SLED Opportunity · MARYLAND · ST. MARY’S COUNTY GOVERNMENT
AI Summary
St. Mary9s County Government seeks bids for tree services including felling, removal, pruning, and stump grinding at county parks and facilities. The contract requires compliance with insurance and safety standards, emergency response capabilities, and includes detailed submission requirements. Bids are due by April 15, 2026.
The St. Mary's County Government (County), Department of Recreation and Parks, Parks Maintenance Division is soliciting bids to establish a contract for Tree Services. The work shall include all labor, materials, tools, and equipment necessary to perform tree services at County parks, properties and facilities.
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.
| Event | Date | Location |
|---|---|---|
| Sealed Bid Opening | 2026-04-15T19:05:08.468Z | Virtual |
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.
The Working Foreman is in direct charge of the specific operations, and laborers actively engaged in the work being performed. The pay rate, in addition to foreman, shall include a pickup truck and signs for use on the job. The COTR will determine the necessity and/or number of foremen to be assigned to the job site(s). If, at the discretion of the COTR, it is decided that a foreman is not necessary to control the work, the Contractor shall designate a "lead man" for the project(s) who shall receive and relay instructions from the COTR to the work force. The "lead man" will represent the Contractor, and will be part of the work force. The "lead man" will be paid based on his current job (working) description (i.e., grader operator, truck driver, etc.) and shall not receive additional compensation.
When equipment is idle due to no fault of the Contractor, such as:
The operators of the equipment will be required to assist in the on-going operations, (i.e., flagging traffic, checking grades, shoveling, raking, etc.) without additional compensation.
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.
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.
The labor rate will include all necessary hand tools and safety equipment required for use on the job.
The COTR shall schedule the work, but it will be the responsibility of the Contractor to keep his 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 at no fault of the St. Mary’s County Government. Examples are:
These reasons will be justifiable cause for removal of equipment/personnel from the job site(s) at the request of the COTR.
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:
$2,000,000.00 Per Occurrence
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.
The State of Maryland shall be named as an additional insured for Commercial General Liability and Automobile Liability Coverage.
(Must respond to emergency within two (2) hours)
(Must respond to emergency within two (2) hours)
(Must respond to emergency within two (2) hours)
(Must respond to emergency within two (2) hours)
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.
Bond(s) should be valued at 5% of the bid amount.
Download, Complete and Upload the J-1 Representations and Certifications Form.
Download, Complete and Upload the J-2 Vendor Information Form.
Complete, sign and upload IRS Form W-9.
Download, Complete and Upload the J-3 Subcontractor's List (if applicable.)
Download, Complete and Upload the J-4 Bidder's Reference Sheet.
Provide a copy of your LTE # or certificate here.
What is the Project number for this Capitol Improvement Program?
Select the insurance requirements for your project.
Example: Project Manager
Example: Department of Public Works & Transportation
Example: PO Box 508, 44825 St. Andrews Church Road
Enter City, State and Zip Code
Example: California, MD 20619
Example: 44825 St. Andrews Church Rd.
Enter City, State and Zip Code
Example: California, Maryland 20619
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)
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)
What is the period for performance? Write as i.e. - Four Hundred and Fifty (450) calendar days
Q (Previous Pricing): Can you please provide the previous bid results?
A: Previous Bid Tally is available in the Contracts Portal under the following URL: https://procurement.opengov.com/portal/stmaryscountymd/contracts/147683
Q (Clarification): The sizing per line item is very broad. Can the sizing be narrowed down in smaller increments? For Example, a typical DBH contract breaks down as follows: 0-6", 6-12", 12-18", 18-24", 24"-36", 36"-48" +48"+. Reason being: It is very hard for the contractor to give an accurate number. A 12" tree would not be the same price as a 36" tree.
A: This question is in reference to Items 007 and 008. For purposes of this on-call, time-and-materials contract, the pricing structure has been intentionally limited to two diameter categories (under 12" and over 12") to maintain administrative efficiency, consistency in bid evaluation, and ease of contract administration. No additional categories will be introduced.
Q (Minimum Mobilization): Is there a minimum mobilization fee?
A: No. This is an on-call contract. Mobilization is not a separate pay item.
Q (Clarification): Line item 007 & Line Item 008 are unclear. Is the tree to be felled, cleaned up (removal) and stump ground?
A: Yes - fell tree, remove it, and grind the stump. Also refer to 2.2.7 and 2.2.8.
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.