SLED Opportunity · OHIO · CLEVELAND METROPOLITAN SCHOOL DISTRICT

    HVAC and Control Upgrades (Phase 1) 2026 - Miles Park and James Rhodes

    Issued by Cleveland Metropolitan School District
    educationRFPCleveland Metropolitan School DistrictSol. 242426
    Closed
    STATUS
    Closed
    due Apr 1, 2026
    PUBLISHED
    Mar 4, 2026
    Posting date
    JURISDICTION
    Cleveland Metropolitan
    education
    NAICS CODE
    238220
    AI-classified industry

    AI Summary

    CMSD seeks Design-Build contractors for HVAC and building controls upgrades at two schools, including modernization, commissioning, and alternates for equipment replacement. Proposals due April 1, 2026.

    Opportunity details

    Solicitation No.
    242426
    Type / RFx
    RFP
    Status
    open
    Level
    education
    Published Date
    March 4, 2026
    Due Date
    April 1, 2026
    NAICS Code
    238220AI guide
    State
    Ohio
    Agency
    Cleveland Metropolitan School District

    Description

    CMSD is soliciting proposals from qualified Design‑Build contractors for HVAC and Building Controls Upgrades (Phase 1) 2026 at Miles Park Elementary and James Rhodes High School. Work includes BAS/TCS modernization, HVAC controls replacement, commissioning, TAB, documentation, and owner training. Alternates include pump, tank, mini‑split, and chiller replacements. Allowances apply for unforeseen repair work. Proposals are due April 1, 2026 at 2:00 PM EST via the OpenGov Portal. All work must meet CMSD standards, applicable codes, and must be coordinated to maintain building operations during construction. Substantial completion is targeted for September 15, 2026 with final commissioning by November 20, 2026.

    Project Details

    • Reference ID: RFP-21437
    • Department: Facilities
    • Department Head: Aaron Creel (Executive Director of Facility Services)

    Important Dates

    • Questions Due: 2026-03-24T18:00:00.000Z
    • Answers Posted By: 2026-03-27T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-11T19:30:00.000Z — Miles Park School located at 4090 E 93rd St, Cleveland, OH 44105

    Addenda

    • Addendum #1 (released 2026-03-17T16:00:00.737Z) —
      Addendum No. 1 provides revisions, clarifications, and supplemental information to the proposal documents for the CMSD HVAC and Controls Upgrades (Phase 1) project. This addendum includes general instructions, schedule updates, scope clarifications, and additional materials from the pre‑proposal meeting.
    • Addendum #2 (released 2026-03-26T12:32:09.884Z) —
      Addendum No. 2 provides general instructions, project clarifications, and responses to bidder RFIs for the CMSD HVAC and Controls Upgrades (Phase 1) project. This addendum confirms proposal requirements, labor considerations, and technical scope clarifications related to BAS integration, existing equipment, sensors, air handlers, and licensing responsibilities. Bidders must acknowledge receipt of this addendum on the Proposal Form.

    Evaluation Criteria

    • Respondent Submittals (10 pts)

      Completion of #1 in the Submittals section with all the required information.

    • Name & Title of Authorized Signatory (10 pts)

      The vendor provided the name and title of the authorized signatory.

    • Compliance Declaration and Non-Collusion Statement Confirmed (10 pts)
    • Completed Conflict of Interest Form (10 pts)
    • Completed Proposal Qualification Form (10 pts)
    • Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions Confirmed (10 pts)
    • References Provided (10 pts)
    • Completed DBE Forms (10 pts)
    • Completed EOA Contractual Declaration (10 pts)
    • Understanding District needs and ability to perform the requested services for general and specific populations (35 pts)
    • Service Provider’s demonstrated experience and qualifications (30 pts)
    • Scope of Services offered (20 pts)
    • Cost (15 pts)

    Submission Requirements

    • Respondent Submittals (without Cost) (required)
      1. Transmittal Cover Letter: Prepare a letter transmitting the proposal on business letterhead. The letter should identify the business name, phone number, and business web address along with the name, phone number and email address of the key contact person. The letter must have the signature of a person with authority to obligate the business. The transmittal letter shall also contain a statement that the proposal is a firm offer for a ninety (90) day period.
      2. General Information Section
        1. Executive Summary: Information about the service provider’s history, structure, organizational metrics, and qualifications for fulfilling the District’s requirements
        2. Business Health: information about the service provider’s financial structure and viability, particularly as it relates to fulfilling a multiple-year agreement.  
        3. Experience: information about the service provider’s current and previous contracts, particularly those with organizations similar to the District.  
        4. General Narratives about at least three clients using services similar to those being proposed for the District.
        5. Management support services: information about staff, project, issue, performance, quality, and risk management methodology.  
        6. Security: information about the service provider’s policies, practices, and standards for maintaining the confidentiality and integrity of clients’ data, intellectual property, and trade secrets.  
        7. Risks: service provider’s evaluation of the greatest challenges and risks associated with the particular services and suggestions for mitigating risk.
        8. Dispute resolution: information about the service provider’s standard dispute resolution methodologies.
      3. Response to Scope of Work Section: The Response to Scope of Work Section of the proposal shall specifically address the manner in which the proposer will meet scope and requirements described in the Scope of Work & Requirements Section of Specifications. The proposal shall provide enough information so that the evaluators will be able to determine the proposer’s ability to meet the scope of work, requirements, and minimum qualifications.  Simply paraphrasing the RFP statement of requirements will not be sufficient data for the evaluation and may be considered as a non-responsive proposal response. 
    • Cost Proposal (required)
    • No Cost Proposal is Required (required)
    • Name & Title of the Authorized Signatory (required)
    • Compliance Declaration (required)

      It is the policy of the authorized signatory's firm that equal employment opportunity be afforded to all qualified persons without regard to race, religion, color, sex, national origin, age, or handicap.

      In support of this policy, the authorized signatory's firm will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, or handicap. 

      The authorized signatory's firm will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to race, color, sex, national origin, age, or handicap. Such action will include, but not be limited to: 

      Recruitment, advertising, or solicitation for employment, hiring, placement, upgrading, transfer or demotion, selection for training including apprenticeship rates of pay or other forms of compensation, layoffs or termination. 

      The authorized signatory's company states that they are of current applicable requirement pertaining to Fair Labor Standards and Non-Discriminatory Practices of Federal, State, and Local Governments. 

      The authorized signatory further acknowledges that if the contract is awarded to the undersigned, the undersigned will comply with all Fair Labor Standard Practice. 

    • Non-Collusion Statement (required)

      By confirming, the authorized signatory affirms that they are making the foregoing proposal, that such proposal is genuine and not collusive or sham; that said proposer has not colluded, conspired, connived, or agreed, directly or indirectly, with any proposer or person, to put in a sham proposal, or that such other person shall refrain from proposing, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the proposal price of affiant or any other proposer, to fix any overhead, profit or cost element of said proposal price, or of that of any proposer, or to secure any advantage against the Board of Education of the Cleveland Metropolitan School District, or any person or persons interested in the proposal; and that all statements contained in said proposal are true; and further that such proposer has not, directly or indirectly, submitted this proposal, or the contents thereof, or divulged information or data relative thereto to any Association or to any member or agent thereof. 

    • Conflict of Interest Form

      Cleveland Metropolitan School District (CMSD) adheres to Ohio Ethics Law and strictly follows the opinion of the Ohio Ethics Commission. As such, each vendor is requested to submit this statement declaring any potential conflicts of interest in doing business with the District. Please answer the following two questions providing all requested information. 

    • Are any current Cleveland Metropolitan School District (CMSD) employees, Cleveland Board of Education members, or any of their immediate family members, also members of the vendor’s board of directors, hold any officer position with the vendor, or own any shares of any stock issued by the vendor? (required)
    • If Yes, and if the CMSD employee, CMSD board member, or immediately family member is a member of the vendor’s board of directors or holds an office with the vendor, please state the person’s name and position with the vendor.
    • If Yes, and if the CMSD employee, CMSD board member, or immediate family member owns share of any stock in the vendor organization or company, state the percentage of all outstanding company shares owned by the CMSD employee or board member.
    • Are any current CMSD employees, CMSD board members, or any immediate family members also employees of the vendor? (required)
    • If Yes, please state the person’s name and provide a description of their job duties for the provider:
    • If Yes, please describe the contact that the vendor will have with the CMSD employee or CMSD board member in the course of providing services to the District:
    • CERTIFICATION (required)

      By confirming, the authorized signatory certifies that the foregoing statements are true and accurate and that my signature below attests to the authenticity of my identity as the person actually signing this form. This document is not a contract. In order for a binding Agreement to exist, a signed Agreement will be required prior to any legally binding commitment by the District.

    • Proposer Qualifications Form
    • Taxpayer Identification Number (required)
    • How many years has your organization been in business? (required)
    • How many years has your organization been in business under its current name? (required)
    • List any other aliases your organization has utilized in the last two years and the form of Business (required)

      Respond N/A if not applicable.

    • State the principal place of doing business. (required)
    • If you are currently a corporation, state the date of incorporation. (required)
    • If you are currently a corporation, list the following: (required)
      • President’s name
      • Secretary’s name
      • Treasurer’s name
      • Statutory agent’s name
      • Name of shareholders, if less than 10
    • If you are currently in a partnership, state the name and address of all general and limited partners. (required)
    • If you are currently in a partnership, list the original name and date of organization’s inception. (required)
    • If you are neither a corporation nor a partnership, please describe your organization and list principals. (required)
    • Are you legally qualified to do business in the State of Ohio? (required)
    • Are you legally qualified to do business in Cuyahoga County and licensed by the City of Cleveland? (required)
    • Has your organization ever been (i) declared by a customer to be in default under a contractor and/or (ii) sued by a customer for failure to completely a contract or properly perform services in a timely manner? If yes, please state where, when, and why. (required)
    • Has your organization ever been cited by a local, county, state, or federal authority for violation of a regulation or statute or failing to timely complete a contract in accordance with specifications? If yes, please state date, agency, and final disposition. (required)
    • Has your organization ever filed for bankruptcy? If yes, please state where, when and why? (required)
    • Upload a list of the major customers for whom your organization has provided this type of equipment or service in the past five years. Include owner’s name and type of work performed. (required)
    • Has your organization ever been sued by a supplier for failure to timely pay for materials or equipment provided? If yes, please provide details. (required)
    • What is the dollar limit of your firm’s General (CLS) Liability Insurance? (required)

      Please list the following information as well: 

      • Name of insuring company
      • Policy Number
    • What is the dollar limit of your firm’s Automotive Liability Insurance? (required)

      Please list the following information as well: 

      • Owned vehicles
      • Non-Owned vehicles
      • Name of insuring company
      • Policy number
    • List the name and address of every person having an interest in this solicitation. (required)
    • Has any federal, state or local government entity ever cited or taken any action against your organization or any of its principals for failure to pay or remit any taxes including but not limited to income, withholding, sales, franchise, or personal property taxes? If yes, please give name of agency, date and amount of taxes overdue and resolution of the issue. (required)
    • Is your organization and its’ principals current in payment of personal property taxes? (required)
    • By confirming, the prospective lower tier participant certifies, by submission of this solicitation, that neither it nor its principals is presently debarred, suspended, proposed, for debarment or suspension, declared ineligible, or voluntarily excluded from participation in this transaction by any State and/or Federal Department or Agency.
    • If the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participants shall upload an explanation to this solicition.
    • Instructions for Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions

      This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR
      Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of
      the regulations are available from local offices of the U.S. Small Business Administration.

      INSTRUCTIONS FOR CERTIFICATION

      1. By affirming and submitting this proposal, the prospective primary participant is providing the certification set out below.
      2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to
      furnish a certification or an explanation shall disqualify such person from participation in this transaction.
      3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If is is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.
      4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
      5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations (13 CFR Part 145).
      6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.
      7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
      8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the ineligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List.
      9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
      render in good faith the certification required by this clause. The knowledge and information of a participant is not required
      to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
      10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

    • Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (required)

      By confirming, the proposer agrees to the following: 

      (1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals:

      1. Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency;
      1. Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;
      1. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and
      1. Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default.

      (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this proposal.

    • References

      Include below three references of equal or larger size to this current RFP project. Public sector experience is preferred, but not required. Please attach relevant supporting documentation, such as project plans, scope of work.

    • Reference 1: Company/School Name, Address, Type of Business, Contact Person Name and Phone Number, Date of Service & Description of Services Provided (required)
    • Reference 2: Company/School Name, Address, Type of Business, Contact Person Name and Phone Number, Date of Service & Description of Services Provided (required)
    • Reference 3: Company/School Name, Address, Type of Business, Contact Person Name and Phone Number, Date of Service & Description of Services Provided (required)
    • Please attach relevant supporting documentation, such as project plans, scope of work.
    • DBE Form

      Please fill in the following section for any DBE participation (including joint ventures).

      Definition of DBE:  A Diversity Business Enterprise (DBE)

      "Small Diversity business concern" means a small business concern that is a least (51) percent unconditionally owned by one or more individuals who are both socially and economically diverse, or a publicly owned business that has at least (51) percent of its stock unconditionally owned by one or more socially and economically diverse individuals and that has its management and daily business controlled by one or more such individuals.  This term also means a small business concern that is at least (51) percent unconditionally owned by an economically diverse Indian tribe or Native Hawaiian Organization, or a publicly owned business that has least (51) percent of its stock unconditionally owned by one of these entities, that has its management and daily business controlled by members of an economically diverse Indian tribe or Native Hawaiian Organization.

    • DBE Form A

      The questions under this section must be completed by all vendors. 

    • Type of Business (Product or Service)
    • Diversity Business Enterprise Subcontractor(s) (required)

      Enter N/A if no DBE/MBE/FBE Subcontractor(s) and complete form D for DBE Unavailability. 

    • Dollar Amount Subcontract Award (required)

      List the total Dollar Amount of the Subcontract Award.

      Enter N/A if no DBE/MBE/FBE Subcontractor(s).

    • Percent of Subcontract Award (required)

      List the total Percent of the Subcontract Award.

      Enter N/A if no DBE/MBE/FBE  Subcontractor(s).

    • D.B.E. Participation $ (required)

      List the total dollar amount awarded for your DBE Subcontractor(s)

      Enter N/A if no DBE Subcontractor(s).

    • F.B.E. Participation $ (required)

      List the total dollar amount awarded for your FBE Subcontractor(s)

      Enter N/A if no FBE Subcontractor(s).

       

    • Name of EEO Officer (required)

      Enter N/A if no EEO Officer within the organization. 

    • DBE Form B

      If utilizing DBE/MBE/FBE subcontractor(s), you are expected to respond "Yes" to the question below.

      Respond "Does Not Apply" if no DBE/MBE/FBE Subcontractor(s). 

    • NOTICE OF REQUIREMENT TO ENSURE DIVERSITY BUSINESS ENTERPRISE (DBE) OPPORTUNITY (required)

      Note: All eligible proposers for the award of the contract should comply with the Requirements, Terms, and Conditions of this Notice.

      By confirming, the proposer hereby agrees that the goal it has established for DBE participation in this project through either subcontracting or entering into a joint Venture with DBEs in conformity with the Requirements.  Terms and Conditions of this Notice is a goal of thirty (30%) percent for a construction/repair/ maintenance contract, twenty (20%) percent for a supply contract, and fifteen (15%) for a service contract of the total contract amount of this project.  In no event will the absence of goals as stated above be deemed as compliance with the requirements, terms and conditions of this notice.

      In addition, the proposer will complete and attach hereto the Schedule for DBE participation, showing all DBE/FBE that will participate as subcontractors or joint ventures in this contract and a DBE Letter of Intent form for each DBE/FBE listed on the Schedule.

    • DBE Form C

      All proposers who are utilizing DBE/MBE/FBE Subcontractor(s) are required to fill out the form below for each DBE/MBE/FBE Subcontractor. 

    • DBE Letter of Intent

      Please download the below document, complete, and upload for each DBE Firm.

    • DBE Form D - DBE Unavailability Certification

      List the DBE firms contacted to obtain a proposal for work items to be performed for this RFP.

    • Minority Contractor(s) (required)

      If utilizing DBE/FBE/MBE subcontractor(s), respond "Does Not Apply"

    • Work Items Sought from Minority Contractor(s) (required)

      If utilizing DBE/FBE/MBE subcontractor(s), respond "Does Not Apply"

    • Form of Proposal Sought from Minority Contractor(s) (required)

      If utilizing DBE/FBE/MBE subcontractor(s), respond "Does Not Apply"

    • Female Contractor(s) (required)

      If utilizing DBE/FBE/MBE subcontractor(s), respond "Does Not Apply"

    • Work Items Sought from Female Contractor(s) (required)

      If utilizing DBE/FBE/MBE subcontractor(s), respond "Does Not Apply"

    • Form of Proposal Sought from Female Contractor(s) (required)

      If utilizing DBE/FBE/MBE subcontractor(s), respond "Does Not Apply"

    • Reason(s) for unavailability (required)

      If utilizing DBE/FBE/MBE subcontractor(s), respond "Does Not Apply"

    • By confirming, the authorized signatory affirms that they contacted the above mentioned DBE firms to obtain a Proposal for work items to be performed on this RFP and to the best of their knowledge and belief said minority business enterprise was unavailable (exclusive of the unavailability due to lack of agreement on price) for work on this project or unable to prepare a proposal for the reason (s) mentioned below. (required)

      If utilizing DBE/FBE/MBE subcontractor(s), respond "Does Not Apply"

    • DBE Form E- Disadvantaged Business Enterprise in Joint Ventures

      Please fill the following when in a joint venture with a DBE/MBE/FBE Firm.

    • Name of Joint Venture
    • Address of Joint Venture
    • Phone Number of Joint Venture
    • Identify the firms which comprise this joint venture.
    • Upload Current DBE Certifications for firms in this joint venture
    • Describe the roll of the DBE firm in the joint venture.
    • Describe briefly the experience and business qualifications of each non-DBE Joint Venture
    • Nature of Joint Venture’s Business
    • A copy of the Joint Venture Agreement
    • What is the percentage of DBE Ownership?
    • What is the percentage of FBE Ownership?
    • Ownership of Joint Venture: Profit and loss sharing
    • Ownership of Joint Venture: Capital contributions, including equipment
    • Ownership of Joint Venture: Other applicable ownership interest
    • Control of and participation in this contract.

      Identify by name, race, and “firm” those individuals and their titles who are responsible for day-to-day management and policy decision making, including, but not limited to, those prime responsibility form:  

      1. Financial decisions: 
      2. Management decisions, such as:
        1. Estimating:
        2. Marketing and Sales:
        3. Hiring and firing of management personnel: 
      3. Purchasing of major items or supplies:
      4. Supervision of field operations: 
    • Non-Minority Prime Affidavit (Joint Venture)

      Please download the below documents, complete, and upload.

    • DBE Form F
    • Non-Minority Prime Statement For DBE

      The authorized signatory swears that the foregoing statements are correct and include all material information necessary to identify and explain the items and operation of our subcontract and the intended participation by each party in the undertaking.  Further, the authorized signatory covenant and agree to provide to the Cleveland Municipal School District current, complete, and accurate information regarding actual subcontract work and the payments thereof, and any proposed changes in any of the subcontract arrangements and to permit the audit and examination of the books, records and files of the subcontract or those of each party relevant to the subcontract, by authorized representatives of the Cleveland Municipal School District.  Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under federal and state laws concerning false statements.

       

    • EOA Contractual Declaration

      Information about the District’s Affirmative Action Program can be found at https://bit.ly/3wvVApK.

    • Standard Metropolitan Statistical Area
    • Recruitment Area
    • Type of Business (product or service)
    • Employment Data Form (required)

      Please download the below documents, complete, and upload.

    • How will you be collecting pricing? (required)

      Select electronic pricing table to build the pricing table in the system and to utilize the auto-tabulation feature. Please note if you have vendor's upload pricing, a manual tabulation will need to be created

    • Is there a pre-proposal meeting? (required)
    • Meeting Type (required)
    • What is the estimated Term Length of this Solicitation? (required)
    • What is your ideal solicitation post date? (required)

      Example: 2/17

    • What is your ideal site visit date? (required)

      Example: 2/17. Enter N/A if not applicable

    • What is your ideal question submittal deadline? (required)

      Example: 2/17

    • What is your ideal bid submittal date? (required)

      Example: 2/17

    • What is your ideal contract date? (required)

      Example: 2/17

    • What is your ideal contract start date? (required)

      Example: 2/17

    • What is your ideal completion date? (required)

      Example: 2/17

    Questions & Answers

    Q (meeting attendees): Do you have a copy of the pre-bid sign in sheet?

    A: The sign-in sheet will be distributed in forthcoming Addendum #1


    Q (BAS Frontend software operating system ): Is the existing Building Automation System Frontend for the district (e.g., integration to existing Niagara) to remain or is the Cleveland School district interested in a different frontend for these two buildings?

    A: All integration to existing Niagara BAS frontend is the scope of the District's Master System Integrator (not the proposing contractor). Refer to specification section 230910-1.1-B and expanded info in Addendum #1.


    Q (Actuators): • It appears that the drawings indicate that the valves are ETR, but the actuators might be new and the damper actuators are not indicated specifically as ETR, but the scope indicates that actuators will be replaced as needed on air handlers by using allowance funds. Please clarify.

    A: All dampers, valves, and associated actuators are to be considered existing-to-remain for BASE scope pricing. Evaluation of existing dampers, valves, and associated actuators is to be included in BASE scope pricing. Any discovered malfunctioning equipment may be replaced via included allowance money at the approval of CMSD and AGM.


    Q (Sensors): The drawings indicate that every sensor is to be replaced including the filer pressure differential sensors. Please confirm if these are to be analog or digital switch sensors.

    A: Drawings indicate filter differential pressure digital switches


    Q (AFMS): There are multiple air handlers being re-controlled on this project, however, there are only 4 air handlers that indicate new AFMS. Please confirm that this is the intention.

    A: Correct


    Q (Licensing Costs): While the contractor is clearly responsible to provide the new controllers for the systems, is it true that AGM is responsible for any new or additional licensing costs that will be required at the JACE level?

    A: Correct, AGM will be responsible for licensing at the JACE level.


    Q (Power to VAV Controllers): Given that every VAV controller is currently being provided 24VAC power, is it acceptable for the controls contractor to re-use that power source?

    A: This is acceptable


    Key dates

    1. March 4, 2026Published
    2. April 1, 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.