Browse
Search
Agenda - 06-15-2021; 8-n - USDA Lease of a Portion of the Orange County Bonnie B. Davis Environmental and Agricultural Center
OrangeCountyNC
>
BOCC Archives
>
Agendas
>
Agendas
>
2021
>
Agenda - 06-15-2021 Virtual Business Meeting
>
Agenda - 06-15-2021; 8-n - USDA Lease of a Portion of the Orange County Bonnie B. Davis Environmental and Agricultural Center
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
6/10/2021 4:40:03 PM
Creation date
6/10/2021 4:14:04 PM
Metadata
Fields
Template:
BOCC
Date
6/15/2021
Meeting Type
Business
Document Type
Agenda
Agenda Item
8-n
Document Relationships
Agenda for June 15, 2021 Board Meeting
(Attachment)
Path:
\BOCC Archives\Agendas\Agendas\2021\Agenda - 06-15-2021 Virtual Business Meeting
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
126
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
32 <br /> SECTION 5 TENANT IMPROVEMENT COMPONENTS <br /> 5.01 TENANT IMPROVEMENT REQUIREMENTS(OCT 2016) <br /> The Tls shall be designed,constructed,and maintained in accordance with the standards set forth in this Lease. For pricing,only those requirements <br /> designated within this Section 5, or designated as Tis within the attached agency requirements and Security Requirements, shall be deemed to be TI <br /> costs. <br /> 5.02 INTENTIONALLY DELETED <br /> 5.03 FINISH SELECTIONS(SEP 2015) <br /> The Lessor must consult with the Government prior to developing a minimum of three(3)finish options to include coordinated samples of finishes for all <br /> interior elements such as paint,wall coverings,base coving,carpet,window treatments,laminates,and flooring. All samples provided must comply with <br /> specifications set forth elsewhere in this Lease. All required finish option samples must be provided at no additional cost to the Government within 10 <br /> Working Days after initial submission of DIDs, if applicable. USDA must deliver necessary finish selections to the Lessor within 10 Working Days after <br /> receipt of samples. The finish options must be approved by USDA prior to installation. The Lessor may not make any substitutions after the finish option <br /> is selected. <br /> 5.04 WINDOW COVERINGS(JUN 2012) <br /> A. Window Blinds. All exterior and interior windows shall be equipped with window blinds in new or like new condition,which shall be provided as <br /> part of the Tls. The blinds may be aluminum or plastic vertical blinds, horizontal blinds with aluminum slats of one-inch width or less,solar fabric roller <br /> shades, or an equivalent product pre-approved by the Government. The window blinds shall have non-corroding mechanisms and synthetic tapes. <br /> Color selection will be made by the Government. <br /> B. INTENTIONALLY DELETED: <br /> 5.05 DOORS: SUITE ENTRY(OCT 2019) <br /> A. Suite entry doors shall be provided as part of the Tls and shall have a minimum clear opening of 32"wide x 84"high(per leaf). Doors shall meet <br /> the requirements of being a flush, solid core, 1-3/4-inch thick, wood door with a natural wood veneer face or an equivalent pre-approved by the <br /> Government. Hollow core wood doors are not acceptable. They shall be operable by a single effort;and shall meet the requirement of NFPA 101, Life <br /> Safety Code or the International Building Code(current as of the Lease Award Date). Doors shall be installed in a metal frame assembly which is primed <br /> and finished with a low VOC semi-gloss oil-based paint finish that does not result in indoor air quality levels above 0.016 parts per million (ppm)of <br /> formaldehyde. <br /> B. INTENTIONALLY DELETED <br /> 5.06 DOORS: INTERIOR(OCT 2019) <br /> A. Doors within the Space shall be provided as part of the Tls and shall have a minimum clear opening of 32"wide x 80"high. Doors shall be flush, <br /> solid core,wood with a natural wood veneer face or an equivalent door pre-approved by the LCO. Hollow core wood doors are not acceptable. They <br /> shall be operable with a single effort, and shall meet the requirements of NFPA 101, Life Safety Code or the International Building Code(current as of <br /> the Lease Award Date). Doors shall be installed in a metal frame assembly which is primed and finished with a low VOC semi-gloss oil-based paint and <br /> which does not result in indoor air quality levels above 0.016 parts per million(ppm)of formaldehyde. <br /> B. INTENTIONALLY DELETED <br /> 5.07 DOORS: HARDWARE(SEP 2013) <br /> Doors shall have door handles or door pulls with heavyweight hinges. The Lessor is encouraged to avoid the use of chrome-plated hardware. All doors <br /> shall have corresponding doorstops(wall-or floor-mounted)and silencers. All door entrances leading into the Space from public corridors and exterior <br /> doors shall have automatic door closers. Doors designated by the Government shall be equipped with 5-pin, tumbler cylinder locks and strike plates. <br /> All locks shall be master keyed. Furnish at least two master keys for each lock to the Government. Any exterior entrance shall have a high security <br /> lock,with appropriate key control procedures,as determined by Government specifications. Hinge pins and hasps shall be secured against unauthorized <br /> removal by using spot welds or pinned mounting bolts. The exterior side of the door shall have a lock guard or astragal to prevent tampering of the latch <br /> hardware. Doors used for egress only shall not have any operable exterior hardware. All security-locking arrangements on doors used for egress shall <br /> comply with requirements of NFPA 101 or the International Building Code current as of the Lease Award Date. <br /> 5.08 DOORS: IDENTIFICATION(JUN 2012) <br /> Door identification shall be installed in approved locations adjacent to office entrances as part of the Tls. The form of door identification shall be approved <br /> by the Government. <br /> LEASE NO.57-37135-21-FA, PAGE 29 LESSOR: GOVERNMENT: GSA TEMPLATE L100 <br /> REV(10/20) <br /> FPAC V11.13.20 <br />
The URL can be used to link to this page
Your browser does not support the video tag.