Active SLED Opportunity · CONNECTICUT · TOWN OF NEW MILFORD

    Wheaton Road Bridge Construction Inspection Services State Project 0095-0260 RFQ

    Issued by Town of New Milford
    localRFPTown of New MilfordSol. 255145
    Open · 14d remaining
    DAYS TO CLOSE
    14
    due May 28, 2026
    PUBLISHED
    Apr 28, 2026
    Posting date
    JURISDICTION
    Town of
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    The Town of New Milford requests proposals from licensed engineering firms for bridge construction inspection services for the Wheaton Road Bridge replacement project. Proposals due May 28, 2026, via the Town's procurement portal. The contract includes inspection, coordination, and surveying services with evaluation based on technical competence and past performance.

    Opportunity details

    Solicitation No.
    255145
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 28, 2026
    Due Date
    May 28, 2026
    NAICS Code
    541330AI guide
    Agency
    Town of New Milford

    Description

    The Town of New Milford (Town) seeks the services of a professional Consulting Engineering firm, licensed in the State of Connecticut, to provide Bridge Construction Inspection Services during 2027 for the following transportation project: REPLACEMENT OF WHEATON ROAD BRIDGE OVER ASPETUCK RIVER, BRIDGE NO. 05325

    Background

     

     

    Project Details

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

    Important Dates

    • Questions Due: 2026-05-14T12:00:00.000Z
    • Answers Posted By: 2026-05-21T21:00:00.000Z

    Evaluation Criteria

    • Submittal Requirements

      All proposals must be received through the Town’s Procurement Portal, OpenGov Procurement, by the Town no later than 3:30 pm on Thursday, May 28, 2026.

      It is the sole responsibility of the supplier to ensure that its proposal is received within the required time period. The Town is not responsible for any errors or irregularities with the delivery method utilized for submittal of the Proposal. Any proposals received after the closing date and time will not be accepted.

    • General Information

      The construction cost is expected to be in the range of $2,500,000 - $3,200,000.  The Consulting Engineer will be evaluated and selected based on technical competence, the capacity and capability to perform the work within the time allotted, past record of performance, and knowledge of federal, State of Connecticut and Town of New Milford procedures, approximately weighted in descending order of importance.  The construction inspection fee will be negotiated on a cost-plus-fixed-fee basis.

      Firms responding to this request should be of adequate size and sufficiently staffed to perform the assignment described above.  The selected firm must meet all Town of New Milford, State of Connecticut and federal affirmative action and equal employment opportunity practices.

      A letter of interest, together with general information on the firm and proposed sub-consultants, the firm’s brochure, current Federal GSA Form 330, experience of the firm, and a resume of key personnel should be addressed to The Honorable Pete Bass, Mayor, Town of New Milford, Roger Sherman Town Hall, 10 Main Street, New Milford, CT  06776 and uploaded to Section 7.6.  Additionally, all interested firms must submit a detailed statement, including the organizational structure, under which the firm proposes to conduct business.  Proposed sub-consultants should be clearly identified.  The relationship to any “parent” firm or subsidiary firm, with any of the parties concerned, must be clearly defined.

      Please note that the Attachments in Section 8, items A through I (Special Provisions, Plans & Calendar Day Chart), are preliminary.  The Final Contract Documents will be available upon advertising of the bridge construction project.

    • Term of Contract

      Based upon the outcome of this process, The Town will award a XXX year contract with the option for XXX additional years at the sole discretion of the Town.

    • Request for Proposal Notice

      Wheaton Road Bridge Construction Inspection Services State Project 0095-0260 RFQ

      The Town of New Milford is requesting proposals from qualified professional firms, licensed in the State of Connecticut, to provide Bridge Construction Inspection Services for the Town.

      The proposal package is available through the Town’s Procurement Portal, 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.

      Proposals will be received through the portal until 3:30 pm, on Thursday, May 28, 2026. Proposals will then be opened publicly in the E. Paul Martin Room by the Purchasing Authority at 3:30 pm. Late proposals will not be accepted and will be rejected. The Town reserves the right to reject any and all submissions.

       

      Pete Bass, Mayor

      An Equal Opportunity/Affirmative Action Employer

    • Format

      Proposals must be arranged so as to be directly and organizationally responsive to this RFQ. Further, page size for printing shall be 8-1/2” x 11”.

    • Duration of Offer

      Proposals must be valid for ninety (90) days.

    • Term of Contract

      Based upon the outcome of this process, the Town will award a contract for the duration of the bridge replacement project.

    • Project Personnel

      Project personnel will be required to have the following experience for each classification listed:

      Construction Coordinator:

      • The Construction Coordinator will be responsible for coordination between the administering unit of the Municipality, Department, Consulting Firm, and project staff to resolve problems concerning activities related to the project.
      • Experience:
        1. Not less than fifteen (15) year employment in civil or highway engineering, of which at least six (6) years must have been in a supervisory capacity of complex highway and/or bridge construction activities, vertical or rail construction activities, as required, and of which at least four (4) years will have been in field inspection activities.  A Bachelor of Science Degree in Civil or Construction Engineering may be substituted for two (2) years of the general experience requirement.
        2. Have considerable knowledge of construction practices and procedures, as required; the ability to prepare correspondence, reports, and recommendations concerning construction issues; the demonstrated ability to deal effectively with others; and the ability to supervise.

       

      Chief Inspector – Level 2 (Low Complexity Projects; typically, under $5 Million):

      • Experience:
        1. Not less than eight (8) years employment in civil, highway or a relevant engineering field, of which three (3) years must have been in a supervisory capacity of highway, bridge, facilities, or rail construction activities, as required, and of which at least four (4) years shall have been in field inspection activities.
        2. Have considerable knowledge of highway, bridge, facilities, or rail construction practices and procedures, as required; the ability to prepare correspondence, reports, and recommendations concerning construction issues; the demonstrated ability to deal effectively with others; the ability to supervise; and the ability to establish and maintain project records.
      • Certifications:  NICET Level III Certification in Transportation/Highway Construction is required, except for those persons possessing a current Professional Engineer's (P.E.) License in the State of Connecticut.

       

      Survey Party Chief:

      • Experience:
        1. Not less than four (4) years of construction survey experience, of which at least three (3) years shall have been as an instrument person or survey party chief.
        2. Have considerable knowledge of principles and methods of land surveying; knowledge of principles and practices of highway engineering; the ability to keep and reduce field notes; the ability to determine construction quantities and amounts on completed projects; the ability to supervise the layout of limits of work and grades; the ability to check contractor’s survey layout for accuracy; the ability to lay out foundations, rail track, abutments, culverts and pipe lines; the ability to re-establish boundary lines and stake taking lines; and the ability to prepare as-built plans and other related duties, as required.
      • Licensing:  Current Land Surveyor’s (L.S.) License in the State of Connecticut or shall be working under the direct supervision of a member of the Consulting Engineer's staff possessing a current L.S. License in the State of Connecticut.
    • Inquiries

      All questions related to this Proposal shall be submitted in writing through the OpenGov Procurement Question/Answer Tab via the Town's e-Procurement portal, no later than, Thursday, May 14, 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.

      Proposers 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, OpenGov Procurement. All questions submitted and answers provided shall be electronically distributed to proposers following this solicitation on the Town's Procurement Portal.

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

      No interpretation of the meaning of the specifications or other documents will be made to any proposer orally. Failure of any proposer to receive any such addenda or interpretation shall not relieve such proposer from any obligation under this proposal as submitted. All addenda so issued shall become part of the contract documents. No other communication with any employee or official of The Town is permitted.

    • Title Page and Cover Letter

      Include the name of the firm, telephone numbers and email addresses of the primary contact persons, the date and other relevant company information.

    • Late Proposals

      Proposals or unsolicited amendments to proposals arriving after the dateime due will be rejected as not meeting the mandatory requirements of this RFP.

    • Sub-contractors/consultants

      Include a list and contact information for any of the proposed sub-contractors/consultants and the work they will perform.

    • Addenda

      The Town reserves the right to revise any part of this RFP by issuing an addendum at any time prior to the submittal deadline. Addenda notifications will be emailed to all persons on record through the procurement portal as following this RFP.

       

    • Withdrawal of Proposal

      Any bidder may withdraw its proposal through the Town's Procurement Portal, the responding firm may “unsubmit” their proposal in the Procurement Portal.  After withdrawing a previously submitted proposal, the responding firm may submit another proposal at any time up to the deadline for submitting proposals. Each proposal shall be considered binding and in effect for a period of ninety (90) days after the closing date.

    • Award of Contract/Acceptance of Proposal

      The contents of the RFQ and the Bidder’s proposal, as submitted and/or modified, shall become contractual obligations to be executed by the authorized contracting agents of both parties. The terms and conditions including a proposed payment schedule will be negotiated between the Town and the selected consultant.

    • Experience and Examples

      Describe your firm’s experience in the required areas of expertise, and its ability to provide the needed services for the Town.

      Proposals, at a minimum, shall outline the following:

      1. Overview of qualifications and/or general firm information
      2. List years in business and number of employees
      3. Brief overview of involvement with projects similar in nature and scope. References for projects similar in nature to this proposal. The consultant shall supply a minimum of three references of a similar size and scope to this project. The references must include contact name, company name, brief description of the project, telephone number and date that the work was performed.

       

    • Insurance Required

      During the term of the services provided as part of this RFQ, 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.
    • Pre-Proposal Conference

      A mandatory Pre-Proposal conference shall be held on NO VALUE at NO VALUEat NO VALUE.

    • Insurance Required

      A certificate of Insurance is required to be submitted prior to 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
        Personal Injury $1,000,000
        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, 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 $ 1,000,000
      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.
    • Key Staff

      Identify the designated Construction Coordinator or primary contact and key supporting staff, along with their availability for this project, specific experience based on the themes of study, and capacity to provide the requested services. Include resumes for each of the individuals and clearly identify any sub-contractors/consultants and their role in the project.

    • Pre-Proposal Conference

      A pre-proposal conference is not a requirement of this RFP.

    • Scope and Approach

      State the services your firm is proposing to provide. Describe the process and timeline that would be utilized to complete the project for the items listed under Scope of Services and Deliverables. Please indicate the number of calendar days to complete this project following issuance of Notice to Proceed.

    • Insurance Required

      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.
    • Cost

      Fee Proposal based on the scope of services and the proposed approach detailing the time and budget allotted to each consultant and sub-consultant by task. Provide an hourly fee schedule for the personnel involved in the project. The Fee Proposal should include any and all travel, materials, time and delivery and all fees for tasks as described in the Contractors/Consultants response to the RFQ.

    • Town Support

      A description of anticipated type and level of support the consultant will require from the Town such as staff support, provision of meeting/studio space, materials, etc.

    • Town's Rights

      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.

      The Town reserves the right to accept or reject, in whole or part, all proposals submitted and/or to cancel this announcement if any such action is determined to be in the Town’s best interest. All materials submitted in response to this RFQ become property of the Town.

       

    • Review Rights

      Proposals submitted may be reviewed and evaluated by any person(s) considered necessary to the decision making process at the discretion of The Town of New Milford.

    • Other Requirements

      Proposals must also include the following. Clearly label each response using the letters below. Begin each response by repeating the question.

      a) A list of municipalities in Connecticut and other states for which the consultant has provided similar services in the last three years. Connecticut municipal references of comparable size are preferred. Please include the name and contact information including e-mail addresses. A minimum of three (3) references is requested. One reference must be a current or former client.

      b) Additional information or documentation that may be useful and applicable to this project.

      c) Rates for any additional work the consultant recommends beyond the original scope of services contained in this RFQ should be submitted as a formal proposal. The proposal should detail the requirements and the deliverables as well as a capped cost.

      d) Information concerning any suits filed, judgments entered or claims made against the consultant during the last five years or any declaration of default or termination for cause against the consultant with respect to provided services. In addition, state whether during the past five years the consultant has been suspended from bidding or entering into any government contract. Provide all necessary details on any felony convictions of any officer or director of the consultant. If information related to the above is discovered by the Town and not disclosed during the RFQ process, consultant may be discharged immediately even after a contract has been awarded with no penalty to the Town.

      e) Consultant must provide their confidentiality policy.

      f) Consultant must complete the following checklist, placing a check mark in front of each item that has been enclosed.

      Required Submissions:

       References provided, including multiple public sector references

       Consultant annual rates provided for core services

       Bidder agrees to provide requested information regarding insurance if selected

       Information on suits or judgments provided

       Confidentiality policy submitted

       Bidder is able to provide all legal and actuarial resources in-house.

    • Consultant's Proposal Preparation Costs

      Costs for developing proposals are entirely the responsibility of the bidder and will under no circumstances be transferred to The Town of New Milford or any other affiliated organization.

    • Public Release of Information

      News releases, articles, brochures, advertisements, prepared speeches, and other information releases concerning this RFQ, or any subsequent contract or activity related thereto, may not be made without the prior written approval of the Town of New Milford.

    • Evaluation Criteria

      All qualification submissions shall be evaluated with emphasis placed on Consultant’s ability to meet the Town’s requirements, the responsiveness of the submission and the criteria specified below. Submissions will be evaluated through a weighted point system that will include, but will not be limited to, the areas outlined:

      Specialized Design and Technical Competence     40%

      Capacity and the Capability to perform the work within the time allotted     30%

      Past Record of Performance on Contracts with the Town and other     20%
      clients with respect to such factors as control of costs, quality of work,
      and cooperation with the client. 

      Knowledge of Federal, State and Municipal Procedures 10 %

      TOTAL 100%

      The Town shall have the right to perform an on-site visit to consultant’s office.

    • Special Note

      Each responding consultant is advised to read and respond to this RFQ carefully. Your response and submittal shall be considered your opportunity to describe your firm’s methods, techniques, process, and plan to fulfill the project requirements. While pricing will be considered in the award of this contract so will responses that fully explain solutions and innovative techniques to successfully accomplish the tasks as described. Any and all exceptions to an item in this specification MUST be duly noted and explained in the response. Failure to make exception to any item shall be considered as both the ability and the intention to fully comply with that item at the quoted price.

    • Selection Process

      Proposals will be evaluated based on the following criteria

      • Professional qualifications and experience of the Project Manager and key project personnel as based on the submitted proposal and knowledge of the consultant
      • Demonstrated experience and technical competence with comparable projects
      • Completeness of proposal and evidence that the Consultant expresses a clear understanding of the scope of services as committed to by the Consultant in its response to this Request for Proposals
      • Ability to meet project work schedule
      • Fee Proposal and total cost
      • References feedback record, and quality and performance of past services

      Finalist proposals will be reviewed by key members of the Town’s management team. After a review of written proposals, selected contractors/consultants may also be asked to make an in-person presentation. The Town will choose the proposal(s) that best fits its needs. The Town is not obligated to award the contract based on cost alone nor is the Town obligated to award only one agent of record. The Town reserves the right to waive non-material deficiencies in any proposal. Proposals will be evaluated based on what is deemed in the best interest of the Town, including such factors as the consultant’s experience and expertise in providing engineering inspection services for municipalities, clarity and creativity of the proposal, recommendations from other similar entities for which the consultant has previously provided services, evidence of prior success in a collective bargaining environment, the lead persons to be assigned to the account and total cost. Cost will not be the sole factor in evaluating bids. Selection of the preferred proposal does not provide any contract rights to that consultant. Any such rights shall accrue only if and when the Town and selected consultant execute a binding contract. The proposal submitted may, at the leisure of The Town, become an addendum to any contract entered into. The Town shall have full rights to negotiate with the successful consultant in any manner necessary to best serve the interests of the Town. If the Town fails to reach an agreement with the successful consultant, the Town may commence negotiations with an alternative consultant or reject all bids and reinstitute the RFQ process.

    • Contingencies

      Contractors/Consultants, before submitting their proposals, should make a careful examination of the scope of the work to be done and of the difficulties involved in its proper execution; to include in their proposal all costs they deem proper and sufficient to cover all contingencies essential to the delivery of the proposed conceptual plan, report and cost estimate, notwithstanding that every item or contingency is not specifically mentioned herein.

    • Permits and Codes

      The selected consultant will comply with all laws, codes, rules and regulations of the State, County and Town applicable to the work to be performed at the Town of New Milford premise. Any permits lawfully required shall be obtained by the consultant, who shall pay all lawful charges.

    • Price

      The price quoted shall include all contingencies, including but not limited to profit, BFO, administrative fees, direct costs, etc. to complete the project as described in this document.

    • Civil Rights Compliance

      Where applicable, Contractors/Consultants must comply with the Civil Rights Act of 1964, the Equal Employment Act, and the Connecticut Fair Employment Practices Act.

    • Sub-Contracting

      The Contractor is prohibited from subcontracting unless it has obtained, in writing, the permission of the Town 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.

    • 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.

    Submission Requirements

    • Contractor/Consultant Agreement (required)

      The contractor/consultant has read, understands, and agrees to meet or exceed the Scope of Work for a capped fee listed within and agrees to meet the requirements contained in this Request for Proposals. By submitting a response to this proposal, all responses will be binding in any agreement entered in the future and the response may be considered an addendum to any future agreement. The contractor/consultant submits this proposal in good faith and without collusion with any other person, individual or consultant.

      Please confirm below that the contractor/consultant understands and agrees with the preceding paragraph.

    • Indemnification, Acknowledgement & Agreement (required)

      BID: Wheaton Road Bridge Construction Inspection Services State Project 0095-0260 RFQ

      BID OPENING: Thursday, May 28, 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.

    • 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 (required)

      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 of proposal submission.

    • Other Documentation

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

    • Proposal Documents (required)

      Please upload your COMPLETE Proposal here.

    • Please read and confirm (required)

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

      Please confirm below that the contractor/consultant understands and agrees with the preceding paragraph.

    • Basic Project Description (required)

      Please provide a basic description in a word or two for this project.

      For example: Financial Audit Services

    • Type of Firm (required)

      What type of firm are you seeking for this project?

      For example: engineering firm OR consulting firm

    • Type of Experience (required)

      Please provide the type of work for this project.

      For example: hotel and conference center design OR extensive highway design

    • Goal of Project (required)

      Please provide a brief description of the overall goal of this project.

      For example: assess possible demand and interest to locate a national chain hotel with or without an attached conference center

    • Type of Services (required)

      What type of services are needed for this project?

      For example: Engineering OR Consulting

    • Pre-Bid Conference (required)

      Is a pre-bid conference going to be a requirement of this RFP?

    • Project Type (required)

      What type of project is this?

    • Term of Contract (required)

      Please select the term of this contract

    Key dates

    1. April 28, 2026Published
    2. May 28, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.