Home Rehabilitation Program for CAC (With Lead Hazard)

Agency: Knox County
State: Tennessee
Type of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Apr 11, 2024
Due: Apr 25, 2024
Solicitation No: 3558
Publication URL: To access bid details, please log in.
Name of Solicitation Number Deadline Due Date Buyer Attachments

Home Rehabilitation Program for CAC (With Lead Hazard)

3558
04-25-24

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 (with lead hazard) as specified herein. Bids must be received by 10:00 a.m. on April 25, 2024. Late bids will be neither
considered nor returned.
Deliver Bids to:
Bid Number 3558
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, 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 other than the delivery
address 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.
CLOSURES: 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.
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.
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 COPY
WORK ORDER ID#: 2022CN0057
Knoxville,TN 37849
PROJECT SUPERVISOR: Aaron Cate
Date: 2/16/2024
Year Built:
1975
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
Work Order # 2022CN0057
LEAD HAZARD CONTROL
MEASURE #1
Item #1 Low Dust:
Specifications: Provide occupants protection and work site preparation in accordance with Table 8.1 of
the 2012 HUD Guidelines for Evaluation Control of Lead‐Based Paint Hazards in Housing.
Item #2 Clean to Clearance ‐ Entire Home:
Specifications: 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.
Item #3 Window Sill:
Specification: Window sill in bedroom 1 is above the testing limits. Window sill 7, 8, 9, 10, 11 were not
tested but should assume to contain lead dust since not tested. Window sills are made of marble.
Wash entire window area with detergent solution, rinse, allow to dry and HEPA vacuum any paint
chips, dust and debris. Clean window glass as well
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
EA
1
EA
1
EA
1
EA
1
MEASURE 1 TOTAL
TOTAL
Work Order # 2022CN0057
EMERGENCY REPAIR
Measure #2
Item #1 Roof Replacement:
Specifications: Roof Replacement (20 Square) with asphalt shingles installed according the manufacturer
instruction and by local code office.
‐THE CONTRACTOR IS REQUIRED TO FURNISH CAC WITH PHOTOS OF THE DEMOLITION RESULTS AND
EACH STAGE OF THE ROOF REPLACEMENT WITH THE INVOICE FOR THIS WORK. PROJECT WILL NOT BE
ELIGIBLE FOR PAYMENT WITHOUT STEP‐BY‐STEP PROGRESS PHOTOS.
‐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.
‐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. Each roof project to include up to 32 sq. ft of
decking replacement if needed. Any raw decking installed to be painted.
‐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.
‐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.
‐Provide a copy of all manufacturer’s warranties to owner.
ITEM L M
1X
Labor
1 X Materials
DESCRIPTION
UNITS AMT. UNIT COST
SQ
20
SQ
20
TOTAL
MEASURE 2 TOTAL
Work Order # 2022CN0057
EMERGENCY REPAIR
MEASURE #3
Item #1 Demo Back Deck & Steps: 10' x 20' & 6'‐6" off the ground
Specifications: Demo and take to an approved landfill.
Item #2 Pressure Treated Deck:
Install new Back deck to same deminsions as existing 10' x 20' & stairs 3'‐6" wide.
Specifications: Install per the manufacturer’s requirements and verify all local code requirements
before starting project.
Deck to replace existing deck on the front of the home. 8' x 10'. with steps. All materials to be pressure
treated. Contractor is to refer to drawing included, Residential deck handout and picture of existing
deck to calculate bid.
Residential Deck Handout: www.knoxcounty.org/codes/pdfs/construction_info/DeckInformation.pdf
ITEM L M
1X
Labor
2X
Labor
2 X Materials
DESCRIPTION
UNITS
EA
EA
EA
AMT. UNIT COST
1
1
1
TOTAL
MEASURE 3 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.