Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RES 880210 - Award Bid Visitor Center
RESOLUTION NO. L9�0 A RESOLUTION AWARDING BID FOR THE REHABILITATION OF THE GEORGETOWN HISTORY AND VISITOR INFORMATION CENTER AND AUTHORIZING THE MAYOR TO EXECUTE AND THE CITY SECRETARY TO ATTEST THE CONTRACT FOR SAME. WHEREAS, in a previous action the City Council authorized staff to solicit bids for the rehabilitation of the Georgetown History and Visitor Information Center; and ~ WHEREAS, the project specifications have been addressed to the satisfaction of the City staff and the Georgetown Heritage Society by the low bidder, Bob Hogberg, Inc.; and WHEREAS, the Georgetown Heritage Society has assumed responsibility for all rehabilitation expenses for this project in excess of $ 25,000°00* NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS: SECTION. 1. The Council finds that the recitals/ set forth above are true and correct and are incorporated herein. I That the Council hereby awards the bid for the remodeling of the Georgetown History and Visitor Information Center to the low bidder, Bob Hogberg, Inc. That the Mayor is hereby authorized to execute the contract for the project with Bob Hogberg, Inc. and the City Secretary to attest. ~ m RESOLUTION NO. L9�0 A RESOLUTION AWARDING BID FOR THE REHABILITATION OF THE GEORGETOWN HISTORY AND VISITOR INFORMATION CENTER AND AUTHORIZING THE MAYOR TO EXECUTE AND THE CITY SECRETARY TO ATTEST THE CONTRACT FOR SAME. WHEREAS, in a previous action the City Council authorized staff to solicit bids for the rehabilitation of the Georgetown History and Visitor Information Center; and ~ WHEREAS, the project specifications have been addressed to the satisfaction of the City staff and the Georgetown Heritage Society by the low bidder, Bob Hogberg, Inc.; and WHEREAS, the Georgetown Heritage Society has assumed responsibility for all rehabilitation expenses for this project in excess of $ 25,000°00* NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS: SECTION. 1. The Council finds that the recitals/ set forth above are true and correct and are incorporated herein. I That the Council hereby awards the bid for the remodeling of the Georgetown History and Visitor Information Center to the low bidder, Bob Hogberg, Inc. That the Mayor is hereby authorized to execute the contract for the project with Bob Hogberg, Inc. and the City Secretary to attest. M E M 0 R A N D U M DATE: June 22, 1988 TO: Tim Kennedy, Mayor Councilmembers FROM: Terry Jones, Purchasing Agent SUBJECT: Award of Bid for Remodeling of History and Visitor Information Center On June 20, 1988, bids were received for the remodeling of the History and Visitor Information Center. The bid tabulation is as follows: 1. Bob Hogberg, Inc. $ 25,559.00 2. Shanklin Construction $ 26,537.00 .3. Live Oak Properties $ 38,950.00 Specifications were addressed to the satisfaction 'of the.Georgetown. Heritage Society and the City staff by the low bidder, -Bob Hogberg, Inc.. Therefore it is recommended that an award of the -bid be made to Bob Hogberg, Inc. for the remodeling of the.Georgetown History and Visitor Information Center in the amount of $25,559.00. CONTRACT DOCUMENTS AND SPECIFICATIONS HISTORYFOR THE GEORGETOWN AND VISITOR INFORMATION REHABILITATION PROJECT City of Georgetown Division of COMMUnity Services June 15, 1958 Invitation for bids.............................................1 Proposal..... ... ..................... .................m Contract Agreement........ . ...............................b Performance Bond . ........................................ ...9 Payment mond...................................................11 Certificate of In SU rance.............0. .......................1'. Notice of Award...... ............... ........ . ...... ..15 Notice to Proceed ............................................. 1.7 Specifications ................................ ................18 Addendum ....................................................... 25 "COMMUNITY OF OPPORTUNITY" PUBLIC NOTICE gealed proposals addressed to the City Council of the City of Georgetown; Texas will be received at the office of the Purchasing Agent, Terry J6nes, 103 West 7th Street,. Georgetown, Texas until 1.0-00 a.m. June 13 19,8 8 and will be publicly opened and read aloud at nk City Hall, for Remodeling of the History and Visitor Information Center located at 101 W. 7th Street. Specifications and bidding documents may be secured from the office of the -Pur- chasing Agent, City Hall, Georgetown, Texas. In case of identical bids, the City will consider discounts and other factors in making the award. The right is reserved,as the interest of the owner may require, to reject any and all bids and to waive informalities in bids received. Bids shall be addressed as follows: The City Council City of Georgetown, Texas c/o•Terry Jones, Purchasing Agent P. 0. Box 409 Georgetown, Texas 78627-0409 "Bids HIstory and Visitor Information Center Rehab., #0028 THE CITY OF GEORGETOWN POST OFFICE BOX 409 GEORGETOWN, TEXAS 78627-0409 TELEPHONE 512/863-5533 .4N EQ UAL OPPOR TUNITY E14PLO YER e'ty of Georgetown orgetown Heritage Society 101 W4 7th Street %,--7eorgetown, Texas, 78621 Jack • • Projects Director city • Georgetown • • Job Supervisor Design Consultant vice President, Georgetown Heritage Society n i Georgetown,THIS AGREEMENT, Made and entered into this — day of --A.D., 1988, by and between the City of Williamson County, Texas, a home rule City and Political Subdivision organized and existing under the laws of the State of Texas, acting by and through the Mayor of said City or designee there unto duly authorized to do so, Party of the First Part, hereinafter termed _ OWNER, •: +:: of _ City of s of iStateof Pattyof hereinafter termed CONTRACTOR. "` -: II - - .. > ' 1/ ' ♦ ` • • i ,,.... it e` • :' � • - ! r1 • • '.. ... • • f ! ! it w _ - `- b �, • � • • • • • -Ir- •a -n- • • • • - � � it � r • � • - r .. ' • • - s � ' : ; s r ! - waiver by Owner of breach of - Ir- must be neitherin writing -to be effective, and waiver of any breach shall not constitute waiver of any subsequent breach. Although drawn by Owner ' this contract shall, in the event of any disputes over its meaning or application, be interpreted fairly and reasonably, and more •II for noragainst- party. N The CONTRACTOR r-©eb» »_«».s to commence work on or after . date established for the »lam«: of work .s set forth in a writte notice to comm»«©- worked to complete all the work within time stated : the proposal, subject to such extensions of »:.> as . »w,<:.< the General .» 2, Conditions.Time is _» the essence in this Contract. The «2«°! agrees to a CONTRACTOR ° ©-- funds the p ::c or prices .»,<» in the proposal, ?,»> . part of th- Contract, such acv>»» to » .:b:..: to the General and Speci : ?,:d:::,«. of the Contract. IN WITNESS WHEREOF, the parties to these prevent= have executed ,;s Agreement wear and day first above written. � SecretaryCity Party of the First f=»;. ■»2I2 Approved As To orm Title FIIVM� � Party of the ©.<_»d a CONTRACTOR � � If the sus<»»»»_c is . corporation , the secretary should Ates. If kora the signature of the «,:Trac»_: should be witnessed .» least two persons, «- a,»<©.»«_:: is : corporation, <: necessary that . copy _ corporate resolution » i t with . certificate certifying h cor ect es of a «esolu o :d minutes, indicating authority of :©e person _:*©in• t»'. contract to bind the contract,: be :»».shed to this document. the Contractor :. . partnership, is »-->=»=»x that _ op «2 the partnership agreement attached here»,, widen n utho : _< arta . .»gases ,». w_w»a�c «� � n — , do hereby certify that I am the of corporation, and that as such officer lam duly authorized to make this certificate in behalf of that corporation6 I further certify that a meeting of the Board of Directors of was duly called and was held in accordance with the ByLaws of that corporation of and at that meeting a" quorum was 'present throughout and that the following resolution asunanimousl.y adopted. Resolved, That the Chairman, President, and Vice -President, and such other sales representatives as may from time to time be designated by the Vice_ President, are each authorized to make bids, prepare quotations and submit proposals for contracts, to sign contracts,.'bid bonds, -performance bonds, and other related documents, and to otherwise bind and obligate the Company in the conduct of its normal business., I further certify,that the- foregoing resolution is in full force and effect is a duly designated and authorized representative of This certificate shall remain in full force and effect unless and until written notice of revocation has been received by the persons so relying on this certificate. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of rM M day of 19811 PERFORMANCE BOND STATE OF TEXAS COUNTY.07 KNOW ALL MEN BY THESE 'PRESENTS: That -of the City of County of and 'State of. as PRINCIPAL-, and as SURETY, zuthorized -under the laof the State of Texas to act as suretFA on bonds - for principals, are held and firmly -bound unto the f as OWNER, in the penal sum of Dollars for the payment whereof, the said Principal And Sdrety bind themsel.ves and' thiBir heirs, 'admini.5trators, executors, successors and*assigns4d, j' f-ly nd sevei*- oin a. ally, by these presents: WHEREAS, the Principal hat entered into* a certain__wr�itten with the OWNER, dated'the -day of 19, for- the coon of, which conttact is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of I this obligation*is such, -that if the'said. Principal shall faithfully perform 'said Contract and shall in all respects duly and faithfully- observe and perf6rm all and singblar the covenants by tl�e Principal to be observed and performedo and - - according to the true intent and meaning of said Contract and the -Plans and -Specifications hereto annexed,,- then this obligation -shall be void: otherwise to remain -in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Re�rlsed Civ 1 Statutes of'TexaS as ..amended by acts of the 56th Lelitlature,-Regular Session, 1959, and all liabilities on.this bond shall be determined 'in accordance with the -provisions of 'SaArticle to the same extent as if it were copied -at length.herein. 9 PROVIDED FURTHER, than if any legal action be filed upon this bond, venue*shall lie in County, State of Texas. Surety.' . for received, stipulates and agrees 'that no change, .extension*of-time, alteration,or addition to the terms of the contract, onto to the Work performed thereunderr, or tbe-plans,.-specifications,.or drawings accopmanyirig the same-, shall in anywise affect its obligation bn.thi* bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or**to -the work to be performed thereunder.' WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument thisdayof 19. PRINCIPALSURETY BY BY TITLE TITLE ADDRESS ADDRESS (SEAL)- (SEAL) The name and address 'of -the Resident Agent of Surety Is: NOTE: Date of - Bond must not be prior. *to date of Contract. a PAYMENT. BOND STATE OF TEXAS -COUNTY OF. .KNOW ALL MEN BY THESE PRESENTS.: That of the City of County'. cif and -State of PROVIDED FURTHER-,, that if any Segal action be f iled upon AChis - bond, venue shall lie in ------County, State of Texas. Surety, for v lie received, stipulates and agrees that no change, extension of time, . alteration or addition to 'the terms • of the contract, -or 'to the work performed thereunder, o theplans,'speci is t r . drawings accompanying the --same, shall in anywise affect its obligation on this gond, and it does hereby waive notice of any such change, extension of time, alteration or. addition to the terms -of the contract, or to the work to 'be perfor ed thereunder _ N K NESS WHEREOF, the said Principal and Surety have -signed and sealed this instrument this day: of , 19— PRINCIPAL SURETY BY BY TITLE TITLE ADDRESS ADDRESS SEAL SEAL The name and address of the Resident Agent of Surety is. NOTE: Da e' of Bond must not be prior to date of Contract. 0 e 12 CITY OF -GEORGETOWN, TEXAS Purchasing Office P. 0. Box 409 Georgetown, Texas 7-$627 INSURANCE t Successful. proposer shall* carry and furnish Certificate of Insurance in the following amounts for the duration of this contract: a Statutory Workmen` -s Compensation b. Comprehensive General Liability Insurance. with minimum.Bodily Injury Limits.of $10'000,000 for each occurrence and Property Damage Insurance" with minimum limits -of $500,000 for each occurrence to include Premises - Operations, - Broad Forms Property Damage, Personal Injury and Contractual liability coverage. ' c. Automobile Liability Insurance for all owned, non -owned and hired vehicles with limits for Bodily jury'of $500;000 for each person and $500,000 for. each occurrence and'$00000 Property Damage. If the insurance policie's are -not written for the amounts specified in b. an& c. above, the Contractor is required to carry an Excess Liab l-ity- Policy for any difference in the amounts specified. The Contractor shall be responsible for any deductions stated .in the policies. The contractor shall not commence work at the site under this contract until he has obtained all required insurance and until such insurance has been reviewed by the City Purchasing Office. The required -insurance must be written by -a company licensed to do business in the State of Texas, at the time the policy is issued. In addition, the company must be acceptable to the Owner and all insurance; (other than Workmen's Compensation) shall be.endorsed to include the Owner or an additional insured thereunder.' ti The Contractor shall not cause any insurance to be cancelled 'nor permit any insurance to lapse, .All insurance certificates shall include a clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until 45 days after the owner has received written notice as evidenced by return receipt of registered or certified letter. Certificates of Insurance shall contain transcripts from the proper office of 'the insurer, evidencing in particular those insured, the extent of the insurance, the location and the operations to which*the insurance applies.' 'thexpiration date. and the above-mentioned notice of cancellation clause. -CERTIFICATE OF INSURANCE Issued to:- Address: oAddress: ,. THIS IS TO -CERTIFY to (owner) that the fallowing policies of insurance, subject to their terms, conditions and exclusions, have been issued by this Company . covr.•g the . insured named below for the types sof operatics and ,at the locations described herein. It as understood and agreed.that: none of the policies reference herein w .l.l..be cancelled', changed, or. reduced in coverage without at least.(30) thirty days advance written notice .to the (Owner.) at the above address 1. Name of -Insured: 2. Address: 3. Status of :Insured: Corporation Partnership Individual Other 4 Location of Operations Covered: a . .E5e cri.pti ion of Operations Covered: S THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY OR NEGATIVELY AMENDS EXTENDS OR ALTERS THE . COVERAGE AFFORDED BY THE POLICIES DESIGNATED HEREIN_ - 14 Dated '19— TO: (BIDDER) ADDRESS: OWNER'S PROJECT NO. PROJECT OWNER'S CONTRACT O. CONT RACTFOR (Insert name Or Contract as it appears in the Bidding Documents) Yo I u are notified that your Bid dated 198— for the above Contract has been considered. You are the apparent successful, bidder and have been awarded a contract for (Indicate total wom, alternates or sections of Work awarded) The Contract Price of your contract is Dollars ($ Three copies of each of the proposed Contract Documents (except Drawings) accom, pany this Notice of Award. Three sets of the Drawings will be delivered separately or otherwise made available to you immediately. you must com . ply with the following conditions precedent within fifteen days of Ahe date of this Notice of 9 Award, that is by 918— 1. You must deliver to the OWNER three fully executed counterparts of the Agreement sthe triplicate sets of Drawings. including all the Contract Documents. This, include Each of the Contract Documents must bear your signature on (the cover) (every) page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as ar specified in the Instructions to Bidders (paragraph 17), General Conditions (p a graph 5. 1) and Supplementary Conditions (paragraph EJCDC No. 1910-22 (1983 Edi(ion) and endorsed by The Associated General Contractors of America. Prepared by the Engineers* Joint Contract Documents COmmittec & Ic: Failure to comply with these conditions within the time specified will entitle OWNER to consider your bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten days after You Comply with those conditions, OWNER will return to you one fully signed counterpart of the Agreement with the Contract Documents. attached. ` ._ By - ~ (AUTHORIZED SIGNATURE) - Copy to ENGINEER (Use Certified Mail, Return Receipt Requested) NOTICE TO PROCEED Dated TO: (CONTRACTOR) ADDRESS: OWNER'S PROJECT NO. PROJECT OWNER'S CONTRACT N. CONTRACT FOR (Insert nam of Contract as It appears in the utdding Documents) You are notified that the Contract Time under the above contract will commence to run on 19— By that date, you are to start performing your obli gations under the Contract Documents. In accordance with Article 3 of the Agreement the dates of Substantial Completion and Final- Completion are 19— and 19—, respectively. Before you may start any Work at the site, paragraph 2.7 of the General Conditions provides that you and Owner must each deliver to. the other (with copies to ENGINEER) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also before you may start any Work at the site, you must (add other requirements) as to ENGINEER (Use Certified Mail, (OWNER) iTITLE) EJCDC 1910-23 (1983 Edition) Prepared by the Engincers'Joint Contract Documents Cominiftc and endorsed by The Associated General Contractors of America. I I Archite anal Specifications Page 1 of 10 CONTRACTORI. woRK By Contractor shall furnish all Labor, material, equipment, tools, construction equipment, machinery, and all other services necessary for the construction of the project as described in the Construction Documents. II PREPARATION OF SITE AND PREMISES A. Contractor shall provide temporary enclosures or bar- ricades to separate public and public areas from con- struction areas in accordance with all appropriate codes and ordinances. B.. Contractor or his subcontractors shall not block or obstruct public walkways or other areas outside prop- erty'for extended, periods of time. C.. Contractor shall be responsible for maintaining build- ing'security at construction areas at all times. D. Contractor shall be responsible for daily pick up and clean up of all construction trash and debris. E. Contractor shall make arrangements with City to park construction vehicles at site. Contractor shall,make every effort to minimize number of vehicles -parked in prime parking spaces. F. Allow public access to all non -construction areas of the building at all times during construction hours. G. Construction personnel shall not use any facilities in building which are not in scope of construction. H. Construction operations shall be sequenced to limitr owner inconvenience. I. Construct work in stages to accomodate Citv's occupancy requirements during the construction period. Coordinate construction schedule and operations with City Represen- tative. J. City. MUST be notified 24 hours in advance of any known utility shutdown for construction purposes. Architect, -'al Specifications Page 2 of 10 A. Remove brick veneer from storefront being careful not to damage plastered stone facade and historic door and transom fabric underneath. B. Remove aluminum frame windows from second floor window openings #4 and #6. C. Remove plastered infill from window opening #5. D. °Provide temporary closure to door and window openings as necessary to assure security and protection from weather for interior of building. E. Remove plywood decking from underside of canopy. F. Remove speaker from roof of front canopy. IV. EXTERIOR CONSTRUCTION A. Repair stone facade and.replaster as necessary, matching composition and texture of new plaster to existing. B. Fabricate and install (3) pairs of double doors in exist- ing openings utilizing historic framing and tkim, where possible. See door detail on South Elevation - Store- front. NOTE: New doors to swing out. Mdtorld18-. boots to be fabricated with antique South- • • ong leaf yellow pine or tidewater rod cVpress. Source for antique lumber: Delta Lumber Com- pahyt 4704-C East l8t Street, Austint Texas, 78702i 512-385-1812/1813. Doors to be glazed with 4" cleat t6mp6ted float. C. Fabricate and install missing transom window #2 to match existing transoms #1 and #3. D. Fabricate and install -wood frame windows in openings #4, #5, 'and #6. See window details on South Elevation - Storefront. Materials: Windows to be fabricated of white pinei Windows to be glazed with 4" clear float. NOTE: Interior partition wall intersects window opening #5. Wall will remain as is behind new window. Install plywood panel cut to fit opening behind window. Panel to be primed with (1) coat oil - base primer and (2) coats Pittsburg # 4751, Cameo Black, Flat Finish Enamel. 10 Archite&%--rial Specifications Page 3 of 10 E. Interior trim and finishes to be modified/repaired as necessary to accomodate new windows. F. NOTE: Contractor to verify dimensions on site and submit shop drawings of doors, windows, and transomsfor approval by Job Supervisor. G. Check -all structural components of existing canopy; make any necessary repairs. NOTE: See canopy detail on Reflected Ceiling/Electrical Plan. H. Face underside of canopy with white pine beaded board. I. Provide transition from walk to finished floor level at, doors #1,,#2, and #3. V. EXTERIOR PAINTING A. Wash plaster facades (south and east) with controlled pressure waterandTSP(tri-sodium phosphate) to remove surface dirt and fungus. B. Seal all new plaster areas with exterior oil -base primer. Submit product specifications for approva-1 by Job Super- visor. C. Apply (2) coats flat finish acrylic latex paint., NOTE: Masonrv-,facade surfaces to be painted (2) -color - scheme Large facade planes: Pittsburg # 2494, Cashew Raised detailing: Pittsburg-# 2493, Provincial Tan D. Seal all joints of new doors, transoms, windows, and 'related trim and remove excess sealer. E. Repair, fill, and sand existing door and transom tri as necessary to achieve smooth finish. . F. Seal all exterior door and transom trim, window trim, and windows with (1) coat exterior oil -base primer. Submit product specifications for approval by job supervisor. G. Apply (2� coats semi -gloss enamel paint to door and transom trim, window trim, and windows. Trim: Pittsburg # 7036, New Spruce Window sashes: Pittsburg # 2493, Provincial Tan H. Remove paint from existing transoms by applying chemical paint remover in repeated applications. 9n Architect, al Specifications Page 4 of 10 I. Sand doors and transoms and beaded board as necessary to achieve smooth finish. i. Apply (1) coat Pittsburg Semi -Transparent Stain, # ST -28, ki- Fruitwood. I Repair and fill any imperfections as necessary with wood filler mixed with # ST -28 for color match. Seal with (2) coats lo -lustre polyeurothane sealer, sand7 ing between coats with fine grit sandpaper. K. Any substitution:of brand and/or color -must be approved by job supervisor. L. Test,samples,of all paints and stains to be made at job site for Job Supervisor approval before work commences. Vi. EXTERIOR SIGNAGE A. Fabricate and install sign identifying "History and Vis- itor Information Center." Dimensions: App. 84" 1. x 24" h. Location: mount parallel to front facade at the front of canopy, centered over door #2. Materials: 3/4","good two sides" medium density overlay Simpson plywood painted with Ronan bulletin Background and One Shot Lettering B. Fabricate and install sign identifying "Georgetown Heritage Society" Dimensions: App. 18' 1. x 9" h. Location: mount letters directly to front facade in recessed area just below cornice Materials: Spanjer Cast Letters, # 104 Architectural 9" h., color # 312-A, medium bronze. Install with threaded stud mounting and silicon. C4 Fabricate and install si0h identifying "Georgeto Heritage Society" I bimansions: App. 3611 1. x 6" h. Lo I Cation: hang perpendicular to front facade of build- ing underneath canopy in front of r•# #2. Materialst same as specified for sign under section IV A4 21 Architectural specifications Page 5 of 10 D. Paint street address of building on transom over door # 2. 11101 W. Seventh Street" Materials: one shot Lettering E. Submit shop drawings, layouts, and color samples of all. signage for approval by Job Supervisor prior to fabric- ation and installation. F. Any changes, substitutions in signage must be approved by Job Supervisor. VII., INTERIOR DEMOLITION I A. Remove built-in counter. B. Remove sheet paneling and trim along with stud framing from south, east, and west walls of Room iOl being care.- ful not to damage historic door/window fabric on south wall. I c. Remove sheetpaneling and trim frOm-nOrth Interior wall - NOTE: Leave wood framing intact. D. Remove interior doors #7 and #8. I E4 Remove carpet and pad from floor Of ROOM 101 and 102. F. Remove dropped acoustical tile ce * iling and fluorescent lighting system from Room 101 being.careful to leave existing HVAC ductwork and mechanics in place for con-. tinued use with new ceiling. NOTE: Existing ceiling/light to remain in Room 102. Switch to be relocated as per Reflected Ceiling/ Electrical Plan. .. A4 Reconstruct 8ubfloorihg with 3/4" plywood where necessary (southwest corner of spaae) to provide consistent decking for finished floor4 B. Repair Plaster walls as necessaryj matching Composition and texture of new plaster to existing. I C. Move and reconstruct opening of interior door #8 as indic- ated on plan. than existing NOTE: Reconstructed opening to be smaller and match opening #7 in size. D. Sheetrock, tape, and float north Wall. Give wall smooth finish to match plaster finish on other walls. Architectural Specifications Page 6 of 10 E. Reconstruct ceiling as follows: New ceiling joists to be installed just below existing structural beam-which runs E-W across space as indicated on Reflected Ceiling/Electrical Plan. Attach 5" white pine, tongue-and-groove planks on N=S axis. Finished ceiling height approximately 125". F. Construct baseboard with chase to house electrical/tele- phone wiring and outlets. See Base7Diatail°on-sheet 3. Base to be white pine. Detail shown with 1 x 6 and mod- ified two step panel mold with blocking to complibte enclos- ure. Source: Davidson's, Inc. G. Replace any missing door trim on doors #1, #2, and #3 to match existing historic door trim. H. Trim interior doors #7 and #8 as indicated on Door Trim Detail on Sheet 3. Interior door trim to be white pine. Detail shown with 1 x 4 amd modified # 12 lip mold. Source: Davidson's Inc. I I. Install continuous picture mold along all wa I lls approx- imately 1811 from finished ceiling. See Picture M -aid Detail on Sheet 3. Picture mold to be white pine, Stock molding # 8263. Source: Davidson's, Inc. J. Fabricate and install panel doors for openings #7 and #8. Doors to be white pine. See North Wall Elevation or.6 Sheet 3. NOTE: Contractor to verify dimensions on site and submit shop drawings for approval by Job Supervisor. K. Construct built-in shelving in Closet 102 as indicated on plan. Shelves to be constructed of white pine as follows: 12" deep; first' shelf 18" from floor; second shelf 18" above first; all other shelves 12" apart to ceiling. L. Allow $ 350.00 for materials and labor to construct wall mounted display rack for tourism brochures and materials. Architect -ural Specifications Page 7 of 10 A. Install 110V duplex outlets as indicated on plan; wiring and outlet boxes to be concealed in baseboard as shown in Base Detail on Sheet 3. B. Install ceiling fans as indicated on plan. Model: Emerson Ceiling Fan # CF4052, Chesterfield Brown with 100W school house globe light kit C. Install track lighting system as indicated on plan. Model: Marco Track Lighting System with # T-1763 75W Track Head, White D. Install surface mount incandescent fixtures across front of canopy as indicated on plan. Model: White porcelain keyless fixture with 10OW bulb E. All light fixtures.to be fitted with bulbs.. F. Source for all lighting specified: Village Lights and Locks, Georgetown. Any substitutions for fixtures must.be approved by Job Supervisor. G. Install telephones as indicated on plan; wiring and outlet boxes to be concealed in baseboard. H4 install existing air/heat vents in ceiling as indicated on plan and connect to existing ductwork4 Make any hec- essary _•. .• to allow continued use of - existing HVAC* -I I All lighting,' el6ctridalt mechanical work to -be executed in conformance with City of Georgetown code requirements. J. Rough -in of switching and outlet boxes to be approved by job supervisor prior to finish work beginning. I K. Any modifications to layout must be approved by Job Supervisor. Architectural Specificat±ons Page 8 of 10 X. INTERIOR PAINTING A. Seal all joints of new wood doors(#7 and #8), windows, and wood trim and book shelves and remove any excess sealer. B. Repair, fill, and sand as necessary new and existing wood trim to achieve smooth finish. book shelves C. Seal all interior wood doors, windows, ceilingrA and'trim. with (1) coat interior oil -base enamel; submit product specifications for approval by Job Supervisor. D. Apply (2) coats semi -gloss enamel -paint to interior doors, windows, and trim. Color: Pittsburg # 3641 Clay Beige E. Check north wall to assure smooth surfacefreeof imper- fections. Apply (2) coats flat interior latex paint. Color: Pittsburg # 2517 Abbey White F. Scrape loose paint as necessary from north, east,, and south walls; wash same walls with mixture of.water and TSP (trisodium phosphate),to remove surface dirt. G. Seal all new plaster areas with interior ail-base.<pr.,imer. Submit product specifications for approval by job super- visor. 84 Apply (2) coats flat interior latex paint. Color: Pittsburg # 2517 Abbey White. I. Interior surface of doors and transoms #1,2,and 3 to be -finished same as exterior surfaces as specified in Section V -I. andV-J. J. Any substitution of brand and color must be approved by Job Supervisor. I K. Test samples of all paints and stains to be made at job site for Job Supervisor approval before work commences. L. Refinish section of original wood floor at entrance (door #2 as indicated on plan) measuring approximately 5411 w x 30" d. Floor to be f1hi-shed following procedures outlined i Sections V-1 and 25 Architet--dral Specifications Page 9 of 10 XI. HARDWARE SPECIFICATIONS Supply and install the following hardware for exterior doors: hinges: Lawrence Bros., Inc. V-2- x 4 full mortise hinges # BB4901A ball bearing with non-removable pin feature (3) pairs per set of doors bolts: Quality Heavy'Duty Surface Bolts # 205 8" bolt with standard universal.strike (2) per set-of doors, one top and one bottom locks: M Series Falcon Key Deadlock # M3940 one per'-set of doors threshhold: A.J. May Company # 1039'�B Threshhold weatherstripping: A.J. May Company # 763-B weatherstrip at jambs and head # 500-A seal at meeting stiles # 332-B lh" door bottom weather seal across bottom of doors Supply and install the following hardware for exterior door #2 only: 4r 1610-A 4 x 16" pull plate, 81' c to c with matching push plate on other side (1) set for both doors kick plate: Quality # 48 Kickplate Bevel 4 sides size: door width less 2" x 10" NOTE: confirm size with Job Supervisor before placing order install inside and outside on both doors I 4600 Series w/ Hold open Mounting plates as appropriate for transom condition NOTE: Contractor to verify mounting procedure with door supplier. install (1) for each door Architec-LuralZpecifications Page 10 of 10 Supply and install the following hardware for interior doors #7 and #8 as follows: interior lock: M Series Falcon Dormitory/Exit Lock # M 3570 Install in door #7 with key to City Hall and thumb turn to Room 101 interior lock: M Series Falcon Classroom Lock # M 3560 Install in door #8 A. Transition strip to be added where carpet and wood floor meet as shown in Floor netail on sheet 3. Fabricate transition strip from original wood flooring removed from area to be carpeted. Refinish to match wood flooring as specified in Section V -I and V -J. B. Allow $ 30.00 per yard, installed, for carpet. Carpet and pad to specified at later date. XIII. CLEAN-UP A. Any damage to materials, surfaces, fixtures, finishes, etc... resulting from construction process shall be repaired/refinished by contractor. B. Upon completion of work contractor shall remove all surplus materials, rubbish, debris, etc... resulting, from execution of job. C. Interior space shall be swept and vacuumed, all wood surfaces wiped down with damp cloth, and all glass cleaned. D. Premises shall be left neat and clean and to the satis- faction of job supervisor: XIV. BID BOND A. A bid bond in the amount of 5 per cent of the total contract will be required for this project. HISTORY AND VISITOR INFORMATION CENTER Addendum to Plans and Specifications June 13, 1988 City of Georgetown Georgetown Heritage Society IV. G. Contractor shall remove all construction debris from jobsite. EXTERIOR CONSTRUCTION C4 Transom windows are to be inoperable4 Secure now and existing transoms with appropriate trim pieces both' de and out4 D. wood frame windows # 4i 4 5i and 4 6 to be operable. Single hung framework -is acceptable4 Materials: Ponderosa Pine or other suitable fine grain clear lumbert ftee of finger joints and which has been treated with'water repellant, preservative after machining. Glaze with 1/410 cleat fldat4 H. Face underside of canopy with yellow pinelbeaded.boatdl; 1-x 4, 1/211 thickness. Discard any pieces with visible knot holes, pitch pockets, or other imperfections that would otherwise be visible through clear finish. Submit 11-011 x full width sample for approval4 14 Transition from sidewalk to threshold at doors and 4 3 to be made with poured concrete4 Finished con- crete to be moderately textured. Job supervisor to approve textured finish6 G. Contractor shall remove all construction debris from jobsite. V1. EXTERIOR SIGNAGM, B. Omit sign identifying "Georgetown Heritage Society" as specified in Spanjer castletters from plans and specs. C. Signage to hang underneath canopy has been revised as follows: Fabricate and install sign identifying "History and Visitor Information Center;" Dimensions: App. 60" 1. x 9" h. Location: hang perpendicular to front facade of building underneath canopy in front of door # 2 Materials: same as specified for sign under section VI -A NOTE: Sign to be double -sided. Existing "Georgetown Heritage Society" sign to be removed from underneath canopy at 108 E. 8th Street and attached to hang beneath new "His- pages ,,2 of 3 B. Remove sheet paneling and trim along with stud framing from south wall of Room 101. C. Remove sheet*paneling,and trim from north, east, and west walls of Room 101. NOTE: Leave existing stud framing intact. NUISIMIGM B. Drywall finish will be acceptable on east and west walls. Existing framing to be utilized where possible. Walls to be given smooth finish to match appearance of existing plaster finish. Repair existing plaster as necessary on south wall, matching composition and texture ofnew plaster to existing. E. Alternate materials for ceiling are as follows: Yellow Pine: grade "c" and better(Southern Forest Products Association) Clear Fir: grade "C" and better (Western Wood Products Association) Submit sample 11-0" x full board, unfinished, for job supervisor approval prior to installation. F. Base detail revised for standard application with no chase to house electrical and telephone -wiring and outlets. See detail below. WA LL 51-1 �M &-I- pt.00R' Alternate materials for base are as follows: Yellow Pine: grade "C" and better (SFPA) Clear Fir: grade "C" and better (WWPA) Submit sample of base components 11-011 x full board and full trim width for job supervisor approval prior to installation, IX. RM page 3 of 3 H. Trim for interior doors # 7 and # 8 revised. See detail below: 1 XA prstc> ccEz, 12 Alternate materials for door.trim are as follows: Yellow Pine: grade "C" or better (SFPA) Clear Fir: grade "C" or better (WWPA) Submit sample of door trim components 11-0" x full board and full trim width for job supervisor approval prior to installation. I. Delete picture mold from plans and -specs. J. Alternate material for doors # 7 and # 8 is as follows: Clear Fir: grade "C" or better (WWPA) NOTE.- Doors to be raised pahell ELECTRICAL/MECHANICAL A. install 110v duplex outlets as indicated on plan. Out!& to be installed in conventional manner. G. Wiring and -outlet boxes for telephones to be installed conventional manner. I F. Wall preparation applies to south wall only. Xi. HARDWARE SPECIF1CATIONS The following alternates have been specified to replace original selections: threshold! A4J4 may company # 1039-A (aluminum finish) closer: Dorma Door Controls .4600 Series with Hold Open Finish: STAT (light brown) XII. CARPET B. Allow $ 25.00 per yard, installed, for carpet.