SLED Opportunity · OHIO · CITY OF CLEVELAND

    Rockefeller Greenhouse Campus CM-R Improvements

    Issued by City of Cleveland
    cityRFPCity of ClevelandSol. 232623
    Closed
    STATUS
    Closed
    due Apr 15, 2026
    PUBLISHED
    Feb 26, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of Cleveland seeks a Construction Management at Risk team for architecture, engineering, and construction services for the Rockefeller Greenhouse Campus, including design-build projects for buildings, general improvements, and solar glazing.

    Opportunity details

    Solicitation No.
    232623
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    February 26, 2026
    Due Date
    April 15, 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 Management at Risk Team Partners ("Contractor" “Construction Manager” “C-M” “CM-R” “C-M Team” "Consultant") to provide professional Architecture, Engineering, and Construction services for the Cleveland Rockefeller Greenhouse Campus Construction Project. The RFP consists of three Projects.

     

    Project 1 is a Traditional Design-Build for the Rockefeller Greenhouse Admin Building, Forestry Garage, and Historic Brick Garage.

     

    Project 2 is a Traditional Design-Build for the Rockefeller Main Greenhouse General Improvements.

     

    Project 3 is a Progressive Design Build project for the Rockefeller Main Greenhouse solar glazing, with an allowance to cover the entire project.   

     

    This project 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

    Exemplary of 1920s Art Deco architecture, The Rockefeller Greenhouse & Admin Building was designed by J. Milton Dyer and constructed in the 1920s. The greenhouse houses the City of Cleveland rare plant collection and serves as the primary growing facility for the Cities summer annual plants used throughout the City owned downtown public buildings. The Greenhouse Admin building and Historic garage are primarily brick with limestone embellishments. The Forestry Garage is a metal clad butler building serving primarily as tool storage and a garage for the Urban forestry department. The Admin Building serves as the headquarters for the Urban Forestry department and as the management office for the Rockefeller Greenhouse.
     
    The Admin Building requires a complete HVAC replacement, as the existing boiler has exceeded its functional life and the air-conditioning system has been inoperable for years. Significant exterior repairs are also needed, including a new roof, brick repointing, replacement of severely deteriorated steel lintels, and restoration of several previously bricked-in windows. In addition, the building interior requires a full renovation. The Historic Brick Garage similarly needs HVAC upgrades, façade repairs, and interior improvements, while the Forestry Garage requires emergency power, new gutters, and winter heating enhancements.
     
    The greenhouse complex requires a comprehensive back-of-house renovation, including asbestos mitigation within the working greenhouse, mechanical trench repairs, exterior façade work, and repairs to greenhouse glazing, masonry, and steel elements.
     

    Possible Separate Bid Packages

    Based on any opportunity agreed upon with the Director of the Mayor’s Office of Capital Projects, the Design-Builder 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 and Contractor Consultants

    On Project 1, the City has retained Architect and Engineer of Record Consultants through construction, and will remain contractually under the City of Cleveland. The CM-R team will assist the Consultants to meet the CM-R budget. The Consultants shall perform construction administration and advise and consult with the City and perform customary AOR and EOR Construction Administration activities. Additional Professional Services, except those required by the Construction Documents (such as delegated design), are not anticipated by the selected CM-R in this project.

     

    On Project 2, the City has retained Architect and Engineer of Record Consultants through construction, and will remain contractually under the City of Cleveland. The CM-R team will assist the Consultants in completion of the Construction Documents to meet the CM-R budget and attain a permit. The Consultants shall perform construction administration and advise and consult with the City, and perform customary AOR and EOR Construction Administration activities. Additional Professional Services, except those required by the Construction Documents (such as delegated design), are not anticipated by the selected CM-R in this project.

     

    On Project 3, the CM-R team will need to provide full Design and Construction Documents based on the criteria set provided. The CM-R design team will be the AOR or EOR of record. The City’s Project 1 and 2 AOR and EOR will not assist on Project 3, unless the CM-R chooses to contract with that Team.

       

    Existing Documentation Brief

    Project 1: 100%, Permitted, Construction Documents for the Rockefeller Greenhouse Admin Building, Brick Garage, and Forestry Garage. This includes a Project Manual.

     

    Project 2: 85% Construction Documents for the Rockefeller Greenhouse. This includes a Project Manual.

     

    Project 3: Criteria documents for the Rockefeller Greenhouse solar glazing project.

    Project Details

    • Reference ID: AR2547
    • Department: Mayor's Office of Capital Projects
    • Department Head: James DeRosa (Director)

    Important Dates

    • Questions Due: 2026-03-27T16:00:00.722Z
    • Answers Posted By: 2026-04-03T16:00:45.069Z
    • Pre-Proposal Meeting: 2026-03-13T13:00:00.000Z — Room 514 601 Lakeside Ave Cleveland, OH 44114

    Meetings & Milestones

    EventDateLocation
    Site Visit 2026-03-13T17:00:00.000ZRockefeller Greenhouse Lobby 750 E 88th St, Cleveland, OH 44108

    Addenda

    • Addendum #1 (released 2026-03-06T17:20:21.205Z) —

      On Site Parking Directions,

      In preparation for this meeting next week, Rockefeller Staff asks that we all park inside the Greenhouse/Urban Forestry Employee Parking area. There is a wedding booked at the Greenhouse at noon on Friday and the City would prefer the Rockefeller CM-R Pre-bid Meeting not take up guest parking spots. The City has requested meeting participants park in area circled in red below.

      Thanks

    • Official Notice #1: Posted Sign in Sheets (released 2026-03-20T14:33:48.098Z) —

      All,

      The attached file contains the sign in sheets for the Prebid Conference & Prebid Site Visit.

    • Addendum #2 (released 2026-03-20T16:36:19.520Z) —

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

    Evaluation Criteria

    • Quality of Proposal (15 pts)

      Quality of Proposal includes Organization of the Team, 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 (20 pts)

      Credentials of Key Personnel including qualifications and experience of the Project Team, particularly the project manager and construction general contractor 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)

      Demonstrated history of successful relevant projects to meet proposed schedules and budgets.

    • Proposed Schedule (10 pts)

      Proposed Schedule to complete the work.

    • Compensation / Fee (10 pts)

      This item will be reviewed after the evaluations of qualifications have been completed. This sections score is based on the CM-R fee

    • OEO Compliance (15 pts)

      In Accordance with the City’s goal of increasing the level of certified Cleveland Small Business, Minority Business Enterprise, and Female Business Enterprise participation in City contracts, the Consultant shall strive to meet the following subconsultant/ subcontractor participation goals:

      For the Design (professional architecture, engineering, and preconstruction services) portion of the contract:

      • 10% certified CSB
      • Note that firms which are CSB/MBE or CSB/FBE are eligible for CSB participation and are strongly encouraged.

      For the Construction portion of the contract to be finalized after the project is awarded and a GMP has been agreed to:

      • 15% certified MBE
      • 7% certified FBE
      • 8% certified CSB

      Participation percentage is measure as the subcontractors’ contract value as a percentage of the total base bid contract value. Note that suppliers (i.e. subcontractors providing material only, not labor) are evaluated, for OEO participation purposes at 60% of the supplier’s contract value.

      IMPORTANT NOTE: Submissions evaluated as “non-responsive” and/or “not making a good faith effort” will be eliminated from further consideration.

      See “OEO Compliance” for additional information.

       

    • Projects 1 & 2 Cost Proposal (10 pts)

      Points will be awarded based on the Cost Proposal in phases 1 and 2 & the following unit costs.

    Submission Requirements

    • Design Build Services Proposal (required)

      Provide a PDF with the filename in the following format: "FIRM NAME PROJECT NAME Services Proposal YYYY.MM.DD"

    • Design Build Fee Proposal (required)

      Provide a PDF with the filename in the following format: "FIRM NAME PROJECT NAME Fee Proposal YYYY.MM.DD"

    • City Required Forms
    • NOTICE TO BIDDERS AND OEO SCHEDULES (required)

      Please download the below documents, complete, and upload. COMBINE ALL FOUR SCHEDULES INTO A SINGLE PDF. Provide a PDF with the filename in the following format: "FIRM NAME PROJECT NAME OEO Schedules"

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

      Please download the below documents, complete, and upload. Provide a PDF with the filename in the following format: "FIRM NAME Non Comp YYYY"

    • AFFIDAVIT (required)

      Please download the below documents, complete, and upload. Provide a PDF with the filename in the following format: "FIRM Affidavit"

    • FEDERAL FORM W-9 (required)

      Provide a PDF with the filename in the following format: "FIRM W9"

    • 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)
    • Northern Ireland - Proof of Compliance for Option 2 and/or Option 3 (required)
    • Bid RFIs and Addendums
    • Confirm you have received, reviewed, accepted, and incorporated all RFP RFIs, questions, and answers. (required)

      If applicable. State "yes" even if there were no RFIs or questions.

    • Confirm you have received, reviewed, accepted, and incorporated all Addendums?. (required)

      If applicable. State "yes" even if there were no Addendums.

    • PLA Acknowledgment
    • Public Improvements Project Exhibit

      Please download the project specific PLA Document below, complete, and upload.

    • Public Improvements PLA (required)

      Provide an Executed and signed Exhibit. 

    • 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. 

    Questions & Answers

    Q (Contract Delivery Mothod): In the project documents and project description the contract delivery method is listed as Construction Manager at Risk (CMR) for Project 1 and 2., Project 3 is listed as Design Build delivery method. The Project Documents include fully developed drawings and specifications. As apart of the response for Project 1 and 2 the contractor is to provide a GMP. With the information provided and the documents completed how is the a Construction Manager at Risk or Design Build Contract Delivery Method?

    A: The Project Team including Architect, selected CM, and the City will review both Project 1 and 2 and discuss any cost savings or other value-engineering the CM sees as potentially benefitting the City. After that GMP review, the GMP and schedule for Project 1 and 2 is “at risk.” For Project 3 the CM will need a design team to finish the criteria documents after drawings are finished a GMP will be established from that point on the project is "at risk".


    Q (Project existing conditions ): Who will be responsible for the removal of existing furniture and equipment to allow for the construction scope?

    A: City staff will remove greenhouse over stock items to be relocated to other facilities by the City from the Historic Brick Garage. The G.C. will supply a dumpster for City staff to throw away items that are no longer needed or wanted. For the Admin Building City staff will remove furniture that the department would like to keep all leftover furniture obsolete equipment Etc. the G.C. will be responsible for removing and disposal of.


    Q (Solar Glazing Compatibility): In the solar glazing narrative document, it states: "the existing structure shall be analyzed for reuse." Who is responsible for ensuring the existing greenhouse structure is able to support the newly imposed loads of the proposed solar glazing, as well as integrate with the existing 1/8" lapped glazing on the roof?

    A: From the Owners perspective, it's the contractor / design team. The design team would have their structural put a design together with angle and support it from the riveted steal or from the brick. The solar panels going into the tropical greenhouse are not heavy, and the panels going into the production greenhouse would be a custom size and again, not heavy. Maybe even lighter than the glass if an acrylic panel with an embedded solar cell is used.


    Q (Scoring Process Clarification): Please provide clarification on the selection and scoring process for project AR2547 Rockefeller Greenhouse Campus CM-R Improvements. As a “Hybrid” delivery model, the City of Cleveland has asked for “hard bid” numbers, along with unit costs, for Project 1 and Project 2 and at the same time have asked for qualifications from Construction Manager at Risk teams for the selection of a Design Builder for Project 3. If the aim of the Request for Proposals is to establish a relationship with a single Construction Manager to oversee and perform all the prescribed work at the campus under a single, flexible contract, it is important to have a clearly defined method for shortlisting and eventually selecting that Construction Manager. While not an exact fit, I would recommend that the issuing authority utilize the Ohio Facilities Construction Commission (OFCC) methodology for selection of a contractor, including the Best Value Rating Forms for DB and CMR projects, for guidance in the selection of a CMR/DB. With the final GMP for projects 1 and 2 occurring after the CMR selection, the best value rating system allows the Owner to evaluate the submissions based on qualifications and pricing. Different weights can be applied to each category to come up with “best value” submission to work with the rest of the team to establish a GMP. The DB Project 3 should be a separate submission because the contract forms are different for CMR and DB.

    A: Thank you for your question, The City will update the scoring system and create more categories for cost. Additionally, the city will rephrase the initial GMP to "Cost Proposal".


    Q (PLA ): Are all three projects subject to the PLA ?

    A: Yes


    Q (Proposal submission ): Should a project staff chart with anticipated staff commitments be included with the qualifications to assure the city that adequate project management is committed for project 1,23

    A: Please Review Section 4.1. the City scores points for clarity of proposal. It's up to each CM to decide the best way to present their teams strengths for this project.


    Q (CM Fee ): is the CM fee percentage to include staffing ? typically staffing is a separate breakout

    A: Please review section 4.1 "Construction Manager Fee Proposal"


    Q (Supllier Question ): Following is a question from Kalwall that was submitted to us: "Existing plans call for the existing translucent panels on the lobby canopy, which are not officially Kalwall, to be replaced with solar glass. Should the project come in over budget, or should the existing framework not be sufficient to carry the additional weight of glass, would the project team entertain an Alternate to replace the panels with new translucent panels?"

    A: Design decisions about glazing choice and scope will be worked out as part of project 3.


    Key dates

    1. February 26, 2026Published
    2. April 15, 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.