RES 2004-0357 - Agmt for rehabilitation of 3310 N 58th St /.HA,
.°o, ; r� R E C E%' ' Planning Department
v �.( � ED Omaha/Douglas Civic Center
0.17. "` t� �� � l 1 1819 Farnam Street,Suite 1100
®,1•,f� 411.� Omaha,Nebraska 68183
• (402)444-5150
AOp yry 1 1�i 1 � t "'`;C t� dA Telefax(402)444-6140
41WD FEBRVr Q vita ljt ii i g-4.1`lk A
Robert C.Peters
City of Omaha Director
Mike Fahey,Mayor
March 23, 2004
Honorable President
and Members of the City Council,
The attached proposed Resolution is for the rehabilitation of the property owned and occupied by
Sophie Knudsen, 3310 North 58th Street, through the HOME Single Family Target Area
Rehabilitation Program in the Benson Neighborhood. The contractor is Rife Construction
Company.
The Planning Department Financing Guidelines for the Target Area Program provides that hard
construction costs do not exceed $55,000.00. This project was competitively bid with the best
bid being received in an amount of$39,799.00 from Rife Construction Company. The Planning
Department believes this bid is reasonable for the renovation of this property based on the
certified cost estimate and the bids received.
Ms. Knudsen's annual household income is 67.29% of the Median Income by Family Size as
established by the Department of Housing and Urban Development. The rehabilitation project
funding is comprised of a$17,330.00 Repayable Loan and a$30,000.00 Deferred Payment Loan,
for a total of$47,330.00. These funds shall be paid from the FY 2003, HOME Single Family
Target Area Rehabilitation Program, Fund No. 12179, Organization No. 128038.
The rehabilitation of this single-family home meets the requirements of the Federal HOME
Program, the City's Underwriting Guidelines and is consistent with the Consolidated Submission
for Community Planning and Development program approved by the City Council on November
5, 2002, by Resolution No. 2509. Upon completion, this house will qualify as meeting the City's
approved Comprehensive Affordability Strategy.
The General Contractor (Rife Construction Company) has on file a current Annual Contract
Compliance Report Form (CC-1). As is City policy, the Human Relations Department will
review the Contractor to ensure compliance with the Contract Compliance Ordinance.
Honorable President
and Members of the City Council
Page -2-
Your favorable consideration of this Resolution will be appreciated.
Respectfully submitted, Referred to City Council for Consideration:
a .Lp.�,p. 3 - (i-b�
Robert C. Peters 6t10 Date_ Mayor's Office Date
Planning Director
Approved: Approved:
a 2)171 J s o`-
Stanley P. Ti Date G it Kinsey Thom on ate
Finance Director tt et. Human Relations Director
P:\P1n5\10371pjm.doc
.-
LOAN AGREEMENT - HOME PROGRAM
THIS AGREEMENT by and between the CITY OF OMAHA, a Municipal Corporation
of the Metropolitan Class of the State of Nebraska(hereinafter referred to as "City"), and
(OWNER'S NAME) Sophie Knudsen
(ADDRESS) 3310 North 58th Street, Omaha,NE 68104
(hereinafter referred to as "Owner").
WITNESSETH:
WHEREAS, the Owner is the sole owner of a certain property located at:
(Address) 3310 North 58th Street, Omaha,NE 68104
and legally described as follows, to wit:
The North 9 feet of Lot 57, and the South 44 feet of Lot 58, Bensonhurst Addition, an !•
Addition to the City of Omaha, as surveyed, platted and recorded, in Douglas County,
Nebraska(commonly known as 3310 North 58th Street)
(hereinafter referred to as the "Property"); and,
WHEREAS, the City receives funds pursuant to an Agreement with the United States
Department of Housing and Urban Development, pursuant to the National Affordable Housing
Act of 1990, Title II; and,
WHEREAS, this Property qualifies as non-luxury housing, pursuant to Section 92.205 of
the HOME Investment Partnership Program, regulation 24CFR Part 92; and,
WHEREAS, the Owner desires to use a portion of such Title II funds as a Loan for the
purpose of rehabilitating the Property; and,
WHEREAS, the parties wish to agree upon the terms and conditions which the Owner
must abide within consideration of receipt of Title II loan funds.
IN CONSIDERATION OF THE MUTUAL AGREEMENTS HEREIN CONTAINED,
THE PARTIES HEREBY AGREE AS FOLLOWS:
1
Section 1. The following terms shall have the following meanings for all purposes in
this Agreement.
(a) "Rehabilitation Contract" shall mean the contract for specified construction work
at the Premises as follows:
(Contractor) Rife Construction Company
(Date Contractor Signed Rehabilitation Contract) February 5, 2004
(Loan No.) 04-HOME/0465
(b) "Contractor" shall mean the contractor party to the Rehabilitation Contract.
(c) "Director" shall mean the Director of the City of Omaha Planning Department.
(d) "Dwelling" shall mean the residential structure upon which the rehabilitation
work is being performed.
(e) "Housing Ordinances" shall mean any health, safety or minimum dwelling
standard ordinance applicable to the Premises.
(f) "Premises" shall mean the property, dwelling and structures thereon.
(g) "Rehabilitation Work" shall mean the construction work agreed upon in the
Rehabilitation Contract.
(h) "Deferred Loan" shall mean the loan is payable only upon the leasing or renting,
or sale, grant, mortgage, assignment or other transfer of the property or a portion
thereof by the owner. However, if owner retains title in the property and resides
thereon for a period of ten (10) years, the loan together with the deed of trust
securing said loan shall be released from the property.
(i) "HOME Repayable Loan" shall mean the loan is amortized over a period of time,
normally from ten (10) to twenty-five (25) years, and monthly payments are
required, including principal, interest, and escrow payments which may include
taxes and insurance.
(j) "Progress Payment" shall mean that the total Rehabilitation Contract price shall
be paid in one or more disbursements, based on the value of the work completed
at the time the payment request is made.
(k) "Owner" shall mean the Title Holder of the Premises to be rehabilitated.
2
(1) "HOME" shall mean the program conducted under the provisions of the National
Affordable Housing Act of 1990, as amended, (42 U.S.C. 12701 et. seq.), and the
Code of Federal Regulations (24 CFR Part 92).
Section 2. The City agrees to make a Repayable Loan to the Owner for the sum of
$17,330.00 pursuant to the City of Omaha loan underwriting guidelines of the current HOME
Program Year and make a Deferred Payment Loan in the amount of $30,000.00. Both are
hereinafter referred to as the "Loan".
(a) The final Progress Payment from the loan shall be paid-in-full when the Director
approves a certificate of completion pursuant to the Rehabilitation Contract.
(b) Progress Payments from the loan may be paid from time to time, pursuant to the
Rehabilitation Contract, subject to prior approval of the Director.
(c) The Rehabilitation Contract and any change thereto shall be first approved by the
Director in writing.
(d) The loan and the terms of this Agreement shall be secured by a deed of trust
against the subject property.
(e) The funding of the loan is contingent upon the availability of sufficient HOME
funds in the current program year. No order to proceed using these loan funds
shall be approved until the availability of such HOME Funds is certified by the
City Finance Director. The Planning Director shall notify the Contractor of the
above contingency in writing prior to the time of closing.
Section 3. The Owner authorizes the City to make loan payments directly to the
Contractor.
Section 4. The Owners shall:
(a) abide by the terms and conditions of this Agreement, the Promissory Note
evidencing the loan, and the deed of trust securing both of the above; and,
(b) maintain the Premises in a safe and sanitary condition, conform to City housing
and zoning ordinances and not commit waste; and,
(c) own the Premises and principally reside at the Dwelling for the entire term of the
Repayable Loan if the Owners have received a Repayable Loan. If the Owners
have received a Deferred Payment Loan, the Owner shall own the Premises and
principally reside at the dwelling for ten (10) years after the issuance of the
certificate of completion pursuant to the Rehabilitation Contract.
3
Section 5. The Owner agrees, and the City states, that the City:
(a) is not acting as the Owner's architect or engineer; and,
(b) makes no warranties, express or implied, as to the Rehabilitation Work; and,
(c) owes no duty to the Owner or any other person that shall arise because of any
inspection of the Premises by the City's agents or employees; and,
(d) may inspect the Premises at reasonable times; and,
(e) is held harmless for all injury and damages arising by virtue of this Agreement.
Section 6. Either party may pursue any remedy to enforce this Agreement at law or
equity; except in the event of the breach of Section 4(c)herein, the City shall be limited to having
no further obligation to disburse remaining loan sums and shall be reimbursed by the Owner in
accordance with the following formula:
A Deferred Payment Loan is depreciated over the life of the single family rehabilitation
loan as follows:
(1) If the Owner sells, conveys, rents or otherwise vacates the Premises in the first
five years after completion of the Rehabilitation Work, the Deferred Payment
Loan is payable in full;
(2) If the Owner sells, conveys, rents or otherwise vacates the Premises after five
years after completion of the Rehabilitation Work, the Deferred Payment Loan is
depreciated by one/one hundred twentieth (1/120th) of the original loan balance
for each month the owner occupies the Premises.
Section 7. This Agreement shall be binding upon the parties hereto and shall run with
the Property.
Section 8. The Owner certifies, to the best of his/her/their knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of
the undersigned, to any person for influencing or attempting to influence an
officer or employee of Congress, or any employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment or modification
of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of
4
any agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract,
grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL "Disclosure Form to Report Lobbying", in accordance with
its instructions.
(3) The language of this certification be included in the award documents for all
subawards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all subrecipients shall certify
and disclose accordingly.
Section 9. This Agreement is not assignable without prior written consent of the City.
Section 10. Pursuant to Section 8.05 of the Home Rule Charter, no elected official or
any officer or employee of the City shall have a financial interest, direct or indirect, in any City
contract. Any violation of this section with the knowledge of the person or corporation
contracting with the City shall render the contract voidable by the Mayor or City Council.
ATTEST. CITY OF OMAHA, A Municipal Corporation
`'.. ,;
•
_ /23 4'
Ci y .lerk of the City of Omaha Mayor of the City of Omaha
DATE:` y
�b$
Sop ie Knudsen Date Date
Date Date
APPROVED AS TO FORM:
WITNE CITY
5
I '
REHABILITATION CONTRACT
Loan Number:
This Contract is between Sophie Kundsen
(Owner's Name)
of 3310 North 58th Street , Omaha, Nebraska
(Owner's Address) (City and State)
(referred to herein as the "Owner" and Rife Construction, Inc.
(Contractor's Name)
of 4515 Military Avenue , Omaha, Nebraska
(Contractor's Address) (City and State)
a Corporation (referred to herein as the "Contractor") warranting itself to be licensed, and/or
bonded (if applicable) and qualified to perform the work specified herein. This contract is for
the rehabilitation of property located at
at 3310 North 58th Street , Omaha, Nebraska
(Property Address) (City and State)
(herein after referred to as the "Property").
IN CONSIDERATION OF THEIR MUTUAL PROMISES, THE PARTIES AGREE AS
FOLLOWS:
PART I - SPECIFIC TERMS
1. EFFECTIVE DATE: This document shall have no force or effect unless and until
executed by the Owner and the Contractor, and approved by the City of Omaha, (referred to
herein as the "City"), and unless and until a properly executed and approved copy is delivered to
the Contractor. The date on which the copy is received shall be referred to as the "Effective
date." If a properly executed and pproved copy of the Contract is not delivered to the
Contractor on or before, — , 2004, (date equal to sixty (60)
Date)
days from date that the Contractor signs this contract), the Contractor may refuse to be bound by
the terms of this Contract. If,however, a properly executed and approved copy of this Contract is
delivered after the above date and the Contractor subsequently performs work or delivers
materials to the Property, the Contractor shall be bound by the contract. For the purposes of this
paragraph, a copy of this Contract shall be deemed to have been delivered to and received by the
Contractor upon mailing by the City to the Contractor's address shown above. The Contractor
shall not be compensated under this Contract for work commenced or materials delivered to the
Property before the Effective Date.
2. THE CONTRACT: This Contract consists only of this Part 1 (Specific Terms)
and the following attachments:
A. Schedule of Work (work write-up dated October 1„ 2003);
B. Other, (identify) (1) Part II - STANDARD TERMS
(2) Section 3 Clause
(3) City of Omaha Contract Compliance Ordinance
(4) Change Order and/or Addendum (if applicable)
3. TIME FOR COMMENCEMENT AND COMPLETION. The Contractor agrees
to complete, free of liens or rights of liens of contractors, mechanics, suppliers, or laborers, all
work listed in the Schedule of Work by the completion date indicated on the Proceed Order,
subject to extensions approved by the Owner(s) and the City for the period of any excusable
delays (including strikes, acts of God, or any other reasons beyond the control of the Owner(s) or
Contractor). The Contractor agrees that time is of the essence in this Contract.
4. CONTRACT PRICE: The Contractor agrees to accomplish work as
described in the Schedule of Work in accordance with each and every term and condition of this
Contract, for a total contract price of$39,799.00. The price of specific items of work is stated in
the Schedule of Work.
5. PROGRESS PAYMENTS: The Contractor agrees that the total contract price
shall be paid in one or more progress payments, based on the value of the work completed at the
time the progress payment request is made. Should any work for which payment is requested,
not be completed, be completed incorrectly, or not be done in a high quality workmanlike
manner, the amount of such work shall be deducted from the payment request. Payment for any
work so deducted may be requested on future requests for payment; provided, said work has
been satisfactorily completed and the reason for the initial denial of payment no longer exists.
Partial lien waivers from general contractor shall be provided with each progress payment
requested. Progress payments will be made up to and including 90% of the value of the work
completed. Any further payment would be made when project is 100% complete. In the case of
inclement weather or any other factor that the City determines that will prevent project
completion, the Contractor will be paid based on the actual amount of work completed. Final
2
lien waivers shall be presented from the general contractor at the time the request for final
payment is made. Such progress payments shall be disbursed at the request of the Owner(s),
after inspection and approval of the work by the Owner(s) and the City. Final payment shall be
due upon satisfactory completion and acceptance of work as being in compliance with this
Contract by the Owner and the City, permit sign-off (if applicable), submission of satisfactory
waiver(s) of liens, or a bond satisfactory to the Owner and the City indemnifying the Owner
against any lien, and the submission of all warranties and guarantees to the Owner through the
City. The Owner shall not withhold payment to the Contractor except for non-compliance with
the terms of this Contract, and SHALL NOT REQUEST THE CONTRACTOR TO PERFORM
WORK OUTSIDE THE SCOPE OF THIS CONTRACT AS A CONDITION OF RECEIVING
PAYMENT. Any work completed that is not in compliance with the items set out in the
Schedule of Work will not be paid for out of the rehabilitation funds unless said
additions/deletions/changes have been authorized by a written and approved change order
executed by all parties PRIOR TO the commencement of such work. Payment for any work
completed without a written and approved change order is the sole responsibility of the Owner
and/or the Contractor. The Contractor shall not refuse to complete the work set forth in the
Schedule of Work because of any dispute between himself/herself and the Owner relative to
work contracted "on the outside" or outside the scope of work as set forth above.
The Contractor acknowledges that it is a material breach of this Contract to request or accept a
progress or final payment which is in excess of the price of the work completed at the time such
payment is requested.
6. WARRANT: The Contractor warrants that all improvements, hardware, and
fixtures of whatever kind of nature to be installed or constructed on the Property by the
Contractor or the Contractor's sub-contractors will be of good quality, suitable for their purpose,
and free from defects in workmanship or materials or other deficiencies. -This is a full warranty
extending to the Owner and subsequent Owners of the Property; provided, however, that
warranty set forth in this paragraph shall apply only to the deficiencies and defects about which
the Owner or subsequent Owner(s) shall have notified the Contractor at the address stated above
WITHIN ONE YEAR, except for any longer warranty periods specified in the warranty. (Note:
Contractor to supply extended warranty documents to homeowner(s) at the time of final
inspection)
-3 -
1
7. PARTIES TO CONTRACT: The OWNER and CONTRACTOR agree that they
are the sole parties to this Contract and are solely responsible for its performance. The parties
agree that neither the City nor the United States Department of Housing and Urban Development
(HUD) assumes any liability or responsibility whatsoever for the performance of any terms of
this Contract.
( ner) o hie Knudsen (D te) (Owner) (Date)
(Owner) (Date) (Owner) (Date)
(Owner) (Date) (Owner) (Date)
(001.f
(W.t ss) ate)
Rife Construction, Inc. (9/S/0
(Contractor) (Date)
BY:�/.x�,.�—�
TITLE:
oy
itness) (Date)
Approved by the City on ?i • 'L , 20 ,
BY:
TITLE:
Mailed to CONTRACTOR, and Effective on `1 , 20 ,
-4- I
PART II STANDARD TERMS
1. INSURANCE: During the continuance of the work under this Contract, the
Contractor and all subcontractors (as applicable) shall:
A. Maintain, at a minimum, the applicable following classes of coverage which
will provide, at a minimum, the following amount of coverage:
(1) No bid bond or performance bond will be required for a Rehabilitation
Contract in an amount less than the Federal Government's small purchase
threshold under OMB Circular A-110, currently at $100,000. On a case-
by-case basis the Director of the Planning Department can require a bond
if it is in the best interest of the Federal Government and the City of
Omaha. The contractor must be on the Planning Department approved
contractors list.
(2) Contractor's Personal Liability $200,000
(3) Combined Bodily Injury and Property Damage $400,000
(4) Product, Including Completed Operations ' $100,000
(5) Workers' Compensation
These coverages are required to protect the Contractor and the Owner from any
liability or damage from injury to, or death of, any of their employees, other persons, or property
wherever located, resulting from any action or operation under this Contract, or in connection
with the work including liability or damage which may arise by virtue of any statute or law in
force or which may hereinafter be enacted.
The Contractor agrees to provide evidence to the Owner through the City of such
insurance prior to the commencement of the work. Failure to provide adequate evidence of
insurance, or failure to maintain the insurance as required by this paragraph, shall be grounds for
terminating this Contract at the option of the Owner.
The City of Omaha shall be named insured on all comprehensive liability insurance
policies.
2. CONTRACT COMPLIANCE CLAUSE: Sec. 10-192. Equal employment
opportunity clause. All contracts hereafter entered into by the City shall incorporate an equal
employment opportunity clause, which shall read as follows:
During the performance of this contract, the Contractor agrees as follows:
(1) The Contractor shall not discriminate against any employee or applicant for
employment because of race, religion, color, sex, age, disability or national origin. The
-5 -
Contractor shall take affirmative action to ensure that applicants are employed and that
employees are treated during employment without regard to their race, religion, color, sex, age,
disability or national origin. As used herein, the word "treated" shall mean and include, without
limitation, the following: recruited, whether by advertising or by other means; compensated;
selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded;
transferred; laid off; and terminated. The Contractor agrees to and shall post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
contracting officers setting forth the provisions of this nondiscrimination clause.
(2) The Contractor shall, in all solicitations or advertisements for employees placed
by or on behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to race, religion, color, sex, age, disability or national origin.
3. ASSIGNMENT: The Contractor agrees not to assign this Contract without written
consent of the Owner and written concurrence by the City.
4. CHANGE ORDERS: The Contractor agrees not to make any changes to the
Schedule of Work or the Specifications, whether or not requested to do so by the Owner, without
a written change order executed by all parties prior to the commencement of the work. A written
• and executed change order is required even if the modification involves no change in the dollar
amount of the Contract.
5. PERMITS AND CODES: The Contractor agrees to secure and pay for all applicable
and necessary permits and licenses required for the Contractor's performance of this Contract in
compliance with applicable requirements, including local building and housing codes where
applicable, whether or not covered by the specifications and drawings for the work, and further
agrees to perform all work in conformance with the highest standard of all applicable codes and
local property rehabilitation standards.
6. HOLD HARMLESS: The Contractor agrees to defend, indemnify and hold the
Owner harmless from any liability or claims for damages because of bodily injury, death,
property damage, sickness, disease, or loss and expense arising from the Contractor's
performance of this Contract. Both parties agree that each Contractor and Subcontractor is
acting in the capacity of an independent contractor with respect to the Owner. The Contractor
further agrees to protect, defend, and indemnify the Owner form any claims by laborers,
subcontractors, or suppliers for unpaid work or labor performed, or materials supplied in
connection with this Contract.
The Owner and the Contractor agree to hold and save harmless the City of Omaha
from any and all loss, cost, or damages of every kind, nature or description arising under this
Contract.
7. ELIGI.BILITY: The Contractor represents that he/she is not listed on the Disbarred
and Suspended Contractor's List of the U.S. Department of Housing and Urban Development
(HUD) or of the City, and further agrees not to hire or utilize as a subcontractor or supplier or
any person or firm that is so listed.
- 6-
8. CONDITION OF PREMISES: The Contractor agrees to keep the premises broom
clean and orderly and to remove all debris as needed during the course of the work, in order to
maintain work conditions which do not cause health or safety hazards.
• 9. LEAD BASED PAINT: The Contractor agrees to use no lead-based paint in the
performance of this Contract, including the performance of any subcontractor. "Lead-based
paint" means any paint containing more than six one-hundredths of one (1) per centum of lead by
weight (calculated as lead metal) in the total nonvolatile content of the paint, or the equivalent
measure of lead in the dried film of paint already applied. The Contractor further agrees to abide
by all Federal requirements regarding lead-based paint poison prevention.
Lead-Based Paint Regulations at 24 CFR 570.608 and 24 CFR Part 35 and in
particular Sub-Part B thereof. Such regulations pertain to all HUD-assisted housing and require
that all owners, prospective owners or tenants or properties constructed prior to 1978 be properly
notified that such properties may include lead-based paint and require specific treatments
according to the amount of HUD funding allocated to the Project.
10. TERMINATION: The Contractor agrees that the Owner shall have the right to
declare the Contractor in default if the Contractor fails to furnish materials or perform work in
accordance with the provisions of this Contract. In such event, the Owner shall be responsible
for providing written notice to the Contractor by registered/certified mail of such default. If the
Contractor fails to remedy such default within ten (10) working days of such notice, the Owner
shall have the right to select one or more substitute contractors. If the expense of finishing the
work exceeds the balance not yet paid to the Contractor on this Contract, the Contractor shall pay
the difference to the Owner through the City. The City will assure that all substitute contractors,
subcontractors, suppliers, etc. are paid from the funds received from the original Contractor.
Lien waivers, warranties, etc., shall be obtained just as though the original Contractor had
completed the job. Any funds received from the original Contractor may be used only to
correct/complete items set forth in the Schedule of Work and may not be used to complete other
or extra work desired by the Owner.
11. INSPECTION: The U.S. Government, the City, and their designees shall have the
right to inspect all rehabilitation work, and the Contractor will take all steps necessary to assure
that the Government, the City, or their designees are permitted to examine and inspect the
rehabilitation work, and all contracts, materials, equipment, payrolls, and conditions of
employment pertaining to the work, including all relevant data and records. The U.S.
Government and the City by inspecting the premises, records, suppliers, and equipment assumes
no responsibility to the Owner for defective materials or work in the rehabilitation, or to either
party for any breach of this Contract by the other.
12. INTEREST OF FEDERAL AND CITY OF OMAHA PERSONNEL: The Contractor
agrees that none of the following shall have any interest or benefit, direct or indirect, in this
Contract for any work, supplies, or services, financed in whole or in part under this Contract:
A. Any member of the governing body of the Locality;
-7-
•
B. Any member of the governing body of the City of Omaha;
C. Any officer or employee of the Locality or the City of Omaha who exercises
any functions or responsibilities in connection with the administration of the
Community Development Block Grant (CDBG) Program;
D. Any member of or delegate to the Congress of the United States;
E. Any Resident commissioner; or,
F. Any employee of HUD above a GS-9 level.
13. EQUAL OPPORTUNITY: The Contractor agrees to abide by all Federal, State,
and/or local regulations relative to equal opportunity to all persons, without discrimination as to
race, color, handicap, sex, familial status, age, political, or religious opinions, affiliations or
national origin and status with regard to public assistance. On agreements of $10,000 or more,
the Contractor agrees to abide by the following provisions of Executive Order 11246, and agrees
to incorporate such language in all contracts for $10,000 or more which he/she may enter into in
connection with this Contract.
During the course of this contract, the Contractor agrees as follows:
A. The Contractor will not discriminate against any employee or applicant for
employment because of race, color, sex or origin. The Contractor will take
affirmative action to ensure that applicants and/or employees are employed or
treated during employment without regard to their race, color, creed, religion,
national origin, sex, marital status, age, and status with regard to public
assistance or disability. On Agreements of $10,000 or more, the Contractor
agrees to abide by the following provisions of Executive Order 11246, and
agrees to incorporate such language in all contracts for $10,000 or more which
he/she may enter into in connection with this Contract. Such action shall
include but not be limited to, the following: employment, upgrading, demotion
or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including
apprenticeship. The Contractor agrees to post in conspicuous places, available
to employees and applicants for employment, notices to be provided by the
locality setting forth the provisions of this nondiscrimination clause.
B. The Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of the Contractor, state that all qualified applicants will receive
consideration for employment without regard to their race, color, religion, sex
or national origin.
C. The Contractor will send to each labor union or representative of workers with
which he/she has a collective bargaining agreement or other contract or
- 8 -
understanding, a notice, to be provided, advising the said labor union or
worker's representative of the Contractor's commitments under this section, and
shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
D. The contractor will comply with all provisions of Executive Order 11246 of
September 24,1965, (or as may be amended) and of the rules, regulations, and
relevant orders of the U. S. Secretary of Labor.
E. The Contractor will furnish all information and reports required by Executive
Order 11246 of September 24, 1965, (or as may be amended) and by the rules,
regulations and orders of the Secretary of Labor and/or the U.S. Secretary of
Housing and Urban Development and will permit access to his/her books,
records, and accounts by the Secretary of Housing and Urban Development, or
his/her designees, and the Secretary of Labor, or his/her designees, for purposes
of investigation to ascertain compliance with such rules, regulations, and orders.
F. In the event of the Contractor's noncompliance with the nondiscrimination
clauses of this Contract, or with any of the said rules, regulations, or orders; this
Contract may be cancelled, terminated, or suspended in whole or in part, and the
Contractor may be declared ineligible for further Government contracts or
Federally-assisted construction contracts in accordance with procedures
authorized in Executive Order 11246 of September 24, 1965; and such other
sanctions may be imposed and remedies invoked as provided in Executive
Order 11246, or by rules, regulations or orders of the Secretary of Labor, or as
otherwise provided by law.
G. The Contractor will include the portion of the sentence immediately preceding
paragraph (A) and the provisions of paragraphs (A) through (G) in every
subcontract or purchase order unless exempted by rules, regulations, or orders
of the Secretary of Labor issued pursuant to Section 204 of Executive Order
11246, so that such provisions will be binding upon each subcontractor or
vendor. The Contractor will take such action with respect to any subcontract or
purchase order which the property owner or the Secretary of Housing and Urban
Development may direct as a means of enforcing such provisions, including
sanctions for noncompliance: Provided, however, that in the event the
Contractor becomes involved in, or is threatened with, litigation by a
subcontractor or vendor as a result of such direction by the property owner or
the Secretary of Housing and Urban Development, the Contractor may request
the United States to enter into such litigation to protect the interest of the
Secretary of Housing and Urban Development of the United States.
14. TRAINING, EMPLOYMENT, AND BUSINESS OPPORTUNITIES: The Contractor
agrees to abide by the following provisions and to include them in any subcontract into which the
Contractor enters in performance of the Contract.
A. The work to be performed under this Contract is on a project assisted under a
program providing direct Federal financial assistance from the Department of
Housing and Urban Development and is subject to the requirements of Section 3
of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C.
• 1701u. Section 13 requires that to the greatest extent feasible, opportunities for
training and employment be given lower income residents of the project area(s)
and contracts for work in connection with the project be awarded to business
concerns which are located in, or owned in substantial part by persons residing
in the area of the project.
B. The parties to this contract will comply with the provisions of said Section 3
and the regulations issued pursuant thereto by the Secretary of Housing and
Urban Development as set forth in 24 CFR Part 135, and all applicable rules and
orders of the Department issued thereunder prior to the execution of this
Contract. The parties to this Contract certify and agree that they are under no
contractual or other disability which would prevent them from complying with
these requirements.
• C. The Contractor will send to each labor organization or representative of workers
with which he/she has a collective bargaining agreement or other contract or
understanding, if any, a notice advising the said labor organization or worker's
representative of his/her commitments under this Section 3 clause and shall post
copies of the notice in conspicuous places available to employees and applicants
for employment and/or training.
D. The Contractor will include this Section 3 clause in every subcontract for work
in connection with the project and will, at the direction of the applicant for, or
recipient of, Federal financial assistance take appropriate action pursuant to the
subcontract upon a finding that the subcontractor is in violation of regulations
issued by the Secretary of Housing and Urban Development, 24 CFR Part 135.
The Contractor will not subcontract with any subcontractor where he/she has
notice or knowledge that the latter has been found in violations of regulations
under 24 CFR Part 135, and will not let any subcontract unless the
subcontractor has first provided him/her with a preliminary statement of ability
to comply with the requirements of these regulations.
E. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR
Part 135, and all applicable rules and orders of the Department issued
thereunder prior to the execution of the Contract, shall be a condition of the
Federal financial assistance provided to the project, binding upon the applicant
or recipient for such assistance, its successors, and assigns. Failure to fulfill
these requirements shall subject the applicant or recipient, his/her contractors
and subcontractors, all successors, and assigns to those sanctions specified by
the grant and/or loan agreement or contract through with Federal assistance is
provided, and to such sanctions as are specified by 24 CFR Part 135.
- 10-
15. MISCELLANEOUS PROVISIONS: The Contractor and Owner agree as follows:
A. That the Owner shall permit the Contractor to use, at no cost, existing utilities
such as light, heat, power, and water necessary to the carrying out and
completion of the work.
B. The parties agree that the reference to "days" in this Contract shall mean
consecutive calendar days; provided, however, that in the event the last
consecutive day of the term shall be on a Sunday or legal holiday, the term shall
then terminate on the next regular day.
C. The parties agree that materials and equipment that have been removed and
replaced as part of the work shall belong to the Contractor unless otherwise
specified by the Owner.
D. The parties agree that should any dispute arise respecting the percentage of
completion, the construction, the meaning of drawings or specifications, or
should any dispute respecting the true value of any omitted or improper
workmanship or materials, or of any loss sustained by the Owner, and if the
manner of estimation is not herein otherwise provided for, the same shall be
determined in the following manner: Either party shall notify the other in
writing that the dispute be submitted to arbitration. Within ten (10) days after
such written notice, each of the parties shall meet with the Director of the
Planning Department, or his/her authorized representative, and both parties
agree to be bound by the decision reached as a result of this meeting.
If a finding of a formal dispute resolution finds that the Contractor must be paid,
and if the Owner refuses to give his or her approval, the City must authorize the
disbursement and process for payment without the Owner's signature, noting the
reasons for doing so on the pay request and in the rehabilitation file.
E. As governmental funds are being used, the Contractor agrees that he/she and
his/her subcontractors will obey all civil rights and equal employment
opportunity provisions of local, state, or federal law and abide by the provisions
of the attached Section 3 clause. The Contractor further agrees to comply with
all requests by the governmental agency for employment records to enforce this
position.
F. The Contractor agrees to comply with affirmative action requirements mandated
by Executive Order 11246 and the regulations promulgated thereunder; and the
civil rights compliance ordinance of the Omaha Municipal Code.
- 11 -
SCHEDULE OF WORK CHECKLIST
1. WORK DESCRIPTION: Each item of work and material must be described in.
sufficient detail to provide a standard against which the completed work may be judged.
2. PRICE: This shall reflect the actual price, including profit and overhead. In no case
shall reimbursement to the Contractor exceed the actual amount of the funds available under the
loan.
3. Schedule for completing work in accordance with payment schedule which will allow
the City and the borrower to monitor actual performance against estimates of what will be
necessary to complete the project on time must be provided.
Document]
- 12-
1
DATE(MM/DD3Y) ._._
ACORDTM C RT1FtCAT F .gAB�h "INSURANCE
PRODUCER 402 861-7000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
THE HARRY A. KOCH CO. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
PO BOX 45279 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. '
OMAHA NE 68145-0279 COMPANIES AFFORDING COVERAGE
COMPANY A EMPLOYERS MUTUAL COMPANIES
INSURED COMPANY
Rife Construction, Inc. B
4515 Military Ave COMPANY
Omaha NE 68104 C
COMPANY
D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE(MM/DD/YY) DATE(MM/DD/YY)
A GENERAL LiABIU i i 1 D78714-03 6/01/03 6/01/04 GENERAL AGGREGATE I $ 2000000
X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2000000
CLAIMS MADE X OCCUR PERSONAL&ADV INJURY $ 1000000
OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000
FIRE DAMAGE(Any one fire) $ 100000
MED EXP(Any one person) $ 5000
A AUTOMOBILE LIABILITY 1 E78714-03 6/01/03 6/01/04
X ANY AUTO COMBINED SINGLE LIMIT $ 1000000
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
I
GARAGE LIABILITY
h AUTO ONLY-EA ACCIDENT $ANY AUTO OTHER THAN AUTO ONLY: .,: ., ._ :
EACH ACCIDENT S
AGGREGATE $
A EXCESS LIABILITY - 1J78714-03 6/01/03 6/01/04 EACH OCCURRENCE S 2000000
X UMBRELLA FORM AGGREGATE I $ 2000000
OTHER THAN UMBRELLA FORM $
A 'WORKERS COMPENSATION AND 1H78714-03 6/01/03 6/01/04 X I WC STATU- I OTH-I_:.— -
TORY LIMITS LcR�j
EMPLOYERS'LIABILITY
(� I EL EACH ACCIDENT $ 500000
THE PROPRIETOR/ I INCL EL DISEASE-POLICY LIMIT I $ 500000
PARTNERS/EXECUTIVE
OFFICERS ARE: i 1 EXCL I EL DISEASE•EA EMPLOYEE I $ 500000
OTHER
I
1
I 1 I
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
ANY AND ALL JOBS
CITY OF OMAHA IS ADDITIONAL INSURED AS PERTAINS TO GENERAL LIABILITY
AND WORK PERFORMED BY INSURED.
CEBiTIFICATE H0;LDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF OMAHA PLANNING
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
DEPT ATTN DAISY BIRD 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
1819 FARNAM ST STE 1 100 3UT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON HE COMP ITS AGENTS OR REPRESENTATIVES.
OMA.HA NE 68183
AUTHORIZE EPRESENTATIV
I:ACQR�25 S t 2f95} 90<. 0 Ct�1�D C�»PQRA7't01� '3: $$
cnrq
v�
c .C(1
o
v M • CO O
ei
O EO
zd a., U
SQ
•
M � 9, > >
W 6Y W C4
vi F a U C v) F U L11FO
p = z.-'�>' Qvv)ia' Qz
W d W Q W Q m
b
M i T O >
;/ U
t f,-) g • G C4
` R
E-+ FO
vC '
V cj g- V)
vl
L C
00
L G
O L
0
Z o a a
- -- U i M ' x U T
w 0 C �`, vi W Q b
w Q 0 > U tom— w ¢ > o x
rx Q U ❑: J 1:4 ¢ V O z E) at
Qp Pe W 1111 Q u) W U 'r -C• p
Qw ¢ � z `� i QWd vv,. a ww �
p :� °may, Q �
a•i m m z
.J
M
L - i� J t:
M V
74
.1i r y • �� 1 l `[ » m U Q
a) r p U y —�� >,
8EA - _ cn
.n •
C r--- a d 0
o Uj Cln 0. 44 `` . di p Z W
Z E- 0 o \' up d
1 `
Q U S � '� W
p ' m a p w
p u) cc Q j p � a: Q
o d W Q > C.. d W Q
Z W C "‘ �) cG
a - y. , -,ZO up a J a
p ] cr Q vi
r
Target Area Program
Benson
Sophie Knudsen
3310 North 58th Street
Omaha, NE 68104
551-9780
Inspector: Ray Krause 444-5493
October 1,2003 •
The contract bid documents consist of the following three(3),sections:
1. The general responsibilities for the contractors and the owner.
2. The Sequence of Activities.
3. The Work Write-Up and Lead Hazard Control Plan.
Contractor shall:
a) Perform the work in order called for in the Sequence of Activities.
b) Achieve the workmanship and materials as called for in the"Construction and Rehabilitation Specifications,
Housing and Community Development Division,City of Omaha,Nebraska".
c) Add"interim control"premium cost of$200.00 for insurance.
d) Add sales tax, necessary permits and delivery charges to final bid.
e) Contractor to field verify all existing site conditions,any discrepancy between the work write-up,the
drawings and existing conditions shall be brought to the immediate attention of the rehabilitation inspector.
f) Be responsible for all means and methods required to perform the work in accordance with the lead hazard
reduction procedures as published in HUD's"Guidelines for the Evaluation and Control of Lead-based
paint hazards in Housing".
g) Use workers trained in safe work practices or workers supervised by a Nebraska certified abatement
supervisor to do the lead hazard reduction work.
h) Comply with OSHA regulations for worker protection.
i) Make every effort to match existing materials and surrounding surfaces.
j) Contractor to coordinate daily construction schedule with owner and subcontractors.
k) Contractor to submit information cut sheets for all substitutions or approved equals. No substitutions or
approved equals shall be installed prior to written approval of the rehabilitation inspector.
I) Move all furniture and appliances necessary to complete the work. Large furniture may be wrapped with
plastic,seal all joints.
m) Contractor to repair or replace all items damaged or disturbed during construction.
n) Contractor shall at all times keep the work site and surrounding area free from the accumulation of debris
and waste materials caused by them.
a) Contractor shall clean up all debris,excess materials,equipment,etc.that is connected with the work,and
leave all work areas in a neat,sanitary and presentable condition.
p) Workers shall not smoke in the owner's home and shalt conduct themselves in such a manner so as to
demonstrate respect to the homeowner and neighborhood.
Homeowner shall:
a) Provide an unobstructed work area for contractors prior to work commencing.
b) Remove all pictures, plaques,knick-knacks,etc.within work area(s).
c) Owner shall make all color,pattern and style selections.
1.
3310 North 58th Street
SEQUENCE OF ACTIVITIES
Phase I
1. Bathroom Remodel
Phase II
1. Kitchen Remodel
2. Basement Work
Miscellaneous
1. All exterior work can be completed any time during the project as long as the owner has safe access to the
home.
2. Complete any work not in Phase 1 or Phase 2.
WORK WRITT-UP and LEAD HAZARD CONTROL PLAN
The work write-up under this contract consists of selective demolition for the remodel of existing bathroom. Lead
based paint has been identified in the bathroom area designated for demolition and lead dust on concrete basement
floor. Lead hazards exist and safe work practices are required with clearance testing.
Typical
Lead Hazard Bathroom Demolition Work:
A. Remove all wall and ceiling lath and plaster,to(2x)stud members. Remove the tub,stool ,wall hung sink,and
vanity, save stool for reinstallation, save vanity for owner. Remove towel bar and vanity soap dish and dispose.
Remove all interior door casing and save for reinstallation. Remove furnace register,clean, prime and repaint
to match wall color.
B. Remove old vinyl flooring on north end of basement,clean concrete basement floors with Ledi-Solv or other
applicable cleaner and apply two coats of gray,semi-gloss concrete floor paint on basement floor areas.
HOUSE INTERIOR
Kitchen
Carpentry Demolition/New Installations
1. Remove existing vinyl flooring at floor, landing and stairs, remove all wall base and shoe. Salvage wall base
and shoe for reinstallation. Remove existing base cabinets,wall cabinets and soffit. Remove existing linoleum
backsplash. Repair any damaged wall surfaces after cabinet demolition, skim coat and finish sand wall areas
for a uniform finish. Remove south and west window casing,strip of paint,prime and paint until uniform finish is
achieved. Reinstall window trim after wall repairs completed. Window casing paint shall match color and
sheen of wall paint.
2. Build new(2"x 4")soffit framework along west wall as indicated on drawings,cover with 1/2"gypboard,taped,
sanded and ready for paint. Repaint walls,ceiling and soffit with coats of semi-gloss latex and flat paint,
respectively. Paint surfaces until uniform finish is achieved.
3. Remove existing south entry door at kitchen stairway landing,salvage hardware and strip of paint,include
stripping door and door casing. Prime and paint door and casing assembly with semi-gloss latex paint,paint to
achieve uniform finish. Remove old weatherstrip at frame and repaint door frame and threshold. Provide new
weatherstrip at door and frame to match existing and rehang door. Reinstall door hardware and casing.
4. Relocate the existing stove from east wall to west wall as indicated on drawing. Provide ductwork and a(30")
Broan®,overhead range hood with exterior venting. Repair siding for fan exhaust penetration. Reconnect gas
stove supply line,add additional piping as required for new stove relocation. Overhead Range Hood
Allowance: $ 120.00
5. Repaint walls and ceiling with primer and sufficient coats of semi-gloss paint at walls and flat latex at ceiling.
Paint until a uniform finish is achieved.
2.
3310 North 58th Street
6. Provide KraftMaid®, Parkhurst,base and wall cabinets with a Chocolate Glaze finish or an approved equal
Install cabinets plumb and level. Locate cabinets as indicated on drawings. Verify cabinet door swing with
owner. Provide new(34"), no-drip edge,laminate counter top,with a curved preformed(4")backsplash,scribe
backsplash adjacent to wall and caulk. Provide appropriate cabinet fillers as required for a complete and
professional installation. Where end cabinets are exposed provide end panels to match. Provide cut out for
new stainless steel sink and faucet. Set casework accurately into place,scribe,level and secure to walls and.
floor. Field verify final cabinet locations and sizes with rehab inspector.
7. Patch and repair walls as needed for plumbing and electrical penetrations,paint to match surrounding area.
8. Strip kitchen floor,landing and stairs of old finish, refinish and seal with two(2)coats of polyurethane. Clean
salvaged wall base and shoe,prime and paint with two coats semi-gloss paint to match wall color. Field cut
and reinstall-along wall, no butt joints at baseboard wall corners.
Kitchen Refrigerator Pocket Wall
1. Refer to east wall elevation drawing of kitchen cabinet plan. Demo a 31"wide by 84"high area within existing
east alcove along its east wall. Demolition shall start at the northeast corner of wall and proceed south.
Remove the kitchen wall plaster to access the interior 2"x 4"wall framing to construct a recess for the
refrigerator. Remove as required any wall studs within 31"width and install a header to span across top of wall
studs on either side of refrigerator pocket. Drywall kitchen side of pocket with gypboard,tape and sand,
ready for paint. Prime and apply coats of paint across entire alcove wall,until uniform finish is achieved. If
necessary,cut away section of plaster from backside of kitchen wall,the interior side of second floor stairwell
and drywall. Field review final requirements with rehab inspector.
Kitchen Electrical
1. Provide a(1-1/2'x 4'),4 tube,wood frame oak ceiling fixture,wall switch operated on north wall and by kitchen
stair wall, refer to drawing. Locate ceiling fixture per owner. Fixture Allowance:$100.00
2. Relocate existing GFI wall outlets as necessary to coordinate with cabinet installations,change plates and
outlets to white. Add additional wall receptacles at east wall for refrigerator and above countertop, refer to
drawings.
3. Wire for a 3/4-Hp garbage disposal under sink,blank switch plate at sink counter top. Provide wall outlet for gas
stove clock and range hood.
Kitchen Plumbing
1. Provide a 7-1/2"deep,two-bowl stainless steel, Elkay#ECC3322,sink approved equal. Provide a Chateau,
#7446,chrome kitchen faucet or approved equal, Plumb per code.
Bathroom Carpentry
1. Reframe bathroom ceiling to a finish height of seven(7'-6"). Demo north wall and insulate with R-13 batt
insulation with vapor barrier. Provide'/2"gypboard on walls and ceiling, /"green board around tub walls(see
drawing),all taped,sanded and ready for final finish, Install new primed and painted(1 x)wall base,plinth block
and shoe along walls, match existing wall base profile. Provide required additional framing and wall at foot of
tub and additional plywood blocking for grab bar installation at tub's back wall.
2. Prime walls and ceiling,apply coats of semi-gloss at walls and a flat paint on ceiling. Prime and paint wall
register same color as walls. Paint surfaces until uniform finish is achieved.
3. Provide a flush mount, 8roano thru-the-wall bath fan above north wall of tub,vent to exterior per manufacturer,
repair exterior siding as required at penetration. Fan Allowance:$40.00
4. Provide a recessed mirror and medicine cabinet. Cabinet/Mirror Allowance:$40.00
5. Prep subfloor, as required,and install vinyl floor covering with all accessories for a complete installation. Floor
Allowance:$14/sy.
6. Remove bathroom doors,strip of paint,prep and prime and apply coats of a satin latex paint until a uniform
finish is achieved.. Remove door locks and hinges,strip paint and reinstall. Repair existing door hardware with
new parts as needed for proper operation. Reinstall interior door casing,field trim as required,prime and paint.
Provide one barrel bolt at each door.
7. Provide 10"wide,white metal shelving system by Closet Maids or approved equal,between tub's wet wall and
bathroom's east interior wall. Field cut metal shelves for proper fit. Install an access door for bathtub plumbing
lines as requiredper plumbingcode.
q
8. Provide a tan, SwanTile, Tl-3 Tubwall or approved equal. Coordinate installation with plumbing
contractor.
3.
3310 North 58th Street
9. Provide a stainless steel, 1-1/4"grab bar mounted on tub wall,33"-36"off finished floor,centered across tub's
back wall and clear of soap dishes.
10. Provide a 21"x 36"white,vanity cabinet,by Monterey-American Classic through Home Depot. Provide an
American Classic, General Marble vanity top, #2237H8-SA,saddle color,available through Home Depot.
11. Patch wall penetrations and finish to match adjacent surfaces as required caused by other trades.
Bathroom Plumbing
1. Remove existing bathtub and install a new 5'-foot white,cast-iron tub, provide all required DWV
piping. Provide a new single-control, pressure balanced, scald guard valve by Moen®-L2303 and a
Moen, Monticello,' hand shower with a shower arm diverter or approved equals.
2. Provide a polished chrome, Moen, L4621 single-control lavatory faucet or approved equal.
3. Reinstall existing stool and tank. Replace existing stool's flush valve mechanism. Remove existing vanity and
salvage for owner.
Bathroom Electrical
1. Provide a GFI outlet adjacent to lavatory and wire wall switch for exhaust fan,exhaust fan by others.
2. Temporarily disconnect electrical within bathroom during demolition by others.
3. Provide a 4-bulb medicine cabinet light bar with wall switch operation. Locate wall switches adjacent to each
bathroom door entrance. Cabinet Light BarAllowance:$40.00
Living Room
1. Remove carpet and pad and light sand and refinish wood floor with polyurethane,achieve a uniform finish.
2. Remove front entry door and all door jamb weatherstrip. Repaint door jamb and patch damaged areas,prep
and repaint with primer and two(2)coats of semi-gloss paint.
3. Remove door hardware and clean. Repair door's veneer and refinish entire door,match stain to existing. Seal
with polyurethane. Weather strip door jamb,match existing weatherstrip. Install weatherstrip threshold, reinstall
hardware and rehang door.
Dining Room
1. Remove carpet and pad,and light sand and refinish wood floor with polyurethane,achieve a uniform finish.
2. Prep and prime dining room walls and repaint until uniform finished is achieved.
Stairway Walls and Stairs
1. Clean stairway walls and stairs, prime and apply two(2)coats of semi-gloss latex paint on surrounding
stairwell walls below stained 1x perimeter wall trim.
Upstairs East Walk-In Closet
1. Finish interior walls at closet with gypboard,tape and sand, no paint.
Upstairs Stairway Storage Area
1. Fabricate and install a wood panel access door where existing orange sign covers hole. Modify rough-frame
opening to 22"x 30"accessible opening. Provide additional R-25 unfaced batt insulation inside crawl area.
Paint access door to match adjacent wall color.
Second Floor Bedroom
1. Remove existing carpet remnants,vacuum subfloor of miscellaneous debris after carpet removal.
Upstairs Electrical
1. Provide typical pull chain fixture at walk-in closet and adjacent south storage area.
2. Provide typical pull chain fixture inside west storage area adjacent to stairway.
Garage Area
1. Remove existing concrete floor and provide additional compacted fill material to adjust grade. Provide
expansion material at perimeter walls of garage. Garage floor shall be 4-inches thick with a smooth finish,
provide all control joints.
2. Provide a channel drain kit with grate across front of garage opening. Install floor channel drain with a PVC
discharge pipe buried below garage floor exiting through west wall of garage to discharge water.
3. Screen end of drain pipe where exiting block wall,seal penetration openings around drain pipe. Properly
rehang existing 32"x 6'-8"garage service door at west opening,frame and trim accordingly,paint trim and
door with primer and two(2)coats of semi-gloss exterior paint, hardware door with a keyed lockset.
4. Remove exterior steps at service door and install a new CCA stair assembly. Regrade as required for
placement.
4.
1.. n
3310 North 58th Street
5. Remove existing driveway and sections of sidewalk adjacent to the width of approach. Prepare new subgrade
and pour a full 4"concrete driveway and three(3)sidewalk sections. Include an additional triangular section
on north side of driveway starting at east corner of first wood porch step and paralleling driveway along its
north side, stopping at sidewalk. Place control joints and expansion joints as required. Provide joint sealant.
Grade of driveway shall allow for water runoff away from garage door. Notify rehab inspector prior to pour for
formwork inspection. Provide clean organic backfill after forms are stripped and reseed backfilled areas.
Basement Area
1. Remove three(3)existing basement windows and replace with vinyl,low-E window units by Prism. Complete
any additional rough-in work for window installation. Caulk and seal window units. Prime and paint exposed
wood,apply paint until a uniform finish is achieved. '
2. Clean basement walls of mold and apply with sprayer,two coats of a white semi-gloss latex wall paint for
masonry use. Walls included in painting are the north wall,west wail and south wall to underside of basement
stairway.
3. Remove west basement entrance door and block in opening. Match new block to existing and use same
mortar joint and color as on original foundation block. Backfill,compact,and cover concrete steps exiting
basement back door and sod area. Tuckpoinl cracked foundation on west wall, match existing mortar joint
and color.
4. Repaint basement stairway walls with a coat of wall primer and two(2)coats of a semi-gloss latex wall paint.
Prep,patch and sand walls. Paint to achieve a uniform finish.
5. Provide a handrail at basement stairway, return the ends to wall.
6. Remove existing sheetrock partition wall system opposite water meter pit,proceeding west and returning south
past existing furnace and stopping at stem wall adjacent to bottom basement step.
7. Replace missing base and shoe at east wall of basement stair landing; match base and shoe to existing and
paint to match for a uniform finish.
Basement Plumbing
1. Replace all galvanized'/2'pipe with 3/4'and 1"copper supply pipe from water meter. Provide a dual control
wash machine shut-off at laundry area and two(2)frost free sill cocks for exterior use.
2. Provide a 40-gallon gas water heater,plumbed per code. Water Heater Allowance:PIA-41,2.60 ``-
3. Replace non-code waste lines for upstairs bathroom fixtures.
4. Provide a single sink laundry tub with chrome laundry faucet,along west wall,adjacent to wash machine,
plumb per code.Laundry Tub Allowance:$75.00
Basement Mechanical
1. Provide a 90%efficient,forced-air,gas furnace and central air unit with a 10 SER condenser at exterior,
include all required ductwork per manufacturer's requirements. Obtain all required permits.
2. Place AC unit on ground level along west wall of foundation,south of northwest bedroom window.
[END)
By signing this work write-up you are certifying your complete understanding that only the work items
outlined in the work write-up are to be bid and completed by the contractor,and that if other work is later
deemed necessary it must first be approved by the Planning Department.
A/ / //'
Owner Date
_ ,1„so tk Ck;-.0A
.--,, —
kci, k 1
\01 f ,
\
------ --------.1.__..1__
. \
• 1 ,.„ --- ___., ,
.._ • -.1 1 1
/....., -.. \\\... -
1 1
,-------i \ 1 I \ .
\ \ \
t 1 C6 i
---i- _
It i \ Il
I -
I . i
‘41 I ____—IP-;- 'r-•• =:••-c-4 :I \\ ., ,,,,,,.
i 1
i ^ ,
t 1
i t —
1 ii 1 :--r-i.• .---- _
(.-r-? '•-•,-`•-•, si_.., s'• ' • 6)
1 i, -911 I
I t—
--I
.4
\
1\- i i
, ,1
1 (0
,
, \ \ .i ---------- \ ii,i,---- ,
i / \
. \
i i, ........_ _
1..... ._ •._ . /
,
—
,,„..._.
....4 ,' .F.,-2F-.... .
1 -------7--- it.
-7f-----' "--'"—"--'—'-'--------------1 2..0
; I -
I ' 1
/..."-------Th '---------)
qs4 k .-1-7.,• •••._
,/,'./A.../. il, s.N,
_.,_../ ,,... CD-F.QQ\X`i•-1
N., , •-•----'-•-• --_,r,?.:.t-, --.•
-----'t —Tr' i • - I \
--A•;'.1.C.,
-?,::::.-2 '
I ,..
....e
(1{ ......
_
i -,..-
, 1
1 i
1 i
, ..
-._
t ,
..,„.:._ \ • . , ,..,„_...„
...,,,m_i_____„.. „L.. ,...,
yr, T. , ,,.,,...__
!,
, , \
i
,,_______ , i , •_ ,,___,________:__.,)
9'11/11°-.I1
1 NI)C" . ----I'
. ---. --./^c--
— / •. • A. ' - -
— -•• .---"' "----77=,:;..T.•=7::::77::...._-, .
1
•
U.S. DEPARTME OF HOUSING AND URB. _A DEVELOPMENT
ENVIRONMENTAL/ HISTORIC COMPLIANCE CHECKLIST
rrr+rr*trrrtttrrtr*rrtttttttrtttrrrttttrtrtrtrrrtrtrrtrrttrtrrttrtt,►ttrtrrrrttttrtrrtrr,rrrrrrr
PURPOSE: To be used for analysis and documentation of projects and activities
either partially or wholly funded with Federal financial assistance and placed in
the project file. -T-
PROJECT NAME (if applicable): # tq gR.lQpvA t4.6I3,
APPLICANT: ''ofiA( kOPSE/.1
PROJECT/ ACTIVITY(if applicable): (P4tE'e ( ct1oI< 11
REHAB PROPERTY ADDRESS: 13ro aalcvj •
COMPLIANCE FINDINGS
Action taken to
Achieve Compliance
•o
n on i�e
I iVat i at i st cor
Compliance d uIt f i c ial in Reason for Non-Compliance
Factors in ns ig"di ec rP (note conditions and/or source
is co rrit m sP is documentation for findings)
NOISE
(24 CFR PART 513)
HISTORIC
PRESERVATION ✓
(36 CFR PART 800)
FLOODPLAIN /
MANAGEMENT ✓
(E.O. 11988)
ENERGY
CONSERVATION ✓f •
(24 CFR PART 39)
HAZARDS
(24 CFR PART 51
AND HUD NOTICE
79-33)
OTHER kl• Is.
(Form must be signed and dated by Preparer and Supervisor)
-PRE ARf DATE SUPERVISOR DATE
2g(04
4/95davetforms.envfiistcompiyckistl (24 CFR PAR 50)
CC: Dave Fansiau
Planning Department
..c 7 Omaha/Douglas Civic Center
% . R 1819 Farnam Street,Suite 1100
;:I MINA c Omaha,Nebraska 68183
(402)444-5150
o
R4TFD 2•E131�t. Telefax (402)444-6140
Robert C. Peters
City of Omaha Director
Mike Fahey,Mayor December 9, 2003 f i� `� C E 0 V I�
I i5
r L c 1 2003
Mr. L. Robert Puschendorf
Deputy State Historic PreservationIQfNSTATE
i„ GRIC PRESERVATION OFFICE
State Historical Society
15th & "R" Street
P.O. Box 82554 •
Lincoln, NE 68508 03- 12.. -
RE: 3233 Emmet Street; 3518 Nosrth 54th Street,4308 N o`Th 37th Street, 3310
North 5 th Street & 2936 Fontendle Boulevard
Dear Mr. Puschendorf:
The properties referenced above are part of a Benson area survey of
historic structures completed in 2002. It was determined at the time of the
survey, however, that the properties did not possess sufficient significance
of integrity to be eligible for the National Register. Also, the area in which
the properties are located have not been identified as a potential historic
district. Therefore, it is our opinion that the properties are not eligible for
the National Register and that there is no adverse effect on an historic
property.
Please let us know if you concur with our opinion. If you have any
questions,please call me at 402-444-5530.
Sincerely,
Cetj c 91$, CU
Edward Dan zler
DEPUTY STATE,HISTORIC PRESERVATION OFFICER
Rehabilitation Division i j j
?tanning Department DATE:
1819 Farnam Street
Omaha, NE 68183
City of Omaha, Housing and Community Development Division
COST ESTIMATE & CERTIFICATION:
Target Area ® Exterior Project ❑ Special Needs ❑ Barrier Removal ❑
Redevelopment Area: Benson
Address: 3310 North 58th Street
Owner(s): Sophie Knudsen
The estimated cost for the above project is as follows:
Preliminary Revised
Date of Cost Estimate 10/2/2003
General Construction Cost $ 30,000.00 $ -
Electrical Cost $ 1,325.00 $ -
Plumbing Cost $ 3,388.00 $ -
HVAC $ 3,210.00 $ -
Overhead and Profit (15%) $ 5,688.45 $ -
Contractor Tax (7%) $ 3,052.80 $ -
Total Construction Cost Estimate $ 46,664.25 $ -
The source for the estimate data is the current addition of Repair & Remodeling Cost Data by
R. S. Means, recent competitive bid pricing for similar work and product and material research.
The Rehabilitation Division has reviewed the project cost estimate, work write-up or plans and
specifications. In our opinion the project cost estimate is accurate.
This estimate is for the use of the City of Omaha, Housing and Community Development Division,
Rehabilitation Section only. The a I cos ay vary.
Signed, Rehabilitation Inspector • . Date 4._I__
12oo
Initial Inspection Date:
2-� ( at Work Write-up Date: 10l0 l ( co2- 3
Approved, Rehabilitation Supervisor ''� Date
C: Cheryl
File Rev. 5/9/2002
HOMEOWNER'S ACCEPTANCE FORM
I have reviewed all of the bids submitted for the rehabilitation
of my property located at:
3310 North 58th Street
My contractor of choice is: Rife Construction. Inc.
Owner Sophie Knudsen
Owner
_- 6'3
Date
C: Cheryl
File
•
City of Omaha, Housing and Community Development Division
BID SELECTION FORM:
This is to certify that I have received a copy of the Work Write-Up detailing the work which shall be performed on
the property at: 121 A O
The Rehabilitation Inspector and I have reviewed the document thoroughly and I understand its contents. I understand
that only the work delineated in the Work Write-Up will be bid on and completed by,the Contractor. If other work is
deemed nececv ry at a later date it must be first approved by the City of Omaha,Housing and Community
Development Division,Rehabilitation Section.
I request the project be bid in the following method:
V Competitive Bid:
Closed Bid with the following Contractors:
1. Name Phone
Address
2. Name Phone
Address
3. Name Phone
Address
4. Name _ Phone
Address
5. Name Phone
Address
6. Name Phone
Address
,
Owner //Le—) 2 L� .a�1!�9/`---� Date /
Owner Date
Witness (-- �' ,41)C Date_i 0
9/18/90
M+\Hn.N
'''. �H Planning Department
�. -r Omaha;Douglas Civic renter
�, 7
Mett ,; 18i9 harnam Street,Suite I lun
f ��'JJ �` i .Omaha,Nebraska 68183
Lf`tr (4(I2)444-5i5(I r,
4 - .��-! Teleiax (.t)2(4 4-G 140
"'Et)FEBR-h 4
Robert C. Peters
City of Omaha September 17, 2003 Direct,,
Mike Fahey, Mavbr •
Sophie Knudsen
3310 North 58th Street
Omaha, NE 68104
RE: 3310 North 58th Street •
Dear Sophie:
Pursuant to your request for an inspection, Ray Krause, performed an inspection July 29, 2002. The
{ following violations of the City of Omaha Minimum Dwelling Standards Ordinance, Chapter 48, were
noted and are hereby brought to your attention:
INTERIOR
48-131-132 Repair damaged bathroom ceiling.
48-131-133 Replace damaged west basement entry door. .
48-131-135 Revise basement waste lines to comply with plumbing code.
48-111-115 Install cover plate at boiler room junction box on east wall.
48-91-92 Repair faulty plumbing at kitchen sink.
48-131-137 Install bathroom exhaust fan.
48-131-132 Repair bathroom walls.
48-91-98 Replace defective DWV piping at bathroom stool and vanity.
48-991-98 Revise faulty plumbing at kitchen sink.
48-111-115 Install GFI outlet at bathroom.
48-131-134 Install handrail at basement stair.
. .
.
EXTERIOR
•
48-131-134 Replace deteriorated west exterior basement stairs'.
48-131-132 I Repair west cracked foundation wall.
48-131-133 if Replace rotted and deteriorated south basement window unit.
Should you desire ameinspection of the above property, please notify us when the corrections have
been completed.
l erelV.,,
( 1\)-V-)*44<-)
Ray nd Krause
Reha ilitation Inspector
C: Cheryl
File
PROJECT: Sophie Knudsen
ADDRESS: 3310 North 58th Street
VIEW: Interior
1--•\11 , .
1 i .." 1 ..c..,/
t'
,.. .
------..4, ,411. , _
. .
. ., ., .. ; ,,,
•. ...„.
4%1 ... V
lift -
.•
)111
\\ '. ':.
IIa- J
VIEW: Interior
• I
,i
i
I
` • 1
:40
e V Jam' �-
Sheet 1 of 2
-. -
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, the HOME Investment Partnerships Program Rules and Regulations,
Section 92.205, authorizes the use of HOME funds to provide incentives to develop and support
homeownership affordability through moderate or substantial rehabilitation of non-luxury
housing; and,
WHEREAS, HOME Program rehabilitation financing is intended for low income
homeowners having an annual income that does not exceed 80 percent of the median income for
the Omaha NE-IA metropolitan statistical area; and,
WHEREAS, the Mayor recommended various projects in the 2003 Consolidated
Submission for Community Planning and Development Programs (Consolidated Plan) including
the HOME Target Area Rehabilitation Program; and,
WHEREAS, the City Council approved the 2003 Consolidated Plan November 5,
2002, by Resolution No. 2509; and,
WHEREAS, the Planning Department Financing Guidelines for the Target Area
Program provides that hard construction costs do not exceed $55,000.00. This project was
competitively bid with the best bid being received in an amount of $39,799.00 from Rife
Construction Company to rehabilitate the property owned and occupied Sophie Knudsen, located
at 3310 North 58m Street. The Planning Department believes this bid is reasonable for the
renovation of this property based on the certified cost estimate and the bids received; and,
WHEREAS, the project is included in the FY 2003 Target Area Program and is
eligible for funding; and,
WHEREAS, this rehabilitation is in the best interest of the residents of the City of
Omaha and those residing therein.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
By •
Councilmember
Adopted
City Clerk
Approved
Mayor
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
PAGE -2-
THAT, the attached Agreement, as recommended by the Mayor, to provide
$47,330.00 in HOME funding, comprised of a Repayable Loan in the amount of$17,330.00 and
a Deferred Payment Loan in the amount of $30,000.00 for the rehabilitation of the property
owned and occupied by Sophie Knudsen, located at 3310 North 58th Street, in the Benson
Neighborhood through the HOME Single Family Target Area Rehabilitation Program is hereby
approved. The contract is to be awarded to Rife Construction Company. Funds shall be paid
from FY 2003 HOME Single Family Target Area Rehabilitation Program Fund No. 12179,
Organization No. 128038.
P:\P1n5\10372pjm.doc APPROVED AS TO FORM:
/.0aee(Z‘ --7/2-/W
a/404o r CITY ATTORNEY DATE
.41 Par.40", •
By
Councilmember
Adopted MAR..2 3 2{10 0
City Clerk
Approved .34//
Mayor
ti
"d ,-'-' H'"d °' r' S ' N 0, O b9 A, b9 `t �
;• N A> F CD AD W cc,
J0OR• cp
CD OAWn
7y
i ^ CD ` 'T � p• ' g R
O � O ' a.o O > ° o- o • OCDCDOCD o
wC n O 'd p R- ,, E F
. •zW
• .3 CD
0- o r O O - ¢' AD
_
a cva ) Sc-.' n z n b Z O' CD • Z
° • r ° CD ' O�c o o rn CD - - O
t, a Z W CD CD.\
W
Q � Oxo c� _ � Zi
O r o � W
�on Q o • Cfc? �' r' ° 9
CD
n 1 _, co
9 p CD
Eli
UOti Q J cn CD
CCD ' 1
n ¢ P> ly U? C w fa, o
x ' b 'c CDcO
co s ( CD �C pr, O P CR. cnA
•
r