SLED Opportunity · NEW MEXICO · CITY OF SANTA FE, NM
AI Summary
City of Santa Fe seeks bids for on-call landscaping, irrigation, and snow removal services including vegetation management, irrigation repair, snow plowing, and related tasks across city properties. Contract term up to 10 years with task orders issued as needed. Bids due April 13, 2026.
The City of Santa Fe is seeking bids to establish On-Call Price Agreements for vegetation management, landscape construction, irrigation installation and repair, encampment clean-up, snow plowing and shoveling, and ice control services throughout City parks, open spaces, trails, rights-of-way, medians, rivers, arroyos, drainages, and floodplains.
The scope of services includes, but is not limited to, mowing, weed eating, brush removal, clearing and grubbing, tree removal, stump grinding, chipping, planting, seeding, re-vegetation, watering, herbaceous and woody pruning, fertilization, spraying, excavation, erosion control, stormwater best management practices (BMPs), fine grading, clean-up, green waste or debris disposal, snow plowing, sidewalk shoveling, and ice control.
Please use the See What Changed link to view all the changes made by this addendum. Added a "No Bid" column if the item is not appliable to your bid.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
The Contractor shall be required to provide services for any of the activities listed under the Scope of Work upon the request of the City. When a service is identified, the City shall provide, at a minimum, a detailed scope of work and/or drawings defining the work required. Each project will be individually described in a Task Order. The Task Order will describe the scope of work, the duration of the project, the date of Substantial Completion, and any liquidated damages that may apply for failure to meet the Substantial Completion date. The date of Substantial Completion is the date when the space can be occupied or the Work used or operated and turned over to the City. Final Completion is the date when the project is totally complete, all punch list work is complete, and the Contractor’s final pay application or invoice is approved. The terms and conditions of the Contractor’s Price Agreement will apply to all Task Orders.
Upon receiving a Task Order, the Contractor shall promptly visit the site, compare the City’s scope of work and/or drawings to existing conditions, and provide all services required in the Task Order in addition to the requirements set forth in this Price Agreement. The Contractor shall provide, at no cost to the City, a written quote based upon the rates submitted in the Bid Form, a list of subcontractors (including each subcontractor’s CID license number), a cost summary for the work to be performed, and the amount of time required for completion of the project. Project schedules, negotiated price, and completion dates shall be determined on a project-by-project basis and will depend upon the urgency of the task.
If any City-owned equipment or system the Contractor is working on cannot be economically repaired or has reached the end of its life cycle, the Contractor shall provide justification, including costs and other supporting information, for replacement. If replacement is recommended, the Contractor shall provide written justification for the system and/or the model, size, and type of unit recommended, along with any applicable efficiency data. The City’s standards shall be discussed and taken into consideration when proposing replacement units or systems. Any replacement unit shall be reviewed and approved by the City prior to purchase and installation.
Solicitation No.: FY26-COCITB-081
Project Title: On-Call General Landscaping, Irrigation, and Snow Removal Services
| Issue ITB: | March 27, 2026 |
| Electronic Bid Submittal Deadline: | April 20, 2026, 2:00pm |
BIDS RECEIVED AFTER THE ABOVE BID DUE DATE AND TIME WILL NOT BE ACCEPTED.
No person shall act as a Contractor without a license issued by the Construction Industries Division (CID), classified to cover the type of work to be performed. No bid shall be submitted unless the Contractor has a valid Contractor's license issued by the CID to bid and to perform the type of work to be undertaken, as set forth in NMSA 1978, Section 60-13-12.
All work shall be in accordance with applicable City, federal, and state laws, the International Building Code (IBC) and the New Mexico building codes. The Contractor shall be responsible for all permits associated with this work as required by the governmental Authority Having Jurisdiction (AHJ).
All work shall be in strict compliance with the national and state building mechanical, plumbing, and electrical codes, including the City of Santa Fe's Stormwater Pollution Prevention Program and Stormwater BMPs, Sheet Metal and Air Conditioning Contractor’s National Association (SMACNA), and the American Society of Heating, Refrigeration, and Air-Conditioning Engineers (ASHRAE) standards.
Safety shall be of main concern and enforced by the Contractor on site. The Contractor shall comply with all local, state and federal laws governing safety, health, and sanitation. The on-site superintendent shall always have a minimum OSHA 10 and preferably OSHA 30 card with them when on the jobsite. The Parks, Trails, & Watershed shall not in any way be responsible for any fines set forth for such violations of codes, OSHA standards or any other governing agency having jurisdiction at the work site. The Contractor shall provide all needed safeguards, safety devices, protective equipment and take any actions necessary to protect the life and health of employees on the job; the safety of the public and to protect the property of the Parks, Trails, & Watershed in connection with the performance of the work covered by this Price Agreement.
All personnel working on the project and providing these services shall be experienced and certified in all areas related to this work and required by this Price Agreement. Journeymen-level personnel shall have the ability and necessary skills to diagnose problems and to make the appropriate decisions needed to provide these services.
The Contractor shall follow the Occupational Safety and Health Act (OSHA) 29 CFR 1910.147 Standard pertaining to "Lockout/Tagout" procedures for hazardous energy.
The Parks, Trails, & Watershed shall be able to utilize this On-Call General Landscaping, Irrigation, and Snow Removal Services Price Agreement as needed and as funding in available.
Contractor's price shall include labor costs, permits, overhead, profit, insurance, equipment, tools and any other fees required to successfully complete the work requested. The Contractor shall be capable of providing a work force with supervision, adequate to perform work for a forty (40) hour work week during normal working hours with the option of working non normal or overtime hours if required.
The term of the Price Agreements may be from one (1) year to ten (10) years, depending on the City's needs. The City reserves the right to award for the whole term or renew each Price Agreement on an annual basis by mutual agreement not to exceed a total of ten (10) years, by mutual agreement of all parties at the same terms and conditions. In accordance with NMSA 1978, Sections 13-1-150 through 152/SFCC 1987, Section 13-11.
Permits and Fees:
A. IF APPLICABLE- The Contractor shall secure and pay for the Building Permit and other permits and governmental fees, licenses and inspections and Certificate of Occupancy necessary for proper execution and completion of the Work. Changes or modifications to the Work shall include all requirements of this paragraph.
B. The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations, and lawful orders of public authorities applicable to performance of the Work.
C. IF APPLICABLE- Certificates of Inspection, use and occupancy will be delivered to the Division upon completion of the Work in sufficient time for occupation of the facility in accordance with the approved schedule for the Work. Contractor shall deliver a photocopy of the Building Permit to the Design Professional and requesting entity as soon as it is obtained.Contractors shall be capable of providing all coordination, supervision, and services required for comprehensive general construction, equipment replacement, upgrades, improvements, and new construction services. Contractors shall have sufficient technical staff to perform diagnostic services and to provide professionally prepared, stamped drawings, if needed, to obtain installation or construction permits.
The scope of an individual project may include equipment and fixtures, whether attached or not to the building, and may include, but is not limited to, site and utility work, irrigation, landscaping, mechanical work, pavement restoration, building repair and renovation, painting, stucco, backfill services, digging, ditching, rock stabilization, concrete, and pour‑in‑place or form‑place finishes. Utility work may include building power systems such as solar panels, piping, pumping systems, and waste treatment systems, as well as demolition and abatement projects.
All material shall be new and of the highest quality available for the type of work being performed. Replacement systems and related equipment shall meet current minimum “Energy Star” energy conservation standards. The purchase of major equipment or material must be preceded by submission of submittal data on the proposed equipment or material, which shall be reviewed and approved by the City. If the Contractor is requesting reimbursement for materials used on the work, copies of the material invoices must be included with the Contractor’s invoices or pay applications. The Contractor may not add markups to the materials purchased.
The City reserves the right to purchase materials or specialty services directly from existing Statewide Price Agreements or other sources and to provide these materials to the Contractor. The Contractor shall provide an itemized, quantifiable list of materials required for the project. Specialty services provided from other sources shall be coordinated by the Contractor.
The City reserves the right to obtain quotes from multiple vendors covered under the resultant Price Agreements and to award a project to the Contractor offering the most advantageous quote.
The City reserves the right to provide an escort and/or full‑time supervision of the Contractor and its employees during any or all phases of a project, should the City determine that such security measures are in its best interest. The City also reserves the right to escort any or all employees of the Contractor off City property for any inappropriate conduct or actions that jeopardize the safety, security, or well‑being of the facility or any individual. Inappropriate behavior by the Contractor, its employees, or subcontractors may be grounds for immediate cancellation of their resultant Price Agreement. Any employee of the Contractor found in violation of any law while on City property will be subject to prosecution.
Contractor's price shall include labor costs, permits, overhead, profit, insurance, equipment, tools and any other fees required to successfully complete the work requested. The Contractor shall be capable of providing a work force with supervision, adequate to perform work for a forty (40) hour work week during normal working hours with the option of working non normal or overtime hours if required.
Furnishing of submittal data for any/all new equipment and materials as well as Operation & Maintenance Manuals is required. Training of site personnel for the proper operation of newly installed equipment/systems and its related controls will be required for completion. This training will be acceptable to the person in charge of the facility and/or the City's Project manager in charge of the project.
The Contractor shall provide all protective coverings necessary to protect existing, adjacent finishes while performing its work. If any damage is encountered during the contractor's work, the contractor will be held responsible for repairing any damage done by his employees, subcontractors, and vendors. The Contractor shall restore any damage to existing and/or adjacent finishes damaged while performing work and to make new work inconspicuous with the existing adjacent finishes.
The Contractor and its employees agree to cooperate with and to abide by the rules and requirements of the Parks, Trails, & Watershed to not interfere with the daily operations or to jeopardize the health, safety or welfare of the employees or general public conducting business with the Parks, Trails, & Watershed.
Note: It is the responsibility of the Bidder to ensure bids are correct and accurate before submission. Bids must correspond with the original ITB and addenda.
Bidders are advised that compliance with the New Mexico Public Works Minimum Wage Act (NMSA 1978, Section 13-4 et seq.) is required during this procurement process and throughout the life of the resultant Price Agreement. These requirements will be enforced at the task order level when statutory thresholds are met.
Specifically, as defined in NMSA 1978, Section 13-1-66.1, compliance is triggered when a task order involves:
A Contractor that submits a Task Order valued at more than sixty thousand dollars ($60,000) for a City project that is subject to the Public Works Minimum Wage Act (NMSA 1978, Section 13-4-10) shall be registered with the New Mexico Department of Workforce Solutions. The registration number shall be provided in the Task Order submitted for the Contractor in the space provided and for subcontractors on the subcontractor form. The registration number(s) will be verified by the City. It is the responsibility of the Contractor and the subcontractors to ensure the registration is completed prior to submitting the Task Order.
The Contractor shall maintain fixed pricing for each year of the Price Agreement. Pricing may be adjusted no more than once annually through a mutually agreed upon amendment to the contract. The vendor must submit all pricing increase requests in writing to the City, directly to Carlos Saiz, providing substantiating evidence that the request is based on demonstrable market changes impacting the cost of products or fuel. The request must itemize all proposed increases by line item and include supporting documentation deemed acceptable by the City (such as a letter from a manufacturer indicating price increases, etc.). The City's decision on acceptable documentation in this context shall be final and binding upon all parties to the contract. Requested price increases exceeding 10% will not be accepted, subject to industry standards. No price increase shall result in a higher profit margin. Pricing changes will apply to amendments entered on or after the effective date of the price change. If the vendor's prices are reduced for any reason, the City shall receive the benefit of such reductions immediately. Price increases will not be retroactive to orders already in house or backorders. Orders will be filled at the price in effect on the date of receipt of the order by the vendor.
To facilitate prompt consideration, all requests for price increases must include the following information:
Price Agreement Item Number
Current Item Price
Proposed New Price
Percentage of Increase
Mill/Supplier Notification of price increase indicating percentage of increase and including the reason for the increase.
The following state-level preferences may be applied to this procurement, provided no federal funds are used in the resulting Price Agreement(s):
Mandatory Qualification Requirements
Each Task order will either require a listing of subcontractors or not depending on the project cost. If the project cost is over $60,000, then, depending on the threshold amount, the Subcontractor Fair Practice Act (NMSA 1978, Sections 13-4-31 through 13-4-43) shall apply and the following will be required:
The Price Agreement, if awarded, will be based on materials, labor and equipment described in the Specifications without consideration of possible substitute (“of equal” or “or equal”) items. Whenever it is indicated in the Specifications that substitute (“of equal” or “or equal”) items of material or equipment may be furnished or used by the Contractor if acceptable to Parks, Trails, & Watershed, application of such acceptance will not be considered by the Parks, Trails, & Watershed until after the “effective date of the Price Agreement.” The procedure for submittal of any such application by the Contractor and consideration by the Parks, Trails, & Watershed is set forth in the Price Agreement Documents.
When a Pre-Bid Conference is scheduled in the timeline, the City shall conduct a virtual, non-mandatory, Pre-Bid Conference prior to the Bid opening date stated in the ITB.
The City and consultants, as applicable, shall be represented. Prospective Bidders and Prospective Subcontractors should ask questions regarding clarification of the Bidding Documents either during the Pre-Bid Conference or by submitting a question as outlined below. The failure of a Bidder, Subcontractor, or Vendor to make inquiries shall be interpreted to mean that the Bid Documents are clear and acceptable. Such clarity and acceptability shall be presumed with respect to all Bidders.
Questions and requests for clarification are to be presented in the Question & Answer tab in open Gov.
The Questions will be answered in the same area in Open Gov. No verbal response shall be binding.
The Contractor shall provide all insurance necessary for its employees on the project, including, but not limited to, Workman's Compensation Insurance. The Contractor agrees to comply with City and State laws and rules pertaining to Worker's Compensation Insurance coverage for its employees. If the Contractor fails to comply with the Worker's Compensation Act and applicable rules, when required to do so, the Price Agreement will be cancelled immediately.
It is specifically agreed between the parties executing this Price Agreement that it is not intended by any of the provisions of any part of the Price Agreement to create the public or any member hereof a third party beneficiary or to authorize anyone not a party to the Price Agreement to maintain a suit for wrongful death, bodily and/or personal injury to persons, damage to properties and/or other claims whatsoever pursuant to the provisions of this Price Agreement.
Price Agreements solicited by competitive sealed Bids shall require that the Bid amount exclude the applicable state gross receipts taxes or applicable local option taxes, but that the contracting agency shall be required to pay the applicable taxes including any increase in the applicable tax which becomes effective after the date the Price Agreement is entered into. The applicable gross receipts taxes or local option taxes shall be shown as a separate amount on each billing or request for payment made under the Price Agreement.
Failure to return the signed Price Agreement and Certificate of Insurance within ten (10) calendar days after the date of the Notice of Award shall be just cause for the cancellation of the award. Award may then be made to the next lowest responsible Bidder, or the work may be re-advertised.
Travis Dutton-Leyda
CPO
purchasing@santafenm.gov
The successful Bidder, where Task Orders exceed twenty-five thousand dollars ($25,000), shall post a one hundred percent (100%) Performance Bond and one hundred percent (100%) Labor and Material Payment Bond at time of Task Order. Bonds shall be executed on Performance Bond and Labor and Material Bond forms similar to the forms in the Questionnaire, with amount payable conforming to the terms of the Task Order. Surety shall be a company licensed to do business in the State of New Mexico and acceptable to the City.
Failure to comply shall result in the Task Order being issued to another vendor and the difference in the cost being charged back to the awarded Contractor.
The City will issue a written Notice to Proceed for each project in the form of a Purchase Order to the Contractor stipulating the Task Order time, start date, substantial completion date (Contract Time, finish date), subject to valid modifications of the Price Agreement authorized by Change Order.
Minimum Wage Rates - (To be completed per applicable Task Order)
Pursuant to the requirements of any Task Order entered into in excess of sixty thousand dollars ($60,000) for construction is subject to the minimum wage rate determination issued by the New Mexico Department of Work Force Solutions for that project.
Any change orders to the project scope will require an additional Task Order with backup materials and labor costs and shall be substantiated that there was no way of knowing the additional services were needed when the original quote was provided. Change orders shall be managed closely by the Parks, Trails, & Watershed. Preventative measures shall be taken by both the contractor and the Parks, Trails, & Watershed prior to issuing the Notice to Proceed. Such measures may include, but are not limited to, soil tests (soil boring); clarification of ambiguity in the project plan, the scope of work, the Task Order, the drawings, etc.; the project scope should be completely defined and agreed upon before any work begins.
When two or more of the Bids submitted are identical in price and are the low Bid, the CPD may:
If a Purchase Order/Task Order is issued for the purchase of services, the following terms shall apply when applicable:
A. Services include services performed, workmanship, and material furnished or utilized in the performance of services.
B. The Contractor shall provide and maintain an inspection system acceptable to the Parks, Trails, & Watershed covering the services under the Purchase Order. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Parks, Trails, & Watershed during the term of performance of the Work and for as long thereafter as required.
C. The Parks, Trails, & Watershed has the right to inspect and test all services contemplated to the extent practicable at all times and places during the term of the Project. The Parks, Trails, & Watershed shall perform inspections and tests in a manner that will not unduly delay or interfere with the Contractor’s performance.
D. If the Parks, Trails, & Watershed performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in Purchase Order price, all reasonable facilities and assistance for the safe and convenient performance of such inspections or tests.
E. If any part of the services does not conform with the requirements, the Parks, Trails, & Watershed may require the Contractor to re-perform the services in conformity with the requirements at no increase in Purchase Order amount. When the defects in services cannot be corrected by re-performance, the Parks, Trails, & Watershed may:
(1) require the Contractor to take necessary action(s) to ensure that future performance conforms to the requirements; and
(2) reduce the Purchase Order price to reflect the reduced value of the services performed.
F. If the Contractor fails to promptly re-perform the services or to take the necessary action(s) to ensure future performance in conformity with the requirements, the Parks, Trails, & Watershed may:
(1) by Agreement or otherwise, perform the services and charge to the Contractor any cost incurred by the Parks, Trails, & Watershed that is directly related to the performance of such service; or
(2) cancel the Purchase Order for default.
An Invitation for Bid may be canceled, or any or all Bids may be rejected in whole or in part, when it is in the best interest of the City. A determination containing the reasons shall be made part of the Project file.
A. The Contractor, promptly after being awarded a Project and before the first payment application, shall prepare and submit for the Parks, Trails, & Watershed's information a Critical Path Construction Schedule for the Work that indicates the intended start and completion of the various construction activities, which shall be implemented and adhered to by the Contractor, Subcontractors, material suppliers and equipment suppliers. At a minimum, the schedule shall be a Gantt type schedule and shall not exceed time limits allowed by the Task Order or Notice to Proceed with no fewer work breakdown events than line items of the Schedule of Values.
B. The Contractor shall perform the Work in general accordance with the most recent schedule submitted to the Parks, Trails, & Watershed.
C. Progress meetings shall be scheduled on a regular basis. The purpose will be to review the upcoming activities, any open issues and current progress. The Contractor shall keep any meeting minutes as needed. Progress schedules shall be updated regularly. A three-week look-ahead schedule should be presented at every project meeting. A new schedule shall be presented with any change orders.
D. The Contractor shall prepare a daily report each day the Contractor, subcontractors or any other entity are on the project. The daily reports shall be maintained at the site and be well organized. The Parks, Trails, & Watershed may request copies at any time. The reports may include:
1. report date and who prepared the report;
2. weather conditions - low temp, visibility, humidity, wind, wind direction, cloud conditions, precipitation amount, other notes;
3. companies present by name and their number of workers, work location, total man hours that day for each company;
4. equipment-type, source, units of work done, location of work, hour meter reading;
5. material brought to site-description, units, quantity, quality, location, time;
6. visitors to site -name, company, time;
7. safety concerns-company, contact, noticed by, work activity, safety issue, requirement, outcome: and
8. quality assurance and control -company, description of issue, specification section, issued by.
By submitting a Bid, the Bidder represents familiarity with the nature and extent of the following requirements of the Conditions of the Construction Contract (General, Supplementary, and Other Conditions).
Close-out Requirements:
The Contractor shall submit to the Parks, Trails, & Watershed a separate and detailed Closeout Schedule indicating the date of Final Completion and all work to be completed before Final Completion including Close-Out requirements. The punch list of incomplete or inadequate work shall also be submitted when the work is substantially complete. Failure to include any item on the punch list does not alter the responsibility of the Contractor to complete all work in accordance with the Task Order Documents.
Before final completion can be achieved, all Work must be complete and accepted including the following as applicable:
The Contractor shall warrant its work (non-roofing and equipment), for materials and for workmanship furnished and performed under this Price Agreement for a period of one (1) year minimum from the date of acceptance or Substantial Completion. The Contractor shall warrant its work for repairs or restoration of existing systems and work for ninety (90) days from the date of acceptance or Substantial Completion. It is understood that some equipment is far beyond its normal life and a warranty cannot be extended/supplied. Contractor must pass on to the Parks, Trails, & Watershed warranties of replaced roofs and equipment offered by the manufacturer.
Any Bidder who is aggrieved in connection with this procurement (ITB) may protest in writing to the CPO. The protest shall be submitted in writing within fifteen (15) calendar days after knowledge of the facts or occurrences giving rise to the protest.
The Parks, Trails, & Watershed will issue written Notices of Award to the successful Bidders, confirming the award of each on-call Price Agreement. Each Price Agreement will define the general terms and scope of services and will not include a guaranteed quantity.
Individual task orders issued under the Price Agreement will define the specific scope of work, task order value (including applicable taxes), and may trigger any Public Works compliance requirements, including bonds, subcontractor listing, and wage rate decisions, where applicable.
Any controversy or claim arising between the parties shall be settled by mediation if the parties cannot reach a mutually agreeable solution. The parties shall endeavor to resolve their disagreement by mediation which, unless the parties mutually agree otherwise, shall be in accordance with the procedures of the New Mexico Public Works Mediation Act (NMSA 1978, Section 13-4C-1 et seq.) except that before any party may select a mediator it must confer in good faith with the other party concerning the selection of a mutually acceptable mediator. Mediation shall proceed in advance of legal or equitable proceedings, which shall be stayed pending mediation for a period of sixty (60) days from the date of notice of mediation session, unless stayed for a longer period by agreement of the parties or court order.
When in the best interest of the public, the City, in its sole discretion, may cancel this ITB at any time instead of awarding an Agreement without any liability against the City.
Contractor’s Qualification Statement – Bidders to whom award of a Price Agreement is under consideration shall, when requested, submit information and data to prove that their financial resources, production or service facilities, personnel, and service reputation and experience are adequate to make satisfactory delivery of the services, construction, or items of personal property described in the Bid Documents and the Statement of Bidder’s Qualifications form.
Failure to Execute Price Agreement – Failure to return the signed Price Agreement with acceptable contract bonds and Certificate of Insurance within ten (10) calendar days after the date of the Notice of Award shall be just cause for cancellation of the award. The award may then be made to the next lowest responsible Bidder, or the work may be re‑advertised.
Task Order – The City will issue a written Task Order, after a Purchase Order (PO) is issued, to the Contractor stipulating the contract time start date and Substantial Completion date (Contract Time/finish date), subject to valid modifications of the Contract authorized by written amendment or Change Order.
A contractor or subcontractor that submits a bid valued at more than sixty thousand dollars ($60,000) for a City project that is subject to the Public Works Minimum Wage Act (NMSA 1978, Section 13-4-10) shall be registered with the New Mexico Department of Workforce Solutions. The registration number shall be provided in the bid for the prime contractor in the space provided and for each subcontractor on the subcontractor form. After the bid opening, the City will verify the registration number(s), and the bid will be deemed non-responsive and disqualified if any registration number appears invalid and the Contractor does not provide proof of the required registration for itself or its subcontractors. It is the responsibility of all bidders and their subcontractors to ensure the required registration is completed prior to bid opening.
By submitting a bid, all Bidders acknowledge and accept the terms and conditions outlined in this ITB and its Instructions, including, but not limited to, the required documentation. Any concerns or objections to the contents of this solicitation must be submitted in writing to the Chief Procurement Officer (CPO) and, if applicable, the sponsoring Department (contact information provided in the ITB), with sufficient time for the City to issue an Addendum, if warranted
The selected Bidder must execute the Contract between the City and Contractor, including submission of all required bonds and supporting documents, within fifteen (15) calendar days of receiving the City’s electronic signature request.
Upload a copy of Contractor's License and NMDWS Registration Certificate here.
Please download the below documents, complete, and upload.
Upload preference here.
This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any Bidder or perspective contractor, or any of their proposed Subcontractors, shall state as an initial part of the Bid or negotiations of the Contract whether he has participated in any previous Contract or subcontract subject to the equal opportunity clause; and, if so, whether he has filed all compliance reports due under applicable instructions.
Where the certification indicates that the Bidder has not filed a compliance report due under applicable instructions, such Bidder shall be required to submit a compliance report within seven calendar days after Bid opening. No Contract shall be awarded unless such report is submitted.
Certification - The information above is true and complete to the best of my knowledge and belief.
Contract Terms and Conditions. The City’s standard contract terms and conditions, as included in this ITB, will govern any contract awarded under this solicitation. Bidders are strongly discouraged from proposing changes to these terms. If a bidder believes a change is necessary, the bidder must clearly identify the specific section number and language at issue and state the bidder’s proposed alternative language as part of the questions/clarifications process no later than five (5) calendar days prior to the bid opening date and time stated in this ITB. The City, in its sole discretion, may accept or reject any suggested change and, if accepted, will issue an addendum to this ITB making the change applicable to all bidders. After the bid due date and time, the City will not consider or negotiate bidder‑specific changes to the contract terms and conditions, and any bid that is expressly conditioned on alternate or conflicting terms may be deemed non‑responsive and will not be considered for award.
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 download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Select the Listing Threshold Amount for this project.
Q (Goat Grazing as an Accepted Vegetation Management Method): The ITB scope includes brush removal, clearing and grubbing, weed management, re-vegetation site preparation, and vegetation management in parks, open spaces, arroyos, and riparian corridors. Our company performs these services using targeted goat grazing, a method increasingly used by municipalities for ecological vegetation management, particularly in sensitive or difficult-to-access areas. Our question: Is targeted goat grazing an accepted method of performance for vegetation management line items under this contract? Or does the City require conventional mechanized methods (mowers, chippers, etc.) for the work described?
A: Hello Bailey, Goat grazing would be an acceptable method of vegetation management. As long as waste management, project management (so the animals consume what is desirable), containment practices, and noise mitigation are included in the pricing.
Q (Partial Bid Submission — Vegetation Management Services Only): We are interested in bidding on the On-Call General Landscaping, Irrigation, and Snow Removal Services contract (ITB #FY26-COCITB-081), with particular expertise in vegetation management, brush removal, clearing and grubbing, revegetation, seeding, and related services in parks, open spaces, arroyos, and riparian corridors. Our question: Is it permissible to submit a responsive bid covering only the Vegetation Management line items (Items 1–30 of the Price Schedule), leaving the Irrigation, Landscape Construction, Snow Removal, and Encampment Clean-Up sections blank or marked "N/A"? Or does the City require bidders to provide pricing across all categories to be considered responsive? If partial bids are acceptable, we also ask whether awarded vendors will only be issued Task Orders for the categories they priced, or whether the City expects all awarded vendors to be available for any category.
A: Hello Bailey, The City is accepting partial bids and does not require pricing for all line items. We are asking vendors to provide prices for the line items applicable to their contractors license. The City will only issue Task Orders for the items the vendor has priced.
Q (CID License Requirement — Clarification on Sections 4.1 vs. 1.1.D): Section 4.1 of the ITB states that "no bid shall be submitted unless the Contractor has a valid Contractor's license issued by the CID." However, Section 1.1.D states that work may require a GB-98 license, or certification as a Registered Landscape Architect, Licensed Urban Forester, or Licensed Arborist, depending on the nature of the work performed. We are a vegetation management contractor whose services — brush removal, clearing and grubbing, pruning, revegetation, and seeding — do not involve construction activity that would typically require a CID license under New Mexico law. Our question: Is a CID contractor's license required to submit a responsive bid, regardless of the categories being bid? Or does the CID licensing requirement apply only to contractors performing work that falls within CID-regulated activity (e.g., irrigation installation, landscape construction, excavation for structures)?
A: Hello Bailey, As outlined in the Instructions to Bidders under Applicable Laws, no person may act as a Contractor without a valid license issued by the Construction Industries Division (CID) that covers the specific type of work to be performed. Additionally, no bid will be accepted unless the Contractor holds a current CID license authorizing them to bid on and carry out the work, in accordance with §60-13-12, NMSA 1978. Since we are utilizing a construction contract, it is essential that all applicable laws are strictly followed.
Q ( Vendor Questionnaire Section - Submitted by Vendor via email ):
A: Our company is trying to complete the Vendor Questionnaire section. I uploaded our proof of liability, but none of the other required forms seem applicable right now from my understanding. Can you please add some clarification? This is my understanding so far: The Non-Collusion Affidavit of Prime Bidder and the Certificate of Non-Segregated Facilities forms are completed and notarized when we submit a bid. The Subcontractor form is completed only if our bid is $60,000 or higher Other forms dealing with wages are again only completed if we are awarded a contract and the work has been done, or before work begins: (Affidavit of Wages Paid, Statement of Intent to Pay Prevailaing Wages, and Payroll Statement of Compliance) The company owner signed us up under "On-Call General Landscaping, Irrigation, and Snow Removal Services." So it looks like right now, We don't complete and upload any of these forms, correct? You are correct in your understanding: The Non-Collusion Affidavit of Prime Bidder and the Certificate of Non-Segregated Facilities forms must be completed, notarized, and attached with your bid submission. The Subcontractor form, Affidavit of Wages Paid, Statement of Intent to Pay Prevailing Wages, and Payroll Statement of Compliance are only required to be completed and submitted if awarded a task order exceeding $60,000. These forms are not mandatory for the initial bid submission but can be saved as samples for future use if needed. I made sure none of these fields/forms are required to submit your bid. Please feel free to save those forms as samples for future use when applicable.
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.