SLED Opportunity · MARYLAND · CECIL COUNTY

    Stormwater Engineering Services Open End Contract

    Issued by Cecil County
    countyRFPCecil CountySol. 210193
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Feb 10, 2026
    Posting date
    JURISDICTION
    Cecil County
    county
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    Cecil County DPW seeks qualified engineering firms for on-call stormwater engineering services including planning, design, inspection, and regulatory support under an open-end contract. Proposals due April 2, 2026. Services support stormwater management, water quality, and compliance with NPDES MS4 permit.

    Opportunity details

    Solicitation No.
    210193
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    February 10, 2026
    Due Date
    April 2, 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 stormwater engineering and technical support services under an open-end contract. Services may include, but are not limited to, planning, permitting, design, inspection, construction support, and programmatic assistance for a wide range of stormwater management and water quality improvement projects.

    The anticipated services include support for new and existing stormwater management facilities, retrofitting of existing facilities, implementation of stormwater Best Management Practices (BMPs), stream restoration projects, living shoreline projects, and related watershed and drainage improvements. In addition, the selected firm(s) may be required to provide technical, regulatory, and reporting assistance to support Cecil County’s compliance with its National Pollutant Discharge Elimination System (NPDES) Phase II Municipal Separate Storm Sewer System (MS4) General Permit, including activities associated with the six (6) Minimum Control Measures.

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

    Project Details

    • Reference ID: RFP 27-006
    • Department: Department Public Works
    • Department Head: Scott Flanigan (Director)

    Important Dates

    • Questions Due: 2026-03-19T19:00:04.327Z
    • Pre-Proposal Meeting: 2026-03-05T18:00:52.882Z — Optional Meeting - Virtual - click on Agenda below for log-in link

    Addenda

    • Official Notice #1: Attendance Sheet 3.5.2026 (released 2026-03-16T14:15:31.085Z) —

      Attendance Sheet for virtual non-mandatory pre-proposal meeting held on March 5, 2026.

    • Addendum #1 (released 2026-03-24T12:07:19.903Z) —
      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. Section 14: Contract term has been extended to four (4) renewal options from the advertised three (3) renewal options. 

       

    • Addendum #2 (released 2026-03-26T18:52:56.941Z) —
      1. Addendum No. 2 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. 2.
      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.

    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 Stormwater Engineering 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 2:00 pm on Thursday, April 2, 2026.

      OR

      If submitting certified check, it shall be submitted PRIOR to the deadline of 2:00 pm on Thursday, April 2, 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 27-006Stormwater Engineering 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 (Stormwater Engineering Services): Does the qualifying firm have to offer all of the listed services in the overview, or can the proposal be for only certain services (EX: inspection & construction support only)

    A: Cecil County encourages the formation of consultant teams that maximize technical expertise, capacity, and value to the County.


    Q (Stormwater Engineering Services): If a firm offers some of the requested services in the overview, but not all of the services, is the use of sub-consultants acceptable as part of the bid proposal? (EX: a Landscape Architect submits a proposal, with a an Engineer as a sub-consultant)

    A: Cecil County encourages the formation of consultant teams that maximize technical expertise, capacity, and value to the County.


    Q (Rate Sheets): Should proposers submit separate rate sheets for each subconsultant, or only for the prime firm?

    A: Please see Section 4.5 subheading rate structure: “Include separate rate sheets for the prime and the major sub-consultants if applicable.”


    Q (No subject): Should the Rate Structure and Required Documents be uploaded only in their respective OpenGov upload areas, or should these documents also be included within the Technical Proposal PDF file?

    A: Please see Section 16.2 Upload Rate Structure: “Please download the below documents, complete, and upload.”


    Q (Stormwater Engineering Services): Will the County be issuing an addendum listing the attendees at the pre-proposal conference?

    A: Please see Official Notice #1 Attendance Sheet 3.5.2026 for the virtual non-mandatory pre-proposal meeting held on March 5, 2026.


    Q (Overhead & Payroll Burden): Is there a cap to the overhead & payroll burden percentage?

    A: Include the payroll burden and overhead for the most current accounting period available.


    Q (No subject): Can the indemnification clause be modified?

    A: Cecil County will not modify the indemnification clause.


    Q (No subject): How many similar projects should we include in our proposal? Is there any special project to be included? How many pages be used for similar projects?

    A: It is the proposing firm's responsibility to determine how many similar projects should be included in their proposal. The County will not provide a page limit for similar projects.


    Q (No subject): How many key staff members to be included in the proposal? What expertise is required for Key staff? Is there any limit of pages for the Key Staff Resume?

    A: It is the proposing firm’s responsibility to determine how many key team members should be included in their proposal. Refer to the Section 5 “Scope of Work” for the County's expectation for technical expertise. Refer to Section 4.5 Firm's record of performance, "provide a brief resume for all key team members (maximum of 2 pages per team member)."


    Q (Stormwater Engineering Services): Regarding the first evaluation criteria on page 26, "Engineering firms' resources/capability to accomplish proposed work on schedule, and experience on similar projects," can you please clarify which section this evaluation applies to? From how it reads, it seems like it covers both the "firm capacity" and "technical expertise" sections.

    A: Please see section 4.5 Firm's Capacity - "Describe the firm(s) capacity to perform tasks described within this RPF (i.e., adequacy and background of personnel, financial responsibility, and creditworthiness)."


    Q (Stormwater Engineering Services): Will the rate structure be evaluated separately from the technical proposal, and is it withheld from the technical evaluation committee?

    A: The rate structure will be evaluated separately from the technical proposal by the technical evaluation committee.


    Key dates

    1. February 10, 2026Published
    2. April 2, 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.