HomeMy WebLinkAbout2015-11-10-Meeting Mintues
Public Safety Committee Meeting Commission Chamber - 11/10/2015
ATTENDANCE:
Present: Hons. Lockett, Chairman; Sias and Smith, members.
Absent: Hons. Hardie Davis, Jr., Mayor; Frantom, Vice-Chairman.
PUBLIC SAFETY
1. Acceptance of an award by the Richmond County Sheriff's Office in the amount
of $160,000.00 from the Department of Homeland Security (DHS) to sustain or
acquire equipment for the Richmond County Sheriff's Office Bomb Disposal
Unit.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Sammie Sias
Commissioner
Grady Smith Passes
2. Accept an award in the amount of $6,000.00 from the Department of Homeland
Security for the Richmond County Sheriff's Office Bomb K-9 Unit. The monies
will assist RCSO in sustaining the Bomb-K-9.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Sammie Sias
Commissioner
Grady Smith Passes
3. Motion to approve Grant-based Service Agreement for a part-time
Accountability Court Case Manager.
Item
Action:
www.augustaga.gov
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Grady Smith
Commissioner
Sammie Sias Passes
4. Motion to approve contract with Augusta, GA and Fort Gordon to process and
impound stray animals delivered by Fort Gordon.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Sammie Sias
Commissioner
Grady Smith Passes
5. Motion to approve the minutes of the Public Safety Committee held on October
27, 2015.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Sammie Sias
Commissioner
Grady Smith Passes
Public Safety Committee Meeting
11/10/2015 1:20 PM
Attendance 11/10/15
Department:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Public Safety Committee Meeting
11/10/2015 1:20 PM
Accept an award in the amount of $160,000.00 from the Department Of Homeland Security to sustain the
Richmond County Sheriff's Office Bomb Unit
Department:Richmond County Sheriff's Office
Caption:Acceptance of an award by the Richmond County Sheriff's
Office in the amount of $160,000.00 from the Department of
Homeland Security (DHS) to sustain or acquire equipment for the
Richmond County Sheriff's Office Bomb Disposal Unit.
Background:The award is administered for DHS through the Georgia
Emergency Management Agency (GEMA). This funding is part of
the Georgia Statewide Homeland Security initiative to assist
Bomb Disposal Units in acquiring equipment or sustain present
units. The RCSO Bomb Disposal Unit will use the funding to
replace equipment in the unit.
Analysis:None
Financial Impact:This is a 100% reimbursable award. Upon completeing purchases
RCSO will submit reimbursement request to GEMA.
Alternatives:None
Recommendation:Accept the award from the Department of Homeland
Security/GEMA in the amount of $160,000.00 to enhance to
Richmond County Sheriff's Office Bomb Disposal Unit.
Funds are Available
in the Following
Accounts:
220
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Public Safety Committee Meeting
11/10/2015 1:20 PM
Accept award from the Department of Homeland Security in the amount of $6,000.00 to enhance the
Richmond County Sheriff's Office Bomb Canine Unit
Department:Richmond County Sheriff's Offfice
Caption:Accept an award in the amount of $6,000.00 from the Department
of Homeland Security for the Richmond County Sheriff's Office
Bomb K-9 Unit. The monies will assist RCSO in sustaining the
Bomb-K-9.
Background:The Department of Homeland Security through the Georgia
Emergency Management Agency (GEMA) has awarded $6,000.00
to the Richmond County Sheriff's Office Bomb K-9 Unit to assist
in sustaining the unit. The RCSO K-9 Unit will use the monies to
purchase supplies, food, and medical expenses for the Bomb K-9
dogs.
Analysis:None
Financial Impact:This is a 100% reimburseable grant. Upon completion of
purchases, RCSO will submit reimbursement request to GEMA.
Alternatives:None
Recommendation:Accept the award of $6,000.00 from the Department of Homeland
Security to assist in sustaining the RCSO Bomb K-9 program.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Public Safety Committee Meeting
11/10/2015 1:20 PM
Accountability Court part-time Case Manager
Department:State Court
Caption:Motion to approve Grant-based Service Agreement for a part-time
Accountability Court Case Manager.
Background:State Court has received a grant to hire a part-time case manager
to work with our Veterans Treatment Court Accountability Court
Program. The new case management agreement will run annually
and concurrently with this and future grants. This position will
allow for a central point of data entry and information gathering
for our Veterans Treatment Court Program.
Analysis:
Financial Impact:Contractor will be paid 90% from State grand funds with the
remaining 10% match coming from the Accountability Court
participant fees.
Alternatives:
Recommendation:Approve
Funds are Available
in the Following
Accounts:
Funds are available in the State Court Accountability Court grant.
From fund 220022620-5212999. Per Crystal Page, $15,000 was
allotted for this position
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
SEE ADDENDUM
(No Collect Calls)b. TELEPHONE NUMBER 8. OFFER DUE DATE/LOCAL TIME
5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE
AUTHORIZED FOR LOCAL REPRODUCTION
PREVIOUS EDITION IS NOT USABLE
STANDARD FORM 1449 (REV. 2/2012)
Prescribed by GSA – FAR (48 CFR) 53.212
(TYPE OR PRINT)
(SIGNATURE OF CONTRACTING OFFICER)
ADDENDA ARE
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
23.
CODE 10. THIS ACQUISITION IS
SUCH ADDRESS IN OFFER
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT
BELOW IS CHECKED
TELEPHONE NO.706-790-6836
W912499. ISSUED BY
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK
W91249-15-P-0293 30-Sep-2015
7. FOR SOLICITATION
INFORMATION CALL:
a. NAME
2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER
(TYPE OR PRINT)
30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER
30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.
25. ACCOUNTING AND APPROPRIATION DATA
1. REQUISITION NUMBER
20.
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.
PAGE 1 OF 13
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 0010774211
ARE NOT ATTACHED
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED
Jason L. King / Contracting Officer
See Schedule $6,000.00
0
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: SEE SCHEDULE
. YOUR OFFER ON SOLICITATION
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
% FOR:SET ASIDE:UNRESTRICTED ORX
SMALL BUSINESS
17a.CONTRACTOR/ CODE 3YWL3 FACILITY
OFFEROR CODE
MISSION AND INSTALLATION CONTRACTING CMD
MICC - FORT GORDON
WINSHIP HALL 419 B STREET
BLDG 29718 3RD FL
FORT GORDON GA 30905-5719
AUGUSTA-RICHMOND, COUNTY OF
SHARON BROADY
530 GREENE ST RM 806
AUGUSTA GA 30901-2373
DFAS DEFENSE FINANCE AND ACCOUNTING SERV
DFAS-INDY VP GFEBS
8899 E 56TH STREET
INDIANAPOLIS IN 46249-3800
18a. PAYMENT WILL BE MADE BY CODE HQ0490
RATED ORDER UNDER
DPAS (15 CFR 700)
13a. THIS CONTRACT IS A
13b. RATING
W91249CODE15. DELIVER TO CODE W91U07 16. ADMINISTERED BY
Net 30 Days
12. DISCOUNT TERMS11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE
14. METHOD OF SOLICITATION
RFQ IFB RFP
MISSION AND INSTALLATION CONTRACTING CMD
DEBBIE MCGUGAN 706-791-9229
BASE SUPPORT DIVISION
DEBORAH.S.MCGUGAN.CIV@MAIL.MIL
FT GORDON GA 30905-5719
DIRECTORATE OF EMERGENCY SERVICES
CHARLES WOODS
675 RICE ROAD BLDG 32422
FORT GORDON GA 30905
(706) 791-8651FAX:
TEL:(706) 791-1800 SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS
8(A)
HUBZONE SMALL
BUSINESS
SIZE STANDARD:
$750,000
NAICS:
111110
OFFER DATED
29. AWARD OF CONTRACT: REF.
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
X
EMAIL: jason.l.king1.civ@mail.mil
706-791-1815TEL:
31c. DATE SIGNED
30-Sep-2015
SEE SCHEDULE
SCHEDULE OF SUPPLIES/ SERVICESITEM NO.QUANTITY UNIT UNIT PRICE AMOUNT
24.22.21.19.
WOMEN-OWNED SMALL BUSINESS (WOSB)
ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
EDWOSB
32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
(CONTINUED)
PAGE 2 OF13
ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________
32a. QUANTITY IN COLUMN 21 HAS BEEN
RECEIVED INSPECTED
32b. SIGNATURE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE
37. CHECK NUMBER
FINALPARTIALCOMPLETE
36. PAYMENT35. AMOUNT VERIFIED
CORRECT FOR
34. VOUCHER NUMBER
FINAL
33. SHIP NUMBER
PARTIAL
38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY
41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE
42a. RECEIVED BY (Print)
42b. RECEIVED AT (Location)
42c. DATE REC'D (YY/MM/DD)42d. TOTAL CONTAINERS
STANDARD FORM 1449 (REV. 2/2012) BACK
Prescribed by GSA – FAR (48 CFR) 53.212
AUTHORIZED FOR LOCAL REPRODUCTION
PREVIOUS EDITION IS NOT USABLE
SEE SCHEDULE
20.
SCHEDULE OF SUPPLIES/ SERVICES
21.
QUANTITY UNIT
22. 23.
UNIT PRICE
24.
AMOUNT
19.
ITEM NO.
W91249-15-P-0293
Page 3 of 13
Section SF 1449 - CONTINUATION SHEET
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 100 Each $60.00 $6,000.00
ANIMAL CONTROL DISPOSITION FACILITY
FFP
Stray animals found on Fort Gordon GA in accordance with Performance Work
Statement. Animals will be transported by Fort Gordon personel to facility.
FOB: Destination
PURCHASE REQUEST NUMBER: 0010774211
NET AMT $6,000.00
ACRN AA
CIN: GFEBS001077421100001
$6,000.00
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 1 Each NSP
CONTRACTOR MANPOWER REPORTING
FFP
Contractor is required to provide data on Contractor labor hours (including
subcontractor labor hours) for performance of this contract IAW the PWS. The
cost, if any, for providing this data shall be entered into the space provided at this
CLIN. If no direct cost is associated with providing the data, enter “No Cost”.
Instructions, including the Contractor and Subcontractor User Guides, are available
at http://www.ecmra.mil.
FOB: Destination
PURCHASE REQUEST NUMBER: 0010774211
NET AMT
INSPECTION AND ACCEPTANCE TERMS
W91249-15-P-0293
Page 4 of 13
Supplies/services will be inspected/accepted at:
CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 Destination Government Destination Government
0002 Destination Government Destination Government
DELIVERY INFORMATION
CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC
0001 POP 30-SEP-2015 TO
31-MAR-2016
N/A DIRECTORATE OF EMERGENCY
SERVICES
CHARLES WOODS
675 RICE ROAD BLDG 32422
FORT GORDON GA 30905
706-791-7103
FOB: Destination
W91U07
0002 POP 30-SEP-2015 TO
31-MAR-2016
N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination
W91U07
ACCOUNTING AND APPROPRIATION DATA
AA: 0212015201520200000113131252 S.0028538.511.25 6100.9000021001
COST CODE: A2ABG
AMOUNT: $6,000.00
CIN GFEBS001077421100001: $6,000.00
PERFORRMANCE WORK STATEMENT
Performance Work Statement
1. The contractor shall provide management, supervision, and personnel necessary to perform animal control
services for Fort Gordon as defined in this performance work statement.
2. The contractor shall provide personnel possessing the skills, knowledge and training to satisfactorily perform the
services required by this contract. Personnel performing under this performance statement of work shall remain
employees of the contractor and will not be considered as employees of the United States Government.
3. Fort Gordon has approximately 125 stray or domestic animal contacts per year. This is inclusive but not limited to
domestic and stray dogs and cats, and other animals captured as a stray, wild or abandoned animal.
4. Fort Gordon Military Police or Game Wardens will make reasonable efforts to identify and locate the animal’s
owner, to include scanning for a microchip, before transporting the animal to Richmond County Animal Control
stray holding facility.
W91249-15-P-0293
Page 5 of 13
5. Fort Gordon animals will be processed just like any others brought in to the holding facility. The “Animal Control
Log Sheet” attached with the contract. It is critical that all means available be exercised for adoption or placement
with a rescue before a final means of euthanization can occur. All animals must be treated humanely in accordance
with the Georgia Animal Protection Act, Georgia CodeTitle 4, Chapter 11, and implementing regulations of the state
and county concerned.
6. Duty hours are 7:30 a.m. to 4:00 p.m. Fort Gordon Military Police or Game Wardens will transport animals
captured during duty hours to Richmond County Animal Control.
7. Fort Gordon Military Police or Game Wardens will contact the Richmond County Animal Control on-call officer
when they capture animals between the hours of 5:00 p.m. and 12:00 midnight. The on-call officer will meet them
at Richmond County Animal Control facility to receive the animal. If the on-call officer cannot meet with Fort
Gordon Military Police or Game Wardens to receive the animal, Fort Gordon Military Police or Game Wardens will
impound the animal at the Fort Gordon stray holding facility and will transport the animal to Richmond County
Animal Control the next day, no later than 8:30 a.m., at which time the animal is considered to be in the custody and
control of Richmond County Animal Control for disposition in accordance with State and local law unless sooner
retrieved by the owner, as specified at PWS 9.
8. If the Richmond County Animal Control veterinarian determines that the animal is so sick or injured that it will
not respond to treatment, the veterinarian may euthanize the animal to prevent further suffering
9. Owners of the animals may obtain the release of impounded animals by reporting to the Fort Gordon Military
Police station during the hours of 7:30 a.m. to 4:00 p.m. (Fort Gordon) and 8:30 a.m. to 5:00 p.m. for the Richmond
County Animal Control.
10. Fort Gordon will pay $60. per animal for its services in accordance with the contract schedule.
11. The contractor shall maintain complete records of animals received from Fort Gordon, to include documentation
on animals received, adopted, turned over to rescues, and animals euthanized. This will be summarized and will be
submitted within the invoice submitted monthly to the Fort Gordon POC prior to invoices being accepted for
payment. The “Animal Control Log Sheet” attached with the contract shall be used for this purpose.
12. The contractor shall not employ any person who is an employee of the United States Government, if the
employment of that person would create a conflict of interest.
13. CONTRACTOR MANPOWER REPORTING
The contractor will report ALL contractor labor hours (including subcontractor labor hours) required for
performance of services provided under this contract for the Department of the Army via a secure data collection
site.
The contractor is required to completely fill in all required data fields using the following web address:
http://www.ecmra.mil, and then click on “Department of the Army CMRA” or the icon of the DoD organization that
is receiving or benefitting from the contracted services.
Reporting inputs will be for the labor executed during the period of performance during each Government FY,
which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data
shall be reported no later than October of each calendar year, beginning with 2013. Contractors may direct questions
to the help desk by clicking on “Send an email” which is located under the Help Resources ribbon on the right side
of the login page of the applicable Service/Component’s CMR website at http://www.ecmra.mil. As part of its
submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting
requirement.”
14. The contractor will be required to submit invoices with all associated supporting documents through Wide Area
Workflow WAWF, in order for the payment to be processed, as outlined in the terms of the contract.
W91249-15-P-0293
Page 6 of 13
CLAUSES INCORPORATED BY REFERENCE
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015
52.212-5 (Dev) Contract Terms and Conditions Required to Implement
Statutes or Executive Orders--Commercial Items (Deviation
2013-O0019)
MAY 2015
52.232-33 Payment by Electronic Funds Transfer--System for Award
Management
JUL 2013
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7012 Safeguarding of Unclassified Controlled Technical
Information
AUG 2015
252.232-7003 Electronic Submission of Payment Requests and Receiving
Reports
JUN 2012
CLAUSES INCORPORATED BY FULL TEXT
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are
incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to
acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19
U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has
indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders
applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)
(41 U.S.C. 4704 and 10 U.S.C. 2402).
____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June
2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment
Act of 2009.)
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-
282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C).
W91249-15-P-0293
Page 7 of 13
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L.
111-117, section 743 of Div. C).
___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41
U.S.C. 2313).
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).
_
____ (ii) Alternate I (NOV 2011) of 52.219-3.
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014)
(if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
____ (ii) Alternate I (JAN 2011) of 52.219-4.
____ (13) [Reserved]
____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
____ (ii) Alternate I (Oct 1995) of 52.219-7.
____ (iii) Alternate II (Mar 2004) of 52.219-7.
____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)).
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)).
____ (ii) Alternate I (Oct 2001) of 52.219-9.
____ (iii) Alternate II (Oct 2001) of 52.219-9.
____ (iv) Alternate III (OCT 2014) of 52.219-9.
____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).
____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).
____ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C.
657f).
____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).
W91249-15-P-0293
Page 8 of 13
____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business
(EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)).
____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the
WOSB Program (July 2013) (15 U.S.C. 637(m)).
X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
X (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126).
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).
____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).
____ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).
____ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).
____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O.
13496).
____ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).
____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
____ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to
the acquisition of commercially available off-the-shelf items or certain other types of
commercial items as prescribed in 22.1803.)
____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May
2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf
items.)
____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)
____ (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and
13514).
____ (ii) Alternate I (Jun 2014) of 52.223-13.
____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).
____ (ii) Alternate I (Jun 2014) of 52.223-14.
____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
____ (39)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s
13423 and 13514).
____ (ii) Alternate I (Jun 2014) of 52.223-16.
W91249-15-P-0293
Page 9 of 13
X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.
13513).
____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter
83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.
103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
____ (ii) Alternate I (May 2014) of 52.225-3.
____ (iii) Alternate II (May 2014) of 52.225-3.
____ (iv) Alternate III (May 2014) of 52.225-3.
____ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
____ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes
administered by the Office of Foreign Assets Control of the Department of the Treasury).
____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013)
(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150
____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C.
5150).
____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10
U.S.C. 2307(f)).
____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
____ (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31
U.S.C. 3332).
____ (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July
2013) (31 U.S.C. 3332).
____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).
____ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
____ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C.
Appx. 1241(b) and 10 U.S.C. 2631).
____ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that
the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of
law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
_____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).
W91249-15-P-0293
Page 10 of 13
_____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).
_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.
chapter 67).
_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple
Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY
2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).
_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain
Services--Requirements (MAY 2014) (41 U.S.C. chapter 67).
_____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
`
_____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).
_____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph
(d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and
does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall
have access to and right to examine any of the Contractor's directly pertinent records involving transactions related
to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other
evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any
shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If
this contract is completely or partially terminated, the records relating to the work terminated shall be made
available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes
clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available
until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data,
regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that
the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the
Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for
commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the
clause—
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts
that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns)
exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in
lower tier subcontracts that offer subcontracting opportunities.
W91249-15-P-0293
Page 11 of 13
(iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in
accordance with paragraph (l) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xi) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O.
13627).
_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance,
Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain
Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xiv) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section
862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow
down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx
1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of
additional clauses necessary to satisfy its contractual obligations.
(End of clause)
W91249-15-P-0293
Page 12 of 13
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may
be accessed electronically at this/these address(es):
http://www.arnet.gov/far
http://farsite.hill.af.mil
http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
(a) Definitions. As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit,
activity, or organization.
Document type means the type of payment request or receiving report available for creation in Wide Area
WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done
external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and
receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission
of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the System for Award Management at
https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration
available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training
Course and use the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at
https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data
Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment
requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
W91249-15-P-0293
Page 13 of 13
2-IN-1 (Services Only)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in
WAWF, as specified by the contracting officer.
GOVERNMENT
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in
applicable fields in WAWF when creating payment requests and receiving reports in the
system.
Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC HQ0490
Issue By DoDAAC W91249
Admin DoDAAC W91249
Inspect By DoDAAC W91U07
Ship To Code W91U07
--------------------------------------------------------------------------------------------
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes
appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit
price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,
(e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send
Additional Email Notifications” field of WAWF once a document is submitted in the system.
Ms Jane Garciga, 706-791-6988 ermiejane.f.garciga.civ@mail.mil
Mr Charles Woods, 706-791-7103 charles.f.woods2.civ@mail.mil
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the
following contracting activity's WAWF point of contact.
Ms Deborah McGugan, 706-791-9229 deborah.s.mcgugan.civ@mail.mil
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
Public Safety Committee Meeting
11/10/2015 1:20 PM
Fort Gordon Contract
Department:Animal Services
Caption:Motion to approve contract with Augusta, GA and Fort Gordon to
process and impound stray animals delivered by Fort Gordon.
Background:Fort Gordon will pay $60.00 per animal for Augusta, Ga services
in accordance with the contract schedule.
Analysis:
Financial Impact:
Alternatives:Deny motion to approve contract with Fort Gordon.
Recommendation:Approve motion to approve contract with Fort Gordon.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Public Safety Committee Meeting
11/10/2015 1:20 PM
Minutes
Department:Clerk of Commission
Caption:Motion to approve the minutes of the Public Safety Committee
held on October 27, 2015.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY: