Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2024-096ADocusign Envelope ID: EE455892-97B6-40C8-8542-61 F2ABDD16138
12824 Hancock Road
Clermont FL 34711
352-241-0178
Memo
S
CLE ONT
Choice of Champions
LW
l
DS
To: Brian Bulthuis, City Manager
DS
Thru: Freddy Suarez, Procurement Services Director
From: James Maiworm, Assistant Director Public Services l
Date: November 18th 2024
Re: Emergency Arborist need for Hurricane Milton
Public Services Department
Hurricane Milton effected the Clermont area with significant tree damage in both public parks and City
right-of-way. The significant tree damage exceeded the resources and expertise of the in-house City
employees that are tasked with responding to these conditions. After evaluation of the damage, a
professional tree company was contacted to provide an emergency response. DWC is a contractor the
City had used in the past to remove difficult and hazardous trees.
During this storm, the emergency contractor responded to the most dangerous, public safety hazards
along the roadside first. Several dangerous damaged trees were removed from Lakeview along with
dangerous hanging limbs. Additional hazard removal work was performed on Ashley Cove and Lake
Shore Drive. An additional Hazardous tree was discovered at the Women's Club located at 655
Broome Street. This hazardous removal required the use of a crane to lower sections of the tree during
the removal process to avoid targets. This particular removal far exceeded the level of expertise that
our in house staff has regarding tree removals.
Once public right of way hazards were mitigated, focus shifted to the removal of downed hazardous
trees as well as hazardous hanging branches at Palatlakaha Park. This park had four very large trees
that were uprooted and down in a very popular playground area. Cleanup of all of the hazards in the
park required equipment and expertise that City staff does not have. Utilizing the contractor at this
location allowed a rapid cleanup and provided residents the opportunity to resume weekend baseball,
tennis and playground activities quicker and allowed City staff to focus on other locations such as
Waterfront Park.
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
Contractor Addendum Supporting Emergency Work and Services During 2024
Hurricane Milton Event
Federal Terms and Provision Inclusion Required By the Federal Emergency Management
Agency (FEMA)
This addendum shall apply, accompany and serve as an extension to all existing
contractual and/or proposal agreements between the City of Clermont FL, also known as
the CITY and the DWC Outdoors and Hauling LLC, also known as the CONTRACTOR
for emergency corrective/permanent work Hazard Tree Removal, Hazard Pruning, Tree
Debris cleanup and removal during the period of October 12, 2024-October 12, 2025 in
connection with damages resulting from Hurricane Milton. This contract
amendment/addendum shall apply to the accompanying proposal and scope of work and
include all resulting invoices.
This addendum covers contractual provisions and terms required by the Federal
government, specifically, the Federal Emergency Management Agency (FEMA), for
entities that apply and/or receive Federal public assistance including grants for cost
recovery or reimbursement resulting from an emergency event. Per FEMA policy and
guidelines, these provisions and terms are to be included in all contractual agreements for
services in connection with the response and recovery effort from an emergency disaster
event. Failure to include these provisions and terms will disqualify the applicant's
eligibility for reimbursement.
This addendum is to be signed by the authorizing agents or representatives of both parties,
the CITY and the CONTRACTOR, which entered into agreement for the above described
services.
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
EXHIBIT "A"
AGREEMENT ADDENDUM
FEDERAL TERMS
Purchase requisitions issued by the CITY to the CONTRACTOR are subject to federal
terms in this document. By performing the work, CONTRACTOR has accepted these
terms.
MAINTENANCE OF RECORDS
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting principles
consistently applied. Records shall be retained for a period of seven years from the
termination of this agreement or for a period of five years from the submission of the final
expenditure report as per 2 CFR §200.333, whichever is greater. Each party to this Agreement
or its authorized representatives shall have reasonable and timely access to such records of each
other party to this Agreement for public records purposes during the term of the Agreement and
for four years following the termination of this Agreement. If an auditor employed by the
CITY or Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement
were spent for purposes not authorized by this Agreement, or were wrongfully retained by the
CONTRACTOR, the CONTRACTOR shall repay the monies together with interest
calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies
were paid by the CITY. CONTRACTOR and all its subcontractors, successors, assigns, and
transferees acknowledge and agree to comply with applicable provisions governing OHS and
FEMA access to records, accounts, documents, information, facilities, and staff.
CHANGE IN SCOPE OF SERVICES/WORK
A. The CITY may order changes in the work consisting of additions, deletions, or other
revisions within the general scope of the Agreement. No claims made by CONTRACTOR that
the scope of the project or of the CONTRACTOR's services has been changed, requiring
changes to the amount of compensation to the CONTRACTOR or other adjustments to the
Agreement, unless such changes or adjustments have been made by written amendment or
change order to the Agreement signed by the CITY's manager and CONTRACTOR's
representative.
B. If CONTRACTOR believes that any particular work is not within the scope of services of
the Agreement, is a material change, or will otherwise require more compensation to
CONTRACTOR, then CONTRACTOR must immediately notify the CITY in writing of this
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
belief. If the CITY believes that the particular work is within the scope of the Agreement as
written, the CONTRACTOR will be ordered to and shall continue with the work as changed
and at the cost stated in the original Agreement. The CONTRACTOR must assert its right to an
adjustment under this clause within thirty (30) days from the date of receipt of the written
order.
MODIFICATIONS DUE TO PUBLIC WELFARE OR CHANGE IN LAW
The CITY shall have the power to make changes in the Agreement as the result of changes in
law and/or Ordinances of the CITY to impose new rules and regulations on the
CONTRACTOR under the Agreement relative to the scope and methods of providing services
as shall from time -to -time be necessary and desirable for the public welfare. The CITY shall
give the CONTRACTOR notice of any proposed change and an opportunity to be heard
concerning these matters. In the event of any change in federal, state, or local law or ordinance,
the Agreement shall be amended consistent therewith. Should these amendments materially
alter the obligations of the CONTRACTOR, then the CONTRACTOR or the CITY shall be
entitled to an adjustment in the rates and charges established in the Agreement commensurate
with the change required. Nothing contained in this Agreement shall require any party to
perform any act or function contrary to law. The CITY and CONTRACTOR agree to enter into
good faith negotiations regarding modifications to the Agreement which may be required in
order to implement changes in the interest of the public welfare or due to changes in law.
TERMINATION
A. In the event that the CONTRACTOR shall be found to be negligent in any aspect of service,
the CITY shall have the right to terminate this agreement after five days written notification to
the CONTRACTOR.
B. Either of the parties hereto may cancel this Agreement without cause by giving the other
party sixty (60) days written notice of its intention to do so.
C. Termination for Cause and Remedies: In the event of breach of any contract terms, the
CITY retains the right to terminate this Agreement. The CITY may also terminate this
agreement for cause with CONTRACTOR should CONTRACTOR fail to perform the
covenants herein contained at the time and in the manner herein provided. In the event of such
termination, prior to termination, the CITY shall provide CONTRACTOR with five (5)
calendar days' notice and provide the CONTRACTOR with an opportunity to cure the breach
that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the
CITY terminates this agreement with the CONTRACTOR, CITY shall pay CONTRACTOR
the sum due the CONTRACTOR under this agreement prior to termination unless the cost of
completion to the
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
CITY exceed the funds remaining in the contract. The maximum amount due to
CONTRACTOR shall not in any event exceed the spending cap in this Agreement. In addition,
the CITY reserves all rights available to recoup monies paid under this Agreement, including
the right to sue for breach of contract.
D. Termination for Convenience: The CITY may terminate this Agreement for convenience, at
any time, upon one (1) weeks' notice to CONTRACTOR. If the CITY terminates this
agreement with the CONTRACTOR, CITY shall pay CONTRACT the sum due the
CONTRACTOR under this agreement prior to termination, unless the cost of completion to the
CITY exceeds the funds remaining in the contract. The maximum amount due to
CONTRACTOR shall not exceed the spending cap in this Agreement. In addition, the CITY
reserves all rights available to recoup monies paid under this Agreement, including the right to
sue for breach of contract.
NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY
CONTRACTOR and CITY agree that there will be no discrimination against any person, and
it is expressly understood that upon a determination by a court of competent jurisdiction that
discrimination has occurred, this Agreement automatically terminates without any further
action on the part of any party, effective the date of the court order. CONTRACTOR or CITY
agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable,
relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil
Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or
national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss.
1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section
504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits
discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended
(42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse
Office and Treatment Act of 1972 (PL 92- 255), as amended, relating to nondiscrimination on
the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention,
Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to
nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service
Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to
confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act
of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale,
rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s.
12101 Note), as may be amended from time to time, relating to nondiscrimination on the
basis of disability; I 0) Any other nondiscrimination provisions in any Federal or state statutes
which may apply to the parties to, or the subject matter of, this Agreement.
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
To the extent required by Federal program legislation, including FEMA grant and
cooperative agreement programs, During the performance of this Agreement, the
CONTRACTOR, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319,
12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375,
Amending Executive Order 11246 Relating to Equal Employment Opportunity, and
implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F R. Part 200,
Appendix Il, paragraph C, agrees as follows:
1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The
contractor will take affirmative action to ensure that applicants are employed, and that
employees are treated during employment, without regard to their race, color, religion, sex,
sexual orientation, gender identity, or national origin. Such action shall include, but not be
limited to the following: Employment, upgrading, demotion, or transfer, recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
contracting officer setting forth the provisions of this nondiscrimination clause.
2) The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, sexual orientation, gender identity,
or national origin.
3) The contractor will not discharge or in any other manner discriminate against any
employee or applicant for employment because such employee or applicant has inquired
about, discussed, or disclosed the compensation of the employee or applicant or another
employee or applicant. This provision shall not apply to instances in which an employee
who has access to the compensation information of other employees or applicants as a part of
such employee's essential job functions discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of an investigation,
proceeding, hearing, or action, including an investigation conducted by the employer, or is
consistent with the contractor's legal duty to furnish information.
4) The contractor will send to each labor union or representative of workers with which it
has a collective bargaining agreement or other contract or understanding, a notice to be
provided by the agency contracting officer, advising the labor union or workers'
representative of the contractor's commitments under section 202 of Executive Order 11246
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
of September 24, 1965, and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
5) The contractor will comply with all provisions of Executive Order 11246 of September 24,
1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
6) The contractor will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of
Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the
contracting agency and the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
7) In the event of the contractor's non-compliance with the nondiscrimination clauses of
this contract or with any of such rules, regulations, or orders, this 'contract may be
canceled, terminated or suspended in whole or in part and the contractor may be declared
ineligible for further Government contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed
and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by
rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
FEDERAL CONTRACT REQUIREMENTS
The CONTRACTOR and its subcontractors must follow the provisions, as applicable, as set
forth in 2 C.F.R. §200.326 Contract provisions and Appendix II to 2 C.F.R. Part 200, as
amended, including but not limited to:
Section 1- Davis -Bacon Act, as amended (40 U.S.C. §§3141-3148). When required by
Federal program legislation, which includes emergency Management Preparedness Grant
Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal
Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant
Program, all prime construction contracts in excess of $2,000 awarded by non -Federal
entities must comply with the Davis -Bacon Act (40 U.S.C. §§3141-3144, and §§3146-3148)
as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards
Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction").
In accordance with the statute, contractors must be required to pay wages to laborers and
mechanics at a rate not less than the prevailing wages specified in a wage determination made
by the Secretary of Labor. In addition, contractors must be required to pay wages not less
than once a week. If applicable, the CITY must place a current prevailing wage determination
issued by the Department of Labor in each solicitation. The decision to award a contract or
subcontract must be conditioned upon the acceptance of the wage determination. The CITY
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
must report all suspected or reported violations to the Federal awarding agency. When
required by Federal program legislation, which includes emergency Management
Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant
Program, Tribal Homeland Security Grant Program, Port Security Grant Program and
Transit Security Grant Program (it does not apply to other FEMA grant and cooperative
agreement programs, including the Public Assistance Program), the contractors must also
comply with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public
Building or Public Work Financed in Whole or in Part by Loans or Grants from the United
States"). As required by the Act, each contractor or subrecipient is prohibited from inducing,
by any means, any person employed in the construction, completion, or repair of public
work, to give up any part of the compensation to which he or she is otherwise entitled. The
CITY must report all suspected or reported violations to the Federal awarding agency.
(1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the
requirements of 29 C.F R. pt. 3 as may be applicable, which are incorporated by reference
into this contract.
(2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause
above and such other clauses as the FEMA may by appropriate instructions require, and also a
clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The
prime contractor shall be responsible for the compliance by any subcontractor or lower tier
subcontractor with all of these contract clauses.
(3) Breach. A breach of the contract clauses above may be grounds for termination of the
contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.
Section 2 - Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where
applicable, which includes all FEMA grant and cooperative agreement programs, all contracts
awarded by the CITY in excess of $100,000 that involve the employment of mechanics or
laborers must comply with 40 U.S.C.§§ 3702 and 3704, as supplemented by Department of
Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each contractor must
compute the wages of every mechanic and laborer on the basis of a standard work week of 40
hours. Work in excess of the standard work week is permissible provided that the worker
is compensated at a rate of not less than one and a half times the basic rate of pay for all hours
worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are
applicable to construction work and provide that no laborer or mechanic must be required to
work in surroundings or under working conditions which are unsanitary, hazardous or
dangerous. These requirements do not apply to the purchases of supplies or materials or
articles ordinarily available on the open market, or contracts for 5 transportation or
transmission of intelligence.
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
Section 3 - Rights to Inventions Made Under a Contract or Agreement. If the Federal
award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the
recipient or subrecipient wishes to enter into a contract with a small business firm or
nonprofit organization regarding the substitution of parties, assignment or performance of
experimental, developmental, or research work under that "funding agreement," the
recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights
to Inventions Made by Nonprofit Organizations and Small Business Firms Under
Government Grants, Contracts and Cooperative Agreements," and any implementing
regulations issued by the awarding agency.
Section 4 - Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control
Act (33 U.S.C. 1251-1387). Contractor agrees to comply with all applicable standards, orders
or regulations issued pursuant to the Clean Air Act (42 U.S.C. §§7401-7671q) and the Federal
Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387) and will report violations
to FEMA and the Regional Office of the Environmental Protection Agency (EPA). The Clean
Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C.
1251-1387), as amended -applies to Contracts and subgrants of amounts in excess of $150,000.
Section 5 - Debarment and Suspension (Executive Orders 12549 and 12689)-A contract
award (see 2 CFR 180.220) must not be made to parties listed on the government -wide
exclusions in the System for Award Management (SAM), in accordance with the OMB
guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp.,
p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM
Exclusions contains the names of parties debarred, suspended, or otherwise excluded by
agencies, as well as parties declared ineligible under statutory or regulatory authority other
than Executive Order 12549.
Section 6 - Byrd Anti -Lobbing Amendment (31 U.S.C. 13521 - Contractors that apply or bid
for an award exceeding $100,000 must file the required certification (Attached hereto as
Exhibit "1 "). Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence
an officer or employee of any agency, a member of Congress, officer or employee of
Congress, or an employee of a member of Congress in connection with obtaining any
Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also
disclose any lobbying with non -Federal funds that takes place in connection with obtaining any
Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award.
Section 7 - Comp 1 iance with Procurement of recovered materials as set forth in 2 CFR
20 0.322. CONTRACTOR must comply with section 6002 of the Solid Waste disposal Act as
amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002
include procuring only items designated in guidelines of the Environmental Protection Agency
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
(EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials
practicable, consistent with maintaining a satisfactory level of competition, where the purchase
price of the item exceeds $10,000 or the value of the quantity acquired during the preceding
fiscal year exceeded $10,000; procuring solid waste management_ services in a manner that
maximizes energy and resource recovery; and estab 1 ishing an affirmative procurement
program for procurement of recovered materials 6 identified in the EPA guidelines.
Section 8. -Acknowledgement of FEMA funding_ Financial assistance from FEMA will be
used to at least partially fund the Agreement. CONTRACTOR agrees to comply with all
applicable federal laws, regulations, and executive orders, as well as FEMA policies,
procedures, and directives.
Other Federal Requirements:
Section 9 - Americans with Disabi 1 ities Act of 1990. as amended (ADA) - The
CONTRACTOR will comply with all the requirements as imposed by the ADA, the
regulations of the Federal government issued thereunder, and the assurance by the
CONTRACTOR pursuant thereto.
Section 10 - Disadvantaged Business Enterprise (DBE) Policy and Obli_ag tion - It is the policy
of the CITY that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall have the
opportunity to participate in the performance of contracts financed in whole or in part with
CITY funds under this Agreement. The DBE requirements of applicable federal and state laws
and regulations apply to this Agreement. The CITY and its CONTRACTOR agree to ensure
that DBE's have the opportunity to participate in the performance of this Agreement. In this
regard, all recipients and contractors shall take all necessary and reasonable steps in accordance
with 2 C.F.R. § 200.321 (as set forth in detail below), applicable federal and state laws and
regulations to ensure that the DBE's have the opportunity to compete or and perform contracts.
The CITY and the CONTRACTOR and subcontractors shall not discriminate on the basis of
race, color, national origin or sex in the award and performance of contracts, entered pursuant
to this Agreement.
2 C.F.R. ¢ 200.321 CONTRACTING WITH SMALL AND MINORITY
BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS
AREA FIRMS
a. If the CONTRACTOR, with the funds authorized by this Agreement, seeks to subcontract
goods or services, then, in accordance with 2 C.F.R. §200.321, the CONTRACTOR shall take
the following affirmative steps to assure that minority businesses, women's business
enterprises, and labor surplus area firms are used whenever possible.
b. Affirmative steps must include:
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
(1) Placing qualified small and minority businesses and women's business enterprises on
solicitation lists;
(2) Assuring that small and minority businesses, and women's business enterprises are
solicited whenever they are potential sources;
(3) Dividing total requirements, when economically feasible, into smaller tasks or
quantities to permit maximum participation by small and minority businesses, and
women's business enterprises;
(4) Establishing delivery schedules, where the requirement permits, which encourage
participation by small and minority businesses, and women's business enterprises;
(5) Using the services and assistance, as appropriate, of such organizations as the Small
Business Administration and the Minority Business Development Agency of the
Department of Commerce.
(6) Requiring the Prime contractor, if subcontractor are to be let, to take the affirmative
steps listed in paragraph (1) through (5) of this section.
Section 11 - The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify
system to verify the employment eligibility of all new employees hired by the Contractor during
the term of the Contract and shall expressly require any subcontractors performing work or
providing services pursuant to the Contract to likewise utilize the U.S. Department of
Homeland Security's E-Verify system to verify the employment eligibility of all new employees
hired by the subcontractor during the Contract term.
Section 12 - If attached, the CONTRACTOR is bound by the terms and conditions of the
Federally -Funded Subaward and Grant Agreement between CITY and the Florida Division of
Emergency Management (Division).
Section 13 - The CONTRACTOR shall hold the Division and CITY harmless against all
claims of whatever nature to the extent arising out of the CONTRACTOR's negligent
performance of work under this Agreement, to the extent allowed and required by law. The
indemnification obligations herein shall not apply to the extent any claims arise from or relate to
the Division or CITY's negligence or intentional misconduct.
Section 14. Federal False Claims Act (31 USC §§3729-3733) & Administrative Remedies for
False Claims. The Federal False Claims Act ("FCA") (31 USC §§3729-3733) provides, in
pertinent part, as follows. Any person who: i. knowingly presents, or causes to be presented, a
false or fraudulent claim for payment or approval; ii. knowingly makes, uses, or causes to be
made or used, a false record or statement material to a false or fraudulent claim; iii. conspires
to commit a violation of any of the subparagraphs listed here; iv. has possession, custody, or
control of property or money used, or to be used, by the Government and knowingly delivers,
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
or causes to be delivered, less than all of that money or property; v. is authorized to make or
deliver a document certifying receipt of property used, or to be used, by the Government and,
intending to defraud the Government, makes or delivers the receipt without completely
knowing that the information on the receipt is true; vi. knowingly buys, or receives as a
pledge of an obligation or debt, public property from an officer or employee of the
Government, or a member of the Armed Forces, who lawfully may not sell or pledge
property; or vii. knowingly makes, uses, or causes to be made or used, a false record or
statement material to an obligation to pay or transmit money or property to the Government,
or knowingly conceals or knowingly and improperly avoids or decreases an obligation to pay
or transmit money or property to the Government, is liable to the United States Government
for a civil penalty of not less than $5,000 and not more than $10,000. as adjusted by the
Federal Civil Penalties Inflation Adjustment Act of 1990 (28 U.S.C. 2461 ); 1 plus 3 times the
amount of damages which the Government sustains because of the act of that person.
CONTRACTOR acknowledges that 31 USC Chapter 38. §§ 3801 - 3812 applies to claims made
under the Agreement. If CONTRACTOR submits a claim that it knows is false or contains false
information, the agency receiving the claim may impose a penalty of up to $5,000 for each
claim. The agency may also recover twice the amount of the claim.
Section 15. The Federal Government is not a party to the Agreement and is not subject to
any obligations or liabilities to the CITY, CONTRACTOR, or any other party pertaining to
any matter resulting from the Agreement.
Section 16. Use of DHS Seal, Logo, and Flags. CONTRACTOR must obtain permission
from the DHS FAO, prior to using the DHS seal(s), logos, crests or reproductions of flags or
likenesses of DHS agency officials, including the use of the United States Coast Guard seal,
logo, crests or reproductions of flags or likenesses of Coast Guard officials.
Docusign Envelope ID: EE455892-97B6-40C8-8542-61F2ABDD16B8
AGREEMENT SIGNATURES TO AMENDMENT EXHIBIT "A"
Federal Contractual Provisions and Terms Agreement Inclusion
CITY OF CLERMONT
Signed by: /1/
�V�cun � S
534781168A394C8...
SIGNATURE
Brian Bulthuis
DWC OUTDOORS & HAULING, LLC.
DocuSigned by:
tW'V'a C,bb�C
F5A4E40=9444A...
SIGNATURE
Sierra Cook
FULL NAME FULL NAME
City Manager Operations Manager
TITLE
11 /21 /2024
DATE SIGNED
TITLE
11 /21 /2024
DATE SIGNED