Request for Proposals ~for the City of Johnstown, Pennsylvania

From: Johnstown(City)

Basic Details

started - 25 Oct, 2022 (18 months ago)

Start Date

25 Oct, 2022 (18 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Johnstown

Customer / Agency

City of Johnstown
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

City of Johnstown Request for Proposals Environmental and Historic Property Planning Services for the City of Johnstown, Pennsylvania October 2022 The City of Johnstown has been awarded $24,448,164 from the United States Department of Transportation. In order for the City to utilize these funds for construction, conceptual design work and environmental and historical clearances must be obtained for each of the five included projects. The City is looking to hire a consultant firm to complete all required NEPA and NHPA work needed to allow the City to access our awarded funding. The goal of this project is to obtain any and all Section 106 and environmental clearances for our Main Street, CamTran Transit Center, Johnstown Inclined Plane, Johnstown Train Station, and Urban Connectivity projects. Page 2 of 34 TABLE OF CONTENTS PART 1: SCOPE OF THIS REQUEST 1. PROJECT BACKGROUND 2. PURPOSE OF THIS REQUEST FOR PROPOSALS AND SCOPE OF SERVICES 3. RFP TIMELINE PART 2: RFP PROCESS 1. SELECTION
PROCESS 2. MINIMUM REQUIREMENTS/RESPONSIVE CONSULTANT 3. QUALIFICATIONS EVALUATION CRITERIA 4. RESPONSIBLE CONSULTANT REQUIREMENTS 5. RFP SUBMISSION ITEMS 6. FORMAT FOR SUBMISSION, MAILING INSTRUCTIONS, AND DUE DATE PART 3: TERMS AND CONDITIONS 1. FEDERAL REQUIREMENTS 2. RFP TERMS AND CONDITIONS 3. QUALIFICATIONS COVER SHEET 4. CERTIFICATION OF CONSULTANT PART 4: PROPOSAL ATTACHMENTS ATTACHMENT: CITY OF JOHNSTOWN APPROVED USDOT RAISE APPLICATION Page 3 of 34 PART 1 SCOPE OF THIS REQUEST 1. PROJECT BACKGROUND The City of Johnstown is a third-class city located within Cambria County, Pennsylvania. Home to just under 20,000 people, the City is in a resurgence period as more people and businesses are looking to Johnstown as their new home. The City of Johnstown was awarded a United States Department of Transportation (USDOT) Rebuilding American Infrastructure with Sustainability and Equity (RAISE) grant in the Fall of 2021 in the amount of $24,448,164. These grant funds will be used towards the final design and construction of five projects: • Main Street: Design and construction of the City of Johnstown’s Main Street from Johns Street to Adams Street. The focus of this project includes improvements in pedestrian movement along the Main Street corridor. • Cambria County Transit Authority (CamTran) Transit Center: Design and construction to improve accessibility for passengers at the Downtown Transit Center. • Johnstown Inclined Plane: Rehabilitation work involving the Inclined Plane facility. • Johnstown Train Station: Design and construction of an updated Johnstown Train Station to stabilize the building, improve passenger experience, and spark future use of the facility. • Urban Connectivity: Trail development through the City of Johnstown involving new extensions of the September 11th National Memorial and Jim Mayer Riverwalk trails. In order for the City of Johnstown to utilize these RAISE funds for construction, conceptual design work and environmental clearances must be obtained for each of the three projects. The City is looking to hire a consultant firm to complete all required work needed to allow the City to access our awarded RAISE funding. The goal of this project is to obtain any and all National Historic Preservation Act (NHPA) Section 106 and required National Environmental Protection Agency (NEPA) environmental clearances for our Main Street, CamTran Transit Center, Johnstown Inclined Plane, Johnstown Train Station, and Urban Connectivity projects. The City is partnering with two other organizations with this initiative. Project Partners include CamTran for the Transit Center and Inclined Plane projects, and the Johnstown Area Heritage Association (JAHA) for the Johnstown Train Station Project. The City’s Project Team consists of staff members from the City of Johnstown, CamTran, and JAHA. The lead on this project is the City of Johnstown and their assigned Project Manager is: John Dubnansky, Director of Community and Economic Development, 401 Main Street, Johnstown, PA 15901. 2. PURPOSE OF THIS REQUEST FOR PROPOSALS (“RFP”) AND SCOPE OF SERVICES The City of Johnstown (“City”) seeks to engage a qualified consultant to provide services that would allow the City to adhere to National Environmental Policy Act (NEPA) and the National Historic Preservation Act (NHPA) of 1966 Section 106 preconstruction requirements for a federally funded project through the United States Department of Transportation. The Federal Transportation Administration (FTA) is the lead agency that the City is working with throughout this project. In accordance with FTA regulations, the City is requesting proposals from qualified professionals to perform environmental compliance document preparation on behalf of the City in accordance with the requirements set forth in Section 106 of the National Historic Preservation Act of 1966, as amended Page 4 of 34 [16 U.S.C. § 470f] (“Section 106”) and 36 CFR Part 800. The City is requiring that the selected consultant to prepare a Work Plans for each of the City’s five projects: • Main Street • CamTran Transit Center • Johnstown Inclined Plane • Johnstown Train Station • Urban Connectivity Listed below are the work tasks associated with the creation of each Work Plan. Work Plan Project Management and Progress Meetings Regular progress meetings/web conference calls on a weekly basis with the City’s Project Team. Action items will be tracked coming out of those meetings on a project action tracker that will be updated and discussed at each meeting/conference call. Project Kick-off A project kick-off meeting will be conducted at the outset of the project. At this meeting we will discuss: • Work Program • Project Schedule • Communication Protocols • Quality Control • Project Expectations Public Engagement Public Engagement (PE) is central to the successful development of the plans and informs all of the technical and topical components of the plan. The Consultant, along with the City Project Team, will set goals, seek community input, and develop methods to engage and collect feedback with specific geographic and demographic relevance to the transfer center area and develop work groups to accomplish the following tasks: • Pop-up events at high-traffic locations such as businesses, libraries, or community events • One-on-one interviews (city staff, individual property owners, etc.) • Presentations or solicitations for input at various public meetings • Post information online at targeted websites and social media • Conduct electronic or in-person surveys Data Collection and Analysis The team will collect and analyze existing data and information that will be used to explain existing conditions for the project study areas. Examples of the types of data may be collected and analyzed include: • Historic Assets and Property Page 5 of 34 • Environmental Sensitive Areas • Land Use current and planning developments • Traffic counts and projections • Transportation network inventory and mapping • Identify pedestrian and bicycle travel patterns • Transit service and ridership • Title VI information for transit facilities • Economic and sociodemographic patterns • Existing conditions • Sidewalks • Public spaces • Building assessment • Strengths, Weaknesses, Opportunities, and Threats (SWOT) analysis • Pedestrian perception analysis In addition, other relevant data and studies that can be identified during this task will be included in developing the study area profile. Additional data requested by the FTA will also be required. Conduct Key Stakeholder Interviews The team will interview 8 to 12 key stakeholders either in person or over the phone to identify transportation concerns and future development concepts and plans. A minimum of 50% of the interviews must take place on site in Johnstown, PA. The key stakeholders to be interviewed will be identified at the kick-off meeting and through subsequent discussions with the City Project Team. It is anticipated that the key stakeholders will include property owners, students, the City and County as well as business leadership. An interview guide will be developed and reviewed with the City Project Team prior to beginning the interviews. NEPA Clearance and Section 106 Clearances For the preferred alternative concept or concepts, the consultant will engage with the FTA and Pennsylvania State Historic Preservation Office (SHPO) staff to determine the environmental class of action. The consultant will develop and prepare the appropriate level document following FTA guidance for each of the three projects. It is assumed that a Section 106 analysis will be required since these projects are located in the City of Johnstown’s Downtown Historic District. This effort will include coordination with stakeholders and the public and gathering input from consulting parties as well as working with the Pennsylvania SHPO. The end product will result in the creation of required NEPA environmental review documents and Section 106 reports for submission to FTA for each of the five City projects. Key steps to be completed by the consultant team for the Section 106 task will include, at a minimum, the following steps: 1. Initiate consultation with the Federal Transit Administration, Pennsylvania State Historic Preservation Office, Johnstown Area Heritage Association, and other necessary local agencies with interest in these five planned projects. 2. Identify properties that may be affected by the five planned projects and determine the historic nature of each project property and adjacent properties. 3. Assessment of the effect of the undertaking of the five planned projects on resources in consultation with interested parties. Determine adverse effects on any project historic Page 6 of 34 resource based on criteria in regulations, 36 CFR Part 800 of the Advisory Council on Historic Preservation. 4. Develop resolutions to identified adverse effects by creating and evaluating alternatives that could avoid, minimize, or mitigate these impacts on historic resources from the five planned projects. Key steps to be completed by the consultant team for required NEPA task will include, at a minimum, the following: 1. Environmental review of each of the five planned projects at one of the following levels of analysis: a. Categorical Exclusion Determination I. Determination stating the project will have no significant impact and requiring limited NEPA documentation. b. Environmental Assessment/ Finding of No Significant Impact I. Define purpose and need for the proposed project. II. Identify alternatives as required by section 102(2)(E) of NEPA III. Identify the environmental impacts of the proposed actions and alternatives IV. List all agencies and people consulted during the review process. c. Environmental Impact Statement (EIS) I. Each EIS will contain a cover sheet, summary, table of contents, purpose and need statement, alternatives, affected environment, environmental consequences, analysis information, list of preparers, and appendices. II. Once a Notice if Intent is published a draft EIS is created and placed on public review for at least 45 days. III. A final EIS is then published IV. The EIS process will end with the issuance of the Record of Decision (ROD). The ROD will include, at a minimum, the City’s decision, alternatives reviewed, and the City’s plan for mitigation and monitoring. Final Plan Report The final task of the project will result in a report summarizing all the work and findings. The report will contain the detailed recommendations, including the following items. • NEPA environmental reviews and NHPA Section 106 Clearances for each of the five projects • A map and table identifying transportation projects. • Concept plans for each of the five projects with associated estimated construction expense budgets. • Identification of capital projects • Regulatory documents (zoning, subdivision) recommendations • Project Meeting Highlights • Project Schedule of Activity • Documentation of interaction with the City Project Team, FTA, PA-SHPO, and any other governmental agency. . Page 7 of 34 *Please note that the key deliverables/goal for this project is for the City to obtain required NHPA Section 106, and any and all NEPA environmental clearances as required by the Federal Transit Administration (FTA) so that the City can access and use awarded RAISE Program funds. Deliverables The consultant will provide to the City: • Main Street Work Plan (one PDF digital copy and four, color, paper copies) • CamTran Transit Center Work Plan (one PDF digital copy and four, color, paper copies) • Johnstown Inclined Plane Work Plan (one PDF digital copy and four, color, paper copies) • Johnstown Train Station Work Plan (one PDF digital copy and four, color, paper copies) • Urban Connectivity Work Plan (one PDF digital copy and four, color, paper copies) • Final Plan Report (one PDF digital copy and four, color, paper copies) Existing Information The Johnstown Train Station Project has already developed documents that will be beneficial to the consultant team in completing works tasks requested within this RFP. Documents available include: • Johnstown Train Station Reuse Study, 2017 • Johnstown Station Assessment Report, 2021 • Pennsylvania Railroad Station – Historic American Building Survey Copies of these documents can be made available to consultants during the RFP process by requesting them, by email, from John Dubnansky, jdubnansky@cojtwn.com. 3. TIMELINE • October 5, 2022: Release of the RFP • October 26, 2022: RFP Questions due date • November 4, 2022: RFP Answers to Questions posted on the City’s website • November 16, 2022: Due date for proposals • November 18-30, 2022: Review of the proposals • December 14, 2022: City Council approval of the consultant team • December 15, 2022: Start date for the consultant team • *May 19, 2023: Draft Work Plans due to the City • *June 16, 2023: Draft Final Plan Report due to the City • *June 30, 2023: Project End *Note the City may extend these due dates upon suitable justification from the consultant team. PART 2 RFP PROCESS 1. SELECTION PROCESS The City will be selecting one consultant team to complete all work tasks highlighted within this RFP. Evaluation of all qualifications will be completed by the City’s Project Team. Consultant must also be mailto:jdubnansky@cojtwn.com Page 8 of 34 responsive and responsible as described in sections throughout this RFP. Selection of a Consultant is at the sole discretion of City of Johnstown. 2. MINIMUM REQUIREMENTS/RESPONSIVE CONSULTANT Consultants must meet the following minimum requirements to be deemed responsive to this RFP. Credentials The Consultant would need to meet or exceed the Federal requirements stated in “Archaeology and Historic Preservation: Secretary of the Interior’s Standards and Guidelines,” Federal Register, Vol. 48, No. 190- September 29, 1983, Pt. IV. Therefore, the Consultant must meet or exceed the following minimum education and experience for only one of the stated professions. In the following definitions, a year of full-time professional experience need not consist of a continuous year of full-time work but may be made up of discontinuous periods of full- time or part-time work adding up to the equivalent of a year of full-time experience. History The minimum professional qualifications in history are a graduate degree in history or closely related field; or a bachelor's degree in history or closely related field plus one of the following: 1. At least two years of full-time experience in research, writing, teaching, interpretation, or other demonstrable professional activity with an academic institution, historic organization or agency, museum, or other professional institution; or 2. Substantial contribution through research and publication to the body of scholarly knowledge in the field of history. Archeology The minimum professional qualifications in archeology are a graduate degree in archeology, anthropology, or closely related field plus: 1. At least one year of full-time professional experience or an equivalent specialized training in archeological research, administration or management. 2. At least four months of supervised field and analytic experience in general North American archeology, and 3. Demonstrated ability to carry research to completion. Architectural History The minimum professional qualifications in architectural history are a graduate degree in architectural history, art history, historic preservation, or closely related field, with coursework in American architectural history, or a bachelor's degree in architectural history, art history, historic preservation or closely related field plus one of the following: 1. At least two years of full-time experience in research, writing, or teaching in American architectural history or restoration architecture with an academic institution, historical organization or agency, museum, or other professional institution; or 2. Substantial contribution through research and publication to the body of scholarly knowledge in the field of American architectural history. Page 9 of 34 Architecture The minimum professional qualifications in architecture are a professional degree in architecture plus at least two years of full-time experience in architecture; or a state license to practice architecture. Historic Architecture The minimum professional qualifications in historic architecture are a professional degree in architecture or a state license to practice architecture, plus one of the following: 1. At least one year of graduate study in architectural preservation, American architectural history, preservation planning, or closely related field; or 2. At least one year of full-time professional experience on historic preservation projects. Such graduate study or experience shall include detailed investigations of historic structures, preparation of historic structures research reports, and preparation of plans and specifications for preservation projects. Experience Additional experience pertaining to the following will also be weighed heavily in the selection process. • Quantity of NHRA Section 106 and NEPA clearance projects completed over the past five years. • Familiarity and knowledge of 24 CFR Part 50 and 58 • Minimum of five years of relevant experience working with federal transportation agencies. • Minimum of five years of relevant experience working on preconstruction tasks on federally funded transportation projects. • Experience in construction and real estate development. 3. QUALIFICATIONS EVALUATION CRITERIA The following will be the City of Johnstown’s primary consideration in the selection process: 1. Demonstration of meeting or exceeding the required credentials. 2. Compliance with requirements of this RFP. 3. An assessment of the Consultant’s ability to deliver the indicated service in accordance with the specifications set out in the RFP. 4. Consultant’s demonstrated experience with the federal transportation agencies and federally funded transportation projects. 5. Consultant’s demonstrated experience with creating conceptual plans. 6. Consultant’s demonstrated experience with creating NHPA Section 106 documents. 7. Consultant’s demonstrated experience with creating NEPA environmental documents. 8. Consultant’s demonstrated experience in construction and real estate development. 9. Strength of client references. 10. Project Schedule 11. Competitive comprehensive Consultant fee that includes all project costs listed within this RFP, and including items like travel, printing, postage, fees, etc. The Consultant should provide a fixed-price cost proposal in a format similar to the example provided below: Total Consultant Fee: $000,000 Page 10 of 34 Main Street Work Plan Development • Detail and itemized costs per work task listed within this RFP $00,000 CamTran Transit Center Development • Detail and itemized costs per work task listed within this RFP $00,000 Johnstown Inclined Plane • Detail and itemized costs per work task listed within this RFP $00,000 Johnstown Train Station • Detail and itemized costs per work task listed within this RFP $00,000 Urban Connectivity Project • Detail and itemized costs per work task listed within this RFP $00,000 Final Plan Report • Detail and itemized costs per work task listed within this RFP $00,000 Additional items may be added to the budget template if desired by the consultant team. A copy of the Evaluation Sheet that will be used during the proposal review process is found in Part 4: Proposal Attachments section of this RFP. 4. RESPONSIBLE CONSULTANT REQUIREMENTS The City of Johnstown shall not award any contract until the selected consultant has been determined to be responsible. A responsible consultant must: (1) Integrity and Ethics. Have a satisfactory record of integrity and business ethics, in compliance with 49 U.S.C. Section 5325(j)(2)(A), (2) Debarment and Suspension. Be neither debarred nor suspended from Federal programs under DOT regulations, “Nonprocurement Suspension and Debarment,” 2 CFR Parts 180 and 1200, or under the FAR at 48 CFR Chapter 1, Part 9.4, (3) Affirmative Action and DBE. Be in compliance with the Common Grant Rules’ affirmative action and FTA’s Disadvantaged Business Enterprise requirements, (4) Public Policy. Be in compliance with the public policies of the Federal Government, as required by 49 U.S.C. Section 5325(j)(2)(B), along with Local and State laws, (5) Administrative and Technical Capacity. Have the necessary organization, experience, accounting, and operational controls, and technical skills, or the ability to obtain them, in compliance with 49 U.S.C. Section 5325(j)(2)(D), (6) Licensing and Taxes. Be in compliance with applicable licensing and tax laws Page 11 of 34 and regulations, (7) Financial Resources. Have, or can obtain, sufficient financial resources to perform the contract, as required by 49 U.S.C. Section 5325(j)(2)(D), (8) Production Capability. Have, or can obtain, the necessary production, construction, and technical equipment and facilities, (9) Timeliness. Be able to comply with the required delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments, and (10) Performance Record. Be able to provide: (a) Current Performance. A satisfactory current performance record, and (b) Past Performance. A satisfactory past performance record in view of its records of long-time performance or performance with a predecessor entity, including: 1 Sufficient Resources. Key personnel with adequate experience, a parent firm with adequate resources and experience, and key subcontractors with adequate experience and past performance, 2 Adequate Past Experience. Past experience in carrying out similar work with particular attention to management approach, staffing, timeliness, technical success, budgetary controls, and other specialized considerations as described in the recipient’s solicitation, and 3 Past Deficiencies Not the Fault of the Bidder or Offeror. A prospective bidder or offeror that is or recently has been seriously deficient in contract performance is presumed to be non-responsible, unless the recipient determines that the circumstances were properly beyond the bidder or offeror’s control, or unless the bidder or offeror has taken appropriate corrective action. Past failure to apply sufficient tenacity, perseverance, and effort to perform acceptably is strong evidence of non- responsibility. Failure to meet the quality requirements of a contract is a significant factor to consider in determining satisfactory performance. FTA expects the recipient to consider the number of the bidder or offeror’s contracts involved and the extent of deficient performance in each contract when making this determination. Before entering into a full funding contract for a fixed guideway project, the recipient must now consider the prospective contractor’s past performance in estimating costs and ridership as reported in the Contractor Performance Assessment Reports, as required by 49 U.S.C. Section 5325(j)(2)(C). 5. RFP SUBMISSION ITEMS Page 12 of 34 The Consultant must submit documentation in response to the requirements listed in each category heading summarized below. The Consultant must also submit completed versions of the Qualifications Coversheet and the Certification of Company located at the end of this RFP. 1. Cover Letter 2. Resumes of Key Consultant Staff that will be working on this project. 3. Explanation on how the Consultant meets our required credentials. 4. Examples of past relevant work, highlighting projects involving NHPA Section 106 and NEPA environmental clearance preconstruction work. 5. Narrative describing experience/familiarity with: a. Demonstrated experience working with federal regulations. b. USDOT Agencies and Programs c. NEPA Environmental and Section 106 Reviews d. Experience in construction and real estate development. e. Conceptual Plan Development 6. Outline of proposed fee structure following the template provided in this RFP. 7. Professional References 8. Project Schedule 9. Completed Qualification Form found in Part 3 of this RFP. 10. Completed Certification of Consultant Form found in Part 3 of this RFP. 11. Completion of all forms listed within Part 4 of this RFP. 6. FORMAT FOR SUBMISSION, MAILING INSTRUCTIONS, AND DUE DATE The consultant must mail to the City a single package that includes within it two separate sealed envelopes. In one envelope include just the Consultant’s price/budget proposal and label it “Price Proposal”. In the other envelope include all other required proposal documents and label it “Proposal”. The consultant must provide to the City four hardcopy paper versions of their proposal and a single PDF electronic version. All proposals must be either dropped off at City Hall, 401 Main Street, Johnstown, PA, or submitted via United States postal mail at the address below. City of Johnstown ATTN: John Dubnansky 401 Main Street Johnstown, PA 15901 Email: jdubnansky@cojtwn.com The deadline for submission is November 16, 2022 at 12:00 PM. Questions pertaining to this RFP must be emailed to jdubnansky@cojtwn.com and will only be accepted until 12:00 PM on October 26, 2022. Answers to all received questions are expected to be available to all proposers by 12:00 PM on November 4, 2022. The City reserves the right to reject any and or all proposals. Any changes that may occur to this RFP once released publicly will be posted as an addendum on this City’s website at www.cityofjohnstownpa.net. Please check the City’s website for any posted addendums prior to submitting a proposal. The City of Johnstown will review all submissions and remove any that are non-conforming or non- responsive to the RFP. The City Project Team may, at their sole discretion, limit the number of proposers who may be offered the opportunity to present their proposals to the City and associated project staff. Based on these interviews, information presented in the proposals, and any supplemental information mailto:jdubnansky@cojtwn.com mailto:jdubnansky@cojtwn.com http://www.cityofjohnstownpa.net/ Page 13 of 34 requested, a finalist whose proposal best suits the needs of the City will be presented to the City of Johnstown Council for approval on December 14, 2022. The City will then provide a written notice to proceed to the consultant team. It is expected that the project start date will be December 15, 2022. PART 3 TERMS AND CONDITIONS 1. FEDERAL REQUIREMENTS The selected Consultant that will complete contracted work for the City of Johnstown must comply with all applicable federal laws, regulations, and requirements, and should follow applicable federal guidance. A. Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” B. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. C. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. Page 14 of 34 These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. D. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. E. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). F. Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. G. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. H. Requirements set forth in this RFP, entitled “Credentials” that describes the credentials required under federal law to perform Section 106 reviews. 2. RFP TERMS AND CONDITIONS The City of Johnstown is not required to seek proposals for this service; it has chosen to do so in its best interest. This RFP does not represent a commitment or offer by the City of Johnstown to enter into an agreement with a consultant or to pay any costs incurred in the preparation of a response to this RFP. The City of Johnstown has sole discretion and reserves the right to reject all responses received with respect to this RFP and to cancel the RFP at any time prior to entering into a formal agreement. The City also reserves the right to seek new proposals when such a request is in the best interest of the City and to reasonably request additional information or clarification of information provided in the response without changing the terms of the RFP. Further, the City is not responsible for any expenses that proposers may incur in preparing and submitting proposals requested by this RFP, including but not limited to costs associated with travel, accommodations, interviews or presentations of proposals. The timely responses and any information made a part of the responses will not be returned to the Page 15 of 34 sender. The RFP and the selected professional management operator’s response to the RFP may, by reference, become a part of the final Agreement between the consultant and the City resulting from this solicitation. If it becomes necessary to revise or amend any part of this RFP, the City will furnish a revision by written addendum to all prospective proposers who received an original RFP. It will be the responsibility of the proposer to contact the City prior to submitting a proposal to ascertain if any addenda have been issued, to obtain all such addenda and to return the executed addenda within the proposal. The proposing consultant will indemnify, protect, defend and hold harmless the City, its successors, assigns, members, directors, officers and attorneys from and against all losses, liabilities, actions and causes of action, cost and expenses whatsoever, including, but not limited to, attorney’s fees sustained by the City and resulting from any acts or omissions in connection with the Agreement, caused by Proposer, its employees, agents or subcontractors, or caused by others for whom Proposer is liable, regardless of whether or not caused in part by any act or omission of City, its agencies, officials, officers or employees. The Consultant shall not offer any gratuities, favors, or anything of monetary value to any official or employee of the City of Johnstown, the City’s Project Team, or any other organization that may have a clear interest in the outcome of the selection process, for the purposes of influencing the outcome of the RFP response selection process. Consultants are prohibited from contacting any member of the City’s Project Team concerning this project or responses to this RFP. Should any question arise as to the proper interpretation of the terms and conditions contained in this RFP, the decisions of the duly designated representative of the City shall be final. The consultant shall not collude in any manner or engage in any practices with any other consultant(s), which may restrict or eliminate competition or otherwise restrain trade. Violation of this instruction will cause the Consultant(s) submittal(s) to be rejected by the City. The prohibition is not intended to preclude joint ventures or subcontracts. No proposal will be accepted from any persons, firm or corporation that is in arrears or in default to any business or government entity for delinquent taxes or assessments or any debt or contract whether as defaulter or bondsman. The Final agreement with the successful proposer will be drawn by the City’s legal counsel and may contain such other provisions as are deemed necessary to protect the City’s interests. At any time prior to the hour and date set for the opening of proposals, the proposer may withdraw its proposal. This will not preclude the submission of another proposal by the proposer prior to the hour and date set forth for the opening of bids. Proposals shall remain open for acceptance and be irrevocable for a period of ninety (90) calendar days from the closing date of the proposal receipt deadline date. Confidentiality of Documents Except with the City’s approval, proposer shall not directly or indirectly disclose, divulge, or communicate to any person, firm or corporation, other than the City or its designated representatives, or as required by law, any non-public information which it may have obtained during the proposal process concerning any matter relating to the work or regular business of the City. Page 16 of 34 In general, documents that are submitted as part of the response to this RFP may become public records and will be subject to public disclosure. Pennsylvania State Law may provide a method for protecting some documents from public disclosure. If the professional management operator follows the procedures prescribed by those statutes and designates a document “confidential” or “trade secret”, the City will withhold the document from public disclosures to the extent that it is entitled or required to do so by applicable law. If you include information within your proposal that you consider a trade secret or proprietary information, it should be marked accordingly. Otherwise, it may be subject to the Right to Know Law. Contract Requirements At any time during the selection process, or afterward until a contract is negotiated and signed, the City reserves the right to terminate the process. A contract will be negotiated with the most responsible and responsive proposer whose proposal meets the needs of the City to the best degree. Final contract will be subject to negotiations with the City. The term of the contract is expected to be for a term not to exceed one-year. Extensions of the contract shall be determined by negotiations and mutual agreement by executed contracts The City reserves the right to add to or delete any item from this proposal or resulting agreements when deemed to be in the best interest of the City. No proposer shall assign its proposal or any rights or obligations there under without the written consent of the City. Prices quoted in the proposal shall include any and all shipping costs specified by the requestor or the purchase order. All taxes of any kind and character payable on account of the work done and materials furnished under the award/contract shall be paid by the proposer and shall be deemed to be included in the proposal. Proposal prices include all royalties and costs arising from patents, trademarks and copyrights in any involved in the work. Whenever the proposer is required or desires to use any design, device, material or process covered by letters of patent or copyright, the proposer shall indemnify and hold harmless the City, its officers, agents or employees from any and all claims for infringement by reason of the use of any such patented design, tool, material, equipment or process, to be performed under the award/contract, and shall indemnify the City, its officers, agents and employees for any costs, including litigation costs and attorney’s fees through the appellate process, expenses and damages which may be incurred by reason of any infringement at any time during the prosecution or after the completion of work. Any contract resulting from this RFP may be canceled by the City in whole or in part by written notice of default to the proposer upon non-performance or violation of contract terms, including the failure of the proposer to deliver materials or services within the time stipulated in this specification, unless extended in writing by the City. In the event a contract is canceled because of the default of the proposer, the City may (a) purchase the services specified in this specification on the open market, or b) negotiate a contract with another proposer and establish the period of such contract. Immediately after the notice of award, the winning proposer and its senior management shall begin planning in conjunction with City staff to ensure fulfillment of all obligations. Proposer will be expected to provide professional coordination services upon execution of a contract, the expenses of which will be borne by proposer. Proposer will be expected to attend meetings as required by the City . Page 17 of 34 3. QUALIFICATION COVER SHEET Name of Individual, Firm or Business: Address: Phone Number: Fax Number: Web Site Address: QUALIFICATION Contact Person: Title: Email Address: Phone: Contract Signatory Authority: Title: Page 18 of 34 4. CERTIFICATION OF CONSULTANT I hereby certify that the information contained in these qualifications and any attachments is true and correct and may be viewed as an accurate representation of proposed services to be provided by this organization. I acknowledge that I have read and understood the requirements and provisions of the RFP and agree to abide by the terms and conditions contained herein. I ________________________________ am the __________________________________ of The________________________________________corporation, partnership, association, or other entity named as company and the Consultant herein, and I am legally authorized to sign this and submit it to the City of Johnstown on behalf of said organization. 18 U.S.C. § 1001, “Fraud and False Statements,” provides among other things, in any matter within the jurisdiction of the executive, legislative, or judicial branch of the Government of the United States, anyone who knowingly and willfully: (1) falsifies, conceals, or covers up by any trick, scheme, or device a material fact; (2) makes any materially false, fictitious, or fraudulent statement or representation; or (3) makes or uses any false writing or document knowing the same to contain any materially false, fictitious, or fraudulent statement or entry; shall be fined under this title, and/or imprisoned for not longer than five (5) years. Consultant: Signed: ________________________________ Name: ________________________________ Title: ________________________________ Date: ________________________________ Firm name: ________________________________ Page 19 of 34 PART 4 PROPOSAL ATTACHMENTS The following forms need to be completed as part of the required proposal submission package to the City due on November 16, 2022. • Affidavit of Non-Collusion • Disadvantaged Business Enterprise Certification • Debarment Certification • Americans with Disabilities Act Compliance • Contractor Integrity • Federal Lobbying Certification • Commonwealth Non-Discrimination Clause • Title VI of the Civil Rights Act of 1964 • Environmental, Resource Conservation and Energy Requirements • Evaluation Sheet • Federal Third-Party Contract Provisions Page 20 of 34 AFFIDAVIT OF NON-COLLUSION I hereby swear (or affirm) under the penalty of perjury: 1. That I am the Proposer (if the Proposer is an individual), a partner in the proposing (if the Proposer is a partnership) or an officer or employee of the proposing corporation having authority to sign on its behalf (if the Proposer is a corporation); 2. That the attached Proposal or Proposals have been arrived at by the Proposer independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with, any other vendor of materials, supplies, equipment or services described in the Request for Proposal designed to limit independent Proposing or competition. 3. That the contents of the Proposal or Proposals have not been communicated by the Proposer or its employees or agents to any person not an employee or agent of the Proposer or its surety on any bond furnished with the Proposal or Proposals and will not be communicated to any such person prior to the official opening of the Proposal or Proposals; and 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Signed: ________________________________________ Company Name: _____________________________________ Subscribed and sworn before me This ________ day of _________________________ 20___. _________________________________________. Notary Public My commission expires: ______________________ Proposer’s E. I. Number: _______________________ (Employer’s Quarterly Federal Tax Return No.) (FAILURE TO COMPLETE THIS FORM AND SUBMIT WITH YOUR PROPOSAL MAY RENDER THE PROPOSAL NON-RESPONSIVE) Page 21 of 34 DISADVANTAGED BUSINESS ENTERPRISE (DBE) CERTIFICATION Policy: It is the policy of the U.S. Department of Transportation and the Pennsylvania Department of Transportation that DBEs as defined in 49 CFR Part 26 as amended, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal and/or Commonwealth funds under the agreement which results from the Purchaser's acceptance of the proposer's offer. Consequently, the DBE requirements of 49 CFR Part 26, as amended, apply to that agreement. DBE Obligation: The bidder/contractor agrees to ensure that DBEs as defined in 49 CFR Part 26, as amended, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under the agreement which results from the Purchaser's acceptance of the proposer's offer. In this regard, all bidders/contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26, as amended, to ensure that DBE's have the maximum opportunity to compete for and perform contracts. Bidders/contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of Department of Transportation assisted contracts. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from the City. In addition, the contractor may not hold retainage from its subcontractors. The contractor must promptly notify the City whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the City. Failure by the Contractor to carry out these requirements is a material breach of the contract which may result in the termination of this contract or such other remedy as the City deems appropriate. Signature: ______________________ Date: ____________________ Title: __________________________ Firm: __________________________ (FAILURE TO COMPLETE THIS FORM AND SUBMIT WITH YOUR PROPOSAL MAY RENDER THE PROPOSAL NON-RESPONSIVE) Page 22 of 34 DEBARMENT CERTIFICATION The proposer hereby certifies to the best of its knowledge and belief, that its principals, and the principals of its subcontractors: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by the Commonwealth, the Federal Government or other states. Reference 49 CFR Part 29, Executive Order 12549. (2) Have not within the preceding three-year period been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection which obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and (4) Have not within the preceding three-year period had one or more public transactions (Federal, State or Local) terminated by cause or default. THE PROPOSER CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION. Signature: ______________________ Date: _________________________ Title: __________________________ Firm: __________________________ (FAILURE TO COMPLETE THIS FORM AND SUBMIT WITH YOUR PROPOSAL MAY RENDER THE PROPOSAL NON-RESPONSIVE) Page 23 of 34 AMERICANS WITH DISABILITIES ACT COMPLIANCE The undersigned agrees to comply with, and assure that any third-party contractor under this Project complies with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 USC & 12101 et seq. and 49 USC & 322; Section 504 of the Rehabilitation Act of 1973, as amended, 29 USC & 794; Section 16 of the Federal Transit Act, as amended, 49 USC app. & 1612; and the following regulations and any amendments thereto: 1) U.S. DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 C.F.R. Part 37; 2) U.S. DOT regulations, “Nondiscrimination on the basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance,” 49 C.F.R. Part 27; 3) U.S. DOT regulations, “Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 49 C.F.R. Part 38; 4) Department of Justice (DOJ) regulations, “Nondiscrimination on the Basis of Disability in State and 5) Local Government Services,” 28 C.F.R. Part 35; 6) DOJ regulations, “Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities,” 28 C.F.R. Part 36; 7) General Services Administration regulations, “Construction and Alteration of Public Buildings,” 8) “Accommodations for the Physically Handicapped,” 41 C.F.R. Part 101-19; 9) Equal Employment Opportunity Commission (EEOC) “Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,” 29 C.F.R. Part 1630; 10) Federal Communications Commission regulations, “Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled,” 47 C.F.R. Part 64, Subpart F; 11) U.S. ATBCB regulations, “Electronic and Information Technology Accessibility Standards,” 36 C.F.R. Part 1194; and 12) FTA regulations, “Transportation for Elderly and Handicapped Persons,” 49 C.F.R. Part 609. DATE: _____________ FIRM NAME: ____________________________________ BY SIGNATURE & TITLE: ______________________________________________ (FAILURE TO COMPLETE THIS FORM AND SUBMIT WITH YOUR PROPOSAL MAY RENDER THE PROPOSAL NON-RESPONSIVE) Page 24 of 34 CONTRACTOR INTEGRITY It is essential that those who seek to contract with the City observe high standards of honesty and integrity. They must conduct themselves in a manner that fosters public confidence in the integrity of the City procurement process. In furtherance of this policy, Contractor agrees to the following: 1. Contractor shall maintain the highest standards of integrity during the performance of this agreement and shall take no action in violation of state or federal laws or regulations, or other requirements applicable to the Contractor or that govern contracting within the Commonwealth of Pennsylvania (“Commonwealth”) and/or the City. 2. Contractor, its affiliates, agents and employees shall not influence, or attempt to influence, any City employee to breach the standards of ethical conduct for employees or to breach any other state or federal law or regulation. 3. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity to a City official or employee or to any other person at the direction or request of any City official or employee. 4. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity to a City official or employee, the acceptance of which would violate the applicable code of conduct or any statute, regulation, statement of policy, management directive or any other published standard of the City. 5. Contractor, its affiliates, agents and employees shall not, directly or indirectly, offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for the decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty by any official or employee of the City. 6. Contractor, its affiliates, agents, employees or anyone in privity with him or her shall not accept or agree to accept from any person, any gratuity in connection with the performance of work under the contract, except as provided in the contract. 7. Contractor shall not have financial interest in any other contractor, subcontractor or supplier providing services, labor, or material on this project, unless the financial interest is disclosed to the City in writing at the time of bid or proposal submission and the City consents to the Contractor’s financial interest prior to the City’s execution of the contract. 8. Contractor, its affiliates, agents and employees shall not disclose to others any information, documents, reports, data, or records provided to, or prepared by, Contractor under this contract, or secured by Contractor from a third party in connection with the performance of this contract, without the prior approval of the City, except as required by the Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101- 3104; necessary for purposes of Contractor’s internal assessment and review; or otherwise required by law. 9. Contractor certifies that neither it nor any of its officers, directors, associates, partners, limited partners or individual owners has not been officially notified of, charged with, or convicted of the commission of embezzlement, theft, forgery, bribery or destruction of public records; commission of fraud or other improper conduct associated with obtaining, attempting to obtain or performing a public contract; violation of any federal or state law regulating campaign contributions; violation of any federal or state environmental law; violation of any federal or state law regulating hours of labor, minimum wage standards or prevailing wage standards, discrimination in wage, or child labor violations; violation of any federal or state law prohibiting discrimination in employment; debarment by any agency or department of the federal government or by any other state. Contractor acknowledges that the City Page 25 of 34 may, at its sole discretion, terminate the contract for cause upon such notification or when the City otherwise learns that contractor has been officially notified, charged or convicted. 10. Contractor shall comply with requirements of the Lobbying Disclosure Act, 65 Pa.C.S. § 13A01 et seq., and the regulations promulgated pursuant to that law. 11. When Contractor has reason to believe that any breach of ethical standards as set forth in law or in these provisions has occurred or may occur, Contractor shall immediately notify the City contracting officer in writing. 12. Contractor, by submission of its bid or proposal and/or execution of this agreement and by the submission of any bills or invoices for payment pursuant to the contract, certifies and represents that it has not violated any of these contractor integrity provisions with the submission of the bid or proposal, during any contract negotiations or during the term of the contract. 13. Contractor shall cooperate with the City’s Solicitor or the Office of State Inspector General in its investigation of any alleged City employee breach of ethical standards and any alleged Contractor non- compliance with these provisions. Contractor agrees to make identified Contractor employees available for interviews at reasonable times and places. Contractor, upon the request of the Controller or the Inspector General, shall provide or make promptly available for inspection and copying, any information of any type or form deemed relevant by the Controller or the Inspector General to Contractor’s integrity and compliance with these provisions. Such information may include, but shall not be limited to, Contractor’s business or financial records, documents or files of any type or form that refers to or concern this contract. 14. For violation of any of the above provisions, the City may terminate this and any other agreement with the Contractor, claim liquidated damages in an amount equal to the value of anything received in breach of these provisions, claim damages for all additional costs and expenses incurred to debar and suspend the Contractor from doing business with the City. These rights and remedies are cumulative, and the use or no-use of anyone shall not preclude the use of all or any other. These rights and remedies are in addition to those the City may have under law, statute or regulations. 15. For purposes of these Contractor Integrity Provisions, the following terms shall have the meanings found in this paragraph: a. “Confidential information” means information that is not already in the public domain; is not available to the public upon request; is not or does not become generally known to the Contractor from a third party without an obligation to maintain its confidentiality; has not become generally known to the public through an act or omission of the Contractor; or has not been independently developed by Contractor without the use of confidential information of the City. b. “Consent” means written permission signed by a duly authorized officer or employee of the City, provided that where the material facts have been disclosed, in writing, by pre-qualification, bid, proposal or contractual terms, the City shall be deemed to have consented by virtue of execution of this contract. c. “Contractor” means the individual or entity that has entered into this agreement with the City, including those directors, officers, partners, managers and owners having more than five percent (5%) interest in the Contractor. d. “Financial Interest” means: (1) Ownership of more than five (5%) percent interest in any business; or (2) Holding a position as an officer, director, trustee, partner, employee or holding any position of management. e. “Gratuity” means tendering, giving or providing anything of more than nominal monetary value Page 26 of 34 including, but not limited to, cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment or contracts of any kind. f. “Immediate family” means a spouse and any unemancipated child. g. “Political contribution” means any payment, gift, subscription, assessment, contract, payment for services, dues, loan, forbearance, advance or deposit of money or any valuable thing, to a candidate for public office or to a political committee, including but not limited to a political action committee, made for the purpose of influencing any election in the Commonwealth of Pennsylvania or for paying debts incurred by or for a candidate or committee before or after any election. CONTRACTOR: _________________________________________ BY: _________________________________________ Signature _________________________________________ Print Name _________________________________________ Date (FAILURE TO COMPLETE THIS FORM AND SUBMIT WITH YOUR PROPOSAL MAY RENDER THE PROPOSAL NON-RESPONSIVE) Page 27 of 34 FEDERAL LOBBYING CERTIFICATION The undersigned certifies to the best of his/her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of ANY federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal amendment, or modification of any federal contract, grant, loan or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. By: (Signature of Company Official) (Date) (Official's Title) (FAILURE TO COMPLETE THIS FORM AND SUBMIT WITH YOUR PROPOSAL MAY RENDER THE PROPOSAL NON-RESPONSIVE) Page 28 of 34 COMMONWEALTH NON-DISCRIMINATION CLAUSE 1. Contractor shall not discriminate against any employee, applicant for employment, independent contractor or any other person because of race, color, religious creed, ancestry, national origin, age, sex, handicap or disability. Contractor shall take affirmative action to ensure that applicants are employed, and that employees or agents are treated during employment, without regard to their race, color, religious creed, ancestry, national origin, age, sex, handicap or disability. Such affirmative action shall include, but is not limited to, the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training. Contractor shall post in conspicuous places, available to employees, agents, applicants for employment and other persons, a notice to be provided by the contracting agency setting forth the provisions of this non- discrimination clause. 2. Contractor shall in advertisements or requests for employment placed by it or on its behalf state all qualified applicants will receive consideration for employment without regard to race, color religious creed, ancestry, national origin, age, sex, handicap or disability. 3. Contractor shall send each labor union or workers’ representative with which it has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers’ representative of its commitment to this non-discrimination clause. Similar notice shall be sent to every other source of recruitment regularly utilized by Contractor. 4. It shall be no defense to a finding of noncompliance with the Contract Compliance Regulations issued by the Pennsylvania Human Relations Commission or this non-discrimination clause that Contractor has delegated some of its employment practices to any union, training program or other source of recruitment which prevents it from meeting its obligations. However, if the evidence indicates that the Contractor was not on notice of the third-party discrimination or made a good faith effort to correct it, such factor shall be considered in mitigation in determining appropriate sanctions. 5. Where the practices of a union or of any training program or other source of recruitment will result in the exclusion of minority group persons, so that Contractor will be unable to meet its obligations under the Contractor Compliance Regulations issued by Pennsylvania Human Relations Commission, or this non-discrimination clause. Contractor shall then employ and fill vacancies through other non-discriminatory employment procedures. 6. Contractor shall comply with the Contract Compliance Regulations of the Pennsylvania Human Relations Commission, 16 PA Code Chapter 49 and with all laws prohibiting discrimination in hiring or employment opportunities. In the event of Contractor’s non-compliance with the non-discrimination clause of this contract or with any such laws, this contract may, after hearing and adjudication, be terminated or suspended, in whole or in part, and Contractor may be declared temporarily ineligible for further Commonwealth contracts, and such other sanctions may be imposed, and remedies invoked as provided by the Contract Compliance Regulations. 7. Contractor shall furnish all necessary employment documents and records to, and permit access to its books, records and accounts by, the contracting agency and the Human Relations Commission, for purposes of investigation to ascertain compliance with the provisions of the Contract Compliance Regulations, pursuant to PA Code Chapter 49.35 of these Regulations. If Contractor does not possess documents or records reflecting the necessary information requested, it shall furnish such information on reporting forms supplied by the contracting agency or the Commission. 8. Contractor shall actively recruit minority subcontractors or subcontractors with substantial minority representation among their employees. 9. Contractor shall include the provisions of this non-discrimination clause in every subcontract, so that Page 29 of 34 such provisions will be binding upon each subcontractor. 10. The terms used in this non-discrimination clause shall have the same meaning as in the Contract Compliance Regulations issued by the Pennsylvania Human Relations Commission, 16 PA Code Chapter 49. 11. Contractor obligations under this clause are limited to the Contractor’s facilities within Pennsylvania or where the contract is for purchase of goods manufactured outside of Pennsylvania, the facilities at which such goods are actually produced. Wherever herein above the word Contractor is used it shall also include the word Engineer, Consultant, Researcher or other Contracting Party as may be appropriate _________________________________________________________ NAME OF AUTHORIZED PERSON _________________________________________________________ SIGNATURE OF AUTHORIZED PERSON _________________________________________________________ TITLE AND DATE (FAILURE TO COMPLETE THIS FORM AND SUBMIT IT WITH YOUR BID MAY RENDER THE BID NON-RESPONSIVE) Page 30 of 34 TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 The undersigned agrees to comply with and assure the compliance by its third-party contractors and subcontractors under this project, with all requirements of Title VI of the Civil Rights Act of 1964, 42 USC & 2000d; U.S. DOT regulations, “nondiscrimination in Federally-Assisted Programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act,” 49 C.F.R. Part 21. _________________________________________________________ NAME OF AUTHORIZED PERSON _________________________________________________________ SIGNATURE OF AUTHORIZED PERSON _________________________________________________________ TITLE AND DATE (FAILURE TO COMPLETE THIS FORM AND SUBMIT IT WITH YOUR BID MAY RENDER THE BID NON-RESPONSIVE) Page 31 of 34 ENVIRONMENTAL, RESOURCE CONSERVATION AND ENERGY REQUIREMENTS The undersigned recognizes that many Federal and State statutes imposing environmental, resource conservation and energy requirements may apply to the Project. Some, but not all, of the major Federal laws that may affect the Project include: the National Environmental Policy Act of 1969, 42 USC && 4331 et seq.; the Clean Air Act, as amended, 42 USC && 7401 et seq. and scattered sections of 29 USC; the Clean Water Act, as amended, scattered sections of 33 and 12 USC; the Resource Conservation and Recovery Act, as amended, 42 USC && 6901 et seq.; and the Comprehensive Environmental Response, Compensation, and Liability Act, as amended, 42 USC && 9601 et seq. The undersigned also recognizes that the Environmental Protection Agency (EPA), the Federal Highway Administration (FHWA), and other agencies of the Federal Government have issued and are expected in the future to issue requirements in the forms of regulations, guidelines, standards, orders, or other directives that may affect the Project. Accordingly, the undersigned agrees to adhere to, and impose on its subcontractors, any such Federal requirements, as the Government may now or in the future promulgate. Listed below are the requirements of particular concern to the FTA. The undersigned expressly understand that this list does not constitute his or hers entire obligation to meet Federal requirements. a. Environmental Protection. To the extent applicable, compliance with the requirements of the National Environmental Policy Act of 1969, as amended, 42 USC && 4321 et seq.; Section 14 of the Federal Transit Act, as amended, 49 USC app. & 1610; the Council on Environmental Quality regulations, 40 C.F.R. Part 1500 et seq.; and the joint FHWA/FTA regulations “Environmental Impact and Related Procedures,” at 23 C.F.R. Part 771 and 49 C.F.R. Part 622. b. Air Pollution. Compliance with the joint FHWA/FTA regulations, “Air Quality Conformity and Priority Procedures for Use in Federal-Aid Highway and Transit Projects” 49 C.F.R. Part 623. This includes satisfactory assurances that any facilities or equipment acquired, constructed, or improved as a part of the Project are or will be designed and equipped to limit air pollution as provided in accordance with the following EPA regulations: “Control of Air Pollution from Motor Vehicles and Motor Vehicle Engines,” 40 C.F.R. Part 85; “Control of Air Pollution from New and In-Use Motor Vehicles and New and In-Use Motor Vehicle Engines: Certification and Test Procedures,” 40 C.F.R. Part 86; and “Fuel Economy of Motor Vehicles,” 40 C.F.R. Part 600;; in accordance with applicable Federally-approved State Implementation Plan(s) (in particular, the Transportation Control Measures); and in accordance with applicable Federal regulations, directives and other standards. c. Energy Conservation. The undersigned and its third-party contractors shall comply with mandatory standards and policies relating to energy efficiency that are contained in applicable State energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 USC && 6321 et seq. _________________________________________________ NAME OF AUTHORIZED PERSON _________________________________________________________ SIGNATURE OF AUTHORIZED PERSON _________________________________________________________ TITLE AND DATE (FAILURE TO COMPLETE THIS FORM AND SUBMIT IT WITH YOUR BID MAY RENDER THE BID NON-RESPONSIVE) Page 32 of 34 EVALUATION SHEET An evaluation sheet will be completed for each proposal received through this RFP process. The scoring of these proposals will be an essential part of determining which consultant team will be selected by the City. A proposal that is determined to be non-responsive will be administratively rejected and not be scored. Company Name: Reviewer: Section I: Responsiveness YES NO Cover Letter Project Resumes Consultant Credentials Past Consultant Work with NEPA and NHPA Section 106 Overall Project Experience Project Budget/Price Quote – to be Submitted Separately from the Proposal Project Schedule Completed Qualifications Form Completed Certification of Consultant Form Completed Forms from Part 4 of this RFP Section II. Evaluation Factor Criteria Maximum Points Awarded Points Experience • Experience of Consultant Staff/Resumes • NEPA and NHPA Experience • Federal Transportation Project Experience • Federal USDOT and FTA Agency Experience 50 Project Understanding • Understanding of our Proposed Scope of Work • Understanding of Federal Policy and Requirements • Consultant Plan of Execution 30 Project Schedule • Detailed Project Schedule • Schedule Alignment with Project Tasks • *Can Complete the Project by June 30, 2023 10 Price/Budget • Comprehensive Fixed Price Budget • Utilize Provided Budget Template, at a minimum 10 Total 100 *Note: The City may choose to extend the project deadline upon request from the chosen consultant and with justification agreed upon by the City. Page 33 of 34 FEDERAL THIRD-PARTY CONTRACT PROVISIONS The following clauses are part of this and all contracts. 1. Notice of Federal Requirements This procurement is subject to a financial assistance contract between the Federal Transit Administration (FTA) and the City. The contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed herein, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. The preceding provisions include, in part, certain Standard Terms and Conditions required by United States Department of Transportation (DOT), whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, as amended, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City requests which would cause the City to be in violation of the FTA terms and conditions. 2. No Government Obligation to Third Parties a. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Governmental in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. b. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. ________________________________________________________ NAME OF AUTHORIZED PERSON _________________________________________________________ SIGNATURE OF AUTHORIZED PERSON _________________________________________________________ TITLE AND DATE (FAILURE TO COMPLETE THIS FORM AND SUBMIT IT WITH YOUR BID MAY RENDER THE BID NON-RESPONSIVE) The full version of federal compliancy regulations would be part of the awarded contact issued through this RFP process. Page 34 of 34 ATTACHMENT: City of Johnstown Awarded USDOT RAISE application JOHNSTOWN, PA’S IRON-TO-ARTS CORRIDOR RAISE PROJECT $24,448,164 RAISE Grant Application from the City of Johnstown, PA in partnership with Cambria County MPO and Cambria County Transit Authority (CamTran) Project Contact: Johnstown Director of Community & Economic Development John Dubnansky 814.539.2504, x111, jdubnansky@cojtwn.com Submitted July 12, 2021 Contents Overview ........................................................................................................................................ 0 I. Project Description ............................................................................................................... 2 History and Context for the Iron-to-Arts Corridor Project ......................................................... 9 II. Project Location / Maps ..................................................................................................... 11 III. Grant Funds and Sources / Uses of Project Funds ....................................................... 13 IV. Criteria .............................................................................................................................. 14 V. Environmental Risk .............................................................................................................. 24 a. Project Schedule ............................................................................................................... 24 VI. Summary of Benefit Cost Analysis ................................................................................. 28 JOHNSTOWN, PA’S IRON-TO-ARTS CORRIDOR RAISE PROJECT $24,448,164 RAISE Grant Application Overview The City of Johnstown, PA and its partners including the Cambria County Transit Authority (CamTran), the Cambria County MPO, Amtrak and others are proceeding on a $37 million project to upgrade the Johnstown transit system in order to revive the struggling downtown of Pennsylvania’s poorest city. The “Johnstown Vision Together 2025” revitalization plan launched in partnership with the Pennsylvania Office of the Governor and the Pennsylvania Department of Transportation (PennDOT) will create a robust new Johnstown economy to replace declining coal and steel industries with a new focus on the travel, heritage tourism, and health care sectors clustered in the heart of downtown Johnstown, a federal Opportunity Zone. However, the Johnstown 2025 vision depends upon the repair and restoration of Johnstown’s downtown transit system, consisting of the Johnstown Train Station, the Downtown Johnstown Bus Transportation Center, and the Johnstown Inclined Plane, to allow safe operations, expanded ridership, access for poor and minority populations, and transit-oriented development. Johnstown Mayor Frank Janakovic with Joe Biden at Johnstown Train Station, September 30, 2020 “We Will Deliver!” Page | 1 The repair of the badly-impaired Johnstown Inclined Plane railway, the restoration of the deteriorating Johnstown Train Station for passenger rail service, and the upgrade of the poorly functioning Downtown Intermodal Bus Transportation Center, to be connected together by a complete street upgrade dubbed the Main Street Greenway initiative, together make up the “Iron- to-Arts Corridor” Project and the focus of this request for U.S. Department of Transportation (U.S. DOT) RAISE Grant funding. The Iron-to-Arts Corridor will cost $36,995,664 in total, and while Johnstown has secured funding and leverage to further develop the project, it remains the poorest city in Pennsylvania and the census tracts of the project location are designated as areas of persistent poverty, as well as being a rural community with a population of 19,195. With these factors in mind, the City of Johnstown requests a waiver of the 20% match requirement for the RAISE program. However, the Johnstown community has already raised $9,264,241 in non- federal match (25% of the project total) from PennDOT, local, and philanthropic sources which have advanced the project’s readiness (not counting an additional $16.5 million now leveraged from Amtrak for a complementary but separate Train Station upgrade). Johnstown now seeks a $24,448,164 RAISE Grant to complete project planning and implement full construction. Johnstown and its key allies CamTran and the Cambria County Metropolitan Planning Organization (MPO) are pleased that PennDOT is a full partner in the Iron-to-Arts Corridor project, providing a bulk of the non-federal match, completing comprehensive studies, analysis, plans, phasing, and cost estimation for project components including the Johnstown Train Station and Inclined Plane, and assigning its contractors to ensure steady progress toward a project-ready status that will meet RAISE deadlines for funding obligation, construction, and completion. The Iron-to-Arts Corridor project meets all of DOT’s RAISE criteria: § The project will improve safety of the Johnstown transit system by: fixing outdated and dysfunctional passenger facilities at the Train Station, eliminating the risk to Incline passengers (and emergency service personnel) from service malfunctions of up to 25% annually on that facility; reducing conflicts between buses and passenger/pedestrians who lack proper access at the Downtown Transit Center; and calming traffic and enhancing pedestrian and cyclist mobility through the Main Street Greenway complete street upgrade. § The project will promote a state of good repair through the restoration of the three important multimodal transit hubs, which are deteriorated and suffering serious service disruptions and excessive operations and maintenance cost challenges. The Inclined Plane, the Johnstown Train Station, and the Downtown Transit Center (built in 1891, 1916, and 1983 respectively) are badly in need of repairs to mechanical systems, electrical systems, and passenger facility systems. § The Iron-to-Arts Corridor project is absolutely critical to the economy and revitalization of the distressed Johnstown community and its struggling downtown. In a “Johnstown Vision Together 2025” strategy created with PennDOT funding and at the direction of the Governor of Pennsylvania, Johnstown has identified a pathway to renewal that builds upon its competitive strengths of heritage and recreational tourism, the travel economy, downtown Page | 2 revitalization, and health care jobs. This Vision 2025 strategy has identified the repair and upgrade of the Johnstown transit system as fundamental to the path forward. § The Iron-to-Arts Corridor project will bring about positive environmental sustainability benefits for the City of Johnstown and the surrounding region. This project will foster mode shifts from automobile use to public transit and walking through the restoration of the Inclined Plane, the Train Station and the Downtown Transit Center, along with the Main Street Greenway initiative’s complete street upgrade. This project will also restore brownfield areas in downtown Johnston and reduce stormwater from roadways with green infrastructure. § This RAISE project will also vastly improve the quality of life for the residents of and visitors to Johnstown, the poorest city in the Commonwealth of Pennsylvania with double the poverty, double the unemployment, double the number of people with disabilities compared to the state and nation, and other socioeconomic challenges. Johnstown and Cambria County leadership have staked the future progress of Johnstown on its “Vision 2025” effort to boost the health care and tourism/travel sectors of the economy in a way that can create jobs, renew the downtown, and provide a healthier community for residents and visitors alike – none of which are possible if the transit system is not repaired and restored with support of this RAISE grant. This project will also increase access to equitable work opportunities for a very substantial population of minority and low-income workers, who are significantly more likely to utilize transit than residents who are white or able to afford a vehicle. § Johnstown’s innovation on this Iron-to-Arts Corridor project will include advanced technologies for passenger service including novel health-medical check kiosks; specially engineered power technologies at the Inclined Plane which marry the historically important original equipment to advanced electric systems that will vastly improve function and safety at this railway facility; and green infrastructure approaches to managing stormwater on a restored Main Street complete street. § The Iron-to-Arts Corridor project has strong backing from many economic development and community revitalization partners as indicated by enclosed letters of support and, most importantly, represents a strategy launched by the Commonwealth of Pennsylvania and its PennDOT transportation agency to use transit upgrades to boost the Vision 2025 revitalization of this struggling city. I. Project Description The Johnstown transit system consists of three intermodal transit facilities in downtown which are each 0.5 miles away from each other: the Train Station, the Downtown Transit Center, and the Inclined Plane. Main Street Johnstown is the prime road corridor for pedestrian, vehicle, and other transportation access among them, as well as the central corridor for community civic, business, health care, and other core assets in this downtown Opportunity Zone. This description section also describes the transportation challenges facing Johnstown that have led to this RAISE application. Page | 3 A well-functioning transit system is critically important to Johnstown, as this is a small, rural community in the Allegheny Mountains that is already isolated, and which remains the poorest city in the Commonwealth of Pennsylvania. That makes the ability to access Johnstown by reliable public transit fundamental to not only our citizens and workers, but also our endeavors to be a world-class heritage tourism and outdoor recreational destination. In recent years, Johnstown has made great strides on this goal by establishing and reinvigorating key tourism and cultural destinations including the Iron-to-Arts Corridor, the Center for Metal Arts, the Old Cambria City Arts District, the Steeples Project, the Johnstown Flood Museum, and wonderful historic districts – all clustered around the transit hubs that are the subject of this RAISE proposal. If these transit hubs are failing, this Johnstown tourism and hospitality economy will falter too. The Iron-to-Arts Corridor Project comprises the approximately $37 million restorations of and upgrades to the Johnstown Train Station, the CamTran Downtown Transit Center, and the Inclined Plane railway, together with a complete street and downtown walkability upgrade named the Main Street Greenway & Urban Connectivity Project. Johnstown suggests that, while any one individual component of the overall Iron-to-Arts Corridor initiative may not be transformational enough on its own to merit a RAISE grant award, together as one transit system managed by CamTran and backed by Johnstown, PennDOT, Amtrak, and others, the overall four-component, integrated project rises to the level of RAISE worthiness, as a transformational, nearly $37 million project expected to produce up to $250 million in direct benefits and be the essential spark to the Johnstown 2025 vision for downtown and community renewal. The specific transit centers and road segment to be upgraded are described in detail here: 1.) The Johnstown Train Station will be restored for enhanced local and regional train and bus transit use with $11,281,411 in station upgrades. The Johnstown Train Station is an elegant, 1916 structure at 47 Walnut Street originally modeled after a Roman basilica which houses daily stops by the Amtrak Pennsylvanian line, with direct service to 16 cities linking Pittsburgh at the west through Johnstown, to the state capital of Harrisburg, to Philadelphia at the east and on to New York City. Supporting a traveler catchment area of 311,000 people within 25 miles and 1,315,217 people within 50 miles, the multi-modal Johnstown Train Station serves more than 25,000 commuters, seniors, students and tourist passengers each year, connecting commuters and visitors by daily Amtrak as well as CamTran, Greyhound, and regional bus routes. This includes a range of between 18,848-24,000 (from 2013-2019) Amtrak commuters arriving and departing from the Johnstown Station each year, and another 2,000 passengers to/from seven additional cities on connecting Thruway Bus services. Johnstown was pleased to host Amtrak Joe Biden at this station in September 2020. However, the Station Building is largely empty, with only a 2,400 sq. ft. portion of the building leased and used as an Amtrak passenger waiting area, with an additional 17,000+ square feet of Page | 4 grand but deteriorated and vacant Station building space empty and maintained by the Johnstown Area Heritage Association – 88% vacant! There are no commercial, retail, civic, or revenue- generating uses in this large, central public building in downtown Johnstown. In 2016-2018, PennDOT invested $900,000 and Amtrak invested $2,000,000 to restore the deteriorated station roof and install extensive ADA compliance upgrades to the passenger station. In 2017, PennDOT funded a team of architects, engineers, and market feasibility experts to conduct a Reuse Study to determine the full extent of upgrades needed for full passenger functionality of the station, as well as transit-oriented development in and around the Station (and adjacent Baggage/Express Building). The Johnstown community has determined a highest-and-best use of the vacant areas of the Johnstown Train Station to be: Ø Establishment of a Johnstown Visitors Center in the Station Concourse; and Ø A new year-round healthy food and farmers market with 52 vendor stalls in the Baggage/Express Building at the station, and a new culinary school and kitchen occupying two floors. The main Station Building would also include one large restaurant and new retail uses to produce revenue generation for ongoing O&M costs at the facility (and for user/visitor attraction). Johnstown was excited to use “Local Foods, Local Places” resources from the U.S. EPA Office of Community Revitalization, backed by USDA, to craft a strategy to move this Johnstown Train Station food hub development project forward; and Ø Establishment of the headquarters for the Artists-Blacksmiths Association of America (ABANA). Representing 40,000 blacksmiths across the nation, ABANA has located its first- ever international headquarters and tourism attraction facilities in Johnstown, a locality that is one of the birthplaces of the American iron and steel industry. ABANA expects to bring up to 2,000 blacksmiths and tourists to Johnstown annually. The Johnstown Train Station is adjacent to the historic Johnstown Cambria Iron Works, a National Historic Landmark that is now used as the Center for Metal Arts, a school for blacksmiths across the world and a major tourist attraction for Johnstown. See https://centerformetalarts.org/. In 2020, PennDOT partnered with Amtrak and Johnstown to conduct a station conditions assessment report, preliminary engineering and cost estimation for the significant restoration and rehabilitation that must be conducted at the Station and its platforms in order to continue using the site for necessary local and regional transit services. Johnstown learned that there must be as much as $34+ million in station, platform, and other upgrades needed at the facility: a. Station Facility Upgrades: Required improvements include the construction of new circulation ramps, reconstruction of two sets of stairs, HVAC upgrades, ADA restroom upgrades, window upgrades, fireproofing, signage, and entry door upgrades in the Main Station building and connected Baggage/Express Building, along with parking lot upgrades outside the Station. PennDOT identified a priority need for safety, structural, and weatherization upgrades to the Station including construction to repair roof trusses; reset cornice stones; repair exterior brick and limestone; repair/replace clearstory windows; repair a cracked wall and beam in baggage building; demolish the Western Baggage Building and infill holes; replace the Baggage Building Page | 5 Roof; and remove waste drums from baggage tunnel and parking lot. Next, there are priority upgrades needed for exterior and interior restoration and historic preservation, including construction to repair/replace/restore exterior doors and windows; interior structural repairs including beam delamination and concrete spalls; and interior masonry and restoration to main waiting room and concourse. In addition, PennDOT recommends state of good repair improvements including installation of a limited use/limited access elevator; new egress stairs; mechanical, electrical, plumbing and utilities upgrades; asbestos and lead paint abatement; and Station parking lot upgrades including LED lighting. There are preliminary engineering plans produced by PennDOT for these Station Upgrades, and construction costs estimates of $9,813,867 plus an additional $1,467,444 in final engineering, permitting, and other pre- construction costs. These total costs of $11,281,411 are a key portion of Johnstown’s RAISE request for funding support. As a separate endeavor from this Iron-to-Arts Corridor RAISE project, extensive improvements must be made to 510’ of Amtrak rail platforms including raising the platforms for passenger accessibility, erecting platform enclosures and improvements to passenger, baggage and utility tunnels between the Station and the platforms. Amtrak has completed full planning and engineering, and has committed $16.25 million to complete these upgrades. Amtrak will begin construction of these transit passenger upgrades in 2022, as indicated by the enclosed letter of support. While the Amtrak portion of the rail passenger station upgrades is not included in this City of Johnstown RAISE project, the leverage of these additional resources shows the importance and potential of this station, once restored with both RAISE and Amtrak resources. 2.) The CamTran Downtown Transit Center will be upgraded with a dedicated bus lane in front of the center, along with passenger facility upgrades including an enhanced passenger waiting area, advanced passenger information systems, pedestrian/cyclist accessibility improvements to and around the station and an upgrade to the attached Intermodal Parking Garage to include transit-oriented and commercial development, at a cost of $3,600,000 (including $600,000 for design and engineering). The Cambria County Transit Authority’s Downtown Transit facility is located between Main Street and Locust Street in the block between Clinton and Franklin Streets in downtown Johnstown, and is 0.5 miles from the Johnstown Train Station, which is a 2-minute vehicle ride or 10-minute walk away. Constructed in 1983 and in continuous operation since, the Transit Center is the beginning or ending station for 26 transit buses for 14 separate fixed-route bus lines running 200+ routes during weekday peak, carrying more than 1.1 million transit passengers annually throughout Johnstown and the broader rural area. Page | 6 The Transit Center is a critical component of the CamTran system, but needs to be modernized, renewed and better integrated with development in the downtown area. The Transit Center is dark and dingy, and lacking in any passenger amenities including no food options, retail options, technology amenities or other such features needed in modern multimodal transit facilities to attract ridership and create revenue opportunities to support facility and system maintenance. CamTran seeks to modernize the dilapidated Transit Center to attract passengers and enhance the rider experience and system revenue-generating and transit-oriented development opportunities. RAISE funding will: (a) support key Transit Center upgrades including building renovations, air flow improvements, lighting and signage improvements. CamTran will also deploy passenger service upgrades including an expanded and updated waiting area, improved seating and benches inside and outside the center, cashless kiosks, passenger information technologies, and “Healthy Lifestyle” kiosks for passengers and users of the Transit Center. (b) upgrade accessibility to the Transit Center to spur transit shifts for pedestrians and cyclists who come to the center on the new and improved Main Street Greenway or other mobility routes, with improved sidewalks, the installation of crosswalks, updates to the Transit Center’s parking garage and the creation of a dedicated lane for transit bus vehicles to improve flow and avoid the potential for accidents; and (c) identify strategies for redevelopment and productive reuse of outdated station areas, the parking garage and vacant buildings adjacent to the Transit Center to both provide beneficial co-located community facilities and also enhance CamTran revenue generation to support facility maintenance. These uses are planned to include additional food options, retail shopping options, facilities for health screenings and healthy lifestyle choices, daycare service options and other future uses. CamTran believes that these community facilities, integrated into Johnstown’s core transit hub, is essential because Johnstown is one of the least healthy, most obese and poorest cities in Pennsylvania. CamTran is working with other key partners on these issues, including the Jefferson Center for Rural Health, located in Johnstown, and one of the only community and population health institutes dedicated to rural health in the United States. CamTran will integrate this Downtown Transit Center upgrade with the City of Johnstown’s Vision 2025 plan for downtown complete streets and improvements to the Train Station and Inclined Plane. The upgrade will improve access for students, residents, visitors, senior citizens and people with disabilities to healthcare,...

401 Main St #102, Johnstown, PA 15901Location

Address: 401 Main St #102, Johnstown, PA 15901

Country : United StatesState : Pennsylvania