Loading...
HomeMy WebLinkAboutResolutions - 2023.03.23 - 38078 AGENDA ITEM: Intergovernmental Support Agreement (IGSA) with the Army 88th Readiness Division DEPARTMENT: Facilities Management MEETING: Board of Commissioners DATE: Thursday, March 23, 2023 9:30 AM - Click to View Agenda ITEM SUMMARY SHEET COMMITTEE REPORT TO BOARD Resolution #2023-2619 _ 23-48 Motion to adopt the attached suggested resolution. ITEM CATEGORY SPONSORED BY Contract Yolanda Smith Charles INTRODUCTION AND BACKGROUND The County currently has a zero dollar land lease of 3.8 acres of land at 2640 Watkins Lake Road to the US Government, commonly known as, the Donald R. Moyer Army Reserve Center. FM&O Ground has been maintaining the property grounds for the 88th Readiness Division, (88th) out of Fort McCoy, Wisconsin for the past five years, this was approved under MR 18310. The Army has asked the County to continue this service and is required to approve an Intergovernmental Support Agreement. The agreement is for 1 year and is renewable for successive one (1)year periods for nine (9) additional years. The County has submitted annual cost matrix which will become payable quarterly to the County. FM&O Grounds Unit has submitted itemized costs for landscape services, and the 88th has agreed incorporated them into the Intergovernmental Support Agreement (IGSA). The IGSA will achieve cost savings for the 88th and will be cost-neutral for the County. It will also ensure the Army Reserve Center grounds is maintained to the same landscape standards as all other County Campus grounds. The Departments of Facilities Management and Corporation Counsel have reviewed and approved the attached IGSA . POLICY ANALYSIS Facilities Management is requesting authorization of the Intergovernmental Support Agreement (IGSA) between Oakland County and the 88th Readiness Division (88th) Army Reserve Center located at 2650 Watkins Lake Road in Waterford, for landscape services to be provided by the County. The services will include lawn maintenance and general spring and fall cleanup; the 88th currently manages the property. The County leases 3.8 acres (@ $1 since 1970) of land at this location, known as, the Donald R. Moyer Army Reserve Center with the land lease ending on June 30th, 2039. Annual Total Service Costs are as follows: FY 2023 $ 5,366.68 FY 2024 $ 5,527.68 FY 2025 $ 5,693.51 FY 2026 $ 5,864.32 FY 2027 $ 6,040.25 FY 2028 $ 6,221.45 FY 2029 $ 6,408.10 FY 2030 $ 6,600.34 FY 2031 $ 6,798.35 FY 2032 $ 7,002.30 Total 10 Year Cost: $ 61,522.97 The County will be reimbursed on a quarterly basis. The term of the Agreement will be for one year from the execution of the Agreement and is renewable for successive one-year periods for 9 additional years and may be terminated by either party upon 60 (sixty) days written notice. Corporation Counsel is recommending the approval of the Agreement. The FY 2023 Facilities Maintenance and Operations Fund (#63100) Budget includes sufficient funding to maintain the grounds of the Army Reserve Center for the term of the ISGA. No budget amendment is required at this time. On approval of the BOC, the Chairman is authorized to execute the Agreement. *Previous MR #18310 BUDGET AMENDMENT REQUIRED: No Committee members can contact Michael Andrews, Policy and Fiscal Analysis Supervisor at 248.425.5572 or andrewsmb@oakgov.com, or the department contact persons listed for additional information. CONTACT Paul Zachos, Property Management Specialist Mark Baldwin ITEM REVIEW TRACKING Yolanda Smith Charles, Board of Commissioners Created/Initiated - 3/23/2023 David Woodward, Board of Commissioners Approved - 3/23/2023 Hilarie Chambers, Executive's Office Approved - 3/24/2023 Lisa Brown, Clerk/Register of Deeds Final Approval - 3/27/2023 AGENDA DEADLINE: 03/23/2023 9:30 AM ATTACHMENTS 1. Background Army Reserve IGSA landscape services 2. Army Reserve Property 3. IGSA - Waterford_Final_Transaction_agreement.3.13.23 COMMITTEE TRACKING 2023-03-15 Economic Development & Infrastructure - Recommend to Board 2023-03-23 Full Board - Adopt Motioned by: Commissioner Michael Gingell Seconded by: Commissioner Janet Jackson Yes: David Woodward, Michael Gingell, Penny Luebs, Karen Joliat, Kristen Nelson, Christine Long, Philip Weipert, Gwen Markham, Angela Powell, Marcia Gershenson, Janet Jackson, Yolanda Smith Charles, Charles Cavell, Brendan Johnson (14) No: None (0) Abstain: None (0) Absent: William Miller III, Michael Spisz, Gary McGillivray, Ajay Raman (4) Passed March 23, 2023 RESOLUTION #2023-2619 _ 23-48 Sponsored By: Yolanda Smith Charles Facilities Management - Intergovernmental Support Agreement (IGSA) with the Army 88th Readiness Division Chair and Members of the Board: WHEREAS the County currently leases 3.8 acres of land at 2650 Watkins Lake Road to the United States of America, commonly known as, the Donald R. Moyer Army Reserve Center, which is managed by the 88th Readiness Division, Fort McCoy, Wisconsin (88th); and WHEREAS the County currently provides landscape services for the property through an Intergovernmental Support Agreement (IGSA) approved by the Oakland Board of Commissioners, MR# 18310; and WHEREAS the 88th is requesting that the County continue landscape services for the property as per attached IGSA and the term of the IGSA shall be for one (1) year from the execution of the IGSA and is renewable for successive one (1) year periods for nine (9) additional years. NOW THEREFORE BE IT RESOLVED that the Oakland County Board of Commissioners approves the attached Intergovernmental Support Agreement with the 88th Readiness Division Army Reserve Center. BE IT FURTHER RESOLVED that the Oakland County Board of Commissioners authorizes the Board Chair to execute the agreement and other related documents. BE IT FURTHER RESOLVED the FY 2023 Facilities Maintenance and Operations Fund (#63100) Budget includes sufficient funding to maintain the grounds of the Army Reserve Center for the term of the ISGA. Reimbursement of the County’s costs from the 88th Readiness Division for this purpose will be receipted in the External Agencies Revenue account (#635017). BE IT FURTHER RESOLVED no budget amendment is required at this time. Chair, the following Commissioners are sponsoring the foregoing Resolution: Yolanda Smith Charles. Date: March 23, 2023 David Woodward, Commissioner Date: March 24, 2023 Hilarie Chambers, Deputy County Executive II Date: March 27, 2023 Lisa Brown, County Clerk / Register of Deeds COMMITTEE TRACKING 2023-03-15 Economic Development & Infrastructure - Recommend to Board 2023-03-23 Full Board - Adopt Motioned by Commissioner Michael Gingell seconded by Commissioner Janet Jackson to adopt the attached Contract: Intergovernmental Support Agreement (IGSA) with the Army 88th Readiness Division. Yes: David Woodward, Michael Gingell, Penny Luebs, Karen Joliat, Kristen Nelson, Christine Long, Philip Weipert, Gwen Markham, Angela Powell, Marcia Gershenson, Janet Jackson, Yolanda Smith Charles, Charles Cavell, Brendan Johnson (14) No: None (0) Abstain: None (0) Absent: William Miller III, Michael Spisz, Gary McGillivray, Ajay Raman (4) Passed ATTACHMENTS 1. Background Army Reserve IGSA landscape services 2. Army Reserve Property 3. IGSA - Waterford_Final_Transaction_agreement.3.13.23 STATE OF MICHIGAN) COUNTY OF OAKLAND) I, Lisa Brown, Clerk of the County of Oakland, do hereby certify that the foregoing resolution is a true and accurate copy of a resolution adopted by the Oakland County Board of Commissioners on March 23, 2023, with the original record thereof now remaining in my office. In Testimony Whereof, I have hereunto set my hand and affixed the seal of the Circuit Court at Pontiac, Michigan on Thursday, March 23, 2023. Lisa Brown, Oakland County Clerk / Register of Deeds BACKGROUND DATA – Facilities Management RESOLUTION TITLE: INTERGOVERNMENTAL SUPPORT AGREEMENT (IGSA) FOR LANDSCAPE SERVICES ARMY RESERVE CENTER 2650 WATKINS LAKE RD, WATERFORD FACILITIES MANAGEMENT DEPARTMENT CONTACT PERSON/PHONE: Paul Zachos 248-202-0543 zachosp@oakgov.com CIVIC CLERK DATE SUBMITTED: 2/8/2023 REVIEW DEPARTMENTS: Attached are documents to be reviewed for the Board of Commissioner’s Economic Development and Infrastructure Committee. This is a renewal IGSA for landscape services for the Army Reserve property on campus that is across from the Public Works Building on One Public Works Drive. Time Frame Immediate Civic Clerk Packet Deadline: 2/8/2023 ED&I Committee Meeting Date: 2/22/2023 SYNOPSIS The County currently has a zero dollar land lease of 3.8 acres of land at 2640 Watkins Lake Road to the US Government, commonly known as, the Donald R. Moyer Army Reserve Center. FM&O Ground has been maintaining the property grounds for the 88th Readiness Division, (88th) out of Fort McCoy, Wisconsin for the past five years, this was approved under MR 18310. The Army has asked the County to continue this service and is required to approve an Intergovernmental Support Agreement. The agreement is for 10 years and the County has submitted annual cost matrix which will become payable quarterly to the County. FM&O Grounds Unit has submitted itemized costs for landscape services, and the 88th has agreed incorporated them into the Intergovernmental Support Agreement (IGSA). The IGSA will achieve cost savings for the 88th and will be cost-neutral for the County. It will also insure the Army Reserve Center grounds is maintained to the same landscape standards as all other County Campus grounds. North Proposed fenceExisting fenceNorth Proposed fenceProposed gateExisting fenceNorth Proposed fenceProposed gateExisting fenceNorth Proposed fenceProposed gateExisting fenceNorth Proposed fenceProposed gateExisting fenceNorth 1 -UNCLASSIFIED INTERGOVERNMENTAL SUPPORT AGREEMENT (IGSA) BETWEEN THE 88TH READINESS DIVISION AND OAKLAND COUNTY, MICHIGAN This is an Intergovernmental Support Agreement (hereafter referred to as the IGSA or Agreement) between the 88th Readiness Division, Fort McCoy, Wisconsin (hereafter, 88th) and Oakland County, Michigan (hereafter, County) is entered into pursuant to federal law codified at 10 USC 2679. The statute authorizes the Secretary of the Army to enter into an IGSA on a sole source basis with a state or local government to receive installation support and services. The Secretary of the Army has delegated authority to Chief, Army Reserves (hereafter CAR) to approve agreements on behalf of the United States and the Army and the CAR has approved the execution of this IGSA. The purpose of this IGSA is to provide Grounds Maintenance service to Donald R. Moyer Army Reserve Center (MI024), 2650 Watkins Lake Rd., Waterford, MI 48328 (hereafter RC), as defined and explained in the Statement of Work (SOW) (Attachment #1) said installation support services to be furnished by the County, said service to be paid by the 88th, in accordance with appropriate reimbursement and quality control procedures. The parties undertake this Agreement in order to provide services to the RC thru the 88th, so as to achieve cost savings for the Department of the Army, and to provide the benefit of additional revenues to local governments and their work forces. RESPONSIBILITIES OF THE PARTIES: The County shall perform the installation support services as stated in this IGSA. The term “installation support services” only includes services, supplies, resources, and support typically provided by a local government for its own needs and without regard to whether such services, supplies resources, and support are provided to its residents generally, except that the term does not include security guard or firefighting services. This is a non-personal services agreement. Each party is responsible for all costs of its personnel including pay, benefits, support, and travel. Each party is responsible for supervision or management of its personnel. The tasks, duties and responsibilities set forth in this IGSA may not be interpreted or implemented in any manner that results in County personnel creating or modifying federal policy, obligating appropriated funds of the United States, or overseeing the work of federal employees. Under no circumstances, shall County employees or County’s be deemed federal employees. If the County shall provide services through a contract, the contract must be awarded through competitive procedures. NOTE: This requirement does not apply to collective bargaining agreements between the County and its employees. Employees of the United States may not perform services for or on behalf of the County without the approval of the Agreements Officer. 2 -UNCLASSIFIED SUMMARY OF SERVICES AND PRICE: The County agrees to provide grounds maintenance to the Donald R. Moyer Army Reserve Center, Waterford, MI (MI024) according to the Scope of Work found in Attachment 1. In consideration for the services to be provided by the County, the United States agrees to provide access to the Donald R. Moyer Army Reserve Center in Waterford, MI (MI024) and pay the County in accordance with the price schedule in Attachment 2. Annual Total Service Costs are as follows: FY 2023 $ 5,366.68 FY 2024 $ 5,527.68 FY 2025 $ 5,693.51 FY 2026 $ 5,864.32 FY 2027 $ 6,040.25 FY 2028 $ 6,221.45 FY 2029 $ 6,408.10 FY 2030 $ 6,600.34 FY 2031 $ 6,798.35 FY 2032 $ 7,002.30 Total 10 Year Cost: $ 61,522.97 The above conditions shall be applicable for each allotment of funding provided under the Agreement. TERM OF AGREEMENT: The term of this agreement shall be not more than 10 years. The term of this Agreement shall be for one year from the execution of the Agreement by the Agreements Officer, and renewable for successive one-year periods for 9 additional years. The United States shall only be obligated for only one year of performance under the agreement, as it has no authority to obligate additional periods of performance without appropriation of adequate funds by the Congress. The United States shall only be obligated for an additional year of performance upon receipt of such funds, and only upon written notice by the Agreement Officer of an intent to award the option for an additional year of performance. The Agreements Officer shall provide notice of the renewal of the IGSA at least 10 days prior to the expiration of then current performance period. The Agreements Officer may condition the renewal upon availability of funds and may suspend performance of the renewed period at no additional cost to the United States, until adequate funds have been received. If funds are not received, the parties agree that the Agreement can be unilaterally terminated by the Agreements Officer without further liability to the United States. 3 -UNCLASSIFIED PAYMENT: The United States shall pay the County for services based upon satisfactory completion of services on a monthly basis. Payment shall be based for services provided as set forth in this Agreement. The County shall not include any State or Local taxes in the prices it charges the United States unless approved by the Agreements Officer in advance. The County shall electronically submit invoices or payment requests to the Government’s Coordination Representative (CR) and the Agreements Officer. The Agreements Officer will not authorize payment unless all billed services have been satisfactorily completed and may reduce the amount(s) billed for unsatisfactory or partial performance, or for other reasons specified in this Agreement. The Government will make payment in accordance with the Prompt Payment Act (31 USC 3903) and implementing regulations Interest shall be paid for late payments as required by the Act and shall be paid at the rate established by the Secretary of the Treasury for disputes under the Contract Disputes Act of 1978. The payment method for IGSAs will be made via Miscellaneous Payment transactions processed through the General Fund Enterprise Business System (GFEBS). All IGSAs will be manually entered into GFEBS to commit and obligate funds. Payments will be processed within GFEBS by the 88th RD DPW, who will submit payment documents to DFAS who will issue payment via electronic fund transfer (EFT) or check to the Service Provider. OPEN COMMUNICATIONS AND QUALITY CONTROL: The Parties shall identify and present any issues and concerns that could potentially impede successful performance of the IGSA in a timely and professional manner. The County shall maintain a quality control plan to ensure all work is completed within the specified timelines and quality standards specified in the Agreement. After its execution, an initial joint meeting of the Parties will be conducted to discuss the terms of the IGSA. The initial meeting shall also discuss orientation of the County and its employees to work areas on the installation as well a phase-in plan to permit the orderly transition of responsibilities for performance of the services by the County. INSPECTION OF SERVICES: The County will only tender services and goods in conformance with the IGSA. The IGSA Manager for this Agreement shall appoint a Technical Representative (TR) who will be responsible for inspecting all services performed. The County will be notified of the identity of the CR and his alternate, and of any changes. If services are performed outside the installation, the TR shall be granted access to areas where services are performed. The TR shall have the right to inspect and test all services; inspections and tests to be conducted in a manner that will not unduly delay the performance of work. If the TR determines that services do not conform to the requirements in Agreement, the TR can require the County to perform the services again, in whole or in part, at no additional cost to the government. Alternately, the TR can reduce the price to be paid for services to reflect the reduced value of the services to be performed. If the services cannot be corrected by re- performance, the TR can reduce the billed price to reflect 4 -UNCLASSIFIED the reduced value of the services to be performed. The TR may alternately, in his sole discretion, waive price reductions or re- performance of services. Such waivers shall not constitute a waiver of requirements in the IGSA unless approved in writing by the Agreements Officer. If the County is unable to perform any of the services due to an occurrence beyond the reasonable control of the parties, such as Acts of God, unusually severe weather, or government activities on the installation which impede the County’s performance, the County shall promptly notify the TR. In those rare instances in which the County fails to re-perform services or abandons performance, the United States may perform or contract for performance of the services and charge those costs to the County. Except in an emergency, the United States will not exercise this authority without providing prior notice to the POC designated by the County to allow for amicable resolution of issues between the parties. If services are deemed to be deficient and cannot be corrected to the satisfaction of the TR, the Agreements Officer may terminate the IGSA immediately. Such termination shall not become effective without prior notice and consultation with the County POC identified in this agreement. TERMINATION: The IGSA may be terminated by mutual written agreement at any time. Except as otherwise specified in this agreement, either party can unilaterally terminate this IGSA upon 60 (sixty) days written notice to the POCs designated in this Agreement. The United States reserves the right to terminate this agreement for its convenience at any time. When notified by the Agreements Officer of the termination, the County shall immediately stop all work. The government will pay the County a percentage of the agreed price reflecting the percentage of work performed to the notice. The County shall not be paid for any work performed or costs incurred which reasonably could have been avoided. SUSPENSION OF AGREEMENT: The United States reserves the right to suspend performance of the agreement or access to the installation in event of emergencies, mobilizations, national security reasons, or for other reasons outside the control of the United States. APPLICABLE LAW: The IGSA is subject to the law and regulations of the United States. If any federal statue expressly prescribes policies or requirements that differ from the terms and conditions of this IGSA, the provisions of the statute shall govern. CLAIMS AND DISPUTES: The parties shall use their best efforts to resolve any disagreement or disputes they may have regarding this Agreement. To minimize disputes, the parties will meet periodically, preferably on a monthly basis, to discuss performance and any other issues they may have. The TR shall represent the Government in such meetings. If the parties are unable to resolve an issue, the TR or the County may submit a claim 5 -UNCLASSIFIED arising out of the Agreement to the Agreements Officer for a final decision. The written submission must specify the nature and basis for the relief requested and include all data that supports the claim and may designate a County representative to discuss the claim and its resolution. The Agreements Officer shall issue a final decision within 90 days of receipt of each claim. APPEALS AUTHORITY: If the County is dissatisfied with the Agreements Officer’s decision, it may appeal the matter to the installation commander and must specify the basis of its disagreement. The installation commander or his designee shall issue a final determination on the matter within 60 days of receipt of the appeal. The final determination shall be reduced to writing and provided to the POCs specified in this agreement. All final determinations that result in the payment of additional funds to the County must be coordinated with the Agreements Officer. As part of its appeal, the County may request alternate disputes resolution (ADR) to resolve disputes; the Government may agree to use of ADR in its sole discretion. If ADR procedures are employed, the installation commander shall consider the findings and recommendations of the third-party mediator(s) in making his final determination. The parties agree to the above procedures in lieu of litigation in any forum. NOTICES, POINTS OF CONTACT (POCs), ANNUAL REVIEWS, AND AMENDMENTS TO THE IGSA: The POCs for issues pertaining to this IGSA are as follows: For the 88th: Mr. William C. Jones CIV, Budget Integration Office RSC088, ARIM/DPW 88th Readiness Division, DRM Phone: 608.388.0613 Email: william.c.jones108.civ@mail.mil For the County: Mr. Paul Zachos Property Management Specialist Oakland County Facilities Bldg. 95 W One Public Works Dr. Waterford, MI 48328 Phone: 248-858-5380 zachosp@oakgov.com Unless otherwise specified, all notices under this Agreement shall be provided to the POCs specified above. POCs and a management official at least one level above the POCs as well as the IGSA Agreements Officer shall meet annually to discuss the IGSA and consider any amendments to the Agreement. Any party can propose amendments 6 -UNCLASSIFIED at any time. All amendments must be reduced to writing and incorporated by amendment to Agreement by the Agreements Officer in order to be effective. DUTY TO PROTECT GOVERNMENT PROPERTY ON THE INSTALLATION: The County shall conduct a visit of the installation with the TR prior to performance to satisfy itself of the general and local conditions existing on the installation to include sites where services will be performed. The County shall prepare an accident-avoidance plan and plan to protect Government property on the installation. The County shall take measures to protect and not damage any property of the United States during performance of services. Should the County damage such property, the County may replace the item or restore it to its prior condition at its own cost or reimburse the United States for such costs. If the County does not take measures to replace or restore, the United States reserves the right to deduct replacement or restoration costs from amounts billed by the County each month. The TR shall provide written notice of the Government’s intent to offset costs against billings to allow the parties to resolve the matter amicably. Such resolution can include a schedule for payments to cover the loss or restoration of Government property over the term of the current period of performance. CONTINUITY OF SERVICES: The County recognizes that the services under this Agreement are vital to the United States and must be continued without interruption and will be performed even in event of a dispute between the parties. Should the United States terminate this Agreement for any reason, the County agrees to furnish phase-in training to any successor County and exercise its best efforts and cooperation to affect an orderly and efficient transition of services. WAGES AND LABOR LAW PROVISIONS: These provisions apply to the County and any County employee performing services under this IGSA on behalf of the County. The County shall be exempt from federal labor statutes, provided it pays its employees at wage grades or rates normally paid by the County and complies with all applicable County labor laws and standards. In no event, however, shall any employee be paid at wage rate below the minimum wage established in the Fair Labor Standards Act. The County shall comply with all applicable federal, state, and local occupational safety and health requirements and standards. If the County has knowledge that any actual or potential labor dispute by its employees may delay or threaten to delay performance of the contract, the County shall immediately notify the TR and the Agreements Officer. The County shall provide timely updates until the dispute is resolved. NON-DISCRIMINATION AND SEXUAL ASSAULT/HARASSMENT: This provision applies to County and its County employees. The County agrees not to discriminate against any employee based upon race, color, religion, sex, national origin, or sexual orientation, or to allow any employee to engage in discriminatory practices or conduct while performing work under this IGSA. The County shall not permit employees which engage in sexual assault, sexual harassment or trafficking to perform services under this IGSA. The County shall not engage in age discrimination and shall comply with the Americans with Disabilities Act with respect to the hiring and accommodation of 7 -UNCLASSIFIED employees performing services under this IGSA. TRANSFERABILITY: This Agreement is not transferable except with the written authorization of the Agreements Officer. ACTIONS OF DESIGNEES: Any act described in the IGSA to be performed by an individual or official can be performed of the designee of such individual or official, with the exception of the Agreements Officer. Signatures and dates of signatures of the parties: FOR THE UNITED STATES: FOR OAKLAND COUNTY: Name and Position for 88th signatory David T. Woodward Chairman, Oakland County Board of Commissioners Date Date List all Attachments: 1. Statement of Work 2. Price Schedule 3. Site Plan 4. Federal Holidays 5. Acronyms and Definitions 6. Installation Security and Access Requirements 7. Antiterrorism (AT) and Operations Security (OPSEC) Requirements/Provisions 8. Insurance 8 -UNCLASSIFIED Attachment 1 - Statement of Work: The County shall be responsible for performing Lawn Maintenance and General Spring and Fall cleanup. It is anticipated that during the course of this contract there will be workload increases and decreases. Payment will only be made by the Government for services ordered, received, and accepted at the prices specified in the contract. The County shall perform to the standards and specifications outlined in the PWS. Lawn Maintenance Type One (I) Lawn Maintenance Mowing: Grass areas shall be maintained to a height of two 2” to five 5” (inches) above the surface of the soil free of skips, gaps, rutting, or scalping. Edging: Vegetation around the edges of curbs, sidewalks, driveways, streets and other hard surfaces within or adjacent to the specified area shall not extend more than 2” (inches) onto the hard surface. Trimming Around Fixed Objects: Grass, brush, weeds and other vegetation growing around or beside walls, fences, guy wires, poles, shrubs, tree trunks, foundations, fire hydrants, cultivated areas or any fixed object within the designated areas shall be maintained to the height of the surrounding mowing type. Mechanical maintenance only. Trimming Fence Lines: Grass, brush, weeds and other vegetation growing within 5’ (feet) of both sides of fence lines shall be maintained to a height no higher than the surrounding mowing type or to grade if over a paved or otherwise non-grassy area. Mechanical maintenance only. Unwanted Vegetation: Unwanted vegetation such as bushes growing adjacent to building, between cracks and joints in sidewalks, driveways or other hard surfaces, and all landscaped areas shall be mechanically removed in accordance with (IAW) industry best practice. Refer to Attachment 5: Other Requirements for specific Environmental requirements. Grass Clippings: Visible grass clippings, windrows, clumps or any amount of cut grass dense enough to damage or destroy the underlying turf shall be removed after each mowing. Trash Removal: County shall ensure the area of lawn maintained is free of all visible trash and debris upon completion of lawn maintenance. Pruning: Shrubs and vines shall be pruned as necessary to maintain growth within space limitations, to maintain or enhance the natural growth habit, or to eliminate diseased or 9 -UNCLASSIFIED damaged growth. Some species shall be trimmed appropriately to influence flowering and fruiting, or to improve vigor. Shrubs and vines must be trimmed as needed to permit unobstructed passage to residents or vehicles. Trimming near vehicular entry or exits shall be carried out to prevent sight restrictions. Shrubs shall be pruned to conform with the design concept of the landscape. Individual shrubs shall not be clipped into balled or boxed forms, except where specifically instructed. Vines shall be pruned to control growth and direction, and shall not be allowed to grow over windows, doors, or other structural features, unless directed by the COR. Vines shall not be allowed to grow over the crowns of shrubs or trees. Type Two (II) Lawn Maintenance Mowing: Grass area, including weeds, and small trees or brush ½” inch in diameter or less shall be maintained to a height of 3” to 8” (inches) in height above the surface soil free of skips, gaps, rutting, or scalping. Edging: Edges of curbs, sidewalks, driveways, streets and other hard surfaces within or adjacent to the specified area shall be trimmed if vegetation extends more than two inches onto the hard surface Trimming Around Fixed Objects: Grass, brush, weeds, and other vegetation growing around or beside walls, fences, guy wires, poles, shrubs, tree trunks, foundations, fire hydrants, cultivated areas or any fixed object within the designated areas shall be maintained to a height no higher than the surrounding mowing type or to grade if over a paved or otherwise non-grassy area. Trimming Fence Lines: Grass, brush, weeds and other vegetation growing within 5’ (feet) of both sides of fence lines shall be maintained to a height no higher than the surrounding mowing type or to grade if over a paved or otherwise non-grassy area. Unwanted Vegetation: Unwanted vegetation such as bushes growing adjacent to building, between cracks and joints in sidewalks, driveways or other hard surfaces shall be mechanically removed so that the grounds maintain a neat and clean appearance. Grass Clippings: Visible grass clippings, windrows, clumps, or any amount of cut grass dense enough to damage or destroy the underlying turf shall be removed after each mowing. Trash Removal: County shall ensure the area of lawn maintained is free of all visible trash and debris upon completion of lawn maintenance. Mowing Type Three (III) 10 -UNCLASSIFIED Mowing: All vegetation (i.e., trees smaller than 3.5 inches in diameter, bushes, cattails, grasses, weeds, vines, or other growths) shall be maintained to a height of six (6) to twelve (12) inches in height from the surface soil free of skips, gaps, rutting, or scalping. Edging: Edges of curbs, sidewalks, driveways, streets, and other hard surfaces within or adjacent to the specified area shall be trimmed if vegetation extends more than two inches onto the hard surface Trimming Around Fixed Objects: Grass, brush, weeds, and other vegetation growing around or beside walls, fences, guy wires, poles, shrubs, tree trunks, foundations, fire hydrants, cultivated areas or any fixed object within the designated areas shall be maintained to a height consistent with the specified mowing type. Trimming Fence Lines: Grass, brush, weeds, and other vegetation growing within 5’ (feet) of both sides of fence lines shall be maintained to a height no higher than the surrounding mowing type or to grade if over a paved or otherwise non-grassy area. Trash Removal: County shall ensure the area of lawn maintained is free of all visible trash and debris upon completion lawn of maintenance. Unwanted Vegetation: Unwanted vegetation such as bushes growing adjacent to building, between cracks and joints in sidewalks, driveways or other hard surfaces shall be mechanically removed so that the grounds maintain a neat and clean appearance. Grass Clippings: Visible grass clippings, windrows, clumps, or any amount of cut grass dense enough to damage or destroy the underlying turf shall be removed after each mowing. Trash Removal: Contractor shall ensure the area of lawn maintained is free of all visible trash and debris upon completion lawn of maintenance. Mowing Type Four (IV) Mowing of native grassland shall be done once per year and can ONLY occur during the period when the native plants are dormant. Depending on climate zone region, the dormant mowing period can be as long as 1 November through 15 April in the north such as Minnesota or as short as 20 November to March 31 in southern Kansas. Mowing occurs either in the late fall or early spring and would be determined in part by the effect the planting has on snow retention. If blowing snow is retained in the native plants minimizing accumulation in parking and sidewalk areas, then mowing should occur only in the spring. If there is no difference or snow is found to accumulate more in parking and sidewalk areas, then mowing should occur only in the fall. Mowing should be short, to a height no greater than 2". Plant litter from the mowed area needs to be widely dispersed, 11 -UNCLASSIFIED to less than 1" in depth. This is done in an effort to avoid creating a mulch layer capable of smothering the emerging plants in spring. A flail mower is most effective, but not necessary, in accomplishing the even distribution of mowed plant litter. When trimming fence lines, the grass, brush, weeds and other vegetation growing within 5’ (feet) of both sides of fence lines shall be maintained to a height no higher than the surrounding mowing type or to grade if over a paved or otherwise non-grassy area. Grounds Restoration: For the base year only, at the beginning of the contract, an initial cleanup will be performed prior to, or in conjunction with, the spring cleanup. Grounds restoration shall be performed NLT 30 days after the start of the active performance period. Grounds Restoration: The County shall restore the grounds back to the required maintenance Level Type 1, 2 and 3, as required by the scope of the contract. This shall be a one-time requirement to be completed at the start of the base year to restore grounds that have been previously neglected. Spring and Fall Clean Up: Spring cleanup should be performed NLT 30 days after the start of the active performance period. Fall cleanup should be performed with the final grass mowing of the season. Prune shrubs, bushes, and trees according to species requirements in all Lawn Type areas. Unless directed otherwise, branches up to 8 inches in diameter shall be pruned to a height of not less than 7 feet above grade, and shall be removed by the Contractor when fallen, dead, or broken. Remove weeds from cultivated areas and flowerbeds and turn over soil to depth of approximately 6” (inches). Every effort should be made to avoid damaging the roots of shrubs, flowers and bushes in Type One (I) Lawn areas. Remove all litter, debris, dead tree branches, brush, and leaves from property including fence lines in all Lawn Type areas. Aeration - Type 1 Lawn Maintenance areas only: aerate once a year in the spring prior to applying fertilizer and broad leaf control. Weed Control (I) - Gravel Parking and Decorative Rocked Areas: Mechanically remove weeds from gravel parking areas and / or decorative rocked areas (aka: “zero-scape”) in accordance with (IAW) industry best practice. Every effort should be made to avoid damaging the roots of shrubs, flowers and bushes in Type One (I) Lawn areas. Weed Control (II) - Gravel Parking and Decorative Rocked Areas: Remove all litter, debris, dead tree branches, brush, and leaves from gravel parking areas and / or decorative rocked areas (aka: “zero-scape”). Fertilizer Application and Broad Leaf Control - Type 1 Lawn Maintenance areas 12 -UNCLASSIFIED only: Applied one time annually, in the spring after aeration, provide fertilizer application and broad leaf control applied IAW industry standards and the 88th RD Integrated Pest Management Plan (IPMP) available from the COR. The County shall provide a three (3) part (Original + 2 copies) service ticket and Pest Management and Weed Control Record Form for the completion of fertilizer application. The County shall have the service ticket and Appendix 1 Pest Management and Weed Control Record Form signed and dated by the IGSA Technical Representative (TR) upon satisfactory completion. A legible copy of the service ticket and Pest Management and Weed Control Record Form will be provided to the IGSA TR, to include specified tasks, performance required standards, as well as quality control requirements. 13 -UNCLASSIFIED Attachment 2 – Price Schedule: Annual Estimated Cost & Total 10 Year Estimated Cost: Beginning - 1 April 2023* QTY UNIT FY 2023 Unit Cost** FY 2023 Est. Cost Est. Annual Increase*** FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Total 10 Year Estimated Cost Mowing (Weekly from April-October) Mow to 2.5 - 3.5 inches by season Disperse or pickup clippings as necessary Blow clippings from all paved surfaces Edge walks and curbs on a bi-weekly basis 28 Weeks $109.49 $3,065.72 3.00% $3,157.69 $3,252.42 $3,350.00 $3,450.49 $3,554.01 $3,660.63 $3,770.45 $3,883.56 $4,000.07 $35,145.04 Fertiilize and Weed Control Spring - Crabgrass Pre-emergent and Broadleaf Weed Control Late Spring - Broadleaf Weed Control and Fertilizer Summer - Fertilizer Fall - BroadleafWeed Control and Fertilizer 4 Applications $127.68 $510.72 3.00% $526.04 $541.82 $558.08 $574.82 $592.06 $609.83 $628.12 $646.96 $666.37 $5,854.83 Bed Care - Parking lot weed control Keep Bed and Tree Rings Weed free Spray weeds in parking lot with Roundup / Surflan Herbicide Mix 28 Weeks $33.24 $930.72 3.00% $958.64 $987.40 $1,017.02 $1,047.53 $1,078.96 $1,111.33 $1,144.67 $1,179.01 $1,214.38 $10,669.66 Aeration: Core Aerate Turf areas in September 1 Aeration $252.20 $252.20 3.00% $259.77 $267.56 $275.59 $283.85 $292.37 $301.14 $310.17 $319.48 $329.06 $2,891.19 Fall Cleanup 3 visits in November Remove all leaves from site and dispose off-site; Mow turf at 2.5" height Blow off all paved surfaces 3 Visits $202.44 $607.32 3.00% $625.54 $644.31 $663.63 $683.54 $704.05 $725.17 $746.93 $769.33 $792.41 $6,962.24 Labor 1 Hourly $45.00 3.00% Total $5,366.68 $5,527.68 $5,693.51 $5,864.32 $6,040.25 $6,221.45 $6,408.10 $6,600.34 $6,798.35 $7,002.30 $61,522.97 *Actual start date subject to change **Unit Cost subject to change ***Estimated Annual Increase subject to change 14 -UNCLASSIFIED Annual Estimated Cost with Unit Costs and Unit Cost Increases, FY2023 – FY2028: Beginning - 1 April 2023* QTY UNIT FY 2023 Unit Cost** FY 2023 Est. Cost Est. Annual Increase*** FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 Unit Cost Est. Cost Unit Cost Est. Cost Unit Cost Est. Cost Unit Cost Est. Cost Unit Cost Est. Cost Mowing (Weekly from April-October) Mow to 2.5 - 3.5 inches by season Disperse or pickup clippings as necessary Blow clippings from all paved surfaces Edge walks and curbs on a bi-weekly basis 28 Weeks $109.49 $3,065.72 3.00% $112.77 $3,157.69 $116.16 $3,252.42 $119.64 $3,350.00 $123.23 $3,450.49 $126.93 $3,554.01 Fertiilize and Weed Control Spring - Crabgrass Pre-emergent and Broadleaf Weed Control Late Spring - Broadleaf Weed Control and Fertilizer Summer - Fertilizer Fall - BroadleafWeed Control and Fertilizer 4 Applications $127.68 $510.72 3.00% $131.51 $526.04 $135.46 $541.82 $139.52 $558.08 $143.70 $574.82 $148.02 $592.06 Bed Care - Parking lot weed control Keep Bed and Tree Rings Weed free Spray weeds in parking lot with Roundup / Surflan Herbicide Mix 28 Weeks $33.24 $930.72 3.00% $34.24 $958.64 $35.26 $987.40 $36.32 $1,017.02 $37.41 $1,047.53 $38.53 $1,078.96 Aeration: Core Aerate Turf areas in September 1 Aeration $252.20 $252.20 3.00% $259.77 $259.77 $267.56 $267.56 $275.59 $275.59 $283.85 $283.85 $292.37 $292.37 Fall Cleanup 3 visits in November Remove all leaves from site and dispose off-site; Mow turf at 2.5" height Blow off all paved surfaces 3 Visits $202.44 $607.32 3.00% $208.51 $625.54 $214.77 $644.31 $221.21 $663.63 $227.85 $683.54 $234.68 $704.05 Labor 1 Hourly $45.00 3.00% $46.35 $47.74 $49.17 $50.65 $52.17 Total $5,366.68 $5,527.68 $5,693.51 $5,864.32 $6,040.25 $6,221.45 *Actual start date subject to change *Unit Cost subject to change **Estimated Annual Increase subject to change 15 -UNCLASSIFIED Annual Estimated Cost with Unit Costs and Unit Cost Increases, FY2029-FY2032: Beginning - 1 April 2023 QTY UNIT FY 2029 FY 2030 FY 2031 FY 2032 Unit Cost Est. Cost Unit Cost Est. Cost Unit Cost Est. Cost Unit Cost Est. Cost Mowing (Weekly from April- October) Mow to 2.5 - 3.5 inches by season Disperse or pickup clippings as necessary Blow clippings from all paved surfaces Edge walks and curbs on a bi-weekly basis 28 Weeks $130.74 $3,660.63 $134.66 $3,770.45 $138.70 $3,883.56 $142.86 $4,000.07 Fertiilize and Weed Control Spring - Crabgrass Pre-emergent and Broadleaf Weed Control Late Spring - Broadleaf Weed Control and Fertilizer Summer - Fertilizer Fall - BroadleafWeed Control and Fertilizer 4 Applications $152.46 $609.83 $157.03 $628.12 $161.74 $646.96 $166.59 $666.37 Bed Care - Parking lot weed control Keep Bed and Tree Rings Weed free Spray weeds in parking lot with Roundup / Surflan Herbicide Mix 28 Weeks $39.69 $1,111.33 $40.88 $1,144.67 $42.11 $1,179.01 $43.37 $1,214.38 Aeration: Core Aerate Turf areas in September 1 Aeration $301.14 $301.14 $310.17 $310.17 $319.48 $319.48 $329.06 $329.06 Fall Cleanup 3 visits in November Remove all leaves from site and dispose off-site; Mow turf at 2.5" height Blow off all paved surfaces 3 Visits $241.72 $725.17 $248.98 $746.93 $256.44 $769.33 $264.14 $792.41 Labor 1 Hourly $53.73 $55.34 $57.00 $58.71 Total $6,408.10 $6,600.34 $6,798.35 $7,002.30 16 -UNCLASSIFIED Attachment 3 - Site Plan: 17 -UNCLASSIFIED Attachment 4 - Federal Government Holidays: Except as noted in the Schedule of Work, work shall not be performed on the following holidays or on holidays observed in lieu thereof. New Year’s Day 1st day of January Martin Luther King Jr.'s Birthday 3rd Monday of January Presidents Day 3rd Monday of February Memorial Day Last Monday of May Juneteenth 19th day of June Independence Day 4th day of July Labor Day 1st Monday of September Columbus Day 2nd Monday of October Veterans Day 11th day of November Thanksgiving Day 4th Thursday of November Christmas Day 25th day of December Attachment 5 - Acronyms and Definitions: BOID Business Operations Integration Division CAC Common Access Card CAR Chief, Army Reserve DPW Department of Public Works IGSA Intergovernmental Support Agreement POC Point of Contact RD Readiness Division TR Technical Representative USAR United States Army Reserve Attachment 6 - Installation Security and Access Requirements: - Notes to drafters of IGSAs: o If work will be performed on an Army installation or other property under the Army’s control, consult with the G-2 to add specific security requirements that must be met for contractors to access Army property as well as background requirements for County employees. o The following work sheet shall be completed by the proponent for the services, submitted to the appropriate office of primary responsibility, G-2, for review and approval, and submitted to the IGSA Manager for inclusion in the IGSA file for each Agreement. The installation G-2 shall submit any additional installation security procedures and requirements to the IGSA Manager, to include:  Any limitations on access to the installation  Specific gates to be used  Licensing and inspection of vehicle requirements, etc. o In the unlikely event that the IGSA will require the County or its employees to access classified information, the installation shall specify procedures for:  Access 18 -UNCLASSIFIED  Storage o The IGSA manager shall additionally tailor FAR 52.204-2 for inclusion in the Agreement if required - Required Considerations: o The provisions of the Installation Security and Access Requirements section are applicable to the County or contractor employees performing services under the IGSA on behalf of the County. o The County shall not permit employees who are not citizens or lawful immigrants to perform services under an IGSA. o Employees who have been convicted of felonies, sex crimes, drug offenses or violent crimes, shall not perform services under an IGSA without the specific approval of the IGSA Manager. o The County shall not permit any employee to perform work on an IGSA if such person is identified as a potential threat to the health, safety, security, general well-being or operational mission of the United States Army or its affiliates. o The TR and/or IGSA Manager may deny the continued entry of any employee upon receipt of information that indicates that the individual’s continued entry to the installation is not in the best interests of national security. o All County and/or County subcontractor vehicles must be identifiable and clearly include the County’s name on said vehicle(s). Attachment 7 - Antiterrorism (AT) and Operations Security (OPSEC) Requirements/Provisions: AT Level I Training  All County and/or County contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date, new employee hire, or effective date of incorporation of this requirement into the contract, whichever is applicable.  The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the TR or to the IGSA Manager, within 60 calendar days after completion of training by all County employees and subcontractor personnel.  AT level I awareness training is available at http://jko.jten.mil.  Access and general protection/policy and procedures • For standard installations, the contractor and all associated sub- contractor employees shall provide all information required for background checks necessary to meet installation access requirements. These checks will be accomplished by the installation Provost Marshal Office, Director of Emergency Services or Security Office. • For non-standard installations, the contractor and all associated sub-contractors shall obtain background checks per applicable 19 -UNCLASSIFIED requirements when unescorted access is required for employees without a CAC and associated background investigation. • Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. • In addition to the changes otherwise authorized by the changes clause of an IGSA, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.  For Contractors that do not require CAC, but require access to a DoD facility or installation • The contractor shall obtain a background check for all contractor employees, including subcontractor employees, requiring unescorted access to government facilities. • The background checks must include a check of the National Crime Information Center Interstate Identification Index (NCIC- III) and Terrorist Screening Database (TSDB). • In cases where obtaining an NCIC-III/TSDB background check is not possible, the contractor may submit background checks conducted by a third party entity. • If third party checks are used, they must include a national criminal records check (including felonies and misdemeanors), Department of Motor Vehicles records check, and a check of the national sex offender registry. • These checks must be completed on applicable employees within 6 months from the Notice to Proceed date. Background check r`eports will be provided to the IGSA Manager and TR by the third party or through the contractor. Under no circumstance will reports obtained by the employee be provided to the IGSA Manager and TR. These background checks will cover the previous ten years and include all states of previous residence during that time period. • Documentation of background checks, including the reports, will be sent to the IGSA Manager and TR by either the contractor or third party for each employee prior to the employee entering Army-controlled installations or facilities.  If adverse information is contained in the background check, unescorted access may be denied in accordance with Army Directive 2014-05 (Policy Implementation Procedures for Common Access Card Credentialing and Installation Access for Uncleared Contractors).  Contractor employees who will be entering Army-controlled installations or facilities and who do not possess a valid CAC, including 20 -UNCLASSIFIED subcontractor employees, must present a Federal personal identity verification card or authorized identification issued by state, or local governments.  The County will submit the list of employees requesting unescorted access, along with their background checks, no later than 20 business days prior to needing access, to the IGSA Manager and TR. Upon receipt of this list, the IGSA Manager or TR will review the list of employees and create an Access Control Roster (ACR) that identifies those personnel authorized unescorted access. The IGSA Manager or TR will return the ACR to the contractor when review is complete.  Individuals may be denied unescorted access if derogatory information includes, but is not limited to, the following: • The background check contains criminal arrest information about the individual that causes the Senior Commander to determine that the individual presents a potential threat to the good order, discipline, or health and safety of the organization. • The installation is unable to verify the individual's claimed identity based on the reasonable belief that the individual has submitted fraudulent information concerning his or her identity in the attempt to gain access. • The individual has a current arrest warrant in NCIC, regardless of the offense or violation. • The individual is currently barred from entry or access to a Federal installation or facility. • The individual has been convicted of crimes encompassing sexual assault, armed robbery, rape, child molestation, production or possession of child pornography, trafficking in humans, drug possession with intent to sell or drug distribution. • The individual has a U.S. conviction for espionage, sabotage, treason, terrorism, or murder. • The individual is a registered sex offender. • The individual has a felony conviction within the past 10 years, regardless of the offense or violation. • The individual has been convicted of a felony firearms or explosives violation. • The individual has engaged in acts or activities designed to overthrow the U.S. Government by force. • The individual is identified in the TSDB as known to be suspected of being a terrorist or belonging to an organization with known links to terrorism or support of terrorist activity.  In cases where an uncleared County employee, including any subcontractor employee, is denied access based on derogatory information, the individual may request a waiver. o iWATCH Training 21 -UNCLASSIFIED  All Contractor employees, including subcontractor employees, to be briefed on the local iWATCH program (training standards provided by the requiring activity ATO).  This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the TR and IGSA Manager. This training to be completed within 30 calendar days of Notice to Proceed and within 30 calendar days of new employees commencing performance with the results reported to the TR and IGSA Manager no later than 60 calendar days after Notice to Proceed.  Activity Regulations for Contractor Access and Use of Premises • Follow all current Army Security Regulations concerning strict visitor control and preservation of all Government assets. Immediately report all security concerns to the TR and IGSA Manager, who will notify the Security Office. • The County shall adhere to requirements as directed in Federal Acquisition Regulation – 52.222-54; Employment Eligibility Verification. The County and its Contractors shall be enrolled in the Department of Homeland Security E-Verify Program. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify. • The County shall ensure that its employees entering Army- controlled installations or facilities have obtained access badges and passes in accordance with facility regulations and that these badges and passes are obtained in advance so as not to delay the accomplishment of contracted services. • The County shall return within two business days all issued U.S. Government Common Access Cards, installation badges, and/or access passes to the TR or IGSA Manager when the contract is completed or when an COUNTY or its contractor employee no longer requires access to the installation or facility. • The County shall comply with all personnel identity verification procedures. Employees must be accompanied by an authorized Government employee at all times while providing services in secure areas. • During Force Protection Conditions (FPCON) Charlie and Delta, services are discontinued and services shall resume when the FPCON level is reduced to level Bravo or lower. Attachment 8 - Insurance: - The County shall at its own expense provide and maintain during the entire period of this IGSA the following insurance: o General liability insurance with a minimum combined single limit of $1,000,000 per occurrence and $2,000,000 in the aggregate for all premises and 22 -UNCLASSIFIED operations. The policy shall include coverage for bodily injury, death and property damage arising out of actions or omissions by the County or its employees or contractors. o Comprehensive vehicular liability insurance in the combined single limit of $1,000,000 per occurrence for bodily injury and property damage. o Copies shall be furnished to the TR and Intergovernmental support agreement manager before providing services under this agreement. - Required Considerations o The County may propose to self-insure for such damage. o Its acceptability should be assessed by the installation. o Self-insurance is authorized in lieu of the above insurance requirements. o Liability for Damage to Third Parties  The United States shall not be responsible for injuries and deaths to County employees or employees of its contractors, unless caused by a Government employee and compensable pursuant to federal legislation authorizing recovery against the United States. o Duty to Cooperate in Accidents and Damage  The County shall fully cooperate with the United States in investigations involving accidents or damage to property or persons on property under federal control.  The County shall furnish to the TR and IGSA Manager reports of investigations it completes in a timely manner regarding such incidents. o Medical Care in Emergencies  Specify whether military or other medical facilities on post will be made available for treatment of County employees in event of emergencies, and whether such services will be reimbursed by the County.  Consult with the local military treatment facility commanders when making these determinations. o Environmental Requirements  The installations DPW and environmental legal counsel should provide any environmental requirements applicable to the installation.  If hazardous materials are involved, or the County must use hazardous materials in performance, consider tailoring clauses at FAR 52.223-3, etc. o Drug Free Workplace on Military Installations and Facilities  All property under the control of the Department of the Army are drug free areas.  Notwithstanding any contrary State or Local law, the County shall notify all individuals performing services on US Government Property that no controlled substances as specified in the Controlled Substances Act and 21 Code of Federal Regulations shall be sold, distributed, used or consumed on the installation.  The IGSA Manager may direct the County to bar individuals who violate these laws and policies. Such individuals additionally may be barred from access to the installation by the installations Commander. 23 -UNCLASSIFIED o County Employee Requirements  All County and its contractor employees shall comply with all installation security, health, and safety conditions.  Employees who interface with government personnel shall be able to speak and understand English.  All employees shall wear identification badges or distinctive clothing which clearly identifies that they are County employees.  At the conclusion of an IGSA or whenever an employee no longer performs IGSA services, the County shall provide the TR and/or IGSA Manager all identification or other credentials furnished by the government. o Installation regulations or practices that are applicable to all individuals on post that might not be specified elsewhere in the IGSA template or instructions, should be adhered to.