Loading...
HomeMy WebLinkAboutUS Government - Lease Agreement w Amendments tNOU -06 -2007 14 31 YAK IMA AIR TERMINAL 15095756185 P. 02/04 U.S. • GOVERNMENT LEASE FOR REAL PROPERTY 1 • LEASE NUMBI9t GS• 10848908 (Short Form) PART I • SOLICiTATIONIDESCRIPTION OF QUIREMENTS (To ba aompletad by Government) A. REQUIR -NTS The Government of the United States of America Is Seeking to lasso app)oxlmately 694 rentable square feet of office space located In Yakima, WA for occupancy not later than 11/15/2007 for a term of Ten (10) years, five (5) years firm with termination rights of 120 days written notice. Rentable space must yield a minimum of 694 square feet of ANSI /BOMA Office Area (previously U&able) for use by Tenant for personnel, furnishing, and equipment. INITIAL OFFERS ARE DUE ON OR BEFORE CLOSE OF BUSINESS 1W3112007. 8. STANDARD CONDITIONS AND REQUIREMENTS The following standard conditions anti requirements apply to any premises red r ease h>o a STATES PAM IGA (hereinafter called the GOVERNMENT): Spacer offered must ba in a quality building of sound and substantial construction, either a now modern building or one that hos undergone restoration or rehabilitation for the intended use. The tutor shall provide a valid Certificate of Occupancy for the intended use of the Government and shell meet, maintain. and operate the building in conformance with all appt(eeble current (as of the date of this solicitation) codes and ordinances. If apace is offered in a building to be constructed for lease to the Government, the building must be In compliance With the most recent edition of the building code, fire code, and ordinances adapted by the jurisdiction in whldh the building is Iodated. Offered space shall meat ar be upgraded to meat tho applicable egress requirements In Notional Fire Protection Association (NFPA) 101, Ufa Salety Code or an alternative approach or method for achieving a level of safety deemed equivalent and acceptable by the Government Offered space teeated below-grade, including plating garage areas, and all areas Warred 10 as 'hazardous areas° (defined in NFPA 101) within the entire building (including non - Government areas). shall be protected by an automatic sprinkler System or an equivalent level of safety. Additional automatic Are sprinkler requirements wit apply when offered space is located on or above the e floor. Unrestricted access to a minimum of two remote e*Its shall he provided on each floor of Government occupancy. Scissor stairs shag be counted as only ane approved exit. Open -air exterior fire escapee will not be counted as an approved exit, Additional fire alarm system requirements will apply when offered space Is located 2 or more stones In height above the lowest level of exit discharge. _ - � •.. _,_ -_, �: .._ _ .. . ,. Rife - The leased space shall be free of all aebastos containing materials, except undamaged asbestos flooring in the space or undamaged boiler or pipe Insulation outside the space, In which case an asbestos management program conforming to Environmental Protection Agency guidance shall be implemented, The space anal! be free of other hazardous materials awaiting to dppilcable Federal, State, and local environmental regulations. Services, utilities, and maintenance Will be provided daily, wending from 6:00 a.m. to 6:00 p.m. except Saturday, Sunday, and Federal holidays. The Government shall nave Boons to the ieased apace at all tines, including the use of electrical SeMCO. toilets, lights, elevators. and Government eke machines without additional payment. 1. 6ERnataS AND UiILiTtCM ITs bb Provisos by WAWA& Pon of ray a nab? jg Trta9M RgdOVAL 0 B1.t3vATort swamis 2 INITIALS REPLAeeNIENr ►�1 OTHER ELECTRICITY 0 CHILLED INilNG WATER ® WNDOW WASHING LAMPS. TUBES s BALLASTS Ispeaty semwn POWSRI Special Equip) ►^� AIR CONOrttoNNO Frequency Peristad„re g PAINTINGFREQVENCV .S.eeaddlfionel WATER INa a Cal4) TOILET SUPPLI6s 07j LIMPET WANING Spada SS Yaars feradrementr, ShowREMMOVAL ® JANITORIAL SERV.4SOAP. FrequAnar Mime rtovicAress (ea a OTHER REOUahEMENTS • Offerors should also include the following With their offers: a. Attachment Sheet Number 1 b. GSA Forth 12000 NOTE: AN offers are subject to ;ha Wale and condltlena outlined above, and etsewhere in this solicitation, Including the Government's General Clauses and Repreeentattlons and Certifications. 4. BASIS OF AWARD ® THE ACCEPTADLa OFFER wrTM The LOWEST PRICE neR MARE FOOT, ACCORDINO TO THE ANSI/BOMA ZSS.1 - 1Sta DEFINITION FOR BOMA USABLE OFFICE AREA wrISNI MEANS 'THE AREA INHERE A TENANT NORMALLY MOUSES PERSONNEL ANOIOR FURNITURE. FOR W MICM A MEASURENIENr I$10 Be COMPUTED.' OFFOR hoer AOUPNTAGEOUS TO THE OOVERNSIGNT, WITH THE Fcatows1G EVALW►TION FACTORS BEING ID SIGNIFICANTLY MORE IMPORTANT THAN PRICE O APPROXpMTFLYEquiv. TO PRICE o SIGNIFICANTLY LEGS IMPORTANT THAN PRICE Muses In eatteruena drew. unman oared .. A Y- I, CITY CONTRACT NO• vy � -� rsCNRRk SERvIC� ®DMINISrRATtoH - -.- ®r ®v®�a `o ®M 1a ` RESOLUTION NO. A _ Id F'RM3626 (REV, 512005) Pape 1era r ell c NOV -06 -2007 14 32 YAKIMA AIR TERMINAL 15095756185 P.03/04 PAR 11 - OFFER (7o be completed by dflarorlOwner) A. LOCATION AND DESCRIPTION OF PREMISES OFFERED FOR LEASE BY GOVERNMENT 5. NM18AND ADDRESS OF MALOING Wilda ZIP Cade; 6. LOCATIONISI IN IK LOING Yakima Afr Terminal I McAlister Field fLOORM b. ROOM NueeDaRIE1 2400 West Washington Avenue First (1 Yakima, WA 98903 —` AENTAaL 50, FT, d. TYPE 694 ® OEN8RAI. OFRoE CO OTHER rep eil • wPR8N0U5E .T B. TERM To have end to hold, for Ma term commencing on 11115/2007 and continuing through 11/14/2017 inclusive. The term snap be Tan (10) years. FIve (6) years firm. The Government may terminate this lease at any lime On or after the flan term, oy giving at least 60 days notice In writing to the lamer. No rentai shad accrue after the effective date of termination. Said notice shall be computed commencing with the day after the date of mailing. C. RENTAL Rent shah be payable in arrears and wiU be due on the first workday of each month. When the dete for commencement of the lease falls after the 15th day of flea month, the initial rental payment shall be due on the first workday of the second month following the commencement date, Rent for a period of less than a month shall be prorated. 7. AUOUNT OE ANNUAL RENT a wake pram PAYA9L6 TO M Main and ommvee) . 816,421.90 Yakima Alt Terminal – McAlister Field se AUaChMent Sheet N1u _1� 2400 W Washington Ave e. RATE PER MON1N Yakima, WA 98303 -1134 51,368.49 tea. NAME ANO ADDRSS 0 OWNER rstpgOa 21P cede, M n eterprq by the Gottmene et end the mow k e pMRnershlp cr /ofnl venture, list al Gonentl Partewt, toeing a separate 1118K K e0SetraYl Yakima Air Terminal Moalllater Field • 2400 W Washington Ave Yakima, WA 98903 -1134 ,ab, 1't;LsPHoNe NUMBER 01 OWNER 11. woe OF INTEREST IN PROPERTY OF PERSON srcNlpG 509.575.6149 • OWNEp 1;4 AUTHORIRID A66NT MI OTHER Sptmlri 12. NAME Of OWNER OR AUTHOR ED A69t' ti TITLE OF PERSON SIGNING Butt TO for Ai 'cat Mona: or 14. 5t6144T1iRE OF OWNER OR AUrf10RIZED AGENT 15, DA7t: 1a OFFER MIMING OPEN UNTIL AWARD c.� lob 9 0 ? late, PART u1 • AWARD (To be o by Government) Your a?lpr is hereby accepted. This award consummates the lease which consists of the mllon9 doournenrst (a) this GSA Form 3626, (b) Representations and Certifications, (c) the Government's General Clauses. (d) GSA Form 12000, and (e) the following changes or a made or agreed to by you: I. Attachment Sheet Number 1 THIS DOCUMENT IS NOT BINDING ON THE GOVERNMENT OF THE UNITED STATES OF AMERICA UNLESS SIGNED BELOW BY AUTHORIZED CONTRACTING OFFICER. t7a - '� F G • MAO - o OF; aR w RAW � t U OP CONT , , 0 0 = CHR � 178 GATE �° � � _ Nov o 8 aos� • GENERAL SERVICESADISTRATION si r ®1V ®8T�1�1a1'�t MIN ` Paco 2 of 2 ®SA FORM 3826 (Rev. 6/2005) Preaalbed by APD 2tGD.12A I • ` 1 REPRESENTATIONS AND CERTIFICATIONS (Short For Solicitation Number Dated (Simplified Acquisition of Leasehold Interests in Real Property for Leases Up to $100,000 Annual Rent) GS - 10B - 06906 Complete appropriate boxes, sign the form, and attach to offer. The Offeror makes the following Representations and Certifications. NOTE: The "Offeror" as used on this form, is the owner of the property offered, not an individual or agent representing the owner. 1. SMALL BUSINESS REPRESENTATION (JAN 2007) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 531190. . (2) The small business size standard is $19.0 Million in annual average gross revenue of the concern for the last 3 fiscal years. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The Offeror represents as part of its offer that it [ ] is, [X[ is not a small business concern. 1 (2) [Complete only if the Offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The Offeror represents, for general statistical purposes, that it [ ] is, [ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the Offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The Offeror represents as part of its offer that it [ ] is, [ ] is not a women -owned small business concern. (4) [Complete only if the Offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The Offeror represents as part of its offer that it [ ] is, [ ] is not a veteran -owned small business concern. (5) [Complete only if the Offeror represented itself as a veteran -owned small business concern in paragraph (b)(4) of this provision.] The Offeror represents as part of its offer that it [ ] is, [ ] is not a service- disabled veteran -owned small business concern. (6) [Complete only if the Offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The Offeror represents, as part of its offer, that— (1) It [ ] is, gt i s not a HUBZone small business concern listed, on the date of this represention, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 C R part 126; and (ii) It [ ] is, is not a joint venture that complies with the requirements of 13 CFR part 126, d the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The Offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: .] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. • INITIAL': & /4 5 GOVERNMENT GSA FORM 3518A PAGE 1 (REV 1/07) 2. 52.222 -22 - PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) (Applicable to leases over $10,000.) The Offeror represents that — (a) It has, [ ] has not participated in a previous contract or subcontract subject either to the E I Opportunity clause of this solicitation; (b) It )(has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (Approved by OMB under Control Number 1215 - 0072.) 3. 52.222 -25 - AFFIRMATIVE ACTION COMPLIANCE (APR 1984) (Applicable to leases over $10,000 and which include the clause at FAR 52.222 -26, Equal Opportunity.) The Offeror represents that — (a) Ithas developed and has on file, [ ] has not developed and does not have on file, at each e Iishment affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60 -1 and 60 -2), or (b) It has not previously had contracts subject to the written affirmative action programs re i c ement of the rules and regulations of the Secretary of Labor. (Approved by OMB under , Control Number 1215 - 0072.) 4. 52.203 -11 – CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2005) (Applicable to leases over $100,000.) (a) The definitions and prohibitions contained in the clause, at FAR 52.203 -12, Limitation on Payments to Influence Certain.:Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification. (b) The Offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989, — (1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of a contract; (2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the Offeror shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly. (c) Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. INITIAL`: ?OY & /e •R GOVERNMENT GSA FORM 3518A PAGE 2 (REV 1/07) ` Z 1 ) ( ) 5. 52.204 -3 - TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the Offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the Offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All Offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the Offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the Offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the Offeror's TIN. (d) Taxpayer Identification Number (TIN). TIN: 41° 93 el • TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality 6f a foreign government; [ ] Offeror is an agency or instrumentality of the Federal government; (e) Type of organization. [ ] Sole proprietorship; Government entity (Federal, State, or local); [ ] Partnership; Foreign government; [ ] Corporate entity (not tax - exempt); [ ] International organization per 26 CFR 1.6049 -4; [ ] Corporate entity (tax- exempt); [ ] Other (f) Common Parent. [ ] Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. [ ] Name and TIN of common parent: Name TIN 6. 52.204 -6 — Data Universal Numbering System (DUNS) Number (OCT 2003) (a) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS number or "DUNS +4" that identifies the Offeror's name and address exactly as stated in the offer. The DUNS number is a nine -digit number assigned by Dun and Bradstreet, Inc. The DUNS +4 is the DUNS number plus a 4- character suffix that may be assigned at the discretion of the Offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same parent concern. INITIALS: "- & LE`•SO' GOVERNMENT GSA FORM 3518A PAGE 3 (REV 1/07) ( ( (b) If the Offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An Offeror may obtain a DUNS number — (i) If located within the United States, by calling Dun and Bradstreet at 1- 866 -705- 5711 or via the Internet at http: / /www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The Offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and zip code. (iv) Company mailing address, city, state and zip code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer /key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). 7. DUNS NUMBER (JUN 2004) Notwithstanding the above instructions, in addition to inserting the DUNS Number on the offer cover page, the Offeror shall also provide its DUNS Number as part of this submission: DUNS# I75'13`l`fI1 8. CENTRAL CONTRACTOR REGISTRATION (JAN 2007) The Central Contractor Registration (CCR) System is a centrally located, searchable database which assists in the development, maintenance, and.,provision of sources for future procurements. The Offeror must be registered in the CCR prior to lease award. The Offeror shall register via the Internet at http: / /www.ccr.gov. To remain active, the Offeror /Lessor is required to update or renew its registration annually. [ ] Registration Active and Copy Attached [ ] Will Activate Registration and Submit Copy to the Government Prior to Award OFFEROR OR NAME, ADDRESS (INCLUDING ZIP CODE) TELEPHONE NUMBER AUTHORIZED REPRESENTATIVE Yakima Air Terminal Mcallister Field (509) 575 -6149 2400 West Washington Avenue Yakima, WA 98903 ) i°_ /0 Signature Date INITIALS: & 0[ - GOVERNMENT GSA FORM 3518A PAGE 4 (REV 1/07) ‚-- f., ��kiv�' i t.. 'ilc l.�l:� i ; i ? GENERAL CLAUSES (Simplified Leases) (Acquisition of Leasehold Interests in Real Property for Leases Up to $100,000 Net Annual Rent) 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 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. 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, building systems, and all equipment, fixtures, and appurtenances furnished by the Lessor under this lease, in good repair and tenantable condition. Upon "request of the Contracting Officer, the Lessor shall provide written documentation that building systems have been maintained, tested, and are operational. 4. 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 rental payments. 5. 52.252 -2 CLAUSES INCORPORATED BY REFERENCE (VARIATION) (DEC 2003) 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 the full text available, or the full text may be found as GSA Form 3517C at http: / /www.gsa.gov /leasingform. 6. The following clauses are incorporated by reference: GSAR 552 -203 -5 COVENANT AGAINST CONTINGENT FEES (FEB 1990) (Applicable to leases over $100,000.) GSAR 552 - 203 -70 PRICE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1999) (Applicable to leases over $100,000.) FAR 52.204 -7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) (VARIATION) FAR 52.209 -6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JAN 2005) (Applicable to leases over $25,000.) FAR 52.219 -9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005) (Applicable to leases over $500,000.) FAR 52.219 -16 LIQUIDATED DAMAGES — SUBCONTRACTING PLAN (JAN 1999) (Applicable to leases over $500,000.) GSAR 552.219 -72 PREPARATION, SUBMISSION, AND NEGOTIATION OF SUBCONTRACTING PLANS (JUN 2005) (Applicable to leases over $500,000 if solicitation requires submission of the subcontracting plan with initial offers.) GSAR 552.219 -73 GOALS FOR SUBCONTRACTING PLAN (JUN 2005) (Applicable to leases over $500,000 if solicitation does not require submission of the subcontracting plan with initial offers.) INITIAL & 45 •' . GOVERNMENT GSA FORM 3517A PAGE 1 (REV 11/05) FAR 52.222 -26 EQUAL OPPORTUNITY (APR 2002) (Applicable to leases over $10,000.) FAR 52.222 -21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (Applicable to leases over $10,000.) FAR 52.222 -35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) (Applicable to leases over $25,000.) FAR 52.222 -36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) (Applicable to leases over $10,000.) FAR 52.222 -37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) (Applicable to leases over $25,000.) FAR 52.232 -23 ASSIGNMENT OF CLAIMS (SEP 1999) (Applicable to leases over $2,500.) GSAR 552.232 -75 PROMPT PAYMENT (SEP 1999) GSAR 552.232 -76 ELECTRONIC FUNDS TRANSFER PAYMENT (MAR 2000) (VARIATION) FAR 52.233 -1 DISPUTES (JUL 2002) FAR 52.215 -10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1997) (Applicable when cost or pricing data are required for work or services over $500,000.) FAR 52.215 -12 SUBCONTRACTOR COST OR PRICING DATA (OCT 1997) (Applicable when the clause at FAR 52.215 -10 is applicable.) The information collection requirements contained in this solicitation /contract, that are not required by regulation, have been approved by the Office of Management and Budget pursuant to the Paperwork Reduction Act and assigned the OMB Control No. 3090 -0163. /40 INITIALS: ,4 & 45 GOVERNMENT GSA FORM 3517A PAGE 2 (REV 11/05) A i _ 2HMENT SHEET NUMBER 1 TO LEASE C .. 06906 • PAGE 1 of 5 ADDITIONAL REQUIREMENTS 1. The cost for HVAC overtime is established at $ 0.00 per hour for the entire space. There is no additional cost to the Government for use of any overtime utilities. 2. Lease GS -10B -06906 provides for no cost escalations or tax pass - throughs. Operating cost escalations, real estate tax escalations, parking rates, janitorial services and supplies are inherent within the lease. 3. All costs for tenant improvements shall be amortized into the lease rate over the 5 year firm term. The Government shall pay, via lump sum, any unamortized tenant improvements in the event the lease is terminated prior to the expiration date of the lease. This amount does not include any concession provided by the Lessor (see item #5). Total Tenant Improvement costs: $ 0.00 (to be funded by the Government) Tenant Improvement Amortization Rate: 0.0 % Tenant Improvement rate per usable square foot per annum: $ 0.00 4. Beneficial Occupancy will establish the effective date of the lease. 5. Offers must remain open until AWARD. RENTAL ADJUSTMENT 1. The Government, at its sole discretion, shall make all decisions regarding the usage of its own funds for Tenant Improvements (TIs). TIs are estimated to be $15,000.00, but may exceed that amount. TIs may not exceed the total allowance of $29,206.30. The rental rate paid to the lessor will be reduced, by 115 of the total TI cost, for each year of the five year firm term. *The annual rental rate of $16,421.90 shown on page 2 of the 3626 short form is based on the TI estimate of $15,000.00. An adjustment will be made accordingly, with the rental rate adjusted downward, if the TIs are in excess of $15,000.00. For example, if the total TI cost is $20,000.00, the annual rental rate would be reduced further, by $1,000.00 ($20,000.00 - $15,000.00 = $5,000 x (1 /5 = $1,000) per annum, resulting in an annual rental rate of $15,421.90. INTIAL. • &✓ f / - • GOVERNMENT A 2HMENT SHEET NUMBER 1 TO LEASE L ` PAGE 2 of 5 ADJUSTMENT FOR VACANT PREMISES, GSAR 552.270 -25 (SEP 1999) 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 ANSI /BOMA Office Area square foot of operating expenses not required to maintain the space. Said reduction shall occur after the Government gives 30 calendar days prior notice to the Lessor and shall continue in effect until the Government occupies the premises or the lease expires or is terminated. c) Rental rate shall be reduced by an agreed upon reduction in the cost of operating expenses per rentable square foot (RSF), per annum. EARLY TERMINATION RIGHTS a) The Government reserves the right to terminate the lease with sixty (60) days written notice to the Lessor at any point during the term of the lease, including the firm term, should the airport become defederalized. GOVERNMENT TENANT IMPROVEMENTS AND WAIVER OF RESTORATION a) The Lessor hereby agrees to waive the restoration of tenant improvements and alterations. The Government is to provide funding and resources for the buildout associated with the space in this lease, and the Lessor will provide access prior to commencement of the lease term to the Government for that purpose. INTIALS & iZ'Y / L R GOVERNMENT A ". .CHMENT SHEET NUMBER 1 TO LEASE (;. _.,13 PAGE 3 of 5 BUILDING LOAD FACTOR The premises described in PART II section 5 of Form 3626 consists of 694 usable square feet (USF) of office, on floor No. 1, total rentable square footage (RSF) is 694 that equates to 3 percent of the building total of 23,500 rentable square feet of office and related space. Building load factor is 3% for this floor. ACCESSIBILITY The building, leased space, and areas serving the leased space shall be accessible to persons with disabilities in accordance with the Architectural Barriers Act Accessibility Standard (ABAAS), Appendices C and D to 36 CFR Part 1191 (ABA Chapters 1 and 2, and Chapters 3 through 10). To the extent the standard referenced in the preceding sentence conflicts with local accessibility requirements, the more stringent shall apply. INTIAL • re & # 1-5- GOVERNMENT A. .CHMENT SHEET NUMBER 1 TO LEASE C,_ ,�y06906 PAGE 4 of 5 JANITORIAL REQUIREMENTS A. Cleaning shall be performed by the Lessor during/after tenant working hours and coordinated with tenant for access. B. SELECTION OF CLEANING PRODUCTS: The Lessor shall make careful selection of janitorial cleaning products and equipment to: 1. use products that are packaged ecologically; 2. use products and equipment considered environmentally beneficial and /or recycled products that are phosphate -free, non - corrosive, non - flammable, and fully biodegradable; and 3. minimize the use of harsh chemicals and the release of irritating fumes. 4. Examples of acceptable products may be found at , http://pub.fss.gsa.gov/environklean-prod-catalog.honl. C. SELECTION OF PAPER PRODUCTS: The Lessor shall select paper and paper products (i.e., bathroom tissue and paper towels) with recycled content conforming to EPA's CPG. D. The Lessor shall maintain the leased premises, including outside areas, in a clean condition and shall provide supplies and equipment. The following schedule describes the level of services intended, or as otherwise specified by the Agency. Performance will be based on the Contracting Officer's evaluation of results, not the frequency or method of performance. Specific time shall be agreed upon between Agency and Lessor's janitorial contractor. 1. 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 building. Wash inside and out or steam clean cans used for collection of food remnants from snack bars and vending machines. Dust horizontal surfaces that are readily available and visibly require dusting. Spray buff resilient floors in main corridors, entrances, and lobbies. Clean elevators and escalators. Remove carpet stains. Police sidewalks, parking areas, and driveways. Sweep loading dock areas and platforms. Clean glass entry doors to the Government- demised area. 2. Three Times a Week. Sweep or vacuum stairs. 3. Weekly. Damp mop and spray buff all resilient floors in toilets and health units. Sweep sidewalks, parking areas, and driveways (weather permitting). 4. Every Two Weeks. Spray buff resilient floors in secondary corridors, entrance, and lobbies. Damp mop and spray buff hard and resilient floors in office space. INTIALS I & GOVERNMENT A .:HMENT SHEET NUMBER 1 TO LEASE C -06906 PAGE 5 of 5 JANITORIAL REQUIREMENTS (continued) 5. Monthly. Thoroughly dust furniture. Completely sweep and/or vacuum carpets. Sweep storage space. Spot clean all wall surfaces within 70 inches of the floor. 6. Every Two Months. Damp wipe toilet wastepaper receptacles, stall partitions, doors, window sills, and frames. Shampoo entrance and elevator carpets. 7. Three Times a Year. Dust wall surfaces within 70 inches of the floor, vertical surfaces and under surfaces. Clean metal and marble surfaces in lobbies. Wet mop or scrub garages. 8. Twice a Year. Wash all interior and exterior windows and other glass surfaces. Strip and apply four coats of finish to resilient floors in toilets. Strip and refinish main corridors and other heavy traffic areas. 9. Annually. Wash all venetian blinds, and dust 6 months from washing. Vacuum or dust all surfaces in the building of 70 inches from the floor, including light fixtures. Vacuum all draperies in place. Strip and refinish floors in offices and secondary lobbies and corridors. Shampoo carpets in corridors and lobbies. Clean balconies, ledges, courts, areaways, and flat roofs. 10. Every Two Years. Shampoo carpets in all offices and other non - public areas. 11. Every Five Years. Dry clean or wash (as appropriate) all draperies. 12. As Required. Properly maintain plants and lawns. Remove snow and ice from entrances, exterior walks, and parking lots of the building. Provide initial supply, installation, and replacement of light bulbs, tubes, ballasts, and starters. Replace worn floor coverings (this includes the moving and returning of furnishings). Control pests as appropriate, using Integrated Pest Management techniques. INTIALSA • & ES 01 : GOVERNMENT Uli i L4 - CUU 1 NCI) U 1 ;'JC Hfi lrbH KOHL I Y =IV Bin CNN NUS 1C0003 1 1004 1 uG • PRELEASE FIRE PROTECTION AND LIFE SAFETY EVALUATION FOR A LOW -RISE OFFICE BUILDING The Offeror or the Offeror's representative shall complete this form based on a walk- through of the building or their knowledge of the building's fire protection and life safety systems. This form consists of a series of short answer and yes /no /not applicable questions related to the building's fire protection and life safety systems. 1, Fundamental Code Requirements. a, The offered building shall be evaluated for compliance with the most recent edition of the building and fire code adopted by the jurisdiction in which the building is located; with the exception that the technical egress requirements of the building shall be evaluated based on the egress requirements of the National Fire Protection Association (NFPA) 101, Life Safety Code. All areas that do not meet the above stated criteria shall be identified as to the extent that they do comply. 2. Definitions. a. Low -Rise Building: A building less than 75 feet in height where the building height is measured from the lowest level of fire department vehicle access to the floor of the highest occupied floor, A building that is 5 stories or less in height is typically considered a low -rise building. b. Hazardous Areas: Any space or compartment within a building in which storage or other activity exists that Is not part of normal office space arrangements and that possesses the potential for producing a fully involved fire. Such areas used for: the storage or use of combustibles or flammables; toxic, noxious, or corrosive materials; or heat producing appliances, etc. (as defined in the latest edition of' NFPA 101, Life Safety Code). The Offeror states, as part of this offer, that the proposed space /building is as described below and that the information provided Is accurate. In addition, the Offeror agrees all features and devices described below are in operating order and properly maintained. THIS SFO PRELEASE FORM WILL BE COMPLETED BY THE OFFEROR OR THE OFFEROR'S REPRESENTATIVE. Please provide additional pages should this form not provide sufficient space to respond adequately to any question. - BUILDING ADDRESS ' Building Name: Yakima Air Terminal Building Address: 2300 West Washington Avenue City: Yakima State: WA 9 -Digit Zip Code: 98903 • BUILDING CODE AND FIRECODE ADOPTED BY LOCAL JURISDICTION 4 , Building Code: 2006 IBC YEAR: 2006 Fire Code: NFPA YEAR: 2006 SIZE AND LAYOUT The following information applies to (check one): X an existing building ❑ a building planned for lease construction ❑ a building planned for lease construction with Government option to purchase Identify each floor In which space Is offered to Government: 1st Identify gross square footage of space offered to Government on each floor: 694 Identify height (In feet) of the building above the lowest level of fire department vehicle access: 32 Identify the number of floors above the lowest level of fire department vehicle access: one Identify the number of floors below the lowest level of fire department vehicle access: : One - partial basement OTHER OCCUPANCIES IN BU (Che AD Th Apply) X Restaurants ❑ Laboratories ❑ Storage ❑ Retail ❑ Other (list) 109 GE(VERAI_ SERVICES AOMINISTRATI N PAGE 1 ai 5 GSA FORM 12000 (512005) UU I — L4 I U I ; 5t) HCI IibH t< HL 1 Y SLKV 1 UCb t tin NU, 1 C0.3031 J04 f , UJ PRELEASE FIRE PROTECTION AND LIFE SAFETY EVALUATION FOR A LOW -RISE OFFICE BUILDING BUILDING CONSTRUCTION TYPE (Check One) X Fire resistive ❑ Heavy Timber ❑ Ordinary ❑ Wood Frame ❑ Unprotective noncombustible VERTICAL OPENINGS (CHECK ONE) • Between Two or More Floors Exit Stairways ❑ open X enclosed with doors, provide description Public entry to upstairs restaurant Shafts ❑ open X enclosed, provide description Public elevator to upstairs restaurant Atrium ❑ open ❑ enclosed, provide description Other ❑ open X enclosed, provide description Stairs - Employees entry to upstairs restaurant None ❑ ELECTRICAL SYSTEM Please Check YES, N0, or NA to the following question: YES NO NA The building electrical system appears to comply with the NFPA 70, National Electrical Code In that there are no obvious deficiencies (e.g., temporary wiring, use of extension . cords, deteriorated equipment, missing X equipment, etc.). If potential problems are noted, describe on an attached sheet. BUILDING EGRESS :AND EXITING SYSTEM Please Check YES, NO, or NA to the following questions: NO NA Unrestrictive access is provided to a minimum of two exits on each floor. Scissor stairs count as only one approved exit. X Fire escapes are not counted as an approved exit. X Corridors have a 1 -hour fire- resistive rating. X Exit access is at least 44 inches wide. X All exit stairways terminate directly at a public way or at an exterior exit discharge. X - All exit doors swing in the direction of exit travel. X �_ BUILDINGS PROTECTED THROUGHOUT BY AUTOMATIC FIRE SPRINKLERS Please Check YES, N0, or NA to the following questions: YES NO NA The minimum separation distance between two exits or exit access doors measured in a straight line between the exits or exit access doors shall not be less than one -third the length of the maximum X overall diagonal dimension of the building or areaaerved. The travel distance to the exits is not more than 300 feet. X —_ The maximum length of a dead-end corridor is 50 feet. -- X The common path of travel is not more than 100 feet in length. X —� BUILDINGS NOT PROTECTED THROUGHOUT BY AUTOMATIC FIRE SPRINKLERS Please Check YES, N0, or NA to the following questions: YES NO NA The minimum separation distance between two exits or exit- access doors measured in a straight line between the exits or exit- access doors shall not be less than one -half the length of the maXlmum overall diagonal X dimension of the building or area served. The travel distance to the exits is not more than 200 feet X The maximum length of a dead -end corridor Is 50 feet X The common path of travel is not more than 75 feet in length. X F GENERAL SERVICES ADMINISTRATION + PAGE 2 05 GSA FORM 12000 (5/2005) uu i - L4 - Luu 1 wtv u l ; bb in lit KCAL I Y btKV I Utb CM NU, 1600001 1004 I ". u4 ( ( PRELEASE FIRE PROTECTION AND LIFE SAFETY EVALUATION FOR A LOW -RISE OFFICE BUILDING STANDPIPES AND PORTABLE FIRE EXTINGUISHERS , Please Check YES, NO, or NA to the following questions: YES NO NA _ Standpipes are installed in building. X Portable fire extinguishers are installed in building. X BUILDING EXIT HARDWARE AND EGRESS DOORS , Please Check YES, NO, or NA to the following questions; YES NO NA All exit stairway doors are in proper working order. X All exit stairway doors are self - closing or automatic - closing; and self - latching. X • In an emergency, all exit stairway doors permit re -entry from the exit stairway enclosure to the interior of the X building. Exit doors require one action to open (e.g., no locks, locked during unoccupied periods only). X NOTE: Special locking arrangements may be permitted if allowed by local jurisdiction. I AUTOMATIC FIRE SPRINKLERS Please Check YES, NO, or NA to the following questions: YES NO NA , Automatic fire sprinklers are installed throughout the building. X Automatic fire sprinklers are installed in all below -grade space. X Automatic fire sprinklers are installed only in corridors. X Automatic fire sprinklers are installed in all hazardous areas (as defined by NFPA 101, Life Safety Code). X • Automatic fire sprinklers are installed in other locations in the building (describe locations on additional sheet). X Central Sprinkler Company's Omega line of fire sprinklers are Installed in the building (describe location(s), X model(s), number of sprinklers, date installed, etc. on additional sheet). Automatic fire sprinklers having an "0 -Ring" are Installed in the building (describe location(s), model(s), number X of sprinklers, date installed, etc. on additional sheet). The automatic fire sprinkler system is electronically supervised in accordance with NFPA 13, Standard for X Installation of Sprinkler Systems. . The automatic fire sprinkler system is maintained in accordance with the applicable local codes or NFPA,25, X Standard for the Inspection, Testing, and Maintenance of Water -Based Fire Protection Systems. SMOKE _ E TECTORS . Please Check YES, NO, or NA to the following questions: YES NO NA Smoke detectors are installed throughout the building. X Smoke detectors are installed only in corridors. X Smoke detectors are installed only in elevator lobbies. X Smoke detectors are installed in all hazardous areas (as defined by NFPA 101, Life Safety Code). X Smoke detectors are installed in other locations in the building (describe other locations on additional sheet), • X Duct smoke detectors are installed in the building. X i HEAT DETECTORS Please Check YES, NO, or NA to the following questions: YES NO NA Heat detectors are installed throughout the building. X Heat detectors are installed only in corridors. X Heat detectors are installed in all hazardous areas (as defined by NFPA 101, Life Safety Code). X Heat detectors are installed in other locatloi i • building (describe other locations on additional sheet). X GENERAL SERVICES ADMINISTRATION PAGE 3 015 GSA FORM 12000 (5/2005) UU - 24 - '2UU I WLU U l ; bb fill UbR KEHL IY bt.KV 1 Ut.b NIA NU, 1 LOO 1 (JO4 I U� f ` PRELEASE FIRE PROTECTION AND LIFE SAFETY EVALUATION FOR A LOW -RISE OFFICE BUILDING FIRE ALARNI1 SYSTEM Please Check YES, NO, or NA to the following questions: YES NO NA A fire alarm system Is installed in the building. X Audible alarm notification appliances are installed and located throughout the building to be X effectively heard above normal conditions of occupancy. - Vislble alarm notification appliances are installed and located throughout the building. X Operation of the fire alarm system automatically notifies building occupants to evacuate or relocate within the . X building. Operation of the fire alarm system automatically notifies the local fire department or UL central station X service. Emergency power Is provided for the fire alarm system. X The fire alarm system has emergency voice communication capabilities. X The fire alarm system is maintained in accordance with the applicable local codes or NFPA 72, National X Fire Alarm Code. HAZARDOUS AREAS Hazardous Areas as defined' by NFPA 101, Life Safety Code Please Check YES, NO, or NA to the following questions; YES NO NA Hazardous areas are located in the building. ' X List locations of all hazardous areas in the building (describe locations on additional sheet). EXIT SIGNS, EMERGENCY LI 8, EMERGENCY POWER Please Check YES, NO, or NA to the following questions: YES NO NA Illuminated exit signs are installed along exit paths. X ' Emergency lighting is installed along exit paths. X Emergency power Is provided for building's Ilfe safety systems (e.g., exit signs, emergency lighting, fire alarm, etc.). X An emergency generator is installed in the building to provide emergency power to the building's life safety systems. X An UPS system is installed in the building to provide emergency power to the building's Ilfe safety systems. X INTERIOR FINISH � _. Please Check YES, NO, or NA to the following questions: YES NO NA Offered space has corkboard installed on walls. X Offered space has carpet installed on walls. X Offered space has wood paneling installed on walls. X 1 ELEVAfVORS I Please Check YES, NO, or NA to the following questions: YES NO NA Elevators have a current certificate of elevator inspection from the local jurisdiction. X Elevators are equipped with telephones or other two-way emergency signaling systems connected to an X emergency communication location manned during normal working hours when the elevators are in service. Elevators are automatically recalled by smoke detectors located in elevator lobbies and machine rooms. X Elevators recall to an alternate level when activated by primary level smoke detector. X Elevators are equipped with firemen's manual capture feature, X .. PUBLIC ADDRESS; SYSTEMS _ Please Chock YES, NO, or NA to the followin estion: YES NO NA GENERAL SERVICES ADMINISTRATION ` � 'S PAGE 4 of 5 GSA FORM 12000 (5/2005) r UUl Vitt) U(;5( Hf1 libti KOHLI JC,KVIUtb .1'M AU, 1COJO31 /304 r. uu PRELEASE FIRE PROTECTION AND LIFE SAFETY EVALUATION FOR A LOW -RISE OFFICE BUILDING An independent public address system is provided throughout the building. • • GENERAL SERVICES ADMINISTRATION PAGE 5 of 5 GSA FORM 12000 (5/2005) 0 I ® j I re 1 9 ! Proposed e cation of j , 9 TSA olcra[ning Area Q ® 0 A i .go and storage. Approximately N e 542 sq. ft.. Actual room layout flop � 1nTay v ar li , TSA Break Raorn • � w ` Approximately 153 sq.& i_- ® easoFr 0 VtiEll A . -, *r•:\ e a p . f ; � O w �SQFT ® D 0 1 rr 1 / m / Wrh 1 Ei1 3 .-- •a SOFT trA.. , .7" . l\ I� ' :' 1J . , A-0 ( 1 12' r 1 I �r - tee : s--..a.1 n ` 0 110(1 III _OW: ® 0 P11_ o -� Airline Ticket Coun(e c G a r■ 4__:67: -. I 0. ILA.p. ..ti 0 ® 1 I L 4 ENO t ' D 1 (1: z r — Tli r -< s _ � _- 6 41. rru --+.r 14 4 GENERAL SERVICE, .IISTRATION SUPPLEMENTAL A DATE PUBLIC BUILDINGS SERVICE NO. 1 1 July 7, 2010 TO LEASE NO GS-10B-06906 BLDG NO WA7864 ADDRESS OF PREMISES: Yakima Air Terminal McCallister Field 2400 W. Washington Avenue Yakima, WA 98903 -1134 THIS AGREEMENT, made and entered into this date by and between Yakima Air Terminal McCallister Field, whose address is: 2400 W. Washington Avenue, Yakima, WA 98903 -1134 hereinafter called the Lessor, and the UNITED STATES OF AMERICA, hereafter called the Government: WHEREAS, the parties hereto desire to amend the above Lease. NOW THEREFORE, these parties for the considerations hereinafter mentioned covenant and agree that the said Lease is amended, effective November 15, 2007. as follows: Supplemental Lease Agreement (SLA) Number 1 has been prepared to revise the square footage of the lease, in accordance with CAD based re- measurement, adjust the rental to reflect this actual footage, adjust rental to reflect TI cost credits and specify the future expiration of Tenant Improvement rent credits. Therefore Part II A. 6c Rentable SQ. Ft. and Part II C. Rental Sections 7 and 8 of GSA Form 3626 are hereby deleted in their entirety and replaced below, and language is added to Attachment Sheet Number 1 - Rental Adjustment paragraph. Part II A. 6c Rentable SQ. FT. 862 Part H B. 7. Amount of Annual Rent (Annual) $18,282.20 per annum Part II B. 8. Amount of Annual Rent (Monthly) — paragraph deleted Attachment Sheet Number 1 Rental Adjustment: Effective November 15, 2012, the TI credit amortization will expire and rental will adjust to the amount of $24,123.46. All other terms and conditions of the lease shall remain in force and effect. CITY CONTRACT NO / ' ^ t tiektlik RESOLUTION NO: IN WITNESS WHERE' , the parties subscri d their names as of the above date. LEST:' BY J L/ (�atur;, (Title) INP'. ' CE OF i� sA (Sig ature) Address) /103 UNITED STATES OF AMERICA a ! 2 8 2'310 CONTRACTING OFFICER BY �` / GENERAL SERVICES ADMINISTRATION (J (Signature) (Official Title) GSA Form 276 (Jul. 67) 1 I . 1 ' . ._,,, • / Q , S 1 I it 1 ' •• a. V \\) I! 1 . o- ' — •• ■ 1 I . . , 1 - ' --' , ..... 1 / IMF:- 1111---- Ditil ,,,... I i __ &W.?? Asoicc MO RRR ri 9,1P 1114111; I II 1 11 1 lir li [NO 1 eN I T Pi 1 11§ :4 ligg15 1/11! 0/ i i 1 9! ge; wi. oil i i 1 151 1 Pt it Oil 4 1114 ,s. k 51'• 1 1 11 s BERNARDoM LLS ' ARCH! TEUS PC 1---- Yakima Air Terminal \ TSA Office for General Services Administraton Floor Plan n - o ii,,: ... 11 MM COL 1I a e.- gR I; 4141 11 A A _,.. sofa B WJ A BERNARDOlWI LLS ARCHI TECTS PC Yakima Air Terminal \ TSA Office for General Services Administraton Reflected Ceiling Plan i E II I Will I ■ I .� I I. r MI Ii • ' illi R BERNARDO W LLS ARCM TEGTS PC Yakima Air Terminal \ TSA Office for General Services Administraton Power \ Data Plan GENERAL SERVICES ADMINISTRATION LEASE AMENDMENT No. 2 PUBLIC BUILDINGS SERVICE TO LEASE NO. GS -10B -06906 LEASE AMENDMENT ADDRESS OF PREMISES Bldg No. WA7864 2400 W. Washington Avenue Yakima, WA 98903 -1134 THIS AGREEMENT, made and entered into this date by and between City of Yakima whose address is: 129 N. Second Street, Yakima, WA 98901 hereinafter called the Lessor, and the UNITED STATES OF AMERICA, hereinafter called the Govemment: WHEREAS, the parties hereto desire to amend the above Lease. NOW THEREFORE, these parties for the considerations hereinafter mentioned covenant and agree that the said Lease is amended, effective December 1, 2014 as follows: The Lessor has undergone a change in name /organizational structure from Yakima Air Terminal McAllister Field, to City of Yakima. Lease Amendment (LA) 2 reflects modification to the Lessor' Name, Address, Tax Identification Number, DUNS Number and GSA Form 3518, Representations and Certifications. To accomplish this, Part II - Offer, Section C. 9, C.1 Oa, and C. 10b are hereby deleted in their entirety and replaced as follows. Part II - Offer. Section C. 9 Make checks payable to: City of Yakima 129 N. Second Street Yakima, WA 98901 C.10a Name and Address of Owner: City of Yakima 129 N. Second Street Yakima, WA 98901 C.10b — Telephone number of Owner: (509) 575 -6149 All other terms and cond'. ons of the -ase shall >- ain in force and effect. IN WITNESS WHERE (1=', the pat .s subscri • - • their names as of the below date. FOR THE LESSOR / FOR THE GOVERNMENT: Signaturelr / Signature: JerlAA;t/ Name: Name: J e.r 14e8? le r7) Title: Manager Title: ' Lease o r actmg rcer Entity Name: City of Yaki a GSA, Public Buildings Service, Leasing Division Date: ) /41 y Date: WITNESSED FOR THE LESSOR BY: CITY CONTRACT NO _• __. .. ,1 RESOLUTION NO: __. . _ __ Signature: << Name: rl C_ Title: Date: l,' (Di Lease Amendment Form 09/12