HomeMy WebLinkAbout620112.tiffTO SIGN CONTRACT WITH FRANCIS
E. WARREN AF BASE PROCUREMENT
OFFICE:
WHEREAS, the Francis E. Warren AF Base Procurement Office has presented a
contract for removal of snow as necessary to provide a clear traffic way for
automobiles and trucks on the roads known as access roads to Francis E. Warren AF
Base Missile Sites 9 and 11, and
WHEREAS, District Number One will be paid a lump sum of $290.00 for the
term of the contract beginning October 15f 1962 and ending June 30, 1963 inclusive,
and
WHEREAS, the Board of County Commissioners believes it to be to the best
interests of the county tosign said contract,
THEREFORE, BE IT RESOLVED, that the Chairman of the Board of County
Commissioners, Weld County, Colorado, be and he is hereby authorized to sign the
aforementioned contract.
The above and foregoing resolution was, on motion duly made and seconded,
adopted by the following vote:
DATED: OCTOBER 17, 1962
BOARD OF CCJiJN
WELD COUNTY, COLO
Y COMMISSION
t---Gcfe3
620112
O
Z
Cl
a
ta
H
z••
ww
u�1
aw
a
P 2
W
3 3
H
CY U
U
p Z¢
U [C
H (�
V7 H'
ow
H o
-_PHPAItYMENT
NEGOTIATED CON .ACT
AIR FORCE
E'—!CTIVE DATE
�i Oct. 1962
SHEET
NO. 1
NO. OF
SHNETS
REQ. NO. OR OTHER PURCHASE ACTH.
CE -63-73
NEGOTIATED PURSUANT
o u.s.c. 2304 (A) (3 )
DISCOUNT TERMS
NET
CONTRACT NO.
AF 48(608)-2419
ISSUED BY
Base Procurement Office
P. O. Box 5000
Francis E. Warren Air Force Base,
Wyoming
MAIL INVOICES TO
Base Procurement Office
P. O. Box 5000
Francis E. Warren Air Force Base,
Wyoming
CONTRACTOR (Nam cud Address)
County of Weld
State of Colorado
Greeley, Colorado
PAYMENT WILL BE MADE BY
Financial Services Division
Francis E. Warren Air Force Bass,
Wyng
SHIP TO (ConsisnN and Address)
NOT APPLICABLE
DELIVERY
F. O. B.
In
DESTINATION ® OTHER (See Schedule)
DELIVERY DATES)
See Paragraph 4 of the Schedule
ACCOUNTING AND APPROPRIATION DATA
5733400 303-6723 P458 259300 8670100
OONTRACTOR REPRESENTS
1. That it Q IS, Q IS NOT, a small busine cern. Generally, a small business concern for the purpose of Gov-
* em anent procurement is a concern that (1 s not dominant in its field of operation and, with its of iliatesi employs
fewer than 600 employees, or (2) is certified as a small business concern by the Small Business Administration. (See
+€# Code of Federal Regulations, Title 13, part 4G:, as amended, which contains the ' detailed definition and related pro-
cedures.) If Contractor is a small business concern and is not the manufacturer of the supplies covered by this con-
tract, it also represents that all supplies to be furnished hereunder Q WILL, O WILL NOT be manufactured or
produced by a small business concern in the United States, its Territories, its Possessions, or The Commonwealth of
Puerto Rico.
/8. (a) That it {] HAS Q HAS NOT, employed or retained any company or person (other than a full-time bona fide
employee working solely for the contractor) to solicit or secµre this contract, and (b) that it O HAS, Q HAS NUT,
paid or agreed to pay any company or person (other than a fuU-time bona Me employee working solely for the
contractor) any fee, commission, percentage or brokerage fee, contingent upon or resulting from the award of this
contract; and agrees to furnish information relating to (a) and (b) above as requested by the Contracting Officer.
(For interpretation of the representation, including the term "bona fide employee", See Code of Federal Regulations,
Title 44, Fart 160.) _
The Contractor agrees to furnish and deliver all the supplies and perform all the services set forth in the attached
Schedule, for the consideration stated therein. The rights and obligations of the parties to this contract shall be sub-
ject to and governed by the Schedule and the General Provisions. To the extent of any inconsistency between the
Schedule or the General Provisions and any specifications or other provisions which are made a part ofthiscontract,
by reference or otherwise, the Schedule and the General Provisions shall control. To the extent of any inconsistency
between the Schedule and the General Provisions, the Schedule shall control
The total amount of this contract is $ 200.00
COUNTY OF WELD
UNITED STA
�
NAME O C (.TRACTOR
I a y
By ier /so eZ.
SIONAT RE DA E
TOM V. REED ..{{
SIGNATURE OF CONTRACT FI R DATE
E. J. flh LI. Ca , USAF
t -�JJ
theS�QI9
TYPED NAME ClIOI/n1Uu u(
Title County Commissioner
TYPED NAME OF CONTRACTING OFFICER
DD
FORM
I DEC SS
1261
GENERAL PROVISIONS
(SHORT FORM NEGOTIATED CONTRACT)
1. INSPECTION AND ACCEPTANCE•--Lapection sad Acceptance will
be at destination, unless otherwise provided. Until delivery and accept-
ance, and after any rejections, risk of loss will be on the Contractor un-
less loss results from negligence of the Government.
2. PAYMENTS. --Invoices shall be submitted in quadruplicate unless
otherwise specified and shall contain the following information: Con-
tract Number, Order Number (if any), mad Item Number; contract descrip-
tion of supplies or services, sizes, quantities, unit prices and extended
totals. Bills of lading number sad weight of shipment will be shows for
shipments on Government bills of lading. Unless otherwise specified,
payment will be made on accepted partial del whenever such pay-
ment exceeds 81,000 or 50 per cent of the total amount of this contract.
3. DISCOUNTS. --Discount time will be computed from date of delivery at
place of acceptance or from receipt of correct invoice at the office spec-
ified by the Government, whichever is later. Payment is made, for dis-
count purposes, when check is mailed.
4. CHANGES. --The Contracting Officer may at any time, by a written order,
and without notice to the sureties, make changes, within the 1 scope
of this contract, in (i) drawings, designs, or specifications, where the
supplies to be furnished are to be specially manufactured for the Govern-
ment in accordance therewith; (B) method of shipment or packing; and
(iii) place of delivery. If any such change an iaciease or decrease
in the cost of, or the time requited for, performance of this contract,
whether changed or not changed by any such order, an equitable adjust-
ment shall be made by written modification of the contract. Any claim by
the Contractor for adjustment under this clause must be asserted within
30 days from the date of receipt by the Contractor of the notification of
change; provide{ that the Contracting Officer, if he decides that the facts
justify such action, may receive and act upon any such claim if asserted
prior to final payment under this contract. Failure to agree to say adjust-
ment shall be a dispute concerning a question of fact within the meaning
of the clause of this contract entitled "Disputes." However, nothing in
this clause shall excuse the Contractor from proceeding with the con-
tract as changed.
5. DISPUTES. -{a) Except as otherwise provided in this contract, any
dispute concerning a question of fact arising under this contract which
is not disposed of by agreement shall be decided by the Contracting
Officer, who shall mail or otherwise furnish a copy of his decision to the
Contractor. This decision shall be final and conclusive unless within 30
days after receipt of such copy, the Contractor mails or otherwise fur-
nishes to the Contracting Officer a written appeal addressed to the
Secretary. The decision of the Secretary or his duly authorized represen-
tative for the determinationof such appeals shall be final and conclusive
unless determined by a court of competent jurisdiction to have been
fraudulent, or capricious, or arbitrary, or so grossly erroneous as neees- maintained by the Contractor for the purpose of securing business. For
eerily to imply bad faith, or not supported by substantial evidence. The breath or violation of this warranty the Government shall have the right
Contractor shall to enacted' a oppOratittrictitrhisIte Meth ofuretP-w-no-LYJ•thls eseotaee-Pilau liability orin-its discretion m.deduce from
dence in support of its appeal. Pending final decision of a dispute here- the contract price or consideration, or otherwise recover, the full amount
under, the Contractor shall proceed diligently with the performance of the of such commission, percentage, brokerage, or contingent fee.
contract sadinaccordance with the Contracting Officer's decision. (b) 16. GRATUITIES. --(a) The Government may, by written notice to the
This "Disputes" clause does not preclude consideration of law ques- Contractor, terminate the right of the Contractor to proceed under this
tions in connection with decisions provided for in paragraph (a) -above: - contract if it is found, after notice sad hearing, by the Secretary or his
provided, that nothing in this contract shall be construed as making duly authorized representative, that gratuities (in the torn of entertain -
final the decision of say administrative official, representative, or board menq gifts, or otherwise) were offered or given by the Contractor, or
on a quesdonat -.' ..... ...- _. ..—•-•... •••—•—stay agent ot.tepmeeeef![ive,gf,thq Contractotl to any officer employee
6, TERMINATION FOR DEFAULT. --The Contracting Officer, by written of the Government with a view toward seeming a centracior or securing
notice, may terminate this contract, in whole or in part, for failure of the favorable treatment with respect to the awarding or amending, or the mak-
Contractor to perform any of the provisiens hereof. In such event, the ins of any deermioatfws with respect to the performing of such contract;
Contractor shall be liable fee damages, including the excess cost of re- provide{ that the existence of the facts upoa which the Secretary or his
procuring similar supplies or services; provided, that if the Contractor's duly authorized representative makes such findings shall be in issue and
failure to perform is without its or its subcontractor's control, fault or ' may be reviewed in any competent court. (b) In the event this contract
negligence, the termination shall be treated as a termination for convert- is terminated as provided is paragraph (a) hereof, the Government shall
ieace under paragraph 7. be entitled (i) to pursue the same remedies against the Contractor as it
could pursue in the event of a breach of the contract by the Contractor,
and (ii) as a penalty in addition to any other damages to which it may be
entitled by law, to exemplary damages in an *mount (as determined by
the Secretary or hie duly authorized representative) which shall be not
less than three nor more than tea times the costs incurred by the Con -
8. ASSIGNMENT OF CLAIMS.-- Claims for monies due o to become due tractor in providing any such gratuities to say such officer or employee.
under this contract shall be assigned only pursuant to the Assignment of (c) The rights and remedies of the Government provided in this clause
Claims Act of 1940, as amended, (31 U. S.C,203, 41 U. S. C. 15). However, shall not be exclusive and are is addition to any other rights and reme-
payments to an assignee of monies under this contract shall not, to the ex dies provided by law or under this contract.
tent provided in said Act, as amended, be subject to reduction or aet-off. lj RENEGOTIA71ON: •This contract, and my sabeantrsc[ hereunder, is
9. EXAMINATION OF RECORDS. --(a) If this contract exceeds $2,500,
the Contractor agrees that the Comptroller General of the United States subject to the Renegotiation Act of 1951, as amended, (50 U. S. C. App.
or any of his duly authorized representatives shall, until the expiration 1211 et seq.) and shall be deemed to contain all the provisions re -
of three years after final payment under this contract, have access to quired by Section 104 thereof, and is subject to any subsequent act
and the right to examine any directly pertinent books, documents, papers, of Congress providing for the renegotiation of contracts.
and records of the Contractor involving transactions related to this con-
tract. (b) The Contractor agrees to include the clause in (a) in all its
subcontracts hereunder, except purchase orders not exceeding $2,500.
10. FOREIGN SUPPLIES. --This contract is subject to the Buy Ameri-
can Act (41 U. S. C. load) as implemented by Executive Other 10582 of
December 17, 1954, and any restrictions in appropriation acts on the pro-
curement of foreign supplies.
II. CONVICT LABOR. --The Contractor agrees not to employ for work
under this contract any person then imprisoned at hard labor.
12. NONDISCRIMINATION IN' EMPLOYMENT. --In connection with the
performance of work under this contract, the Contractor agrees not to
discriminate against any employee or applicant for employment because
of race, religion, color, or national origin. The aforesaid provision shall
include, but not be limited to, the following: employment, upgrading, de-
motion or transfer; recruitment or recruitment advertising; layoff or termi-
nation; rates of pay or other forms of compensation; and selection for
training; including apprenticeship. If this contract exceeds 82,500, the
Contractor agrees to post hereafter in conspicuous places, available for
employees and applicants for employment, notices to be provided by the
Contracting Officer setting forth the provisions of the "Nondiscrimination"
clause and further agrees to insert this clause in all subcontracts here-
under, except subcontracts for standard commercial supplies or raw ma-
terials.
13. EIGHT -HOUR LAW OF 1912 - OVERTIME COMPENSATION. --To the
extent this contract is of a character specified in the Eight -Hour Law of
1912, as amended (40 U. S. C. 324.326) it is subject to that law; and to
this extent the Contractor agrees that no laborer or mechanic doing any
part of the work contemplated by this contract, in the employ of the
Contractor or any subcontractor, shall he required or permitted to work
more than 8 hours in any one calendar day upon such work unless he is
compensated for all hours worked in excess of 8 hours per day at not
less than one and one-half times the basic rate of pay for an 8 hour
day. The Government shall impose a 85 penalty for each laborer or
mechanic for every calendar day employed in violation of this clause.
14. OFFICIALS NOT TO BENEFIT. —No member of or delegate to Con-
gtess, or resident commissioner, shall be admitted to any share or part
of this contract, or to may benefit that may arise therefrom; but this pro-
vision shall not be coastrued to extend to this contract if made with a
corporation for its general benefit.
15. COVENANT AGAINST CONTINGENT FEES. --The Contractor war-
rants that no person or selling agency has been employed or retained to
solicit or secure this contract upon an agreement or understanding for a
commission, percentage, brokerage, or contingent fee, excepting bona
fide employees or bona fide established commercial or selling agencies
written motes, may
convesien
c
contract, in whole or in part, for the
e overament. Is such event, the Contractor shall he
in ac oral�ne with ASP ection VIII,effect on this
aka P4.doe.s rarc.f �a[r.��,. e 3.
DD, Fn. 127O (To be used with N/M only)
* U.S. GOVERNMENT PRINTING OFFICE : teas 0—UNa7
AF 48(608)-2419
COUNTY OF WELD PAGE 2
PROJECT FEW 576-3
WORK ORDER 7419-63
SCHEDULE
1. SCOPE AND LOCATION:
a. SCOPE: Services to be performed under this contract shall
consist of the removal of snow as necessary to provide a clear
traffic way for automobiles and trucks, known as access roads to
Francis E. Warren Missile Sites 9 and 11.
b. LOCATION: The locations of work to be performed under the
terms of this contract are described as follows:
(1) Site 9 (556-5), Hereford, Colorado - Snow removal
operations for a distance of 0.16 mile, beginning at a point where
the County Road to Grover, Colorado, and the Government -owned
access road intersect and then along said access road to the
security gate at the site proper.
(2) Site 11 (566-7), Nunn, Colorado - Snow removal opera-
tions for a distance of 0.43 mile, beginning at a point where the
County Road and the Government -owned access road intersect and then
along said access road to the security gate at the site proper.
2. WORK TO BE PERFORMED:
a. It is recognized that the Contractor (Weld County)
performs snow removal on the public roads adjacent and contiguous
'to the missile site access roads under this contract. It is the
intent of the contracting parties, and it is hereby agreed, that
the snow removal services to be performed under this contract shall
be similar and equal to the services performed on said public roads,
and shall be at the same frequency.
b. All equipment, supplies, personnel and services necessary
to perform the requirements of this contract shall be furnished by
the contractor.
3. CONSIDERATION:
a. For work performed under this contract, the Contractor will
be paid a maximum lump sum amount for the entire period of the con-
tract, as follows:
(1) Missile Site 9, a distance of 0.16 mile, $ 50.00
(2) Missile Site 11, a distance of 0.43 mile, $ 150_ .000
AF 48(608)-2419
COUNTY OF WELD PAGE 3
SCHEDULE
b. In lieu of the fixed charges stipulated in sub -paragraph 3a,
above, it is agreed that where actual costs to the Contractor are
less than the fixed prices stipulated in sub -paragraph 3a above,
billing will be made at the lesser amount. Such costs shall be com-
puted as the average cost per mile for the winter season for snow
removal in the same general area in which the Missile Sites are
located. The length of each access road, measured to the nearest
one -hundredth of a mile, will be multiplied by the average cost per
mile, to determine the total payment for each access road.
4. TERM OF CONTRACT:
This contract shall become effective 15 October 1962 and
continue in effect to and including 30 June 1965.
5. TERMINATION FOR CONVENIENCE OF THE GOVERNMENT:
The Contracting Officer, by written notice, may terminate this
contract, in whole or in part, when it is in the best interest of
the Government. If this contract is for supplies and is so termin-
ated, the Contractor shall be compensated in accordance with ASPR
Section VIII, in effect on this contract's data. To the extent that
this contract is for services and is so terminated, the Government
shall be liable only for payment in accordance with the payment
provisions of this contract for services rendered prior to the
effective date of termination.
SUPPLEMENTAL AGREEMEha
rsctrvi DATE
PAG
NO. OF PAGES
REQUISITION NO. PURCHASE AUTHORITY
CE -63-73
.Hence, 5+ww.. .,...,
County of Weld
State of Colorado
Greeley, Colorado
ACCOUNTING AND APPROPRIATION DATA
NT CT (.r.el No.
15 Oct 1962
AF 48(608)-2419
ED EY
Base Procurement Office
P. 0. Box 5000
Francis E. Warren AFB, Wyoming
FEJ/hb
MODIFICATION NO.
1
5733400 303-6723 P458 2593C0 $670100
R.:
The above -numbered contract is in
-1.` 0IIY':
One (1)
1. By deleting in its entity Genera], Provision 13, entitled "Eight -
Hour Law of 1912 - Overtime Compensation" appearing on DD Form 1270
(reverse of cover sheet) and substituting therefor the following:
13. CONTRACT WORK HOURS STANDARDS ACT (PUBLIC LAW 87-581):
To the extent that this contract is of a character specified in the
Contract Works Hours Standards Act, it is subject to that act; and to
this extent the contractor agrees that no laborer or mechanic doing
any part of the work contemplated by this contract, in the employ of.
the contractor or any subcontractor, shall be required or permitted
to work more than eight hours in any one calendar day or more than
forty hours in any one week upon such work unless he is compensated
for all hours worked in excess of eight hours per daper week at not less than one and one-half times the bor o
asicrathours
eof
pay for an eight hour day or a forty hour week. The Government
shall impose a $10.00 penalty for each laborer or mechanic for
every calendar day on which such employee was required or permitted
to work in excess of eight hours or in excess of forty hours in a
work week without payment of the required overtime wages.
Except as hereby modified, all terms -and conditions. of -said
full force and effect.
(IF ttiatexitra,L. ...._�_...
COUNTY 0 WE
a
UNITED STATES OF AMERICA
N.i
SIGNATURE
TOM V. REED
Chairman E8f f, a Board
County Cnmm1RRinnoT+
TITLE
)D I MAYY;01320
SIGNATURE OF CONT
+Dd _in
(a) {-3
OFFIC-r DATE
E. JULY Cant USAF
TYPED NAME OP CONTRACTING OFFICER
stir u. S. GOVERNMENT PRINTING OFFICE. Tiles 554753
.RGION NINE
COLORADO
NEW MEXICO,
UTAH
WYOMING
Colorado Division
Loom Y67, Building 40
Denver Federal
Canter
Denver 25, Colorado
•
U..-- DEPARTMENT OF COMMERCE
BUREAU OF PUBLIC ROADS
Board of County Commissioners
Weld County
Courthouse
Greeley, Colorado
December 19, 1961
1
09-05
Colorado_&+AD-27(1)
Nunn Missile RoIad REPLY
REF
Gentlemen:
In reviewing the maintenance work required on Project t -1D-21(1),
Munn Missile toad, it was noted that there is considerable longitu-
dinal creaking, mainly in the shoulder areas. This is cn of the if
allowed to continue, may result in costly
bits:Ass surface sad subgrade.
The Air Force has previously contacted us with regard to lack of
maintenance on other Missile roads. We are, therefore, advising
you of this condition, anticipating similar complaints at the Nunn
project.
Should you desire to make a field inspection of the above project,
over it with you at any time.
we would be very glad to go
District # 7
District tt 2
District 43.
N6.
Sincerely yours,
A. R. Abelard
Division tggineer
Colorado Division
Ream 267, *Gilding 40
Daunt Federal Coates
Deaver 25, Colorado
Board of County Caniesisasts
Weld County
Courthouse
Greeley* Colorado
Gantlaam:
December 19, 1961
09-05
Colorado t -AD -27(1)
Mum Minus and
In minus the saiatsaaxa seek required on Project R -1D-27(1)►
Muaa Missile Read, it was noted that there is considerable longitu-
dinal craokias, moistly in the shoulder areas. This conddttiea if
allowed to antis, may result in costly deterioration of the
bitrataouus surface and asitrads.
The Air Pores has previously contacted us with retard to lack of
maiatsasfas on other Missile roads. WO are, thersfers, aerials*
yes of this ecaditia, a*tiaSpatigs similar complsiate at the in
project.
Should you desire to yoke a field inspection of the above project,
n would be very glad to es ever it with you at any time.
Sincerely yours,
A. R. •bslard
Division tattooer
Hello