Greater Regional Transit Authority

PRE-PROPOSAL CONFERENCE Engineering Services for the Waterfront Line Bridge Rehabilitation RFP NO. 2020-197 PROJECT NO. 27Z 10:00 a.m. – Thursday, January 7, 2021

SUMMARY OF THE MEETING

The following is an edited summary (not a formal written response) of the Pre-Proposal Conference for this Project. This summary is being made available to all interested parties for informational purposes only:

I. Introduction

• Louis Catalusci, RTA Contract Administrator

• Joseph Shaffer, Director of Engineering, Project Manager

• Kirk Dimmick, Engineering Manager of Bridges

II. Procurement Overview:

Summary of Project: The Waterfront Line Bridge carries two trains over the main lines of Norfolk Southern and Front Avenue. This selected engineering consultant team will investigate the bridge and develop construction documents for the rehabilitation of the bridge. The consultant will provide bidding and construction support services throughout the project.

• Due Date: Friday, January 29, 2021 at 2:00 PM Official Time

• All questions should be put in writing to Louis Catalusci at: Fax: 216-350-5298 or via e-mail: [email protected]. The question and answer period ends 10:00am Tuesday, January 19, 2021.

• No Addendum has been issued to date.

• The DBE goal is Five percent (5%)

• The DBE must be certified before the proposal is submitted.

• The GCRTA uses DBE’s from the Unified Certification Program.

• Once certified by the Unified Certification Program, you can be a DBE for any Airport, Port Authorities and Transit Authorities in .

• When using a DBE be aware of the rules. If a DBE is a supplier who manufactures the goods the prospective prime contractor can count the DBE as 100% towards the DBE goal. However, if the DBE firm is not a manufacturer of the goods they can only use 60% towards the goal. When filling out the B3 fill out the whole document completely (especially the Scope of Work section) it enables the GCRTA to determine if they’re performing a commercially useful function.

• If you have questions on the A or B forms, contact Carl Kirkland ([email protected]) or Brandon Agnew ([email protected]) directly.

• Only electronic submissions will be accepted. Submission media will not be returned and should be in non-password protected pdf format.

• The format of the Contents of Proposal are indicated in the Instructions to Proposers.

• The Brooks Act is being used for the selection process.

o 2 step selection process . Evaluate written technical proposal and select interviewees

. Interview and select the most technically qualified firm

• An Evaluation Panel will be set up to review and evaluate each proposal submitted.

• The Evaluation Panel will select the most technically qualified proposals.

• The firms with the highest rated proposals will be asked to come in for interviews.

• The Interview session will be approximately 45 minutes. 30 Minutes for the presentation and 15 minutes for questions & answers.

III. Technical Overview: Provided by Joseph Shaffer, see specifications for details.

Insurance:

Commercial General Liability: In the amount of $5,000,000 per occurrence and $10,000,000 annual aggregate.

Business Automobile Liability: In the amount of $5,000,000 per occurrence and $5,000,000 annual aggregate.

Statutory Workers’ Compensation Coverage

Professional Liability/Errors and Omissions Insurance: In the amount of $5,000,000 per claim.

Railroad Protective Liability Insurance: In the amount of $5,000,000 per occurrence and $10,000,000 annual aggregate. The Greater Cleveland Regional Transit Authority is the named insured. The Alternate Endorsement is not acceptable.

Proposers are required to meet all insurance requirements set forth in the solicitation.

Nothing said at the pre-proposal conference or in this summary supersedes the solicitation document. Changes will be made through Addendum only.

Greater Cleveland Regional Transit Authority

REQUEST FOR PROPOSAL

ENGINEERING SERVICES FOR THE WATERFRONT LINE BRIDGE REHABILITATION RFP NO. 2020-197

PROJECT 27Z

Due Date: FRIDAY, JANUARY 29, 2021 2:00 P.M., OFFICIAL TIME

December 28, 2020

Prospective Proposers:

Re: ENGINEERING SERVICES FOR THE WATERFRONT LINE BRIDGE REHABILITATION

The Greater Cleveland Regional Transit Authority (GCRTA) transmits herewith a Request for Proposal (RFP) for the procurement referenced above.

The DBE goal for this procurement is FIVE percent (5%):

Proposals for this procurement will be received until 2:00 PM, Official Time, FRIDAY, JANUARY 29, 2021 at the location noted below. Proposals received after the designated time or at any other than the designated location will not be accepted. Note: All proposals must be submitted on electronic media. Proposals shall be submitted to:

The Greater Cleveland Regional Transit Authority Procurement Department, Fifth Floor 1240 West Sixth Street Cleveland, OH 44113

The project is subject to the Disadvantaged Business Enterprise (DBE) policy of the Greater Cleveland Regional Transit Authority. If you have any questions regarding the DBE goal, GCRTA Equal Opportunity/Affirmative Action Policies, or wish to request a copy of the current list of Certified DBE firms, please contact Carl Kirkland, Office of Business Development & Employment Opportunity at 216-356-3128 (phone), 216-350-5298 (fax) and via e-mail: [email protected].

A pre-proposal conference will be held at 10:00 AM, Official Time, Thursday, JANUARY 7, 2021 where Front Avenue crosses under the Waterfront Line Bridge in area of Cleveland, Ohio. A map is available within this solicitation.

All communication regarding this procurement, including requests for clarification, shall be directed to Lou Catalusci, Contract Administrator (216) 356-3137 and via email [email protected].

All necessary instructions are included in this RFP and should be followed with care.

Sincerely,

Melinda J. Dangelo Director of Procurement

MJD: Attachment

REQUEST FOR PROPOSAL RFP 2020-97 PROJECT 27Z

ENGINEERING SERVICES FOR THE WATERFRONT LINE BRIDGE REHABILITATION

TABLE OF CONTENTS

PART ONE INSTRUCTIONS TO PROPOSERS

PART TWO NONDISCRIMINATION, AFFIRMATIVE ACTION AND DBE PARTICIPATION

PART THREE SELECTION PROCEDURES

PART FOUR PROJECT DESCRIPTION

PART FIVE SCOPE OF SERVICES

APPENDIX A –STANDARD SPECIFICATIONS Section 014500 – Safety Procedures Section 015010 – Maintenance of Rail Traffic and Resumption of Revenue Service Section 015020 – Standard Rail Flagging Procedures RTA Rail Inspection and Maintenance Standards 2018 GCRTA SOP #10.9 – Permit Required for Confined Space Entry Dynamic Envelope for GCRTA Transit Trains RTA Design Axle Loads

APPENDIX B – 6/3/2019 3D Global Model Analysis, Evaluation and Recommendations Summary & Report GCRTA Bridge No. RTA-NSFront-130

APPENDIX C – 03/01/2019 2018 In-Depth Inspection Report RTA Waterfront Line Over Port Authority Property (MSE Walls)

APPENDIX D: 03/01/2018 In-Depth Inspection Report RTA Waterfront Line Over Port Authority Property, NSRR, and Front Ave (Front Ave) with additional access plan recommendations

APPENDIX E: 12/1/17 Report Waterfront Line Bridge Track Alignment

APPENDIX F: Waterfront Line Bridge As-Built Plans WFL Bridge Transverse & Longitudinal Construction Analysis WFL Bridge Shop Drawings – Girder_Box

PART SIX SAMPLE CONTRACT

PART SEVEN FORMS

PART ONE - INSTRUCTIONS TO PROPOSERS

PART ONE – INSTRUCTIONS TO PROPOSERS

I. GENERAL INFORMATION Responses to this Request for Proposals shall be made in accordance with the requirements stated herein. All information which is proprietary in nature should be marked as such. The Authority reserves the right to make an award without further discussions or to reject any or all proposals when it is considered in the best interest of the Authority to do so.

A. Brooks Act This procurement shall be conducted in accordance with the requirements of 40 USC Sec. 541-544 (the Brooks Act). Under this procedure, a proposer submits only a Technical Proposal outlining its qualifications and experience applicable to the solicitation. No cost data is provided. Following the technical evaluation process described in Part Four, the highest-rated firm is requested to submit a pricing proposal which is then evaluated and negotiated. Should the parties fail to reach an agreement on acceptable price and contract terms, the Authority may reject the proposal of the highest-ranked firm and request a pricing proposal from the next- ranked firm. The process continues until a pricing agreement is reached or the Authority determines it must cancel the solicitation. If a proposal is rejected, negotiations cannot be resumed with that proposer. B. Confidential Information Proposers which include in their proposals data that they do not wish disclosed to the public for any purpose or used by the Authority except in conjunction with this solicitation, shall: 1. Mark the title page with the following legend: This proposal includes data that shall not be duplicated, used, or disclosed in whole or in part, for any other purpose other than in conjunction with this solicitation. If, however, a contract is awarded the proposer partly as a result of this data, the Authority shall have the right to duplicate, use or disclose such data to the extent provided in said contract. This restriction does not limit the Authority’s right to use such data if it is obtained from another source without restriction. The data subject to this restriction are contained in pages (insert identification of pages). 2. Mark each page or sheet identified on the title page legend: Use or disclosure of data contained on this page (sheet) is subject to the restrictions on the title page of this proposal. Please note that the Authority will use its best efforts to comply with and enforce such restrictions. However, the Authority is subject to the Ohio Public Records Law (Sec. 149.43, Ohio Revised Code), which may limit its ability to protect such data. The Authority shall use its best efforts to notify affected proposers of any such requests made pursuant to the Acts within a time which will allow the proposer an opportunity to seek protection of such information against disclosure.

Page 1 Revised November 2017

C. Amendment to Solicitation Any amendment or modification to this Request for Proposals shall be by addendum issued by the Director of Procurement. Any such addendum shall be acknowledged by each offeror as part of the proposal, on the forms provided. All terms and conditions shall remain unchanged. D. Protests 1. Interested parties aggrieved by this solicitation or the award of any resulting contract may file a written protest with the Authority’s Director of Procurement. The Director of Procurement will consider all protests submitted before proposal opening, post-proposal opening, or after award. 2. The protest must include at least the following information: a) Name, address and telephone number of protester b) A statement of the relief is requested c) Identification of the solicitation under protest d) A detailed statement of the legal and factual grounds of protest including reference to relevant document. to relevant documents 3. The Director of Procurement shall render a decision in writing within fifteen (15) working days from receipt of the written protest and shall provide notice of such decision to all interested parties. 4. Protests Prior to Receipt of Proposals. Protests addressing the adequacy of this RFP, including any inequity or inadequacy in the Scope of Services, the Instructions to Proposers, and the Evaluation Criteria, must be filed at the Procurement Department no later than five (5) working days before the date proposals are to be received. Thereafter, such issues are deemed waived by all interested parties. Notice of protest and the basis, therefore, will be given to all parties that have requested the RFP. The proposal due date will be extended, unless the Director of Procurement determines that: a) The items or services to be procured are urgently required; or b) Delivery or performance will be unduly delayed by failure to make the award promptly, or c) Failure to make prompt award will otherwise cause undue harm to the Authority or the Federal government 5. Protests After Proposal Receipt. Following completion of proposal evaluations and prior to award of contract, a proposer or subcontractor with a substantial economic interest in the award may submit a protest against the award. Such protest would generally address inequities in the evaluation process. Such protest must be filed within three (3) working days of the posting of a Recommendation of Award at the offices of the Authority's Department of Procurement. If the Director of Procurement decides that a protest lacks merit or that the award is to be made during the rendering of a protest, a written notice of the decision to proceed with the award will be given to the protestor and, as appropriate, to others concerned.

Page 2 Revised November 2017

6. Protests After Award. Notice of Protest against award must be filed at the Procurement Department within five (5) working days immediately following the award. The sole basis for such protest is that the award was made in violation of the procedures of the Authority's Board of Trustees. The awardee will be furnished with the Notice of Protest and the basis thereof. When it appears likely that an award may be invalidated or that a delay in receiving the supplies or services is not prejudicial to the Authority's interest, the Director of Procurement may suspend performance by the awardee on a no-cost basis.

7. Protest to FTA. Under certain circumstances, a protest may be made to the Federal Transit Administration (FTA) in accordance with FTA Circular 4220.1 (current version). These circumstances are generally limited to (1) failure of a grantee to have and/or to follow a protest procedure and (2) to abide by a federal law or regulation. E. Conflict of Interest Both the state of Ohio (O.R.C. Chapter 102 and Sections 2921.42, 2921.421 and 2921.43) and the Federal Transit Administration (49 CFR 18, Sec. 18.36(b)(3) and guidance identified in Vol. 66, No. 4 of the Federal Register, January 5, 2001, at pp. 1185-1186) have established definitions of conflict of interest. Generally, a firm will not be eligible for award hereunder if (1) an employee is or has been employed by the Authority in a capacity involving this project or related activities; or (2) if the firm has, by earlier employment, been in a position to affect the development of the project or the scope and requirements of this solicitation. The firm awarded this contract will not be eligible for award of future work on this project resulting from its efforts hereunder. F. Pre-Proposal Conference The pre-proposal conference for this procurement will be held at 10:00 AM, THURSDAY, JANUARY 7, 2021 where Front Avenue crosses under the Waterfront Line Bridge in the Flats area of Cleveland, Ohio. A map is available within this solicitation. II. SUBMITTAL OF TECHNICAL PROPOSAL A. Number of Copies All proposals are to be submitted by either USB flashdrive, DVD, or CD. All devices submitted will not be returned and become property of the Greater Cleveland Regional Transit Authority. Paper copies will not be accepted. Greater Cleveland Regional Transit Authority 1240 West 6th Street Fifth Floor – Procurement Department Cleveland, OH 44113 Attention: Lou Catalusci, Contract Administrator

Page 3 Revised November 2017