SLED Opportunity · TEXAS · CITY OF MONTGOMERY
AI Summary
City of Montgomery seeks qualified Construction Manager at Risk (CMAR) firms for its Municipal Complex project. The RFQ process emphasizes qualifications, with a submission deadline of March 27, 2026. The CMAR will provide preconstruction and construction management services including GMP development, scheduling, subcontractor coordination, and safety management.
City of Montgomery
Request for Qualifications (RFQ)
Construction Manager at Risk (CMAR)
RFQ 2026-01
The City of Montgomery, (hereafter, “City”), is requesting qualifications from interested and qualified firms for a Construction Manager at Risk (CMAR) to provide Construction services for its future Municipal Complex to meet the City’s growing needs.
City plans to select the most qualified firm for a CMAR in accordance with Local Government Code 252.021 (a). City intends this to be a one step process based on qualifications only. City may opt to interview the top 3 respondents in the event that the qualifications are closely matched.
Qualification must be delivered to the City of Montgomery in a sealed package, clearly marked on the outside “RFQ 2026-01” and addressed to:
| City of Montgomery |
| Attn: City Secretary – RFQ 2026-01 |
| 101 Old Plantersville Road |
| Montgomery, TX 77316 |
Requests will be received at the above address until 4:00 p.m. local time on March 27, 2026. At this time, submissions will be opened and publicly read. It is the responsibility of the submitting entity to ensure that the RFQ is received in a timely manner. RFQs received after the deadline will not be considered for award, regardless of whether or not the delay was outside the control of the submitting provider. The City of Montgomery reserves the right to negotiate with any and all firms submitting timely RFQs.
SECTION I — GENERAL INFORMATION
1. Statement of Qualification (SOQ)
The City is seeking a contract with a firm which has experience in the following area:
2. Scope of Work
The City anticipates that the CMAR for the Municipal Complex will encompass but not be limited to the following:
The CMAR will provide preconstruction services with the intent of forming a Guaranteed Maximum Price (GMP) to assume the risk of delivering the project. The CMAR will be responsible for construction means and methods and will be required to solicit bids from prequalified subcontractors to perform the work using an approved subcontractor selection process.
The City and selected CMAR will develop a detailed Scope of Work based on a robust preconstruction and progressive GMP process. The CMAR is expected to be able to provide necessary services for the Municipal Complex project as described elsewhere in this document. The City does not guarantee a set amount of work or contract value for these services.
A list of the anticipated services for each phase is provided below:
Preconstruction Services will include, but are not necessarily limited to, the following:
Construction Services will include, but are not necessarily limited to, the following:
3. Pre-submittal Conference
There will be a non-mandatory pre-submittal conference on Thursday, March 12, 2026, at 2:00 P.M. The conference will be held in person in the City of Montgomery, Council Chambers, 101 Old Plantersville Road, Montgomery, TX 77316.
4. Municipal Complex Contracting
For the purposes of this document, "Municipal Complex Contracting" means a single contract with a Contract Manager at Risk (CMAR). To include a partnership, corporation, or other legal entity or team that includes a CMAR qualified to engage in building construction in Texas.
5. Eligible Respodents
To effectively manage the risk to City, the City requires a Construction Manager at Risk (CMAR) to provide Construction services. The dedicated team (subcontractors not included) shall have a minimum specific experience providing high performance projects/programs. Respondents should be able to provide all required services outlined above, with preference given to respondents that can provide as many of the additional services as possible. Responses from other parties shall not be considered.
6. Bonds and Insurance
The successful respondent shall procure and maintain in effect during the life of the agreement commercial general liability insurance in amount not less than $1,000,000 for each occurrence, comprehensive automotive liability insurance in amount not less than $1,000,000, and workers compensation insurance in accordance with the Worker’s Compensation Act of the State of Texas to adequately protect the interests of City for all labor employed by the contractor. Evidence of required bonds and insurance shall be presented prior to execution of a contract. Insurance policies to be carried under the agreement shall not be changed or canceled without prior written notification to City.
7. Taxes, Fees, Code Compliance, Licensing
The CMAR shall be responsible for payment of any required taxes or fees associated with the execution of the contract. The CMAR shall be responsible for compliance with all applicable codes and statutes. All installation and construction work shall be done by contractors licensed in the State of Texas.
8. Inquiries
Questions that arise from Respondents prior to qualifications submission shall be submitted in writing to City. Written questions must be submitted at least ten (10) business days prior to the due date, and must be emailed to Brent Walker, City Manager, bwalker@ci.montgomery.tx.us.
9. Schedule of Events
City expects to undertake the selection process according to the following schedule:
| Request for Qualifications Issued: | February 27, 2026 |
| Pre-Submittal Conference: |
City of Montgomery 2:00 PM, Council Chambers March 12, 2026 |
| Submission of Qualifications Due: | March 27, 2026 – 4:00 PM |
| Bid Selection: | April 28, 2026 |
SECTION II—RESPONSE FORMAT AND PREPARATION INSTRUCTIONS
Responses must be submitted in the format outlined in this section. Provide five hard copies of your response and one electronic version (PDF) on thumb drive. Each response will be reviewed to determine if it is complete prior to actual evaluation. City reserves the right to eliminate from further consideration any response which is deemed to be substantially or materially unresponsive to the requests for information contained in this section. The intent of City is that all responses follow the same format in order to evaluate each response fairly. Qualifications will be evaluated in light of the material and substantiating evidence presented in the qualifications, and not on the basis of what is inferred.
Number the pages in each section consecutively. Each page shall have the name of the respondent indicated clearly.
1. Table of Contents
Responses shall include a table of contents properly indicating the section and page numbers of the information included.
2. Executive Summary
Responses shall include an abstract of no more than two pages on the information presented in the qualifications and the contractor’s unique qualifications and services.
3. Background, Experience & Capabilities
A. Background and Firm Profile
Provide general information on the responding firm, including: name, business location, local telephone number, and contact person for this project. Describe the firm’s approach to construction services.
B. Project Team
Identify the key individual(s) who will be working on this project and summarize their qualifications and experience. Provide resumes of key individuals.
C. Scope and Approach
D. Project Experience/Capabilities
Provide a description and examples of your firm’s capabilities that support the description in Section 1, General Information. Be sure to include any and all capabilities that you believe add value to the City.
E. References
The respondent shall include at least three (3) references that shall indicate the ability to deliver a full range of design-build services as the prime contractor. Provide the Owner's name, address, telephone number, contact person, and a brief one-paragraph overview of the services performed for each reference.
4. Additional Benefits
Describe any other benefits City will realize through this contract using your firm’s team.
5. Other
Provide a summary of any litigation, claim(s), or contract disputes filed by or against the offeror in the past five (5) years which is related to the services that offer or provides in the regular course of business. State if there are NO litigation claim(s) or contract dispute(s) filed by or against the Offeror in the past five (5) years.
6. Required Forms
SECTION III—SELECTION CRITERIA
1. Completeness
Each response will be reviewed prior to the selection process for completeness and adherence to format. A response will be considered complete if all requested sections are included in the proper order.
2. Formal Evaluation
City elects to use a one step process for selection of a Construction Manager at Risk (CMAR) using qualifications only. City will appoint a selection team to formally evaluate each response. The evaluation process will objectively grade the responses on their merit and responsiveness. Responses will be evaluated in light of the material and substantiating evidence presented in the response, and not on the basis of what is inferred. The evaluation process can include verification of team references, verification of project team resumes, confirmation of financial information, and any other information as deemed material to the final selection by City during this process.
3. Evaluation Criteria
The proposals received will be evaluated and ranked according to the following criteria:
| Experience | 40 |
| Work Performance | 25 |
| Experience with similar sized cities | 20 |
| Capacity to Perform | 15 |
|
Total |
100 |
SECTION IV—SUBMISSION REQUIREMENTS
1. Submission Requirements
The following are required elements of a qualification submitted for this procurement:
|
City of Montgomery Attn: City Secretary – RFQ 2026-01 101 Old Plantersville Road Montgomery, TX 77316 |
Hand delivered submittals shall be taken to the City of Montgomery office at the above address. The City of Montgomery reserves the right to reject any or all qualifications submitted and to waive any minor technicalities.
## Details **Bid/Project ID:** RFQ 2026-01 **Type of Work:** Construction Manager **Pre-Bid Location:** City Hall, 101 Old Plantersville Road, Montgomery, TX 77316 **Pre-Bid Notes:** Council Chambers **Bid Location:** City Hall, 101 Old Plantersville Road, Montgomery, TX 77316 **Bid Notes:** Council Chambers **Engineer/Publisher:** City of Montgomery **Engineer Address:** 101 Old Plantersville Road, Montgomery, Texas, 77316SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.