Active SLED Opportunity · CONNECTICUT · TOWN OF NEW MILFORD

    Waste Removal Services 2026-2027

    Issued by Town of New Milford
    localInvitation to BidTown of New MilfordSol. 240079
    Open · 21d remaining
    DAYS TO CLOSE
    21
    due May 14, 2026
    PUBLISHED
    Apr 17, 2026
    Posting date
    JURISDICTION
    Town of
    local
    NAICS CODE
    562111
    AI-classified industry

    AI Summary

    The Town of New Milford seeks bids for waste removal services for 2026-2027, including equipment provision, maintenance, and disposal. Bids due May 14, 2026. Compliance with environmental regulations and insurance requirements is mandatory.

    Opportunity details

    Solicitation No.
    240079
    Type / RFx
    Invitation to Bid
    Status
    open
    Level
    local
    Published Date
    April 17, 2026
    Due Date
    May 14, 2026
    NAICS Code
    562111AI guide
    Agency
    Town of New Milford

    Description

    The Town of New Milford and the New Milford Board of Education are soliciting competitive bids from qualified firms for waste removal services. The Town reserves the right to accept or reject any and all bids in part or in whole.

    Project Details

    • Department: Purchasing Department
    • Department Head: Tanya Pond (Purchasing Specialist)

    Important Dates

    • Questions Due: 2026-04-30T12:00:00.000Z
    • Answers Posted By: 2026-05-07T21:00:00.000Z

    Evaluation Criteria

    • Estimated Quantity

      Actual amount of time required by the Town may vary. There are no estimated quantities with this bid package.

    • 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, May 14, 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 Any bid may be withdrawn prior to the above scheduled time for the opening of bids or the authorized postponement thereof.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.

    • Invitation to Bid Notice

      Sealed bids will be received via the Town’s Procurement Portal, OpenGov Procurement, until 3:30 pm, on Thursday, May 14, 2026 for Waste Removal Services 2026-2027. Bids will be opened publicly in the E. Paul Martin Room by the Purchasing Authority, Thursday, May 14, 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 Waste Removal Services 2026-2027 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

    • General Information

      Bids are requested for waste removal services for the Town of New Milford (Town) and New Milford Board of Education (BOE). The successful bidder must furnish all equipment (except as noted) and maintain the same in a safe and sanitary condition at all times. All waste and recycling must be taken and disposed of at an HRRA disposal facility. Any non-Town owned piece of equipment that is not deemed satisfactory in the judgement of the Town/BOE must be replaced immediately, at no cost. All containers must have operational lids, be lockable and be free of rust and holes in bottoms and/or sidewalls for the purpose of warding off entry of rodents. Dumpsters and receptacles are to be no smaller than the sizes indicated. Bidders may elect to provide larger equipment at their own expense provided the equipment does not interfere with the normal operation of any of the buildings at which they are located.

      Failure to perform or comply with the requirements set forth herein may result in termination of the contract at the sole discretion of the Town and BOE or its authorized representatives. The Town and BOE further reserves the right to cancel the contract after giving a 60 day written notice to do so.

      The successful bidder must comply with all federal, state, local and regional regulations, including the Clean Water Act, as applicable. The Town and BOE will not knowingly deposit any hazardous waste or materials in equipment furnished by the bidder or owned by the Town. Although this bid reflects the desire of the Town and BOE to obtain waste disposal pricing, they reserve the right to award the bid collectively and/or individually.

      Please provide in Section 7.4 all applicable Local and State permits, including expiration dates. Additionally, please provide any permit violations for the past 5 years.

      All waste haulers bidding for any of these services must be:

      • Licensed and permitted as a commercial hauler in New Milford
      • Registered, Licensed and permitted hauler with HRRA and Oak Ridge Waste & Recycling
      • In good standing will all Federal, State and Local Governing authorities
      • In compliance with any and all provisions applicable in Chapter 7, Article VIII of the Town of New Milford Charter and Code of Ordinances.

      Additionally, haulers MUST agree to haul any and all items listed which they collect within the boundaries of the Town of New Milford from residential and small commercial (i.e. less than 50 employees) businesses to the HRRA Danbury Transfer station owned and operated by Interstate Waste Services and shall agree to comply with the provisions of applicable state law, with Article VIII of the New Milford Code and with the procedures, practices, rules and regulations established by the Town Council relative to the collection, transportation and disposal of solid waste and of recyclables.

      Any hauler who is awarded a contract under this bid is required and expected to follow and comply with any and all policies, procedures rules and regulations in the following documents (as revised):

      • • Oak Ridge Transfer Station Rules and Regulations dated 4/15/06
      • • HRRA Permitting, Disposal and Billing Procedures adopted 6/9/93
    • 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.

    • 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.

    • Term

      Prices shall remain in effect for one (1) year commencing July 1, 2026. The Town reserves the right to extend this contract an additional two (2) years upon mutual written agreement with the successful bidder.

    • Technical Requirements - Town

      1. Receptacles are to be provided for a twelve (12) month period.

      2. All receptacles to be provided with identical locks. Ten (10) keys to be supplied to the Town.

      3. Prices to include monthly rental of receptacles as well as weekly disposal fee, on a per month basis. Bid price is to be based on a per month fee for each receptacle.

      Specifications:

      • 94 Railroad Street - 6 yards 
      • Young’s Field Road - 6 yards
      • 40 Main Street - 4 yards
      • 10 Main Street - 10 yards
      • 49 Poplar Street- 4 yards
      • 140 Park Lane Road - 2 yards
      • 2 Pickett District Road - 6 yards (trash)
      • 2 Pickett District Road - 8 yards (recycling)
      • 24 Main Street - 4 yard 

      *Seven (7) Month Service (Weekly service 4/1 to 10/31):

      • *Lynn Deming Park - 15 yards (Container to be removed in the off season)

      This is a list of current needs.  Future needs may vary and will be adjusted as deemed necessary. 

    • Administrative Requirements & Records

      The successful bidder shall prepare and submit documentation and invoices to the Town or Board of Educations which clearly demonstrate the location, contianer size and number of service pickups. 

    • 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, Thursday, April 30, 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.

    • Technical Requirement - BOE

      Board of Education:

      1. Basic service is to include daily pickups (August 15th to June 30th) of regular waste and weekly pickup of recyclable materials. Pickups should be early in the morning or late afternoon (when classes are not in session). School calendar is attached in Section 8 for informational purposes. Pickups are not necessary on days when school is closed for inclement weather, vacation periods or other reasons. Necessary make up days will be added in June of the respective year.

      2. Successful bidder, will, on request, supply toters to various locations to assist personnel in transporting materials to central pick up locations.

      3. Bidders shall indicate the price to provide, upon request, a 20 CY or 30 CY open top roll-off container to remain at a site for up to 10 workdays. The cost is to include haul and disposal charges associated with use of the dumpster, including delivery to and removal from the site when full.

      4. Bidders shall indicate the price to provide (rental basis) two (2) 30 yard self-contained compactors. One is to be located at New Milford High School and one to be located at Sarah Noble Intermediate School. Compactors will be equipped with a 75% full light and doors with safety disconnect switch.

      5. All containers larger than 4 CY will have lockable side doors and lockable dock lids.

      Specifications:

      • New Milford High School 1 - 30 CY self-contained compactor (trash)
      • 388 Danbury Road 1 - 10 CY FEL container (single stream)
      • Schaghticoke Middle School 1 - 10 CY FEL container (trash)
      • 23 Hipp Road 1 - 10 CY FEL container (single stream)
      • Northville Elementary School 1 - 8 CY FEL container (trash)
      • 22 Hipp Road 1 - 8 CY FEL container (single stream)
      • Hill and Plain School 1 - 8 CY FEL container (trash)
      • 60 Old Town Park Road 1 - 6 CY FEL container (single stream)
      • Sarah Noble Intermediate School 1 - 30 CY self-contained compactor (trash)
      • 25 Sunny Valley Road 1 - 8 CY FEL container (single stream)
      • 25 Sunny Valley Road 1 - 30 CY Open Top (bulky waste)
      • Larson Farm House 1 - 40 CY Open Top (bulky waste)

      This is a list of current needs.  Future needs may vary and will be adjusted as deemed necessary. 

    • 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.

    • Invitation to Bid Notice

      Sealed bids will be received via the Town’s Procurement Portal, OpenGov Procurement, until 3:30 pm, on Thursday, May 14, 2026 for Waste Removal Services 2026-2027. Bids will be opened publicly in the E. Paul Martin Room by the Purchasing Authority, Thursday, May 14, 2026 at 3:30 pm. Late bids will not be accepted and will be rejected.

      INTENT: The Town seeks a qualified firm for Waste Removal Services for the Town and the Board of Education.

      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

    • 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.

    • Safety & Environmental Compliance

      The successful bidder must follow all applicable federal and state EPA, OSHA and Health standards for performing the work at all times. Failure to follow applicable EPA, OSHA and Health 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.

    • 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.

    • 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.

    • Bidder Qualifications

      Bidders must have all required permits, certifications and licenses, a minimum of (5) years’ experience with waste hauling.


      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
    • 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.

    • 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.

    • 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.

    Submission Requirements

    • Indemnification, Acknowledgement & Agreement (required)

      BID: Waste Removal Services 2026-2027

      BID OPENING: Thursday, May 14, 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.

    • 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. April 17, 2026Published
    2. May 14, 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.