The City of Charlotte (City) is soliciting Statements of Qualifications (SOQs) from firms/teams (Firms) to provide structural engineering design services and deck inspection services (Services) for various unspecified projects (Project) on an as-needed basis. Award to multiple firms is anticipated. Total estimated expenditures for these services across all contracts is $300,000 per year.
Services may include inspection of City parking decks and providing repair design services. Decks will be inspected in accordance with professional standards and a report will be provided on the physical condition of the decks along with recommendations for needed repairs. If any imminently dangerous conditions are identified, the Firm will design any required emergency repairs.
Typical structural engineering needs may also include the design of non-standard drainage structures; non-standard headwalls; junction boxes; inlets; manholes; endwall treatments; retaining walls; structural engineering review of shop drawings, and evaluation/design of shoring for buildings and roadways.
Each project may range from a single structure to multiple structures. Some of these projects may be in response to an urgent, unanticipated need that requires services on an expedited basis; therefore, the selected Firm may be required to provide emergency services on short notice and within a tight time schedule.
The project will replace the signalized intersection with a roundabout. Project will also provide sidewalks, curb and gutter, driveways, concrete island, wheel chair ramps, retaining wall, storm drainage, asphalt pavement, pavement markings and signage and utility relocation.
This project will provide sidewalk on the south side of North Sharon Amity from Tangle Drive to Craig Avenue. Project length = 0.32 miles.
The project consists of replacing two (2) 475 kVA emergency paralleled generators in the sub-plaza level of the Government Center. The existing generators along with the existing paralleling gear, exhaust, fuel, cooling, and branch circuit systems shall be demolished and replaced. In detail these include, but are not limited to: two (2) existing radiators in the pit adjacent to the generator room, the existing paralleling gear, the exhaust piping stack up to the roof level, all existing cooling and fuel piping, the existing fuel pumps, and all electrical branch circuit for ancillary generator loads. The existing generators shall be removed in such a manner as to ensure they can be resold by the general contractor for a credit back to the City. Two (2) new CAT emergency-rated 500 kVA generators (purchased directly by the City) shall be installed along with a new 2000 amp, 480/277V switchboard (also purchased directly by the City), which shall replace the existing paralleling switchboard. The new generators shall be equipped with onboard paralleling technology. New control wiring shall be provided and installed to two (2) new annunciators and the existing building management system at the security desk adjacent to the elevator lobby on the sub-plaza level of the facility. A 1MW temporary generator shall be provided and installed by the electrical contractor adjacent to the street and exterior wall of the generator room to provide temporary backup power coverage while the existing gear systems are demolished and replaced. The general contractor is required to provide a construction schedule and participate in necessary pre-construction and construction progress meetings during the duration of the project. The City shall provide a commissioning agent to develop all commissioning scripts and testing procedures at the conclusion of construction activities. The General Contractor shall be responsible for all necessary materials and labor necessary for the performance of the scripted commissioning activities.
The project involves the replacement of the existing diesel generator and tank and provide a new life safety emergency ATS and distribution system, and refeed the existing emergency distribution system.
The new life safety lighting shall be controlled via a lighting control panel that will be controlled by the existing “lutron” facility wide lighting control system. The lighting control panel shall be UL924 listed and the controls shall allow for astronomic time-clock control with system overrides, computer programming and scheduling where applicable. The time clock and scheduling setting shall be coordinated with the owner prior to inception of work. The lighting control shall interface with the fire alarm system such that in an alarm condition the emergency shall automatically turn on to full output and override the system settings. In the event of a normal power failure the life safety lighting shall automatically turn on and shall override the lighting control settings. New emergency life safety lighting and exit signs are being added. The receptacles and HVAC system in the main telecom room shall be added to the emergency power distribution system.
PROJECT LOCATION: Mint Museum Randolph, 2730 Randolph Road, Charlotte, North Carolina 28207-2012
The City requires a qualified and manufacturer-authorized Mack heavy equipment dealer to work in conjunction with Fleet Management. The Company shall perform repair, replacement, maintenance, diagnostic, warranty repair and representation, and related Services on the City’s fleet of various models and years of Mack heavy equipment owned and operated by the City at their Company facilities or at approved City locations.
The City requires a qualified and manufacturer-authorized Freightliner, Sterling, and Western Star heavy equipment dealer to work in conjunction with Fleet Management. The Company shall perform repair, replacement, maintenance, diagnostic, warranty repair and representation, and related Services on the City’s fleet of various models and years of Freightliner, Sterling, and Western Star heavy equipment owned and operated by the City at their Company facilities or at approved City locations.
The City of Charlotte is looking for qualified Service Providers to work in conjunction with Fleet Management to perform complete turnkey collision repairs and related services (excluding any City applied graphics), on the City’s various makes and models of vehicles.
The Disparity Study requested by this RFP will be used to aid the City in evaluating and improving its current programs. The results and recommendations will serve as a reference document in the creation of directives, standards and practices. The City wishes to undertake all necessary and affirmative steps to ensure that Historically Underutilized Businesses (“HUB”) are afforded opportunities to participate in City contracts.