SLED Opportunity · NEW MEXICO · CITY OF SANTA FE, NM

    On-Call General Landscaping, Irrigation, and Snow Removal Services

    Issued by City of Santa Fe, NM
    cityITBCity of Santa Fe, NMSol. 244169
    Closed
    STATUS
    Closed
    due Apr 13, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    561730
    AI-classified industry

    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.

    Opportunity details

    Solicitation No.
    244169
    Type / RFx
    ITB
    Status
    open
    Level
    city
    Published Date
    March 27, 2026
    Due Date
    April 13, 2026
    NAICS Code
    561730AI guide
    Agency
    City of Santa Fe, NM

    Description

    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.

    Project Details

    • Reference ID: FY26-COCITB-081
    • Department: Parks, Trails, & Watershed
    • Department Head: Melissa McDonald (Parks & Open Space Division Director)

    Addenda

    • Addendum #1 (released 2026-04-09T21:47:09.234Z) —

      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. 

    • Addendum #2 (released 2026-04-09T22:06:25.694Z) —

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

    • Addendum #3 (released 2026-04-13T14:31:22.793Z) —

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

    • Addendum #4 (released 2026-04-15T15:33:11.058Z) —

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

    Evaluation Criteria

    • Task Order Requirements
      1. 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.

      2. 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.

      3. 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 Information

      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.

    • Scope of Work
      1. Once a need is identified, an authorized City representative will request quotes or estimates from the awarded Contractors detailing the required services. If the quote is acceptable, the City will issue a Written Task Order.

      2. Upon receiving a request for quotes, Contractors shall promptly provide an estimate based on the rates submitted in the Bid Form (and as listed in their Price Agreement), along with a cost summary and project schedule necessary to complete the assignment. Project schedules, negotiated pricing, and completion dates will be determined on a project-by-project basis and depend on the urgency of the task. Work may be required to be performed in phases.

      3. Unless otherwise agreed upon, the Contractor shall provide the required labor, equipment, and materials within one week of the Notice to Proceed. For emergency work, the Contractor must provide required labor within 24 hours.

      4. The Contractor is responsible for obtaining all necessary permits and licenses to perform the work. This may include, but is not limited to, holding a valid GB-98 General Building Contractor license, or certification as a Registered Landscape Architect, Licensed Urban Forester, or Licensed Arborist.
      5. The Contractor shall adhere to all applicable Contract Documents, Construction Documents, Specifications, and approved directives. Compliance includes, but is not limited to, ANSI 300 standards for tree work, NMDOT standards for revegetation and seeding, and the City of Santa Fe’s Integrated Pest Management Program.

      6. The Contractor shall also comply with all applicable local, county, state, and federal requirements, including the City’s Stormwater Pollution Prevention Program and Stormwater BMPs. Contractors are responsible for verifying existing site conditions, measurements, and dimensions prior to bidding, as well as obtaining any required permits, paying related fees, and scheduling all necessary State and/or City inspections.
      7. Both the Contractor and the City shall comply with NMSA 1978, Section 13‑4‑1 et seq., and any other applicable laws and rules. Requirements for subcontractors, bonding, and wage decisions will apply at the Task Order level if the amounts meet the statutory threshold outlined in NMSA 1978, Section 13‑4‑1 et seq. POs shall be considered contracts as it relates to this statute.
    • Applicable Laws

      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.

    • Utilization of Agreement

      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 Pricing

      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.

    • Term

      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.

    • Contractors Responsibility
      1. Accessing existing utility infrastructure may require special coordination.  Contractors shall verify accessibility and take into consideration the access strategy as part of the offer.  The Contractor shall notify 811 before beginning any work.
      2. Contractor shall be responsible for all permits, fees, and State and/or City inspections associated with the construction. It shall be the responsibility of the successful awarded contractor to secure from the New Mexico Regulations & Licensing Department, Construction Industries Division (CID) and the City such permits or licenses required to carry out the construction. The Construction Industries Division website is as follows: https://www.rld.nm.gov/construction-industries/
      3. 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.
    • Specifications
      1. 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.

      2. 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.

      3. 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.

      4. 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.

      5. 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.

      6. 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.

    • Bidding Documents
        1. This record contains all complete bidding documents. The City does not assume responsibility for errors or misinterpretations. 
        2. Before responding to this ITB, each Bidder must (a) examine the bidding documents thoroughly, (b) become familiar with Federal, State, and local laws, ordinances, rules, and regulations that may in any manner effect cost, progress, or performance of the work, (c) study and carefully correlate the Bidders observations with the bidding documents, and (d) at their own expense, make such additional investigations and tests as the Bidder may deem necessary to determine a Bid for performance of the work in accordance with the time, price, and other terms and conditions of the bidding documents. 
        3. Deposits are not required for plans obtained through OpenGov. Plans will be connected to Task Orders.
        4.  The Parks, Trails, & Watershed, in providing copies of bidding documents available on the above terms does so only for the purpose of obtaining Bids on the work and does not confer a license or grant for any other use.
        5. The Bidder will be required to submit a bid that complies with the City of Santa Fe’s Living Wage Ordinance to the extent applicable.
    • Interpretations
      1. All questions must be submitted through the Questions & Answers section of the solicitation’s page in OpenGov.
      2. Responses will be posted directly on the same page and visible to the public. If a question results in a material change to the solicitation, a formal Addendum will be issued through OpenGov.
      3. Vendors will receive an automated email notification when Addenda are posted. Questions must be submitted no later than ten (10) calendar days prior to the Bid opening date. Only information provided in written Addenda shall be considered binding. 
    • ITB Access
      1. Solicitation packets are available in the OpenGov Procurement Portal at https://procurement.opengov.com/portal/santafenm.
      2. Bidders may contact ONLY the Parks, Trails, & Watershed Project Manager and the Central Purchasing Division (CPD) regarding this procurement at the following emails:
        Project Manager: Carlos Saiz
        Email: crsaiz@santafenm.gov
        CPD: purchasing_ITB@santafenm.gov
        Other city employees do not have the authority to respond on behalf of the Project Manager.
      3. Bidders shall promptly notify the Project Manager and the CPD of any ambiguity, inconsistency, or error which they may discover upon examination of the bid. Any response made by the City will be provided in writing to all contractors by addendum, no verbal responses shall be authoritative.
      4. Bids shall be valid for ninety (90) days subject to action by the City.   
      5. The City, in providing copies of bidding documents available on the above terms, does so only for the purpose of obtaining Bids on the work and does not confer a license or grant for any other use.
    • Work Performance

      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.

    • Pre-Submittal of Task Order Quote
      1. Before submitting a quote for a Task Order, Contractor must
        1. examine the Task Order documents thoroughly,
        2. become familiar with Federal, State, and local laws, ordinances, rules, and regulations that may in any manner effect cost, progress, or performance of the work, 
        3. study and carefully correlate the Contractor’s observations with the Task Order documents,
        4. at their own expense, make such verifications of all existing conditions, measurements and dimensions, additional investigations and tests as the Contractor may deem necessary to determine a quote for performance of the work in accordance with the time, price, and other terms and conditions of the Task Order documents.
        5. the contractor shall be responsible for verifications of all existing conditions, measurements and dimensions before responding to this bid.
      2. The lands and properties upon which the work is to be performed, rights-of-way for access thereto, and other lands designated for use by the Contractor in performing the work are primarily inside the City Limits of Santa Fe.
      3. Performance, Payment and Labor Bonds - If applicable, the Contractor will be required to provide bonds within ten (10) days after receipt of the Purchase Order.
      4. Insurance Requirements - The selected Bidder shall purchase and maintain Liability and Property Insurance as required by law, with a company or companies licensed to do business in the State of New Mexico.
        1. The insurance shall be in limits not less than those stated in the Task Order.  The insurance limits may be greater if required by law.
        2. The insurance coverage shall include workers’ compensation, employer's liability, comprehensive general liability, comprehensive automobile liability (owned and hired), excess liability (umbrella form).  For more specific insurance requirements refer to the Price Agreement.
        3. All insurance coverage must be maintained for the entire life of the project.  Products and completed operations coverage shall be maintained for a minimum period of one (1) year after Work Order/project Substantial Completion.
        4. A valid Certificate of Insurance must be submitted to the Parks, Trails, & Watershed prior to routing the Purchase Order for approval. The City and project name need to be listed as an additional insured.
    • Bid Submission
      1. It is each Bidder's responsibility to ensure all documents are completely uploaded and submitted electronically via OpenGov by the Bid due date and time. Such submissions will be considered sealed. Bidders must ensure their bids are correct, accurate, and correspond with any amendments before submission. Complete and submit all required documents, including specifications, supporting materials, certificates, pricing, etc., through OpenGov as per instructions to form a complete, responsive bid (NMSA 1978, Sections 13-1-82 through 13-1-84 and 13-1-133).
      2. Bidders must ensure adequate time is allowed for large uploads and to fully complete bid submittal by the deadline. Bids that are not both: (1) fully complete; and (2) received, by the deadline, will be deemed late.
      3. Bids that are not received by the deadline because the response was captured, blocked, filtered, quarantined, or otherwise prevented from reaching the proper destination server by any anti-virus or other security software will be deemed late. 
      4. The submission of a Bid will constitute an incontrovertible representation by the Bidder that they have complied with every requirement and that the bidding documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for the performance of the work.
      5. All addenda will be acknowledged when submitting in OpenGov.

      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.

    • Amendment/Addenda
      1. Oral and other interpretations or clarifications will be without legal effect. No oral interpretations of the meaning of the specifications or other pre-bid documents will be binding. Oral communications are permitted in order to make assessment for an amendment or addendum.
      2. Any and all such interpretations and any supplemental instructions will be in the form of written amendments or addenda to the specifications which, if issued, will be delivered electronically to all prospective bidders not later than three (3) days prior to the date fixed for the opening of the bids.
      3. Failure of any bidder to receive any such amendment or addendum or interpretations shall not relieve such bidder from any obligation under a bid as submitted. All amendments or addenda so issued shall become part of the contract documents.
      4. Procurement amendments are processed through OpenGov. If amendments (addenda) are processed,
        • before bids are submitted, ensure bids reflect the amendments;
        • after bids are submitted, bidders must update the bid by clicking “modify” and updating the associated area(s)* to ensure bid reflects the amendment.
          *Bidders must replace the previously submitted documents if the amendment affects uploaded documents.
      5. The City reserves the right to not comply with these time frames if a critical change, which will be written in amendment or addendum, is required or if the bid deadline needs to be extended due to a critical reason in the best interest of the City of Santa Fe.
    • Public Works Compliance

      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:

      • Architectural or engineering services and the value is equal to or greater than the amount listed in the definition, or
      • Landscape architecture or surveying services and the value is equal to or greater than the amount listed in the statute.

      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.

    • Price Adjustments

      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.

    • Resident Preference

      The following state-level preferences may be applied to this procurement, provided no federal funds are used in the resulting Price Agreement(s):

      • 8% Preference: Resident Contractor or Native American Resident Contractor.
      • 10% Preference: Resident Veteran Contractor or Native American Resident Veteran Contractor (limited to those with less than $6 million in gross revenue in the previous tax year).

      Mandatory Qualification Requirements

      1. Submit Valid Certification: Bidders must attach a valid Resident Certificate issued by the New Mexico Taxation & Revenue Department to their bid.
      2. Strict Filing Rule: If a copy of the certificate is missing from the bid submission, the preference will not be applied. No exceptions.
      3. No Double-Counting: Bidders may only receive one of the above preferences. A contractor cannot simultaneously benefit from both a standard resident preference and a veteran-owned preference.
      4. Federal Funding Restriction: Preferences do not apply if federal funding or specific award requirements prohibit their use.
    • Subcontractors

      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:

      1. The listing threshold amount will be included in the Task Order, and the General Contractor must list all Subcontractors who will perform work in excess of that threshold. The listing threshold is $5,000 or one-half of one percent of the architect’s or engineer’s estimate of the total project cost, whichever is greater.  Only one Subcontractor may be listed for each category as defined by the Contractor.  
      2. The Contractor shall list on the Subcontractor Listing Form attached to the Task Order, all proposed Subcontractors or material suppliers for all trades or items. The listed Subcontractors and suppliers shall perform their trade scope of services as indicated unless a request for a change or substitution is approved by the City for any reason as outlined herein.
      3. Subcontractors shall have the appropriate current valid Contractor's licenses for their work. Proof of licenses shall be furnished with the Task Order. If the work is self-performed, the Prime Contractor shall list themselves on the form.
      4. The Parks, Trails, & Watershed shall consider any request for a change in the listed Subcontractors if the Contractor can furnish evidence of being able to perform the work in a manner more satisfactory and beneficial to both the Parks, Trails, & Watershed and the Contractor by using a different Subcontractor or self-performing said work.  Satisfactory reasons for a substitution may include the inability to bond or lack of evidence of being able to furnish acceptable materials on schedule.  Also, if the Contractor has made a legitimate error in listing a low Subcontractor, a request for substitution, made after quoting the Task Order and with the Parks, Trails, & Watershed’s approval, will be considered. The proof of error must be conclusive, based upon the approval of said evidence by the listed Subcontractor or material suppler and/or any other confirmation satisfactory to the Parks, Trails, & Watershed.
      5. The Contractor shall not be listed as the supplier or as the Subcontractor for any trade unless having previously performed work of this type and shall have all required licenses and certifications to perform the work.
      6. Non-compliance with the intent of the Subcontractor Listing will be grounds for considering terminating the price Agreement.
      7. Prior to the commencement of the Task Order, the Parks, Trails, & Watershed will notify the Contractor in writing if, after due investigation and written findings of fact, has reasonable and substantial objection to any person or organization on such list and refuses, in writing, to accept such person or organization. The Contractor may then submit an acceptable substitute Subcontractor with no increase in the Task Order price. 
      8. The successful Contractor shall submit the following information to the Parks, Trails, & Watershed:
        1. A signed list of the proprietary names and the suppliers of principal items or systems of materials and equipment proposed for the work; and
        2. A list signed by all Subcontractors proposed for the principal portions of the work in accordance with the Subcontractors Listing Form submitted with the Task Order.
      9. The Contractor will be required to establish, to the satisfaction of the Parks, Trails, & Watershed, the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the Task Orders.
      10. Persons and organizations proposed by the Contractor and to whom the City has made no reasonable objection shall perform the work as indicated on the Subcontractor Listing Form and shall not be changed except with the written consent of the Parks, Trails, & Watershed.
      11. No Contractor shall be required to employ any Subcontractor, other person, or organization against whom the Contractor has reasonable objection.
    • Substitute Material and Equipment

      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.

    • Pre-Bid Conference

      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.

    • Contractor's Insurance

      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.

    • Competitive Sealed Bids

      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.

    • Correction or Withdrawal of Bids
      1. If a Bidder discovers a mistake in their Bid before Bid Opening, they may modify or withdraw their Bid prior to the time set for Bid Opening. 
      2. Withdrawn Bids may be resubmitted up to the time and date designated for the receipt of Bids, provided they are then fully in conformance with the Bid Documents.
      3. After Bid Opening, no modifications in Bid prices or other provisions of Bids shall be permitted.  A low Bidder alleging a material mistake of fact which makes said Bid non-responsive may be permitted to withdraw the Bid if:
        1. The mistake is clearly evident on the face of the Bid document; or
        2. The Bidder submits evidence which clearly and convincingly demonstrates that a mistake was made.
      4. Any decision by the City to permit or deny the withdrawal of a Bid on the basis of a mistake contained therein shall be supported by a determination setting forth the grounds for the decision.  If withdrawal is permitted, bid security will not be forfeited.
    • Failure to Execute 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.

    • Bid Opening
      1. Public bid openings, will be held Virtually at the following link: Virtual Bid Opening Link
        The bid tabulations will be available on the results page of this procurement. 
      2. The City of Santa Fe is committed to ensuring accessibility for all individuals, including those with disabilities. Bid openings are conducted virtually and include features such as closed captioning, which participants can enable during the session. If you experience technical issues or have specific concerns related to accessibility, you may contact the Chief Procurement Officer (CPO) or their designee in advance.
      3. CPO contact information is:

      Travis Dutton-Leyda
      CPO 
      purchasing@santafenm.gov

      1. The Parks, Trails, & Watershed, along with the CPO, reserves the right to reject any bids or to waive any non-substantial irregularity in bids received as long as it doesn’t affect the price, quantity or quality of the bid, whenever such rejection or waiver is in the best interest of the City.
    • Consideration of Bids Receipt, Opening, and Tabulation
      1. Bids shall be unconditionally accepted for consideration for award without alteration or correction, except as authorized in the Procurement Code. In addition to the requirement for the prime contractor and subcontractors to be registered as provided in NMSA 1978, Section 13-4-13.1, bids shall be evaluated based on the requirements set forth in the invitation for bids, which requirements may include criteria to determine acceptability such as inspection, testing, quality, workmanship, delivery and suitability for a particular purpose. Those criteria such as discounts, transportation costs and total or life-cycle costs that will affect the bid price shall be objectively measurable, which shall be defined by rule. No criteria may be used in bid evaluation that are not set forth in the invitation for bids. 
      2. Bid tabulations for public information and inspection will be posted to the following link: https://procurement.opengov.com/portal/santafenm/projects/244169
      3. The City shall have the right to waive any informalities or irregularities in any Bid or Bids received and to accept the Bid or Bids which are in the City’s best interest.
    • Contract Bond Requirements

      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.

    • Notice to Proceed

      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.

       

    • Bid Evaluation and Award
      1. It is the intent of the City to endeavor to award a Price Agreement to the lowest responsive and responsible Bidder. The City may award multiple Price Agreements if the Chief Procurement Officer (CPO) determines that doing so is in the best interest of the City, based on the prices bid, and factors including, but not limited to, the geographic area to be serviced, historical usage, and the need for access to multiple solutions to ensure responsiveness. 
      2. The subsequent Price Agreement will be established as a source and convenience of the City.  It is the responsibility of the Parks, Trails, & Watershed to utilize this Price Agreement to the best interests of the City.
      3. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum
    • Consideration of Bids Receipt, Opening, and Tabulation
      1. Bids shall be unconditionally accepted for consideration for award without alteration or correction, except as authorized in the Procurement Code. In addition to the requirement for the prime contractor and subcontractors to be registered as provided in NMSA 1978, Section 13-4-13.1, bids shall be evaluated based on the requirements set forth in the ITB, which requirements may include criteria to determine acceptability such as inspection, testing, quality, workmanship, delivery and suitability for a particular purpose. Those criteria such as discounts, transportation costs and total or life-cycle costs that will affect the bid price shall be objectively measurable, which shall be defined by rule. No criteria may be used in bid evaluation that are not set forth in the ITB. A bid submitted by a prime contractor that was not registered as required by NMSA 1978, Section 13-4-13.1,  shall not be considered for award. A bid submitted by a registered prime contractor that includes any subcontractor that is not registered in accordance with that section may be considered for award following substitution of a registered subcontractor for any unregistered subcontractor in accordance with NMSA 1978, Section 13-4-36.
      2. Bid tabulations of the amounts of the total amounts of Item Prices, for public information and inspection, will be created by and available on the OpenGov Procurement Portal after the Bid Opening Date. 
      3. The City shall have the right to waive any informalities or irregularities in any Bid or Bids received and to accept the Bid or Bids which are in the City’s best interest.
    • Change Orders

      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.

    • Identical Bids

      When two or more of the Bids submitted are identical in price and are the low Bid, the CPD may:

      1. Award to a resident local business if the identical low Bids are submitted by a resident or local business and a non-resident business;
      2. Award by lottery to one of the identical low Bidders;
      3. Make multiple awards if it is in the best interest of the City, or  
      4. Reject all Bids and re-solicit Bids or proposals for the required services, construction, or items of tangible personal property.
    • Inspection of Work

      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.

    • Rejection or Cancellation of Bids

      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. 

    • Schedule, Progress Meetings, and Reports

      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.

    • Clean up and Storage
      1. The Contractor will provide off-site legal disposal of all waste products, trash, and debris. Parks, Trails, & Watershed's trash receptacles will not be used by the Contractor. Sanitary facilities will "not" be available at the job site. Contractor shall be responsible for the provision and maintenance of portable toilets.
      2. The Contractor, on a daily basis, shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Price Agreement. At completion of the Work, the Contractor shall remove the Project waste materials, rubbish, the Contractor's tools, construction equipment, machinery and surplus materials and shall then thoroughly clean the premises and the site to the Parks, Trails, & Watershed's satisfaction.
      3. Materials or equipment shall be delivered to the project in the manufacturer's original sealed, labeled containers and shall be adequately protected against moisture, dust, tampering or damage from improper handling or storage. Materials shall not be delivered to the site before they are needed.
      4. Storage of materials and construction equipment shall be coordinated with the Parks, Trails, & Watershed.
    • Bribes, Gratuities and Kickbacks
      1. It is illegal in the State of New Mexico for any public employee to solicit or accept anything of value in connection with award of this Bid and for any person to offer or pay anything of value to any such public employee (NMSA 1978, Sections 30-24-1 through 30-24-2).
      2. Pursuant to NMSA 1978, Section 13-1-191, reference is hereby made to the Criminal Laws of New Mexico (including NMSA 1978, Sections 30-24-1, 30-23-2, and 30-41-1 through 3-41-3), which prohibit bribes, kick-backs, and gratuities and violation of which constitutes a felon. Further, the Procurement Code (NMSA 1978, Sections 13-1-28 through 13-1-199), imposes civil and criminal penalties for its violation.
    • Notice of Price Agreement Requirements Binding on Bidder

      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).

      1. Definitions - Sections 1.0 to 1.1;
      2. Contract Bond Requirements - Section 4.2;
      3. Bribes, Gratuities, and Kickbacks - Section 4.8;
      4. Equal Employment Opportunity - Labor Standards Provisions and other listed within the Price Agreement Documents.
    • Close-Out Requirements

      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:

      1. Work associated with Punch List(s);
      2. Testing, balance or performance operations complete and in agreement that associated work is in compliance with the Task Order Documents;
      3.  One hard copy and one electronic copy in .pdf format of final approved test, balance or performance report(s) complete with directory of contents submitted to the Parks, Trails, & Watershed;
      4. As-Built drawings delivered in AutoCAD or electronic format;
      5. Written certification signed by the Parks, Trails, & Watershed of delivery and stocking of extra material, equipment or components required by the Task Order at a location established by the Parks, Trails, & Watershed;
      6. Delivery of all warranties required by the Task Order;
      7. All keys, passes, codes, software or other methods or components of control or security which have been correctly and adequately accounted for and closed-out;
      8. Start-up of any new equipment and training of staff on all new equipment;
      9. Operations and Maintenance Manuals;
      10. A certified statement of Release of Liens (American Institute of Architects Document G706A or approved form) and Consent of Surety.
    • Warranty

      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.

    • Protests

      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.

    • Notice of Award
      1. A written Notice of Award shall be issued by the Parks, Trails, & Watershed after review and approval of the Bids and related documents by the City of Santa Fe Governing Body.
      2. 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.

      3. 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.

    • Mediation

      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.

    • Cancellation of Award

      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.

    • Post-Bid Information
      1. 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.

      2. 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.

      3. 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.

    • New Mexico Department of Workforce Solutions (NMDWS) Contractor and Subcontractor Registration

      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.

    Submission Requirements

    • Acceptance of Terms and Conditions (required)

      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. 

    • Construction Industries Contractor's License and NMDWS Registration Certificate (required)

      Upload a copy of Contractor's License and NMDWS Registration Certificate here.

    • Please affirm, that if you accept the award, then depending on the thresholds of the Task Order the required documentation will be provided. (required)
    • Non-Collusion Affidavit of Prime Bidder (required)

      Please download the below documents, complete, and upload.

    • Preference - Resident/Native/Veteran Contractor

      Upload preference here.

    • Confirmation of Bidder Regarding Equal Employment Opportunity (required)

      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.

    • The Sample Contract

      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.

    • The following questions contain sample forms that will be required for Task Orders exceeding $60,000. These are for informational purposes only.
    • Performance Bond - SAMPLE
    • Payment/Labor Bond - SAMPLE
    • Certification of Non-Segregated Facilities (required)

      Please download the below documents, complete, and upload.

    • Subcontractor Listing

      Please download the below documents, complete, and upload.

    • Affidavit of Wages Paid

      Please download the below documents, complete, and upload.

    • Certificate of Liability Insurance
    • Statement of Intent to Pay Prevailing Wages

      Please download the below documents, complete, and upload.

    • Payroll Statement of Compliance

      Please download the below documents, complete, and upload.

    • Is there a PreBid Meeting? (required)
    • Attendance for Pre-Bid Meeting (required)
    • Type of Pre-Bid Meeting
    • Will this project be federally funded? (required)
    • Listing Threshold Amount (required)

      Select the Listing Threshold Amount for this project.

    • Wage Decision Number (required)
    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.

    Questions & Answers

    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.


    Key dates

    1. March 27, 2026Published
    2. April 13, 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.