SLED Opportunity · OHIO · CITY OF CLEVELAND

    City Hall Modernization CM-R RFQ

    Issued by City of Cleveland
    cityRFQCity of ClevelandSol. 242575
    Closed
    STATUS
    Closed
    due Apr 10, 2026
    PUBLISHED
    Mar 16, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of Cleveland seeks a qualified Construction Manager at Risk team to provide construction services for the City Hall Modernization project, managed by the Mayor's Office of Capital Projects.

    Opportunity details

    Solicitation No.
    242575
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    March 16, 2026
    Due Date
    April 10, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    City of Cleveland
    State
    Ohio
    Agency
    City of Cleveland

    Description

    Introduction

    The City of Cleveland ("City" “Client” “Owner”) is seeking qualified Construction Manager at Risk Team Partners ("Contractor" “Construction Manager at Risk” “CM-R” “CM-R Team” “General Contractor”) to provide Construction services for City Hall Modernization. The Project is considered a Construction Manager at Risk delivery, and will be managed by the Mayor’s Office of Capital Projects (MOCAP), through the Division of Architecture and Site Development (DASD). MOCAP oversees the administration of the City’s Capital Improvement Plan (CIP) for all City-owned facilities, outdoor spaces, and infrastructure, working through its three divisions: the Division of Architecture & Site Development, the Division of Engineering & Construction, and the Division of Real Estate. The mission statement for MOCAP is:

     

    To provide for the planning, designing, construction, and preservation of the City of Cleveland's facilities and infrastructure through collaborative and comprehensive planning, leadership in management, excellence in sustainable design and technical expertise, and quality construction based on integrity and professionalism.

    Background

    Description of Need

    CM-R services for improvements to City Hall focused on modernization to common areas and improved accessibility, including accommodating the relocation of select departments and divisions within City Hall or to Public Auditorium.

    Possible Separate Bid Packages

    Based on any opportunity agreed upon with the Director of the Mayor’s Office of Capital Projects, the Construction Manager at Risk shall be responsible to evaluate the advantages and disadvantages of the need for separate bid packages that best serve the economic interests of the City.

    City’s Consultants

    The city of Cleveland has retained an Architect and Engineers of Record Consultant(s) (“Consultant” “City’s Consultant” “Architect” “Engineer” “A-E” “AOR” “EOR” “Designer”) through the end of construction, which will remain contractually under the City of Cleveland or its’ Designee. The Consultants shall complete the Construction Documents as needed per the RFQ, advise and consult with the City, and perform customary AOR and EOR Construction Administration activities.  The Architect of Record is DLR Group.

    Existing Documentation Brief

    Forthcoming at GMP Phase are 100% Design Development Documents and Specifications, scope of work and services.

    Project Details

    • Department: Mayor's Office of Capital Projects
    • Department Head: James DeRosa (Director)

    Important Dates

    • Questions Due: 2026-03-27T16:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-23T18:00:00.000Z — Cleveland City Hall, 601 Lakeside Ave E, Room 514, Cleveland, OH 44114

    Addenda

    • Addendum #1 (released 2026-03-18T19:41:08.127Z) —

      Pre-Proposal Meeting revised to Monday, March 23, 2026, at 2:00 PM.

      Pre-Proposal Site Visit revised to Monday, March 23, 2026, at 3:00 PM.

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

    Evaluation Criteria

    • Quality of Proposal (25 pts)

      Quality of Proposal includes Organization of the Firm, Specific Approach to this Project, Ability to Perform the Scope of Services, Capacity to Perform Work, including consideration for current City project workload, and Special Commendations as defined in the “Proposal Submission Requirements” section of this RFP. 

    • Credentials of Key Personnel (30 pts)

      Credentials of Key Personnel includes Qualifications of the Project Team and Project Team as defined in the “Proposal Submission Requirements” section of this RFP, particularly the project manager who will be the lead person on this project, and their prior experience and demonstrated ability to perform the scope of work.

    • Demonstrated Ability (20 pts)

      History of successful relevant projects of a similar scope, scale, and type, delivered on time, on budget, with the specified quality. 

    • Proposed Schedule (15 pts)

      Proposed Schedule to complete the work and demonstrated ability to meet proposed schedules and budgets. 

    • Compensation/Fees (10 pts)

      This item will be reviewed after the evaluations of qualifications have been completed.

    Submission Requirements

    • Technical Proposal (required)
    • Separate Fee Proposal (required)
    • City Required Forms
    • NOTICE TO BIDDERS AND OEO SCHEDULES (required)

      Please download the below documents, complete, and upload.

    • NON-COMPETITIVE BID CONTRACT STATEMENT FOR CALENDAR YEAR 2026 (required)

      Please download the below documents, complete, and upload.

    • AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • FEDERAL FORM W-9 (required)
    • Northern Ireland Fair Employment Practices Disclosure

      INSTRUCTIONS: Pursuant to Codified Ordinance Sec. 181.36, the information requested on this page must be supplied by all contractors and any subcontractors having more than a fifty percent (50%) interest in the proposed contract prior to any contract being awarded by the City of Cleveland.  Any contractor or subcontractor who is deemed to have made a false statement shall be declared to have acted in default of its contract and shall be subject to the remedies for default contained in its contract.  For failure to cure such a default, the contractor or subcontractor shall be automatically excluded from bidding for the supply of any goods or services for use by the City for a period of two (2) years.

    • CHECK WHICHEVER IS APPLICABLE: (required)
    • By confirming, the proposer affirms that they are in compliant Northern Ireland Fair Employment Practices. (required)
    • Proof of Compliance for Option 2 and/or Option 3 (required)
    • Is this a single stage or two-stage RFP? (required)
    • Is there a Pre-Proposal Meeting or Site Visit? (required)
    • Possible Separate Bid Packages (required)
    • Applicable language for OEO (required)

      The default is OEO language, however, the Airport may have a different requirement. 

    • Is this RFP for Airport? (required)
    • Insurance Requirements (for Airport RFP only) (required)

    Key dates

    1. March 16, 2026Published
    2. April 10, 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.