Loading...
HomeMy WebLinkAboutLease LAG-04-002 ATCT Renton,Washington FEDERAL AVIATION ADMINISTRATION LEASE FOR REAL PROPERTY LEASE NUMBER DTFANM-03-L-00150 Date of Lease: 1. THIS LEASE,entered into by and between City of Renton,whose interest in the property hereinafter described is that of owner,hereby referred to as LESSOR,and the United States of America, hereinafter referred to as the GOVERNMENT OR FAA:WITNESSETH: The Parties hereto, and for the consideration hereinafter mentioned,covenant and agree as follows: 2. DESCRIPTION OF PREMISES -The LESSOR hereby leases to the GOVERNMENT the following described premises: 1,717 net usable square feet of space on the main, second,third,fourth and fifth floors of the Air Traffic Control Building,with the location address of Renton Municipal Airport, 616 West Perimeter Road,Renton,WA 98055-1348. This 1,717 square feet is comprised of the following(see Attachment C): Room Name Floor No. Area(Sq.Ft.) Ready and training room 4 218 Telco equipment room 1 (NW Corner) 71 ATCT Chiefs office 2 126 ofieNAL Administrative area 2 165 Training room 2 58 Storage 2 95 Equipment room 3 479 Kitchen 4 181 Tower Cab 5 324 Total 1,717 The Government will also be allowed twenty-four hour a day access to the 1st floor equipment room (where the electrical control panels are located)located in the City's Airport Office. Two on-site parking spaces for Government vehicles shall also be provided as part of the lease. 3. TERM-To have and to hold,for the term commencing on January 1,2003,and continuing through January 30,2014 inclusive,PROVIDED,that adequate appropriations are available from year to year for the payment of rentals. This Lease succeeds Lease Number DTFA11-91-L-00073,which expired on December 31,2002. 4. PURPOSE-Use of Premises: The Premises are leased to the GOVERNMENT for the following described purpose: 4a. The control of air traffic for Renton Municipal Airport,in accordance with the Airport Minimum Standards for Aeronautical Activities. 4b. Continuous Use: GOVERNMENT covenants that the premises shall be continuously used for those purposes during the term of the lease,shall not be allowed to stand vacant or idle,and shall not be used for any other purpose without LESSOR's written consent first having been obtained. Consent of LESSOR to other types of activities will not be unreasonably withheld. w+► 4iNge ATCT Renton,Washington DTFANM-03-L-00150 5. CANCELLATION-Either party may terminate this lease at any time,in whole or in part, if either party determines that it is in the best interest of the Government or the LESSOR,by giving at least thirty(30)days notice in writing to the other party. No rental shall accrue after the effective date of termination. Said notice shall be computed commencing with the day after the date of mailing. Should the LESSOR elect to terminate this lease,then Air Traffic Control Services will no longer be required and the government's obligation to provide those services are also terminated at the same time as the termination of the lease. 6. RENTAL A. INITIAL RENT- Annual rent in the amount of TWENTY-FIVE THOUSAND, SEVEN HUNDRED FIFTY-FIVE AND NO/100 DOLLARS($25,755.00)shall be payable to the LESSOR in arrears at the end of each month,in the amount of$2,146.25, and will be due on the first workday of each month,without the submission of invoices or vouchers. Rent shall be considered paid on the date a check is dated or an electronic funds transfer is made. Rent for a period of less than a month shall be prorated. Checks will be made payable to: City of Renton, 1055 S. Grady Way,Renton,WA 98055-1348. Rental for the premises shall be broken down as follows: Base Rent: 1,717 sq.ft. @$12.00*/sq ft $20,604.00 Services: 1,717 sq. ft. @$3.00/sq ft $5,151.00 Annual Amount$25,755.00 Monthly Amount $2,146.25 *Base Rent includes$5.52 for HVAC and Copper Tubing(potable water line)improvements. This amount shall remain as part of the base rent until the period beginning October 1,2015. B. RENTAL ADJUSTMENT DATE- Effective as of January 1,2002, the starting date of this lease,and every three(3)years thereafter,said rental rate as herein specified shall be readjusted by and between the parties to be effective for each ensuing three(3)year period. Rental increases will be at 3%for each three(3)year period as follows: Jan 2002 thru Jan 2005 $25,755.00 Jan 2005 thru Jan 2008 $26,528.00 Jan 2008 thru Jan 2011 $27,324.00 Jan 2011 thru Jan 2014 $28,144.00 In addition,beginning with the annual term of October 1,2004—September 30,2005,the cost of services may be adjusted upward or downward. Adjustments will be effective at the beginning of each year that the lease is renewed,provided that the LESSOR submits a written notice 60 days in advance of the renewal date(August 1st of each year)and provided also that the LESSOR supplies documentation that actual costs have exceeded the current rates. C. PERIODIC RENTAL ADJUSTMENTS- LESSOR and GOVERNMENT do hereby agree that the annual Base Rent of TWELVE DOLLARS AND NO/100 DOLLARS($12.00)per square foot per year and THREE DOLLARS($3.00)per square foot per year for services shall remain in effect until January 1,2005 and effective as of that date the rental rate shall automatically be readjusted by and between the parties as specified in paragraph 6B. D. CONTRACT DISPUTES- All contract disputes and arising under or related to this lease contract shall be resolved through the Federal Aviation Administration(FAA)dispute resolution system at 2 *twee N.✓ ATCT Renton,Washington DTFANM-03-L-00150 the Office of Dispute Resolution for Acquisition(ODRA)and shall be governed by the procedures set forth in 14 C.F.R.Parts 14 and 17,which are hereby incorporated by reference.Judicial review, where available, will be in accordance with 49 U.S.C.46110 and shall apply only to final agency decisions.A Lessor may seek review of a final FAA decision only after its administrative remedies have been exhausted. (6D 1) All Contract Disputes shall be in writing and shall be filed at the following address: Office of Dispute Resolution for Acquisition,AGC-70, Federal Aviation Administration, 800 Independence Ave,S.W., Room 323, Washington,DC 20591, Telephone: (202)267-3290, Facsimile: (202)267-3720 (6D2) A contract dispute against the FAA shall be filed with the ODRA within two(2) years of the accrual of the lease contract claim involved.A contract dispute is considered to be filed on the date it is received by the ODRA. The full text of the Contract Disputes clause is incorporated by reference. The full text can be found via Internet at Contract Dispute Full Clause. E. EMERGENCY RESPONSE- GOVERNMENT must provide reasonable access and response to the Airport Manager in times of emergency or urgency. F. LATE PAYMENT CHARGE- It is hereby further agreed that if such rental is not paid before the 10th of each month,then there will be added a late payment charge of 5%per month for each month of delinquency until paid. It is agreed that this late payment charge is a reasonable estimate of the increased costs to the city of the staff effort to monitor and collect late payments,as well as related city expenses due to such late payment. If any check received by LESSOR is returned unpaid for any reason, LESSOR reserves the right to make an additional charge up to the maximum amount allowed by law. 7. SERVICES AND UTILITIES (To be provided by LESSOR as part of rent. Services shall be Building Standard,unless level of service is prescribed in Attachment A.) Services,utilities,and maintenance will be provided daily. Services supplied to technical equipment shall be supplied 24 hours a day,and seven days a week.The GOVERNMENT shall have access to the leased premises at all times,including the use of electrical services,toilets,lights, ,and GOVERNMENT office machines without additional payment. The following checked boxes reflect the services that the LESSOR will provide to the GOVERNMENT for the leased premises: HEAT ONLY ELECTRICITY—Operation of lights,computers,and office machines. ® WATER(hot&cold) ® SNOW REMOVAL Removal of snow and ice from the entrances,exterior walks,and parking areas around the premises(during the hours of normal airport operation). ® Trash Removal • HVAC—Temperatures between 65 and 70 degrees Fahrenheit during the heating season.* Air conditioning(for the tower cab only)sufficient to maintain temperatures between 76 and 80 degrees Fahrenheit during the cooling season.* El GROUND MAINTENANCE—Landscape plants and lawn. El INITIAL&REPLACEMENT LAMPS,TUBES, &BALLASTS ® PAINTING—Frequency: every five years for interior leased premises. 3 ATCT Renton,Washington DTFANM-03-L-00150 ® OTHER(SPECIFY): *Both heating and cooling(where applicable)temperatures must be maintained throughout the leased premises and service areas,regardless of outside temperatures, during the Government's hours of operation;Exterior and interior door lock hardware, designed to accept 7-pin"Best Lock"removable cores;Extermination and control of pests within the premises;Access to and use of main entry lobby and common hallways;monitoring of the fire alarm system,including maintenance and annual inspection of the system panel,and the fan system for stairwells. 8. GENERAL CLAUSES: A. INSPECTION-The GOVERNMENT reserves the right,at any time after the Lease is signed and during the term of the Lease,to inspect only the leased premises and all other common areas of the building to which access is necessary to ensure a safe and healthy work environment for the GOVERNMENT tenants and the LESSOR's performance under this lease. The GOVERNMENT shall have the right to perform sampling of suspected hazardous conditions. B. DAMAGE BY FIRE OR OTHER CASUALTY-If the building or structure is partially or totally destroyed or damaged by fire or other casualty or if environmentally hazardous conditions are found to exist so that the leased premises is untenantable as determined by the GOVERNMENT,the GOVERNMENT may terminate the Lease,in whole or in part,immediately by giving written notice to the LESSOR and no further rental will be due. C. MAINTENANCE OF THE PREMISES-The LESSOR shall maintain the demised premises,including the building,grounds,and all equipment,fixtures,and appurtenances furnished by the LESSOR under this Lease,in good repair and tenantable condition,except in case of damage arising from the act or the negligence of the Government's agents or employees. For the purpose of so maintaining 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. D. FAILURE IN PERFORMANCE-In the event the LESSOR fails to perform any service,to provide any item,or meet any requirement of this Lease,the GOVERNMENT may perform the service, provide the item,or meet the requirement,either directly or through a contract. The GOVERNMENT may deduct any costs incurred for the service or item,including administrative costs,from the rental payments. No deduction of rent pursuant to this clause shall constitute default by the GOVERNMENT on this Lease. E. DEFAULT BY LESSOR-(1)Each of the following shall constitute a default by LESSOR under this Lease: (a)If the LESSOR fails to perform the work required to deliver the leased premises ready for occupancy by the GOVERNMENT with such diligence as will ensure delivery of the leased premises within the time required by the lease agreement,or any extension of the specified time. (b)Failure to maintain,repair,operate or service the premises as and when specified in this Lease,or failure to perform any other requirement of this Lease as and when required provided such failure which shall remain uncured for a period of time as specified by the Real Estate Contracting Officer,following LESSOR's receipt of written notice thereof from the Real Estate Contracting Officer. (c)Repeated failure by the LESSOR to comply with one or more requirements of this Lease shall constitute a default notwithstanding that one or all failures shall have been timely cured pursuant to this clause. (2)If default occurs,the GOVERNMENT may,by written notice to the LESSOR,terminate the Lease in whole or in part. F. DEFAULT BY LESSEE-(1)Each of the following shall constitute a default by the Government under this Lease: (a)If the Government fails to pay the applicable rents and charges(b) damages the building,(c)neglects to maintain the air traffic control functions necessary for safe flight or (d)fails to comply with any requirements of this lease G. COMPLIANCE WITH APPLICABLE LAWS-The LESSOR shall comply with all federal, state and local laws applicable to the LESSOR as owner or LESSOR,or both,of building or 4 ATCT Renton,Washington DTFANM-03-L-00150 premises,including,without limitation, laws applicable to the construction,ownership,alteration or operation of both or either thereof,and will obtain all necessary permits,licenses and similar items at LESSOR's expense. This Lease shall be governed by Federal law. H. ALTERATIONS-The GOVERNMENT shall have the right during the existence of this Lease to make alterations,attach fixtures,and erect structures or signs in or upon the premises hereby leased,which fixtures,additions or structures so placed in,on,upon,or attached to the said premises shall be and remain the property of the GOVERNMENT and may be removed or otherwise disposed of by the GOVERNMENT subject to the LESSOR's approval not to be unreasonably withheld. Upon completion of capital improvements made on the Premises,it is the GOVERNMENT's responsibility to promptly notify LESSOR of such completion(see Restoration clause#C2-Attachment A). I. ACCESSIBILITY-The Building and the leased premises shall be accessible to the handicapped in accordance with FED-STD-795,the Uniform Federal Accessibility Standards(41 CFR 101- 19.6,App.A)and all applicable state and local accessibility laws and regulations. J. OFFICIALS NOT TO BENEFIT-No member of or delegate to Congress,or resident commissioner,shall be admitted to any share or part of this contract,or to any benefit arising from it. However,this clause does not apply to this contract to the extent that this contract is made with a corporation for the corporation's general benefit. K. COVENANT AGAINST CONTINGENT FEES-The LESSOR warrants that no person or agency has been employed or retained to solicit or obtain this contract upon an agreement or understanding for a contingent fee,except a bona fide employee or agency. For breach or violation of this warranty,the GOVERNMENT shall have the right to annul this contract without liability or, in its discretion,to deduct from the contract price or consideration,or otherwise recover the full amount of the contingent fee. L. ANTI-KICKBACK-The Anti-Kickback Act of 1986(41 U.S.C. 51-58)(the Act),prohibits any person from(1)Providing or attempting to provide or offering to provide any kickback;(2)Soliciting, accepting,or attempting to accept any kickback;or(3)Including,directly or indirectly,the amount of any kickback in the contract price charged by a prime Contractor to the United States or in the contract price charged by a subcontractor to a prime Contractor or higher tier subcontractor. M. EXAMINATION OF RECORDS-The Comptroller General of the United States,the Administrator of FAA or a duly authorized representative from either shall,until 3 years after final payment under this contract have access to and the right to examine any of the LESSOR's directly pertinent books,documents,paper,or other records involving transactions related to this contract. N. ASSIGNMENT OF CLAIMS-Pursuant to the Assignment of Claims Act,as amended,31 USC 3727,41 USC 15,the LESSOR may assign his rights to be paid under this Lease. O. SUBORDINATION,NONDISTRUBANCE AND ATTORNMENT(10/96)-The GOVERNMENT agrees,in consideration of the warranties herein expressed,that this Lease is subject and subordinate to any and all recorded deeds of trust,mortgages,and other security instruments now or hereafter imposed upon the premises,so long as such subornation shall not interfere with any right of the GOVERNMENT under this Lease. The Parties hereto mutually agreed that this subordination shall be self- operative and that no further instrument shall be required to effect said subordination. In the event of any sale of the premises,or any portion thereof,or any such transfer of ownership,by foreclosure of the lien of any such security instrument,or deed provided in lieu of foreclosure,the GOVERNMENT will be deemed to have attorned to any purchaser,successor,assigns,or transferee. The succeeding owner will be deemed to have assumed all rights and obligations of the LESSOR under this Lease, establishing direct privity of estate and contract between the GOVERNMENT and said purchasers/transferees,with the same force,effect and relative priority in time and right as if the Lease had initially been entered into between such purchasers or transferees and the GOVERNMENT;provided that such transferees shall promptly provide,following such sale or transfer,appropriate documentation deemed 5 l r✓ \.ir ATCT Renton,Washington DTFANM-03-L-00150 necessary by the Real Estate Contracting Officer,and shall promptly execute any instrument, or other writings,as shall be deemed necessary to document the change in ownership. P. LESSOR'S SUCCESSORS-The terms and provisions of this lease and the conditions herein bind the LESSOR and the LESSOR's heirs,executors,administrators,successors,and assigns. Q. NO WAIVER-No failure by the either party to insist upon strict performance of any provision of this Lease,or failure to exercise any right, or remedy consequent to a breach thereof, shall constitute a waiver of any such breach in the future. R. INTEGRATED AGREEMENT-This Lease,upon execution,contains the entire agreement of the parties,and no prior written or oral agreement,express or implied shall be admissible to contradict the provisions of this Lease. S. EQUAL OPPORTUNITY - The LESSOR shall have on file affirmative action programs required by the rules and regulations of the Secretary of Labor(41 CFR 60-1 and 60-2). T. AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS-The LESSOR agrees to comply with the rules,regulations,and relevant orders of the Secretary of Labor(Secretary)issued under the Vietnam Era Veterans'Readjustment Assistance Act of 1972(the Act),as amended. If the LESSOR does not comply with the requirements of this clause, appropriate actions may be taken under the rules,regulations,and relevant orders of the Secretary issued pursuant to the Act. U. AFFIRMATIVE ACTION FOR DISABLED WORKERS-The LESSOR agrees to comply with the rules,regulations,and relevant orders of the Secretary of Labor(Secretary) issued under the Rehabilitation Act of 1973 (29 USC 793)(the Act),as amended. If the LESSOR does not comply with the requirements of this clause,appropriate actions may be taken under the rules,regulations, and relevant orders of the Secretary issued pursuant to the Act. V. LIMITATION UPON LESSOR'S LIABILITY- LESSOR shall not be liable for any damage to property or persons caused by,or arising out of any act or omission of any GOVERNMENT or other occupants of the building,or their agents, servants,employees or invitees thereof. W. RIGHT OF INSPECTION- GOVERNMENT will allow LESSOR,or LESSOR's agent, free access at all reasonable times to the Premises for the purpose of inspection,or of making repairs, additions or alterations to the Premises,or any property owned by or under the control of LESSOR. X. HOLDING OVER- If,without execution of any extension or renewal of this lease GOVERNMENT should remain in possession of the premises after expiration or termination of the term of this lease,then GOVERNMENT shall be deemed to be occupying the Premises as a tenant from month-to-month. All the conditions,terms,and provisions of this lease,insofar as applicable to a month-to-month tenancy, shall likewise be applicable during such period. Y. NO WAIVER- It is further covenanted and agreed between the parties hereto that no waiver by LESSOR of a breach by GOVERNMENT of any covenant,agreement,stipulation,or condition of this lease shall be construed to be a waiver of any succeeding breach of the same covenant,agreement, stipulation,or condition,or a breach of any other covenant agreement, stipulation,or condition. The acceptance by the LESSOR of rent after any breach by the GOVERNMENT of any covenant or condition by GOVERNMENT to be performed or observed shall be construed to be payment for the use and occupation of the premises and shall not waive any such breach or any right of forfeiture arising therefrom. Z. NOTICES- All notices under this lease shall be in writing and delivered in person,with receipt therefor,or sent by certified mail,in the case of any notice unto LESSOR, at the following address: Airport Manager 616 West Perimeter Road 6 ATCT Renton,Washington DTFANM-03-L-00150 Renton,Washington 98055 and in case of any notice unto GOVERNMENT shall be sent to: Federal Aviation Administration 1601 Lind Ave SW Renton,WA 98055, ANM-53R AA. CAPTIONS- Article and paragraph captions are not a part hereof. BB. ENTIRE AGREEMENT- This Lease contains all agreements of the parties with respect to any matter mentioned herein. No prior agreement or understanding pertaining to any such matter shall be effective. This Lease may be modified in writing only, signed by the parties in interest at the time of the modification. CC.CUMULATIVE REMEDIES- No remedy or election hereunder shall be deemed exclusive, but shall wherever possible,be cumulative with all other remedies at law or in equity. DD.TRANSFER OF PREMISES BY LESSOR- In the event of any sale,conveyance,transfer or assignment by LESSOR of its interest in the Premises,LESSOR shall be relieved of all liability arising from this Lease and arising out of any act,occurrence or omission occurring after the consummation of such sale,conveyance,transfer or assignment. The LESSOR's transferee shall be deemed to have assumed and agreed to carry out all of the obligations of the LESSOR under this Lease,including any obligation with respect to the return of any security deposit. With the exception of anything specified in the buy sell agreement. 9. NET USABLE SPACE. Net usable space is the method of measurement for the area for which the Government will pay a square foot rate. It is determined as follows: If the space is on a 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. If the space is on a multiple tenancy floor,measure from the exterior building walls as above and to the room side finish of the fixed corridor and shaft walls and/or the center of tenant separating partitions. In all measurements,make no deductions for columns and projections enclosing the structural elements of the building and deduct the following from the gross area including their enclosing walls: rest rooms and lounges, stairwells,elevators and escalator shafts,building equipment and service areas, entrance and elevator lobbies,stacks and shafts,and corridors in place or required by local codes and ordinances. 10. INTERFERENCE WITH GOVERNMENT OPERATIONS. The LESSOR shall,upon notice by the Government,immediately cease any operation or alleviate any physical confrontation that has or may cause interference with the Government's facility. 11. FUNDING RESPONSIBILITY FOR GOVERNMENT FACILITIES. The LESSOR agrees that any relocation,replacement,or modification of any existing or future Government facilities covered by this Lease during its term or any renewal thereof made necessary by airport improvements or changes which in the Government's opinion interfere with the technical and/or operational characteristics of the Government facilities will be at the expense of the LESSOR,except when such improvements or changes are made at the written request of the Government. In the event such relocations,replacements,or modifications are 7 NW. Niro ATCT Renton,Washington DTFANM-03-L-00150 necessitated due to causes not attributable to either the LESSOR or the Government, funding responsibility shall be determined jointly by the LESSOR and the Government. 12. DISPLAY ADVERTISING. If the leased premises are solely for Government use,no advertising matter shall be constructed on or over the premises,unless authorized by the Contracting Officer. 13. INSTALLATION OF ANTENNA,CABLES AND OTHER APPURTENANCES. The Government shall have the right and privilege to install,operate and maintain antennas,wires and their supporting structures including any linking wires,connecting cables and conduits atop and within the Control Tower building and Control Tower grounds,as deemed necessary by the Government. 14. INSPECTION OF PREMISES. At all times after receipt of offers,prior to or after acceptance of any offers,or during any construction,remodeling,or renovation work,the premises and the building or any parts thereof,upon reasonable and proper notice,must be accessible for inspection by the Contracting Officer,or by architects,engineers,or other technicians representing him,to determine whether the essential requirements of the solicitation or the lease requirements are met. Additionally,the Government reserves the right,upon reasonable notice,to inspect and perform bulk sampling and analysis of suspected asbestos containing materials and to monitor the air for asbestos fibers in the space offered or under lease as well as other areas of the building deemed necessary by the Contracting Officer. Also,the Government shall have the right to inspect the premises for any leaks,spills,or other potentially hazardous conditions, which may involve tenant exposure to Polychlorinated Biphenyls(PCBs). 15. ATTACHMENTS ❑ See herein attached-Attachment"A"—Additional Lease Provisions and Attachment"B" -Central Station Fire Alarm Monitoring,and Attachment C—Government Leased Area. 8 NNW ATCT Renton,Washington DTFANM-03-L-00150 IN WITNESS WHEREOF, the parties hereto have signed their names: GOVERNMENT: LESSOR: THE CITY OF RENTON a Washington municipal corporation b 1 PA r: by Kathy Keolker-Wheeler ._A.Aits: 0 i(Lt4C T�A a c C ryor �`" Date: 411 1 ?(of Date: y' L i • C14 ATTEST: f `. 60,44-1...e:6..k C t Bonnie Walton City Clerk Date: �`-a16-ot067` Ap , ved as to legal form: pz91I-7/42,1--r-,A-C2-4.--- Lawrence G. Warren City Attorney 9 'toe *Noe ATCT Renton,Washington ATTACHMENT A Lease Number DTFANM-03-L-00150 I. SECTION A-SERVICES, UTILITIES, AND MAINTENANCE A 1-Grounds Maintenance The LESSOR shall maintain in good condition landscape plants and lawns. The LESSOR shall also remove snow and ice from the entrances,exterior walks and parking areas around the premises,prior to and during the Government's normal operating hours. II. SECTION B -SAFETY AND FIRE PREVENTION B1-Fire and Safety Requirements All NFPA Standards addressed in this section reference the current edition of NFPA in place at the signing of this contract. At any point when construction takes place, systems should be brought into compliance according to the current edition of NFPA.The building shall,as required by Code,be equipped with automatic sprinklers which conform to NFPA No. 13,be maintained in accordance with NFPA No. 13A, have electrically supervised control valves(NFPA No. 13),and have water-flow alarm switches connected to automatically notify the local fire depaituient(NFPA No.72)or central station(NFPA No. 71). The notification of the fire depaitment or central station shall be accomplished through the building fire alarm system. Regardless of code requirements when the leased space(including garage areas under lease by the FAA)is on the 6th floor and above,or below grade, sprinklers are required. A manual fire alarm system shall be provided,maintained,and tested by the LESSOR in accordance with NFPA Standard No. 71 and 72 in buildings,which are three(3)or more stories in height or contain more than 50,000 square feet gross floor area. The fire alarm system wiring and equipment must be electrically supervised and automatically notify the local fire department and conform to NFPA Standards No. 70 and 72. Engineered smoke control systems,if present,shall be maintained in accordance with the manufacturer's recommendations. Fire-safety,equivalent to the requirements stated above in this clause,may be accepted,at the discretion of the Real Estate Contracting Officer, if certified by a Licensed Fire Protection Engineer. Portable fire extinguishers shall be provided, inspected,and maintained by the LESSOR in accordance with NFPA Standard No.10. B2-Indoor Air Quality The LESSOR shall control contaminants at the source and/or operate the space in such a manner that the indicator levels for carbon monoxide(CO),carbon dioxide(CO2),and formaldehyde(HCHO),are not exceeded. The indicator levels for office area are as follows: CO-9 parts per million(PPM)time weighted average (TWA-8-hour sample);CO2- 1,000 PPM(TWA);HCHO-0.1 PPM(TWA). All indoor air contaminant levels in leased space will be kept below appropriate OSHA regulations or Consensus standards,whichever is stricter. Air quality and facility cleaning will be adequate to prevent the growth of mold,mildew and bacteria. Any visual evidence of these will require immediate sampling and remediation.Moisture/standing water will be controlled to prevent the growth of these. During working hours,ventilation shall be provided in accordance with the latest edition of ANSI/ASHRAE Standard 62, Ventilation for Acceptable Indoor Air Quality. The LESSOR shall promptly investigate indoor air quality(IAQ)complaints and shall implement controls including alteration of building operating procedures(e.g., adjusting air intakes,adjusting air distribution, ATCT Renton,Washington DTFANM-03-L-00150 cleaning and maintaining HVAC,etc.). The FAA is responsible for addressing IAQ problems resulting from its own activities. MSDS will be provided for all cleaning solutions used in the FAA spaces. B3-OSHA Requirements The LESSOR shall provide space,services,and conditions that comply with Occupational Safety and Health Administration(OSHA)safety and Health standards(29 CFR 1910 and 1926). B4-Radon Radon levels in in the air traffic control tower as described in"Section 2-Description of Premises", shall not equal or exceed the EPA action level for homes of four(4)picocuries per liter(PCI/L). If radon levels are found to be at or above 4 PCI/L,the LESSOR shall develop and promptly implement a plan of corrective action. B5-Warranty Of Space (a)Notwithstanding inspection and acceptance by the Government or any provision concerning the conclusiveness thereof,the LESSOR warrants that all space as described in"Section 2-Description of Premises", leased to the Government under this contract, spaces above suspended ceilings in the leased space,air plenums elsewhere in the building which service the leased space, engineering spaces in the same ventilation zone as the leased space,public spaces and common use space(e.g.,lobbies,hallways)will,at the time of acceptance and during the term of the lease contract,comply with the asbestos containing material(ACM)and polychlorinated biphenyl(PCB)requirements of the Toxic Substance Control Act. The Real Estate Contracting Officer shall notify the LESSOR in writing,within 30 days after the discovery, of any failure to comply with the asbestos requirement. With any construction work,LESSOR would be required to comply with the OSHA regulations for Asbestos and relevant FAA orders (b)The leased premises as described in"Section 2-Description of Premises", shall be free of all asbestos- containing material,PCB's,Radon,and other environmentally hazardous substances. If either ACMs or PCBs are found to be in the leased space the Government reserves the right to require the LESSOR,at no cost to the GOVERNMENT,to take whatever corrective action as might be required by the Toxic Substance Control Act,EPA regulations and state requirements. All facilities constructed prior to 1981 are to have an asbestos building survey conducted by a qualified inspector including a visual examination and bulk sampling. All ACM survey reports are to be made available to the Real Estate Contracting Officer. (c)If the LESSOR fails,after receipt of notice,to make correction within the specified period of time,the Government shall have the right to make correction and charge to the LESSOR the costs occasioned to the FAA or terminate the lease agreement with a ninety(90)day written notice to the LESSOR at no cost to the Government. In the event that the correction needed cannot wait 90 days,than the airport will respond promptly. (d)The rights and remedies of the FAA in this clause are in addition to any other rights and remedies provided by the law and under this contract. (e)Definitions. (1)"Acceptance",as used in this clause means the act of an authorized representative of the Government by which the Government assumes for itself,or as an agent of another,the leased premises as ready for occupancy or approves a portion of the premises for occupancy in accordance with the provisions of this lease contract. (2) "Correction",as used in this clause,means(i)the removal,encapsulation or enclosure of any friable asbestos materials found in the space leased to the Government,spaces above suspended 2 Isri Nue ATCT Renton,Washington DTFANM-03-L-00150 ceilings in the leased space,air plenums elsewhere in the building which service the leased space, public spaces,engineering spaces in the same ventilation zone as the leased space and common use space(e.g.,lobbies,hallways).Following such abatement actions,the LESSOR shall adhere to the FAA's required post-asbestos-abatement air monitoring program. (ii)With regard to non- friable asbestos materials in good condition,it means the establishment and execution of a special operations and maintenance program and an abatement plan, approved by the Government,to be implemented from the time the materials are discovered through the remainder of the lease term, and(iii)with regard to PCBs,it involves the removal or retrofitting, in accordance with EPA regulations,of any PCB equipment present in the building. III. SECTION C—MISCELLANEOUS Cl-Erection of Signs The Government shall have the right to erect on or attach to the LESSOR's premises such signs as may be required to clearly identify the Government's facility in compliance with the LESSOR's sign code. Said signs so erected will remain the property of the Government and shall be removed from the premises upon termination of the Lease. Any existing signs already placed on the premises by the Government are"grand fathered"as of the date of this lease. C2-Restoration In the event that the Government vacates the facility,all restoration issues will be determined by mutual consent between the Airport and the Government thirty(30)days prior to the Government's vacation of the facility. IV. SECTION D—SECURITY REQUIREMENTS D1 —Personnel Security DIA-Suitability Requirements for Individual(s)Employed or Hired by the LESSOR (a)The LESSOR shall provide a level of security,which reasonably deters unauthorized access, loitering, or disruptive acts to the premises leased by the government at all times. (b)When the LESSOR provides services under the terms of this Lease,(e.g.,janitorial,construction, maintenance,property management,or alterations/repair services),the Government may conduct background investigations of individual(s)employed or to be hired by the LESSOR to perform such services. (c)Individual(s)will not be permitted unescorted access to provide services in or upon the Leased premises until the FAA Servicing Security Element(SSE)has received the documentation outlined in subparagraph (d),(i),(ii), and(iii),below and provided written authorization for the individual(s)to begin work. (d)No later than ten(10)calendar days after the effective date of this Lease,(or the effective date of Supplemental Lease Agreement[SLA] or modification if this provision is included by SLA or modification to an existing lease),the LESSOR shall submit the following documentation for all individual(s)employed by the LESSOR for whom unescorted access to the premises is required. Such documentation shall be submitted to the Government representative as designated by the Real Estate Contracting Officer(RECO), or designee,for an access suitability determination. (i) A completed FBI Fingerprint Card,FD-258(single sheet). The Government will provide information pertaining to the location of fingerprint facilities. Each fingerprint card shall be printed in 3 *gime *,.n►` ATCT Renton,Washington DTFANM-03-L-00150 black ink or typewritten with all questions completed and is to be signed and dated by the applicant. The LESSOR will be responsible for all expenses associated with fingerprinting; (ii) A completed Identification Card/Credential Application,DOT Form 1681,with appropriate pictures of applicant;and, (iii) A Questionnaire for Public Trust Positions, Standard Form 85P, shall be completed and signed by the applicant in accordance with applicable instructions. (e)The Government shall notify the LESSOR when individual(s)employed or hired by the LESSOR have been approved for unescorted access to the Leased premises. (f)The LESSOR and all individuals employed or hired by the LESSOR shall display a Government issued identification badge when visiting or providing services in or upon the Leased premises and shall abide by all facility security measures as required by the Government (g)The LESSOR shall submit the documentation required in subparagraph(d),(i), (ii),and(iii)of this Clause for any new individual(s)employed or hired by the LESSOR to perform services under this Lease. Such information shall be submitted to the Government within ten(10)calendar days of employment and/or hiring by the LESSOR. (h)The LESSOR will immediately remove from the Leased premises any individual(s)employed or hired by the LESSOR to perform services under this Lease when the government has determined such individuals to be unsuitable for continued access to the Leased premises. (i)Exemptions from Suitability Requirements (i) Certain positions may be determined by the Government to be exempt from background investigative requirements. However, individual(s)employed or hired for such positions shall be escorted at all times while in or upon the Leased premises by FAA personnel located on-site or by an individual(s)employed or hired by the LESSOR,who has been properly investigated, favorable adjudicated,and authorized to provide escort services. (ii) When the Government determines any positions(s)to be exempt from investigative requirements,individuals employed in such positions are not required to complete the documentation as specified in subparagraph(d),(i),(ii),and(iii)of this Clause. D1B-Reporting Requirements (a)The LESSOR shall submit an initial report(to coincide with the effective date of this Lease)and subsequent quarterly reports(throughout the term of this Lease),providing the following information to (RECO,or designee,to fill in as appropriate)with a copy to(RECO,or designee,to fill in as appropriate), on or before the fifth day following each reporting period: A complete listing by full name,in alphabetical order,with the date of birth,place of birth(city,state,country),and position title of all individuals employed or hired by the LESSOR who will have or may require access to the Leased premises during the reporting period. (b)The LESSOR shall notify the Government within one(1)day upon termination of any individual(s) employed or hired by the LESSOR to perform services under this Lease. D1C- Foreign Nationals Employed or Hired by the LESSOR (a)Each individual(s)employed or hired by the LESSOR to perform services under this Lease is to be a citizen of the United States of America,or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-151,or who presents other evidence 4 woo ATCT Renton,Washington DTFANM-03-L-00150 from the United States Immigration and Naturalization Service that employment will not affect his/her immigration status. (b)Aliens and foreign nationals employed or hired by the LESSOR to perform services under this Lease must have resided within the United States for three(3)consecutive years of the last five(5)years unless a waiver of this requirement has been granted by the SSE in accordance with FAA regulations. D2C-Government-Issued Keys,Identification Badges,Access Control Cards and Vehicle Decals (a)It may become necessary for the Government to issue keys,identification(ID)cards,vehicle decals, and/or access control cards to the LESSOR or to individual(s)employed or hired by the LESSOR to perform services. Immediately upon completion or termination of the Lease,the LESSOR shall return all such Government-issued items to the issuing office with notification to the RECO,or designee.When individuals who have been issued such items are terminated or are no longer required to perform work,the Government-issued items shall be returned to the Government within three(3)workdays.Improper use, possession or alteration of FAA issued keys,ID cards,access control cards is a violation of security procedures and is prohibited. (b)In the event such keys,ID cards,vehicle decals or access control cards are not returned,the LESSOR understands and agrees that the Government may,in addition to any other withholding provision of the Lease,withhold fees to cover the cost of replacement for each key,ID card,vehicle decal and access control card not returned. If the keys,ID cards,vehicle decals,or access control cards are not returned within 30 days from the date the withholding action was initiated,the LESSOR will forfeit any amount so withheld. (c)Access to aircraft ramp/hangar areas is authorized only to those automobile drivers using a proximity card issued by the LESSOR issued in accordance with Federal Aviation Regulations. (d)The Government retains the right to inspect,inventory,or audit ID cards,keys,vehicle decals,and access control cards issued to the LESSOR or individual(s)employed or hired by the LESSOR to perform services in connection with the Lease at the convenience of the Government.Any items not accounted for to the satisfaction of the Government shall be assumed to be lost and the provisions of subparagraph(b) above shall apply. (e)Keys and access control cards shall be obtained from the RECO,or designee,who will require the LESSOR,or individual(s)employed or hired by the LESSOR to perform services,to sign a receipt for each key obtained. Lost keys,ID cards,vehicle decals,and access control cards shall immediately be reported concurrently to the RECO,or designee,and the(RECO,or designee,to insert name of SSE staff and facility management office) (f)Each individual(s)employed or hired by the LESSOR,during all times of on-site performance at the Government-leased facility, shall prominently display his/her current and valid identification card on the front portion of his/her body between the neck and waist. (i)Individual(s)employed or hired by the LESSOR to perform services under this Lease shall submit complete documentation required under 1, Suitability Requirements for Individual(s)Employed or Hired by the LESSOR,above,and be authorized by the SSE to begin work prior to obtaining any ID media or vehicle decals. (ii)To obtain the ID card,each individual shall submit a DOT 1681 Form, signed by the individual and authorized by the RECO, or designee.The DOT 1681 shall be submitted at the same time the documentation outlined in 1, Suitability Requirements for Individual(s)Employed or Hired by the LESSOR,above is submitted. The DOT 1681 shall contain,at a minimum,under the"Credential Justification"heading,the name of the LESSOR,the Lease number or the appropriate acquisition identification number,the expiration date of the Lease or the service (whichever is sooner),and the required signatures.This paperwork shall be submitted to [RECO, 5 NNW ATCT Renton,Washington DTFANM-03-L-00150 or designee,to insert the name and location of the SSE staff]by the LESSOR in a sealed envelope either hand carried by the LESSOR or sent via U.S.mail to: [RECO or designee to insert mailing address].The LESSOR will be notified when the DOT 1681 has been approved and is ready for processing by the [RECO,or designee,to insert name and location of the person who will process the document].Arrangements for processing the identification cards,including photographs and lamination can be made by contacting [RECO, or designee,to insert point of contact with phone number]. (iii)The LESSOR shall receive and sign for each ID card issued on the reverse of the DOT 1681. The Government,for accountability purposes,will track the DOT 1681. (g)The LESSOR is responsible for ensuring final out-processing is completed for all departing individuals employed or hired by the LESSOR. Final out-processing will be completed by close of business the final workday for all individual(s)employed or hired by the LESSOR or the next day under special conditions. Contractor employee clearance forms,(RECO,or designee,to insert name of local contractor employee clearance form),will be completed by the LESSOR for each individual(s)employed or hired by the LESSOR to perform services, and copies will be distributed to the RECO,or designee,and the SSE, (RECO,or designee,to insert SSE staff)upon completion of such forms. 6' sir.' r.pr ATCT Renton,Washington ATTACHMENT B Lease Number DTFANM-03-L-00150 CENTRAL STATION FIRE ALARM MONITORING 1.0 GENERAL INFORMATION 1.1 References The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. NATIONAL FIRE PROTECTION ASSOCIATION(NFPA) NFPA 70 1999 National Electrical Code NFPA 72 1996 National Fire Alarm Code NFPA 101 1997 Life Safety Code UNDERSWRITERS LABORATORIES INC. (UL) UL FPED 1999 Fire Protection Equipment Directory 1.2 Scope of Work Third party monitoring from a UL Listed Central Alarm Monitoring Company is requested for supervision and reporting of fire alarms for the Federal Aviation Administration properties throughout the Northwest Mountain Region to include the states of: Washington,Oregon,Idaho,Montana,Utah,and Denver. The FAA intends to award service for 35 initial sites and may expand service to 50 or more sites during the course of the contract. Initial sites are required to be put into service during the first quarter of fiscal year 2000: October 1, 1999 through December 31, 1999. Once service commences at the initial sites,the FAA will require continuing service at a minimum of twenty-five sites. 1.3 Description of Requested Central Station Alarm Service The following Central Station alarm service is requested: a. Central station supervision must be provided from a Central Station Alarm Company listed by UL in the 1999 UL Fire Protection Handbook or most current Handbook for option years. Contractor's Central Station must maintain a UL Listing as a Central Alarm Monitoring Company to be eligible for award of base period or option periods. b. A current and valid document verifying the UL Listing will be required at the start of the alarm-monitoring contract and for each year of the proposed contract. A copy of this document is to be forwarded to each site for which service is to be provided. c. Fire alarm service,maintenance, and testing of Central Station equipment shall be in accordance with NFPA 72, Chapter 4, 1996 Edition. This excludes any part of the fire alarm system installed at the facility other than any hardware or signaling lines installed by Central Station for monitoring purposes. Now Noire ATCT Renton,Washington DTFANM-03-L-00150 d. Upon receipt of a fire alarm from any initiating device such as but not limited to: fire sprinklers,smoke detectors,heat detectors, and manual pull stations,the Central Station shall immediately retransmit the alarm to the designated public fire department's dispatch communications center. e. Upon receipt of a trouble or supervisory signal,the Central Station shall immediately contact the designated persons at each facility. The list of designated persons will be provided by the FAA for each facility and shall not be limited. f. In the event service is needed on a part of the monitoring system,the Central Station shall have the responsibility of having service technicians at the facility within four hours to initiate repairs. g. Records of all signals received by the Central Station for each calendar year of the contract shall be retained for review and be available upon request to FAA personnel. h. The Central Station shall be responsible for all maintenance and testing of its equipment(both on-site and at the Central Station)and signaling lines in accordance with NFPA 72, 1996 Edition. Records shall be made available to FAA personnel upon request. i. The telephone numbers of the Central Station shall be clearly posted at each facilities Digital Alarm Communicating Transmitter. 1.4 Quality Assurance All work and materials shall conform to all Federal, State and Local Codes and regulations governing the Central Station Fire Alarm Service,as modified or interpreted by local officials to permit use of current NFPA standards. All devices, systems,equipment and materials required by this specification in conjunction with Central Station Service shall be listed by Underwriters Laboratories(UL)for their intended use. 2.0 REQUIREMENTS 2.1 Codes,Standards,Ordinances and Permits In the NFPA publications referred to herein the advisory provisions and the appendix sections shall be considered mandatory. If there is a conflict between the referenced NFPA standards,federal,state of local codes,and this specification,it is the Central Station Alarms Station service provided to immediately bring the conflict to the attention of the FAA Representative for resolution. NFPA standards shall prevail unless local codes are more stringent. Contractor shall not attempt to resolve conflicts directly with the local authorities unless specifically authorized by the Contracting Officer or Contracting Officer's Technical Representative(COTR). 2.2 Central Alarm Station Provider Qualifications The central Station alarm service provider must be UL Listed in the most recent Fire Protection Equipment Directory. In addition,the provider shall be experienced in the testing and maintenance of equipment required as part of the central alarm station service and monitoring agreement. 2.3 Working Conditions Access to the individual FAA site to install or test Central Station alarm equipment must be coordinated with the FAA at least twenty-four hours prior to performance. Prior to any site work,the contractor will be responsible for scheduling and attending a meeting with the local facility manager. Noise restrictions do apply at each FAA site. 2 err' ti/ ATCT Renton,Washington DTFANM-03-L-00150 3.0 OTHER CONDITIONS 3.1 Existing Fire Alarm System The existing facility fire alarm system or components shall remain operational at all times. If the system or its components must be removed from service,the contractor shall obtain prior approval from the FAA twenty-four hours in advance of performance. No alarm system shall be out of service for more than four hours. Extensions must be approved by the Contracting Officer or COTR. 3.2 Fire Alarm System Changes The contractor is not to implement any changes on any parts of the fire alarm system without approval from the Contracting Officer or COTR. 3.3 Government Furnished Equipment Each FAA facility has a local fire alarm panel and a Digital Alarm Communicator Tranmitter(DACT). The DACT is connected to two telephone lines provided by the FAA. The DACT is set up to use the primary telephone line,obtain a dial tone,and dial the Central Station. The DACT shall make ten attempts on each phone line to connect to the Central Station. A failure of one phone line shall report a trouble to the fire alarm panel and the Central Station. Each DACT is to send a test signal once every 24 hours alternating between the primary and secondary phone lines. 3.4 Submittal for New Equipment The FAA shall review and recommend,accept,reject or take other appropriate action on any new central alarm station equipment necessary for complying with the monitoring of fire alarms and supervisory/trouble signals relative to NFPA 72, 1996 Edition,Chapter 4. Submittals must include sample forms,record drawings,system certification reports and test reports. This review is to verify conformance to project specifications and design concepts expressed in the contract documents. Review shall not constitute approval of safety precautions,means,methods,techniques, sequences of procedures,or approval of a specific assembly of which the item is a part. If submittals,upon review by the FAA,are found not to conform to the requirements of these specifications,the contractor shall be required to resubmit with modifications. 4.0 FINAL APPROVAL AND ACCEPTANCE Final approval and acceptance of the work for each site will be given by the Contracting Officer's Technical Representative after the following have been completed: a. The monitoring equipment has been installed and signal receipt verified for alarms,trouble conditions,and supervisory conditions. All signals will be verified to both the Central Station and the local fire department. b. All required submittals including a UL Certificate showing that the Central Station is UL Listed Central Alarm Station for the current year. c. A copy of the annual Central Station servicing and maintenance agreement for each site. d. A schedule has been received showing whom to contact for service,testing,and troubleshooting of problems for each site for which central alarm station service is being provided. Fire Alarm system and all responsibilities that go with the system will become the property of the airport with the signing of the following pages. 3 ATCT Renton,Washington DTFANM-03-L-00150 BILL OF SALE Know All Men By These Present That the UNITED STATES OF AMERICA,acting by and through the DEPARTMENT OF TRANSPORTATION,FEDERAL AVIATION ADMINISTRATION,Acquisition Management Branch, 1601 Lind Avenue S.W.,Renton,Washington,98055,herein called FAA,in consideration of Zero DOLLAR($0.00) AND NO OTHER VALUABLE CONSIDERATION, delivered by Renton Municipal Airport,herein called Buyer,the following described goods: The existing fire alarm system and all of its components currently located in the Air Traffic Control Tower,located at Renton Municipal Airport, 616 West Perimeter Road,Renton WA 98055. To have and to hold the same unto the said Buyer and its successors and assigns forever. The FAA covenant and agree that it is the lawful owner of said property,that the same is free from all encumbrances; and that it has the right to sell the same as aforesaid, and will warrant and defend the said property hereby sold unto said Buyer,the heirs,executors,administrators and assigns,against the lawful claims and demands of all persons. The Buyer hereby accepts ownership to the above described equipment in Renton,WA,and acknowledges that the equipment is "AS IS,WHERE IS"and that no express warranty as to condition is given or made. All implied warranties are expressly excluded including warranties of merchantability and fitness for a particular purpose. UNITED STATES OF AMERICA Acting by and through the Department of Transportation,Federal Aviation Administration By.t r• , ti` ._. _ __ DATE: C � � (� Q _ 4111 STATE OF WASHINGTON,KING COUNTY The foregoing instrument was acknowledged by me this /Q of ,2004,by Le *hCif l t,t ,Contracting Officer for the Fe eral Aviation Administration. Witness my Hand and Offl ial Seal. My Commission expires - (q- pZQQ4 ,, c b Notary Public 4 Nee *wow BILL OF SALE ACCEPTANCE We hereby accept the conveyance of the above-mentioned equipment and all components that support that equipment. BY: L / hr?Ie1 ' (I--� --(i- Date: I�" Z 2 C� athy Kjlker-Wheeler Mayor J _ — _ 1 HOOD 0 cc w O 9 Ir TELCO -� 1— ' I .._. CD CHASE I { II I . OFa CITYElEC7RICAl HOOD "1 . n„ 11/016;.- LADDERDOWN SPOUT � SERVICESPOU .� , ,ROOM ���� JTOWER DOOR - n I, �i LAI , D g,1 /,III �_ UP TOWER ENTRANCE - - = �I� II AN_ J I OFFICE ADMIN lag ' A ENTRY - • ENTRANCE -►- AIRPORT MANAGER PARKING 0 - -- LOT ROOF LAVWOMEN•S AIRPORT - yv' MANAGER'S - OFFICE- (CRY) - BUILDINGFACEOF MEN BELOW I LAV�' _ I-.-, lq I I I J L FIRST FLOOR PLAN FENCE SCALE: 1/5- • 1•-o- SECOND FLOOR PLAN GOVERNMENT LEASED AREA / i FM TELCO DEMARC SENTIAL PANEL "F' LOW ON WALLCABLE PANEL .E. REFERENCES: . CABLE CHASE ON-ESSENTIAL 1rCHASE EXISTING T7� EXISTING DRAWINGS {NMD-601-41701-OSHA-A7, A2, A3 25 P� ' l r�i. THEATRE ® �'ti-� t X,rte BATTERIES- -. .. r'�+!�lJ 1 .1 LIGHTSE ���.P /” PANEL "0 ode EXISTING1I ! AiI '•O / �� � .: _3 LADDER �_=�_ �. II ' ELECTRONICS ��Q ►o i:' /' EQUIPMENT WAYS `, Ifl ' • N.��: I 1�7 �� o ■� '� '• ' .. ® . igi ,�, - REV GATE DESCRIPTION CHECK APF i' m. .1 �10 •111..! r'i; DEPARTMENT OF TRANSPORTATION v r I v r ;;, �IIIIII1 .;E///I°� .. 00041,7i,, Ii �� � NORTHWEST MOUNTAIN REGION - SEATTLE, WASHINGTON NM ► ' CEILING BEAM �F� .�JIM i/ Ia tt lx �Fi ITAAP EJ. RENTON, WASHINGTON RENTON MUNICIPAL AIRPORT EXTERIOR WALKWAY AT C T 4TH FLOOR ROOF ATTACHMENT C THIRD FLOOR PLAN FOURTH FLOOR PLAN FIFTH (CAB) FLOOR PLAN RENEWED BY SUBMITTED BY PROJECT ENGINEER MOR: INFRASTRUCTURE PLATFORM -______. DESIGNED:MTD ISSUED BY DATE . _.. - _:_.- DRAWN:OBA AIRWAY FACILITIES DRAWING NO. — _ NIAsION CHECKED: AMA-Boo NMD-RNT-ATCT-FSI-01 — -__ _ ___ _ - ---- 5:\DRAWINGS\WORICiNC N NMD-RNT-ATCT-FSI-_1-_;7