Loading...
HomeMy WebLinkAboutUnited States of America 1972-04-18'C'-1 4. 4 _'J'cl au&� TEMPOR W CON �- STANDARD FORM 2 FEBRUARY 1965 EDITION U.S. GOVERNMENT GENERAL SERVICES L L ADMINISTRATION PROPERTY FPR (41 CFR) 1-16.601 DATE OF LEASE LEASE NO. THIS LEASE, made and entered into this date by and between Z113 u School `» r whose address is and whose interest in the property hereinafter described is that of (,;tier hereinafter called the Lessor, and the UNITED STATES Or AMERICA, hereinafter cal -led 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: a t or .�""'loor space,, compviaing the wntire bun&ng -d*ftt1ft8d aS LhO Federal A-Vietion Administrotion, Fiight sorvice Station (PBS), 10CAted on the Ukiah Hmlcinal AirpOrt, Ukiah, County, CaA'Afornla. Vei Of IJ8� for the, 441ea occupled by the M45 azo =4�1sjo generator to be used fort` era l AldstiAdViJini l: m,, FlIght serviteion ana ralated, activities. 2. TO HAVE AND TO HOLD the said premises with their appurtenances for the term beginning on Datauc4---------------------x.912 --- -------------------------------------- -------------- through - -------------------- subject to termination and renewal rights as may be hereinafter set forth. 3. The Government shall pay the Lessor annual rent of ~ ?--------- 1z'_'--------------------------------------------- at the rate of $3,*__ �' � ---------------•--------- -------- per -------------------------------------.-- to arrears. Rent for a lesser period shall be prorated. Rent checks shall be made payable to: L4880r 4. WV - 5. I11 5. provided notice be given in writi t e Lessor at least --------------------- days before the end of the original lease term or any renewal terms of et terms and conditions of this lease shall remain the same during any renewal term. 2-106 6. The Lessor shall furnish to the Government, as part of the rental consideration, the following: S Rd I ,a3�ft Adequate b"t' pians sad faclUties to waistain a twPorature of M Fj, wbonaver the eut*14a Mforar"a io 6Y" F, or bak*V. b. voggg OW 4"exqual water W�d 40azaam Costs for the buildt"s and adjacftt a , ax Potable chilled drinkiva voter will be availAble throogh a* electric druklag fam-tain. c. AU tiew. " A&"Uate air cI=d1ti0rAax plaut and facilities to main- taka t, -Vo ... a of not mary tMa 8'6'dry buib and Uat =V0 thgn 6T'"at bulb duriva cooliag cycles. 7. The following are attached and made a part hereof: '1 The General Provisions and Instructions (Standard Form 2-A, tW J9 ---- edition). Att$cbmMt NO. t, c0Ut4tU196 ArtiC1,09 V, 10, 11, '12o !3, i4, aud 15. 8. The following changes were made in this lease prior to its execution: Article ea 4 arA 5 of the printed Lease vere deLeaW to their autirety, IN WITNESS WHEREOF, the parties hereto have hereunto subscribed their names as of the date first above written. LESSOR CM Of UKM4* M-IrOMIA M IN PRESENCE OF: ------------ UNITED STATES OF AMERICA BY------------- ------------------------- ------------------------ (Signature) STANDARD FORM 2 FEBRUARY 1965 EDITION --------------------------------------------- (Signature) (Address) Cmtrach M Offlaor AA41 ky- - rm-n-cma --- (Official title) * U.S. GOVERNMENT PRINTING OFFICE: 19660-214-773 ATTACIH;',�,T TO LEASE) CONTRACT KO 9. This Lease may, at the Option Of the GovernT2nt, bc renewed from year to year at an annual Yantal Of I oth�-:,rT,7isc _ __..a n 1 MY the terms and conditions herein SPecifiad. The Government's option shnil be decuid exuyciced aad the Lease ren. -ed each year for one year unless the GuvarpmoM gives 30 days noticn that it will ,L exercise its option, before thi5 Lease or,any renewal thereof expires; PROVIDED, That no renewal the 'fir shall extend tha period of occupancy of the premises beyond the 30th Day of j-,21," MUM MUM, that adcauate pppj0prj,ti,,, ,, Qjjbl . .... ... r to year for M payarnt of 10. Right of ;ngloss aM c3resy to alo Mn leased previses OVA the! adjoinius lnuoy CM/ar proparKes of M own0r. H. YLEnt M11 providy, no pyyu p th . ..... I vs requ"" ur!" t" tervG Of Loans SinnOnY Forn 2-A, !his shall bc: denroe to 0:10a exLerior 1SYLUMV; os 101yored to plirvin a firyi-cia— Rppo&lon"C; of P! 1 Unfa g, equipm!rt, '"al"It riPIMMM of filtnvc in tho EmInZ and air sys" " Mu"" i0001"vir (not Ions than qnwwrly) to slintniz cp, perforonnse, of all plullinz liyn5 and Mmes, all Utility lines, end all Eachanica-Iequipwont incident to ti n use and oparation .7 thc. of all prvinz, pnxkirg even,, and a: ..re eterior '"alln"Ons On ths QNsK Pleniso5; interior at inerV115 if rejusons. A 12. TM reutal specifiel in Article 3 foe the' initial term and for the subse"Yont ninc (9) years is Atood'd to rMMU, the City's 0"Onnnis in a porix., ef 120 nombs, pravi.cis that the Gcvwyww eyorMses its c rpnoyll ,option. AMY thy City his rcc&jp,y; it, the remal to K 'paid by the Gwv,Kv�TZL will on the Uir and Tensonall, cost to th, city for.prOMAD, Mquir-0 se -M -e. f- At that time, thn antmaj. rintal will ho swbjewt to renccuyiatlnn 13. Real property situate in the Co,,q g State of California MOMPAticularly described as follows: Commencing Ot the Mineer's Station'668+83.74 B.C. of Dypartment of Public Works survey between Poplar& and Ukinh designated ElShway I -Lon, 1-D, from which n.4" Y 4" MUSK post, zarviV3 tha n0rthussk cylvic of eaid Lut 77 bear, Nurth 61' 45' 53" West, 4,231.15 fect; thchn Muth 88' 19' Enst 50.00 fast; thonce Muth 840 44' 50 Enoth 177.51 it t0 the true point of 0ginning, thence SoM 86030' feet 65.00 Kut; thenen'Scuth 3' 30' Vest, 110,00 fect; fhenc, N,Vth 8S, 00' West, 6G,00 feet; tboace South 30 30' WoM, 30.50 feet; thzac-,� Hcrth BY 30' West, 29.50 et fe; thence Earth 3' 30' East, 30.50 feet; thence South 86 30 East 24.50 feet; thence Earth 3' 30 East, 110.00 feet to the point of Uginning, contsKing 0.18 acres rnrn or WT. AITACHYRNT EO, 1, Page 2. 14. Me Govemnsat shall furnish all electrical energy, janitorial servim''.: and grOUNS mAntenence to NOW& for care of shrubbery ani landscvping Wmadintem ndjacent to the bui13&3. 15. TO Lessax shall provide adequate reserved pnrking adjacent to the derinerl r2Waivesfor thins (13) vehicles at no cost to the Goveft ment If agreement iS made with a corporation, the follOwing certificate shall be executed by the secretary or assistant secretary: I, _ , certify that .I am the .------- — ----Secretary y of the 3 y isJ XMIT''XXX X 1ij'43si 4L ,i- ti corpora tiou named in the attached agreement; that sffiK l ;-. j. who signed said agreement on behalf of the corporation Glc^_.s then of said corporation; that said agreerent Mayor 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 a \. CORPORATE SEAL U.S. Zovernment Luse for Real Property 1. SUBLETTING THE PREMISES. The Government may sublet any part of the premis6s 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 Gov- ernment's agents or employees. For the purpose of so main- taining said premises and property, the Lessor may at reasonable times, and with the approval of the authorized Government representative in charge, enter and inspect the same and make any necessary repairs thereto. 3. DAMAGE By FIRE OR OTHER CASUALTY. If the said premises be destroyed by fire or other casualty this lease shall immediately terminate. In case of partial destruction or damage, so as to render the premises unten- antable, as determined by the Government, the Government may terminate the lease by giving written notice to the Lessor within fifteen (15) days thereafter; if so terminated no rent shall accrue to the Lessor after such partial de- struction or damage; and if not so terminated the rent shall be reduced proportionately by supplemental agreement hereto effective from the date of such partial destruction or damage. 4. ALTERATIONS. The Government shall have the right during the existence of this lease to make alterations, attach fixtures and erect additions, structures or signs in or upon the premises hereby leased, which fixtures, additions or structures so placed in, 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. 5. CONDITION REPORT. A joint physical survey and inspection report of the de- mised premises shall be made as of the effective date of this lease, reflecting the then present condition, and will be signed on behalf of the parties hereto. 6. COVENANT AGAINST CONTINGENT FEES. The Lessor warrants that no person or selling agency has been employed or retained to solicit or secure this lease upon an agreement or understanding for a commission, percent- age, brokerage, or contingent fee, excepting bona fide em- ploy,ees or bona fide established commercial or selling agencies maintained by the Lessor for the purpose of securing busi- ness. For breach or violation of this warranty the Govern- ment shall have the right to annul this lease without liability or in its discretion to deduct from the rental price -or con- sideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. (Li- censed real estate agents or brokers having listings on prop- erty for rent, in accordance with general business practice, and who have not obtained such licenses for the sole purpose of effecting this lease, may be considered as bona fide em- ployees or agencies within the exception contained in this clause.) 7. OFFICIALS NOT To BENEFI`=. No Member of or Delegate to Congress, or Resident Com- missioner shall be admitted to any share or part of this lease 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. Pursuant to the provisions of the Assignment of Claims Act of 1940, as amended (31 U.S.C. 203, 41 U.S.C. 15), if this lease provides for payments aggregating $1,000 or more, claims for monies due or to become - due the Lessor 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- ment or reassignment may be made to one party as agent or trustee for two or more parties participating in such fi- nancing. Notwithstanding any provisions of this contract, payments to an assignee of any monies due or to become due under this contract shall not, to the extent provided in said Act, as amended, be subject to reduction or set-off. 9. EQUAL OPPORTUNITY CLAUSE. (The following clause is applicable unless this contract is exempt under the rules, regulations, and relevant orders of the Secretary of Labor (41 CFR, ch. 60).) During the performance of this contract, the Contractor agrees as follows: (a) The Contractor will not discriminate against any em- ployee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to t-.eir race, color, religion, sex, or national origin. Such action shall include, but :vt be limited to, the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment adertising; layoff or termination; rates of pay or other forms of compensation; and selection for train- ing, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, Notices to be provided by the Contracting Officer setting forth the provisions of this Equal Opportunity clause. (b) The Contractor will, in all solicitations or advertise- ments for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (c) The Contractor will send to each labor union or repre- sentative of workers with which he has a collective bargain- ing agreement or other contract or understanding, a notice, to be provided by the agency Contracting Officer, advising the labor union or workers' representative of the Contractor's commitments under this Equal Opportunity clause, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Ex- ecutive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and re- ports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting Standard Fo-m. 2—A General Services Administration—B=NB (41 CFR) 1-16.601 May 1970 Edition 2-203 April 7, 197" CITY OF UKIAH Department of Transportation Federal Aviation, Administration Western Region F. 0. Box 92001 Worldway Postal Center Los Angeles, California 90009 Attn: J. A. Black Acting Chief, Logistics Branch Dear Mr. Black: We have reviewed the draft of the proposed lease for the new F.S.S. Buiiding, at the Ukiah lkirport received with your letter dated March 3, 1972. We suggest the following changes be included to clarify responsibilities of both parties. Paragraph 6a. 11.1eat- Adequate heating plant and facilities to maintain a teme—r—ature of 72'F., -.dienever the outside temperature is 65'F, or below. Maintenance of such plant shall be furnished by lessor except that lessee shall furnish all energy costs for operation of tife facilities. Paragraph 6b. Water and Sewerage: Water and sewerage costs for the building and adjacent landscaped'areas. Potable chilled drink— ing water will be available through ab. electric drinking fountain. Paragraph 6c. Air CondW,ti onin&: Adequate air conditioning plant and facilities to maintain temperatures of not more than 800 dry bulb and not more than 67' wet bulb during cooling cycles. Mainten- ance of such plant shall be furnished by lessor except that lessee shall furnish all energy costs for the operation of the facilities. Paragraph 6e, Janitorial Services: Lessor a -hall furnish all ntain- tenance on the slope surrounding building and adjacent parking areas, Lessee shall provide janitorial service within the building and shall provide care of shrubbery and' landscaping imiediately adjacent to the building. CITY OF UKIAH zs� We are is herewith a Legal Description for the site occupied by the building including the walk areas surrounding ita Also included is a description of the generator buildincl, site Which has been enlarged to provide contiguity with the new F.S.S. building site. We have calculated the value of the pro- perty from the appraisal which the bank made. The value of the property included within the F.S.S. Building lease is estimated to be $11,242. We have included a copy of the bank's valuation statement. Please note that engineering and develop- ment costs are not included on the building costs. Actual construction costs to date under our contract -,'11- h Page n Costruction are $94,660.61. The differeince batveea the $95,000 loaned for the project will be used to provide plantings adjacent to the buildinz. The cost of the project for lease purposes should, therefore, be $95,000 Included is a supporting statement calculating the rental conal- deration. Tne annual rental rate is $14,566 to be paid quarterly as agreed upon.. We have calculated the value of -maintenance costs to be provided by the City arad included this as part of the rental consideratioln, in addition, the City will provide Tfater and se-uer service costs estimated to be $2200 per year. Parking will also be provided and maintained as general airport expense. The building is i. -ow completed and is available for occupancy at this time. There are a few minar items to be completed by the contractor under our contract. The City Council accepted the work at their meeting of April 5, 1972. We suggest that the occu- pancy by the F.A.A. be as soon as possible with April 17 our recom- meadation. Very truly yours, .r CITY O'F uKiffii A. 3Kruth Director of Public Works ASK. ay encl. September, 1971 Land value Building Inspection and deveicpment $Z0,000.00 95, 000_. 00 byCity of Ukiah 15,000.00 $ 1302 000® 00 Loan value $95,000.00 Carl Daubeneek., Senior Vice President Savings Bank of Mendocino County wn, U.S. Department of Transportation Federal Aviation Administration 2 1999 Mr. Don Bua Airport Manager Ukiah Airport City of Ukiah 1411 S. State St Ukiah, CA 95482 Dear Mr. Bua: Western -Pacific Region Logistics Division P. O. Box 92007 Worldway Postal Center Los Angeles, CA 90009-2007 Enclosed is a fully executed copy of Modification 001 for reduction of space under in the `FSS Building`, covered by Lease No. DOT-FA72WE-1925. Thank you for you continued cooperation and assistance. If you have any questions, please contact Ms. Betsy Tiedemann, Senior Realty Coordinator at (310) 725-7579. Sincerely 7 40-U-4tEoll tA Ronda I. O'Donnell Realty Specialist, Real Estate & Utilities Team,AWP-54B Enclosure ModificationlSupplement No, I Lease Contract No. 002 1 DOT-FA72WE-1925 Lessor City of Ukiah 300 Seminary Avenue Ukiah, CA 95482-5400 Date A cco un ting & Appropriation Data q2j V , i v" 1HIS AUHIMENIFNT IS ENTERED INTO PURSUANT TO THE PROVISIONS OF SECTION40-110(b) -GENERAL PROCUREMENT AUTHORITY OF TITLE 49 IN 1996 UNITED STATES CODE ANNOTATED. Description of Modification/Supplement This modification is to reduce square footage from 2851 to 1023 occupiable square feet at a rate of $8.64per square foot and 420 square foot of common area (restrooms, breakroon, and ihisWray, at arate of $4.11 per square loot in addition, Clause 15 and 16 define other issues regarding the reduction of space, at no cost to the Government, as follows: Delete Clause I in its entirety and replace to read: 1. Approximately 1023 occuplable square foot and 420 square foot of common area located in building known as FAA FSS on Ukiah Municipal Airport, Ukiah, California. The Government shall occupy a parcel of land more particularly described in Article 13 of the base lease agreement. Delete Clause 3 in its entirety and replace to read: 3. The Government shall pay the Lessor annual rent of $10,564.92at the rate of $2,641.23 per quarter in arrears. Delete Clause 9 in its entirety and change to read: 9- This Lease may, at the option of the Government, be renewed from year to year at an annual rental of $10,564.92 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 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 30 day of September 2003; AND PROVIDED FURTHER, that adequate appropriations are available from year to year for the payment of rentals. Delete Clause 15 in its entirety and change to readi: 13. The Lessor shall provide six (6) reserved parking spaces adjacent to the building at no cost to the Government. Add Clause % 16. The Lessor shall ensure FAA curcuits are separately metered and relocated to FAA [eased space- The Lessor shall no transmitting devices are allowed that interfere with FAA equipment. ALL OTHER TERMS AND CONDMONS OF THE LEASE; A—mE HERESY RAT!F!ED AND EXCEPTED AS AMENDED HEREM ABOVE, SHALL BE AND REMAIN THE SAME.7.029 F ] Lessor is not required to sign this document Lessor: CITY OF U KIAH By: Title: n Lessor is required to sign this document return 3 copies to the Government. Government. UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION F n EDI= 1111L L AVIATION ADMINISTRATION Title: Contracting Officer Real estate & Utilities Branch Date: Date: WP Form 4660-14 (3180) U S. Deportment of Transportation Federal Aviation Administration August 13, 1993 Mr. Charles L. Rough, Jr. City Manager City of Ukiah 300 Seminary Avenue Ukiah, CA 95482-5400 Re: Ukiah Flight Service Station Lease Contract DOT-FA72WE-1925 Dear Mr. Rough: Western -Pacific Region P.O. Box 92007 Worldway Postal Center Los Angeles, CA 90009 Enclosed is fully executed Lease Modification/Supplement copy for your records. We appreciate your prompt attention and cooperation in this matter. Sincerely, Mike Spia Contracting Officer Real Estate & Utilities Branch, AWP -56 Enclosure LEASE MODIFICATION/SUPPLEMENT godification/Supplement No. 1 IDOT- ,essor City of Ukiah 300 Seminary Ave. Ukiah, CA 95482 Lease Contract No. ttrectzve )gate Accounting & Appropriation Data 'his agreement is entered into pursuant to the provisions of Section 302(c)(10) of the 'ederal Property and Administrative Services Act of 1949 (41 USC 252). 1 )escription of Modification/Supplement: By this Lease Modification/Supplement, said LEASE is hereby extended in all its conditions EXCEPT as follows: Page 1, Para. 2 -Change Date of Occupancy Apr 19 1972 thlou L`n ''I.n June '-,.--)JULY i, 3.99E THROUGH SEPTEMBER 30, 1993. Page 1, Para. 3 -Change annual rent of $14,566.00, at the rate of $3,641.50 per quarter year--- ------( TO )------ Annual Rent $24,633.00 at the rate of $6,158.25 per quarter year. Further - Amend ATTACHMENT NO. 1 TO LEASE CONTRACT NO. DOT-FA72WE-1925 as follows: Para. 9 -Line 2 -Change from $14,566.00(to)$24,633.00. Para. 9 -Line 9 -Change from 30th Day of June 1993(to)30th DAY OF SEPTEMBER, 2003. Further --------DELETE IN ITS ENTIREITY.Para. 12. s!I other terns and conditions of the Lease are hereby ratified and, except as amended here- inabove, shall be and remain the same. / Lessor is not required to sign this /XX / Lessor is required to sign this document and document, return the original and copies to the Government. ,essor By: �" V ride •. Date • /J!-,JJ�3 Government: UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION By: '0 Contracting 0 fic Title: Real Estate & Utilities Branch Date • 93 - WP Form 4660-17 (9-89) Supersedes previous editions F.A.A. LEASE Real property situp.te in the County of Mendocino, State of California, more particularly described as follows: Commencing at the Engineer's station 668+83.74 B.C. of Department of Public Works survey between Hopland and Ukiah designated Highway 1 -Men. 1-B, from which Engineer's station a 4" x 4" Redwood post, marking the northwest corner of said Lot 77 bears North 610 45' 53" West, 4,231.45 feet; thence South 88° 19' East 50.00 feet; thence South 84° 44' 50" East, 177.51 feet to the true point of beginning, thence South 860 30' East, 65.00 feet; thence South 3° 30' West, 110.00 feet; thence North 86° 30' West, 60.00 feet; thence South 30 30' West, 30.50 feet; thence North 860 30' West, 29.50 feet; thence North 3° 30' East, 30.50 feet; thence South 860 30' East 24.50 feet; thence North 3° 30' East, 110.00 feet to the point of beginning, containing 0.18 acres more or less. co W z 0 z z 0 0 r 61 S3 (4UU go o kJ I If agreeictient is made with a corporation, the following certificate shall be. executed by the secretary or assistant secretary: certify that I.am the . —_--------Secretary of the City Clerk X2000=xy. corporation named in the attached agree-ciient; that Ralph 1. Buxton who signed said agreement on behalf of the corporation was then of said corporation; that said agreevient Mayor 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. CORFORIE SEAL STANDARD FORM 2 FEBRUARY 1965 EDITION U.S. GOVERNMENT GENERAL SERVICES ADMINISTRATION LEASE FOR REAL PROPERTY FPR (41 CFR) 1-16.601 DATE OF LEASE LEASE NO. IWIAY 5 1W2 DOT-FA72WE-1925 THIS LEASE, made and entered into this date by and between whose address is 203 South School Street Ukiah, California 95482 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: Approximately 2851 square feet of floor space, comprising the entire building identified as the Federal Aviation Administration, Flight Service Station (FSS), located on the Ukiah Municipal Airport, Ukiah, Mendocino County, California. Also, a parcel of land for the sites occupied by the FSS and engine generat buildings, more particularly described in Article 14 of Attachment No. 1. 1 tobeused for Federal Aviation Administration, Flight Service Station (FSS), and related activities. 2. TO HAVE AND TO HOLD the said premises with their appurtenances for the term beginning on Date of occupancy APR 19 7972 --------------- rhqune 19a2 though J---------- --- ---- --------------- subject to termination and renewal rights as may be hereinafter set forth. 3. The Government shall pay the Lessor annual rent of $--14,566-D-0 --------------------------------------------------- ------ at --------------- ----------------------------------------- at the rate of $3-!;-64t.9-50 ------------------------------------- per ----- quaZter-yeax ------------------------------------- in arrears. Rent for a lesser period shall be prorated. Rent cheeks shall be made payable to: Lessor 5. provided notice be given in r . . L g to the Lessor at least --------------------- days before the end of the original lease term or any renew � ; all other terms and conditions of this lease shall remain the same during any renewal term. 2-106 6. The lessor shall furnish to the Government, as part of the rental consideration, the following: a. 'Heat.- Adequate heating plant and facilities to iiaintain a temperature of 72" F, whenever the outside temperature is 65° F, or below. b. Water and Sewerage.. Water and sewerage costs for the building and adjacent landscaped meas. Potable chilled drinking gazer will be available through an electric drinking fountain. c> Air Conditioning: Adequate air conditioning plant and facilities to main- tain temperatures of not more than. 8II0 dry bulb and not more than 67" wet bulb during cooling cycles. 7. The following are attached and made a part hereof: The General Provisions and Instructions (Standard Form 2-A, Nay --1970_-_ edition). Attachment No. 1, containing articles 9, til, 11, 12, 13, 14, and 15. 8. The following changes were made in this lease prior to its execution: Articles 4 and 5 of the printed lease were deleted ars their entirety. IN WITNESS WHEREOF, the parties hereto have hereunto subscribed their names as of the date first above written. LESSOR CITY OF UKLAH, CALIFORNIA f 1 �. ------------------ ---'---`-- =---- ---- ='� --- - --------- -- V ----=_- --- ----`--------- C _ — Title; ignature (Signatu e) ay IN PRESENCE OF: s p�' ATTEST: , Rq_'�---------------------- _)2z ------------------------------------ It (�1ifrkiattrre) (Address) UNITED STATES OF AMERICA Deal Estate & Utilities Branch �. Contracting Officer -`--/--T = `a - i ty--C rain a �.--- � �----- �- BY - -- — -b&-U e (Signae)Actin Lief (Official title) 3TANDARD FORM 2 5ay 1972 N.S. GOVERNMENT PRINTING OFFICE : 1966 0-214-773 d c3RUARY 1965 EDITION T 1 s� U.S. Government Lease for Real Property '► i x _ i' R Vii, 1. SUBLETTING THE 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 Gov- ernment's agents or employees. For the purpose of so main- taining said premises and property, the Lessor may at reasonable times, and with the approval of the authorized Government representative in charge, enter and inspect the same and make any necessary repairs thereto. 3. DAMAGE BY FIRE OR OTHER CASUALTY. If the said premises be destroyed by fire or other casualty this lease shall immediately terminate. In case of partial destruction or damage, so as to render the premises unten- antable, as determined by the Government, the Government may terminate the lease by giving written notice to the Lessor within fifteen (15) days thereafter; if so terminated no rent shall accrue to the Lessor after such partial de- struction or damage; and if not so terminated the rent shall be reduced proportionately by supplemental agreement hereto effective from the date of such partial destruction or damage. 4. ALTERATIONS. The Government shall have the right during the existence of this lease to make alterations, attach fixtures and erect additions, structures or signs in or upon the premises hereby leased, which fixtures, additions or structures so placed in, 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. 5. CONIDITION REPORT. A joint physical survey and inspection report of the de- mised premises shall be made as of the-rective date of this lease, reflecting the then present condition, uz-d will be signed on behalf of the parties hereto. 6. COVENANT AGAINST CONTINGENT FEES. The Lessor warrants that no person- or selling age: cy has been employed or retained to solicit or secure this lease upon an agreement or understanding for a commission, percent- age, brokerage, or contingent fee, excepting bona fide em- ployees or bona fide established commercial or selling agencies maintained by the Lessor for the purpose of securing busi- ness. For breach or violation of this warranty the Govern- ment shall have the right to annul this lease without liability or in its discretion to deduct from the rental price or con- sideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. tU- censed real estate agents or brokers having listings on prop- erty for rent, in accordance with general business .y ractice, and who have not obtained such licenses for the sole purpose of effecting this lease,' may be considered as bona fide em- ployees or agencies within the exception contained in this clause.) 7. OFFICIALS NOT TO BENEFIT. No Member of or Delegate to Congress, or Resident Com- missioner shall be admitted to any share or part of this lease 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. Pursuant to the provisions of the Assignment of Claims Act of 1940, as amended (31 U.S.C. 203, 41 U.S.C. 15), if this lease provides for payments aggregating $1,000 or more, claims for monies due or to become - due the Lessor 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- ment or reassignment may be made to one party as agent or trustee for two or more parties participating in such fi- nancing. Notwithstanding any provisions of this contract, payments to an assignee of any monies due or to become due under this contract shall not, to the extent provided in said Act, as amended,,be subject to reduction or set-off. 9. EQUAL OPPORTUNITY CLAUSE. (The followie g clause is applicable unless this contract is exempt under the rules, regulations, and relevant orders of the Secretary of Labor (41 CFR, ch. 60).) During the performance of this contract, the Contractor agrees as follows: (a) The Contractor will not discriminate against any em- ployee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for train- ing, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of this Equal Opportunity clause. (b) The Contractor will, in all solicitations or advertise- ments for employees placed by or on behalf of the Contractor, state that al qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (c) The Contractor will send to each labor union or repre- sentative of workers with which he has a collective bargain- ing agreement or other contract or understanding, a notice, to be provided by the agency Contracting Officer, advising the labor union or workers' representative of the Contractor's commi-tinents under this Equal Opportunity clause, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "d) The Contractor will comply with all provisions of Ex- ecutive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and re- ports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting Standard Form 2—A General Services Administration—FPR (41 CFR) 1-16.601 May 1970 Edition 2-203 agency and the Secretary of Labor for r rposes of investiga- tion to ascertain compliance with such rules, regulations, and orders. (r") in the event of the Contractor's noncompliance with the Equal Opportunity 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- ber 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 be 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 terin "facility" mean,- stores, eansstores, 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 be 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 include or require the inclusion of the foregoing provisions of 1. CERTIFICATION OF NONSEGREGATED FACILITIES. this section in any exists. _ agreement or concession arrange- ment or one in which the contracting party other than the Lessor has the unilateral right to renew or extend the agree- ment or arrangement, until the expiration of the existing agreement or arrangement and the unilateral right to renew 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. ExAMINA^1ION OF RECORDS. (NOTE.—This provision is applicable if this lease was nego- tiated without advertising.) (a) The Lessor agrees that the Comptroller General of the United States or any of his duly authorized representatives shall, until the expiration of 3 years after final payment under this lease, have access to and the right to examine any directly pertinent books, documents, papers, and records of the Lessor involving transactions related to this lease. (b) The Lessor further agrees to include in all his subcon- tracts hereunder a provision to the effect that the subcontrac- tor agrees that the Comptroller General of the United States ~- his representatives shall, until the expiration of 3 years after final payment under this lease with the Government, have access to and the right to examine any directly pertinent books, documents, papers, and records of such subcontractor involving transactions related to the subcontract. 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 PERFORMANCE. 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. (Applicable to (1) contracts, (2) subcontracts, and (3) agreements with applicants who are themselves performing federally assisted construction contracts, exceeding $10,000 %=nich are not exempt from the provisions of the Equal Opportunity clause.) 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 - Standard Form 2-4 May 1970 Edition ther that• he will not maintain or piuvide for his employees Any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcon- tractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, res- taurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking foun- tains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segre- gated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will ob- tain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such pro- posed subcontractors (except where the proposed subcon- tractors have submitted identical certifications for specific time periods) : NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be sub- mitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Oppor- tunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTE.—The penalty for making false statements in offers is prescribed in 18 U.S.C.1001. 1. Whenever the lease is executed by an attorney, agent, or trustee on behalf of the Lessor, two authenticated copies of his power of attorney, or other evidence to act on behalf of the Lessor, shall accompany the lease. 2. When the Lessor is a partnership, the names of the partners composing the firm shall be stated in the body of the lease. The lease shall be signed with the partnership name, followed by the name of the partner signing the same. 3. Where the Lessor is a corporation, the lease shall_ be signed with the corporate name, followed by the signature 11 I, and title of the officer or other person signing the lease on its behalf, duly attested, and, if requested by the Government evidence of this authority so to act shall be furnished. 4. When deletions or other alterations are made specific notation thereof shall be entered under clause 8 of the lease before signing. 5. If the property leased is located in a State requiring the recording of leases, the Lessor shall comply with all such statutory requirements at Lessor's expense. U.S. GOVERNMENT PRINTING OFFICE: 1970--0-39&-461 R31 K Standard Form 2—A May 1970 Edition DEF'J',"I'MENT OF TO ASPORTATiON FEDERAL AVIA'U"ON ADh .15TRATION WESTERN REGION P O. BOX 92007. WORLOWAY POSTAL CENTER 5 May 1972 LOS ANGELES. CALIFORNIA 90009 AV/ -X O � /All S T R Mrs. Hattie M. Tillotson City Clerk City of Ukiah 203 South School Street Ukiah, California 95482 Enclosed for your files is an executed copy of Lease, Contract No. DOT- FA72WE-1925, covering the new Flight Service Station Building, located on the Ukiah Municipal Airport, Ukiah, California. Thank you for your cooperation in this matter, X /-- s. F. T90FIPSEN, Act- g Chief. Real Estate &,' iIIties Branch, WE -56 xl ATTAMMI-15 NO. I TO LEASE j CONTRACT NO, 9. This Lease may, at the OPHOn of the GovernmeM, be renzwed from year to Year at an annual rental of I otLcru upon the terms and conditions herein sPacjfied. The Government's option shall le deemed eHercised and the Lease reneued each your for one year unless the Golzrnmonk g?_s 30 Mys notice that it ill ,L exlruise its option, biforc this Lease or,any renewal thereof expires; PROVIDED, That no renewal thereof shall extend the period of occuppncy of the premises beyond the 30th My of June N-, 0 Aj PROVIDED rURTHER, that Bequata approprirtio,s r, ,,jljlj f ... .... to year for tho paymenO oT rentals, 10. Right of ingress and C"ress to Lul frCM leasso plen0ns ovir t%� aljoinino Mass ayd/er propyrtico so M annort 11. Lcssvz sill! provIdy, es py,t ofr Mto P" as requ"" "Ber " terM Of Hise SUM& Form 2-A. This shall K-_ dennne n include CIL01jor Y�P&0011 05 rs"Mad to rniwein a jP;0STnnr:7; ZABOann"no VT Q1 1000.�. V�Pyjlninj en, air CCMMOAQ�� eqripn�nt, in0voins of Mt�rn in thn MaMog py" nir synv�: cc rvgU3.1 in21XV15 (act lCys is juartczly) to nwim*lu CP&CUi!-! parKrusLea, paintena,we 0j all 1Q, ,d 4.1 _3. Was, and nil mechanical ,equilwan irvident to the use and operation of M prenjoes. 1000nnn& of all pcvinj: parkins arees, and all enteriar jnstall"" On tha dMAM MMSB; interior redecoratilC 1 incrVals if yequoned, 17 12- The rentel specified in Article 3 fa i tho juitial term and for the subsequakt Kre ( 9 ) years is i4twid to amortine C. City's investpent in a pari3O of 120 EDuphs, pzovidnd th-t th, "Option. Mar ths City U70 tho ranal to 0-, Paid by M GowriL7�nn ujil bu qj Enly a,d ....... bl, ,,, , b, for.provldM3 rclulred Qnue OM reT4. vAcon. At that pirs, the actuni rental will be subjnct to 13. Real proparty situn te i, th, C,,,,, ate of California MQr4particularly described as follows: Mnancing at the Engineer's Station'60+83.74 QC, of Department of P"'a"i)lic Works survey between Hoplond and Ukiah devignated Hig%wvy Kmvl� I -B, frcm which E030ser's station a.4" r 4" M&M pon, mirki, th-, nalthwwt cornar of saij LK 77 Wre North 61' 45' 53" West, 4,231.45 feet; Mon South so" 19, East 50.00 feet; tbarce South 00 44 5017 Eant, 177.51 fen tO th: Me POMC boyinning, thaocc South 85' 307 feet 65.00 fact; tuance snalb 30 30' vnst, 110.00 feat; Mvma North 86C .30' West, 60.00 feet; Mucc Sawth 3' 301 Uyst, 30.50 feet; tbone-a North 86' 30' West, 29,50 feet; thence North 3* 30' East, 30.50 feet; thence South 86' 30' East 24.50 feet; th2nce North 3* 30' East, 110.00 f" " Lhc HAV! & beYWHI, 4OMM03 0,18 acres rnre or jejf 14. The Government shall furniah all electricsi energy, janitorial servi=-' and grovnds maintenance to prcvida for care of shrubbery and lnndscap%,�'., immediately adjacwt to thy building, 15. The Mwor AM Previde Anqunte reserveO pkrking Kjacent to the damis& presises for thirteen (13) vehicles s no cost to tbo Goverawnut. YA, s F.A.A. LEASE Real property situate in the County of Mendocino, State of California, tore particularly described as follows: Commencing at the Engineer's station 668+83.74 B.C. of Department of Public Works survey between Hopland and Ukiah designated Highway 1 -Men. 1-B, from which Engineer's station 4 4" x 4°9 Redwood post, marking the northwest corner of said'Lot 77 bears North, 61° 45° 53" West, 4,231.45 feet; thence South 88* 19° East 50.00 feet; thence South 84® 44° 50°° East, 177.51 feet to the true point of beginning, thence South 86* 30° East, 65.00 feet; thence �r South 30 30° West, 110.00 feet; thence Forth 86° 30° West,.60.00 feet; thence South 3* 30°.West, 30.50 feet; thence North 86®'30° West, 29.50 feet; thence Forth V 30° East, 30.50 feet,- theilde South 86� 3W East 24.50 feet; thence North 3®: 30° 'East,, 110.00 feet to the point of beginning, c€ nthinis�g Oml� acres �or� or less. r' 41 1 _ .. • .. 1 4 111 Mtw4@M1UjW%Z UKMi AIRPORT F.AA. FLIGHT SERVICE BUILDING LEASEP—ATE TO JAIMORTIZE BUILDING Construction Cost $95,000 Interest r1ate - 7% Or, 10 Year Base Monthly Rate - $1103 Annual $13,236 W UNT,1,24ANCE COSTS 1. Painting - Every 5 years Estimated Cost - $1000 On Equal Fapiient Sinking Fund R - Annual Amount Req d. S - Sink-ing Fund - $1000 1 - 4% N = 5 years R - 1000 (0.18463) $185/year 2© Carpet Replace -5 years $Cost $2000 R 7 4% 5 years R $2000 (11"".18463) "SP370 X70 3Af-rconditioning Maintenance Estimated $200/year $200 4. Hiscellaneous Electrical. hoofing, 'Playing etc. Estimated �1001year $100 5. Insurance Costs Fire, Public Liability and Property Damage Rate 90.50/100 AX 95,000 - $475 t7 5 TOTAL INSURANCE AIND 1,11 -AI - $1330/yea.- LE&SE PAT-HENTS Amnual 10 year taortization $13,236 Maintenance and Insura n-ce _IA3_0 $14,566 CITY OF UKIAH May 4,, 1972 Ir. j. ABlack, Acting Clnief Logistics Division, V'e..-Ro Department of Transportation Federal Aviation Administration Post Office Box 92007 Les Angeles, Califcrai�a 9000-9 Lear10-ir. Black. is four copies -of tiie lease ag_rsemsn-t F1 t Service Station )34-01dn located at the illdah Munic-.L!pal A--rijor-t. Said agreement wa� appzoved by the +1,ity C, Coumcil at their re-gular meeting ',lay 3, 1972— Please returr an capy 11-o this offiep for our files. ht Very truly yours, CIT -7 OF TjIuAll (Mrs.) Hattie M. Tillotson City Clark DEPARTMENT OF TRAP `SORTATION FEDERAL AVIATION ADMIN—uRATION WESTERN REGION P O. BOX 92007. WORLOWAY POSTAL CENTER LOS ANGELES. CALIFORNIA 90009 AV/ .1 'S PR 1972 Off/'V/ST Mr. Lyell C. Cash, City Manager City of Ukiah 203 South School Street Ukiah, California 95482 Enclosed is revised, prcposed Lease, Contract No. DOT-FA72WE-1925, cover- ing the new Flight Service Station Building, located on the Ukiah Municipal Airport, Ukiah, California. If the Agreement meets with your approval, please sign and return the orig- inal and three copies. The corporate certificate should be completed and the corporate seal affixed. Also, please furnish evidence of authority, such as a certified copy of the resolution or by laws, authorizing signature of the party signing on behalf of the City of Ukiah. The "Temporary Copy" is yours to retain. An executed copy will be sent to you as soon as it rhas been signed on behalf of the Government. Please return the signed Agreements at the earliest possible date. Sincerely, J. A. BLACK, Acting Chief Logistics Division, WH -50