On-Call Civil Engineering Services

Agency: City of Charlotte
State: North Carolina
Type of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
  • R - Professional, Administrative and Management Support Services
Posted: Nov 1, 2023
Due: Nov 30, 2023
Publication URL: To access bid details, please log in.
On-Call Civil Engineering Services

Closing date November 30, 2023, 05:00 PM

  • Reference number RFQ AVIA 24-12
  • Status Complete
  • Summary Statement of Qualifications Due Date & Time: November 30, 2023 at 5:00 pm est.

    Bid Type: Request for Qualifications

    Department: Aviation
Description

Summary. Pursuant to this Request for Qualifications (“RFQ”), Charlotte Douglas International Airport (“CLT” or “Airport”), which is owned and operated by the City of Charlotte, North Carolina, is seeking statement of qualifications (“SOQ”) from qualified and experienced firms (individually or collectively referred to as “Firm” or “Company”) interested in providing on-call civil engineering services for the Airport.

All bidding activities take place through the eBuilder bidding portal (located under section "Related Information" on the right-hand side).
Contact details
Details

Type: Request for Qualifications

Category: Architecture, Engineering & Survey

Department: Aviation

Commodity Code(s): 91842, 92517

Attachment Preview

REQUEST FOR QUALIFICATIONS
FOR
ON-CALL CIVIL ENGINEERING
SERVICES
DATE: November 1, 2023
(FEDERAL and NON-FEDERAL TASK ORDER PROJECTS)
I.
INTRODUCTION
A. INVITATION TO PROPOSE
Pursuant to this Request for Qualifications (“RFQ”), Charlotte Douglas International Airport (“CLT” or
“Airport”), which is owned and operated by the City of Charlotte, North Carolina, is seeking statement of
qualifications (“SOQ”) from qualified and experienced firms (individually or collectively referred to as
“Firm” or “Company”) interested in providing on-call civil engineering services for the Airport (the
“Services”). The Scope of Services is attached hereto as Exhibit A.
The Services will be governed by a professional services agreement, a form copy of which is included as
Exhibit H (the “Agreement”). Firms are advised to carefully read and review the Agreement as they
prepare their SOQs in response to this RFQ. CLT reserves the right to revise the terms of the Agreement
at any time during the RFQ process and to negotiate different terms with the selected Firm.
The Agreement(s) between the City of Charlotte (Sponsor of the Airport) and the selected Firms will be
subject to all applicable Federal Rules and Regulations as identified in AC 150/5100-14E. The most
recent version of the Federal Contract Provisions for Architectural, Engineering, and Planning Consultant
Services for Airport Grant Projects can be found at
https://www.faa.gov/documentLibrary/media/Advisory_Circular/150-5100-14E.pdf
Firms are encouraged to also carefully review all sections of this RFQ including all attachments and
exhibits as they prepare their SOQs. Failure to comply with the terms, conditions and requirements of
this RFQ may result in disqualification of the Firm in the sole discretion of CLT. Firms will only be
eligible for Services if their SOQs clearly include the experience necessary to complete the general duties
for the specific type of projects set forth in Exhibit A or other substantially similar projects.
B. RFQ EXHIBITS
The following exhibits are attached to this RFQ and made part hereof:
Exhibit A
Exhibit B
Exhibit C-1
Exhibit C-2
Exhibit D
Exhibit E
Exhibit F
Exhibit G
Exhibit H
Scope of Services
Sample Task Order Document (TOD)
DBE Compliance Instructions and DBE Form #3
CBI Program Instructions and CBI Form #3
City Non-Discrimination Certification
Certification of Offeror Regarding Tax Delinquency and Felony Convictions
Certification of Offeror Regarding Lobbying and Influencing Federal Employees
Proposed Project List (if applicable)
Sample Form Professional Services Agreement
C. RFQ SCHEDULE
DATE
November 1, 2023
November 16, 2023
November 30, 2023
ACTIVITY (All times are EST)
Issue RFQ
Deadline for Submission of Written Questions at 5pm EST
Statement of Qualifications are due at 5pm EST
CLT reserves the right to modify the deadline set forth in the above table in its sole discretion. Any such
modifications will be stated in an addendum as described in Section II. B below.
D. DISADVANTAGED BUSINESS ENTERPRISE (“DBE”) PROGRAM and CHARLOTTE
BUSINESS INCLUSION (“CBI”) PROGRAM
The City complies with two different programs: the Disadvantaged Business Enterprise (“DBE”) Program
and the Charlotte Business INClusion (“CBI”) Program, depending on the funding source associated with
the Services for each project.
The DBE Program is subject to the requirements of 49 CFR Part 26 – Participation by DBE in
Department of Transportation Financial Assistance Programs and the City’s DBE Program. A complete
copy of the City’s DBE program can be found at www.cltairport.com. Instructions regarding compliance
with the DBE Program and form copies of DBE Form #3 – Utilization Commitment – are attached as
Exhibit C-1.
The CBI Program is based on the City’s long history of creating and implementing strategies to support
and encourage local business growth. In 2013, the City Council adopted the CBI Policy to promote
diversity, inclusion, and local business opportunities in the City’s contracting and procurement process
for Minority, Women, and Small Business Enterprises (“MWSBEs”). A complete list of City of Charlotte
certified Small Business Enterprises (“SBEs”) and City of Charlotte registered Minority and Women
Business Enterprises (MWBEs) is available on the City’s InclusionCLT website:
http://charlotte.diversitycompliance.com. Instructions regarding compliance with the CBI Program and
copies of CBI Form #3 – Utilization Commitment – are attached as Exhibit C-2.
A DBE participation goal (“DBE Goal”) or a CBI participation goal (“CBI Goal”) will be
negotiated for each Task Order assigned under the Firm’s Agreement. The type of goal will be
dependent on the funding source of the Services that are assigned to the selected Firm. This
requirement will be made part of the selected Firm’s Agreement.
Since the assigned Services may be federally or non-federally funded, the City would like to see the DBE
and CBI firms that Proposers intend to utilize on assigned Services under this Agreement. Firms are
required to complete and attach Form #3 – DBE/MWSBE Utilization Commitment to their SOQ. Please
note, Form #3 is the ONLY form that should be attached to the SOQ.
The selected Firm will be required to submit DBE/CBI Form #4 – Letter of Intent for each DBE/MWSBE
the selected Firm commits to use on assigned Services to meet the DBE requirements. Letters of Intent
are due no later than three (3) business days from the time they are requested by CLT, unless otherwise
agreed by the parties. During the term of the Agreement, the selected Firm shall be required to submit
payment information into the City’s InclusionCLT system.
E. TITLE VI SOLICITATION NOTICE
CLT, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42
U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Firms that it will affirmatively
ensure that any contract entered into pursuant to this RFQ, disadvantaged business enterprises will be
afforded full and fair opportunity to submit proposals in response to this request and will not be
discriminated against on the grounds of race, color, or national origin (including limited English
proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in
consideration for an award.
F. FEDERAL FAIR LABOR STANDARDS ACT SOLICITATION NOTICE
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of
29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given
in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for
full and part-time workers.
The Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The
Consultant must address any claims or disputes that arise from this requirement directly with the U.S.
Department of Labor – Wage and Hour Division.
G. TRADE RESTRICTION CERTIFICATION
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant
contract, the Offeror –
1) is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms as published by the Office of the United States Trade
Representative (USTR);
2) has not knowingly entered into any contract or subcontract for this project with a person that is a
citizen or national of a foreign country included on the list of countries that discriminate against U.S.
firms as published by the USTR; and
3) has not entered into any subcontract for any product to be used on the Federal project that is
produced in a foreign country included on the list of countries that discriminate against U.S. firms
published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United States of America
and the making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under Title 18 USC § 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor
learns that its certification or that of a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The Contractor must require subcontractors provide
immediate written notice to the Contractor if at any time it learns that its certification was erroneous by
reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49
CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included on
the list of countries that discriminate against U.S. firms published by the USTR; or
2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such USTR list; or
3) who incorporates in the public works project any product of a foreign country on such USTR list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and information
of a contractor is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in all lower tier subcontracts. The Contractor may rely on
the certification of a prospective subcontractor that it is not a firm from a foreign country included on the
list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has
knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an
award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of
the contract or subcontract for default at no cost to the Owner or the FAA.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Number: IF24280 Bid Title: Invitation for Bid / WSTA Terminal Carpet Replacement

Forsyth County

Bid Due: 5/10/2024

Solicitation Number Project Title Description Opening Date Posted Date Status Department 274-TM-4-24 Falls

State Government of North Carolina

Bid Due: 5/14/2024

Follow W. Kerr Scott Erosion Control Active Contract Opportunity Notice ID W912PM23B0008 Related

DEPT OF DEFENSE

Bid Due: 5/14/2024

Bid Number: 24-0022 Bid Title: Term Contract for Water Treatment Chemicals Category: Apparatus,

City of Durham

Bid Due: 5/13/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.