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

    Santa Fe River Repair at Cristobal Colon

    Issued by City of Santa Fe, NM
    cityInvitation to BidCity of Santa Fe, NMSol. 239141
    Closed
    STATUS
    Closed
    due Mar 27, 2026
    PUBLISHED
    Mar 11, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237990
    AI-classified industry

    AI Summary

    Invitation to Bid for repair of five A-weir cross-vane grade control structures on the Santa Fe River, including reconstruction with erosion control features and revegetation to restore natural conditions.

    Opportunity details

    Solicitation No.
    239141
    Type / RFx
    Invitation to Bid
    Status
    open
    Level
    city
    Published Date
    March 11, 2026
    Due Date
    March 27, 2026
    NAICS Code
    237990AI guide
    Agency
    City of Santa Fe, NM

    Description

    This project involves the repair of five (5) existing A-weir cross-vane grade control structures along the Santa Fe River, between approximately Camino Rio and Camino de la Vuelta. The work will include reconstruction of the failed structures as grouted boulder ramps featuring integrated stilling basins, cutoff sills, and subsurface drain tiles to mitigate erosion and seepage risks.

    Following construction, all disturbed areas will be revegetated to restore natural conditions and enhance riparian. The proposed design re-establishes channel grade, improves floodplain connectivity, and promotes long-term structural stability while minimizing environmental disturbance and construction impacts.

    Background

    In 2018, the Santa Fe area experienced an extreme precipitation event that caused widespread damage throughout the Santa Fe River corridor, including significant failure of several grade control structures. This project builds upon prior work to repair the riparian corridor using more robust designs to help mitigate against future risks.

    The purpose of this project is to re-establish channel grade stability by repairing five A-weir boulder cross vane grade control structures located between Camino de la Vuelta and Camino Rio. The design incorporates salvaged boulders from the failed structures and reconstructs them as more resilient, grouted grade control features. The use of grouting will enhance structural integrity and reduce the risk of erosion and future failure during high-flow events.

     

    Project Details

    • Reference ID: FY26-Const. ITB-075
    • Department: Parks, Trails, & Watershed
    • Department Head: Melissa McDonald (Parks & Open Space Division Director)

    Important Dates

    • Questions Due: 2026-03-20T23:00:00.000Z
    • Answers Posted By: 2026-03-23T23:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-16T19:00:00.000Z — John Griego Vietnam Veterans Memorial Park - 1610 Paseo de la Conquistadora, Santa Fe, NM 87501

    Meetings & Milestones

    EventDateLocation
    Bid Opening Date, Time and Link2026-03-30T20:00:00.000Zhttps://gcc02.safelinks.protection.outlook.com/?url=https%3A%2F%2Fteams.microsoft.com%2Fmeet%2F263489892392%3Fp%3DSpy25c&data=05%7C02%7Crdgabaldon%40santafenm.gov%7C9d738605619a4b2442c208de634fcac7%7C77b69f5a55ed436386164867b0bc707f%7C0%7C0%7C639057391513127341%7CUnknown%7CTWFpbGZsb3d8eyJFbXB0eU1hcGkiOnRydWUsIlYiOiIwLjAuMDAwMCIsIlAiOiJXaW4zMiIsIkFOIjoiTWFpbCIsIldUIjoyfQ%3D%3D%7C0%7C%7C%7C&sdata=%2Fd3RIiDvBqlR4pRhD%2FclK6zwPXwMRaSk7u0mtKXes5E%3D&reserved=0

    Addenda

    • Addendum #1 (released 2026-03-18T16:53:21.225Z) —

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

    • Addendum #2 (released 2026-03-18T17:21:33.606Z) —

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

    • Addendum #3 (released 2026-03-20T21:30:32.332Z) —

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

    Evaluation Criteria

    • Site Preparation

      The Contractor shall review the final construction plans, perform an initial site survey, and clearly mark all features scheduled for demolition and/or protection. All necessary permits (including, but not limited to, erosion control, traffic management, and environmental compliance) shall be obtained prior to mobilization. The Contractor is responsible for all construction staking and related surveys, mobilizing equipment, establishing staging areas, and implementing site-specific traffic control measures as required to begin the project safely and in compliance with governing agencies. Contractor shall provide a site plan, prior to the start of construction, detailing the location of staging area, planned access route, location of port-a-potties, concrete washout station, fueling and refueling area, and trackpad.

    • Existing Conditions
      1. It is the Contractor’s responsibility to verify existing conditions prior to bidding.  
      2. Accessing existing utility infrastructure may require special coordination.  Bidders shall verify accessibility and take into consideration the access strategy as part of the offer.  The Contractor shall notify 811 before beginning any work.
    • Examination of Bidding Documents and Site
      1. Before submitting a Bid, 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, and (c) study and carefully correlate the Bidder’s observations with the Bidding Documents, (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.
      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. The submission of a Bid will constitute an incontrovertible representation by the Bidder that they have complied with every requirement of this ITB and that the Bidding Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work.
      4. 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. Construction Industries Division website is as follows: https://www.rld.nm.gov/construction-industries/
    • Solicitation Information

      Solicitation No.: FY26-Const. ITB-075

      Project Title: Santa Fe River Repair at Cristobal Colon

      Issue ITB:March 11, 2026
      Pre-Bid Conference (Mandatory):March 16, 2026, 1:00pm

      John Griego Vietnam Veterans Memorial Park - 1610 Paseo de la Conquistadora, Santa Fe, NM 87501

      Deadline for Pre-Bid Questions:March 20, 2026, 5:00pm
      Response to Pre-Bid Questions:March 23, 2026, 5:00pm
      Electronic Bid Submittal Deadline:March 30, 2026, 1:55pm
      Bid Opening Date, Time and Link (Non-Mandatory):March 30, 2026, 2:00pm

      https://gcc02.safelinks.protection.outlook.com/?url=https%3A%2F%2Fteams.microsoft.com%2Fmeet%2F263489892392%3Fp%3DSpy25c&data=05%7C02%7Crdgabaldon%40santafenm.gov%7C9d738605619a4b2442c208de634fcac7%7C77b69f5a55ed436386164867b0bc707f%7C0%7C0%7C639057391513127341%7CUnknown%7CTWFpbGZsb3d8eyJFbXB0eU1hcGkiOnRydWUsIlYiOiIwLjAuMDAwMCIsIlAiOiJXaW4zMiIsIkFOIjoiTWFpbCIsIldUIjoyfQ%3D%3D%7C0%7C%7C%7C&sdata=%2Fd3RIiDvBqlR4pRhD%2FclK6zwPXwMRaSk7u0mtKXes5E%3D&reserved=0

      BIDS RECEIVED AFTER THE ABOVE BID DUE DATE AND TIME WILL NOT BE ACCEPTED.

    • Bidding Documents
      1. Copies of Bidding Documents:

        1. This record contains all complete bidding documents. The City does not assume responsibility for errors or misinterpretations. 
        2. Deposits are not required for plans obtained through OpenGov.   
    • ITB Access and Bid Submission
      1. Bidders may contact ONLY the Department Project Manager and the CPD regarding this procurement by asking questions on the Q&A page of this project or at the following email addresses:
        Project Manager: Claire Jordy
        Email: csjordy@santafenm.gov
        CPD: purchasing_ITB@santafenm.gov
        Other city employees do not have the authority to respond on behalf of the Project Manager.
      2. Bidders shall promptly notify the Project Manager and the CPD of any ambiguity, inconsistency, or error that 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.
      3. Bids shall be valid for ninety (90) days subject to action by the City.
      4. Solicitation packets are available in the OpenGov Procurement Portal at https://procurement.opengov.com/portal/santafenm.
        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).
        • 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. Further, 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.     
    • Removal & Demolition

      The scope includes selective demolition of existing grade control structures and gabion baskets within the project area. Project managers will mark all rock and gabion baskets to remain in place, as well as rock to be reused to construct the grouted boulder ramps. Any debris removed by contractor and not repurposed into the new grade control structures shall be removed and properly disposed of per project specifications and local regulations; costs associated with disposal are considered incidental to the overall project cost. Existing native trees and shrubs shall be protected to the maximum extent practicable per project specifications. Non-native trees in area of disturbance with a diameter at breast height(DBH) less than 6 inches shall be removed.

    • Earthwork & Grading

      Contractor shall perform excavation, cutting, and filling operations as needed to bring the site to the required subgrade elevations. This includes compaction of subgrade materials and shaping of the terrain to support proper drainage, trail alignment, and structural stability of new improvements. All earthwork shall conform to the specified grading tolerances and compaction requirements. Construction staking should be replaced as needed by surveyor to ensure locations and elevations are met.

       

    • Installation of Grouted Boulder Structures

      New boulder A-weir cross vein grade control structures shall be built and grouted per project specifications and may include salvaged boulders. Boulders shall be placed as tightly together as possible (without touching) while providing enough room between them to thoroughly vibrate the grout and to ensure no gaps in the grout. Concrete cutoff sills will be installed to help hold structures in place. Refer to sheet SPECS1 of the construction drawings for details.

    • Interpretations
      1. All questions concerning this solicitation 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 all registered vendors. If a question results in a material change to the solicitation, a formal Addendum will be issued through OpenGov.
        Vendors will receive an automated email notification when an Addendum is 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. 
    • 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
      4. 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.
      5. The Bidding Documents and subsequent Work Orders contain a time for completion of the work by the successful Bidder and further impose liquidated damages for failure to comply with that time.
      6. Bidders shall be responsible for verifications of all existing conditions, measurements, and dimensions before responding to this bid.
    • Substitute Material and Equipment
      1. The Contract, 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 the Owner, application of such acceptance will not be considered by the Owner until after the “effective date of the Contract.”  The procedure for submittal of any such application by the Contractor and consideration by the Owner is set forth in the Contract Documents.
    • Erosion Control & Site Restoration

      This project will not require an Environmental Protection Agency (EPA) issued Construction General Permit, however, a comprehensive Stormwater Pollution Prevention Plan (SWPPP) detailing both temporary and permanent erosion control measures will be required.  Contractor shall provide a site plan, prior to the start of construction, detailing the location of staging area, planned access route, location of port-a-potties, concrete washout station, fueling and refueling area, and trackpad. This may involve the installation of silt fences, sediment traps, erosion control blankets, or other best management practices (BMPs) as approved by the Project Manager.

      Final site restoration shall include the placement of topsoil, seeding, and vegetation in all disturbed areas to stabilize the site and prevent future erosion. Revegetation shall be completed using seed mixes and tree planting compliant with current NM Department of Transportation (NMDOT) standards or as specified in the construction drawings.

    • Traffic Control Plan

      A Traffic Control Plan shall be prepared and implemented to ensure the safety of pedestrians, vehicles, and workers during construction. The Contractor shall provide all required traffic signage, barricades, flagging operations, and detours in accordance with applicable City of Santa Fe and Manual on Uniform Traffic Control Devices (MUTCD) standards. The work zone must always remain safe and accessible.

    • 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.
    • Mobilization, Demobilization & Final Cleanup

      The Contractor shall mobilize all labor, materials, and equipment necessary to perform the work. Upon completion of construction, all temporary installations, debris, staking, excess materials, and equipment shall be removed from the site. Final cleanup shall return the site to a neat, orderly condition, satisfactory to the Engineer and the City. All final restoration work, including revegetation and erosion control measures, shall be verified for compliance prior to demobilization.

    • Form and Style of Bids
      1. Bids shall be submitted in OpenGov.
      2. All addenda will be acknowledged when submitting in OpenGov.
    • Bid Security
      1. Bid security, made payable to the City of Santa Fe, in the amount of 5% of the total of all Item Prices shall be submitted with the Bid.  Bid security shall be in the form of a Bid Bond issued by Surety licensed to conduct business in the State of New Mexico, or by cashier’s check. 
      2. The Bid security shall pledge that the Bidder will enter into a Contract with the City in accordance  with the terms stated herein and will furnish bonds covering the faithful performance of the Contract and payment of all obligations arising there under.  Should the Bidder refuse to enter into such Contract or fail to furnish such bonds, the amount of the Bid security shall be forfeited to the City as liquidated damages, not as a penalty.
      3. The City will have the right to retain the Bid security of Bidders to whom an award is being considered until either (a) the Contract has been executed, and bonds have been furnished, or (b) the specified time has elapsed so that Bids may be withdrawn, or (c) all Bids have been rejected.
      4. When the Bidding Documents require Bid security, noncompliance by the Bidder requires that the Bid be rejected.
      5. If a Bidder is permitted to withdraw a Bid before award, no action shall take place against the Bidder or the Bid Security.
    • Pre-Bid Conference
      1. The City may conduct an on-site mandatory Pre-Bid Conference prior to the Bid opening date. All pre-bid conferences shall be stated in the Invitation for Bid.  
      2. 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.
      3. Questions and requests for clarification are to be submitted via the OpenGov Procurement Portal at https://procurement.opengov.com/portal/santafenm/projects/239141
      4. Responses to questions will be written and issued electronically as Amendment or Addenda.  No verbal response shall be binding.
    • Resident Preference

      To qualify for a Resident Preference, a vendor must attach a State of New Mexico Taxation and Revenue Department-issued Resident Certification of eligibility to its bid. If a bid is received without a copy of the certificate, the preference will not be applied.

      A public body shall not award a contractor both a resident contractor preference and a resident veteran contractor preference or a Native American resident contractor preference and a Native American resident veteran contractor preference.

      Application. This section shall not apply when the expenditure of federal and/or state funds and the award requirements of the funding prohibit resident and/or local preference(s).

    • Subcontractors
      1. The listing threshold amount for this project shall be one-half of one percent of the architect's or engineer's estimate of the total project cost, not including alternates, whichever is greater. The General Contractor must list all Subcontractors who will perform work in excess of this threshold.  Only one Subcontractor may be listed for each category as defined by the Contractor.  The Subcontractor Fair Practice Act (NMSA 1978, Sections 13-4-31 through 13-4-43) shall apply.
      2. The Bidder shall list on the Subcontractor Listing Form attached to the Bidding Document, all proposed Subcontractors or material suppliers for all trades or items.  If the Bidder is awarded the contract, 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.  If the work is self-performed, the Prime Contractor shall list themselves on the form.
      3. The City shall consider any request for a change in the listed Subcontractors if the Bidder can furnish evidence of being able to perform the work in a manner more satisfactory and beneficial to both the City and the Bidder 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 Bidder has made a legitimate error in listing a low Subcontractor, a request for substitution, made after the Bid Opening with the City’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 City.
      4. The Bidder 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.
      5. Non-compliance with the intent of the Subcontractor Listing will be grounds for considering a Bid as non-responsive.
      6. Prior to the award of the Contract, the City will notify the Bidder 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 Bidder may then optionally, (1) withdraw the Bid, or (2) submit an acceptable substitute Subcontractor with no increase in the Bid Price.  In the event of withdrawal under this paragraph, Bid security will not be forfeited.
      7. The successful Bidder shall, within ten (10) calendar days of notification of selection for the award of Contract for the work, submit the following information to the City:
        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 Bid.
      8. The successful Bidder will be required to establish, to the satisfaction of the City, the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the Bidding Documents.
      9. Persons and organizations proposed by the Bidder 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 City.
      10. No successful Bidder shall be required to employ any Subcontractor, other person, or organization against whom the Bidder has reasonable objection.
    • Correction or Withdrawal of Bids
      1. A Bid containing a mistake discovered before Bid Opening may be modified or withdrawn by a Bidder prior to the time set for Bid Opening by delivering electronic written or telegraphic notice to the location designated in the Invitation for Bid as the place where Bids are to be received.
      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.
    • 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 Contract Requirements Binding on Bidder
      1. 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 Contract Documents.  
    • Rejection or Cancellation of Bids
      1. 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.  Bid security for rejected Bids shall be returned to the Bidder.
    • Protests
      1. Any Bidder who is aggrieved in connection with this procurement (Bid) may protest in writing to the CPD.  The protest shall be submitted in writing within fifteen (15) calendar days after knowledge of the facts or occurrences giving rise to the protest.
    • Competitive Sealed Bids
      1. Contracts solicited by competitive sealed Bids shall require that the base 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 Contract 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 contract.
    • 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. 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 for public information and inspection will be posted to the following link: https://procurement.opengov.com/portal/santafenm/projects/239141
      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.
    • Bid Evaluation and Award
      1. It is the intent of the City to award a Contract to the most responsive and responsible Bidder submitting the lowest bid on the base bid, provided the Bid has been submitted in accordance with the requirements of the Bidding Documents, does not exceed the funds available and is in the best interest of the City. The City reserves the right to award a contract to the lowest Bidder using the criteria within the Bidding Documents. The unreasonable failure of a Bidder to promptly supply information in connection with an inquiry with respect to responsibility is grounds for a determination that the Bidder is not a responsible Bidder.
      2. The subsequent contract will be established as a source and convenience of the City.  It is the responsibility of the Requesting Department to utilize this Contract to the best interests of the City.
      3. Discrepancies in the Bid Form between words and figures will be resolved in favor of words.  Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
    • Notice of Award
      1. A written Notice of Award shall be issued by the City after review and approval of the Bid and related documents by the City of Santa Fe Governing Body.
    • Identical Bids
      1. 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 to resident or local manufacturer if the identical low Bids are submitted by a resident or local manufacturer and a resident business;
        3. Award by lottery to one of the identical low Bidders;
        4. Make multiple awards if it is in the best interest of the City, or
        5. Reject all Bids and re-solicit Bids for the required services, construction, or items of tangible personal property.
    • Cancellation of Award

      When in the best interest of the public, the City in its sole discretion, may cancel the award of any Contract at any time before the execution of said contracts by all parties without any liability against the City.

    • Post-Bid Information
      1. Return of Bid Security - All Bid security in the form of cashier’s checks, except those of the two lowest Bidders, will be returned immediately following the opening and checking of the Bids.  The retained Bid security of the unsuccessful of the two lowest Bidders, if in the form of a cashier’s check, will be returned within thirty (30) days following the award of contract.  The retained Bid security of the successful Bidder, if in the form of a cashier’s check, will be returned after a satisfactory contract bond has been furnished and the Contract has been executed.
      2. Notice of Award – The City will issue a written Notice of Award to the Contractor stipulating the scope of work, the contract sum, including taxes, and the required bonds. The Notice of Award will also include the contract for signature that will be sent back with the required executed bonds.
      3. Contractor’s Qualification Statement - Bidders to whom award of a Contract 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 form of Statement of Bidder’s Qualifications.
      4. Contract Bond Requirements - The successful Bidder, where the Contract price exceeds 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.  Bonds shall be executed on Performance Bond and Labor and Material Bond forms similar to the forms attached hereto, with amount payable conforming to the terms of the Contract.  Surety shall be a company licensed to do business in the State of New Mexico and acceptable to the City.
      5. Insurance Requirements - The selected Bidder shall purchase and maintain, with a company or companies licensed to do business in the State of New Mexico, Liability and Property Insurance as required by law.
        1. The insurance shall be in limits not less than those stated in the enclosed contract forms.  The insurance limits may be greater if required by law.
        2. The insurance coverage shall include workers’ compensation, employers liability, comprehensive general liability Comprehensive automobile liability (owned and hired), excess liability (umbrella form).  For more specific insurance requirements refer to the enclosed Agreement Forms.
        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 City prior to routing the final Contract between the City and the Contractor for City approval. Be prepared to provide this with the City and project name listed as an additional insured.
      6. Failure to Execute Contract - Failure to return the signed Contract 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 the cancellation of the award and the forfeiture of the Bid Security, which shall become damages sustained.  Award may then be made to the next lowest responsible Bidder, or the work may be re-advertised.
      7. Notice to Proceed - The City will issue a written Notice to Proceed, after a Purchase Order (PO) is issued, to the Contractor stipulating the contract time start date substantial completion date (Contract Time, finish date), subject to valid modifications of the Contract authorized by written amendment/Change Order.
    • Minimum Wage Rates
      1. In accordance with state requirements, any construction contract exceeding sixty thousand dollars ($60,000) is subject to the minimum wage rates established by the New Mexico Department of Workforce Solutions (NMDWS). This project is governed by Wage Decision No. SF-26-0643-A, as issued and approved by NMDWS.
      2. Bidders shall ensure that the minimum wage rate determination, included herein, has been utilized in preparation of the Bid.
      3. The Bidder will be required to submit a bid that complies with the City's Living Wage Ordinance to the extent applicable.
      4. The awarded Contractor will be required to pay wages as per whichever wage decision is highest.
    • New Mexico Department of Workforce Solutions (NMDWS) Contractor and Subcontractor Registration
      1. 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 submitted for the contractor in the space provided (See Bid Form 00-5000 3.0) and for subcontractors on the subcontractor form.  After the bid opening, the registration number(s) will be verified by the City and the bid will be determined to be non-responsive and disqualified if the registration number(s) appear to be not valid and the Contractor does not provide proof of the required registration for itself or its subcontractors.  It is the responsibility of all bidders and the subcontractors to ensure the registration is completed prior to the bid opening. 

    Submission Requirements

    • Acceptance of Bid (required)

      All bidders agree, that if their bid is accepted, to enter into a Contract with the City in the form included in the bidding documents to perform and furnish all work as specified or indicated for the Contract price and within the Contract time indicated in this Bid and in accordance with the other terms and conditions of the Contract documents.

    • 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, provisions related to bid security and 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

      Bids shall remain valid and subject to acceptance for a period of one hundred and twenty (120) calendar days following the bid opening date. 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. 

    • Bidder has become familiar with the nature and extent of the bidding documents, work, site, locality, all local condition, laws, and regulations that in any manner may affect cost, progress, performance, or furnishing of the work. (required)
    • Bidder confirms they have performed a comprehensive review of the technical specifications and performance standards outlined on plan sheet SPECS 1. (required)
    • Bidder has carefully studied all reports and drawings of subsurface conditions which are identified in the information available to Bidders and accepts the determination set forth in the information available to Bidders of the extent of the technical data contained in such reports and drawings upon which the Bidder is entitled to rely. (required)
    • Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the T&C of the bidding documents. (required)
    • Bidder has given the City’s representative written notice of all conflicts, errors, or discrepancies that have been discovered in the bidding documents, and the written resolution thereof by the City’s representative is acceptable to the Bidder. All of this must be accomplished prior to the Bid Opening date. (required)
    • Collusion (required)

      This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted inconformity with any agreement or rules of any group, association, organization, or corporations, the Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; the Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and the Bidder has not sought by collusion to obtain any advantage over any other Bidder or over the City. It is understood that the City reserves the right to reject any or all Bids and to waive any technical irregularities in the bidding.

    • It is the intent of the City to award a contract to the responsible Bidder submitting the lowest base bid, provided the Bid has been submitted in accordance with the requirements of the bidding documents and is in the best interest of the City. (required)
    • The Scope of Work together with all related work required for comprehensive, fully functioning, warrantied systems and finishing includes but is not limited to the work listed in the PROCUREMENT SCOPE. (required)
      • Contractor shall be responsible for adherence to the contract documents, construction documents, specifications and approved directives.
      • Contractor shall be responsible for State CID requirements and permit.
      • Contractor shall be responsible for verifications of all existing conditions, measurements and dimensions for bidding.
      • Contractor shall be responsible for all permits, fees, and State and/or City inspections associated with the construction.
      • Contractor shall be responsible for removal and securing of any existing equipment necessary to provide for the new work in accordance with the contract documents and to re-install these items in good work condition. 
    • 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.

    • Forms Required at Time of Bid
    • Bid Form (required)

      Please download the below documents, complete, and upload.

    • Bid Bond, Bid Security and Agent's Affidavit (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit of Prime Bidder (required)

      Please download the below documents, complete, and upload.

    • Subcontractor Listing (required)

      Please download the below documents, complete, and upload.

    • Certification of Non-Segregated Facilities (required)

      Please download the below documents, complete, and upload.

    • Bid Form

      Please download the below documents, complete, and upload.

    • Forms Required at Time of Contract
    • Certificate of Liability Insurance
    • Payment Bond - SAMPLE
    • Performance Bond - SAMPLE
    • Affidavit of Wages Paid (required)

      Please download the below documents, complete, and upload.

    • Statement of Intent to Pay Prevailing Wages (required)

      Please download the below documents, complete, and upload.

    • Payroll Statement of Compliance (required)

      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 (rock): The engineer mentioned he would like the rock used to be of a certain density. Do you have any quarries or sources you recommend we look at for sourcing rock?

    A: The following quarries have provided stone for similar projects in the region: New Mexico Travertine, Inc. Contact: (505) 865-9611 Location: Belen, NM C & E Concrete, Inc. Contact: (505) 287-2944 Location: Grants, NM


    Q (concrete testing): Will the grout and/or concrete need to have strength testing from a lab?

    A: Quality Control Testing –Furnish and install a class a (3000psi) concrete cutoff sill (Item 10) Quality Control (QC) testing for 3000psi (NMDOT Class A) Concrete shall be performed in accordance with NMDOT Section 510 and Section 906. The Contractor is responsible for the following minimum testing requirements: - Daily Testing: One (1) test for slump, air content, and temperature shall be performed for each day of concrete placement. - Compressive Strength: One (1) array (set) of test cylinders shall be cast for the project to verify mix performance. - Payment: All concrete QC testing is considered incidental to the corresponding pay item; no separate payment will be made. Quality Control Testing – Grout (SP-524) (Items 7-9) Quality Control testing for Grout shall be performed in accordance with Special Provision SP-524. The Contractor is responsible for the following minimum testing requirements: - Daily Testing: One (1) test for slump/flow, air content, and temperature shall be performed for each day of grout placement. - Compressive Strength: One (1) array (set) of test cylinders (or cubes) shall be cast for the project. - Payment: All grout QC testing is considered incidental to the corresponding pay item; no separate payment will be made.


    Q (Contract Duration): Do you have a contract duration for this project?

    A: The contract will be valid for 4 years, even though the project timeline will be shorter.


    Q (Bid Form): For the downloaded File 12.5 BID FORM the bid tabs state "Sample" but the signature pages are to be used for this correct? Thanks

    A: Please enter your bid in OpenGov portal for this ITB, not by filling out that bid form.


    Q (No subject): Can you please clarify where to find and/or provide the wage decision listed as SF-26-0643-A noted in the project documents?

    A: It is in the attachments tab, it is named NMDWS Wage Decision


    Q (No subject): Will the contractor be responsible for obtaining the 401/404 permit?

    A: No the contractor will not be responsible. The City is handling this with the US Army Corps of Engineers.


    Q (No subject): What is the anticipated start date for the work to be performed?

    A: The anticipated start date is in September 2026, after monsoon season has ended.


    Q (No subject): Can you clarify if the location of where “salvageable Materials Removed” should be hauled to per General Construction Note 7 (Sheet G2)?

    A: Salvageable materials removed shall be hauled to and stockpiled within the defined staging area or other areas within the limits of disturbance (LOD), provided such placement is in close proximity to the intended installation location. The Contractor must ensure that these stockpiles do not significantly obstruct river flow or create safety hazards. The intent of this requirement is to prohibit the stockpiling of salvaged materials in any areas outside of the limits of disturbance.


    Q (No subject): Can you clarify how the pedestrian traffic control should be measured and paid?

    A: The specific selection and placement of pedestrian traffic control including any barriers, signage, and flaggers remain at the discretion of the Contractor to ensure a secure worksite and the continuous safety of the public. Pedestrian traffic control is incidental to Traffic Control, Line-Item No. 5.


    Q (No subject): Can you clarify if there are any compaction requirements?

    A: Compaction testing for natural ground (subgrade) shall be performed in accordance with NMDOT Section 906. Testing frequencies and moisture/density requirements shall adhere to the standards for subgrade preparation as defined in the NMDOT Minimum Testing Requirements for Section 203. See Construction Drawings page SPEC1 SP- 203.3.5.


    Q (No subject): Can you clarify if the Drain title pipe should be continuously perforated throughout each structure?

    A: The pipe perforations should be only on the upstream side of concrete cutoff wall.


    Q (No subject): Can you clarify if there are any color additive requirements for the grout?

    A: Color TBD to better match sourced rock material. Refer to SP-524.2


    Q (No subject): As some of the existing boulders along various sections of the retaining wall have come off or need to be reset to grout, can you verify if this work will be measured and paid under Items 6 and 7 respectively?

    A: Correct. Item 6 includes replacing large boulders (42-64 cubic foot) that have been dislodged from their original position. Item 7 includes grouting boulders that remain their original position. Grouting intact boulders should include preparing the joints in the rock for grout.


    Q (No subject): Will the project require certified payrolls?

    A: Yes, any construction over $60K requires certified payroll


    Q (No subject): Please clarify if there is a set contract duration and if there are any Liquidated damages?  If there are LDs, please clarify the cost per day.

    A: We will contract for a period of 4 years, although we do not expect the project to take this long. We always contract for the maximum term with these types of project due to the dynamic nature of rivers, weather, etc. Liquidated damages are not part of this contract, but as a reminder the contract is just a sample, and negotiations can be initiated one the apparent low bidder is identified.


    Q (No subject): Per Addendum #2 the bid opening date is different than the bid submission date. Please clarify that the bid submission date has not changed.

    A: We have issued Addendum #3 to reflect the bid submission date change to March 30, 2026 at 1:55PM. Bid opening will be March 30th at 2:00PM.


    Key dates

    1. March 11, 2026Published
    2. March 27, 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.