Loading...
HomeMy WebLinkAbout021557 ORD - 01/26/1993AN ORDINANCE AUTHORIZING THE CITY MANAGER OR HIS DESIGNEE TO EXECUTE A FIVE-YEAR LEASE AGREEMENT WITH OPTION TO RENEW FOR FIVE YEARS UPON NOTICE TO THE CITY MANAGER THIRTY DAYS PRIOR TO EXPIRATION, WITH THE UNITED STATES OF AMERICA (NATIONAL WEATHER SERVICE), FOR 1,628 NET SQUARE FEET ON SECOND FLOOR OF AIRPORT TOWER BUILDING AND PARKING SPACE ADJACENT THERETO AT THE CORPUS CHRISTI INTERNATIONAL AIRPORT, FOR A MONTHLY FEE OF $1628; AND PROVIDING FOR PUBLICATION. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. That the City Manager is hereby authorized to execute a five-year lease agreement with option to renew for five years upon notice to the City Manager thirty days prior to expiration, with the United States of America (National Weather Service), for 1,628 net square feet on the second floor of the Airport Tower Building, and parking space adjacent thereto at the Corpus Christi International Airport, all as more fully set forth in the Lease Agreement, a substantial copy of which is attached hereto and made a part hereof, marked Exhibit "A". SECTION 2. Publication shall be made in the official publication of the City of Corpus Christi as required by the City Charter of the City of Corpus Christi. AG5000.263.ajr T 021557 ,aw1110t41ruP Nitt;ROEligil f FOR REAL PROPERTY 4 U.S. GOVERNMENT LEASE cr DATE OF LEASE: LEASE NO: THIS LEASE, made and entered into this date by and between CITY OF CORPUS CHRISTI whose address is: 1000 International Drive Corpus Christi, Texas 78406-1801 hereinafter called the Lessor, and the UNITED STATES OF AMERICA, WITNESSETH: The parties hereto for considerations hereinafter 1. The Lessor hereby leases to the Government the following Sixteen hundred and twenty-eight (1,628) net usable square Building, and roof and/or ground space as may be mutually International Airport, Corpus Christi, Texas to be used for: office quarters and uses incidental thereto. 2. TO HAVE AND TO HOLD the said premises with their through September 30, 1997 subject to termination and renewal O O hereinafter called the Government: mentioned, covenant and agree as follows; described premises: feet of space located on the second floor of the Tower agreed by the parties hereto, all space located at appurtenances for the term beginning on October 1, 1992 rights as may be hereinafter set forth. at the rate of $ 1,628.00 per month 3. The Government shall pay the Lessor annual rent of $ 19,536.00 automatically in arrears. Rent for a lesser period shall be prorated. Rent checks shall be made payable to: City of Corpus Christi Aviation Department 1000 International Drive Corpus Christi, TX 78406-1801 Government accounting data: WP9251 9WGN40 2320 at least 60 days notice in writing to the Lessor, and 4. The Government may terminate this lease at any time by giving no rental shall accrue after the effective date of termination. Said the date of mailing. 5. This lease may be renewed at the option of the Government, For one five-year period beginning October 1, 1997 through payable monthly in arrears, at $1,628.00 per month, provided notice be given in writing to the Lessor at least 97 notice shall be computed commencing with the day after for the following terms and at the following rentals: September 30, 2002, at an annual rate of $19,536.00, days before the end of the original lease term or any remain the same during any renewal term. Said notice shall renewal term; all other terms and conditions of this lease shall be computed commencing with the day after the date of mailing. page 1 of 2 T r T E . �.� (continued frcen previous page) 6. The Lessor shall furnish to the Government, as part of the rental consideration, the following: - Janitorial - Parking, adjacent to or in close proximity to leased space. 7. The following are attached and made a part hereof: General Clauses, dated 8/91. Solicitation for Offer No. M91-023, Part II, dated 9/26/91. SF 2, paragraphs 8 & 9. IN WITNESS WHEREOF, the parties hereto have hereunto subscribed their names as of the date first above written. LESSOR CITY OF CORPUS CHRISTI Signature Title UNITED STATES OF AMERICA Signature Carol Ciufolo Real Property Contractin2 Officer page 2 of 2 t SF -2, Paragraphs 8 and 9. Lease No. 8. PLANS Two copies of a schematic floor plan(s) drawn to a scale of 1/8" or 1/4" to the foot indicating the leased space and showing the location of existing windows, structural features, and mechanical equipment are submitted with this signed lease. 9. If at any time during the period of this lease or any renewal thereof, the Lessor desires to change the location of sites furnished the Government pursuant to this agreement, or the Lessor changes or modifies his facilities (runways and other areas) in such a manner so as to adversely affect or render useless Weather Service equipment, facilities and/or their related power, control or signal lines, any expenses for repair, or for removal of facilities and installation of equivalent facilities at any other site agreeable to the Government shall be at the expense of the Lessor. GENERAL CLAUSES (Acquisition of Leasehold Interests in Real Property Not to Exceed $25,000) 1. 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 access to which is necessary to ensure a safe and healthy work environment for the Government tenants and the Lessor's compliance with the provisions of this lease. 2. If the building is partially or totally destroyed or damaged by fire or other casualty so that the leased space is untenantable as determined by the Government, the Government may terminate the lease upon 15 calendar days written notice to the Lessor and no further rental will be due. 3. The Lessor shall maintain the demised premises, including the building and all equipment, fixtures, and appurtenances furnished by the Lessor under this lease, in good repair and tenantable condition. 4. In the event the Lessor fails to perform any service, to provide any item, or meet any requirements 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. 5. This contract is subject to the Contract Disputes Act of 1978 (41 U.S.C. 601-613). 6. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. 7 The following clauses and provisions are incorporated by reference: FAR 52.203-1 OFFICIALS NOT TO BENEFIT (APR 1984) GSAR 552-203-5 COVENANT AGAINST CONTINGENT FEES (FEB 1990) FAR 52.203-7 ANTI -KICKBACK PROCEDURES (OCT 1988) FAR 52-215-1 EXAMINATION OF RECORDS BY COMPTROLLER GENERAL (APR 1984) (Applies to leases over $10,000) FAR 52.222-26 EQUAL OPPORTUNITY (APR 1984) (Applies to leases over $10,000) FAR 52.222-35 FAR 52.222-36 FAR 52.222-37 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS (APR 1984) (Applies to leases over $10,000) AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984) (Applies to leases over $2,500) EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (MAR 1987) (Applies to leases over $10,000) GSA FORM 3517A (8/91) SOLICITATION FOR OFFER No. M91-023 Part II GOVERNMENT REQUIREMENTS AND SPECIFICATIONS/TERMS OF AGREEMENT. 1. NEGOTIATIONS: Negotiations are to be made only with the Realty specialist, Jo Hetherington, telephone number (303) 497-3206, or the Contracting Officer, Carol Ciufolo, telephone number (303) 497- 5769. Any negotiations with representatives of. the Department of Commerce other than the Contracting Officer concerning the space or services required herein, shall not be considered binding on the Government, pursuant to Federal Property Management Regulation 101-18.101(c). 2. 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 month-to-month basis not to exceed 180 days. Rent shall be paid monthly in arrears on a prorated basis at the rate paid during the lease term. 3. OPERATING COST ESCALATOR CLAUSE: Beginning with the second year of the lease and each year thereafter, the Lessor may request in writing, at least 60 days prior to the end of each lease term, a rental rate adjustment for changes in costs for cleaning services, supplies, or materials, maintenance, trash removal, landscaping, water, sewer charges, heating, electricity, and security expenses attributable to occupancy. (Government occupancy.) This adjustment will be determined by using the U.S. Bureau of Labor Statistics, Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI -W) (1982-84-100). The base figure shall be the index figure published for the month prior to the commencement of each lease term. The percent change shall be computed by comparing the base figure with the index figure published for the month which begins the successive year lease. For example, a lease term which commences in October 1989 would have as the base figure the index published for September 1989. An escalation amount for the term commencing October 1990 would then be computed by comparing the September 1989 figure against the September 1990 index. T T r The Lessor must have provided applicable costs listed below in order to determine the operating cost base which will be used in calculating rental adjustments. Failure to complete this cost section will nullify and void the provisions of this clause. Cost per Sc. Ft. a. cleaning/Janitorial $ - -_ b. Security $ z so c. Landscaping/Grounds $ d. HVAC $ e. Electricity' $ f. Water/Plumbing $ i g. Building Maintenance $ 2 4: The offer must clearly state whether the rental is firm and is subject to annual adjustment of operatipn costs as indicated above. 4. NET USABLE SPACE: Net usable space is the area for which DOC will pay a square foot rate. It is determined by one of the following: Single Tenancy Floor Compute the inside gross area by measuring between the inside finish of the permanent exterior building walls or from the face of the convectors (pipes or other wall -hung fixtures) if the convector occupies at least 50 percent of the length of exterior walls. Make no deductions for columns and projections enclosing the structural elements of the building. Deduct the following from the gross area, including their enclosing walls: - toilets and lounges, - stairwells, -elevators and escalator shafts, -building equipment and service areas, - entrance and elevator lobbies, -stacks and shafts, - corridors in place or required by local codes/ordinances. Multiple Tenancy Floor Compute the net usable area by measuring from the inside finish of permanent exterior building walls, or from the face of convectors (pipes or other wall -hung fixtures) if convectors occupy at least 50 percent of the length of exterior walls, to the room side finish of fixed corridor and shaft walls and/or the center of tenant -separating partitions. Make no deductions for columns and projections enclosing structural elements of the building. The right to use appurtenant areas and facilities is included. 5. 552.270-25 - ADJUSTMENT FOR VACANT PREMISES (JUNE 1985) (a) If the Government fails to occupy any portion of the leased premises or vacates the premises in whole or in part prior to expiration of the firm term of the lease, the rental rate will be reduced. (b) The rate will be reduced by that portion of the costs per square foot of operating expenses not required to maintain the space. Said reduction must occur after the Government gives 30 calendar days prior notice to the Lessor, and must continue in effect until the Government occupies the premises or the lease expires or is terminated. The reduced rental rate will be based on the negotiated and accepted operating cost agreed to in the lease award, as adjusted by operating cost escalations. This is not negotiable after the lease is executed. 6. 52.203-2 - CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APRIL 1985) (a) The offeror certifies that (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory T (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above (ii) As an authorized agent, does certify that the princi- pals named in subdivision (b)(2)(i) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) If the offeror deletes or modifies subparagraph (a)(2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. 7. PLANS: Offeror must submit with its offer two copies of a schematic floor plan(s) drawn to a scale of 1/8" or 1/4" to the foot indicating the space offered for lease and showing the location of all existing windows, structural features, and mechanical equipment. 7 T T BUILDING REQUIREMENTS 1. TYPE OF BUILDING: Building shall be of sound and substantial construction and recognized as a modern office storage type building used for purposes similar to those set forth in this solicitation. 2. TYPE AND AMOUNT OF NET USABLE SPACE: One thousand six hundred and twenty-eight (1,628) net usable square feet of office space, and roof and/or ground space as may be mutually agreed. 3. FLOOR LOAD: Unless otherwise specified in the Special Requirements section of this solicitation, office areas shall have a live load capacity of 50 pounds per square foot plus 20 pounds per square foot for partitions. Storage areas shall have a minimum live load capacity of 100 pounds per square foot including partitions. Written certification of the floor load capacity, at no cost to the Government, by a registered professional engineer may be required. Calculations and structural drawings may also be required. 4. EXITS AND ACCESS: All exits, stairs, corridors, aisles and passageways that may be used by the Government shall comply with NFPA Standard No. 101. 5. CEILINGS: Ceilings must be at least 8'0" and no more than 11'0" clear from floor to the lowest obstruction. They must have acoustical treatment which performs at a noise reduction coefficient of at least 0.65. Ceilings shall have a flamespread of 25 or less and a smoke developed rating of 50 or less (ASTM E-84) 6. PERMANENT PARTITIONS: Permanent partitions must be provided as necessary to surround stairs, corridors, elevator shafts, toilet rooms, and janitor closets. They shall have a flamespread rating of 25 or less and a smoke developed rating of 50 or less (ASTM E-84). Stairs, elevators, and other floor openings shall be enclosed by parti- tions and have the fire resistance required by NFPA 101. They shall extend from the structural floor slab to structural ceiling slab. 7. MECHANICAL, ELECTRICAL AND PLUMBING: The Lessor shall provide and operate all building equipment and systems in accord with technical publications, manuals, and standard procedures. Mains, lines, and meters for utilities shall be provided by the Lessor. Exposed ducts, piping, and conduits are not permitted in office space. 8. HVAC: Heating, ventilation and air-conditioning systems are required which maintain a temperature range of 65-68 degrees Fahrenheit during the cooling season. These temperatures must be maintained throughout the leased premises and service areas regardless of outside temperatures, during the hours of operation specified in the lease. Areas having excessive heat gain or heat loss, or affected by solar radiation at different times of the day, shall be independently controlled so that the interior temperature conditions stipulated can be maintained. During non -working hours the space temperature shall be maintained at no higher than 55 degrees Fahrenheit during the heating season. No cooling is to be provided during non -working hours. 9. VENTILATION: HVAC facilities shall function as required by current standards and recommendations of the American Society of Heating, Refriger- ating and Air Conditioning Engineers, Inc.; and the National Fire Protection Association Standards 90A and 91, except for the temperature variations indicated above. Outside air intake during heating and cooling seasons shall be reduced to the greatest extent feasible. Under most conditions, a 10 percent outside air intake will be adequate for general office space. Under certain outside air temperature and humidity conditions, the use of up to 100 percent outside air will be the most energy -economical method of operation. T T f 10. GENERAL ELECTRICAL: The Lessor shall be responsible for meeting the applicable requirements of the National Electric Code, the National Electric Safety Code, Standards of the National Electric Manufacturer's Association, The American Institute of Electrical Engineers, and Local Codes and Ordinances. When codes conflict, the more stringent standard shall apply. 11. LIGHTING: Modern, diffused, fluorescent fixtures with thermally protected ballasts shall be provided to produce and maintain a lighting level of 50 foot candles at working surfaces. Building entrances and parking areas must be lighted. Ballasts are to be rapid -start, thermally protected, voltage regulating type, UL and ETL approved. 12. RESTROOMS: Separate toilet facilities for men and women shall be provided on each floor where the Government leases space. 13. DRINKING FOUNTAINS: The Lessor shall provide a minimum of one chilled drinking fountain on each floor where the Government leases space. 14. ELEVATORS: The Lessor shall provide suitable passenger and freight elevator service to all DOC -leased space not having ground level access. Service shall be available during normal working hours as detailed in this solicitation. However, one elevator shall be available at all times for the Government's use. DOC will be given 24 -hours advance notice if the service is to be interrupted more than 1-1/2 hours. 15. SECURITY: The Lessor shall provide security comparable to the types of protection given similar enterprises to prevent illegal entry or loitering in the space leased and to prevent unauthorized entry during off-duty hours. V. 16. FIRE SAFETY REQUIREMENTS: The building or space, related equipment, any utilities or services furnished, and activities of other occupants (if any) shall be free of accident and fire hazards which affect Govern- ment operations, property or personnel. When such hazards are detected, they must be promptly corrected at no direct expense to the Government. Unless specifically exempted elsewhere in this specification or by written statement of the Contracting Officer, any building space being included in the lease shall, as a minimum, meet local building and fire code requirements applicable to privately owned buildings with a classification equivalent to that type of space specified in this solicitation. When requirements conflict, the decision of the Contracting Officer shall be final. If building or space is not sprinklered, multi-purpose (AB&C) fire extinguishers of 10 to 30 pounds will be located near each outside entrance of building. 17. OSHA REQUIREMENTS: Safety and health standards of the Occupational Safety and Health Administration (OSHA) are found in Title 29 of the Code of Federal Regulations (29 CFR). The Lessor agrees to comply with these regulations. 18. ASBESTOS: Friable Asbestos - No friable asbestos -containing materials (e.g. fireproofing, insulation on building structures, acoustical treatment, molded or wet -applied ceiling or wall finishes, decorations) are acceptable. If present, such materials shall be removed, encapsulated or enclosed by the successful offeror prior to occupancy by the Government. The method of abatement used by the offeror must be agreed upon by the Contracting Officer prior to the award of a lease contract. Post -asbestos abatement air monitoring requirements, in accordance with Government procedures, are to be complied with by the Lessor when applicable. A special operations and maintenance program in accordance with Chapter 10 of GSA's Handbook numbered PBS P 5900.2B must be established and approved by the Contracting Officer for any abatement actions other than removal. Non -Friable Asbestos - Space containing non -friable asbestos materials (e.g. pipe and boiler insulation and ceiling tile) is permitted provided the materials are in good condition and are located in an area where they are not likely to be disturbed or damaged during the lease term. A special operations and main- tenance program, in accordance with Chapter 10 referenced above, must be established and approved by the Contracting Officer prior to the award of a lease contract. An acceptable abatement plan must also be agreed upon, prior to the lease award, in the event abatement of the materials becomes necessary during the lease term. All offerors are subject to the asbestos inspection and testing provisions specified in paragraph 7 of the attached General Clauses. For space in buildings containing ACM as defined in paragraph 3 of Representations and Certifications, offerors must include with their offer, unless the time frame is otherwise extended by the Contracting Officer, an asbestos testing report acceptable to the Contracting Officer. The asbestos testing report must consist of the identity and evidence of qualifications (education and experience) of the person collecting bulk samples, the bulk sample log, and, if applicable, an abatement plan prepared in accordance with Chapter 10 of GSA's handbook numbered PBS P 5900.2B. The samples must be analyzed by a laboratory which has successfully participated in the Environmental Protection Agency (EPA) quality assurance program. Successful participating is defined as participation in at least 2 of the last 3 rounds in the EPA program and have correctly analyzed at least 75 percent of the samples tested in these rounds. All action taken to ensure compliance with this regirement shall be accomplished at no expense to the Government. 19. HANDICAPPED ACCESSIBILITY: Offers will be evaluated to determine whether the offer meets the Architectural Barriers Act of 1968. Access for wheelchairs should be provided from street or sidewalk to every reasonable subdivision of space where a physically handicapped person may visit or work. Where possible, main entrance to building should be at grade level. If not at grade level, a ramp, in accordance with above -referenced standard, with slope not exceeding one foot rise in 12 feet should be provided. 1 20. ALTERATIONS: The DOC may require special installations in the space. The Government reserves the right to contract separately for such facilities, equipment and/or installations, or it may require Lessor to perform such work. In the event the Government requires offeror to complete such installations, Lessor will be required to submit a detailed cost estimate to the Contracting Officer within 30 days after receipt of complete specifications for special -type installations. If the Government contracts with the Lessor to effect such installations, payment will be made on a lump -sum basis or through increased rental payments at the Government's option. SERVICES, UTILITIES AND MAINTENANCE 1. GENERAL: The following service requirements are to be provided by the Lessor as part of the rental consideration. The Lessor must have a building superintendent or designated representative available to promptly correct deficiencies. Services shall be provided by the Lessor throughout the life of the lease. 2. NORMAL HOURS: Services shall be provided daily, 24 hours a day, including Saturdays, Sundays, and Federal Holidays. 3. OVERTIME USAGE: The Government shall have access to the leased space at all times, including the use of elevators, toilets, lights, and small business machines, without additional payment. Lessor shall not be paid for any services which are not author- ized in advance by the DOC Contracting Officer or his/her designee. Upon presentation of a properly certified invoice, payment will be made by the Government for services requested and furnished. 4. UTILITIES: The Lessor shall ensure that utilities necessary for operation are available. If the cost of utilities is not included as part of the rental consideration, the offeror must specify which utilities are excluded on the Proposal to Lease Space form, Section V - Alternates. The Lessor shall provide separate meters for utilities to be paid for by DOC. When DOC is to pay for utilities,the Lessor will furnish the Contracting Officer, prior to execution of the lease, written verification of the meter numbers and certification that these meters measure DOC usage only. Proration is not permissible. If the cost of utilities for HVAC is not included as part of the rental consideration, an automatic control system will be provided to assure compliance with the heating and air conditioning provisions included in this solicitation. 5. MAINTENANCE: (a) General - The Lessor is responsible for total maintenance of the leased premises in accordance with Paragraph 10 of Form 3517. Such maintenance includes site and private access roads, as well as repairs. All equipment and systems shall be maintained to provide reliable service without unusual interruption, disturb- ing noises, exposure to fire or safety hazards, uncomfortable drafts, excessive air velocities, or unusual emissions of dirt. The Lessor's maintenance responsibility includes initial and replacement supplies of all items. All maintenance work will be done in accord with applicable codes and inspection certificates will be displayed as appropriate. (b) Painting - All painted surfaces must be repainted on a five year cycle or less during DOC occupancy. Such painting shall be performed after working hours and at the Lessor's expense. This includes moving and return of the furniture. Public areas must be painted at least every three years. (c) Carpet Replacement - Carpet shall be replaced at the Lessor's expense at least every 10 years during DOC occupancy or anytime during the lease when: - backing or underlayment is exposed, or - there are noticeable variations in surface color or texture. Replacement includes moving and return of furniture. 6. JANITORIAL SERVICES: (a) The Lessor shall maintain the leased premises, including outside areas, in clean conditions. (b) Daytime cleaning is encouraged, but interference with Government business shall be avoided. The Lessor shall provide supplies and equipment. (c) Services shall be furnished in accordance with the following schedule showing frequency and work to be accomplished. Daily - Empty trash receptacles and clean ashtrays. Sweep entrances, lobbies and corridors. Spot sweep floors and spot vacuum carpets. Clean drinking fountains. Sweep and damp mop or scrub toilet rooms. Clean all toilet fixtures and replenish toilet supplies. Dispose of all trash and garbage generated in or about the buildings. Police sidewalks, parking areas, driveways, lawns and shrubbery. Every Other Day - Sweep or vacuum stair landings and steps. Weekly - Damp mop and spray buff all resilient floors in toilets. Sweep sidewalks, parking areas and driveways, weather permitting. Every Two Weeks - Spray buff resilient floors in secondary corridors, entrances and lobbies. Wet mop and spray buff hard and resilient floors in office space. Monthly - Thoroughly dust all horizontal surfaces of furniture in office areas. Thoroughly vacuum carpets and/or sweep full floor areas in office space. Spot clean wall surfaces. Sweep the full floor area in storage space. Every Two Months - Damp wipe toilet wastepaper receptacles, staff partitions, doors, window sills and frames. Clean entrance and elevator carpets. Quarterly - Dust vertical surfaces and walls in office areas. Semi-annually - Strip and apply finish to resilient floors in toilets. Strip and refinish main corridors and other heavy traffic areas. Wash both sides of exterior windows. Annually - Wash all venetian blinds. Vacuum all drapes in place. Strip and refinish floors in offices and secondary lobbies and corridors. Every Two Years - Shampoo carpets in non-public areas. Every Five Years - Clean all drapes. As Required - Cut grass, maintain plants. During inclement weather, lay out floor mats in entrance and lobbies. Clean and store mats when no longer required. Perform trash removal, pest control, lawn and grounds maintenance, and snow and ice removal. Provide initial supply, installation and replacement of light bulbs, tubes, ballasts and starters. Replace worn floor coverings. 7 T r SERVICES, UTILITIES AND MAINTENANCE 1. GENERAL: The following service requirements are to be provided by the Lessor as part of the rental consideration. The Lessor must have a building superintendent or designated representative available to promptly correct deficiencies. Services shall be provided by the Lessor throughout the life of the lease. 2. NORMAL HOURS: Services shall be provided daily, 24 hours a day, including Saturdays, Sundays, and Federal Holidays. 3. OVERTIME USAGE: The Government shall have access to the leased space at all times, including the use of elevators, toilets, lights, and small business machines, without additional payment. Lessor shall not be paid for any services which are not author- ized in advance by the DOC Contracting Officer or his/her designee. Upon presentation of a properly certified invoice, payment will be made by the Government for services requested and furnished. 4. UTILITIES: The Lessor shall ensure that utilities necessary for operation are available. If the cost of utilities is not included as part of the rental consideration, the offeror must specify which utilities are excluded on the Proposal to Lease Space form, Section V - Alternates. The Lessor shall provide separate meters for utilities to be paid for by DOC. When DOC is to pay for utilities,the Lessor will furnish the Contracting Officer, prior to execution of the lease, written verification of the meter numbers and certification that these meters measure DOC usage only. Proration is not permissible. If the cost of utilities for HVAC is not included as part of the rental consideration, an automatic control system will be provided to assure compliance with the heating and air conditioning provisions included in this solicitation. 7 r T 1 That the foregoing ordnance was read for the first time and passed to its second reading the 2:1 - day of pIZC , , 19 7, by the following vote: Joe McComb Mary Rhodes Cezar Galindo Leo Guerrero Betty Jean Longoria That the foregoing ordin this the 6 day of Mary Rhodes Cezar Galindo Leo Guerrero Betty Jean Longoria Edward A. Martin Dr. David McNichols Clif Moss Mary Pat Slavik ce was read for the second time and passed to its third reading on 19 by the following vote: Edward A. Martin Joe McComb Dr. David McNichols Clif Moss Mary Pat Slavik That the fore oing ordinance was read for the third time and passed finally on this the 2 lo% day of Ja.14,Vga Wl , 19 C , by the following vote: Mary Rhodes J Edward A. Martin Cezar Galindo REW Joe McComb Leo Guerrero 1 �� Q Dr. David McNichols /y Betty Jean Longoria Clif Moss tU t Mary Pat Slavik d PASSED AND APPROVED, this the 7( day of Ja vuuta vt \ , 19 R3 CORPUS CHRISTI - ecretary U MAYOR STI APPROVED: IO DAY OF (W'CIW 19Sna THE CITY JAMES R. BRAY, JR., CITY ATTORNEY By i (L\dbc & i/u;a4 , Assistant City Attorney 021557 044 PUBLISHER'S AFFIDAVIT State of Texas, } CITY OF CORPUS CHRISTI County of Nueces } ss: AD# 30342 PO # Before me, the undersigned, a Notary Public, this day personally came Connie Haralson, who being first duly sworn, according to law, says that she is Business Office Administrative Assistance of the Corpus Christi Caller -Times, a daily newspaper published at Corpus Christi in said County and State, generally circulated in Aransas, Bee, Brooks, Cameron, Duval, Hidalgo, Jim Hogg, Jim Wells, Karnes, Kenedy, Kleberg, Live Oak, Nueces, Refugio, San Patricio, Victoria, and Webb Counties, and that the publication of NOTICE OF PASSAGE OF ORDINANCE ON SECOND READING AUTHORIZING THE which the annexed is a true copy, was published in the Corpus Christi Caller -Times on the 10th day of January 1993. One Time(s) $ 63.80 Business Office Administrative Assistant Subscribed and sworn to before me this 13th day of January , 1993. Notary Public, Nueces County, Texas KATHERINE L. URI3ANEK Nota,a ::, State ot. My Comm. [,., . 4-24-93 11 r ,.,.•rl NOTICE OF PRESAGE -48' OF ORDINANCEON .'4Y SECOND AUTHORIZING THE READING CITY MANAGER OR HIS DESIGNEE TO A. -ZEASE EXECUTAGREEMENTE-YEAR WITH OPTION TO VE r:'.f.EARS UPONN NOTICE EW FOR FI TO c'WE CITY MANAGER THIRTY DAYS PRIOR TO EXPIRA- TION, WITH THE UNITED 'SATES OF AMERICA INA - AL R 1, 28A NETHT SQUARSERVICEE T ON SECOND FLOOR OF AIRPORT TOWER BUILDING AND PARKING SPACE ADJA- CENT THERETO AT THE CORPUS CHRISTI INTERNA- TIONAL AIRPORT, FOR A MONTHLY FEHE TERM OF THEE LEA E� S FOR FIVE YEARS AT $1,828 PER MONTH FOR THE PUR- POE of FFEEET OF 1,828 ECOND FLOOR OF AIRPORT TOWER BUILDING AND PARKING SPACE ADJA- CENT THERETO AT THE CORPUS CHRISTI INTERNA- TIONAL AIRPORT. A copy of the lease is on file in the City Secretary's disc The carilnenele 1s �w,. pees Othrenne thorn Se the Gov C01�1a1 of SOS OAS Times on tee 110-alay of January, TBR, /a/ Aany Secretary e chary City of Carpus Ch�ti PUBLISHER'S AFFIDAVIT State of Texas, } CITY OF CORPUS CHRISIT County of Nueces } ss: AD# 86346 PO # Before me, the undersigned, a Notary Public, this day personally came Connie Haralson, who being first duly sworn, according to law, says that she is Business Office Administrative Assistance of the Corpus Christi Caller -Times, a daily newspaper published at Corpus Christi in said County and State, generally circulated in Aransas, Bee, Brooks, Cameron, Duval, Hidalgo, Jim Hogg, Jim Welts, Karnes, Kenedy, Kleberg, Live Oak, Nueces, Refugio, San Patricio, Victoria, and Webb Counties, and that the publication of NOTICE OF PASSAGE OF ORDINANCE NO. 021557 AUTHORIZING THE CITY MANAGER which the annexed is a true copy, was published in the Corpus Christi Caller -Times on the 31st day of January, 1993. One Time(s) $ 62.35 (l- Business Office Administrative Assistant Subscribed and sworn to before me this 2nd day of February , 1993. oar y Publicces County, Texas EDNA KOSTER 1 Notary Public Stine of Texas My Comm. Exp. 11-30-08 1 pNgbfpla OF PIANCEyApNAJ t .. AUTHORIZING THE GTS' MANAGER OR HIS DESIGNEE TO EXECUTE A FIVE-YEAR t, LEASE AGREEMENT WITH OPTION TO RENEW FORT YEARS UPON NOTICE.,,10 A THE CITY MANAGER TISfl r- DAYS PRIOR TO EXPIRA- t. TION, WITH THE UNITED .r STATES OF AMERICA I- TIONAL WEATHER SERV it FOR 1,828 NET SQUA n FEET ON SECOND OF 1, AIRPORT TOWER BUADYIG d AND PARKING SPACE ADJA- I-,CENT THERETO At: THE rt CORPUS CHRISTI INTERNA- TIONAL AIRPORT, FOR•t4 MONTHLY FEE OF $1sa THE TERM OF THELEASS4S FOR FIVE YEARS AT Stall PER MONTY FOR THE, PHP - POSE OF 1.28 NET SQUAfE FEET OF SECOND FLOOfICF AIRPORT TOWER BUXOM f AND PARKING SPACE AD.Yr ' CENT THERETO AT THE I1 CORPUS CHRISTI INTERIW- TIONAL AIRPORT. ..2 1 A copy of the lease es:" file in the CM r Secreary9 ofNCa. avu.. The ordinance was poapd ' and approved on third .,..:,:'.. ' reading by the City Cowell of ' the City of Corpus CMS I of the ZaW On n y ";s "+mss o f /e/ MS p. City a/ �a Christi PUBLISHER'S AFFIDAVIT State of Texas, } CITY OF CORPUS CHRISTI County of Nueces } ss: AD# 60869 PO # Before me, the undersigned, a Notary Public, this day personally came Connie Haralson, who being first duly sworn, according to law, says that she is Business Office Administrative Assistance of the Corpus Christi Caller -Times, a daily newspaper published at Corpus Christi in said County and State, generally circulated in Aransas, Bee, Brooks, Cameron, Duval, Hidalgo, Jim Hogg, Jim Wells, Karnes, Kenedy, Kleberg, Live Oak, Nueces, Refugio, San Patricio, Victoria, and Webb Counties, and that the publication of NOTICE OF PASSAGE OR ORDINANCE ON FIRST READING AUTHORIZING THE CITY which the annexed is a true copy, was published in the Corpus Christi Caller -Times on the 27th day of December, 1992. One Time(s) $ 63.80 Business Office Administrative Assistant Subscribed and sworn to before me this 7th day of January , 1993. /1 A41.14 1 -C_ L . (,Lc��—. Notary Public, Nueces County, Texas wHE' f t 2:9:5 ° �� My Comm � I NOTICED GE AUT=six DING NN MAMAdIR OR THE CITY HIS DESIGNEE TO EXECUTE A FIVE-YEAR LEASE AGREEMENT WITH OPTION TO RENEW FOR FIVE YEARS UPON NOTICE TO THE CITU MANAGER THIRTY DAYS PRIOR TO EXPIRA- TION, WITH THE UNITED STATE OF AMERICA (NA- TIONAL WEATHER SERVICE) FOR 1,628 NET SQUARE FEET ON SECOND, FLOOR OF AIRPORT TOWER BUILDING CENTATHHERETOA ATAOTHE CORPUS CHRISTI INTERNA- TIONAL AIRPORT, FOR A MONTHLY FEE OF 51,628. THE TERM OF THE LEASE IS FOR FIVE YEARS AT 31,628 PER MONTH FOR THE PUR- POSE of 1,828 NET SQUARE FEET OF SECOND FLOOROF AIRPORT TOWER BUILDING AND PARKING SPACE ADJA- CENT THERETO AT THE CORPUS CHRISTI INTERNA- TIONAL AIRPORT, fileAn they the lease is on cSecretary's office. The ordinance was passed rae ddia�vedon first the Cit of C� Councfl of Texas on the 222nd day Christ' of December, 1992. /s/ Armand Char