Active SLED Opportunity · NEW MEXICO · CITY OF LAS CRUCES

    Construction Manager at Risk for the Branigan Library Renovation & Expansion Project

    Issued by City of Las Cruces
    cityRFPCity of Las CrucesSol. 221629
    Open · 15d remaining
    DAYS TO CLOSE
    15
    due May 29, 2026
    PUBLISHED
    Apr 24, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of Las Cruces seeks a Construction Manager At Risk for the Branigan Library Renovation & Expansion project. This RFP requires detailed technical and financial proposals, with evaluation based on best value including cost, qualifications, and past performance. Key dates include a pre-proposal meeting on May 7, 2026, and questions due by May 19, 2026.

    Opportunity details

    Solicitation No.
    221629
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 24, 2026
    Due Date
    May 29, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    City of Las Cruces
    Agency
    City of Las Cruces

    Description

    The City of Las Cruces (City), a New Mexico Municipal Corporation, is soliciting proposals from qualified firms interested in entering into an agreement for Construction Manager At Risk (CMAR) for the Branigan Library Renovation & Expansion project as described herein.

    Background

    This Request for proposal (RFP) invites Respondents to submit a response describing in detail their technical and financial qualifications to act as Construction Manager at Risk for the project. This RFP provides the information necessary to prepare and submit a proposal including fee proposals, and General condition process. The Owner will rank the responsive Proposals in the order that they provide the "best value" based on the published selection criteria.

    Project Details

    • Reference ID: 25-26-052
    • Department: Public Works
    • Department Head: David Sedillo (Director of Public Works)

    Important Dates

    • Questions Due: 2026-05-19T22:00:25.753Z
    • Pre-Proposal Meeting: 2026-05-07T16:00:00.000Z — via Zoom through the following link: https://zoom.us/j/9972568333 on Zoom Meeting ID # 9972568333, and at City Hall Conference Room 3138, located at 700 N. Main Street, Las Cruces, NM, 88001

    Evaluation Criteria

    • Technical approach to the requested services (35 pts)
    • Qualifications/competence of team members to manage services to be provided (25 pts)
    • Performance of the firm with previous clients, based upon quality of the work, control of costs, ability to meet schedules or deadlines; and responsiveness to the client (15 pts)
    • Cost (25 pts)
    • Local Preference (5 pts)
    • Resident Preference (5 pts)
    • Resident Veteran Preference (5 pts)

    Submission Requirements

    • RFP Compliance Declaration (required)

      In compliance with the requirements of this RFP, I offer and agree to furnish any or all materials and/or services to the City of Las Cruces within the time agreed.

      I further certify that this company has not been debarred, suspended, or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549 Debarment and Suspension as described in the Federal Rules and Regulations.

    • Federal I.D. Number (required)
    • NM Tax & Revenue Dept. CRS #

      If not applicable, enter N/A as the response.

    • Current NM Secretary of State Business ID #

      Corporations Only 

    • Technical Proposal Content - Evaluation Criteria No. 1 - Technical Approach
    • Executive Summary (required)

      Submit an Executive Summary describing the firm’s approach to this project, specialized skills, previous experience in CMAR, experience in project of similar scope and complexity, and a brief review of the firm’s approach in working with the City and the Architect in constructing the project on time and on budget, while maintaining high standards of quality.  Highlight in the Executive Summary the specialized skills, experience, and unique character of the Respondent that distinguishes it from other Respondents. Describe the firm’s management philosophy for the CMAR delivery method.  Include a statement on the availability and commitment of the Respondent, its principal(s), and assigned professionals.

    • Construction Manager at Risk statement of qualifications (required)

      Completely fill out the attached General Contractor Statement of Qualification form and its associated Schedules (A-G), providing all requested information.

    • Project coordination (required)
      1. Describe your understanding of the administrative challenges and opportunities associated with providing pre-construction and construction services on this project and your strategy for resolving these issues.
      2. Describe how your firm will develop, maintain and update the project schedule during design and construction.
      3. Describe your approach, procedures, and methodology regarding timely building commissioning, the punch-list process, punch-list completion and resolution, the Owner’s occupancy process, project close-out, and warranty call-back issues with consideration for occupied facilities.
      4. Based on the City of Las Cruces accepting a GMP at 85% completion of Construction Documents, describe your process for ensuring that the Contract Documents provide the information necessary to arrive at a complete GMP, including all Owner requirements, with reasonable contingencies.  Describe your process for ensuring that the 100% Construction Documents will align with the project scope in the previously accepted GMP (85% complete) contract documents.
    • Budget management control (required)
      1. Describe your fiduciary responsibility as a CMAR using a Guaranteed Maximum Price contract for publicly funded projects.
      2. Describe your cost estimating philosophy and/or methods.
      3. Describe your methodology for working with the Architect and their consultants to deliver a GMP and to maintain the GMP throughout the design and construction process; include cost control methods employed during construction.
      4. Describe your cost control methods during construction; provide examples of how these techniques were used for the projects listed in Schedule A to Appendix A.
    • Communication plan (required)

      Outline how you intend to get input from City staff, in addition to your interaction with the Architect.  Describe how you will keep the City apprised of progress – through regular weekly meetings and or through other means.

    • Technical Proposal Content - Evaluation Criteria No. 2 - Qualifications/Competence
    • Key Personnel (required)

      Provide the names of key personnel who will be assigned to provide the services described herein. For each person listed, a description of experience, areas of competence and percent of time assigned to the project shall be provided.

    • Principal member/officer of the firm responsible for administration of the contract (required)

      Name, address, telephone number, of the principal member/officer of the firm responsible for administration of the contract. If applicable, list of subcontractors, including addresses, qualifications and areas of responsibility.

    • Respondent's Financial Qualification (required)
      1. Is your company currently for sale or involved in any transaction to expand or to become acquired by another business entity? If yes, please explain the impact both in organizational and directional terms.
      2. Provide any details of all past or pending litigation or claims filed against your company that would affect your company's performance under a contract with City.
      3. Is your company currently in default on any loan agreement or financing agreement with any bank, financial institution, or other entity? If yes, specify date(s), details, circumstances, and prospects for resolution.
      4. Does any relationship exist, whether by family relative, business associate, financial agreement or any other relationship, between your company and any OWNER employee? If yes, please explain.
      5. A statement certifying that the respondent is not in arrears in payment of any obligations to City or any other governmental entity, including, without limitation, property or sales taxes, fees, or utility charges.
    • Location(s) of office(s) (required)

      Location(s) of office(s) where the work will be performed, and percent of work to be performed at each. 

    • Management team (required)
      1. Each respondent shall provide a copy of your company's financial statements for the past three (3) years. Space provide in below section 6.6 to upload document.
      2. Each respondent shall provide copies of Dunn and Bradstreet reports, bank and supplier credit references, or other documentation sufficient to demonstrate its financial capability to deliver this project. Space provide in below section 6.7 to upload document.
      3. Describe how the construction will be organized, managed, and administered to meet the project requirements, including security and safety controls, staging areas, delivery routes, equipment locations and interfaces required at the site with the using agency. Describe the technical approach to project that is intended to ensure that tasks are executed within cost, schedule, and quality goals.
      4. Include a summary of plans for vehicle and pedestrian traffic in and around work areas.
      5. Provide a description of ability to deliver the project within the construction time.
    • Respondent's Financial Qualification (required)

      Each respondent shall provide a copy of your company's financial statements for the past three (3) years.

    • Respondent's Financial Qualification

      Each respondent shall provide copies of Dunn and Bradstreet reports, bank and supplier credit references, or other documentation sufficient to demonstrate its financial capability to deliver this project.

    • Technical Proposal Content - Evaluation Criteria No. 3 - Performance of the Firm
    • Previous Work/References (required)

      Description and name of a total of three past contracts similar to the scope herein that have been completed by the firm including the name and telephone number of the contact person for each project. 

    • Technical Proposal Content - Evaluation Criteria No. 4 - Cost
    • Cost Proposal (required)

      The respondent’s Fee/Cost Proposal shall include the following REQUIRED items in the sequence presented. (Offeror may use the following as a checklist):

      Item 1:  Fee/Cost Proposal Cover Sheet

      Item 2:  Fee/Cost Proposal Form, Signature and Corporate Seal (if applicable)

      Item 3:  Proposal Security (Bond), Agent’s Affidavit

      Item 4:  Conflict of Interest and Debarment/Suspension Certification Forms

      Item 5:  Affidavit of Non-violation of Labor codes

      Item 6:  Notarized Declaration Letter from Surety

    • Respondent's Financial Qualification (required)
      1. Each respondent shall provide a copy of your company's financial statements for the past three (3) years.
      2. Each respondent shall provide copies of Dunn and Bradstreet reports, bank and supplier credit references, or other documentation sufficient to demonstrate its financial capability to deliver this project.
      3. Is your company currently for sale or involved in any transaction to expand or to become acquired by another business entity? If yes, please explain the impact both in organizational and directional terms.
      4. Provide any details of all past or pending litigation or claims filed against your company that would affect your company's performance under a contract with City.
      5. Is your company currently in default on any loan agreement or financing agreement with any bank, financial institution, or other entity? If yes, specify date(s), details, circumstances, and prospects for resolution.
      6. Does any relationship exist, whether by family relative, business associate, financial agreement or any other relationship, between your company and any City employee? If yes, please explain.
      7. A statement certifying that the respondent is not in arrears in payment of any obligations to City or any other governmental entity, including, without limitation, property or sales taxes, fees, or utility charges.
    • Type of RFP: (required)
    • Will cost be evaluated? (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.
    • Is this project Federally Funded? (required)
    • Pre-Proposal Meeting? (required)
    • Options for Pre-Proposal Meeting Attendance (required)
    • Term for the Agreement (required)

      Select one of the examples below and edit the answer for your project. 

      Examples:

      • The agreement will be for one year.
      • The agreement will be for a base period from the date of award through ____, 2020, with the option to renew at the discretion of the City for an additional [number] (#) one (1)-year terms.
      • The term of the agreement will be for the time period established in the professional services agreement between the City and the Consultant as required to complete the delivery of the contracted services.
      • (This piggyback clause is optional and determined on case-by-case basis)
        The contract resulting from this RFP will authorize the successful respondent to extend the same terms and conditions to other governmental entities conditioned upon the procurement laws and regulations of those entities. The CITY shall not be a party nor have any liability relating to such extensions.
    • City intends to award: (required)
      • Select Option 1 if the City plans to award a single respondent for the project.
      • Select Option 2 if the City plans to award multiple respondents for the project.
    • Will an Evaluation Committee be reviewing results? (required)

    Key dates

    1. April 24, 2026Published
    2. May 29, 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.