SANTA FE COUNTY
PUBLIC WORKS DEPARTMENT
INVITATION FOR BID
IFB# 2025-0161-PW/TS
CN S100630
CN S100640
CONSTRUCTION SERVICES FOR THE
ARROYO HONDO TRAIL SEGMENTS #2 & #3
January 2025
1
SANTA FE COUNTY
Index of Documents
Advertisement for Bid
Instructions for Bidder
Cover Sheet - Required Documents for Bid Submittal
Index - Required Documents for Bid Submittal
Bid Form
Bid Schedule
Bid Bond
Bidders List for the Disadvantaged Business Enterprise (DBE) Program
Disadvantaged Business Enterprise (DBE) Goal Form A-585
Non-Debarment Certification
Subcontractor Fair Practices Act Compliance
Bid Guaranty
Affidavit of Bidder
Performance Bond
Labor and Material Payment Bond
Acknowledgement of Receipt of Invitation to Bid Form
Project Specific Notices to Contractors
Notices to Contractors
TLPA Section 100's 2019 Edition
Standard Special Provisions
Special Conditions
Special Provisions to NMDOT 2019 Standard Specifications
Sample Agreement
Attachment 1: Geotechnical Report
Attachment 2: Davis Bacon Wage Decision
2
ADVERTISEMENT
SANTA FE COUNTY
INVITATION FOR BIDS
Construction Services for the Arroyo Hondo Segments #2 & #3
IFB# 2025-0161-PW/TS
CN S100630
CN S100640
The Santa Fe County Public Works Department is requesting bids from qualified and licensed
contractors for construction services for the Arroyo Hondo Trail located in Santa Fe County funded
by the Federal Highway Administration (FHWA)/CMAQ Funds. The work consists of the
following construction: Segment #2 - 1.2-mile-long concrete multi-use trail connecting the exiting
Rancho Viejo Fire Station Trailhead to the Turquoise Trail Sports Park off of NM 14 and Segment
#3 – 1.6-mile-long concrete multi-use trail from connection with existing trail NW of Rancho
Viejo Fire Station to Richards Avenue and extensions to Avenida Del Sur and Velocity Road
roundabouts. The State Disadvantaged Business Enterprise (DBE) Goal on this project is
established at 0%. At this time NMDOT will meet State DBE Goal on Federally assisted projects
through a combination of race-neutral and race-conscious measures. The stipulated construction
duration for this contract is 360 calendar days to commence as directed by Santa Fe County. Bids
may be held for ninety (90) days subject to action by the County. By submitting a bid for the
requested materials and/or services each bidder is certifying that its bid is in compliance with
regulations and requirements stated within the Invitation for Bid package. Santa Fe County
reserves the right to reject any and all bids in part or whole. A completed bid package shall be
submitted in a sealed envelope indicating the bid title and number along with the bidding firm’s name
and address clearly marked on the outside of the container. Bids are due no later than 2:00 pm,
Thursday, February 27 2025, and delivered to the Santa Fe County Purchasing Division located at
102 Grant Avenue (First Floor), Santa Fe 87501.
Bid Opening Teams Link: Microsoft Teams
Join the meeting now
Meeting ID: 287 129 813 423
Passcode: pJ7v5W7R
Dial in by phone
+1 773-352-2011,,210962249# United States, Chicago
Find a local number
Phone conference ID: 210 962 249#
A Non Mandatory Pre-Bid Conference & Site Visit will be held on 10:00 am, February 6, 2025
at the Rancho Viejo Fire Station Trailhead located at 37 Rancho Viejo Boulevard, SF, NM
87508. Attendance at the Pre-Bid Conference & Site Visit is strongly advised.
EQUAL OPPORTUNITY EMPLOYMENT: All qualified bidders will receive consideration of
contract(s) without regard to race, color, religion, sex, national origin, ancestry, age, physical and
mental handicap, serious mental condition, disability, spousal affiliation, sexual orientation or gender
identity.
3
Information on Invitation for Bid Documents including plans and specifications will be available
by contacting Timothy Sintas, Santa Fe County Purchasing Division, by telephone at (505) 992-
6745 or by email at tsintas@santafecountynm.gov or by accessing our website at
https://www.santafecountynm.gov/finance/purchasing-division/current-bid-solicitations.
BIDS RECEIVED AFTER THE DATE AND TIME SPECIFIED ABOVE WILL NOT BE
ACCEPTED.
Publish: Dates: January 26 and 27, 2025.
4
INSTRUCTIONS FOR BIDDERS
Bids are requested by Santa Fe County from qualified, licensed construction companies for the
construction of the Arroyo Hondo Trail Segments 2 & 3. The following scope of work is not all
inclusive and bidders must line item all designed scope elements provided.
1. LOCATION AND DESCRIPTION OF WORK: The Arroyo Hondo Segment 2 & 3
project will include the following work: Segment #2 – Construction of a 1.2-mile-long concrete
multi-use trail connecting the existing Rancho Viejo Fire Station Trailhead to the Turquoise Trail
Sports Park off of NM 14 and Segment #3 – constructing 1.6-mile-long concrete multi-use trail
from connection with existing trail NW of Rancho Viejo Fire Station to Richards Avenue and
extensions to Avenida Del Sur and Velocity Road roundabouts. Installation of a pre-fabricated
steel truss bridge including drilled shaft foundations (Segment 2).
The project is funded by the Federal Highway Administration (FHWA)/CMAQ Funds and
matching local funds. Therefore, contractors must ensure that all work performed meets
standards as set forth in the current NMDOT Standard Specifications for Highway and Bridge
Construction (NMDOT Standard Specifications), including Supplemental Specifications.
Additionally, all projects with federal funds shall utilize the Technician Training Certification
Program (TTCP) certification or pre-approved alternatives in regards to testing/inspection to
comply with NMDOT specifications. Davis Bacon Act (DBA) Conformance Requirements will
be in effect for this project.
Materials in this project are subject to “Buy America Requirements,” which mandate the
contractor to provide materials that comply with the requirements in 23 CFR 635.410, including
Build America, Buy America Act. If these certifications are not provided, the NMDOT may take
any remedies available under the Contract. Products used on New Mexico Department of
Transportation (“NMDOT”) Projects must be approved by the NMDOT’s product evaluation
program and listed on the NMDOT’s approved products list (“APL”).
The Contractor and Subcontractors at all tiers Working on federal-aid Projects shall use the
following Software Programs to report specific EEO, Labor Compliance and DBE information
as required by the Contract and as specified by this NTC. The two software programs are:
•
B2GNow software
•
LCPtracker software
Use of B2GNow and LCPtracker software programs is required and shall be considered
Incidental. Failure of a Contractor or Subcontractor to use the required software programs to
report specific EEO, Labor Compliance and DBE information may result in the issuance of a
Non-Conformance per Standard Specification Section – 109.8.2 “Non-Conformance” or other
Contract remedies.
All construction bidders must include the NMDOT Bidders List of Quoters from BL-DBE in
their bid package at time of bid submittal.
5
This is the opportunity summary page. It provides an overview of this opportunity and a preview of the attached documentation.