HomeMy WebLinkAbout117-99 RESOLUTION•
•
1
•
RESOLUTION NO 117-99
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A LEASE FOR OFFICE SPACE WITH
THE FEDERAL AVIATION ADMINISTRATION FOR AN
ANNUAL COMPENSATION OF $25,909.33, FOR THE SYSTEM
SUPPORT CENTER.
•
•
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section L. That the City Council hereby authorizes the Mayor and City Clerk to execute
a lease for office space with the Federal Aviation Administration for an annual compensation of
$25,909.33, for the System Support Center. A copy of the lease agreement is attached hereto
it "A" and made a part hereof.
Flr
E114 ND APPROVED this
mar
ATTEST: / , /%
By'011�/ L �///`.r�¢/,...-�/
Heather Woodruff, City Cl
Z day of September , 1999.
APPROVED
By f7cry �psvv�vu�
red Hanna, Mayor
MICROFILME
STAFF REVIEW FORM
AGENDA REQUEST
XX CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of September 7, 1999
OM:
ale Frederick
Name
FFOa!TL /iU/«9';'o tf 400
RECEIVED
Airport General GMT.
AUG 161999
CITY OF FAYETTEVILLE
CITY CLERK'S OFFICE
Division Department
ACTION REQUIRED: The Airport staff requests approval of a lease with the Federal Aviation Administration for office space for
their System Support Center. The lease is for five years with an annual compensation of $25,909.33. This lease replaces their expired
lease for a 2,205.05 square foot building at a rate of approximately $11.75 per square foot annually. The Airport Board did approve this
lease at their August 1999 meeting. Please execute all four copies and return three copies to the airport.
COST TO CITY:
$ N/A
Cost of this Request
5550-0955-4455-00
Account Number
N/A
Project Number
$ N/A
Category/Project Budget
$ N/A
Funds used to date
$ N/A
Remaining Balance
N/A
Category/Project Name
N/A
Program Name
Airport
Fund
BURG
Attac
T REVIEW:
Budget Coordinator
Budgeted Item
Administrative Services Director
Budget Adjustment
OC t
RCTG' • NT/LEAS REVIEW:
/ :vis. ,:_ P/, 3799
al
Ci
ounting Mana
C.
,Atjorgey
Pu chasing Officer
Date
Date •
8-1391
Date
GRANTING AGENCY:
CID
ciordina
X G,rtG .0
In
al Auditor
Date
6-131%
Date
STAFF RECOMMENDATION: Staff recommends approval.
Division Head
Date
ate
D)/
'9
Date
Cross Reference
New Item: Yes
Prev. Ord/Res#:
Orig Cont. Date:
No
STAFF REVIEW FORM Page 2
Description: Meeting Date: September 7, 1999
Federal Aviation Administration System Support Center Office Lease
Comments:
Budget Coordinator Reference Comments:
Accounting Manager Reference Comments:
City Attorney Reference Comments:
Purchasing Officer Reference Comments:
ADA Coordinator Reference Comments:
Internal Auditor Reference Comments:
FAYETTEVILLE
AIRPORT DEPARTMENT
THE CITY OF FAYETTEVILLE. ARKANSAS
TO:
THRU:
FROM:
DATE:
SUBJECT:
FAYETTEVILLE CITY COUNCIL
FRED HANNA, MAYOR
DALE FREDERICK, AIRPORT MANAGER
AUGUST 11, 1999
LEASE WITH THE FEDERAL AVIATION ADMINISTRATION FOR
OFFICE SPACE FOR THEIR SYSTEM SUPPORT CENTER.
Ass
The Airport staff requests approval of a lease with the Federal Aviation Administration (FAA)
for office space for their System Support Center. The lease is for five years with an annual
compensation of $25,909.33.
This lease replaces the FAA's expired lease on a building which was renovated for them five
years ago. This building has 2,205.05 square feet of space which is renting at a rate of
approximately $11.75 per square foot a year.
The Airport Board did approve this lease at their August 1999 meeting.
DF/blm
Attachments: Contract Review Form
4 Originals Lease Agreements with Corporate Certificates
4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701
PHONE 501-521-4750 Ext.6 • FAX 501-521-1735
EXHIBIT A
STANDARD FORM 2
FEBRUARY 1965 EDITION
GENERAL SERVICES
ADMINISTRATION
FPR(41 CFR)1-16.601
U.S. GOVERNMENT
LEASE FOR REAL PROPERTY
DATE OF LEASE LEASE NO. DTFA07-00-L-01160
THIS LEASE, made and entered into this date by and between
CITY OF FAYETTEVILLE, ARKANSAS
whose address is Fayetteville Municipal Airport, 4500 S. School, Suite F, Fayetteville, Arkansas 72701
and whose interest in the property hereinafter described as 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:
Approximately. 2205.05 square feet of floor space in a free standing masonary and brick building
located at Drake Field Airport (formerly known as the Fayetteville Flight Service Station), said building
having been completely renovated and the interior space redesigned in 1995 for the Fayetteville System
Support Center (SSC) office. Utilization and space occupancy is more particularly delineated in Article 9,
Space Occupancy Schedule, attached hereto.
to be used for Fayetteville System Support Center (SSC) office.
2. TO HAVE AND TO HOLD the said premises with their appurtenances for the term beginning on
October 1, 1999 through September 30, 2004, subject to termination and renewal rights as may be
hereinafter set forth.
3. The Government shall pay the Lessor annual rent of 125,909.33 at the rate of
$2,159.11 per month in arrears. Rent for a lesser period shall be prorated. Rental consideration shall
be made using electronic funds transfer (EFT) in accordance with Public Law 104-134. (See Article 1,
General Clauses, attached hereto and made a part hereof.)
(SEE ARTICLE 10)
4. The Government may terminate this lease wholly or in part at any time by giving at least 30
days' notice in writing to the Lessor and no rental shall accrue after the effective date of termination.
Said notice shall be computed commencing with the day after the date of mailing.
5.
following rentals:
provided notice be given in w
any renewal
term.
•
•
(SEE ARTICLE
he
e Lessor at least days before the end of the original lease term or
t of er terms and conditions of this lease shall remain the same during any renewal
notice shall be computed commencing with the day after the date of' mailing.
2-106
6. The Lessor shall furnish to the Government, as part of the rental consideration, the following:
a. Maintenance, System Services, and Facilities are more particularly stated in General Clauses, attached
hereto and made a part hereof.
b. Parking. The Lessor shall provide thirty-one (31) parking spaces for Government-owned vehicles and
Government employees working in and on field duty for the SSC. One space is for the handicapped; sixteen (16)
spaces in front of the SSC building; and the additional fourteen (14) spaces are at the security fence line at the west
end of the building. There shall be no Government parking between the old SSC building and the new SSC building.
c. Utilities and services shall be furnished by the Government.
7. The following are attached and made a part hereof:
a. Special Lease Provisions (Articles 9 through 13).
b. General Clauses (Articles 1 through 27).
c. Corporate Certificate.
8. The following changes were made in this lease prior to its execution:
Article 5, Standard Form 2, was deleted in its entirety.
IN WITNESS WHEREOF, the parties hereto have hereunto subscribed their names as of the date first above written.
LESSOR CITY OF FAYETTEVILLE, ARKANSAS
BY
IN PRESENCE OF:
lith
(Signature)
��'�, 4
(Signature)
(Signature)
amo CLE
(Address)
UNITED STATES OF AMERICA
BY Conracting Officer
(Signature) (Official title)
James M. Nelson
STANDARD FORM 2
FEBRUARY 1965 EDITION
U.S. GOVERNMENT PRINTING OFFICE : 1983 0 - 421-526 (9143)
DTFA07-00-L-01160
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas
SPECIAL LEASE PROVISIONS:
9. SPACE OCCUPANCY SCHEDULE:
SQ. FT
Manager 167.58
Secretary Area 71.28
CBUComputer Room 120.00
Conf./Training Room 399.70
Catalog/Order Room 189.08
Tech./Maintenance Room 167.04
Breakroom 135.85
Admin./Test Equip. Storage 114.33
SSC Office Storage 377.19
Fire Corridors 463.00
Total Square Footage 2205 05
TOTAL Annual Cost $25,909.33
(2205.05 sq. ft. @ $11.75 per sq. ft.)
10. RENEWAL OPTION:
This lease may, at the option of the Government, be renewed from year to year at an annual
rental of TWENTY FIVE THOUSAND NINE HUNDRED NINE AND 33/100 DOLLARS
($25,909.33) payable in the amount of TWO THOUSAND ONE HUNDRED FIFTY-NINE
AND 11/100 DOLLARS ($2,159.11) per month 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 one (1) year unless the Government gives thirty (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 30th day of
September 2004, AND PROVIDED FURTHER, that adequate appropriations are available from
year to year for the payment of rentals..
11. NON -RESTORATION:
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. 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 by the Government during its tenure. Notice of abandonment will be
conveyed to the Lessor in writing.
•
DTFA07-00-L-01160
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas
SPECIAL LEASE PROVISIONS (continued)
12. HOLDOVER:
If, after expiration of the lease, the Government shall retain possession of the premises, the
lease shall continue in force and effect on a day-to-day basis not to exceed 90 days. Rent shall be
paid monthly in arrears on a prorated basis at the rate paid during the lease term.
13. NOTICES:
All notices/correspondence shall be in writing, and shall be addressed as follows (or to
such other address as either party may designate from time to time by notice or correspondence
to the other):
TO LESSOR:
City of Fayetteville, Arkansas
Fayetteville Municipal Airport
4500 S. School, Suite F
Fayetteville, Arkansas 72701
TO GOVERNMENT: Department of Transportation
Federal Aviation Administration
Property and Services Branch, ASW -54
Fort Worth, TX 76193-0054
DTFA07-00-L-01160
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas --
GENERAL CLAUSES
U. S. GOVERNMENT LEASE FOR REAL PROPERTY
1. ELECTRONIC FUNDS TRANSFER (EFT) PAYMENT:
Payments by the Government under this lease, may be made by check or electronic funds transfer
(EFT) at the option of the Govemment. If payment is made by EFT, the Govemment may, at its option,
also forward the associated payment information by electronic transfer. EFT refers to funds transfer and
information transfer.
The Government is not required to make any payment under this lease until
after receipt, by the designated payment office of the correct EFT payment
information. However, until January 1, 1999, in the event the lessor
certifies in writing to the payment office that the lessor does not have an
account with a financial institution or an authorized payment agent, payment
shall be made by other than EFT. For any payments to be made after January 1,
1999, the lessor shall provide EFT information.
Prior to the first payment under this lease, the lessor shall provide the
information required to make lease payment by EFT , directly to the Government
payment office named in this lease. A single bank or financial agent must be
designated, capable of receiving and processing the electronic funds transfer
using the method below. In the event that the EFT information changes, the
lessor shall be responsible for providing the changed information to the
designated payment office. The lessor shall pay all fees and charges for
receipt and processing of EFTs.
The Government will make payments by EFT through an Automated Clearing
House (ACH) however, the Federal Reserve Wire Transfer System may be used at
the Government's option. The following information is required for ACH
transfers:
a. Lease number to which this notice applies.
b. Lessor's name and remittance address, as stated in the lease.
c. Signature, title, and telephone number of the lessor official
authorized to provide this information.
d. Name, address, and 9 -digit Routing Transit Number of the lessor's bank
or financial agent. i
e. Lessor's account number and type of account (checking, saving, or
lockbox).
The Lessor agrees that the Lessor's bank or financial agent may notify the Government of a change to
the routing transit number, lessor account number, or account type. (1/97)
2. INSPECTION:
The Government reserves the right, at any time after the lease is signed and during the term of the
lease, to inspect the leased premises and all other areas of the building to which access is necessary to
ensure a safe and healthy work environment for the Government tenants and the Lessor's performance
under this lease. The Govemment shall have the right to perform sampling of suspected hazardous
conditions.
DTFA07-00-L-01160
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas
DAMAGE BY FIRE OR OTHER CASUALTY:
If the building is partially or totally destroyed or damaged by fire or other casualty or if
environmentally hazardous conditions are found to exist so that the leased space is untenable as
determined by the Govemment, the Government may terminate the lease, in whole or in part,
immediately by giving written notice to the Lessor and no further rental will be due.
4. MAINTENANCE OF THE PREMISES:
The Lessor shall maintain the demised premises, including the building, grounds, and all equipment,
fixtures, and appurtenances furnished by the Lessor under this lease, in good repair and tenable
condition.
5. FAILURE IN PERFORMANCE:
In the event the Lessor fails to perform any service, to provide any item, or meet any requirement of
this lease, the Government may perform the service, provide the item, or meet the requirement, either
directly or through a contract. The Government may, deduct any costs incurred for the service or item,
including administrative costs, from the rental payments. No deduction of rent pursuant to this clause
shall constitute a default by the Govemment on this lease.
6. DEFAULT BY LESSOR
Each of the following shall constitute a default by Lessor under this lease: (a) If the Lessor fails to
perform the work required to deliver the leased premises ready for occupancy by the Govemment with
such diligence as will ensure delivery of the leased premises within the time required by the lease
agreement, or any extension of the specified time, (b) Failure to maintain, repair, operate or service the
premises as and when specified in this lease, or failure to perform any other requirement of this lease as
and when required provided such failure which shall remain uncured for a period of time as specified by
the Contracting Officer, following Lessor's receipt of notice thereof from the Contracting Officer, (c)
Repeated failure by the Lessor to comply with one or more requirements of this lease shall constitute a
default notwithstanding that one or all failures shall have been timely cured pursuant to this clause.
If a default occurs, the Govemment may, by written notice to the Lessor, terminate the lease in whole
or in part.
7. ALTERATIONS:
The Government shall have the right during the existence of this lease to make alterations, attach
fixtures, and erect structures or signs in or upon the premises hereby leased, which fixtures, additions or
structures so placed in, on, upon, or attached to the said premises shall be and remain the property of the
Government and may be removed or otherwise disposed of by the Government. It is mutually agreed and
understood, that no restoration rights shall accrue to the Lessor for any alterations to the leased premises
under this lease, and that the Govemment shall have the option of abandoningalterations in place, when
terminating the lease, at no additional cost.
8. OFFICIALS NOT TO BENEFIT:
No member of or delegate to Congress, or resident commissioner, shall be admitted to any share or
part of this lease, or to any benefit arising from it. However, this clause does not apply to this lease to
the extent that this lease is made with a corporation for the corporation's general benefit.
DTFA07-00-L-01160
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas
9. COVENANT AGAINST CONTINGENT FEES:
The Lessor warrants that no person or agency has been employed or retained to solicit or obtain this
lease upon an agreement or understanding for a contingent fee, except a bona fide employee or agency.
For breach or violation of this warranty, the Govemment shall have the right to annul this lease without
liability or, in its discretion, to deduct from the lease price or consideration, or otherwise recover the full
amount of the contingent fee.
10. ANTI -KICKBACK:
The Anti -Kickback Act of 1986 (41 U.S.C. 51-58)(the Act), prohibits any person from (1) Providing
or attempting to provide or offering to provide any kickback; (2) Soliciting, accepting, or attempting to
accept any kickback; or (3) Including, directly or indirectly, the amount of any kickback in the lease price
charged by a Lessor to the United States or in the lease price charged by a subcontractor to a prime
Contractor or higher tier subcontractor.
11. CONTRACT DISPUTES:
All contract disputes arising under or related to this contract shall be resolved under this clause, and
through the Federal Aviation Administration (FAA) Dispute Resolution System. Judicial review, where
available, will be in accordance with 49 U.S.C.46110 and shall apply only to final agency decisions. The
decision of the FAA shall be considered a final agency decision only after a lessor has exhausted their
administrative remedies for resolving a contract dispute under the FAA Dispute Resolution System.
A contract dispute shall be made in writing and signed by a Lessor or duly authorized representative
of the Lessor and submitted to the Contracting Officer, that it is disputed either as to liability or amount.
Submission shall be within six months after the accrual of the contract dispute. The contracting officer's
decision concerning the contract dispute shall be binding on the parties unless the Lessor references the
matter to the FAA Office of Dispute Resolution for Acquisition. Information relating to submitting a
dispute will be provided by the Contracting Officer, upon request.
(Promulgated by SW, 9/98)
12. EXAMINATION OF RECORDS:
The Comptroller General of the United States, the Administrator of FAA or a duly authorized
representative from either shall, until three (3) years after final payment under this lease, have access to
and the right to examine any of the Lessor's directly pertinent books, documents, papers, or other records
involving transactions related to this lease.
13. FIRE AND SAFETY REQUIREMENTS:
The building shall, as required by Code, be equipped with automatic sprinklers which conform to
NFPA No. 13, be maintained in accordance with NFPA No. 13A, have electrically supervised control
valves (NFPA No. 13), and have water -flow alarm switches connected to automatically notify the local
fire department (NFPA No. 71) or central station (NFPA No. 71). The notification of the fire department
or central station shall be accomplished through the building fire alarm system. Regardless of code
requirements when the leased space (including garage areas under lease by the government) is on the 6th
floor and above, or below grade, sprinklers are required.
DTFA07-00-L-01160
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas
A manual fire alarm system shall be provided, maintained, and tested by the lessor in accordance
with NFPA Standard No. 71 and 72 in buildings which are three (3) or more stories in height or contain
more than 50,000 square feet gross floor area. The fire alarm system wiring and equipment must be
electrically supervised and automatically notify the local fire department and conform with NFPA
Standards No. 70 and 72. Engineered smoke control systems, if present, shall be maintained in
accordance with the manufacturer's recommendations.
Portable fire extinguishers shall be provided, inspected, and maintained by the Lessor in accordance
with NFPA Standard No,. 10.
14. WARRANTY OF SPACE:
a. Notwithstanding inspection and acceptance by the Government or any
provision concerning the conclusiveness thereof, the Lessor warrants that all
space leased to the Government under this lease, spaces above suspended
ceilings in the leased space, air plenums elsewhere in the building which
service the leased space, engineering spaces in the same ventilation zone as
the leased space, public spaces and common use space (e.g., lobbies, hallways)
will, at the time of acceptance and during the term of the lease contract,
comply with the asbestos containing material (ACM) and polychlorinated
biphenyl (PCB)N requirements of the Toxic Substance Control Act. The
Contracting Officer shall notify the Lessor in writing, within 30 days after
the discovery, of any failure to comply with the asbestos requirement.
b. If either ACMs or PCBs are found to be in the leased space the
Government reserves the right to require the Lessor, at no cost to the
Government, to take whatever corrective action as might be required by the
Toxic Substance Control Act.
c. If the Lessor fails, after receipt of notice, to make correction within
the specified period of time, the Government shall have the right to make
correction and charge to the Lessor the costs occasioned to the Government or
terminate the lease agreement at no cost to the Government.
d. The rights and remedies of the Government in this clause are in
addition to any other rights and remedies provided by the law and under this
contract.
e. Definitions.
(1) "Acceptance," as used in this clause means the act of an authorized representative of the
Govemment by which the Government assumes for itself, or as an;agent of another, the leased premises
as ready for occupancy or approves a portion of the premises for occupancy in accordance with the
provisions of this lease contract.
(2) "Correction," as used in this clause, means (i) the removal, encapsulation or enclosure of any
friable asbestos materials found in the space leased to the Government, spaces above suspended ceilings
in the leased space, air plenums elsewhere in the building which service the leased space, public spaces,
engineering spaces in the same ventilation zone as the leased space and common use space (e.g., lobbies,
hallways). Following such abatement actions, the Lessor shall adhere to the Government's required post -
asbestos -abatement air monitoring program (ii) With regard tonon-friable asbestos materials in good
condition, it means the establishment and execution of a special operations and maintenance program and
an abatement plan, approved by the Government, to be implemented from the time the materials are
discovered through the remainder of the lease term, and (iii) with regard to PCBs, it involves the removal
or retrofitting, in accordance with EPA regulations, of any PCB equipment present in the building.
•
•
DTFA07-00-L-01160
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas
15. OSHA REOUIREMENTS:
The Lessor shall provide space, services, equipment, and conditions that comply with Occupational
Safety and Health Administration (OSHA) Safety and Health Standards (29 CFR 1910 and 1926).
16. RADON:
Radon levels in space leased to the Government shall not equal or exceed the EPA action level
for homes of 4 picocuries per liter (PCl/L). If radon levels are found to be at or above 4 PCl/L, the
Lessor shall develop and promptly implement a plan of corrective action.
17. INDOOR AIR OUALITY:
The Lessor shall control contaminants at the source and/or operate the
space in such a manner that the indicator levels for carbon monoxide (CO),
carbon dioxide (CO2), and formaldehyde (HCHO), are not exceeded. The
indicator levels for office area are as follows: CO -9 parts per million (PPM)
time weighted average (TWA - 8 -hour sample); CO2 - 1,000 PPM (TWA; HCHO - 0.1
PPM (TWA).
The Lessor shall promptly investigate indoor air quality (IAQ) complaints
and shall implement controls including alteration of building operating
procedures (e.g., adjusting air intakes, adjusting air distribution, cleaning
and maintaining HVAC, etc.). The Government is responsible for addressing IAQ
problems resulting from its own activities.
18. SECURITY:
Lessor shall provide sufficient security for the premises to prevent
illegal or unauthorized entry and loitering.
19. SUBORDINATION, NONDISTURBANCE AND ATTORNMENT:
The Government agrees, in consideration of the warranties herein expressed,
that this lease is subject and subordinate to any and all recorded deeds of
trust, mortgages, and other security instruments now or hereafter imposed upon
the premises, so long as such insubordination shall not interfere with any
right of the Government under this lease. It is mutually agreed that this
subordination shall be self operative and that no further instrument shall be
required to effect said subordination.
In the event of any sale of the premises, or any portion thereof, or any
such transfer of ownership, by foreclosure of the.: lien of any such security
instrument, or deed provided in lieu of foreclosure, the Government will be
deemed to have attorned to any purchaser, successor, assigns, or transferee.
The succeeding owner will be deemed to have assumed all rights and obligations
of the Lessor under this lease, establishing direct privity of estate and
contract between the Government and said purchasers/transferees, with the same
force, effect and relative priority in time and right as if the lease had
initially been entered into between such purchasers or transferees
and the Government, provided that such transfereesshall promptly provide,
following such sale or transfer, appropriate documentation deemed necessary by
the Contracting Officer, and shall promptly execute any instrument, or other
writings, as shall be deemed necessary to document the change in ownership.
20. NO WAIVER:
No failure by the Government to insist upon strict performance of any
provision of this lease, or failure to exercise any right, or remedy
consequent to a breach thereof, shall constitute a waiver of any such breach
in the future.
a
DTFA07 -00-L-0 1 1 60
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas
21. INTEGRATED AGREEMENT:
This lease, upon execution, contains the entire agreement of the parties,
and no prior written or oral agreement, express or implied shall be admissible
to contradict the provisions of this lease.
22. ASSIGNMENT OF CLAIMS:
Pursuant to the assignment of Claims Act, as amended, 31 USC 3727, 41 USC
15, the Lessor may assign his rights to be paid under this lease.
23. COMPLIANCE WITH APPLICABLE LAWS:
The Lessor shall comply with all federal, state and local laws applicable to the Lessor as owner
or lessor, or both , of building or premises, including, without limitation, laws applicable to the
construction, ownership, alteration or operation of both or either thereof, and will obtain all necessary
permits, licenses and similar items at Lessor's expense. This lease shall be governed by Federal law.
24. LESSOR'S SUCCESSORS:
The terms and provisions of this lease and the conditions herein bind the
Lessor and the Lessor's heirs, executors, administrators, successors, and
assigns.
25. EQUAL OPPORTUNITY:
The Lessor shall have on file affirmative action programs required by the
rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2).
26. AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS:
The Lessor agrees to comply with the rules, regulations, and relevant
orders of the Secretary of Labor (Secretary) issued under the Vietnam Era
Veterans' Readjustment Assistance Act of 1972 (the Act), as amended. If the
Lessor does not comply with the requirements of this clause, appropriate
actions may be taken under the rules, regulations, and relevant orders of the
Secretary issued pursuant to the Act.
27. AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS:
The Lessor agrees to comply with the rules, regulations, and relevant
orders of the Secretary of Labor (Secretary) issued under the Rehabilitation
Act of 1973 (29 USC 793)(the Act), as amended. If the Lessor does not comply
with the requirements of this clause, appropriate actions maybe taken under
the rules, regulations, and relevant orders of the Secretary issued pursuant
to the Act.
(End)
•
DTFA07-00-L-01160
Fayetteville System Support Center (SSC)
Fayetteville, Arkansas
CORPORATE CERTIFICATE
I, %%4>f/LC a),0. J.e?Gi/^F certify that I am the e // CLE- it
of the Corporation named in the foregoing agreement, that A;26?9 f/1.4. I/s7
who signed said agreement on behalf of said corporation, was then
MAIVae
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 /6 day of Au( I/ 57 19 09 .
CORPORATE SEAL
Signed by
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Dale Frederick, Airport Manager
From: Heather Woodruff, City Clerk
Date: September 9, 1999
Attached is a copy of the resolution approving the lease with the Federal Aviation
Administration for their System Support Center. I am also returning three originals for you to
distribute. The original will be microfilmed and filed with the City Clerk.
cc. Yolanda Fields, Internal Auditor