Skip to content
Image of a white flag
Back to Proposals & Bids

RFP - CLOSED

Site Civil Engineering Services – Summerset at Frick Park Phase 3

Monday, February 5, 2018
CLOSED - Tuesday, March 6, 2018 at 3:00 PM ET

The Urban Redevelopment Authority of Pittsburgh (URA), in conjunction with Summerset Land Development Associates (SLDA), will be developing approximately 39 acres in the Swisshelm Park neighborhood of the City of Pittsburgh. This development is being referred to as Summerset at Frick Park Phase 3. The site for the Summerset at Frick Park Phase 3 development (“The Site”) is located in the 14th ward of the City of Pittsburgh in Allegheny County, Pennsylvania, between Interstate 376 (Parkway East) and the Monongahela River.

RFP Details

Engineering
14th Ward, City of Pittsburgh Squirrel Hill South
5
Corey O'Connor

Contact Information

Brent Lahaie
Project Manager, URA Department of Engineering and Construction

Project Background

The Site was previously used as a slag dump by the Duquesne Slag Products Company. Slag had been disposed of at the Site from at least 1967 to the 1980s. The Site is bounded on the north and west by Frick Park, on the south by the right-of-way of the Baltimore and Ohio Railroad, which parallels the Monongahela River, and on the east by residential properties in the 14th ward. Nine Mile Run is located just north and west of the property and flows from northeast to southwest before entering the Monongahela River, approximately 300 yards from the southernmost property boundary. The property consists of two parcels totaling approximately 72 acres in size. The Site is mainly undeveloped with the exception of the hiking/biking trail, a small access road, a Duquesne Light power line right-of-way, a Pittsburgh Water and Sewer Authority (PWSA) 16-inch HDPE water line, and a PWSA 24-inch sewer line.

Phase 2 of Summerset at Frick Park, located on the Squirrel Hill side of Nine Mile Run, is nearly complete. The URA and SLDA wish to advance the civil engineering site work to enable the development of Phase 3.

A Master Plan, included as Exhibit B, has been prepared by LaQuatra Bonci Associates under a prior contract and envisions residential development, primarily in the form of for-sale single family attached and detached housing, and will include public open space. A conceptual grading plan has been prepared by 3 LaQuatra Bonci Associates/GAI Consultants, Inc. under a prior contract and is included as Exhibit C.

The URA will select an engineering consulting firm (Consultant) to provide the professional engineering services required for the design of the Public Improvements to support Phase 3 of the Summerset at Frick Park development. It is anticipated that this design will be completed in various phases and require the preparation of multiple construction bid packages. The design will include preparation of the plans and specifications necessary for the following: a construction bid package for rough grading and utility service for the entire Site; a construction bid package for the proposed access road to serve the Site, originating at Commercial Street and ending at the proposed residential development location; and a construction bid package for a bridge spanning over Nine Mile Run with approaches and associated connector roads connecting the existing Phase 2 and proposed Phase 3 developments. Due to funding limitations, the bidding and construction of the work is anticipated to take place over several years.

It is anticipated that as part of this scope of work, the Consultant will be responsible for securing all City of Pittsburgh Department of Mobility and Infrastructure (DOMI) and PWSA approvals for the project. SLDA will retain a separate consulting firm to facilitate development of the Master Plan and securing Department of City Planning approvals for the development project.

The conceptual design of the proposed Phase 3 development was prepared by a team consisting of GAI Consultants, Inc. and LaQuatra Bonci and Associates in 2013. It is anticipated that the Consultant will use this conceptual design to develop the various construction bid packages. However, the URA is open to the presentation of other design concepts that may differ from those presented by the referenced team.

In addition, as the Site was used for many years as a slag dump, the Consultant is to provide environmental consulting services associated with achieving environmental clearances for the entire Site and for achieving an Act 2 release of liability for the public areas of the development (public roads and green space created under URA construction contracts).

The URA has adopted a goal of 18% minority participation and 7% women’s participation in its contract work and wishes to achieve this level of significant MWBE participation in its professional services contracts. To that end, majority Consultants are encouraged to team, subcontract, and/or joint venture with certified minority and women owned firms.

The Nine Mile Run Task Force is a group of local stakeholders that meets regularly to discuss issues relating to Nine Mile Run. It is anticipated that the 4 Consultant will be required to make presentations to the Nine Mile Run Task Force at each design submittal.

To the extent feasible, the Consultant shall incorporate green infrastructure design elements into the construction bid packages.

Project Scope

The URA intends to use local funds to pay for the Consultant’s design work. However, it is likely that state and/or federal funding will be used for the construction phases. Therefore, the design of the access road bid package and the bridge connector road bid package shall follow PennDOT’s design standards and PennDOT Publication No. 740. While it is unlikely that PennDOT will assign a project manager to the project, the Consultant shall follow normal PennDOT protocol when preparing their design submissions for the URA. To that end, the Consultant will be required at a minimum, to obtain the environmental, right of way and utility clearances in accordance with PennDOT procedures. In addition, the Consultant will be responsible for conducting public meetings regarding the project following PennDOT procedures.

It is anticipated that three separate sets of construction bid documents will be developed, namely a rough grading and utilities package, an access road package, and a bridge and connector roads package. The rough grading package will include grading of the entire Site, including residential, open space and access road locations, and the construction of water and sewer utilities (main and trunk lines) to serve all parcels within the Phase 3 development. Paving, landscaping, street lighting, and any remaining utilities will not be included in this rough grading and utilities bid package. The access road bid package will include a complete design of the road from Commercial Street to the proposed Phase 3 residential development. The final bid package will include a bridge over Nine Mile Run, approaches and the connector roads linking the bridge to the Phase 2 and Phase 3 residential developments.

In addition to the bid packages discussed above, the Consultant is to provide environmental engineering services associated with achieving environmental clearances, release of liability under the Act 2 program of the Pennsylvania Department of Environmental Protection (PADEP), submit a Sewage Facilities Planning Module, perform a wetlands investigation, submit a National Pollutant Discharge Elimination System (NPDES) permit application for the entire Site and design the water quality monitoring controls needed to satisfy the DEP under the NPDES Permit.

The following is a detailed scope of the required engineering services for the design of public improvements bid packages.

1. Field Survey
A survey of the Site was previously completed by aerial mapping. This survey was supplemented by work performed by GAI Consultants, Inc. GAI used the aerial mapping, combined with its own supplemental survey work to develop a composite base map, that was used for a conceptual design of the Phase 3 development, and is included with this RFP as Exhibit D. The Consultant is responsible for providing all survey work necessary to complete the design of the various bid packages. The Consultant cannot defer liability for its work due to use of survey work performed by others.

2. Subdivision Plan
The Consultant is responsible for the preparation of a subdivision plan, including the preparation of a plan of lots for publicly owned portions of the site and right-of-way plans for the proposed streets and the access road to the Site.

3. Geotechnical Investigation
A Geotechnical investigation in the Phase 3 area was previously completed by Tetra Tech in 2012 and is included as Exhibit E. The Consultant is responsible for obtaining any geotechnical data necessary to complete the design for the various construction bid packages. Note that the Site is comprised of areas of naturally occurring soils and man-made (slag) materials. The geotechnical investigation shall provide the necessary information for the installation/construction of the site utilities, roadways, bridge abutments, retaining walls and for the preparation of the grading plans. The work under this task will also include the location of existing utilities on the Site and on the streets adjacent to the Site.

4. Sewage Facilities Planning Module
Prepare a Sewage Facilities Planning Module for the proposed Phase 3 development for submission to PWSA and revise as necessary to achieve PWSA and state approval. Information regarding the proposed residential development to assist in this effort, is contained in the link provided under Section I – General.

5. Land Operations Permit
The Consultant shall perform all work necessary to assist the URA in obtaining a Land Operations Permit to perform the mass grading operations at the Site and shall monitor compliance with the permit(s).

6. Environmental
The Consultant shall perform a wetlands investigation as described in the U.S. Army Corps of Engineers’ 1987 Wetlands Delineation Manual and provide a report of the findings, including a map showing the locations of the wetlands. Additionally, the Consultant must coordinate with the relevant state and local wildlife management agencies to determine the potential presence of endangered and threatened species. If required, a survey will be performed. The Consultant must also contact the Pennsylvania Historical and Museum Commission regarding the potential impacts of the development on archaeological and historic sites.

A Phase 2 Environmental Site Assessment (ESA) was previously completed by Tetra Tech and is included as Exhibit F. The Site is under a Consent Order and Agreement (COA) between the Pennsylvania Department of Environmental Protection (PADEP), the URA and SLDA. The COA was originally executed on July 14, 2000 and was amended in 2000, again in 2011, and again in 2016. A copy of the COA can be found in the appendix to the Phase 2 ESA. The Consultant shall provide the services necessary to achieve an Act 2 Release of Liability for the public infrastructure and green space created by the various bid packages. This shall include all areas within the Phase 3 area except for the residential roads and the land associated with the residential units.

7. Utility Investigation
The Consultant shall perform a utility investigation to identify existing public and private utility lines traversing the Site and located within the street right of ways of adjacent streets.

8. Traffic Study
The Consultant shall perform a traffic study to determine the type of traffic control that will be needed at the intersection of the new access road and Commercial Street.

9. Rough Grading and Utility Construction Bid Package
The Consultant shall prepare the plans, specifications and cost estimates to enable the URA to bid the Phase 3 Rough Grading and Utilities 7 Contract. Include grading plans; cross sections; sanitary sewer plans and profiles; storm sewer plans and profiles; water line layout; geotechnical sections and details; typical sections; erosion and sedimentation control plans and details; and vegetation and landscape plans for the slopes. Note that the design includes the placement of final cover and vegetation on areas not to be disturbed by subsequent construction work. This package is intended to provide the design needed for the storm and sanitary sewer trunk lines and the water mains needed to serve the Phase 3 residential development.

The party responsible for the construction of the storm, sanitary and water trunk lines/mains (i.e., URA or SLDA) within the residential development is yet to be determined.

Ideally, the site grading shall be designed so that a balanced cut/fill situation is created. Should it be necessary to remove material from the Site, then such material shall be the native site soils and not the imported slag fill.

  • The Consultant shall perform engineering services and attend regular coordination meetings during the design
  • The Consultant is responsible for coordination with utility companies.
  • The Consultant shall prepare water, sanitary and storm sewer plans and profiles to serve the proposed Phase 3 development. The Consultant should anticipate the separation of the storm and sanitary sewer flows. The Consultant should also anticipate preparing the design for the re-routing of existing PWSA sewers and/or water lines to assist in the development of the Site.
  • Submit design drawings and cost estimates to the URA, DOMI and PWSA at the 30%, 60% and 90% design stage for review and comment, and incorporate all revisions
  • Prepare final drawings on 24” x 36” 4 mil thick mylar sheets with URA standard title blocks and presentation. A separate set of mylars will also be required for the PWSA improvements associated with the contract.
  • Prepare contract technical specifications and special conditions in accordance with URA and PWSA format
  • Prepare a distribution of contract time schedule for URA’s use in determining construction completion time and enforcement of liquidated damages clause for the construction contract
  • Submit one set of original copies of bid documents prior to advertisement for reproduction by the URA
  • Attend pre-bid meeting, prepare and distribute meeting minutes and prepare any required addenda
  • Review bids, prepare bid tabulation and make recommendations regarding award of the contract
  • Attend pre-construction meetings, give technical presentations and prepare meeting minutes
  • Review shop drawings
  • Attend construction progress meetings as required; provide meeting minutes
  • Provide design solutions to address problems that are identified during construction
  • Prepare final as-built field survey to record final roadway elevations, top of curb, inverts of inlets and manholes, and the like, and record this information on the final as-built mylar drawings. The Consultant will also record other information on the as-built mylars as required, as provided by the URA’s construction monitoring firm (to be selected at a future date)

10. Design of Construction Bid Package for Roadway Linking Commercial Street and the Proposed Phase 3 Residential Development.

An access road for the proposed Phase 3 development is to be designed by the Consultant. Since it is anticipated that this portion of the project may receive state/federal funding for construction, this road shall be designed to PennDOT standards in addition to meeting City of Pittsburgh Department of Mobility and Infrastructure (DOMI) requirements. Additionally, as this project is a continuation of the design of Summerset Phase 1 and 2, the design of features such as light poles/fixtures, sidewalks and other features shall follow the same pattern that was established in the previous phases. In addition to the URA, SLDA shall be provided progress drawings and other deliverables. A conceptual plan and profile for the proposed road have already been prepared. The general plan for the road can be seen on the Master Plan and the 9 Conceptual Grading Plan and a copy of the profile has been included as Exhibit G. The Consultant can use this as a basis for developing the preliminary design of the road or present an alternative design. The Consultant shall provide a complete design as required by PennDOT Publication 51: Plans, Specifications and Estimate Package Delivery Process Policies & Preparation Manual, including, but not limited to, the following:

  • Environmental Studies: The preparation of the appropriate level of CEE; The project team will be responsible for all investigations and public involvement required to obtain the necessary National Environmental Policy Act (NEPA) approval.
  • Preliminary Engineering Services: To include, but not limited to: Field Surveys, Line, Grade & Typical Section; Hydrologic and Hydraulic Study; Preliminary Right-of-Way Activities; Utility Investigation; Preliminary Drainage Design; Final Erosion and Sedimentation Control Plan/ NPDES Permit; Safety Review/ Audit; Preliminary Traffic Control Plan; Preliminary Pavement Design; Design Field View; Public Involvement; Geotechnical Engineering Report; Roadway Borings; Project Scheduling; and Project Management and Coordination
  • Final Engineering Design Services: To include, but not be limited to: Supplemental Surveys; Final Geotechnical Report; Cross Sections; Final Right-of-Way Plan; Final Traffic Control Plan; Utility Engineering; Subsurface Utility Investigation; Final Roadway Design; Preliminary and Final Plan Checks; CPM/ Constructability Review; Plans, Specifications and Estimate Submission; Project Scheduling; Public Involvement; Project Management and Coordination
  • Perform engineering services and attend regular coordination meetings during the preliminary design stage prior to proceeding with final design
  • The Consultant is responsible for coordination with utility companies.
  • Provide plans and profiles for the proposed access road
  • Provide plans and profiles for proposed retaining walls associated with the proposed access road
  • Prepare revisions to the rough grading plan to accommodate the construction of the roadways and other public improvements
  • Prepare horizontal and vertical alignment of the pavement, curbs, sidewalks, and inlets; Establish grades on the roadway centerline, the curbs and at critical sidewalk areas; Prepare roadway details/cross-sections for the proposed access road
  • Prepare a drainage design for the roadway
  • Prepare a street lighting design including: photometric layout, foundation, conduit and wiring layouts, and service point locations
  • Prepare a landscaping layout plan for planting within the public right-of-way
  • Submit design drawings and cost estimates to the URA and PWSA at the 30%, 60% and 90% design stage for review and comment and incorporate all revisions
  • Prepare final drawings on 24” x 36” 4 mil thick mylar sheets with URA standard title blocks and presentation; A separate set of mylars will also be required for the PWSA improvements associated with the roadway improvements
  • Prepare contract technical specifications and special conditions in accordance with URA and PWSA standards
  • Prepare a distribution of contract time schedule for URA’s use in determining construction completion time and enforcement of liquidated damages clause for the construction contract
  • Submit one set of original copies of bid documents prior to advertisement for reproduction by the URA
  • Attend pre-bid meeting, prepare and distribute meeting minutes, and prepare any required addenda
  • Attend pre-construction meetings, give technical presentations and prepare meeting minutes
  • Review shop drawings
  • Attend construction progress meetings as required; provide meeting minutes
  • Provide design solutions to address problems that are identified during construction
  • Prepare final as-built field survey to record final roadway elevations, top of curb, inverts of inlets and manholes, and the like, and record this information on the final as-built mylar drawings; The Consultant will also record other information on the as-built mylars, as required, and as provided by the URA’s construction monitoring firm (to be selected at a future date).

11. Design of Construction Bid Package for Connector Road and Bridge between Shelburne Lane and the Proposed Phase 3 Residential Development

An access road from Shelburne Lane to the proposed Phase 3 development is to be designed by the Consultant. This segment of the connector road will also include a bridge over Nine Mile Run. Since it is anticipated that this portion of the project may receive state/federal funding for construction, this road shall be designed to PennDOT standards in addition to meeting City of Pittsburgh requirements. The Consultant can use this as a basis for developing the preliminary design or develop another design that will better serve the project.

Note that the Nine Mile Run Watershed Association is very active in this area. Efforts to prevent salt runoff from the future bridge should be considered in the design.

The Consultant shall provide a complete design as required by PennDOT Publication 51: Plans, Specifications and Estimate Package Delivery Process Policies & Preparation Manual, including but not limited to the following:

  • Environmental Studies: The preparation of the appropriate level of CEE; The project team will be responsible for all investigations and public involvement required to obtain the necessary National Environmental Policy Act (NEPA) approval.
  • Preliminary Engineering Services: To include, but not limited to: Field Surveys, Line, Grade & Typical Section; Hydrologic and Hydraulic Study; Preliminary Right-of-Way Activities; Utility Investigation; Preliminary Drainage Design; Final Erosion and 12 Sedimentation Control Plan/ NPDES Permit; Safety Review/ Audit; Preliminary Traffic Control Plan; Preliminary Pavement Design; Design Field View; Public Involvement; Geotechnical Engineering Report; Type, Size and Location Report; Roadway Borings; Project Scheduling; and Project Management and Coordination
  • Final Engineering Design Services: To include, but not be limited to: Supplemental Surveys; Final Geotechnical Report; Cross Sections; Final Right-of-Way Plan; Final Traffic Control Plan; Utility Engineering; Subsurface Utility Investigation; Final Roadway Design; Preliminary and Final Plan Checks; CPM/ Constructability Review; Plans, Specifications, and Estimate Submission; Project Scheduling; Public Involvement; Project Management and Coordination

The Consultant Shall:

  • Submit design drawings and cost estimates to the URA, DOMI and PWSA at the 30%, 60% and 90% complete design stage and incorporate all revisions
  • Prepare final drawings on 24” x 36” 4 mil thick mylar sheets with URA standard title blocks and presentation. A separate set of mylars will also be required for the PWSA improvements associated with the roadway improvements.
  • Prepare contract technical specifications and special conditions in accordance with URA and PWSA standards
  • Prepare a distribution of contract time schedule for URA’s use in determining construction completion time and enforcement of liquidated damages clause for the construction contract
  • Submit one set of original copies of bid documents prior to advertisement for reproduction by the URA
  • Attend pre-bid meeting, prepare and distribute meeting minutes, and prepare any required addenda
  • Review bids, prepare bid tabulation and make recommendations regarding award of the contract
  • Attend pre-construction meetings, give technical presentations and prepare meeting minutes

Personnel Requirements

The qualified Consultant will employ staff with experience in civil, environmental and geotechnical engineering; site planning, site development and site preparation; infrastructure design, and construction. The staff must have a thorough knowledge of City of Pittsburgh, PennDOT and PWSA processes, specifications and procedures for design and construction.

At a minimum, please identify the following staff to be assigned to this project:

Project Manager – This individual shall be in responsible charge of the overall planning-design-construction project under the direct supervision of the URA’s Project Manager. This position shall handle general project administration and will provide input as needed to fulfill contract obligations. This individual will prepare budgets and schedules coordinating all aspects of the effort. This position shall be filled by a professional engineer licensed in the Commonwealth of Pennsylvania with a minimum of ten (10) years of appropriate experience.

Project Engineer - This individual shall be in responsible charge of the public improvements design to meet the requirements of the site plan. This individual will be responsible for obtaining all required approvals for the design of the infrastructure work from the various departments of the City, PWSA and PennDOT.

Geotechnical Engineer – This individual will be in responsible charge of the geotechnical design associated with the retaining walls, bridge abutments, etc.

Structural Engineer – This individual will be in responsible charge of the structural design of the retaining walls, bridge, etc.

Traffic Engineer – This individual will be in responsible charge of the traffic study and any signalization design (if warranted).

Environmental Engineer – This individual will be in responsible charge of the environmental work associated with the Act 2 process.

Minority and Women-Owned Business Participation

Indicate how your firm would propose to incorporate minority and women-owned business (MWBE) participation into this project.

The URA is committed to providing equal employment opportunities to minorities and women and equal opportunities for business growth and development to minority and women entrepreneurs. To that end, the URA requires that all contractors and subcontractors performing work for the URA shall demonstrate a 14 good faith effort to obtain the participation of minority and women business enterprises in the work to be performed for the URA and to employ minorities and women during performance of the work. It is the URA's objective to obtain minority and women's participation in its contracts with the goal being eighteen percent (18%) of the contract amount be expended for minority participation and seven percent (7%) of the contract amount be expended for women's participation. The URA promotes the full utilization of subcontracting activities to ensure a successful Minority and Women’s Participation Plan.

The proposal package must include a Preliminary Minority and Women Business Enterprise Narrative detailing how the respondent plans to meet the URA’s expressed minority and women-owned business enterprise (MWBE) participation goals for the project in the event the respondent is awarded the contract (the “Plan Outline”). The Plan Outline should be written on company letterhead and must include the following:

a. A one- or two-page narrative summary detailing how the respondent plans to meet the 18 percent (18%) MBE goal and 7 percent (7%) WBE goal through the incorporation of MWBE firms on the project

b. Potential scope areas where work can be subcontracted, along with any outreach efforts to ensure that MWBE firms are aware of the opportunity

c. A list of any MWBE firms that will be included as a part of the team or invited to bid on work

d. An expressed commitment to demonstrating a good faith effort to meet the URA’s MWBE goals

e. An expressed commitment to remain in communication with the URA’s MWBE program officer in order to develop a finalized MWBE plan should the project be awarded

Respondent(s) will be asked to develop a final MWBE Plan upon the awarding of a URA contract.

Any questions about MWBE requirements should be directed to Diamonte Walker, MWBE program officer, at (412) 255-6610 or dwalker@ura.org.

Sustainability

The URA is committed to fostering, encouraging and supporting sustainable development and green building practices to the maximum extent possible in the City of Pittsburgh. Issues of sustainable design and how green building practices can be incorporated into this project should be addressed in the proposal. The 15 URA will be considering the design team’s experience with sustainability and green infrastructure during the selection process.

Proposal Requirements

The Consultant shall submit a Proposal that includes a Technical Section and a Fee Section, bound within one document.

The Technical Proposal shall address the following specific issues. The page limits specified are the maximum to be included in the body of the proposal. Additional information required by this RFP or that the Consultant feels may be of interest to the URA may be included in the appendix.

1. A written narrative description of the Consultant’s plan for managing the project including tasks to be performed by subconsultants (3 pages maximum)

2. Consultant and subconsultant experience with similar type projects and key staff resumes; Experience working with the City of Pittsburgh, PWSA, PennDOT and PADEP is essential to the project; provide a detailed explanation of prior experience with the above agencies (2 pages maximum).

3. A discussion about potential sustainable elements, including green infrastructure, that will be included/considered during the design process and how the team’s experience qualifies them for this effort (1 page maximum)

4. A summary of the Consultant’s plan for the incorporation of MWBE participation on the project (1 page maximum); A full written narrative detailing MWBE participation on the project as outlined in Section IV shall be included in the appendix.

5. A Bar Diagram Project Schedule indicating the projected duration of the major tasks and subtasks identified in the scope of work for each of the three proposed public improvement contracts shall be included as well as a discussion about the Consultant’s current work load and availability of staff to deliver this project on schedule (2 pages maximum).

The Fee Proposal shall identify the derivation of the total fee by indicating:

1. A proposed scope of work and the level of effort in manhours for the various detailed tasks and subtasks that the Consultant anticipates will be required to complete the scope of work

2. The job classifications and direct hourly rates applied to the work tasks 16

3. The total salary cost for the services

4. The proposed overhead factor to be applied to the salary cost, with a detailed breakdown

5. The fee or percentage of profit proposed for the services

6. The completion of Exhibit H showing the calculation of the specific rate factor

7. The direct costs projected, including subconsultant’s fees for various services

8. Assumptions made in estimating time and costs

9. Include a master spreadsheet that includes total level of effort (manhours) for each task. The spreadsheet shall list employee name, job classification, projected hours, pay rates, overhead factors, direct costs, and profit in separate columns. Prime subconsultants/subcontractors which make up your team must also be included in the master spreadsheet.

10. Complete Exhibit I – Cost Summary

Consultant Selection Criteria

Selection for this assignment will be made on the basis of the following criteria:

1. Organization and management of the project, including efficient staff utilization

2. The qualifications of the staff and subcontractors assigned to the project and their professional experience with similar type projects and past PennDOT, PWSA and City of Pittsburgh experience

3. The quality of the narrative on sustainability and the experience of the project team in incorporating sustainability concepts in projects

4. The level of significant MWBE participation

5. Project design schedule and the teams perceived ability to meet the schedule

6. The Fee Proposal

Pre-Proposal Meeting

A pre-proposal meeting will be held at the Summerset at Frick Park Community Center, 1425 Parkview Boulevard, Pittsburgh, PA, 15217 on Tuesday, February 13, 2018 at 10:00 AM ET. Attendance at this meeting is strongly encouraged, but is not mandatory.

Proposal Submission and Processing

Login or register with Public Purchase for proposal submission and processing information.

Legal Information

The URA intends to select a proposer based upon information in the response to the RFP submitted by the proposer, the proposer’s experience and qualifications, performance in previous undertakings, and other pertinent factors. The URA reserves the right to verify the accuracy of all information submitted.

The URA shall be the sole judge as to which proposer or proposers best meets the selection criteria. The URA reserves the right, in its sole discretion, to reject any or all proposals received, to waive any submission requirements contained within this RFP, and to waive any irregularities in any submitted proposal.

The URA, in its sole discretion, reserves the right to reject any response when, among other things, the available evidence or information does not satisfy the URA that the proposer(s) is qualified to carry out the proposed project; is a person or firm of good reputation or character for strict, complete, and faithful 18 performance of business obligations; and/or if the proposer(s) refuses to cooperate with and assist the URA in the making of such investigation.

Nondiscrimination

The proposer, for itself and its employees, contractors, and primary subcontractors, agrees not to discriminate, whether in employment, contracting or otherwise, against or segregate any person or group of persons on any unlawful basis, or on the basis of sexual orientation, gender identity, and/or gender expression.

Disclaimer of Liability

CHROMProposers acknowledge that, by submitting information and proposals to the URA, the URA does not undertake any obligations, and shall have no liability with respect to any referenced property, this RFP, and/or responses thereto, nor with respect to any matters related to any submission by a proposer.

Scroll Up