SLED Opportunity · MARYLAND · ST. MARY’S COUNTY GOVERNMENT

    Highway Landscaping Services (T&M)

    Issued by St. Mary’s County Government
    countyIFBSt. Mary’s County GovernmentSol. 228928
    Closed
    STATUS
    Closed
    due Apr 16, 2026
    PUBLISHED
    Mar 18, 2026
    Posting date
    JURISDICTION
    St. Mary’s
    county
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    St. Mary9s County Government seeks bids for landscaping services including installation, maintenance, and design at various county locations. The contract requires compliance with insurance, safety, and quality standards, with work performed on an as-needed basis. Key dates include a question deadline on 2026-03-31 and bid opening on 2026-04-16.

    Opportunity details

    Solicitation No.
    228928
    Type / RFx
    IFB
    Status
    open
    Level
    county
    Published Date
    March 18, 2026
    Due Date
    April 16, 2026
    NAICS Code
    561730AI guide
    Agency
    St. Mary’s County Government

    Description

    The St. Mary’s County Government (County) Department of Public Works & Transportation is soliciting bids to establish Landscaping Services contract to provide stabilizing operations, streetscape improvements, landscape maintenance services, and landscape design services at various locations throughout St. Mary’s County.

    Background

    NOTICE

    PROPRIETARY/CONFIDENTIAL INFORMATION

    Any bid, contract or response to any solicitation from St. Mary’s County may be available for inspection and copying upon request by any person or entity pursuant to the Maryland Public Information Act. The Act requires a denial of inspection of any part of the document that contains a proprietary trade secret, confidential commercial information or confidential financial information.

    Any such protected information must be specifically identified by the vendor on their submitted documents. The Contractor agrees to indemnify and hold harmless the Commissioners of St. Mary's County for loss, cost or expense resulting in whole or in part from any such identification or any denial of inspection based thereon. 

    If any portion of your submission is considered proprietary and confidential, a fully redacted copy marked “For Public Release” shall be included with your original response or submission.

    Project Details

    • Reference ID: 148206
    • Department: Procurement
    • Department Head: Brandon Hayden (-)

    Important Dates

    • Questions Due: 2026-03-31T16:00:15.149Z

    Meetings & Milestones

    EventDateLocation
    Sealed Bid Opening2026-04-16T19:05:37.932ZVirtual Teams Meeting Use RSVP Manager to receive a Teams Meeting invite.

    Evaluation Criteria

    • Scope of Work

      The Contractor shall furnish all labor, supervision, equipment, materials, and incidentals necessary to perform landscaping installation and maintenance services on an as-needed basis, as directed by the Contracting Officer’s Technical Representative (COTR), at County-owned or maintained properties, including but not limited to County facilities, highways, and parks.

      This is an indefinite quantity Contract. No guarantee is made as to the quantity, frequency, or continuity of Work.

      All Work shall be performed in accordance with the terms of this Contract, applicable laws and regulations, and accepted industry standards.

    • Landscaping Specifications
      1. All trees, shrubs, and herbaceous species shall meet American Standard for Nursery Stock ANSI Z60.2-2025 (J-5) for types and sizes specified and shall be guaranteed for one full year after final inspection approval.
      2. The trees that are to be planted shall be selected from species suitable for the proposed site conditions.  For example, if the location for the tree is to be wet, then the tree must be able to withstand wet conditions.  If the tree is to be located near an area where the pollution will be at a high level, such as near or in a parking lot or near a highway, then the tree to be planted must be able to withstand the high pollution levels.
      3. Guying and staking – All trees shall be properly guyed or staked to keep them in a vertical position. Guying and staking should be removed from the plantings one (1) year after installation.
      4. Soil Aeration – If the soil has become compacted over the root zone of any tree, the ground shall be aerated by vertical mulching.  One to two inch diameter holes shall be drilled in the ground to a depth of one (1) foot, and then filled with organic material (mulch).  This procedure shall be repeated every 18 inches until all the compacted soil beneath the crown of the tee has been loosened.
      5. Fertilization – The Contractor shall fertilize trees that in the opinion of the COR have been stressed or damaged during construction.
    • WORKERS’ COMPENSATION & EMPLOYERS’ LIABILITY INSURANCE

      At a minimum, the Contractor shall carry the Statutory Limits of Workers’ Compensation Insurance required under the laws of the State of Maryland, and Employer’s Liability Insurance with limits of at least $500,000 per accident for Bodily Injury by Accident and $500,000 policy limit/$500,000 each employee for Bodily Injury by Disease.

    • Services to be Performed

      The Contractor shall perform services including, but not limited to:

      a. Installation of trees, shrubs, plants, turf, and related landscape improvements;
      b. Fertilization and soil conditioning;
      c. Pruning, trimming, and general plant care;
      d. Integrated Pest Management (IPM), including weed, insect, and disease control, in compliance with all applicable federal, State of Maryland, and local regulations;
      e. Mulching and planting bed maintenance;
      f. Litter and debris removal; and
      g. Any other work necessary to establish and maintain healthy, viable landscape plantings.

      All materials and workmanship shall conform to Contract requirements and recognized horticultural standards.

    • AUTOMOBILE LIABILITY INSURANCE

      The Contractor shall purchase and maintain during the life of this Contract, the proper amount of comprehensive automobile liability insurance in the amount of no less than $1,000,000 per accident for each owned, non-owned, and hired vehicle that is used in any way to complete the Work, as required under the laws of the State of Maryland whether vehicle is registered in Maryland or not.

    • Payment for Services

      The Contractor shall be paid the labor rates, equipment rates for each hour said labor and/or equipment is engaged in the Work during each day as accepted by the County.  The standard workday will consist of eight (8) hours.  The Contract equipment rates, and labor rates shall apply for all working hours and shall not be adjusted for overtime.

      The County will schedule the Work, but it will be the responsibility of the Contractor to keep their work force actively engaged in the Work at all times. There will be no compensation for idle equipment and labor time when the Contractor is deemed not actively engaged in the Work through no fault of the County.  Examples are:

      1. Equipment idle – no operator; or equipment not needed on job site at that time.
      2. Equipment unaccounted for – broken down, late or unexcused absence.
      3. Labor unaccounted for – late, unexcused absence, not performing assigned task.

      These reasons will be justifiable cause for removal of equipment and/or personnel from the job site(s) at the request of the County.  “Show-up” time is not considered a pay item. 

    • Control of the Work Week and Extent of Work

      The Work under this Contract shall be done as-needed throughout the term of the Contract, with no guarantee that the Work will be on a continuous basis. In the event that a partial shutdown arises between increments of Work, a 48-hour notice will be given prior to the Contractor starting the next increment of Work. The Contractor shall have available a sufficient work force to complete each assigned phase. Work shall be carried forward every workday when weather and grade conditions permit until completion of each segment. In the event of major equipment failures, the Contractor will be permitted a period of forty-eight (48) hours to repair or replace the damaged equipment without being in violation of the Contract. 

      There will be no working day or calendar date time charge on this Contract concerning days allowed for completion of the Work.  However, if in the opinion of The County, the Contractor is deemed responsible for lost time or motion in the performance of his task, or if the Contractor does not provide sufficient man power and equipment to support the operations, or if for any reason should the performance of the Work not conform to the Specifications or any applicable Federal, State, or County Law or safety requirements, the County shall have the authority to terminate the Contract without prior written notice.  Work on this project will be temporarily suspended on all Saturdays, Sundays, legal holidays, and the days immediately preceding and following these holidays at the discretion of the County. All equipment, barricades, etc., are to be removed from the roadway and full traffic capacity maintained throughout these periods.

    • BUILDER’S RISK INSURANCE

      The Contractor shall take out, and pay all premiums and deductibles for a Contract specific Builder’s Risk Insurance policy, to include coverage of fire, vandalism and malicious mischief upon the Work, with limits to one hundred percent (100%) of the insurable value thereof, including items of labor and materials connected therewith, materials in place or to be used as part of the permanent construction, including temporary structures, miscellaneous materials and supplies incident to the Work during term of the Contract or course of construction. If the Builder’s Risk Policy does not cover materials onsite that have not yet been installed, Contractor shall also provide an Installation Floater. Contractor shall comply with any requirements in the Policy for project reports by the Contractor to the insurance company. The Builder’s Risk Policy shall be endorsed: (i) waiving the insurance company’s rights of recovery under subrogation against all insureds and additional insureds on the policy; (ii) to make the County a Loss Payee for all claims; and (iii) to delete any provisions that void coverage with respect to the County for acts or omissions of the Contractor or any other party. Contractor shall provide a Certificate of Insurance with the Commissioners of St. Mary’s County named as additional insured.

    • Equipment Requirements

      All equipment furnished under this Contract shall include a qualified operator and all associated costs.

      Equipment shall be maintained in safe, operable condition and shall be subject to inspection by the County at any time.

      Failure to provide equipment meeting Contract requirements may result in:

      • Rejection of Work;
      • Withholding of payment;
      • A determination of non-responsibility for future work; or
      • Termination for default in accordance with the Contract.
    • COMMERCIAL GENERAL LIABILITY REQUIREMENTS

      The Contractor shall purchase and maintain during the life of this Contract the following Commercial General Liability insurance coverage to include all Subcontractors with limits no less than:

      1. $2,000,000.00 Annual Aggregate
      2. $1,000,000.00 Per Occurrence
      3. $1,000,000.00 Products and Completed Operations.
      4. $1,000,000.00 Personal and Advertising Injury.
    • Disposal

      Disposal costs are generally considered incidental to the work and are not eligible for reimbursement as a separate line item at additional cost. The location of trash and debris disposal sites will be the responsibility of the Contractor.  However, the County may call on the services of the Contractor to assist in locating these sites.

      If special handling or a specific disposal site or method is required for a particular project, that will be negotiated with the Contractor during the quote process. 

    • Licensed Landscape Architect Services

      When specifically required by the County, services requiring a Licensed Landscape Architect shall be provided at the rates established in the Price Proposal.

      Such services may be subcontracted, subject to prior approval by the County and in accordance with applicable procurement requirements.

    • Design and Submittals

      When required by the COTR, the Contractor shall prepare and submit conceptual landscape designs and cost estimates for review and approval prior to commencement of Work.

      Such services shall be considered incidental to the Contract and shall not be separately compensated.

      No Work shall proceed without COTR approval when such submittals are required.

    • UMBRELLA LIABILITY COVERAGE

      $2,000,000.00 Per Occurrence

    • Maintenance of Traffic

      Maintenance of Traffic shall be performed in accordance with Sec. 104 of the Maryland State Highway Administration Standard Specifications for Construction and Materials, the Maryland Manual of Uniform Traffic Control Devices (see J-5 for all referenced SHA Documents) and with the requirements of this solicitation.

      Provisions for continuous vehicle access shall be provided throughout the length of a project, including all intersecting private roads and driveways, and this shall be accomplished in such a manner as to minimize adverse impacts on vehicle traffic, under the County’s direction.

      Unless otherwise noted, it shall be the Contractor’s responsibility to maintain pedestrian and vehicular traffic safely, adequately and continuously on all positions of existing facilities affected by their Work. In addition to existing facilities undergoing improvement, this also applies to crossroads, approaches, crossovers and entrances affected or made necessary, by his work.

    • SUBCONTRACTOR INSURANCE REQUIREMENTS

      The Contractor shall also require all first-tier Subcontractors who will perform work under this Contract to procure and maintain Maryland statutory limits of Workers’ Compensation insurance. The Contractor shall furnish the Contracting Officer’s Representative satisfactory evidence of Subcontractors' Insurance PRIOR to the Subcontractor starting work.

    • Supervision and Personnel

      The Contractor shall provide a competent supervisor for each job site who is authorized to act on behalf of the Contractor and is satisfactory to the COTR.

      The supervisor shall be present at the job site at all times while Work is in progress, unless otherwise approved by the COTR.

      The Contractor shall ensure that all personnel are properly trained, qualified, and compliant with applicable safety and regulatory requirements.

    • Temporary and Portable Work Signs

      If required, the Contractor shall provide and maintain all necessary work signs such as” Construction”, “Flagman”, etc., and traffic cones for each separate operation as deemed necessary by the COR. The temporary traffic control devices shall conform in every respect to the requirements of the Maryland Manual on Uniform Traffic Control Devices (J-5).  This is not a pay item but will be considered incidental to the other items bid in this Contract.

      SMCG may provide ground-mounted Temporary Traffic Control Devices if required. 

    • County Furnished Materials

      The County may, at its sole discretion, furnish materials for use under this Contract from a source designated by the COTR. (i.e., lime, fertilizer, rip-rap, bank run gravel, topsoil etc.) 

      When materials are furnished by the County, the Contractor shall be responsible for loading (if required), transportation, handling, and delivery to the job site(s), and shall be compensated at the applicable Contract unit rates for labor, equipment, and related services.

      Title to County-furnished materials shall remain with the County; however, the Contractor shall be responsible for loss, damage, or theft of such materials while in its care, custody, or control, except to the extent caused by defects in the materials, acts of the County, or events beyond the Contractor’s reasonable control, and provided such events are promptly reported to the COTR.

      The Contractor shall be responsible for proper handling and installation of all County-furnished materials in accordance with Contract requirements and accepted industry standards. The Contractor shall promptly notify the COTR of any damaged or unsuitable materials prior to installation.

    • ADDITIONAL INSURED – THIRD PARTY PROPERTY OWNERS

      The State of Maryland shall be named as an additional insured for Commercial General Liability and Automobile Liability Coverage.

    • Public Utilities

      The Contractor shall have responsibility for notifying all affected utility companies prior to the necessity of performing any work on their utilities and shall cooperate with them in achieving the desired results.  All damage to utility facilities caused by the Contractor’s operations shall be the responsibility of the Contractor.  Coordination with Miss Utility is the sole responsibility of the Contractor.  No measurement or direct payment will be made to the Contractor for working around or protecting utilities.  Costs incurred thereby shall be considered incidental to the several pay items set up in the proposal.

      Trees shall not be planted within a utility easement or within five (5) feet outside the utility easement.  In addition, trees shall not be planted in an area, which will interfere with existing or proposed utilities, or obstruct or interfere with access of maintenance personnel or equipment.

    • Direction of Work

      All Work shall be performed only when authorized by a County-issued Purchase Order.

      The COTR shall schedule and coordinate all Work authorized under an issued Purchase Order and shall provide task directives, sequencing, and site-specific instructions.

      The COTR shall have authority to:

      • Schedule Work and establish performance timeframes;
      • Inspect and accept or reject Work;
      • Require correction of deficient or non-conforming Work; and
      • Coordinate the Contractor’s activities with other contractors and County operations.

      The Contractor shall not perform any Work in advance of or outside the scope of an issued Purchase Order unless otherwise authorized in writing by the Contracting Officer.

      The Contractor shall comply with all directions of the COTR consistent with the Contract and the applicable Purchase Order. No direction from the COTR shall constitute a change unless issued in accordance with the Changes clause.

    • COMMERCIAL GENERAL LIABILITY REQUIREMENTS

      The Contractor shall purchase and maintain during the life of this Contract the following Commercial General Liability insurance coverage to include all Subcontractors with limits no less than:

      a.     $2,000,000.00 Annual Aggregate

      b.    $1,000,000.00 Per Occurrence

      c.     $1,000,000.00 Products and Completed Operations

      d.    $1,000,000.00 Personal and Advertising Injury

    • Inspection of Work

      The COR will determine the quality and acceptability of the services performed which are to be paid for under the Contract, and the performance thereof.

      All materials and each part or detail of the Work shall always be subject to inspection by the County. The Contractor will be held strictly to the materials, workmanship, and the diligent execution of the Contract. Such inspection may include mill, plant or shop inspection, and any material furnished under the Contract is subject to such inspection. 

      The COR, or their representative, shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. Any damage to the crown, trunk or root system of trees retained on the site shall be repaired immediately.

    • Removal of Defective Work

      All Work and materials, which do not conform to the requirements of the Contract, will be considered unacceptable.

      Any defective Work, whether the result of poor workmanship, use of defective materials, damage through carelessness or any other cause, found to exist shall be removed and replaced by Work and materials which shall conform to the specifications or shall be remedied otherwise in an acceptable manner authorized by the COR.

      Upon failure on the part of the Contractor to comply promptly with any order of the COR, the Procurement Officer shall have authority to cause defective Work to be remedied or removed and replaced and unauthorized Work to be removed and to deduct the costs from any monies due or to become due the Contractor under this Contract.

    • Coordination and Site Conditions

      The Contractor shall perform all Work in a manner that does not interfere with County operations or the work of other contractors.

      The Contractor shall coordinate its activities in accordance with schedules and instructions issued by the COTR.

      Unless otherwise directed, grading and placement of topsoil may be performed by others.

      The Contractor shall be responsible for delivery, handling, storage, protection, and proper installation of all materials.

    • UMBRELLA LIABILITY COVERAGE

      $2,000,000.00 Per Occurrence

    • SUBCONTRACTOR INSURANCE REQUIREMENTS

      The Contractor shall also require all first-tier Subcontractors who will perform work under this Contract to procure and maintain Maryland statutory limits of Workers’ Compensation insurance. The Contractor shall furnish the Contracting Officer’s Representative satisfactory evidence of Subcontractors' Insurance PRIOR to the Subcontractor starting work.

    • Guarantees/Warranties

      The Contractor shall guarantee all labor, material and performance under the Contract to be in good condition upon completion, and to remain so for a minimum period of one (1) year (unless otherwise specified) after final inspection approval. The Contractor shall agree to make good promptly upon notification, any defect which may appear within the prescribed time at his own expense and to the satisfaction of St. Mary’s County Government.  The County shall notify the Contractor in writing within a reasonable time after the discovery of any failure, defect, or damage.

      All shrubs and plants shall be alive and show satisfactory growth at the end of the warranty period. Any planting that is 25 percent dead, or more, shall be considered dead and must be replaced at no charge, providing the Contractor has received at least 90 percent payment. A tree will be considered dead when the main leader has died back, or 25 percent of the crown is dead.

      1. Replacements and Conditions
        1. Replacements shall be made during the next planting period, which will be determined by the Contractor.
        2. Replacement plantings shall be of the same size and species as the original. Replacements shall be subject to all requirements stated                                          in this Specification.
        3. If deciduous plant material is planted in the dormant season, it shall be guaranteed to break dormancy.
        4. The Contractor will not be responsible for plant material that has been damaged by vandalism, fire, removal, relocation, or other activities beyond the Contractor’s control.
    • Large Area Stabilization

      The County reserves the right to procure large-area stabilization work, including but not limited to seeding and erosion control, through separate solicitations on a unit price or lump sum basis.

      Nothing in this Contract shall obligate the County to procure such work under this Contract.

    • Preservation and Restoration of Property

      The Contractor shall not enter upon public or private property outside of the right-of-way, or project area, for any purpose without obtaining permission; and they shall be responsible for the preservation of all public and private property, trees, monuments, signs and markers and fences thereon, and shall use every precaution necessary to prevent damage or injury thereto.

      Mail and paper boxes, fences, shrubs, and other miscellaneous items adjacent to or affected by the scope of the Work will be adjusted by the Contractor. Mail and paper boxes shall be temporarily or permanently reset each day so as not to interfere with delivery. In no case shall mail and paper boxes be left unattended at the close of each workday. Fences, shrubs, and other miscellaneous items shall be reset as soon as the affected work area permits. The Contractor may receive compensation for this Work based on the actual time that equipment and labor are employed in completing the task at their assigned rate per hour.

    • Project Value Limitation

      With the exception of unnamed trees, shrubs and plants installed by the contractor as part of an overall project, items within the scope of this contract but not specifically identified in the price proposal may be included in project quotes and individual purchase orders, provided their value does not exceed 49% of the total value of Work.

    • Materials and Equipment

      The Contractor shall have suitable modern tools and equipment to ensure the Work will be completed in an acceptable manner, and that the Contract requirements regarding scheduling are maintained.

      All materials for a specific job shall be on the job site at the time of commencement, to avoid delays in the flow of Work, unless otherwise specified or approved by the COR.

    Submission Requirements

    • Download Complete and Sign Contract Form (required)

      Please download the Contract Form, complete, and upload.

      Contract Form Boxes 15-16 must be completed and the form must be signed in Box 17. Upload signed form here. 

    • Bid Bond(s) (required)

      Bond(s) should be valued at 5% of the bid amount.

    • Representations and Certifications (J-1) (required)

      Download, Complete and Upload the J-1 Representations and Certifications Form.

    • Vendor Information Form (J-2) (required)

      Download, Complete and Upload the J-2 Vendor Information Form.

    • IRS Form W-9 (required)

      Complete, sign and upload IRS Form W-9.

      https://www.irs.gov/pub/irs-pdf/fw9.pdf

    • Subcontractor's List (J-3)

      Download, Complete and Upload the J-3 Subcontractor's List (if applicable.)

    • Bidder's Reference Sheet (J-4) (required)

      Download, Complete and Upload the J-4 Bidder's Reference Sheet.

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.
    • Project Number (required)

      What is the Project number for this Capitol Improvement Program?

    • What type of contract will this bid result in? (required)
    • Type of Funding (required)
    • If "Other" was selected for Type of Funding, please describe here: (required)
    • Are Bonds applicable for this project? (required)
    • If "Yes" to bonds, which are required for your project? (required)
    • Is there a DBE Goal for your project? (required)
    • If "Yes" to DBE Goal, please describe here: (required)
    • Will there be a Pre-Bid meeting for your project? (required)
    • Will there be a site visit following the Pre-Bid meeting? (required)
    • If "Yes" to site visit, please provide the location here: (required)
    • Insurance Requirements (required)

      Select the insurance requirements for your project.

    • Enter a brief description of products/services being requested for your project. (required)
    • COTR Name (required)
    • COTR Title (required)

      Example: Project Manager

    • COTR Department (required)

      Example: Department of Public Works & Transportation

    • COTR Address Line 1 (required)

      Example: PO Box 508, 44825 St. Andrews Church Road

    • COTR Address Line 2 (required)

      Enter City, State and Zip Code
      Example: California, MD 20619

    • COR Address Line 1 (required)

      Example: 44825 St. Andrews Church Rd.

    • COR Address Line 2 (required)

      Enter City, State and Zip Code
      Example: California, Maryland 20619

    • Delay Fee (required)

      What is the daily dollar amount the Contractor shall pay the County for Delays? write as i.e. Seven Hundred and Fifty dollars ($750.00)

    • Delay Fee after 30 days (required)

      If the work contained thereon is not completed within such thirty (30) day period, what is the the sum of per day will be deducted from the Contract Price until the Date of Final Completion and acceptance of the work contained on that punch list?  Write as i.e. Five Hundred dollars ($500) 

    • Period of Performance (required)

      What is the period for performance?  Write as i.e. - Four Hundred and Fifty (450) calendar days

    Questions & Answers

    Q (Schedule): If known, what is the anticipated schedule for bidding and construction of this project?

    A: This is an on-call time and materials contract. There is no timeline or schedule for future task orders.


    Q (Previous Bid Results): Looking to obtain previous bid results for this contract.

    A: Previous Bid Tally is available in the Contracts Portal under the following URL: https://procurement.opengov.com/portal/stmaryscountymd/contracts/147622


    Key dates

    1. March 18, 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.