SLED Opportunity · MARYLAND · CECIL COUNTY

    Solid Waste Environmental Compliance & Operations Assistance Services - Open End Contract

    Issued by Cecil County
    countyRFPCecil CountySol. 238355
    Closed
    STATUS
    Closed
    due Apr 16, 2026
    PUBLISHED
    Mar 4, 2026
    Posting date
    JURISDICTION
    Cecil County
    county
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    Cecil County DPW seeks proposals from engineering firms for on-call solid waste environmental compliance and operations assistance services, including landfill operations, environmental monitoring, and regulatory support under an open-end contract.

    Opportunity details

    Solicitation No.
    238355
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 4, 2026
    Due Date
    April 16, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    Cecil County
    Agency
    Cecil County

    Description

    Cecil County Department of Public Works (DPW) is soliciting proposals from qualified professional engineering firms to provide on-call Solid Waste Environmental Compliance & Operations Assistance services under an open-end contract. Services may include, but are not limited to, landfill and transfer station operations, permitting and associated reporting, environmental monitoring and compliance, landfill gas collection and control operation and maintenance, leachate management, storm water/erosion and sediment control inspection, and aerial survey/landfill volume analysis.

    The anticipated services include support for a wide variety of solid waste management projects, facilities, and operations. In addition, the selected firm(s) may be required to provide technical, regulatory, and record keeping assistance in support of environmental compliance.

    Services will be authorized on an as-needed basis through individual task orders issued by the County during the term of the contract.

    Background

    Cecil County DPW intends to break up the scope of work into multiple contracts. Respondents may be awarded a contract encompassing one or more of the following areas:

    • Air Compliance and LFG Monitoring/Collection System Operation & Maintenance
    • Groundwater, Surface Water and Storm Water Monitoring/Reporting
    • Miscellaneous Permitting/Reporting and General Environmental Compliance
    • Operations Assistance
    • Aerial Survey and Landfill Volume Analysis

    Respondents may submit proposals for the areas where the engineering firm is best qualified or for the entire scope of work. Cecil County DPW anticipates awarding two or three contracts based on the proposals received and the qualifications of the firm(s) that best fits the scope of work.

    Project Details

    • Reference ID: RFP 27-014
    • Department: Department Public Works
    • Department Head: Scott Flanigan (Director)

    Important Dates

    • Questions Due: 2026-04-02T19:00:04.327Z
    • Pre-Proposal Meeting: 2026-03-25T14:00:52.882Z — Link for virtual pre-proposal meeting is located in AGENDA

    Addenda

    • Official Notice #1: Instructions for Submitting Questions in OpenGov (released 2026-03-17T16:02:29.419Z) —

      When submitting questions in the Question & Answer section of OpenGov, please makes sure to enter a subject even though it indicates it is optional.  This will be helpful to the County when we are developing our responses and for others who are viewing responses to the questions.

      Also, please make sure to reference the section and item number, when applicable, when asking for clarification on the RFP.

      Thank you.

    • Addendum #1 (released 2026-03-26T18:49:07.964Z) —
      1. Addendum No. 1 is issued as part of the Contract Document, to inform and/or specify changes which take precedence over information contained in the original Contract Documents. Unless otherwise specifically noted or specified hereinafter, or shown on drawings or schedules accompanying this Addendum, all work required by this Addendum shall conform to the applicable provisions of the Contract Documents. It shall be the responsibility of the Respondent to include in their bid any cost implications of this Addendum. All Respondents are to indicate on the form of proposal submitted by them, acknowledgement of receipt and compliance with the contents of this Addendum No. 1.
      2. Any provision in any of the Contract Documents, which may be in conflict or be inconsistent with the contents of this Addendum, shall be void to the extent of such conflict or inconsistency.
      3. All Question & Answer responses are hereby made part of the Bid/Proposal Documents. Vendors will take this Addendum into consideration when preparing and submitting a bid/proposal and shall acknowledge receipt of this Addendum in the space provided in the Bid/Proposal Documents.
      4. Please use attached RATE_STRUCTURE_REVISED_3.26.26. Has already been uploaded to Section 16.2 but is also attached below for your convienence. 

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #2: Pre-Proposal Notes (released 2026-03-25T18:49:56.717Z) —

      Attached are the pre-proposal slides and the attendee list. 

    Evaluation Criteria

    • Engineering Firms' resources/capability to accomplish proposed work on schedule, and experience on similar projects. (20 pts)
    • Key Staff/Project Team experience, reputation and qualifications pertaining to Solid Waste Environmental Compliance & Operations Assistance Services (25 pts)
    • Past project performance within Cecil County and other Maryland jurisdictions. (25 pts)
    • Completeness of submission to include clarity, readability & presentation of material. (10 pts)
    • Rate Structure (20 pts)

    Submission Requirements

    • Upload Technical Proposal (required)
    • Upload Rate Structure (required)

      Please download the below documents, complete, and upload.

    • Authorization for Access to Records (required)

      All contractors and subcontractors’ employees will be required to pass a background check in order to be permitted to work on the premises. Each employee shall submit the “Authorization for Access to Records” form two weeks in advance of the first day of work on the premises.

      Please download the below form, complete, and upload.

    • A Copy of Certificate of Status from the Maryland Department of Assessments and Taxation (required)
    • A copy of current business license for State of Maryland (required)
    • Proposal Bond (required)

      Proposal Bond is REQUIREDfor this project.

      Requirements for the proposal bond or certified check:

      If submitting a Proposal Bond, upload a FULLY EXECUTED copy here prior to the deadline of 1:00 pm on Thursday, April 16, 2026.

      OR

      If submitting certified check, it shall be submitted PRIOR to the deadline of 1:00 pm on Thursday, April 16, 2026 in original hard copy format at Cecil County, Maryland, Attn: Purchasing Department, 200 Chesapeake Blvd., Elkton, MD 21921. Please upload a document stating that you are submitting a certified check instead of a proposal bond in order to respond to this question.

       

    • Experiences and Qualifications Statement (required)

      Please download the below documents, complete, and upload.

    • Agreement of Jurisdiction (required)

      Governing Law; Consent to Jurisdiction. This procurement shall be governed by the laws of the State of Maryland, and the parties submit to the jurisdiction of the courts of the State of Maryland. This agreement may not be modified except in writing executed by the parties.

       

    • Indemnity/Hold Harmless Agreement (required)

      To the fullest extent permitted by law, the undersigned Organization agrees to indemnify and hold Cecil County, Maryland, its elected and appointed officials, employees, and volunteers, and others working on behalf of Cecil County, Maryland, harmless from and against all loss, cost, expense, damage, liability or claims, whether groundless or not, arising out of the bodily injury, sickness or disease (including death resulting at any time therefrom) which may be sustained or claimed by any person or persons, or the damage or destruction of any property, including the loss of use thereof, based on any act or omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in connection with or incident toRFP 27-014Solid Waste Environmental Compliance & Operations Assistance Services - Open End Contract, except that the Organization shall not be responsible to Cecil County, Maryland on indemnity for damages caused by or resulting from Cecil County, Maryland's sole negligence; and the Organization shall, at its own cost and expense, defend any such claims and any suit, action, or proceeding which may be recovered in any suit, action, or proceeding, and any and all expense including, but not limited to, costs, attorney's fees and settlement expenses, which may be incurred therein.

       

    • Agreement of Terms and Conditions (required)

      The firm declares that the only person, firm or corporation, or persons, firms or corporations, that has or have any interest in this proposal or in the Contract or Contracts proposed to be taken is or are the undersigned; that this proposal is made without any connection or collusion with any person, firm or corporation making a proposal for the same work; that the attached specifications have been carefully examined and are understood; that as careful an examination has been made as is necessary to become informed as to the character and extent of the work required; and, that it is proposed and agreed, if the proposal is accepted to contract with Cecil County, Maryland, in the form of Contract heretofore attached, to do the required work in the manner set forth in the specifications.

      The proposed price on the attached and Rate Structure are to include and cover appropriate labor categories, direct costs, overhead, payroll burden and means for performing the work. If this proposal shall be accepted by said County and the firm shall refuse or neglect after receiving the Contract for execution to execute the same in a timely manner, and to give certificate of insurance for the stipulated coverage, then said County may at their option determine that the firm has abandoned the Contract; and, thereupon, the proposal and the acceptance thereof shall be null and void.

      In the case of firms, the firm’s name must be subscribed to by at least one (1) member. In the case of corporations, the corporate name must be by some authorized officer or agent thereof, who shall also subscribe his name and office.

    • W-9 (required)
    • Proof of Insurance (required)
    • Confirmation of Rate Structure (required)

      By confirming, the proposer swears (or affirms) under the penalty of perjury that the proposing firm, its agents, and/or employees to the best of their knowledge and belief have not in any way colluded with anyone for and on behalf of the proposer or themselves to obtain information that would give the proposer any unfair advantage over others, nor have to gain any favoritism in the award of any contract resulting from this Request for Proposal. By confirming this rate structure, I acknowledge that I have read the entire Request for Proposal. 

    • Confirmation of Proposal (required)

      The above statements and responses are certified to be true and accurate. The firm confirms they have the capability and resources such as labor and financial capacity to perform this Contract for the Rate Structure provided, either within their organization, or with sub-consultants. 

    • Pre-Bid/Pre-Proposal Meeting? (required)
    • Attendance Requirement (required)
    • Type of Pre-Bid Meeting (required)
    • Does this project have a site visit? (required)
    • Bid Opening Date & Time (required)

      Please type in following format

      9 November, 2023 at 2:00 PM EST

    • Is additional insurances required for this project? (required)
    • Amount of Liquidated Damages per Day for this project (required)

      Please type the amount in numbers.

    • Fill in the blank with number of days for Liquidated Damages Section. (required)

      Provided further, that the Contractor shall, within ____ days from the beginning of such delay, unless the County shall grant a further period of time prior to the date of final settlement of the Contract, notify the County, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter.

      Type in the following format: three (3)

    • Is "Experiences and Qualifications Statement" required for this project? (required)
    • Is Bid Bond Required for this project? (required)
    • AIA Document A201, General Conditions of the Contract for Construction applicable to this project? (required)
    • Is Employee Background Check required for this project? (required)

    Questions & Answers

    Q (Section 4.7): Under Section 4.7, Firm's Record of Performance, 1st bullet: this bullet requests information on the number of Construction Managers, Resident Project Representatives and Inspectors. Please confirm this information is relevant to this RFP.

    A: Please describe the proposed organization and management team for this contract. The number of construction managers, resident project representatives, and inspectors is not relevant to this RFP.


    Q (Section 5.3): 1st and 2nd bullets under Semi-annual Aerial Survey and Mapping: Will the consultant be hiring the surveyor or coordinating with the County-hired surveyor?

    A: The consultant shall hire the aerial survey contractor and coordinate all survey activities with them upon receiving approval from the County of the proposed subcontractor/subconsultant for this work. As indicated in Section 4.7 of the RFP, please identify the subcontractor/subconsultant that will provide aerial survey services in your proposal and provide a one paragraph description of their experience/expertise.


    Q (Section 5.3): Under Additional Survey Services, 1st bullet: Are bi-monthly density checks completed once every two months or twice per month?

    A: Every two months excluding January and July when full aerial survey is performed.


    Q (Section 13): Evaluation Criteria #2 lists experience, reputation and qualifications pertaining to Stormwater Engineering Services. Please confirm whether this is accurate.

    A: This is a typo and has been corrected to read, "Key Staff/Project Team experience, reputation and qualifications pertaining to Solid Waste Environmental Compliance & Operations Assistance Services."


    Q (Section 16): Section 16.1 includes the Technical Proposal and Section 16.5 includes Experiences and Qualifications Statement. Please confirm that Section 16.1 (Section 1 on the OpenGov response page) is where respondents should upload the proposal prepared in accordance with Section 4.7 of the RFP and that Section 16.5 (Section 5 on the OpenGov response page) only includes completion of the provided "Certification of Firm's Qualifications".

    A: Yes, these are two separate submittals; the technical proposal in response to Section 4.7 of the RFP and the Open-end RFP Certification of Firm's Qualifications form provided for download in the proposal response section of the RFP.


    Q (Section 5.1): Could the County please advise on what type of non-routine troubleshooting/repairs may be encountered? Would it be well raises, repair strikes from operations, etc.?

    A: Non-routine troubleshooting/repairs may include, but is not limited to, flare shutdowns, electrical or mechanical problems with the flare or blower station, maintenance to condensate sumps/pumps, raising or repairing damaged wells, piping, valves, etc.


    Q (Section 5.1/LFG Monitoring): 1. How many Wellheads need to be monitored each month? 2. Is the site NSPS? 3. How is the monthly verification of the flow meter completed? Pitot tube? 4. Is there a flare sheet data template we are to use? 5. How many collectors are liquid levels performed on each quarter? 6. For the quarterly SEM, can you provide the acreage or a route map showing the number of Tags? 7. Approximately how many Penetrations for the Quarterly SEM? 8. Are the MD rules for SEM currently being followed? Can you provide a report from the last quarter? 9. Are there any dewatering pumps currently installed? If so what kind? 10. What does "perform LFG well dewatering when needed" mean? 11. How many condensate pumps are onsite? What kind? 12. How many Probes to monitor each month? 13. How many Structures to monitor each month? 14. Annual Flow meter calibration – what kind of meter is it? If Thermal Instruments, would it be ok to send in for calibration and install a loaner? 15. Blower vibration analysis – using a sub ok? If so, do you have a preferred sub for this? 16. Please verify “Bi-Weekly visits.” One visit every two weeks or Two visits per week? 17. Does the flare have remote startup capabilities?

    A: 1. The LFG collection system is made up of approx. 48 vertical extraction wells and 4 horizontal gas collectors. 2. The site is not subject to NSPS. 3. Monthly verification of the flow meter is completed using an Elkins LFG analyzer. 4. The County can provide a template that has been used in the past or the consultant can use there own format upon approval by the County. 5. Water levels are measured on approx. 30 LFG extraction wells. 6. There are approx 1650 SEM tags over approx. 30 acres. 7. This corresponds to approx. the total number of LFG extraction wells. 8. SEM is being performed in accordance with COMAR 26.11.42. Past reports will be provided to the selected consultant. 9. There are no dewatering pumps installed in the LFG collection wells. 10. We monitor water levels in LFG collection wells and perform dewatering using a submersible pump when water levels are above the perforated section of the well or LFG flows appear to be reduced. Currently dewatering is only be performed about once per year. 11. There are two condensate sumps with 1HP Stancor stainless steel submersibles pumps in the LFG collection system. 12. 11 LFG probes are monitored. 13. 10 structures are monitored. 14. Annual Flow meter calibration is performed on site by the same subcontractor that performs blower vibration analysis. The flow meter is a Thermal Instruments Model 62-9/9500. 15. We currently use a subcontractor to perform annual blower vibration analysis. 16. Bi-Weekly visits = one visit every two weeks 17. The flare does not have remote start up capability.


    Q (Section 5.1): With regards to "staff should be available to response to alarms within 4 hours of first notification", does this mean staff should be onsite within 4 hours of notification or in communication with the County on an action plan and/or enroute within 4 hours of notification?

    A: Staff should be onsite within 4 hours of notification. This could include responding on weekends. If an issue occurs after dark or during inclement weather, responding first thing when the landfill opens the next day or after the weather event ends may be acceptable. Response needs and timing will be coordinated with the Solid Waste Management Division Chief.


    Key dates

    1. March 4, 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.