Loading...
RES 1999-2694 - Contract with Mike Royce Construction for storefrong replacement at 2518 N 24th St . . r R. 5 71 '-9AX ' F OtAAHA,NEB Planning Department ,�� `„ R°s RECEIVED Omaha/Douglas Civic Center �►`! 7 1819 Farnam Street,Suite 1100 1�,r j f ' t Omaha,Nebraska 68183-0110 o® ', 1 � 9 SEP 30 PH 2: 1 1 (402)444-5200 a, ro (402)444-5150 CITY CLERK Telefax(402)444-6140 ��rEDFEBR �4 October 5, 1?99 A �' } fi � + + l ,, g Robert C.Peters City of Omaha Acting Director Hal Daub,Mayor Honorable President and Members of the City Council, The attached Resolution approves a Contract with Mike Royce Construction for Storefront Replacement on a city owned property at 2518 North 24th Street to preserve the structural integrity of the building. This work is part of the North Omaha Commercial Development Program. The North Omaha Commercial Development Program which authorized this work was approved by the City Council on December 16, 19.97 by Resolution No. 3397. The following bids were received on July 14, 1999. The Engineer's Estimate for this project is $22,000.00. CONTRACTOR BID MIKE ROYCE CONTRACTING $22,995.00 (LOW BID) All Purpose Utilities, Inc. $26,563.00 The Finance Department is authorized to pay the cost of S.P. 99-12, Storefront Replacement at 2518 North 24th Street, from the Community Development Block Grant - North Omaha Commercial Development, Fund 193, Agency 200, Organization 8328. The last review by the Human Relations Director showed the Contractor is in compliance with Ordinance No. 28885 and that the Contractor has on file a current Annual Contract Compliance Report Form(CC-1). As is City policy, the Human Relations Director will continue to review the Contractor to ensure compliance with the Contract Compliance Ordinance. Honorable President and Members of the City Council Page 2 The Planning and Finance Departments recommend acceptance of the bid from Mike Royce Contracting in the amount of$22,995.00, being the lowest and best bid received, and request your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: Z 9 Robert C. Pet s / Date Mayor's Office/Title Date Acting Planning Director Approved: Approved: ct_.12./ 4,9 Louis A. D'Ercole ' Date Kellie Paris Date Finance Director II Human Relations Director • Proposal for Project No: S.P.99 - 12 Omaha, Nebraska Bid Opening Date: July 14, 1999 Mayor and City Council City of Omaha Omaha, Nebraska The undersigned, having carefully examined the plans, specifications and all addenda thereto, and other contract documents, for the construction of: S.P. 99 - 12 being Storefront Replacement @ 2518 North 24th Street and having carefully examined the site of work and become familiar with all local conditions including labor affecting the cost thereof, do thereby propose to furnish all labor, mechanics, superintendence, tools, material, equipment and all utilities, transportation and services necessary to perform and complete said work, and work incidental thereto, in a workmanlike manner, as described in said specifications and/or plans and other contract documents,including Addenda Numbers issued thereto for the base bid sum n ' _I ' /� end ) o IAiw� /V/Ale 14, -ed Ni I-A COLLARS I h� ,n o, and V�/ C9 CENTS ($ The undersigned further certifies that he has personally inspected the actual location of the work, together with the local sources of supply, and that he understands the conditions under which the work is to be performed, or that if he has not so inspected the site and conditions of the work, that he waives all right to plead any misunderstanding regarding the work required or conditions peculiar to the same. The undersigned understands that the"QUANTITY" called for ins the"SCHEDULE OF PRICES" is subject to increase or decrease, and hereby proposes to perform all quantities of work, as increased or decreased, in accordance with the plans and the provisions of the specifications at the unit price bid. The following is the itemized proposal: Construction P- 8/97 CIO 4 Proposal for Project No: S.P. 99 -12 Omaha, Nebraska Bid Opening Date 6/23/99 Mayor and City Council City of Omaha Omaha, Nebraska The undersigned, having carefully examined the plans specifications and all addenda thereto, and other contract documents, for the construction of: S. P. 99 - 12 being Storefront Replaceme! @ 2518 North 24th Street and having carefully examined the site of work o nd become familiar with all local conditions including labor affecting the cost thereof, do thereby propose t furnish all labor, mechanics, superintendence, tools, material, equipment and all utilities, transportation and ervices necessary to perform and complete said work, and work incidental thereto, in a workmanlike manner, as described in said specifications and/or plans and other contract documents, including Addenda Numbers issued thereto for the base bid sum DOLLARS and CENTS ($ ) The undersigned further certifies that he has personally inspected the actual location of the work, together with the local sources of supply, an9 that he understands the conditions under which the work is to be performed, or that if he has not so inspec the site and conditions of the work, that he waives all right to plead any misunderstanding regarding he work required or conditions peculiar to the same. The undersigned underst• nds that the"QUANTITY" called for in the"SCHEDULE OF PRICES" is subject to increase or decrease, • d hereby proposes to perform all quantities of work, as increased or decreased, in accordance with the p ns and the provisions of the specifications at the unit price bid. The following is the itemized proposal: / Construction P-1 8/97 1 LUMP SUM FEE The contractor's price is a lump sum fee, and shall include all work indicated on drawings and specifications. Lump Sum price to be indicated on P— 1. • • k ,IDS TRANSMITTED DY CITY CLERK OPENED BY COMMITTEE AS PER ORD#25445 ItAfitornr!a"INfrcheslna Anent JUL 14 1999 1 Construction 1 8/97 P-2 iI l The City of Omaha will furnish the successful contractor with Form No. 92, PURCHASING AGENT APPOINTMENT AND EXEMPT SALE CERTIFICATE, for all material items required in the construction of this project, which the State of Nebraska considers to he exempt from the State Sales Tax. For each hid item, the bidder shall quote a TOTAL UNIT PRICE. The UNIT PRICE shall include all costs, including material, necessary to complete the UNIT item of work. Failure to quote a TOTAL UNIT PRICE may be cause for rejection of the proposal. In the event of discrepancy between the TOTAL PRICE quoted in the proposal and a correct summation of the products of QUANTITY and TOTAL UNIT PRICES the latter shall control. The undersigned hereby agrees to furnish the required bonds and to sign the contract within ten (10) calendar days from and after the acceptance of this proposal, and further agrees to begin and complete all work covered by the specifications and/or plans within the time limits set forth herein. Accompanying this proposal, as a guarantee that the undersigned will execute the contract agreement and furnish a satisfactory bond in accordance with the terms and requirements of the specifications, is a cashier's check, a certified check, United States Government Bond(negotiable) or a bidder's bond for 4 Or e,d M0,4/4 It is hereby agreed that in case of failure of the undersigned either to execute the contract agreement or to furnish satisfactory contract bond within ten (10) days after receipt of NOTICE TO AWARD, the amount of this proposal guarantee will be retained by the City of Omaha, Nebraska, as liquidated damages arising out of the failure of the undersigned either to execute the contract agreement or to furnish bonds as proposed. It is understood that in case the undersigned is not awarded the work, the proposal guarantee will be returned as provided in the specifications. The undersigned agrees to accomplish the work in its entirety 45 calendar days and shall be prepared to begin within ten (10) days of notice to proceed and to forfeit liquidated damages as set forth in Section 108.08 of the Specifications in the event of over-run of time. The undersigned also agrees, if awarded the Contract, to furnish bonds as required by the specifications for the faithful performance of the work and guarantee workmanship and material under Contract for a period of two (2) years from the date of final acceptance of the work. 8 . .. 1 Construction P-3 8/97 1 If awarded the Contract, our Surety will be iThe6Ckon)--IS i (Name of Surety Company) ofOP,SMe Respectfully submitted, Signature of Bidder: (a) If an individual doing ��' business as: l t/�e !/ d 1 C e CO/0/-66 • (b) If a Partnership: Member of Firm Member of Firm (c) If a Corporation: Name of Corporation Officer Title .11111 Witness ATTEST: Business Address and Telephone No.: i R10(ice ( j c O i c) (Y fps TRANSMITTED RY CITY CLERK OPENED DV COMMITTEE a (1 � '�e� AS PER ORD#25445 J 1 � � V �j ��� Referred to Purchasing/le�onf JUL 14 1999 • Construction P-4 8/97 ' 1 J "CERTIFICATE " A Corporate Contractor, in submitting this Proposal, hereby represents that the Corporation has complied with all Nebraska Statutory requirements, which are prerequisite to its being qualified to do business in the State of • Nebraska, or that it will take all steps necessary to so qualify, if the successful bidder. Name of Corporation Officer Title If Foreign Corporation: Nebraska Resident Agent • • • Construction P-5 8/97 TO THE CITY OF OMAHA: CERTIFICATE Undersigned hereby certifies that all equipment to be used:by undersigned in the performance of the contract pertaining to the project for: S.P. 99 - 12 being Stroefront Replacement @ 2518 North 24th Street and pursuant to Contract between undersigned and the City of Omaha has been assessed for taxation for the current year, except as to equipment acquired since the assessment date. Said equipment has been assessed in County State. The Certificate above is submitted pursuant to the requirements of Section 77-1323, Reissue Revised Statutes of Nebraska. 1943, as amended. The Contractor further certifies that all non-salvaged material removed from the project will be disposed of at the following approved and Permitted locations(s): The City must be informed of any additions or changes in such location(s). A(n) Contractor's Name (Specify: Corporation, Partnership, or Individual) • By: (Title, specify: President, Partner, or Owner) Attest: Secretary(if corporation) STATE OF NEBRASKA ) )SS. COUNTY OF DOUGLAS ) and being first duly sworn on oath depose and say that they are President and Secretary, respectively, of a ; that they have read the foregoing Certificate, know its contents, and the same are.true. SUBSCRIBED and sworn to before me this day A.D. 19 My Commission Expires Notary Public 6/97 CERTIFICATE OF LIABILITY INSURANCE American Family Insurance Company ❑ American Family Mutual Insurance Company if selection box is not checked. 6000 American Pky Madison,Wisconsin 53783-0001 Agent's Name,Address and Phone Number(Agt./Dist.) Insured's Name and Address: Rick Knihal (060-274) Michael S Royce 13829 R Plz 12417 A St • Omaha, NE 68137-2963 Omaha NE 68144 402-896-5858 This certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This certificate does not amend,extend or alter the coverage afforded by the policies listed below. COVERAGES This is to certify that 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. POLICY TYPE TYPE OF INSURANCE POLICY NUMBER Effective Expiration LIMITS OF LIABILITY (Mo,Day,Yr) (Mo,Day,Yr) Homeowners/ Bodily Injury and Property Damage Mobilehomeowners Liability Each Occurrence Boatowners Liability Bodily Injury and Property Damage Each Occurrence Personal Umbrella Liability Bodily Injury and Property Damage Each Occurrence Farm/Ranch Liability Farm&Personal Liability Each Occurrence Farm Employer's Liability Each Occurrence Statutory • • • • Workers Compensation and STATE POOL 5/21/1999 5/21/2000 Each Accident $100,000 Employers Liability+ Disease-Each Employee $100,000 Disease-Policy Limit $500,000 General Liability General Aggregate $2,000,000 ® Commercial General 26-X17784-01 3/1/1999 3/1/2000 Products-Completed Operations Aggregate $2,000,000 Liability(occurrence) Personal and Advertising Injury $1,000,000 ❑ Each Occurrence $1,000,000 ❑ Fire Damage(Any One Fire) $100,000 Medical Expense(Any One Person) $5,000 Businessowners Liability Each Occurrence++ Aggregate++ Automobile Liability Bodily Injury-Each Person ❑Owned Autos(Basic form) Bodily Injury-Each Accident ❑Owned Autos(Comp form) Property Damage ❑ Hired Autos Bodily Injury&Property Damage Combined ❑ Non-owned Autos ❑Garage liability 0 Excess Liability ❑Commercial Blanket Excess Each Occurrence/Aggregate DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/RESTRICTIONS/SPECIAL ITEMS +The individual or partners shown as Insured have not elected to be City of Omaha is Additional Insured as respects Project SP 99-12.Storefront covered as employees under this policy. ++Products-Completed Operations aggregate is equal to each replacement.2518 N 24th St.Omaha NE occurrence limit and is included in policy aggregate. CERTIFICATE HOLDER'S NAME AND ADDRESS CANCELLATION ® Should any of the above described policies be canceled before the City of Omaha expiration date thereof,the company will endeavor to mail"(10 days)written City County Building notice to the Certificate Holder named,but failure to mail such notice shall 1819 Farnam Street impose no obligation or liability of any kind upon the company,its agents or Omaha NE 68102 representatives. *10 days unless different number of days shown. ❑ This certifies coverage on the date of issue only. The above described policies are subject to cancellation in conformity with their terms and by the laws of the state of issue. DAT IS UED AUTHORIZ REPRESENTATIV e 099 U-201 Ed.1/96 ORIGINAL-Certificate Holder,COPIES to ervi es,Insured,Agent. Sto liNo.06668 SHOP DRAWING TRANSMITTAL FORM City of Omaha General Services Division Public Works Department. 6`"Floor Omaha/Douglas Civic Center 1819 Farnam Street Omaha. Nebraska 68183 Date: Transmittal Number 1st Submittal Resubmittal (Previous Transmittal Number ) Project Location Specification Section Number Paragraph Drawing or Action No. Description of Equipment Manufacturer Data No. Taken • • • Contractor Mailing Address (THIS SPACE FOR ARCHITECT - ENGINEER) Date: The above drawings are returned with action as designated above in accordance with the following legend: A - No Exception Taken City of Omaha B - Maker Corrections Noted Public Works Department C - Revise and Resubmit D - Rejected E - Submit Specified Item By S DTF-1 6/97 CONTRACT THIS CONTRACT is made and entered into in TRIPLICATE by and between the City of Omaha, a Municipal Corporation of the Metropolitan Class in Nebraska, hereinafter called City, and ,� KE' hereinafter called Contractor. In consideration of the following mutual agreements and covenants, it is understood and agreed by the Parties hereto that: 1. Contractor does hereby agree and undertake to construct S.P. 99 -12 being Storefront Replacement @ 2518 North 24th Street also referred to hereinafter as work, in accordance with the terms and provisions hereof and subject to the quantity provisions in the accepted Proposal of Contractor for the sum of TEA).0 id N/A)e Hvicvdrzea lulA ,ti'Je 4&0 is c2,z, O/ , 00 under penalty of Performance, Payment and Guarantee Bond. 2. Contractor shall conform with the applicable specifications and/or plans, applicable Special Provisions and any applicable Change Order or Addenda pertaining thereto or to this Contract, all of which by reference thereto are made a part hereof. Applicable Notice to Bidders, Instruction to Bidders, Bid or Proposal of Contractor, Resolution awarding this Contract, the Performance, Payment and Guarantee Bond, and all proceedings by the governing body of the City relating to the aforesaid work are made a part hereof by reference thereto. 3. The Contractor shall furnish all tools, labor, mechanics for labor, equipment and materials to construct said work in accordance with the provisions of this Contract and all applicable specifications and/or plans and provisions herein referred to. 4. The City agrees to pay the Contractor in accordance with the provisions of the specifications and/or plans, the accepted Proposal of the Contractor, and the Provisions of this Contract. 5. All provisions of each document and item referred to in Paragraph 2 above shall be strictly complied with the same as if rewritten herein, and no substitution or change shall be made except upon written direction, the form of which shall be by written "Change Order" of the City: and substitution or change shall in no manner be construed to release either party from any specified or implied obligation of this Contract except as specifically provided for in the Change Order. l � • 6. Contractor does hereby state, warrant and covenant that he or it has not retained or employed any company, or person. other than bona tide employees working for said Contractor to solicit or secure this Contract, and that he or it has not paid or agreed to pay any company or person, other than bona tide employees working solely for the Contractor, any fee commission, percentage, brokerage fee, gifts. or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this statement, warrant and covenant. the City'of Omaha shall have the right to annul this Contract without liability. 7. Contractor shall conform with all applicable City Ordinances, with all applicable State and Federal Laws, and with all applicable Rules and Regulations. 8. Contractor shall furnish Performance, Payment and Guarantee Bond in an amount at least equal to one hundred percent(100%)of the Contract Price. 9. 'City, its officers employees, agents and representatives, at all times shall have access to the work whenever it is in preparation of progress, and the Contractor shall provide proper facilities for such access and inspection by them. 10. Contractor shall indemnify and save harmless the City of Omaha, its officers, employees, agents and representatives from all claims, suits or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees, agents and representatives for or on account of any injuries or damages received or sustained by any party or parties by or from the acts of the said Contractor or its servants, agents, representatives, and subcontractors, in doing the work herein contracted for, or by or in consequence of any negligence in guarding the same or any improper material used in its construction, or by or on account of any act or omission of said Contractor or its servants, agents, representatives, and subcontractors, and also from all claims of damage for infringement of any patent in fulfilling this Contract. 11. The Contractor shall carry public liability insurance to indemnify the public for injuries sustained by reason of carrying on the work. The coverage shall provide the following minimum limits: Bodily Injury $250,000 each person $500,000 each occurrence $500,000 aggregate products and completed operations Property Damage$100,000 each occurrence $250,000 aggregate: and shall name the City as additional insured with the Contractor. Attention is drawn to the City of Omaha Standard Specifications for Public Works Construction. 1989 Edition, for further details. 12. Contractor shall pay to the Unemployment Compensation Fund of the State of Nebraska, unemployment contributions and interest due under the laws of the State of Nebraska on wages paid to individuals employed in the performance of this Contract, and shall submit to the City of Omaha a written clearance from the Commissioner of Labor of the State of Nebraska certifying that all payment due of contributions and interest which may have arisen under this Contract have been paid by the Contractor, or his subcontractor, to the State of Nebraska Unemployment Compensation Fund. Payment of the final three percent (3%) of the total amount of the Contract shall he withheld until this provision has been complied with as required by Section 48-657 R.R.S. 1943. as amended. 13. Contractor shall submit, when requested, evidence satisfactory to the City that all payrolls. material hills. and other indebtedness pertaining to the aforesaid work have been paid. Construction C-1 6/97 14. The Contractor shall not, in the performance of this Contract discriminate or permit discrimination against any person because of race, sex, age, or political or religious opinions or affiliations or disability in violation of Federal or State Statutes or Local Ordinances and further the Contractor shall comply with City of Omaha Ordinance 28885 pertaining to Civil Rights and Human Relations. 15. Contractor shall procure a policy, or policies, or insurance which shall guarantee payment of compensation according to the Workmen's Compensation Laws of Nebraska for all workmen injured in the scope of employment, and further agrees to keep said policy, or policies, in full force and effect throughout the terms of this Contract. In addition, all other insurance in any way required of Contractor shall,be procured by the Contractor and kept in force b y Contractor throughout the term of p y gh this Contract. Certificate or certificates of insurance, or copies of policies, if required by any Department of the City, shall be tiled by the Contractor with the Public Works Departmentof the City of Omaha. 16. Except as may otherwise be required by applicable law, payment of any balance due Contractor under this Contract shall be made by the City to the Contractor upon completion of Contractor's work and obligations in accordance with the Contract, upon acceptance thereof by the City, and upon submission of certificate by Contractor in accordance with Paragraph 11 above. No payment by City shall in any way constitute any waiver of any rights of City. 17. Pursuant to Section 8.05 of the Home Rule Charter of the City of Omaha, no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City contract. A violation of that section with the knowledge of the Contractor, in addition to constituting employee malfeasance, shall be cause for the City to unilaterally terminate or void this Agreement. 18. Contractor shall pay all just claims due for the payment of all employees and mechanics for labor that shall be performed for the payment of all material and equipment furnished, and for the payment of material and equipment rental which is actually used or rented in the performance of the Contract. 19. In accordance with the provisions of Legislative Bill 126 of the Seventy-Third Session of the Legislature of Nebraska (1963) and amendments, if any, every person, partnership, association, or corporation furnishing labor or material in the repair, alteration, improvement, erection or construction of any public improvement shall furnish a certified statement to be attached to the Contract that all equipment to be used on the project, except that acquired since the assessment date, has been assessed for taxation for the current year. giving the county were assessed. It shall be the duty of the Contractor to comply with the foregoing requirements and to assure compliance therewith by all others required to comply therewith for labor or material furnished in the performance undertaken hereunder by the Contractor. 20. The parties hereto acknowledge that. as of the date of the execution of this Agreement. Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increases the original bid price as awarded(a) by ten percent. if the original bid price is one hundred fifty thousand dollars ($150.000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall he approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. Construction C-2 6/97 The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council. The provisions of this Section will be quoted in all future City contracts. Nothing in this Section is intended to alter the authority of the Mayor under Section 5.16 of the City Charter to approve immediate purchases. Dated at Omaha, Nebraska this �z day of , 19 ATTEST: CITY OF OMAHA, A MUNICIPAL CORPORATION City Clerk ACTING Mayor Ordinance/Resolution No. a l0q`t passed on SEAL OF THE CITY OF OMAHA: J , 19 9 Contractor aY17 1 '' ree d Street Address 774/. 94'Q rog i9I ATTEST: City State Zip Code 911, By Secretary of (Corporate) Contractor ,j,, CORPORATE SEAL: Title: CON/oac X le °zdmi,) STIPULATIONS: CORPORATE CONTRACTOR: (1) Attach certified copy of resolution authorizing execution of this Contract: (2) Submit certificate showing corporation is qualified fed to do business in Nebraska. NON-CORPORATE CONTRACTOR: State Identity: Sole Owner(s); Partnership. If a Partnership, state names and addresses of all Construction C-3 6/97 1 PERFORMANCE, PAYMENT AND GUARANTEE BOND Ec4075.. KNOW ALL MEN BY THESE PRESENTS: That we MIKE ROYCE CONTRACTING hereinafter called Principal, and MERCHANTS BONDING COMPANY (MUTUAL) hereinafter called Surety, are held and firmly bound to the City of Omaha and hereby jointly and severally bind ourselves, executors, administrators, personal representative, successors, and assigns to the City of Omaha, a Municipal Corporation of the Metropolitan Class in the State of Nebraska, hereinafter called City, in the penal sum of • TWENTY TWO THOUSAND NINE HUNDRED NINTY FIVE & 00/100 Dollars ($22,995.00 ) lawful money of the United States of America, to be paid to the City for the payment whereof the Principal and Surety hold themselves, their heirs, executors, administrators, personal representatives, successors and assigns jointly and severally by these presents. WHEREAS, The Principal is about to enter, or has entered, into a written Contract with the City for the construction by the Principal of Storefront Replacement @ 2518 North 24th Street also referred to as Project No S. P. 99 - 12 which Contract is made a part hereof by reference thereto the same as though fully set forth herein; NOW, THEREFORE, the conditions of this obligation are such that: FIRST: If the Principal shall faithfully perform the Contract on his or its part. shall satisfy all claims and demands incurred for the same, shall fully indemnify and save harmless the City from all cost and damage which said City may suffer by reason of failure so to do, and shall fully reimburse and repay said City all outlay and expense which said City may incur in making good any such default: and, Construction B-1 6/97 SECOND: The Principal shall indemnify and save harmless the City of Omaha, its officers, employees, and agents from all claims, suits, or actions of every kind and character made upon or brought against the said City of Omaha. its officers, employees and agents. for or on account of any injuries and damages received or sustained by any party or parties by or from the acts or omissions of the said Contractor or his or its servants, agents, and subcontractors,in performing under said Contract, or by or in consequence, or by or on account of any act or omission of said Contractor or his or its servants, agents, and subcontractors, and also from all claims of damage for infringement of any patent in fulfilling said Contract: and, THIRD: The Principal and Surety on this Bond hereby agree to pay ail persons, firms or corporations having contracts directly with the Principal or with subcontractors, all just claims due them for the payment of all laborers and mechanics for labor that shall be performed, for the payment of all material and equipment furnished, and for the payment of material and equipment rental which is actually used or rented in the performance of the Contract on account of which this Bond is given, when the same are not satisfied out of the portion of the Contract Price which the City may retain until completion of the construction: and, FOURTH: Principal and Surety are jointly and severally liable under the provisions hereof and action against either or both may proceed without prior action against the other, and both may be joined in one action; and, FIFTH: Work constructed for the City of Omaha under the specifications of the Contract of which this is a part hereof. shall be guaranteed as hereinafter more specifically set forth for the full number of years specified as set forth below. The term of guarantee shall be dated from the date of acceptance and as regards the respective projects shall be no less than the following: a. Permanent Paving Projects 2 years b. Sewer Projects 2 years c. Street Resurfacing Projects 2 years d. Seal Coating Application Projects 1 year e. Sidewalk Projects 2 years f. Traffic Signals 2 years g. Bridges & Structures 2 years h. Seeding & Sodding 1 year Construction B-2 6/97 The Principal hereby binds himself and his heirs and assigns for the entire expense of the guarantee and for all repairs or reconstruction which may, from any imperfection in the said work or material, become necessary within the term of guarantee. The.Principal further agrees to correct and repair promptly during that time all failures of whatsoever description and all settlements and irregularities of trenches, sidewalks, paving, other surfacing, sewers, drains or other structures caused by any imperfections in his workmanship or material and shall deliver the work in all respects in good condition at the end of that time; If, at any time within the period of guarantee after the completion and acceptance of the work contract for, the work shall, in the judgment of the Engineer, require such repairs of reconstruction as above set out, he shall notify the Principal by certified mail and, should the Principal refuse or neglect to begin to make such repairs within twenty (20) days from the date of the service of such notice, then the City Engineer shall have the right to cause such repairs or reconstruction to be made in such manner as he shall deem best; and the cost thereof shall be paid by the Principal or his sureties; Then this obligation shall be null and void; otherwise it shall remain in full force and effect. Any Surety on this Bond shall be deemed and held, any Contract to the contrary notwithstanding, to consent without notice: 1. To any extension of time to the Principal in which to perform the Contract. 2. To any change m the Plans. Specifications or Contract.when such change does not involve an increase of more than twenty percent(20%) of the total Contract Price, and shall then be released only as to such excess increase. 3. That no provision of this Bond or of any other contract shall be valid which limits to less than five years from time of acceptance of the work the right to sue on this Bond for defects in workmanship or material not discovered or known to the obligee at the time such work was accepted. • Construction B-3 6/97 SIGNED AND SEALED THIS l OTH DAY OF SEPTEMBER A.D.. 19 99 [N THE PRESENCE OF : MIKE BnVCF C'.f1NTRAC:TTNG Principal �' 11 Name* • -7/111 B - Address Title: rer✓O f ft COUNTERSIGNED: (Attach Corporate Resolution of 5.6(9-talb e0166 Principal Authorizing Execution) Resident Agent* DEBORAH A. KOLB • MERCHANTS BONDING COMPANY (MUTUAL) Surety MERCHANTS BONDING COMPANY (MUTUAL) • Company Name 2100 FLEUR DRIVE Address Z61600-1) �� By (A ttornev-in-Fact*) DES MOINES, IA 50321 DEBORAH A. KOLB City State Zip Code APPROVED AS TO FORM: /93Sf- City Attorney * Instructions: Type name of persons under signature of each. (1110 Construction B-4 6/97 SPECIAL PROVISIONS INDEX CONTRACT CONTROL S.P.-2 INDEX TO STANDARD PLATES 3 pages S.P.-3 PROSECUTION AND PROGRESS / LIQUIDATED DAMAGES 2 pages S.P.4 SPECIAL PROVISIONS S.P.-5 Construction S.P.-1 6/97 Merchants Bonding Company (MUTUAL) POWER OF ATTORNEY Know All Persons By These Presents,that the MERCHANTS BONDING COMPANY(MUTUAL),a corporation duly organized under the laws of the State of Iowa,and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made,constituted and appointed,and does by these presents make,constitute and appoint Walter R. Nabity, David G. Perry, Deborah A. Kolb, Jacqueline M. Davis of Omaha and State of Nebraska its true and lawful Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead,to sign,execute,acknowledge and deliver in its behalf as surety any and all bonds,undertakings,recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: Five Hundred Thousand ($500,000.00) Dollars and to bind the MERCHANTS BONDING COMPANY(MUTUAL)thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY(MUTUAL), and all such acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By-Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY(MUTUAL)on October 3, 1992. ARTICLE II,SECTION 8.—The Chairman of the Board or President or any Vice President or Secretary shall have power and author- ity to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II,SECTION 9.—The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY(MUTUAL)has caused these presents to be signed by its President and its corporate seal to be hereto affixed,this 12th day of July , 1999 • •.. . MERCHANTS BONDING COMPANY(MUTUAL) ••�ON-.•o Pvy.• ti 3. • a' 1933 : •• By 1G7 I • '•• 41:9>. .•\,\`4 • President STATE OF IOWA •'• .• COUNTY OF POLK ss. On this 12th day of July , 1999 ,before me appeared Larry Taylor.to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL),the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year first above written. •••..•... O3tu;4' l •• . ; • • Z . Notary Public,Polk County,Iowa • IOWA • .. � • • STATE OF IOWA • R I A� � • COUNTY OF POLK ss. •••.......•• I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL),do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY,executed by said MERCHANTS BONDING COMPANY(MUTUAL),which is still in force and effect. In Witness Whereof,I have hereunto set my hand and affixed the Seal of the Company on this 10th day of September • 1999 • .•••••. • O (\P Oh • 9 . Secretary • •co 4�I. yr%• •z: • MSC 0814(2/98) :•'. 1933 :•c • • J.. ••••••• \s . ac SPECIAL PROVISIONS CONTRACT CONTROL: 1. All work, material, guarantees and bonds shall conform with: (a) All applicable Federal and State laws and all applicable ordinances and City of Omaha regulations; (b) The plans and all notations shown and specified on the plans; (c) The Special Provisions herein contained: (d) The City of Omaha Standard Specifications for Public Works Construction, 1989 Edition. 2. In case of conflict between or among: (a) The notations shown and specified on the plans; (b) The Special Provisions herein contained: (c) The City of Omaha Standard Specifications for Public Works Construction, 1989 Edition: then the conditions shall control and prevail in accordance with the sequence above enumerated in this paragraph. Copies of the CITY OF OMAHA STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1989 Edition, are available from the General Services Division of the Public Works Department(6`h Floor), Omaha/Douglas Civic Center, 1819 Farnam Street, Omaha, Nebraska 68183. Construction S.P.-2 6/97 SPECIAL PROVISIONS STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Index to Standard Plates (3 Sheets) 8/92 Engineer's Estimate of Unit Prices (3 Sheets) 2/82 Pavement. Type I 201 3/70 Pavement, Type IB 201 B 6/19/87 Pavement, Type III 203 5/1/68 Pavement. Type IV 204 5/1/68 Pavement, Type V 205 5/1/68 Pavement, Type VI 206 3/16/76 Pavement. Industrial Type 207 3/70 Typical Joint Locations (Single Long.) 208 10/79 Typical Joint Locations (Dual Long.) 208A 10/79 Expansion Joint Details 210 3/71 Transverse Joint Detail • 211 2/18/82 Longitudinal Joint Details 212 2/18/82 Expansion Joint Detail 212A 5/28/76 Transverse Construction Joint Detail 213 2/18/82 Crown Ordinates (25'Pavement) 220 3/16/76 Resurfacing Standard Detail Section 241 4/13/60 Cul-de-sac Pavement Details 250 3/25/64 Concrete Curbs 301 8/6/75 Ramp Safety Curb 303 3/6/62 Concrete Header 305 2/29/60 Pavement Beam&Thickened Edge 307 3/71 Typical Grading Detail 309 3/16/76 Driveway Details, Flared Approach 310 9/14/91 Driveway Details. Radius Approach 311 9/16/91 Sidewalk Construction Details 320 4/83 Sidewalk Location Standard 321 3/70 Roof Drain Connection 325 5/1/68 Detail of Concrete Median Nose 331 6/76 Concrete Median Surfacing 335 8/8/86 Step Detail (2 Sheets) 401 3/70 Concrete Retaining Walls 405 11/17/60 Construction S.P.-3 6/97 1 of SPECIAL PROVISIONS STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Adjusting Sewer& Utility Manholes & Valve Boxes (Resurfacing) 541 212/90 Pavement Repair 545 5/81 Lug Out Detail 623 5/1/68 Rail Crossing Detail 647 12/28/71 Wheel Chair Ramp ABC (3 Sheets) 677 6/18/80 Stone Retaining Wall and Rip Rap Detail 681 6/86 Curb Wall Detail 684 3/73 Chain Link Fence 686 4/72 Chain Link Fence Gates 687 4/72 Cast Iron Curb Inlet & Flat Grate&Frame 701 1/1/68 Cast Iron Type"Saddle Creek" Grate&Frame 702 5/21/58 Type"A" Single Inlet 703 2/70 Type"AA" Double Inlet 704 2/70 Type"AA" Double Inlet(Alternate) 705 1/1/68 Type"G-S" Double Inlet 706 1/1/68 Type"Saddle Creek" Single Inlet 707 1/1/68 Manhole Detail 708 1/1/68 Cast Iron Manhole Ring & Cover(2 Sheets) 709 9/7/83 Type"C" Double Inlet 710 1/1/68 Type"G" Double Inlet 711 1/1/68 Type"B-B" Single Basin Grate Inlet 712 1/1/68 Open End Inlets 713 1/1/68 Sewer Service Connection 714 6/18/58 Typical Riser Detail 715 12/74 Ring & Beehive Grate 716 11/69 Area Inlet(2 Sheets) 717 11/22/76 R.C. Flared End Section(4 Sheets) 718 5/71 Connection Detail C.M.P. 719 2/13/64 Drainage Inlet Type"T" 720 5/1/68 Curb Inlets (5 Sheets) 721 4/20/83 Concrete Collar- Sewer Tap 723 3/70 Pipe Plug Detail 724 3/70 Sanitary Sewer Water Main Crossing 725 3/70 Construction S.P.-3 6/97 3ot3 SPECIAL PROVISIONS STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Pipe Bedding Detail • 726 3/70 Sanitary Manhole 739 2J19/73 Sampling Manhole(2 Sheets) 740 2/18/82 Cast Iron Manhole Ring & Bolted Down Cover 741 6/28/72 Magnetic Detector Installation Detail 801 1/19/70 Loop Detector Installation Detail (3 Sheets) 802 9/12/89 Pull Box. Type PB-1 & Type PB-2 (2 Sheets) 803 9/13/89 Service Riser 804 1 /26/70 Overhead Power Service - 806 3/78 Standard Signal Face Arrangements (Vertical Signal Heads) 807 2/8/88 Standard Signal Face Arrangements (Horizontal Signal Heads) 808 11/16/84 Pole Bracket Installation Details 809 11/16/84 Pole Bracket Installation Details 810 11/16/84 Pedestal Mounting Details 811 11/16/84 Span Wire Mounting Details 812 11/16/84 Mast Arm Mounting Details 813 11/16/84 Mast Arm Pole Details 814 3/6/92 Mast Arm Pole Foundation Details (2 Sheets) 815 4/23/92 Transformer Base Details 816 2/24/92 Luminaire Arm Details 817 2/24/92 Pedestal Pole Detail 818 12/6/84 Pad Mounted Controller Cabinet 819 9/12/89 Standard Traffic Signal Wiring Code 820 12/8/88 Standard Traffic Signal Wiring Code 821 12/8/88 Standard Traffic Signal Wiring Code 822 12/8/88 Temporary Sign Installation for Construction Projects 823 4/18/86 Street Name Signs Layout—Type"A" 825 12/10/87 Street Name Signs Layout—Type"B" 826 1/30/87 Street Name Signs Layout—Type"C" 827 1/30/87 Wood Pole Span Wire Details (2 Sheets) 828 9/28/89 Speed Bump Details (2 Sheets) 829 2/28/90 Standard Valve Box Details 841 4/13/60 Construction S.P.-3 6/97 4of3 PROSECUTION AND PROGRESS /LIQUIDATED DAMAGES PROSECUTION AND PROGRESS Paragraph 8 of subsection 108.02 -- Determination of Contract Time for Completion of Work -- in the City of Omaha Standard Specifications for Public Works Construction, 1989 Edition, is void and superseded by the following: ` The contractor shall be substantially complete with all work prior to the suspension of working days. Substantially complete shall include, but not be limited to the following items in the contract: • All preparatory items • All earthwork items except sodding • All bituminous surfacing items • All concrete paving items • All sewer items • All utility items • All traffic control and signal items • All signing items In addition, substantially complete shall include any extra work not contemplated in the original contract or additional quantities of contract items that may be required. Working days shall be charged after substantial completion if the engineer determines that the contractor is not prosecuting the remaining work in a manner which is conductive to a timely completion of all work in the contract." LIQUIDATED DAMAGES Section 108.08 -- Liquidated Damages -- in the City of Omaha Standard Specifications for Public Works Construction, 1989 Edition, are void and superseded by the following: The contractor shall schedule and conduct the work included in this proposal in a manner as to substantially complete the work in accordance with the construction drawings and specifications. Construction S.P.4 8/97 1 of 2 _ . i If the contractor fails to substantially complete the work within the working-day time allowance. liquidated damages shall be charged for each day after expiration of working days as specified in the proposal, or after any additional days which may have been granted by the engineer. The number of working days set forth in the proposal for the completion.of the worlds an essential part of the contract. For each working day that is assessed after the expiration of working days as specified in the proposal, or after any additional days which may be granted by the engineer, the contractor shall be assessed as set forth in the table below: LIQUIDATED DAMAGES Amount of Contract Damages/dav Less'than $100.000 $ 300.00 100.000 and less than .$500.000 $ 500.00 over,$500.000 $ 1.000.00 i I Construction S.P.4 8/97 1 2 of 2 • 'XI1I1i; � �r �..:7a= NC . ' _ et • Z. �.:43 z~3"�� • _J.- •__:a Z 5- -« • ,. :. �' « � dam. oC'.�";.• 3«: 3G� _C�5 a.= C�a�.:G� 4. YC 3C �3 _ - _ -� ___ _-3 «e __-05z_ e^ C= St'=C� .a _ .t1 _ r Cj...._.-_ • 44 we • C_ - -_40-_S C� +�3 C� :��G. C'4•C �_�r. CC_Q G :35� d... _ a. • _ s S::=C-- :a_ - • -- r `=C_�e _. - =e =It sc: == =J -aGG«C GS =Ss3C - v= -. - a . :se = _2..:'-a--•S _ • • --CC 3 .�� __ .. to _. _ 3 �. CG a^�SC . :L'S_:e55 --G�' -- GSe_ e� C� 3= _.___3C ►3 =-S_:r C::_ c =_-er-s _� _:GG• a: 3C �5=73�7_ • s = • . _ • SLSGS 3 s : — - ML _-. S:a_ .•CC ..CSC s a:c _3�cS . �:C= -• 7� ' aC:.-_ _ _S _av a-• _ CG 5Z'G�- .. -tee - - - _: '.- a.� C«3 C� ._.. 7. J• _ — a- • •• - -s. woo - - -�'3 i_ . �.r-ram.-r_� -.r ..4 +r_ ' .. . �2:f. s 2C� - 3.:G • -rat.��..+. ♦ ft, ate.rw..___S • mer ` ' ass:a- C....L_-r _..eS ... �r� - • -_ • -=-r `e. 3--� - C a. .: . -a .=_ _ ace • ==-� a •-• =-=--•-_. , re_a_• c;_==_-�ir _, a:-' •- -a-__T - S :__==3=r:2� d:c::-_ a �te .====e=a. aSZ�==a :s C Zr___ • ..a_r -e =L=ewe•: ( ' "'_ -c =='r=_v a �.:e =_sue ` - =G»:�_ C]•• _ :G.. a.... (_• ) • WIe-` --T 3c�..--. r• �L:.-. -Z..r 2.....Lr C C ••�...•..-.-Q• .4�• �:� =_fie_ =r == c=tee se--= saw ==== a..s�• _--re 3:. ace=-_r art . • am • • 3 • y -i_ G y .fie M- ;5' -.e SL; = -_� ��G r �3�3oG= rC'��............ .'�.CC"�..L'»�3 S.".. '1.'�. r. .2_..,_-. S rw , .....L e • 4. ::.G Me...". .,ma y- . = �3 a •-2�3.:3GG a. ••CG'1==«G."..... Z.S ••• y mammas. -_ _ -� _ Jam_►. • __ -Z -�. 1 • dC_r..e�_ a.:` _.,..� »- y ---' - ate •_.=�1C=,�e_- •••sr" 47. 410 j .� = - - - . a =a.'c. =- ==a- ~- '.0• - IL :' ace- sa - _ -_ca •:�-a :.Z=- a1= i» Lye -• -- - - •e.: .. .. 7_••:.:a- _»s :=..a-a-==-•_ := _. . • • • • C • a __SS_cL:� —a.- r =_' f o»- r:.a _ sL' .a:c- c= �:�- _ • _ -_a._:_ 6 --- a .•e=-• -= w - c se_s=_z-ate__ v_ -• e -s -e. • f I I • --c V . L I • I _ 1Si -- a • _ :C �3.�� = CC ^ 3 �S •C__5=S :-�-3��_�T "3+C:_ Cam::_=3C- - • se_,___-» ae�_ • . --- a..2. ...e a= == ' -=" --- a. Nc . _- -.es_ s al..:.. �e acsa==== :y c=a-=== ace-cy • .._ , _ I — :.L�. _CC 3- _i. 5.�31 C_ _�__ • �_ � S: C_ C -�3C3 -'.31 a.,•-- _ -S �.-.. ( - • ) ? :t 3�:::5 C:T�.===• S 'C:=SC CC:����5 CC 333_-�� -_ =: I v;.av a c�^.a._= c. '_ _=a_- • -3 ;ems..=___ �7 .-a-a= . •a 1:__'J ate_ a. -ate C. :.». S: 35 ==^'_S-..S r_ ".Sa►. ate _: _T.Z.:-_::.1 = -�� . .S ft. • _. . a :C�=_»C::= :.-r-`:C__G _XC_�'� ate_ . C'�i S_`-.-: e . e5 ;' '"-:ar.-• na=e .:.?CC••C-. - • . �:�:a - =- . A am-mac= C • • a -_. ___- cc._::c_ u - == _ == c= s_a:.da ems. • :ram .:a cc•ra-- `e -e= - -cc N ad e^`--1==4 - 4.•ft. .r:s a^'-ae _._ a.. c� ei= :_ ce-- c_ _=ac-:s -s --. --e_ -'' e_ '�e a:�a=� ar_; ac :. s==arc.. • L:r..C- ..V - ems` 1 -.a • C= • a. T_ �.�---_...v.•, c• :_ • . - �a„ c= ace^-: • • • - • —. =e.=. e: C- - e c . s cr :=_ tea_-= c= • =_. __-- ft + �a c ===ens c= -a-- __ :'e=s c= ace-3s s a'-- e_ sc c__ --- ac _ _ _ := -� ;:ter? _ ...3- s• C= a: `..�� 3 "sc _a_ - ;3c3, ..3e3�a' c_=_3 -- - Cj 44. • • ..h s_a=-a==s -- -- r • --- '_cca: :a:r c= _=S';=a=:c::s, -= -..... _sc===-=a='' ac- »ate- -- = --= Ne::a:;.es , sa:=_==:s . 4.0 .A41 444 -�= - • _ . -_:ems C_ a:= a -• •v:-tee __ _ _ __rV_-.. - - ___.-..._ ems •.•:• .-_"wt- • • • =a===e ^ �a�^ =. cse; =:.c-:=_:ae:_ ac=-=72' sa_ ce :e•r:evec =y - e_-; - - a -- ar _.:e : =_case c- essa-' a=o '=»s ..:=sue 3__.... C.. t ,i ....3 rr.. Cis -"6k:,.-1 __ a•e. •.r:-e_ • = _="— � a:. ar.aj -Ys" s- s. a r a ad= c= =e asea __aa `e � s __== : - a== a== 'a s. a� a: -e- a=_-- ::a a:a=1s:s�- - - c== �s = . .. : a. _ =ac vc ;?_ r.e -cs_ ecs-.c= cai . 'c_cs_ = • -_ ;cccs a. se_•- _..... :/a_ • • • • • • _r :- . s _ �r+at an,' .•tinarir - i :---s . Ncrter ' s .0 37 du 77, 1 �S z' e_ Ft 7:71S s . F : is na: ! cnsi :ctic-r tc awa :—.1a .'ai . :Mar .. ; c to `tali lad ,".. ncri 7 .:L.s . neS_ Cirns . iCC:.•: Z a • _SC ?rtCrJC . ? steas .:.SS : JG taken : S � 1 .•.:.8 : iv^ a s sss- e :na . small and mi nar i = '7 Sus . Hess _ ire : iic_= •Nn .e �as. i s V � •- as .c-r =es ai su�� ! _s , ec• i sre^. ` . C?fts : rut. . is 3Z.. ServiCGS . Ar: i .:..a : i , ^s . es :nail include 'a . 3LiCWI 5; • 'rl • ( ! ) 1::ciuCinS qualified small &d ;:.i .'1C .' i - .C.C.SInesses an _1 solidi :a : Eaz lists . ( _ ) Ssst:rinT : a : small l -v tad ,i11 ..Za : l �r '��is . li i .i 3 are so . c . . wne:eve- . Me7 a- e ( .: ) When e:cncr..iceli —a - i i n :a ::..: lief tasks +•_C r i e. :7 erm l . S and =i ncr i : was i Hess ( 4 ) Where :Me 7 'cL• 17t^.eat es :a ,7i . .:nin C::e�� i _S '•VfI : C:: will a :. . . g � iiY •-• _... . .s nc; i ncct:r_;s car *. ici -st i ac. C~ =at l and CL:s 'i .._ss . ( i ) v's i nt .Me ser7i _es and assistance a . :me Sa:.a! . Business c=i .: s : .•a : i a n ^ ( ( _ r .1•: ,: �s^$. `�e^ ' v ` : �1 a � , d c. . c.• : ? Business :n . e -Y: is . cE . fie C':. 27=2 Ind :ye C:......uw. t'• d. Se . vices nC•/ .. . S . r3 . ia:2 Ls :eculre C 1 • .i v... .«.i .- are : .. �� 3 r , e..:. . I ,: . e ; r I.:.e __r. : . __ , a- :a •:aka : :e aC : i ..-a . . ve^stews ir. l :mrauzn . aacve . C . Cron : e_s snalt take si...itar aaarcc. ' a . _ art . .-a . . ve acticr, in st:,:,aar . ar wcraen ' s Susi :.ess enter-- . ses . c . Ccsr. : e_s art . _aurased :a , . ac:.re ;wads and se vi c _s• -= . atar a:_ss . -� • d . C:_Z :a: a&-envies may i.:-. ose acd : t . cnai u ( s c a nd e.^en r _ r �::: 1 � :3 1 : : :Me v �a;CiZS ' e.°..S Cnl7 ta :Me e: .ea : • scedific. II7 mandated .~.y sta. . : e a: r7 � Id_. :: 3i C17eC : . Cn . _ - I1 . Se ! -: : ! a,: - rac- :tz is a . 111 rCC": e^..e^ : i73::Sa : iCns , rvsardleSS ar u(�a � vv ^ • y � '-= t '�• : ; C5 Cr v7 ^.eS G i l 3 : i a.^. e::d •'i i ncu t i eSP.7d : a G'.= t I v ? 1 uT . s :`,a ! ! be CanCL'_ : eC' 1 - - .. a �'.�.:�lr,Zr ♦ .i.Z L � ..v I ves ,ia.'. ........:. rSv ::1 ��. • • MI _2C0 . _. • = e-^t_ . a _mac_=:: ._s s=a ==_ =_S=_ '- - - • • 04 wCo -3 • C• -:C• :- :e- - _= =_...�:3- - ..-... ::CaT .i G ..v- a_ _ . _ i •== - ( _) -_w- --• - ^ •• •.. _-_- ...yam• _ _, _ • _ -= �.:a.1.. _ . �.. =� •c::s:-_ss; ( • ===-= •• sac:=-=zs -e..... :_is' �---: - ) .av 'f:'..�:_• —• .- __ 4. - - -- $e:. = _ � AGO_..--GS • ( _ ) _c_ c- --• _ ' _ • s-.a_• 'ems C '. -f%_-G -.r c•:•---.- --'IG SBa�:c s __...a r._ G_«..-'.mac- ..- . a •-G ... " _- � a__.... Si-d:.-_ 'S _ a ) == a - I a -- - - - ..__-_�_ - S___...•-.-..._ a' --.- - a s=y__.^ter_.= --_=• • = c•_a:. a:c :e ,a�=e- - ...a-an 33 cG: C� . - Se c_ � Se r.�� • a:.0 1CG� - � r• S _:_ Se - . ---_e 't -- -..— GSSe^c=a=.. _-- - ==ac--s=_3=• cs a: s_.a.-_ca_s _c .....;-_cam ; .ems= _==.••== - :s r Asa. _a_-== _.cc_c srec:. • ' � • -a__- •-Sa•c�_ _eaV -__a- __ a-_a_•, a s s:+ =. n^e- - - -s -__-=ac -; =� = _: •=c -ae s .- c r•�_ ' �_ .. :ca Z. a=: ac=__ _ a «_=3 _ c r. -c_a� =s sc= - ca • • se sac as a :se•a _: `s:_�n a-----a:_ _ •... sa.:::_ =a.....e'�:=a=: ��_ ... :s= :e -e_ :v _ :r_---- s=a=- • ===a=' :r (= ) C==a==Y se= :r�t a.- __e•4-s»_ .4 ;ic. ..== L - . a:� a,_ -• G. -- _-� _��3 rm.: r.» -ae:__s _.. se _sec -__ evai ••a__= s c= • • ( - ) iva==s s::a'_- se Baca ,................., . _.. • • .=s=-=5= = _=" =ac -z JR -=ssess ``.s cr..csr...." a.. --_ == •= =--- sL:---s3= = Y - ---_ .-.- __-:.„3 a - Sec G'Z_ _..a•.•.-•�- a_-.... aa:a�_ _ •• , . �� • :: 3'..c-: ,:.a_-3•_3 a.a ---3c-c- • • • -.__--wa�ma� . a�� _---_3.•c..a� a.: -.._��-a. _ _$:.:.__ems. Na.• -• `tom-.` -_ eaa v+ _ a • • L ' - S../� _ L L • �.1 • 31 ! • I • - • is A,_ac-.zer_= C • made li sea, __ • a ~:�?"'_�•_ Se=-• a .::.� �:_�_ 3=e SCw.� 3�� a..- -----_ _3�C __., � '? : - a"—eTa__ •- - -- • r -r.e^•s' C ' :tea-- ---• =ise a ;c:_a= :_...- -s ce.0 t.:.- a =a- _ _ -cc_ -_ a=- use_ a: a :c:=_per:= • • �• - _� ` ..1 .._~.ii acid--_• 3�• J =� • • . ': •••y its . - _ 1r.VSe • • a==== = sce =-_• - -:s w.: ....Iv aCf s-_ _ _- . ce :=as_�.:. • _ . ( a ) a= ,.:e--• • ad:_- .. a - - -.�ase csse=-r===� • -s eva::=::J.. . • � -- -a`__ (_'• ) �'dc c= Wc=_ -:s-c:s:===_. ... .-•"= a-_ 3 _._ S ... .SS. -3C �� Se!QG� --e SL'"�e1S� -• ' =a�-:' c- . =as:s r;_=e• • •( 2 ) :. ====a= ad.„-.....--; - =Y I.:s c • ( a ) • 1• Ste:.e: __ _. - • - • _: • �_ —_.. --C _ se- - Cie_^.4 ^' ^• aC._�_se_. - -" - A. ---Y - _3_ .. •- - - -- • _:QQ . _r I A_-,c:-en= C a ' e---: a- =-�e a P- ♦c asca.a. :e la-+ • __ .r te-_.- -.-- • .... - -� awa S a ce Zo _ :r -_ - +ra:- ==-c:--== - . c:a _::coma� =.. _. = ac=-= a: .. --== = _-= ==_= =»a:_ :- -- -=-- _=s.s arc ,._•-.'ate-e.S4- - e'�-' - -, 1;-'=- -4 5 _eves=. ?a--«et_ " sc_:::__� =a•� _-' _ -•-•------ . . r •.ate_ - -_r=- -_ • �sc_.._.=s a=_ c===_= •! =a:<:-_. ".- _. • scc::c • ::s::ess =_asc _:: -._ =est -===_=5= - =`-.. • _� -. v- .-_ a--.f C.- • .. _ . - �. _ _ • c: ;sa ':? : : c - = • 'ate -__,; :T. ... _ : ^e ..._.. • •a= cam _s --- a. _= a- = ae== a -=a =- ... — j.• .. = -- _...; sa a= • • oo % } =. - - ==sa_s s:a:_ =e sc_ = === =__» an ac •a : :'ID .. - �. ..d*._ a:__'4.4 _ ,.•-. a«II^�S C4 :.-_ . - -MO 5«e:'40- • — � oe^'�5= • - - =�GSa . s.-a: : Ce C:::: . 5 -e-' ai_ -�asc::3�i g -s._- *0.s�� L'I -t. SG::..=5vCC : . GC3e .� - C ....B 3C. _ te_ __.. _.e ,3a: 0 7 1.= .a::__.^.: • =»==_ ==:ar:•r_ •_-mac= =_. • ( 2 ) -=e 1• =s_ -- _ -- csa_s =_ca:r-: - = a: t3 - c_sc__s__::,, ate= --_c:: --= cc.-==a== '=• awa_ • W'r ...........05a. _1_ re .....,_ _ S`a+ - ...sue ~ - - _5.-i..__ _ - -a---: ___ • =...SZ a�� .. -.�e.: 33G-GAS _..••S_G_�=... 'v.St:'.-3SSC 'S- - i • J • _ a. ( 5 ) C:ante_S t=ay atilipe c= - : hive neTstiatian racedu:•s te ' p::curtn:en t Q : a:cn i : ed .iS al / eRS i Zee: i :l5 p:_Cess i ana i1 services , ;1 C.. :a ' qua t i : ( C• t • c s are ev3 1'i:a : eta. -- the :acst quaii : iec c=: et -s ' and s is Imo • Qt2a1i � ICa anS 3r� -'r3lci3teC : he cs ' qualified ed cc:-aet - a:... __..� . . i ° r e_ : ems' , a : and reascnacl e caimmen i s s sup j �c ' :a Zegc : i a t i cZ sa i cn . Ncnec.:"retiti 'r- nesa . iatic;s is pracs-e_^..eat : ac:; : 1 sa i i ci :a : i cn eC 3. p:apcsal f r:Im an ! ? cne :au:•-e , a: ar • er -- salicitttian c : a au : ...•...e.' aSOt2:QGS , CQQCi : IaT is CeC _.':CIt'tL+C t e i Wade^_3te . e : �QnC«^...". . i 17G .^.a'j�'' t I .t : t an maymay `J CtSG'j YvRG:I :he award`c: a car: . i Campeti . . •sc : is infeasible i;.^.de: s�.a ! i ?u:c:tas � : ve tiG`din ( ,a:;;ai adve: tisi :.s r..) ar caaeti . ive nesa : : 3 : IC.i p :^.Cedu:tS . Clra=. stances under pica a cant :act may a 7e 3Wa _ed by acnatmoeti . ive . :e"3atati .... are l _'i...: :h i :a . a e . . CWi ng • ( . ) The i :elm . s avail3b . e cnly i. _= a s . :;- = SC,.:_- ; . ow g tnc j a erne:g ency when :ie end? :he e^si :-:�e.^. t will c - s a. — rG:-lmi a delay iac : den: : c car:. eiire • 1 sal i C : .a t i c u: ( .i ) `eFederal �� • .. s• . -a• agenc.r au .:c. i :_ s zanca:::re : i . ive ne;c : . a . • an ; c: • ( 4 ) Arter salicia: icri cf a number a; sc•u:CeS , Carreti : icr is — t . Additianal . innavative ?iaturtm..eR : atn CCS may � G :used b by s-=.^ : e-S Mi t i the a;.v:Cva l c C the S_=n ::: ayt.^.c r . 1 _ciy a : :la:: a:e :cvai shall i be seat tc the OFF? . _ 12 . Cant72C : ?, icin` f - ;'.`.e cast plus a de:c_:t ;age a : cas : ant :er_ez :age at" banst :uct. lan cast met had cC cc:. : rac : i ns snail not ;se ':ret Cr•nt _-s s,'la : ! :er ;c• same Cc..l= a : ccs . e Q ? canalysis in _ca' m_ c : an 'trl t:-. every : :'Cu:aJZ8.^. t aCtiat! iZCiCtC: .i _^.R . '3C : ci . ; . c= . icr.: . Ccs :: a: : : . c:s based an estimated ccs :s :c : ca,: : :3c :s ;:n.Cc: g;ar,:s shall ' he ai1awed cn ' v :a the ex .s.^. : that u r- Cast i .. C: CCSt mSt ..^.atCS included in ZGTJt . } t _d .' Ices =:= cC..siSt_.^.: with F :'{_rgi • cc: : principles . . _ . Cr=n . e! ? -lcur.tme., acc:ds C-aZ : es shall maintain recards sufficient is detsi i i ;: e signiCi _an: : is :ary c ` a ?:ac•u : t^:ent . These : ecc:cs snail c ` • • • • A_=3c:_-.8i:- • • _•1- :C_C:• '-••- SCC :::.3 :ZQC• Cos_ 1 1 _ �.. . : w.e=AC .. .C _ `«L: .Sat := Q- • _• 3C ses_: C.. C= =- r =�C� =a.C: ` C :aSS 'CC - e CCsC=- r - • 3- - - • =_ - •� _..�C3CC S�-CS - ^ ..-C • _• .• ;:�GEC -y- C3C�5 a. Sa:CC�3-3CC3 a5 ^' _�_ ^ l-; e� • •• ••••:00C _ _�e 3. .. :•3C•S C %m.:C= t _S_•_'S _•• • ��- S«ate ��� as_S S.:aT? CC�32.:� •--- a- --=a' ai -. _�:e•'. :it.IL a--=� --= ac:._:_ s:=a_ re , - ac_ __a 's . a --- --'e - stc-- Sam = '�a..= :e-a: �ss as = .t =e3= - . 1. �- _3c_zmr.• _•: ate__ sue :e --- ___y___ -_ s' CCG spa:- _=• - ... aG�_ CC• sr.- ---3G- `Z' ~_ :aS�S -.. SE'C___ a^_. w Si-ate '�SC� •+-+. • ' a_ec =� . : _ == ac:;= as 1e_ ' as_ -_-= _ == sc_ _ - '=e =e c ac_ .o_ �e a�SG C3 . _ :SCo�C6S.~= -:-•e _ B __. C� ---.---..a - • -- aC_3 aV a a :--sr C� a " �. a. -�_' - - _ 3C _ .. _ �� , CCv mot C�3.:C �S - -=^�• - - - S'.::G�3.:�_e5 see?• CCC:C3�: a r:C 7 ... • .` _;', as a»e:=e_ � � xe_: e CM:= -. •a3 s. e `er - Jara er,-_ -.c= a ='3 ( C`• =a-5%: ) a:.. s-.: 3.:=s c = -:c: _ :. • =-:c•• c= • -a:= s: a .- .:e a - s__==_ -c= _c:::a _e •r_ _ec41 ?. � . Cea ',Zr_.:t.aeCT nc_ .3 LSC 74) as s�=-_ra ._a_ : u_- —�a - a -_- = ( = ?a=- - ) A CZ _ .- - r -- s = S-6-c—ate..zS. S�3: ! - - •no _- . : -- Jc_:c, _cVc.•re a-., lac- c: r.:e --..e_^.sa-4 _.• _.:= "-a= • •• c= = = - . e- CCC a::a_�sc :_--=- - _.. =3�s _: x 4=ae�. s a:� s..--- -_ I : ___a : CI • �/3 , _0 . MO • -he Za-:=s-Bate: nc: ( ... _ -- 1 -e_a=~e:_ %q_c= _=--•=a=•_--_� _: a } as st��_e a^=e_ �;t • CC.- -3c� 7.= =�3�- .:G -a.-..• _ _ •ate- _ } ..:.^.G� �..:�5 .�tC� • _:.:3.__-S 3_ a �3�� - GS -a Ca.V '�aceS :_ t i.^rC'�_ S a.:C j a -ace CC=_-�_ha=-_- -ad- - -�� .�». �d�_S See... . . -, mai _•;a• : : s = r S' S:dam_ � 3C: SC ,7 •' a4_ s-__ . _a_ =c=_== =act =c = - -- ' as-e= . _--= �3�a=_-.e _ _ - _i_�- a� av3-4 - ' ---- 1 mmo*ea�3 -3� C.. '-e 3G - i 3G. -a'a! �e 4===.. s:moZ.b 1 1 '' -a »`._ -ace -- ==_.. -=_- -e �:a. ace. /_ _ - -a= s _..e • ..cc _ :eC= _s - -: -n: -_te a _ :a--- .11 _-- -' _ ( 'C `�-. ) .T_` - . ...=. -�..••_ mhe . -3 3 3c ^ ' �'- _ ?- __ C- ,.- . WaceS' ..1a-1 'LC�s�3Sd�: � -G- S3 -a Ste . - �Cra /. -_ IT s t a S -3. C3- VCR e� - 3 / 3 =..-.�3= a .:L'-S =C=:<:� _._ =:CC_SS .- _ C• _ • a:c -��C=e= aZG�:a� - S' rt •-15- 1C= i3C -.•..•-•.• rCSS � 3z - ` -- 3 -. . - .. :ah a �.:5 :.. •.'_j -G.3. -=_Sa=_ =3=- :353:�C4S , C - .... _ - - a.n-i 5_- _ . 3 az:.. .^.G3_ S - _ _. _ 3V3--3=_e .0 --G .G:' ':te- 3 a• ----=5 ---- =3_.:3__ -. . S»_S C_ =.d- :=�7Z3C=S ins- -a- h. -: __ate- . =:3--7 7 - -e - - -_ __- . -a a._ s -B -z -_• - _a_ - _ _ _ _^„ _ - _- 3=r3GS _ S :_•!: %ems . : -: CC::=SG - ---i --_•. 'a==ate--• _- - - --- T -- -.1= �= ate_ .-�..-5 17 :a•:z3s _. - -e"�- -gam .. _ •• a- s ( ex==== �.-se a-a== - .-a . . I _,,..__er: a ace.^_^.1, •tee C.: c-- ":e _a_e=at _ _, j ac. �:_ -a. ...__Cse. -3 _a �: 7_ac_: , ^; •a, _ Cec�cs. ece -ar.=s, =ace_- `'_7_e-', sa_1 have access` -, - . ca:c_ a..,4: _xa.:`»a = ---=ac === e•1="••ase c: • • "G:z.._aes s a:: _ . va: 3==== = _as -ac; - �a.- _.•=e �.=�ar-e�_ a»c a c_ =_ te4, e-` - --_- a .... `�^ �a -�• s . ..=_ i=�i . 6 a� :.�. l _ue_ _ a-ct =s ._��^ 553 . vVC ^ _a -V 5:ate -- - te-- a rcv_s _•- ?di-'c -e•-•':es_= :����ce 1=== al , a= 1a'-'.. s=a:�a=_s, a c-v ' - .s_ s::ec -===_ =---- -•- :C4 c: -- 3: n+= nc- ( T- t! C -_ �) )Sec SCo m-e _ •�= - -- _. . ._ 0_ _ ---+ A.�,•4•-=• _sue-. - • c =:-ac_s. ^- _ _ _ --. a _ •- -_x er,m_ -ems--- -� _ 3S_-_ __:S . _ -S- :5 • _ __v =o .. = _ _=-=e-- -ter_ a'- - �a -=--- ss�• s�z.. • • =' ::- -. __ a== =c ._a::ec _=_-=a ==_ •- ___a •• • • --- -i. - ...... ---_ `:ems _ o�_ Z:_ ( ' . ... --_.�" }•. _ �. •• • • === ems., a -a -z ,GLa..= ac-�_: es a = ==__ _- ' _=_=tee.:: _s , c�a-_: ...: - = _ ac_ ss -s___- - _ a-- . t�.: e�s_cr ••crk - apses ac--, :v_ -==- C�_ == -'=_=a='= :_ce. a»e== ? C=a:=_es s:_a!= -a: ........... e-.r.:=_._ -�a= c_..c_ae_:.-s --_a__ ae_ ac.�• .__=_=3= sfs�e• i 1 i L YEDiORITY B L SLNISS & WCYLVEEN BUSINESS 1 E PRISSE PLAN of OMAEA ?tANG A r =a13z 1.93 • PLANYENG D EP RT`r1E`4T Cif :OF 0 L'iri. MINORITY 3 L:MIESS/W 0 ME:i 3 t.:M -SS EITERPRISE. ELAN • L`1T30DT'CTIO Mi ot.ry and worn= iay as in:por._at Orc th Crara:s Cvc- I;Taxis for:rt:.^r srm-dcsh. Pros. and osgc:_y. it s vim!. th C.*y's =nor...G CCridid=II and wed be:ig Ghat rth..ZCr±f and worn= :us+:.csSes r"'.GC. -:rive and Jrosp . =oaCrric =y�+=L'f and joO oc'cflt•_.--.in5. Towards the f"'-'7_ent. led 3C:.. ._LSsrn.= of c=e s:u70r^._nt aCe Ives. cte. Czy of Crra an zo CitaC7..ty and•corn=Co.tness Gc�ecuuii,..:t. • me Crf of OT.:.''.a S 3rarcz . ne ^//'.70rn.e: C."ie cc'a:."..t is in its:AL'Ct of :Ca-r"..,.5.»�.:n3ton . the =rad= o2 C:y incinding ::.e :rocu.r':.•."'I.t of pods. and. scric=. ccas=^ as and .r miry and naa=e d veicnzLct preje^s. roe =crg ze cbi+;ccn :c eacd sew nt of the varocs cr .. ^'r s it series. {s is in rr; *icea of cce roasbiii= s that e Cry e�Lzne the Cris Con=c Coz Liance Cr•.�r.:IICr. • • • • T ce c franc co=its the C:�ce: - .. -meiCr'vc.dcrs :rov'de wihc n g tri.iI • -.. . —ec.ccicr, se". cr_ .n • 1. xcr,.er wn=^r and ve.^.Gcr ctrai Ccocr:^rr �i'r.'.. =zoo::. Lo.c�se .e =z i 17"x'r..ast="'..j Ocilla;voila=of C7 CIL'"'n awarded may- owned and nor..=-oarae:i..ws. • GOALS .`fD OB•IELiivt.S he following 1c...i..S.:5 a Sr*-"*"'+rf of the ;oais and cOje tes of the ?ta*/*Tirg DeraI""�' ' s n..nci±ry and Sta.. ess L 7:-.1=a;e. and roc:Ctr cosiness and pry-._ =s eggcr nit=f warm Z. . lad' n i the awarwess and Cif....-'T3n g i g the cons. aCr',..c+.= and?i rarces „C.^atng ZIC-^-ase±yIIE:W3E?ar ''.lea is Pt,"T':^g De u..Gtc a • 3. Asss.yt3E's/ 3E s Danz^ the i:—,Ror or mess CS.T1e..: • .A.SS.Sz .*icy and:'^a_ -.. ....�r"5 in he for ,irm and zronwrii of new grail • cr Gssez and • :.:.V*L' ' "'^'r-':SS'.5"�^.co ceighOotr.cod MBEs and rrV3' E'S za rC'ese th`Parma._:an in the?jam•,,-;rg e.?eves. SCOPE OF WORK order+i1 : yL:a zr4.w: caf ies re 't T..w;A, CC�.rrr-i.i.r:ii: L. 3=:= 1.at .-e i of Sr: :wards, C.lcsiii g coacs, or leads cc cevej ;�v?de 3 1,G�7v G l:d -^rba nD 3=-Q Y Z. _=srr~ •;,,.Recrszza fcr Propov.ls e suer.. ca of Mal Z =tari�..aas. 3. =;S-c the grozrzrz of the ! i g Cr -e:. ..�.t__re :c v� a die .�,, f, :.."'N5.._.....2 waCSe and aT{' = `yQ C:�v 3 E. . "Ci'CIT� �C:'r'.is g 7. 3C s of to c7pcx•. :Z:es r. . e• S. zr._e..t : rist :a c^z::r M.3 E and N'3E =--^S loin; u�;..'" zTM to ca b. Reauza ccieloze:-,, cororzicrs. a^.dior sole crcre.:.rs :o ,. s,� r t;: to Cearr~eat ' c e :— szz; c *:-erz � c�c A. C_- i=-CC•?(mac= Rez ar_s -r) 3 C riw-iere a id Lr.ae-_rtca,�'�^er C aL�.. * ?,.--._.acing vises) 13r cas 7. ceveio;cs. bar7Craboas. garersaips :actor sale rr;rie:^rs cc :revise regb=ribra sir--atcrt ca au sua..:oa 8. . .1--a.arre leaa=..-ors a sar==z tar icas .. be .:.are available a2C iCl �?T'i .r:cn -Cage Z3S6=a develam ?ea;a C."u. i -*ra cer:cc= far or-,tca ca year bus:::ess and ail stirs-ccaa-rz.a Faviding gcods andicr se.^ric:= ea :rci=-s "' 'f"i by ralcr _.;-lug= z aQ*--. the Cry of Omaha. If you have any C''esr_ous v'r �," � ' C: ?LtS`:G: rrz# :_ t 3:p CZ`rtmr":Mr. joirr�sarx. Sr. zt 44-sicr.• ... _ :is :ca � s� i ce M3F1W3E :OR EMPLOYM T foi owi:ag Li of crr^_. i.S rovtci=' 33 Stet you L'I ider..'"�yi g icw.G-aiocw.�i"icC:.1'.'.C. �� �~r�:� ::.ic/�rnertt a,^�o�r.. =�. /YYou=ost.�.�.ryk -/ �a .mow ors ro ai.- Ec�r�e-+naac. e fnco • e. vrsoas :rzi,.i C�.I���i' -• �y�..�i..:�w►,1.iJ Erik= to.aor eie, obj I ae:3 a=oriisiz ale .3Dove ;gals. following zg41 r=-s s oold be norz of iaitzt c cr-=i:_' for QQ-rJ7-frcd—^ 'az'Z�"Z"r';ezvans. • N :.s �:.=:roL or-CamilaJob Seri= YWCA 50 6 .=rc ve e =Sow 297a Scr. 53E11 Cr,n, NE 53131. • T a Me P C`...^ Stqcrisr ?: =C'�:�,rs ?•:.1e-Ftm Dir. 53-3i:;, • 345-6555 • lob Cr=-C-ataaa • Crrs Iac....1. :Of Crnaiia 31ue Lou C...--'--e 2311 Nor" 45 a S¢= 2421-23 North 2=uz Sa Crrtaaa.NE 53104 • Omaha. YE 53110 Dena Sv*t.=Wes-, Ex=Dir. . O L:'ra`:B.Dir=r 45 r--5 r o C acme of Lac. • 3C=-24 Ncr. :=t Svc • 53110 -.52-7li0 Sc-Ions far Enc. • 5CJ' Scuts 23rc S Cr=na.NE ,5310 i - r--^'-r Mcz3. sad-,e C:.lf4 .!jr DeVe# C. orizion =45 L S c. Mars Aver.„ F.3i05 y L -.. =eve DL'r^.T 344A71 CAr3aa y inr+•+r2ii�'t'na C= . Ncr _= ScT • • . Cr. .NE 53II0 - Dr.3c-.:Linz.-Dec:. _ re Dir= • =57_ • • • A • • MB;L W E' =a,R GOO DS 4 ND Z VZC'_.S Ycur car.. =y .zap: '+e::Gars 1'731` or ".:/e Carr of Crraaa's gaiicr to al cIIucr�ity --°=ca of,: r.crrf. saci arri Waac cartie:f business. t a w"Z:is `' �.":aaiisa his goaL ycII 3ffiyz :r�rwvi6.1�C.Ip�y."J.�I!�::e al;f9=v k3Er7T3E F don la .j7 /�sw errV-fri 1 g..cc '�.�/ .�r 3-•ices M/ the .rrwY Plan coW 6}j v�LY , Your Cr .,, y :ems: ;rovide we caaar=iirf for LCaad:7 3usiaess Enr=gtzes ad Wo 3usiaess.�... , �ls a rcviee•;eadi cad s=ric.= throa;g aLI:cases of the prof efforr=be .:_cz aiiaar ve y=rap=far Vie~c:arr—, i ec. ;rr476- --"- ca cf:he -ea following u.`= and dcc---- ' rim rre e c res. • ' a of you a�;:aas :o Cz.`^;Small 3usi ess :`ie^rro, iac • i`+arM: Sa--- w Crraa ti E 6E10 :46-8=6_ ars ? zd C i:a y De eiccris= v1SaoII • 1819 S Roan C ^_ i83.82 �..:.. • _ ac:.sca Sr 3_^..:zorc Dcre?rc-.l.cz Na,=- `- 5 u- .VCR?CY'? 1�w. ��� }}� �w�. ry ���w�� +�r�r r �c Encoarric.Cev o;lII�L • Sozal3 (1,CBE WSEDBE) 3cc•mi r 101 Mail caua • r :nhin YE 61109-J.666 S=re W ! tames.3usttess Assis-m=471-3778 • • Mayors Cam--of yfarte� c 3r ' L:ercoorv.., :8L4 r---.=S Roan 2414 Cn• t'. .Y E 68182 yGs.e Dom'---- Mayor's Caa Lao }..rrrl S c. 2carri SL9 C L-a`^.a.YE 63183 p ---•-5,- Elie of.S7. 68a8 • • =,_=:= ReaLOrs Duel:: Dian i cams. (.•- = ) Conn-=[r.':.i.LIi2IC( I1' Ef,;;I3' E) 1819 _'^ SLL Roam502 11 ' "UE68I82 Co C�,ri;-n--'rfailzc illl.��. .Il • 1r03i w3c' :'CR CCCCS AND SL Vt= C:33=: • d C:=c- I=O I S c=.. Cr..aaa. `+c. :.d IO2 . 34.5-5C0 • • Craaa.Sc-roas :;.r?g Inc. 5002 Scutt 3 .ci Sc Cr ag_ YE•53107 %)4-�I • • Vire Vic^.: G- th y Ccv i . .ct C cr ica Z .5? Sc. Marys Aver. C__.ha.YE .63I05 7/1 34— f1 �•-'„'-":�i c CrT zs a.Ssc ncu I cr'�:2=Th SCirM. Cn-...ca.YE 53110 • L EIS 1.7 `.•-� Tay.DDb1S3 r..;c•,r Saai13at= ' '_45 Wit Rcaa Cerra.YE 63 L`a _.1.--631 "fC� Sow 2 Th Sc= 0=ta.NE ;;13 LI i 345-6 55 • R' g±na Y: yct. far Sauul3usiaeSs • li.S. Cr^ s of E zz ems • 2.t; _i Nast.. 1.77.Z S : °tr...aa.NE 53 102 -41I0 Cite of Omaha, Sousing and Community Development Secrioa BUtutir.S5 QUALZr'.CAiION LESTMa CC1efFANY N,1LG S'Z_�=i ADORE ="7 CC E IZ_ awitp OF Fr.R.M.1 5 _� CW`r=], CrZil-RCL= 3Y NCBC3ER.CF`.rfLNCRLi':CRC..�.? 01:SADY-iV .-_C✓Ca. CU?7: 3-1" Q MLNCRC- WOMAN"—NA— . 1:C^ e]3Y `rLLkiCZ^^ :ram NO� YAK .�.YD .1DDazSS OF ALL i7CCSnaLDERS .4.YDIOR PARTNER : NAALG.--- nave A DR=_'_-'S F. C CWN� • IIL fANAGZWENT(T172 SA1C- i:CR`SAT=CR A DC_`CNAL MAYAm. - T P�.SC`V:: NA_1rL 'J tl cv E cx cN MA fA - T CR tc&x. ALNI G 5/"_1S0 • • City of Omaha, Housing and Coozaunity Development Division CONTRACTOR FORA: Ca= "cr~ awner L1far:natior: Cr= out by^e Gay or Crssas.l. Cwac's r a_ :: Owsr'r ci s Cwrte s -NL:. ' Owl's :�.._"'..L 1 Cl2 i t LL^...7C� . r.a y '..Ccu • ae Canee=et=ma rotIowing=niz `fiacr✓;r WM= N/A . carrubany ebes lac:ZSYe 1:T.=A tut i'd=sizel==a Yaesbe s +•:de Ge C9aic's Socal Gener.1 CorILr c or Infarrnaaon: Crz;aay's Nar. Czy/St�•L-7 C.:ae • C 'ys ? caCN=t G� azzy's a".:�..,e T.I Jr;e'"T^r'-TrtCrt Nt►r:' : .M3 c y The G-aesny✓:ars a rotla*rtss; .,, W o n N/_A - G:aa c:3=ouat Subcoatr- c or List Sui=====r_.... Tree :-:. L�. `F :^e: T .acre T liatoyy. aim.; • btiacrity- woraaa Co==Amoun= NIA Sub=a=:.=r Tr..ce t. Nub "icier-bone Wiaozrr ata.: • W ors C:aQac Arno= N/A • v:ber m-..c.r_ T- Ft . LD. Nib= :cwaeae= NiEnorizy titacr v Wcraaa C:ace Asttau= N/A a • • City of Orrt/nn, Housing a.ad Caaimuait7 Deveiopmeat Divisiaa 5ZBCONTRACTOR LIST (Caatinu3Lion) Sub©n cr L is= • Suacac- i 7.174e L . .c aca.-T !fir m WA i::LC "' S�lOC...""S'�r_i +�" �. ti�.'*�� 1 Cti1IU�C= ti ,rl rt+f Erle:,.: ' 71cman Cznr= Sr m - - - v/ti CIiDCr:,+� + _ • 1CwBcn Air= N/A S r— i-r'e i d..."IICIIe= .N1IICf 'O.: • WICWaraart -nt*e-. cs= - N/A LL`C S: : L . �i l2'r..b i C=tIc ITCaz:n C-Trnr Asurst= N/A Lil:G' Cam. �. N +1c: Coss=Amcanc N/A • 5/_'94• mar3I' -A- Ou=tmg =he me--a:'-amer. at .:.L3 camerae:, :«e am-:r3GC..r agrees as :off: av=; () me c3Sc=3C_1r sha22. ace .+.. :-j _ a;4.L'�C mar - 3G� - aaC; agllasC tia7 _ �-� �_m i ar-ec= 3ecausm of race. eil;ta-, _:i3 r ??i 3 mmata^+ ' or glm. -272e c3ccr3ccar shall Lake att.r=a:!.7e L a- SC::3n eai e ...2. .23C--manes are 1 - �- ,a..« a=-3S3T G ..- ..7ec da.". .+3e G��i3jet! sr! ...e3Ce.. ea_ r:home regard -=ei r3 .ei, ' ^- � -'a - arte'=-- As used ter-�=, ::e :fort -::Gate:- 3na : eaa and ac:ade let:home :setae. :he .allav_a3: Set 1GeC«er adve---s-.:; ar a7 ocher Zed=s; cc^.Ce»Sacec: sej et:ed '_: -='udi_3 sF-e_e_ e;c _ t_ dovag=3ded; ._aCste:.e•j; _ai o C `�.,r,' ced. �gr3ded, deaaced . c_C:a2c_3_ agre_s :a sad shall ,as: .a c_as?Lc_ous slates , ava.I.«..'Zie .a emmia7te1 and 3omi 1^---a .. e=3_armed:, aoC-ae4 :3 3C c-ai C� 'vtaad a7 :he - ..-�3G_�»� O -!'.- -�_.S 3eL. -s :Jr:» ::G rw: St a3 c.L3t.3e. (2) c:c=-3C-a. 3aa a" a'.aL-41. _a:.3:is adv!_rlsealem:3 far mra-.l37e s ;l3c_= hv 3r am bemal.fJ: .«e camrzac:ar, 3:3:e «SC a. anal`-led &pm-U-1= 3 4-4 " ..s. . + te�3C.+oQ _ t-_-'/ ...:�S_- tar !�l3?Zem: s===ou= :23s=d :3 tic:, _e_.L4.,.a. c3io:,. 3e= or aaci3ca:. 3r'i1gl«. C=3 T:e cane=sc:a: sees" se== :a sacs: 133C? =.3C or rearesrata::v: at" ttarkers �-�« 1T' C« he GS 3 .._�tme1v_ 38-y• ••' - agreemene 4r oche: c..ctrac: it umderseamdi»g 3 aOcic_ ad-J.1 313y :1e 133Or UQt3R U . vOrtar' 3 r_=reser.t3ct.•te at :he ca: rac:ar' 3 cam=! :met:3 =dP- _»e ez..,°- ens1.07=e__ amper_mm,:7 clause a: the al:j sad ,s.:as- , cr.- ' t :«e aoa:c :� pea- armies 3 - cvesC+cscccs ;Ideas sva:aoi- :3 s_Zlay=-, and ammIleaats ear emm?a--e__. (4) 7.e c:a.rsc:3r sEt&L. r='sa :a :he _:,.:rae_ ^c_-:_r ail tederi1 :a=ha c:..ea-2-=7, :he .a.:_r=at.3C and reocr:3 reou:led ay C:e :ede:J. vver-..=ema .Or -ederal camerae:a under federalrule!' and r_3m1.sc=ass. -stet .aeluele4 :he '..h!ar=attam reeu.led aj Se_:tanA . SCE :: 2.Q-i9G, .—1 us"vt, sma 3cteL. =ems'.: r essona0?a aG-:48 :3 �'•'-� r.... �GCQrr3 3CCe31� .-- :a :3e c3Rtract campilance off! a_?- 7e :hose v oGaT ic„ -a .e«3..ed ? � C " a .a ir33r3-.n5 (l) :hr3tig:'. ( 7) 3: :~la suasec:.3C and 3:.7 3--Lr r__sc-.ea-e nc:1:e -g ;1 en 2ur=OSe tar .r.43 , ray.31:.. .s :3 pr:v:ae ;?r Zves•..451c4aC :3 C3car a:... eammi.3:e_ vi:h :he eragrmm prav_ded -•.r herald. (.1) iae tat:c=ac:ar :aZ4 Suf.": 7G_:QCII vtCZ �!SCS,:: suOcucc=3C:or at- :o per �ro�siaaa at _at c—=T aaT d_=ee:' de, a seaaa a. ea.a_C1a7, _ztns (I) :araugz (7) R..reta , ;ea.::_es and saac:tuas £:a: mcccrcpi'aace: however, the- evert: :n¢ ::e caac-ae:a: Se; -- :4s- .�e.�; owes la-rel.-red 1a or _s threace-sed wt:.. .e!" as =me :esu4: of s Z.he _ ` t. ' 9aC � C: aaa 5e �«a C��, :he Cam, v. , Imcer e:te such ._ -'aahloa as a esea? :a ;race_: :he i::ereacz of :!t. chase; _ case coa:=ac.a :e= 'r edera= oa: aed _ - aaa:sLaae: -le aac_- _ e C :7 =sT request the Um.t:ed 3:4ces. := eu:sr = 3C:3:suQt' :? ;rocec: :he =_e-eses o.f -ae U-al:ec ::aces.• Cw - (u) :';ie c_a:.�ae:a= sal, • �„ a aad saat. cause iia sttac3C:-aC-3rs, , t = - T, :3 —e ce=?Z-aaea r e7Q: - .. a r� wad :.^. the 3 3 .f tee CQ �3 C L?� La :'e R d eS r a=e e.::ea- 42 :equ:=ad J7 :«e !eders.1 gcyt =es: -or =ede:il coac_ac:a trade: _ede-al rules aad -eg t Such cuchilsace :epor_3 sas" "' rules - �_ac_CCa. `eer -_�. C:.aa _� be - eo Yt:: the CC ac: CCce1lSaGe Lsacn _?o::3 vd a: such -� ec`_3__ =�'`3 -� - c .es as C__ec:ad snai_ :-a_ ea as the a=�t3 ?rac- s :O � r:e:�. �'II r 7Q.L�alGQ r=?S=3 .a sac a:a-..+3__CS of :« , �' ��. _�3CCC7 aad auaC?:L_3GC:r2.' • (7) a Ca=-_3c::� saa.'_L `_--luce :«e r=u-r:3:acs a! ?a:a;roans (L) :--:z;: (7) a: __t 3 Se--' on, t =z127= ar_c sec=«oZ ����. � e9! ..t..a - =_ �?DOQ.=�:� Clause' , -r auocaa..=se: or ;,s-:_nase o_'e= se :sac 3LSC t= 3«C12.2 f'L' be :'-.:._- --., spQ_ esc= IIubct=-ae,3: at 7•azQr. 3=37 hidit ' CT( Ce= CMA1-A MINCRIi f ?USiNE=S =N _.=,i-=ISZ AFFiRMAriliS A riCN ;LAN CE NIiTCNS.. A- "Aezlic.t.:' means any er..tiry seeking assistance for a project including, Put nct 'ir-citer tc. i:zcrgagcr_. Cave:ccerr.. lest puclic 'codes.nonprofit or limited dividend scionscrs. cancans, or property managers. -3. "-usiness c:resr s iecater with ectcn c:ver?Q Protect area'means;hose individuals cr firms located within cr a re!evart Sedon 2 covered crciedt area wnicn duality as small under:r,e smait cusiness size sttandares of Zia Snail _usiness Administration. C. "easiness concerns owned in sudsanual car, persor.s residing in the Section 2 covered project are ,means those Pusiness concerns wnic:: are 51 percent or more owned y persons resicing within the relevant Section 3 covered ;,r,:lec:anc wnicn quality as small Business sic_ sanCares ct the Small 3usiness Administration. C. "Contracting =_rtY- means any er..tity whit- oont.-ac.2 wun a contractor for the performance of •,vcrx ir. :conned-Pon wit:, a Section, „ covered. oroiect. E. ....ntractoe* ,means any entity wnicrt oer-c.rr:s •work in connection with a Section „ coverer c=. ":.eons aen:' ,Nears :he Cegarfinent of Hcusirc and Uran Ceveiccrnertt. C. "_."'ever income Resident of mote Area" means any individual who resides within trie area of a Se ricn 2 c.-.:vered protect are wncse family income eves not atone:SO percent of the median income in tne Standard Nifetr000fitar; Statistical Ares (cr tne county if not within an SMSA)-in whicn tne Section 2 covered „rciec: is to=ter. H. ' ofitical .luriscic:icn" means a ;.oiiticzlly organized community with a governing dory having general governmental power:. I. "-ec:oiert" rntearts any entity who received assistance to a orojed:inducing. Put riot flashed to. mortgagors. Cevelocers. local cuoiic cCies. nonprofit or limited dividend sCcnsors. cuiiders or prccerry managers. "Secretary" means Me Secretary of 'ccasing and Urtan Ceve:cornent. K. "Section 3"means Section 3 of the Housing and Urran C evelccment Ac•cf 1 Sea. t Z U.S.C.17Clu. ! 'Section 3 Area- means tie same area cr trat exercised to the zoning iurtzcicticn; that is. :e thsae-miie Limit the city ccunoaries. M. "Section 2 Covered ?rciec:" means any nonexemot project assisted cy any program administered .'`,v tne Secretarf in which loans.grants.su:sdie_.or Cater financial assistance are Provided in aid of housing, uroan planning. Oeveiccment. r edevelocr;ient. or renewal. put;tic or corrimuniry facilities. and new community cevelocment (exceot where the financial assistance avaiiacle ur.cer such program is scte:y in the form of insurance or guaranty).Priecs.contracts. =nc succor:racs. cornec:ad with programs administared ty the Secretary under Section - an :Cc of the National rcusinc Act, as welt as any Puciic Housing program and which Cc not '•• •�or+ S:CC.00C In estit ateef cost are exe^Cter from the recuirements of this part as is any succontr act of SS .CCC or under on such proiecs or c- acts in excess of SSC9.CCfl. N. 7,u:osntr3ct-.." ,"leans any entity (other 'art a :erSCr wfc is an erTiCiCyee of the •rung" ^as agreed Cr arrange:: with _ repo, g e a cent:actor to unceraxa a �crticn cf ;he :contractor's ccficaticn cr I e :tertcr--ar.;,e of crc ;n ccnnec:cn with a Sec::cn 3 ccvere^ c Q. "?'C^'art Y ,. ... - .�• ear' ,earts the Comm:unity C , ei c„ . C.:. , s ; _e._ c , .era, _iccs Grant ccr- year fcr :h r-:. era wr:c., from .anuar t •• r ame .•r of / ,. rcc.c:� ..ecetrcer 31 sect: Y"3r. P. %cos rear..; additional CCc'G funds receives+ under ;t:clic Law activities ` inced urcer is law are suciect to t::i.; A,"fr tative Action -!an. ..,N C`.AUCC A. ,e work tie berfcrrneo =leer this eeri:rac:is on a crciec:ass:s:ec under a Crccratn :rcviofr g, tire_:recerat inanc:at ass:s:arce from m the Cecar:-errot-cusrrc arc Urcart Ceve!ccrrerrr ant is suds=::o the re;•,uremento of Section .of the=posing arc Uran CeveiccrnerttAC:of 1.5a.as ar..ercer. 12 tJ.C.C. i 7C1u.Section j rerurres t`:at to the greatest extent feasitie Ccccrtunities for :miring aro emo:oyment :e given lower income resicents of the promo: area anti contract, for wcrx in rrtec cn with ;he rrcjec: awarcec to business concerns which are locates in, or cwnec in st csantiai par: by cerscns resicinc in he area cf the oroje ot n e parties to ;his cent-act will cernciv with the cr ovisions of Section 2 and the issuer:pu a::artt thereto. :Y'ie Secretary of�..� Said 2 :Cn ram'••:QiICnS ar' .,, �srnc arc Ur:art C.evelccrnert set torn in. 2.4 Far: arid ail acciicac:e r'utes aro or cero of theto :ss re , r t t _ ., Oe_ar:.;,ent .,..,uer ,..e. _under prior to ;he exaa" ton of :`is cent-act i T he parties tc this ocnt�ac: :atafy arc agree that.they are t.ncer. co cointra.ctuai Cr CG er CaaPliity wnicn wcuic ;,revent them from comciying with these re:'uiremen=. C. ;,�e oont.ad:or will sent to ezcn iaccr orcarizaoen or recreseritatr,e of werxers witrt wnicn he has a collecre :arcaining agreement or other contract or urcersancirc if any, a nctics accns:ng the said laocr crcarrzaticn cr workers' recre.serttative of his c"^^1t:;tent uncer this Sector i C:ause and snail 'lost conies of the notice in consoicuous ;.faces avaiiacte to emetoyees and applicants for emctcvment or training. C. 77te tongao::r will Inc:tide this Sec':.'cr, Cause in ever/ suCc:nt-ac fcr wcric in c;nne% ±CR with the ;rile= arts will. at the direction cf the aoafiCant for cr reoioient of Federal :nanciat as:,isartCa. nice accrcoriate action ;urruant to ;:"e sutcentrac: upon a .fircir..y that the SuC"0rtrac::r is in violation Cf rec'ufatdons issues by the Secretary of "'eusirtc arC Urean Ceveiccmene, =S C 7, Part 1 Z. The contractor will not succontrac: with any Succ:ntrac:or where it has notice cr kncwiecgge that the latter has been found in violation Cf recuiationt urtcer 7.4 C:- Far: 135 and will not let arty su:cc:itract untesa the sur:cent actor has first crcvided it with a treiirnirar, statement of'acuity to corr:cty with the recuire.T,ents of these regufaticrs. Comciiarce with the crovisiers of Section Z. the regulations set forth in 24 C F, Parr 1 E.and ail a oficacte rules ano cr cers of the Cecar rent :ssueo :here...inter oncr to the execution of the cont act,snail be a condition. of the e.cerai financial assistance crc•iiced to the Crciec tincinc utcn the acC:icant or ragitient fcr sung: assistance. its Su:COaSSCM. arc assigns.Faiiure to fulfill these reruirements snail sutler.: the acoficant cr recfoierL its contractors artC succontractors. its sucoasscr . ?nit assigns to those sanctions soecifiiea :,y the grant Cr Kan agreement or oo.^.'uac:hrctrc,^.which Petard assistc:.ce is crcvicec.art, tC suon sancticns as are soectfiec 4 C . . rail I v...C. G .NC:s;L At'7UCn 1 1CN A. Cacti acciicanL rep::lent. contractor or SUCC:ntr ac:cr undertaking work in tonne_tten with a action 3 ocverec orciec;snail `uffiil iris cciigaticn to utilize lower inccrne^.rciect area r esicerts as trainees to the greatest e:.:en.: feaaubie :;r t. Utilizing the rraxirrsurn ntlh:Cer cf persons in the various training categories in ail pnases of the work to te pe:rcr red under the Sec on coverer.: prctec anti Z. Filing ail vacant :raining positions with lower income protect area residents :xceot for these training Positions which remain unfiller aster a good taunt effort has teen mace to tilt them with eiigibie lower ire rote project area resicents. r aacfic3nt. reo:ient. Contractor or subcontractor undertaking work in connection with a Sect=2 livered protect snail tuiflil his obligation to utilize.lower income protect.area residents as employees to the firer szt extent acssiafe_ C. When lower income resident workers acaty, either an their own initiative cr on referral from any source. the re_.•:ient contractor. or suaccntractor snail cet_rmine the oualificatfons of such Persons anC shall emoiey such oerscns if their ouaiificaucns are satistac:ary acre the ccntrac:cr has ceen:ngs.if the rec:Cient.contractor,or su:contrac:or:s ur.aote to emctoy the workers such persons snail Oa lister for the first available ccening. • • tie. 2n17 Fero! Labcr Standards F.-visions us. u.aarera.rrtot /•4\ and Uroan �.•..00rn+nt y� � r acSic3ality The a:eC:t P•^grarn .n c^. re tr 1 t:C:Cn .oft C�,,erad:r:its .7UC Or :eaagnee Snail refer?e CsesaCns;rC;:Cng^_'.w.s:at all CCr.:-aC::crane.s Cefng a 3.3 Caa:r re t:retea S3t03 ct Ai-erica aria Ste rterestaa :arc's Ire Ore recCr..rneneacan ct 1-!UC Cr: castor. C me !ot.0..rig"x-offal = ogre P•evr3333 ue anC.)Cea:t fa 33C aCmtn,seritCf'x Ceterntnauen. 7.1e Acrttmsyatcr. Cr an au:Cn:Sd r e;re • - Cursuant:t re:r i tons aC:ueaCte to St:C1 carat asr+aancs ;ancteve. .,td:flue a caermtnaccn••.ttr.,n:3 cave Cr r ecs•.c:WC Sa acme a. :.(I) .411rtrrrnien MagOa.tall'accrers ono mecrartes erne::yea cr wart)- -UC Cr Ceongree Cr',oil norm rtl:C cr.=Cestgnee .•a:tn -e -pay .rg .cart re site C: a wart:ct•,near re URttea:tatas r•Outanq. of :anal.at ae_:cnat:meta recessarr.:Accrrvea•Cyr=e C,Moe ct Marv. :9:::r uncat re rot rig.aC:of !SAS in Ste Cnstn:cin or cevetaomerrt agemeenr arc Saeger enter Cuts Cznesi vumeer r21= C.1 :r trte ore:et w ...mil Ce Cara :c-ret:onauy aria net:ass cram:an onca a (a)The•-ace rate(tnCL'Cnq.'.tnge emetic.- ,Here ac c=_natel •liar. Inc wicncut sutseCuent cec•ccn at retain an any artur.:cexcect te•.errmrea:ursuant:o:uocang:ac is I t nit or to;of r:s Caray.•acn.matt sic.=:await Cacuc:Cns as are :ernnrta cy()actuation issue:rr re :e Casa 77 ail ..enters oenCrntng were:n-e r�stne3een ::ter ras con- ,iic atarr or_aoor•.. Cer re•.;.:Deena.:C:29 Cr^.Pen_1.:re nal antaunt :sc:-em re first:ray on•.nt=.•.crx is;2nermea:n re:.asaticaaan. _. ..ages arc Cora-C3:nr•;s oenetlU:cr=an ecuavatena rerect)cue at (t6)W)!enever?e minimum wage rate o:esc:.aec:n re ooroac:or a ...re or cavrnent om.,_-e at rates rot:as=an:lose ccnctreC:n .e Cast ct'aoerers cr nreoraruca:nct:c33 a:•trice cenent ..n:_:. not lags:eteft�:tracer :. re Z PcJetarr ct IrOar rn C t a aracec nerest era escressea as an-cum rate re conC3rr snau caner:av.re Cenent as race a:as -erect.!ecarc:ass at arty CCntrac•rar rraoonsme wntcn may state:in na wags cetermanaaen cr snau ray anct-er Ccra`ce once :e auegea :C exist cetweirs+ re co:1= or ana suet!adorers aria tenant or an-c..ary;cart ecurvaient=erect. ee-.anec r;rat:u:.rs.raea Cr zsa reaacnaery one :ate::or 3ora (SS:r re rn:a=noes net Raze carmen=:o a:_•s:ee or otter rice ties Tinge oenentS ear:,e)c•tn :ttl(ti ct ne Caws-coon.aA en oenart :arson.or.coma r may C-near as;an of ne wages or any taccrer or Cl:adorers or nec.an:cs are c_: ice/1c wages:aid:3 Stier'3CGter3 Cr macrantc re amount et any Cass reasanacty artac:oa:ec'.r cRe:ng .•mec rantca.quote o 7= re Ctev,3,Cr13 Ct 23 C:'T+ta)(t;(rvt:a130.:et uar tuna ice mulct.:enenc enter a;ran CC:rogram.PrrvIC:0.That re acrtroCuacns.race or oasts.nC•rrae rot mere an a weexly:enoC(tut Sac ran*/of)Lazar has Court:.•.:Cn ore wneen reoues:of:me C.:rtr'ac r. nC::ass Caen :.art__arserrvj.seer:tans.cone:.:r:ragrams. ..ntCZ Cover rat re accuco_te),,')Cares et re Caws-4ac;n.tip:nava:e v.met.~e :ne:arc car ..eexev CenOC. are:eerneC to to c:ns:uc:ver,race Cr Secretary at'�UC,cr.may recutre ore cnoacrOr:.set astcs:n a separate ircareC o::rng su:-. CertCC. ac_nit as;aa or re meettne cs or igaacns uncer re ::an :. :-c :arm Swan iaccrers arc.-ec-ar.:Cz stall:e call re ac;reface wage rate :. aCnwea:v re C:`.C_Cr Management one Suc;et-.leer:Ma Centro anc:nrge tenet=on me wace caterr.:utaocn ice re r..assanrascn at wart vumaer !Zia-31CC.) ac:aily:encrrmea. .,0.Cu:-etas a sxuk ucsat as;-awcea:n 29 C.'74 Z•tvltttncaavq.nUC ca rs crste:ee Srt211.loon its cwn ac or.cr'loan cart S_ial(<t..acorers:r.r.ecrantc:3(rO)rung .loft in:note man One, ariaert reeuest c1 art aueert-.aa re_reseruaave or re CeCar..ee:of Lator C:assniCacen may:e cc.-toensatea at re rate scecea:or eaCn CasezC)C3- .earnCcC or cause:a ae wittr:el:Core ne C:noac:r urca_r TOO,CsntraC Cr CCn ter ore are act„arty worxea rereni ?ftirteam rrat re emc:cye►a;Say- any Carer.!Gera)cnu c'mar re same Crime Carr .3=r. or any cater .:ell re=rcs a=r.iratety set:or?:ne.rite Scent to as=r CassfeCaoan to 7ecerair9-.asstsaa cortoa=suaec:a Cave-OaG1 Crevarurq'-age -mole wart is:erter..ee. The wage cetermmaaon(incuotng any acC oral :ecru rements win=is Hera:y,re same onme our'ttracter so mtoitt ct tre c33santalien and wage rates ccnernec)utter 23 C'A Part I.S(a1(1)(ia)aria acCttetta:ayments cr acrances as may oe co.•nacerec necestaa-/t ray re Cav,s-aar-:n ocs:ar tW l•t-12:)sari tie costae at ail smes ay ore can- :scorers aria mrecmanics.int alutg acorenaces.o alnees arc,.doers :acr aria:=succ_mora ;s at oe sue of net wart in a amennern aria ernotayea_ty=a crtea=r cr any succcrnrat:or ne tut)ar.Oum C wages ae-^sssaate;race wile'',it can oe easily seen cy Ore warners. :eauuro:y me cneaC.:•s ore event at!Uwe:o;ay any:accrete or (i (a)Any Cass Cr adorers or.,recants wept:s not:Isom in ate recnanmc:rcu rig arty attrencce.'n►nee Or`etter.errs:oyes cr warmer; wage cetennnatten arse•.nIC.1 3:o:e emctcyea utters re cantrac snarl cn are are at sae wort(or uncer re Unite:States,lousing rtc:!:937;r Ce C:assanee:n center manta w•en re wage eatarmtnaaan.-Uu snarl encer oe r!Cusu+g act et:9a9 in ore rnstruc:cn or cevetcontent et re at:rave an ace:•:c^at c•.asst6caton aria wage rate one:tinge cements arctees.all or;art at ne wages recturrec iv are contract mile or its ceetg- Cierefcre onry-.nen -e:clawing orrrerta nave oven rreo nee may.met-.filmy)fleece to or oonoacter.socrtSCr.ac_tcarr.cr Owner. r) The wort :t :e ooar:ar-ee ey ire r•" acft C:on recue aaC is net 'ante aeo.1 accen as may ce necassaly:o=use ne sustension at arty Certcrr..ec or a a:ass:Pr-srCn:n re wage cetertmnaac:t:are tenter:avmer.t.acvance. ;t:arantee or:unes una)sues r,otaacrts Rave (3n, 7-he c.ozeutcacert:s uctiree en ore area_sy ore canscttc:en :rases RUC or its castgnee may.:tear written nonce to-e::n_acr.ots- ir:Cus:N.arm: curse such amounts•ota:meta:rr aria on account ore c_•to-ac r cr suc- (3) '`e C._tcsea wags rate.inc'cutg any:era:ice-fnnge came- ::ntrac or ra ore rescecre emorovees:3•«Ham Hey are our.7:te Came- :its.:eats a reasarac:a retaucnsnea:a ne wage rates c:nta ne:to ore :Oiler_arteran snag maxe sue.r stsursements to ore cue:r crec: wage ceterr-:faccr.. Cavts-Sac:n lac:CCnCae. ;c1 _ -=r-rO:tr are =e seaters ara,-ee-anic::;to er tctoyec 3.(q Payraia ana 3asaC recces.PavrO::s ant tasic:ec_cos:easnq ... -e C;sSinca..cn... <newnt. or O=err re:resen ieves.an.: -UC tar;3 .rerete snail :e.^..alnfltnet ry ore co-tetra curing -e=--r:z or re wcrx Ces:gnee agree on _ C:osstnc.3.Cn arc seiace rate t:rc•c:rg re amount :reserve::;r a:ono:Cr rt ee year:nerearer to:all iaxr ems afro Cesigrarea :or mrigs :even= -net.ac::acrtatet.a recan or re action -e!tw•.an'cs wcrxtng at re site Of or want to ur.Oer r e', :tee Sates oxen snail :e sent =I -t;C Zr:=CeStc-ee:a re AC.rtntstratsr of re Wage jausutg Act or 1S37.or uncet ore noustrq Ac::: :S`9.:r :.e mars~,) arc:mow :.v,SaCrt. S. ::eyrr.ern Stasrcares ACtoirustrattcn.'t:.5.Zet arurrent :r Caw»ct.-ent or re orC.re r Sucn retort:snail contsin:re,name. or:..00cr. .i asnirr non. 2.C.:CZ:C.The ACrntntStrator.or an aucrorl eta aC:reSs.arc ScCa1 Sec..•rtty rumcet:l eat sup.-.wCr .xer. :S Cr net cot- _«eser3:•re. �,.i at:rove. orc:.y.or osacs:eve every attc:nal C.a3SaR- rep.dassinG:Cn.reuny rates c wages rata(ercruC:rig rates C:canCtau- :a::n aC_:r w.c::n 2,.:.3ys ct reces:t aria Soo acwse rile or its cestgnee cans or o:s=anactatea for:Ara tee fringe tenants cr Caen eCt:rvaieIt3 or-.veil nounr Wit:'.or::cestgree w.Cun re:rC-:av:erica=at 3C:•aC1tal orerect ct re rites cescroec to Secon I(t:(2:(E1 ct ore mte is reeeSsarv.:Aco:Cvea av re C."ffce et Management aria 2ucg:t Caay and•«eexay rtumoer of trouts warxeC.oecuo:ors mace anC enter CMS otrrtt r-moor :-:=-J1:3.1 wages:cc.:•rt•.enever re$ec.e nyct trocr'as:coat umorr Z9 C.'R S.S (c: ., ore evert re c cnu-afar.ore taoarers o:.mec.artc a C,e ;310 j(ivt rat re wages ct any:scorer or oec:artc:non.;ca isecurt of emt:;vet :73 cast:C:CCf or`e,r rearesentaevim.are RUC:r:= any costs ress:ratty anacrat_ed:n;rcne:rg:er..en=goer s;tan or C C- oesagree co -..:agree or re o:000sea Cassano cart arc wage rate ;.am Ca3Crora to Sec:an tit:(2:(S)ct ore'Cavts-eaton Aar,re c:ntrac:r ;enCUC.-.q re amour:cesagnatec:Cr Wigs merits where ac:rc:hate). snail maintain roc:res...mat snow cat or commrrer.::.. -.ante sac^. (Z•3.1) Previous ?:i::Crt is Cotete file.4C 1 it+.3 t3:.i.S 1 •nnent3 It.errcrceaCle. :'3t ra et an ct:rcgr3m C rally rraon9Cie. aoCrencc . 'e al1C•r+acte ra• ic:rerare3:O IOureyrren cn Ste ICS site arc:-at-e Clan :r::^-grans •^.as Seen cZmmuntc3tn,.in wnenq :O Ste .n any czar cZiadcaaan :ran...s_e greater::an:':e rasa:ermined:o t2'e :aoarers or•nee.•an:cs area:eC.aria feeCres wrner anew ate c.^.S:antic- CCrtraCta as::'•e 'rare wont:are!uncer^.e recta:er C::scram.Any tritest =_c::rc-:fee:n :revreng:ucn SMetta.C.:n:raccrS ..Greer a::ec an a :avrett at an aC:fen:Cs wage ra:e. .r::S net reentered en/etc-peg is::_. ._ems _. :.'Strew unCer ace:avec:recants trail m7inratn :t cneraise ern::C7e1 3S emcee crew!:Plan:e=ate :'?ss ,an;rite veneer ev.Cerce= :tee f ectsC3OCn ct aCateracesria arograms aria cense- ac.'ucacte'wage.fate IA-e wage catermtnaaan!Cr,Ca aa i. caCri Ct dean ct:mine•::!grams. a rM:373ttCn ct-e aOcrenticsa anC:arneee. ..crx ac.. y eerc:-eC.:r act:en.err!ac:rensce_:er:a:ring.wont cn anC 1e rears arc -.ace rates ::e3C.0ed In:te ae0.'itaale cregrans. e:c0 site in eaCaSS a.?e raa0:emit:.ea:treat:re felt:terve Cregrane ;:•Car:Yee Cr -_ :"C=C• '.ranacerMt and aucget wear cua Cerranes snarl to care•-_::ass_:an-e acC:ieae wage rate an Ce wage Ceterrrt- ;urneerS -.'.4 arc :2!!^AST} • lar't:cr-e•+c:x 3G3tiy:et':r.^ea.':1!sMe 3 C_rtracc:•s:eretrt:rng (i>7(al ~e C:rtmCLC:snarl summit-mentor Crt east wee*:n wntC.Z any -: sR'^cn:r a: C:eC:n a:ccalitr^.^ef;an Cat:n .rite.ITT erogmm:3 err aC were•s :ei!:met a cc_1y Ct ad cayreus:a nt.C cr:a ce9grtee it twSteree-e metes arc image rates nacre-sea in ter=:.^.cgs Ct me;Cut- -e agency is a Carr.,:_ -e cent-ace.tut it eta agenc/is net su'G:a.at,. merman's.-tctarit ra::t S:ec::ee in-e TS•riaat^r I Cra?:C.Intra.ZS rests- cee c:oisots"-.rf suenta e:avrc1::0:re acTACSnt SCCnacr.Cr owner. :erec Cr_g.Zfrt«:au:e c:Se 'err_ ace:nc ce na::e Case at not as'»re Cie^'fay :e. cr:ranSt?tsstan...-.IC Cr:t Centgnee. The cayman tens an:-e rare .:eciec.n restdcea:.'Cgram Tte 3C.T a trCa'a SLa.•tetteC Snail Set au:ac-:3tey are C:3:CCer/all ct Ce intermancr 'eves m:regrets exereaSec as a aeKJt.Se at me'cutr!yn:er newly rate emote ec:: at:•maIrraireC -neer 23 C..'3?art L''aw=(Q.~:a interneaecn sees: es_z -e aCett=s:e wace c`temntnalcrt...C:rer::_3 trail to caiC ' ay c_sLc.^tre:' .. ar.'r ..... =entt!u'.:Jacnal;arm YM.j.t1 3 avisLacfe ntens aer:eft= .. '.C.rrCc••rot.:-e C:Cnstens... . a:r!MC3rto cr ytS....._:Ste ire cav Ce -::eras/el•'rem:no Suzan:mencert at .: :recant ..r aC::enccesne-err:gram aces net c:ee:rr"`rile:enen's. •were.zetaerst :._::t `turree. .:--;C: CQtS•:1.':Cs.:eYeEmrrert?..noes 2er:!rects :MC.+e act ar tTamt: .`-rice.-. ...c:ts:ec cn to .'fa5.ar.0:- .C. '-e Came Ccntrao"r:3 reso riciete ter-e .ace.et-rr-ram_... .. -e accec:=:e c asaticacn... re..t.cr..ntr_atcr s6::netasiCr.. ::::eS :avrcas cv ail sur=terra=ra.(.c c'e•e Sy Ce :eleernes Car a C:rerent:acce cirrus:et:re acecce::a aC:rencee C•~cc :. •.tanagerrer.:arc 9uccet'.r.Cef Crie C.rest Numeer .- assacaaan rn;es trait .e Cast:n ac=:..arias -wet:-ar cater"Tnacon. n :2:.1'•::=5.1 -e event :t:reau ..Ace:enticesirs!era-rauttr;. .. _Sate AcCren- ;c1 =1C.: :3yrc:t suernit ec :rail cc 3C_emaante0 C/a-S' temert et woe Agerey _r ne_Jre3U.wartraws 3CC rfal Cf an varerctatice.' s(s:ec c'r .'e CarcC:Cr Cr sue:erna==t ct nit Ct nor agent acerrCCW.:: :-:cram. 're c:n rac r•.rnl no larger ._ :erritt:ec:0 ucuac Curio rays a:su:e^rites me cayment:t me:Mans emcseyea urear::e' act:refleCt=a:•ens:far me arctic tee::Keferrrrnec +:2:cr c-c worx :rr act are Iran _:r?'ne ettewinc ter cirneo tier an aC:_c3G:e Cr Crags.S ac:tcvec. (1) -:at.re:3vrc:t.'Cr,re:await:erica:ermine-e in:cm:ne n a tainttel. =,serer as:M•nCe:n 2!C:741:.:5.:-atre!s writ not Ce -;:try._ :e^.•airrair.en. _. ter 29 C. Par:5-!:' al(_~'.(i)arc-at Su'Gt :emitter:--.cry at:eSS Can:-e.:?get-`trainee fate'.. . _wort:er- traaer's _ miler arc ::.'re:ete: _.^.tee:»•:eera n't?v '1! entereyee CuraUant:arc:n:'i.c ally rr.ss:rrec:n "ha: eacr'3CCt!r Ct•c-eerantc:inc.:ame ear.'etCer. .: T n••»r-:C.'a5 aC3tveC -rC::CC.Cval.:nCC.^.__ :trier?.ICC c'ineet erne:Viet:Cr?c-e'rrrao eurrc ere cavrCfl:erne Haan r%c-c'-.L C car feat:'.:...Car_._cyrrert arc :among ACrtrrtt- •aS:teen :31C:re t -eetty--ages earrec.'wlatcu:Tecate.-Elmer disci strattar.~e 2.::: '?trees et;Cur-erreer ctt.fie;Cc ,t:?snail net Ce Cr:rc:red=,.are -rat r: :lave Seen mace reefer reGi Cr InCt- greater can :err stet'a.eer Ce clan aC^-.'::•seo ay c.::CVment arc recta?:ram ce't 11 wages earner.Carer:an:emtsSaCte ceecucons asset ':almng Ac.m ma accn. :rer!.lneernust cc ewe at re:tetra clan ate rate teat:n 29 C? =sit seeties rn eta act-c-red:regrarn for-e came!a:ever C. :.-cc.-Us. (21 That eac.::acerer Cr.-ecantc rat tern:ate net test man-e excressed a:a ricke et me ieumerman•rc ry rate s:eceec in-e aecucaCte wage rates arc'rage cenetits cr casn eOtuvatenz:ct-e teas- admrcad a wage cetere rnattcn.'rani es snail ce talc.rile twater:a in steaacn Ct went:erre:ince.as seer;f?CC:n:Ie actttiesce wage Bete rnitna- ac=rcartee...so-e e cv'morrs at-e.-tuteee:rcgram.:1-e;aerie,_cra- ven incrCeratCC:rite.me care-act • . . • . gram Cates not--enters nine*crnerits;taire'ea snail cc:an-e tut! (cl The we Berry SucrnteatOn ct a:Meer!execcee cerefC3laf set amount et nice cenents lister en cewaq_Ce'xrf•traaer•_edema Ste cn-e reverse stce Ct C::anal=_rm wl-t.341 trail sassy-e ' cmtressatcr:. re wage are:=Ctu Civreen eerermeres Cat Ferris an •etr.srer tent:_r suet. :SSicn Ct:ne"Statement Cf Came-aance•teetered ty ace eraccsr::areg:ain assetatec•am-e r escnetre;currewrtars carag:scr:A.-.;.ii(:)et-is seeecn. wage rate cn-a wage cterrrralcn wnttm:fences::::ens-.an sat (el ~e tarsi:U=0cr cr any et-e agave cerafrctacns may sueteo-e :rice ceencna:::ace:entices.Arty efnctavr_tis:ee en me ravioli at a cnaacter:r sure!:rcacrer:c tevti cr cc-mural ctosec:aan ureter c$ec'_crt. :arnee rate we:is not retJ :erec are earstaaarg:rt a 4ramtnq:tan :n01 or The 'C arc SeCaCn . :f .ee d1 of to l;Aiteo States Cace. ace.mvea_y:•_ Er.::cyment and'ratrnnq Acr..tntit.aacn snail Se Cate rat The car.r.•_cc1:. :r suC__rra=r snail max*Ire re--ray recuirec- 'ens-art.'ire_:::care wage rate cn.-e wage ceterrtnaecn.'or-e wd:x -c-cer earag.acn A.Cwi) Cf-us season avarlaete:Cr inscer_r:t.::aymq.Cr ac.:atw Serre.-mee.:n acccon.any rainee ce rcmtng-mart cn-e lots site 3rtse...._.... ry au Cn:ea rereseraaves at tetUO cr Its Cesignee or c-c .n excess c: re race:err itte r ccer-e regsaeree CeCram aralt Ce ease 1ecarorent ct tateer. are:matt rennet sue.:recrenertauves:a interne" net tetC Clan Ce 3:c tCCte wage rate cn re wage C!ter nataCCr Cr: -e ernetc.ees c-rtrg werxrrg ratan On-e 40.4 me cr-la'ac r cr•suocn- -wc.-:t ac=uy :err:Imram :re evert-e=c:C.mert are':autrng Act en. :rac::'acts:a sue-tt-_fxuur:re r-nes or::rmaxe-era avartaaa e!uQ .ssattc.•s'w.t-.:-swe ac:e+at of a rmining c-ogram.:re c:r..act••ut ma er•s cesigree r-3v. crier wnren r_::e:o-e Carted r.scarsct.aceri- :crger et tonne c-•.a:_e trainees at test-an:re act::car.!:tweeter- :art or cwr.er, rate v.:cc accen 3S may Ce necesaarr t0 cause Ire sus- c-rer.rare:::•..-e want aera.-rtee_rim an ac:acicc-e c;.-cm is TerstCrt=. a:•r ^_rer :avr-err acrarc .cc n arartee a!.:ncs....r.•ssTter- aCCre•st>. C:enure:: :uarr:: -e ram-:rer:!Carr i.cr mate.:c:is c-axe sue. pu 3_•nt':metovrr_rt accervntrr.Ths tau:_ter=. seererec_s. avatiac-e,may cc galena::e -ecnnent actin:urtuant :wires arc:-r wirer«.car-t3 tar trail Se:n c_. C.•-:v••vrr.'Z :�•nag:.•-. ecual•e^fC:Cfrn!nt C___urs:y rect.:rec.Lltts C. »ve t2.:er:1.zLi.as t() Ace:encee arc'.ainc e.Adoren:nes.AC::emcees writ`e t:er- amerces.arc 22 C:C =air-:a. • ntred::••vctx at:eta?an -e::fceterrtne:rate(Cr.Ce wont C ey per- 1.C.:ntctiarc:wstt C.oesane Act teeceereert3.The c::tear=.snail :^ee wrier^.rev are erne:eyed curst.'art:^,artC incrneuatly reg:s•.eteC in a :emery wren me recu:en:err:r_2 C.".?Pan 3 writer.are:nC-mcr atec c r :era:tee ac:reracesntc ::!gram reentered*min-e U.S.:ecartment c! •!Ier_rtc_In as:r. _..c::ymer.:arc rrairirs At:rents:atcr.3ur!3U of Ac:lertCeesttia S.Succentmc3.The C:rt2Cta. Tr tucter^C.Cr•Cyril inset:n any suc c - ar +:air:ngg.Cr•. .ct a State t c:rynecestvo Agertcr recagrt.:e ay ate a:ntre=-e causes r_nalree ir._2 C' 5.:'a)Il'-ouSr rc WC sitar. .. eau.a:•t a terse•s err!.:Cyee irt..ts Cr let Sri.21 rays cf:rc Caaarary met"sues as.UC:r:'s easignet.may ay a:e a:rate tern rs ,er::cyrrer:as an a:_.emcee r SUC.: an accreraeesma..ograiti.•wno is• •'ec::re.ire a:se a c:3t:Se reeutray;-e tuCCent-3Cart...:nCUCC case -et:retvuC_atly'•.-ns:ere r:r. a:reg.am.Cut•.vn°nas tier c:r sec y me causes in air.over:et sueeerrac t.The crane cerracte:snail Cc Sureau C.Ace.. ...._sr.ic arc 'raining::a State Aacre:aces::e Agency :es:ens:me:_. ..e c:.r~iance ay an-i tuccarr:3car C. !awes:et sustain- -here are:CCra:e! :a re erig:C:e tat erecaccnary entCtoymert as an • raciar•witel ill :nmac:causes:n<3 CIA?far 5.9. • 4U0-:010(7.•a41 7.Cc,oac.e termtnanon-aeoarment.A areaC:a c canmat:Causes in c_.-toensa:ran s; ; ^tt:e 10 1 Lim one ins ne-n4( tems ute .9 Ca ::nay :e.tct.nes to:ermtnaaan of me contract ana car ceaar- :as tc rs:a .. :ay 'ar t i 1 .tits ARM :n excess :r far:y (ours met:as a c:ntracrzo arc a succantrac or as arcnaea to 29 C'4 It2 n :LAC:: -orn.ee:. 3. :..matianea w.trt Caves.aacan ants Related act Ascutremenes.AU nut- (21'rdauen:tiaototy tar unoaw wages:Sdwaated Camages.:n"-! .ngs anc :erar eC3acrs at me Cava-rac:n ana Pelmets Act cntautee to event at any•netaaen at me cause set torn to succaraSraCn(1)ct:s 29 CAP Pars :. 2.arc : are neretn,nC:earacer:r reference to atts - :araStac.^.. -e::nczt::=t ants any sucr_r:vaCr resoonstote:rsreror sr_t c=:.:tart :a naeie:er:re'sraaats:wages.:(accaan.suCt contract::ants suet:.n- 3.21sautes coneerntng Iaoar stanaaras.Ciscu:es anstng a ut at ale'aecr ;ac.:r snau :e Itacte a:(¢'.mites States on t e az:a of•Mctx cane t:.^Ce- SarCarC: :.eveslar :. 7iis a=r:::act:snail naf:e suetec::o Cie general C:ntraC.:Cr-e i-.s:.:C of C.iurrcta Cr a:enter,,,::SuCrf Ciscrw of::Sc.:::! ::s:t..es cause Cr C•:a a;n:raC Suc.a:s_sutes snail Ce reSCNieO,n acr- :emwr.,l. '_:tic:aCatea Cansaqes.SuC:Itctudatea aarrages snau se c-.r. caeca Mtn ne:.-^ '• ee at:-e'eCarement at Lacer set:art In 29 CR :weer•„to:resCee:c eaer.•nelvacual lacCter or mec.-antc.;fC:-•csrg >>r i ane ' :.s:_:es ..limn :-e meaning at:Sits cause tncuee Cts- MatGfa en arc;:arcs_mataved to wataaan at me cause set:Crat tr st.:- au:es aerween..-e C:::mac.=r Cr: any at its suoC:ntacrsi arc t'UO Ct tt; :arag:a:n(t)C.ans Carag.3on.:n a e sum at SIC tar eat.:aalerta'azv :. :estg-ee Cea_3r enf Cr_:CCr.ar sae enetoyees or etr .,nt e.:sue:.rtt',eet:al was rem-urea Cr CerrmCM::want to!sesss rer-esera:Yes. e ._._..et -ar-+.eett :f -sr-p -curs .,emu: :=goer: of are 10.(i)CMri caoan_t !:gtbllity. =v errertng ants:n+s c=r.:'aC the c=rt- :yet T: -.teas -Mutt ea :y I e :cause sac !art:: In s•:7care- :rac=r:_r sties at-er:r!er•.trier ar:net tar am terser so:inn wno .rears .. •• tics :arcran. -as an mrerest:n 're ^:.ac::r s::e.m is a:tram or nrm t^ettgtete tC:e (2) WM:matting tee unaatts wages and Gataeatets damages.:AL;a 's awarcer oderr.-er- ,nr•e a Sercn::at a:me Caves- tee Sr - - -s •.. :.tang..__ •all ___tics cMn sects(cr,.,;an•(.tars. ss:C:3n 3u=_ mac::=c:at C?= _. :call: :r _e 3wareer.-e;C_ r:racr or Carcc• n;M:ea:aser.aa,e at~e Crate-ens of L'.:orw,trr:c_. Cztse'-ae :are - .-.. _ta;:area :_:Suar::a _ .. Par:; ...tn ete...C... any 'anew:-avace an 3C r ec::,;rat a ••tCt'x :era. ail `:a :ar .. .r:s ::rtrsc:small :e succ:rtrac:er art,Gerson ar nrm _ _ sC:ter.-aC�. ::rCer am SUG-..ar:raC..:3C,C..rY ere•n .r ertg:=:e'.. :warC :. a .7.!taveet. er :Cmarac C!virtue as StC:ar 1 Ct :CacaC-Mat-: re same armee armraC.at say-Cef?eceratty-asaas:er c:-• .re Cavts-=scat. -CC a: :?C P .. 2fail 1)Cr:a:e awarcea:-UC C:ntraCS :tact suttee.: C.:roaC'NOnt.-curs arc Sale r!Starcataa Act -(te- ar car'c:a:e•r -_ _.ag:tants:::'Swint:C 24 C.=Pt Pin_4. .S rCc.:v.ore :ante a-me c si cat:suca sums as.nay :C Ceser•r+r"'C ta 'e aerate! 'a. .—arung'atse s=temerts is a:escr:er:rt me U.S. ae ner.esaar. sacs:,any!taellines at suca ant-act:::ar Cit^:rar C.:c_. •3 '_. _. 'CC:....aa.scraily. .LS.C:imnat C_ae.:er_crt cr r e_r:=ate'Mag_s snit:tctstcacra images as :n:Sid¢:sus i.. !C:C. 'ae :3.t..S.C.. '=ecerai-custrg Aarltntsraacn aar.SaGC5S•aro- :Crt to sua:aragracn(M at C'ts:ara;.acn. .tags:a :arc'-.vr.:ever. '; re:_.aaae at .mtruesCng to any way ace (4) Suoc_m:acs.The C=(tracts!Cr SUCGttraC:::Ssait ('Cr: a - • accan at SUS AC.-'.••tr.2CCn .maxes..:era:. aucnsres any statement succar c me causes sat:cur:in SucCaragraCn 1•1 MrC4C:• - .. :-5 •<r:•Mttg-e same :_ se 'arse. . . snail :e.`.ter •c:more man e�.CCC Cr :ara,:scr arc auc a cause rer:utrty-ea Sl:_..am acaars:::r.C:uce•-ei-_:.-acre-C. '.c'.ears.or:can. :causes•n arty.awer:er succan:ra0r 7:1e satire car:Taco::sea.: :e t S. .am:taints. ?-acsecinga.or'escmony ty Posatoyees..'•o taaerer Cr resecrs7C:e.'_. :CsiI anc8 ay ally SUCC.-t:.cr:S'!Cww ter a :- -aea.-:attic:_ .•tar- -a5, Satan:.at amen°scar s siCar:s faNISIors a: :Cr'Mw:me sasses set:ant inst:a:aragscns t t 1:�-c�g-:- ;Mr s -ass C.:rtact.are a:a:Ica::e snail :e:sa:argea ar,n arc It er(tanner Ca. =arm:natee against:ay me Csn:ra r ar any St-•ec:nt3C=:aecsuse sue.: C.:ieattz ana Safety erraciee^as•`.tee any Csa•olatnt a::ttsOSateC:r causes::Ce+(sautes (1)No taco:er cr mecran c stall :e recsrer::•Marx•n tarrrtr:a:. any oceec:ng a:-as:esatiec ar=s aeaut tO team!in arty a:aceecng Cr uncer wcrxtrg C:rc rt acrts wC-.are unsanitary.iaCrccus.ar:a- -;sr .rcer or femur.;:: me:acar stancares aconcaae:Meet C:ts Caruso sus:a Sits meatus ane safety as ceterranea uncer cars»:c:cn sate?,ar-.7. cats ens:Dyer. Sealed samaras:rerurgatea CY me Sec-ean r at Lear_i recu:ate 3 Contact Wcrx Hours ana Safety Stantards AC.As use::=n:Mrs pea- (2)The C.-mom r snail c=ma y wan au reg'uaacns issue¢Cr Cia grans.me terms'laccrers'ana-mecantes•inauee watcmmen ana Sec'eaty ar gear:.srsuant to Tate 29 Part 1925(tarrrem.:ar :_iSl ar- :aaure:a Corr::v may result in tmCO9aan et san=ens:ursuant:a me C:-- ( ever' a -caui resents. :la canattar or st:ac.'str3cCr :a='Nam -aura ane Safety Siancarca Ac:;Pucuc taw 91•Sat 3C Scat co:Mat_Inc -:r any :art :f :.:e cancacz vort .mca •toy .-_attire or ::two i ye -e y_..J" i aymen: of 1&corers or scant c Ina it re7ui re Rl~eC:.tltt3CtSnall lnCtuee tie atttvt9ars at:at3.arse:¢lrt wet.: :r sucm :afar!.^ Cr oeeiantc in any •.oreweet i s '+MCZ suCCCnr'3C 3..aeae SUCS araymane wit)to C.tncrg an tact stac=roaC... tte or sae :s eat i area :n suet: •.art :: yore In excess Si' forty The Can:ac..::snail Mice suca a=COn won reaCeC:to any SuCC:nO'3C U 'tours :n vac:: 'anew¢¢¢ «Bess tut:: ;acorn? or nee-manic retetves . me Sere as-,at t.u'stng at1C Urean Cevementent at :tec-ear!5f Lazar stall:area:as a means Ct enrcreag suca::avgton5. HUC_010 (2•8st General Decision Number NE980011 Q Superseded General Decision No. NE970011 r, / ` , 5 �l State: Nebraska v n ' ,;2'>141S.* ea771 Construction Type: 3UIr.D ING • County( ies) : DOUGL S ,, SHING•ON 3IIII.D121G CONSTRUCT20N PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/13/1998 1 04/03/1998 • NE980011 Page: 1 I I' COUNTY DOIIGLASies) - WASHINGTON .��"J ASBE0039B 06/01/1997 Rates Fringes INSVMATOR/ASBESTOS nOR.!R 'SearIncludes the application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems 20.31 6.79 BRNE000IC 06/01/1997 Rates Fringes 3RIC_KLALER 18 .20 4 .60 C204443 10/01/1997 Rates Fringes CARP ENTERS : (includes acoustical ceiling, bate insulation and drywall installer work) : Carpenter; Piledriver 16.75 3 . 76 ELZC0022A 06/01/1997 Rates ; ELECTRICIAN 20.70 s 3.7 5 75�% =6.24 �.i EL:"V0028A 07/03/1997 Rates Fringes es E EVATOa MECHANIC 20.84 6.12 . FOOTNOTE: vacation Pay: 8% with S or more years of service, 6% for 6 months to S years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Fridayafter, Christmas- , and C.._�s etas Day. .. ......M�...M .....������.� ENGS05 7 13 10/01/1997 Rates Fringes POWER EQUIPMENT OPERATORS: Bulldozer 17.25 3.89 Crane 18.95 3 .89• IRON0021E 06/01/1997 RONWORKERS, OR.*iA< NTA, AND Rates Fringes NE980011 Page: 2 l - sTRUc:�c1RAL Se 3 -- 1a .52 C 0 11:' (-' 4 .39 LA/3O1140B 10/01/1997 DOUG-1,AS COUNTY: Rates 'Fringes LABORERS: Clean-up laborer 11.97 All other work 2.75 13.47 2.75 3LAS0538A 10/01/1997 CE``ENT MASON I Rates Fringes 3 .38 FMAS0538E 06/01/1997 PLASTERERS: Rates Fringes Plasterer 17. 10 Plasterer working � 3.68 on a swing stage 17.60 3 .68 PLasterer aozzlePerson 17.75 3.68 3LUM0016C 06/01/1997 PLUMBERRates Fringes 22.42 5.25 PLUM0464B 06/01/1997 P IP£FZT'!'ER: Rates Fringes (includes !VAC piping) 21.61 6.28 . * SFNE0669A 04/01/1998 es SPRIN R FITTER (FIRE) Ra.t34 Fringes 6.35 SBEE0003B 07/01/1997 SHEET METAL WORg-R: Rates Fringes (includes VAC duct work) 20.62 5.26 SUNE10063 09/01/1988 :DRYWALL _IV=SEER Rates Fringes GLAZIER 11.3 0 LABORERS : g•85 2.92 W SHINGTON COUNTY: Common laborer 8.20 1.50 NE980011 Page: 3 3uggymobile, mason tender and (J /Gf 2_ mortar mixer 8 .375 Plasterer tender 1.50 8 .585 1.50 PAINTER (excluding drywall finisher) 10 .78 POWER EQUIPMENT OPERATORS: 3ackhoe 12.2? Grader. 2.48 Loader 1=•82 1.00 Roller 12.03 1.79 Scraper 9•36 1.41 Tamper 11.74 1.65 ROOFM 13.95 3.07 SOFTOCR LAYER 9.15 .99 TILE SETTER. TRUCK TRUCK DRIVER 15.20 9. 14 1.22 ri'EI:DERS - Receive rate prescribed ;or craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications Listed may be added after award only as provided in the labor standards contract clauses (29 C_FR 5 .5 (a) ( 1) (7) ) . In the listing above, the '•SU'• listed under designation means that rates that identifier do not reflect collectively bar ained wage and fringe benefit rates. Other designations T-",4 4,cate unions whose :ates have been determined to be prevailing. WAGE DETERMINATION PEALS PROCESS 1. ) 3as there been an irit i al decision sion in the matter? This can be: an existing published wage determination * a survey underlying a wage determination " a Wage and Ecur Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) =ling On surrey related matters, initial contact, for suit:mar:Les of surveys, should be wit`-'� t including he Wage and So requests Regional Office for the our area in which the survey was conducted because those Regional Offices have Davis-Bacon sine p the responsibility for the y program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal NE980011 ?age: 4 CE O (,; i`t 61 —.3 process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Ecur Division U. S. Deca anent of Labor soar 200 Constitution Avenue, N. W. Washington, D. C. 20210 2. ) it the answer to the cuestion in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and sour Administrator (See 29 CFR ?art 1.8 and 29 CFR Part 7) . Write to: Wage and cur Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3 . ) if the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Atistratire Review 3oard U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, 0. C. 20210 4. ) All decisions by the Administrative Review Board are.. final. HND OF GENERAL DECISION NE980011. Page: 5 Section 02072 - Minor Demolition for Remodeling PART I - GENERAL 1.01 SUMMARY A. Section Includes: 1. Demolition and removal of portions of buildings or structures, 2. Required demolition is indicated on the drawings and is described herein. B. Related Sections: 1. Barriers and enclosures: Division 1. 2. Project record documents: Division 1. 3. Allowances: Division 1. 1.02 SUBMITTALS A. Proposed Demolition Activities: 1. Submit proposed schedule of demolition activities, Indicate: • • a. Starting and ending dates for each activity as appropriate. b. Interruption and restoration of utility services. 2. Submit proposed methods of operations. B. Project Record Documents: 1. Identify location of capped utilities. 2. Indicate unanticipated structural, electrical, or mechanical conditions. 1.03 QUALITY ASSURANCE • A. Qualifications: 1. Personnel employed by the contractor to survey or verify the condition structures shall be competent to determine both the condition of the framing, floors, and walls and the possibility of unplanned collapse of any portion of the structure and shall have the authority to take prompt corrective action when necessary. 1.04 PROJECT CONDITIONS A. Occupancy: 1. Adjacent structures will not be vacated during demolition activities. B. Existing Conditions: 1. After the project is begun, the contractor is responsible for the condition of structures to be demolished. The owner does not warrant that the condition of structures to be demolished will not have changed since the time of inspection for bidding purposes. C. Hazardous Materials: 1. The following hazardous materials are suspected of being present on the site: a. Unknown. Storefront Replacement— 2518 North 24`h Street Section 02072 - Minor Demolition for Remodeling D. Unforeseen Conditions: Should unforeseen conditions be encountered that affect design or function of project, investigate fully and submit an accurate, detailed, written report to the architect. While awaiting the architect's response, reschedule operations if necessary to avoid delay of overall project. PART II - PRODUCTS (NOT USED) ' PART III - EXECUTION 3.01 EXAMINATION A. Verify that utilities have been disconnected and sealed, B. Survey existing conditions and correlate with drawings and specifications to determine extent of demolition required. C. Insofar as is practicable, arrange operations to reveal unknown or concealed structural conditions for examination and verification before removal or demolition. D. Perform an engineering survey to determine both the condition of the framing, floors, and walls and the possibility of unplanned collapse of any portion of the structure (and of adjacent structures where appropriate). E. Verify actual conditions to determine in advance whether removal or demolition of any element will result in structural deficiency, overloading, failure, or unplanned collapse. F. Perform continuing surveys as the work progresses to detect hazards resulting from demolition or construction activities. • G. Verify whether suspected hazardous materials listed in Part 1 of this section are present. 3.02 PREPARATION A. Hazardous Materials: 1. Remove. drain, purge, or otherwise dispose of hazardous materials present before proceeding with demolition operations, Comply with applicable regulations concerning disposal. B. Traffic: Do not obstruct walks or public ways without the written permission of governing authorities and of the owner, Where routes are permitted to be closed, . provide alternate routes if required. C. Protection: 1. Provide for the protection of persons passing around or through the area of demolition. 2. Perform demolition so as to prevent damage to adjacent improvements and facilities to remain. 3. Erect temporary protection such as walks, fences, railings, canopies, etc„ where required by authorities having jurisdiction. Storefront Replacement— 2518 North 24`h Street 3 Section 02072 - Minor Demolition for Remodeling 4. Protect walls, floors, and other new or existing work from damage during demolition operations. 5. Protect existing site appurtenances and landscaping to remain, 6. Erect a plainly visible fence at least 5 feet from trunks of individual trees or around outer perimeter of clumps of.trees, D. Temporary Partitions: 1. Provide substantial construction designed by the contractor to provide effective protection as required. a. Exterior closures: Weatherproof, constructed to prevent water leakage, insulated to prevent excessive heat loss or gain to occupied areas, and sealed to prevent excessive air filtration, 2. Construct temporary partitions in a manner at least equal to the following superior, if necessary to provide effective protection specified): a. Wood studs covered with plywood sheathing. b. Gypsum-board surfaces adjacent to occupied areas, with joints taped. 3. Equip partitions with doors where access is required. E. Structural Support: 1. Construct and maintain shoring, bracing, and supports as necessary to ensure the stability of structures. 2. Increase or add new supports as required by the progress of the work, F. Damages: Without cost to the owner and without delay, repair any damages caused to facilities to remain. 3.03 UTILITY SERVICES A. Comply with requirements specified in Divisions 15 and 16. B. Arrange with utility companies and shut off indicated utilities serving structures. C. Disconnect and cap indicated utilities before starting demolition operations, D. Identify location of capped utilities on project record documents, 3.04 EXPLOSIVES A. Do not use explosives. Use of explosives is forbidden. 3.05 POLLUTION CONTROLS A. Control as much as practicable the spread of dust and dirt, • B. Observe environmental protection regulations. C. Do not allow water usage that results in freezing or flooding, D. Do not allow adjacent improvements to remain to become soiled bydemo lition operations. Storefront Replacement— 2518 North 24th Street • Section 02072 - Minor Demolition for Remodeling 3.06 DEMOLITION - GENERAL • A. Remove: Unless items are otherwise indicated to be reinstalled or salvaged, remove and scrap. B. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare for service; reinstall in the same location (or in the location indicated). C. Remove and Install New: Remove and dispose of items indicated and install new items in the same location (or in the location indicated). O. Remove and Salvage: Items indicated to be salvaged will remain the owners property. Carefully remove and clean items indicated to be salvaged; pack or crate to protect against damage; identify contents of containers; deliver to the locations indicated. E. Remove and Scrap: Remove and dispose of items indicated, 1. All demolished or removed items and materials shall be considered scrap except for those indicated to remain, those indicated to be reinstalled, those indicated to be salvaged, and historical items, 2. Items of value to the contractor: a. Do not store removed items on site. F, Existing to Remain: Construction or items indicated to remain shall be protected against damage during demolition operations. Where practicable, and with the architects permission, the contractor elect to remove items to a suitable may storage location during demolition and then properly clean and reinstall the items, G. Historical items, relics, and similar items (including but not limited to cornerstones and their contents, commemorative plaques and tablets, antiques, and other items of interest or value to the owner) which may be encountered in the course of demolition will remain the owners property, Notify the architect if such items are encountered, Obtain the architects and the owners acceptance of removal methods, and salvage these items to the owner, H. Detailed requirements for cutting are specified under cutting and patching in Division 1. I. Perform work in a systematic manner. J. Demolish and remove existing construction only to the extent required by new construction and as indicated in the contract documents, K. Perform selective demolition using methods which are least likely to damage work to remain and which will provide proper surfaces for patching, L. Remove debris daily. M. Masonry: Detach masonry to be demolished from adjoining construction to remain with power-driven masonry saws or hand tools. N. Use any methods permitted by governing regulations and-the requirements of the contract documents. Storefront Replacement— 2518 North 24`h Street 4 Section 02072 - Minor Demolition for Remodeling 3.07 DEMOLITION ON OR BELOW GRADE A. Where portions of concrete slabs-on-grade are to be removed, first outline the portion with a concrete saw to a depth of at.least 1 inch, B. Remove concrete slabs-on-grade. 3.08 DISPOSAL OF DEMOLISHED MATERIALS A. Promptly dispose of materials resulting from demolition operations. Do not allow materials to accumulate on site. B. Transport materials resulting from demolition operations and legally dispose of off- site, C, Off-site disposal location shall not be within one-half mile of any portion of the project site or within sight of the project site. D. Do not bum removed materials on project site, E. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site, 3.09 REPAIRS AND PATCHING A. Perform repairs in accordance with patching requirements specified in Division 1 under cutting and patching. 3.10 CLEANING A. Remove tools and equipment. Dispose of scrap, B. Broom clean interior areas. C. Leave exterior areas free of debris. D. Clean soil, smudges, and dust from surfaces to remain, E. Return structures and surfaces to remain to condition existing prior to commencement of demolition. 3.11 SCHEDULES A. Remove and Scrap: 1. All interior partitions, interior plaster and lath, drywall, etc. 2. All interior flooring, wood decking, subflooring and wood framing. 3. All ceilings and framing. 4. All abandoned electrical system components, panels, junction boxes, conduit, outlets, switches and fixtures. 5. All abandoned plumbing fixtures, vent lines, and piping. 6. All mechanical system equipment, ducts, grilles, controls and etc.. Storefront Replacement—2518 North 24th Street 5 Section 02072 - Minor Demolition for Remodeling 7. The existing roofing, roof decking and framing. 8. All water lines from the water meter to all existing fixtures. 9. All waste lines to within 4' of the building perimeter. 10. All plaster, lathe and furring on the exterior walls. 11. All Interior columns. 12. All wood benches and shelves. 13. All existing gas lines back to the gas meter. 14. All interior doors, frames and hardware. 15. The existing gutter and downspout. 16. All trash and debris. END OF SECTION 02072 Storefront Replacement—2518 North 24"' Street 6 Section 04300 — Masonry PART I - GENERAL 1.01 WORK INCLUDED A. Mortar B. Brick units 1.02 SUBMTTTALS A. Submit samples under provisions of Section 01300. B. Prepare a sample panel 21 W x 1611 H of brick and mortar material for architects approval. PART II - PRODUCTS 2.01 MATERIALS A. Brick to be ASTM C216, Type FBS, Grade SW, Size and color to match existing building as approved by architect. Reuse existing face brick if possible. B. Reinforcing to be ladder type galvanized steel with 3/1611 side rods and #9 cross ties manufactured by Durowall. C. Mortar 1. At brick, mortar shall be type "N" composed of 1/2 part Portland cement, 1 part hydrated lime and 4 parts loose aggregate. Mortar is to match existing in color and texture. PART III - EXECUTION 3.01 PREPARATION A. Inspect existing construction and preparation, correct minor defects and clean surfaces which effect this work. B. Establish lines level and coursing. C. Provide temporary bracing as required. 3.02 COURSING A. Place masonry to lines and levels indicated. B. maintain masonry courses to uniform width. Make vertical and horizontal joints equal and of uniform thickness. C. Lay masonry units in running bond. Course one block unit and one mortar joint to equal 8 inches. Form concave mortar joints. Horizontal brick joints to be raked 3/8" and tooled. Storefront Replacement— 2518 North 24th Street Section 04300 Masonry 3.03 PLACING AND BONDING A. Lay masonry in full bed of mortar, properly jointed with other work. Buttering corners of joints, and deep or excessive furrowing of mortar joints are not permitted. B. Fully bond intersections, and external and internal corners. C. Do not shift or tap masonry units after mortar has taken initial set. Where adjustment must be made, remove mortar and replace. D. Remove excess mortar. E. Perform jobsite cutting with proper tools to provide straight unchipped edges. Take care to prevent breaking masonry unit corners or edges. F. Isolate masonry partitions from vertical structural framing members with a control joint. 3.04 TOLERANCES A. Alignment of Columns: Piers: Maximum 1/4 inch from true line. B. Variation from Unit to Adjacent Unit 1/32 inch maximum. C. Variation from Plane of Wall: 1/4 inch in 10 feet and 1/2 inch in 20 feet or more. D. Variation from Plumb: 1/4 inch per story noncumulative; 1/2 inch in two stories or more. E. Variation from Level Coursing; 1/8 inch in 3 feet; 1/4 inch in 10 feet; 1/2 inch maximum. 3.05 LINTELS A. Install loose steel lintels as scheduled. B. Install reinforced unit masonry lintels over openings. Construct lintels using grout fill and reinforcing. Maintain minimum 8 inch bearing on each side of opening. C. Use reinforcing bars of one piece lengths only. D. Place and consolidate grout fill without disturbing reinforcing. 3.06 MASONRY RESTORATION A. Tuck point exterior masonry wails where existing mortar is loose or missing, Remove cracked or loose mortar with hand tools to a depth of one inch back from the face of the brick. Do not use power tools to.remove existing mortar. Care shall be taken not to damage the edges of the existing brick. Remove mortar fragments and dirt from the joint with a jet of air. Storefront Replacement— 2518 North 24th Street '_ Section 04300 — Masonry New mortar to match the existing mortar in color, texture and composition. Mortar material shall conform to the following specifications: Lime ASTM C 207, Type S Hydrate lime for masonry purposes. Cement ASTM C 150, Type II Sand ASTM C 144 Water Clean and free from deleterious amounts of acids, alkalies, or organic material. Mortar shall be composed of 1/2 part Portland cement, one part hydrated lime and four parts loose aggregate, An analysis of the existing mortar shall be done prior to repainting existing masonry. Dampen existing brick prior to filling joints. Apply new mortar in three to four separate layers of approximately 1/411 in depth, Allow each layer time to stiffen before installation of next layer, Tool joint to match existing. "Age"joint by brushing lightly with a natural brush immediately after tooling. END OF SECTION 04300 Storefront Replacement—2518 North 24th Street 3 Section 06100 — Rough Carpentry PART I - GENERAL 1.01 SUMMARY A. Section Includes: • 1. Carpentry work not specified as part of other sections and which generally is not exposed, except as otherwise indicated. 2. Rough carpentry for. a. Wood framing, b. Miscellaneous lumber for attachment and support of other work. c. Wood furring. 3. Preservative treatment. B. Related Sections: 1: Gypsum Board Systems: Division 9. 1.02 REFERENCES A. AWPB LP-2-88 — American Wood Preservers Bureau Quality Control and Inspection Procedures for Softwood Lumber, Timber and Plywood Pressure Treated with Waterborne Preservatives for Above Ground Use; 1988. B. National Design Specification for Wood Construction; American Forest and Paper Association (formerly National Forest Products Association; 1991. C. NBS PS 20-70(86) —American Softwood Lumber Standard; U,S, Department of Commerce, National Bureau of Standards;1970 (Amended 1986). D. NFPA WCD #1 — Manual for Wood Frame Construction; American Forest and Paper Association (formerly National Forest Products Association); 1988. E. Western Lumber Grading Rules 91; Western Wood Products Association (WWPA); 1991. 1.03 QUALITY ASSURANCE A. Lumber. Comply with NBS PS 20 and approved grading rules and inspection agencies. B. Inspection Agencies: 1. WWPA: Western Wood Products Association, C. Grade Stamps for Concealed Lumber. Each piece of lumber, applied by inspection agency and showing compliance with each specified requirement. 1.04 DELIVERY STORAGE AND HANDLING A. Protect wood products against moisture and dimensional changes. Support stacks at several uniformly spaced points to prevent deformation. Store stacks raised above ground. Cover to protect from rain and snow, Select and arrange cover to allow air circulation under and all around stacks to prevent condensation, Maintain and restore displaced coverings. Remove from the site any wood products that Storefront Replacement— 2518 North 24th Street Section 06100 — Rough Carpentry have been subjected to moisture or that do not comply with the specified moisture requirements. • PART II - PRODUCTS 2.01 DIMENSION LUMBER A. Size: Provide nominal sizes indicated, complying with NBS PS 20 except where actual sizes are specifically required. 1. Surfacing: Dressed lumber(S4S). 2. Moisture content: S-dry or MC19 (19 percent maximum moisture content). B. Stud Framing — 2 x 2 through 4 x 4 and 2 x 6: 1. Species: a. Douglas Fir-Larch. b. Hem-Fir. c. Spruce-Pine-Fir(South). 2. Grade: No. 2 (Structural Light Framing). C. Joist and Small Beam Framing — 2 x 6 through 4 x 16: • 1. Species: a. Douglas Fir-Larch. b. Hem-Fir. c. Spruce-Pine-Fir(South). 2. Grade: No, 2. D. Rafter Framing — 2 x 6 through 4 x 16: 1. Species: a. Douglas Fir-Larch. b. Hem-Fir. c. Spruce-Pine-Fir(South). 2. Grade: No, 2. E. Miscellaneous Lumber. Provide dimension lumber and boards necessary for the support of work specified in other sections, whether or not specifically indicated, and including but not limited to blocking, nailers, etc. 1. Moisture content: 19 percent maximum (S-dry). 2. Lumber. S4S, No, 2 or standard grade. 3. Boards: Construction, 2 common, or No, 2 grade. 2.02 MISCELLANEOUS MATERIALS A. Fasteners: Provide as required by applicable codes and as otherwise indicated. B. Framing Connectors and Supports: Prefabricated, formed steel units: hot-dip galvanized finish unless otherwise indicated; type and size as required: approved by applicable codes. 1. Manufacturers: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. Simpson Strong-Tie Company Inc, b. Teco, Storefront Replacement— 2518 North 24`" Street • 2 Section 06100— Rough Carpentry c. United Steel Products Company. 2.03 WOOD TREATMENT BY PRESSURE PROCESS A. Aboveground Lumber. AWPB LP-2 (waterbome preservatives). 1. Kiln dried after treatment to 19 percent maximum moisture content. 2. Treat the following: a. Wood in contact with roofing, flashing, or waterproofing. b. Wood in contact with masonry or concrete. c. Other members indicated. B. Fasteners for Preservative Treated Wood: Hot-dip galvanized steel (ASTM A-153). PART 3 - EXECUTION 3.01 INSTALLATION - GENERAL A. Arrange work to use full length pieces except where lengths would exceed commercially available lengths. Discard pieces with defects that would lower the required strength or appearance of the work. B. Cut and fit members accurately, Install plumb and true to line and level. C. Fasten carpentry in accordance with applicable codes and recognized standards. D. Where exposed, countersink nails and fill flush with suitable wood filler. E. Use fasteners of appropriate type and length, Pre-drill members when necessary to avoid splitting wood. 3.02 MISCELLANEOUS CARPENTRY A. Provide miscellaneous blocking, nailers, grounds, and framing as shown and as required for support of facing materials, fixtures, specialty items, and trim. Cut and shape to the required size. Provide in locations required by other work. B. Use countersunk fasteners appropriate to applied loading. 3.03 WOOD FURRING A. Install wood furring plumb and level; shim as necessary to bring true to plane; install closure strips at ends perpendicular to main furring direction. 1. Furring for gypsum drywall: Install 1-by-2 furring vertically at 16 inches maximum on center. 2. Suspended furring: Provide where shown. Include suitable hangers and anchors. 3.04 WOOD FRAMING - GENERAL A. Comply with sizes, spacing, and configurations indicated, Where not specifically indicated, comply with applicable codes and NFPA "Manual for Wood Frame Construction," Splice members only where specifically indicated or approved. Storefront Replacement—2518 North 24th Street 3 Section 06100 — Rough Carpentry B. Space fasteners as indicated. Where not specifically indicated, comply with applicable codes and the "Recommended Nailing Schedule" of NFPA "Manual for Wood Frame Construction" and "National Design Specification for Wood Construction." C. Fire stops: Stops of nominal 2-inch-thick lumber in the following typical locations, and where otherwise indicated. 1. Concealed vertical spaces over 10 feet in height occurring in stud walls and partitions, including furred walls. 2. Interconnections of concealed vertical and horizontal spaces such as at soffits, drop ceilings, and cove ceilings. END OF SECTION 06100 • Storefront Replacement—2518 North 24th Street 4 Section 07600 — Flashing & Sheet Metal PART I - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes flashing and miscellaneous sheet metal accessories. 1.02 SUBMITTALS A. Shop Drawings: Submit shop drawings showing layout, joining, profiles, and anchorages of fabricated work, including major counter flashings. PART II - PRODUCTS 2.01 Flashing A. Uniclad or equal, 24-gauge precolored metal (color by Architect) for all flashing. 2.02 Miscellaneous and Accessories A. Fasteners: Same metal as flashing/sheet metal or, other noncorrosive metal as recommended by the sheet manufacturer. B. Mastic Sealant: Polysobutylene: nonhardening, nonskinning, nondrying, nonmigrating sealant. C. Adhesives: Type recommended by the sheet metal manufacturer for waterproof/weather resistant seaming and adhesive application of flashing sheet. D. Metal Accessories: Provide sheet metal clips, straps, anchoring devices and similar accessory units as required for installation of work, matching or compatible with material being installed, noncorrosive, size and gauge required for performance. 2.03 Fabricated Units A. General Metal Fabrication: Shop-fabricate work to the greatest extent possible. Comply with details shown, and with applicable requirements of the SMACNA "Architectural Sheet Metal Manual" and other recognized industry practices. B. Separations: Provide for separation of metal from noncompatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. C. Mastic Sealant: Polysobutylene: nonhardening, nonskinning, nondrying, nonmigrating sealant. PART III - EXECUTION 3.01 INSTALLATION REQUIREMENTS • Storefront Replacement— 2518 North 24th Street Section 07600 — Flashing & Sheet Metal A. General: Shop-fabricate work to the greatest extent possible. Comply with manufacturer's installation instructions and recommendations, and with the SMACNA "Architectural Sheet Metal Manual". Anchor units of work securiy in place by methods indicated, providing for thermal expansion of metal units; conceal fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints and seams which will'permanently watertight and weatherproof. 3.02 CLEAN AND PROTECTION A. Cleaning: Clean all exposed metal surfaces, removing substances which might cause corrosion of metal or deterioration of finishes. B. Protection: Installer shall advise Contractor of required procedures for surveillance and protection of flashings and sheet metal work during construction, to ensure that work will be without damage or deterioration, other that natural weathering, at time of the substantial completion. END OF SECTION 07600 Storefront Replacement—2518 North 241h Street Z Section 07900 —Caulk and Sealants PART 1 - GENERAL 1.01 SUBMITTALS A. Submit color chart for Architect's selection of colors. B. Submit product data. PART II - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Sonnebom B. W.R. Meadows 2.02 MATERIALS A. Polyurethane Sealant: FS TT-S-00227; Type II - nonsag; Class A. B. Polyurethane Sealant: FS TT-S-00227; Type I Self-leveling; Class A. C. Silicone Sealant: FS TT-S-01543; Class A, low modulus type. D. Acrylic Emulsion Latex: ASTM C834, single component. E. Joint Backing: ASTM D1565; round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. F. Primer and Joint Cleaner. Non-staining type that is compatible with all other materials and as recommended by sealant manufacturer. G. Bond Breaker. Pressure sensitive tape recommended by sealant manufacturer to suit application. PART Ill - EXECUTION 3.01 INSTALLATION A. Clean and prime joints and install all materials in this section in strict accordance with manufacturer's instructions. B. Install joint backing to achieve manufacturers recommended width/depth ratio. C. Remove all loose material which might impair adhesion. D. All sealants are to be installed so they properly adhere to materials on both sides of the joint, Sealant is also to have a smooth, neat appearance and to be free of voids or defects. Mask edges of sealant as needed to obtain straight, neat edges. Protect adjacent surfaces. Storefront Replacement— 2518 North 24Lh Street Section 07900 — Caulk and Sealants E. Install materials only during times that are within the manufacturer's recommended temperature and humidity ranges. F. Tool all joints concave unless shown otherwise on drawings. G. Completely seal all joints around frames and other exterior wall openings, and between dissimilar materials. H. Protect sealant from damage during the curing stage. Replace sealants which are damaged or deteriorated during the construction period. 3.02 SCHEDULE OF APPLICATION A. Polyurethane sealant, nonsag, shall be used at the following locations, or similar, if not noted: 1. Exterior wall joints. 2. Exterior perimeters of new door and window frames. 3. Exterior perimeters of existing door and window frames as needed to make watertight. 4. Penetrations of walls, floors and decks by piping, equipment, etc, 5. Thresholds B. Polyurethane sealant, self-leveling shall be used at the following locations, or similar, if not noted: 1. Walk and paving joints. C. Silicone sealant shall be used at all joints between counter tops and walls, and cabinets and floors. D. Acrylic Emulsion latex shall be used at the following locations, or similar, if not noted: 1. Interior perimeters of door and window frames 2. Joints in drywall 3. Other interior only joints, not specified herein otherwise. END OF SECTION 07900 • Storefront Replacement— 2518 North 24th Street 2 Section 08110 — Steel Doors and Frames PART I - GENERAL 1.01 SUMMARY A. Section Includes: 1. Standard steel doors and frames. 2. Assemblies for fire-rated openings. 3. Insulated doors. B. Related Sections: 1. Anchoring and grouting frames in masonry: Division 4. 2. Wood doors for installation in steel frames: Elsewhere in Division 8. 3. Door hardware: Elsewhere in Division 8. 4. Glass and glazing: Elsewhere in Division 8. 5. Wood Framing: Division 6. 1.02 REFERENCES A. ASTM A 153-82(87) -- Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 1982 (Reapproved 1987). B. ASTM A 366/A 366M-91 — Standard Specification for Steel, Sheet, Carbon, Cold- Rolled, Commercial Quality; 1991. C. ASTM A 525-91b — Standard Specification for General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process; 1991. D. ASTM A 526/A 526M-90 — Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Commercial Quality; 1990. E. ASTM A 568/A 568M-93 — Standard Specification for Steel, Sheet, Carbon, and High-Strengh, Low-Alloy, Hot-Rolled and Cold-Rolled, General Requirements for, 1993. F. ASTM A 569/A 569M-91A — Standard Specification for Steel, Carbon (0,15 Maximum, Percent), Hot-Rolled Sheet and Strip Commercial Quality; 1991. G. ASTM C 236-89 — Standard Test Method for Steady-State Thermal Performance of Building Assemblies by Means of a Guarded Hot Box; 1989. H. ASTM E 152-81a — Standard Methods of Fire Tests of Door Assemblies; 1981. I. DHI A115 Series — Specifications for Steel Door and Frame Preparation for Hardware; 1980-91. J. NFPA 80 — Standard for Fire Doors and Windows; National Fire Protection Association; 1992 (with Errata dated October 6, 1992). K. SDI 100-1991 — Recommended Specifications: Standard Steel Doors and Frames; Steel Door Institute; 1991. Storefront Replacement—2518 North 24th Street Section 08110—Steel Doors and Frames L. SDI 105-92 -- Recommended Erection Instructions for Steel Frames; Steel Door Institute; 1992. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's printed product information indicating compliance with specified requirements. B. Shop Drawings: Submit drawings for fabrication and installation of steel doors and frames, including the following information: 1. Details of construction, joints, and connections. 2. Details of each frame type, including anchorage. 3. Elevations of each opening type. 4. Conditions at openings, including coordination with glass and glazing requirements. 5. Location and installation requirements of door hardware and reinforcements. 6. Schedule of openings coordinated with numbering system used in contract documents. C. Quality Assurance Certification: Submit manufacturer's certification that products have been constructed and tested in full compliance with ANSI/SDI 100. As applicable, include test reports for core construction and reinforcing methods not specifically designated as acceptable by ANSI/SDI 100. 1.04 QUALITY ASSURANCE A. Quality Standard: Comply with SDI 100. B. Labeled Assemblies: At ail locations where fire-rated door and frame assemblies are required, provide assemblies which comply with NFPA 80 and have been tested and labeled in accordance with ASTM E 152 by agency acceptable to governing authorities. C. Coordination: Transmit a copy of final shop drawings to wood door manufacturer to allow prefitting of wood doors to steel frames. 1.05 DELIVERY, STORAGE, AND HANDUNG A. Deliver products in crates or cartons suitable for storage at the site. B. Replace items damaged in delivery, unless damage is minor and can be repaired to match intact items, as determined by architect. C. Store products under cover, raised above ground level, and stacked to prevent warping and to promote air circulation. 1. Prevent moisture from accumulating and remove saturated packaging before products can be damaged. PART 11 - PRODUCTS 2.01 MANUFACTURERS Storefront Replacement—2518 North 24th Street 2 Section 08110 — Steel. Doors and Frames A. Manufacturers: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: 1. Amweld Building Products, Inc. 2. Ceco Door Products, a Division of United Dominion. 3. Curries Company/Essex Industries, Inc. 4. Fenestra Corporation. 5. Pioneer Industries Division/CORE Industries, Inc, 6. Republic Builders Products Division/DESCO. 7. Steelcraft Manufacturing Company/Masco Industries. 2.02 MATERIALS A. Steel Sheets, Hot-Rolled: ASTM A 569 and ASTM A 568, commercial quality, pickled and oiled. B. Steel Sheets, Cold-Rolled: ASTM A 366 and ASTM A 568f commercial quality, matte finish exposed foiled. C. Steel Sheets, Galvanized, ASTM A 526 and ASTM A 525F commercial quality, A60 zinc-iron or G60 zinc coating, mill phosphatized. D. Anchorages: Galvanized steel, minimum 18 gage. E. Fasteners and Inserts: Units standard with manufacturer. 1. Exterior walls: ASTM A 153, hot-dip galvanized, Class C or D. F. Paint: 1. Primer: Manufacturers standard rust-inhibitive coating, suitable to receive finish coatings specified. 2.03 • FABRICATION A. General: Shop-fabricate assemblies to greatest extent possible, assuring that installed units will be without warp, twist, bow, or other defect in appearance or function. B. Exposed Door Faces: Fabricate from cold-rolled steel. C. Frames: Fabricate from cold-rolled or hot-rolled steel. D. Edge Channels, Stiffeners, and Reinforcement: Fabricate from cold-rolled or hot- rolled steel. E. Exterior Doors: Fabricate from hot-dip galvanized steel. F. Seal top and bottom edges integrally with door construction, or use minimum 16 gauge steel channels to form flush closure. G. Exterior Frames: Fabricate from galvanized steel. Storefront Replacement—2518 North 24th Street 3 Section 08110 —Steel Doors and Frames H. Exposed Screws and Bolts: Where required, provide only countersunk, flat Phillips- head fasteners. I. Insulated Assemblies: At locations scheduled, provide insulating door and frame assemblies which have been tested in accordance with ASTM C 236 for thermal resistance. 1. Maximum U-value: 0.10 BTU per hour per square foot per degree F. J. Hardware Preparation: Comply with DHI A115 series specifications for door and frame preparation, using final hardware schedule and templates from hardware supplier. 1. Reinforcement: Reinforce doors and frames for field-installed exposed hardware items. 2. Locations: Comply with final shop drawings. K. Shop Painting: 1. Preparation: Clean surfaces thoroughly before beginning painting operations, removing rust, scale, oil, grease, and other contaminants. 2. Primer. Apply primer evenly to achieve full protection of all exposed surfaces. 2.04 STEEL DOORS A. General: Fabricate steel doors in accordance with requirements of SDI 100, B. Exterior Doors: 1. Grade III - Extra Heavy-Duty, Model 1 - Full Flush. 2.05 STEEL FRAMES A. General: Fabricate steel frames for scheduled openings, in styles and profiles as shown, using concealed fasteners. 1. Minimum thickness: 16 gauge interior; 14 gauge exterior. 2. Construction: Mitered and welded corners. B. Door Silencers: Drill stops to receive silencers, except on frames scheduled for weatherstripping. 1. Provide 3 silencers on strike jambs of single-swing frames. C. Guards: Weld protective covers to back of hardware openings at locations where grout, plaster, or other materials might interfere with hardware operation. PART III - EXECUTION 3.01 INSTALLATION A. General: Install steel doors, frames. and accessories to comply with manufacturer's recommendations. 1. Comply with detailed installation requirements of final shop drawings. B. Frame Installation: 1. General: Adhere to provisions of SDI 105. Storefront Replacement— 2518 North 24th Street 4 Section 08110 —Steel Doors and Frames 2. Place welded frames prior to construction of enclosing elements, braced securely to achieve plumb, planar installation. Remove braces after anchorages have achieved final set, leaving frames in smooth, undamaged condition. 3. Anchors: Provide 3 wall anchors per jamb at hinge and strike levels and minimum 18 gauge base anchors, 4. Openings at in-place masonry: Fasten frames securely to masonry with machine screws and masonry anchorages. 5. Fire-rated openings: Comply with requirements of NFPA 80. 6. Wood stud partitions: Attach wall anchors to wood stud framing with screws. C. Door Installation: 1. General: Comply with requirements and clearances specified in SDI 100. 2. Fire-rated doors: Comply with NFPA 80 requirements and clearances. 3.02 ADJUST AND CLEAN A. Touch-Up: At locations where primer has been abraded or minor rusting has occurred, sand smooth and spray-apply compatible primer. B. Final Operating Adjustments: Check hardware at all openings for proper operation of doors, making final corrections as required to assure that work of this section is complete and undamaged. END OF SECTION 08110 Storefront Replacement—2518 North 24"' Street 5 Section 08400—Aluminum Storefront PARTI - GENERAL 1.01 DESCRIPTION OF WORK A. Provide aluminum storefront system for all aluminum doors, transoms and sidelights and aluminum windows as specified herein and shown on drawings. B. Refer to Section 08800 for glazing and 07900 for perimeter sealant. C. Products specified by brand name are only for the purpose of setting a standard of quality and not intended to restrict the Contractor from offering an equal item from other sources or supply. D. Products specified by brand name are only for the purpose of setting a standard of quality and not intended to restrict use of equal items. 1.02 REFERENCES • A. ASTM E283, Rate of Air Leakage through Exterior Windows, Curtain Walls and Doors. B. ASTM E547, Water Penetration of Exterior Windows, Curtain Wails and Doors by Cyclic Static Air Pressure Differential. C. ASTM E330, Structural Performance of Exterior Windows, Curtain Walls and Doors by Uniform Static Air Pressure Difference. 1.03 QUALITY ASSURANCE A. Manufacturer shall be a company specializing in manufacturing items as described in this section with a minimum of ten years experience. B. Installer shall be a company licensed or franchised by the manufacturer with a minimum of five years experience. C. Test reports certified by an independent test laboratory shall be made available upon request. 1.04 PERFORMANCE A. Air infiltration shall be tested in accordance with ASTM E283. Infiltration shall not exceed .06 cfm per s.f. of fixed area. B. Water infiltration shall be tested in accordance with ASTM E331. There shall be no water penetration at a test pressure of 6.24 P.S.F. C. Structural performance shall be based on maximum deflection of 1/175 of the span and allowable stress with a safety factor of 1.65. The systems shall perform to these criteria under a windload of 30 psf. D. Thermal Performance: Storefront Replacement— 2518 North 24th Street Section 08400 —Aluminum Storefront 1. All framing members of storefront shall incorporate a thermal barrier which eliminates all direct contact between interior and exterior aluminum sections. 2. Windows, when tested in accordance with AAMA 1502,7-1981 and 1503,1- 1980, shall attain a maximum "U" value of .56 and a minimum CRF of 57. 1.05 SUBMTTTALS A. Shop drawings shall show sizes, elevations, rough opening details, sections, attachment methods and other pertinent information. B. Refer to Section 01300 - Submittals. C. Submit samples of aluminum finish. 1.06 DELIVERY, STORAGE AND HANDLING A. Do not deliver work in this section to the job sight more than one week before installation. B. Protect, store and handle according to manufacturers written instructions. Scratched or otherwise damaged materials will be rejected. 1. 07 WARRANTY A. Provide five year manufacturer's warranty including coverage of insulating glass units, doors and other basic construction and parts of the storefront systems. PART II - GENERAL 2.01 ACCEPTABLE MANUFACTURERS A. EFCO B. Kawneer C. Wausau 2.02 MATERIALS A. Extrusions shall be 6063-T5 alloy and temper(ASTM B221 alloy G,S, 1OA-T5). B. Storefront thermal barrier shall consist of a two-part, chemically curing, high density polyurethane. C. Fasteners, where exposed, shall be aluminum, stainless steel or plated steel in accordance with ASTM A164. Perimeter anchors shall be all aluminum or steel._ providing the steel is properly isolated from the aluminum. D. Glazing gaskets shall be elastomeric extrusions. E. Storefront single acting entrance frame weathering shall be a nonporous, polymeric material. Storefront Replacement—2518 North 24'h Street 2 Section 08400 —Aluminum Storefront 2.03 FINISHES A. All exposed surfaces shall be free of scratches and other defects and shall receive a factory painted, Kynar finish - Black#S-960, unless noted otherwise. 2.04 FABRICATION A. Storefront: Provide EFCO, or equal by other listed manufacturers. The framing systems shall provide for flush glazing on all sides with no projecting stops. Vertical and horizontal framing members shall have a nominal face dimension of 1 3/411 (50.8). Overall depth shall be 3 1/211 or 6 1/211 as shown on drawings. Entrance framing members shall be compatible with glass framing in appearance. All single acting entrance frames shall include the Sealair positive barrier weathering. B. Aluminum Doors: Provide EFCO Series 500 wide stile aluminum doors, or equal by other listed manufacturers, Doors shall be fabricated with aluminum extrusions having a minimum .12511 thickness at major portions of stiles and .05011 at glazing moldings. Provide non-corroding concealed fasteners. Glazing gaskets shall be elastomeric extrusions, Doors shall have manufacturer's standard top, intermediate and bottom offset pivots, Doors shall be 71-011 tall, Provide manufacturer's standard thresholds, weatherstripping and other hardware as follows: 1. Exterior- Kawneer"Architects Classic" CO-9 and CP (Push/Pull), US32D finish, Refer to Section 08700 for hardware provided in that section. 2. Aluminum thresholds and weatherstripping to match door system. 3. Cylinder- See Section 08700. PART III - EXECUTION 3.01 INSTALLATION A. At storefront all glass framing shall be set in correct locations as shown in the details and shall be level, square, plumb and in alignment with other work in accordance with the manufacturer's installation instructions and shop drawings. All joints between framing and the building structure shall be sealed in order to secure a watertight installation, B. At windows all glass framing shall be set in correct locations as shown in the details and shall be level, square, plumb and in alignment with other work in accordance with the manufacturer's installation instructions and shop drawings. All joints between framing and the building structure shall be sealed in order to secure a watertight installation. C. All work in this section shall be air and water tight. 3.02 PROTECTION AND CLEANING A. After installation, the General Contractor shall adequately protect exposed portions of aluminum surfaces from damage by grinding and polishing compounds, plaster. lime, acid, cement, or other contaminants. The General Contractor shall be responsible for final cleaning. END OF SECTION 08400 Storefront Replacement—2518 North 24th Street 3 Section 08710 — Door Hardware PART I - GENERAL 1.01 SUMMARY A. Section Includes: 1. All door hardware indicated on the schedule attached to this section. B. Related Sections: 1. Silencers: Elsewhere in Division 8. 1.02 REFERENCES A. BHM-A A156.1-1988 -American National Standard for Butts and Hinges; 1988. B. BHMA A156.2-1989 -American National Standard for Bored and Preassembled Locks and Latches; 1989. C. BHMA A156.3-1994-American National Standard for Exit Devices; 1994. D. BHMA A156.4-1986-American National Standard for Door Controls - Closers; 1986. E. BHMA A156.5-1992 - American National Standard for Auxiliary Locks and Associated Products; 1992. F. BHMA A156.6-1986 -American National Standard for Architectural Door Trim; 1986. G. BHMA A156.7-1988 -American National Standard for Template Hinge Dimensions; 1988. H. BHMA A156.16-1989-American National Standard for Auxiliary Hardware; 1989. I. BHMA A156.18-1987- American National Standard for Materials and Finishes; 1987. J. Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames; Door and Hardware Institute (DHI); 1990. K. NFPA 80 - Standard for Fire Doors and Windows; National Fire Protection Association; 1992 (with Errata dated October 6. 1992). 1.03 SUBMITTALS A. Make the following submittals in the order indicated, unless submitted together. B. Supplier Qualifications: To the architect, for information. C. Installer Qualifications: To the architect, for information. D. Product Data: Manufacturer's data for each different piece of hardware, with installation instructions. Storefront Replacement— 2518 North 24th Street Section 08710 — Door Hardware E. Hardware Schedule: Show manufacturer's complete identification for every item for every door. 1. Cross-reference to item names and designations in contract documents. 2. Indicate door/frame materials and sizes. 3. Explain number codes and abbreviations. 4. Indicate hardware mounting heights or locations, if different from those specified. 5. Indicate finish for each item. 6. Preliminary schedule will be reviewed if accompanied by product data. F. Keying Schedule: Separate schedule showing how each lock is to be keyed. 1.04 QUALITY ASSURANCE A. Qualifications of Supplier. A supplier of architectural finish hardware who has been supplying hardware for at least 2 years and who employs an architectural hardware consultant (AHC). B. Qualifications of Architectural Hardware Consultant(s) (AHC): Certified by the Door and Hardware Institute. C. Hardware for Fire Rated Doors: Tested for compliance with NFPA 80. 1. Listing in current classification publications of the following agencies will be considered evidence of acceptable testing: a. Underwriters Laboratories Inc. (UL). b. Wamock Hersey International Inc. (WHI). 2. Provide permanent labels on all hardware indicating the listing agency and conditions of the listing. 1.05 PROJECT CONDITIONS A. Sequence submittal of hardware schedule and door and frame submittals, allowing adequate time for review and resubmittal, if required, so that construction is not delayed: provide adequate information for review. B. Provide hardware installation templates to installers of hardware and to fabricators of other work which is required to be prepared in the shop or factory for hardware installation. C. Coordinate shop drawings of other work so that proper preparation is made. 1.06 DELIVERY, STORAGE AND HANDLING • A. Deliver hardware at the times and to the locations required for timely installation. B. Package each item separately or in container with items of same set only. C. Mark each item or package with hardware set number from hardware schedule. D. Provide a locked storage area controlled by the contractor for hardware not yet installed; take special care to prevent loss of long-lead items. Storefront Replacement — 2518 North 24th Street 3 -Section 08710 — Door Hardware PART II - PRODUCTS 2.01 GENERAL HARDWARE REQUIREMENTS A. In addition to requirements of the hardware schedule, comply with the requirements below. B. Fire-Rated Doors: Provide hardware of types and quality required to comply with NFPA 80. C. Latching and Locking Devices: Cylindrical locks, unless otherwise indicated, with appropriate locking function; provide on every door. 2.02 MATERIALS - GENERAL A. Manufacturers: 1. Obtain all items of each type from the same manufacturer. B. Manufacturer's Names and Trade Names: Display of names, logos, or other identification is acceptable on lock or hinge edge of door, but not where visible on either face of door. 1. Exception: Required fire labels. 2. Exception: As directed by or acceptable to the architect. 3. Exception: Manufacturer's name or other identification on rim of lock cylinders. C. Fasteners: Provide hardware prepared by the manufacturer with fastener holes for • machine screws, unless otherwise indicated. 1. Provide all fasteners required for secure installation. 2. Select fasteners appropriate to substrate and material being fastened. 3. Use flathead phillips screws unless otherwise indicated. 4. Use wood screws for installation in wood. 5. Use fasteners impervious to corrosion outdoors and on exterior doors. 6. Exposed screws: Match hardware finish. 7. Where it is not possible to reinforce substrate adequately for screws, use through-bolts with sleeves or use sex bolts. a. Do not use where head or nut would be exposed on face of door, unless specifically indicated or made necessary by other requirements. b. Finish exposed heads and nuts the same as hardware on that side of the door. 8. Use expansion shield anchors in concrete and masonry. D. Finish on All Exposed Metal Items: Satin chrome plated (626). 1. Exceptions: a. Hinges: Where steel hinges are acceptable, use matching plated finish. b. As indicated for specific items. 2. Items specified with the same finish shall match as closely as possible using standard manufactured products. 3. Provide finishes matching BHMA A156.18 designations. Storefront Replacement— 2518 North 24th Street 3 Section 08710 — Door Hardware 2.03 HINGES A. Manufacturers: 1. Butt hinges: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. Hager Hinge Company. b. McKinney Products Company. c. Stanley Hardware Division/The Stanley Works. B. Butt Hinges: Five-knuckle, flush-barrel butt hinges. 1. Comply with applicable requirements of BHMA A156.1. 2. Use standard weight hinges. 3. Use full mortise hinges unless otherwise specified. 4. Dimensions: As indicated, within limits prescribed by ANSI./BHMA A156.7. a. Size(s): 4-1/2 by 4-1/2 inches. b. Size hinges to suit thickness of door, including applied facings. c. Exception: Where both leaves are to be installed into wood, template size units are not required. 5. Hinge pins: Unless otherwise indicated: a. Use steel pins for steel hinges. b. Use stainless steel pins for nonferrous hinges. c. Provide non-removable pins or safety studs for out-swinging doors with keyed lock or exit only function. d. Provide non-rising pins for interior doors. 6. Provide flat button hinge tips with matching finish. 7. Quantity: Provide 3 hinges on each door. 2.04 LOCKS, LATCHES AND BOLTS A. Manufacturers: 1. Bored locksets and latchsets: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. Best Lock Corporation. b. Corbin Russwin Architectural Hardware Division/Black & Decker Corporation. c. Sargent Manufacturing Company. d. Schlage Lock Company. • 2. Exit devices: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. Adams Rite Manufacturing Company. b. Corbin Russwin Architectural Hardware Division/Black & Decker Corporation. c. Sargent Manufacturing Company. d. Von Duprin, Inc. e. Precision Hardware. Inc. 3. Auxiliary locks: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: Storefront Replacement - 2518 North 24th Street 4 Section 08710 — Door Hardware a. Best Lock Corporation. . b. Corbin Russwin Architectural Hardware Division/Black & Decker Corporation. c. Sargent Manufacturing Company. d. Schlage Lock Company. .• e. Yale Security, Inc. B. Bored Locksets and Latchsets: 1. Comply with requirements of BHMA A156.2, Series 4000, Grade 2. 2. Style: "A Series"; Schlage Lock Company. 3. Use lever handles at: a. All interior units and interior side of exterior doors. C. Exit Devices: 1. Use devices of only one manufacturer. 2. Comply with requirements of BHMA A156.3, Grade 1. 3. Style: Modem push-pad type. 4. Outside trim: Lever handles. 5. Provide keyed dogging on: a. Door 100 and 101 6. Do not provide dogging on devices on doors in fire walls and smoke partitions. D. Auxiliary Locks: 1. Comply with requirements of BHMA A156.5, Grade 1 with applicable codes. E. Strikes: Provide strike for each latch bolt and lock bolt. 1. Finish to match other hardware on door. 2. Use wrought box strikes with curved lips unless otherwise indicated. 3. Open strike plates may be used on interior wood door frames. 2.05 LOCK CYLINDERS AND KEYING A. Keying: Obtain the owner's keying instructions. 1. Key each lock differently unless otherwise directed. 2. Provide a new master key system. 3. Provide standard cylinders for locks on all doors, unless otherwise indicated. B. Cylinders: Minimum 5-pin pin tumbler cylinders, 1. Construction: All parts brass, bronze, nickel silver or stainless steel. C. Keys: Nickel silver. 1. Stamp each key with manufacturer's change symbol. 2. Provide individual change key for each lock which is not designated to be keyed alike with a group of related locks. 3. Provide 3 of each change key. 4. Each master key system: 5 master keys. 2.06 DOOR CONTROL DEVICES A. Manufacturers: 1. Surface-mounted closers: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among Storefront Replacement—2518 North 24`h Street 5 1 Section 08710 — Door Hardware those considered acceptable: a. Corbin Russwin Architectural Hardware Division/Black & Decker Corporation. b. LCN Closers Division/Schiage Lock Company. c. Norton Door Controls Division/Yale Security, Inc. d. Sargent Manufacturing Company. e. Yale Security, Inc. 2. Wall and floor mounted stops and holders: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. Baldwin Hardware Corporation. b. Yale Security, Inc. c. Glynn-Johnson Division/ingersol-Rand. d. H. B. Ives, A Harrow Company. e. NT Quality Hardware Manufacturing Company. Rockwood Manufacturing Company. B. Closers - General: 1. Use closers of sizes recommended by manufacturer unless a larger size is specified. 2. Size closer or adjust closer opening force to comply with applicable codes. C. Surface-Mounted Closers: 1. Comply with requirements of BHMA A156.4, Grade 1. a. Provide the following features: 1. PT 48: Additional 35 percent adjustment in closing force. 2. PT 40: Adjustable hydraulic back check. 3. PT 4F: Delayed action. 4. PT 4H: Non-sized closer with closing force adjustable through range of sizes required. 2. Parallel arms: Provide for all closers: use larger size than normal. 3. Finish: Metallic paint finish, color similar to metal hardware on same door. 4.. On fire-rated wood doors, fasten with through-bolts. D. Wall/Floor-Mounted Stops/Holders: Comply with requirements of ANSI A156.16. 1. Wall-mounted stops: a. Style: L12251. 2. Floor-mounted stops: a. Style: L12161. 3. Resilient bumpers: Gray. 2.07 ARCHITECTURAL DOOR TRIM A. Manufacturers: 1. Architectural door trim: Products of the following manufacturers, provided they comply with requirements of-the contract documents, will be among those considered acceptable: a. Baldwin Hardware Corporation. b. Yale Security, Inc. c. H. B. Ives, a Harrow Company. d. NT Quality Hardware Manufacturing Company. e. Rockwood Manufacturing Company. Storefront Replacement— 2518 North 24`h Street 6 Section 08710 — Door Hardware B. Protection Plates: Acrylic plastic, 1/811 thick. 1. Comply with requirements of BHMA A156.6. 2. Kickplates: 8 inches high by 2 inches less than door width. 3. Armor plates: 36 inches high by 2 inches less than door width. 4. Bevel all edges. 5. Fasten with countersunk flathead screws. 2.08 SEALS AND THRESHOLDS A. Manufacturers: 1. Weatherstripping: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. National Guard Products, Inc. b. Pemko Manufacturing Company. c. Reese Enterprises, Inc. 2. Thresholds: Products of-the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. National Guard Products, Inc. b. Pemko Manufacturing Company. c. Reese Enterprises, Inc. B. Weatherstripping: 1. At jambs and head: "303AS"; Pemko. 2. At bottom: "18125ADP1I; Pemko. 3. Housing finish: Natural anodized. 4. Products of other manufacturers, provided they comply with requirements of the contract documents will be considered for substitution. C. Thresholds: 1. Wood or ribbed aluminum as noted. 2. Standard type threshold: 11218OAK36", Pemko. 3. Bumper type threshold: "277AR", Pemko. 4. Products of other manufacturers, provided they comply with the requirements of the contract documents, will be considered for substitution. D. Sealant for Setting Thresholds: Butyl-rubber or butyl-polyisobutylene sealant. PART III - EXECUTION 3.01 PREPARATION A. Non-fire-rated wood doors and wood frames may be field-prepared for installation: ail other types of doors and frames are to be factory or shop-prepared. 3.02 INSTALLATION A. Follow the hardware manufacturer's recommendations and instructions. B. Provide the services of an architectural hardware consultant (AHC) to advise on proper installation, to inspect the finished work, and either to adjust or to instruct Storefront Replacement—2518 North 24th Street 7 Section 08710— Door Hardware those who are adjusting. • C. Install surface-mounted items-after substrates have been completely finished; install recessed items and recessed portions of items before finishes are applied and provide suitable, effective protection. 1.. When surface-mounted items are installed before final finish, remove, store, and reinstall, or apply suitable effective protection. D. Mount at heights specified in the Door and Hardware Institute's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 1. Exception(s): a. As required by applicable regulations. E. Install hardware in correct location, plumb and level. F. Reinforce substrates as required for secure attachment and proper operation. G. Thresholds: Apply continuous bead of sealant to all contact surfaces before installing. 3.03 ADJUSTMENT A. Adjust each operable unit for correct function and smooth free operation. B. Adjust door closers to overcome air pressure produced by HVAC systems. C. If hardware adjustment is completed more than one month before substantial completion, readjust hardware not more than one week before substantial completion. 3.04 INSTRUCTION OF OWNER'S PERSONNEL A. Instruct the owner's personnel in operation and maintenance of hardware. 3.05 CLEANING A. Clean hardware: clean other work soiled during hardware installation. 3.06 CONTRACT CLOSEOUT A. Deliver all keys to the owner. END OF SECTION 08710 • HARDWARE SCHEDULE Set No. 1 1-1/2 pr. Butt Hinges 4-1/2 X 4-1/2 FBB179 Stanley Hardware 1 ea. Entry Lock H153PD LEV 2-3/8" BS Schlage Lock Co. 1 ea. Closer 4114H-CUSH LCN 1 ea. Wall Stop 403 Rockwood 1 set Weatherstrip 316AS Pemko 1 ea. Door Bottom 222AV Pemko 1 ea. Threshold 2005S Pemko Storefront Replacement—2518 North 24th Street 8 Section 08800 — Glazing PART I - GENERAL 1.01 DESCRIPTION OF WORK A. Glazing of all items shown on drawings. 1.02 REFERENCES A. FS DD-G-451 - Glass, Float or Plate, Sheet, Figured (Flat, for Glazing, Mirrors and Other Uses). B. FS DO-G-1403 - Glass, Plate (Float), Sheet, Figuredt and Spandrel (Heat Strengthened and Fully Tempered). C, SIGMA No, 64-7-2 - Specification for Sealed Insulating Glass Units. D. FGMA - Glazing Manual. 1.03 QUALITY ASSURANCE A. Conform to Flat Glass Marketing Association (FGMA) Glazing Manual for glazing installation methods. B. Comply with requirements of glass manufacturer and manufacturers of sealants and other materials used in glazing. Manufacturer's requirements shall take • precedence over less stringent directions specified herein. C. Glazing materials and methods shall be compatible with frames and doors specified. 1.04 SUBMITTALS .A. For information only submit two copies of manufacturers specifications. Include information substantiating that glass complies with specified requirements. B. Provide special handling and installation instructions. 1.05 DELIVERY, STORAGE AND PROTECTION A. Handle, store and protect all glass from damage according to manufacturers directions. 1.06 WARRANTY A. Provide five-year manufacturers warranty. B. Warranty: Include coverage of sealed glass units from seal failure, interpane dusting or misting, and replacement of same. PART II - PRODUCTS 2.01 ACCEPTABLE GLASS MANUFACTURERS Storefront Replacement —2518 North 24th Street Section 08800— Glazing A. Ford Glass Division B. PPG Industries C. Cardinal Insulated Glass Co. D. Guardian Industries Corp. E, Hardis Brothers, Inc. F. Viracon G. Ubbey-owens-Ford Co, 2.02 GLASS MATERIALS A. Storefront windows shall be glazed with 1 inch insulated glass consisting of two (2) layers of 1/4 inch clear, tempered glass with 1/2 inch air space. 2.03 ACCEPTABLE GLAZING ACCESSORIES MANUFACTURERS A. Tremco, Inc, B. Standard Products Co. C. Maloney Precision Products Co. 2.06 GLAZING ACCESSORIES A. Setting Blocks: Neoprene; 70-90 Shore A durometer hardness; 4 inches long x 3/8 inch wide x 1/4 inch high. B. Spacer Shims: Neoprene; 50 Shore A durometer hardness; 3 inches long x 1/4 inch wide x 1/4 inch thick; self-adhesive one face. C. Glazing Tape: Preformed butyl compound with 10-15 Shore A durometer hardness; coiled on release paper, color as selected by architect. D. Glazing Splines: Resilient extruded shape to suit glazing channel retaining slot; black color. PART III - EXECUTION 3.01 PREPARATION A. Clean contact surfaces with solvent and wipe dry. • B. Seal porous glazing channels or recesses. C. Inspect glass for damage prior to installation and eliminate any pieces with edge or face damage. Storefront Replacement— 2518 North 24'h Street Section 08800 —Glazing 3.02 INSTALLATION A. Install all glass on setting blocks and securely fasten in place. B. Glass panels shall not be installed with defects that may cause future breakage, Defects, in part, include warpage, edge chips or cracks and pressure points. C. Mirrors shall be installed level, plumb and sized to neatly fit spaces shown on drawings. Use adhesive compatible with mirror material. 3.03 PROTECTION & CLEANING A. After installation, mark panes with an "X" by using plastic tape or removable paste. B. Remove glazing materials from finish surfaces C. Remove labels after work is completed. END OF SECTION 08800 Storefront Replacement—2518 North 24th Street 3 CITY OF OMAHA PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS AND SPECIAL PROVISIONS S.P. 99 - 12 STOREFRONT & WINDOW REPLACEMENT AT 2518 NORTH 24 STREET Bids received until 11:00 o'clock A.M. July 14, 1999 Contract Award , 19 Resolution No. Contractor: 1 TABLE OF CONTENTS • NOTICE TO BIDDERS NB-1 TO NB.3 PROPOSAL P-1 TO P-5 CERTIFICATE SHOP DRAWING TRANSMITTAL FORM SDTF-I CONTRACT C-1 TO C-4 PERFORMANCE. PAYMENT &GUARANTEE BOND B-1 TO B-4 SPECIAL PROVISIONS INDEX SP-1 Non — Technical Specifications - SECTION 3 CLAUSE OF THE HOUSING AND URBAN DEVELOPMENT ACT OF PROCUREMENT STANDARDS. ATTACHMENT"0" - BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE PLAN - EMPLOYMENT OPPORTUNITY CLAUSE - CITY OF OMAHA MINORITY BUSINESS ENTERPRISE AFFIRMATIVE ACTION PLAN - FEDERAL LABOR STANDARDS PROVISIONS Technical Provisions SECTION 02072 — Minor Demolition for Remodeling SECTION 04 300 — Masonry SECTION 06100 — Rough Carpentry SECTION 07600 — Flashing and Sheet Metal SECTION 07900 — Caulk and Sealants SECTION 08110 — Steel Doors and Frames SECTION 08400 — Aluminum Storefront SECTION 08710 — Door Hardware SECTION 08800 - Glazing NOTICE TO BIDDERS Sealed Proposals will be received by the City of Omaha, at the City Clerk's Office, L/C 1, Omaha/Douglas Civic Center. until 11:00 a.m. on the 14 day of July 1999 . for the construction of S.P. 99-12 being Storefront& Window Replacement®2518 North 24th Street. INSTRUCTIONS TO BIDDERS PROPOSALS: Each Proposal shall be legibly written or printed in ink on the form provided in this bound copy of proposed contract documents. Alterations in the Proposal by interlineation, by interpolation, or otherwise, will not be acceptable. Alteration of the bid by erasure must be signed or initialed by the bidder; if initialed, the City may require the bidder to identify any alteration so initialed. No alteration in any Proposal shall be made after the Proposal has been submitted. The bidder must bid on each item. If an item is bid at no cost, the words, "No Charge" shall be written in the appropriate space. All addenda to the contract documents shall be acknowledged in the Proposal, properly signed by the bidder and attached to the Proposal when submitted. Each Proposal shall be enclosed in a sealed envelope or wrapping, addressed to the "City Council, City of Omaha, Nebraska" and identified on the outside with the words "Proposal for the Construction of S.P. 99- 12," the bidder's name and the bidder's address; and filed with the City Clerk, L/C 1, Omaha/Douglas Civic Center 68183. Proposals must be based upon the Specifications and/or plans for the work bid upon as prepared by the City Engineer and filed in his office. Bidders should familiarize themselves with the work herein contemplated by personally visiting the location of the work, in order that the true spirit and intent of the Specifications and/or plans may be fulfilled. No bidder may submit more than one Proposal except when no bid is received within the Engineer's Estimate as provided on Page NB-2. Multiple Proposals under different names will not be accepted from one firm or association. PROPOSAL GUARANTEE: Each Proposal shall be accompanied by a cashier's check, a certified check, United States Government Bond(negotiable), or a bidder's bond. for five(5) percent of the total amount bid. but in no case be less than One Hundred Dollars($100.00). The Proposal Guarantee shall be made payable without condition to the City of Omaha, Nebraska, hereinafter referred to as City. The Proposal Guarantee may be retained by and shall be forfeited to the City as liquidated damages if the Proposal is accepted and a contract based thereon is awarded and the bidder should fail to enter into a contract in the form prescribed, with legally responsible sureties, within ten (10) days after such award is made by the City. Construction NB-1 6/97 7 ACCEPTANCE AND REJECTION OF BIDS: Bids will he compared on the basis of unit bid prices and the schedule of prices on tile in the Office of the City Engineer. The lowest bid will he determined on the basis of the total cost. • If no bid is received within the Engineer's Estimate, no award shall be made upon any bids received until after fifteen calendar days have elapsed from the time of the original bid date. Within the fifteen calendar days anyone desiring to may tile a bid with the Public Works Director. providing such be within his estimate and be accompanied by a deposit or other guaranty of performance similar to that required by bidders upon the work under the advertisement calling for bids. The City reserves the right to accept the lowest base bid: to consider deductive alternatives; to reject any or all bids: and to waive irregularities or informalities in any bid. Bids received after the specified time of closing will he returned unopened. THE CITY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS IN THEIR ENTIRETY; BIDDERS HAVE THE RIGHT TO APPEAL ANY REJECTION DECISION TO THE CITY COUNCIL. AWARD OF CONTRACT: The City Council will award the contract as early as practicable after the tabulation of said bids to the lowest responsible bidder, whereupon all other bids will stand rejected, and the Proposal Guarantee of all bidders not successful will be returned. The Proposal Guarantee of the successful bidder will be returned upon approval of the contract and bond by the City Council. • SIGNATURE OF BIDDER: Each bidder shall sign his Proposal using his usual signature and giving his full business address. Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. Bids by corporations shall be signed with the name of the corporation followed by the signature and designation of the president, secretary or other person authorized to bind the corporation. Anyone signing a Proposal as agent for another, or otherwise, must tile with the Proposal, evidence acceptable to the City of his authority to do so. INTERPRETATION OF CONTRACT DOCUMENTS: If any person who contemplates submitting a bid is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the City Engineer a written request for an interpretation thereof. The person submitting the request shall be responsible for its prompt delivery. Interpretation of the proposed contract documents will be made only by addendum. A copy of each addendum will be mailed or delivered to each person obtaining a set of contract documents from the City Engineer. The City will not be responsible for any other explanations or interpretations of the proposed contract documents. LOCAL CONDITIONS AFFECTING WORK: Each bidder shall visit the site of the work and shall completely inform himself relative to construction hazards and procedure, labor and all other conditions and factors. local and otherwise. which would affect prosecution and completion of the work and its cost. Such considerations shall include the arrangement and condition of existing structures and facilities. the availability and cost of labor. and facilities for transportation, handling and storage of materials and equipment. All such factors shall be properly investigated and considered in the preparation of the bidder's proposal. There will be no subsequent financial adjustment for lack of such prior information. Construction NB-2 6/97 r TIME OF COMPLETION: The time of completion is an essential part of the contract and it will be necessary for each bidder to satisfy the City of his ability to complete the work within the allowable time set forth in the Proposal. In this connection, attention is directed to the Special Provisions and the City of Omaha Standard Specifications for Public Works Construction, 1989 Edition, of the City of Omaha relative to delays, extensions of time and liquidated damages. STATE SALES TAX: The City of Omaha will furnish the successful contractor with a "Purchasing Agent Appointment and Exempt Sale Certificate" Form No. 92, for all items which are considered by the State of Nebraska to be exempt from the State Sales Tax. NEBRASKA LEGAL REQUIREMENTS: Only the bids of contractors qualified to do business in the State of Nebraska will be considered: all as required by Nebraska State Statutes and amendments thereto. PERFORMANCE BOND: The successful bidder shall furnish within ten (10) days after the award, a Contract and a Performance, Payment and Guarantee Bond on forms required by the City, in the full amount of the contract as security for the faithful performance of the contract and the payment of all persons performing labor or furnishing materials in connection with the contract. This security shall also cover the guarantee required by the contract for the period of guarantee stated in the Proposal (See Section 103.05). SURETY: The surety on the Contract and the Performance, Payment and Guarantee Bond shall be a duly authorized surety company, licensed to do business in the State of Nebraska, satisfactory to the City of Omaha. No surety company will be acceptable as bondsman that has no permanent agent or representative in the City of Omaha, Nebraska, Douglas County or Sarpy County upon whom notices may be served: service of said notice on said agent or representative in the City of Omaha shall be equal to service of notice on the president or such other officer of the surety company as maybe be concerned. Should the surety company acting as bondsman remove its permanent agent or representative from the City of Omaha, Douglas County or Sarpy County, the contractor shall then furnish the City of Omaha with a new surety bond conforming to the above described requirements. BOUND COPY OF CONTRACT DOCUMENT: The Proposal or other bidding forms shall not be removed from the bound copy of contract documents. The copy of contract documents filed with each bid shall be complete and shall include all items listed in the Table of Contents and all addenda. COPIES OF SPECIFICATIONS AND/OR PLANS: Copies of the specifications and/or plans for use in preparing bids may be obtained from the Public Works Department, 6`h Floor, General Services Division. Omaha/Douglas Civic Center, 1819 Farnam Street. Omaha. Nebraska 68183. The contractor to whom a contract is awarded will be furnished without cost to him, seven (7) copies of the specifications and/or plans. together with all addenda thereto. Additional specifications and/or plans may be obtained from the City Engineer at cost. Construction NB-3 6/97 C-25A / CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr 19 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on July 11, 1999 for S.P. 98-12 Storefront Replacement at 2518 North 24th Street; and, WHEREAS,Mike Royce Contracting submitted a bid of$22,995.00,being the lowest and best bid received for S.P.99-12, Storefront Replacement at 2518 North 24th Street; and, WHEREAS, Mike Royce Contracting has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights - Human Relations. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT,the bid of$22,995.00 from Mike Royce Contracting for S.P.99-12,Storefront Replacement at 2518 North 24th Street,being the lowest and best bid received, be accepted and the contract awarded. BE IT FURTHER RESOLVED: THAT,the Finance Department is authorized to pay the cost of S.P.99-12,Storefront Replacement at 2518 North 24th Street, in the amount of $22,995.00 from the Community Development Block Grant - North Omaha Commercial Development, Fund 193, Agency 200, Organization 8328. APPROVED AS TO FORM: / , —EITY ATTORNEY DATE P:\PLN3\4685.PJM By Pai-A-0 Cs2 1 PC 12 k Councilmember Adopted CT — 1999 D Ci Cle Approve C')/� M aor /� - ACTING y /\ R 0 C § C 2 . r § c / n • \ A \ d K_ F / 0 CD 0 = k ° C4 - \ 5 9 \ \ 5 ® 0 rld —1 & $ m I 0 • 6 00 \ m & c3 § q 0) k ? S % G 7 \ tl ] iv 20. o z ƒ n $ B 7 \ n ? - z 9 - m- 0 0 v) § S - \ & 7 § § \ -t N 0 ' Q 7 & <Fc:?,; i --.- . 6.\ , . \, - ! . r %<@��.w 2 \ w