. Automobile Liability
        Policies must include coverage for all vehicles utilized on the job including owned vehicles, hired vehicles and non-owned vehicles. Limits of insurance shall be combined single limit bodily injury and property damage $1,000,000. Umbrella limits over Automobile Liability limits may be used to make up the required limits.
      3. Statutory Workers Compensation and Employers Liability
        Policy coverage will include limits of $100,000 each accident, $100,000 Disease-each employee and $500,000 Disease-policy limit, or in accordance with the requirements of the State of Connecticut, whichever is greater.
    • Insurance Requirements

      A certificate of Insurance is required to be submitted upon execution of any agreement.

      The Contractor must carry the following minimum insurance coverages:

      1. Commercial General Liability (Form 1988 ISO Occurrence Form or equivalent)
        Limits of Liability shall be combined bodily injury and property damage:
        General Liability per occurrence $1,000,000
        Products and Completed Operations Aggregate $1,000,000
        Personal Injury $1,000,000
        Each Occurrence Aggregate $2,000,000
        Fire Damage (Any One Fire) $ 50,000
        Medical Expense (Any One Person) $ 5,000
        The insurer shall waive all rights of subrogation on all applicable policies against the Town of New Milford, the New Milford BOE, its officers, employees and volunteers arising from all contracts, agreements and work performed by the Contractor for the Town of New Milford.
      2. Automotive Liability, including owned vehicles, hired vehicles and non-owned vehicles. Limits of insurance shall be combined single limit bodily injury and property damage: $1,000,000
        Umbrella limits over Automotive Liability limits may be used to make up the required limits.
      3. Statutory Workers Compensation and Employers Liability
        Each Accident $ 100,000
        Disease – each employee $ 100,000
        Disease policy limit $ 500,000
        Or in accordance with the requirements of the laws of the State, whichever is greater.
      4. Umbrella/Excess: $2,000,000
      5. If Umbrella Liability is used to make up required limits, the policy shall not reduce or restrict coverage provided by the underlying Commercial General Liability or Automotive Liability insurance policies.
        Umbrella limits over General Liability limits may be used to make up the required limits. The additional insured coverage MUST be provided by the Umbrella to mirror the General Liability coverage.
      6. Insurance carriers providing the required insurance coverages must have an A.M. Best’s financial rating of “A-VII” or better.
      7. The Town of New Milford, its officials, employees, and volunteers, MUST be named as additional insured on a primary and non-contributory basis. The policy endorsement evidencing this coverage must be provided with the Certificate of Liability Insurance.
      8. Note these limits are not all inclusive and are subject to change to reflect scope and cost of individual projects. These minimum required limits are not a limitation of contractor liability.
      9. Any changes in insurance coverage will require thirty (30) days notice to the Town of New Milford.
    • Insurance Requirements

      During the term of the services provided as part of this RFP, the successful bidder must procure and maintain insurances as outlined below:

      The consultant shall secure, pay for and maintain such insurance as will protect it from claims under Workers' Compensation Acts, claims for damages because of bodily injury, including but not limited to claims for personal injury, sickness or disease or death of any person as a result of the nature of its work under the terms of the Agreement between the parties, and from all claims for damages because of injury to or of destruction of property, including but not limited to loss of use resulting there from which may arise out of any of the services provided pursuant to the Agreement between the parties.

      1. The consultant shall provide a certificate of insurance evidencing the following required minimum coverages:
        General Liability per occurrence $1,000,000
        Personal Injury $1,000,000
        Aggregate $2,000,000
        Professional liability $1,000,000
        Fire Damage (Any One Fire) $ 50,000
        Medical Expense (Any One Person) $ 5,000
        An error and omissions protection provision shall be provided.
        The insurer shall waive all rights of subrogation on all applicable policies against the Town of New Milford, the New Milford BOE, its officers, employees and volunteers arising from all contracts, agreements and work performed by the Contractor for the Town of New Milford.
      2. Automotive Liability, including owned, hired and non-owned vehicles. Limits of insurance shall be combined single limit bodily injury and property damage: $1,000,000
      3. Statutory Worker’s Compensation and Employer’s Liability.
        Each Accident $ 100,000
        Disease – each employee $ 100,000
        Disease policy limit $ 500,000
        Or in accordance with the requirements of the State, whichever is greater.
      4. Umbrella /Excess $ 2,000,000
      5. The Town of New Milford, CT its officers, agents, employees, and volunteers MUST be named as “Additional Insured” with reference to this project on a primary and non-contributory basis on applicable policies.
      6. The selected consultant shall indemnify and hold the Town of New Milford harmless from and against all claims to the fullest extent permitted by law.
      7. Consultant is an independent contractor. No employment relationship exists between the parties.
      8. The insurer shall waive all rights of subrogation against the Town of New Milford, its officers, employees and volunteers arising from work performed by the Consultant for the Town of New Milford.
      9. If any insurance required herein is to be issued or renewed on a “claims made” form as opposed to an “occurrence” form, the retroactive date for coverage shall be no later than the commencement date of the Agreement between the parties and shall provide that in the event of cancellation or non-renewal, the discovery period for insurance claims ("Tail Coverage") shall be available for at least sixty (60) months. The insurance requirements of this Agreement are an integral element of the Agreement. Any defect in the insurance required in the Agreement may result in termination of this Agreement, at the sole option of the Town.
    • State Statute Prohibitions

      Bidders are required to confirm that they have read and understand the requirements of State Statutes 7-80 to 7-84 with regard to natural gas waste or oil waste. This confirmation is located in the Questionnaire Section.

      § 7-80 Prohibitions.

      [Ord. of 7-10-2017]

      (a) The application of natural gas waste or oil waste, whether or not such waste has received beneficial use determination or other approval for use by DEEP (Department of Energy and Environmental Protection) or any other regulatory body, on any road or real property located within the Town for any purpose is prohibited.

      (b) The introduction of natural gas waste or oil waste into any solid waste management facility within or operated by the Town is prohibited.

      (c) The introduction of natural gas waste or oil waste into any wastewater treatment facility within or operated by the Town is prohibited.

      (d) The storage, disposal, sale, acquisition, handling, treatment and processing of waste from natural gas or oil extraction activities is prohibited within the Town.

       

      § 7-81 Provision to be included in bids and contracts for construction or maintenance of Town roads and real property.

      [Ord. of 7-10-2017]

      (a) All bids and contracts related to the purchase or acquisition of materials to be used to construct or maintain any publicly owned and/or maintained road or real property within the Town shall include a provision stating that the materials shall not contain natural gas or oil waste.

      (b) All bids and contracts related to the solicitation of services to construct or maintain any publicly owned and/or maintained road or real property within the Town shall include a provision stating that no materials containing natural gas or oil waste shall be utilized in providing such services to the Town.

      (c) The following representation, which shall be a sworn statement under penalty of perjury, shall be included in all bids related to the purchase or acquisition of materials to be used to construct or maintain any publicly owned and/or maintained road or real property within the Town and all bids related to the solicitation of services to construct or maintain any publicly owned and/or maintained road or real property within the Town:

       

      "We __________ hereby submit a bid for materials, equipment and/or labor to the Town of New Milford. The bid is for bid documents titled Mowing and Vegetation Management 2026 - 2028. The below named bidder and individual or signatory signing this on behalf of the bidder hereby certify under penalty of perjury that, if this bid is selected, no natural gas waste or oil waste will be used by the undersigned bidder in performance of the contract. We further certify that no subcontractor, agent or vendor will be allowed or permitted to use materials containing natural gas waste or oil waste."

       

      § 7-82 Penalties.

      [Ord. of 7-10-2017]

      In addition to any other remedy the Town has in law or equity, the Mayor or his/her designee is authorized to issue written orders ordering any person in violation of this ordinance to cease activities which do or may violate this ordinance and to desist from the same; where such activities cause damage or injury to property within the Town, whether such property be land, a road, a building, an aquifer, a well, watercourse or other asset, public or private, the Mayor or his/her designee may order such person to remedy the damage or injury and to restore, at such person's sole cost and expense, the property to the condition in which it was prior to such damage or injury. A violation of this ordinance may be punished by a fine of $250 per violation, with each day any violation of this ordinance shall continue constituting a separate offense. The Town may pursue other penalties, fines and remedies allowable by law. Any person receiving a cease-and-desist or remedial order or fine from the Mayor or his/her designee may, within 15 days of the receipt of a cease-and-desist order, remedial order or fine, appeal to a three-person Appeal Board composed of the Director of Health, the Director of Public Works and an elector designated by the Mayor. Any appeal shall be filed and shall proceed and be conducted and adjudicated in accordance with the procedure set forth in § 5-22 of the New Milford Code of Ordinances. Any cease-and-desist order, remedial order or notice of fine shall be sent by certified mail, return receipt requested, to any address of the violator on file in the Town of New Milford or State of Connecticut, the street address of the subject property if a property owner is involved, or the business address on the violator's forms or correspondence, together with a duplicate regular mailing of same. Receipt shall be conclusively presumed to have occurred the third day following the date of mailing, irrespective of whether the certified mailing is refused or neglected, provided the regular mailing was timely sent.

       

      § 7-83 Definitions.

      [Ord. of 7-10-2017]

      As used in this article, the following terms shall have the meanings indicated:

      Application

      The physical act of placing or spreading natural gas waste or oil waste on any road or real property located within the Town.

      Natural gas extraction activities

      All geologic or geophysical activities related to the exploration for or extraction of natural gas, including, but not limited to, core and rotary drilling and hydraulic fracturing.

      Natural gas waste

      (a) Any liquid or solid waste, or its constituents, that is generated as a result of natural gas extraction activities, which may consist of water, brine, chemicals, naturally occurring radioactive materials, heavy metals, or other contaminants;

      (b) Leachate from solid wastes associated with natural gas extraction activities;

      (c) Any waste that is generated as a result of or in association with the underground storage of natural gas;

      (d) Any waste that is generated as a result of or in association with liquefied petroleum gas well storage operations; and

      (e) Any products or byproducts resulting from the treatment, processing, or modification of any of the above wastes.

       

      Oil extraction activities

      All geologic or geophysical activities related to the exploration for or extraction of oil, including, but not limited to, core and rotary drilling and hydraulic fracturing.

      Oil waste

      (a) Any liquid or solid waste, or its constituents, that is generated as a result of oil extraction activities, which may consist of water, brine, chemicals, naturally occurring radioactive materials, heavy metals, or other contaminants;

      (b) Leachate from solid wastes associated with oil extraction activities; and

      (c) Any products or byproducts resulting from the treatment, processing, or modification of any of the above wastes.

       

      § 7-84 Severability.

      [Ord. of 7-10-2017]

      If any clause, sentence, paragraph, subdivision, section or part of this ordinance or the application thereof to any person, individual, corporation, firm partnership, entity or circumstance shall be adjudged by any court of competent jurisdiction to be invalid or unconstitutional, such order or judgment shall not affect, impair, effect or invalidate the remainder thereof, but shall be confined in its operation to the clause, sentence, paragraph, subdivision, section or part of this law or in its application to the person, individual, corporation, firm, partnership, entity or circumstance directly involved in the controversy in which such order or judgment shall be rendered. To further this end, the provisions of this article are hereby declared to be severable.

    Submission Requirements

    • Indemnification, Acknowledgement & Agreement (required)

      BID: Mowing and Vegetation Management 2026 - 2028

      BID OPENING: Thursday, April 16, 2026

      To the fullest extent permitted by law, the contractor shall indemnify and hold harmless the Town of New Milford, and agents and employees of said Town from and against claims, damages, losses and expenses, including but not limited to attorneys’ fees, arising out of or resulting from performance of the work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including loss or use resulting therefrom, but only to the extent caused in whole or in part by acts or omissions of the contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to the Town of New Milford. In claims against any person or entity indemnified under this paragraph by an employee of the contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this paragraph shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the contractor or a subcontractor under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts.

      Contractor acknowledge and understands that the Town of New Milford has adopted as its policy, the nondiscrimination agreements and warranties required under Connecticut General Statutes § 4a-60(a)(1) and § 4a-60a(a)(1), as amended in State of Connecticut Public Act 07-245 and sections 9(a)(1) and 10(a)(1) of Public Act 07-142, as those statutes may be amended from time to time. Contractor further agrees to comply with such mandates.

      Please confirm below that the bidder understands and agrees with the preceding paragraph.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Insurance Requirements

      Please upload proof of your Insurance here. A Certificate of Insurance naming the Town as additional insured will be required from the successful bidder within ten (10) calendar days.

    • Other Documentation

      Please provide any additional documentation that would pertain to this project here. For example: Licenses, certifications, etc.

    • Statement of Qualifications Form (required)

      Please download the below documents, complete, and upload.

    • Statement of Contractor Qualifications Acknowledgement (required)

      Please take notice that by furnishing a bid and responding to the Statement of Qualifications, bidder agrees, acknowledges and understands that bidder’s responses will be considered true and will be relied upon by the Town. In the event any response is not accurate the Town may immediately and summarily terminate the bidder’s contract or arrangement and disqualify the bidder from future projects, in the Town’s sole judgment and discretion.

    • Please confirm below (required)

      I understand, that the exclusive means by which all prospective bidders may obtain bid packages, direct inquiries, request and receive addenda and supplemental information, and submit bids and proposals, shall be through the Town of New Milford’s procurement portal.

      Please confirm below that the bidder understands and agrees with the preceding paragraph.

    • Prohibitions (required)

      Please review and confirm that you have read and understand the prohibitions related to natural gas or oil waste and that you understand and agree with the following statement:

      We hereby submit a bid for materials, equipment and/or labor to the Town of New Milford. The individual or signatory signing this on behalf of the bidder hereby certifies to the best of their knowledge and under penalty of perjury that, if this bid is selected , no natural gas waste or oil waste will be used by the undersigned bidder in performance of the contract. We further certify that no subcontractor, agent or vendor, to the best of our knowledge, will be allowed or permitted to use materials containing natural gas waste or oil waste.

      Please confirm

    • Description of Services (required)

      Please provide a brief description of the type of services pertaining to this project.

      For example: traffic control flagging

    • Insurance Requirements (required)

      What insurance will be required for this project?

    • Contractor's Qualifications (required)

      Will this project require the Contractor's Qualifications Form to be completed?

    • Pre-Bid Meeting (required)

      Please select the type of pre-bid meeting that will be held for this project.

    • CHRO (required)

      Is there a requirement for CHRO compliance for this project?

    Key dates

    1. March 27, 2026Published
    2. April 16, 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.