HomeMy WebLinkAbout84-80 RESOLUTIONRESOLUTION NO. 21- YO
•
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A LEASE WITH THE FEDERAL AVIATION
ADMINISTRATION FOR SPACE IN THE OLD AIRPORT TERMINAL
BUILDING AT DRAKE FIELD.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized and
directed to execute a lease with the Federal Aviation Administration
for "space in the old Airport Terminal Building. A copy of the
lease authorized for execution hereby is attached hereto, marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this �__ day of
r�avz�
ATTEST':
�f
e
CLERK c
•/`-.
APPROVED:
1980.
MICROFILMED
CERTIFICATE OF RECORD
State of Arkansas ( SS
City of Fayetteville
1, Bonnie Goering, City Clerk and Ex-Offici•)
recorder for the City of Fayetteville, do here-
by certify that the annexed or foregoing i
of record in my office and the same ap-
pears in Ordinance Ge Resolution book
at page Witness my
hand and se this /'K -1 -‘day oz
,
City Clerk and Ex-Offiri:; 11
it
..,
•
STANDARD FJRM
FEBRUARY 1965 EDITION
GENERAL SERVICES,
ADMINISTRATION
FPR (Ai CFR)1t.i€.E011
U.S. GOVERNMENT
LEASE FOR REAL PROPERTY
DATE OF LEASE •
LEASE NO.
DTFA07-80-L-01194
THIS LEASEfmaJetand Sentered into this date by and between
•. t
.'11 ,'CITY OF FAYETTEVILLE, ARKANSAS
whose address s,)•'Post Office Drawer F
Fayetteville, Arkansas 72701
and whose interest in the property hereinafter described is that of Owner
•
hereinafter called the Lessor, and the UNITED STATES OF AMERICA, hereinafter called the Government:
WITNESSETH: The parties hereto for the considerations hereinafter mentioned, covenant and agree as follows:
1. The Lessor hereby leases to the Government the following described premises:
See Article 9 for Space Schedule.
to be used for Federal Aviation Administration's Flight Service Station (FRS)
and Airport Traffic Control Tower (ATCT) Chief's Office
2. TO HAVE AND TO HOLD the said premises wiih their appurtenances for the term beginning on
July 1, 1980
through September 30, 1980
g , subject to termination
and renewal rights as may be hereinafter set forth. •
3. The Government shall pay the Lessor annual rent of $ 12, 290.00
at the rate of S 3,072.50 per Federal Gov't.
fiscal quarter
Rent for a lesser period shall be prorated. Rent checks shall be made payable to: Lessor
in arrears.
4. The Government may terminate this leasel/a'i rt am°Gy gi:�1n at"ll as( thirty (30) days' notice in writing
to the Lessot and no rental shall accrue after the effective date of termination. Said notice shall be computed commenc-
ing with the day after the date of mailing.
provided notice be given i g to the Lessor at least days before the end of the original lease term
or any ren e m; all other terms and conditions of this lease shall remain the same during any renewal term.
2-106
•
314(0 u'ILNINd YN:IV N113 VO:) 5'.1
(2(Pl Ir! •)/Q)
aaoi330 2uiaoeaauoa
‘61I131111!0531V15 0111N0
0 3JN3S3tld NI
SVSwgxxv `az'uAallalva dO 1113
805531
•ua)lum
a.sogr )say a)ep ay) Jo sr sameu nays pagpisgns o)unanay a.sry onion sa!l3ed ay1 'J0313H4\ SSINIIA NI
•v -Z mod paepueas oa pappe aze `£ a2ed se palou
'Z auampuamy pue `81 Pae LT saTozaay •paaalap sT V -Z uuoa pzepueas uo
TT aTDTa1V '01 aT°TaaV oa pappe aze II•zossal aqa pue„ spzoM aq1 •paaaTap
sl S aPTaaV '7 aToiaaV oa pappe aze IIXTTeiazed ao 6TTognu spzot aq1
:uopinaxa si' of loud aseaj 5147 u1 apew grans saucy % w.nopoj ata •8
'(uompa
'81 gSnoaya 6 sajotalV 'Z
OL6T £eid V -z uJ of piepoeng) suoI7Jnnsaj put S110!9n0)d jnnaoao ma •
loamy Ind a apew pue payJeue air au,.uopoj ayy y
'LT Plle 91 45T `71 saT0?a-V aas
:aui.aojjoj ay7 'uonenapisuo3 [MUM ay) JO ued se ')aawuIaA09 ay) 01 yslmn) jjrys 10S521 ayy •9
•
•
•
•
9. SPACE SCHEDULE:
FSS Chief's Office
ATCT Chief's Office
Operations Room
Pilot Briefing Area
Training/Conference Room
Service Area
Equipment Room
Ready Room
TELCO Room
Mechanical Equipment Room
Men's Restroom
Women's Restroom
Storage Areas (2)
Hallways
rl
Lease No. DTFA07-80-L-01194
FSS/ATCT Chief's Office
Fayetteville, Arkansas
144
182
376
293
165
83
451
147
116
91
49
30
122
209
2,458
RATE PER SQ FT.
BARE SPACE
$5.00
$5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
1
ANNUAL
TOTAL
720.00
910.00
1,880.00
1,465.00
825.00
415.00
2,255.00
735.00
580.00
455.00
245.00
150.00
..610.00
1,045.00
.$12,290.00
•
•
•
Lease No. DTFA07-80-L-01194
FSS/ATCT Chief's Office
Fayetteville, Arkansas
10. FUNDING RESPONSIBILITY CLASS I - II FACILITIES'
The airport owner agrees that any relocation, replacement, or
modification of any Federal Aviation Administration Class I or II
facility, or components thereof, as defined below, covered by this
contract during its term or any renewal thereof made necessary by airport
improvements or changes which impair or interrupt the technical and/or
operational characteristics of the facilities will be at the expense of
the airport owner; except, when such improvements or changes are made at
the specific request of the Government. In the event such relocations,
replacements, or modifications are necessitated due to causes not
attributable to either the airport owner or the Government, funding
responsibility shall be determined by the Government and the Lessor.
CLASS I FACILITIES
Remote Transmitter/Receiver (Tower)
Airport Traffic Control Tower
Airport Surveillance Radar
Airport Surface Detection Equipment
Precision Approach Radar
ILS and Components
ALS and Components
CLASS II
Long Range Radar
Air Route Traffic Control Centers
Remote Control Air -Ground
Communication Facility
11. RENEWAL
This lease may, at the option of the Government, be renewed from year
to year at an annual rental of TWELVE THOUSAND TWO HUNDRED NINETY AND NO/100
DOLLARS ($12,290.00) payable in the amount of THREE THOUSAND SEVENTY TWO AND
50/100 DOLLARS ($3,072.50) per Government fiscal quarter in arrears; and
otherwise upon the terms and conditions herein specified. The Government's
option shall be deemed exercised and the lease renewed each year for 1 year
unless the Government gives 30 days' notice that it will not exercise its
option, before this lease or any renewal thereof expires; PROVIDED, that no
renewal thereof shall extend the period of occupancy of the premises beyond
the thirtieth (30th) day of September 1981, AND PROVIDED FURTHER, that
adequate appropriations are available from year to year for the payment of
rentals.
Visual Landing Aids
Direction Finding Equipment
VOR, TVOR, and VORTAC
(Instrument Approach)
Weather Observing and Measuring Equip.
(Owned and operated by FAA)
Central Standby Power Plant
FACILITIES
VOR and VORTAC (en route only)
Flight Service Station
Remote Communications Outlet
Limited Remote Communications Outlet
Other en route facilities
•
e
I
•
:2. NON -RESTORATION:
•
Lease Not4,DTFA07-80-L-01194
FSS/ATCT Chief's Office
Fayetteville, Arkansas
It is hereby agreed between the parties that upon termination of its
occupancy the Government shall have no obligation to restore and/or
rehabilitate, either wholly or partially, the property which is the subject
matter of this lease, other than to orderly remove its equipment therefrom.
It is further agreed that the Government may abandon in place any or all of
the structures and equipment installed in or located upon said property.
Notice of abandonment will be conveyed to the Lessor in writing.
13 INSTALLATION OF ANTENNAS POWER CABLES CONTROL CABLES AND OTHER
APPURTENANCES
The Government shall have the right and privilege to install and
maintain an ultra high frequency radio antenna platform atop any building
deemed necessary except the new terminal building; and to install and
maintain antenna wires and appurtenances on top of the Flight Service
Station Building, or such other location on the airport property, except the
new terminal building, as deemed necessary, together with the right to
install such necessary cable from such installations to the Flight Service
Station, provided such installations do not constitute a hazard to the
operation of aircraft.
The Government shall have the right to install and maintain underground
cable from the Engine Generator site to the Flight Service Station Building.
14. INTERIOR PAINTING LEASED PREMISES:
Lessor shall paint the premises at initiation of lease and shall
accomplish repainting of the leased premises not less than once every five
(5) years of Government occupancy under this lease or any renewal thereof.
15. VEHICLE PARKING AREA:
The Lessor shall provide, free -of -charge, twenty-three (23) parking
spaces as follows:
10 spaces along curb on west side of FSS.
10 spaces across street on west side of FSS in old metered parking area.
3 spaces between FSS and old terminal building.
Said spaces to be used for vehciles
the facility, Government-owned vehicles,
of Government employees working at
and vehicles of visitors.
16. REPAIR AND REPLACEMENT OF WINDOW COVERS:
The Lessor agrees to repair or replace existing blinds, shades, and
drapes as may be required and resulting from fair wear and tear during the
Government's occupancy of the leased premises. The Lessor shall not be
responsible for damage done to same by Government or authorized agents; nor
is the Lessor responsible for cleaning.
•
Lease No. DTFA07-80-L-01194
FSS/ATCT Chief's Office
Fayetteville, Arkansas
17. UTILITY HEATING AND COOLING SYSTEM:
The Lessor shall furnish to the Government as part of the rental
consideration, the following:
Heat and air conditioning equipment, including maintenance, repair
and`teplacement thereof; plumbing fixtures and wall outlets,
including maintenance, repair, and replacement but will not furnish
natural gas, electricity, and/or water. Gas, electricity, and
water will be contracted for by the Government under separate
arrangements.
18. INTERFERENCE WITH THE GOVERNMENT'S OPERATIONS:
The Lessor agrees that in the event any of the Lessor's operations or
facilities located on the demised premises causes interference with the
Government's operations conducted on the leased premises, the Lessor shall,
upon being notified by the contracting officer,
make every reasonable effort
to eliminate the cause of such interference.
•
GENERAL PFS._; ,BIONS, CERTIFICATION A( _
INSTRUCTIONS
U.S. Government Le
1. SUBLETTING TILE PREMISES.
The Government may sublet any part of the premises but
shall not be relieved from any obligations under this lease
by reason of any such subletting.
2. MAINTENANCE OF PREMISES.
The Lessor shall maintain the demised premises, including
the building and any and all equipment, fixtures, and ap-
purtenances, furnished by the Lessor under this lease in
good repair and tenantable condition, except in case of
damage arising from the act or the negligence of the
ernment's agents_
main-
taining said
or employees. For the purpose of Gov
tainin s d pre aisesw n&property, the Lessor so y at
Government roes, and with
in charge,
of the may ed
same and make any necessaryrsr hnrer and inspect ]the
3. DAMAGE BY FIRE OR RrepairsSthereto.
OTHER CASUALTY.
If the said premises be destroyed by fire or other casualty n
this lease shall immediately terminate. In case of partial P
o
destruction or damage, so as to render the premises unten- d
antable, as determined by the Government, the Government s
Lessor terminate
then lease by giving written notice to the
no rent Shan accruee(15) days thereafter; if so terminated
no or damage; to the Lessor after such9'
de-
struction rte g and if not so terminated the rent shall
be
reduceduc from proportionately by supplemental agreement hereto ex
the date of such partial destruction or damage. th
4. ALTERATIONS.
The Government shall have the right duringag this lease to make alterations, attach fixtures eandserect PI
.additions, structures or signs in or upon the premises hereby re]
leased, which fixtures, additions or structures so placed in, affi
upon or attached to the said premises shall be and remain an
then property of the Government and may be removed or re
Posed of by the Government.
5. CONDITION REPORT. Sue
A joint
mtsed Premises shall bsical eand inspection report of the de- Pay
mase, reflecting the then made as of the effective date of this 'ng'
on behalf of the parties hereto.lent condition, and will be signed Iv
for
6. COVENANT AGAINST CONTINGENT FEES. au
Off,
The Lessor warrants that noor clen
been employed or retained to solicit or secure sellthi ling ease upon (e
an agreement or understanding forst
age, brokerage, f for,a commission, upon ratio
g or contingent fee, excepting Percent- fore
ployees or bona fide established commercial or seliina fide em -
maintained by the Lessor for the natio
ness. For breach or violation of this warrantythe governs (c)
Purpose of securing burr- sesta
ment shall have the right to annul this lease wihout liabilit tog a
or in its discretion to deduct from the rental
sideration, or otherwise recover, to be
commission, era the full amountPrice or con- labor
omma real Pe naage' brokerage, or contitc. such comm,
censederty for rent,estate accordance ents or brokers having listing on prop- (Li- post
0
and who havebusiness s r
not obtained such licenses fothe soleopractice,
of effecting this lease; nma es)
clauseployees or agencies Y be considered as bona purpose Laboecutr.,
clause.) within the exception fide em- rules,
P contained in this Labor.
7. OFFICIALS NOT TO BENEFIT. (e) T
No Member of or Delegate to Con Ports a
missioner shall be admitted cress, or Resident Com- 24, 196
to any share or part of this lease Secreta
access
GENERAL
ase for Real Property
:.Lease No. DTFA07-80-L-01194
PROVISIONS FSS/ATCT Chief's Office
Fayetteville, Arkansas
contract, or to any benefit that may arise therefrom; but
this provision shall not be construed to extend to this lease
contract if made with a corporation for its general benefit.
8. ASSIGNMENT OF CLAIMS.
ursuant to
he
ons of the
Act of 1940, astamendedt(31 U.S.C. 203,841 U.S.C. 15)ment of , f
,this lease provides for payments aggregating) if
more, claims for monies due or to become duthe Leor
ssor
from the Government under this contract may be assigned
to a bank, trust company, or other financing institution,
including any Federal lending agency, and may thereafter
be further assigned or reassigned to any such institution. Any
such assignment or reassignment shall cover all amounts pay-
able under this contract and not already paid, and shall not
be made to more than one party, except that any such assign-
mr ent
rr for assign entor y be made to one party as agent
an trustee Notwtsvotor more parties participating in such ft-
anc ng. to wian assignee
any provisions of this contract,
to become
ue under this contract eshall not, totheextnies ent pov provided in
aid Act, as amended,. be subject to reduction or set-off.
EQUAL OPPORTUNITY CLAUSE.
(The following clause is applicable unless this contract is
empt under the rules, regulations, and relevant orders of
e Secretary of Labor (41 CFR, ch. 60).)
During the performance of this contract, the Contractor
grees as follows:
(a) The Contractor will not discriminate against any ern-
oyee or applicant for employment because of race, color,
igion, sex, or national origin. The Contractor will take
rmative action to ensure that applicants are employed,
d that employees are treated during employment, without
gard to their race, color, religion, sex, or national origin.
h action shall include, but not be limited to, the following:
Employment, upgrading, demotion, or transfer; recruitment
or recruitment advertising; layoff or termination; rates of
or other forms of compensation; and selection for train -
including apprenticeship. The Contractor agrees to post
onspicuous places, available to employees and applicants
emplo3r est, notices to be provided by the Contracting
cer setting forth the provisions of this Equal Opportunity
) The se.
actor
in
l
s for employees laced will,
orlon behalf tof the Contraions or ctor,
that all qualified applicants will receive consideration
mployment without regard to race, color, religion, sex, or
onal origin.
tive of he Contractor
with will
whi] whichd o each hehas la collector ive bargain-
greement or other contract or understanding, a notice,
provided by the agency Contracting Officer, advising the
union or workers' representative of the Contractor's
'tments under this Equal Opportunity clause, and shall
pies of the notice in conspicuous places available to
tees and applicants for employment.
The Contractor will comply with all provisions of Ex -
Order No. 11246 of September 24, 1965, and of the
regulations, and relevant orders of the Secretary of
The Contractor will furnish all information and re-
equired•by Executive Order No. 11246 of September
ry of 5, and by the rules, regulations, and orders of the
to his books,rrecoror ds, and accounts ursuant band will acting
Y the contracting
L.
the
*eta
t **-
oiler
1 IPr..
Stan
General Services dm nslntloard ,. prm g 41 CFR) 1-16.601
May 1970 Edition
2-203
1
agency and the Secretary of Labor fo oses of investiga-
tion to ascertain compliance with such rules, regulations, and
orders.
(f) In the event of the Contractor's noncompliance with
the. Equal Q 'portunity clause of this contract or with any
of the said rules, regulations, or orders, this contract may
be canceled, terminated, or suspended, in whole or in part,
and the Contractor may be declared ineligible for further
Government contracts in accordance with procedures author-
ized in Executive Order No. 11246 of September 24, 1965,
and such other sanctions may be imposed and remedies in-
voked as provided in Executive Order No. 11246 of Septem-
her 24, 1965, or by rule, regulation, or order of the Secretary
of Labor, or as otherwise provided by law.
(g) The Contractor will include the provisions of para-
graphs (a) through (g) in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the
Secretary of Labor issued pursuant to section 204 of Execu-
tive Order No. 11246 of September 24, 1965, so that such pro-
visions will he binding upon each subcontractor or vendor.
The Contractor will take such action with respect to any sub-
contract or purchase order as the contracting agency may
direct as a means of enforcing such provisions, including
sanctions for noncompliance: Provided, however, That in the
event the- Contractor becomes involved in, or is threatened
with, litigation with a subcontractor or vendor as a result of
such direction by the contracting agency, the Contractor may
request the United States to enter into such litigation to
protect the interests of the United States.
10. FACILITIES NONDISCRIMINATION.
(a) As used in this section, the term "facility" means
stores, shops, restaurants, cafeterias, restrooms, and any
other facility of a public nature in the building in which the
space covered by this lease is located.
(b) The Lessor agrees that he will not discriminate by
segregation or otherwise against any person or persons be-
cause of race, color, religion, sex, or national origin in
furnishing, or by refusing to furnish, to such person or
persons the use of any facility, including any and all services,
privileges, accommodations, and activities provided thereby.
Nothing herein shall require the furnishing to the general
public of the use of any facility customarily furnished by the
Lessor solely to tenants, their employees, customers, patients,
clients, guests and invitees.
(c) It is agreed that the Lessor's noncompliance with the
provisions of this section shall constitute a material breach
of this lease. In the event of such noncompliance, the Gov-
ernment may take appropriate action to enforce compliance,
may terminate this lease, or may pursue such other remedies
as may be provided by law. In the event of termination, the
Lessor shall he liable for all excess costs of the Government
in acquiring substitute space, including but not limited to
the cost of moving to such space. Substitute space shall be
obtained in as close proximity to the Lessor's building as is
feasible and moving costs will be limited to the actual ex-
penses thereof as incurred.
(d) It is further agreed that from and after the date
hereof the Lessor will, at such time as any agreement is to
be entered into or a concession is to be permitted to operate,
include or require the inclusion of the foregoing provisions
of this section in every such agreement or concession pur-
suant to which any person other than the Lessor operates or
has the right to operate any facility. Nothing herein con-
tained, however, shall be deemed to require the Lessor to
imlude or require the inclusion of the foregoing provisions of
•
this section in any exi greement or eon..
Ment or one in which the contracting party o
Lessor has the unilateral right to renew or extend
ment or arrangement, until the expiration of the
agreement or arrangement and the unilateral right to rt.
or extend. The Lessor also agrees that it will take any and
all lawful actions as expeditiously as possible, with respect to
any such agreement as the contracting agency may direct, as
a means of enforcing the intent of this section, including, but
not limited to, termination of the agreement or concession and
institution of court action.
11 FIC NI nu RECUR is
(Nom.—This provision is applicable if this lease was - co-
tiated without advertising.)
(a) The Lessor agrees that the Comptroller Gal of the
United States or any of his duly authorize. -presentatives
shall, until the expiration of 3 years er final payment
under this lease, have access to and • - right to examine any
directly pertinent books, docum-• s, papers, and records of
the Lessor involving transac s related to this lease.
(b) The Lessor furthe . grees to include in all his subcon-
tracts hereunder a pr. sion to the effect that the subcontrac-
tor agrees that t omptroller General of the United States
or his repres• • atives shall, until the expiration of 3 years
after fina ayment under this lease with the Government,
have . • ess to and the right to examine any directly pertinent
b.. s, documents, papers, and records of such subcontractor
Volving trancartinnc related to the enhrnntraet
12. APPLICABLE CODES AND ORDINANCES
The Lessor, as part of the rental consideration, agrees to
comply with all codes and ordinances applicable to the own-
ership and operation of the building in which the leased space
is situated and, at his own expense, to obtain all necessary
permits and related items.
13. INSPECTION.
At all times after receipt of Bids, prior to or after accept-
ance of any Bid or during any construction, remodeling or
renovation work, the premises and the building or any parts
thereof, upon reasonable and proper notice, shall be accessi-
ble for inspection by the Contracting Officer, or by architects,
engineers, or other technicians representing him, to deter-
mine whether the essential requirements of the solicitation or
the lease requirements are met.
14. ECONOMY. ACT LIMITATION.
If the rental specified in this lease exceeds $2,000 per
annum, the limitation of Section 322 of the Economy Act of
1932, as amended (40 U.S.C. 278a), shall apply.
15. FAILURE IN PERFORAIANCE.
In the event of failure by the Lessor to provide any service,
utility, maintenance or repairs required under this lease, the
Government shall have the right to secure said services,
utilities, maintenance or repairs and to deduct the cost
thereof from rental payments.
16. LESSOR'S SUCCESSORS.
The terms and provisions of this lease and the conditions
herein shall bind the Lessor, and the Lessor's heirs, executors,
administrators, successors, and assigns.
CERTIFICATION
By the submission of this bid, the bidder, offeror, applicant,
or subcontractor certifies that he does not maintain or pro-
vide for his employees any segregated facilities at any of his
establishments, and that he does not permit his employees to
perform their services at any location, under his control,
where segregated facilities are maintained. He certifies fur -
1. CERTIFICATION OF NONSEGREGATED FACILITIES.
(Applicable to (1) contracts, (2) subcontracts, and (3)
agreements with applicants who are themselves performing
federally assisted construction contracts, exceeding $10,000
which are not exempt from the provisions of the Equal
Opportunity clause.)
2
Standard Form 2-A
May 1970 Edition
or any of hie duly au thce‘
m
an
sun of y fears atter final p der Wad? ths s-
tau
al[hber QaAppendix Et of tari r kesetrn m apeC�r Use
lease � cement Regulation ar thehe Pe n.) Po -
• P ate' sainhascera saznat bons -
Pan I^q'0. u nada,
y dImetit
"the tight to
tractor' e,a nd gee rets of audDtbtl-
L tallest( to the
bcontract" &a
rs
iPSDh 4s claa s Ice, o aodect. Me term d (l Ordt ens
gnbOOttilwitcaa
I1- to ea Aot'uremen. Regulation• n or
pproprlate, hay access to I1trl
Id cites syP l rs, nd rettreto opeMf the ala
A?ntract, olving trana•ctloty slated tp eStt•
11
trotter Oenenitof rectto p eteth� tha Come
0! his duly authorzed re Sta4e or
D til theoexpratL a of i esrs after ntatives caul
time specified Qrld this contract or such
Armed Services
either Appendix M of Lb
the Pad
pea Froctuvmrat
•
I
— M
4. rt..
• tooled,
•wesir•ct •
•• sa wteblls
skoneen the cent
, ;t ..r:udr.g those
ad eocpor•ta aa111
ir.u.,s •1 m appy
b. au:e employment
s 13.6 opening occurs and
1pofu to such local OM
tt
ant openings and hires
y;*,..to rearmed. That if this
ay teen 11 0.000 or if It Is ail
-government the reports se
+r.paa (C) and (d) are mitt req
1no
employment
tiing of employment p n
• Im. plane service poetem
•may aahall be made at 1
let
"r the use of any othe
reta service or effort and shell In
nrnnnl obligations which attach
piactng of a bone fide job order, 1
tale acceptance of referrals of voter
110111
eterans Thy
;1 4+1•Nh'INGS
• t el
✓ Aa•
of
,,..�p
lo it,.
N r grans of
til -emplo)'-
on S-er.
NI Whenever the contractor becomes con_
:ra tuallye vend by the 'song Provlalons or
.none system hale advise the employment
ter establishments of the Stateach wherein ohe
n
of each. such establishment
the tate [Inn
Innglialhe contra
Tent in State At
tot •mats eclat Ip there provisions d la tontrac
: tole contract Male employment system, has ec
an 5t pe torm• 10 not 10n advise the State system there
ng Including Stale tratta. Tae contractor may
bmene other this con(-. when !. L no longe
race le bean Tact clause.
sof Independg Ingof ThmJos.clause does not apply
aha0 be and see flednouta dt oof
marls local District of Ids of the g0
ettrice syete. .. Columbia
to provid
✓ regardln
u may
contract le
th a State
t forth In
0lred,
hien with
Purnn Rnt
tont cnn-
✓ rennin-
vOlve the
to the
ncludiug
nits
tually .bound
!advised the
la no need
subsequent
advir bouand the
to the list-
whlch occur
States, the
monwealth
the- Virgin
to open_
ses to 011
or to nil
ruin lona!
nt. This
articuli/
to ron-
orgnnl-
tent for
lgandarto RIC°.
Guam. and m
If) This Clause does pot app)
from
hip which the contractor props
prom within his own organization
to a customary and [
employer-unioh hiring arrangeme
etellisIOn does not apply to a p
opening
once as emp)oyer decldea
titer applicants outside of his
own
ratioInas or openiug,ptoyer-union arranger
(1) As used in this clause:
111 aul[ebie em
Iletin .,•a, .laeludes, but y mired t opening
'profiles does not requireg of einpl0)'ment which aper to not limited to. 'venni
particularJobapplicnorhe hiring vet any Ilvrducdon and aone oliow7nal lob categoric
Job from nue par_ Inmce lab productloa•
n tt Otlt•
to con -
/1 any
CMS re-
o)'ment.
pit Ian
of be
all lre
prince
s more
h the
meta
cath
dlpnln
ed'd,
dls-
✓ of
flint
sub -
end
per -
The
re-
f I
art,
all•
ny
CI -
All
(Diner group of
I'Ig herein b Intended to
cants. an
' cora lir from to relieve tl
t arlla:. Executiveany requirements 1
reeding nondiscrimination
or reforest
(el ;The reportsrequired
Ice rogr
of lhls clause shall uinclludep Out
limited to, periodic Out n
mrd •t least reports which sh
ro
local office quarterly with the 'ppm
e eta where the n • State,
has
than one establish Tent In a $tat!• w,J
milord office of the State employ
nervier. Such reports ship Indicate for
establishment (1) the number of amain
.1 alto were hired during the reporting p
,I 4111 the number of those hired who were
lined veterans, •nd (Ill) the immix"
li Ihnne• hired who were nondisabled vc(e
li of the Vietnam eta. The contractor shall
I' ofeacha report within 30 days after the
01 porting period wherein any
11 :armoire Is made under this contract.
II ports cub shall maintain copies of the
tt year rmrts after final
until the expiration
't duringfinal payment under the conte
dole. which time they shall be mode rot
:: bre. uppoon request, for examination by a
representatives of the contra
11
li lag Meer or of the Secretary of Labor.
II
.18. EXAMINATION OF RECORD
it
I Of this
contMclause
exceed/ 2,6la 10 V the amount
[o by Teen + Wand
4p10 IlopRp a and mechanics; to
, technical; a
and
pare, administrative
barb which are compensated On a
Intlu do of less than 118000 oa a
includ 1 IUII_nt tfine employmener tr tern
end mom than i days- dur
Put -time employment. It does a
elude openings which the contractor pro-
s
gs
:
hl and
rvttOry
execu-
open•
Salary
t term
porary
atlon,
of In -
poste to fin from
within his own organizenon -
merit.
traditional empoyer-tudon a eusthiring arra and
Irl ]ring arrange-
(2)
Appropriate omce of the State
f intent service System'- meads em.
.ipart of Mac the Federal -State national r. Lein
of the local
employment omccs with fn
retpoualbillty fur serving the
entabllslnncnt w nxopen-
hero-the ha -,ren of the
open-
ing
/ 10 be hlJed Inc/tidingpthe Dict opeo_
Iris the Commonwealth the of Put of
Jrlcn. (loam, andVirgin
earth of Puerto
BI "pj ten l mgt whlrhl t In esla odc.
Tones In 1111 from Withinhe contractor pens
tion' nirn1R em fits own organiza-
tion"
en+sidrmpl n will nt. openings fur
'•u ns trlr Oho un will 1:•• which
plurl mill u - contrnelnr'a given
n to :gallnn
6 any affiliates, dhrjesrlttlud
pit rrul rnmpnnlea subsidiaries. livres. and
togs which the run and
Incl oars pop ppen-
In�ni regularly eernilrshedr Proposes lo nil
hhe" Imps. 'ream' ver_
S BY COMPTROLLERrt
GENERAL
eel 77ae contractor
. amid business sof negotiation, .Peru a.
;.sot applicable If restricted advertising, butt la
Into by means of formal •dverta' contract
_i•• entered
(b) The Co
in all hie
tor s to to -
provision to the effect thattacts the suer becnfe•
vee Milted ttsf agrees that the COmptrolyrOdp attar
it
•
4
(4) "Openings which
pones • to fillpursuant
p the contractor pro -
Indrtradilltional employer utnloato a hiringar-
rangement"
no Consideration s `Inployment openings g Ior
vto Der -
for
snpts.ouasJue of a w01 be given arrange -
moot. Including openings dal hiring which conta
I' . proposes
sttohe 011 from union haps. filch
Ihiringcustomary ant t
the relationship which raditwe nl
contractor and calsis - between
employees. representatives of his
151 "Disabled veteran" means a person
entitled to disability compensation
Taws administered byrnsA inis-
trarlol+ for ♦ the Veterans c um
or more, or • peD0lty rated at co percent rr re-
lease from ac P e dutynon hoes fora discharge or disability
Incurred or aggravated in line fel !
(6) "Veteran of lme of duty.
with n (A) who (1) Vietnam Brat means y
the Armed Porces foserved pe active duty
than 180 days, any part of 'hjch of cc
atter more
August 5. 196,4, and was
disc occurred
released therefrom he d than
honorable
with other than discharged or
or released aroha rct,(II) y was • dis-
honorable
netted disability
active due discharged
Outy
was m 1f anym for sen�lre-con- '
Performed after A pert 1961.
9 4 such duty
who seas so dischargedugtest 6. ease and hnal
In
the
employment48 nthe preceding g by application s for
covered by this clause.
(h) It any disabled veteran or veteran of
the Vietnam era believes that the contractor
(or any first -der subcontractor) has failed
or refuses to contpty with the provisions Of
this contractclause
cla se relating to allying spe-
cial emphasis
veteran employment to with the.
veterans' employmentam ole a complaintvewith
local State ment service ofve h the
will attempt oto Informally resolve
omce
com-
plaint and then refer the resolve the
report onthe tete omce opt to `ts° el tthe mattent with r
to the S
Ment Service of the theDeVeterans' ! Lao
Such complaint shall then beer[ of promptly re-
ferred through the Regions Manpobe erAd-
ministrator to the Secretary of Labor who
shall Investigate such complaint and shall
take such action thereon as the facts and
circumstances warrant Consistent with the
terms of this contract and the laws and reg-
ulations PPPlIcable thereto. - B-
ele1) )e (excludingThe
contractor agrees to place this
subcontract diret y undethis r thts on raPh l c any
contract.
or purchase to(iaatse ablgardenia?labeeperal l punifc¢trtelgty � snrvtety
d) The
described
4 (b)d• of da(c)e• ablett
oveee}fominpards
which elatclaues to of (1) appeals under thccrias
or tthe
perthe settlement of this
ani cal att01the
exand -
ception off M ormance Cif a contra t Or -'sing h1 mete -
a *hien
General
via• aaitlldf his duly authorized re re-
litigation, d�t `tel Such p
oLplalme, v p bag Aahabean
3
-7 -7 7ATpC. rrvLF' • Ica ,
8• 'i
•
exceeding $10,000 which
of the Equal Opportunity
certifications in his files;
. ,;lowing notice to such pro -
here the proposed subcon-
..cal certifications for specific
: TR.\CTORS OF REQUIREMENT FOR
1 _ SGATE) FACILITIES
--rPgated Facilities must be sub-
. _ - a subcontract exceeding $10,000
_.e provisions of the Equal Oppor-
- _._::.on may be submitted either for
__ subcontracts during a period (i.e.,
annually).
r :taking false statements in offers
n IS U.S.C.1001.
- or other person signing the lease on
_ - este±. and. if requested by the Government
_ r tv so to act shall be furnished.
. - - r other alterations are made specific
be entered under clause 8 of the lease
:eased is located in a State requiring
.es -'es. the Lessor shall comply with all such
__ =__ts at Lessor's expense.
Standard Form 2-A
May 1970 Edition
Amendment to Standard Form 2-A,
Page 3
2. CLEAN An AND WATER CERTIFICATION:
(&ppr1^.eb`e only 1f the. ccotr,ct •recede
1160,0)0, or the swats.--tni burner List dater -
:tined that cram under an lndet014 quen-
4ny contract m ally one fear ria noes!
5101000. or a Sult(ty to be used bee been
the tvnlere of x eonvictIces under We Clew
Alr Act 4 US.C.11a7c-6(c) (11) or the Ped-
es!. wisher Pollution Control Act a33 IIS.C.
1313;c) 1 eoCis Listed by LPA, or the ooa-
tenet 11 not otherwise tato t.)
ta'- -fht Cm:tractor agrees u follows:
(1) To comply with all the require-
ments of section 114 of the Clean Air
Act. as amended (42 U.B.C. 1857. et seq..
as amended by Pub. L. 91-604) and sec-
tion 3D8 of the Federal Water Pollution
Control Act (33 U.B.C. 1251 et seq.. as
amended by Pub. L. 92-500) , respectively,
relating to inspection, monitoring. entry,
reports, and Information, as well as other
requirements specified In section 114 and
section 308 of the Air Act and the Water
Act. respectively, and all regulations and
guidelines Issued thereunder before the
award of this contract.
(2) That no portion of the work re-
quired by this prime contract will he per-
formed in a facility Listed on the Envi-
ronmental Protection Agency List of
Violating Facilities on the date when this
contract was awarded unless and until
the EPA eliminates the name of such
facility or facilities from such listing.
(3) To use his best efforts to comply
with clean air standards and dean water
standards at the facility in which the
contract is being performed.
(4) To Insert the substance of the pro-
visions of this clause Into any nonexempt
subcontract, including this paragraph
(a)(4).
lb) The terms used in this clause have
the following meanings:
(1) The term "Air Act" means the
Clean Ayr Act, as amended (42 U.B.C. .
1857 et seq., as amended by Pub. L. 91-
604).
(2) The term "Water Act" means Fed-
eral Water Pollution Control Act, as
amended (33 D.S.C. 1251 et seq., Y
amended by Pub. L.92-500).
(3) The term "clean air standards"
means any enforceable rules, regulations,
guidelines, standards, limitations, orders,
eontroLs, prohibitions, or other require-
ments which are contained In, issued
tinder or otherwise adopted pursuant to
the Air Act or Executive Order 11738, an
applicable imp)eaenta tion chin as de-
scribed in section 110(d) of the Ciesn Air
Act to U.S.C. 1857c -6(d) ), air approved
implementation procedure or plat under
section 111(c) or section 111(d), respec-
tivel.y, Of the Alr Act (42 U.8.C. 1857e-6
(e) or Id)), or as approved Impletnew-
tatbn procedure under section 112(4.)
af the Air Act 142 USX. 1867e -7(d)).
(4) Tine term "Sega mater standards^
means any enforceable limitation. eon-
troL condition, prohibition, standard. or
other requirement which Is promulgated
pUrsuant 10 the Water Act or contained
In a permit issued to a discharger by the
Environmental Protection Agency or by a
State under i approved program, as
authorized by section 402 of the Water
Act (93 U 6 C 1342), or by local govern-
ment to ensure compliance with pretreat-
ment regulations as required by section
307 of the Waier Act (33 U.S.C. 1317).
(5) The term "compliance" means
compliance with clean air or water
standards Compliance shall also mean
compliance with a- schedule or plan or-
dered or approved by a court of compe-
tent jurisdiction, the Environmental
Protection Agency or an alt. or water
pollution control agency in accordance
with the requirements o1 the Mr Act or
Water Act and regulations Issued pur-
suanttheretn
(6) The term 'Ynclllty'• moan:. any
building, plant, Installation, elrurtmr,
mine. vessel or other floating cratt. lo-
cation. or site of operatlonc, owned.
leased or supervised by a contra -tor o)'
subcontractor, to be utilized in the per-
formance of a contract or subcontract.
Where a location or site of operations
contains or Includes more than one
building. plant. installation, or structure.
the entire location or site shall be deemed
to be a facility except where the Direc-
tor, Office of Federal Activities. Environ-
ment Protection Agency, determines that
independent facilities are collocated In
One geographical area.
•
Lease No. DTFA07-80-LL01194
Flight Service Station (FSS) and
Airport Traffic Control Tower
(ATCT) Chief's Office
Fayetteville, Arkansas
CORPORATE CERTIFICATE
I+ , certify that I am the
of the Corporation named in the foregoing agreement, that
who signed said agreement on behalf of said corporation, was then
thereof, that said agreement was duly signed for and in behalf
of said corporation by authority of its governing body, and is within the
scope of its corporate powers.
Dated this day of 19
CORPORATE SEAL
Signed by
•
MICWHWE®
_)
RESOLUTION NO. PI=ID
p Sag
Ali( -L;
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A LEASE WITH THE FEDERAL AVIATION
ADMINISTRATION FOR SPACE IN THE OLD AIRPORT TERMINAL
BUILDING AT DRAKE FIELD.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
'That the Mayor and City Clerk are hereby authorized and
directed to execute a lease with the Federal Aviation Administration
for space in the old Airport Terminal Building. A copy of the
lease authorized for execution hereby is attached hereto, marked
Exhibit "A" and made a part hereof.<d_
PASSED AND APPROVED this day of
APPROVED:
1980.
1MAYOR
•
•
,.
STANDARD FJRM 2
FEBRUARY I%S EDITION
GENERAL SERVICES
ADMINISTRATION
FPR (11 CFR) I-16.601
U.S. GOVERNMENT
LEASE FOR REAL PROPERTY
DATE OF LEASE
THIS LEASE, made and entered into this date by and between
LEASE NO.
CITY OF FAYETTEVILLE, ARKANSAS
DTFA07-80-L-01194
whose address is Post Office Drawer F
Fayetteville, Arkansas 72701
and whose interest in the property hereinafter described k that of owner
hereinafter called the Lessor, and the UNITED STATES OF AMERICA, hereinafter called the Government:
WITNESSETH: The parties hereto for the considerations hereinafter mentioned, covenant and agree as follows:
1. The Lessor hereby leases to the Government the following described premises:
See Article 9 for Space Schedule.
tobeusedfor. Federal Aviation Administration's Flight Service Station (FSS)
and Airport Traffic Control Tower (ATCT) Chief's Office
2. TO HAVE AND TO HOLD the said premises with their appurtenances for the term beginning on
July 1, 1980
and renewal rights as may be hereinafter set forth.
through September 30, 1980 , subject to termination
3. The Government shall pay the Lessor annual rent of $ 12,290.00
at the rate of $ 3,072.50 per Federal Gov't. fiscal quarter n arrears.
Rent for a lesser period shall be prorated. Rent checks shall be made payable to: Lessor
wholly or partially thirty30
4. The Government may terminate this leaslat any time by giving at least ( )
days' notice in writing
to the Lessor and no rental shall accrue after the effective date of termination. Said notice shall be computed commenc-
ing with the day after the date of mailing.
provided notice be given
to the Lessor at least days before the end of the original lease tern
or any ren e . r all other lents and conditions of this lease shall remain the same during any renewal term.
2-106 •
1
•
t•
1.
2.
6. The Lessor shall furnish to the Government, as part of the rental consideration, the following:
See Articles 14, 15, 16 and 17.
7. The following are attached and made a part hereof:
The General Provisions and Instructions (Standard Form 2.A, May 1970 edition).
Articles 9 through 18.
R. The following changes were made in this lease prior to its execution:
The words "wholly or partially" are added to Article 4. Article 5 is
deleted. The words "and the Lessor." are added to Article 10. Article 11
on Standard Form 2-A is deleted. Articles 17 and 18, and Amendment 2,
noted as page 3, are added to Standard Form 2-A.
IN WITNESS W1IEREOF, the parties hereto hale hereunto subscribed their names as of the date first aboae
written.
`ESSOR CITY OF FAYETTEVILLE, ARKANSAS
IN PRESF NCE OF:
•
(Sienalie e ! l
(CignaaNre)
(Si$u.a,nrl (.1AA.eis)
UNITED STATES OF AMERICA
49IEFFNG E
Contracting Officer
Of/ural tale)
STANDARD FORM 2
FEBRUARY l%5 COITION
V
9. SPACE SCHEDULE:
FSS Chief's Office
ATCT Chief's Office
Operations Room
Pilot Briefing Area
Training/Conference Room
Service Area
Equipment Room
Ready Room
TELCO Room
Mechanical Equipment
Men's Restroom
Women's Restroom
Storage Areas (2)
Hallways
Lease No DTFA07-80-L-01194
FSS/ATCT Chief's Office
Fayetteville, Arkansas
144
182
376
293
165
83
451
147
116
Room 91
49
30
122
209
2,458
RATE PER SQ FT.
BARE SPACE
$5.00
$5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
5.00
ANNUAL
TOTAL
$ 720.00
910.00
1,880.00
1,465.00
825.00
415.00
2,255.00
735.00
580.00
455.00
245.00
150.00
...61.0.00
.'1;045.00
$12,290.00
Lease No. DTFA07-80-L-01194
FSS/ATCT Chief's Office
Fayetteville, Arkansas
10. FUNDING RESPONSIBILITY CLASS I - II FACILITIES:
The airport owner agrees that any relocation, replacement, or
modification of any Federal Aviation Administration Class I or II
facility, or components thereof, as defined below, covered by this
contract during its term or any renewal thereof made necessary by airport
improvements or changes which impair or interrupt the technical and/or
operational characteristics of the facilities will be at the expense of
the airport owner; except, when such improvements or changes are made at
the specific request of the Government. In the event such relocations,
replacements, or modifications are necessitated due to causes not
attributable to either the airport owner or the Government, funding
responsibility shall be determined by the Government and the Lessor.
CLASS
I FACILITIES
Remote Transmitter/Receiver (Tower)
Airport Traffic Control Tower
Airport Surveillance Radar
Airport Surface Detection Equipment
Precision Approach Radar
ILS and Components
ALS and Components
Visual Landing Aids
Direction Finding Equipment
VOR, TVOR, and VORTAC
(Instrument Approach)
Weather Observing and Measuring Equip.
(Owned and operated by FAA)
Central Standby Power Plant
CLASS II FACILITIES
Long Range Radar
Air Route Traffic Control Centers
Remote Control Air -Ground
Communication Facility
VOR and VORTAC (en route only)
Flight Service Station
Remote Communications Outlet
Limited Remote Communications Outlet
Other en route facilities
11. RENEWAL OPTION:
This lease may, at the option of the Government, be renewed from year
to year at an annual rental of TWELVE THOUSAND TWO HUNDRED NINETY AND NO/100
DOLLARS ($12,290 00) payable in the amount of THREE THOUSAND SEVENTY TWO AND
50/100 DOLLARS ($3,072.50) per Government fiscal quarter in arrears; and
otherwise upon the terms and conditions herein specified. The Government's
option shall be deemed exercised and the lease renewed each year for 1 year
unless the Government gives 30 days' notice that it will not exercise its
option, before this lease or any renewal thereof expires; PROVIDED, that no
renewal thereof shall extend the period of occupancy of the premises beyond
the thirtieth (30th) day of September 1981, AND PROVIDED FURTHER, that
adequate appropriations are available from year to year for the payment of
rentals.
•
14.
4
•
•
Lease No. DTPA07-8O-L-01194
FSS/ATCT Chief's Office
Fayetteville, Arkansas
12. NON -RESTORATION:
It is hereby agreed between the parties that upon termination of its
occupancy the Government shall have no obligation to restore and/or
rehabilitate., either wholly or partially, the property which is the subject
matter of this lease, other than to orderly remove its equipment therefrom.
It is further agreed that the Government may abandon in place any or all of
the structures and equipment installed in or located upon said property.
Notice of abandonment will be conveyed to the Lessor in writing.
13. INSTALLATION OF ANTENNAS POWER CABLES CONTROL CABLES AND OTHER
APPURTENANCES
The Government shall have the right and privilege to install and
maintain an ultra high frequency radio antenna platform atop any building
deemed necessary except the new terminal building; and to install and
maintain antenna wires and appurtenances on top of the Flight Service
Station Building, or such other location on the airport property, except the
new terminal building, as deemed necessary, together with the right to
install such necessary cable from such installations to the Flight Service
Station, provided such installations do not constitute a hazard to the
operation of aircraft.
The Government shall have the right to install and maintain underground
cable from the Engine Generator aite to the Flight Servioe Station Building.
•
14. INTERIOR PAINTING LEASED PREMISES:
Lessor shall paint the premises at initiation of Isaac and shall
accomplish repainting of the leased premises not less than once every five
(5) yearn of Government occupancy under this lease or any renewal thereof.
15. VEHICLE PARKING AREA:
The Lessor shall provide, free -of -charge, twenty-three (23) parking
spaces as follows:
10 spaces along curb on west side of PSS
10 spaces across street on weat side of FSS in old metered parking area.
3.apaces between FSS and old terminal building.
Said spaces to be used for vehoiles of Government employees working at
the facility, Government-owned vehicles, and vehicles of visitors.
16. REPAIR AND REPLACEMENT OF WINDOW COVERS:
The Lessor agrees to repair or replace existing blinds, shades, and
drapes as may be required and resulting from fair wear and tear during the
Government's occupancy of the leased premises. The Lessor shall not be
responsible for damage done to same by Government or authorized agents; nor
is the Lessor responsible for cleaning.
•
•
Lease No. DTFA07-80-L-011911
FSS/ATCT Chief's Office
Fayetteville, Arkansas
17. UTILITY, HEATING AND COOLING SYSTEM:
The Lessor shall furnish to the Government as part of the rental
consideration, the following:
Heat and air conditioning equipment, including maintenance, repair
and replacement thereof; plumbing fixtures and wall outlets,
including maintenance, repair, and replacement but will not furnish
natural gas, electricity, and/or water. Gas, electricity, and
water will be contracted for by the Government under separate
arrangements.
18. INTERFERENCE WITH THE GOVERNMENT'S OPERATIONS:
The Lessor agrees that in the event any of the Lessor's operations or
facilities located on the demised premises causes interference with the
Government's operations conducted on the leased premises, the Lessor shall,
upon being notified by the contracting officer, make every reasonable effort
to eliminate the cause of such interference.