BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published July 15, 2025 at 8:00 PM

Updated July 16, 2025

Site work and paving for a mixed-use development in Cleveland, Ohio. Completed plans call for site work for a sidewalk / parking lot; for paving for a sidewalk / parking lot; transportation facility; and transportation facility.

The City of Cleveland ("City"), owner and operator of Cleveland Hopkins International Airport ("CLE"), Burke Lakefront Airport ("BKL") (collectively "Airports") and the North Coast Harbor ("Harbor"), through its Director of the Department of Port Control ("Director"), invites written Request For Qualifications ("RFQ") from firms that have requisite, demonstrable competence and experience in providing Surface Parking Facility Design/Build Services (the "Project") as required by the various divisions of the Department of Port Control ("Department") and described more fully in this RFQ. Qualified firms either singly or in joint venture or other legal arrangements (collectively, the "Firm", "Contractor" "Consultant" or "Respondent") must have the requisite, demonstrated competence and experience in, and a thorough knowledge of, the services required for the Project. General Scope The City seeks the services of a professional design/build Firm for the design and construction of a permanent, revenue-based, surface parking facility at Cleveland Hopkins Airport (CLE or Airport), east of the existing Concourse D and bordered on the north by Park Road, on the east by Jackson Road, on the south by Five Points Road, and on the west by Concourse D. This area is currently denoted as an Air Operations Area (AOA) but will be repurposed and separated by the construction of an AOA fence, running north to south, intersecting the existing AOA fence north and south of Concourse D. Two Alternates will be considered, a base case shown in Exhibit A and an Alternate case shown in Exhibit B. Once the entire project is completed this area will be designated as the "Gold Lot." The facility will be operated by the Department of Port Control (DPC or Department). The projected capacity for the parking area will be approximately 1,500 vehicles. This lot will provide an alternate location for vehicles currently parking in the Orange Lot which will be decommissioned. A covered walkway will be constructed between this parking location and the south end of the existing head-house and bus service shelters will also be required for travelers preferring to ride to and from the terminal versus walking. As part of the RFQ submittal, firms shall include demonstrated experience designing and constructing surface parking lots of this size and with the related elements mentioned in this Scope of Work. The selection of the preferred firm will be based on the submitted qualifications. Once selected the Firm will work with the City to develop the Guaranteed Maximum Price (GMP) and pricing for identified alternates. Design and construct boundary controls such as Air Operations Area (AOA) wildlife fence and guardrails at the north and south ends of Concourse D tying into the existing wildlife AOA fence and closing off the east perimeter of the building. Boundary controls require Airport Security, TSA and FAA review and approval for which Firms will provide supporting information. Boundary controls must include tampering, penetration, and crawl over deterrence. Base design will reflect providing new wildlife AOA fence as shown in Exhibit A around the entire south perimeter of Concourse D, including the existing turboprop loading "Fingers." The fence must be set back 10' from the face of Concourse D structure and any related elements. Parking must have an additional 10' setback on the parking side of the fence with wheel-stops at each space or continuous curbing for security purposes. If required, provide an alternate design reflecting providing new wildlife AOA fence as shown in Exhibit B (attachment "M") with new fence abutting existing wildlife AOA fence north and south of Concourse D and running to north and south faces of Concourse D. Provide additional fencing on the east face of Concourse D structure to close off all through openings in the Concourse D structure at apron level. Provide access controls and monitoring on existing doors on east perimeter of Concourse D, including the" Fingers," satisfactory to FAA and Airport Security and complying with life safety code requirements, to prevent unauthorized access into Concourse D and airside. Again, Parking must be offset 10' from any wildlife AOA fencing or from the face of Concourse D where it provides the AOA boundary for additional security. Offset to be achieved with wheel-stops at each space of continuous curbing. The scope of this contract encompasses Design/build services for the design and construction of fencing, structures paving improvements, and systems noted above including other improvements, such as electrical equipment and distribution, lighting, security and IT systems (including fiber optics), drainage, and other possible site work that are connected to existing airport systems. The RFQ does not attempt to define all the contract needs nor detail them. Rather, it is flexible and allows for the credentials of the successful Firm to be demonstrated in the areas of expertise necessary to the contract. Please refer to the sections below for more details regarding the project services and preferred Firm qualifications and experience. The City reserves the right to modify the scope of services at any time before execution of the contract to add, delete, or otherwise amend any item(s), as it deems necessary, in its sole judgement, and in the best interest of the City. It is the responsibility of the Design/Builder to be fully acquainted with the existing conditions of the project site by conducting visual inspections and reviewing available site information documents before statement submission. Design/Builder team shall include an experienced aviation professional with a minimum of 10 years of aviation experience and interfacing through the City with Airports District Offices to guide in the design development and ensure compliance with FAA requirements and regulations. Provide questions, notifications, and requests for information to the City promptly upon discovery of need to maintain orderly progression of the Work and minimize potential impacts to project cost and schedule. Coordinate with all Airport departments and subject matter experts in the preparation of preliminary plans identifying required topographic field surveys, subsurface soil investigations, and other field investigative programs. Develop a schedule of completion of required surveys and investigations to minimize interference with airport and tenant operations. Provide, manage, and coordinate professional consulting services necessary for complete execution of the Project. Procure, manage, and coordinate professional consulting services necessary for defining and documenting design intent and producing construction documents for the Project. These services will include, but are not necessarily limited to, site survey and assessment, design, utilities, cost estimates, construction administration and management, construction, field observation, quality control, testing and inspection during construction and site improvements. The selected firm will be required to utilize the City's project management software, Procore, for managing and reporting all aspects of the project including but not limited to preparation and processing of monthly invoices and payment system, utilizing its cost control system, developing and updating schedules, and any other modules the City may require. While the Firm is free to utilize their own programs and software, using Procore is a requirement for interfacing with the City. Past experience utilizing Procore and the related subsystems is desirable and should be so stated, by example, in the Firm's response to this RFQ. Although attendance is not mandatory, firms are encouraged to attend. Those planning to attend the pre-proposal conference and site-visit must register by 1:00 p.m. Friday June 13, 2025, utilizing the RSVP function in online. The Cleveland Plus Conference Room is located on the baggage claim level, across from carousel 3. Contact Information Keith Prawalsky Airport Procurement Officer 5300 Riverside Dr PO Box 81009 Cleveland, OH 44114 Email: kprawalsky@clevelandairport.com Phone: (216) 265-6073 Question Deadline 06/25/2025 at 4:00 PM ET Interested parties may submit or ask questions pertaining to this Request for Qualifications and the services desired. Questions should be submitted online. Publish Question Responses and Addendum (if needed):July 2, 2025 THE CITY'S RIGHTS AND REQUIREMENTS The Director, at his/her sole discretion, may require any firm to augment or supplement its statement or to meet with the City's designated representatives for interview or presentation to further describe the firm's qualifications and capabilities. The requested information, interview, meeting, or presentation shall be submitted or conducted, as appropriate, at a time and place the Director specifies. The City reserves the right, at its sole discretion, to reject any statement that is incomplete or unresponsive to the requests or requirements of this RFQ. The City reserves the right to reject any or all statements and to waive and accept any informality or discrepancy in the statement or the process as may be in the City's best interest. Statement as a Public Record Under the laws of the State of Ohio, all parts of a statement, other than trade secret or proprietary information and the fee statement may be considered a public record which, if properly requested, the City must make available to the requester for inspection and copying. Therefore, to protect trade secret or proprietary information, the firm should clearly mark each page - but only that page - of its statement that contains that information. The City will notify the firm if such information in its statement is requested, but cannot, however, guarantee the confidentiality of any proprietary or otherwise sensitive information in or with the statement. Blanket marking of the entire statement as "proprietary" or "trade secret" will not protect an entire statement and is not acceptable. Cleveland Area Business Code Requirements During performance of this Agreement, Contractor shall comply with all applicable requirements of the Cleveland Area Business Code, Chapter 187 of the Codified Ordinances of Cleveland, Ohio, 1976 ("C.O."), and any Regulations promulgated under the Code, which Code and Regulations are incorporated into and made part of this RFQ by this reference as fully as if rewritten in it or attached. Specifically, compliance under any resulting agreement shall include, but not be limited to, the Contractor's: Compliance with its statement representations regarding CSB, MBE, and/or FBE participation in performance of the Agreement; Compliance and cooperation with Project Monitors, whether from the Mayor's Office of Equal Opportunity (the "OEO") or the contracting department; Accurate, complete, and on-time submission of all reports, forms, and documents including, but not limited to, employment reports, certified payrolls, monitoring forms, and other information the Director of the OEO may require, whether in printed or electronic form, to ascertain and verify Contractor's compliance; and Attendance at and participation in all required project meetings, including OEO compliance meetings, and progress meetings called by the contracting department director(s) at key intervals during performance of the contract services. Failure to Comply When determining the contractor's future eligibility for a City contract, the City shall consider a contractor's failure to comply with the representations of its statement and the requirements under the Code as a failure to faithfully perform a contract. Under the Cleveland Area Business Code, the City of Cleveland is firmly committed to assisting Minority Business Enterprises (MBEs), Female Business Enterprises (FBEs), and Cleveland- area small businesses (CSBs) by providing and enhancing economic opportunities to participate in City contracts. The successful firm for a contract will be a firm that shares that commitment. Accordingly, a firm is strongly encouraged to utilize the services of qualified MBE/FBE/CSB sub-consultants that are certified by the Mayor's Office of Equal Opportunity (the "OEO") in its statement. Please review the included Community Impact Plan to ascertain the goal for the proposed contract. Firms are required to make a good-faith effort to subcontract portions of the work to certified Minority Business Enterprise ("MBE"), Female Business Enterprise ("FBE"), and CSB firms, consistent with the subcontracting goal(s) applicable to this RFQ Firms may obtain a listing of firms certified by the OEO as CSBs, MBEs and FBEs by checking online. Firms are responsible for obtaining the most current list and for contacting potential CSB/MBE/FBE sub-consultants. The City assumes no responsibility for matching prime consultants with qualified, certified MBE, FBE, and/or CSB sub-consultants. The City Office of Equal Opportunity will monitor participation of MBE, FBE, and/or CSB sub-consultants throughout the duration of the engagement or project. The successful firm, as contractor, will be responsible for providing the OEO with all information necessary to facilitate this monitoring. The Cleveland Area Business Code, any Regulations promulgated under the Code, and the OEO Notice to Bidders & Schedules are, by this reference, incorporated in and made part of this solicitation and any resulting contract as fully as if written in it or attached. The successful firm, as contractor, will be required to comply with all terms, conditions, and requirements imposed on a "contractor" in the following Equal Opportunity Clause, Section 187.22(b) of the Cleveland Codified Ordinances, and shall make the Clause part of every subcontract or agreement entered into for services or goods and binding on all persons and firms with which the firm may deal, as follows: No Contractor shall discriminate against any employee or applicant for employment because of race, religion, color, sex, sexual orientation, national origin, age, disability, ethnic group or Vietnam-era or disabled veteran status. Contractors shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to race, religion, color, sex, sexual orientation, national origin, age, disability, ethnic group or Vietnam-era or disabled veteran status. As used in this chapter, "treated" means and includes without limitation the following: recruited whether by advertising or other means; compensated, whether in the form of rates of pay or other forms of compensation; selected for training, including apprenticeship, promoted, upgraded, demoted, transferred, laid off and terminated. Contractors shall post in conspicuous places available to employees and applicants for employment, notices to be provided by the hiring representative of contractors setting forth the provisions of this nondiscrimination clause. Term of Statement's Effectiveness. By submission of a statement, the firm agrees that its statement will remain effective and eligible for acceptance by the City until the earlier of the execution of a final contract or 180 calendar days after the statement submission deadline (the "Statement Expiration Date"). Execution of a Contract. The successful firm shall, within ten (10) business days after receipt of a contract prepared by the City Director of Law, exclusive of Saturdays, Sundays and holidays, execute and return the contract to the City together with evidence of proper insurance and intent to conform to all requirements of the contract. Attached hereto or which are a part hereof and all applicable federal, state and local laws and ordinances prior to or at the time of execution of the contract. Short-listing The City reserves the right to select a limited number (a "short list") of firm's to make an oral presentation of their qualifications, proposed services, and capabilities. The City will notify the firms selected for oral presentations in writing. Firm's Familiarity with RFQ; Responsibility for Statement By submission of a statement, the firm acknowledges that it is aware of and understands all requirements, provisions, and conditions in and of this RFQ and that its failure to become familiar with all the requirements, provisions, conditions, and information either in this RFQ or disseminated either at a pre-statement conference or by addendum issued prior to the statement submission deadline, and all circumstances and conditions affecting performance of the services to be rendered by the successful firm will not relieve it from responsibility for all parts of its statement and, if selected for contract, its complete performance of the contract in compliance with its terms. firm acknowledges that the City has no responsibility for any conclusions or interpretations made by firm on the basis of information made available by the City. The City does not guarantee the accuracy of any information provided and firm expressly waives any right to a claim against the City arising from or based upon any incorrect, inaccurate, or incomplete information or information not otherwise conforming to represented or actual conditions. Interpretation The City is not responsible for any explanation, clarification, interpretation, representation or approval made concerning this RFQ or a Statement or given in any manner, except by written addendum. The City will mail, e-mail, or otherwise deliver one copy of each addendum issued, if any, to each individual or firm that requested and received a RFQ Any addendum is a part of and incorporated in this RFQ as fully as if originally written herein.

Post-Bid

Sidewalks / Parking Lot

$200,000.00

Public - City

Paving, Site Work

332

9

2

5

Subscribe For Documents

115 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
262
Active Projects
136
Bidding Soon
2,246
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.