The Engineering Services Division of the Department of General Services (GS) is soliciting Statements of Qualifications (SOQ) from qualified engineering companies (Company) to provide the following three main components for this solicitation and interested parties may choose to be considered for any or all:
• Embedded Consultant Project Management staff: Primary responsibilities include reviewing project deliverables and the overall project management duties as normally performed by city Project Managers. The consultant must certify designs as a North Carolina Professional Engineer or defer this to the project engineer. QA/QC staff should have experience in designing and preparing construction plans for transportation projects and will oversee the work of Project Engineers and/or consultant designers on assigned projects and be directly responsible for ensuring projects are delivered on-schedule and within the allocated budget.
• Embedded Project Engineer staff: Primarily responsible for completing designs for an average of 4-10 projects per year, depending on size and scope. They will be the engineer of record for designs of varying sizes and will report directly to city or consultant Project Management Staff.
• Miscellaneous Planning and Design Services: The City of Charlotte is seeking assistance from qualified Transportation Consulting firms to provide transportation planning and transportation engineering on “on-call” basis. The on-call contract will provide a flexible and effective way for the city to respond to recurring consultant service needs covering a range of multi-dimensional transportation engineering and planning tasks. The flexible on-call consultant service contracts with qualified transportation firms will help meet the needs of the city. Each firm selected for an on-call contract will be required to enter into a master agreement with the city. This master agreement will fulfill the consultant solicitation and selection process for the work to be performed under the on-call contract.
The selected firms will use HEC-HMS, HEC-RAS, SWMM, and/or a hydraulic grade line closed system computer model, or an approved alternative method. All methods will be in accordance with the Charlotte-Mecklenburg Storm Water Design Manual. The City’s then current AutoCAD standards will be used for production of all plans and profiles.
Work will be issued via written Task Orders, which will specify the requirements of the various projects. Multiple Task Orders may be issued for each project. Multiple task orders may be issued at once. The City of Charlotte reserves the right, upon successful completion of a given Task Order, to issue subsequent Task Orders to the same or a different Company.
The below list provides a general list 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 company.
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).
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.
This Request for Qualifications is to select several firms to provide consulting engineering services on a task order on-call basis.
Generally, the Engineer will provide consulting services that may include planning, design, environmental, and construction administration. In addition, the Engineer may be asked to assist in the development of grant application as well as agreements including federal funding.
This Request for Qualifications is to select several firms to provide consulting engineering services on a task order on-call basis.
Generally, the Engineer will provide consulting services that may include planning, design, environmental, and construction administration. In addition, the Engineer may be asked to assist in the development of grant application as well as agreements including federal funding.
This project will install single‐mode fiber optic cable installed in new directionally bored, hand-dug, and trenched conduit, existing conduit, and aerial attachments to poles. It will remove existing copper communication cables. This project includes entrances and interconnect equipment for existing traffic signal control cabinets and the installation of traffic management cameras. This project also includes fiber optic cable splicing, testing, Ethernet communications equipment, traffic management camera equipment, and other related activities.
This project will install single‐mode fiber optic cable in new directionally bored, hand-dug, and trenched conduit, existing conduit, and aerial attachments to poles. It will remove existing copper communication cables. This project includes entrances and interconnect equipment for existing traffic signal control cabinets and the installation of traffic management cameras. This project also includes fiber optic cable splicing, testing, Ethernet communications equipment, traffic management camera equipment and other related activities.
The Charlotte Department of Transportation (CDOT) wishes to prepare a three-year contract to include miscellaneous repair or relocation of conduit, fiber, aluminum poles, traffic management cameras, and other facilities within the City’s Intelligent Transportation System (ITS) throughout the Charlotte service area. The increase in telecom and development related construction throughout Charlotte has put the ITS infrastructure in substantial risk of being damaged and/or the need to be relocated. The work under this contract will supplement the city’s workforce in making repairs or relocations. There may also be small project work not related to repairs. Work may include either underground at varying depths or aerial work at varying heights to install conduit and fiber optic cable. Because of the unknown scope of each repair, this is a Task Based contract. The Contractor’s Superintendent may be required to respond and be on site within 3 to 6 hours of being called to evaluate the conditions and develop an agreed upon plan with the city. Contractor work crews may be required to respond and be on site within 3 to 6 hours of the meeting with the Contractor’s Superintendent and the issuance of the Task Order.
While it is anticipated that the majority of the work will be able to be performed during normal working hours, there may be instances where overtime work is needed, or work on nights and/or weekends or holidays. Separate pay items have been included to cover these instances. Due to the urgent nature of some of these repairs, work in inclement weather may be required.