Home Rehabilitation Program for CAC

Agency: Knox County
State: Tennessee
Type of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Mar 7, 2024
Due: Mar 21, 2024
Solicitation No: 3544
Publication URL: To access bid details, please log in.
Name of Solicitation Number Deadline Due Date Buyer Attachments

Home Rehabilitation Program for CAC

3544
03-21-24

Robert Mackey
(865) 215-5754

Click Here for the Solicitation

Attachment Preview

The Procurement Division of Knox County, Tennessee will receive sealed bids for the provision of HOME REHABILITATION PROGRAM
FOR CAC as specified herein. Bids must be received by 10:00 a.m. on March 21, 2024. Late bids will be neither considered nor returned.
Deliver Bids to:
Bid Number 3544
Knox County Procurement Division
Suite 100, 1000 North Central Avenue
Knoxville, Tennessee 37917
The Bid Envelope must show the Company Name, Bid Number, Bid Name and Bid Opening Date.
ADDITIONAL INFORMATION: Knox County wants requests for additional information routed to Robert Mackey, Senior Buyer,
at 865-215-5754. Questions may be emailed to robert.mackey@knoxcounty.org.
AWARD: Contractor must be an approved vendor for the Home Rehabilitation Program prior to any workorders being awarded.
For requirement, please use contact information listed above.
BID DELIVERY: Knox County requires bidders, when hand delivering bids, to time and date stamp the envelope
before depositing it in the bid box. Knox County will not be responsible for any lost or misdirected mail sent by
common carrier, nor will Knox County be responsible for submittals delivered to addresses or Suites other than the
delivery address or Suite specified at the top of this solicitation. The time clock in the Procurement Division shall
become the official record of time. Knox County shall not be responsible for technical difficulties experienced by
vendors trying to register or submit their bid electronically less than twenty-four (24) hours prior to the bid opening
time.
Solicitations must be in a sealed envelope/box prior to entering the Procurement Division office.
Procurement Division personnel are not allowed to see the submittal nor assist in placing documents in
an envelope/box. Additionally, the Procurement Division is not responsible for providing materials (e.g.
envelopes, boxes, tape) for submittals.
COMPLIANCE WITH ALL LAWS: Contractor is assumed to be familiar with and agrees to observe and comply with all federal,
state, and local laws, statutes, ordinances, and regulations in any manner affecting the provision of goods and/or services, and
all instructions and prohibitive orders issued regarding this work and shall obtain all necessary permits.
INTERPRETATION: No oral interpretation will be made to any bidder regarding the meaning of specifications or the Scope of
Work. All questions are to be submitted in writing via email and will be answered in the form of an addendum to the solicitation
by the Knox County Procurement Division, if applicable.
IRAN DIVESTMENT ACT: By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and
in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its
knowledge and belief that each bidder is not on the list created pursuant to Tennessee Code Annotated § 12-12-106.
NO BOYCOTT OF ISRAEL: Pursuant to Tennessee Code Annotated Title 12, Chapter 4, Part 1, by submission of a response
to this solicitation, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint response
each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that
each bidder is not currently engaged in, and will not for the duration of the contract engage in, a boycott of Israel.
RIGHT TO INSPECT: Knox County reserves the right to make periodic inspections of the manner and means the service is
performed or the goods are supplied.
UNFORSEEN CIRCUMSTANCES: During periods of closure due to unforeseen circumstances in Knox County or closures at
the direction of the Knox County Mayor, the Procurement Division will enact the following procedures in regard to solicitations
and weather delays:
If the Mayor closes the Administrative offices prior to the time set for solicitation opening of any business day, all solicitations
due that same day will be moved to the next operational business day.
Other unforeseen circumstances shall be at the sole discretion of the Procurement Director.
Knox County shall not be liable for any commercial carrier’s decision regarding deliveries during any unforeseen
circumstances.
VENDOR REGISTRATION: Prior to the opening of this bid, ALL BIDDERS MUST be registered with the
Procurement Division. Please register on-line at our website at www.knoxcounty.org/procurement and click
on “Online Vendor Registration.” Vendors must be registered with the Procurement Division prior to submitting
their bid.
These terms and conditions shall be part of the contract. Knox County reserves the right to negotiate other terms and conditions it deems
appropriate and necessary under the circumstances to protect the public-trust. By submitting a bid, vendor agrees to these terms and conditions.
1
WORK ORDER
HOME REPAIR PROGRAM
BID COPY
WORK ORDER ID#: 2022CN0047
Knoxville, TN 37914
PROJECT SPECIALIST: Aaron Cate
Date: 1/25/2024
Year Built:
1966
CONTRACTOR: ______________________________________
ALL CHANGE ORDERS MUST BE PRE APPROVED BY THE DIRECTOR HOUSING AND ENERGY SERVICES.
GENERAL REQUIREMENTS AND STANDARDS:
The construction shall be accomplished without undue delay and with minimum inconvenience to the owner. All
materials and products used shall be new unless otherwise specified, and applied or stalled in accordance with the
manufacturer’s specification and the Rehabilitation Specifications. Reference in these Specifications to any article,
device, products, material, or fixture by name, make or catalogue number shall be interpreted as establishing a
standard or quality. The contractor shall furnish all materials, labor, equipment, and services to perform all work in
these Specifications by established building and construction practices, proceeding promptly to complete said work in
the specified time so stated in the contract documents. The contractor shall obtain all necessary licenses and permits
before work commences. All work shall be carried out pursuant to the currently adopted Federal, State, City of
Knoxville, and Knox County Tennessee codes and ordinances as applicable. Mechanical, plumbing and electric
contractors or subcontractors shall be licensed by the State of Tennessee. A copy of this license is to be provided to
CAC. At the completion of the designated work, the contractor shall remove all temporary construction equipment,
salvage materials, trash, and other debris and dispose of legally, leaving the area for which the contractor is
responsible in a neat condition. Cleaning of fixtures, doors, and windows, installed under this work, shall be the
responsibility of the installing Contractor.
The Contractor is required to provide the homeowner with all warranties and guarantees. This applies to everything
installed on the job which carries a warranty or guaranty, i.e.; windows, faucets, etc. Failure to do so will be considered
a breach of contract. Final pay request will not be approved until warranties are provided. The Contractor shall
guarantee all workmanship and material for a year period from the date of final inspection and one year from the time
of completion of any warranty work.
Work Order # 2022CN0047
EMERGENCY REPAIR
MEASURE #1
Item # 1 Roof Replacement (Area that currently has shingles)
Specifications: CONTRACTOR TO PROVIDE ALL LABOR AND MATERIALS. Roof Replacement 16 Square)
966 sq ft with asphalt shingles installed according the manufacturer instruction and by local code
office. Apply 15# felt underlayment, (or synthetic felt underlayment) and 225# self‐sealing, 25‐year
shingles. Install all roof material as specified by the manufacturer. Shingles applied to low sloped roofs
(less than 4/12 pitch) must have ice and water shield applied under all the shingles and have no more
than 3” shingle tab exposure. Use ice and water shield by TAMPKO and follow manufacturer’s
directions to install. NO SHINGLES ARE TO BE APPLIED ON ROOFS WITH LESS THAN 3/12 PITCH
WITHOUT PRIOR WRITTEN APPROVAL. New, standard aluminum drip edge shall be installed continuous
around the roof corners. Provide a copy of all manufacturer’s warranties to owner. All valleys,
flashings, boots and eave drips shall be installed, or replaced, during roof replacement. All valleys shall
have ice and water shield installed in the valleys regardless of roof slope. Shingles are applied over the
ice and water shield in the valleys. All sanitary sewer stacks and electrical masts projecting through the
roof shall have new boot flashings. Boots and vents that are installed must fit tight to the roof surface
and be set in roof cement such as Black Jack Waterproof Roof Sealant and be nailed on each corner,
minimum. Where the roof intersects a vertical brick wall or chimney, the joints shall be flashed with
aluminum step flashing and counter flashed. Where the roof intersects siding, the joint shall be flashed
with aluminum step flashing that is tucked under existing siding. Repair of any damage to the existing
siding during this operation is the responsibility of the contractor. NOTE: Measure to include shingle
over ridge vents as needed for the project. When shingle over ridge vent is used the contractor must
supply cap shingles to match roof shingle color and texture. RIDGE VENTS ON A DOUBLE WIDE
MODULAR HOME MAY NOT BE FEASIBLE DUE TO THE LOW SLOPE ROOF.
Each roof project to include up to 32 sq. ft of decking replacement if needed.
Any raw decking installed to be painted.
Repair Roof Sheathing ‐ Inspect the roof sheathing after all covering is removed and replace up to 32 SF
of damaged roof sheathing to match existing sheathing in thickness. Notify the Project Supervisor
immediately if additional sheathing replacement is needed REQUEST SITE VISIT. PHOTO’S REQUIRED BY
CONTRACTOR FOR ANY ADDITIONAL MATERIALS NEEDED.
Roof Demolition and Disposal – Strip all existing roof coverings to wood sheathing and properly
dispose of waste and debris in an approved land fill. You must provide a copy of the landfill invoice
with your final payment request. Includes front porch and back porch.
ITEM L M
1X
Labor
1 X Materials
DESCRIPTION
UNITS AMT. UNIT COST
SQ
16
SQ
16
TOTAL
MEASURE 1 TOTAL
Work Order # 2022CN0047
EMERGENCY REPAIR
MEASURE #2
Item #1 Eave Wrap: Left Corner at Bay Window
Specifications: Wrap 3 linear feet fascia in aluminum coil stock to match existing. Install per the
manufacturer’s requirements and by local code.
Item #2 Soffit panels : Left corner at Bay Window
Specifications: Install 3 linear feet vented vinyl soffit panels on eave overhang to match existing. Install
per the manufacturer’s requirements and by local code.
Item #3 Resurface top of Chimney,
Specifications: Needs resurfacing to stop any further water damage. Apply QUIKRETE Hydraulic Water‐
Stop Gray Cement 10‐lb Patch to top of chimney to prevent additional water damage to avoid cracking
and seal the top from any further damage due to severe weather. Apply per manufacturer instruction
and by local code.
Item #4 Guttering Repair/Replace:
Specifications: Install 20 linear feet oversized aluminum continuous guttering (4” x 5”) and 20 linear
feet oversized aluminum downspouts (3” x 4”). Install per the manufacturer’s requirements and by
local code office. Downspouts discharging directly onto a roof surface or into another gutter shall occur
only with the prior approval of the Project Supervisor. The elbows at the discharge end of the
downspout shall aim water in line with the reasonable placement of the splash blocks which are
included in the gutter installation.
At back porch and right side of front porch.
ITEM L
1X
1
2X
2
3X
3
4X
4
M
Labor
X Materials
Labor
X Materials
Labor
X Materials
Labor
X Materials
DESCRIPTION
UNITS AMT. UNIT COST
LF
3
LF
3
LF
3
LF
3
EA
1
EA
1
lin ft
40
lin ft
40
MEASURE 2 TOTAL
TOTAL
Work Order # 2022CN0047
EMERGENCY REPAIR
Measure #3 ‐ Bathroom & Laundry Floor Areas
THE CONTRACTOR IS REQUIRED TO FURNISH CAC WITH PHOTOS OF THE DEMOLITION RESULTS,
INSTALLATION OF THE FLOOR JOIST BEFORE INSTALLING SUBFLOORING, AND EACH STAGE OF THE
FLOORING REPAIRS WITH THE INVOICE FOR THIS WORK.
Item #1 Demo Floor Areas for Replacement:
Specifications: Demo and take to an approved landfill.
Item #2 Joist Replacement:
Specifications: Replace floor joists in accordance with manufacturer and the local code office. Replace
up to 328 linear feet of 2x8 , joists are to be Severe Weather Wood Pressure Treated Lumber. THE
CONTRACTOR IS REQUIRED TO FURNISH CAC WITH PHOTOS OF THE INSTALLATION OF FLOOR JOIST
LISTED BEFORE INSTALLING SUBFLOORING.
Item #3 Subfloor Repair/Replace:
Specifications: Repair/Replace subfloor in accordance with manufacturer and the local code office.
Replace up to 180 square feet. This repair will be inclusive of all blocking and ¾ inch subfloor. Use
Advantech or equal. Subfloor must be installed even with existing subfloor. THE CONTRACTOR IS
REQUIRED TO FURNISH CAC WITH PHOTOS OF THE DEMOLITION RESULTS AND EACH STAGE OF THE
FLOORING REPAIRS WITH THE INVOICE FOR THIS WORK.
Item #4 Underlayment Replacement:
Specifications: Install new underlayment in accordance with manufacturer and the local code office.
Install up to 180 square feet. This repair will be inclusive of removal of the existing vinyl floor covering
and underlayment. Use SurePly or qual. Nail, screw, or staple underlayment every four inches along
joist and use liberal application of construction adhesive. Fill and sand all joists, imperfections and
hammer head marks. THE CONTRACTOR IS REQUIRED TO FURNISH CAC WITH PHOTOS OF THE
DEMOLITION RESULTS AND EACH STAGE OF THE FLOORING REPAIRS WITH THE INVOICE FOR THIS
WORK.
ITEM L
1X
2X
2
3X
3
4X
4
M
Labor
Labor
X Materials
Labor
X Materials
Labor
X Materials
DESCRIPTION
UNITS AMT. UNIT COST
EA
2
LF
328
LF
328
SQFT
180
SQFT
180
SQFT
180
SQFT
180
MEASURE 3 TOTAL
TOTAL
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

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

See also

RFP 6730 Original Documentation: Website Redesign for the Johnson City MTPO Submittals due

City of Johnson City

Bid Due: 10/01/2024

ITQ 2023-28 Original Documentation: 52KW Standby Generator Submittals are due by 2:00 PM

City of Johnson City

Bid Due: 12/01/2024

ITQ# 2024-05 Original Documentation: INSTALL ASPHALT PAVEMENT WALKING PATH Submittals Due by Thursday

City of Johnson City

Bid Due: 7/03/2024

ITB #6755 Original Documentation: ROLL-OFF COLLECTION VEHICLE Submittals due by Thursday / March

City of Johnson City

Bid Due: 7/03/2024

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