This selection will consist of three separate types of work. The general scope of work for each generally includes:
Miscellaneous Planning and Design Services
The miscellaneous planning and design services may be used for multiple projects and is anticipated to include the selection of multiple consultants. The projects have not been identified but may include intersection improvements, road widening, bicycle or sidewalk projects, trail projects, new alignment projects, traffic analysis, pedestrian safety improvements, structural design, advanced planning and/or feasibility work. Projects will range in scope and size.
Urban Design Services
The urban design services may be used for multiple projects and will be a task order-based agreement. This selected consultant(s) will support the city by providing services that encompass planning, economic development urban design, historic preservation and placemaking. Projects will range in scope and size.
Grant Preparation Services
The city has applied for various state and federal grants (SS4A, RAISE, etc.) and is looking for consultant(s) to provide assistance with grant preparation services for future applications. The selected consultants will be expected to lead the effort in coordination with city staff to provide all services needed to apply for various state and federal grants. It is anticipated that multiple consultants may be selected for this task.
This selection will consist of two separate types of work. The general scope of work for each generally includes:
Urban Design Services
The urban design services may be used for multiple projects and will be a task order-based agreement. This selected consultant(s) will support the city by providing services that encompass planning, economic development urban design, historic preservation and placemaking. Projects will range in scope and size.
Grant Preparation Services
The city has applied for various state and federal grants (SS4A, RAISE, etc.) and is looking for consultant(s) to provide assistance with grant preparation services for future applications. The selected consultants will be expected to lead the effort in coordination with city staff to provide all services needed to apply for various state and federal grants. It is anticipated that multiple consultants may be selected for this task.
The South Ramp Expansion Program (SR Expansion Program or Program) for Charlotte Douglas International Airport (CLT or the Airport) consists of the design and construction of a three-phase program targeted to enhance capacity and improve efficiency of the terminal ramp by addressing ramp congestion, improving taxi times and enhancing safety. Phase 1 of the South Ramp Expansion Program will provide unimpeded dual ADG III and V taxilanes for the southeast area. Phase 2 of the Program will provide continuity of the unimpeded dual ADG III and V taxilanes for the center area of the ramp. The Program also provides for the relocation of the Airport Surveillance Radar (ASR) and the Center Lighting Vault. Finally, Phase 3 will complete the linear and unimpeded taxilane connectivity for the southwest corner of the terminal ramp.
The SR Expansion Program currently consists of five separate construction projects, three airfield and two enabling facility relocations, as identified in the list below. This RFQ will be used to select a Firm to provide the design services and construction administration for South Ramp Expansion Phase 1/East and South Ramp Expansion Phase 2/Center.
Charlotte-Mecklenburg Storm Water Services (CMSWS) is soliciting Statements of Qualifications (SOQ) from qualified engineering companies (Company or Proposer) to provide Professional Engineering Services to both review existing portions of, as well as update, the existing Charlotte-Mecklenburg Storm Water Design Manual (Project).
The intent of the manual review and revision is to not duplicate the old manual based on an Engineering Handbook perspective, but the context should be more of a supporting guide for following CMSWS local engineering specific details, practices and implementation of drainage design.
Charlotte Water is soliciting Statement of Qualifications from a qualified engineering firm to conduct a comprehensive environmental impact assessment and prepare an Environmental Impact Statement (EIS) in accordance with applicable regulations and guidelines. The scope of work shall include, but is not limited to, identifying scope alternatives that would provide for long term water supply to the Rocky River portion of the CLTW service area. Also, identifying potential environmental impacts, including secondary and cumulative impacts associated with the proposed IBT modification and identified alternatives. The selected Firm shall have relevant experience in developing Environmental Impact Statements (EIS) within the realm of water resources, supply, and use. Preferably the Firm will have experience in development of EIS related specifically to interbasin transfer of water related to the regulatory requirements of North Carolina Department of Environmental Quality (NCDEQ).
Relocation of existing CMPD Helicopter Hangar to an off-site location within City limits will be performed via Alternative Delivery Method, specifically Design-Build (D/B). An D/B Owner-Advisor roles in support of this project’s delivery will be solicited.
The project is a study of the current City of Charlotte Solid Waste collection process, the existing facilities for the processing of solid waste, and future needs that include providing strategic locations for additional facilities. The consultant needs to be able to make recommendations as well as have the resources to design a facility.
The selected firm will review the Solid Waste collection process and develop a master plan for how services should be provided throughout the City of Charlotte. This will include identifying possible locations for facilities, the make-up of facilities, and co-location opportunities with other new or existing City facilities.
Charlotte Water (CLTWater) is soliciting Statements of Qualifications (SOQ) from qualified engineering companies (Company or Proposer) to provide the design of relocations and installation of new water and sewer infrastructure within North Carolina Department of Transportation (NCDOT), Charlotte Department of Transportation, CATS and rail projects for the Miscellaneous Water and Sewer Engineering Services Project (Project).
The following is a general description of the tasks required. This is not intended to be all-inclusive, nor is it guaranteed that all of the below tasks will be utilized. A more defined Scope of Work will be developed during negotiation with the selected companies. CLTWater is responsible for the design of all public water and sanitary sewer utilities located within NCDOT projects. In addition, CLTWater utilizes water/sewer consulting firms to facilitate relocations and improvements in various governmental projects. This includes projects by the City of Charlotte, Mecklenburg County, and surrounding towns or municipalities. These Projects may include the design of water and/or sewer mains, relocation and betterment of utilities for various NCDOT improvement projects, future water and/or sanitary sewer crossings within NCDOT right of way, Miscellaneous Water and Sewer Engineering Services projects, service connections, rehabilitation of existing infrastructure, and other projects as determined by CLTWater. This Project can also be utilized to address utility conflicts and improvements that may be needed on other projects.
Storm Water Services is soliciting Statement of Qualifications from a qualified engineering companies to provide an engineered solution for various drainage issues in an existing conditions environment where existing drainage systems have failed or flooding conditions have developed and require improvement, replacement, rehabilitation, or repair treatments that meet City practices and standards. This includes, but is not limited to, initial assessment of the existing condition, concept plan development, preparation of design plans, calculations, construction estimates, bidding documents, and other items necessary to resolve reported drainage issues. In addition, participation and attendance may be required for utility coordination meetings, preconstruction meetings, construction warranty observation field meetings at 6 and 11 months intervals, and other meetings necessary to deliver each engineered solution, and address redlined comment.