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: 3545
Publication URL: To access bid details, please log in.
Name of Solicitation Number Deadline Due Date Buyer Attachments

Home Rehabilitation Program for CAC

3545
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 3545
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
KNOX COUNTY HOME REHABILITATION PROGRAM
BID WITH LEAD HAZARD CONTROL
WORK ORDER ID#: 2022CN0048
Corryton, TN 37721
PROJECT SUPERVISOR: Nathaniel Gardner
Date: 2/9/2024
Year Built:
1950
CONTRACTOR: ______________________________________
LEAD HAZARDS WERE PRESENT AT THE SUBJECT PROPERTY. INTERIM CONTROLS/ABATEMENT MUST BE
PERFORMED BY QUALIFIED PROFESSIONAL AS PER HUD LEAD SAFE HOUSING RULE USING LEAD SAFE
WORK PRACTICES. CLEARANCE WILL BE REQUIRED AT PROJECT COMPLETION.
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 # 2022CN0048
LEAD HAZARD CONTROL
MEASURE #1
Item #1 Low Dust:
Provide occupants protection and work site preparation in accordance with Table 8.1 of the2012 HUD
Guidelines for Evaluation Control of Lead‐Based Paint Hazards in Housing.
Item #2 Clean to Clearance:
After completion of all lead hazard reduction activities, wet mist, fold and remove all containment
polyethylene sheeting. HEPA vacuum all visible surfaces including walls, floors, ceilings and window
troughs from the top down. Detergent scrub all horizontal surfaces in small sections using a 3‐bucket
system, changing rinse water every 250 SF. Completely rinse with clean water and new equipment.
After surfaces are dry, HEPA vacuum all visible surfaces except ceiling.
***Laundry Room window Sill W13
ITEM L M
1X
Labor
1 X Materials
2X
Labor
2 X Materials
DESCRIPTION
UNITS
EA
EA
EA
EA
AMT. UNIT COST
1
1
1
1
TOTAL
MEASURE 1 TOTAL
Work Order # 2022CN0048
LEAD HAZARD CONTROL
Measure #2
Item #1 Interior Cased Opening Doorway ‐ Stabilize: Kitchen Sitting Room Cased Doorway:
Specifications: After establishing any required floor containment with polyethylene sheeting, mist
deteriorated paint with water to the point of saturation. Wet scrape door, frame, jambs and trim on
both sides with curved draw scrapers. Feather edges with a wet, 100‐grit sponge sanding block.
Detergent wash, rinse, allow to dry and HEPA vacuum any paint chips, dust and debris. Spot prime and
apply two coats with owner's choice of premium acrylic latex.
Item #2 Window Replacement(s): Vinyl Siding ‐ Double Hung, Double Glazed Window: W12
Specifications: After establishing any required floor containment with polyethylene sheeting, wet mist,
remove and wrap in polyethylene sheeting and dispose of entire existing wood window. Mist defective
paint on remaining components with water to the point of saturation. Wet scrape interior and exterior
casing, stool/sill, frame and associated trim. Wash with detergent solution, rinse, allow to dry and
HEPA vacuum any paint chips, dust and debris. Prime sill and interior window components. with top
quality oil‐based primer. Prime and paint all scraped areas with premium acrylic latex top coat (color to
be selected by owner). Field measure, fabricate and install a dual glazed, thermal break, vinyl sliding
replacement window including all necessary painting, caulk, trim, metal and screen. Clean glass. (All
windows should meet current Building Codes on placement of tempered glass windows and energy
efficiency ratings.) Contractor to verify sizes before ordering windows.
ITEM L M
1X
Labor
1 X Materials
2X
Labor
2 X Materials
DESCRIPTION
UNITS
EA
EA
EA
EA
AMT. UNIT COST
1
1
1
1
TOTAL
MEASURE 2 TOTAL
Work Order # 2022CN0048
EMERGENCY REPAIR
MEASURE #3
Item #1 Demo Floor Area for Replacement: Laundry extending approximately 30SQft into sitting
room
Specifications: Demo and take to an approved landfill.
*Measure to include removing items from laundry room to complete work and re‐installing
*Measure to include Removal and reinstallation of water heater
Item #2 Repair Supply Line:
Specifications: *Measure written for 5 LF of Pex. Plumbing repair to be completed at time of the floor
repair.
Contact CAC Project Supervisor at time of floor demo for site visit, and verification of specs for
plumbing repair.
* In addition the contractor will be required to take in progress photos of the plumbing repair BEFORE
proceeding with the floor replacement.
*Measure to be completed first, along with floor repair.
*Plumbing repair to be completed first, followed by installing subfloor and covering.
Item #3 Subfloor Repair/Replace: Laundry extending approximately 30 sq ft into sitting room
Specifications: Repair/Replace subfloor in accordance with manufacturer and the local code office.
Replace up to 203 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. CONTACT CAC IF JOIST
REPAIR IS NEEDED.
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 M
1X
Labor
1 X Materials
2X
Labor
2 X Materials
3X
Labor
3 X Materials
DESCRIPTION
UNITS AMT. UNIT COST
EA
1
EA
1
LF
5
LF
5
SQFT
203
SQFT
203
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.