Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published July 26, 2025 at 8:00 PM
Updated July 27, 2025
This is a service / maintenance or supply contract in Cleveland, Ohio. Contact the soliciting agency for additional information.
The City of Cleveland ("City"), owner and operator of Cleveland Hopkins International Airport ("CLE" or "Airport"), Burke Lakefront Airport ("BKL") (collectively "Airports") and the North Coast Harbor ("Harbor"), through its Director of the Department of Port Control ("Director"), invites written Statements of Qualifications ("Statement" or "Statements") from firms that have requisite, demonstrable competence and experience in providing Program Management/Construction Management Services (the "Project") for the management and implementation of the CLE Terminal Modernization and Development Program ("TMDP") as required by the various divisions of the Department of Port Control ("Department") and described more fully in this Request for Qualifications ("RFQ"). The selected Firm will provide staff augmentation to the Department and will report to the Executive Program Manager ("EPM"). Qualified firms either singly or in joint venture or other legal arrangements (collectively, the "Firm", "Contractor" or "Consultant") must have the requisite, demonstrated competence and experience in, and a thorough knowledge of, the services required for the Project. Scope of Services The PM/CM firm shall provide expert services to ensure the successful planning, execution, and completion of multiple projects within the program, while maintaining compliance with federal, state, and local regulations, including, but limited to, FAA guidelines. The PM/CM firm shall provide project-level oversight in the following: Defining project objectives, budget allocation, scheduling, and risk management strategies. Ensure adherence to regulatory compliance & permitting. Performance monitoring & reporting to assist in establishing KPIs, dashboards, and reporting mechanisms to track progress, budget adherence, and schedule compliance. Provide Construction Management and Pre-construction Services to ensure project execution meets airport safety, quality, sustainability, cost, and schedule objectives. Assist in design reviews, constructability analysis, and bid package preparation. Develop procurement strategies, contractor selection criteria, and contract administration plans. Develop and manage construction phasing and logistics plans to minimize airport operations disruptions. On-site construction supervision, quality control, and safety monitoring. Schedule tracking and coordination of work between contractors and airport operations. Change order management, claims mitigation, and dispute resolution. Inspection and compliance verification with construction specifications, contract documents, and safety protocols. Commissioning & closeout activities including system testing, operational readiness, and final inspections., punch list coordination and resolution. Documentation of as-built drawings, warranties and O&M manuals. Assist in facility handover and post-construction evaluations. The firm shall provide a well-qualified team, including but not limited to Executive Project Manager, Project Managers, Construction Managers, Estimators, Schedulers, Quality Assurance/Quality Control ("QA/QC") personnel, Safety Managers, Environmental and Sustainability Specialists, Field Inspectors, Administrative, and document control staff. The firm shall operate as an integral partner reporting to the EPMT and Department divisions to ensure the efficient, cost-effective, and high-quality execution of the projects overseen by the EPMT and part of the TMDP construction program. The firm shall uphold industry best practices, maintain the highest standards of safety and compliance, and facilitate the seamless integration of new infrastructure into active airport operations. All team members of the PM/CM firm will be required to utilize Procore project management software platform and ensure that all separately contracted and sub-contracted consultants and contracts are doing the same. The Procore software platform will serve as the central source of information for the program, linking all elements into one management system. All aspects of project management will be performed, recorded and reported out of the Procore system. Full functionality and requirements of Procore is expected to be managed by the team as directed by the EPM and the Department. The Department has developed several potential concepts that include investing approximately $1.6 billion dollars, over the next eight years, to implement the landside projects overseen by the EPM and those included as part of the TMDP. Projects may include, but are not limited to, constructing a new surface parking lot, parking garage, RTA underground platform, ground transportation center, terminal building, roadway facilities, multiple demolitions projects, multiple tenant structures, central checkpoint expansion, NEPA activities, in conjunction with Department staff, repaving and other supporting projects and infrastructure. Existing facilities will be demolished and new facilities constructed and/or renovated in a phased manner to minimize impact to the traveling public. The PM/CM Team will report to the EPM in the execution of this capital program and provide key and supporting staff working full-time onsite to manage and direct all aspects of the implementation program. The Firm will manage the scopes and design in accordance with the Basis of Design ("BOD") concepts developed. The Firm will utilize the BOD, under the direction of the EPM and Department, to prepare scope validation and stakeholder alignment, cost modeling and budget baselines, schedule planning, design progress monitoring, risk management, procurement and delivery strategies, regulatory and permitting strategies as the program progresses toward detailed design and construction. As part of the larger project management office, the selected PM/CM firm is expected to remain flexible and adaptive to perform PM/CM services for any newly identified projects. This may include, but not be limited to, additional airside and landside projects that may be approved as part of the terminal modernization program. Responsibilities may include, but are not limited to: providing qualified professional augmentation staff to support CLE with temporary staffing in managing, reviewing and coordinating design; managing and evaluating budgets, estimates and schedules; performing required pre-construction services; conducting construction management and administration; inspecting the work of the contractor; cost control, project management, design management, safety management, construction management, logistics management, change management, risk management, project coordination, resource allocation, quality control, quality assurance, and testing; commissioning and operational readiness activation and transition (ORAT) management; sustainable building certification; developing strategies to achieve programmatic and project-specific sustainability, decarbonization and climate resiliency goals; contract document reviews and development such as GMPs and CGMPs; utilizing the airport's software, technology, procedures; independent cost estimating; and stakeholder communication. The selected Firm must register to do business in Ohio and must have direct experience in the implementation and management of major airport capital improvement projects and programs of similar scope, magnitude, and complexity to the TMDP, involving construction and/or rehabilitation of terminal, concourse, parking structures and roadways. The selected Firm must be able to provide qualified staff that have relevant and direct aviation experience working in a complex operating facility and challenging environment with multiple stakeholders for a facility equal to or greater than CLE in size and number of enplanements. Firm will be expected to accept the contract provisions as written, and if they have any exceptions to the contract provisions those should be specifically noted in their Statement. The Department will provide designated space for the Project Management Office ("PMO") specifically assigned to the projects overseen by the EPM and those of the TMDP. The selected PM/CM Team shall work on-site within this project management office in direct interaction with EPMT and Department Staff. The selected Firm shall follow pre-established governance programs and policy & procedures for the TMDP PMO, including the use of project management information systems designated by the Department. While located on airport property, the PMO office is within the "south campus" area, which is separate from the airport's current administrative and executive offices located in the main terminal building. Background inspections and appropriate identifications are required to obtain Security Badging for all team members who will be working onsite. The selected Firm will provide qualified professional augmentation staff to support EPM with temporary staffing in managing, reviewing and coordinating design, managing and evaluating budgets, estimates and schedules, conducting construction administration, or inspecting the work of the contractor. The proposed key staff positions shall have direct experience delivering large-scale, quality aviation projects within budget and schedule and shall meet the minimum qualifications as outlined in the RFQ. The PM/CM Team and any sub-contractors will provide experienced advice covering a wide variety of issues and will perform all Services defined in "Scope of Work," as may be further described in the resulting Contract, including all documents incorporated herein by reference. The PM/CM Team will perform other duties as directed to ensure the overall success of the Program. The scope of this contract encompasses the defined work. 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. Those firms planning to join the pre-qualification meeting are asked to register online. Publish RFQ Addendum :July 25, 2025 The term of this Agreement shall begin on the effective date of this Agreement and, unless sooner cancelled in accordance with the terms of the Agreement, shall expire two (2) years thereafter, with two (2) three-year options to review, exercisable by the Director of the Department, with authorization of Cleveland City Council. 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 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. Question Deadline 07/18/2025 at 4:00 PM ET Interested parties may submit questions, pertaining to this RFQ and the services desired electronically. The method of Contractor Selection has not been Determined at this time.
Conceptual
Transportation Terminals
Public - City
Service, Maintenance and Supply
We’ve obtained documents for this project and are currently processing them.
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
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.
February 2, 2026
Multiple Locations, Cleveland, OH
Related To This Project
Cleveland, OH
Bid Date: Jul 17 2025
Cleveland, OH
--
Cleveland, OH
Bid Date: Jul 25 2025
Cleveland, OH
--
Cleveland, OH
--
Cleveland, OH
--
Cleveland, OH
--
Cleveland, OH
--
Cleveland, OH
Bid Date: Jul 22 2025
Cleveland, OH
Bid Date: Jul 17 2025
Cleveland, OH
Bid Date: Jun 30 2025
Cleveland, OH
--
Cleveland, OH
--
Cleveland, OH
Bid Date: Jun 16 2025
Cleveland, OH
--
The Best Gift for Your Business? Seeing the Future of Construction.
We’re unwrapping exclusive project leads early this year. Gain instant access to commercial data that keeps you steps ahead of the competition. Sign up today to see the projects others won't discover until they're already spoken for.
