Similar Projects
Reported | 07/24/2019 12:00 AM |
Project Title | Vapor Barrier Installation and Retrofit Installation |
Physical Address | View project details and contacts |
City, State (County) | Philadelphia, PA 19148 (Philadelphia County) |
Category(s) | Single Trades |
Sub-Category(s) | Finishes/Interior |
Contracting Method | Competitive Bids. |
Project Status | Accepting Letters of Interest |
Bids Due | View project details and contacts |
Estimated Value | |
Plans Available from | Federal Agency |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The U.S. Army Corps of Engineers, Philadelphia District, anticipates a project for the installation of new vapor barriers (engineering mitigation controls) and retrofit existing vapor barriers within crawl spaces of in-construction and existing townhomes on a portion of the Site. a. A portion of this plume (liquid and dissolved phases) extends under approximately the northern third of the Siena Place residential housing development.Prior to this new development, the area was formerly developed as public housing (Passyunk Homes) for the PHA. Passyunk Homes was demolished in 2000, and private townhomes have been and are now being constructed on the same property.Townhomes that have been constructed to date have vapor barriers installed as part of their foundations. b. Vapor barriers installed prior to 2019 were constructed using a floor-only design in which the vapor barrier was applied to the floor of the townhome crawlspace after emplacement of the foundation, and extended up the crawlspace walls a minimal distance (less than 1 ft).New vapor barriers shall be applied to the floor and full height of crawlspace wall for new townhomes in-construction. Existing townhomes constructed with vapor barriers installed prior to 2019 shall be retrofitted with a vapor barrier material. c. Townhome construction consists of 3-unit clusters, 4-unit clusters, and 5-unit clusters. Contract duration is approximately 5 years. The anticipated contract will not exceed $3.5 Million Dollars. The contract will be firm fixed priced. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 236118 and the size standard is $36.5 million. Responses are requested with the following information, which shall not exceed a total of ten (10) pages. 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission. 3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror's role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). | ||||
Details |
|
||||
Bidder's List | View project details and contacts | ||||
Prospective Bidders | View project details and contacts | ||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |