Active SLED Opportunity · MARYLAND · BALTIMORE COUNTY, MARYLAND
AI Summary
Baltimore County seeks bids for on-call snow removal and deicing services for County roadways. Contractors must provide vehicles, drivers, and equipment; salt is supplied by the County. The contract runs through April 30, 2027, with four renewal options. Mandatory insurance, equipment inspections, and compliance with prevailing wage laws are required. Bids due July 15, 2026.
Baltimore County, Maryland, Purchasing Division is seeking Bids for Snow Removal and Deicing Services, On Call. Bids are to be submitted through the Procurement Portal at https://procurement.opengov.com/portal/baltimorecountymd, no later than 3:00 pm on Wednesday, July 15, 2026.
Amendments to solicitations often occur prior to bid opening and sometimes within as little as 48 hours prior to bid opening. It is the potential bidder's responsibility to frequently visit the Procurement Portal at https://procurement.opengov.com/portal/baltimorecountymd to obtain amendments and any other solicitation information.
Baltimore County is seeking contractors to provide snow removal and deicing services for County roadways at the direction of the Bureau of Highways. Each contractor will provide all vehicles, including plow and spreader, drivers, and related equipment required for plowing and salt application, as per the specifications. Salt is to be provided by the County.
All vehicles must be titled and insured under the bidder's business or subsidiary. A current Certificate of Insurance for each vehicle must be included with the required forms. Bidders must be available throughout the snow season, which is the annual period from November 1 through April 30 of the following calendar year.
Coverages Required:
Unless otherwise required by the specifications or the contract, the Contractor/Vendor shall purchase and maintain the insurance coverages listed herein.
Insurance Companies must be acceptable to Baltimore County and have an A.M. Best Rating of A-, Class X or better.
Verification of Insurance:
Before starting work on the contract or prior to the execution of the Contract on those bid, the Contractor/Vendor shall provide Baltimore County, Maryland with verification of insurance coverage evidencing the required coverages.
Baltimore County as Additional Insured:
The coverage required, excluding Worker’s Compensation and Employers’ Liability and Medical Malpractice Liability/Professional Liability/Errors and Omissions Liability, must include Baltimore County, Maryland as an additional insured.
Contractor's/Vendor's Responsibility:
The providing of any insurance herein does not relieve the Contractor/Vendor of any of the responsibilities or obligations the Contractor/Vendor has assumed in the contract or for which the Contractor/Vendor may be liable by law or otherwise.
Failure to Provide Insurance:
Failure to provide and continue in force the required insurance shall be deemed a material breach of the contract.
SPECIFICATIONS
1. SCOPE.
1.1 It is the intention of these specifications that the vendor hereunder shall furnish and Baltimore County shall purchase snow and ice removal services covered by this contract which the County may require during the period of time specified. The quantities shown are approximate and are for the purpose of bid evaluation.
1.2 The County reserves the right to order services that may be required during the said period, and it also reserves the right not to order services bid upon by the vendor, if it is found that such services are not required by the County during the period covered by this contract.
1.3 The Contractor shall provide all labor, equipment and expertise necessary for snow removal and salt application services which the County may require during the Term. The County reserves the right to order such services as may be required during the Term, and it also reserves the right not to order any services, if it is found that such services are not required by the County during the Term.
1.4 Snow removal shall consist of pushing all snow off the roadways, overpasses, and bridges of designated routes, to the sides of the surfaces. Salt application shall involve the even distribution of rock salt across the same surfaces being plowed by means of a salt spreader. The rate of application should be pre-calibrated as recommended by the Baltimore County Bureau of Highways during equipment installation by the Contractor.
2. BIDDER REQUIREMENTS. Bidder shall provide the following with their bid response:
2.1 Provide a listing of the Bidder’s current equipment. Reference Equipment Listing as per Number 1 under Specifications (See Attachment A).
2.2 Provide three (3) pictures (Front, Rear with Tag Number and Side View) of each piece of equipment (See Attachment B).
2.3 Verification of current insurance coverage, as stated below in Section 6 of the General Conditions, for each vehicle listed in Attachment A above.
2.4 Provide a brief description of the Bidder’s past experience in performing services to State or Local Government within the last five (5) years (if any).
2.5 Bidders shall provide a minimum of three (3) references, other than the County, for whom the Bidder has performed services similar to those to be performed under this Agreement. The reference information must include the name of the client, the client’s primary contact information (telephone number, address and email address).
2.6 Failure to provide the items listed in 2.1 through 2.5 above may result in rejection of the Bidder’s response.
3. VEHICLES AND EQUIPMENT.
3.1 The Contractor must supply the snow equipment vehicle(s), including one (1) operator for each vehicle. The type of snow equipment vehicles required by this Agreement and supplied by the Contractor is provided on Attachment A.
3.2 The Contractor shall be required to have an operable cellular phone, or other suitable means of communication, in each truck while operating under contract with the County.
3.3 It shall be the responsibility of the Contractor to inform the County in writing anytime there has been a change in Equipment (added or deleted) by submitting an updated Equipment Listing to the Purchasing Division. Any new Equipment shall be inspected and approved by the Bureau of Highways prior to acceptance by the County for use in the contract. Equipment accepted for use in the snow removal services during the current contract term will require a modification to the award document.
4. ROCK SALT APPLICATION.
4.1 The County shall provide all rock salt needed by the Contractor for spreading on the surfaces, which shall be obtained by Contractor’s equipment at their assigned locations. Assignment of locations is solely at the discretion of the County. Materials left on equipment at the end of a snow event shall be accounted for and returned to the same County stock location or at the discretion of the County.
5. PRE-SEASON INSPECTIONS.
5.1 Inspections are only to be performed on vehicles which are actively under a fully executed Supplier Contract approved by the Baltimore County Council.
5.2 Vehicle inspections are performed annually and must be completed before vehicles can begin work. Inspections take place at the specified shop location to which the vehicle is assigned. Bidders must schedule a time with their specified shop.
5.3 Inspections are paid at a rate of four (4) hours for each vehicle inspected based on the seasonal rate for that class of vehicle.
6. END OF SEASON RETAINER.
6.1 Equipment or equivalent replacement is available and reports for every snow event.
6.2 Contractor must perform to Baltimore County’s satisfaction/expectations at each event.
6.3 ALL invoices, including retainer bonuses, must be submitted by April 30, 2027 for the 2026-2027 snow season.
7. COUNTY EMPLOYEES PERFORMING MAINTENANCE ON CONTRACTOR’S EQUIPMENT.
7.1 County Employees (mechanics) may work on Contractor-owned equipment if the District Superintendent determines that it would be beneficial to the snow removal operations in their respective area(s).
7.2 Only minor repairs will be considered for maintenance.
7.3 Any cost for materials will be reimbursed to Baltimore County from the Contractor.
7.4 Down time of equipment will not be included in the total hours paid at the end of the event.
7.5 Significant or repeated down time may be cause for loss of year-end retainer.
7.6 Bureau Chief of Highways will be notified ASAP by Superintendent of any Contractor-owned vehicle repairs.
8. CONTRACTORS USING BALTIMORE COUNTY FUEL.
8.1 The use of Baltimore County fuel is at the discretion of the District Superintendent.
8.2 County fuel will be used only if there is no other option to keep vehicle operations.
8.3 Any fuel used by the Contractor will be reimbursed to Baltimore County after the event.
8.4 When possible, the Bureau Chief of Highways should be notified prior to issuing fuel.
9. TRAVEL POLICY FOR IN-SEASON EVENTS.
9.1 Two (2) hours will be paid per event for each piece of equipment used. The two (2) hours will be added to the total time based on approved sign-in/sign-out log.
9.2 The two (2) hours that are paid include: travel to and from shop, mobilization and demobilization.
10. SALT DOME LOADER POLICY.
10.1 A loader “stationed” at a salt dome for the entire snow season will receive one (1) hour transportation to the site at the beginning of the season and one (1) hour transportation removal at the end of the season, along with the End of Year Retainer of $500.00.
10.2 If the Contractor does NOT want to keep equipment “on site” for the season, they have the option of removing equipment AFTER use for the event, and returning for the next event. This option would provide a two (2) hour transportation fee for each snow event.
10.3 The Contractor must notify the Bureau Chief of Highways of which option they will be utilizing no later than September 30th of the upcoming season.
14. NEGOTIATED ITEMS.
11.1 Any equipment that needs to be negotiated during an event must have terms documented in writing prior to beginning any work.
11.2 Any negotiated equipment must be authorized by the Bureau Chief of Highways or designee in writing.
12. CONTRACTOR SIGN-IN/SIGN-OUT FORMS.
12.1 Each driver must sign-in on designated line prior to the onset of any operations on behalf of Baltimore County. At NO time is a driver to sign-in (or out) for another driver.
12.2 If an Emergency Contractor is called in and subcontractors are working for the Emergency Contractor, the subcontractor’s employees must sign in indicating he is working with the Emergency (prime) contractor, NOT their full-time employer. It is essential that we be able to connect the subcontract driver with the Emergency Contractor on the sign-in form.
12.3 Driver is to sign-out once operations are complete and all salt has been dumped from truck on same designated line.
12.4 District Superintendent or designee shall inspect each truck, confirm that all salt has been emptied from bed of vehicle and initial on the appropriate form line.
13. Salt usage.
13.1 The County asks that the Contractor take the following steps while spreading salt throughout the County.
13.1.1 It is important to know how much salt is needed to maintain the safety of the traveling public.
13.1.2 Remember that more is not better in this case. Using too much salt can create more problems.
13.1.3 DO NOT allow the truck to be filled past capacity. This will cause the salt to spill into Baltimore County facilities and/or the roadways.
13.1.4 All trucks are to travel at a reasonable rate of speed to ensure proper application of the salt.
13.1.5 Salt loads should always be covered.
13.1.6 Drivers should only apply salt to roads that have not been previously salted unless otherwise directed by Baltimore County supervisors.
13.1.7 Drivers should only salt their assigned snow route, as directed by Baltimore County supervisors.
13.1.8 Make sure you and your drivers are following all directions of Baltimore County supervisors as to the amount of salt to be applied.
13.1.9 All spreaders must be calibrated yearly to ensure there is control of how much material used.
13.1.10 That, at no time, unless authorized by a Baltimore County Supervisor, more than five hundred pounds of material is spread per lane mile.
14. AVAILABILITY.
14.1 The trucks and other equipment shall be available for work under the direction of the County for snow and ice removal services from completion of an executed contract through April 30, 2032.
14.2 Contractor shall be available seven (7) days per week, 24 hours a day, on-call basis, once the fully executed Contract has been sent to the Contractor and within the Contract term. The County reserves the right to place any truck on actual operating time and to discontinue using any truck at any time that field conditions require. The County shall have the right to reject any truck and will be the sole judge as to whether a unit is performing satisfactorily. If rejected, the Contractor must replace or upgrade that truck prior to the next call-up.
14.3 Please note that Contractor trucks may be required to operate 24 hours a day during emergency operations, as long as Contractor is not a single driver sole proprietorship. The Contractor will be responsible for providing relief drivers, if necessary.
14.4 The County reserves the right to call-out whatever equipment it deems appropriate at any time and to discontinue use of any equipment, as field conditions require. Utilization of a given piece of equipment will vary from season to season, primarily based on the severity of winter weather and applicability to the types of roads needing snow plowing service.
14.5 A minimum of four (4) hours will be paid for each call-out, in addition to the maximum of two (2) hours for traveling time.
14.6 The Contractor shall establish communications with the County for the duration of this Contract. The Contractor shall provide a home/office/cellular phone number, or answering service where the County can contact or leave a message on seven (7) days a week, twenty-four (24) hours a day basis.
14.7 Hours worked under this Agreement shall not exceed sixteen (16) hours per shift per driver. A minimum downtime of eight (8) hours is required before returning to service. These limits may be modified at the sole discretion of the Director of Public Works or his/her designee. Notification of a change in hours of service will be presented in writing to the Contractor. Contractor shall not exceed these limits until receiving such written notification from the County. It is the Contractor’s responsibility that this provision is adhered to by its employees or subcontractors. Violations of this provision may lead to the rejection of a submitted invoice and/or the termination of the contract.
15. WORK PROCEDURES – TRUCKS.
15.1 The Contractor is assigned to a Bureau of Highways shop and a snow route for each truck. At the shop, the Contractor’s truck will be loaded with salt provided by the County. At the end of the work shift, the Contractor's truck will return and dump any leftover salt as directed by the County shop personnel.
15.2 Call-out:
15.2.1 When requested by the Chief of Bureau of Highways, or his designated representative, the Contractor will have each truck report to its assigned shop within one (1) hour. Response time is defined as time from receiving call to time of reporting to shop ready for work. Reporting late may be deemed as a failure to report. The Contractor's trucks will be allowed up to one (1) hour travel time back to their yard. The County will pay the contract hourly rate for travel time to and from the County highway shop, up to one (1) hour each way, for a maximum of two (2) hours round-trip, but only for the travel time actually used by the Contractor's trucks. The operator of the Contractor’s truck must sign-in on a log-in sheet when reporting to the Highway shop and sign-out after finishing the work shift. The County reserves the right not to pay any Contractor when the log-in sheet is not properly signed. After having the salt loaded, the truck operator will be instructed as to how to service the snow route for that work shift: either snow removal or salt application, or both. The Chief of Bureau of Highways, or his designated representative, will determine how each truck is to service its snow route for call-up. The County reserves the right to call-up any or all of the Contractor's trucks at any time during the snow season. The minimum work shift for any called-up truck will be four (4) hours.
15.3 At no time during the term of this Agreement is the Contractor to use County-owned rock salt, or any issued materials, for any activity other than the contracted work with the County. Any violation of this provision shall result in damages assessed against the Contractor in the amount equal to double the hourly rate for the truck involved for as long as the violation continued, together with the cost of all materials used. In addition, if the violation occurs during a work shift, the County will not pay the Contractor for any portion of the work shift during which the Contractor was not performing County work.
15.4 At no time is the Contractor authorized to “wash-out” vehicles/equipment within a Baltimore County-owned facility.
15.5 All invoices for snow removal AND RETAINERS must be received by April 30, 2027, and April 30th of each subsequent snow removal season. Invoices may be emailed to: disbursement@baltimorecountymd.gov. There will be no exceptions to this deadline. Post-Season Retainers will not be paid if invoices are not received by the deadline.
16. WORK PROCEDURES – FRONT-END LOADERS. The same work procedures required of the Contractor providing trucks are required of the Contractor if it provides front end loaders, except for deicing with road salt. The front-end loaders will be called into service on an as-needed basis and usually during snow events with heavy accumulation.
17. ACCEPTABILITY OF WORK. The Chief of Bureau of Highways, or his designated representative, will determine acceptability of all work and/or services performed. If the work and/or services are not acceptable, the Contractor will be called in to review and correct all problem areas without additional cost to the County. Upon notification by the Chief of Bureau of Highways, or his designated representative, the Contractor shall affect repairs to deficient work and/or services in accordance with a schedule jointly agreed upon. Any unsatisfactory work/ performance issues will be document and discussed with Bidder.
18. CHANGES TO THE CONTRACT. The Contractor will notify the Chief of Bureau of Highways, or his designated representative, immediately by telephone of any unexpected emergency, along with the recommendations for dealing with the matter. Any changes found necessary by the County or the Contractor not covered under the original scope of work and specifications shall be jointly agreed upon by the Contractor and the County. Any additional cost on the project must be submitted in writing by the Contractor and an amendment to the Supplier Contract and/or Purchase Order will be issued by the Purchasing Agent covering the change(s) before the work can proceed. The County assumes no responsibility for instructions or suggestions not contained in a written amendment to the Supplier Contract or Purchase Order. All official correspondence in regard to the specifications should be directed to and will be issued by the Purchasing Agent.
19. PROTECTION OF PROPERTY.
19.1 The Contractor is responsible to protect all existing and newly installed work, materials, equipment, improvements, utilities, structures, and vegetation at all times during the course of this Agreement. Any property or incidentals damaged during the course of this Agreement shall be repaired or replaced to the satisfaction of the Chief of Bureau of Highways, or his designated representative, and the property owner. The Contractor shall be responsible for damages on public or private property resulting from the operation of equipment. All such property which suffers damage caused by the Contractor shall be repaired or replaced as soon as possible to equivalent quality at no charge to the property owner or to the County. If the Contractor fails to do so within ten (10) days or other agreed to the time period, the County may, after giving the Contractor notice in writing, proceed to repair or replace such property as may be deemed necessary at the Contractor’s expense. Such charges shall be deducted from the Contractor’s invoices or be reimbursed to the County by the Contractor.
19.2 All work being performed for and/or on County property shall fully conform to all local, state, and Federal safety regulations.
20. PRICES.
20.1 All pricing shall remain firm for the period covered by this Agreement. All pricing is based on The State of Maryland pricing released in October of each year for the below listed items only.
20.2 The County shall pay the following hourly rates for each snow equipment vehicle including one (1) operator per vehicle listed below only:
20.2.1 Single axle dump truck (8 tons or larger) with Contractor supplied snowplow and salt spreader: $175.00
20.2.2 Tandem axle dump truck with Contractor supplied snowplow and salt spreader: $185.00
20.2.3 Tri-axle dump truck with Contractor supplied snowplow and salt spreader: $195.00
20.2.4 One-ton heavy-duty pick-up or small single axle dump truck with Contractor supplied plow and salt spreader
(Class V vehicle, min. GVW 16,001 to 19,500 lbs.): $135.00
20.2.5 Four-wheel drive pick-up truck (GVW 16,000 pounds or less) with Contractor supplied snowplow: $115.00
20.2.6 Front end loader/skid steer, one cubic yard bucket: $120.00
20.2.7 Loader, Medium, 2 cubic yard bucket or Contractor supplied plow: $190.00
20.2.8 Loader, Large, 3 to 4 cubic yard bucket or Contractor supplied plow: $205.00
20.2.9 Loader, Large, 5 to 7 cubic yard bucket or Contractor supplied plow: $215.00
20.2.10 Loader, Large, over 7 cubic yard bucket or Contractor supplied plow: $230.00
21. MINIMUM PAYMENT GUARANTEES FOR SNOW AND ICE REMOVAL OPERATIONS.
21.1 The following minimum payment guarantee, separate from any pre-season or post-season retainer, will be in effect for the initial one-year term and all subsequent renewal terms:
21.2 The County shall provide a $3,000 minimum payment guarantee, for each Class V or greater vehicle, single axle, tandem axle, or tri-axle dump truck (GVW 16,001 pounds or greater) with an owner supplied plow and spreader provided under this Contract, to offset the Contractor's winter expenditures if the total payments are less than $3,000. This guarantee will not be paid in addition to, but in lieu of hire requirements not totaling $3,000 for the winter season.
Example: Single axle dump truck with owner provided plow & Spreader:
Minimum Guarantee: $3,000
4 hours for inspection @ $175.00 per hr. -$700
8 hrs. total worked @ $175.00 per hr. -$1,400
End of season retainer -$750
Remaining Guaranteed Amount Total: $50
Same single axle vehicle with zero (0) call-outs for the season:
Minimum Guarantee: $3,000
4 hours for inspection @ $175.00 per hr. -$700
End of season retainer -$750
Remaining Guaranteed Amount Total: $1,550
21.3 The County shall provide a $1,500 minimum payment guarantee for each four-wheel drive pickup or truck with plow and spreader (GVW 16,000 pounds or less) used for snow and ice control under this Contract, to offset the Contractor's winter expenditures if the total call-out payments are less than $1,500. This guarantee shall not be paid in addition to, but in lieu of hire requirements not totaling $1,500 for the winter season.
Example: Four-wheel-drive truck with plow & spreader
Minimum Guarantee $1,500
4 hours for inspection @ $115.00 per hr. -$460
8 hrs. total worked @ $115.00 per hr. $920
End of season retainer -$500
Remaining Guarantee Amount Total $0 ($1,880 spent)
Same four-wheel-drive truck with zero (0) call-outs:
Minimum Guarantee: $1,500
4 hours inspection @ $115.00 per hr. -$460
End of season retainer -$500
Remaining Guaranteed Amount Total: $540
21.4 The Contractor will not be eligible for any minimum payment guarantees if a “Notice of Unsatisfactory Performance” is received during the term of this Contract.
22. POST-SEASON RETAINER FOR SNOW AND ICE REMOVAL OPERATIONS.
22.1 Upon successful completion of this Contract, as determined by the Bureau Chief or designee and by attaining performance measures, the Contractor will receive a post-season retainer fee of $750 for each Class V vehicle, single axle, tandem axle, or tri-axle dump truck with Contractor supplied salt spreader and plow, and $500 for each pickup truck under Contract with the County. The retainer fees will be paid in their entirety at the end of the winter season provided that:
22.1.1 All outstanding invoices, including the post-season retainer invoice(s), from the Contractor have been received by the County by April 30, 2025, or April 30 of the current season. All items for payment require a detailed invoice from the Contactor.
22.1.2 The Contractor reported ready to work, for every call-out, in a timely manner, with the equipment requested, as defined in this RFB/Contract.
22.1.3 The Contractor did not receive a “Notice of Unsatisfactory Performance”.
23. PRE-SEASON MEETING.
23.1 The Contractor shall attend a mandatory Pre-Season Meeting via WebEx or in-person to review all requirements and timelines (Inspections, Insurance Requirements, Rules, Pricing Changes, Invoice Submission) for the upcoming season.
23.2 The Bureau of Highways shall establish the date, time, and place of the meeting.
23.3 The meeting date and time will be published on the County website and emailed to the Contractor at least two (2) weeks in advance and will be held after normal working hours to minimize inconvenience to the Contractor.
23.4 Attendance at this meeting shall be mandatory. It shall be the Contractor’s sole responsibility to become informed of the date and time of this meeting.
23.5 If the Contractor cannot make the meeting, you must make arrangements with the County to meet this requirement at a different time. Failure to complete this requirement will result in the inability of the County to utilize Contractor’s services until this requirement is met.
1. The term of the contract shall become effective when executed by the County and shall continue through April 30, 2027. The annual snow removal season is defined as the period from November 1 of the current year through April 30 of the following calendar year. The County reserves the right to renew this contract for up to four (4) additional one-year renewal options under the same terms and conditions. The County will automatically renew the contract on each option year unless notice is given to the Contractor that the contract is not renewed.
2. If price adjustments are requested pursuant to the terms of the contract, the Contractor must notify the Baltimore County Division of Procurement Services at least ninety (90) days prior to the current term's expiration date.
3. The Contractor must maintain the insurance coverages required by the County while the contract is in force, including automatic renewal terms, and shall provide documentation of such insurance in a form satisfactory to the County when required. The snow season is defined as the annual period from November 1 through April 30 of the following calendar year.
4. All pricing is firm for the duration of the contract unless the State of Maryland changes their price schedule. The Contractor may request an increase by supplying the updated pricing from the State of Maryland to the Buyer.
Prices quoted shall include delivery costs and charges.
The estimated value for this contract is $____ during the entire term of the Agreement, including renewals thereof.
At any time during the normal business hours and as often as the County may deem necessary, the Contractor shall make available to and permit inspection by the County, its employees or agents, all records information and documentation of the contractor related to the subject matter of this contract, including, but not limited to, all contracts, invoices, payroll, and financial audits.
Baltimore County reserves the right to add additional services to this contract at any time during the term of this agreement. The Contractor will be notified of the County’s intent to include said services within the constraints of this agreement. The Contractor shall quote a price for the requested services. The quote shall be submitted in writing to the Purchasing Agent for review. Baltimore County reserves the right to accept or reject the Contractor’s proposal. If rejected, the County shall solicit bids on the open market for the required services. Award of new services to a current contractor’s agreement shall conform to the intent of the solicitation under section titled METHOD OF AWARD. Successful bidder will be notified in writing of the inclusion of the new services.
The unit of measure for prices quoted must agree with the unit of measure provided on the bid form. Math extensions will be verified and bids will be rejected if units of measures are not compatible.
EXAMPLE: When an item is packaged 4 per box.
| EST. QTY. | UNIT OF MEASURE | UNIT PRICE | TOTAL | ||
| 1 | 4 | each | $5.00/ea | $20.00 | Acceptable |
| 2 | 4 | each | $20.00/box of 4 | $20.00 | Unacceptable |
Purchase orders will be issued from time to time by the purchasing agent for such quantities as to satisfy requirements of the County. Specific quantities and delivery information will be indicated on purchase orders. Each purchase order will refer to the supplier contract number. Purchase orders issued within the term of the contract, even if not completed within the term of the contract, shall continue to be bound by the terms and conditions herein.
Orders exceeding $2,500 in total will be placed via purchase order by the purchasing agent. Any orders under $2,500 will be placed by telephone by the using agency and shall be charged directly to agency's procurement cards. Purchase orders issued within the term of this contract, even if not completed within the term of this contract, shall continue to be bound by the terms and conditions herein.
Baltimore County reserves the right to extend the terms and conditions of this contract to any and all other County agencies requiring these commodities and/or services. A purchase order will be issued against the original supplier contract, confirming the contracted pricing and giving quantity and delivery requirements.
The vendor of this contract shall extend the same prices, terms and conditions to all Baltimore County Volunteer Fire Departments requiring these commodities and/or services. Any additional charges for deliveries to Volunteer companies must be negotiated with the individual companies. Baltimore County Fire Department and the Office of Budget and Finance are not responsible for payment of invoices for the Volunteer Fire Departments. All purchase and payment transactions will be made directly between the Vendor and the Volunteer Fire Departments.
This contract will allow price sheet fluctuation. The discount quoted shall remain firm for the term of this contract. It shall be the vendor's responsibility to furnish the Purchasing Division any changes in the price sheets. The price sheet must be kept current. Upon award of the agreement, the successful vendor shall provide the price sheets in electronic format to the Purchasing Division.
Due to the critical nature of this requirement, liquidated damages resulting from failure to meet the delivery date shall be charged against the vendor at a rate of $ per calendar day for each day delivery is not made in accordance with the schedule. The assessed amount, if any, will be deducted from the final invoice.
Packaging shall be in accordance with the best commercial practices for proper protection. All materials must be securely containerized in metal/plastic containers. The interior of the container must be of such material so that the chemical components of the product do not adversely affect the container for the shelf life of the product. All containers shall be labeled indicating content and instructions for proper use.
Bidders must indicate what, if any, percentage of the products provided or used in performing this contract contain recycled components.
If the product herein described contains any ingredient or if the work to be performed under this contract requires the use of any product which contains any ingredient that could be hazardous or injurious to a person's health, a Safety Data Sheet (SDS) must be provided to the Purchasing Division, Room 148, Courthouse, 400 Washington Avenue, Towson, MD 2l204-4665.
If funds are not appropriated or otherwise made available to support contract continuation in any fiscal year, the County shall have the right to terminate the contract without any obligation or penalty.
Equivalent items will be considered provided descriptive literature and specifications accompany bid. Acceptability of equivalent items is determined by the Purchasing Agent.
Criminal background checks must be procured and provided to the County, at no cost to the County, for any and all Vendor or subcontractor personnel that have the ability to view or access any County data. The Vendor must provide copies of such background checks to the County before any such personnel will be permitted to access the County's data. If such background check is not provided to the County, or is determined to be unacceptable, the County reserves the right to require the Vendor or subcontractor to provide alternate personnel. In addition, failure to provide such background check may be deemed to be a default under the contract.
If deemed necessary by the County, the vendor will be asked, as indicated below, to instruct County employees in the maintenance and operation of the unit(s). The facilities and the minimum required number of instruction days are listed below.
| Facility | Hours of Instruction |
Each bidder must visit the installation site in order to take all measurements that are required. Sizes listed are only approximate if shown. The act of submitting a bid is to be considered acknowledgment by the bidder that they have visited the site, taken field measurements and are familiar with the conditions and requirements affecting the work. Failure to do so will not relieve the successful bidder of his obligation to furnish all materials and labor necessary to carry out the provisions of the contract and to complete the work for the consideration set forth in this bid. Vendors shall be responsible for prompt removal of all debris resulting from the work performed under this contract. Vendors may contact # to arrange an appointment for taking measurements.
During the progress of any job, the Contractor may suspend work via written permission of the Engineer, wholly or in part, for such period or periods as the Engineer may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the suitable prosecution of the work. If it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede traveling public unnecessarily, nor become damaged in any way, and the Contractor shall take every precaution to prevent damage or deterioration of the work performed, and erect temporary structures where necessary. When conditions permit resumption of work, the Contractor shall notify the Engineer # hours in advance and shall proceed with the work only when and if authority is granted by the Engineer. Any work performed without approval by the Engineer will be at the Contractor’s risk, and the Contractor shall be held liable for removal of any such work.
All work performed under this contract shall be done under strict compliance with the General Conditions and Specifications, and with the “Baltimore County Standard Specifications for Construction and Materials” dated February 2000, “Supplemental Specification to the Standard Specification and Materials” dated December 1, 2000 and May, 2000, and subsequent addenda thereto, so far as the same may be applicable, a copy of the same being on file in the Office of the County Executive, the Office of the Director of Public Works for Baltimore County. The General Conditions, Specifications, and Design/Build Standard Specifications sections are in addition to the County’s Standard Specifications for Construction. In the event of a conflict between the two, the General Conditions and Specifications Section, and Standard Terms and Conditions for the solicitation will take precedence.
The Contractor and all Subcontractors must comply with the Prevailing Wage Law and Local Hiring Requirements contained in Baltimore County Code § 10-2-506 and § 10-2-507, respectively, as amended. Prevailing wage means the wage rate paid by employers that is determined by a governmental authority, based upon a particular geographic area, for a given class of labor and type of project. The County will use the prevailing wage established by the State of Maryland Commissioner of Labor and Industry for state funded construction contracts in the county at the time of award. These rates include the basic hourly rate and fringe benefits. Apprentices must be paid at least the rate that the state’s apprenticeship and training council sets for an apprentice in the trade involved, based on a percentage of the prevailing wage rate in that trade. Any Contractor that is subject to the prevailing wage or local hiring law will be required to agree to the below provisions:
The Economic Benefit Factor is included to determine if there are any new jobs being created or provides social responsibility to Baltimore County (as first preference) and/or Maryland its constituents. Examples of economic benefits to be derived from a contract shall include any of, but not limited to, the following. For each factor identified below, identify the specific benefit and contractual commitments and provide a breakdown of expenditures in that category:
All materials furnished and installed under this contract shall be guaranteed for a period of one (1) year against any and all defects in material, workmanship, and installation from the date of acceptance of the system by Baltimore County.
The Contractor shall provide, on a yearly basis, an updated insurance verification. The updated verification must be provided before the County may authorize any Snow Removal Services for the upcoming snow season (beginning November 1, annually). Please ask your agent to prepare the Accord form, showing Baltimore County as the additionally insured. Accord forms may be emailed to the Buyer, Patrick Knowles at pknowles@baltimorecountymd.gov.
Additionally insured shall be shown as follows:
Baltimore County, Maryland
400 Washington Avenue
Towson, Maryland 21204
Baltimore County will not accept direct factory drop shipments. The successful bidder must inspect, clean, lubricate, front end align and pre-delivery service each unit prior to final delivery. The units must be ready for immediate use.
The successful bidder must inspect, clean, lubricate, and pre-delivery service each unit prior to final delivery. The units must be ready for immediate use. Baltimore County will not accept direct factory drop shipments.
Award of this contract may be in whole or in part, in accordance with Sec. 10-2-406 of the Baltimore County Code, 2015, as amended. The County reserves the right to make multiple awards, on an individual item basis, combination item basis or lump sum basis, whichever is in the best interest of the County, effectively the lowest responsive, responsible bidders. Past performance of bidders in furnishing goods and services to Baltimore County will be considered in determining the award.
If multiple awards are made, it is the intention of Baltimore County to issue work equally to all contractors in a general rotation, however, the assignment of work shall be at the sole discretion of Baltimore County. Any claim of any contractor against the County for extra compensation or damages, arising out of the assignment of work by the County, shall be deemed to have been waived by all contractors. In addition, the County reserves the right to award individual jobs on a specific rotation basis, based on demonstrated areas of experience and expertise, or based on job location.
The bidder hereby agrees that all apparel and safety equipment purchased will be and/or have been produced in the United States unless a waiver of these requirements is approved based on the following:
The item is not manufactured or available for purchase in the United States or is not manufactured or available in reasonable quantities,
The price of the item manufactured in the United States exceeds the price of a similar item not manufactured in the United States by an unreasonable amount, or
The quality of the item manufactured in the United States is substantially less than the quality of a similar item not manufactured in the United States.
The bidder must provide in their bid package any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of these requirements, as required by Baltimore County.
The resulting minority and women business participation requirement for this contract is %.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please provide proof of insurance for each vehicle specified in the application. All insurance coverages must remain active from November 1 through April 30th of the following calendar year. Prior to award, successful bidder(s) must provide proof of coverage with Baltimore County as the insured party, as specified.
Please download Attachment A and list the details for each vehicle to be considered with the bid package, including year, make, model, and VIN. The vehicles must match the COI provided.
Please complete and upload photos of the front, side, and rear of each vehicle, according to the instructions in Attachment B.
Please download the below documents, complete, and upload.
Example: January 15, 2025 at 5:00 p.m.
Example: $50
Example: four (4) additional one-year
Example: the final acceptance of the good or service
Example: seven (7)
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.